Вы находитесь на странице: 1из 444

Oman Gas Company S.A.O.C.

(OGC)
PO Box: 799, PC: 133, Al Khuwair, Sultanate of Oman

To: Tenderer’s

Date 13th March 2018

From: Contracts Manager

Tender No: OGC/13/2018

Tender Title EPC Works for Shafa GSS Debottleneck Project

Invitation to Tender

1.0 Invitation to Tender


Oman Gas Company S.A.O.C., (hereinafter referred to as 'the Company') invites
Tenderer to Tender for the Work or Services in accordance with the terms and conditions
set down in the Tender Documents. If you are a successful Tenderer you shall be
required to enter into a Contract in accordance with the Form of Agreement.
The Tender Documents shall comprise the following Sections/Schedules:

T1 Invitation to Tender (this letter including the pages attached hereto)


T2 Instructions to Tenderers
T3 Data to be provided by Tenderers
C1 Form of Agreement
C2 Special Conditions
C3 General Conditions
C4 Scope of Work
C5A Schedule of Prices Preamble
C5B Schedule of Price (Excel Table)
C6 Technical Specifications
C7 Omanization / In-Country Value Plan
C8 Contract Procedures
C9 HSE Specifications
C10 Data provided by Contractor

The full tender including the above documents will be issued to interested tenderers after
receipt of the Tender Fee payment along with the duly filled appendicies (i.e. Tenderer
Details Sheet and Confidentiality Agreement, which shall be emailed to
<tenders@oman-gas.com.om>.
In the preparation and submission of the Tender, Tenderer shall comply with the Tender
Documents. Company reserves the right to disqualify the Tender if any of the
requirements included in the Tender Documents are not met.

T1 Invitation To Tender Page 1 of 6


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

2.0 Tender Overview


2.1 Scope Description
2.1.1 Engineering, Procurement, Construction, Installation, Pre-commissioning, Installation,
Commissioning, Handing over & Guarantee Run for the Shafa GSS Debottleneck
Project. Major scope of the work includes EPC for Pipeline replacement and GSS
modification. The scope of work includes but not limited to:
2.1.2 Replacement of the pipeline 6”- G 52822- 600#; (Approx. 4.2 km)
2.1.3 Replacement of the scraper launcher A-5260 and the scraper receiver A-5261
2.1.4 Construction of new tapping to connect the new pipeline (On-Plot)
2.1.5 Replacement of the gas-liquid separator V-5260, electrical water bath heater E-5260,
and Vent stack and vent header
2.1.6 SPEC 200 Control System upgrade for Shafa GSS
2.1.7 Associated Electrical, Instrumentation and Civil works.
2.1.8 Detailed design, engineering, proc., installation, testing, commissioning and handover
after guarantee run.
2.2 Minimum Requirements to Participate in Tender
Technical Requirements:
2.2.1 Tenderer with successful completion of at least two similar projects in last 5 years.
2.2.2 Evidence for passing those requirements is required to be submitted as part of the
technical tender as further specified in document T3 Data to be Provided by Tenderers
2.2.3 Tenderer Registration Requirements
Tenderers shall be registered with Business Gateways in the Joint Supplier Registration
System (JSRS). As such, Tenderers if not registered, shall complete their registration
with Business Gateways and submit JSRS certificate as part of their technical
submission. Refer to the following URL for the registration process:
https://www.businessgateways.com
No affiliate of the Tenderer shall be eligible to Tender or participate in a Tender in any
capacity whatsoever unless it can be demonstrated that there is not a significant degree
of common ownership, influence or control amongst the Tenderer and the affiliate.

3.0 Requirements to Collect Tender Document


3.1 Tenderer Details sheet
3.1.1 In order to correctly identify the Tenderer and the Tenderer’s point of contact for this
Tender Process, Appendix 1 shall be completed by the Tenderer and presented, by hand
or scanned and forwarded via email, to the Company before the Tender Documents can
be released to the Tenderer.
3.2 Tender Fee
3.2.1 The Tender Fee for this Tender is OMR 750 (Omani Rial Seven Hundred Fifty only)
3.2.2 Prior to collection of the Tender Documents the Tenderer is required to deposit a non-
refundable ‘Tender Fee’ into the Company’s bank account as per the below details:
A/C NO: 0317009858840018
Bank: Bank Muscat
Account Name: Oman Gas Company S.A.O.C.
Currency: OMR
SWIFT CODE: BMUSOMRXXXX

T1 Invitation To Tender Page 2 of 6


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

A receipt confirming deposit and identifying the Tenderers' name and the Tender number
(e.g. Tenderer Co. deposit for Tender OGC/13/2018) must be presented, by hand or
scanned and forwarded via email, to the COMPANY Contact Point before the Tender
Documents can be released to the Tenderer.
3.3 Confidentiality Agreement
3.3.1 Prior to collection of the Tender Document the Tenderer shall sign the attached
Confidentiality Agreement. The Confidentiality Agreement must be completed, signed
by an authorised person, stamped with the Tenderers company stamp, and be
presented, by hand or scanned and forwarded via email, to the Company Contact point
before the Tender Documents can be released to the Tenderer.

4.0 Contact Points


4.1.1 All Clarification Requests related to this tender shall be in writing and emailed to
tenders@oman-gas.com.om for the attention of Contracts Manager. No Clarification
Requests shall be entertained after the Clarification Request Closing Date.

5.0 Outline Tender Process


5.1.1 The Tender Process schedule shall be:
Activity Date
Issue of Invitation to Tender 13-Mar-2018
Start Collection of Tender Document 13-Mar-2018
Final date for collection of Tender Document 20-Mar-2018
Site Visit Date 25-Mar-2018
Clarification Request Closing Date 01-Apr-2018
Technical Tender Submission Date 15-Apr-2018
Tender Bond Submisison Date 15-Apr-2018
Commercial Tender Submission Date 15-Apr-2018
5.1.2 Tenders shall be delivered no later than 03:00 p.m. (Oman Standard Time) on the
Tender Submission Date.

6.0 Tender Collection


6.1 Collection of Tender documents
6.1.1 Once the Tenderer Data Sheet, Confidentiality Agreement and confirmation of payment
of Tender Fee has been received, the Company may issue the Tender Documents by
email, electronic hard drive or hard copy.
6.1.2 Should a Tenderer be required to collect the documents from Company office then the
Company shall inform the Tenderer accordingly.

7.0 Tender Bond


7.1.1 To ensure conformance of the Tender, Company requires Tenderer to issue a Tender
Bond in the exact format detailed in Section T3. The value of this Tender Bond shall 1%
of the Tender Value. The Tender Bond shall be forwarded to Company as part of the
Commercial Tender under separate envelope. The Tender Bond shall be enforced in the
event that Tenderer fails to submit and substantiate a conforming tender or has failed to
accept award of the contract.

8.0 Site Visit/ Bid Clarification Meeting


8.1.1 It is mandatory that Tenderer attends the Site visit/ Tender Documents clarification
meeting with a maximum of [2] representatives on the date given in the table in Article

T1 Invitation To Tender Page 3 of 6


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

5.0 above. Details of the attendees must be submitted to the Company Contact Focal
Point by [TBA]. All visitors must provide and wear required safety equipment during the
Site visit.

9.0 Tender Award


9.1.1 In the event that Company considers Tenderer to be commercially a potentially
successful competitor for the award of the Contract, Company may subject Tenderer to
a further technical and financial evaluation. Only when a Tenderer satisfies Company’s
technical, financial and commercial requirements will a Contract be awarded.

For Oman Gas Company S.A.O.C.

Jamaluddin Al-Hafeedh
Contracts Manager

T1 Invitation To Tender Page 4 of 6


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Appendix 1 – Tenderer Data Sheet for this Tender


Contract/ Tender OGC/13/2018
number
Contract/ Tender title EPC Works for Shafa GSS Debottleneck Project
Full name of Tenderer
Postal Address
City
Country
Web site
Office main tel number
Country of registration
Status in Oman Agent / locally registered branch office / Omani LLC / foreign
company
Ownership details - XX% -
(percentages and - XX% -
names, indicate where - XX% -
Omani)
Name of company and address to be awarded the Contract (if different from details above)
Full name
Registered address
City
Country
Office main tel number
Status in Oman Agent / locally registered branch office / Omani LLC / foreign
company
Ownership details - XX% -
(percentages and - XX% -
names, indicate where - XX% -
Omani)
Tenderer’s representative to which all Tender correspondence shall be addressed
Name of person
Fax number
Telephone number
GSM number
e-mail address
Tenderer’s agent in Oman (if applicable)
Omani agent name
Postal address
Fax number
Telephone number
GSM number
e-mail address
Our Omani agent is Yes
permitted to pick up the No, we will pick up the documents ourself.
tender documents on No, please send the documents to my foreign address stated
our behalf above.

(as applicable, provide the necessary supporting documents)

T1 Invitation To Tender Page 5 of 6


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Appendix 2 – Confidentiality Agreement


1. Definitions
1.1. Confidential Information
shall mean all knowledge, data or information acquired by Tenderer from, or disclosed to Tenderer
by Company, or on behalf of Company, in connection with the Tender Documents, Clarifications and
the Tender Process in writing, drawings, magnetic tapes, computer programs or in any other way,
as well as all knowledge, data or information derived there from, to the extent that such knowledge,
data or information at the time of such acquisition or disclosure is not either already in the unrestricted
possession of Tenderer or part of public knowledge or literature.
1.2. Confidential Record
Shall mean all Tender Documents, Clarifications and any other material containing Confidential
Information.
1.3. Third Party
Shall mean any party other than Company or Tenderer.
2. Confidentiality
2.1. Tenderer shall preserve and cause its employees to preserve the confidentiality of any Confidential
Information.
2.2. Tender shall not for any purpose other than the preparation and submission of a Tender
 disclose to any Third Party or enable any Third Party to note the fact that Tenderer has been
invited to submit a Tender and/or, if applicable, the fact that the Contract is awarded to
Tenderer;
 reproduce, copy or use, or disclose to, place at the disposal of or use on behalf of any Third
Party or enable any Third Party to read, copy or use, any Confidential Information;
except with the prior written consent of Company.
2.3. The undertakings above shall continue insofar and for so long as the Confidential Information or
Confidential Record in question has not:
a) become part of the public knowledge of literature otherwise than through any act or default
on the part of Tenderer; or
b) been disclosed to Tenderer under an obligation to maintain secrecy by a Third Party (other
than one disclosing on behalf of Company) who could lawfully do so and who did not derive
such Confidential Information or Confidential Record from Company.
3. Copyright
3.1. The copyright in any Confidential Record shall, in the absence of any express provision to the
contrary thereon, be vested in Company. Copyright in any record containing geological or
geophysical data acquired or generated by Tenderer in connection with the Contract shall be vested
in Company.
4. Return of Confidential Record
4.1. If Tenderer declines to submit a Tender or is notified that its Tender is unsuccessful, upon written
notification thereof by Company, Tenderer shall destroy electronic copies and return all hard copy
Tender Documents including Addenda and Clarifications to Company.
5. Third Parties
5.1. Tenderer shall ensure that if under the terms of this confidentiality agreement any of the Confidential
Information comes to the knowledge and/or in the possession of any Third Party, Tenderer shall
require from such Third Party that it shall abide by stipulations equivalent to those contained in this
confidentiality agreement.

(Authorized signatory)

T1 Invitation To Tender Page 6 of 6


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Schedule T- 02

INSTRUCTIONS TO TENDERERS

T2 - Instructions To Tenderers Page 1 of 9


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Contents

1.0 DEFINITIONS .....................................................................................................................3

2.0 GENERAL TENDERING CONDITIONS .................................................................................4


2.1 APPLICABILITY ................................................................................................................... 4
2.2 TENDERERS COMPLIANCE.................................................................................................... 4
2.3 COST OF TENDERING .......................................................................................................... 4
2.4 CONFIRMATION OF RECEIPT AND SUFFICIENCY OF TENDER .......................................................... 4
2.5 COMMUNICATION WITH COMPANY .......................................................................................... 4
2.6 CONFIDENTIALITY AGREEMENT ............................................................................................. 4
2.7 DISCREPANCIES................................................................................................................. 4
2.8 CLARIFICATION REQUESTS ................................................................................................... 5
2.9 CLARIFICATIONS AND ADDENDA ............................................................................................ 5
2.10 POST TENDER CLARIFICATIONS ......................................................................................... 5
2.11 TENDERER’S ORGANISATION ............................................................................................. 5
2.12 TENDERER REGISTRATION ................................................................................................ 5
2.13 BASE TENDERS .............................................................................................................. 6
2.14 ALTERNATIVE TENDERS ................................................................................................... 6
2.15 VALIDITY ....................................................................................................................... 6
2.16 TENDER BOND ............................................................................................................... 6
2.17 ACCEPTANCE OF TENDERS ............................................................................................... 7
2.18 ARITHMETICAL ERRORS .................................................................................................... 7
2.19 LETTER OF AWARD AND SIGNING OF THE CONTRACT .............................................................. 7
2.20 PUBLICATION OF TENDERS AND AWARDS ............................................................................. 7
2.21 WITHHOLDING TAX .......................................................................................................... 7
2.22 NOTICE OF REGRET OR DECLINE SUBMISSION OF TENDER ....................................................... 7
2.23 COMPLETION AND MODIFICATION OF DOCUMENTS ................................................................. 7
2.24 CUSTOMS DUTIES ........................................................................................................... 7
2.25 DESIGN VERIFICATION ..................................................................................................... 7
3.0 SUBMISSION OF TENDERS ...............................................................................................8
3.1 THE TECHNICAL TENDER ..................................................................................................... 8
3.2 THE COMMERCIAL TENDER .................................................................................................. 8
3.3 HARD COPY (PAPER) AND SOFT COPY (CD) SUBMISSION ............................................................ 8
3.4 MARKING & DELIVERY OF TENDER SUBMISSION........................................................................ 8
4.0 APPENDIX 1 - REQUEST FOR CLARIFICATION SHEET .......................................................9

T2 - Instructions To Tenderers Page 2 of 9


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

1.0 Definitions
The following definitions shall apply to the Tender Documents, Clarifications and the Tender.
1.1.1 Addenda
Shall mean revisions by Company of the Tender Documents.
1.1.2 Alternative Tender
Shall mean a Tender deviating from the Base Tender.
1.1.3 Base Tender
Shall mean a Tender strictly in accordance with the Tender Documents.
1.1.4 Clarification
Shall mean all correspondence from Company in relation to the Tender Documents issued after
the Tender issue date, with the exception of Addenda.
1.1.5 Clarification Requests
Shall mean all requests by Tenderers for Clarifications and Addenda.
1.1.6 Clarification Request Closing date
Shall mean the latest date/time that Tenderers may submit Clarification Requests. This date shall
be as stated in Section T1 or subsequent Clarification.
1.1.7 Commercial Registration Certificate
Shall mean the certificate issued by the Secretariat General of Commercial Register at the
Ministry of commerce and Industry, establishing that the company doing business in the Sultanate
of Oman is duly registered.
1.1.8 Commercial Tender
Shall mean Tenderer’s submission of commercial information including a completed Schedule of
Rates.
1.1.9 Contractor
Shall mean successful Tenderer.
1.1.10 Enquiry
Shall mean Invitation to Tender.
1.1.11 Invitation to Tender
Shall mean any request by Company for a Tenderer to submit a Tender.
1.1.12 JV or Joint Venture
Shall mean any form of unincorporated partnership.
1.1.13 Offer
Shall mean Tender
1.1.14 Post Tender Clarifications
Shall mean requests by Company after the Tender Closing Date for additional information related
to a Tender.
1.1.15 Quotation
Shall mean Tender.
1.1.16 Request for Quotation (RFQ)
Shall mean Invitation to Tender.
1.1.17 Scope of Work
Shall mean the Work, Services or Materials which form the subject of the Invitation to Tender.
1.1.18 Technical Tender
Shall mean Tenderer’s submission of technical information as requested for in the Tender
Document.
1.1.19 Tender
Shall mean the formal offer by Tenderer for the Scope of Work in the form specified in the Tender
Documents.
1.1.20 Tenderer
Shall mean the party invited by Company to submit a Tender as stated in Section T1.
1.1.21 Tender Closing Date
Shall mean the latest date and time that Tenders may be delivered to Company. This date shall
be as stated in Section T1 or subsequent Clarification.
1.1.22 Tender Documents
Shall mean those documents outlined in Section T1 including any Addenda thereto.
1.1.23 Tender Period
Shall mean the period from issue of the Invitation to Tender until the Tender Closing Date.

T2 - Instructions To Tenderers Page 3 of 9


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

1.1.24 Tender Process


Shall mean the activities performed by Company and Tenderer in relation to the Invitation to
Tender from the receipt of the Invitation to Tender by Tenderer up to award of the Contract.

2.0 General Tendering Conditions


2.1 Applicability
2.1.1 The requirements of these general tendering conditions shall apply to the Tender Process
irrespective of the method of Tender submission or evaluation.

2.2 Tenderers Compliance


2.2.1 Tenderer shall comply with the requirements stated in the Tender Documents. Failure to do so
may result in the Tender being disqualified.
2.2.2 Tenderer shall not be involved in, or attempt to be involved in, any price fixing, market sharing or
collusive tendering or any similar activities, with its competitors or any other parties with the
deliberate purpose to influence the award of the Contract or to attempt to eliminate or substantially
reduce competition between actual or potential Tenderers, regardless of whether or not the
competitors or other parties are invited to this Tender. Breach of this Article may lead to the
Tender being disqualified, Tenderer being disqualified from doing business with Company and
the filing of a formal complaint with criminal prosecution.

2.3 Cost of Tendering


2.3.1 Regardless of whether a Tender or an Alternative Tender is successful or unsuccessful or the
Tender Process is terminated, all costs, charges and expenses incurred by Tenderer in the
preparation and submission of the Tender or Alternative Tender, including Site visits, shall be
borne by Tenderer.

2.4 Confirmation of receipt and sufficiency of Tender


2.4.1 Tenderer is required to confirm receipt of Clarifications or Addenda by return e-mail.
2.4.2 Tenderer is deemed to have: -
 Carefully studied the Tender Documents to ascertain the full meaning and extent of all related
obligations, responsibilities and conditions.
 Inspected and examined the Site and to have satisfied itself as to the correctness and
sufficiency of the Tender Documents and the information contained therein, the form and
nature of the Site, the full extent and character of the Scope of Work, the means of access to
the Site and to have taken into account any physical or natural impediments, anticipated or
otherwise, which may exist at the Site.
 Obtained all necessary information as to risks, contingencies and other circumstances that
may influence or affect the Tender.
 Access to, and knowledge of, all applicable International and Sultanate of Oman codes and
standards, statutory requirements, legislation and the like, prior to submission of the Tender.

2.5 Communication with Company


2.5.1 During the Tender Period, Tenderer shall not communicate with any Company employee
regarding the Tender unless expressly so directed by the Company or where such
communication shall constitute a Clarification Request.

2.6 Confidentiality Agreement


2.6.1 By collecting or receiving the Tender Documents the Tenderer acknowledges acceptance of the
terms of the Confidentiality Agreement as included in T1 Invitation to Tender.

2.7 Discrepancies
2.7.1 Tenderer shall notify Company of potential Discrepancies by means of a Clarification Request.

T2 - Instructions To Tenderers Page 4 of 9


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

2.8 Clarification Requests


2.8.1 Tenderer is advised to raise Clarification Requests in the format included in Appendix 1 on all
matters that may result in Clarifications, Addenda and Alternative Tenders.
2.8.2 Tenderers shall send Clarification Requests in writing to the Contracts Department (email
address: Tenders@oman-gas.com.om) before Clarification Request Closing Date.
2.8.3 Company is under no obligation to answer Clarification Requests received after the Clarification
Request Closing Date.
2.8.4 Company reserves the right to disqualify a Tender from a Tenderer that submits Clarification
Requests after the Clarification Closing Date.
2.8.5 All Clarification Requests will be answered by Company either by an Addendum or by a
Clarification.
2.8.6 Company shall strive to answer all Clarification Requests within seven (7) days from the
Clarification Closing Date.

2.9 Clarifications and Addenda


2.9.1 Company reserves the right to amend or revise the Tender Documents as and when it considers
appropriate in the form of an Addendum. Any such Addenda will form part of the Tender
Documents.
2.9.2 Addenda shall be issued together with the revised versions of the relevant Tender Documents.
2.9.3 Where Tenderer considers that an issued Clarification constitutes an Addendum, Tenderer shall
immediately notify Company in writing, stating reasons, for the particular Clarification to be issued
as an Addendum.
2.9.4 Qualifications to Tender Document shall be clarified by Clarification Requests before Technical
Tender submission, unless Tenderer deems they are confidential or part of the Alternative
Tender.

2.10 Post Tender Clarifications


2.10.1 Post Tender Clarifications do not constitute intent to award, or award of the Contract.
2.10.2 In the event that the Tender is accepted, Post Tender Clarifications and their related answers
where accepted by Company, will form part of the Contract.

2.11 Tenderer’s Organisation


2.11.1 Only the legal entity nominated by Tenderer in the Tenderer Data Sheet included as an Appendix
to Section T1 is eligible to Tender.
2.11.2 Where Tenderer’s commercial status, shareholding, name, structure, or organisation alters in any
way during the Tender Period, Tenderer shall immediately notify Company of such changes
giving full details. Company, at its sole discretion, shall have the right to disqualify the Tender
after any of the changes mentioned in this Article have occurred.
2.11.3 All Tenders submitted by a partnership or Joint Venture (JV) shall state the names of the partners
in the partnership and the parties in the JV with their respective shares. Where requested,
Tenderer shall provide a copy of the JV agreement. Only the nominated authorised
representative of the partnership or JV shall sign Tenders. All parties to a JV shall be, jointly and
severally, liable for obligations that may arise under the Contract.

2.12 Tenderer Registration


2.12.1 A foreign company wishing to engage in commercial activity in the Sultanate of Oman is required
to conform to the registration requirements under Omani Law. A successful Tenderer will be
required to submit a copy of the Agency Certificate or the Commercial Registration Certificate,
as applicable, issued by the Ministry of Commerce and Industry.
2.12.2 The successful Tenderer or partners in a JV or partnership shall be registered with the
Commercial Register of the Ministry of Commerce and Industry in Oman.

T2 - Instructions To Tenderers Page 5 of 9


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

2.12.3 In line with the instructions of Ministry of Oil & Gas, Tenderers shall be registered with Business
Gateways in the Joint Supplier Registration System (JSRS). As such, Tenderers if not registered,
shall complete their registration with Business Gateways and submit JSRS certificate as part of
their technical submission. Refer to the following URL for the registration process.
https://www.businessgateways.com

2.13 Base Tenders


2.13.1 Tenderer shall submit a Base Tender.
2.13.2 Company reserves the right to disqualify a Tenderer that does not submit a Base Tender.
2.13.3 Company shall consider that no Base Tender has been submitted if only one Tender is submitted
and that Tender contains exceptions or qualifications to the Tender Documents.

2.14 Alternative Tenders


2.14.1 The Tenderer that submitted a Base Tender is welcomed to submit Alternative Tenders where
Tenderer identifies benefits for the Company (e.g. costs, quality, local content or safety).
2.14.2 Except for those Alternative Tenders requested by Company and provided for in the Schedule of
Rates, Alternative Tenders proposed by Tenderer shall be submitted in a separate identifiable
attachment to the Base Tender.
2.14.3 The Alternative Tender(s) shall fully detail all deviations from the Base Tender and list all effects
on the Tender Documents including but not limited to the Rates, the execution of the Scope of
Work and the Commencement or Termination Date. Only those deviations from the Base Tender
as detailed by Tenderer shall be deemed part of an Alternative Tender. All other contract
requirements shall remain unaltered.
2.14.4 Company shall have the sole right to accept or reject any offered Alternative Tender.
2.14.5 Company shall not issue information on offered Alternative Tenders to other Tenderers during
the Tender Period.

2.15 Validity
2.15.1 The Tender shall be valid for acceptance by Company for a period of ninety (90) days from the
Tender Closing Date.

2.16 Tender Bond


2.16.1 If stated in the Tender, Tenderers will be required to submit with their Tender Offer a Tender
Bond in the sum of 1% of the bid price from a bank registered and operating in Oman in the form
provided in section T3.
2.16.2 The Tender Bond shall be valid for ninety (90) calendar days from the latest date for submission
of tender.
2.16.3 The Tender Bond of unsuccessful Tenderers will be returned on its expiration or after the awards
of the Contract to the successful Tenderer.
2.16.4 The Tender Bond of the successful Tenderer will be discharged after the Tenderer had signed
the Contract and furnished the performance bank guarantee.
2.16.5 Tender Bond will be forfeited:
 If a Tenderer withdraws his Tender during the period of tender validity specified in the Tender
Documents.
 In the case of a successful Tenderer, if the Tenderer fails:
- to sign the Contract; and or
- to furnish the Performance Bond.
2.16.6 If the tenderer submit an alternative tender, the one percent (1%) tender bond shall be calculated
based on the highest tender value. The wording of the tender bond shall be as per the prescribed
“Form of Tender Bond”.

T2 - Instructions To Tenderers Page 6 of 9


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

2.16.7 Tender Bond should be submitted in a separate sealed envelope.

2.17 Acceptance of Tenders


2.17.1 Tenders received after the Tender Closing Date shall not be considered.
2.17.2 Company does not undertake to accept the lowest or any Tender.
2.17.3 Company may invite Tenderer to clarify the Tender. Such invitation shall in no way be construed
as a commitment on the part of Company to award a Contract.

2.18 Arithmetical errors


2.18.1 Arithmetical errors are for the risk of Tenderer and shall be corrected as Company sees fit.
2.18.2 Company has the right to either accept the error or to invite Tenderer to commercially clarify the
Tenders containing the arithmetical errors.

2.19 Letter of Award and Signing of the Contract


2.19.1 Company shall advise the successful Tenderer of the award of the Contract by a letter of award,
issue of a SAP Purchase Order or otherwise.
2.19.2 As soon as possible after the confirmation included in Article 2.18.1 above, the Contract or
Purchase Order shall be executed by Company and Tenderer.
2.19.3 Any delay in signing the Contract or Purchase Order shall not relieve the Tenderer from its
obligation to deliver the Materials or commence or complete the Scope of Work in line with the
Contract requirements.

2.20 Publication of Tenders and Awards


2.20.1 Company reserves the right, at its sole discretion, to publicly announce and or publish the overall
Tender evaluation results, ranking and resulting Contract award. This publication will not include
disclosure of unit rates or any other detailed breakdown pricing information.

2.21 Withholding Tax


2.21.1 Tenderer shall be responsible for assessing and taking into account in its Tender, Tenderers
potential tax liability, including withholding tax liabilities, based on current law and Tenderer’s
plans for executing the Contract.
2.21.2 Possible withholding tax deductions shall be made in line with Company’s interpretation of the
requirements.

2.22 Notice of Regret or Decline submission of Tender


2.22.1 Where Tenderer does not intend to submit a Tender, Tenderer shall submit a notice of regret
identifying reasons for Tenderers withdrawal on or before the Commercial Tender Closing Date.
2.22.2 In the event Tenderer fails to submit a notice of regret and subsequently does not submit a
Commercial Tender then Company reserves the right to disqualify Tenderer for future tenders.

2.23 Completion and Modification of Documents


2.23.1 Except as otherwise expressly provided for in the Tender Documents, Tenderer shall insert the
data requested in the Tender Documents in the designated location. Under no circumstances
shall the Tender Documents be otherwise altered or other data inserted.

2.24 Customs Duties


2.24.1 Company is not in the legal position to grant (temporary) customs duty exemption.

2.25 Design Verification


2.25.1 Company has carried out front end and detailed design to prove the viability of the project. The
data and drawings generated during this design have been included for information in Section

T2 - Instructions To Tenderers Page 7 of 9


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

C6. It is intended that the design work is used as the basis for engineering and subsequent
realisation of the Work.
2.25.2 In the event that it is Tenderer's opinion that the front end and detailed design as offered is not
constructible, Tenderer shall immediately submit a Clarification Request, outlining areas of
concern. Any Clarification Requests to Equipment line up or Equipment data, shall be advised
immediately to Company during the Tender Period detailing the reason.

3.0 Submission of Tenders


3.1 The Technical Tender
3.1.1 Where required the Technical Tender shall comprise the information and data required within the
Tender Documentation, more specifically in T3 Data to be Provided by Tenderer plus any other
details and explanations that the Tenderer considers to be relevant. All data submitted shall be
in the form and sequence specified. No reference to pricing information shall be made in a
Technical Tender.
3.1.2 The Technical Tender is to evaluate whether the Tenderer has fully assessed and understood
the Work, Service or Goods being Tendered.

3.2 The Commercial Tender


3.2.1 The Commercial Tender shall comprise the financial details of a Tender (including the Form of
Tender and other commercial information requested in Section T3), which shall conform strictly
to the terms of the Tender Documentation as issued to the Tenderers.
3.2.2 The Tenderer shall complete any given Schedule of Prices by inserting rates, prices and
percentages as required for each and every item.

3.3 Hard copy (paper) and soft copy (CD) Submission


3.3.1 All parts of the Tender submitted in hardcopy or paper form shall be signed by a person
authorised to represent and contractually bind Tenderer, shall carry Tenderer’s name and shall
bear the stamp of Tenderer.
3.3.2 In the event of conflict or ambiguity between a Tender submitted in electronic format and a Tender
submitted in hard copy, the hard copy shall take precedence.
3.3.3 Unless instructed otherwise, Technical and Commercial Proposals shall be submitted in two
separate envelopes.
3.3.4 For both Technical and Commercial Submissions, the tenderer shall submit two hard copies and
one soft copy in a CD.
3.3.5 The original Tender shall be marked “ORIGINAL” and one (1) copy marked “COPY”. The
tenderer shall enclose the softcopy (CD) within the envelope.

3.4 Marking & Delivery of Tender Submission


3.4.1 Tenders submitted in hardcopy paper form shall be securely wrapped and sealed in plain opaque
paper marked with; Tender ref. number, Tender title, Company address and marked F.A.O. of
'Secretary of the Tender Committee’. No other reference, trademark or means of identification
shall appear on the packaging.
3.4.2 Tenders shall be delivered no later than 3 p.m. on the Tender Closing Date to the following
address:
Oman Gas Company S.A.O.C
Building No. 6727- Way No. 4581-Block No. 245
P.O.Box: 799, PC.113
Al Khuwair
Sultanate of Oman
Tel: +968 24466000
3.4.3 The exterior of the sealed package must not reveal the identity of the tenderer.

T2 - Instructions To Tenderers Page 8 of 9


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

4.0 Appendix 1 - Request for Clarification Sheet

Tender No. – Tender Title

Clarification No. …

Tenderer Name Tenderer Reference

Date No. of Pages

Tender Reference
Sr. No. (Section, Page no., Query Response by Company
Article no.)
1

T2 - Instructions To Tenderers Page 9 of 9


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

T3
DATA TO BE PROVIDED BY TENDERER

T3 - Data To Be Submitted by Tenderer Page 1 of 18


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Contents

1.0 CHECKLIST OF CONTENT FOR TECHNICAL AND COMMERCIAL TENDER .........................3


1.1 PURPOSE ......................................................................................................................... 3
2.0 TECHNICAL TENDER.........................................................................................................3
2.1 FORM OF TENDER - TECHNICAL ............................................................................................. 3
2.2 OWNERSHIP & REGISTRATION .............................................................................................. 3
2.3 FINANCIAL STATEMENTS ...................................................................................................... 3
2.4 STAFFING OF CONTRACT, HEAD OFFICE SUPPORT .................................................................... 3
2.5 KEY PERSONNEL CV'S ........................................................................................................ 3
2.6 ICV PLAN ......................................................................................................................... 3
2.7 METHOD STATEMENT .......................................................................................................... 3
2.8 SITE ESTABLISHMENT ......................................................................................................... 4
2.9 HEALTH SAFETY & ENVIRONMENT (HSE) ................................................................................ 4
2.10 QUALITY DOCUMENTATION ............................................................................................... 4
2.11 SUBCONTRACTING .......................................................................................................... 4
2.12 MOBILISATION PLAN ........................................................................................................ 4
2.13 SCHEDULING & EXECUTION............................................................................................... 5
2.14 DESIGN VERIFICATION ..................................................................................................... 5
2.15 RESOURCE LEVELS ......................................................................................................... 5
2.16 TENDER BOND ............................................................................................................... 5
2.17 TENDERER EXPERIENCE................................................................................................... 5
2.18 QUALIFICATIONS/DEVIATIONS ............................................................................................ 6
2.19 OTHER TECHNICAL INFORMATION ....................................................................................... 6
2.20 ALTERNATIVE TECHNICAL TENDER...................................................................................... 6
3.0 TECHNICAL EVALUATION CRITERIA .................................................................................6

4.0 COMMERCIAL TENDER .....................................................................................................6


4.1 FORM OF TENDER - COMMERCIAL .......................................................................................... 6
4.2 COMPLETED SCHEDULE OF RATES (C5).................................................................................. 6
4.3 ALTERNATIVE SCHEDULE OF RATES ....................................................................................... 6
4.4 ICV PLAN WITH COMMERCIAL DETAILS ................................................................................... 6
APPENDIX 1 - FORM OF TENDER - TECHNICAL TENDER .............................................................7

APPENDIX 2 - FORM OF TENDER – COMMERCIAL TENDER ........................................................8

APPENDIX 3 - TENDER BOND .....................................................................................................9

APPENDIX 4 - CONFIRMATION OF KNOWLEDGE OF SITE CONDITIONS ................................... 10

APPENDIX 5 - FORMAT OF EXECUTION PLAN .......................................................................... 11

APPENDIX 6 - DESIGN VERIFICATION ...................................................................................... 13

APPENDIX 7A - TECHNICAL TENDER EVALUATION CRITERIA ................................................. 14

T3 - Data To Be Submitted by Tenderer Page 2 of 18


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

1.0 Checklist of content for Technical and Commercial Tender


1.1 Purpose
1.1.1 The data requested herein shall be used for evaluation purposes and, where appropriate and at
the sole discretion of Company, may be incorporated into the Contract.
1.1.2 Tenderer shall submit the data in the Technical Tender and Commercial Tender in the same
order as outlined in below including clear references to the relevant sub Article therein.
1.1.3 Tenderer shall follow the submission process outlines in T2 – Instructions to Tenderers

2.0 Technical Tender


2.1 Form of tender - Technical
2.1.1 Tenderer shall submit a signed copy of the Form of Tender included in Appendix 1 herein.

2.2 Ownership & Registration


2.2.1 Tenderer shall submit ownership and registration details of Tenderer, Tenderer’s shareholders,
Tenderer’s (technical) principals and or manufacturers and of each Joint Venture partner where
relevant.
2.2.2 Tenderer shall be registered with JSRS (Joint Supplier Registration System) and shall submit a
copy of JSRS certificate.

2.3 Financial Statements


2.3.1 Tenderer shall submit the last 3 years audited financial statements.

2.4 Staffing of Contract, Head Office Support


2.4.1 Tenderer shall submit a detailed organisation chart of Tenderers proposed organisation structure
for the Contract in the Country of Operations including Site management, names and job titles of
the relevant support Contractor Personnel and including a summary of delegated authorities for
each position together with details as to how this links with Tenderer’s head office organisation.
2.4.2 Tenderer shall submit details of Tenderer's head office organisation, as far as is relevant for the
Contract, indicating the chain of responsibility for this Contract and support available for the Work
or Services including but not limited to management, purchasing, planning and engineering.

2.5 Key Personnel CV's


2.5.1 CVs shall be provided for each nominated Key personnel as detailed in C-4 Scope of Work,
Article 5.4

2.6 ICV Plan


2.6.1 The Technical ICV shall mean the complete ICV Technical Proposal (Table A to H). Tenderer
shall submit technical ICV document contain strictly the percentages and headcounts. Tenderer
shall only shade the Dollar Values to allow the percentage calculations. Tenderer should not
delate the dollar values as it does affect percentage calculations. No Dollar values shall be visible
in the technical submission of the ICV.

2.7 Method Statement


2.7.1 Tender shall submit a method statement demonstrating Tenderers understanding of the Scope
of Work as a minimum detailing:
 Procurement procedures
 Procedures for Material & spares control and management including incoming supply chain.
 In-field logistics
 Fabrication / Manufacturing locations including capacities and certifications
 Critical areas of Company supplied materials
 Engineering support management
 Commissioning requirements
 Installation support

T3 - Data To Be Submitted by Tenderer Page 3 of 18


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

 Critical interfaces and how these will be managed


 Refurbishment process and control
 Shut down work
 Contractor Personnel training process
2.8 Site Establishment
2.8.1 Drawings/layouts of the proposed industrial and accommodation Facilities detailing proposed
locations and dimensions required to support the Scope of Work including but not limited to:
 Office
 Equipment (yard)
 Materials yard
 Material control
 Accommodation
 Workshop
2.9 Health Safety & Environment (HSE)
2.9.1 Tenderer shall, as part of this technical submission, is required to demonstrate a positive attitude
to Health and Safety through the implementation of a preventive management style. The
Contractor will be required to submit with the tender:-
 Contractor HSE Policy & Procedures.
 Summary of their recorded accident statistics including LTIs for the last 5 years.
 HSE Audit records
 A Preliminary HSE plan and list of all Hazards applicable to the contract
2.10 Quality Documentation
2.10.1 Tenderer shall submit:
 A copy of the ISO 9001 or ISO/TS 29001 Certificate.
 If Tenderer’s quality management system is not certified, Tenderer shall submit a copy of a
compliance audit report conducted on Tenderer by an accredited certifying body.
 A copy of the quality manual.
 A preliminary (first draft) project specific quality control plans (ITP) for all critical activities in
accordance with requirements of Company Quality Assurance procedures.(including all
major sub-contracted activities)
2.11 Subcontracting
2.11.1 Tenderer shall submit a list of Subcontractors Tenderer intends to employ for the execution of
the Scope of Work detailing per Subcontractor as a minimum:
a) The full name, address, phone number of each Subcontractor.
b) The areas of the Scope of Work to be subcontracted.
c) The capabilities and experience of each Subcontractor.
d) Details of previous projects where Tenderer used each Subcontractor (if any).
e) Procedures for subcontractor management
2.12 Mobilisation Plan
2.12.1 Tenderer shall submit a detailed (‘level 2’) mobilisation plan leading up to full readiness to start
performing the Scope of Work. This plan shall include a bar chart which shall identify all key
activities, milestones and the activities on the critical path (activities which, if delayed, will impact
the commencement and/or completion dates).
2.12.2 This bar chart shall clearly identify a number of steps for each of the following items:
 Engineering & Project Management
 Procurement
 Establishment & mobilisation of subcontracts
 Recruitment and training of Contractor Personnel
 Construction and establishment of Facilities
 Import and clearance of Equipment and Materials
 Commissioning
 Interim and start-up audits
 Any other item Tenderer deems relevant.

T3 - Data To Be Submitted by Tenderer Page 4 of 18


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

2.13 Scheduling & Execution


2.13.1 Tender shall submit details of the planned schedule for completion of the Work shall be set out
in the form of a bar chart clearly identifying the critical path. The bar chart shall be created using
MS Project, PS6 or equivalent software giving a minimum of "level 3" detail i.e. all major activities
required to complete the Work including the priority of each item and the relevance of each item
for the critical path.
2.13.2 This bar chart programme shall clearly identify:
 Mobilisation to Site
 Design / Detail Engineering
 Procurement of major Material items
 Fabrication
 Mobilisation & establishment of subcontractors
 Installation/ construction
 Substantial Completion Date
 Commencement of Pre-commissioning
 Handover
 Commissioning
 Demobilisation
 Any other item Tenderer deems relevant
2.13.3 The tenderer shall submit a Project Execution Plan which shall include, as a minimum, the
information as described in Appendix 5.

2.14 Design Verification


2.14.1 Tenderer is required to confirm the constructability of the Work and acceptance of the front end
design included in the Tender Documents, including Addenda, by signing and returning Appendix
6 herein.

2.15 Resource Levels


2.15.1 Tenderer shall submit a manpower overview of all projects which have been awarded to Tenderer
but are not yet completed. The project outlined in these Tender Documents shall also be included.
2.15.2 Tenderer shall submit a scheduling and execution resource histogram derived from the bar chart
referenced in Article 2.13 above, detailing planned manning requirements necessary to timely
achieve the milestones for this project.
2.15.3 Tenderer shall submit a list of all major items of Equipment to be utilised for the Work, conforming
to the resource levels in the scheduling and execution resource histogram, necessary to timely
achieve the milestones for this project, in the following format:
Description of Equipment (Capacity, Model) Proposed Utilisation Nos.

2.16 Tender Bond


2.16.1 Tenderer shall provide a tender bond in the exact form given in Appendix 3 herein. The reason
for and the conditions of the tender bond are also outlined in Appendix 3.

2.17 Tenderer Experience


2.17.1 Tenderer shall complete and submit details of relevant projects or contracts executed by
Tenderer similar to the one outlined in the Tender Documents in the last 5 years. The details shall
include:
 Name/ title of project/ contract
 Location of project
 Client and client’s address
 Short description
 Approximate value
 Commencement & Completion dates
 Percentage Completed

T3 - Data To Be Submitted by Tenderer Page 5 of 18


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

2.18 Qualifications/Deviations

2.18.1 The Company stresses that the tender submission shall be without qualifications or deviations
are this may result in disqualification of the Tender. However, if qualifications are seen necessary
by the Tenderer, whether Commercial or Technical, they shall be listed in a separate section titled
“List of Qualifications/Deviations” as part of the technical tender submission.
2.19 Other technical information

2.19.1 Anything else Tenderer intends to include in the Technical Tender which Tenderer deems
important for Company to understand the way Tenderer will execute the Work or Services.
2.19.2 Anything else Tenderer deems necessary as per the requirements listed in Technical Evaluation
Criteria.
2.20 Alternative Technical Tender
2.20.1 Alternative Technical Tenders should consist as a minimum of:
a) A fully detailed proposal listing all the effects on all information provided under this Section
T3.
b) The particular specifications or requirements included in the Tender Documents that are
changed by the Alternative Tender.
2.20.2 Only those deviations and alterations to the Tender that are specifically mentioned in the
Alternative Technical Tender shall be accepted as part of the Alternative Technical Tender. All
other terms and conditions shall remain unaltered.

3.0 Technical Evaluation Criteria


3.1.1 Criteria for technical evaluation is outlined in Appendix 7.

4.0 Commercial Tender


4.1 Form of tender - Commercial
4.1.1 Tenderer shall submit a signed copy of the Form of Tender included in Appendix 2 herein.

4.2 Completed Schedule of Rates (C5)


4.2.1 Tender shall submit a fully completed Schedule of Prices as included in Section C5B of the
Tender Documents.

4.3 Alternative Schedule of Rates


4.3.1 Tender shall submit detailed pricing for any offered Alternative Tender.

4.4 ICV Plan with Commercial Details


4.4.1 Tenderer shall submit the complete ICV Plan (Table A to H) with the dollar value details.

T3 - Data To Be Submitted by Tenderer Page 6 of 18


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Appendix 1 - Form of Tender - Technical Tender

Oman Gas Company S. A. O. C.


P.O. Box 799,
Postal Code 133, Al Khuwair,
Sultanate of Oman

Tender No & Title: OGC/13/2018 - EPC Works for Shafa GSS Debottleneck Project

Dear Sirs,
Having carefully examined the Tender Documents we forward our Technical Tender for the Works
conforming to the requirements of the Tender Documents.
This Technical Tender comprises all requested details as listed in Section T3 and is made in full conformity
with all Tender Documents.
* Further we offer under separate cover an Alternative Tender in accordance with Section T2.
We confirm that this Technical Tender contains no commercial information or references.

Yours faithfully for: [Tenderer company name]

Signature & date:

Full Name:

Position:

Stamp of Tenderer

* Tenderer to delete if not applicable

T3 - Data To Be Submitted by Tenderer Page 7 of 18


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Appendix 2 - Form of Tender – Commercial Tender


The Chairman – Tender Committee
Oman Gas Company S. A. O. C.
P.O. Box 799,
Postal Code 133, Al Khuwair,
Sultanate of Oman

Ref: Tender No & Title: OGC/13/2018 - EPC Works for Shafa GSS Debottleneck Project
Dear Sirs.

We refer to your Invitation to Tender No: OGC/13/2018 dated …………..2018. Having examined carefully
all Tender Documents, we hereby unconditionally offer to execute the scope of the Tender, in full
compliance with the Documents, for the price set out in commercial proposal or for a total amount of RO
………………………..

If our Base or Alternative Tender is accepted, we shall commence the Work on the day advised to us by
Company and Complete the Work in accordance with the Contract within [Tenderer to complete in line with
Tender submission] days from the Commencement Date so advised and in accordance with Letter of
Award.

* Further we offer under separate cover an Alternative Tender in accordance with Section T2.

We further undertake, should our Tender be accepted, to submit to you, within 10 calendar days of receipt
of Letter of Award, a “Performance Bond”

We agree to unconditionally and irrevocably abide by our Tender for a period of 90 days from the Tender
Closing Date and represent that our Tender shall remain binding upon us and may be accepted at any time
up to the expiration of that period.

We acknowledge receipt of the following Circular Letters and Addenda.


Reference Number Date
----------------------------------------------- ----------------------------------------
----------------------------------------------- ----------------------------------------
----------------------------------------------- ----------------------------------------
Yours faithfully,
For: [ ]

Signature: [ ]

Position: [ ] Stamp of Tenderer -------------------

* Tenderer to delete if not applicable

T3 - Data To Be Submitted by Tenderer Page 8 of 18


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Appendix 3 - Tender Bond

TO BE ISSUED BY A BANK OPERATING IN OMAN

Name of Issuing Bank


Reference No: [Bank to complete relevant bank reference number]
Issue Date: [Bank to complete issue date]

Oman Gas Company SAOC


P.O Box 799
Postal Code 133
AI Khuwair
Sultanate of Oman

Attn: Secretary of Tender Committee

Ref: Tender No & Title: OGC/13/2018 - EPC Works for Shafa GSS Debottleneck Project

Tender Bond

By this bond we ____________________________________________________ whose address is


____________________________________________________ hereby guarantee Messer’s.
______________________________________ of _________________________________________
and hold at your disposal the sum of Rial Omani (R.O.) ___________________ being one (1) % of the
Tender Value valid from _____________ until _____________ (a total period of ninety (90) calendar days)
This bond shall be free of interest and payable in cash on your first written demand in the event of the
Tenderer either withdrawing his Tender within a period of ninety (90) calendar days from the date for the
receipt of Tenders or failing to provide a Performance Bond (if applicable) within ten (10) calendar days of
acceptance of the Tender whichever date is earlier without any reference to or contestation on behalf of
the Contractor/Consultant.
This bond should be returned to us upon its expiry or upon fulfilment of our undertaking whichever is the
earlier.

Signed: issuing Bank

T3 - Data To Be Submitted by Tenderer Page 9 of 18


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Appendix 4 - Confirmation of Knowledge of Site Conditions

To
The Chairman
Tender Committee
P.O.Box 799 Al Khuwair
Postal Code 133
Sultanate of Oman

Dear Sirs,

We hereby confirm that we *have visited the site/’s and have made enquiries, examined and
satisfied ourselves/*are fully aware as to the nature and location of conditions which may affect
our obligations under the Contract.

We *have made enquiries/*are aware as to the nature of all existing roads or other means of
transport or communications and as to possible interruptions thereto and as to access to and
from the Site.

We *have made local and independent enquiries/*are aware as to storms, prevailing winds,
climatic considerations generally and other similar matters.

We *have satisfied ourselves/*are aware as to the sources and means of obtaining adequate
supplies of skilled and unskilled persons and all materials and equipment required for carrying
out our obligations under the Contract.

We *have considered/*are aware of the possible effects on the carrying out of the Contract that
may be caused by any breakdown of communications or by reasons for storms, floods or adverse
weather conditions.

We *have acquainted ourselves/*are aware as to the laws and regulations which are applicable
to the Work to be performed by us under the Contract and to have verified that any permits,
approvals and authorisations, if required, can be obtained.

We *have obtained/*are in possession of all necessary information of all matters whatsoever


which may affect our execution of the Contract.

For

Signature

Position

Date
(* Delete as applicable)

T3 - Data To Be Submitted by Tenderer Page 10 of 18


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Appendix 5 - Format of Execution Plan


1.0 General
General approach to execution of the project including clear statements regarding the roles and
responsibilities of the Joint Venture/Consortium participating companies, where applicable. The
overall Omani content of the contract shall be estimated together with a clear statement of the
basis of the calculation and how this will be ensured and monitored during execution of the work.
Any major changes to documents previously submitted during prequalification for the work shall
be described and any updates to information contained therein included as a separate attachment
to the Execution Plan.
2.0 Initial Mobilisation
A detailed plan showing all mobilisation activities. This shall include establishment of Contractor’s
project team, provision of facilities for Company, preparation of initial contract deliverables,
project specific procedures and manuals, provision of other contractual obligations and all other
work scope items required in the initial period.
3.0 Project Management
Project management and control systems and procedures that will be used shall be described
and, for the case of Joint Ventures/Consortia, which of the participating company’s procedures
will be adopted for the various element and phases of the work. Procedures that require
development shall be clearly identified.
Office locations and facilities for all phases of the work shall be described. Preliminary layouts
of construction camps and facilities, including provisions for Company, shall be submitted.
Interface management shall be specifically addressed, with respect to both internal interfaces,
associated with managing the project across the different locations and phases of the work
(Engineering, Procurement and Construction), and external interfaces with other contractors and
third parties including activities during pre-commissioning.
The methodology of collecting information from the various work sites, sub-contractors, Joint
Venture partners etc. for progress reporting shall be described, including integration of reporting
formats from the various parties. The methodology associated with the identification and
acquisition of all relevant authority permits shall be addressed.
The Tenderer shall provide a preliminary list of consents, licences and permits (identifying the
issuing authority) needed for the work.
4.0 Engineering
The main engineering activities shall be identified and execution methodology described.
Computing resources, particularly CAD programs, to be used shall be identified.
Sample drawings (maximum 5 drawings) showing intended typical level of detail shall be
included.
5.0 Procurement
Procurement systems and procedures that will be used, or need to be developed, shall be
addressed and the activities that will be undertaken described including how opportunities will be
given to Omani, suppliers, agents and stockists. The materials management system to be utilised
shall be described and sample printouts included showing typical level of detail of materials
reports. Logistics for materials receipt, storage and management shall be fully described including
material storage facilities, location(s) and organisation in Oman.
Submit a procurement plan for long lead items.
6.0 Construction
Construction camp and equipment storage locations shall be identified including overall layout
drawings with required plot dimensions.
The Tenderer shall provide a construction method statement. The method statement shall include
the construction methodology and logistics for all the different activities that will be undertaken at

T3 - Data To Be Submitted by Tenderer Page 11 of 18


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

the different locations. The method statement shall identify the construction teams to be
employed on the Work and how they will be deployed to meet the Contract Completion Milestone
dates.
Full equipment list shall be included showing all the construction equipment required together
with a full description of each item and what the equipment will be used for. The proposed welding
process shall be clearly described.
7.0 Quality Assurance
The Tenderer shall submit a preliminary Contract Quality Plan.
The Quality objectives of the Work shall be documented and the proposed approach to Quality
Assurance and Quality Control shall be clearly explained. A brief description of all quality related
aspects of the Work shall be given, including whether verification and inspection activities for all
phases, which will be carried out by in house staff or whether, and to what extent, these activities
will be sub-contracted.
A list of applicable procedures, work instructions, checklists, test and inspection plans and the
like that will be used in the performance of the Work shall be included, together with identification
whether these are existing or to be developed.
Specific quality critical activities for the Contract shall be identified and described together with a
clear statement on how these will be managed. Any specific main Quality audits or design reviews
that are intended to be carried out shall be described stating at which stage these will occur and
the make-up of any review team.
An uncontrolled copy of Tenderer's Quality Manual index shall be included.
If Tenderer's Quality Management System is registered to ISO 9000 a copy of the registration
certificate shall be included. If not registered, the Tenderer shall include details of plans to
acquire such registration by the Effective Date of the Contract.
A preliminary criticality rating shall be carried out for all Materials and results included, showing
clearly the items that will be subject to third party inspection.
8.0 Health, Safety and Environment (HSE)
The Tenderer shall submit a Preliminary Contract HSE Plan. The plan shall demonstrate the
Tenderer's understanding of the HSE requirements of the Contract and indicate how compliance
with these requirements will be achieved. The Preliminary Plan shall be based on the guidelines
stated in the Tender Committee HSE Standards Manual and shall address the following elements
as a minimum:
 HSE policy and strategic objectives
 HSE objectives and targets for this project, including responsible party within Tenderer's
organisation to ensure compliance with the Company HSE standards.
 Outline of Manpower Resources and method of competence assurance.
 Methods of management reviews.
 HSE Meetings, including procedures and schedules.
 HSE Training, including nature and scheduling.
 Audits and Inspections, including procedures and schedules.
 Critical Areas - control of subcontractors and other parties interfacing with the operation.
 Critical Areas - hazardous activities.
 Emergency Procedures and Schedules of Emergency Exercises.
The Tenderer shall review all Contract activities, identify any further potential serious hazards,
prepare a hazard analysis and submit detailed proposals to control these hazards, referring to
the relevant training, procedures, supervision and other activities.
The Tenderer shall provide a draft contents list for the Construction Environment Management
Plan.

T3 - Data To Be Submitted by Tenderer Page 12 of 18


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Appendix 6 - Design Verification

Tender No. & Title: OGC/13/2018 - EPC Works for Shafa GSS Debottleneck Project

We hereby confirm we have reviewed and verified the data, information, drawings and material requisitions
provided by Company in Section C6 to prove viability and constructability of the project (‘Design
Documentation’).
Based on this review and verification, we accept full responsibility for the safe construction and
commissioning of the Work in accordance with the Design Documentation and other parts of the Tender
Documents.
We confirm that our Contract Price and Rates for the Work take into account all design uncertainties, and
provide for full realisation of the Work in accordance with the Design Documentation and other parts of the
Tender Documents. We agree that our acceptance of such Design Documentation precludes us from any
claims against Company based on any necessity to deviate from such design as a result of an inability to
construct the Work in accordance with the Tender Documents.

For (Tenderer full name):

Name:

Signed:

Position:

Date:

Stamp of Tenderer

T3 - Data To Be Submitted by Tenderer Page 13 of 18


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Appendix 7 - Technical Tender Evaluation Criteria

The following describes the Technical Evaluation Criteria and Scoring of the Technical submissions:

1 GENERAL

The following describes the Tender Evaluation Criteria and Scoring methodology of the bidders; which will be
in two parts:
• Part A- Mandatory: Shall be evaluated on the basis of PASS / FAIL criteria, based on the table A. If
Bidder fails in any of the points of the mandatory criteria, then the overall result of the mandatory shall
be considered as FAIL and such bidders will not be subjected to the detailed Technical Evaluation of
Part B.
• Part B - Bidders who have passed mandatory, shall be subject to Part B evaluation. 70% minimum
score has to be achieved to carry out the commercial evaluation. Evaluation criteria shall be as per
Table B

Part A - Mandatory (Pass / Fail)

Criteria Pass Fail


1 Allocation of adequate resources to perform the scope of work
(as detailed in C-4) and provide resource plan including
histograms (based on Quantities / Norms).
2 Minimum Level-2 Schedule is provided for the project in
compliance with Substantial Completion date of the project &
as per “Planning & Scheduling for Contractors” document as
attached in C-08
3 Compliance to the complete Scope of Work in line with article
2.18 above

4 List of successful completion of at least 2 numbers of similar


nature of Oil & Gas EPC Projects in the last 5 years.
5 Provide valid Accredited Quality Management System (ISO
9001:2008) certificate
6 Provide valid Accredited HSE Management System (ISO
14001: 2004, OHSAS 18001:2007) certificate.
7 Bidder shall have adequate financial capability to perform the
project (net worth in 2017 is positive) and provide evidence of
proof
8 Submission of In-Country Value Plan

PASS the Mandatory requirement (Yes/No)

T3 - Data To Be Submitted by Tenderer Page 14 of 18


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Part B - Technical Offer

The Part B - Evaluation Criteria consists of three sections as detailed below and the overall score is the sum of
the three individual section scores.

1.1 Contract Management and Organization Experience

A.1 Contract Management and Marking Criteria Marks Weight


Organization Experience
Section weighting – 60% C D
1 List of successfully completed similar • Successful completion of 7 5 30
type of Oil & Gas EPC Projects. projects
Also provide list of Sub-contractors in the • Successful completion of 5
projects 3
respective area of scope.
• Successful completion of 2 2
projects
• No details is provided 0
2 Submission of Project Organization chart • Complete and detailed that 5 15
indicating the names and titles of all meets Company
management and supervisory personnel requirements; incl.
with the levels of authority; along with personnel qualification. 3
CVs for nominated Key personnel as per • Generic / adequate
C-04 (with qualification, experience, • Partially meets Company
present organization, work experience in requirement; incl. 2
similar projects). personnel qualification
• No details is provided or
personnel qualification not 0
meeting requirements
3 Submission of Project Level-2 Schedule • Complete details provided 5 15
as per per “Planning & Scheduling for that meet Company
Contractors” document requirements.
• Partially meets Company 2
requirement
• Not provided or not
meeting requirements 0
4 Present and forecast workload • Complete details provided 5 10
represented by Resources Utilization that meet Company
and List of Projects for the next two years requirements.
2
(incl. similar details of major Sub- • Partially meets Company
contractors). requirement
• Not provided or not 0
meeting requirements
5 Submission of Resource Plan / • Complete details provided 5 10
Manpower Histogram that meet Company
requirements.
• Partially meets Company 2
requirement
• Not provided or not
meeting requirements 0

T3 - Data To Be Submitted by Tenderer Page 15 of 18


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

A.1 Contract Management and Marking Criteria Marks Weight


Organization Experience
Section weighting – 60% C D
Financial capabilities: • Information is complete 5 15
and is generally adequate.
Applicant shall provide financial 3
information (e.g. audited balance sheets) • Information is complete but
over the period of the past 3 years and is inadequate in some
projected next 2 years for the purposes respects.
that it sounds financial position; including • Information is incomplete
a summary of assets, liabilities and and is inadequate in some 2
annual revenues. respects.
• Information is substantially
incomplete and is 0
inadequate.

6 Submission of in-country value plan • Complete and detailed that 5 5


(ICV) meets Company
requirements.
• Generic / adequate 3
• Partially meets Company 2
requirement
• No details is provided 0
Total 100
Total Section Score =( sum of “Score (CxD)”) x (Section Weighting))
Section Score % =Total Section Score x(100 / 500)

1.2 Health, Safety and Environment (HSE) and Quality Assurance

Quality, Health, Safety and


A.2 Marking Criteria Marks Weight
Environment (HSE)
Section weighting – 10% C D
1 Bidder has HSE management system • Complete and detailed that 5 15
and HSE policy. Bidder provided a meets Company
description of the various elements of the requirements.
3
Bidder's management system and how • Generic / adequate
this is implemented. Compliance to HSE • Partially meets Company 2
requirement as stipulated in C9. requirement 0
• No details is provided
2 A Preliminary HSE plan and list of all • Complete and detailed that 5 15
Hazards applicable to the Tender is meets minimum
provided. requirements.
• Generic / adequate 3
• Partially meets Company 2
requirement
• No details is provided 0
3 Satisfactory HSE performance in the past
5 years. Provide details:

T3 - Data To Be Submitted by Tenderer Page 16 of 18


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Quality, Health, Safety and


A.2 Marking Criteria Marks Weight
Environment (HSE)
Section weighting – 10% C D
3a No. of Injuries / Illness / Lost Workdays • No. is 0-5 & fatality is 0 5 10
for the last 5 years • No is 6-10 & fatality is 0 3
• No. is 11-15 & fatality is 0
• No. is more than 15 or 2
there is fatality 0
3b HSE Audit records for previous project(s) • Satisfactory 5 15
• Partially meets Company 3
requirement
• Not satisfactory 0
4 Project Specific Preliminary Contract • Complete and detailed that 5 15
Quality Plan. meets Company
requirements.
• Generic / adequate 3
• Partially meets Company 2
requirement
• No details is provided 0
5 Provide Quality Management Manual • Complete and detailed that 5 10
meets minimum
requirements.
• Generic / adequate 3
• Partially meets Company 2
requirement
• No details is provided 0
6 Bidder to provide the following: • Complete and detailed that 5 10
meets Company
1. Procedures and quality plan for requirements.
Controlling of Sub-contractors
• Generic / adequate 3
submitted and is adequate.
• Partially meets Company 2
2. An effective Material Control
requirement
Procedure in place.
• No details is provided 0
3. An effective change control /
deviation Procedure in place.
7 A preliminary (first draft) project specific • Complete and detailed that 5 10
quality control plans (ITP) for all critical meets Company
activities in accordance with requirements.
requirements of Company Quality • Generic / adequate 3
Assurance procedures.(including for the • Partially meets Company 2
all major sub-contracted activities) requirement
• No details is provided 0
Total 100
Total Section Score =( sum of “Score (CxD)”) x (Section Weighting))
Section Score % =Total Section Score x(100 / 500)

T3 - Data To Be Submitted by Tenderer Page 17 of 18


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

1.3 Execution of Work

A.3 Technical Marking Criteria Marks Weight


Section weighting – 30% C D
1 Submission of The Project Execution Plan • Complete and detailed 5 40
along with detail explanation for activities that meets Company
of: requirements.
• Engineering Management Plan
• Procurement Management Plan • Generic / adequate 3
• Mobilization, Temporary Facilities
and Utilities Plan, Location of Lay-
• Partially meets Company 2
down, Pre-fabrication, Pre-casting
requirement
and Batching Plant Areas, Workforce
Camp and Busing Proposal; as
applicable 0
• No details is provided
• Construction; incl. Site Access
Management and Work Shift Plan,
Proposed Subcontractors & their
Management Plan, etc.
• Pre-commissioning & Commissioning
Management Plan
• Guarantee run & Handover
• Detailed schedule
• Interface Management Plan
• Resource planning through execution
of the project.
2 Submission of Method statements • Complete and detailed 5 30
(typical) for major activities: construction, that meets Company
pre commissioning and commissioning requirements.
• Generic / adequate 3
• Partially meets Company 2
requirement
• No details is provided 0
3 Provision of preliminary technical • All data sheets and in 5 30
description, data sheets, documents, accordance with the
spare parts list, BOM, drawings for all long specification with no
lead items required for this project. exceptions
• All data sheets are
provide. Exceptions are 3
listed clearly.
• Partially meets Company 2
requirement
• One or more data sheet is
missing 0
Total 100
Total Section Score =( sum of “Score (CxD)”) x (Section Weighting))
Section Score % =Total Section Score x(100 / 500)

Grand Total Score = (sum of Section Score %) A1 + A2 + A3

T3 - Data To Be Submitted by Tenderer Page 18 of 18


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

DOCUMENT C-1

FORM OF AGREEMENT

C1 Form of Agreement – Rev. Mar 2017 Page 1 of 5


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Form of Agreement

This contract is made on [XXX] day of [Month] 2018 between:-

OMAN GAS COMPANY S.A.O.C. a closed joint stock company, incorporated in the Sultanate of
Oman under registration number 1/64413 and whose address is P.O. Box 799, Postal Code 133, Al-
Khuwair, Sultanate of Oman (the “Company”), and
[Insert Contractor name] a company, incorporated in under registration number CR.No. xxxxxxxx
and whose Head Office is at xxxxxx, P.O. Box No. xxx, Postal Code No. xxxx, xxxxxxx, Sultanate of
Oman (the “Contractor”)
WHEREAS :
A. The Company requires the Contractor to provide the Work in accordance with the terms and
conditions of this Contract for “EPC Works for Shafa GSS Debottleneck Project”
and,

B. The Contractor represents and warrants that it is willing and able to provide such work in
accordance with the requirements of the Contract;
NOW THEREFORE THE PARTIES HERETO AGREE AS FOLLOWS:
1. The Company hereby unconditionally appoints [Company appointed person], [Designation] as
the Contract Holder having the authorities set forth in General Conditions (Schedule C-3).

2. The Contractor hereby unconditionally appoints [Contractor appointed person], [Designation] as


the Contract Manager having the authorities set forth in General Conditions (Schedule C-3).

3. In this Contract and Schedules thereto, words and expressions shall have the meanings set out
in General Conditions (Schedule C-3) and other Schedules of the Contract.

4. The Work shall be carried out by the Contractor in accordance with the following Schedules
which, together with any documents incorporated by reference therein, shall form the Contract:

Schedule C-1 Form of Agreement

Schedule C-2 Special Conditions

Schedule C-3 General Conditions

Schedule C-4 Scope of Work

Schedule C-5A Schedule of Price Preambles

Schedule C-5B Pricing Schedules (Excel Sheets)

Schedule C-6 Technical Specifications & Drawings

Schedule C-7 Omanisation/Local Content

Schedule C-8 Procedures for Contractor

Schedule C-9 HSE Specifications

Schedule C-10 Data Provided by Contractor

The Contractor hereby declares to have full knowledge and understanding of the content of all
documents whether contained or referred to in the Contract.

C1 Form of Agreement – Rev. Mar 2017 Page 2 of 5


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

5. The documents forming part of the Agreement shall be taken as mutually explanatory and
complementary. In case of any conflict or contradiction, and unless otherwise provided for in the
Agreement, the order of priority of the Sections forming the Agreement shall be as that given in
item 4 herein.

6. Provided the Contractor performs and completes the Work in accordance with the provisions
and requirements of the Contract, the Company shall pay or shall cause to pay the Contractor in
exchange and in consideration thereof, the Contract Value in accordance with the provisions of
the Contract and in the manner set out in Schedules of Prices (Schedule C-5)

7. The Parties agree that this Contract shall commence on the date of award letter (or such other
date as mutually agreed in writing between both the Parties) and shall end on the Completion
Date, or date of the Final Acceptance Certificate issued by Company unless terminated earlier in
accordance with the terms of the Contract. (Schedule C-3)

8. The Contractor shall, in accordance with the General Conditions (Schedule C-3), provide the
Company with a Performance Bond in the Company approved format (Schedule C-8)

9. The Contract constitutes the entire agreement between the Parties and supersedes all prior
negotiations, representations, warranties and agreements related to the Contract, whether
written or oral. All other terms and conditions, including but not limited to Contractor's general
terms and conditions, if any, are explicitly rejected and shall not be applicable to the Work or
form part of the Contract.

10. No amendments to the Contract shall be effective, unless evidenced in writing and duly signed
by the authorized representative of the Parties

11. The Contractor agrees that this Contract is not evidence of an exclusive arrangement and that
the Company may purchase similar Work and/or Services from contractors other than the
Contractor.

12. Any notice by either Party to the other concerning the Contract shall be given in accordance with
the General Conditions (Schedule C-3) at the following address:-

Contractor Address xxxxxxxxxxxxxxxxxx


Telephone No. +968 xxxxxxx
Fax. No. +968 xxxxxxx

Company Address Oman Gas Company,


P.O. Box 799, Postal Code 133
Al Khuwair, Sultanate of Oman
Telephone No. +968 24466000
Fax. No. +968 24469000

13. The applicable law and arbitration shall be as set out in the General Conditions (Schedule C-3)
of Contract.

C1 Form of Agreement – Rev. Mar 2017 Page 3 of 5


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

IN WITNESS WHEREOF the parties have executed this Contract in duplicate:

For: Oman Gas Company S.A.O.C .(the ‘’Company’’)

Signature

Name

Position:

Date:

For: ………………………… .(the ‘’Contractor’’)

Signature

Name

Position:

Date:

C1 Form of Agreement – Rev. Mar 2017 Page 4 of 5


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Appendix to the Form of Agreement:

1. Commencement Date Date of Letter of Award (LoA) - [To be inserted]

70 weeks from Commencement Date - [To be


2. Substantial Completion Date
inserted]

74 weeks from Commencement Date - [To be


3. Commissioning Completion Date
inserted]

86 weeks from Commencement Date - [To be


4. Guarantee Run Completion Date
inserted]

4. Contract Price [To be inserted]

45 days from the date of invoice and work


5. Payment Terms
completion certificate.

6. Penalties for Delay Refer C5, Schedule E2 – Penalty Milestone

7 Advance Payment 10% of the Contract Price

8. Performance Bond 5% of the Contract value

9. Company Contract Holder [To be inserted]

10. Contractor’s Contract Manager [To be inserted]

C1 Form of Agreement – Rev. Mar 2017 Page 5 of 5


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

C 2 – Special Conditions and Addenda

C2 Special Conditions – Rev. Mar 2017 Page 1 of 2


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

1. SPECIAL CONDITIONS
1.1. General
The General Conditions can only be amended by the Special Conditions; the Parties shall ensure
that all amendments to the General Conditions are incorporated within these Special Conditions.

2. ADDENDA/CIRCULARS
To the extent that an Addenda amends or varies any Section forming part of the Contract such
Addenda shall have effect as if it was contained in, and formed part of, that Section. In the event
of any conflict or contradiction between the provisions of any Addenda and the Section which is
amended or varied by such Addenda the provisions of the Addenda shall prevail. In the event of
conflict or contradiction between Addendum then the Addenda bearing the later date shall prevail.

2.1. Circular/Addendum No 1 (Ref: … /…. /…. )


Refer to pages No. …….. to ……… attached

2.2. Circular/Addendum No 2 (Ref: … /…. /…. )


Refer to pages No. …….. to ……… attached
(Add as applicable)

3. POST TENDER CLARIFICATIONS

3.1. Request for Post Tender Clarification No 1 (Ref: … /…. /…. )


Refer to pages No. …….. to ……… attached
Contractor’s Post Tender Clarification No 1 (Ref: … /…. /…. )
Refer to pages No. …….. to ……… attached

3.2. Request for Post Tender Clarification No 2 (Ref: … /…. /…. )


Refer to pages No. …….. to ……… attached
Contractor’s Post Tender Clarification No 2 (Ref: … /…. /…. )
Refer to pages No. …….. to ……… attached
(Add as applicable)

4. LETTER OF AWARD
Letter of Award referenced ……………… dated ……………..
Refer to pages No. …….. to ……… attached

C2 Special Conditions – Rev. Mar 2017 Page 2 of 2


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Document C-3

General Conditions for


Construction & EPC Contracts

General Conditions for Construction & EPC Contracts – Rev. Mar 2017 Page 1 of 39
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

CONTENTS

ARTICLE - 1. DEFINITIONS................................................................................................ 3
ARTICLE - 2. INTERPRETATION OF THE CONTRACT......................................................... 6
ARTICLE - 3. WORK .......................................................................................................... 7
ARTICLE - 4. PROGRESS OF THE WORK ........................................................................ 10
ARTICLE - 5. FORCE MAJEURE ...................................................................................... 13
ARTICLE - 6. INSTRUCTIONS AND VARIATIONS TO CONTRACT ...................................... 14
ARTICLE - 7. MATERIALS AND CONSTRUCTION EQUIPMENT ......................................... 15
ARTICLE - 8. INSPECTION AND TESTING ........................................................................ 18
ARTICLE - 9. SUBSTANTIAL COMPLETION AND COMPLETION ........................................ 19
ARTICLE - 10. WARRANTY FOR THE WORK ...................................................................... 20
ARTICLE - 11. SUSPENSION AND TERMINATION .............................................................. 21
ARTICLE - 12. PAYMENT .................................................................................................. 23
ARTICLE - 13. DUTIES AND TAXES ................................................................................... 25
ARTICLE - 14. RIGHT TO AUDIT ........................................................................................ 25
ARTICLE - 15. OMANISATION AND IN COUNTRY VALUE.................................................... 26
ARTICLE - 16. HEALTH, SAFETY AND ENVIRONMENT ....................................................... 26
ARTICLE - 17. LIABILITIES AND INDEMNIFICATION ........................................................... 27
ARTICLE - 18. INSURANCE BY COMPANY (NOT APPLICABLE) .......................................... 29
ARTICLE - 19. INSURANCE BY CONTRACTOR .................................................................. 29
ARTICLE - 20. REPRESENTATIVES OF THE PARTIES ........................................................ 30
ARTICLE - 21. SUBCONTRACTORS & MANUFACTURERS.................................................. 31
ARTICLE - 22. CONTRACTOR PERSONNEL ....................................................................... 31
ARTICLE - 23. LAWS, PERMITS AND REGULATIONS ......................................................... 33
ARTICLE - 24. OWNERSHIP, PATENTS AND PROPRIETARY RIGHTS ................................. 33
ARTICLE - 25. CONFIDENTIALITY ..................................................................................... 36
ARTICLE - 26. BUSINESS ETHICS AND PRINCIPLES ......................................................... 37
ARTICLE - 27. CLAIMS ...................................................................................................... 37
ARTICLE - 28. ASSIGNMENT ............................................................................................. 37
ARTICLE - 29. APPLICABLE LAW AND DISPUTE RESOLUTION .......................................... 37
ARTICLE - 30. NOTICES .................................................................................................... 38

General Conditions for Construction & EPC Contracts – Rev. Mar 2017 Page 2 of 39
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

ARTICLE - 1. DEFINITIONS
The following definitions shall apply to the General Conditions and, unless the context requires
otherwise, to the other Sections forming part of the Contract.
1.1. Affiliates
Shall mean:
In respect of Company
Any corporations, partnerships, trusts, or other entities which have a direct or indirect
ownership interest in Company.
In respect of Contractor, Sub-contractor, or Other Contractor
Any corporations, partnerships, trusts, or other entities which are
a) more than 50% owned by Contractor, Sub-contractor or Other Contractor, or
b) owners directly or indirectly of more than 50% of Contractor, Sub-contractor, or Other
Contractor, or
c) more than 50% owned directly or indirectly by the same entity which owns Contractor,
Sub-contractor or Other Contractor.
1.2. Associated Companies
Shall mean an ultimate holding company of any Company Affiliates and the subsidiaries in any
tier in the chain of ownership of such ultimate holding companies where the immediate parent
company has a controlling interest or an ownership interest of fifty percent (50%) or more.
1.3. Capital Area
Shall mean all locations in the area known as Governate of Muscat in the Sultanate of Oman.
1.4. Company Group
Shall mean Company, Company Affiliates and Associated Companies and their respective
directors, officers and employees (including agency personnel), but shall not include any
member of Contractor Group.
1.5. Company Personnel
Shall mean all individuals, whether employees or not, engaged on the Work by Company.
1.6. Confidential Information
Shall mean all knowledge, data or information acquired by Contractor from, or disclosed to
Contractor by, Company, or on behalf of Company, in connection with the Work in writing,
drawings, magnetic tapes, computer programs or in any other way, as well as all information,
data or information derived there from, to the extent that such knowledge, data or information
at the time of such acquisition or disclosure is not either already in the unrestricted possession
of Contractor or part of public knowledge or literature.
1.7. Confidential Record
Shall mean all documents and any other material containing Confidential Information.
1.8. Construction Equipment
Shall mean all transport, construction, testing, inspection and other equipment, tools,
implements, consumables, temporary works and such other items as are required for the
realisation of the Work, but excluding Materials.
1.9. Contract Dates
1.9.1. Commencement Date:
Shall mean the date stipulated in Section C1 after which Contractor shall be ready to
commence executing the Work. If no date has been stipulated in the Contract, the
Commencement Date shall be the Effective Date.
1.9.2. Completion Date:
Shall mean the date stipulated in the Contract, or as amended by a Variation to Contract in
accordance with the terms of the Contract, by which Contractor must achieve Completion of
the whole of the Work.
1.9.3. Effective Date:

General Conditions for Construction & EPC Contracts – Rev. Mar 2017 Page 3 of 39
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Shall mean the date, on which the Contract was awarded or is signed by both parties,
whichever is earlier.
1.10. Contract Holder
Shall mean the person appointed as such by Company and named as such in the Contract,
having the authorities set forth in the Article - 20 herein.
1.11. Contract Manager
Shall mean the person appointed as such by Contractor and named as such in the Contract,
having the authorities set forth in the Article - 20 herein.
1.12. Contractor Group
Shall mean Contractor and its Affiliates, its Subcontractor and their Affiliates, its and their
respective directors, officers and employees (including agency personnel), of the aforesaid,
but shall not include any member of Company Group. Contractor Group shall also mean
subcontractors (of any tier) of Subcontractors who are performing Work at any Site, their
Affiliates, their directors, officers and employees (including any agency personnel).
1.13. Contractor Personnel
Shall mean all individuals, whether employees or not, engaged on the Work by Contractor or
any Subcontractor.
1.14. Contract Price
Shall mean the sum of money stated in the Pricing Summary of C5 Schedule of Prices, subject
to such additions thereto or deductions there-from as may be made under the provisions of
the Contract.
1.15. Documents
Shall mean all drawings, calculations, computer software (programs), patterns, models,
operation and maintenance manuals and all other manuals and information of whatever nature
submitted by Contractor.
1.16. Facilities
Shall mean any of Contractors offices, bases, yards, warehouses, workshops, laboratories,
camps or other installation or facility in the country of operation required to complete the Work.
1.17. Foreign Products
Shall mean all Materials which are not National Products or Products of GCC Origin.
1.18. Instruction
Shall mean communication issued by Company in accordance with the Article - 6 herein
requiring Contractor to alter all or part of the Work.
1.19. Interior
Shall mean all locations in the Sultanate of Oman outside the Capital Area.
1.20. Key Personnel
Shall mean Contractor Personnel occupying positions defined in the Contract as being Key
Personnel.
1.21. Lien
Shall mean a charge or claim by one party on the property of another as security for the
payment of a debt or duty.
1.22. Manufacturer or Vendor
Shall mean the person or company which completes the manufacture and/or assembly of
Materials.
1.23. Materials
Shall mean all materials, supplies, consumables, machinery and other items procured and
supplied by Company and/or Contractor to be incorporated in the Work, including spare parts.

General Conditions for Construction & EPC Contracts – Rev. Mar 2017 Page 4 of 39
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

1.24. National Products


Shall mean all products entirely produced in the Sultanate of Oman.
1.25. Notices
Shall mean instructions, notifications, agreements, authorisations, approvals and
acknowledgements related to the Contract.
1.26. Omanisation, Omanise and Omanised position
Shall mean the complete and permanent transfer, of a position of employment to an Omani
national. Omanisation of any position, or an Omanised position shall not be deemed complete
until training has been finalised and relevant expatriate Personnel, to be transferred from the
position, has forfeited all duties and responsibilities for the position.
1.27. Products of GCC Origin
Shall mean all products of which the added value resulting from production in one of the
member states of the Gulf Co-operation Council is not less than 40% of the final value of such
products on completion of production.
1.28. Programme (or Construction Schedule)
Shall mean the detailed Work plan complying with the requirements of the Article headed
“Work”. If the term “Construction Schedule” is used in any of the other documents of the
Contract it shall have the same meaning as “Programme”.
1.29. Rates
Prices given in the Contract (Section 5 - Schedule of Rates) which will become due to
Contractor upon completion of stated activities, as and when those activities have been
instructed by Company.
1.30. Site
Shall mean all premises, areas, lands, waters and other places where the Work or activities in
connection with the Work are performed including; offices, workshops, camp or messing
facilities for Contractor Personnel and places where equipment, materials or supplies are
being obtained, stored or used for the purposes of the Contract.
1.31. Subcontract
Shall mean a contract placed by Contractor or any Subcontractor for the performance of any
part of the Work, including but not limited to the supply of Materials.
1.32. Subcontractor
Shall mean any party to whom any part of the Work has been subcontracted, whether by
Contractor, by a Subcontractor of Contractor, or by a subcontractor of a Subcontractor.
1.33. Substantial Completion, Completion, Final Completion
1.33.1. Substantial Completion
Shall mean that the Work, or any part thereof, is ready for operational or functional occupation,
when so certified by Company, with due allowance for minor outstanding items as stated in a
list to be agreed between Company and Contractor but with all required tests having been
completed. The date of issue of the Substantial Completion certificate shall be the date on
which Contractor is deemed to have achieved Substantial Completion of the Work or the part
of the Work specified in the certificate.
1.33.2. Completion
Shall mean the whole of the Work has been completed in accordance with the requirements
of the Contract, when so certified by Company, with no exceptions or outstanding items. The
date of issue of the Completion certificate shall be the date on which Contractor is deemed to
have achieved Completion.
1.33.3. Final Completion
Shall mean that a Completion certificate has been issued and that the Warranty Period,
including any extension thereof, has expired, when so certified by Company.

General Conditions for Construction & EPC Contracts – Rev. Mar 2017 Page 5 of 39
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

1.34. Technical Information


Shall mean all design data, design standards, calculations, drawings, specifications, and such
other information referred to, provided by or caused to be provided by Company pursuant to
the Contract.
1.35. Third Party
Shall mean any party other than Company Group or Contractor Group.
1.36. Variation to Contract
Shall mean any alteration or amendment to the Contract agreed by Company and Contractor
in writing and in accordance with the Procedures for Contractors.
1.37. Warranty Period
Shall mean the period during which Contractor shall be liable for the Work in accordance with
the Article headed “Warranty for the Work”. Unless stipulated otherwise in the Contract, the
Warranty Period for the Work or any part thereof shall be eighteen (18) months from
Substantial Completion or twelve (12) months from Completion, whichever period ends first,
or as extended in accordance with the provisions of the Article headed “Warranty for the Work”.
1.38. Work
Shall mean all work to be carried out and all services rendered by Contractor including all
temporary work, design, engineering, procurement, assembly, construction, installation and
commissioning work to be performed by Contractor for and in connection with the permanent
and temporary works, the provision and operation of all Construction Equipment, and all other
work and services to be carried out by Contractor under the Contract.

ARTICLE - 2. INTERPRETATION OF THE CONTRACT


2.1. Omissions, errors and ambiguities
2.1.1. Contractor shall ensure that the Work is executed and completed in accordance with the
Contract. Any omissions, errors or other such deficiencies in the Contract shall not relieve
Contractor from its obligation to perform the Work in accordance with standards which are
generally accepted by the petroleum industry and gas field practice.
2.1.2. Contractor shall notify Company of any errors, ambiguities or discrepancies, between or within
any of the Contract sections, as and when they are identified. Such deficiencies shall be
clarified by Company in writing, and by Instruction if the clarification changes the form,
specification, quality or quantity of the Work.
2.1.3. Contractor shall have a duty to mitigate costs arising from a failure to notify Company at the
time an error or ambiguity or discrepancy could reasonably have been identified by an
experienced Contractor. Contractor shall be barred from claiming an adjustment of the
Contract Price and the Completion Date unless, in Company's reasonable opinion, the
deficiency could not have been reasonably foreseen on or before the Effective Date.
2.2. References, notices and language
2.2.1. All correspondence, documentation and discussion related to the Contract and the Work shall
be in the English language unless specifically instructed otherwise by Company.
2.2.2. All instructions, notifications, agreements, authorisations, approval and acknowledgements
shall be in writing.
2.2.3. Unless a reference to an Article specifies either a heading, title or a particular number then
such reference shall be deemed to be to the same Article of the Contract within which the
reference appears. Reference to a Clause shall be interpreted in the same way.
2.2.4. No failure on the part of Company to enforce or to require the strict adherence and
performance of any of the provisions of the Contract shall constitute a waiver of such
provisions, or affect any of Company's rights under the Contract.
2.2.5. No heading, index, title, subtitle, subheading or marginal note of the Contract shall limit, alter
or affect the meaning or operation of the Contract.
2.2.6. Words imparting the singular include the plural and vice versa where the context requires.

General Conditions for Construction & EPC Contracts – Rev. Mar 2017 Page 6 of 39
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

2.2.7. Contractor shall act as an independent contractor with respect to the Work and neither
Contractor nor any Subcontractor nor any Contractor Personnel shall be deemed to be the
personnel or a representative of Company.
2.2.8. Any reference to statute, statutory provision or statutory instrument shall include any re-
enactment or amendment thereof for the time being in force.
2.3. Effect of illegality
2.3.1. If any provision of the Contract proves unenforceable because it is contrary to any mandatory
rule of law, the validity of the remaining provisions of the Contract will in no way be affected.
In such case, the parties shall be bound to perform as intended by the affected provision as
closely as possible without infringing any mandatory rule of law.

ARTICLE - 3. WORK
3.1. Work and workmanship
3.1.1. Contractor shall, subject to the provisions of the Contract, and with due care and diligence,
carry out the Work and provide all labour, (including the supervision thereof), Materials,
Construction Equipment, consumables and all other items, whether of a temporary or
permanent nature, required for the Work or reasonably inferred from the Contract.
3.1.2. Contractor shall execute the Work in a proper, workmanlike manner with properly equipped
facilities and in accordance with the specifications and standards given in the Contract and in
line with recognised good modern oil and gas industry practice and with the skill to be expected
of a reputable contractor experienced in the types of work to be carried out under the Contract.
3.1.3. Contractor represents that it has the experience, skills, knowledge, capability (including
sufficient and competent supervisory and other Contractor Personnel) and all necessary
facilities and resources to efficiently and expeditiously perform the Work in accordance with
the Contract and that it shall provide such expertise, skills, knowledge, capability, facilities and
resources.
3.1.4. In the event that Contractor provides any Materials or Construction Equipment for which there
is no detailed specification included in the Contract and /or any related Purchase Order then
these Material or Construction Equipment shall be new or as new, of good quality and
workmanship and fit for the intended purpose required under the Contract.
3.1.5. No review, consent, approval or acknowledgement by Company shall relieve Contractor from
any liability or obligation under the Contract.
3.1.6. Notwithstanding the expiry or termination of the Contract, Contractor shall not abandon any
Work in progress and shall complete the Work in accordance with the Contract. The terms
and conditions of Contract shall remain in full force and effect during the period required to
complete the Work.
3.2. Supervision by Contractor
3.2.1. Contractor shall provide all necessary supervision during the performance of the Work. Such
supervision shall be given by competent persons having adequate knowledge of the
operations to be carried out (including the methods and techniques required, the hazards
likely to be encountered and the methods of preventing accidents) as may be required for the
satisfactory performance of the Work.
3.2.2. Contractor shall execute the Work in strict accordance with the Contract and shall comply with
and adhere strictly to Company's Instructions and directions on any matter concerning the
Work.
3.3. Protection of Company's interests
3.3.1. Contractor shall at all times perform the Work in a manner that will safeguard and protect
Company's interests and take all necessary steps to prevent abuse or uneconomical use of
Materials, facilities, or Construction Equipment made available to Contractor by Company.
3.3.2. Where Company or other contractors of Company are working on the Site then Contractor
shall liaise with these other contractors to mitigate any effect or potential effect on the
execution and progress of the Work.

General Conditions for Construction & EPC Contracts – Rev. Mar 2017 Page 7 of 39
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

3.4. Information for the Work


3.4.1. Contractor shall be deemed to have satisfied itself, before entering into the Contract as to the
extent and nature of the work, including but not limited to all information which may be needed
to perform the Work in accordance with the Contract, the character of the Work, local
conditions and facilities, safety requirements, employment and industrial matters and all other
circumstances that may influence or affect the performance of the Contract.
3.4.2. Contractor shall immediately inform Company in writing if it has insufficient information to
commence or proceed with the Work.
3.4.3. Contractor shall be deemed to have obtained all available information as to risks,
contingencies and all other circumstances which may influence or affect the performance
under the Contract.
3.4.4. Contractor shall check and verify any information obtained in writing from Company, and shall
advise Company of any errors discovered therein. Company shall not be liable for any
inaccuracy or insufficiency in the information given to or used by Contractor, except in the
event and to the extent that such information is supplied by Company under the Contract and
it is clearly impracticable for Contractor to check such information or where the obligation to
check is explicitly waived in the Contract.
3.5. Knowledge of the Site
3.5.1. The Contractor warrants to have inspected and examined the Site, the soil, the route, its
surroundings and information available in connection therewith and is deemed to have
satisfied himself as to the form and nature of the Site and the route including the sub-surface
conditions, the hydrological and climatic conditions (which includes heavy rainfall, floods and
sandstorms which may occur from time to time and which could result in the Site and roads
becoming temporarily impassable), underground construction, fossils, antiquities,
archaeological remains and environmental contamination, the extent and nature of all things
necessary for the completion of the Work, the means of access to the Site and the
accommodation the Contractor may require.
3.5.2. The Contractor's undertaking to carry out the Work for the Contract Price shall be deemed to
be based on and made in the light of all the above data and conditions and all criteria of design
which the Company has required the Contractor to undertake in carrying out the Work.
3.5.3. The Contractor shall verify and endorse the accuracy of any sub-soil information included in
the Contract. If the Contractor shall fail to verify and endorse the said information for whatever
reason, the Contractor will be deemed to have done so and to have accepted liability therefore.
3.5.4. No claim by the Contractor of any nature whatsoever (including claims based in contract or
tort, or claims for additional payment or for extensions of time) will be allowed on the ground
of any misunderstanding or misapprehension (except for fraudulent misrepresentation) in
respect of the matters referred to in this Article 3.5 or otherwise or on the ground of any alle-
gation or fact that incorrect or insufficient information was given to it by any person whether in
the employ of the Company or not or of the failure on its part to obtain correct and sufficient
information, nor shall the Contractor be relieved from any risks or obligations imposed on or
undertaken by it under the Contract on any such ground or on the ground that it did not or
could not foresee any matter which may in fact affect or have affected the execution of the
Works.
3.6. Cleanliness of the Site
3.6.1. Contractor shall ensure that accumulations of waste material and rubbish on the Site arising
out of or in connection with the Work are kept to a minimum and are frequently removed from
the Site or removed at the request of Company.
3.6.2. Upon Completion of the Work Contractor shall leave the Site in a clean and orderly condition
with nothing left buried or hidden. Contractor Representative or Contractor Site
Representative shall remain at the Site until all restoration and cleaning work has been carried
out to the satisfaction of Company.
3.7. Urgent Work
3.7.1. If, in the opinion of Company, any work, repair or remedial action is urgently required, either
for the security or safety of the Site or for the progress of work or services being performed by

General Conditions for Construction & EPC Contracts – Rev. Mar 2017 Page 8 of 39
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Other Contractors or for any other reason which justifies immediate action, and Contractor is
unable or unwilling to execute such work, repair or remedial action, then Company may call in
Other Contractor and/or utilise such equipment as it requires to carry out any such work, repair
or remedial action which it considers necessary. In such case Company shall be responsible
for the operation of such equipment and be liable for any loss or damage to such equipment.
3.7.2. If the work, repair or remedial action so carried out by Company or an Other Contractor was
Contractor's responsibility then all costs and charges properly incurred shall be recoverable
by Company from Contractor. Company shall, as soon as may be reasonably practicable after
the occurrence of any emergency necessitating urgent action as referred to above, advise
Contractor thereof in writing.
3.8. Setting out of the Work
3.8.1. Contractor shall be liable for the true and proper setting out of the Work in relation to original
points, lines and levels of reference given by Company in writing, for the correctness of the
position, levels, dimensions and alignment of all parts of the Work and for the provision of all
necessary instruments, appliances and labour in connection therewith.
3.8.2. If at any time during the execution of the Work any error appears or arises in the position,
levels, dimensions or alignment of any part of the Work Contractor shall inform Company and
Contractor shall rectify such error at its own cost.
3.8.3. The checking of any setting out or of any line, level, co-ordinate, or position of a marker by
Company shall not in any way relieve Contractor of its responsibility for the correctness
thereof.
3.8.4. Contractor shall be responsible for the preservation of bench marks, pegs or other marks used
in setting out the Work and shall not remove any pegs or marks without properly fixing such
other marks as will enable replacement of them in their original positions. It shall also be the
duty of Contractor to replace all such pegs and marks so removed and if Contractor fails to
replace such pegs and marks when required to do so by Company then the cost of such
replacement shall be for Contractor's account.
3.9. Use of explosives
3.9.1. Under no circumstances will the use of explosives be permitted unless the use thereof has
been provided for in the Contract or Company's written approval has been obtained prior to
the use of such explosives.
3.9.2. When the use of explosives is permitted Contractor shall use utmost care not to endanger life
or adjacent property, and shall comply with all laws, rules, and regulations governing the
hauling, storing, handling or use of such explosives, including the securing of all necessary
permits thereof.
3.10. Support Services and Facilities Provided by Company
3.10.1. Company shall provide to Contractor only those support services and/or facilities, as stipulated
in the Contract, and the provision of such support services and/or facilities is made subject to
availability. In the event that Company fails to provide, delays or suffers interruption in
providing such support services or facilities Contractor shall have an obligation to take all
reasonable measures to mitigate any effect or potential effect on the execution and progress
of the Work.
3.10.2. Unless stated otherwise in the Contract all Company provided support services and/or facilities
shall be charged to Contractor at: -
a) Net cost where facilities and/or services are provided by a third party; or
b) Applicable internal charge, as established by Company.
3.10.3. Contractor shall be responsible for establishing the level and method of charge to be applied
for any Company provided support services or facility prior to its provision.
3.11. Design by Contractor
3.11.1. Contractor shall carry out and be responsible for, the design of the Work, and to the extent
required by the Contract, such design shall be included as part of the Work. Design shall be
completed to the requirements laid down in the Contract. Where such requirements are not

General Conditions for Construction & EPC Contracts – Rev. Mar 2017 Page 9 of 39
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

detailed in the Contract then Contractor shall be required to complete the design on a “fit for
purpose” basis to Industry accepted standards and to the extent required by the Contract.
3.11.2. Contractor holds itself, its designers and design Subcontractors as having the experience and
capability necessary for the design. Contractor undertakes that the designers shall be
available to attend discussions with Company at all reasonable times during the Contract
Period.
3.11.3. Documentation
Contractor shall prepare Documents in sufficient detail to satisfy all regulatory approvals, to
provide suppliers and construction personnel with sufficient instruction to execute the Work
and to describe the operation of the completed Work. Company shall have the right to review
and inspect preparation of Documents wherever they are prepared.
Where required by the Contract documents shall, when ready for use, be submitted to
Company for pre-construction review. Unless stated otherwise such review period shall not
exceed twenty-one (21) calendar days from the receipt of Documentation by Company.
If Company instructs that further Documents are necessary to complete the Work, Contractor,
upon receiving Company’s instruction, shall immediately prepare such Documentation in
accordance with the terms of the Contract.
3.11.4. Consent or approval by Company of Design or Documentation in no way relieves Contractor
from the requirement to satisfy itself as to the suitability and capacity of the design and to
satisfactorily execute and complete the Work in accordance with the Contract.
3.11.5. Errors omissions & ambiguities
Errors omissions ambiguities inconsistencies, inadequacies found in the construction
Documents shall be rectified by Contractor and all resulting defects in the Work shall be
corrected at Contractor’s cost.
3.11.6. As-Built Drawing and Operating & Maintenance Manuals
The Contractor shall provide to the Company the as-built drawings, dossiers and operating
and maintenance procedures/manuals.

ARTICLE - 4. PROGRESS OF THE WORK


4.1. Scheduling of the Work
4.1.1. Contractor shall be responsible at all times for scheduling, progress reporting, forecasting and
independently controlling progress of the Work to achieve Completion by the required
Completion Date.
4.1.2. Contractor shall submit an execution plan for the Work together with all reports, forecasts,
calculations and documents supporting the said plan to Company for review. The execution
plan shall become the Programme when it complies with the requirements of the Contract and
when approved as such by Company.
4.1.3. Contractor shall use the Programme as the basis for progress reporting, scheduling,
forecasting and controlling the performance of the Work.
4.1.4. Timely Completion of the Work is essential and Contractor shall advise Company in writing as
soon as practicable when any factor arises which Contractor considers is likely to have an
effect upon the Completion Date and/or the Programme.
4.1.5. Contractor shall submit to Company, for review, an updated execution plan to include the
effects of any Instruction and actual progress. Unless agreed otherwise by Company then
Contractor's updated execution plan shall provide for Completion by the Completion Date
together with all other Contract obligations. Such revision and rescheduling of activities shall
not be considered a Variation to Contract.
4.1.6. Subject to approval by Company this revised execution plan shall become the Programme. At
any one time there shall only be one Programme.
4.2. Delay
4.2.1. Contractor shall advise Company in writing immediately when any factor arises which is likely
to cause delay in the performance of the Work and shall take all reasonable measures to

General Conditions for Construction & EPC Contracts – Rev. Mar 2017 Page 10 of 39
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

mitigate such delay at no additional cost to Company. Where Contractor, under this Article
considers that a delay affects an agreed time schedule for completion of all or part of the Work,
Contractor shall give notice to Company of any such effect within seven (7) calendar days of
the earlier of the delay being envisaged or occurred. Any impact of such delay on time
schedule shall be agreed between the parties, provided that the correct notices have been
given.
4.2.2. For delays considered to be attributable to Company, Contractor shall at first indication of
delay give notice to Company of any such effect within seven (7) calendar days. Contractor
shall make every effort to re-deploy its resources on the Work in such a way as to mitigate all
effects of delay in progress of the Work and deviation from the Programme and to avoid or to
keep to a minimum any increased costs. Company shall compensate Contractor for the costs
of such remedial measures as Company instructs Contractor to take provided that the correct
notices have been given. Such compensation shall be subject to detailed substantiation of
Contractor's costs and, to the extent possible, be calculated in accordance with the Rates.
4.3. Rate of Progress
4.3.1. If for any reason directly or indirectly attributable to Contractor, Company is of the opinion that
progress of the Work is delayed or progress is not being maintained on items which, if no
actions were taken, would affect the ability of Contractor to achieve Substantial Completion
Date and/or Completion Date, Company shall notify Contractor that it has failed to ensure the
execution of the work and Contractor shall within seven (7) calendar days from the date of the
notice take all steps as are necessary, subject to the consent of Company or, in the event of
failure to do so, shall take such reasonable steps as Company may instruct in writing to
expedite progress so as to correct such deficiencies in the execution of the Work as specified
in the notice from Company. Contractor shall not be entitled to an extension of time and/or
additional cost for taking such steps. If any instruction issued by Company pursuant to this
sub-article causes Company to incur additional costs, such costs shall be recoverable from
Contractor by Company and may be deducted by Company from any monies due or to become
due to Contractor.
4.3.2. Company may issue to Contractor reasonable instructions requiring Contractor to procure an
increase in the rate of progress of the Work in circumstances where Contractor is not in default
so that Substantial Completion and/or Completion dates are achieved prior to the scheduled
Completion Date. Contractor shall be entitled to recover the additional cost incurred in respect
of complying with any such instruction.
4.4. Duty to report
Contractor shall, within twenty-four (24) hours, or as otherwise specified in the Health, Safety
and Environmental Specifications (Section C9), of any incident:-
a) affecting the progress of the Work, or
b) affecting the quality of the Work, or
c) which is a reportable HSE event (as required by Section C9)
send to Company a detailed report of the incident together with copies of any statements or
reports sent by Contractor to any public authority and/or third party excluding those sent to
Contractor's insurance company or its attorneys.
4.5. Summary reports
4.5.1. At the request of Company, Contractor shall submit to Company a summary report of safety
performance and incident/accident statistics related to the Contract. These reports shall
include data in respect of both Contractor and its Subcontractors.
4.6. Inclement weather
4.6.1. “Inclement Weather” means exceptionally adverse weather conditions which could not
reasonably have been foreseen by an experienced contractor and which materially affects the
regular progress of the Work.
4.6.2. In the event of Inclement Weather Contractor shall be liable for all costs and expenses incurred
by Contractor, including but not limited to:
a) protecting the Work;
b) repair and rectification of the Work;

General Conditions for Construction & EPC Contracts – Rev. Mar 2017 Page 11 of 39
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

c) re-establishment of Facilities;
d) delay in completion of the Work; and
e) subsequent resulting effects on the Work.
4.6.3. Contractor shall not be liable for the extent to which the Work is delayed because of inclement
weather provided always that Contractor has taken all reasonable steps to protect the Work
and mitigate the effects of the Inclement Weather. Under no circumstances shall the Contract
Price be increased for the financial impact on either party of the Inclement Weather.
4.7. Extension of the Completion Date
4.7.1. If Company by reason of a delay in making the Site available to Contractor, or in supplying
Company supplied Materials or Technical Information or in issuing necessary Company
permits or any other reason which is attributable to Company, causes a delay in the execution
of the Work so as to fairly entitle Contractor, in Company's reasonable judgement, to an
extension of the Completion Date, then, subject to Articles 4.7.2, and 4.7.3, Company and
Contractor shall negotiate an extension of the Completion Date and compensation for any
reasonable additional costs which Contractor shows are directly due to the delay, but
excluding all consequential costs.
4.7.2. An extension to the Completion Date as a result of delay attributable to Company shall only
be granted if it can be demonstrated by Contractor, to the satisfaction of Company, that the
delay suffered by Contractor is a direct consequence of the delay attributable to Company.
Any extension to the Completion Date shall not include for the effect of any concurrent delays
in Contractor’s progress resulting from Contractor’s failure to perform the Contract obligations
diligently.
4.7.3. Company shall be under no obligation to negotiate for, or concede an extension to the
scheduled Completion Date or compensate Contractor for increased costs, unless Contractor
has provided the correct notices and information in accordance with the requirements of
Articles 6.1.4 and Article - 27.
4.7.4. Articles 4.7.1, 4.7.2 and 4.7.3 shall, mutatis mutandis, also apply to claims by Company for a
reduction of the Contract Price or an acceleration of the Completion Date on account of any
alteration to the Work.
4.8. Penalties
4.8.1. If Contractor fails to achieve Substantial Completion of the Work on or before the due date,
Contractor shall pay Company penalties as set out in the Contract for each day or part of a
day that Substantial Completion is delayed beyond the required date up to the maximum of
sixty (60) calendar days or such other limit as may have been stated in the Contract.
4.8.2. Unless stated otherwise in the Contract if a Substantial Completion certificate has been issued
for part of the Work on or before the Substantial Completion Date, the penalties payable shall
be reduced in the proportion which the value of such part of the Work bears to the value of the
whole of the Work.
4.8.3. If Contactor fails to complete any of the items or events listed in Section C5 - Milestones by
the relevant dates included in the Milestones Schedule and/or fails to achieve the requirements
of the Contract in respect of any other item listed in the Milestones Schedule, Contractor shall
be liable for the penalties set out in the Contract.
4.9. Right to recover costs
4.9.1. Where Contractor is in default or, through no fault of Company, exceeds the maximum duration
for application of the penalty, referred to in Article 4.8.1, and regardless of whether or not
Company shall have imposed penalties, Company shall be entitled to recover from Contractor
costs incurred by Company as a result of this. In addition, Company shall have the right to
impose any other penalties as set out elsewhere in the Contract.

General Conditions for Construction & EPC Contracts – Rev. Mar 2017 Page 12 of 39
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

4.10. Performance Bond


4.10.1. Unless stated otherwise in the Appendix to the Form of Agreement, Contractor shall at its sole
expense procure a performance bond issued by a reputable bank in Oman, as approved by
Company, in the form stipulated in the Contract and for the sum equal to 5% of the Contract
Price. The value of the bond may be reduced to 2.5% of the Contract Price upon Contract
Completion until Final Completion date.
4.10.2. The performance bond shall come into effect within ten (10) days from the Effective Date and
shall be valid for the period stipulated by Company below. In no event shall Company be
obliged to make any payments to Contractor under the Contract before having received the
duly signed performance bond.
4.10.3. Contractor shall at its sole expense ensure that the performance bond is amended periodically
to reflect any approved increase in the Contract Price or extension of the Completion Date or
the Warranty Period and shall submit the revised original of such document to Company.
4.10.4. In the event Contractor defaults or otherwise fails to perform an obligation under the Contract
and, having been given written notice of such default by Company, Contractor fails to remedy
such default within a specified or reasonable duration, Company shall have the right, to call
on the performance bond to recover the costs incurred by Company due to Contractor’s
default.

ARTICLE - 5. FORCE MAJEURE


5.1. Except for monies due, neither Company nor Contractor shall be responsible for any failure to
fulfil any term or condition of the Contract if and to the extent that fulfilment has been delayed
or temporarily prevented by a force majeure occurrence, as hereunder defined, which has
been notified in accordance with this Article and which is beyond the control and without the
fault or negligence of the party affected and which, by the exercise of reasonable diligence,
the said party is unable to provide against.
5.2. For the purpose of the Contract force majeure shall be limited to the following, and only insofar
as there is a substantive effect upon the performance of the Contract, which results in a
material change in the direct cost to Contractor of performing the Work:
(a) Riot, war, invasion, act of foreign enemies, hostilities (whether war be declared or not),
acts of terrorism, civil war, rebellion, revolution, insurrection of military or usurped power;
(b) Ionising radiations or contamination by radioactivity from any nuclear fuel or from any
nuclear waste from the combustion of nuclear fuel or radioactive, toxic, explosive or other
hazardous properties of any explosive nuclear assembly or nuclear component thereof;
(c) Pressure waves caused by aircraft or other aerial devices travelling at sonic or supersonic
speeds;
(d) Earthquake, flood, fire, named cyclone/hurricane/typhoon, tidal wave, explosion and/or
other natural physical disaster, (but excluding other weather conditions, such as
Inclement Weather, regardless of severity, which do not lead to one of the aforementioned
events);
(e) Strikes at a national or regional level or industrial disputes at a national or regional level,
or strikes or industrial disputes by labour not employed by the affected party its
subcontractors or its suppliers and which affect a substantial or essential portion of the
Work;
(f) Maritime or aviation disasters;
(g) Changes to any general or local Statute, Ordinance, Decree, or other Law, or any
regulation or bye-law of any local or other duly constituted authority or the introduction of
any such Statute, Ordinance, Decree, Law, regulation or bye-law;
5.3. In the event of a force majeure occurrence, the party that is or may be delayed in performing
the Contract shall notify the other party without delay giving the full particulars thereof and
shall use all reasonable endeavours to remedy the situation without delay.

General Conditions for Construction & EPC Contracts – Rev. Mar 2017 Page 13 of 39
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

5.4. If either party is delayed in performing the Contract by a force majeure occurrence, the
Programme but not the Contract Price, except as otherwise expressly provided in the Contract,
shall be adjusted in accordance with the Article headed “Instructions and Variations to
Contract” and Article 5.5.
5.5. Upon cessation of any force majeure occurrence Contractor shall prepare a revised execution
plan to include for rescheduling of the Work so as to minimise the effects of the delay and
having made due allowance for any instruction to accelerate the Work given in accordance
with the Article headed “Instructions and Variations to Contract”, Company shall authorise a
Variation to adjust the Programme in order to take into account any remaining effects of such
delay.
5.6. Following notification of a force majeure occurrence in accordance with Article 5.3, Company
and Contractor shall meet without delay with a view to agreeing a mutually acceptable course
of action to minimise any effects of such occurrence.
5.7. Obligations of Company and Contractor to pay amounts due to the other party under the
Contract or any Subcontract shall not be excused by events of force majeure.

ARTICLE - 6. INSTRUCTIONS AND VARIATIONS TO CONTRACT


6.1. Instructions
6.1.1. Without prejudice to this Contract, or, where applicable, any bond or guarantee, Company
shall, at its sole discretion, be entitled to Instruct any alteration, cancellation or deletion to the
form, scope, specification, quality or quantity of the Work including without limitation alterations
to HSE requirements.
6.1.2. Without prejudice to Contractor’s right to request a Variation to Contract to adjust the Contract
Price or extend the Completion Date in accordance with the provisions of this Article,
Contractor shall immediately proceed to carry out such Instruction and shall provide all
Construction Equipment and Contractor Personnel necessary to do so.
6.1.3. Subject to Contractor giving notice to Company of additional cost within fifteen (15) calendar
days of the issue of the Instruction, Contractor shall be entitled to reimbursement of properly
substantiated additional payments and direct costs, if any, resulting from the issue of an
Instruction. Such additional payments shall be valued using the Rates stated in the Contract
where applicable. Direct costs shall include those incurred as a result of Instructions being
issued at short notice thereby making costs unavoidable.
6.1.4. Where Contractor considers that an Instruction affects agreed time schedule for completion of
all or part of the Work, Contractor shall give notice to Company of any such effect within fifteen
(15) calendar days of an Instruction being issued. Any impact of an Instruction on such time
schedule shall be agreed between the parties, provided that the correct notices have been
given.
6.1.5. Where Contractor has served the correct notice in accordance with Articles 6.1.3 and 6.1.4,
full details of any additional payment, estimates of future possible effects, direct cost and /or
impact on agreed time schedule, must be forwarded in writing to Company within sixty (60)
calendar days of the notice being issued, failing which Contractor shall forfeit any right to
receive payment for such Variation To Contract and any rights concerning adjustment to the
Contract Price and/or the Programme.
6.2. Confirmation of verbal instructions
6.2.1. Instructions should be issued in writing. However, if Company considers it necessary to issue
an Instruction verbally Contractor shall immediately comply with such verbal request. Where
Company confirm a verbal request in writing, either before or after carrying out of the Work,
this shall be deemed an Instruction. If Company does not confirm such a verbal request in
writing within seven (7) calendar days then Contractor shall so confirm within a period of seven
(7) further calendar days and shall obtain Company’s written agreement which shall be
deemed an Instruction.

General Conditions for Construction & EPC Contracts – Rev. Mar 2017 Page 14 of 39
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

6.3. Monthly statement of Instructions


6.3.1. Contractor shall submit to Company once every month an account giving full particulars of all
valuation adjustments or extensions of the Completion Date to which Contractor may consider
it is entitled during the previous month.
6.4. Variations to Contract
6.4.1. Once the effect of an Instruction or series of Instructions has been evaluated and agreed then
they shall be summarised and issued in a Variation to Contract giving full details of the Value
and effect on the Contract duration if any.
6.4.2. Variations to Contract agreed by both parties in accordance with Section C8, the Procedures
for Contractors, shall be the only valid manner of amending the Rates, the Scope of Work and
any other document or provision of the Contract.
6.5. Valuation of Variations to Contract
6.5.1. The alterations to the Work shall be valued by Company after consultation with Contractor in
accordance with the following principles:
a) where work is of similar character and executed under similar conditions to work priced in
the Contract, it shall be valued at such rates and prices contained therein as may be
applicable. Where work is not of a similar character or is not executed under similar
conditions then the rates and prices in the Contract shall be used as the basis for valuation,
so far as may be reasonable, failing which a fair valuation shall be made. Failing
agreement between Company and Contractor as to any rate or price to be applied in the
valuation of any alteration, Company shall determine the rate or price in accordance with
the foregoing principles and shall notify Contractor accordingly but without prejudice to
Contractor's rights under the Article headed “Applicable Law and Dispute Resolution”;
b) if, in the opinion of Company, the rates and prices are either not applicable or are
inappropriate, in determining the cost of an alteration, or part of an alteration, having
regard to the effect of any alteration on the Contract, then Company reserves the right to
re-negotiate any applicable Contract Price or Rate with Contractor;
c) if in the opinion of Company alterations to the Work require to be valued on a day-work
basis, which shall only be in circumstances where the method of payment specified in the
Contract does not apply to such alteration, then a written order shall be issued. In respect
of all such Work payable on a day-work basis Company and Contractor shall comply with
the relevant provisions of the Contract; and
d) the value of any Instruction or Variation to Contract shall not include the costs incurred by
Contractor in administering, compiling or otherwise establishing the validity, or content of
the instruction being valued. These costs shall be deemed included within the Contract
Price and Rates.
6.6. Request for an estimate
6.6.1. Notwithstanding the requirements of Article 6.5 where Company considers that a proposed
Instruction cannot be valued using the methods available in the Contract then Company may
request Contractor to provide an estimate of the cost of any proposed Instruction. If requested
then within seven (7) calendar days, or other duration as agreed with Company, of having
been requested by Company to provide such an estimate Contractor shall submit to Company
a fully detailed estimate of the cost of the proposed Instruction. Provision of such an estimate
shall no way affects the rights of Company to value an Instruction in accordance with the terms
of the Contract.

ARTICLE - 7. MATERIALS AND CONSTRUCTION EQUIPMENT


7.1. Company supplied Materials and Construction Equipment
7.1.1. Only those Materials and Construction Equipment specifically stated in the Contract as being
supplied by Company shall be provided by Company at the stated location. Contractor shall
examine this list and where appropriate shall utilise such Materials and Construction
Equipment as are available in the execution of the Work and advise Company accordingly.

General Conditions for Construction & EPC Contracts – Rev. Mar 2017 Page 15 of 39
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

7.1.2. In respect of Company supplied Materials and Construction Equipment Contractor shall at his
own expense:
a) receive, load, transport to the Site and unload as necessary;
b) on taking delivery from Company, inspect all Materials and/or Construction Equipment to
ensure its conformity with Contract requirements and specifications. Contractor shall
immediately notify Company in writing of any default. If no written notification of default
is issued to Company before Contractor endorses the receipt of the Materials and/or
Construction Equipment, then the Materials and/or Construction Equipment shall be
deemed complete and undamaged and Contractor shall be liable for any damage or
shortage identified at a later date;
c) maintain and store in a proper manner, keep a true and accurate inventory and submit an
updated copy to Company monthly or at Company's request; and
d) account to Company for the use of the Materials and/or Construction Equipment in the
Work and for any discrepancies between the monthly inventory report and the Materials
and/or Construction Equipment supplied and used.
e) maintain, operate and use Materials and/or Construction Equipment strictly in accordance
with manufacturers recommended instructions, industry practice and regulations. Provide
all consumables and spare parts, including oil and fuel, for such maintenance and
operation or use.
7.2. Risk and ownership of Company supplied Materials
7.2.1. Company supplied Materials and/or Construction Equipment listed in the Contract shall at all
times remain the property of Company, irrespective of where such Materials and/or
Construction Equipment are physically located or stored. However, risk of such Company
supplied Materials and/or Construction Equipment will pass to Contractor from the moment
Contractor has taken delivery of such Material and/or Construction Equipment.
7.2.2. Prior to issuance by Company of the Completion certificate, Contractor shall, within a period
specified by Company, return all surplus Materials and/or Construction Equipment supplied by
Company in a neat manner properly labelled and documented in accordance with Company's
requirements to Company storage yard of issue.
7.3. Contractor supplied Materials
7.3.1. Contractor shall furnish at its expense all Materials required for the Work which are not listed
in the Contract as being supplied by Company. Contractor shall be fully responsible for all
aspects of procurement and supply including but not limited to:
• Preparation and despatch of requisitions for tender
• Commercial and technical evaluation of tenders
• Discussions with Manufacturers
• Placing of purchase orders
• Expediting and shipping
• Inspection
• Certification of Manufacturers invoices
• Payment
• Import into Oman
7.4. Suitability and verification of Materials
7.4.1. Material supplied by Contractor shall conform to the requirements and specifications of
Company as provided in the Contract or, if no such requirements or specifications exist, are
subject to approval by Company and, where Company does not exercise such right of
approval, conform to standards generally accepted in the petroleum industry and gas field
practice.
7.4.2. Contractor shall arrange for appropriate warranties enforceable by Company in respect of all
Materials supplied by Contractor. In the event that Materials are supplied which are not in
accordance with the specifications included in the Contract and such non-compliance is
approved by Company, Contractor shall arrange for reasonable and practical additional
warranties, the cost of which shall be for Contractor’s account. The warranties shall only be

General Conditions for Construction & EPC Contracts – Rev. Mar 2017 Page 16 of 39
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

enforceable by Contractor during the Contract period and by Company after Final Completion
or after Contract termination.
7.4.3. If, in the opinion of Company any item of Material is not, or is no longer, in accordance with
the requirements of the specifications then Contractor shall at the option of Company, either
make adequate repairs or arrange for immediate replacement. If, in the opinion of Company,
the execution of the Work is slowed down or delayed due to insufficient or below standard
Material, then Contractor shall provide the necessary additional Material to recover such
delays at no additional cost to Company.
7.4.4. Original Replacement Parts.
Where relevant Contractor shall ensure that required rectification work is carried out in
accordance with the related Manufactures’ instructions, supervision and using the original
Manufacturers replacement parts.
7.5. Import and export of Materials & Construction Equipment
7.5.1. Contractor shall gather all information relevant to import, export and any other documentation
required and subsequently obtain the import and export and other licenses required for the
importation into and use in the Sultanate of Oman of all Materials & Construction Equipment
to be supplied by Contractor and made available from sources outside the Sultanate of Oman.
7.5.2. Contractor shall ensure that applications, including all necessary supporting documents for
such import, export and other licenses, are submitted to the appropriate Omani authorities in
sufficient time before the licenses are required. Unless otherwise stated, all imported Materials
& Construction Equipment to be supplied by Contractor shall be imported in accordance with
the procedures for importation of materials and equipment included in the Contract. Contractor
shall be responsible for their due and timely importation, clearance, handling, off-loading,
storage and transportation to the Site.
7.6. Ownership and duty of care
7.6.1. All Materials supplied by Contractor or any Subcontractor shall, on being delivered to the Site,
become the unencumbered property of Company but shall remain in Contractor's care and
custody. Contractor shall be liable for any loss of or damage to all Materials, whilst in
Contractor's care and custody. All Contractor supplied Materials shall be timely but not
prematurely delivered to Site and inspected by Contractor. For the purpose of this Article, Site
shall be deemed to include on board ship and other forms of transportation within Oman.
7.7. Construction Equipment
7.7.1. Contractor shall supply at its expense at the Site all Construction Equipment necessary for the
execution of the Work. Such Construction Equipment shall conform to the requirements and
specifications of Company as provided in the Contract or, if no such requirements or
specifications exist, be subject to approval by Company. At all times preference shall be given
to the use of locally available equipment where such equipment is competitive with respect to
price, safety, quality, delivery time and such like criteria.
7.7.2. Exclusive usage on Site
All Construction Equipment provided by Contractor, when brought onto the Site, shall be, and
shall be deemed to be, intended exclusively for the construction of the Work and Contractor
shall not remove them without the consent of Company.
7.7.3. Suitability of Equipment
If, in the opinion of Company any item of Construction Equipment is not, or is no longer,
suitable for the purpose intended, then Contractor shall at no additional cost to Company and
at the option of Company, either make adequate repairs or arrange for immediate
replacement. If, in the opinion of Company, Contractor does not adhere to the Programme
due to the Construction Equipment being inadequate, then Contractor shall provide the
necessary additional Construction Equipment at no additional cost to Company.
7.8. Use of petroleum products
7.8.1. When undertaking the Work in Oman Contractor shall use lubricants and other petroleum
products which have been manufactured by or sold under any of the brand name of Company
Group provided that prices and quality are competitive. In the event of any conflict between

General Conditions for Construction & EPC Contracts – Rev. Mar 2017 Page 17 of 39
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

this Article and the Article headed “National Products” and “Products of GCC Origin”” then the
latter shall prevail.
7.9. National Products and Products of GCC Origin
7.9.1. Where available, Contractor shall use or cause to be used National Products and, where these
are not sufficient or not available, Products of GCC Origin, provided that both shall meet the
pricing, quality and delivery conditions of the Contract.
7.9.2. In relation to price Contractor shall use National Products, where available, provided they are
not more than ten percent (10%) higher in price than equivalent foreign products and shall use
Products of GCC Origin, where available, provided they are not more than five percent (5%)
higher in price than equivalent foreign products.
7.9.3. Contractor shall be responsible for ascertaining whether products are National Products,
Products of GCC Origin or foreign products and shall indemnify and hold harmless Company
in respect of any fine levied for breach of any law or government regulations relating to such
products.
7.9.4. On the written request of Company, Contractor shall provide a list for Company's approval of
all National Products and Products of GCC Origin if any such Materials are to be utilised in the
performance of the Contract.

ARTICLE - 8. INSPECTION AND TESTING


8.1. General
8.1.1. Company shall have the right, but not the obligation, at any time to inspect, test and examine
the Materials to be furnished by Contractor or any Subcontractor, any item of Equipment as
well as the Work or any part thereof. No such inspection, testing and examination shall relieve
Contractor from its obligations under the Contract.
8.1.2. Company shall only recognise inspections and certifications as required in the Contract that
have been performed by a Company approved inspection company.
8.2. Company’s right to reject
8.2.1. Company shall have the right to reject any or all Materials, Construction Equipment or any part
of the Work, which does not conform to the Contract. Contractor shall promptly remove any
such rejected Materials, Construction Equipment and Work from the Site and replace or re-
perform same, as the case may be without cost to Company. Failure of Company to reject
any Work, Materials or Construction Equipment shall not prejudice Company from
subsequently disapproving them.
8.2.2. Subject to Article 8.3.3, any work performed by Contractor in connection with inspection,
testing, examination or rejection as referred to in Article 8.2.1 shall not entitle Contractor to
any revision of the Programme or the Completion Date, or of the Contract Price.
8.3. Covering up and uncovering
8.3.1. Contractor shall afford full opportunity for Company to examine any part of the Work which is
about to be covered up or put out of view. Contractor shall give due advice to Company
whenever any such part of the Work is ready or about to be ready for examination and
Company shall without unreasonable delay attend for the purpose of examining any part of
the Work. Contractor shall supply all Construction Equipment reasonably required to allow
Company to perform its rights under this Article.
8.3.2. Without prejudice to Article 8.3.1, Contractor shall uncover any part of the Work or make
openings in or through it as Company from time to time directs and shall reinstate and make
it good to the standard required by the Contract.
8.3.3. If any part has been covered up or put out of view after compliance with the requirements of
Article 8.3.1 but is subsequently uncovered or opened pursuant to Article 8.3.2 of this Article
and is found to be executed in accordance with the Contract, the cost of uncovering, making
openings in or through, reinstating and making it good shall be borne by Company. In any
other case such costs shall be borne by Contractor.

General Conditions for Construction & EPC Contracts – Rev. Mar 2017 Page 18 of 39
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

8.4. Testing
8.4.1. Contractor shall at its own cost carry out or cause to be carried out all examinations, tests and
measurements which are specified in the Contract or which may reasonably be required by
Company to determine the quality or quantity of any Materials supplied or any part of the Work
performed by Contractor.
8.4.2. Contractor shall as and when required supply such samples of Materials as may be selected
by Company for testing before the Materials are incorporated in the Work. All samples shall
be supplied by Contractor at its own cost if the Contract provides that it shall so supply them,
otherwise Company shall pay for the samples.
8.4.3. If any test is ordered by Company which either:
a) the Contract does not provide for or may not reasonably be inferred from the Contract to
be required; or
b) though provided for is ordered by Company to be carried out by an independent person
at any place other than the Site or the place of manufacture or fabrication of the Materials
tested
then the costs of and incidental to the test shall be borne by Contractor if the test shows the
workmanship performed or Materials supplied by Contractor not to be in accordance with the
provisions of the Contract. Otherwise the costs shall be borne by Company.
8.5. Search for cause of defects
8.5.1. Contractor shall, if required by Company in writing, search under the directions of Company
for the cause of any defect, imperfection or fault appearing during the progress of the Work or
during the period referred to in the Article headed “Warranty for the Work”. If such defect,
imperfection or fault shall be one for which Contractor is liable, the cost of all investigation and
searching shall be borne by Contractor and Contractor shall in such case repair, rectify and
make good such defect, imperfection or fault at its own expense.
8.5.2. If such defect, imperfection or fault shall be one for which Company is liable, the cost of
searching shall be borne by Company and any repairs necessary to rectify and make good
such defect, imperfection or fault shall also be borne by Company.

ARTICLE - 9. SUBSTANTIAL COMPLETION AND COMPLETION


9.1. Substantial Completion
9.1.1. When Contractor considers that the Work has been substantially completed, Contractor shall
notify Company accordingly in writing.
9.1.2. Company shall proceed forthwith to determine whether the Work concerned has been
performed and completed in accordance with the Contract and within twenty one (21) calendar
days of receipt of the above notification Company shall either:
a) notify Contractor that in Company's opinion Substantial Completion has not been
achieved and Company shall indicate the outstanding Work;
b) notify Contractor that Company has found the Work or part thereof not to have been
performed in accordance with the Contract and that Contractor is required to
immediately remedy such defect in performance so as to enable Company to issue a
Substantial Completion certificate;
c) issue to Contractor a Substantial Completion certificate indicating any remedial Work
and any outstanding Work to be completed under the Contract. Contractor shall
immediately carry out any remedial Work. Company shall indicate the time frame within
which Contractor shall complete the outstanding Work.
9.2. Substantial Completion of part of the Work
9.2.1. Company may, or if required in the Contract, issue a Substantial Completion certificate with
respect to any part of the Work (including where Company has terminated the whole or part
of the Work under the Article headed Suspension and Termination) before Substantial
Completion of the whole of the Work. A Substantial Completion certificate relating to any part
of the Work shall not be deemed to certify Substantial Completion of any ground or surface
requiring reinstatement unless such certificate expressly so states.

General Conditions for Construction & EPC Contracts – Rev. Mar 2017 Page 19 of 39
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

9.3. Completion
9.3.1. When Contractor considers that the Work has been completed in accordance with the
Contract, Contractor shall so notify Company in writing.
9.3.2. Company shall proceed forthwith to determine whether the Work has been performed and
completed in accordance with the Contract. Within fourteen (14) calendar days of receipt of
the above notification from Contractor, Company shall either:-
a) issue to Contractor a Completion certificate, or
b) notify Contractor that Company has found the Work or part thereof not to have been
performed in accordance with the Contract. Company shall detail in writing the specific
nature of the deficiency and the provision of the Contract which contains the obligation of
Contractor, which Contractor has failed to meet. Contractor shall immediately take all
action necessary to remedy the defect, so as to enable Company to issue to Contractor
a Completion certificate, or
c) notify Contractor that Company has found the Work or part thereof not to have been
performed in accordance with the Contract and that Company requires Contractor not to
remedy the deficiency, in which case Company shall be entitled to the rights and remedies
set out in the Article headed “Suspension and Termination”. In respect of the remaining
Work, Company shall also either notify Contractor in accordance with subparagraph (b)
of this Article or shall issue a Completion certificate.

ARTICLE - 10. WARRANTY FOR THE WORK


10.1. Warranty
10.1.1. Contractor guarantees that the Work, including the Materials procured by Contractor, shall
conform to and perform in accordance with the requirements of the Contract, be fit for their
intended purpose as stipulated in the Contract and be free from defects, other than defects
which are shown to be caused by normal wear and tear or by the improper use, operation or
handling by Company.
10.1.2. Where Company issues a Substantial Completion certificate for part of the Work Contractor
shall guarantee such part of the Work until such time as Substantial Completion for the whole
of the Work has been achieved.
10.1.3. In the event that during the Warranty Period (refer Article 1), it appears in Company's opinion,
that the Work or any part thereof does not meet the requirements of the Contract, or is required
to be re-performed, rectified or replaced, Company shall so notify Contractor, stating the
particulars of the defect, which Contractor shall promptly rectify at its own expense.
10.1.4. Subject to Company’s written instruction for the Work to be re-performed, rectified or replaced,
should Contractor fail to promptly take the action required to remedy the defect, Company
shall be entitled to take such action or to have such action taken and the costs thereof and/or
relating thereto shall be reimbursed by Contractor within forty five (45) calendar days of receipt
of a specified invoice from Company.
10.1.5. In the event that the rectification of the defect involves the re-performance, rectification or
replacement of any part of the Work, including but not limited to any item of Materials procured
by Contractor, the Warranty Period for that replaced or modified part of the Work shall be
extended by a period equal to the original Warranty Period, if necessary repetitively. In any
event, and unless otherwise stated in the Contract, such extended Warranty provisions shall
not exceed 24-months beyond the achieved Completion Date.
10.1.6. When so requested by Company, Contractor shall, during the Warranty Period, also rectify
any defect in Company supplied Materials or provide any additional work or services related
to the Work but not covered by these guarantee provisions, at a price to be determined in
accordance with the Article headed “Instructions and Variations to Contract”.
10.1.7. Upon expiry of the Warranty Period, including any extension thereof, Company shall issue a
Final Completion certificate to Contractor.

General Conditions for Construction & EPC Contracts – Rev. Mar 2017 Page 20 of 39
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

10.2. Final Completion


10.2.1. The issue of a Final Completion certificate shall not absolve Contractor from the obligation to
remedy, or indemnify Company for the cost of remedying, latent defects which transpire within
ten years from the issue of the Final Completion certificate and which are attributable to
Contractor, a Subcontractor or Contractor Personnel. In this Article, the term “latent defect”
shall mean a defect to civil or structural works which produces no readily observable effects
prior to the issue of the Final Completion certificate and which is attributable to an unfit for
purpose design, or to poor or faulty engineering or workmanship, or to Materials which do not
conform to the Contractual specifications or are unfit-for-purpose.
10.2.2. If a Subcontractor has undertaken towards Contractor any continuing obligation extending for
a period exceeding that of the Warranty Period, then Contractor shall, at the end of the
Warranty Period, notify Company of such continuing obligation and assign to Company the
benefit of that obligation, for the remaining duration.

ARTICLE - 11. SUSPENSION AND TERMINATION


11.1. Suspension of the Work
11.1.1. Company may, by a written order, instruct Contractor to suspend the Work or any part of the
Work for the period and in the manner which Company considers necessary. Contractor shall
cease work on said part of the Work on the effective date of suspension, but shall continue to
perform any unsuspended part of the Work. During the suspension Contractor shall properly
protect and secure the Work so far as is necessary in the opinion of Company.
11.1.2. Company shall pay all reasonable costs incurred by Contractor in giving effect to the
suspension order, unless the suspension is:
a) necessary because of Force Majeure; or
b) necessary for the proper execution of the Work, or any part thereof; or
c) necessary because of some negligence, error or other default on the part of Contractor;
or
d) necessary for the health or safety of Company and/or Contractor Personnel, third parties
or for the protection of the Work, Company property or environment; or
e) otherwise provided for in the Contract.
11.1.3. Where suspension of the Work is not attributable to any negligence, error or default of
Contractor then: -
a) Where the suspension duration, in Company's reasonable judgement, entitles Contractor
to additional costs and/or an extension of the Completion Date, the parties shall negotiate
such extension.
b) Should the suspension continue for a period of greater than six (6) months, or should the
aggregate of all suspensions exceed six (6) months, Contractor shall be entitled to
terminate the Contract and in such event be entitled to the payments as detailed in Articles
11.2.8 and 11.2.9.
11.1.4. Company may, at any time, authorise resumption of the suspended part of the Work by
notifying Contractor of the part of the Work to be resumed and the effective date of withdrawal
of the suspension. The Work shall be promptly resumed by Contractor after receipt of such
notification.
11.2. Termination of the Contract
11.2.1. The Contract shall terminate on the date of the issuance of the certificate of Final Completion
of the Work by operation of law without any notice being required, unless terminated earlier in
accordance with the provisions of this Article or unless otherwise explicitly provided for in the
Contract.
11.2.2. Company shall have the right at any time and at its absolute discretion to terminate the
Contract by giving Contractor notice of termination. Such notice shall become effective
immediately after delivery to Contractor or on such later date or after completion of such work
in progress as specified by Company in the notice.

General Conditions for Construction & EPC Contracts – Rev. Mar 2017 Page 21 of 39
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

11.2.3. Default by Contractor


In the event of the failure, refusal or inability of Contractor to perform any part of the Work in
accordance with the Contract, Company may give notice of default to Contractor stating the
details of such failure. If Contractor within five (5) calendar days after receipt of such notice
does not commence, or having commenced does not continuously proceed with action
satisfactory to Company to remedy such failure, Company may issue a notice of termination,
without prejudice to any other rights or remedies which Company may have under the
Contract.
11.2.4. Effect of Termination Notice
In the event of a notice of termination being given by Company, Contractor shall immediately,
or upon such other date as is specified in such notice, terminate its performance of the Work
and shall assign to Company, or its nominee, all rights and titles relating to the Work which
Contractor may directly or indirectly have acquired vis-à-vis third parties. In addition
Contractor shall make arrangements to demobilise all Contractor’s Construction Equipment
unless specifically requested by Company that all or part of this equipment should remain at
Site for use by Company or its nominee. The cost for the hire of this equipment shall be at the
rates included within the Contract, or if no such rates are applicable reasonable rates shall be
agreed, for works undertaken on a daywork basis. In addition Contractor shall take all such
further steps as are necessary to enable Company, or its nominee, to take over Contractor's
position in the performance of the Work with the least possible disruption, all in accordance
with Company's instructions.
11.2.5. Return of Contractor’s Equipment on Completion
If Company takes over the Work as referred to in Article 11.2.4 due to default as referred to in
Article 11.2.3 then upon completion of the Work by Company, or its nominee, or at such earlier
date as Company considers appropriate, Company shall inform Contractor, if applicable, that
any Construction Equipment, which is owned or was in use by Contractor and which was taken
over by Company pursuant to this Article, is held available for Contractor at such place as is
indicated by Company. Contractor shall thereafter without delay remove or arrange for the
removal of such Construction Equipment from such place. The costs of removal and
demobilisation of such Construction Equipment shall be for Contractor's account.
11.2.6. Contractor’s bankruptcy
In the event of Contractor being adjudged bankrupt, applying for a legal moratorium of
payments (surseance) or any similar form of legal action and in the event of any other factual
or legal measures to the effect that Contractor should lose at any time the facility of freely
controlling, or of freely disposing of any substantial part of its assets or other facilities, or if, in
the opinion of Company, Contractor is likely to be subject to such type of action then Company
may terminate the Contract, without prejudice to any rights or remedies which Company may
have under the Contract.
11.2.7. Improper business conduct
Company shall be entitled to terminate the Contract and to recover from Contractor the amount
of any loss or damage resulting from such a termination if Contractor, any Subcontractor,
Contractor Personnel or representative of Contractor or any Subcontractor, with the intention
of obtaining an improper business advantage, either, enters into any business arrangements,
or, pays any commissions or fees, or grants any rebates to, or gives any gifts or entertainment
to, any officers, employees or agents of Company, or, commits any other act with such an
intention.
11.2.8. Amounts payable on Termination
If Company terminates the Contract then, provided the termination is not in consequence of
Article 11.2.3, (default) Article 11.2.6, (bankruptcy etc) or Article 11.2.7 (improper business
conduct) or Company exercising a specific right to terminate the Contract (other than a
termination without cause pursuant to Article 11.2.2) Contractor shall be paid the following:
a) the value of the Work completed in accordance with the Contract up to the effective date
of termination, plus other amounts due or reimbursable under the Contract, if any, less
any part of the Contract Price previously paid by Company to Contractor, if any, and less
any amounts due or owing by Contractor to Company;
b) the cost to Contractor of demobilising Construction Equipment, if any, and Contractor
Personnel;

General Conditions for Construction & EPC Contracts – Rev. Mar 2017 Page 22 of 39
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

c) all cancellation charges incurred by Contractor at law in terminating any Subcontract


and/or Purchase Order under similar terms to this Article;
d) all costs incurred by Contractor in preserving and protecting the Work in progress, and
Materials or Construction Equipment whether in transit or at the Site, and all other direct
costs of closing out the Work; and
e) a termination fee of 5%, or such other percentage as may have been stipulated in the
Contract, of the difference between the value of Work satisfactorily completed and the
Contract Price, which termination fee shall cover all loss of profit, costs, hardship or other
inconvenience to Contractor not compensated for by payments under sub-Articles (a), (b),
(c) or (d) of this Article.
The total payment made to Contractor under this Article shall in no event exceed the Contract
Price.
11.2.9. If Company terminates the Contract, other than in accordance with Article 11.2.8 then
Contractor shall be entitled to payment for the value of Work completed in accordance with
the Contract prior to the date of notification of termination by Company. No further payments
shall be due to Contractor under the Contract.
The following shall be for Contractor's account in the event Company terminates the Contract
for the reasons stated in this Article 11.2.9.
a) costs relating to the examination and certification of the actual costs by external auditors
appointed by Company.
b) costs incurred by Contractor in undertaking the actions detailed in Article 11.2.3;
c) any additional costs or any damage incurred by Company resulting from Contractor's
failure referred to in Article 11.2.3, and
d) except as provided in this Article, any costs, loss or damage sustained by Contractor from
discontinuance of part of the Work or from termination of the Contract.
11.2.10. If it is provided in the Contract that Contractor shall pay a certain sum per day as penalties for
delay in completing the Work, Company shall, in addition to such penalties, have the right to
terminate the Contract under application of Articles 11.2.9 and 11.2.10 of this Article if
Substantial Completion has not been achieved within the maximum number of calendar days
in respect of which penalties shall be payable.
11.2.11. If upon termination of the Contract the part of the Contract Price previously paid to Contractor
exceeds the total amount to which Contractor is entitled, as calculated in accordance with this
Article and after deduction of any amounts due to Company, then Contractor shall repay the
excess to Company within forty five (45) calendar days of receipt of a specified invoice, failing
which Company may call on the performance bond.
11.3. Survival of terms and conditions
11.3.1. Termination of the Contract shall not relieve the parties of any continuing rights, obligations
and liabilities under the Contract, including but not limited to the Articles headed “Right to
audit”, “Warranty for the Work”, “Liabilities and Indemnification”, “Ownership patents and
proprietary rights and “Confidentiality.” These terms shall survive for ten (10) years.

ARTICLE - 12. PAYMENT


12.1. Sufficiency of Contract Price
12.1.1. Contractor shall be deemed to have satisfied itself on and taken due account in the Contract
Price of:
a) all the conditions and circumstances affecting the Contract Price;
b) carrying out the Work as described in the Contract;
c) general circumstances at Site; and
d) general labour requirements and restrictions.
12.1.2. The Contract Price shall cover the completion of the Work and all other obligations of
Contractor and all costs incurred by Contractor for and in connection with the Work and shall
be fixed for the duration of the Contract, except where explicitly stated otherwise in the
Contract.

General Conditions for Construction & EPC Contracts – Rev. Mar 2017 Page 23 of 39
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

12.2. Payments due


12.2.1. In consideration of Contractor's performance of the Work, Company shall pay Contractor the
Contract Price in accordance with the Contract.
12.2.2. Except where it is explicitly provided that Company shall carry out an obligation under the
Contract at its own cost, all things required to be supplied or performed by Contractor under
the Contract shall be at Contractor's cost and deemed to be included in the Contract Price.
12.3. Submission of invoice
12.3.1. The Contractor shall provide to the Company, within thirty (30) days of acceptance of each
milestone achieved and certified in accordance with the Contract, an invoice either a hardcopy
or email a scanned copy to payables@oman-gas.com.om addressed to:
Accounts Payables,
Finance Department,
Oman Gas Company
Tel. + 968 24466147/24466304
12.3.2. Invoices, as a minimum shall detail the following:
a) SAP Service Entry No.
b) Contract Title & Number.
c) Contractor’s Name which should be the same as that on the signed Contract, and not an
associate or parent company.
12.3.3. If Company shall dispute any item on any invoice in whole or in part or if the invoice is prepared
or submitted incorrectly in any respect, Company shall pay only the undisputed portion of a
disputed invoice. Company and Contractor shall endeavour to settle any matters in dispute at
the earliest possible time.
12.3.4. Neither the presentation nor payment of an individual invoice shall be irrevocable or constitute
a settlement of a dispute, or otherwise waive or affect the rights of the parties hereunder.
12.4. Form of Payment
12.4.1. Within forty five (45) calendar days of receipt of the correctly prepared and adequately
supported invoice Company shall pay the amount of such invoice into a nominated bank
account of Contractor, provided Contractor has submitted such invoice in accordance with the
provisions of this Article.
12.4.2. All payments made by Company to Contractor shall be made by bank transfer to Contractor’s
nominated bank account. Contractor’s nominated account shall be in the name of and solely
owned by Contractor.
12.5. Right to set off
12.5.1. Notwithstanding anything herein contained, Company shall always have the right to set off
against any payment which maybe due or become due to Contractor under the Contract any
moneys which may be owing or payable by Contractor to Company or recoverable by
Company from Contractor under the Contract.
12.5.2. If Company at any time incurs costs which, under the provisions of the Contract, Company is
entitled to recover from Contractor, Company may invoice for such costs which shall be a debt
due from Contractor to Company.
12.5.3. If a dispute connected with the Contract exists between the parties Company may hold from
any money which becomes payable either the equivalent of Company's estimated value of the
portion of the Work which is under dispute or the amount which is the subject of the dispute.
12.6. Advance Payment
12.6.1. If stated in Appendix to Section C1 Form of Agreement, an advance payment of the percentage
of the Contract Price specified in the Appendix shall, following delivery by the Contractor to
the Company of the advance payment bond, become payable by the Company to the
Contractor within seven days after submission of a statement signed by the Contractor’s
Representative claiming such amount as an advance payment.

General Conditions for Construction & EPC Contracts – Rev. Mar 2017 Page 24 of 39
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

12.6.2. The advance payment shall be recovered by way of a reduction from the amount payable
under any interim payment certificates submitted at each milestone date following payment of
the advance payment to the Contractor so as to ensure complete repayment of the advance
payment no later than the anticipated date of Completion.
12.6.3. The Contractor shall provide to the Company an advance payment bond in the form set out in
Document C-8 Procedures for Contractor issued by a bank operating in Oman.

ARTICLE - 13. DUTIES AND TAXES


13.1.1. All rentals, royalties, fees, charges, taxes, levies, import or export or other duties,
authorisations, approvals, permits, consents and licenses of whatever nature required to be
paid in connection with either the Work or the payment of the Contract Price or Contractor
Personnel, shall be borne by Contractor and Contractor shall indemnify and hold harmless
Company accordingly. It shall be Contractor's responsibility to investigate and establish its
liability for all taxes, levies, charges etceteras which may be applicable to or be levied in
connection with this Contract.
13.1.2. Where Contractor claims to be exempted from any statutory deductions, it shall inform
Company and provide any necessary documentation to support its case, including a certificate
of exemption from the relevant authority. Where Contractor cannot demonstrate to Company's
satisfaction that Contractor is exempt, Company shall not be liable to Contractor or any other
person or body in the event that Company applies the statutory deduction according to the
relevant laws or regulations.

ARTICLE - 14. RIGHT TO AUDIT


14.1. Company’s Right to Audit
14.1.1. For the purpose of reviewing and verifying the quantities and cost reimbursable items and for
any other reasonable purpose, Company or its authorised representatives, shall have access
at all reasonable times to all personnel, books, records, correspondence, instructions, plans,
drawings, receipts, vouchers and memoranda of both Contractor and any Subcontractor
pertaining to the reimbursable Work. Company or its authorised representatives shall have
the right to reproduce and retain copies of any of the aforesaid documents.
14.1.2. Company or its authorised representatives shall have sufficient access to any Rate information
to satisfy themselves that no Work that is supposed to be included in the Rates of Contractor
is invoiced as directly reimbursable costs and that all the Work that is required to be provided
in the Rates are so provided. If any costs are in dispute and Contractor refuses to provide
access, such costs shall be deemed to be included in the Rates of Contractor and shall not be
allowable as reimbursable costs.
14.1.3. The above audit rights of Company shall continue for a period of two (2) years after either the
Completion Date or after termination of the Contract, if earlier, and Contractor shall preserve
and shall cause its Subcontractors to preserve all documents for the same period.
14.1.4. Technical, safety and environmental audits
Company shall have the right to subject all or part of Contractor's or Subcontractor’s Facilities,
Materials, Construction Equipment, Contractor Personnel and Subcontractor Personnel
employed and operations undertaken in the performance of the Work, to technical, safety and
environmental audits as considered necessary by Company.
14.1.5. Audit of Subcontractors
Contractor shall cause its Subcontractors to give Company the audit rights set out in Articles
14.1.1 and 14.1.2.
14.1.6. Disclosure of Secrets
Nothing in this Article 14 shall require disclosure of Contractor’s trade secrets or proprietary
information without Company signing a secrecy agreement limited to non-disclosure of any
such trade secrets or proprietary information.

General Conditions for Construction & EPC Contracts – Rev. Mar 2017 Page 25 of 39
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

ARTICLE - 15. OMANISATION AND IN COUNTRY VALUE


15.1. Omanisation of Contractor Personnel
15.1.1. Contractor shall comply with, and shall cause its Subcontractor(s) to comply with, all applicable
laws and regulations of the Sultanate of Oman governing the engagement and employment of
personnel and, in particular, those related to Omanisation. Nothing contained in this Article
shall contradict or relieve Contractor from any statutory obligation in accordance with the
relevant laws of the Sultanate of Oman.
15.1.2. Contractor shall at all times adhere to, and cause its Subcontractors to adhere to, the
Omanisation and In Country Value (ICV) requirements stipulated in the Contract (Section C7).
15.1.3. In the event Contractor fails to comply with ICV requirements or employ Omani nationals in
the positions and in such numbers as required by the applicable laws and regulations and the
requirements stipulated in Section C7, Company shall have the right to suspend the Work or
terminate the Contract and to levy the penalties stipulated in the Contract.
15.1.4. All costs of Omanisation and ICV requirements shall be included in the Contract Rates.

ARTICLE - 16. HEALTH, SAFETY AND ENVIRONMENT


16.1. Compliance with HSE Specification
16.1.1. Contractor shall operate, and shall cause its Subcontractors and Contractor Personnel to
operate, with the utmost care for the health and safety of Contractor Personnel, Company
personnel and third parties, and for the environment.
16.1.2. Contractor shall comply, and shall cause its Subcontractors and Contractor Personnel to
comply, with the HSE Specification (Section C9), and with the laws and governmental
regulations in respect of health, safety and environment. In case of any inconsistency between
the HSE Specification and the laws and governmental regulations, the most stringent provision
shall prevail.
16.1.3. Contractor shall ensure that any person admitted to the Site by Contractor, any Subcontractor
or Contractor Personnel, shall likewise comply with the HSE Specification applicable to
activities on Site. Where Contractor is required to attend HSE training courses Contractor
shall ensure that there is minimum disruption to the Work as a result of Contractor Personnel
attending such courses.
16.1.4. Compliance with the HSE Specification and the laws and governmental regulations shall not
relieve Contractor, its Subcontractors and Contractor Personnel from the obligation to operate
in accordance with sound health, safety and environmental practice on aspects which are not
covered or which are insufficiently covered by the HSE Specification or the laws and
governmental regulations. Company shall have the right to amend the HSE Specification;
where such amendment has a time or cost effect, the Article headed “Instructions and
Variations to Contract” shall apply.
16.1.5. Company shall have the right to carry out health, safety and environmental inspections and
audits, whether on the Site or on the premises of Contractor or any Subcontractor, and to
investigate any incidents and accidents, and Contractor shall afford and cause its
Subcontractors and Contractor Personnel to afford Company all co-operation and access
which Company may require to carry out such inspections, audits and investigations.
16.1.6. Contractor shall for its own account repair any damage to the environment caused by
Contractor, any Subcontractor or Contractor Personnel.
16.1.7. Any failure of Contractor, any Subcontractor or Contractor Personnel to comply with this
Article, the HSE Specification or any instruction given thereunder by Company, or with the
laws and governmental regulations in respect of health, safety or the environment, shall be
considered a fundamental breach of Contract.
16.1.8. Without prejudice to the terms of Article - 17 Contractor shall indemnify and hold Company
harmless from and against any and all liability, damages, claims, fines, penalties or other
sanctions which may be imposed on Company as a result of non-compliance with this Article

General Conditions for Construction & EPC Contracts – Rev. Mar 2017 Page 26 of 39
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

by Contractor, any Subcontractor, Contractor Personnel or any person admitted by them to


the Site.
16.1.9. For the purpose of this Article the term “Subcontractor” shall include, not only Subcontractors
who perform any part of the Work, but also Subcontractors performing any other work or
services for Contractor, or for any Subcontractor, if such work or services require frequent
journeys to the Site or a regular presence on the Site.

ARTICLE - 17. LIABILITIES AND INDEMNIFICATION


17.1. Property and Personal Injury
17.1.1. Contractor shall be responsible for and shall save, indemnify, defend and hold harmless
Company Group from and against all claims, losses, damages, costs (including legal costs),
expenses and liabilities in respect of:
(a) loss of or damage to property of Contractor Group whether owned, hired, leased or
otherwise provided by Contractor Group arising from or relating to the performance of
the Contract; and
(b) personal injury including death or disease to any person employed by Contractor Group
arising from or relating to the performance of the Contract; and
(c) subject to any other express provisions of the Contract, personal injury including death
or disease or loss of or damage to the property of any third party arising out of the
Contract howsoever arising and whether or not caused or contributed to by negligence
or breach of duty (statutory or otherwise) on the part of Company Group up to an amount
specified in Article 19.2(c) of the Article headed “Insurance By Contractor” for any one
occurrence and unlimited as to the number of occurrences. In excess of this level,
liability shall be determined by reference to applicable laws.
17.1.2. Company shall be responsible for and shall save, indemnify, defend and hold harmless
Contractor Group from and against any claims, losses, damages, costs (including legal costs),
expenses and liabilities in respect of:
(a) loss of or damage to property of Company Group excluding the Work, which is located
at any onshore part of the Site arising from or relating to the performance of the Contract;
and
(b) personal injury including death or disease to any person employed by Company Group
arising from or relating to the performance of the Contract.
17.2. Work
17.2.1. Without limitation to Contractor’s other obligations under the Contract and at law, Contractor
shall be responsible for the Work from the Effective Date until the Completion Date in respect
of the whole or the relevant part of the Work at which date or dates responsibility shall pass to
Company. Before such Completion Date, in the event of loss or damage to the Work,
Contractor shall, if instructed by Company, reconstruct, repair or replace the same. Where
the necessity for such Work of reconstruction, repair or replacement was solely caused by
Company Group, such Work shall be at the expense of Company.
17.3. Company Responsibility for Pollution
17.3.1. Notwithstanding the provisions of Article 17.1.1(c) and except as provided by Article 17.1.1(a),
Article 17.1.1(b) and Article 17.4, Company shall be responsible for and shall save, indemnify,
defend and hold harmless Contractor Group from and against any claim of whatsoever nature
arising from pollution emanating from the reservoir or from the property of Company Group
arising from or related to the performance of the Contract.
17.4. Contractor Responsibility for Pollution
17.4.1. Except as provided by Article 17.1.2(a) and Article 17.1.2(b) Contractor shall be responsible
for and shall save, indemnify, defend and hold harmless Company Group from and against
any claim of whatsoever nature arising from pollution occurring on the premises of Contractor
Group or emanating from the property and equipment of Contractor Group arising from or
relating to the performance of the Contract.

General Conditions for Construction & EPC Contracts – Rev. Mar 2017 Page 27 of 39
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

17.5. Consequential Loss


17.5.1. For the purposes of this Article the expression "Consequential Loss" shall mean indirect losses
and/or loss of production, loss of product, loss of use and loss of revenue, profit or anticipated
profit, arising from or related to the performance of the Contract and whether or not such losses
were foreseeable at the time of entering into the Contract.
17.5.2. Notwithstanding any provisions to the contrary elsewhere in the Contract and except to the
extent of any agreed penalties and damages (including any predetermined termination fees)
provided for in the Contract, Company shall save, indemnify, defend and hold harmless
Contractor Group from Company Group's own Consequential Loss and Contractor shall save,
indemnify, defend and hold harmless Company Group from Contractor Group's own
Consequential Loss.
17.6. Extent of the Indemnities
17.6.1. All exclusions and indemnities given under this Article (save for those under Article 17.1.1(c))
shall apply irrespective of cause and notwithstanding the negligence or breach of duty
(whether statutory or otherwise) of the indemnified party or any other entity or party and shall
apply irrespective of any claim in tort, including negligence, under contract or otherwise at law.
17.7. Notification
17.7.1. If either party becomes aware of any incident likely to give rise to a claim under the above
indemnities, they shall notify the other and both parties shall co-operate fully in investigating
the incident.
17.8. Mutual Waiver and Indemnity
(a) For the purpose of this Article 17.8, the following definitions additional to those set out
under the Article headed “Definition”:

(i) “Other Contractor” shall mean any other contractor engaged by Company to
perform work at the Site and which has entered into contract(s) with Company; and

(ii) “Other Contractor Group” shall mean the Other Contractor, its subcontractors (of
any tier), its and their Affiliates, its and their respective directors, officers and
employees (including agency personnel) but shall not include any member of
Company Group or Contractor Group.

(b) Commencing from the date on which any Other Contractor became bound by an article
effectively containing the same undertaking as this Mutual Waiver and Indemnity, in any
contract which any Other Contractor has entered into with Company, and for the duration
that the Other Contractor remains bound by the provisions of such article, Contractor shall
save, indemnify, defend and hold harmless the Other Contractor Group from and against
all claims, losses, damages, costs (including legal costs), expenses and liabilities in
respect of:

(i) loss of or damage to property of Contractor Group whether owned, hired, leased
or otherwise provided by Contractor Group arising from or relating to the
performance of the Contract: and

(ii) personal injury death or disease to any person employed by Contractor Group
arising from or related to the performance of the Contract; and

(iii) any consequential loss sustained by Contractor Group. Consequential losses shall
mean indirect losses and/or loss of production, loss of product, loss of use and loss
of revenue, profit or anticipated profit, arising from or relating to the performance
of the Contract and whether or not such losses were foreseeable at the time of
entering into the Contract.

(c) All exclusions and indemnities given under this Mutual Waiver and Indemnity shall apply
irrespective of cause and notwithstanding the negligence or breach of duty (whether
statutory or otherwise) of the indemnified party or any other entity or party and shall apply
irrespective of any claim in tort, under contract or otherwise at law.

General Conditions for Construction & EPC Contracts – Rev. Mar 2017 Page 28 of 39
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

(d) Contractor’s insurances shall be endorsed to provide that underwriters waive any rights
of recourse, including in particular subrogation rights against the Other Contractors and
their respective Affiliates to the extent of the obligations assumed herein.
17.9. Exclusions or Limitations of Liability
17.9.1. From the Effective Date of the Contract and before the Completion Date, Contractor's total
cumulative liability to Company arising out of or related to the performance of Contract shall
be limited to the estimated Contract Price at the Effective Date of the Contract. The above
limitation shall not apply any liabilities assumed by Contractor under the Articles headed
Inspection and Testing, Duties and Taxes, Suspension and Termination, Ownership, Patents
and Proprietary Rights, Insurance by Contractor, Confidentiality, sub-articles headed
Consequential Loss and Mutual Waiver and Indemnity.
17.9.2. After the Completion Date, Contractor’s total cumulative liability to Company arising out of or
related to the performance of Contract shall be limited to Twenty Five Percent (25%) of the
estimated Contract Price at the Effective Date of Commencement of Contract. The above
limitation shall not apply to any liabilities assumed by Contractor under the Articles headed
Duties and Taxes, Ownership, Patents and Proprietary Rights, Insurance by Contractor,
Confidentiality, sub-articles headed Consequential Loss and Mutual Waiver and Indemnity.
17.9.3. Costs arising from any cause of action of Company notified to Contractor before the
Completion Date shall be subject to the limitation described in Article 17.9.1 but not to the
limitation described in Article 17.9.2.
17.9.4. Notwithstanding anything in the Contract to the contrary:
(a) misconduct or illegal or unlawful acts shall not be subject to any limitation or exclusion of
liability, and
(b) no liabilities of Contractor or Company covered by insurance are included in Contractor’s
total cumulative liability for the purpose of determining the limit of Contractor’s liability
under the Contract.
17.9.5. Any limitation or exclusion of liability under the Contract shall exclude or limit such liability not
only in contract but also in tort, including negligence, or otherwise at law.
17.9.6. Any and all limitations of Contractor’s liability included in the Contract shall represent the
aggregate cumulative limitation of the liability of Contractor to Company Group.

ARTICLE - 18. INSURANCE BY COMPANY (NOT APPLICABLE)

ARTICLE - 19. INSURANCE BY CONTRACTOR


19.1. Contractor shall, at its own expense, obtain and maintain as a minimum the insurances set
out in this Article and ensure that they are in full force and effect throughout the life of the
Contract. All such insurances shall be placed with reputable and substantial insurers (S&P or
equivalent rating of A+ or better), satisfactory to Company and Company shall not
unreasonably object to Contractor’s insurers, and shall for all insurances (including insurances
provided by Subcontractors) other than Employers Liability Insurance/Workmen's
Compensation to the extent of the liabilities assumed by Contractor under the Contract, include
Company, its Co-Ventures and its and their respective Affiliates, as co-insured. All insurances
required under this Article shall be endorsed to provide that underwriters waive any rights of
recourse, including in particular subrogation rights against Company, its Co-Ventures and its
and their respective Affiliates, Associated Companies, and Other Contractor Group in relation
to the Contract to the extent of the liabilities assumed by Contractor under the Contract. Such
insurances shall also provide that Company shall be given not less than thirty (30) calendar
days’ notice of cancellation of or material change to cover. The provisions of this Article shall
in no way limit the liability of Contractor under the Contract.
19.2. The insurances required to be effected under Article 19.1 shall be legally compliant in all
countries in which the Work takes place and shall be as follows:
(a) Construction All Risks (CAR) Insurance of the Work against legal liabilities, loss of or
damage to the Work, Materials and Company’s property

General Conditions for Construction & EPC Contracts – Rev. Mar 2017 Page 29 of 39
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

(b) Employers Liability and/or (where the jurisdiction of where the Work is to be performed or
under which the employees employed requires the same) Workmen's Compensation
insurance covering personal injury to or death of the employees of Contractor engaged in
the performance of the Work to the minimum value required by law;
(c) Third Party Liability insurance for any incident or series of incidents covering the
operations of Contractor or Subcontractor(s) in the performance of the Contract, in an
amount not less than Five million U.S. dollars (US$ 5,000,000) per occurrence and
unlimited as to the number of occurrences;
(d) Third Party and Passenger Liability insurance and other motor insurance as required by
applicable jurisdiction; and
(e) Storage/ transit/ Cargo Insurances in respect of Materials procured by Contractor up to
the time they are delivered at Site areas as directed by Contract Holder.
19.3. Without limitation of Contractor’s obligations and responsibilities, if Contractor subcontracts
any part of the Work, the responsibility and insurance provisions of each Subcontract shall be
consistent with the Contract and the Subcontractors need not carry any insurance, which
would duplicate any insurance provided by Contractor or Company.
19.4. Contractor and its Subcontractors shall not commence the shipment of Construction
Equipment and/or Materials or commence the Work at the Site until all applicable insurances
that Contractor and the Subcontractors are required to provide are in force and the necessary
certificates have been received by Company. Prior to commencing the aforesaid activities,
Contractor shall comply with all Company's and insurers' requirements including, but not
limited to, maximum value concentrations, reports and claim handling procedures.
19.5. Approval by Company of any insurer or terms of insurance proposed by Contractor shall not
relieve Contractor of any obligation or liability under or arising from the Contract or at law.
19.6. Contractor shall furnish to Company certificates of insurance within fifteen (15) calendar days
from the Effective Date for those insurances required by Articles 19.2(a) and (b) and when
requested or becoming necessary for those insurances required by Articles 19.2(c) and (d)
giving evidence of the type and scope of each insurance and a statement from the insurers
that no insurance will be cancelled or materially changed for the duration of the Contract
without thirty (30) calendar days prior written notice from the insurers to Company. Such
certificates or notice shall be marked for the attention of the Contract Holder.
19.7. Should Contractor at any time neglect or refuse to provide any insurance required herein, or
should any insurance be cancelled, Company shall have the right to procure such insurance.
In such event, Company shall authorise a Variation to Contract in accordance with the Article
headed ”Instructions and Variations to Contract” and the Contract Price shall be reduced by
an amount equal to Company's costs in procuring such insurance.
19.8. In the event that any of the insurances are renewable during the performance of the Work,
Contractor shall supply Company with evidence of renewal of any such insurance at least
fifteen (15) calendar days before the date of expiry.

ARTICLE - 20. REPRESENTATIVES OF THE PARTIES


20.1. The Contract Holder and Contract Manager shall be the persons named as such in Appendix
1 of Section C1, Form of Agreement.
20.2. The Contract Holder shall generally represent Company with respect to the Contract.
20.3. Company shall have the right to appoint and replace the Contract Holder who shall have the
authority to represent Company generally in respect of the Contract and to appoint a Company
Representative(s) and/or Company Site Representative(s); The Contract Holder shall notify
the Contract Manager in writing of such appointment and this written notification shall detail
the delegated authority with which the Company Representative(s) and Company Site
Representative(s) are empowered. The Contract Holder shall be the only member of the
Company’s personnel empowered to issue Variations to the Contract.

General Conditions for Construction & EPC Contracts – Rev. Mar 2017 Page 30 of 39
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

20.4. The Contract Manager shall generally represent Contractor with respect to the Contract and
the Contract Manager and Contractor Personnel confirmed as such in writing by the Contract
Manager shall have the authorities that Contractor has under the Contract.
20.5. Persons representing Company shall at all times have access to the Site.

ARTICLE - 21. SUBCONTRACTORS & MANUFACTURERS


21.1. Company’s consent or approval
21.1.1. Approval by Company of a Subcontractor or Manufacturer in no way relieves Contractor from
the requirement to satisfy itself as to the suitability and capacity of that Subcontractor or
Manufacturers to satisfactorily execute and complete the Work in accordance with the
Contract.
21.1.2. Contractor shall not be entitled to enter into a Subcontract for the performance of the whole of
the Work but shall, with the previous written consent of Company which shall not be
unreasonably withheld, have the right to enter into Subcontracts for the performance of parts
of the Work provided that the total of such parts of the Work do not amount to the whole or, in
Company’s opinion, a significant part of the Work and provided that the proposed
Subcontractors are registered with Company for the appropriate work.
21.1.3. Prior to entering into any Subcontract, Contractor shall submit to Company for approval full
details of the proposed Subcontractor, the part of the Work to be undertaken under the
Subcontract, the form of the Subcontract, any other details that Company shall request or
specify and, insofar as Company is required to separately reimburse Contractor the amounts
paid to the Subcontractor, the cost of the Subcontract.
21.1.4. With respect to Subcontracts placed by Subcontractors, Contractor shall ensure that such
Subcontracts shall only be placed with Company's prior written consent.
21.2. Subcontractor considered as Contractor
21.2.1. Contractor shall ensure that each Subcontractor shall perform its part of the Work in
accordance with the Contract and afford Company the same rights as Contractor has afforded
to Company, regardless whether or not the provisions of the Contract specifically refer to
Subcontractors.
21.2.2. Subcontracts shall not relieve Contractor from any obligation under the Contract and
Contractor shall be responsible for the acts, defaults and neglects of any Subcontractor, its
personnel, agents and representatives as fully as if they were the acts, defaults or neglects of
Contractor, its employees, agents, representatives, servants or workmen.
21.2.3. No Subcontract shall bind or purport to bind Company. Each Subcontract shall provide for the
possibility of its immediate termination in the event of termination of the Contract, and for
suspension in the event of suspension of the Work. Each Subcontract shall provide for the
right of assignment of the Subcontract to Company or its nominee in the event that Company
terminates the Contract.
21.3. Assignment of procurement contracts to Contractor
21.3.1. Company may assign any procurement contract to Contractor where such contract was
awarded to a Manufacturer or supplier by Company or on behalf of Company. Contractor shall
assume Company's rights and obligations under the assigned procurement contract, which
shall thenceforth be a Subcontract. Contractor shall hold harmless and indemnify Company
for any claim made in connection with the Subcontract except if and to the extent such claim
is based on events which occurred prior to the assignment and were not disclosed to and could
not reasonably have been discovered by Contractor prior to assignment.

ARTICLE - 22. CONTRACTOR PERSONNEL


22.1. Suitability of Contractor Personnel
22.1.1. Contractor shall have complete charge of all Contractor Personnel and shall engage, and
cause any Subcontractor to engage, such number of Contractor Personnel as required to

General Conditions for Construction & EPC Contracts – Rev. Mar 2017 Page 31 of 39
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

perform the Work in accordance with the Contract. Contractor represents that every effort will
be made to minimise the turnover of Contractor Personnel.
22.1.2. Contractor warrants that all Contractor Personnel have the experience and capability to safely,
efficiently and expeditiously perform the Work. Contractor Personnel shall have such linguistic
skills as may be required for the fulfilment of their duties.
22.1.3. Contractor shall, within seven (7) calendar days of the Effective Date, present to Company a
name list of all Key Personnel to be employed in the performance of the Work. This list shall
show each person's qualifications and previous certification obtained. The supervisory Key
Personnel of Contractor and his Subcontractors shall read, write and speak English fluently.
Company reserves the right to reject for proper reasons a person on the original name list and
also any subsequent change to the name list.
22.2. Replacement of Contractor Personnel
22.2.1. Contractor shall ensure that Key Personnel shall not be replaced without the prior written
approval of Company. In order to ensure that continuity of the Work is maintained, where
possible any replacement shall work alongside the person who is to be replaced for a
reasonable hand-over period, at no expense to Company.
22.2.2. Contractor shall at its own expense ensure that all Contractor Personnel and Subcontractor
personnel have been trained sufficiently to perform the Work to the standards required by the
Contract. This training must, as a minimum, include safety, survival and job related training
required by applicable law, the Contract and good practice prior to the start of the Work, and/or
as specified in the specification. Contractor will provide certificates evidencing such training if
so required by Company. Contractor shall maintain records of all training received prior to and
during the Contract. In the case of safety and survival training for Omani personnel, written
training material shall be issued and training shall be conducted by Contractor in Arabic.
22.2.3. Contractor shall, at its own cost, immediately replace any member of Contractor Personnel
whom Company either refuses to allow access to the Site or to perform any part of the Work
or requires to be removed from the Site, provided that Company does not exercise such right
unreasonably. Any Contractor Personnel so replaced shall not be placed on any other
Company work without prior written approval of Company. Contractor shall be responsible for
replacing such persons as soon as possible but no later than thirty (30) calendar days after
the removal of such persons was requested by Company.
22.2.4. Neither Contractor nor any Subcontractors shall, without Company's prior written consent,
engage any labour employed by another contractor working for Company.
22.3. Liability for Contractor Personnel
22.3.1. Unless otherwise expressly stated in the Contract, Contractor shall have full and exclusive
responsibility for the payment of all salaries, wages, commissions, allowances, pension
premiums, end of service benefits, medical treatment and medical termination benefits,
redundancy payments and other remuneration to Contractor Personnel and for the deduction
of the applicable taxes or other levies therefrom for remittance to the authorities concerned,
and the Contract Price shall be deemed to include all of the foregoing.
22.3.2. Contractor shall arrange, provide and maintain at its own expense the necessary visas and
work permits for Contractor Personnel.
22.3.3. Contractor shall maintain good industrial relations and shall provide Company on request with
information on all matters relating to conditions of employment of Contractor Personnel
including but not limited to rates of pay, allowances, amenities and overtime.
22.3.4. Except as otherwise explicitly provided in the Contract, Contractor shall provide suitable
accommodation, messing and catering for Contractor Personnel in compliance with the HSE
Specification and with such regulations and requirements as may exist or be made by the
Government and/or local authorities, and shall provide all transport for Contractor Personnel
to, from and at the Site.

General Conditions for Construction & EPC Contracts – Rev. Mar 2017 Page 32 of 39
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

ARTICLE - 23. LAWS, PERMITS AND REGULATIONS


23.1. Compliance with laws, permits and regulations
23.1.1. Contractor shall observe and abide by and shall ensure that all Subcontractors and Contractor
Personnel observe and abide by all applicable laws, rules and regulations of the Sultanate of
Oman and of any governmental or regulatory body having jurisdiction over the Work, and with
the conditions of any authorisations, approvals, permits, licenses, consents and clearances
relating to the Work whether held by Contractor or Company.
23.1.2. Contractor shall be fully responsible for obtaining without delay such authorisations, approvals,
permits, consents, import and other licenses that are necessary for the performance of the
Work and shall be responsible for ascertaining whether any such necessary documentation is
held by Company.
23.1.3. Contractor shall, in all operations conducted with respect to performance of the Contract,
ensure that no violation of, or infringements upon any rights of Third Parties takes place.
23.1.4. Contractor shall indemnify and hold Company harmless from and against any and all liability,
damages, claims, fines, penalties or other sanctions which may be imposed on Company as
a result of non-compliance by Contractor, any Subcontractor or any Contractor Personnel with
this Article.
23.2. Change in legislation
23.2.1. If, as a result of change(s) of legislation which take effect in Oman after the Effective Date of
the Contract and could not have been foreseen by the party affected at the time of entering
into the Contract, the cost of performing the Contract increases or decreases by an amount
equal to two percent (2%) or more of the Contract Price, then Company and Contractor shall
in good faith negotiate and agree an adjustment of the Contract Price. For the purpose of this
Article, legislation means laws and decrees issued by His Majesty the Sultan of Oman and
ministerial decisions and regulations issued by the competent authorities pursuant to such
laws and decrees, with the exception of laws, decrees, ministerial decisions and regulations
concerning corporation, income or profit tax.
23.3. Public relations
23.3.1. Contractor shall maintain, and shall cause its Subcontractors to maintain, good relations with
any Government body concerned. Contractor shall make all reasonable efforts to maintain
goodwill among the local authorities, including the Walis and the local Sheikhs, and with the
Omani people.

ARTICLE - 24. OWNERSHIP, PATENTS AND PROPRIETARY RIGHTS


24.1. Ownership
24.1.1. Title to, access to and inspection of, copyright in, the right to possession of and free right of
use of all reports drawings, specifications, calculations, computer software (including
computer aided design models), other documents or materials and all other things created
under or arising out of the Contract shall vest in Company immediately upon the date of
commencement of the Work or creation of the article or document or item as applicable. All
rights of title to copyright and ownership in any reports, drawings specifications, calculations,
computer software (including computer aided design models), and other documents or
materials developed by Contractor outside the Contract shall remain solely with Contractor.
All rights of title to, copyright in and ownership of any such items which Contractor provides in
relation to the Work and which is merely supplemented, enhanced, modified or adapted in the
course of the Work shall remain with Contractor.
"Software" shall for the purpose of this Article, mean the database and all the machine codes,
binaries, object codes and/or source codes, whether in a machine or human readable form
and all improvements, modifications or updates thereof, flow charts, logic diagrams,
passwords and output tapes.

General Conditions for Construction & EPC Contracts – Rev. Mar 2017 Page 33 of 39
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Contractor shall upon Completion of the Work provide Company with a satisfactory, complete
and up to date copy of the software and all other information necessary to ensure that
Company can continue to satisfactorily use the software so provided by Contractor.
Company reserves the right to verify and validate any information contained within the
software within one year from Completion of the Work. Contractor shall remedy any defects
or inadequacies discovered during the said one year, which Company shall notify to Contractor
and such defects or inadequacies shall be remedied within fourteen (14) calendar days of
receipt of such notification.
24.1.2. Company shall retain title to Company provided items and information, including but not limited
to, Technical Information. The Work shall be and remain the property of Company.
24.1.3. All Materials shall become the property of Company upon delivery to the Worksite or payment
by Company whichever is the earlier.
24.1.4. Contractor shall ensure that all Materials and Construction Equipment are free from all liens
and/or retention of title claims from any third party.
24.1.5. Title in any equipment, materials and supplies provided by Contractor which do not comply
with the requirements of the Contract and which are rejected by Company, shall re-vest
immediately in Contractor.
24.1.6. Title in Materials which do comply with the requirements of the Contract and which has not
been rejected by Company but for which no payment has been made by Company and which
are no longer required for the purposes of the Contract, shall re-vest in Contractor.
24.1.7. All items of Company property in the possession of Contractor shall be suitably marked or
clearly identified as the property of Company. As far as possible all such items shall be
segregated from other property.
24.2. Liens, attachments etcetera
24.2.1. Contractor agrees that it will not claim any Lien or charge or the like on the Work or any
property of Company Group, in the possession of Contractor or, at the Site.
24.2.2. If at any time there shall be evidence of any Lien, attachment, charge or claim to which, if
established, the Work, Equipment, Material or Company Group’s property might be subjected
to, and which is made against Contractor or made by any Subcontractor against Company,
then Company shall notify Contractor promptly in order that Contractor may either remove or
bond the said Lien, attachment, charge or claim, failing which Company shall have the right to
retain out of any payment to be made under the Contract, an amount sufficient to indemnify
Company Group completely against such Lien, attachment, charge or claim. Should there
prove to be any Lien, attachment, charge or claim upon the property of Company Group after
all payments hereunder have been made, or where payments due to Contractor are not
sufficient to completely discharge such Lien, Contractor agrees to refund to Company all costs
incurred by Company in discharging any such Lien, attachment, charge or claim imposed on
the property of Company Group in consequence of the breach of Contractor. Contractor shall
immediately notify Company of any possible Lien, attachment, charge or claim, which may
affect the Work or any part thereof.
24.2.3. Without prejudice to the provisions of this Article 25.2, Contractor shall save, indemnify, defend
and hold harmless Company Group from and against all Liens, attachments, charges or claims
by Subcontractors, upon the Work, services, Construction Equipment, Materials or the
property of Company Group in connection with, or arising out of, the Contract. Except as
provided in Article 24.2.2, Company shall have the right to withhold the amount of any such
Lien, attachment, charge or claim from any payment to Contractor under the Contract until
removal of such claim by Subcontractors. If such Liens, attachments, charges or claims fall
within the scope of the insurances of Contractor, it shall remain the responsibility of Contractor
to furnish Company with satisfactory written certification, from the insurer of Contractor, that
any such Lien, attachment, charge or claim is covered by the insurance of Contractor before
Company shall release any money withheld hereunder.

General Conditions for Construction & EPC Contracts – Rev. Mar 2017 Page 34 of 39
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

24.3. Patents and other intellectual property rights


24.3.1. Neither Company nor Contractor shall have the right of use other than for the purpose of the
Contract, whether directly or indirectly, of any patent, copyright, proprietary right or confidential
know-how, trademark or process provided by the other party and the intellectual property rights
in such shall remain with the party providing such patent, copyright, proprietary right or
confidential know how, trademark or process.
24.3.2. Where any potential patent or registerable right in any country in the world or any confidential
know-how results from
a) developments by Contractor or its Affiliates or Subcontractors which are based wholly on
data, equipment, processes, substances and the like in the possession of Contractor or
its Affiliates or Subcontractors at the Contract Effective Date or otherwise produced
outside of the Contract; or:
b) enhancements of or in the existing intellectual property rights of Contractor or its Affiliates
or Subcontractors;
such rights shall vest in Contractor or its Affiliates or Subcontractors as the case may be.
24.3.3. Where any potential patent or registerable right in any country in the world or any confidential
know-how results from:
a) developments by Company or its Affiliates or Associated Companies which are based
wholly on data, equipment, processes, substances and the like in the possession of
Company or its Affiliates or Associated Companies at the Effective Date or otherwise
produced outside of the Contract; or
b) enhancements of or in the existing intellectual property rights of Company or its Affiliates
or Associated Companies;
such rights shall vest in Company or its Affiliates or Associated Companies as the case may
be.
24.3.4. Except as provided in Articles 24.3.1, 24.3.2 and 24.3.3, Company and Contractor shall each
have an equal, undivided interest in the right, title and interest in and to any invention that is
jointly conceived or generated during the performance of the Contract.
24.3.5. In the event that either Company or Contractor believes that a patent application should be
filed on a joint invention in accordance with Article 24.3.4, then both parties agree to cooperate
fully in the preparation of such patent application and to pay its respective share of all
necessary fees to maintain any jointly owned application or patent assigned to it in force
throughout its full term, provided however, that either party may elect to notify the other party
that it intends to discontinue payment of such fees and thereafter promptly assign such patent
to the other party, thereby retaining no interest therein in exchange for the party and its
Affiliates and its Associated Companies being given a royalty-free, irrevocable, non-exclusive,
non-transferable, world-wide licence to use such right and to sublicense the use, by mutual
agreement, to a third party.
24.3.6. In the event that either Company or Contractor do not wish to share equally in payment of the
costs for preparing, filing and prosecuting such jointly owned application in accordance with
Article 24.3.5, notice shall be provided within thirty (30) calendar days to the other party and
the party proceeding with the patent application at its own cost shall become the assignee of
such patent application and subsequent patent or patents issuing therefrom, however, such
assignee shall give the other party and its Affiliates and its Associated Companies a royalty-
free, irrevocable, non-exclusive, non-transferable, world-wide licence to use such right and to
sublicense the use by mutual agreement, to a Third Party.

General Conditions for Construction & EPC Contracts – Rev. Mar 2017 Page 35 of 39
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

24.3.7. Contractor shall save, indemnify, defend and hold harmless Company Group from all claims,
losses, damages, costs (including legal costs), expenses, and liabilities of every kind and
nature for, or arising out of, any alleged infringement of any patent or proprietary or protected
right, arising out of or in connection with the performance of the obligations of Contractor under
the Contract except where such infringement necessarily arises from the Technical Information
and/or Company’s instructions. Contractor shall use its reasonable endeavours to identify any
infringement in the Technical Information and/or Company’s instructions of any patent or
proprietary or protected right, and should Contractor become aware of any such infringement
or possible infringement, then Contractor shall inform Company immediately. Contractor will
have no liability for any failure to identify any infringement in the Technical Information and/or
Company’s instructions.
24.3.8. Company shall save, indemnify, defend and hold harmless Contractor Group from all claims,
losses, damages, costs (including legal costs), expenses and liabilities of every kind and
nature for, or arising out of, any alleged infringement of any patent or proprietary or protected
right arising out of or in connection with the performance of the obligations of Company under
the Contract or the use by Contractor of Technical Information or any infringement arising from
Company’s instructions.
24.3.9. Subject to Article 24.3.8, where Equipment, designs, processes, methods, information, work
or products specified and used or proposed to be used by Contractor are held to constitute
infringement and its use enjoined, Contractor shall at its own expense either procure the right
to use the same or replace them with non-infringing Equipment, designs, processes, methods,
information, work or products
24.4. Items of geological or archaeological interest
24.4.1. All fossils, coins, articles of value or antiquity and structures and other remains or items of
geological or archaeological interest discovered on the Site shall as between Company and
Contractor be deemed to be the absolute property of Company and Contractor shall take
reasonable precautions to prevent his personnel or any other persons from removing or
damaging any such article or item and shall immediately upon discovery thereof and before
removal acquaint Company of such discovery and carry out at the expense of Company,
Company's orders as to the disposal of the same.

ARTICLE - 25. CONFIDENTIALITY


25.1. Confidential Information and Confidential Records
25.1.1. Contractor undertakes that both during the term of the Contract and after its termination
Contractor shall:
(a) preserve and cause all Subcontractors and Contractor Personnel to preserve the secrecy
of any Confidential Information and Confidential Record;
(b) not disclose to any third party any Confidential Information or Record except with
Company's prior written consent;
(c) not use any Confidential Information or Record other than for the purpose for which it has
been disclosed to Contractor.
25.1.2. Such undertaking shall continue insofar and for so long as the Confidential Information or
Confidential Record in question has not:
(a) become part of the public knowledge or literature otherwise than through any act or default
on the part of Contractor; or
(b) been disclosed to Contractor under an obligation to maintain secrecy by a third party (other
than one disclosing on behalf of Company) who could lawfully do so and who did not derive
such Confidential Information or Confidential Record from Company.
25.1.3. Contractor shall ensure that if under the terms of this Article any Confidential Information or
Confidential Record comes to the knowledge or in the possession of any third party such third
party shall also be bound by the stipulations contained in this Article.

General Conditions for Construction & EPC Contracts – Rev. Mar 2017 Page 36 of 39
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

25.1.4. Contractor shall return to Company after expiration or termination of the Contract, all originals
and copies of documents, drawings, data and any other information placed with or at the
disposal of Contractor by or on behalf of Company relating to the performance of the Contract.
25.1.5. Contractor shall ensure that the provisions of this Article are incorporated in any Subcontract.
25.2. Press releases
25.2.1. No announcements, press releases, handouts or photographs for publication etc. relating to
this Contract or any part of the Work shall be issued or released without Company’s prior
written approval.

ARTICLE - 26. BUSINESS ETHICS AND PRINCIPLES


26.1.1. Company works under strict general business principles that govern how it conducts its affairs.
These business principles are contained in a “Code of Business Conduct”. Copy of “Code of
Business Conduct” is available on request.
26.1.2. Company insists on honesty, integrity and fairness in all aspects of its business and expects
the same in its relationships with those with whom it does business. The direct or indirect offer,
payment, soliciting, giving and acceptance of bribes in any form, are unacceptable practices.
26.1.3. Company expects Contractor Group to practice such business principles that are consistent
with Company’s business principles.
26.1.4. Without prejudice to any other rights that Company may have, Company may terminate the
Contract immediately upon notice in writing should Contractor violate the provisions of this
Article.

ARTICLE - 27. CLAIMS


27.1. Contractors Claims for additional expense
27.1.1. If Contractor intends to claim any additional payment under these General Conditions or
otherwise, Contractor shall give notice to Company as soon as possible and in any event within
fourteen (14) calendar days from the date of the event or circumstances giving rise to the
claim.
27.1.2. Contractor shall keep such contemporary records as may be necessary to fully assess and
evaluate the claim.
27.1.3. Within twenty-eight (28) calendar days of such notice being given, or such other time as may
be agreed with Company, Contractor shall forward to Company an account, giving detailed
particulars of the amount and basis of the claim. Contractor shall send such further particulars
as are requested by Company within the time specified by Company. Where interim accounts
are sent to Company Contractor shall send a final account within twenty-eight (28) calendar
days of the end of the effects resulting from the event.
27.1.4. If Contractor fails to comply with this Article Contractor shall not be entitled to any additional
payment.

ARTICLE - 28. ASSIGNMENT


28.1. Company may assign any or all of its rights or obligations under the Contract, subject to prior
notification thereof in writing to Contractor.
28.2. Contractor shall not assign its rights or obligations under the Contract, in whole or in part,
without the prior written consent of Company.

ARTICLE - 29. APPLICABLE LAW AND DISPUTE RESOLUTION


29.1.1. This Contract shall be construed and take effect in accordance with the laws of the Sultanate
of Oman.

General Conditions for Construction & EPC Contracts – Rev. Mar 2017 Page 37 of 39
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

29.1.2. Any dispute between Company and Contractor in connection with, or arising out of, the
Contract or the Work shall be resolved by means of the following procedure:
(a) the dispute shall initially be referred to the Contract Holder and Contract Manager who
shall discuss the matter in dispute and make all reasonable efforts to reach an agreement.
The basis of such dispute shall be submitted in accordance with Articles 29.1.7 and 29.1.8;
(b) if no agreement is reached under Article 29.1.2(a) the dispute shall be referred to two
nominated persons, one from each party, and such nominated person shall have seniority
over the Contract Holder and Contract Manager. Such nominated persons may be
replaced by notice to the other party;
29.1.3. In the absence of any agreement being reached on a particular dispute in accordance with
Article 29.1.2 then such dispute shall be finally settled in accordance with the UNCITRAL
Arbitration Rules in force at the Effective Date, by a sole arbitrator.
29.1.4. In the event the arbitrator is not mutually agreed by both parties, then each party shall
nominate an arbitrator and these two arbitrators shall designate a third arbitrator. In the event
that either party fails to nominate an arbitrator, as required above, within two months of that
date, then the other party may apply to the President of the Appeal Competent Court who has
the authority to nominate an arbitrator to represent the defaulting party. Where the two
arbitrators cannot agree on a third arbitrator, either party shall ask the President of the Appeal
Competent Court to nominate the third arbitrator.
29.1.5. The arbitration proceedings shall be conducted in the English language and such proceedings
shall be held in Muscat, Sultanate of Oman. Awards shall be reduced to writing, and shall be
final and binding on the parties from the date they were made without the right of appeal,
unless the award is in conflict with public order or due process or given fraudulently. The
parties undertake to carry out the award without delay. Judgment upon the award may be
entered in any court having jurisdiction.
29.1.6. Whilst any matter(s) is in dispute, both Contractor and Company shall continue to comply with
all the provisions of the Contract, particularly, Contractor shall proceed with the execution and
completion of the Work or part of the Work, which is not in dispute except to the extent that
such continuance would prejudice the legal position and /or rights of either party.
29.1.7. Prior to submitting any dispute in accordance with Article 29.1.2, the party raising a dispute
shall send a letter of dispute which shall contain the following information:
a) a clear summary of the facts on which each matter in dispute is based;
b) the basis on which each matter in dispute is made, identifying the principal contractual
terms and statutory provisions relied on;
c) the nature of the relief claimed; if damages are claimed, a breakdown showing how the
damages have been quantified; if a sum is claimed pursuant to the Contract, how it has
been calculated; if an extension of time is claimed, the period claimed; and
d) any other matter of relevance relating to the dispute.
29.1.8. A party receiving a letter of dispute in accordance with Article 29.1.7 shall send, within fourteen
(14) calendar days, a letter of response either accepting or rejecting the reasons set out in the
letter of dispute including the party’s basis for rejection.
29.1.9. Nothing in this Contract shall constitute an agreement by Contractor Group to engage in any
act or omission which would be a violation of or result in a penalty under the laws or regulations
of the country to which Contractor Group is subject.

ARTICLE - 30. NOTICES


30.1.1. All notices under the Contract shall be in writing.
30.1.2. Notice to either party shall be given at the address stated in the Form of Agreement and any
change of such address shall be notified to the other party in writing.
30.1.3. Notices shall be effective:
a) if delivered by hand, at the time of delivery;

General Conditions for Construction & EPC Contracts – Rev. Mar 2017 Page 38 of 39
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

b) if sent by fax, at the time of receipt of the fax;


c) if sent by registered mail, postage prepaid, ten (10) calendar days after the date of mailing
of the registered letter.
30.1.4. If either party intending to serve a notice on the other party forewarns that party by any means,
the forewarning shall in no circumstances be deemed to be a notice nor shall the giving of
such forewarning have any effect on the time of receipt of the notice.
30.1.5. Unless specifically authorised by the Company Contract Holder, e-mail correspondence shall
only be used for the day to day administration of the Contract.

General Conditions for Construction & EPC Contracts – Rev. Mar 2017 Page 39 of 39
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

C4 - SCOPE OF WORK

C- 4 - Scope of Work Page 1 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Table of Contents
1. INTRODUCTION ................................................................................................................ 9
1.1 PREFACE............................................................................................................... 9

2. DEFINITIONS AND ABBREVIATIONS .............................................................................10


2.1. DEFINITIONS ........................................................................................................10
2.2. ABBREVIATIONS ..................................................................................................12

3. PROJECT DESCRIPTION .................................................................................................16


3.1. GENERAL .............................................................................................................16
3.2 SHAFA GSS MODIFICATION SCOPE: .....................................................................16
3.3 CONTROL SYSTEM UP-GRADE SCOPE FOR SHAFA GSS ...............................17
3.4 ENGINEERING STATUS.......................................................................................18

4. PROJECT SCOPE OF WORK ..........................................................................................21


4.1 GENERAL .............................................................................................................21
4.2 REVIEW OF COMPANY DESIGN AND DOCUMENTATION.................................23
4.3 DESIGN REVIEW, HAZOP, IPF & GENERAL REVIEWS ......................................24
4.3.1 DESIGN REVIEW DURING DETAIL ENGINEERING ............................................24
4.3.2 HAZOP DURING DETAIL ENGINEERING ............................................................25
4.3.3 IPF REVIEW ..........................................................................................................27
4.3.6 CONSTRUCTABILITY REVIEW ............................................................................29
4.4 PROCESS ENGINEERING ...................................................................................30
4.4.1 SPECIAL REQUIREMENTS - PROCESS SIMULATIONS.....................................31
4.4.2 SYSTEM HYDRAULICS ........................................................................................32
4.4.3 PFS, UFS, PEFS AND UEFS DEVELOPMENT .....................................................32
4.4.4 PROCESS INTERFACE ........................................................................................33
4.4.5 VENT & DEPRESSURIZATION STUDY ................................................................33
4.4.6 EQUIPMENT SIZING.............................................................................................35
4.4.7 PROCESS DESCRIPTION & OPERATIONAL PHILOSOPHY...............................36
4.4.8 PROCESS CONTROL PHILOSOPHY ...................................................................36
4.4.9 START-UP/SHUTDOWN PHILOSOPHY AND DETAILED SEQUENCES .............36
4.4.10 HAZARDOUS AREA CLASSIFICATION ............................................................37
4.4.11 MATERIAL SELECTION ....................................................................................37
4.5 MECHANICAL ENGINEERING/PIPING ................................................................37

C- 4 - Scope of Work Page 2 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

4.5.1 GENERAL .............................................................................................................37


4.5.2 OUTLINE MECHANICAL/PIPING DESIGN SCOPE OF WORK ............................37
4.5.3 INSTALLATION OF STATIC EQUIPMENT ............................................................40
4.5.4 REQUISITIONS FOR LONG LEAD ITEMS............................................................40
4.5.5 EQUIPMENT SELECTION ....................................................................................40
4.5.6 PIPING SYSTEM ...................................................................................................41
4.5.7 MECHANICAL INTERFACE WITH TIE-INS...........................................................42
4.5.8 LAYOUT AND PLOT PLAN ...................................................................................42
4.5.9 ACCESS ................................................................................................................43
4.5.10 HYDRO TESTING .............................................................................................43
4.5.11 SENSITIVE LEAK TESTING ..............................................................................43
4.5.12 PAINTING AND COATING ................................................................................43
4.6 CIVIL ENGINEERING ............................................................................................44
4.6.1 DESIGN BASIS AND SPECIFICATION .................................................................44
4.6.2 GEOTECHNICAL SURVEY ...................................................................................44
4.6.3 BOREHOLE AND STANDARD PENETRATION TEST (SPT)................................44
4.6.4 TRIAL PIT OF SOIL INVESTIGATION...................................................................45
4.6.5 FINAL CLEAN-UP .................................................................................................45
4.6.6 LABORATORY SOIL TEST ...................................................................................45
4.6.7 REPORT AND RECOMMENDATION ....................................................................46
4.6.8 DESIGN OF SITE DEVELOPMENTS, EXCAVATION & EARTH WORKS .............47
4.6.9 DESIGN OF FOUNDATIONS ................................................................................47
4.6.10 DESIGN OF STEEL STRUCTURES ..................................................................48
4.6.11 DESIGN OF CONTROL BUILDING ...................................................................49
4.6.12 CONCRETE PITS ..............................................................................................51
4.6.13 FENCE ..............................................................................................................51
4.6.14 ROADS ..............................................................................................................51
4.6.15 CALCULATION & DRAWINGS ..........................................................................51
4.7 CONTROL AND AUTOMATION ENGINEERING ..................................................52
4.8 ELECTRICAL ENGINEERING ...............................................................................59
4.9 PIPELINE ENGINEERING .....................................................................................62

5. PROJECT MANAGEMENT ...............................................................................................82


5.1 GENERAL .............................................................................................................82

C- 4 - Scope of Work Page 3 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

5.2 PROJECT EXECUTION PLAN ..............................................................................84


5.3 CONTRACTOR’S ORGANIZATION ......................................................................84
5.4 KEY PERSONNEL ................................................................................................86
5.5 THIRD PARTY VERIFICATION .............................................................................90
5.6 SUPERVISION OF WORK, TRAINING & QUALIFICATION OF PERSONNEL......90
5.7 ADMINISTRATION REQUIREMENTS ...................................................................90
5.8 QUALITY ASSURANCE ........................................................................................90
5.8.1 GENERAL .............................................................................................................90
5.8.2 DOCUMENTS TO BE SUBMITTED WITHIN 30 DAYS OF EFFECTIVE DATE .....92
5.8.3 COMPANY RIGHT TO AUDIT AND WITNESS......................................................93
5.8.4 COMPANY’S RIGHT TO OBSERVE .....................................................................93
5.8.5 DOCUMENT SUBMITTAL .....................................................................................94
5.9 QUALITY CONTROL .............................................................................................94
5.9.1 GENERAL .............................................................................................................94
5.9.2 QUALITY CONTROL – SOURCING QA/QC..........................................................96
5.9.3 QUALITY CONTROL – CRITICALITY RATING .....................................................98
5.9.4 QUALITY CONTROL – VERIFICATION OF PURCHASED PRODUCT .................99
5.9.5 QUALITY CONTROL – MATERIAL TRACEABILITY ...........................................100
5.9.6 QUALITY CONTROL – CONSTRUCTION QA AND QC ......................................101
5.9.7 QUALITY CONTROL PLANS / INSPECTION AND TEST PLANS .......................101
5.9.8 QUALITY CONTROL – COMMISSIONING & START UP QA AND QC PLANS...103
5.10 HSE .....................................................................................................................103
5.11 PLANNING AND REPORTING ............................................................................104
5.12 DOCUMENTS AND DRAWING FOR REVIEW / ACCEPTANCE .........................105
5.12.1 GENERAL........................................................................................................105
5.12.2 REVIEW/ACCEPTANCE DURATION BY COMPANY .....................................106
5.12.3 ACCEPTANCE BY COMPANY ........................................................................106
5.13 INTERFACE MANAGEMENT ..............................................................................106
5.14 PERMITS, CONSENTS AND LICENSES ............................................................107
5.15 PUBLIC RELATIONS...........................................................................................110
5.16 IN-COUNTRY-VALUE (ICV) AND LOCAL COMMUNITY SUPPORT ..................110

6. FACILITIES .....................................................................................................................111
6.1 CONTRACTOR’S OFFICES IN OMAN ................................................................111

C- 4 - Scope of Work Page 4 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

6.2 CONSTRUCTION FACILITIES AND SERVICES .................................................111


6.2.1 SITE FOR CONTRACTOR'S CAMP ....................................................................111
6.2.2 CONTRACTOR'S FACILITIES.............................................................................111
6.2.3 WATER SUPPLY AND WASTE WATER MANAGEMENT ...................................112
6.2.4 POWER SUPPLY ................................................................................................113
6.2.5 TRANSPORT CONDITIONS ...............................................................................113
6.2.6 TEMPORARY SITE SERVICES ..........................................................................113
6.2.7 COMMUNICATIONS AT SITE .............................................................................113
6.2.8 MEDICAL FACILITIES .........................................................................................114
6.2.9 MAINTENANCE...................................................................................................114
6.2.10 DEMOBILIZATION OF THE WORKSHOP AND CAMP FACILITIES ...............114
6.2.11 SURPLUS MATERIALS ...................................................................................114
6.3 FACILITIES AND SERVICES FOR COMPANY DURING CONTRACT ...............115
6.3.1 GENERAL ...........................................................................................................115
6.3.2 MOBILE TELEPHONES ......................................................................................116
6.3.3 COMPANY CARS................................................................................................116
6.3.4.1 OFFICE ACCOMMODATION AT CONSTRUCTION SITE...............................116
6.3.4.2 IT FACILITIES .................................................................................................117
6.3.4.3 DOCUMENT CONTROLLER ...........................................................................118
6.3.4.4 OFFICE EQUIPMENT, SERVICES AND SUPPLIES .......................................118
6.3.4.5 TEMPORARY RESIDENTIAL ACCOMMODATION .........................................118
6.3.4.6 RESIDENTIAL ROOMS ...................................................................................118
6.3.4.7 MESSING FACILITIES ....................................................................................119
6.3.4.8 DURATION OF FACILITIES AND SERVICES AT CONSTRUCTION SITES ...120

7. PROCUREMENT .............................................................................................................121
7.1 GENERAL ...........................................................................................................121
7.2 COMPANY APPROVED VENDORS ...................................................................121
7.3 COMPANY APPROVED SUBCONTRACTORS ..................................................122
7.4 MATERIALS AND EQUIPMENT STANDARDS AND CODES (MESC) ................122
7.5 PROCUREMENT MANAGEMENT AND PROCEDURES MANUAL ....................122
7.6 MATERIAL REQUISITIONS ................................................................................123
7.7 PURCHASE ORDERS.........................................................................................123
7.8 PROCUREMENT DOCUMENTATION ................................................................124

C- 4 - Scope of Work Page 5 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

7.9 INSPECTION AND VERIFICATION.....................................................................124


7.10 EXPEDITING .......................................................................................................125
7.11 PACKING AND TRANSPORTATION ..................................................................125
7.12 SHIPPING ...........................................................................................................126
7.13 RECEIPT, UNLOADING, INSPECTION AND STORAGE ....................................126
7.14 MATERIAL CONTROL AND INVENTORY ..........................................................127
7.15 SPARE PARTS....................................................................................................127
7.16 LOCAL QUOTATIONS ........................................................................................128
7.17 STANDARDISATION ...........................................................................................128
7.18 VENDOR ATTENDANCE ....................................................................................128
7.19 RECONCILIATION ..............................................................................................129
7.20 FLANGE AND FITTINGS TEST MATERIALS ......................................................129

8. CONSTRUCTION ............................................................................................................130
8.1 GENERAL ...........................................................................................................130
8.2 SUB-CONTRACTING WORKS ............................................................................130
8.3 PROCEDURES AND METHOD STATEMENTS ..................................................130
8.4 CIVIL WORKS .....................................................................................................132
8.4.1 GENERAL ...........................................................................................................132
8.4.2 TEMPORARY AND PLANT ROADS....................................................................134
8.4.3 STRUCTURAL STEEL WORKS ..........................................................................134
8.4.4 FOUNDATION WORKS.......................................................................................134
8.4.5 EXCAVATION AND EARTHWORKS ...................................................................135
8.4.6 CLEARING AND CARTING AWAY......................................................................135
8.4.7 BORROW PITS ...................................................................................................136
8.5 MECHANICAL/PIPING WORKS ..........................................................................136
8.5.1 GENERAL ...........................................................................................................136
8.5.2 EQUIPMENT INSTALLATION .............................................................................137
8.5.3 ACCESS ROADS ................................................................................................137
8.6 ELECTRICAL WORKS ........................................................................................138
8.6.1 GENERAL ...........................................................................................................138
8.6.2 LOW VOLTAGE SWITCHGEAR: .........................................................................139
8.6.3 AC UPS: ..............................................................................................................139
8.6.4 LOW VOLTAGE CABLES: ...................................................................................139

C- 4 - Scope of Work Page 6 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

8.6.5 EARTHING AND BONDING: ...............................................................................139


8.6.6 LIGHTING AND SMALL POWER: .......................................................................140
8.6.7 WIRING IN SWITCHGEAR AND CONTROL BUILDING: ....................................140
8.7 INSTRUMENTATION WORKS ............................................................................140
8.7.1 GENERAL ...........................................................................................................140
8.7.2 FIELD INSTRUMENTATION: ..............................................................................141
8.7.3 CONTROL ROOM INSTRUMENTATION: ...........................................................141
8.7.4 CABLE AND TERMINATIONS – FIELD: ..............................................................142
8.7.5 CABLE AND TERMINATIONS – CONTROL ROOM: ..........................................142
8.8 PIPELINE WORKS: .............................................................................................142
8.8.1 GENERAL ...........................................................................................................142
8.8.2 PRE-CONSTRUCTION SURVEY ........................................................................144
8.8.3 PIPELINE SPREADS...........................................................................................144
8.8.4 PIPELINE LAYING / LOWERING IN LOW AREAS ..............................................145
8.8.5 EXISTING FACILITIES ........................................................................................145
8.8.6 PIPELINE CROSSINGS ......................................................................................145
8.8.7 PIPELINE RIGHT OF WAY GRADING AND ACCESS ROAD .............................146
8.8.8 PIPE STRINGING................................................................................................147
8.8.9 PIPELINE WORKS ..............................................................................................148
8.8.10 LINE PIPE FIELD BENDING:...........................................................................148
8.8.11 PIPELINE TRENCHING...................................................................................148
8.8.12 PIPELINE WELDING AND NDE ......................................................................149
8.8.13 PIPELINE INSTALLATION ..............................................................................149
8.8.14 PIPELINE CLEANING AND GAUGING ...........................................................149
8.8.15 PIPELINE HYDRO-TESTING ..........................................................................149
8.8.16 HYDRO TESTING OF ON-PLOT PIPING ........................................................150
8.8.17 PIPELINE PRE-COMMISSIONING ..................................................................151
8.8.18 PIPELINE COMMISSIONING AND COMMISSIONING ASSISTANCE ............151
8.8.19 PIPELINE DECOMMISSIONING AND DEMOLITION ......................................152
8.8.20 CONSTRUCTION TIE-INS ..............................................................................152
8.9 CONCURRENT OPERATIONS ...........................................................................152
9 TESTING, PRE-COMMISSIONING AND COMMISSIONING ..................................153
9.1 GENERAL ...........................................................................................................153

C- 4 - Scope of Work Page 7 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

9.2 PRE-COMMISSIONING AND COMMISSIONING SPARES ................................155


9.3 COMMISSIONING ...............................................................................................155
9.3.1 SYSTEM WISE COMMISSIONING PROCEDURE ..............................................155
9.3.2 LOGIC & FUNCTIONAL TESTING PROCEDURE...............................................156
9.4 ROLE OF COMPANY ..........................................................................................158
9.5 WORK PERMITS.................................................................................................158
9.6 COMMISSIONING & START UP MANUAL .........................................................158
9.7 PLANT OPERATING MANUAL ...........................................................................159
9.8 QUALITY MANAGEMENT ...................................................................................160
9.9 MAINTAINABILITY AND OPERABILITY ..............................................................160
9.10 INTRODUCTION OF HYDROCARBONS ............................................................160
9.11 HOURS TEST RUNS...........................................................................................160
9.12 ACCEPTANCE TEST PERFORMANCE / GUARANTEE RUN CRITERIA ...........161
9.13 PUNCH LIST ITEMS ...........................................................................................162
9.14 COMMISSIONING COMPLETION CERTIFICATE ..............................................162
9.15 FINAL CLEAN-UP & SITE RESTORATION .........................................................162
9.16 COMPLETION CERTIFICATE .............................................................................163
9.17 FINAL DOCUMENTATION ..................................................................................163
9.18 ASSET REGISTER FOR SAP DOCUMENTATION .............................................163

C- 4 - Scope of Work Page 8 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

1. INTRODUCTION

1.1 Preface

Oman Gas Company S.A.O.C. (OGC) is the gas transportation company in Oman delivering
natural gas to main economic sectors and major consumers comprising of Domestic, Power and
Desalination plants, Fertilizer, Methanol, Petrochemical, Refinery, Steel and Cement plants.

The Company transmits and distributes natural gas to the various consumers through a large
network of gas pipelines, compressor stations and gas supply stations. The company's gas
pipeline network is spread across the country with more than 2500 kilometers of high pressure
transmission pipelines and ancillary facilities covering Fahud, Muscat, and Sohar in the north and
from Saih-Rawl to Salalah in the south of the country.

This document describes the Scope related to Engineering, Procurement, Construction,


Installation, Pre-commissioning, Commissioning, Handing over & Guarantee Run for the Shafa
GSS Debottleneck Project and shall be read in conjunction with the remainder of the Contract, all
the Contract Drawings and applicable Standards and Codes.

All sections of this Scope of Work document, C-4 and other Contract documents C-1 to C-3, C-5
to C-10 are applicable to all the Project scopes described unless specifically mentioned against
a particular section that it applies to a particular part only.

This document shall be read in conjunction with the remainder of the Contract, including all the
Contract documents, Drawings, applicable Standards and Codes.

The Scope of Work for Shafa GSS Debottleneck Project covers the replacement of existing
Separator (V-5260), Heater (E-5260), replacement of 6” Spur line with launcher/receiver, control
system upgradation and associated civil, electrical, instrumentation and mechanical works.

C- 4 - Scope of Work Page 9 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

2. DEFINITIONS AND ABBREVIATIONS

2.1. Definitions
In this Document C-4 Scope of Work and any subsequent Documents of the Contract the following
words shall have the same meaning as assigned to them herein. Other words used in this
Document which have been defined in previous Documents of the Contract shall have the same
meaning as assigned to them in previous Documents of the Contract.

• “Approval” shall mean that the Contractor shall not finalize procurement activities, claim
milestone completion or start construction without the Company’s written approval.
• “As building” and “As Built” shall mean updating of master drawings to reflect the project as-
built status.
• “Scope of Work” is the work involved in the definition of Management, Engineering,
Procurement, Construction, Commissioning and guarantee run.

• “Company” / “Owner” means Oman Gas Company S.A.O.C. (OGC)


• “Commissioning” shall mean putting into operation all the equipment so that the entire
system can work as a whole to achieve the intended purpose. This shall also include
protection relay settings, timer settings, and alarm and trip settings under operating conditions
and handing over to operations in working condition.
• “Contract Manager” means responsible person authorized by the Contractor’s organization
to perform all acts towards the Management of this contract.
• “Contract Terms and Conditions” means Terms and conditions contained within all contract
documents C-1 to C-10.
• “Contractor” shall mean the Contractor, on whom Contract has been awarded by the
Company to execute the work in its entirety or in part accordance with scope defined in this
document.
• “Contractor Facility” means all property, offices, accommodation, fabrication shops,
temporary works, furniture, plant and equipment including construction equipment, computing
equipment, services and utilities and subjects of whatsoever nature employed by the
Contractor for the performance of the Work.
• “Engineering Deliverable” means all the documentation such as specification, requisition,
report, calculations, drawings, procedures, plans, schedule, manuals produced for the
purpose of achieving the Scope of Work.
• “Design” means all documents, data bases, specifications and drawings resulting from the
Engineering activities.
• “Detail” and “Detailing” means completion of Engineering including but not limited to
locating performed by the Contractor.

C- 4 - Scope of Work Page 10 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

• “Engineer” and “Engineering” means all work in respect of developing the design,
performing analysis, technical calculations, drafting, detailing or locating including site visits
and as-built drawings and documentation.
• “EPC” shall mean that the scope of the Contractor is Management, Engineering,
Procurement, Construction, installation, pre-commissioning, Testing, Commissioning,
Guarantee Run and handover.
• "Fabricate" shall include but not be limited to any relevant Engineering, taking delivery,
unloading, examining, handling, accepting materials or equipment supplied by the Company
or Contractor into the Contractor's care and control, maintaining records, preparing necessary
fabrication drawings (including any Engineering) identifying and removing materials from
stores, setting out, preparing, cutting, drilling, prefabricating, bending, welding, preheating,
stress relieving, bolting, temporary access/supports, all consumables, testing and transporting
to area of erection or other specific location.
• “Facility” means all items, units, plumbing, foundations, supports, fences, hard wares, soft-
wares, systems and subject of whatsoever nature is employed for the Shafa GSS
Debottlenecking Project Phase 2 with all associated facilities, whatsoever is going to be
handover and used by Company during the project life cycle.

• “Front End Design” means all documents, reports, calculations, analysis, drawings,
specifications and requisitions produced by the Company and issued to the Contractor for the
purpose of defining the Scope of Work and the basis for Engineering and Detailed Design to
be executed by the Contractor.
• “Include”, “Includes” and “Including” as used in any of the Contract documents it shall be
taken as having the meaning “including but not limited to” and shall not be considered as
creating or inferring any limitation on the description that follows.
• "Install" and "Installation" shall include any relevant Engineering together with all actions
covered by the term Fabricate and site preparation, trenching or provision and installation of
all necessary supports, hoisting/lowering in and locating in position, trial fit, temporary
access/supports and permanent erection/installation in final position, tie-in/hook-up, all
consumables, provision of padding, protective barriers and all backfilling, inspection, testing,
repairing, coating, preservation related activities necessary to attain a mechanically complete
condition, dismantling, clearing away temporary access/supports and surplus/scrap material
and reinstating the site
• “Install”/“Provide” shall also mean design, engineering, manufacture, works testing,
packing for transport by land, sea or air, shipment insurance, delivery to site, unloading at site,
complete erection and Installation, painting, site testing, pre-commissioning and
commissioning, guarantee run as agreed, putting into operation and maintenance prior to
completion.
• “Locate” and “Locating” means the final appointment of an item or system by the Contractor
within the limits or tolerances given by the Drawings and Specifications

C- 4 - Scope of Work Page 11 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

• “Manufacturer” means the original party responsible for the manufacture of equipment and
services to perform the duties specified by the Contractor.
• “Not used.” means that the clause or sub-clause shall be deemed not incorporated in this
Contract, wherever stated so immediately adjacent to a clause or sub-clause reference.
• “Pre-commissioning” means all activities required after the installation is over to
commission and operate the plant to demonstrate that the guaranteed operating parameters
are achieved
• "Remove" shall include but not be limited to the provision of temporary access/supports,
excavation, preparation, cutting, unbolting, taking down or lifting, Removal, disposal and
dismantling, clearing away temporary access/supports, backfilling and reinstating the site.
• “Review” shall mean the Contractor shall submit drawings and documents to the Company
in advance of the design completion. The Company reserves the right to make comments to
these drawings and documents if Company standards and procedures are not being adhered
to by the Contractor.
• "Supply" shall include but not be limited to any relevant Engineering, preparation of
specification, issue of enquiries; bid evaluation/analysis; preparation and issue of purchase
orders; cost of materials; office and field expediting; preparation and coordination of
procurement documentation; packaging, preservation and transportation to Site; receipt,
storage, conservation, maintenance, handling and administration at Site; and co-ordination
of vendor / supplier representatives.
• “Handover” shall mean the formal transfer of ownership of a constructed and commissioned
asset that passed initial maintenance period from Contractor to Company, represented by
operations department.
• “Third Party Inspection" shall mean inspection carried out by an accredited inspection
Company independent of both the Company and the Contractor.
• “Vendor” means party responsible for the supply of equipment, materials or product related
services to the Contractor.
• “AVME” : Approved Vendor for Material and Equipment, Contractor shall follow latest PDO
AVME list

2.2. ABBREVIATIONS

A/C Air Conditioning


AC Alternating Current
AC DB Alternating Current Distribution Board
AC UPS Alternating Current Uninterrupted Power Supply
ADS Approval Document Submission
AFC Approved for Construction

C- 4 - Scope of Work Page 12 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

AFD Approved for Detail Engineering


AI Analog Input
ANSI American National Standards Institute
AO Analog Output
API American Petroleum Institute
C&E Cause & Effect
CCR Central Control Room
CEMP Construction Environment Management Plan
CPP Central Processing Plan
CP Cathodic Protection
CPU Control Processor Unit
CQP Contract Quality Plan
CV Curriculum Vitae
CSU Commissioning and Start-up
DC Direct Current
DC DB Direct Current Distribution Board
DC UPS Direct Current Uninterrupted Power Supply
DCS Distributed Control System
DEP Design and Engineering Practices
DP Differential Pressure
DR Design Review
EIA Environmental Impact Assessment
EIS Environmental Impact Statement
EPC Engineering, Procurement & Construction
EQC Equipment Cabinet
ESD Emergency Shutdown
FAT Factory Acceptance Test
FBE/PE Fusion Bonded Epoxy/Poly Ethylene
FDS Final Document Submission
FED Basic Engineering Design
FEED Front End Engineering Design
FERM Fire & Explosion Risk Management
FGS Fire, Gas & Smoke System
FLD Functional Logic Diagram
FMS Flow metering skid
FOC Fiber Optic Cable
GA General Arrangement
GM General Manager
GSS Gas Supply Station
HAZID Hazard Identification

C- 4 - Scope of Work Page 13 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

HAZOP Hazard and Operability


HDPE High Density Poly Ethylene
HEMP Hazard and Effects Management Process
HGV Heavy Goods Vehicle
HP High Pressure
HSE Health, Safety and Environment
HV High Voltage
HVAC Heating Ventilation and Air Conditioning
I/O Input / Output
ICTDs Instrument Cable Termination Details
IEC International Electro technical Commission
IFB E/I Interface Box
ILDs Instrument Loop Diagrams
IMR Inspection, Maintenance and Repair
IPF Instrumentation Protective Function
IPS Instrumented Protective System
IS Intrinsic Safety
ISA Instruments Society of America
IWPP Independent Water & Power Plant
JB Junction Box
KP Kilometer Post
LAN Local Area Network
LDS Leak Detection System
LL Long Lead
LP Low Pressure
LV Low Voltage
MCC Muscat Control Center
MECA Ministry of Environment & Climate Affairs
MESC Materials and Equipment Standard Code
MHEW Ministry of Housing, Electricity and Water
MOG Ministry of Oil & Gas
MOS Manual Override Switch
MP Medium Pressure
MRME&WR / MRM Ministry of Regional Municipalities.
MTBF Mean Time Between Failures
MTO Materials Take Off
MTTR Mean Time To Repair
MWR Ministry of Water Resources
NACE National Association of Corrosion Engineers
NDE Non Destructive Examination

C- 4 - Scope of Work Page 14 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

NIS Non-Intrinsically Safe


OGC Oman Gas Company
OPWP Oman Power & Water Procurement
P/L Pipeline
PB Push Button
PCES Pipeline Construction Environmental Specification
PCV Pressure Control Valve
PDO Petroleum Development Oman
PEFS Process Engineering Flow Schemes
PEP Project Execution Plan
PID Proportional + Integral + Derivative
PIEP Project Initiation and Execution Plan
PLC Programmable Logic Controller
PRT Pressure Reduction Terminal
PRV Pressure Reducing Valve
PSD Process Shutdown
PSFS Process Safeguarding Flow Scheme
PTFE Poly Tetra Fluor Ethylene
PVC Poly Vinyl Chloride
PWHT Post Weld Heat Treatment
QA/QC Quality Assurance/Quality Control
QA Quality Assurance
QRA Quantitative Risk Assessment
RCU Remote Control Unit
ROP Royal Oman Police
ROW Right of Way
SAOR Senior Authorized Operations Representative
SCADA Supervisory Control and Data Acquisition
SDE Signal Distribution Equipment
SG Specific Gravity
SGS Safe Guarding System
SIL Safety Integrity Level
SIT System Integrated Test
SPIR Spare Parts & Interchangeability Record
SSL Solid State Logic
UEFS Utility Engineering Flow Scheme
UFS Utility Flow Scheme
UPS Uninterrupted of Power Supply
VDU Video Display Unit
VTC Variation to Contract

C- 4 - Scope of Work Page 15 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

3. PROJECT DESCRIPTION

3.1. GENERAL
The Scope of Work for Shafa GSS Debottleneck Project covers the replacement of existing
Separator (V-5260), Heater (E-5260), replacement of 6” Spur line with launcher/receiver, control
system upgradation and associated civil, electrical, instrumentation and mechanical works.

The As-built drawings and documents, advance copies of the existing facilities or ongoing projects
drawings and documents as available with Company are attached for the proposed project. And
if the company As-built information is not sufficient for the Project in that case Contractor have to
do the Project specific As-built for engineering purpose.

The Contractor shall make necessary site visits, study and verify, be responsible and own the As-
built and advance copies of the ongoing projects drawings and documents prior to start of work.

All Scope related drawings are included in the C-6 Document of the Contract.

The Scope generally includes the detail design, engineering, procurement, construction,
inspection, testing, pre-commissioning, commissioning, handing over and guarantee run of the
aforesaid facilities for a totally inclusive lump-sum price with price break up as indicated in C-5
document.

The Scope of Work and all other details given in this Contract are relevant and applicable for the
above Project.

The Front End Engineering Design (FEED) has been prepared for this Project by the Company.
The Contractor shall verify, be responsible and own the FEED before the submission of his tender.

The scope of Shafa GSS modification under this Contract includes but not limited to the following:

3.2 SHAFA GSS MODIFICATION SCOPE:


The main objective is to upgrade the existing GSS at Shafa in order to cater for higher operating
pressure in the 36" pipeline due to planned retirement of the 20" Fahud - Murayrat Pipeline.
Another objective is to replace the existing 6” Shafa spur line (installed / commissioned in 1985)
due to integrity issues.

The modification scope includes but not limited to the following:


• Replacement of the pipeline 6”- G 52822-(W.T.4.78mm) 600#; (Approx. 4.2 km),
• Replacement of the scraper launcher A-5260 and the scraper receiver A-5261,
• Construction of new Tie-ins to connect the new pipeline (On-Plot),
• Replacement of the gas-liquid separator V-5260,
• Replacement of the electrical water bath heater E-5260,
• Associated Electrical, Instrumentation, Civil and Mechanical works.

C- 4 - Scope of Work Page 16 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

The below schematic diagram shows the high level overall project scope

6", 4.2 Km
Launcher Receiver

6" 6"
6"
3"
20" – OGC gas line Gas to Power
E-5260 Station
to Murayrat 6" 6"

V-5260
FMS
ESD 2" PRCA 2" 4" 4"
`` 3"
6" 6" 6"
6" 2" PRCA 2"

36" – OGC gas line Exciting


to Wadi IZZ New 2" To Drain
Header

3.3 Control System Up-Grade Scope for Shafa GSS


The scope of the job shall include but not limited to the Complete Design, Engineering,
Procurement, Construction, Installation, Testing, Pre-commissioning, Commissioning, Guarantee
run, Decommissioning, demolition “if any” and Handing over for:

• Replacement of existing Foxboro Spec200 control system to an integrated control and


safeguarding system (ICSS) with Highway addressable remote transducer (HART) based
control system.
• Safeguarding system shall be TUV approved SIL3 PLC based system & it shall be installed
in redundant configuration which will handle Safeguarding and F&G signals.
• Supply and install new fire and gas instruments with new junction boxes in field and control
building.
• Supply & installation of redundant communication OPC servers to established communication
with MCC SCADA through existing Telecom system.
• Replacement of all instrument cables (existing multicore cables, existing field cable) with new
instrument cables.
• Provide the necessary soft / hard signals from the heater to the DCS.
• Providing four (4) numbers of IP based CCTV cameras at control building and the field for
monitoring from control room and remotely from MCC. The final location of the CCTV cameras
shall be finalized during detail engineering.
• Providing Bulk / Hook-up materials required for installation of new field instrumentation.

C- 4 - Scope of Work Page 17 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

• Demolition and handover of the existing control & safeguarding systems, field instrumentation,
old cables and the accessories; but not limited to these items to the company store in Fahud
on completion of the successful guarantee run of the new facility installed under this scope.
• New electrical room and battery room with corridor and integrating with the existing building.
Modification of the existing building to suit to the new electrical and instrumentation
requirement.
• Providing additional foundations, cable trenches, structural supports, trenches for the new
extension.
• Providing AC UPS, (240V, 2x100% static UPS (8 KVA) units working individual as per
DEP 33655031) with its own DB.
• 2x100% battery banks with 8hrs back-up.
• Shifting of earth system from existing to new electrical room and relocated earth pit.
• All existing electrical power & control cables shall be replaced.
• Incoming LV power cables shall be extended up to the new LV switchgear.
• Providing Air Conditioning, emergency lighting, lighting & small power DB’s with all
accessories.
• All the existing window air condition units shall be replaced with split air conditioning
system.
• Split air condition units for new switchgear building.
• Earthing protection.
• Lightning protection (new and existing building).
• Demolition of existing 415V LV switchboard, existing 24V DC UPS, existing lighting services
DB and all associated cables.
• Packing and transport the existing 415V LV switchboard, existing 24V DC UPS including
battery, existing lighting services DB and all cables to OGC Fahud stores.

3.4 Engineering Status

The Company has performed sufficient FEED to prove the feasibility of the project and to provide
preliminary design in the form of documents and drawings. A summary of the FEED documents
and drawings are included in Document C-6. The Contractor shall base and develop its Design
and Engineering package based on the documents / drawings provided by the Company.
However, the above shall not relieve the Contractor from ensuring the design meeting the
Company operations and design requirements, and any changes during detail design are deemed
to be included in Contractor’s scope, cost and schedule.

The Contractor shall review and verify the FEED documents provided (as listed in Document C-
6), and to ensure clear understanding of the level of Design Work. Contractor undertakes full
responsibility of the same to comply with project requirements.

C- 4 - Scope of Work Page 18 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

The Contractor to notify the Company of any errors, omissions, inconsistencies, discrepancies,
non-compliance with international codes or standards prevailing in Oil & Gas industry, for
Company’s information.

A Project Design Basis document giving technical detail of the project is enclosed in Document
C6 of the Contract. As part of Design, the Contractor shall develop the project design basis
throughout the design phase and till the completion of the pre-commissioning of the project,
documenting all the key design requirements, constraints and decisions.

The Company has carried out:

1. Front End Engineering Design (FEED) which has established the basic design and
general specifications for the Work as reflected in the design documents listed document
C-6 “Specifications and Drawings”.
2. DR and HAZOP reviews were carried out by Company during the Project FEED. The
findings of DR and HAZOP studies were incorporated in the FEED.
3. DR and HAZOP procedures shall be prepared by the Contractor during detail engineering
design and submitted to Company for approval prior to the commencement date of DR
and HAZOP study. The DR and HAZOP procedure shall be in accordance with PR-1696,
PR-2059 and EP-95-0313.

Any additional requirement resulting from the DR and HAZOP study during the detail design shall
not be construed as a variation to the Contract by the Contractor in terms of cost and schedule.

IPF study has not been carried out during FEED phase. However, the Contractor shall prepare
IPF review package during the course of detail engineering and shall carry out IPF study as
required. An IPF procedure shall be prepared by Contractor during detail engineering design and
submitted to Company for approval prior to commencement date of IPF study. The IPF procedure
will be prepared in accordance with the requirements of DEP 32.80.10.10 and GU-437. Any
additional requirement resulting from the IPF study shall not be construed as a variation to the
Contract by the Contractor in terms of cost and schedule.

Contractor shall carry out a detailed Quantitative Risk Assessment (QRA) based on the Company
approved scope of work which will be prepared as per the guidelines stipulated in SP-1258. The
QRA study shall be carried out by the Contractor by engaging a Company approved specialist
Contractor. Contractor shall incorporate the QRA recommendations in the detail design to meet
any new requirements coming out of the QRA study without any impact to the LS cost and
schedule agreed with the Company. Any additional requirement resulting from the QRA study
shall not be construed as a variation to the Contract by the Contractor in terms of cost and
schedule.

Contractor shall carry out Environmental Impact Assessment (EIA) study as part of the project.
As the part of EIA, scoping study, population assessment around the pipeline / GSS and safe to
lay the pipeline around these areas to be carried out. The Contractor shall engage the services

C- 4 - Scope of Work Page 19 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

of a Company approved specialist Contractor to carry out an Environmental Impact Assessment.


Contractor shall prepare the scope of work based on the project requirements for executing the
study which shall be approved by the Company. The study shall identify the health, environmental
and social impacts and adopt ways and means to either eliminate these potential impacts or, if
not possible, to reduce them to a level which is As Low As Reasonably Practicable (ALARP). The
key findings of the study shall be detailed in the report and the appropriate measures shall be
taken to mitigate them.

The Contractor shall be deemed to have accepted the Company’s documentation as listed in
Document C-6 and shall be responsible for all aspects for complying with Scope of Work

C- 4 - Scope of Work Page 20 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

4. PROJECT SCOPE OF WORK

The Work comprises all actions and operations necessary and required in and for the verification
and where necessary, removal of any ‘Holds’ in the Company Documents as appropriate and
amendment of the design provided by the Company, and for the completion of the design,
engineering, procurement, construction, testing, pre-commissioning, commissioning and
guarantee run of the Project along with related facilities, training of Company’s personnel and
performance of all other obligations of the Contractor under this Contract.

The activities and description of the Work included in the following articles of this document shall
be considered representative of the Contractor's Scope of Work. It shall be the Contractor's
responsibility to ensure that all necessary activities are identified, planned for and executed.

The Contractor shall carry out the Work in accordance with sound engineering practice and shall
comply with all Contract requirements. The Contractor shall utilize company approved qualified
and experienced Contractor Personnel in carrying out the Work. All activities shall be carried out
by Company approved suppliers, vendors and Contractors.

The Contractor’s Scope as further defined in these Contract Documents generally covers
provision and Installation of the Project and all its associated facilities as highlighted in this scope
of work C-4.

4.1 General
The Contractor shall perform all detail design and engineering services necessary for the work.
Contractor shall be responsible for verifying and completing the work based on the information
contained in the FEED package provided by Company and additional requirements/scope spelt
out by the Company under C-4.
The contractor shall verify all the submitted drawings within the package available in the C-6 and
as built all the existing drawings (existing facilities) related to the scope of the project and for the
entire station, which include civil, piping, process electrical and instrumentation.
The Contractor shall be responsible for ensuring that the Detail Design Engineering shall enable
to set up the completed fully functional facility satisfying the requirements of all specifications,
standards and performance parameters covered in this Contract and achieve complete integration
with other facilities located outside the battery limits of the plant.
Contractor shall ensure that multi-discipline input is provided as necessary throughout the Work.
The Contractor shall also be responsible for implementing all recommendations from all studies
and reviews. Detailed drawings and documents shall be developed in accordance with the
functional requirements as described in Documents C-4 and C-6.
The Contractor shall be responsible for compliance to the Company contract, specifications,
procedures, guidelines and applicable standards and codes. In the event of any discrepancy, the
more stringent requirement shall be binding on the Contractor. Company’s decision on this shall
be final and binding.

C- 4 - Scope of Work Page 21 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

The engineering shall be executed by a specialist design Contractor, who is appropriately


registered with the Company. The Engineering office shall be located within Capital (Muscat).
The Contractor's engineering scope of work shall include, but not be limited to the review,
verification and acceptance and development of the Company FEED documents including basis
of design, philosophies, specifications and drawings. The Contractor shall carry out the Design
Review, HAZOP review, IPF review, Constructability Review, QRA review and preparation of the
following deliverables:
a) Procedures
b) Quality Plan
c) Planning Dossier (Company comments incorporated) covering WBS, Project Master
Schedule, detailed network schedules, progress measurement system, reporting system,
drawing register, procurement control log, construction work schedule and other planning
documents like progress curves, manpower histograms, etc.
d) All required engineering calculations
e) All necessary site surveys and field verifications to establish the actual status of tie-ins,
locations and facilities
f) Complete detailed design
g) Design and construction drawings
h) Material Selection Report (MSR)
i) Material requisitions
j) Liaisons with interface parties for tie-ins and other interfaces (to new and/or new facilities).
Contractor shall prepare tie-in schedules, method statements and procure the materials
for tie-ins on priority basis, depending on the timing of the shutdown for tie-ins.
k) Review documents for compliance with QA/QC and HSE requirements.
l) Contractor shall maintain a log of all variances to all standards.
m) Develop and Implement Document control system for all documentation including vendors
and Sub-Contractors documentation.
n) Material and construction specifications
o) Prepare data books and O&M Manuals for all major equipment
p) Construction Method Statements detailing execution of key construction activities
q) Safety Plan and Manuals
r) Steady state and Transient simulation
s) Any test requirement for the material manufacturing and construction activities
t) Pre-commissioning and commissioning manuals

C- 4 - Scope of Work Page 22 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

u) Pre-commissioning and commissioning plan


v) Issue Project scope documents, Update and integrated As-built of existing Shafa GSS
facility for drawings and documents to have one control drawings and document covering
the project scope.
w) Update POM as per project scope of work and any other project phases.
The procedure for Contractor review of documentation shall be included in the Contractor’s
Quality and Execution Plans. The Contractor shall ensure that a Company approved qualified
member of the Contractor’s staff reviews all Design documents and drawings before they are
submitted to the Company.
The review of documentation shall include, but not be limited to:
a. Verifying that the documents cover the required scope comprehensively
b. Verifying that the basis for the document is correct and that the latest data is being
used
c. Removal of any ‘holds’ in the Company approved Documents as appropriate.
d. Verifying that the content of each document is internally consistent and is consistent
with other documents.
e. Contractor shall consider 14 days as a review cycle time for any document submitted
to Company for review / approval.

4.2 Review of Company Design and Documentation


The Contractor shall review, verify and accept the documentation provided by the Company (as
listed in Document C-6–Specifications) and all commercial implication shall be agreed with the
Company prior to the award of the Contract. The Contractor shall either confirm the acceptance
of the documentation as provided or notify the Company of any errors, omissions, inconsistencies
or discrepancies prior to commencing further engineering related activities. The Contractor shall
propose any revisions or modifications required to rectify such errors, omissions, inconsistencies
or discrepancies to the Company for approval. No variation to contract shall be entertained by the
company due to this reason.
The Company has prepared Basis of Design under FEED. As part of detail Design, the Contractor
shall carry out and submit for Company’s approval, the following:
a. Verification of the FEED Engineering Package and preparation of FEED verification
report.
b. Removal of any ‘holds’ in the Company approved Documents as appropriate.
c. Update / develop the report throughout the detail design phase through to completion
of Pre-commissioning, Commissioning, Guarantee run of the project documenting all
the key design requirements, constraints and decisions. The updated report shall be
submitted to the Company for approval in two stages as follows:
 On substantial completion of the detail design phase

C- 4 - Scope of Work Page 23 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

 On substantial completion of the Pre-commissioning / Commissioning phase


reflecting changes to the design as the project unfolds
The Contractor shall produce a design data book for Shafa GSS, containing all design calculations
and relevant computer print outs. The Contractor shall submit the design data book to the
Company within 30 days of completion of the detailed design phase of the Work.
Following detail design, the Contractor shall amend the design data book, clearly marking all
revisions, with all additional calculations carried out during the remainder of the Contract and
submit the amended book to the Company as part of the “as-built” documentation.

4.3 Design Review, HAZOP, IPF & General Reviews


The Contractor’s scope of work includes detailed Design review, HAZOP & IPF reviews for the
entire facilities. The Contractor shall allow for Design Review, HAZOP, IPF studies to be
performed for all subsequent revisions to the process design. Appointment of DR/HAZOP/IPF
leader is the responsibility of the Contractor, and shall be approved by Company.
Contractor to note that Design Reviews, HAZOP and IPF shall be carried out as per relevant OGC
and DEP standards and by Company approved leaders and secretaries only.
No positive variations in the scope shall be considered by the Company due to Design Reviews,
HAZOP and IPF findings and recommendations during the detail design.

4.3.1 Design Review during Detail Engineering


The Contractor shall carry out a Design Review with Company’s presence. The design review
shall be held after the Contractor has completed their design based on the FEED Engineering
Design package issued along with the Contract.
The Contractor shall prepare all the necessary documentations and drawings for the Design
Review, which shall have included company’s comment. The following minimum requirements
shall be met before carrying out the Design Review, and Guidelines from EP-95-0313 shall be
used for review team make-up and structure:-
1. Basis of Design
2. PFSs/UFSs and PSFSs/USFSs
3. Operating, Control and Safeguarding Philosophy, Maintenance and Start- up / Shut down
Philosophies
4. All vendor data shall be incorporated.
5. PEFSs/UEFSs, Cause & Effect diagrams and Process Safeguarding Memoranda (PFSs)
6. Control Narrative and Safeguarding Narrative
7. Plot Plans and Hazardous Area Classification drawings of the plant facilities. Emergency
Escape, Constructability and Accessibility shall be reviewed.
8. Line Lists

C- 4 - Scope of Work Page 24 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

9. Simulation Report including Design Cases, Equipment sizing basis and Heat and Material
Balances.
10. Hydraulics report (Steady State & Transient Analysis)
11. Vent Study Report.
12. Tie-In Philosophy and Battery Limit Table.
13. Material Selection Report
14. Single Line Diagram
15. Control building equipment layout
16. Instrumentation, RTUs, Telecommunication System architecture drawing
17. Any other relevant deliverables not listed above.
The Contractor shall provide the Facilitator and Secretary for the design review, which shall be
attended by the Contractor’s and specific equipment Vendor’s Key personnel for the design along
with Company representatives.
Contractor shall show the design review on the project schedule and shall confirm the dates to
the Company with a minimum of 21 calendar days in advance. Contractor shall issue a Design
Review information pack 10 working days in advance to all participants. The Contractor shall
submit earlier revision of the documents required for the Design Review at least four working
weeks prior to Design Review including the electronic simulations and equipment sizing
calculations.
Contractor shall produce the Design Review report, and shall be responsible for all Design Review
follow-up work and all recommendations of the design review shall be implemented without any
cost and schedule variations. The Contractor shall produce a close-out report with individual
close-out sheets and supporting documents to demonstrate that all design review action points
have been closed out to Company’s satisfaction, and endorsed by Company
All Design Review actions shall be incorporated into the design prior to the HAZOP review. The
Design Review shall be conducted in a 4 star hotel conference room and shall accommodate
about 15 persons with all necessary equipment and arrangement of lunch and snacks for
attendees.

4.3.2 HAZOP during Detail Engineering


The company carried out a HAZOP review for the project during the FEED. The HAZOP action
points, close-out report and follow up items are detailed in the Design Review-HAZOP report. The
contractor shall implement in his detail design, outstanding actions identified in the FEED DR and
HAZOP.
The Contractor’s scope of work includes detail design and HAZOP for the entire facility. The
Contractor shall carry out a detailed Engineering HAZOP review in accordance with PR-1696.
The Contractor shall allow for Design Review/ HAZOP studies to be performed for all subsequent
revisions to the process design.

C- 4 - Scope of Work Page 25 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Appointment of HAZOP leader is the responsibility of the Contractor. The leader for HAZOP shall
have 15 years’ experience as process conceptual engineer in upstream oil and gas business and
conducted engineering reviews with an approved certification to conduct HAZOP review and shall
be from a third-party company.
Contractor to note that HAZOP shall be carried out as per relevant PDO/OGC and SHELL
standards by Company approved leaders and secretaries only. The HAZOP shall be conducted
in 4 star hotel conference room and shall accommodate about 15 persons with all necessary
equipment and arrangement of lunch and snacks for attendees.
Contractor shall agree with Company for number of days to conduct HAZOP study.
No positive variations in the scope shall be considered by the Company due to implementation of
Design Reviews and HAZOP findings and recommendations in the detail design during Project
execution.
The Contractor shall carry out a detailed Engineering HAZOP review in accordance with PR-1696
and EP-95-0313. The Contractor shall meet the following requirements and shall issue the
following documents, as a minimum, before carrying out the HAZOP review:
1. Basis of Design Report
2. Design Review Close-out Report with all recommendations from Design Review and
Material Selection incorporated in the drawings and documents, and recommendations
closed out to Company’s satisfaction
3. PFS’s/UFS’s & PSFS’s/USFS’s including Process and Utility H&M Balances.
4. Philosophies including Operating, Control & Safeguarding, Maintenance and Start-up &
Shutdown philosophies.
5. PEFS’s/UEFS’s.
6. Process Safeguarding Memoranda.
7. Control Narrative.
8. Line lists.
9. Plot Plans & Equipment Layouts.
10. Hazardous Area Classification drawings.
11. Material Selection Report.
12. Cause and Effects Diagrams, showing all the alarms and trip logics as well as the
equipment’s and plant shutdown details
13. Legend Details
14. Tie-in Philosophy
15. Simulation Report.
16. Facilities and spur line Hydraulic Report (Steady State & Transient).

C- 4 - Scope of Work Page 26 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

17. Final vent Study report including hydraulics, dispersion calculations & Equipment/Piping
MDMT Wall temperature calculations. Vent study shall consider simultaneous opening of
multiple vent globe valves scenarios in the pig launcher and in the pig receiver to address
the requirements specified in the FEED HAZOP Closeout actions 1.01 and 1.02
respectively.
18. Process data sheets with sizing calculations included.
19. Preliminary Fire and Gas Detection Layout
20. Calculations of all relief valves.
21. Interconnection Diagrams and existing PEFS
22. If there is a significant risk to third parties from fire and explosion or pollution then other
information also are required such as:
• Local population densities and infrastructure
• Areas of any particular importance

Contractor shall show the HAZOP review on the project schedule and shall confirm the dates to
the Company with a minimum of 21 calendar days in advance. Contractor shall issue a HAZOP
information pack 10 working days in advance to all participants.
The Contractor shall submit earlier revision of the documents required for the HAZOP at least six
working weeks prior to HAZOP including the electronic simulations and equipment sizing
calculations
Contractor shall produce the HAZOP Review report, and shall be responsible for all HAZOP
follow-up work and all recommendations of the HAZOP review shall be implemented and closed
out for the project without any cost and schedule variations for the Company. The Contractor shall
produce a close-out report with individual closeout sheets and supporting documents to
demonstrate that all HAZOP review action points have been closed out to Company’s satisfaction,
and endorsed by Company.

4.3.3 IPF Review


The Contractor shall conduct detail IPF Classification review for the Complete Project to identify
the correct level of instrumentation to be provided.
An IPF procedure shall be prepared by Contractor during detail engineering and submitted to
Company for approval prior to commencement date of IPF review.
IPF/SIL classification review shall be conducted after all recommendations from HAZOP have
been incorporated into the design. Contractor shall conduct the IPF/SIL classification as per GU-
437 for the full facilities. Contractor shall arrange for IPF secretary and all other resources /
services required for carrying out IPF/SIL exercise. IPF facilitator shall be approved by Company.
Contractor shall ensure the vendor representatives those attended the HAZOP shall attend the
IPF/SIL Review.
IPF/SIL date shall be confirmed to Company at least 6 weeks in advance. Contractor shall prepare

C- 4 - Scope of Work Page 27 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

IPF/SIL info Pack and distribute to the team two weeks prior to start date. The IPF/SIL Info pack
shall contain PEFS, C&E diagrams, Control & Safeguarding Philosophy, Control and
Safeguarding narratives, Safeguarding memorandum and IPF Function list.
The Contractor shall ensure the following activities and documents are completed prior to the IPF
review:
a) IPF Function List
b) Prepare Production Loss Equation (PLE's) for each unit
c) Assign tag to Cause and Effect blocks
d) Enter all IPF's (as described in the narratives) into RRM-IPF tool
e) Enter all drawings details (Rev, date, title etc.)
f) Develop an IPF basis and consequences document which includes all necessary
information for the IPF such as Revenue loss and Equipment loss, Manning and
maintenance levels, Venting and flaring policies, etc. This shall be agreed with the
Company 10 working days prior to the IPF review.
Contractor shall supply RRM-IPF Tool software, IPF facilitator, IPF secretary, project engineers,
and discipline engineers)
A proper implementation plan and close out procedures to be followed as per GU-437.
Implementation /Close out of IPF/SIL Recommendations are deemed to be included in the scope
of the Contractor.
No positive variations in the scope shall be considered by the Company due to implementation of
Design Reviews and HAZOP findings and recommendations in the detail design during Project
execution.

Prior to the IPF Review, the Contractor, as a minimum, shall have completed the following:
a) Approval of IPF/SIL Procedure
b) All recommendations from Company approved HAZOP closeout report and incorporated
into the design
c) Final Control and Safeguarding Narratives
d) Final Plant Cause and Effects diagrams
4.3.4 Environmental Impact Assessment (EIA)
The Company has not carried out the EIA/EIS. Contractor shall prepare the scope of work based
on the project requirements for executing the EIA study which shall be approved by the Company.
The Contractor shall approach Company’s approved list of vendors (Contractors) to execute the
study. Contractor shall provide Company with TBE of received bids for Company’s approval. The
scope shall also include obtaining the Environmental Permit (No Objection Certificate from
MECA). The Contractor shall be fully responsible for renewal of the Environmental Permit from

C- 4 - Scope of Work Page 28 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

MECA during the execution of the project. GU-195, 195 and SP-1211 and GMT-HSE-L3-324
requirements shall be complied.
The Contractor shall implement all the requirements and recommendation of the EIA/EIS together
with all necessary changes in requirements, which may arise out of the MECA approval, and issue
of the No Objection Certificate. Such changes shall not form the basis of a Variation (Cost &
Schedule) to the Contract.
4.3.5 Quantitative Risk Analysis (QRA)
The Company has not carried QRA during FEED Stage. Contractor shall submit requisition for
QRA study in accordance to the requirements and guidelines stipulated in QRA EP 95-0352 and
SP-1248 and other relevant International Standards (e.g. IGEM/TD/2) for Company approval. The
final QRA scope of work prepared by the Contractor shall be approved by the Company. The
Contractor shall approach Company’s approved list of vendors (Contractors) to execute the QRA
study. Contractor shall provide Company with TBE of minimum three bids for Company’s
approval. The requisition shall describe but not limited to the followings:
o Scope of Work Schedule
o Service Agreement
o Technical Bid
o Submission of Quotation
o Bid Closing Date
o List of attachments
The Contactor/Company approved sub-Contractor shall conduct QRA as a part of scope of work
during detail design and engineering for the Shafa GSS plot plan and the entire facility including
customer side plot.
The Contractor shall determine the “High Consequence Area” for the whole scope of the project
during the QRA Study which will be carried out by the appointed sub-Contractor during EPC
execution of the project.
A QRA (Quantitative Risk Analysis) Report shall be submitted for Company approval and all
recommendations actions resulting from the report shall be implemented by Contractor without
any extra cost to Company, no variation is acceptable in this regard. If implementation of QRA
recommendation is not practical, the Contractor shall perform ALARP demonstration to prove that
the risk identified is mitigated.

4.3.6 Constructability Review


It is proposed to use the existing pipeline corridor and access road as much as possible to avoid
a new corridor/ROW construction rework. However it is advisable to review the proposed spur
line route based on constructability during detail design. Proposed pipeline crossing existing
pipeline and carrying out excavation work in the vicinity of existing pipeline shall be carefully
scrutinized during constructability review. Crossing existing facilities including bund wall at Shafa

C- 4 - Scope of Work Page 29 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

GSS approach area shall also be thoroughly reviewed. Routing constructability review shall be
based on final pipeline layout drawings such as Overall route map, Alignment sheet, Station
approach and Typical construction drawing.
Constructability review to be conducted for on plot area wherein the aspects in the constructability
section of DEP 80.00.10.11 shall be covered.

4.4 Process Engineering


Process engineering activities in the Contractor’s scope of work shall include but not limited to
the following:

1) Verification of all the data given in the FEED package submitted with the Contract with
reference to process design and develop all new documents and drawings during the
course of detailed design up to and including “As Built” stage.
2) Project basis of design including all disciplines
3) Process and Utility Flow Schemes (PFS & UFS)
4) Process and utility heat and material/mass balances
5) Process and Utility Engineering Flow Schemes (piping & instrument diagrams) (PEFS &
UEFS)
6) Line List and line sizing report
7) Hazardous Area Classification drawings (to be approved by Senior Technical Safety).
8) Battery Limit Tables and Tie-in Schedules for all process/piping/pipeline/utilities required
for the Work.
9) Process simulation modeling and simulation report.
10) Hydraulic analysis and Report (Both Steady State & Transient).
11) Vent study and report.
12) Performing Vent and Blow-down calculations to determine minimum design metal
temperature.
13) Producing and developing Safeguarding Memorandum and Process Safeguarding Flow
Schemes (PSFS).
14) Utility Calculations and studies including Instrument gas & Water supply system and
producing utility detailed report
15) Operating, Control & Safeguarding Philosophy.
16) Start-up and Shutdown Philosophy.
17) Maintenance Philosophy.
18) Control Narrative.
19) Safeguarding Narrative.
20) Start-up and Shutdown Narrative.
21) Design Philosophy
22) Blowdown, Venting and Shutdown Philosophy. Safeguarding Memorandum and Process
& Utility Safeguarding Flow Schemes (PSFS, USFS).
23) Producing and developing Process Equipment data sheets
24) Producing and developing of Detailed Equipment and Facilities Basis of Design.
25) Producing and developing all modes of Operation.

C- 4 - Scope of Work Page 30 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

26) Preparation, review and validation of Interface and Battery Limit Tables and tie-in
schedules and PEFS for all process/piping/utility units and lines.
27) Performing entire on plot and off plot facilities Transient simulation.
28) Performing Relief Valve, Control Valve and Instrumentation Calculations and Datasheets
29) Producing and developing Design Book and Engineering Operating Reference Document
(EORD).
30) Attending and participating in all reviews as defined in this document.
31) Preparing Design Review Report and Close-out report
32) Preparing HAZOP Report and Close out Report
33) Preparing Operating and Maintenance Manual.
34) Check adequacy of all utilities and provide adequate quantity if needed without any
variation to the project cost.
35) Confirm the alarm setting of all instruments as part of the scope.

4.4.1 Special Requirements - Process Simulations

Contractor shall perform process simulations and hydraulic studies for all required cases.
Contractor shall take full responsibility for the process design of all facilities.

It is the Contractor’s responsibility to obtain the software packages, licenses and all necessary
training. Contractor shall use UNISIM to perform the steady state process simulations which shall
also include the entire facilities The Contractor shall verify all vendor information. It is the
responsibility of the Contractor to acquire all software licenses deemed necessary to perform the
work.

Contractor shall update the process simulation models to reflect actual vendor data and plant
operation modes for the various design cases. The simulation models shall be made available to
Company on a flash disk in the original native file format in which they have been produced, and
6 months prior to Commissioning.

As a minimum the model shall include sensitivity on equipment sizing and pressure drop. The
report shall include the basis for the simulation work, equipment efficiencies, detail of vessel and
equipment sizing. The detailed calculations and models for pressure drop through the plant shall
be provided separately.

To cater for inlet composition uncertainties, the facilities shall be designed to handle a range of
inlet compositions and the entire flow range profile as defined in the basis of design.

The Contractor shall perform all process simulations (steady state, transient and dynamic)
necessary to specify the plant taking full account of the range of inlet stream parameters, new
stream specifications and ambient conditions provided in basis of design document. The number
of design cases shall be agreed with Company to cover all uncertainties. A table shall be made
by the Contractor summarizing all design cases to ensure a robust design over the 25 year
lifespan. The table shall show the equipment sizes for each case. Governing Design Cases shall

C- 4 - Scope of Work Page 31 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

be selected by the Contractor (subject to approval by Company) after analysis of the relevant
process sensitivities. A Governing Design Case is one that governs the size of at least one piece
of major equipment.

Although the basis of design document outlines a range of inlet pressures and compositions, in
order to determine the Governing Design Cases, the Contractor shall be responsible for proposing
other cases, if required, to find the actual Governing Design Cases. For example, cases shall be
proposed by Contractor to handle start-up and shutdown scenarios along with transient analyses.

Heat and material balances shall be included with the PFS for all the design cases. The Contractor
shall define each of the cases which govern the sizing of one or more pieces of major equipment.
In addition, a heat and material balance shall be provided based on typical operating conditions
for operator reference. The heat and material balance shall include a line identification tag and
description, mass & actual/standard volumetric, molar flow rates and composition breakdown for
total and each phase, velocity, vapor fraction, molecular weight/compressibility/ density/ viscosity
for each of the phase, Cp/Cv, operating temperature, operating pressure, heat flow, and water
content.

Contractor shall prepare a report documenting the development of the simulation models, all the
cases analyzed, basis and sensitivities of data/correlations/ thermodynamic packages, governing
design cases, selection of equipment design cases, data sources, and vendor performance data.
The report shall be reviewed and available with the electronic models a minimum of four (04)
working weeks prior to the Design Review.

4.4.2 System Hydraulics


Contractor shall perform detailed hydraulic simulations/calculations for all process, utility, and
produce detailed Hydraulic Analysis report that shall be reviewed and available with the electronic
models a minimum of 4 working weeks prior to the Design Review.

The Contractor shall use PIPESIM software (latest edition) and TG Net software (latest edition).
The scope of the studies shall include rigorous pressure drop and hydraulic calculations with all
equipment including piping, pipeline, valves and fittings.

4.4.3 PFS, UFS, PEFS and UEFS Development


Contractor shall develop the PFSs, UFSs, PEFSs, UEFSs, PSFSs and Hazardous Area
Classification drawings during detailed design phase which shall cover all vendor information and
include all equipment within the facilities with their auxiliary systems. All tag numbers (equipment,
instruments, lines, etc.) submitted with the Contract shall be reviewed and updated. Tag numbers,
line no’s provided in PEFS shall be confirmed and updated during EPC stage. If new tag no’s are
required then new tag no’s shall be requested from company.

C- 4 - Scope of Work Page 32 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Heat and material/mass balances shall be produced and included with the PFS/UFS for all
operating modes, and design cases. Each of the cases governs the sizing of one or more pieces
of major equipment and summer and Winter Cases. In addition, heat and material/mass balances
shall be provided based on typical operating conditions for operator reference.

All PFSs, UFSs, PSFSs, USFSs, PEFSs and UEFSs shall be in accordance with company
standards (DEP.01.00.02.11). All PFSs/UFSs shall include a diamond on each line indicating all
process conditions highlighted previously. All drawings shall be reviewed and made available
minimum 4 weeks prior to the Design and HAZOP Reviews for Company comments.

All vents from solenoid, quick exhaust valves, control valve positioners shall be tubed to safe
location (min 3 m height above grade) and reflected on Hazardous Area Classification drawings.

4.4.4 Process Interface


Contractor shall review the information provided and shall verify the requirement and suitability of
all proposed interfaces. Contractor shall prepare, update and issue an interface Battery Limit
Table that itemizes the process and mechanical interfaces and includes but not limited to the
following battery-limit conditions.

i. Line numbers upstream and downstream of tie-in.


ii. Design pressure and temperature.
iii. Piping classification/specification.
iv. Design/operating /minimum flow rates, slug/surge properties.
v. Design/operating /minimum pressure and temperature.
vi. Notes on line/equipment protection and Safeguarding Set Points.
vii. Range of composition and fluid properties.
viii. Mechanical interfaces

4.4.5 Vent & Depressurization Study


The new vent headers are to be tied into the existing 150 # piping class vent system. During DD,
Contractor shall assess the connections to the existing vent system at tie-in points considering
the maximum loads, back pressures and existing 150# piping class limitation (design temperature
of 0 Deg C).

Contractor shall perform vent and blow-down studies and develop a report which shall form a
single reference source for all information related to the design of the vent system. The report
shall include, but not be limited to the following sections:

1. Study Objectives.
2. Summary, conclusions and recommendations.
3. Vent System description.
4. Basis for Design:
i. Basic Process data

C- 4 - Scope of Work Page 33 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

ii. Fluid compositions


iii. Piping specification
iv. Carbon steel pipe thermal properties
v. Environmental conditions (considering a wind speed of 1m/s for all calculations)
vi. All assumptions and sensitivities of inputs and all governing and relevant
parameters.
5. Scenarios identification shall:
i. Consider all the possible combinations of the relief, depressurization and vent cases
and identify the governing case(s) and different modes of operation for vent system.
ii. Consider simultaneous opening of more than one vent globe valve in the pig
receiver.
6. Simulations and Analysis to :
i. Assess requirement of restriction orifices.
ii. Calculate the gas release rate from each equipment item to meet the limitations of the
existing 150 # piping class vent header.
iii. Study the cold-front propagation during venting to comply with existing 150# piping class
requirements.
iv. Consider the effects of 2D heat-transfer in the vent system to identify location of:
- minimum temperatures occurrence; and
- where mechanical stresses may compromise the integrity of the existing 150#
piping class vent headers.
v. Perform hydraulic study of the whole venting system.
vi. Provide the temperature profiles of the inner wall experienced in each equipment item
and in the vent system.
vii. Recommend material requirement and selection.
viii. Size the restriction orifices and vent connections if required for depressurization/venting
in each section of the facility.
ix. Provide a summary of individual vent and relief flows, temperatures, pressures,
compositions, etc. used for individual valves and orifice sizes, line size, and material
selection.
x. Calculate the vent capacity.

7. Hydraulic Analysis shall:


i. Confirm that the maximum flow from all vent/relief sources is within the existing vent
capacity and no potential to exceed 150# pressure rating while more than one vent
globe valve is in open position.
ii. Confirm that the maximum back pressure from all vent/relief sources is within the
existing vent capacity and no potential to exceed 150# pressure rating while more than
one vent globe valve is in open position.
iii. Confirm the back pressure for all relieve valves and creep valves considering the
maximum capacity of the Shafa GSS area.
iv. Document all the cases analyzed, basis and sensitivities of data, governing design
cases, selection of equipment design cases, and data sources.

C- 4 - Scope of Work Page 34 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

v. Update the vent loads and summarize them in the process utility flow schemes of the
vent system.

8. Analysis of the Vent system:


i. Check adequacy of the existing vent height and location. The vent design shall be
based on dispersion study. The same shall be included in the study report. Drain pit
vent shall be routed to safe location.
ii. Analysis of vent scenarios with corresponding gas dispersion calculations.
iii. Analysis of sterile radius for vent in GSS/ plot
iv. Analysis of local/safe vents dispersions
v. Basis for main and sub headers sizing and final back-pressure calculations for the
individual relief valves and vent system.
vi. Calculation of noise levels during venting.
vii. Appendices as required (e.g., computer input/output files, calculations and drawings).
viii. Design allowances for future modifications.

Under this project scope, During EPC, the Contractor shall:


i. Use the EO Blowdown Utility in UniSim Design to properly design the new vent headers
to be tied into the existing 150 # piping class vent system.
ii. Use FLARENET for all vent network hydraulics and pressure drop predications.
iii. Use Shell FRED (Fire Release Explosion and Dispersion) software for dispersion and
Consequence modeling including vent stack.
iv. Ensure that all vent headers are designed for acoustic fatigue and ensure the system
pressure never exceeds the rupture pressure throughout the depressurization/Venting.
v. Consider the maximum H2S concentration of 150 ppm for dispersion study.
vi. Confirm all headers sizes indicated in PEFS.
vii. Study the requirement and sizing of all restriction orifices.
viii. Make the report available for review minimum four (04) working weeks prior to the
Design Review.
ix. Be responsible for the overall design of the vent system including developing process
engineering utility flow schemes.

4.4.6 Equipment Sizing


Contractor shall perform and provide equipment-sizing calculations, selection of governing design
parameters, and process data sheets.
Vessel sizing calculations shall be as per DEP.31.22.05.11 and DEP.31.22.05.12 (latest version).
Contractor to check with separator vendor impact of reverse flow on the separator internals (e.g.
Filter deflector plate etc.). The separator internal shall be designed to handle the impact of reverse
flow. Adequate stress analysis/support shall be provided to handle reverse flow situation.
Contractor to ensure adequate overpressure protection (RV or blow of hatch) for the electrical
water bath heater shell in case of tube rupture. If a blow of hatch is provided by the vendor,

C- 4 - Scope of Work Page 35 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

contractor shall ensure adequate mitigation measure against hot water splash. ALARP shall be
demonstrated by the contractor for the above scenario.
The sizing of equipment shall be as per Contract document C-6. All calculations and process data
sheets shall be provided with the original native electronic spreadsheet, which shall be provided
to the Company for review a minimum of 4 working weeks prior to the Design Review.

4.4.7 Process Description & Operational Philosophy


Contractor shall prepare Process Description and Operating Philosophy, which shall provide a
process description of the facilities and include but not be limited to the following:

i. Operational Flexibility
ii. Venting/Depressurization Philosophy
iii. Modes of Operation
iv. Maintenance Philosophy
v. Isolation Philosophy
vi. Draining Philosophy
vii. Purging Philosophy
viii. Shutdown Philosophy
ix. Safeguarding Philosophy
x. Start Up Philosophy including pressurization
xi. Sampling
xii. Monitoring
xiii. Operating procedure during low inlet Temperature (less than 22 ºC)

The document shall be reviewed and made available a minimum of four (04) working weeks prior
to the Design Review.

The Design of all Plant Facilities, and other associated facilities shall conform to the Company’s
philosophy on sparing, accessibility of equipment, maximum availability and protection systems.
Contractor shall consider isolation valves in vent and drain headers for easy facilitation of
sampling collection operation.

4.4.8 Process Control Philosophy


Contractor shall prepare Control Philosophy, which shall provide a summary of the Control
philosophy for all control loops including schematics of the controls. The Control Philosophy shall
be used as a basis to develop the Control Narratives. The document shall be reviewed and made
available a minimum of 4 working weeks prior to the Design Review.

4.4.9 Start-Up/Shutdown Philosophy and Detailed Sequences


Tie-in & Shutdown Philosophy including hook-up with existing Process, Control & Automation and
Electrical infrastructure for the current work scope shall be developed by Contractor during DD
stage. Without tripping / shutting down existing facilities all hook-up activities shall be carried out.

C- 4 - Scope of Work Page 36 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Shutdown requirement shall be identified and analyzed in the initial stage of the project. Partial
shutdown shall be initially agreed with company and necessary actions shall be taken.

Contractor shall prepare, review, update and Start-Up and Shutdown philosophies and detailed
sequences including charts for the entire facility. The document shall be reviewed and made
available a minimum of 4 working weeks prior to the Design Review. The final document shall
include detailed sequences. The document shall be finalized before AFC

4.4.10 Hazardous Area Classification


The Hazardous area classification shall be developed based on Institute of Petroleum Model
Code of Safe Practice, Part 15, and Area Classification Code for Petroleum Installation (IP15) as
amended by DEP 80.00.10.10.

4.4.11 Material Selection


The Contractor shall produce a Material Selection Report covering all operating and design
modes, conditions, and considering upset scenarios.

4.5 Mechanical Engineering/Piping

4.5.1 General
The Contractor shall verify the FEED and carry out detailed Mechanical/Piping design based on
the FEED documentation and associated specifications and standards.

The Company as a part of the FEED has identified the location of all the new equipment, the
contractor shall verify the size and location of the new equipment with respect to the plot. The
Contractor shall prepare the final Plot Plan in conjunction with Hazardous Area Classification and
QRA recommendations.

4.5.2 Outline Mechanical/Piping Design Scope of Work


Mechanical / Piping Engineering Discipline activities in Contractors scope shall include but not
necessarily be limited to the following –

1) Verify all the data given in the FEED, with reference to Mechanical/Piping design and update
all documents.
2) Verify and Prepare new specifications, datasheets and requisition for Company approval for
all the mechanical items and equipment including valves, bulk piping items, fittings, flanges,
gaskets, bolts & nuts, and specialty items and packages.
3) Sizing and basic design of static equipment and packages, preparation of data sheets,
specifications and requisitions for materials including scope of supply, interfaces, design
requirements w.r.t. mechanical, electrical and instrumentation related scope, testing,
inspection requirements, installation and commissioning requirements, packing and shipping

C- 4 - Scope of Work Page 37 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

requirements, vendor documentation requirements and commissioning and operational


spares requirements.
4) Technical evaluation of Vendor offers for all items, preparation of TBE, evaluation of offers on
life cycle cost and recommendations, and ensuring and confirming technical offers conforming
to relevant Company approved specifications and standards.
5) Preparation of datasheets, specifications and requisitions for all static equipment and
obtaining Company comments and approval before the release of purchase order.
6) Reviewing, checking and approving technical data/drawings from Vendors for standard and
non - standard items during post and detail engineering stage to ensure consistency with the
design, safety, and operability requirements.
7) Maintain technical interface control including coordination of all mechanical, electrical, and
instrumentation equipment within the packages and engineering matters, throughout all
phases of work including interfaces with Civil for foundation and shade design requirements.
8) Developing and preparation of layout studies and plot plans including on-plot piping and
equipment layouts, tie-ins, access, orientation of equipment ensuring maintenance
requirements are fully addressed.
9) Preparation of piping arrangement studies, piping stress analysis, special piping lists, piping
support design, piping interface with equipment. Apart from stress analysis of the stress critical
lines based on relevant standards, stress analysis shall also be performed for the lines
subjected to high movements during the life cycle, for example pig launcher/ receiver
connected lines like process lines, kicker balancing line, drain line and vent line etc. In case
of any stress critical line tie in to the existing line, proper as-building of the existing supporting
arrangement to be performed for stress report approval.
10) Drafting and drawing preparation, including but not limited to Plot Plan, Equipment Layout,
General Arrangement Drawings, Fabrication Drawing, transportation and Erection Drawings
Isometrics, Line List, Tie-in Schedule, Nozzle Orientations, MTO’s, etc. . Isometrics shall be
produced as per general industry practice wherein isometric drawing shall indicate isometric
sketch with part number and support locations, MTO table, general notes, hold list, NDE
requirement, painting/coating requirements, design temp/press., test press., test fluid, stress
analysis applicability, PEFS, piping plan number and any other relevant information as per
project requirement.
11) Preparation of mechanical handling studies and procedures for maintenance activities.
12) Carry out technical evaluation of offers received from the approved Company vendors and
sub-contractors to ensure that the selected vendor meets the requirements as per the
requisitions, specifications and relevant Company standards & contract documents.
13) Preparation of Spare Part Interchangeability records (SPIRs) for Start-up, Pre-
Commissioning, Commissioning and 2 years operation.
14) Providing/coordinating detailed design engineering, selection, inspection, testing QA/QC and
supply of all equipment and components.

C- 4 - Scope of Work Page 38 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

15) Resolving all engineering queries.


16) Providing mechanical calculation, on equipment with consideration of internal and external
loads. Calculation shall be included but not limited to body, external cleats, internal support,
quick opening, due to wind, seismic, internal and external pressure, live loads, ladder and
platforms, internal and external attachments, piping loads, and etc. this calculation shall be
based on related datasheet , specification, codes, standards, shell DEPs, PDO SPs, with
adequate software that based on client approval. Zick analysis to be performed for saddles.
17) WRC 537 for process nozzles to be provided by adequate software.
18) Providing all relevant data including design, construction drawings, general arrangement
drawings, shade and lifting arrangement and equipment including electrical driven pulley,
lifting lugs, slings etc. .
19) Developing inspection and testing road plans (ITP) and procedures.
20) Participation and providing technical assistance during all reviews including DR, HAZOP,
HAZID, SIL (IPF), constructability review and any other relevant review workshops required
for the engineering as applicable.
21) Providing all equipment manufacturing manual (Vendor data book / material records book),
operation and maintenance manuals in both hard and soft copies.
22) Develop piping and equipment cleanliness procedures.
23) Develop Flaw list and mitigations.
24) Producing and developing flow induced and acoustic Vibration analysis. The Contractor shall
engineer and ensure that vibration is not transmitted to any equipment, piping.
25) Performing site visit, collecting as built information and incorporating in the drawings. Tie in
verification, plot identification, new piping routing, verification of underground services,
verification of existing lines routing and support arrangement for stress analysis and all the
relevant observations and findings required for the engineering shall be covered in the site
visit report.
26) Producing and developing stress analysis report, which shall conform compliance to piping
codes. Contractor shall design and install pipe support and anchor/truss blocks based on
stress analysis report. The stress analysis shall confirm the stability of the piping arrangement
and the pipe support arrangements. The stress analysis shall consider the most onerous loads
occurring during construction, pre-commissioning and operation.
27) The equipment layout and above ground piping arrangement shall be prepared by the
contractor in an orderly manner resulting in ease of operation, maintenance, access and
provision for future expansion, emergency escape routes, as stipulated in this contract.
Contractor shall provide adequate maintenance access around the operating facilities.
28) Contractor shall be responsible for review, check for interference/correctness and make
necessary correction prior to commencement of fabrication of all above ground and
underground piping.

C- 4 - Scope of Work Page 39 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

29) Review, check and approve vendor equipment / piping and technical documentation and
information to verify compliance with project specifications, codes, standards, and ensure
consistence with interface, design, safety and operability requirements.
30) Producing and developing Commissioning and Operating Manuals.
31) Performing and developing mechanical handling studies and procedures for maintenance
activities.

4.5.3 Installation of Static Equipment


The equipment are to be installed with full compliance to the requirements specified by the specific
Vendor. Vendor’s recommendation for transportation, installation, grouting, testing, pre-
commissioning, commissioning and storage / preservation is the minimum requirements to be
followed. The compliance by the Contractor to the above requirement is mandatory.

The Contractor shall also be responsible for compliance to the Company Specifications,
procedures, guidelines, and applicable Codes and Standards. In the event of any ambiguity the
more stringent requirement shall be applied and included on the Contractor scope. Company’s
decision shall be final and binding.

4.5.4 Requisitions for Long Lead items


Company has prepared data sheets for some of the long lead items during the FEED. These data
sheets are included under section C-6. Contractor shall note that these data sheets are completed
to the level of information available at the end of FEED and are not in their final format. Contractor
shall review and wherever necessary, refine the specification and produce the requisitions in line
with the developments of detailed design. Contractor shall seek company approval on these
requisitions before issuing them to Vendors.

The compliance by Contractor to C-4 and C-6 on specification and the general document format
and numbering is mandatory.

Contractor may use the general format and content of these specifications as general format for
preparing requisitions for other equipment.

4.5.5 Equipment Selection


Adequacy of mechanical equipment selection shall be on the basis of technical applicability,
performance, availability, maintainability characteristics and life cycle cost.

The Contractor shall ensure that all Materials (piping, valves, equipment, facilities etc.) shall be
designed and suitable for “sour” service in accordance with SP-2041 and NACE MR-01-75/ ISO
15156.

C- 4 - Scope of Work Page 40 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

4.5.6 Piping System


Piping system used to construct the facilities shall be selected in accordance with the standards.
All piping systems shall be consistent with the requirements of the material selection and process
stream conditions.

Piping shall be designed, constructed and tested in accordance with the latest edition of ASME
B31.3 (including addenda) in compliance with DEP 31.38.01.11-Gen, other relevant DEP/PDO
Standards, and all piping specifications/standard drawings referenced elsewhere in the Contract.
Tie in schedule shall be produced for all process and mechanical tie in which shall be in line to
the PEFS, tie in shutdown philosophy, site visit observation etc.
Material of piping, piping components and valves shall be selected in line with shell DEP piping
classes.

All piping Components shall be selected from the applicable piping classes. The use of special
materials and/or piping components not included in the piping classes shall be minimized,
selected materials in accordance with the applicable piping classes shall be used wherever
possible to avoid unnecessary effort during engineering, purchasing, construction, shipping and
storage of piping components.

During detailed design, the Contractor shall verify, update the piping classes indicated in the
PEFSs and select piping classes accordingly. Where a particular piping class with respect to
material selection, temperature, pressure, size or any other parameters are not covered, or
wherever changes are required to the piping classes, Contractor shall modify the piping classes
or generate new piping classes for Company approval / acceptance. All piping classes shall
clearly indicate the additional mandatory requirements, testing and restrictions as per the relevant
MESC description. It is Contractor’s responsibility to obtain the MESC descriptions. Flange
insulating kits shall be provided in case of connecting dissimilar material flange connections
including mono flange valves. The bolt torqueing and tensioning shall be done as per SP-2020.

Any new or modified piping class shall be approved by the Company. As a general rule, non-
MESC components / materials, where needed, shall be in the same lines as similar MESC
components / materials. Non-MESC components, special parts etc. materials requisition shall be
forwarded to the Company for review and approval. For procurement of piping items MESC
systems shall be followed. Procurement of all items shall be from latest PDO AVME list / Company
approved vendors.

Valve design shall meet the latest revision of SP-2154 requirements and OGC standard. If the
seal material specified in the requisition as thermoplastic, it shall be of Lip seal type for ball valves.

On plot Ball Valves shall comply additional technical requirements mentioned in the OGC
document GME-ENG-L2-203-R0.

C- 4 - Scope of Work Page 41 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

4.5.7 Mechanical Interface with Tie-ins


Contractor shall design all the tie-in points such that minimal loads are transferred to the facilities
piping. Company has checked the feasibility of the tie-in at the FEED stage. However these tie in
locations shall be finalized during DD phase by the Contractor based on site conditions.

4.5.8 Layout and Plot Plan

Plot Plan prepared during FEED is preliminary and needs further detailing. Contractor shall verify,
develop and update the Plot Plan, Equipment Layout and Piping General Arrangement with
respect to requirements of Company, design review, QRA study and recommendations,
operation, maintenance, safety, final piping tie in locations, plant wind direction, access
requirements, piping studies, hazardous area classification, as-building based on site visit etc.
General design requirements are included in Contract Documents. Overall responsibility of
developing and finalizing the Plot Plan and further equipment layouts lies totally with the
Contractor subject to final approval of the Company.

The layouts shall be supported by the results of the QRA study, reviewed and approved by the
Company, and all company comments and requirements included and addressed. The layout of
plant equipment and facilities shall meet or exceed the requirements of SP-1127, DEP
80.00.10.11-Gen, QRA recommendations and the additional requirements specified in Contract
Documents.

The design of Piping General Arrangement shall take following features into consideration:
a) Adding as built information based on site visit information.
b) The pipe track / sleeper minimum height shall be 300mm above grade.
c) The pipe track/ sleeper/ pipe rack shall be designed with 30% extra space for future additions.
d) The pipe routing shall not cause hindrance for future expansion and works as well as
demolition scope.
e) Crossovers, Access Platforms, local gantry shall be provided for access and maintenance of
valves and instruments. It is the Contractor’s responsibility to provide access, gantry wherever
required. Detail operation and maintenance access review to be conducted during EPC.
These shall be indicated in plot plans and piping layouts.
f) Pipe routing shall be finalized as part of detail design based on final vendor drawings and
consideration to satisfying nozzle loading, Piping stress analysis, access for operation /
maintenance and component removal.
g) Process / Hydro-test Vents and drains for locked in sections shall be provided.
h) The Plot Plan, Piping General Arrangement and the entire facility is to be designed in such a
way that any additions to the new facility shall be done without any minor or major shut down.
The facility shall be constructed in such a way that the future expansion construction work is
not hampered. Contractor to note that all the common facilities including but not limited to
drain, vent, pipe tracks, drain channels, drain pits, control room, electrical and instrumentation
shall be designed to handle fully rated design capacity of the facilities.
i) Metallic / GRE piping interface shall be protected by four pole barricade.

C- 4 - Scope of Work Page 42 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

j) The piping routing shall be engineered by taking into consideration of constructability,


maintenance and accessibility.
k) Wherever any of the existing drawings are not available or as-built the same shall be
prepared/updated by the contractor.

4.5.9 Access
The Contractor shall Engineer all facilities such that all equipment, valves, and instruments are
accessible for operations and maintenance. Access platforms shall be provided for all items of
locally operable or maintainable equipment, which cannot be accessed or maintained from ground
level in a safe manner. Upon Company’s request Contractor to conduct an access &
maintainability review to assess that necessary provisions are made by the Contractor for easy
operations & maintenance. Any recommendations from Company shall not be construed as
variation.
Contractor shall ensure detection of any existing facilities prior to excavation of trench to avoid
any damage to the existing facilities. Any damage to the existing facilities and necessary
rectification/repair shall be undertaken by the Contractor immediately at the Contractor’s
expense/cost to the satisfaction of the authorities.

4.5.10 Hydro testing


Hydro testing shall be carried out as per applicable Company specifications.
Hydro testing of the on-plot piping shall be carried out in accordance with SP-2051.
The water to be used for hydro testing shall be arranged by the Contractor as per Company
specifications. The Contractor shall submit a water acquisition and disposal plan. At the end of
hydro testing, the Contractor shall make sure that the new pipe work is free of water and dry as
per the specifications. The water shall be disposed off the plant after hydro testing in line with
Company HSE requirement. Contractor will show high point vents and low point drains in the
isometric drawings.
However, if any additional vents and drains are required based on the Contractor’s testing
programme, they shall be included in the scope of work, including the required material. The
Contractor shall supply temporary gaskets for testing the piping/pipelines.
Hydrotest shall be carried out without the valves in position. The Contractor shall reinstate all
valves and other equipment removed or disconnected for the purposes of hydro testing.

4.5.11 Sensitive Leak Testing


The contractor shall include Commissioning Sensitive Leak Testing of equipment and Piping with
Nitrogen/Helium as per SP-2051 in its Scope of Work

4.5.12 Painting and Coating


All carbon steel components aboveground and underground viz. piping, valves, equipment,
supports, skids etc. shall be painted/ coated. The CS components shall be thoroughly blast
cleaned and painted in accordance with SP-1246 ‘Specification for painting and coating of Oil and
gas production facilities. The painting shall be carried out as per relevant PCS of SP-1246 Part 1

C- 4 - Scope of Work Page 43 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

to 5. Internal and external coating and painting for equipment shall be based on relevant
datasheet.
SS components shall be painted based on requirements of SP-1246 and SP-2161.

4.6 Civil Engineering


The Contractor shall be responsible for the detailed design, procurement construction and
commissioning of all the Civil activities as included in the scope of work for the project.
Calculations are to be submitted in respect of all key Works with full details of the loading,
foundation bearing pressures and structural design of the main members and equipment
foundations, pipe supports, platforms etc. The contractor’s scope of work includes modifications
at Shafa GSS.

4.6.1 Design Basis and Specification


The Contractor shall refer to Company’s specifications, drawings and standards as listed in the
C6 documents. However for project specific requirements the Contractor shall develop following
documents for approval before commencing engineering activities:
a) Civil/structural engineering Design Basis
b) Construction specification for Civil Works.
c) Construction Specification for Concrete Works
d) Construction Specification for Steel Structure Work
e) All method statements for construction guidance
f) Scope of work for soil investigation

4.6.2 Geotechnical survey


Contractor shall carry out geotechnical survey at Shafa GSS area. The soil investigation shall be
carried out by the contractor as detailed in the scope of works during detailed design stage and
its associated activities including reports and recommendations shall be submitted to the
company for review and approval.
In general, Soil Investigation Work shall be carried out in accordance to DEP 34.11.00.10.

4.6.3 Borehole and Standard Penetration Test (SPT)


10m deep borehole Two (2nos.), first location shall be performed in Shafa Gas Station near
electrical heater and other location will be on Plot Scraper Launcher A-5260 near the cold Vent
area. Location shall be proposed by the Contractor and approved by the Company. Where rock
is encountered, rock boring shall be performed to the required depth to obtain a minimum core
recovery of 90% in continuous core length of 1.50m. Rock boring should be terminated after
exploring a minimum depth of 3m in rock. The coring shall include Total Core Recovery, Solid
Core Recovery, and Rock Quality Designation.
i. Borehole and SPT shall be carried out according to DEP 34.11.00.10.
ii. Collecting un-disturbed and disturbed soil sample as per DEP 34.11.00.10.
iii. Contractor shall record boreholes location by qualified surveyor, and conduct in-situ
borehole log by qualified geotechnical engineer for preliminary reference.

C- 4 - Scope of Work Page 44 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

iv. The records shall describe bore log details with SPT ‘N’ values at each 1.0m depth
increment, each change of stratum and ground water level.
v. Contractor shall check boreholes location for any underground facilities such as cables
and pipelines by employing cable/metal detector prior to commencement of work.

4.6.4 Trial Pit of Soil Investigation


Four (4 Nos.) numbers of Trial Pits of which First will be at Shafa Gas Station near control building,
Second at GSS close to new gas fired water bath heater, third at on Plot Scraper Launcher A-
5260 near cold vent area and fourth near launcher area. Location shall be proposed by the
Contractor and approved by the Company.
Trial Pit shall be 2.0m x 2.0 m x 2.5m deep. Contractor shall ensure that stability of soil is achieved
by installing temporary shoring or slope excavation.
If hard rock layer is encountered during excavation, the contractor shall terminate the excavation.
The rock shall be identified as hard rock or weathered rock.
Contractor shall record Pits location, levels, log of strata, ground water level, etc. by qualified
surveyor and shall be backed up by photographs with clear identification.
Contractor shall backfill and well compact the Pit after completion of the Testing Work. The backfill
and compaction shall be carried out in accordance with SP-1279.
Contractor shall collect necessary soil sample as per DEP 34.11.00.10

4.6.5 Final Clean-up


The Contractor shall restore the Site to its Original condition to the complete satisfaction of the
Company and applicable Regulating Authorities. The Contractor shall obtain “Site Restoration
Certificate” approved from Company.
The Contractor shall clean-up the working strip and all working areas used during the course of
the work and shall restore the lands traversed.
Any excess soil on the working area resulting from the excavation etc. shall be leveled and
compacted in accordance with standards and to the satisfaction of the Company site
representative. All loose soil and rock exposed during exploration work, over the working strip or
adjacent property shall be removed.

4.6.6 Laboratory Soil Test


Laboratory Soil Test shall be carried out by the Contractor to provide sufficient information for
design as described below as minimum:
i. Strength test such as unconfined compression test, direct shear test, tri-axial test.
ii. Sieve analysis.
iii. Soil Classification.
iv. Liquid limit and plastic limit for cohesive soil.

C- 4 - Scope of Work Page 45 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

v. Bulk density and specific gravity test.


vi. Wet and dry volume weight and moisture content of the soil.
vii. Compaction test.
viii. CBR (California Bearing Ratio) Test for native and filled up soil for pavement design.
ix. Poisson’s ratio and Young’s modulus of soil.
x. Chemical analysis and organic content of the soil and water, including pH value of water.
xi. Presence of gypsum in soil.
All equipment shall be inspected and calibrated by authorized third party / approved testing house
by the Company.

4.6.7 Report and Recommendation


The Contractor shall compile a Soil Investigation Factual Report containing all findings during
investigation such as borehole log, SPT etc. including laboratory test result. Report will be used
as preliminary report as a guide to the Contractor to design the foundations of the structures and
Company shall verify the design submitted by the Contractor
The contractor shall compile a Soil Investigation Recommendation Report containing all
engineering interpretations and recommendation for following items as minimum:
i. Geological information and seismic hazard study including potential liquefaction risk for
GSS plant.
ii. Recommendation of allowable Soil Bearing Capacity for cut area and filled area for various
sizes and type of foundation for various depth Vs settlement. If Pile foundation is required,
the recommendation shall include the type of pile, axial and lateral capacity of single and
group pile including settlement analysis. All calculation report shall show the formula,
philosophy, references and methodology and be included as attachment/appendix to the
main report.
iii. Recommendation of Cement type to be used due to effect of Sulphates and Chlorides
attack on foundation concrete structure.
iv. Identification and corrective measures required for the improvement of subsurface
condition due to weak soil and potential of liquefaction, if existed.
v. Protection measures against gypsum, if encountered.
vi. Settlement analysis of soil foundation, embankment / grading.
vii. Recommendation of Native Soil Modulus and Backfill Soil Modulus for Pipeline design.
viii. Recommendation of CBR value for pavement design.
ix. Slope stability analysis for open cut and slope protection recommendation.
x. Suitability of excavated soil for general backfill of foundation/trench.

C- 4 - Scope of Work Page 46 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

xi. Identification of any other potential geotechnical problems and recommendation/solution.


All engineering interpretations and recommendations shall be supported by good engineering
practice of calculation, cross references, formula, and applied factor of safety according DEP
34.11.00.10. All assumptions shall be clearly stated in writing on any documents in any specific
topics.

4.6.8 Design of site developments, excavation & earth works


All demolition work shall be designed to comply with the requirement of SP-1279-B. All
necessary permits related to 3rd parties are deemed to be included as a part of Contractor’s
Scope. For Demolition plan follow Plot plan (Demolition) and notes in plot plan.

Demolition of the existing foundations for electric heater foundation, Vessel Foundation,
Launcher Foundation , Pipe Supports, foundation ,sleeper associated with it, and access pit
etc. in the Shafa GSS, and demolition of existing Hard stand for Scraper Launcher and
associated pipe support / and foundation / sleeper and Fence at Shafa spur line.
Adequacy of existing sleepers/pipe supports and existing foundations shall be checked before
reusing it.

Contractor has to identify if existing fence and fence post that are effected due to flooding,
demolition of affected fence and re-construction of the fence.

All excavation, backfill, compaction removal of surplus material from the site and making well
and tidying the site on completion etc. shall be in contractor’s scope of works. Excavation and
earthwork shall follow SP-1279 Part C Excavation and Earthworks.

4.6.9 Design of Foundations


i. Design and construction of foundation for vent stack, sleepers, pipe supports, hardstand
with pit, Heater foundation, Vessel Foundation and relocation of transformer foundation
etc. The complete scope for Shafa GSS & Shafa Spurline are included in contractor’s
scope of works.
ii. Design and construction of foundation for, operating platform foundations, pits, pipe
supports and sleeper etc. at Shafa GSS & Shafa Spurline are also included in contractor’s
scope of works.
iii. Adequacy of existing foundation shall be checked before using the existing foundations.
iv. All design of the concrete foundations shall be based on the soil investigation
recommendations report, applicable standard drawings, and SP-1279 Part-C and Part-
D. In case gypsum is encountered during excavation the same shall be replaced with
engineered fill material below and around the foundations.
v. Foundations shall be designed in accordance with BS-EN 1992.
vi. All excavation work and concrete foundation works shall be in accordance with the
relevant standards listed in C-6.

C- 4 - Scope of Work Page 47 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

vii. All insert plates and bolts required for steel to concrete connection shall be placed in
the concrete during casting of concrete.
viii. To avoid weakening of the concrete work, use of anchor fasteners shall be avoided.
ix. Foundations for vibrating machines shall be isolated from nearby foundations and shall
be separated from paving.
x. Contractor shall ensure that adequate protection is provided for all concrete surfaces
in contact with the soil. Method and selection of concrete surface shall be in accordance
with SP-1275 and as a minimum Fosroc’s Nitocote PE135 with glass mat in two coats
(400 micron DFT each) shall be applied on top of blinding and all foundation surface up
to 250 mm above grade level. Concrete shall be ready mix from batching plant with
certified mix design and strength test.
xi. All Structural concrete works including slab on grade shall be minimum Grade C35 to
SP-1279, SP-1275 & SP-1282.
xii. All foundations shall be placed on a 50-mm thick blinding layer in concrete Grade C10 to
SP-1279, SP-1275 & SP-1282.
xiii. Reinforcement bars for all concrete works shall be made from hot rolled deformed high
yield bars Grade 460 with a specified characteristic strength of 460 N/mm2.
xiv. Grouting shall be provided below all the structural supports in contact with the concrete
foundations and shall have a minimum compressive strength of 40N/mm2.

4.6.10 Design of Steel Structures


i. Design and construction of structural steel platform for gas fired water bath heater, pipe
supports, platform for vessel etc. at Shafa GSS are included in contractor’s scope of
works.
ii. The Design loads for steel structures shall be in accordance with SP-1275 and the
relevant standards included in the C-6 document.
iii. The steel connection shall be either welded or be bolted. Platforms crossovers shall be
such that it can be removed during maintenance.
iv. All structural bolting shall be grade 8.8 and foundation bolts shall be grade 4.6 or
equivalent
v. To the extent possible anchor fasteners shall be avoided for fixing structural steel to
concrete.
vi. Gratings and stair treads shall be galvanized.
vii. All structural steel surfaces shall be protected in accordance with SP-1246.
viii. The structural steel fabrication shall be carried out as per SP-1279 part ‘G’ and GU-
631.
ix. Structural steel shall comply with the requirement of BS-EN 1993 and shall have a
minimum yield point of 275 N/mm2 and tensile point of 430 N/mm2. Use of high strength
steel will be allowed when approved by the company.

C- 4 - Scope of Work Page 48 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

x. Tear plates of minimum 8mm thickness shall be used for platforms and trenches.
Gratings used shall be galvanized. All galvanized steel shall have a minimum zinc layer
of 610 g/m2
xi. Design of pipe supports, operating and maintenance platforms, crossovers/walkovers,
etc. shall be as per standards.

4.6.11 Design of Control Building


i. Control Building in general shall conform to SP-1275, SP- 1279 Part A to Part S, and
SP-1285 and SP 2155.
ii. Environment criteria which are stated in SP-1275 for each room shall be strictly
followed unless noted otherwise.
iii. Engineering software packages shall be used for structural design of the concrete
structure unless noted otherwise. All loadings shall follow SP-1275.
iv. The building finished floor level and the roof level shall be matching with the existing
control building and shall be designed as a concrete framed structure in-filled with
hollow / solid block masonry.
v. Termite Protection for a guaranteed period of 10 years shall be provided for the
building.
vi. The exterior walls of the building shall be minimum 300mm cavity walls filled with
polystyrene insulation material or equivalent and total U value system shall not
exceed 0.6 W/m2ºC. Internal wall shall be 200 thick block wall.
vii. Eyewashes shall be provided inside Battery Room.
viii. The floor of the Electrical Equipment Room shall follow company specifications.
ix. The floor and walls of the battery room shall be tiled to resist acid spill. The tiles and
dado selected for the floor finish shall be acid / alkali resistant. Acid resistant dado
shall be provided upto door height of the battery room. Floor drain shall be provided
for the room.
x. Pipe sleeves for cables shall be provided under the floor between various rooms in
the building for laying cables.
xi. Building height shall match with existing building. Headroom shall be maintained for
switchgear room as per electrical panel height requirement and maintenance.
xii. All fire escape external access doors for the rooms and corridor shall be made of steel
and rated to resist fire for a minimum period of 2 hours. Sizes of each door shall be
selected to allow easy movement of personnel and equipment, with minimum width
of the door shall be not less than 1000 mm.
xiii. Air conditioning shall be provided for the exiting & new extended building. The design
and selection of the air conditioning equipment shall be in accordance with SP-1285.
There shall be no cross flow of air between battery room and any other rooms. The
battery room shall be isolated from return air. De-rating capacity during lifetime of the
plant shall be properly estimated by Contractor during the design of air conditioning.
xiv. Fire Protection and smoke detector shall be provided as stipulated in SP-1285-D or
elsewhere in this C4.

C- 4 - Scope of Work Page 49 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

xv. Fire dampers shall be provided for the air supply louver to prevent the spread of fire
from the battery room to the adjoining switchgear room.
xvi. All embedded plate items, ladder with cage, sign boards are included in the scope of
work of the building.
xvii. Cage ladder shall be provided for roof access.
xviii. The walkway from the building to the road shall be provided with 1200m wide
interlocking pavement.
xix. The roof shall be waterproofed as per SP-1279-F and UPVC down comers shall be
provided for roof drainage.
xx. RCC cable trenches shall be provide for the electrical room. The connection to the
existing trench inside the control and switchgear building shall be done without
disturbing the existing cables and proper precaution shall be taken not to disturb the
performance and operation of the plant.
xxi. The integration of the extended building and the existing building shall be done
smoothly without disturbing the performance of the plant. The water proofing and
expansion joint for the new extension shall be done ensuring there is no seepage of
water and dust to the inside of the building. The rainwater down comers of the existing
building shall be modified accordingly to prevent any water entering the new
extensions. The slope of the existing building roof shall be modified accordingly to
facilitate the smooth flow of rain water.
xxii. The floor opening in electrical rooms after panel erection shall be covered with 8mm
thick tear plate. The edges of the opening shall be provided with edge angle. Covering
plates shall have lifting facility.
xxiii. For floor, wall and ceiling finishes Contractor shall refer to project drawings & SP-
1279-M
xxiv. Contractor shall ensure that adequate protection is provided for all concrete surfaces
in contact with the soil. Method and selection of concrete surface shall be in
accordance with SP-1275 and as a minimum Fosroc’s Nitocote PE135 with glass mat
in two coats (400 micron DFT each) shall be applied on top of blinding and all
foundation surface up to 250 mm above grade level. Concrete shall be ready mix from
batching plant with certified mix design and strength test.
xxv. All Structural concrete works including slab on grade shall be minimum Grade C35 to
SP-1279, SP-1275 & SP-1282.
xxvi. All foundations shall be placed on a 50-mm thick blinding layer in concrete Grade C10
to SP-1279, SP-1275 & SP-1282.
xxvii. Reinforcement bars for all concrete works shall be made from hot rolled deformed
high yield bars Grade 460 with a specified characteristic strength of 460 N/mm2.
xxviii. Explosion proof and EX type exhaust fans shall be provided for the battery room
xxix. Modification of existing cable trenches inside the control and switchgear room for
erection/ modification of the panels and instruments need to be done by the
Contractor.
xxx. Plinth protection shall be provided for the building with 100mm thick RCC slab and
1000mm wide all around the building.

C- 4 - Scope of Work Page 50 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

xxxi. The outdoor units for the air conditions shall be placed on RCC foundation 200mm
thickness.
xxxii. Prefabricates toilet with self-contained water storage tank shall be provided.
xxxiii. Separate septic / holding tank for toilet shall be provided.

4.6.12 Concrete Pits


Drain pits any other etc. will be designed as liquid retaining structure to BS 8007 and shall be of
RCC. The details shall be worked out during detailed design by Contractor.

4.6.13 Fence
Contractor has to find out effected due to flooding .Effected fence shall be removed or repaired
and new fence shall be insulted such way that flood will not effect. Other fence modification plot
plan shall be followed.

4.6.14 Roads
New graded roads shall be as per plot plan. Latest standard SP & DEP shall be followed.

4.6.15 Calculation & Drawings


The Contractor shall prepare all calculations required for the Engineering, Procurement and
Construction of the Work and shall incorporate the results of such calculations in the Design.
Following mandatory civil engineering calculations to be submitted for approval as listed below:
a. Foundations design of the heater and vessel equipment.
b. Foundation and structural design of vent stack.
c. Non-standard pipe supports, platform and sleeper structural calculations
d. Control Building and Foundation design calculations.
e. Pig Retaining wall (If required as per pig calculations )
f. Strom water calculations (to minimizes effect of flooding to plant and fence)
g. Pipeline supporting culvert or pipe support outside plot.
h. Steel connection design for steel structures.
The Contractor shall prepare all drawings required to fully describe and construct the Scope of
Work. These shall include as a minimum:
a. Update Foundation location plan for both area including trenches for Instrumentation and
electrical.
b. Fencing and grading drawing including graded road and fence modification (escape gate
etc.), as per plot plans for both area.
c. Equipment like heater and vessel foundation details.
d. Control Building Arch. and Structural drawings including inside trenches ( All required)

C- 4 - Scope of Work Page 51 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

e. Pipe support, Pipe support foundation, and pipe sleeper.


f. Hard stand for Scraper receiver/ Launcher and drain Pits and any other pit as per
Plot plan.
g. Operating and crossover platforms (wherever required during Detail Design).
h. Culvert or pipe support outside plot for pipeline to cross storm water drain outside.
i. Fabrication drawings.
j. Pig retaining wall and foundation ( if required)
k. BBS & MTO
Contractor should provide Bill of Quantities / Material Take-Off on the drawings for estimation of
the work by construction team.
The Contractor shall wherever possible use Company Standard Drawings (see also Document
C-6 Specifications), verified for suitability of application by the Contractor and approved by the
Company. The Contractor shall prepare Construction/Fabrication documents and drawings for
the Work. The Contractor shall maintain all drawings up to date with mark-ups in red of the latest
revision of each drawing. The mark-ups shall include all approved changes, including those
arising from site queries and site instructions from the Company.
The Contractor shall continuously prepare, collect, complete and file fabrication records and
prepare as-built revisions of all design drawings for final submission.

4.7 Control And Automation Engineering


Instrumentation Scope of Work includes Verifications of FEED, design, engineering, procurement,
Installation, calibration, testing, Pre-commissioning, commissioning, online system changeover
and demolition work as required for the successful completion of the Instrument and Control
System Replacement Project.
Control system replacement shall be carried out without shutdown of the stations & hot loop
changeover methodology shall be followed. Stream wise segregation & changeover shall be
considered in the system design such that common failure shall not be a cause for gas supply
stoppage to consumers.

4.7.1 Main Instrument Vendor


The Contractor shall engage a Company approved Main Instrument Vendor (MIV) in the design
and engineering of the Process Automation System (PAS) for Shafa GSS. The MIV is to ensure
that all control, monitoring, automation and safeguarding requirements for Shafa GSS, are
integrated into one Process Automation System (PAS).
The MIV shall perform including the design, Engineering, procurement, construction, supervision,
testing, pre-commissioning, assistance during Commissioning, etc. of the Control, Automation
and instrumentation work. The scope of work for the Main Instrument Vendor for Shafa GSS is
described in MIV Specification SHF-5-1001-001-S6-4-A. Proven design/equipment shall be

C- 4 - Scope of Work Page 52 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

proposed by the MIV. Contractor shall approach only the MIV’s listed in PDO PGSC List (AVME
# 30.203) for SPEC 200 replacement.

4.7.2 General
Contractor’s scope of work for Instrument Design shall in general be based on the FEED
documents, drawings, specifications, etc. which forms part of this package. Instrument Design
shall be in accordance with relevant Company standards, Codes, Practices, Procedures,
Guidelines and applicable International standards. Scope shall comprise of complete design,
engineering, procurement, fabrication, supply, installation, testing, commissioning and Guarantee
run of various field instrumentation and control system at RIE GSS and SQU GSS. Brief scope of
work is given below and shall not be limited only to the following:
1) Verify all the data/drawings given within the tender documents.
2) Prepare and update all documents during the course of detailed design
3) Provide Detailed Engineering Design, specification, requisition, supply, installation, testing,
commissioning of TÜV SIL-3 certified ICSS system for monitoring, controlling, safeguarding
and Fire & Gas of the process facility. The ICSS to be designed, supplied with the latest
software and all necessary lifetime license, and installed as per the FEED “Main Instrument
Vendor Specification, SP and DEP standards and latest edition.
4) Provide Detailed Engineering Design, specification, requisition, supply, installation, testing,
commissioning of new fully redundant OPC servers and Historical server (server class
hardware and rack type) enabled operating system and based on totally open Microsoft
Windows platform.
5) Provide Detailed Engineering Design, specification, requisition, supply, installation, testing,
commissioning of Fire & Gas detectors (e.g. smoke detectors, sonic leak detectors, open path,
hydrogen detector, siren and beacon) at the entire Shafa process facility including the existing
control building.
6) Provide Detailed Engineering Design, specification, requisition, supply, installation, testing,
commissioning of control building Fire & Gas detectors (e.g. smoke detectors, hydrogen
detector, siren and beacon) at the Shafa GSS control building.
7) Provide Detailed Engineering Design, specification, requisition, supply, installation, testing,
commissioning of a panel mounted MOS/ESD console. MOS/ESD console shall have
switches for individual valve to close and reset push buttons. Test lamp push buttons shall
also be part of the console.
8) Provide Detailed Engineering Design, specification, requisition, supply, installation, testing,
commissioning of One (1) new Operation station, one (1) Engineering Work station in Auxiliary
room and one (1) remote station at MCC for the new ICSS.
9) Provide Detailed Engineering Design, specification, requisition, supply, installation, testing,
commissioning of One IFB panel in switchgear room.
10) Replace of one (1) existing pneumatic positioner in the existing control valve to electrical
positioner.
11) All the signals shall be further transferred to MCC SCADA. Modification of the existing SCADA
(Wonderware ArchestrA) at MCC including software and graphics configuration. This
modification shall be done with coordination from the SCADA approved vendor which will be

C- 4 - Scope of Work Page 53 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

advised by company by the time and with Company approved format (graphics and
configuration).
12) All the works related to hook-up of the new field instrumentation, new cables installation from
Junction boxes to control building, commissioning, configuration in ICSS and signals transfer
in MCC SCADA are part of the scope.
13) Provide Detailed Engineering Design, specification, requisition, supply, installation, testing,
commissioning of Fire and gas detectors, the following types shall be considered in the design:
a. Smoke detectors
b. Sonic Leak Detectors
c. Open Path Gas Detectors
d. Beacon
e. Siren
f. F&G detectors shall be hardwired connected to the ICSS control system. Voting logic for
leak detection shall be achieved, 1 detector from each type shall give an alarm.
14) All works related to integration of the PLC with third party equipment, as per system
architecture.
15) Contractor shall conduct the site survey to check the existing system components and system
arrangements and then verify all data given within the existing design documents prior
submission of the new proposed solution.
16) Provide detailed engineering design, specification, requisition, supply, installation of
instrument junction boxes for the new instruments, the method of electrical protection and
certification for field instrumentation shall be EEx’d’ type and the certification authority shall
be ATEX, wherever applicable
17) Provide detailed engineering design, specification, requisition, supply, installation of cables
and bulk materials, as per project requirements.
18) Any other work not mentioned above but required for the satisfactory completion of the work
as per standard engineering practice.
19) After successful transfer of all signals from the new control system to MCC through the
existing telecom cabinet, Contractor shall power off and demolish the SPEC200 control
system & field instruments and transfer it to Fahud store location provided by the Company.

Existing Electric Heater at Shafa GSS:


1. Demolition of existing field instruments, cables and panels associated with heater package.
2. Removal of Signals, logics, etc. associated with the heater from the existing control and
safeguarding system. Existing PAS comprises of FOXBORO SPEC200 system.
3. Preparation of demolition drawings and documents.

New heater at Shafa GSS:


1. Detail engineering of heater package with respect to instrumentation works.
2. Integration of heater package with the new ICSS.

C- 4 - Scope of Work Page 54 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

3. Configuration of signals, Graphic display, logics, etc. as required and transfer of signals to
MCC SCADA room for remote control & monitoring.
4. Fire & Gas detection shall be considered as part of the heater package.
5. Vendor drawings / documents review and approval.
6. Complete engineering deliverables package with documents and drawings for procurement,
construction, testing and commissioning activities.
7. Update/As-built all drawings and documentation to reflect the present scope of work for all
related control and automation activities as described herein
8. Management and coordination of tie-in points interfaces
9. Complete engineering deliverables package with documents and drawings for procurement,
construction, testing and commissioning activities.
10. As-built drawings and final handover.
11. FAT and iFAT for ICSS and telecom system.
12. SAT/SIT
13. Pre-commissioning, Commissioning and handover
14. Systems performance test during Guarantee RUN.

4.7.3 Telecommunication
OGC’s Gas Transportation Facilities are continuously monitored (24x7) from the pipeline SCADA
system located in Muscat Control Center. Existing SCADA system is “Wonderware” 2014 R2
version. Shafa GSS are connected to MCC via FO link. This same link shall be utilized to transfer
signals from both locations. All modification work required at MCC in terms of signal configuration,
Graphic display, licenses, etc. shall form part of this project scope.

4.7.4 CCTV Cameras


The new CCTV cameras shall be installed in Shafa facility to continuously monitor Emergency
situation, field equipment’s and Instrumentation. CCTV monitoring and controls (Camera Pan, Tilt
and Zoom Facility included) shall be provided at remote Muscat Control center.
Through CCTV, operator shall be able to view in detail (High Resolution) all the equipment’s within
the facilities. Contractor shall provide all necessary hardware and software allow high
compression color video image transmitting to remote workstations at Muscat MCC including
network 5 terabytes storage serves at MCC capable of connecting up to 20 IP cameras
simultaneous without degrading the images quality. The network storage serves shall allow
individual camera images searching and downloading to DVD or portable hard disk devices.
Cameras shall be fitted with a pan/tilt mechanism, zoom / focus lens, wash/wipe facility, sunshield,
camera mounting accessories, cables, software, anti-condensation heaters and any other
hardware or software for fully function CCTV cameras with remote display facility.
Number and location of cameras shall be finalized during detail engineering. The scope of work
for the Main telecom Vendor for Shafa GSS is described in MTV Specification SHF-5-1001-002-
S6-4-0. CCTV system shall be integrated with existing Telecom system.

C- 4 - Scope of Work Page 55 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

4.7.5 RFI & EMI Noise Immunity

The instruments furnished shall be immune to disturbances caused by Radio Frequency


Interference (RFI) and Electro Magnetic Interference (EMI) within the limits of current international
standards, i.e. EC directive 89/336/EEC. The manufacturer shall provide data reflecting the
susceptibility of the equipment to radio and commercial power frequency interference within the
operating range of the instrument. The manufacturer is to specify any precautions or restrictions
on use of RF communicators with covers off, as may occur during maintenance. The methods
and recommendations of IEC-801, Parts 1 to 4, shall be followed where applicable.

4.7.6 Deliverables
Control and Automation Engineering Deliverables shall be provided by the Contractor in
accordance with Contract documents and standard SP-1206. Native files of the available master
drawings shall be provided to the successful contractor and it is the contractor’s responsibility to
verify and update the drawings till As-Built stage before final handover. In case of non-availability
of Master Drawing for update, same shall be prepared for project specific scope of work.
The key documents/ drawings; in addition to other mentioned in other section of this Contract, but
not limited to:

1. Updated Project Specifications:


i. PLC based control system
ii. Fire and Gas System
iii. CCTV System
iv. Instrumentation Bulk Materials
v. Marshalling Cabinets
vi. System Cables
vii. Instrument Installation Design
viii. Instrumentation furnished with package units
2. Instrument Index
3. Instrument MTO
4. I/O List
5. Instrument Wiring Connection List
i. Instrument, FOC, Serial Cable, Hardwire Wiring Connection List
ii. Junction Box Schedule
iii. Instrument Cable/Drum Schedule
6. Telecom/CCTV Equipment List
7. Telecom/CCTV Cable List
8. Instrument Data Sheets

C- 4 - Scope of Work Page 56 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

9. Instrument Logic Diagram


10. Cause and Effect Diagram
11. Instrument Loop Diagram
13. Alarm and Trip Setting List
14. Instrument Installation Details:
i. Instrument Standard Drawing- Typical arrangement of fire detection
ii. Instrument Standard Drawing- Instrument Name plates
iii. Instrument Hook-up and Installation Drawings
15. Telecom Installation Details:
i. Telecom Standard Drawing/Installation Details-Notes and Symbols
ii. Telecom Standard Drawing/Installation Details-Tag Numbering
iii. Telecom Standard Drawing/Installation Details-Telecom Cable Types.
iv. Telecom Standard Drawing/Installation Details-Cable Type Codes.
v. Telecom Standard Drawing/Installation Details-Name Plate and Label Details
vi. Telecom Standard Drawing/Installation Details-CCTV Camera Typical Support
Structure
vii. Telecom Standard Drawing/Installation Details-CCTV Camera Local Panel Supports
viii. Telecom Standard Drawing/Installation Details-Cabinet Mounted Over Raised Floor
16. Typical Installation Details Junction Boxes and Cable Trays
17. Trench Section Details for Instrument/Telecom/FO Cables
18. Duct Bank (Road Crossing) Section Details for Instrument/Telecom/FO Cables
19. Overall System Block Diagram
20. Cable Block System Diagram
• PLC system
• CCTV
• TELECOM/LAN/SCADA
21. Layout Plan of Instrument Equipment
• Control Room
22. Plot plan of field instruments
23. Instrument Layout Drawings
• Symbols and Legend for Layout Drawings
• Key Plan for Instrument Layout Drawing
24. Instrument Power Supply and Grounding Drawings
• Instrument Power Supply Diagram
• Instrument Grounding Diagram

C- 4 - Scope of Work Page 57 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

25. Plot Plan of Fire and Gas Detector


• Plot plan of Fire and Gas Detector (Field)
• Plot plan of Fire and Gas Detector (Control + Aux Room + Battery room)
26. Calculation Notes:
• Heat Dissipation calculation
27. Material Requisitions:
• PLC base system
• CCTV System
• Telecom System
• Instrument/FOC Cables
• Instrument Perforated Tray
28. Technical Bid Evaluations:
• PLC base system
• CCTV System
• Telecom System
• Instrument/FOC Cables
• Instrument Perforated Tray
• F&G Detectors
29. Vendor Drawings and Documents Approval

4.7.7 Documentations
The following documents shall either be produced or As Built from the existing Shafa GSS
instrument and control system related existing drawings and documents.

i. Specification for ICSS System


ii. Specification for CCTV System
iii. ICSS System Block Diagram.
iv. CCTV System Block Diagram.
v. Instrument I/O list, SCADA I/O list
vi. MTO for Instrumentation Items.
vii. Control room / Auxiliary room equipment layout including system cabinet and furniture.
viii. Specification for all field instrumentation
ix. Specification for field junction boxes
x. Specification for instrument cables
xi. Control and Safeguarding narratives

C- 4 - Scope of Work Page 58 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

xii. Cable installation related drawings etc., all as applicable.


xiii. Commissioning and Changeover procedure (considering no process shutdown)
xiv. All the relevant Demolition drawings.
xv. Material Records Book (MRB)
xvi. System operation and maintenance manual

4.7.8 Key Deliverables Required for Approval


The key documents/drawings shall require Company’s formal approval including but not limited
to:
a) Technical Specification & Requisition for Field instruments (Transmitters & Gauges as per
PEFS).
b) Instrument Index.
c) Instrument I/O list for DCS, IPS, and RTU.
d) Cause & Effect Diagrams.
e) Alarm & Trip settings.
f) Instrument Loop Diagrams for DCS, IPS and RTU.
g) Instrument Logic Diagrams for DCS, IPS and RTU.
h) Instrument cable Termination details for JB, Marshalling and Panels.
i) Instrument cable and piping installation details.
j) Electrical and Pneumatic Hook ups.
k) Instrument Cable block diagram.
l) Instrument Cable Schedule.
m) Instrument Cable Tray / Trench layout.
n) Instrument location layout.
o) Instrument Nameplates drawings.
p) System Block diagrams.
q) Control room and Auxiliary room layouts.
r) Instrument Bulk MTO.
s) Technical Bid Evaluation for all instrument items.
t) Vendor drawings / documents.
u) Control and Safeguarding Narrative.
v) IPF Classification and Closeout reports.
w) Scope of work for DCS, IPS, & RTU modification.
x) Scope of work for MCC SCADA system modification

4.8 Electrical Engineering

C- 4 - Scope of Work Page 59 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

The Contractor shall verify the FEED and detail the electrical design for Shafa GSS Scope of work
based on the FEED Documentation and associated specifications. Detailed electrical scope of
work for Supply of Gas to Shafa shall comprise complete design, engineering, procurement,
fabrication, supply, installation, testing and commissioning.

Scope of work shall include but not limited to:

1) Design, supply, installation, testing and commissioning new 415V LV switchboard. 415V
LV switchboard shall be indoor, draw out type, floor mounting and form 4C type of
construction. All the necessary alarms, indication, measurement, graphics and signals
shall be transferred to local DCS and MCC.
2) Design, supply, installation, testing and commissioning new AC UPS power (Minimum 8
KVA, 240VAC Unit, 2x100% static UPS’s units, with distribution boards working individual
as per DEP 33655031) to feed the instrument loads of the proposed GSS at Shafa facility.
The UPS shall have 2x100% rated nickel Cadmium type batteries for 8 hour autonomy
period, dual redundant control circuits, 2x100% redundant chargers and RS 485
communication facilities shall be transferred to local DCS and MCC. All the signals &
alarms shall be as per relevant standards – DEPs / company specifications / IECs, etc.
The UPS distribution board shall have 20% spare feeders for future. UPS output shall be
suitable for solidly neutral earth system.
3) Design, supply, installation, testing and commissioning new gas fired water bath heater
control panel. It shall be 4 stage, each stage 20 KW.
4) Design, supply, installation, testing and commissioning of new Air conditioning DB with
all accessories. It shall be indoor, floor/wall mounting and form 2B type of construction.
DB shall have 2 incomers fed from bus A & B of 415 V switchgear. Incoming feeders shall
be with MCCB’s + ELCB (two incomers with mechanical interlock). A/C incoming &
outgoing feeder shall have facility to trip from fire alarm panel. Air condition units shall
switch on automatically after resetting of fire alarm system as well as upon
resumption/resuming of power supply.
5) Design, supply, installation, testing and commissioning of new lighting & small power DB
with all accessories. It shall be indoor, fixed type, wall mounting and form 2B type of
construction. DB shall have 2 incomers fed from bus A & B of 415 V switchgear. Incoming
feeders shall be provided with MCCB’s (two incomers with mechanical interlock). All
power/convenience socket outlet feeders shall have earth leakage protection.
6) Design, supply, installation, testing and commissioning of new outdoor lighting DB. It shall
be indoor, fixed type, wall mounting and form 2B type of construction with photocell.
Incoming feeder shall be provided with MCCB’s with ELCB.
7) Design, supply, installation, testing and commissioning of new emergency lighting DB. It
shall be indoor, fixed type, wall mounting and form 2B type of construction. Incoming
feeder shall be provided with MCB. Two incomers with interlock and isolating transformer
as common at bus. Incoming supply shall be fed from 240 V AC UPS DB’s.

C- 4 - Scope of Work Page 60 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

8) Design, supply, installation, testing and commissioning of A/C split units install in existing
& new control building.
9) Design, supply, installation, testing and commissioning of all low voltage power and
control cables. All existing power and control cables shall be replaced with new cables as
required for this project.
10) The contractor shall be check the adequacy of existing up stream 225A MCCB, if required
to change shall be changed to higher rating, if not required to change it, only replace the
existing cables which are connected between bus bar to 225A MCCB by higher size.
11) Demolition of existing 415V LV switchboard, existing 24V DC UPS, existing lighting
services DB, Window air conditions, heater and all associated cables and batteries.
12) Packing and transport the existing 415V LV switchboard, existing 24V DC UPS, batteries,
existing lighting services DB, window air conditions, heater and all cables; but not limited
to this list to OGC Fahud stores.
13) Existing and New heater graphics shall be upgraded on the existing DCS / MCC.
14) All equipment provided in this project shall be earthed. The existing earth grid of the
station shall be extended with interconnected earth electrodes, new earth pits shall be
provided for the instrument clean and safety earth. Minimum 15 mtrs. Deep copper
electrodes shall be considered.
15) Any other work not mentioned above but required for the satisfactory completion of the
work as per standard engineering practice shall be part of Contractor scope of work.
16) Lightning protection shall be provided as per IEC 62305/ DEP 33.64.10.10-Gen.
17) Requisitions for all electrical long lead equipment’s / materials.

4.8.1 CALCULATIONS
The Contractor shall prepare all calculations required for the Engineering, Procurement and
Construction of the Work and shall incorporate the results of such calculations in the Design.
Such calculations shall not be limited to:

• Electrical load list and UPS load list.

• 240V AC UPS sizing.

• Earthing calculation.

• Lightning protection.

• Cable sizing.

• Air conditioning sizing calculation for building.

• Protection setting calculation.

C- 4 - Scope of Work Page 61 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

The Contractor shall use design methods, procedures and formulae in accordance with good
engineering practice and industry norms. The Contractor shall provide sources, references or
bases for all calculations.
The Contractor shall produce a Design Data Book containing all design calculations and computer
print outs. The Contractor shall submit the Design Data Book to the Company within 30 days of
completion of Detailed Design phase of work.
Following Detailed Design, the Contractor shall amend the Design Data Book; clearly marking all
revisions, with the additional calculations carried out during the reminder of the Contract and
submits the amended Design Data Book to the Company as a part of the ‘As Built’ documentation.

4.9 Pipeline Engineering

4.9.1 Introduction for Pipeline Scope


The existing 6” CS Shafa spur line was installed and commissioned on 1985 and currently the
spur line is facing integrity issues. Hence it is recommended to replace the 6” spur line along with
launcher and receiver systems.

4.9.2 Generic Scope of Work for the Contractor


Contractor shall carry out and shall also be responsible for the complete detail design /
engineering, project management, detailed pipeline route survey, supply / procurement,
manufacturing, inspection, shipping, storage, erection, installation, construction, mechanical
completion, shop & field testing (including vendor’s shops; FAT, and at site; SAT) , pre-
commissioning, preservation, commissioning, start-up, guarantee run and successful handing
over of the Facility with the ultimate goal of providing a complete, safe, reliable, operable,
maintainable and efficient pipeline system.
Contractor’s scope of work consists of all items, whether of a permanent or temporary nature,
necessary and/or required for the realization of the Project so far as the necessity thereof is
specified in, or is to be inferred from the Contract, including, but not limited to:
i. Installation of a new 6” Spurline from Pig launcher (A-5260) at Shafa Zero point Station
to Pig receiver (A-5261) at Shafa PRT covering a distance of approx. 4.4 Km long along
with the launcher and receiver.
ii. Installation of FOC along the 6” Pipeline if required.
iii. Design & Engineering for the complete pipeline system including facilities at all stations
and along the pipeline route.
iv. Procurement & Supply of All Items.
v. Detailed Pipeline Route Survey including stacking, Topography and Geotechnical soil
investigation.
vi. QRA of Pipeline and its associated facilities.
vii. Environmental Impact assessment and obtaining the Environment permit prior to
execution of the Project.
viii. Clearing and grading of the right of way including construction of access maintenance
and inspection roads.
ix. Trenching and excavation

C- 4 - Scope of Work Page 62 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

x. Pipeline laying (lowering-in).


xi. Line pipe stringing including provision of marshalling yards for temporary storage of
materials.
xii. Field bending including installation of bends and, survey for bends from the qualified
personnel.
xiii. Field joint coating and painting including shrink sleeve installation.
xiv. Impressed current cathodic protection for the entire buried pipeline with corrosion
monitoring pits. Temporary cathodic protection if any.
xv. Entire works at station facilities including installation of pig scrapers, Insulating Joints,
Barred Tee, Bends, all valves, other equipment, etc.
xvi. Installation of crossings for Pipeline such as roads/ highways, utilities, underground
pipelines, underground cables, overhead power line, wadi crossings etc.
xvii. Perform all welding, coating, NDE/NDT, welding repair. Welder, insulators, personnel
qualification.
xviii. Repair of line pipe coating, where necessary.
xix. Perform QA/QC
xx. All works related to pre-testing, cleaning, flushing, gauging, hydrostatic testing,
dewatering, swabbing, drying (with soak test as applicable), nitrogen purging, and tie-in
with terminal piping, as applicable.
xxi. Pre-commissioning and Commissioning of the pipeline and associated facilities.
xxii. Carrying out Magnetic Cleaning, Caliper Pigging & Baseline/Intelligent Pigging of the
pipeline.
xxiii. Carryout DCVG and CIPS survey for pipeline ICCP system.
xxiv. Idle time preservation of pipeline & associated facilities
xxv. Protection against weather and sand during material transportation, storage and
construction until final reconciliation.
xxvi. Existing facility demolished for proposed pipeline installation shall be reinstated.
xxvii. PTW and other third party permits and NOC.

4.9.3 Pipeline Project Description for New 6” Spur line installation from Shafa zero point
launcher station to Shafa PRT.

New 6” Spurline from Pig launcher (A-5260) to Pig receiver (A-5261) shall be installed
under this project scope along with necessary tie-in. This new Spur line will be laid
adjacent to the existing 6” shafa gas spurline. The 6”x 4.4 Km (approx.) proposed Spurline
shall be provided with a new Pig Launcher and a Pig Receiver.

To facilitate the pigging operation, Non-Intrusive pig signalers shall be provided both at
the pig launcher and receiver ends and at the inlet and outlet of each of the BVS Stations.

The Pipeline shall be protected with cathodic protection systems (Impressed Current)
along with appropriate external coatings for corrosion. During normal operation, corrosion
monitoring will be done by utilizing corrosion coupons provided in a corrosion monitoring
pit/at the upstream/downstream above ground piping portion. The pipeline shall also be

C- 4 - Scope of Work Page 63 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

protected at all road crossings and wadi crossings as per the Owner/PDO Standard
specifications and attached drawings.

Pipeline shall be class 1 pipelines and buried.

4.9.4 General System Description


An overall route of the existing Shafa 6” CS buried Spurline with associated facilities is
presented in the below topographic image:

Exist. Spurline launcher location

Shafa existing 6”
CS buried Spurline

Shafa PRT
(Exist. Spurline receiver location)

C- 4 - Scope of Work Page 64 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Proposed spur line shall be installed adjacent to this existing pipeline retaining a minimum
clearance of 5 meters on access road side in off-plot area and 5 meters adjacent to
existing pipeline on the other side of access road at station approach there by utilizing the
existing pipeline access road and corridor. Rock blasting requirement if any along the
proposed pipeline route shall be further assessed and agreed with Company integrity team
during detail design due to the existing pipeline integrity issue.

4.9.5 Pipeline Design


The Scope of work includes the design, engineering, supply, fabrication, testing,
installation, construction and pre-commissioning & commissioning of various equipment’s,
skids, systems, pipeline, Launcher and receiver stations and associated piping as
necessary for completion of the scope. The Scope of work shall be executed in full
compliance with the Technical Specifications detailed here, Company specifications,
drawings & documents enclosed and international standards. It shall be Contractor’s
responsibility to include all necessary engineering design and planning activities
necessary to execute the Pipeline Engineering Work.

Decommissioning, demolition requirement of existing pipeline and associated facilities


shall be studied by the Contractor through an experienced engineering Contractor and
recommendation report shall be submitted for Company review. Pipeline design shall be
as per ASME B31.8 and SP-1211 in line with Company Pipeline Code of Practice GME-
IM-L2-222.
The Contractor design team shall be involved throughout the entire execution of the
project starting from detail design up to the commissioning and handover of the project.
The engineering team of Contractor shall visit the site several times as required and as
per Company’s request to support the Construction team and solve any engineering
issues which may appear during the construction stage.

The Contractor shall perform the entire Scope of Work, which includes Detailed Design,
Procurement, Fabrication, Inspection & Testing, Packing for shipment, transit insurance,
delivery to site, unloading at site, storage at site, complete Erection and Installation,
Cathodic Protection, Painting, Site testing, Pre-commissioning and Commissioning,
Performance Test, Training of Company staff and handover of the project in full
compliance with the Contract documents.
The work shall include but not be limited to:
• Preparation of all Engineering and Design documents including calculations, specifications,
requisitions, reports, analysis to carry out the work in accordance with Company FEED
documents and project requirements.
• Preparation of all Engineering drawings including construction drawings, demolition drawings,
hydro test drawings, typical drawings, isometrics, sketches, alignment sheets, route maps,
key maps, station approach, marker details, Tie-in schedule etc.

C- 4 - Scope of Work Page 65 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

• Constructability Review (Contractor to arrange a work shop to discuss the pipeline


constructability, with approved facilitator who has suitable enormous experience in
management and pipeline construction). The review shall be conducted in a 4 star hotel for
about 15 persons with arrangement of snacks & lunch.
• Detailed pipeline topography & route survey.
• Geotechnical survey.
• Environmental Impact assessment and obtaining the Environment permit prior to execution of
the Project.
• Pipeline system engineering, construction, caliper survey, pre commissioning, commissioning
and baseline survey.
• Design and supply of Pig launcher and Receiver along with end closure.
• Design, supply and TPI certification of necessary equipment’s.
• Design and install Temporary CP system during the construction period till permanent CP
system gets commissioned. The type of temporary CP arrangement shall be approved by the
Company prior to installation.
• Design and install new CP control and monitoring system.
• Procurement and Supply of all pipeline fittings, valves, flanges, pig signallers, barred tees,
pipeline isolating joints, pipes, line pipes and all other items as per project requirement.
• All consumables required during construction, pre-commissioning and commissioning stage.
• All necessary materials & manpower supply, construction, inspection and testing activities.
• All civil and structural works including foundations and structural steelwork for equipment’s,
sunshades, pipe supports, walkovers, structures, marker poles/warning boards etc. The
scope shall also include design, supply and installation of fencing to meet the ROP
requirement for all on-plot locations.
• Contractor shall ensure maintenance and operations related requirements and considerations
are fully addressed for all equipment’s. The Contractor shall engineer all facilities such that all
equipment’s and accessories are accessible for operations and maintenance.
• Detailed design, Construction / installation of all crossings such as wadi, track, falaj, sand
dunes, Marshy area, Subkha, cable, OHL, pipeline/flowline & road crossing (including
highway) etc. The crossing details provided in tender alignment drawings are for reference
only. Contractor shall install/ construct crossings based on site verification after written
agreement with Company. It is the responsibility of contractor to adopt the required method
for road crossing such as open cut/HDD/Auger boring/Micro tunneling as applicable.
Contractor to note that no variation is acceptable on this requirement after award.
• Contractor shall insure the integrity of the pipeline while doing the detail design for the
crossings (wadi’s, roads, and etc.).
• Fabrication, Welding, Inspection and NDT.
• Painting and coating of pipeline, piping and facilities.

C- 4 - Scope of Work Page 66 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

• Hydro testing including supplying and disposal of water with all the associated activities. No
hydro testing shall start without the written approval of hydro testing procedure by Company.
The time of hydrotest water presence in the pipeline shall be clearly documented, controlled
and approved by Company. Hydrotest shall start within one month after introducing the
hydrotest fluid in the pipeline and hydrotest fluid shall be evacuated out of the system and
dried within one month after completion of the hydrotest. The quality of the hydrotest
water/fluid shall be reviewed and approved by the Company. Contractor scope includes all
permits required for sourcing and disposal of hydrotested water.
• Pre-commissioning and commissioning of the pipeline and associated facilities.
• Development of integrity management plans/programs.
• All calculations as per the project requirements.
• All materials shall be supplied and utilized as per Company approved vendors list.
• ROW construction requirement shall be as per SP-1211 and SP-1208.
The Contractor shall ensure that all Materials of all wetted process components (i.e. piping,
pipeline, valves, facilities etc.) shall be designed and suitable for “sour” service in accordance with
SP-2041 and NACE MR-01-75/ ISO 15156.

HIC & SSC tests are mandatory in compliance with the requirements of ISO 15156 & SP 2041.
Contractor shall submit all material/ test certificates/ details prior to any work for Company review
and approval. Any non-approved material shall not be used for the project. Company shall have
the right to inspect the materials if required.

Care shall be taken in the selection and installation of materials and components to minimize the
effects of dissimilar metal corrosion. All pipeline fittings, nuts, bolts and gasket etc. shall be
compatible and match with the pipe material and grade. Insulating kits shall be used in case of
connecting dissimilar materials/metals.
Short buried sections of above ground pipeline/ piping and all underground metallic pipes
including GI pipes (e.g. road crossings, sections likely to be covered by blown sand etc.), shall be
externally protected by using Anti-Corrosion PVC wrapping ( For external corrosion protection)
such as ‘STOPAQ’ wrap tape or company approved equivalent.

Neoprene or any non-metallic sheet shall be provided between the piping and the supports as per
Good Industry Practice.

All isolation ball valves of 4” and higher size shall be provided with sealant injection/ greasing,
cavity and drain points for seat and stem along with necessary fittings and valves. Sealant lines
shall have provisions for sealant injection under full line pressure. Sealant injection line shall have
two valves i.e. one ball valve & one check valve (NRV).

The valve size 12” and higher shall be provided with cavity vent and drain piping with isolation
flanged ball valve with blind flange. The vent and drain connection piping shall be fully welded

C- 4 - Scope of Work Page 67 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

into the body, treading fittings shall not be allowed. The drain piping shall be sloped toward the
isolation valve to prevent liquid accumulation within the drain piping.

All above ground valves shall be flanged type and all buried valves shall be welded type with pup
pieces at both side.

Contractor shall submit to the Company for review the technical bid evaluation reports before
placing the purchase order. The Company personnel shall attend in all the procurement Kick Off
meeting. Existing 6” CS buried spur line and associated pig trap facilities having integrity issues
shall be demolished only after successful commissioning and startup of new 6” CS buried
spurline/pig trap system and decommissioning of the existing 6” CS buried pipeline system and
free it from gas.

Pipeline location class shall be evaluated with respect to the latest developments complying
ASME B31.8 code requirement and accordingly the design factor shall be finalized by the
Contractor during detail design. Wall thickness shall be assessed based on this requirement and
all engineering deliverables shall be updated to reflect the same. Irrespective of detail design
calculations, a minimum of 5.6mm pipeline wall thickness (as per GME-IM-L2-222-R0) shall be
considered with no negative tolerance on this value during line pipe manufacturing. In case
Pipeline wall thickness is derived to be higher than 5.6mm as per detail design calculation,
Contractor shall make all necessary changes/procurement accordingly with no extra cost impact
to the Company. Pipeline shall be designed with a minimum corrosion allowance of 1mm.

ROW working strip details shall be clearly identified in the typical construction drawings with
project specific information. Contractor to start the pipeline route designing activities after
collecting as-built information’s along the proposed pipeline route. Pipeline size to be reconfirmed
after process hydraulic study during DD. Elastic bending if used for direction change shall be
design validated in line with ASME B31.8 and SP-1211 requirements and shall pass in stress
analysis. Elastic bending exposure during stringing/lowering and road crossing by HDD/micro-
tunneling/Auger boring shall be evaluated in compliance to minimum requirements as per
Company code of practice GME-IM-L2-222-R0 and relevant code/standards. Typical construction
drawing shall consist of custom made working strip drawings suitable according to the project
requirements.

4.9.6 Route of the Pipeline


As part of the FEED, the Company has evaluated the proposed preliminary route of the 6” CS
buried spurline. This spurline from Shafa zero point to Shafa PRT (approximately 4.4 km long) is
proposed to be routed adjacent to the existing 6” existing CS spurline (planned to be replaced by
this new spurline) in the same corridor.

The area shall be graded and leveled to the satisfaction of Owner in line with SP-1211 and SP-
1208 requirements. Grading and leveling of the working strip shall be carried out prior to trenching
operation. In hilly, mountainous and wadi areas the grading and leveling of the area shall be

C- 4 - Scope of Work Page 68 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

carried out for at least 10 meters distance on either side of the pipeline. These details shall be
updated in the alignment sheets. However the Contractor may review the route and finalize the
most economical route option. Existing barriers & markers if any shall be reinstated & relocated
suitably.

The inspection road shall be continuous and adjacent along the pipeline route. The inspection
road shall be constructed in such a way that no steep slopes are present and better visibility is
maintained for the drivers heading each other with the provision of dividers and warning
boards/signs/lights etc. Spur line routing along steep sloping location shall be secured and
stabilized as per SP-1208 requirements. ROW shall be constructed as per SP-1211 and SP-1208
requirement. Prevalent wind direction shall be studied and incorporated in the necessary drawings
during detail design. Contractor shall consider the pipeline actual length from the route map
drawing attached in the C6 with necessary inclusion of all contingency.

4.9.7 Land Acquisition and Third Party Permits:


ROW shall be constructed as per SP-1211 and SP-1208 requirement. If any additional land
acquisition requirement for ROW is envisaged, the same shall be in the scope of Contractor with
support from Company. Contractor to plan these requirement accordingly to obtain NOC from the
concerned Owners/Party well in advance without affecting the project schedule. Similarly
permits/PTW approval for pipeline construction from the third party authorities having interface
with the proposed pipeline route shall be the sole responsibility of the Contractor. Permits and
NOC are two different entities and shall not be considered same.
No variation is acceptable in this regard.

4.9.8 Pipeline Route Survey


Company has not carried out any Pipeline topographical route survey. The Contractor shall
prepare scope of work for executing survey which shall be in accordance to the requirements and
guidelines stipulated in PDO’s Technical specification for Site Surveys, SP-1208 and SP-1211.
Contractor to use the C6 attachment SOW for pipeline route survey and add it as an appendix to
the Contractor generated SOW for Topographic pipeline route reconnaissance survey. All
requirements shall there by captured in the above Contractor survey document irrespective of the
content of the C6 attachment SOW for pipeline route survey.
The Contractor shall be responsible for carrying out detailed pipeline route survey for the
proposed pipeline route and preparing all information required for the completion of Work. The
preliminary overall route map drawings of the proposed 6” Spurline is attached with the tender
document for reference only. All the survey data & reports shall be verified by the Contactor &
approved by the Company during detailed design.

Contractor shall submit for Company approval details of each and any proposed re-route for the
Pipeline. All work associated with identifying, managing and implementing such re-routing shall
be deemed to be included in the Scope of Work.
Final detailed pipeline route survey scope of work shall be prepared by the Contractor & approved
by the Owner.

C- 4 - Scope of Work Page 69 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Contractor shall generate new pipeline alignment drawings for the entire surveyed pipeline route
indicating all the information as per FEED requirements in Owner’s standard editable format in
AutoCAD compatible version. The required information shall be shown in the alignment sheet
drawings with terrain and wadi crossing detail information as a minimum. Survey covered for the
50 meters ROW shall include contour mapping in a separate layer for 100 meters with 50 meters
on both sides from the pipeline Centre line covering details of all the existing/planned facilities
within this 100 meters.
Contractor shall conduct a field survey, place offset stakes for Construction reference, establish
and maintain benchmarks and any other activity required for the Works.

4.9.9 Pipeline Alignment Drawings


The pipeline alignment drawings provided in the tender documents are for reference only.
Contractor shall prepare Route Alignment Drawings and they shall as a minimum depict the
following, and shall engineer all applicable details including but not limited to the following:
i. Pipeline details such as wall thickness, material & grade, diameter and coating (external &
internal).
ii. Indication of the location of the start and the end of the pipeline.
iii. Indication of the locations of the roads, other pipelines, cables, overhead power line
crossings, adjoining plants, subsurface utilities and other relevant details.
iv. Indication of the locations of Pearson survey points and CP test points.
v. Indication of all Permanent markers, access barriers, windrow crossings, third party
Pipeline and Cable crossings, tie-ins (if present) etc.
vi. Location classification
vii. Location of pig trap stations
viii. Location of CP stations
ix. Location and classification of wadis and flood plains
x. Location of Falaj
xi. Location of subka/Marshy area if any
xii. Location of existing and future facility crossings
xiii. Windrow crossing points
xiv. Depth of rock and rock profile along the ditch from the grade surface
xv. Special construction areas
xvi. Location of Sand Dunes
xvii. Location of steep sloping areas
xviii. Location of jebels
xix. Location of cold field bends, hot induction bends, elastic bends etc.
xx. Location of CMA fittings if any along the pipeline route.
xxi. Fibre Optic Cable Joints
xxii. Minimum Cover

C- 4 - Scope of Work Page 70 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Contractor shall check and verify that coordinates of civil, piping, plot plan, isometrics and layout
drawings are consistent before any construction work. The Wadi crosses & other major road &
highway crossing drawings shall also be indicated in the separate crossing drawing.

4.9.10 Off-Plot Layout and Approach Drawings


Pipeline station approach drawings shall indicate the centreline of the Pipeline approaching the
station. The Contractor shall produce station approach drawings for start and end of stations.

Pipeline station approach drawings (scale 1:500 or to better scale) shall show the centreline of
the Pipeline approaching the station and shall show the actual location of the surveyed route
marker posts, location for change in the wall thickness of the Pipeline, the bend type and details,
Pipeline route within the station including presence of any existing facility along the route and
diversion / approach of the Pipeline inspection road.

4.9.11 Block valve stations (BVS)


There is no block valve station envisaged for this spur line since the proposed pipeline length is
approximately 4.4 Km.

4.9.12 Crossings
The Contractor shall Engineer and locate all crossings including tarmac and graded road
crossings, existing facilities crossings (cable, pipeline etc.), wadi crossings, falaj crossings, sand
dune crossings, rain/storm water drainage channel crossing, subka crossing, marshy area
crossing and overhead line crossings etc.

All permits and authorizations required for carrying out construction and design of the crossings
shall be part of the Scope of work. Any additional requirements requested by the authorities for
crossing their facilities shall not form basis for the Variation to the Contract.

The road crossings shall be designed as per SP-1211, SP-1208, API RP 1102 and Company
standard drawings for the worst possible design case and worst loading condition shall be
followed for Construction. The method of Construction for such crossings shall be approved by
the Company and the local authorities. Actual crossing angles shall be evaluated while performing
road crossing check calculation to confirm API-1102 code and SP-1211 compliance.

The Contractor shall locate, classify and engineer all the wadi crossings coming along the route
of the pipeline as per SP-1211, SP-1208 and Company standard drawings & documents and shall
incorporate the details in the wadi crossing report. Pipeline with a Design Factor of 0.6 shall be
used for all Wadi Type C and most of Type B crossings.

However ASME B31.8 pipeline location class 3 and 4 shall govern over this requirement since it
is more stringent if applicable. Contractor to take care the proposed pipeline ASME B31.8 location
class and wadi type requirements during bidding and detail engineering with proper selection of
wall thickness.

C- 4 - Scope of Work Page 71 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

The wadi crossing type identified in the existing pipeline alignment drawings shall be considered
as guidance & reference only. Actual number of wadi crossings and type shall be identified by the
Contractor. The minimum soil cover shall be 1.5 meters for Type A, 2 meters for Type B and C.
The minimum soil cover shall be from the Wadi bed to the top of pipe.

The survey report shall outline the basis of wadi classification along the route, anti-buoyancy
measures, concrete coating thickness calculation or any measures required to be taken to avoid
exposure of the Pipeline during heavy wadi currents. Contractor to note that concrete coating
shall be carried out at a Company approved sub-contractor’s work and not by Contractor at site
or at Contractors facility.

The preliminary overall route map drawing provided is for information only. Contractor shall
prepare a wadi crossing report including the basis and details of the wadi classification and shall
be approved by the Owner prior to implementation and any change in the wadi classifications is
deemed to be included in the Contract Price. Stringing and welding of the sections within the wadi
sections shall require prior Owner approval.

All measures required in order to avoid buoyancy of the Pipeline in the event of rains, flowing
wadi’s and other eventualities shall be undertaken by the Contractor and shall be approved by
the Company as part of the buoyancy report.

The Gabions mesh scope for crossing wadis or any purpose shall be galvanized and PVC coated
wire mesh. Gabion size shall be in line with SP-1208.

The Contractor shall submit the proposed classification of wadis & its design for each type of wadi
crossing to the Company for approval prior to implementation.
The Contractor shall take all suitable precautions during design and engineering to take care of
the meteorological conditions during the execution of the project. The wadi and flood plains design
shall be suitable for the worst meteorological design conditions existing in past 20 years.

As part of Detail Design, Contractor shall perform special studies on wadi classifications and
develop the wadi classification report by the specialist hydrologists / specialist third party
agencies. While classifying the wadis along the proposed routes, required inputs about the rainfall
events in the past around those areas shall be availed from the concerned authorities /
meteorological departments in Oman.

Accordingly, the level of protection shall be designed in accordance with the guidelines specified
in construction specification SP-1208 and Company standard drawings & documents.

The Roads and drain Channels if any shall be designed and engineered by specialist Contractor,
and prior to any Channel Crossings construction, Contractor shall obtain Owner’s Approval.
Whatever required in the Engineering standard and Good Industry Practice to complete this task.
Any additional requirements requested from any other authorities for crossing the existing

C- 4 - Scope of Work Page 72 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

channels shall not form basis for the Variation (cost and schedule) to the Owner/Company.
Contractor shall approach the authority during detail design and get all required information to
have proper protection for the pipeline. The Contractor shall maintain a minimum clearance of 2
meters from the top of pipeline and the bottom of the drain channel.

The Contractor shall protect the windrows by providing stone pitching at all livestock openings
and all ends, road crossings and any openings made for the flow of water streams to avoid the
accumulation of water at low points.

Any other facility crossing including existing pipeline/ flowlines crossings, buried cable crossings
and overhead line crossings shall be designed and engineered by the Contractor as per the
Company specifications. The Contractor shall maintain a minimum clearance of 750 mm from the
existing buried facilities (like underground pipelines, cables etc.) to the top of the pipeline at all
crossings which will depend on the owner of the facilities. However buried power cable safe buffer
distance shall be assessed from case to case basis with proper CP mitigation study. The
Contractor shall protect the existing pipelines/utilities by providing concrete slabs or culverts (with
sufficient thickness) or other protection crossing the existing facilities which will depend on the
owner of the facilities. Necessary engineering shall be carried out and approval shall be obtained
before implementation. This shall not be deemed as any variation to Contract. All necessary
permits and regulations requirements shall be duly complied by the Contractor in the design and
execution of such crossings without extra cost to Company.

Contractor shall ensure detection of any existing facilities prior to excavation of trench to avoid
any damage to the existing facilities. Any damage to the existing facilities and necessary
rectification/ repair shall be undertaken by the Contractor immediately at the contractor’s expense/
cost to the satisfaction of the authorities and Company.
All necessary liaison shall be the sole responsibility of Contractor for obtaining third party
permit/approval. All these approval activities shall not compromise agreed project progress and
schedule.
Contractor shall provide Crossover Bridge/ concrete slab at falaj crossings.
Working close to the live pipelines shall be done in accordance with GU-501. The Contractor shall
Engineer and locate all pipeline crossings including:
• The pipeline inspection roads
• Pig trap access roads
• All other temporary and permanent roads and tracks required for the Works
• Crossings of existing pipelines & flowlines (above/ below ground), any communication
cables, utilities and other services in the desert areas
• Wadi and Flood Plains
• Falaj
• Hills
• Sand Dunes
• Overhead power lines

C- 4 - Scope of Work Page 73 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

The Design and Construction of each crossing shall be based on:


• Expected maximum traffic loading and not less than a load of 60 tonnes.
• Expected traffic density.
• Requirements of regulatory authorities.

However it is the responsibility of the Contractor to obtain maximum vehicle load and axle
configuration, tyre contact area etc. for road crossing calculation from the concerned authority
during detailed design.

The roads and/or other facilities if disturbed shall be handed back to the concerned authorities in
the same condition as it was before the start of Works.
All road crossings (tarmac, graded, highway etc.) shall be provided with slabs or culverts for the
protection of the pipeline. Culverts shall be provided for pipeline at all new expected
highway/expressway crossings. Main existing Tarmac roads (highway, railway) crossings shall
be by Horizontal Boring / HDD method based on authority’s approval. Casings shall not be
allowed. Wherever open cut is not possible the type of crossings shall be subject to local
concerned authority requirement in addition to the Owner standard/ requirements. This shall be a
part of the scope with no additional cost to the Owner. Bund wall crossing at Shafa PRT end shall
be at 1.5m depth minimum from natural grade level. Bund wall shall be reinstated after pipeline
construction. Pipeline bund wall crossing design shall follow road crossing design. Anticipated
external load shall be collected from the concerned authority and evaluated for pipeline design
during detail design stage. Both bund wall and rain/storm water drainage channel crossing shall
be clearly identified in the typical construction detail drawing. Rain/storm water drainage channel
shall be reinstated to its original condition after pipeline crossing installation.

Existing pipeline when exposed during the proposed pipeline crossing/parallel approach
construction shall be secured properly against induced stress movements and necessary external
protection shall be provided against UV radiation until reinstatement is complete. CP test posts
are tentatively located at 1m from the existing pipeline at access road side. This shall in no case
be disconnected during construction. Proper protection shall be provided to all such facilities
during construction by suitable means or by safety barricade.

4.9.13 Calculations and Reports


The Contractor shall carry out and prepare all pipeline related calculations required for the
Engineering, Procurement and Construction of the Work and shall incorporate the results of such
calculations in the Design. Such calculations shall include but not limited to:
• All pipeline calculations i.e. Buoyancy calculations, Buckling and Collapse analysis,
Vertical Stability analysis, pipe bending, hydrostatic test etc.
• Road crossing design calculations as per PR-1522, API RP-1102 and relevant Owner.
• Ultrasonic Testing report.
• Stress/ expansion calculations (for buried, as well as above ground piping).
• Stress calculation for BVS to ensure that BVS piping is not under stress during
depressurization.

C- 4 - Scope of Work Page 74 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

• All design calculations, re-arrangement of pipe, addition of loops, etc., to limit pipe
stresses, and add flexibility and to enable maintenance and interchange ability of valves
and other flanged pipe fittings.
• Pig launcher/ receiver design calculation and report.
• Flow Meter design calculation and report.
• Design and location of anchor blocks as necessary to restrain pipe movement
• Pipe support calculations
• Calculations for the Cathodic protection design and earthing requirements
• Blow down, calculation of flow forces and minimum temperature during flaring/ venting.
• Design and adequate protection for crossing hills
• Hydrostatic testing calculations (including the number of test sections) report
• Calculations related for drying of the pipeline
• Pressure drop and erosion velocity checks on all pipe work
• Foundation design
• Design of special construction areas
• UPS AC/DC and Batteries calculation report
• Earthling system calculation report.

The Contractor shall use design methods, procedures and formulae in accordance with relevant
Codes and standards, International Standards, good engineering practice and industry norms.
The Contractor shall provide/ submit sources, references or bases for all calculations.

4.9.14 Pipeline Items Specifications


The Contractor shall prepare all required specifications, requisitions and procedures for
Procurement, Construction, Testing, Pre-commissioning and Commissioning, Preservation,
Intelligent pigging, Magnetic cleaning & EGP of the Pipeline as per Owner/Company and other
international codes and standards. All such specifications and procedures shall be submitted to
the Company for approval.

All the Pipeline items shall be designed for sour service. HIC & SSC tests are mandatory in
compliance with the requirements of ISO 15156 & SP-2041. Project materials such as insulating
flange kits, SPWD gaskets, stud bolts (all MESC) shall be in the scope of Contractor. Materials
required for makers/warning poles/CP test posts/crossing sleeves shall also be procured by the
Construction contractor.

4.9.15 Line pipe (Bare & Coated)


The Contractor shall procure and supply the Carbon Steel line pipes in accordance to the DEP
31.40.20.37-Gen latest API 5L/ISO 3183 standards. The Line pipe shall be designed and suitable
for sour service in accordance with SP-2041 and NACE MR-01-75 / ISO 15156. A corrosion
allowance of 1 mm minimum need to be considered. The approximate length of the pipeline is as
mentioned in the above project description. Pipeline coating shall be as per SP-1246.The design
parameters are as shown in the relevant P&ID’s. Minus tolerance is not allowed on selected
thickness or in another words, if minus tolerance is considered in nominal thickness, minimum

C- 4 - Scope of Work Page 75 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

thickness after minus tolerance shall be the selected wall thickness. 6” CS pipeline shall be
seamless DEP 31.40.20.37-Gen/ISO 3183 L450 PSL2.

4.9.16 Pipeline Coating for pipe and joints


Buried sections of the pipeline will be protected externally by 3 layers PE coating as per DEP
31.40.30.31-Gen and internally coated with Epoxy Flow coat as per SP-1246. At weld joints
external coating shall be installed by use of heat shrink sleeves/ approved equivalent as per
Company Specifications (SP-1246) and DEP 31.40.30.37-Gen. Once the external coating is
applied, the pipeline shall be lowered as per the manufacturer’s recommendation. Concrete
coating on line pipe if required shall be as per SP-1208, DEP 31.40.30.30-Gen and other
applicable SP.

4.9.17 Induction Bends


The Contractor shall identify the need, location and angle for induction bends along the pipeline
route and calculate appropriate wall thickness for the required bends. All straight-line pipes used
for fabricating induction bends shall be in accordance with the requirements and shall match with
main Line Pipe including wall thickness, strength etc. Induction bends shall be fabricated in
accordance with DEP 31.40.20.33-Gen and ISO 15590-1. These bends shall be externally coated
as per the line pipe specification for external coating and internally coated with Epoxy Flow coat.
The induction bends shall be procured and supplied by Contractor from the Company approved
manufactures only. Contractor shall submit bend thinning report for Company review/ approval.

4.9.18 Access Barriers, Markers and Sign Boards


Contractor shall provide all Access barriers as per SP 1208. All markers (such as FOC markers,
crossing markers, CP markers, pipeline boundary Pole markers. etc.) and Signboards shall be
installed all along the route of the pipeline as per SP 1208 and standard drawings.

4.9.19 Pup Pieces


For all welded items such as mainline valves (buried valves at BVS) and Isolation Joints etc. the
pup pieces shall be supplied by the Contractor for welding and tested at vendor’s production
facility. The pup pieces shall be of the same grade, strength and wall thickness as the line pipe
material to which they will be subsequently welded and comply DEP 31.40.20.37-Gen latest API
5L/ISO 3183 standards. The minimum pup piece length shall be in accordance with SP-1236,
MSS SP 75 "Specification for High Test Wrought Butt Weld Fittings" for Isolation Joints, SP-1211,
SP-1208, SP-1201 and API 6D "Valves for Pipeline Services" for valves.
Any variation in the material, grade, thickness and strength with respect to the piping requirements
shall not be accepted.
The required pup pieces shall be procured by Contractor from the Company approved Suppliers/
manufactures only. The pup pieces shall be subjected to HIC tests as well as conforming to the
requirements of SP-2041 & NACE MR 01-75/ISO 15156.

C- 4 - Scope of Work Page 76 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

4.9.20 Pipeline Valves


The valves shall be designed as per SP-1201, API 6D, ISO 14313 and applicable DEP/MESC
SPE. All mainline valves shall be full bore type and suitable for pigging purpose. The internal
diameter of the valves shall match with the adjacent pipe internal diameter. Technical
requirements as per GME-ENG-L2-203 R1 shall also be complied for Ball Valves.
The Contractor shall supply the pipeline main line valve and bypass valve in accordance with the
contract documents. All valves shall be procured from Company approved suppliers. Ball Valve
trim requirement shall be as per approved project MSR. PMI requirement shall be as per approved
project MSR.
For mainline valves at block valve stations (buried valves if any) the pup pieces shall be supplied
by the Contractor for welding and tested at vendor’s production facility. The pup pieces shall be
of the same grade, strength and wall thickness as the line pipe material to which they will
subsequently be welded. The minimum pup piece length shall be in accordance with SP-1211,
SP-1201/API 6D "Valves for Pipeline Services" for valves.

4.9.21 Pipeline Flanges


The Pipeline Flanges shall be designed as per DEP 31.40.21.34-Gen, ASME B16.5 and ISO
15590-3. The Contractor shall Engineer the Pipeline to minimize the number of flanged
connections to the maximum extent possible consistent with ease of construction and
maintenance. All mainline flanges shall have material, grade, internal diameter same as that of
the adjacent pipe.
All blind flanges shall be fitted with a 1” tell-tale valve connection for proving that they are not
under pressure prior to removal. Screwed connections for tell-tale valves shall not be permitted.
Tell-tale valve shall conform to the corresponding MESC piping class. The bolt torqueing and
tensioning shall be done as per SP-2020. For insulation gasket joints, bolt torqueing value and
sequence shall be as per insulation gasket vendor recommendation.

4.9.22 Pipeline Fittings


The Pipeline fittings shall be designed in accordance with DEP 31.40.21.30-Gen and ISO 15590-
2. Also the standards such as ASME B16.9, MSS SP-97 and MSS SP-75 shall be referred as
applicable. The materials shall be equivalent to the main pipeline grade and strength. Thickness
and weld end bevel for fittings shall match that of its corresponding pipe except for weldolet, which
shall be as per MSS SP-97.

4.9.23 Corrosion Monitoring Access Fittings


Detailed procedure shall be provided by the Contractor to define basis for selection of locations
of Corrosion Monitoring Access Fittings location. Corrosion Monitoring Access Fittings shall be
provided at these identified points. The CMA fittings location shall be provided with all the
necessary facilities for easy access of the inspection personnel and shall be sealed tight to
prevent ingress of sand and rainwater. Contractor shall supply the Retrieving tools. The location
shall be fenced with Type-B fence if located in the isolated off-plot area. Probe used shall be
preferably ER probe type and coupon material shall be same as line pipe. Coupon/Probe used

C- 4 - Scope of Work Page 77 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

on the off-plot location of the pipeline shall be flush type for ease of pigging. CMA fittings trim
requirement shall be as per project MSR. PMI requirement shall be as per MSR.

The number of Corrosion Monitoring Access Fittings shall be designed suitably to cover the entire
pipeline and shall be approved by owner/Company and equipped with a minimum of two access
fittings at each identified location. Existing pipeline philosophy may be followed with necessary
recommendation from Company integrity team.

4.9.24 Pigging
The Pipeline and associated facilities shall be designed for intelligent pigging and for regular
cleaning pigs. After mechanical completion of the pipeline cleaning, gauging and water filling
pigging shall be carried out. Caliper and Baseline survey shall be carried out as part of IP
requirement. All mainline items such as valves, isolation joint, flanges and barred tee etc. shall be
full bore and suitable for pigging operation.

4.9.25 Pig Launcher and Receiver


The pig launcher/ receiver shall be designed as per B 31.8, DEP 31.40.10.13 and ASME Section
VIII. Corrosion allowance of minimum of 3mm for major barrel, minor barrel, end closure, pig trap
flanges and fittings shall be considered in the design of wall thickness.
Pig launcher and receiver shall be equipped with the Quick Opening End Closure (QOEC). Pig
trap shall be designed for the longest intelligent pig used.
Mechanical pressure safety lock arrangement on the pig traps end closure shall be such that the
end closure cannot be opened whilst the vessel is under pressure.
Two numbers of spare for Rubber and droughty seals shall be provided for each pig trap. Seal
material shall be suitable for the service.
SS or DSS materials used on end closure shall comply PMI requirements as per MSR.
Contractor shall design and supply pig pushing and retrieving tool based on proposed pig trap
dimensions. Separate design calculation and report along with drawings shall be submitted for
Company review and approval.
The material shall be equivalent to the main pipeline material, grade, thickness and strength.

4.9.26 Barred Tees


The barred tees shall be designed in accordance to ISO 15590-2, MSS SP-75/ASME B16.9. The
material shall be equivalent to the main pipeline material, grade, thickness and strength.

4.9.27 Pig Signallers


The pig signallers shall be non-intrusive, magnetic type at pig launcher and receiver stations. Pig
trip magnets (Earth magnets) shall be applied along with pig signallers suitable for pipeline.
The material shall be equivalent to the main pipeline material, grade, thickness and strength and
for the pig signaller sensor strap-on belt shall be suitable for a life span of not less than 30 years
without replacement. Pig signaler shall record consecutive pig runs (not less than 20 runs
separately) in its memory without a reset requirement.

C- 4 - Scope of Work Page 78 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

The pig signallers shall be provided with battery power supply. The signal from the pig signaller
shall be connected back into RTU system for remote monitoring. Battery shall be ATEX EExd
certified for use in HAC Zone-1 area. Battery life shall be stated by the vendor in the offer and
accordingly spare battery shall be organized for the pipeline design life. Pig signaller assembly
shall be with IP-66 ingress protection and EMC certified. Calibration period shall also be clearly
identified in the offer.

4.9.28 Pipeline Isolating Joints


The Isolating Joints shall be in accordance with SP-1236.The pup pieces shall be of the same
grade, strength and wall thickness as the line pipe material to which they will subsequently be
welded. The minimum pup piece length shall be in accordance with SP-1236, MSS SP 75
"Specification for High Test Wrought Butt Weld Fittings" for Isolation Joints. IJ length shall be
evaluated with respect to the DEP 30.10.73.31-Gen and specified in the IJ material requisition
and specification. However IJ minimum length requirement shall not be less than 1 meter. IJ
internals shall withstand vacuum drying at 0.5 millibar. Surge diverter shall be supplied along with
each IJ. Above ground isolating joints shall be protected against lightning strike as well. The
Isolating Joints and pup piece material, grade, strength, wall thickness and diameter shall be
equivalent as that of the main pipeline.

4.9.29 Drawings and Documents


The Contractor shall prepare all drawings and documents including Engineering, Construction
and Fabrication documents for the required Pipeline Works. These; in addition to others
mentioned as part of this Contract, shall include but not limited to:
• Working plans
• Method Statements
• Inspection and test plans, (including erection and welding sequences)
• Pre- and post-weld heat treatment (PWHT if applicable)
• Corrosion protection requirements, and planning
• Marking of materials, work pieces, welds and other items as required
• Materials, welds identification and traceability system on items and drawings
• Welding and Welder pre-qualification
• Non-destructive examination (NDE), PWHT and other fabrication, repair, testing,
corrosion protection procedures and qualifications
• Pressure and leak testing, cleaning and drying procedures
• Main weld and non-main weld numbering system including splitting of main weld
• Cross reference between fabrication and design drawings
• Specific HSE requirements
• Specific QA/QC requirements
• Site Visit and route selection reports
• Topographical Route Survey Scope of Work
• Pipeline Design Basis
• Pipeline Stress Analysis using CAESAR II and stress analysis report

C- 4 - Scope of Work Page 79 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

• Pipeline wall thickness, bend thinning, equivalent stress check, vacuum check and
tonnage calculation report
• Road crossing calculation report
• Pipeline Hydrotest Calculation Report
• Specification for Pipeline Ball Valves, Barred Tees, Isolating Joints, Scraper Launcher &
Receiver, Pig Signallers, Flanges, Fittings, CMA fittings, Line Pipe etc.
• Bulk MTO
• Technical Bid Evaluation Report for Topographical Route Survey Contractor, Pipeline Ball
Valves, Barred Tees, Isolating Joints, Scraper Launcher & Receiver, Pig Signallers,
Flanges, Fittings, CMA fittings, Line Pipe etc.
• Demolition Drawings
• Overall Route Map drawing
• Key Plan for Routing Plan
• Key Plan for Alignment Sheet
• Pipeline Alignment Drawings
• Hydrostatic test diagram
• Pipeline Road Crossing Details
• Pipeline UG Crossing Details
• Pipeline Wadi Crossing Details
• Pipeline Construction Drawings as per SP-1208 (All applicable)
• Crossing Matrix
• Piping Plans ( OFF PLOT)
• Plot Plans
• Station Approach Drawings
• Tie in Schedule
• Construction scope of work
• Input to pipeline section of commissioning manual
• As-built Drawings

The Contractor shall produce the drawings and will be reviewed by Company. After the drawings
approved with Code – “A” from Company, Contractor shall issue AFC drawings for site team to
start the construction activities. All AFC drawings when sent to site shall be followed with the latest
hold register status.

4.9.30 General Notes


1. Project pipeline ball valves should be installed after the Cleaning/Gauging/ Hydro-testing/
De-watering field construction activities. This is to prevent the ingress of debris and dust into
the valve bodies which may lead to damage of the valve seats and seals.
2. Consideration should be given to voids in valves and fittings when planning a drying
operation.
3. In a hilly terrain, which could lead to a large number of test sections, it should be considered
whether a possible reduction in MAOP would lead to a more cost effective solution which

C- 4 - Scope of Work Page 80 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

shall be studied during detail design (all applicable options shall be considered by the bidder
for bidding).
4. Existing buried FOC (as per preliminary route map drawing attached in C6) shall be
protected against any vehicle movement during construction activities by proper safety
barricade.
5. Existing 20” gas pipeline inside Shafa zero point station, which is having integrity issues
shall also be protected against any vehicle movement during construction activities by
proper safety barricade.
6. PWHT shall be carried out only by Company approved services Contractor (if any).

C- 4 - Scope of Work Page 81 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

5. PROJECT MANAGEMENT

5.1 General
The Contractor shall be responsible for all aspects of management for the execution of the
Work including, provision of the Contractor's organization and facilities, access for and
services to the Company and Company's other Contractors/suppliers, and fulfilment of all
project management function including, planning, control, reporting, supervision,
administration, management of sub-Contractors, vendors, QA/QC, HSE management,
security, obtaining permits, development of procedures, and integrity management.
Contractor shall be certified to ISO 9001 or ISO / TS 29001 for all activities related to the
Contract. Contractor shall maintain certification for such system throughout the Operational
Period.
If Contractor utilizes a different, but equivalent quality management system, Contractor shall
supply full details of such system to Company for approval including a copy of a compliance
audit report conducted on Contractor by an accredited certifying body, unless the system has
already been approved by Company in writing before.
The Services shall only be considered complete upon Acceptance by Company. Contractor
shall perform quality assurance and quality control testing on Services and Materials and the
reporting of results as required by Company.
The Contractor shall provide the organization to manage and control the execution of the Work
and shall provide all labor, offices, accommodation, fabrication shops, plant, tools, equipment,
materials, services, spare parts, consumables, temporary structures and any other items or
services necessary for the performance of the Work.
The following shall be officially submitted to Company within One month after the Effective
Date:
a) Project/Contract Execution Plan
b) Project Coordination & Communication Plan
c) Project Organization Chart
d) CVs of Key Staff
e) Updated responsibility matrices
f) Detail Project Schedule
g) List of Project Deliverables
h) Procurement Tracking Register
i) Procurement and Subcontracting Plan
j) Procedure to establish an equipment criticality ranking for procured items.
k) Internal and External Audit schedules addressing requirements defined under
requirements of QSHE-QS-L2-202/SP – 1171. Updated schedule shall be submitted on a

C- 4 - Scope of Work Page 82 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

monthly basis to Company for approval.


l) Contract quality plan, which shall be an updated revision of the plan submitted along with
the Tender Documents. The Contract quality plan shall address the requirements as
detailed below and SP-1171/GME-QS-L2-202.
m) An updated Quality Management System Manual, which shall indicate any revisions to the
manual since submitting tender;
n) A separate list of all the applicable QA/QC Deliverables for the project showing the
forecast date of submission for approval / information. Updated list shall be submitted on
a monthly basis to Company for approval.
o) The quality management system shall be implemented throughout the Contract and at all
related Work locations.
p) Inspection and Test Plans for all the manufacturing, fabrication and construction activities.
q) Project specific procedures for all the Quality Control, Inspection and Testing activities of
all discipline.
r) Quality surveillance programme in all phases of the Contract.
s) Submission of weld registers which shall include Welding Procedure Specifications (WPS)
& welding Procedures Qualification Record (PQR).
t) Welding Consumable Control Procedure.
u) NDT Procedures.
v) Coating and Painting Procedure.
The Contractor shall provide overall management to the various aspects of the project to
achieve completion of the Work in accordance with the schedule and the Specifications.
The Contractor shall provide all requisite Facilities including organization, personnel to
manage, control, coordinate and supervise the complete project including the execution of the
Work.
Brief details related to the various aspects to be included in the Contractor’s scope are
covered under this article, however any other detail of project management not covered here
but required for the satisfactorily completion of the Work shall be deemed to be included in
the Contract Price.
The Contractor shall provide an organization to manage and control the Work. The Contractor
shall also provide the Facility required for the Work as well as services and assistance to the
Company and its other Contractors and suppliers.
The Contractor shall allow unrestricted access for the Company (including Company
Contractors, sub-Contractors or vendors) to all areas where the Work is being carried out.
All services, materials and Works shall be sub-contracted to Company approved vendors and
subcontractors.
The Contractor shall not be sub-contracting any service and Work other than those stated in
Document C10 without prior written approval of the Company. Company reserves the right to

C- 4 - Scope of Work Page 83 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

reject or accept even if the Work is planned to be sub-contracted to Company approved sub-
contractors.
The Contractor shall be responsible for maintaining sufficient records, data and calculations
to demonstrate to the Company an auditable trail for decision making and selection. The
Contractor shall at all stages of the Work be able to demonstrate to the Company that the
Work shall meet the functional requirements of the project.
The Contractor shall provide for the participation in and the attendance of personnel at the
audits and reviews specified in the Contract, including preparation and follow-up.
The Contractor shall ensure that all works are executed in compliance with Omani Regulations
and Company Requirements.
The Contractor shall ensure that requirements specified in the Environmental Impact
Assessment (EIA) are implemented / complied with. All conditions specified in the Initial
Environmental Permit (IEP) are to be complied with.
The Contractor shall ensure that all requisite permits/license/approvals are obtained to allow
smooth unhindered progress of the project construction.

5.2 Project Execution Plan


Contractor shall prepare a detail Project Execution Plan for Company approval. Contractor
shall submit project execution plan immediately within 4 weeks’ time upon contract award of
contract. Project execution plan shall describe project execution strategy for full scope of
project including engineering, procurement, construction, testing, QAQC, HSE, pre-
commissioning, commissioning and Guarantee run etc.

5.3 Contractor’s Organization


The Contractor shall provide an organization including office support services, administration
and a project organization in Muscat and on-Site to manage and control the Work continuously
from the time of Contract award until Completion including complying with all of the
requirements of Document C-8 - Procedures for Contractor.
The Contractor's project organization shall include suitably qualified personnel related to
general, project management, administration & finance. The Contractor's project organization
shall include as a minimum:
a) Management: The Contractor team to cover the General Management, Project
Management, Department Management, Section management as per the Contractor’s
organization proposed for the execution of the project.
b) Project Management Team: The Contractor shall provide a ring-fenced project team
dedicated to the management of the project. The team shall be headed by a Project
Manager and supported by engineers with expertise in the following fields:
i. Engineering
ii. Procurement
iii. Construction; minimum of two pipeline construction spreads with independent full

C- 4 - Scope of Work Page 84 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Work force; supervisors and equipment from each other.


iv. Testing, pre-commissioning and commissioning
v. Materials and welding
vi. Non-destructive testing (NDT),
vii. Quality Assurance (QA) and Quality Control (QC),
viii. HSE management
ix. Project services – including public relations and project controls (including
documentation of complaints/public grievances), to handle all interfaces and liaison
with the Government requirements including permits during the execution of the
project.
x. Suppliers' Representatives: The Contractor shall be responsible for all aspects of
the attendance at Site of suppliers' representatives of any item of Materials as
deemed necessary by the supplier or the Company.
xi. Third Party Verification: - Third party verification and inspection representatives as
required by the Company approved Contractor's quality assurance plan.
c) The Project Manager and staff reporting to the Company shall be assigned exclusively to
this project and shall not be shared with any other project. The Contractor shall ensure
that the Work is at all times supervised and carried out by suitably qualified personnel and
shall, upon request by the Company, present formal evidence of such qualification of any
Contractor personnel.
d) The Contractor shall provide and arrange for the attendance at site of Vendor
representatives and Subcontractors as deemed necessary for the completion of the Work.
e) All the Contractor Personnel employed in project management, engineering, procurement
and all construction personnel above the rank of foreman shall be fluent in spoken and
written English.
f) The Contractor’s Project Management strategy and organization chart shall be
documented in the Contract Execution Plan (CEP).
g) The activities of the Contractor's organization shall be to implement all the requirements
of the Contract including but not be limited to:
i. Implementation and maintenance of Quality Assurance & Quality Control (QA/QC);
ii. Compliance with Company Requirements, Omani Regulations, permit conditions
and Requirements specified in the EIA study.
iii. Implementation and maintenance of HSE systems;
iv. Management, planning and supervision of the Contractor’s Engineering,
Procurement, Construction ,Commissioning and Hand-over activities;
v. Management of Sub-Contractors, vendors and suppliers;
vi. Provision, implementation and maintenance of all procedures and method
statements including modification of the Contractor’s own procedures and methods
for the execution of the Work and other activities to be performed by the Contractor
as part of the Work;
vii. Provision of all supporting documents, as-built drawings, final documentation and
training of Company (or Company nominated) personnel as required by the
Contract;

C- 4 - Scope of Work Page 85 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

viii.Obtaining all necessary permits, licenses, and regulatory authorizations and


approval;
ix. Performing administration and control of all documents and drawings related to the
Work including as-built and final documents, and
x. Management of interfaces
h) Project Management, Engineering and Procurement activities are to be executed at the
project and engineering office which is to be essentially established in the Muscat (Capital)
area, Oman.
i) Construction, Pre-commissioning, Commissioning and Construction Management
activities are to be executed at the construction Facilities at Site.
j) Supervision of Work, Training and Qualification of Personnel
i. The Contractor shall ensure that the Work is at all times supervised and carried out
by suitably qualified personnel and shall, upon request by the Company, present
formal evidence of such qualification.
ii. The Contractor shall prepare and execute training and qualification programs
required for the Contractor’s workforce to execute the Work and shall submit such
programs for Company review in a timely manner and prior to commencement of
the training.
k) Administration Requirements – The Contractor shall implement the planning, co-
ordination, communication, administration, control and reporting requirements of
Document C-8 – Procedures for Contractor.

5.4 Key Personnel


The following personnel as listed in Table below shall be appointed as Key Personnel. The
Contractor shall submit resumes of candidates for these positions for the Company review,
interview and approval. The Contractor shall mobilize the personnel for interviews in the
Muscat area. Rejection of any proposed Key Personnel shall be no ground to claims or
Contract Variations as long as the acceptance criteria as listed below have not been altered.
Traceable references including, previous experience and education certificates shall be
provided for every CV. All key staff shall be fluent conversant in the English language (both
verbal and written). Listing of the Key Personnel and an indication of the duration is listed
above.
None of these Key Personnel shall be changed by the Contractor during the execution of the
Contract without the prior written consent of the Company, which shall not be unreasonably
withheld. In the event of any change in Key Personnel, the Contractor shall ensure that there
is an appropriate handover period (minimum 2 weeks’) to the satisfaction of the Company.
Table 5.1 - List of Project Key Personnel
Job Title and Description Duration Location
Contract Manager Full time for Contract duration Muscat & Site
Project Manager Full time for Contract duration Muscat & Site

C- 4 - Scope of Work Page 86 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Planning & Control


Full time for Contract duration Muscat & Site
Engineer
Construction, Pre-commissioning
Site Activities Planner Site
/Commissioning phase, Handover
Engineering Manager Full time for Contract duration Muscat
Engineering Discipline Lead
Full time for Contract duration Muscat
Engineers
Interface Engineer Full time for Contract duration Muscat & Site
Construction Manager Full time for Contract duration Site
Muscat & fully at Site
QA / QC Manager Full time for Contract duration (upon start of
construction)
Sr. QA / QC Engineer Full time for Contract duration Muscat & Site
Muscat & fully at Site
HSE Manager Full time for Contract duration (upon start of
construction)
HSE Advisors (numbers as
Full time for Contract duration Site
per C9 Requirement)
Procurement Manager Full time for Contract duration Muscat
Hydro test / commissioning Construction, Pre-commissioning,
Site
Engineer Commissioning phase, Handover
Construction Engineers - Construction, Pre-commissioning, Site
Pipeline Commissioning phase, Handover
Construction Engineers - Construction, Pre-commissioning, Site
Piping Commissioning phase, Handover
Construction Engineers – Construction, Pre-commissioning, Site
E&I Commissioning phase, Handover
Construction Engineers – Construction, Pre-commissioning, Site
Civil Commissioning phase, Handover
Welding Engineer Full time for Contract duration Site
Construction, Pre-commissioning,
Quality Inspector - Piping Site
Commissioning phase
Construction, Pre-commissioning,
Quality Inspector - Civil Site
Commissioning phase
Construction, Pre-commissioning, Site (One position for
Quality Inspector - Pipeline
Commissioning phase each spread)
Construction, Pre-commissioning,
Quality Inspector – E&I Site
Commissioning phase, Handover
Quality Inspector – Welding Construction, Pre-commissioning,
Site
and Coating Commissioning phase, Handover

C- 4 - Scope of Work Page 87 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Construction, Pre-commissioning,
Material Controller Site
Commissioning phase, Handover
Pre-commissioning
CP Engineer Site
/Commissioning phase
Pre-commissioning
Commissioning Manager Site
/Commissioning phase
Change of Key Personnel without the prior written approval of the Company (minimum 4
weeks’ in advance) shall be subject to a penalty as defined in Contract Document C-8. In the
event of any change in key Personnel, the Contractor shall ensure that there is a minimum of
2 weeks handover period at the location is provided. Failure to ensure a handover period to
the satisfaction of the Company shall be deemed to be change in Key Personnel without
approval and shall also be subject to the penalty as defined in Document C-8.
In the event of a failure by the Contractor to mobilize suitable personnel or replacement
personnel within any time period that is considered by the Company to jeopardize the progress
or quality of the Work, the Company reserves the right to appoint replacement personnel from
whatever alternative sources it considers to be appropriate. In such cases, all costs including
emoluments, Mobilization, Demobilization and third party fees shall be charged to the
Contractor.
The Contractor’s Project Manager shall report to Contractor’s Contract Manager and
Company reserves the right to call Contractor’s team including Contract Manager for at
Muscat or at Site at any time. Any failure by the Contractor to do so shall be treated similar to
the non-availability of the Key personnel and shall be liable for penalties as per Document C-
8.
The number of Construction Supervisors required for each discipline shall be determined by
the Contractor. However for Pipeline, One Pipeline Supervisor per spread; if applicable, is
required. The minimum qualifications and experience requirements for each function shall be
as listed below:

Table 5.2 Minimum Qualification and Experience Requirements


Job Title and Minimum requirements (fluent English Language)
Description
Contract Manager Degree qualified; minimum of 15-20 years related experience;
minimum of 10 years’ experience in Project and Contract
management in Oil and Gas Industry.
Project Manager Degree qualified; minimum of 15 years related experience;
minimum of 10 years’ experience in project management and

C- 4 - Scope of Work Page 88 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Job Title and Minimum requirements (fluent English Language)


Description
pipeline engineering in Oil and Gas Industry; was responsible
for a minimum of two major projects (> US$ 50 million).
Planning and Control Degree qualified; minimum of 10 years related experience;
Engineer minimum of 5 years in project management in Oil and Gas
Industry.
Construction Manager Degree qualified; minimum of 15 years related experience;
minimum of 10 years in pipeline construction management &
control in Oil and Gas Industry. Proven experience in
managing construction of high value EPC contracts
preferred..
QA Manager / QA As per SP-1171 / GME -QS-L2-202
Engineer / Welding
Engineer
Welding Engineer As per SP 1171
HSE Manager Degree qualified; minimum of 10 years related experience;
minimum of 5 years in HSE management of similar pipeline
projects in Oil and Gas Industry
Procurement Degree qualified; Minimum 10 years’ experience of
Manager procurement in the oil & gas industry with at least 5 years’
experience related to procurement management for pipeline
projects in Oil and Gas Industry.
Hydro-test / Pre- Degree qualified; minimum of 10 years related experience;
commissioning minimum of 5 years supervisory experience in relevant oil &
engineer/ gas operations; minimum of 5 years’ experience in pipeline
Commissioning hydro-testing and pre-commissioning
Manager
HSE Advisor Degree qualified; minimum of 10 years related experience;
minimum of 5 years HSE experience in relevant oil & gas
operations; minimum of 5 years HSE experience in
construction;
Construction Minimum 10 years’ experience in oil & gas industry, of which
Supervisors 5 years identifiable experience in pipeline construction.
Quality Inspectors See SP-1171/ GME-QS-L2-202
Commissioning Minimum 15 years’ experience in oil & gas industry. Minimum
Manager of 10 years’ experience in commissioning management.
Proven experience in commissioning of Oil & Gas facilities
Material Controller Any degree/diploma in Engg./Science with minimum 5 years
of demonstrated experience in handling & control of various
project materials & equipment at site in Oil & Gas projects.

C- 4 - Scope of Work Page 89 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Job Title and Minimum requirements (fluent English Language)


Description
Possess good knowledge on stock management and
inventory administration/control.
The possession of the required qualification and experience shall not necessarily result in
inclusion under any particular classification. Where dual activities take place e.g. Engineering
and Construction, the Contractor shall offer suitable candidates for both or more positions.
The same applies if the Contractor uses staff in shift Work and/or back to back.

5.5 Third Party Verification


Third party verification and inspection representatives as required by Contractor's quality
assurance plan.

5.6 Supervision of Work, Training & Qualification of Personnel


Contractor shall ensure that the Work is at all times supervised and carried out by suitably
Company approved qualified personnel and shall present formal evidence of such
qualification & experience to Company prior to commencement of Work.
Contractor shall prepare and execute training and qualification programs required for
Contractor’s workforce to execute the Work and shall submit such programs for Company
review in a timely manner and prior to commencement of the training.

5.7 Administration Requirements


Contractor shall implement the planning, co-ordination, communication, administration,
control and reporting requirements of Document C-8 - Procedures for Contractor.

5.8 Quality Assurance

5.8.1 General
The contractor and subcontractors shall have quality assurance system certified to ISO
9001:2008/2015 or latest. Contractor shall implement and maintain all Quality Assurance and
Quality Control requirements specified in the contract. All requirements detailed in Document
C6 including GU-611(latest at the time of bidding) and "Specification for Quality Assurance"
(GME-QS-L2-202) shall be complied with during all phases of work. The Contractor shall
prepare and submit for Company approval a Contract Quality Plan in accordance with
requirements of GME-QS-L2-202.
The Contractor shall:
a) Prepare and submit for Company approval project specific Quality Control Plans in
accordance with requirements of Document C-8 Procedures, C-6 Standards &
Specifications, and ISO 9000:2008 /2015 and “Specification for Quality Assurance"
(GME-QS-L2-202). The Contractor shall not commence any activity until the Quality
Control Plan has been approved for that particular activity. The Contractor shall

C- 4 - Scope of Work Page 90 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

implement the approved quality assurance / quality control plans throughout the course
of the project inclusive of mobilization, execution and restoration.
b) Define in the Inspection and Test Plan (ITP) the organization and activities required to
achieve the quality objectives, together with all witness and hold points. Inspection and
Test Plans for all the long lead items (including for MESC items) shall send to Company
for their review/approval well before start of any manufacturing activities. The Quality
Control Plans shall be structured such that the activities are listed sequentially. For all
the Construction works, the Contractor shall ensure that Hold, Witness, Review, Monitor,
Surveillance points are identified in the Quality Control Plans (ITP) for the Contractor,
Supplier, Sub-supplier, Third Party Inspector / Authorized Inspector (for items requiring
certification) and the Company. The Company shall indicate their Hold, Witness, Review,
Monitor, Surveillance points in the Quality Control Plan (ITP). The Company attendance
and participation in inspection and verification at Hold, Witness and Review points do not
relieve Contractor of its Contractual obligations to fulfil and meet all the requirements
specified in the Contract documents. All the non-compliances or deficiencies or defects
revealed at any stage during execution of the Contract shall be corrected by the
Contractor at their cost. The CV of TPI inspector shall be subjected to Company approval
prior to deputing for inspection activity.
c) Subcontracted construction activities shall be clearly identified and the Contractor shall
ensure that construction Subcontractors shall prepare Quality Control Plans for review
by the Contractor and approval by Company.
d) The document and drawing numbering shall be as per Drawing, Document Numbering &
Equipment Tagging Procedure (GME-QS-L3-312).
e) The deviations shall be processed as per procedure for Technical Deviations (GME-QS-
L3-311).
f) Impart relevant training to all concerned employees on QA/QC related subjects.
g) Be responsible for all inspection (including third party inspection), quality control, and
verification related activities and the provision of all associated staff required to assure
and maintain quality throughout all phases of the project.
h) The contractor shall not mobilize QA/QC Manager, QA Engineers, Welding Engineer and
QA/QC Inspectors to site/execution of the work without the written approval of OGC.
i) Contractor QA/QC Manager, QA Engineers, Welding Engineer and QC Inspectors shall
not leave the site without the written approval of OGC.
j) As part of the approved Contract Quality Plan the Contractor shall detail proposals for
each quality audits (including subcontractors and vendors), stating the commencement
date and completion date for each audit. The Company reserves the right to attend any
or all of these audits. The following points shall be considered for the audits;
I. Commencement date of each quality audit shall be within two (2) weeks of
commencement of each relevant operation.
II. Contractor’s internal audit shall be notified to Company at least 10 days prior to
audit date by formal audit notification. Company have the right to participate in
such audits as observer.
III. The completion of each quality audit shall be the date the audit report is submitted

C- 4 - Scope of Work Page 91 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

to the Company.
IV. Each quality report is to be submitted to the Company within two (2) weeks of
commencement of each audit.
V. Any alteration in commencement dates for each quality audit shall be subject to
fifteen (15) days prior notice being given to by the Contractor to the Company
before the actual commencement date.
VI. The Company reserves the right to visit, check, inspect and audit the Contractor;
its Sub-contractors and Vendors at any time and any place to ensure full
compliance with the Contract requirements. Company shall issue Non-
Conformance Report (NCR) for any anomalies found and Corrective Action
Requests for non-conformances identified during Company audits. These NCRs.
No completion of the system will be effected unless corrective actions are verified
and closed out.
VII. The Company will also monitor the Contractor's performance through its reporting
procedures and may have Contract Holders and/or Supervisor's present at the
Site(s) and the Contractor's offices at any or all times during the execution of the
Work, including the Engineering phase.
To control the Work, the Contractor shall maintain and use a Quality Management System
that complies with the requirements of the ISO/TS 29001 standard; however if the Contractor’s
quality management system is certified to ISO 9001:2008/2015, the QMS shall also ensure
control of nonspecific ISO 9000 elements such as:
a) Planning and scheduling
b) Progress measuring and reporting
c) Acceptance testing
d) Control of As-Built documentation
Contractor shall implement and maintain all Quality Assurance and Quality Control
requirements specified in the Contract. All requirements detailed in Section C-6 including
GME-QS-L2-202, SP – 1171, SP-1208 and SP-1122 shall be complied with during all phases
of the Work.
The Contractor shall develop a specific Contract Quality Plan (CQP) as required by GME-QS-
L2-202 / SP1171 as applicable to the project shall be addressed in the CQP.
All requirements set out in GME-QS-L2-202/ SP - 1171 shall be complied with during all
phases of the Contract by the Contractor and their Subcontractor(s), Vendor(s)/Supplier(s).
The Contractor shall be responsible for all inspection (including third party inspection – quality
control, and verification related activities) and the provision of all associated staff required to
assure and maintain quality throughout all phases of the project. The staff shall be subject to
review and approval by the Company.

5.8.2 Documents To Be Submitted Within 30 days of Effective Date


Within 21 days from Effective Date, the Contractor shall submit the following documents and
details to the Company for review and approval as noted below:

C- 4 - Scope of Work Page 92 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

a) An updated Quality Manual


b) Contract Quality Plan (CQP)
c) Responsibility Matrices (part of CQP)
d) Internal and External Audit schedules (part of CQP)
e) List of Inspection and Test Plans including those for sub-contracted activities (part of
CQP)
f) Procurement Management Plan
g) Document Submittal Plan
h) Detail Project Schedule
i) Construction Mobilization Plan
The Company has the right to review and approve all documents listed for "Approval". The
Company may comment on any document listed for "Information", and the Contractor may
make appropriate corrections to meet the Contract requirements.

5.8.3 Company Right to Audit and Witness


The Company shall have the right to witness specific Inspections and Tests as identified in
other parts of the Contract and those decided at Company’s discretion. In all instances the
Contractor shall provide the Company with at least 14 Working days written notice of the date
of Inspection or Test at Supplier premises. For Site Construction activity inspections and tests,
Contractor shall provide Company at least 72 hours written notice of the date and time of
inspection. The Contractor shall, at its cost, make staff available to assist the Company with
these audits, reviews or surveillance-activities and inspection tests.

5.8.4 Company’s Right to Observe


The Company shall have the right to accompany and observe the Contractor during the
Contractor’s internal audits or external Appraisal, Audits and Surveillance / Inspection
activities.
The Company’s role in these activities shall be that of an ‘observer’ and shall not relieve the
Contractor of its Contractual responsibilities in these activities.
The Contractor shall clear all outstanding audit action items within 14 days of the issue of the
report. Clearing of the outstanding audit action items shall be a precondition of the relevant
Milestone achievement Schedules. The Contractor shall not be entitled to additional payment
or extension of the Contract period as a consequence of complying with the audit action items
or any other resultant requirements of the quality audit.
In the event that the Company considers that any quality audit executed by the Contractor
fails to achieve the quality standards required by the Contract, the Company reserves the right
to implement and administer any additional quality audit it may deem necessary.
The Contractor shall be equally bound by the requirements and findings of these Company
instructed audits with regard to Milestone achievement, Substantial Completion and Penalties.
The Contractor shall bear all additional costs incurred by all parties.

C- 4 - Scope of Work Page 93 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

5.8.5 Document Submittal


Contractor shall ensure that all those documents of Contractor, Subcontractors, and
Supplier(s) that are to be reviewed and approved by the Company shall first be reviewed for
adequacy, suitability and correctness and endorsed by the Contractor prior to submitting to
Company.

5.9 Quality Control

5.9.1 General
Contractor shall be deemed to have full knowledge of, and shall comply with the requirements
of the following documents (copies of the documents are not bound herein but are available
if required). This section describes the requirements and standards for the Contractor's
Quality Assurance System.
All requirements of Company’s Quality Management System for Project Delivery Code of
Practice including documents referenced in C6 Specifications - GME -QS-L2-202, SP-1171,
SP-1122, and ISO/TS 29001 and/or ISO 9001:2008/2015 shall be complied with in all phases
of the Work. Quality assurance and quality control requirements stated in applicable technical
specifications shall be adhered to.
All requirements of Company‘s Project specific document numbering procedure as per QSHE-
QS-L3-318 and Change Management Procedure, shall be complied with by the Contractor.
The Contractor shall prepare a specific Contract Quality Plan (CQP) in accordance with GME-
QS-L2-202/SP1171 that shall interlink the activities and Quality Plans of, Subcontractor’s,
sub- Sub-contractors and Vendors involved in the Contract and submit it to the Company for
review and approval within 30 Calendar days from the Effective Date.
The Contractor shall be responsible for ensuring that its Subcontractors and Sub-
Subcontractors/Vendors comply with the requirements of the Company regarding Quality
Assurance.
The specific Contract Quality Plan shall identify the specific resources and procedures to be
applied in order to assure the quality of the Work. Statements from the Contractor’s
management shall be included confirming the commitment to compliance with the Contract
specifications as well as statutory and regulatory requirements and methodology to be used
to ensure compliance.
The Contractor shall prepare a chart of the organization for the Work, depicting the names,
titles and the functional and reporting relationships of all Key Personnel and Core Personnel
assigned / to be assigned for all phases of the Work. A resume of qualifications and past
experience with the detailed job description and required competencies of all Personnel or
Personnel categories related to Quality Assurance or Quality Control activities of Key
Personnel shall be made available to the Company for review and approval, refer GME-QS-
L2-202 for guidance on personnel qualification requirements.

C- 4 - Scope of Work Page 94 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Once approved by the Company, the Contract Quality Plan shall be duly implemented without
further conditions. However, the Contractor may revise, update and resubmit them for
approval to incorporate any changes occurring during the Contract period. The Contractor
shall make such changes at its own cost.
The Contractor shall immediately notify the Company of any Work done which is not in
conformance with the Quality Plan. The Company shall review the non- conformance and
either agree with the Contractor’s proposed corrective actions or to a concession or reject the
Work. In any event, all corrective actions shall be taken at the Contractor’s expense.
In the event that the Company undertakes to rectify the Work, the Company shall be entitled
to recover from the Contractor or deduct from any sums due to the Contractor the costs of
such rectification.
Company attendance and participation in inspection and verification (as Hold, Monitor,
Monitor, Witness and Review points) shall not relieve Contractor of its Contractual obligations
to fulfil and meet all requirements specified in the Contract. Any non-compliance or
deficiencies or defects revealed at any stage during execution of the Contract shall be rectified
/ corrected by Contractor at his cost.
In accordance with GME-QS-L2-202/SP-1171, Section 2, Contractor shall have 3rd Party
certification of his quality system in accordance with ISO/TS 29001 and/or ISO
9001:2008/2015 and shall be valid for the Contract duration.
All Design work within the Scope of Work shall be done by a Company approved Design
Contractor Contractor/subcontractor. The Design Contractor Contractor/subcontractor shall
have a valid ISO/TS 29001 and/or ISO 9001:2008/2015 certificates covering the Design
activities that Contractor is undertaking.
All Material certification shall affirm compliance with relevant Company technical
specifications and shall be according to DEP31.38.01.31-Gen, latest revision (see also 3.8 for
material traceability), unless otherwise stated in the applicable technical specification or
agreed by Company who is custodian of Material/equipment involved. The Material
manufacturer shall have a quality system certified by a National accreditation body, and
having undergone a specific assessment for Materials.
All welding and NDT activities shall be carried out by qualified welders and qualified NDT level
II operators respectively, according to qualified procedure(s) approved by Company.
Contractor shall qualify, at his own cost, any welding procedures that are required to be
qualified during execution of this Contract. No Material will be supplied by the Company to
Contractor for welding qualification tests.
The Contractor shall develop and supply written procedures to adequately control the quality
of the Work and to ensure compliance with all aspects of the Work and applicable codes,
standards and legislative requirements.

C- 4 - Scope of Work Page 95 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

The listing of required procedures shall be subject to agreement by the Company. Procedures
required to complete the Works shall be made available at the point of use prior to
commencement of the relative section of the Work.
The Contractor shall prepare and update on a quarterly basis a schedule of planned internal
and external audits including revisions, audit tracking and close-out. The Company reserves
the right to participate in any quality audit as an observer. All audits shall be included on an
integrated Contract Audit Schedule.
In case any activity is found suspect of affecting the quality requirements of the Work
adversely, the Company has the right to initiate or request the Contractor to audit that area of
activity on a priority basis whether or not the activity was included within the Contract Audit
schedule.
The Contractor shall provide the Company with a copy of all audit reports including any
associated non-conformance reports.
The Contractor shall monitor and report on leading and lagging Quality Key Performance
Indicators.
Procedures describing the control of non-conformities during all phases of the Work shall be
consistent with those for engineering review, inspection and testing, etc., such that all
nonconformities from whatever source are identifiable within the same system.
The Company shall conduct Quality audits and surveillance based on the Contractor’s
approved Contract Quality Plan and Quality Management System as may be deemed
necessary by the Company during the duration of the Contract. The Contractor shall provide
all facilities required by the Company in order to conduct the audits and surveillance in an
efficient manner. The Contractor shall comply with all updates required by the Company.
The Company shall have the right to audit the implementation of the approved Quality Plan,
Quality Management System by the Contractor at any time up to acceptance of the Works.
The Contractor shall forthwith upon receipt of any such audit report at its own cost implement
all remedial actions identified as required in such report.
The Company’s comments, if any, shall not relieve the Contractor from any liability hereunder
and, in responding to such comments by accepting or proposing alternates acceptable to the
Company, the Contractor expressly adopts and warrants the effectiveness of Quality
Assurance Plan and Quality Control Plan.
Before implementation of each phase of the Contract, the Company may conduct a Ready to
Start-Up Audit in order to confirm that all the required procedures and resources are available.
Any shortfalls identified in this audit shall be corrected or a time scale agreed for correction
prior to implementation to the satisfaction of Company.

5.9.2 Quality Control – Sourcing QA/QC


Contractor shall prepare a Procurement Manual and document a procedure for controlling
“Sourcing and receiving inspection” in accordance with Quality Management System for
Project Delivery Code of Practice including referenced standards and specifications, GME-

C- 4 - Scope of Work Page 96 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

QS-L2-202/SP-1171, and ISO/TS 29001 and/or ISO 9001:2008/2015. This procedure shall
be approved by the Company.
Contractor shall ensure that all inspection and test plan, its approval and implementation with
respect to GME-QS-L2-202/SP-1171 and PR 1984, as applicable, are established for each
purchased product for permanent installation.
Contractor is responsible to ensure all Materials are meeting Company technical
specification(s).
Contractor shall demonstrate at any time if requested by the Company or its Representatives
that the Materials meet the Company technical specification. In the event of failure to
demonstrate, Contractor is responsible to replace or repair at his cost. The repair is subject to
Company’s agreement.
Contractor shall undertake any additional inspections if required by the Company.
Company reserves the right to determine the level of Company involvement in the inspection
on Contractor’s suppliers/Vendors/Subcontractors/sub-vendors etc. The Company may
change at any time its inspection level, Contractor shall update the inspection test plan
accordingly with no additional cost to Company.
On issuance of pre-inspection, meetings with respect to PR-1984 and GME-QS-L2-202/SP-
1171 shall be realized.
Pre-Inspection meetings shall normally be considered for purchase orders which:
a) Are complex or critical in terms of metallurgy, fabrication welding, testing and assembly
and involve special manufacturing processes and procedures.
b) Involve critical sub-orders requiring source inspection.
c) Involve a Vendor or major sub-Vendor’s who are either unknown or not recently used
by the Contractor.
d) Certification requirements.
e) Require Inspection by Regulatory Authorities.
Note: Contractor is to reference to provided Material Requisition, Section IV for guidance on
the requirement of Pre-Inspection meetings, and interventions as related to inspections.
Pre-Inspection meetings shall address the following points as a minimum:
a) Environmental and Safety measures.
b) Clarifying of relevant requirements between the key parties involved, including
agreement on any noted exceptions / queries.
c) Finalising the inspection and test plans.
d) Making the Vendor aware of the local laws, regulations and statutory requirements
and the inspections that Contractor, Company appointed Third Party Inspector and
other parties shall carry out.
e) Clarifying documentation requirements, communication, reporting, interfaces between
key parties etc.
f) Review of sub-Vendor and suborders.

C- 4 - Scope of Work Page 97 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

g) Review and approval of Vendor manufacturing, welding, inspection and testing


procedures.
Prior to Pre inspection Meeting, Contractor shall ensure that vendor documents such as ITP,
GA, manufacturing drawings, data sheet, process flow diagram, PEFS, variation / concession
approval from relevant authorities duly identified during TBE, and any other engineering
documents which are deemed as mandatory for to proceed with manufacturing activities are
at least in the status of “Approved With Comments”
The Contractor shall advise the Company of the program of pre-inspection meetings as soon
as possible but at least ten (15) days prior to the meeting. Company reserves the right to
attend or nominate a representative to attend on its behalf.

5.9.3 Quality Control – Criticality Rating


Contractor shall establish a documented procedure for criticality evaluation with respect to PR
1984 and apply for all Equipment and Materials purchases. The procedure shall be submitted
for Company review and approval during Mobilization. The concept of criticality shall be used
in order that minimum acceptable technical and non-technical requirements are specified for
any particular item. It is intended that the responsible adoption of this approach will ensure
that the required minimum standards are met for all applications without over-engineering and
there by ensure a cost–effective approach.
For all criticality 1 and 2 items, unless otherwise indicated, Contractor shall arrange a Kick Off
/ Pre-Inspection Meeting (KOM / PIM) between the Company, the Vendor and Contractor at
Vendor’s premises, prior to start of any manufacturing activities by the Vendor. All co-
ordination and interface regarding KOM / PIM between the Company, the Vendor and
Contractor shall be Contractor’s responsibility. For further detail on equipment specific
KOM/PIM requirements, refer to the Material Requisition, Section IV.
Contractor shall ensure that a minimum of 15 Working days advance notice is given to the
Company for participation in the KOM / PIM / Inspection.
In addition to compliance to PR 1984, following shall be referred for assessment of criticality
of an item:
a) Safety (consequence of failure of item).
b) Production loss.
c) Design maturity.
d) Manufacturing complexity.
The Materials shall be rated into four (4) categories/classes:
a) Highly critical - Criticality rating 1.
b) Critical - Criticality rating 2.
c) Marginal - Criticality rating 3.
d) Non-critical - Criticality rating 4.
At Design stage, criticality of each Material shall be determined / verified. The criticality rating
shall be approved by the Company.

C- 4 - Scope of Work Page 98 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Contractor shall determine quality assurance requirements based on criticality rating of the
Material. The following are quality assurance requirements:
a) Approval of Vendor quality plan (in accordance with GME-QS-L2-202/SP-1171).
b) Approval of Vendor quality control plan/Inspection & test plan (in accordance with
GME-QS-L2-202/SP-1171).
c) Approval of ITP by Company.
d) Approval of vendor Designs, calculations, drawings, etc.
e) Approval of vendor procedures (e.g. welding, NDT, coating, etc.).
f) QA participation in pre-inspection/kick-off meeting.
g) Review of Material requisition, Purchase Orders by QA.
h) Technical appraisal/ technical clarification of quotations by QA.
i) QA attendance in Kick off meeting.
j) Witnessing key inspections and tests at Vendor premises.
k) QA audits on Vendors.
l) Release of items by QA/TPIA Inspector.
m) Sample inspection at Contractor’s premises.
The extent of application of above quality assurance requirements shall be based on criticality
rating of the Equipment/ Material.
Independent labs (Quality system complying with ISO 17025):
a) For HIC/ SSC/ SCC tests: The testing Lab shall be approved by Company.
b) Note: Labs recognized/ listed by ILAC are acceptable for mechanical tests.
c) For Welding Procedure Qualification testing: The requirements of SP 1177 and SP
1173 shall apply.
d) Non-Company approved or ILAC listed laboratories shall be submitted for review and
approval by Company prior to use.

5.9.4 Quality Control – Verification of Purchased Product


Contractor’s inspection personnel or its appointed Third Party Inspection (TPI) inspector shall
witness/perform inspection at Vendor’s premises for all items for which interventions are
identified in approved ITP including items requiring Factory Acceptance Test (FAT).
Contractor shall establish a documented procedure for Source/receiving inspection and
verification of Material certificates. No Material shall be used in an installation unless certified
by the Company Inspector at Site.
Contractor or its representative shall carry out verification and inspection during fabrication,
manufacturing and testing as per requirements of Company technical specifications.
Contractor Personnel or its representative shall be competent to inspect the product and shall
be approved by the Company.
Contractor shall ensure that Hold, Witness, Review, Monitor, points are identified in the ITP
for Contractor, the Vendor, sub-Vendor, Third Party Inspector / Authorized Inspector and the
Company or its nominated Inspection Agency. The Company shall indicate its Hold, Witness,

C- 4 - Scope of Work Page 99 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Review, Monitor points in the inspection and test plan (ITP). The ITP shall be strictly in
accordance with GME-QS-L2-202/SP-1171 and shall be approved before any
manufacturing/production/fabrication starts.
Criticality of Equipment - All criticality items shall be certified by the TPI agency that is
nominated by the Company (at Company’s cost) and the TPI shall issue certification as
required by GME-QS-L2-202/SP-1171. For more detail on equipment specific criticality and
the assigned criticality rating, according to PR-1984, refer to the Material Requisition, Section
IV.
Approved Vendors - All Material/equipment shall be procured from Vendors registered with/by
the Company for the particular category (refer Company approved Vendors list). Otherwise,
Contractor shall ensure the proposed Vendor is approved with the Company before placing
any purchase order on the proposed Vendor following Company standard practices and
procedures.

5.9.5 Quality Control – Material Traceability


Traceability shall mean the ability to trace the history, application or location of an entity by
means of recorded identifications.
Contractor shall establish a documented procedure to ensure that critical Materials used in
the Contract are traceable to their origin (manufacturer by industrial practices, e.g. cast / heat
numbers) and positively identify each grade of Material throughout manufacture. This
procedure shall address the minimum traceability required that is consistent with safe
operation of equipment and installations. For each equipment /Material, the Contactor shall
determine the level of traceability required and shall be based on consequences of failure
through mistaken application of Materials.
The identification, traceability and certification of piping shall meet requirements specified in
DEP31.38.01.31-Gen, latest revision.
Contractor shall ensure that the traceability of all installed items are incorporated into
Company required tracking systems as applicable, and for surplus material, material and data
are properly handed over to Company’s designated warehouse.
Contractor shall ensure testing material contingency is captured in purchase orders for items
which are procured from stockiest.
Material certification and traceability are closely related. EN 10204 and ISO 10474 sets out a
framework for the basis of certificates.
Unless otherwise indicated [in documentation provided within the Contract] Materials shall be
certified to the following level (refer to equipment specific material requisitions and
specifications):
Pressure retaining Material for sour service As per ISO10474 “Inspection Certificate
(e.g. fitting, bends, bolting, valves, pipes 3.2”
etc.).

C- 4 - Scope of Work Page 100 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Pressure retaining Material operating at As per ISO10474 “Inspection Certificate


temperatures below 0degC. 3.2”
Pressure retaining Material operating at As per ISO10474 “Inspection Certificate
temperatures above 400degC. 3.2”
Duplex and super duplex Materials and As per ISO10474 “Inspection Certificate
corrosion resistance alloys. 3.2”
Pressure retaining Material for non-sour As per ISO10474 “Inspection Certificate
service (e.g. fitting, bends, bolting etc.). 3.1”
Pressure retaining structural Material (e.g. As per ISO10474 “Inspection Certificate
tank plates). 3.1”
Non- Pressure retaining structural Material. As per ISO10474 “Inspection Certificate
2.1”
Electrical items. As per ISO10474 “Inspection Certificate
3.1 & CE marking or equivalent if approved
by the Company.
Instrumentation items. As per ISO10474 “Inspection Certificate
3.1 & CE marking or equivalent if approved
by the Company.
Civil items. As per ISO10474 “Inspection Certificate
3.1 & or equivalent if approved by the
Company.
For Electrical, Instrumentation and Civil items, Contractor shall submit Material approval
sheets to the Company for approval before procurement.

5.9.6 Quality Control – Construction QA and QC


The documents, activities and records shall comply with the requirements of Company Quality
Management System for Project Delivery Code of Practice (CP-190) including referenced
Standards and Specifications, GME-QS-L2-202/SP-1171, and ISO/TS 29001 and ISO
9001:2008/2015 and the specifications provided with Contract.
All QA/QC Personnel including Subcontractor Personnel shall be approved by the Company
in accordance with GME-QS-L2-202/SP-1171 prior to mobilization to site.
All Construction Quality Plans (QCP), Inspection and Test Plans (ITP), and Construction
Method Statements shall be submitted for review and approval by Company prior to
commencement of work. Appropriate document approval code shall be achieved prior to use
of the Plans and/or Procedure for execution of controlled works.

5.9.7 Quality Control Plans / Inspection and Test Plans


The ITPs covering all the activities of the Contract scope shall be prepared and submitted for
review and approval. ITPs shall be prepared and developed in accordance with the format
included in GME-QS-L2-202/SP-1171

C- 4 - Scope of Work Page 101 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Section IV of the Material Requisitions provided with the Contract Scope of Work shall be
supplemental to the requirements established within GME-QS-L2-202/SP-1171.
All ITPs for individual parts of the work shall be submitted to the Company for approval at
least 21 days prior to commencement of each part of that work. No construction work shall
commence unless the relevant Construction Quality Control Plan and ITP is approved by
Company.
Sub-contracted construction activities shall be clearly identified and the Contractor shall
ensure that construction subcontractors’ prepare ITPs for review by the Contractor and
approval by Company. The construction quality control plans shall be structured such that
activities are listed sequentially and in a logical order.
Test results of all quality control testing, as part of the ITP, shall be submitted for review and
within 1 working day of receipt by the Contractor when related to construction activities. Where
sequential work is dependent on these results submission should be made as immediately as
possible.
Despite these results and plans being required for review and approval by the Company the
responsibility for the quality of the project meeting the specified requirements remains with
the Contractor.
Inspection and Test Plans shall cover the following as a minimum:
a) Review and approval of manufacturing procedures
b) Review and approval of welding & NDT procedures
c) Incoming material inspections
d) Tests to determine compliance of Material.
e) Witnessing tests or the review and approval of certification of operator's qualification
to carry out the Work required.
f) Visual and dimensional examination of components
g) Non-destructive examination of materials in progress
h) Witness and review of PWHT (where applicable)
i) Installation inspection for construction completion – Punch listing
j) Clearance for flushing and testing
k) Pressure tests and leak tests
l) All painting inspection / test activities in accordance with SP 1246.
m) Insulation inspection and testing
n) Mechanical completion Inspection
o) Release for shipment where off-plot fabrication / manufacture is involved
p) Acceptance criteria for all the inspection and tests listed
q) Contractor’s responsible personnel to perform inspection and testing
r) Inspection and test records / formats (verification document) the same shall be
included in the ITP
s) Hold, Witness, Review & Monitor points for sub-vendor (where applicable), Contractor
and Company
t) Contractor shall give Company notice to attend and participate in the inspection and

C- 4 - Scope of Work Page 102 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

verification of Hold, Witness and Review points of the ITPs. Refer to the Section IV of
the Material Requisition for notice period on specific equipment.
No further activities shall proceed until the ‘Hold’ point inspections are completed and
approved unless otherwise agreed in writing by the Company. ‘Witness’ inspection may
proceed if the Company inspector does not attend the inspections at the scheduled time as
per notification as above.
The inspection or test shall be witnessed by the Company inspectors / Company nominated
third party inspectors as per the approved ITP. Any third party certification to meet code
requirements shall be the responsibility of the Contractor.
Company’s acceptance of inspection and tests results or otherwise shall not absolve the
Contractor’s contractual obligations to meet the quality requirements specified therein.

5.9.8 Quality Control – Commissioning & Start up QA and QC Plans


The Contractor shall develop an integrated Commissioning and Start Up plan identifying:
a) The activities to be carried out and a clear order of dependency for these activities.
b) The resources required including provision of Vendor Commissioning specialists
where required. Equipment and spares required during commissioning.
c) A comprehensive set of Commissioning and start up procedures including Safety and
Environmental provisions and Permit to Work procedure.
d) Commissioning Check lists identifying the checks / tests required during the
commissioning process and the Engineer responsible for performing / accepting the
tests.
e) Procedures for the progressive hand over and acceptance of systems.
f) Records required to verify plan compliance.
Prior to commissioning any part of the Work the Contractor may undertake a comprehensive
Pre-Commissioning Audit to ensure that:
a) All the equipment, Personnel, and procedures are available to progress the
commissioning in a safe and successful manner.
b) Any outstanding construction work (Punch List items) can be safely and economically
completed after commissioning.
c) All regulatory approvals have been obtained and are available.
d) Required records have been identified and maintained.
e) The audit will include the participation of Company QA, Engineering and Operations
personnel as agreed with Company.
Procedures for the final acceptance and hand over of the plant to Company will be agreed
including training requirements of operations personnel.

5.10 HSE
Contractor shall comply in all aspects with the HSE requirements stated in the Contract
including, those stated in the Document C-9 - HSE Specifications and SP1208. Contractor

C- 4 - Scope of Work Page 103 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

shall ensure that the requirements are understood and implemented by all levels of personnel
within the Contractor's, Sub-Contractors and Vendors organization.

5.11 Planning and Reporting


The Contractor shall produce a detailed Project schedule (level-4) as per the milestones
stipulated in C-5, listing all deliverables and activities to be produced during the Work, together
with their planned dates.
This Project schedule for the complete scope shall be issued for Company approval within 2
weeks from the Letter of Award date or the Effective Date of the Contract, the Contractor shall
update the schedule and use it to monitor and report progress.
Any delay shall be notified by the Contractor to the Company immediately once the delay
becomes apparent, and any changes to the schedule shall be discussed with and approved
by the Company.
The Contractor shall allow a period of 2 weeks for review by the Company of documents &
drawings released for comments. Reports, drawings and documents issued by the Contractor
for approval will be returned by the Company within 2 weeks.
Contractor shall chair weekly and monthly project review meetings with the Company Project
management team. Contractor to submit Weekly/Monthly progress reports as follows:-
Frequency
Report Type Description
of Issue
Weekly Report Weekly summary of project status including as a Weekly
minimum:
• Executive Summary
• Progress & Planning
• Mobilization status
• HSE
• Engineering Activities
• QA / QC Activities
• Construction Activities – Discipline wise
summary (This period / Next period)
• Material Tracking Report
Monthly Report Monthly summary of project status including as a Monthly
minimum:
• Executive Summary
• Progress & Planning
• HSE
• Engineering Activities
• QA / QC Activities
• Construction Activities – Discipline wise
summary (This period / Next period)

C- 4 - Scope of Work Page 104 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

• Material Tracking Report


• Value of Work Done (VOWD) report
Monthly Schedule Level 4 schedule & S Curve, variance analysis and Monthly
Update associated narratives.

Contractor shall also adhere to the requirements stated in “Planning and Scheduling for
Contractor” documents attached as part of C-8 of this Contract Document.

5.12 Documents and Drawing For Review / Acceptance

5.12.1 General
Contractor shall be responsible for obtaining all necessary documents comment and
acceptance from Company and any other relevant parties as and when required. It is to be
noted that obtaining acceptance does not absolve the Contractor from meeting the
requirements stipulated in the Contract.
Contractor shall provide and utilize Electronic Document Management system for the entire
project documentation including document check-in/check-out access controls, review and
approval processes
Contractor shall submit drawings and documents to the Company in advance of the design
completion, procurement activities being finalized, milestone completion and construction
commencing. The Company reserves the right to make comments to these documents and
drawings if the Contract, specification, Company standards and procedures are not being
adhered to by the Contractor.
Documents shall be checked and signed at each revision submittal and shall not be accepted
by the Company unless the applicable boxes on the Revision History have been completed
by the Contractor and signed off by the Company Responsible Engineer.
The Contractor is responsible in ensuring that all project deliverables are included in document
register which will be prepared by Contractor and approved by the Company. Contractor shall
be required to submit additional documentation, drawings, reports, manuals, data, etc. as
requested in the Contract and as required for completion of the work.
The number of documents requiring approval by Company shall be limited in view of the
Contract intent that Contractor shall establish its own internal controls to ensure compliance
with the Contract, Specifications, Scope of Work and quality requirements. Company’s
predominant role shall be one of audit to check that Contractor’s internal controls ensure
controls are properly implemented and adhere to.
All documents shall be submitted to Company under cover of transmittal forms. Company
shall return documents likewise under cover of a transmittal form. The sequential numbering
of these transmittal forms shall be agreed and recorded by both parties.
Contractor shall develop project Documents Review procedure which stipulate level of
responsibility and accountability in both the Company and Contractor, the document shall

C- 4 - Scope of Work Page 105 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

describe the procedures to be followed for the Contractor in issuing and for Company in review
and acceptance of the drawings, documents. The procedure shall be reviewed and approved
by both parties.
Documents requiring Company APPROVAL shall be clearly marked ‘FOR APPROVAL’ and
shall be sent by Contractor to the Company with a covering letter under cover of a document
transmittal form.

5.12.2 Review/Acceptance Duration by Company


Contractor shall establish and agree with the Company indicating Contractor’s forecast dates
of issue for each stage of document review cycle. Contractor shall include in the project overall
schedule/plan a minimum of 2 working weeks for the Company to review and comment on
each document / drawing. Company shall not be obliged to return within 10 working days any
documents that are not issued in accordance with the forecast by the Contractor. If documents
have not been returned to Contractor within 2 working weeks after issue, Contractor shall
advise Company in writing of Contractor’s intention to proceed with the Work following a
minimum of five working days from the date of the issue of the advice.

5.12.3 Acceptance by Company


Documents shall only be issued FOR APPROVAL after prior issue FOR COMMENTS has
resulted in no comments or all Company previous comments have been included in latest
documents / drawings. Otherwise the Company shall have the right to reject the documents /
drawings.
Documents shall be treated as if they were issued FOR COMMENTS and after
implementation of the comments .The documents which have been approved shall be
released for subsequent action.
Numbering and coding shall be in accordance with OGC “Project Document Numbering and
Equipment Tagging Procedure”, reference to C6.

5.13 Interface Management


Contractor to produce and implement an interface management procedure and maintain an
interface register. Interface management is included in Contractor’s Scope of the Work. The
Contractor is advised that other engineering / construction activities by other parties may be
underway at the same time as the Work. The Contractor shall be aware of all interface
potential and shall make due allowance in project planning, cost and scheduling to take
account of them.
This project will be undertaken in close cooperation with the consumers & suppliers, being
amongst others. Interface Management Plan will be prepared to outline the approach the
stakeholders incorporate during the project execution. The main objectives of interface
management plan are:
a) To identify the list of interfaces including consumers, suppliers, ministries & authorities.
b) Provide schedule requirements

C- 4 - Scope of Work Page 106 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

c) To incorporate interfaces coordination & time requirements into schedule for project
effectiveness & integrity
d) Initiation, Managing & reporting interface coordinating meetings.
e) Resolution of related issues.
f) To establish a communication procedure for effective communication and exchange
information between interface parties & stakeholders.
The Contractor is advised that other engineering, materials handling, construction, testing
and, pre-commissioning and commissioning activities may be underway at the same time as
this Contract Work and in the vicinity of the Work. The Contractor shall be deemed to have
taken account of such works in planning and scheduling and all related interfaces with such
activities.
The Contractor shall be required to interface with others in order to exchange and review
information and plan and co-ordinate the Work.
The Contractor shall prepare and maintain a register of interface related issues and shall
actively expedite the resolution of all such issues.
Execution of the Work by Contractor and by other interfacing Contractors may result in
interface related changes in the Contractor’s activities. All Work associated with identifying,
managing and implementing such changes shall be deemed to be included in the Work and
shall not be the subject of a Variation.
If the Contractor identifies a requirement to change the physical dimensions, material type or
location details of any of the physical interfaces identified on the Company provided
deliverables, the Contractor shall submit the details of the proposed changes to the Company
for approval prior to implementing any changes and such changes shall be deemed to be
included in the lump sum Contract price.
Any interface information required from interface parties, in any form, shall be obtained by
Contractor and shall be part of lump sum Contract price.
The Contractor shall interface with Company’s Operations Department on all matters relating
to, but not limited to:
a) Crossing or working close to existing Company facilities and utilities including pipeline
and cables
b) Working within existing Company facilities
c) Tie-in to existing Company facilities and utilities
d) Pre-commissioning
e) Commissioning of ancillary systems

5.14 Permits, Consents and Licenses


The Contractor shall identify and obtain all necessary permits, consents and licenses from the
Government, Concessional area owners and or other statutory authorities. The Contractor
shall comply with all conditions or restrictions imposed by any such consent. Permitting may

C- 4 - Scope of Work Page 107 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

require interfacing with multiple agencies based upon the mandate/jurisdiction of each
agency.
The Contractor shall undertake quarterly reviews of the projects permitting status and
compliance with permit conditions.
The Contractor shall submit a Permit Plan to the Company for information within 30 days of
the Effective Date. The Permit Plan shall list but not limited to:
a) All required permits, consents and licenses
b) The authority to whom application must be made
c) The planned date for obtaining the consent taking into account the expected time for
the authority to consider the application for consent
d) Any permit required for using the R.O.W of any of the Foreign or Company existing
pipelines.
The Contractor shall report progress on obtaining consents in the monthly report and any
difficulties which delay obtaining consents in the weekly report (see Document C-8 –
Procedures for Contractor). The Contractor shall maintain the Permit Plan up to date and add
any additional requirements as they become known.
Any fees or other costs associated with obtaining any permits, consents, fulfilment of statutory
requirements or licenses are deemed to be included in the Contract Price.
Within the vicinity of Company operations/Interfacing Party operations, the Contractor shall
carry out the work in accordance with the Company's /Interfacing Party’s Permit To Work
(PTW) system, as required. The Contractor's relevant supervisory personnel shall have the
necessary Company certificates to act as Permit Holder. The Contractor should note that the
PTW requires administration input and therefore should plan his works, so as to give the
Company maximum notice for permits; i.e. not less than 48 hours. The Contractor shall make
due allowances in his planning schedule to take care of the time required for the PTW system.
The Contractor is responsible for ensuring that any person carrying out the work for which a
PTW is required fully understands his and his supervisor's obligations under the PTW system
and the Contractor adequately plans for such permits in its working schedule and price.
This section details out the Contractor Responsibilities, but not limited to the Scope of Work
• Permits, Consents and Licenses
a) All permit Work requirements associated with OGC and other regulatory authorities
shall be attained and followed by the Contractor. Contractor shall be fully aware of the
OGC permits requirements and other mandatory requirements of regulatory
authorities to be followed for this Contract.

b) The Contractor shall identify and obtain all necessary permits, consents and licenses
from Government, municipality or other statutory authorities to complete the Scope of
Work. The Contractor shall comply with all conditions or restrictions imposed by any
such consent.

C- 4 - Scope of Work Page 108 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

c) The Contractor shall submit a Permit and authority approval Plan to the Company for
information within 30 days of the award date. The Permit Plan shall list:
• All required permits, consents and licenses from government. Municipality and
third parties.
• The authority to which application must be made
• The planned date for obtaining the consent taking into account the expected time
for the authority to consider the application for consent
d) The Contractor shall report progress on obtaining consents in the weekly and Monthly
Report and any difficulties, which may delay obtaining consents in the Weekly Report.
The Contractor shall maintain the Permit Plan up to date and add any additional
requirements, as they become known.
e) Any fees or other costs associated with obtaining any permits, consents or licenses
are deemed to be included in the Contractor’s Lump Sum.

f) The permits, consents and licenses referred to in this Article shall include, but not be
limited to:
i. Consent to extract soil for construction purposes
ii. ROP road passes
iii. Traffic routing plans for transportation of personnel, plant and materials
iv. Camp site approvals
v. Storage site approvals
vi. Consent to extract water
vii. Consent to discharge water
viii. Consent to dispose of wastewater
ix. Consent to dispose of any construction waste
x. Consent to dispose of any other waste.
xi. Any other consent or approval process not listed above.
g) The Contractor shall ensure that all non-Omani employees (including those of any sub-
Contractors) have valid entry visas, residence permits, labor cards or any other
documentation required by the laws of the Sultanate of Oman.
h) The Contractor shall ensure that all employees (including those of any sub-
Contractors) who are required to drive any vehicles as part of their duties are in
possession of a valid driving license acceptable to the ROP, PDO and the Company
whilst carrying out those duties.
i) Visa, residence, labor and multiple entry road permits for working, driving licenses,
Permits to Work, and Journey Management Plans shall not be part of the Permit Plan.

C- 4 - Scope of Work Page 109 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

j) Should any permit, consent or license have a limited duration, which expires before
the completion of the activity to which it relates, the Contractor shall include renewal
of the permit, consent or license in the Permit Plan
Company shall not be obliged to provide assistance to the Contractor in securing necessary
permits or data from authorities and /or third party agencies excepting if any OGC paperwork
is required.

5.15 Public Relations


The Contractor shall appoint a public relation officer, who shall be an Omani national, for
overall co-ordination of the project public relations, external liaison requirements and for
safeguarding the Company’s reputation. This position shall report directly to the Contractor’s
contract manager and the incumbent will be based at the construction site during construction
stage of the work.
As part of the scope, Contractor shall make all arrangements for prompt settlement (including
financial) of any claims made by third parties for disruption or damage caused by the execution
of the work including construction activities.
The PRO shall document and maintain complaints/grievances from the local community. The
PRO shall maintain communication with the local community and inform them about the
project and its progress.
The Contractor shall prepare and maintain and implement a Community Management Plan.

5.16 In-Country-Value (ICV) and Local Community Support


Contractor shall address and comply with the entire requirement of the ICV section as stated
element in C7 and shall be deemed as part of the lump sum price.

C- 4 - Scope of Work Page 110 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

6. FACILITIES

6.1 Contractor’s Offices in Oman


The Contractor shall establish a project base office in the capital area of Oman prior to
commencement of Mobilization of the Construction related Facility. The office shall be suitable
for the Management, Engineering and Procurement support activities related to the
Construction phase. The office shall be available from Commencement Date up to the
Completion Date.
Contractor shall allow unrestricted access for Company, Company's representatives and other
Contractors approved by Company, to this office.
The Contractor shall establish a project Site office at the Site construction camp. Location of
any camp shall be identified and proposed by the Contractor to the Company for approval.
Maximum distance between Camp and work site shall not be more than 80 km.

6.2 Construction Facilities and Services

6.2.1 Site for Contractor's Camp


The Contractor shall make its own arrangements for any camp Sites, work Sites, industrial
and lay down areas with the land owners, local municipality or Government. The Contractor
shall be responsible for all acquisition costs, permit and licenses including related costs
associated with such Sites. The Contractor shall comply with all requirements of the land
owners, local municipality or Government and restore each Site to the full satisfaction of the
land owners, local municipality or Government when it is no longer required for the Work. The
Company will require written confirmation to show that such requirements have been satisfied.
Government requirements shall override those of this Contract wherever more stringent.

6.2.2 Contractor's Facilities


The Contractor shall construct, provide, mobilize, maintain, operate and demobilize a new
temporary Facility required to complete the Work. The Facility shall meet statutory and
Company requirements including SP-1256 Camps, Offices, Laboratories, Workshops and
Industrial Safety Specification and shall be dedicated for the project and shall not be shared
with any other project.
As appropriate to the Engineering, Procurement and Construction phases, each of the
Contractor Facility shall include:
Construction offices at or near work Site, accommodation, recreational facilities, workshops,
canteen, clinic, toilets, warehouses, storage areas, parking areas and outdoor work areas. All
transportable accommodation units shall be in line with SP1277.
Chemical Storage areas as per MD25/2009, Company Requirements, EIA requirements and
permit conditions
Waste storage area as per MD 17/93, MD18/93, Company Requirements, EIA requirements
and permit conditions. Should facilities not be available for disposal of waste the Contractor

C- 4 - Scope of Work Page 111 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

shall be responsible to make alternate arrangement for management of waste as per Best
Practices.
All necessary services and utilities, including water, power, security, communications, sewage
treatment, waste collection and waste disposal in accordance with the Company
Specifications including the Environmental Standards. No water and sewage haulage shall be
allowed and permitted even on a temporary basis.
Contractor’s facilities are defined (but not limited to) the following:
a) Plant, equipment, tools and consumables.
b) Access facilities including scaffolding, ladders and stairways.
c) Protection against weather and sand.
d) Safety, first aid, emergency and fire-fighting equipment including all necessary HSE
signs and notice boards.
e) All temporary works.
f) All necessary security systems and fencing to prevent unauthorized access to the
Facility and work areas.
g) Construction communication facilities.
h) Recreational areas and facilities for Contractor and Company personnel.
i) All transport services and facilities for Contractor and Company personnel Ownership of
the camp facilities shall at all times remain vested in Contractor. Any Site furnished to
Contractor shall be restored to original condition (cleared and cleaned), and returned to
Company by the Completion date of the Contract.
The Contractor shall allow unrestricted access for the Company, Company Representatives
and any other persons or companies authorized by the Company to visit the Facility and work
Sites.
The Contractor shall make any arrangements necessary for any required temporary
accommodation and messing until the Contractor’s facilities are completed. The Contractor
shall ensure that any such temporary accommodation and messing facilities meet Company's
HSE requirements.

6.2.3 Water Supply and Waste Water Management


The Contractor shall provide adequate water supply facilities required on the Sites, including
adequate supply and storage of drinking water, with all necessary drainage. The Contractor
shall note that no potable water supply is available from the Company resources. The
Contractor shall ensure that water shall be sourced from licensed approved water sources.
The Contractor shall provide the water for hydrostatic testing in line with SP-1208, all
necessary facilities required for the testing and the disposal of the test water, including tank,
piping, pumps manifolds, and pressure gauges. The procedure for the test water disposal

C- 4 - Scope of Work Page 112 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

shall be approved by the Company. The Contractor shall ensure that all necessary permit for
the management of hydro test water are obtained from the regulators prior to outset of testing.
Where the Contractor utilizes a camp or base with a daily effluent discharge from an
equivalent population of greater than 150 people, the Contractor shall provide a Sewage
Treatment Plant (STP) in accordance with the Ministerial Decree 145/93 "Regulations for
Septic Tanks and Holding Tanks". The Contractor shall ensure that all associated Permits to
Discharge are obtained from the Regulatory Authorities.

6.2.4 Power Supply


The Contractor shall provide and maintain a secure, stable, self-contained electric power
supply system on the work Sites including camps, workshops and offices with sufficient
generating capacity to power all construction Facilities safely. The Contractor shall Supply
and Install the necessary cables and accessories for all the electrical Installations.
The Contractor shall submit to the Company for approval; Detailed schematics of all proposed
temporary electrical Installations on the Site at least two weeks prior to commencement of
Installation of the same.
The Contractor shall Install and maintain all lighting required for the performance of the Work.

6.2.5 Transport Conditions


Transportation of all temporary and permanent equipment and materials shall be part of the
Scope. The equipment and packing must be able to withstand rough dusty and corrugated
gravel roads. The Contractor shall check the current regulations and safety rules before
carrying out transportation. Any requirement for ROP escort shall be the responsibility of the
Contractor. All materials requiring air-conditioned environment for storage shall be transported
by means of suitably air-conditioned truck.

6.2.6 Temporary Site services


Prior to erecting any temporary facilities, the Contractor shall submit the detailed drawings of
the proposed temporary facilities and the number of personnel using these facilities, to the
Company Site Representative, for approval. The Company shall have sole judgement as to
whether the Contractor's proposals comply with the Company's requirements.
Sanitary conveniences shall be provided and maintained by the Contractor and shall be
approved by the Company and the local authority concerned.
The Contractor shall make all temporary arrangements for the proper discharge of sewage
and drainage associated with the work and shall maintain the same to the satisfaction of the
Company representative and the authority concerned.

6.2.7 Communications at Site


The Contractor shall make his own arrangements for installation of telephone & Email
facilities at the Contractor Site office. The Contractor shall provide the number of fixed

C- 4 - Scope of Work Page 113 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

telephone lines required for the execution of the Work. All associated costs for provision of
equipment, installation and utilization bills shall be paid by the Contractor.
For communication within the Site area, local portable radios can be used. If the Contractor
proposes to use this facility, a written request shall be sent to the Company representative for
authorization. At certain places along the route of the pipeline, a GSM network does not exist.
At all such places, Contractor shall ensure that an emergency communication system is
established and is fully functional.
All communication arrangements are part of the Work and shall include a computer network,
fiber optic cable laying or micro tower installation by Contractor, provision of telecom cabin
and Commissioning of the communication system. The construction communication system
at each of the camp site shall be such that all Company offices and rooms are connected to
Company existing telecom and IT network.

6.2.8 Medical Facilities


The Contractor shall provide first aid facilities at site and for any medical treatment &
emergencies and ambulance(s) for the Contractor’s organization, Contractor should tie up
with relevant medical service providers.

6.2.9 Maintenance
The Contractor shall be responsible for the proper maintenance of his Facilities, Materials,
tools, equipment and all temporary facilities erected within the allocated areas including the
fences, gates and access roads constructed by the Contractor. Maintenance of right of way
and all other temporary access roads during the Construction phase shall also be part of the
Scope of the Contractor.

6.2.10 Demobilization of the Workshop and Camp facilities


The Contractor shall demobilize all Contractor's Facilities at Site including, construction
equipment, surplus materials, waste, office buildings, covered areas, workshops,
prefabrication shops, storage facilities, accommodation facilities, electrical and water
distribution systems and all supporting facilities. The Contractor shall reinstate the area to a
clean and tidy condition to the satisfaction of the Company. The Company may optionally
require the Contractor to leave some or all piping, wiring, FOC, roads, fences, landscaping,
irrigation, and any permanent improvements on the Site and the same shall be deemed to be
included in Contractor’s Scope.

6.2.11 Surplus Materials


At the completion of the Work Contractor shall remove all surplus, spare, demolished and
other Materials from Site, and transport all surplus Company free materials and
decommissioned line station piping, if any to allocated Company Supply Yards. Contractor
shall provide details of material traceability along with required MTCs etc. in the format
provided by the Company.

C- 4 - Scope of Work Page 114 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

6.3 Facilities and Services for Company during Contract

6.3.1 General
Contractor shall provide the facilities and services for Company as described herein. Unless
specifically stated otherwise, the cost for provision of such facilities and services shall be
included in the lump sum price for project management, including the provision of utilities
(including but not limited to electricity, gas, water and sewage) required for the running of
these facilities.
In addition, Contractor will ensure that all the facilities provided shall include adequate safety
equipment, including but not limited to, fire extinguishers, fire blankets, and the like.
Company may require the number/extent of these facilities and services to be amended during
the lifetime of the Contract. The cost of these changes (increase or decrease) shall be
accounted for via a Variation to Contract (or negative Variation to Contract) using the Rates
in Section C5.
Should the duration of the Engineering & Procurement and/or Construction phases change
from the original Construction Schedule, then the cost of these changes for the facilities and
services described within this Section, will be for the account of that party causing the change.
The costs or savings resulting from changes in the duration of the base scope facilities and
services required in this Section, shall be covered by any subsequent amendment to the lump-
sum price for project management services provided by Contractor. However, the costs or
savings resulting from changes in the duration of additional scope facilities and services
required by Company, shall be covered by a Variation to Contract using the Rates in Section
C5.
Unless stated differently below, all facilities and services provided by Contractor for Company
as described in this Section, will revert to Contractor upon completion of the relevant phase
of the Contract i.e. the Engineering & Procurement and/or Construction phase. Any costs
associated with “wear & tear”, maintenance, repair and refurbishment of the facilities and
services, are to Contractor’s account.
Contractor shall, at its own expense, obtain and maintain his own insurance for all offices,
facilities and equipment provided by Contractor for use by Company outside construction Site
areas during both Engineering & Procurement and Construction phase of the Contract.
All of the facilities and services specified in this section shall be provided within fourteen (14)
calendar of the commencement date of Construction Phase. They shall be subject to
Company’s Site Representative’s approval and shall be maintained by Contractor for use by
Company.
Provision of these facilities is to include all necessary infrastructures, including but not limited
to roads, pathways, parking area, drainage, fencing, waste storage areas, chemical storage
area gates and the like.

C- 4 - Scope of Work Page 115 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Company may require the office, accommodation, associated facilities and vehicles specified
to a greater or lesser degree during the period specified above. The cost of these changes
shall be accounted for via a Variation to Contract using the Rates in Section C5.

6.3.2 Mobile Telephones


Contractor shall provide Company with four (4) mobile phones (smart phones that can give
access to internet and emails) and required accessories, for use by Company during the entire
phase of Project.
Contractor shall bear the connection/disconnection fees, monthly rental charges (if any) and
the cost of all calls up to a maximum of (OMR 50) USD 130/month per mobile phone, in
addition 8GB internet data shall be considered per mobile phone, until the Project completion.

6.3.3 Company Cars


The Contractor shall supply two (02) brand new Four Wheel Drive Vehicles (4WD and Fully
Automatic) minimum 4500CC engine, to the Company specifications as stipulated in the
Document C-09 (HSE Specification), for Company’s personnel use and shall include
maintenance, insurance, unlimited fuel & daily cleaning. The cars shall be for the exclusive use
of the Company and for the purpose of carrying out duties associated with Company. This cars
shall be supplied to the Company within 14 days of effective date and shall remain with the
Company up to 14 days after the approval of Guarantee Run milestone. The vehicle must be fitted
with IVMS system.
6.3.4 Facilities and Services for Company during Construction Phase

6.3.4.1 Office Accommodation at Construction site


The facilities for Company personnel at Contractor’s Construction camp shall be as per
appendix-C of SP-1208 and shall be approved by the Company prior to occupation. The
facilities to be provided by the Contractor for the Company shall be suitable for 10 persons.
Company's Personnel will be located at the same Camp as the Contractor's Senior Personnel
and the office & residential facilities for Company personnel shall be totally independent and
segregated from the Contractor’s facilities.
Two (2) office of 25 m2, one for Project Manager and one for Company Site Representative
each shall contain one desk with one swivel chair, two visitor chairs, two four drawer filing
cabinets, two book cabinets (all lockable), one telephone with hands-off/ loudspeaker
operation and international dialing and direct dial facilities, one telephone answering machine,
one conference telephone set, one large whiteboard with accessories and one conference
table with six conference chairs and small size refrigerator.
Four (4) offices each 20 m2, designated as Visitors, Safety and QA Engineer offices. Each
shall contain two desks with one swivel desk chair per desk, two visitor chairs per desk, two
four-drawer filing cabinets & two book cabinets (all lockable), two drawing racks, one
telephone with hands off/loudspeaker operation and with international dialing & direct dial
facilities, one telephone answering machine, one large whiteboard with accessories.

C- 4 - Scope of Work Page 116 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

The offices shall be located above the external ground level. All offices shall have split-unit
air-conditioning units and have windows with sun blinds to the exterior of the building. The
offices shall be integrated, allowing passage internally to all parts of the office facility i.e. it
shall not be necessary to exit the block to gain access from one part of the facility to any other
parts.
Contractor shall provide full-time cleaners to clean the offices and replenish the entire daily
requirement including soap, towels, toilet rolls and hand dryers. Externally the building and
the car park shall be floodlit and ten (10) shaded car parking spaces shall be reserved for the
sole use of Company. The car parking spaces shall be as close as possible to Company
offices.
The office facility shall be provided with the following amenities:
a) One (1) suitably equipped kitchen;
b) One (1) cleaner’s room;
c) One (1) Gents toilet block containing three Western WCs with ablution sprays, two Asian
WCs with ablution sprays, three urinals, two hand wash basins with running hot and cold
water, soap and towels;
All of the above shall have split-unit air-conditioning units and be ventilated by exhaust fans
to the outside.
The proposed layout of the offices and amenities block for Company's use shall be submitted
to Company Site Representative for approval before any construction starts and shall be
designed and constructed in accordance with SP-1279, SP-1285, & SP-1275. Outside the
office and accommodation blocks Contractor shall erect a sign-board detailing the layout of
each applicable block.

6.3.4.2 IT Facilities
All IT facilities required by the Company at the construction camp during construction phase
shall be provided by the Contractor.
The Contractor shall provide dedicated telephone lines for internet/email use. However, the
costs of the calls will be borne to the Contractor.
The Contractor shall provide one (1) - 2 in one printer/scanner- in each CSR, DC offices and
supply of all required cartridges, maintenance
The Contractor shall supply all power supply, interconnection cables and any other material
required for the purpose and shall also provide overall 24 hrs. Maintenance cover for the
Company IT facilities.
After completion of the Contract, all IT facilities shall become property of the Company and
Contractor shall transport all such facilities to the Company office to be designated by the
Company.

C- 4 - Scope of Work Page 117 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

The Contractor shall provide a LAN and network server to link the PC’s with the printers and
the scanner. The LAN shall be implemented using the latest Company acceptable Netware
TCP/IP software. There shall be not less than two (2) spare ports on the LAN to permit
connection by the notebook computers.

6.3.4.3 Document Controller


Contractor shall provide, for the exclusive use of Company, one (1) Document Controller and
leave reliever. The Document Controllers shall receive, record, store, retrieve all documents
between Company and Contractor including all relevant documents with Subcontractor’s,
vendors, inspectors and the like. The Document Controller shall be fully conversant and totally
operational with all the electronic data transmission and storage systems that Company
requires. Sufficient office space shall be allocated for the document controller’s work.

6.3.4.4 Office Equipment, Services and Supplies


Contractor shall provide, in addition to items covered elsewhere, the following office services
and supplies, these shall be considered as part of Contractors cost:
a) Twelve (12) sets of spare safety helmets, and safety shoes for Company visitors.
b) A full-time Tea-Boy who shall provide mineral water, coffee, variety of juices, soft drinks,
tea, dates and biscuits (or cakes) and snacks service to Company staff and Company
visitors.

6.3.4.5 Temporary Residential Accommodation


Company Personnel shall be located at the same camp of senior Contractor Personnel.
Contractor shall provide, in his own residential camp, Ten (10) senior Personnel rooms fully
furnished with floor carpet, writing desk & chair, telephone, coffee table, refrigerator, 1 waste
bin and table lamp and attached toilet for each room for the exclusive use of Company.
In addition, two (2) suites shall be provided, each with a toilet, pantry and sitting room,
adjoining the bed room, fully furnished with floor carpet, 3 seater sofa with centre table, writing
desk & chair, telephone, coffee table, large refrigerator, 1 waste bin and table lamp, for the
exclusive use of Company visitors.

6.3.4.6 Residential Rooms


a) Each room shall have an attached bathroom containing toilet with ablution spray, shower
and wash hand-basin, hot and cold water supply, mirror, mirror light, exhaust fan and
bathroom cabinet. Each room shall be fully furnished; in addition to above mentioned
requirements, with new furniture and fittings, including:
i. 1 single bed measuring 120x200cm, with spring interior mattress and hard base
ii. 1 chest of 3 long and 2 short drawers
iii. 2 lockable wardrobes for storage of clothes
iv. 1 bed-side table and lamp
v. 1 desk with 2 chairs and desk light
vi. Carpet and curtains

C- 4 - Scope of Work Page 118 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

vii. 1 split-unit air conditioner


viii. 1 portable electric heater (winter months)
ix. 1 waste bin
x. 1 small refrigerator
xi. 2 pillows
xii. For each shift change - 2 blankets, 2 pairs of bed sheets, 2 pillow cases, 1 bed
cover
xiii. 3 double power sockets
xiv. The Contractor shall provide Flat TV of 34” minimum and satellite connections
which shall have as a minimum the followings Channels SHOWTIME banquet,
Nilesate banquet SET, STAR, ZEE, MBC, Aljazeera, Dubai, Oman, CNN, BBC, at
least two Subscribed movie channels and at least two Subscribed sports channels,
all satellite TV connection and subscription cost shall be to the Contractors
account,
xv. Fully functioning telephone set and network connections in all the Company
personnel rooms at camp site.
xvi. 1 Fire Extinguisher
b) Contractor shall provide to each room the following services:
Daily:
i. Laundry services for coveralls, towels and clothes, for all Company Personnel shall
be provided by Company approved Contractor
ii. Room cleaning and bed-making
iii. Toilet rolls
iv. Refill refrigerator with mineral water, soft drinks and juices
Weekly:
I. Changing of towels and bed linen
II. Soaps, shampoo

6.3.4.7 Messing Facilities


a) Contractor shall provide and maintain complete and clean messing facilities for Company
Personnel in senior Contractor Personnel’s dining hall.
b) Contractor shall provide Company Personnel with breakfast, lunch and dinner every day.
Each meal is to consist of choice of dishes (Omani, Lebanese, Indian, Continental, Veg,
Non-veg, etc.) and be commensurate to that offered in similar facilities in Oman. The
breakfast, lunch and dinner meal menu shall be approved by Company Site
Representative prior to each week.
c) In addition Contractor shall provide two special food nights as per company approved
menu.
d) Refreshments and snacks shall be provided to allow for late night working.

C- 4 - Scope of Work Page 119 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

6.3.4.8 Duration of Facilities and Services at Construction Sites


Contractor shall continue to maintain the offices, residential facilities, utilities, supplies,
amenities and all services at Site offices, for three (3) months after achievement of final
Milestone, provided that Contractor closes all punch list items with Company acceptance and
submits the final Company approved as-built documentation.
Before demobilizing the offices and facilities, Contractor shall check with Company Site
Representative to ascertain if the offices and services are required for a longer period.

C- 4 - Scope of Work Page 120 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

7. PROCUREMENT

7.1 General
Contractor shall procure all the mechanical, piping, civil, and electrical and instrumentation
Materials required for the completion of the Work (excluding Company Supplied materials if
applicable), spare parts, equipment, special tools, tackles required for erection,
Commissioning of the ancillary systems, maintenance, first fills, consumables and all
temporary materials, equipment. The materials shall be supplied in accordance with Company
specifications and standards.
Contractor shall procure for Company under the Contract Price all Materials for the Work
including, but not limited to,
1) Pre-commissioning & Commissioning spare parts and consumables
2) 2 year spare parts
3) Spare parts and consumables for start-up, hydrostatic test.
4) Special tools required for erection including hydraulic bolt tensioning equipment
5) Special tools and testing equipment required for maintenance
6) All other consumables
7) Temporary equipment and facilities
8) Tie-in and interface materials
9) Piping spools/ pup piece (ancillary pipes)
10) Jib crane and Pig handling equipment
Contractor shall expedite, inspect, label, handle, insure, ship, import and transport to the
construction site all materials required for the Work.
Procurement shall generally be in accordance with Contractor’s Procurement procedures and
policies, which are to be Company Approved. Contractor’s procurement policy shall be based
on the following primary principals.
• Competitive tendering (subject to Article 7 of Document C-3 General Conditions)
• Standardization
• Lowest overall life cycle cost
• Local market development.

7.2 Company Approved Vendors


The Contractor shall not procure any materials or services from sources other than those
specified in PDO’s approved vendor list without the prior written approval of the Company.
The Company reserves the right to reject such proposed vendors and in case of such
rejection, the Contractor shall not procure materials from these vendors. No proposals from
non-approved vendors will be accepted during the execution phase.
The Contractor shall not purchase materials from any vendor where the possibility exists that
the production of the materials will be discontinued in the foreseeable future.

C- 4 - Scope of Work Page 121 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

The Contractor shall ensure that, for the duration of the Contract, the selected vendors are
capable of manufacturing and testing the materials to the required standards. Contractor shall
adhere to the latest version of PDO approved vendor list (AVME) and Contractor shall seek
Company’s approval prior to their final award to their Contractors / Vendors.
Selection by the Company’s approved vendors shall not relieve the Contractor of the
Contractor's responsibility for the quality, technical acceptance and delivery of the materials
or services.
Contractor to take note that irrespective of any vendor or manufacturer listed in the AVME list,
materials having its origin and/or manufactured in China shall not be used in this project.
Contractor shall seek Company’s guidance in case of no alternative source available.

7.3 Company Approved Subcontractors


Contractor shall obtain the Company approval for all sub-contractors prior to the job
commencement & shall not relieve the Contractor from its

7.4 Materials and Equipment Standards and Codes (MESC)


Types, sizes, and qualities of materials recognized as standard by Company are listed and
coded in the 'Materials and Equipment Standards and Code' (MESC). The MESC information
shall be derived from web based CMT tool, which is available from Company upon written
request by the Contractor.
Contractor shall not deviate from this standard without the prior written approval of Company.
Should such approval be given, Contractor shall provide cross-referencing from whatever
system is implemented to the MESC/SAP numbering system and shall mark on all relevant
documents the MESC/SAP number in addition to any alternative system approved by
Company.

7.5 Procurement Management and Procedures Manual


The Contractor shall compile and maintain up-to-date a project procurement management
manual which details the project procurement strategy, and contains the method statement,
detailed procedures specific to the Contract for all procurement activities and specimens of all
standard forms.
The procedure shall:
a) Fully reflect the requirements of the Contract with respect to use of Omani goods and
services
b) Contain a colour code system for material identification and segregation
The manual shall be submitted to the Company for approval within 45 days of the Effective
Date.

C- 4 - Scope of Work Page 122 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

7.6 Material Requisitions


The Contractor shall verify all documents and drawings including requisitions necessary for
procurement of all material and equipment required for the Work, excluding the Company
provided materials as mention in the C6 document (if applicable).
If any additional requisition shall be prepared by Contractor, such requisitions shall be of
sufficient detail to adequately describe the materials or equipment required. The format shall
be in accordance with the requirements of DEP 30.10.01.10-GEN.
The requisitions shall include all drawings, specifications and particular requirements which
may impact the design of the materials. Where applicable the specifications shall also include
the limits of Supply, environmental conditions, noise limitations, in-line instruments, quality
control requirements, and material certification instructions. Where a requisition is based on
a project purchase specification which references other specifications or documents
(excluding international specifications or standards), the Contractor shall ensure that copies
of all such other specifications or documents are appended to the requisition.
Within the requisition the Contractor shall clearly define requirements for quality control of the
materials including testing, inspection and certification.
The Contractor shall ensure early release of purchase order to the vendors for all long delivery
items. All the vendor documents/drawings shall be submitted to Company for review and
approval.
The Contractor shall ensure that all wetted parts of materials for incorporation in the pipeline
are specified and suitable for sour service in accordance with NACE MR-01-75/ ISO 15156
"Sulphide Stress Cracking Resistant Metallic Materials for Oilfield Equipment" and HIC
requirements in accordance with SP-2041. The HIC testing shall be in accordance with NACE
TM0284-2003 standard.

7.7 Purchase Orders


The Contractor shall prepare and issue all purchase orders for the materials in accordance
with the requirements of the Contract.
Contractor shall stipulate in the purchase orders which documents shall be submitted by the
vendors for approval to Contractor. Purchase orders for all items shall require the vendor to
include:
a) Production / delivery schedule.
b) Quality manual and plan.
c) Weekly / Monthly Reports with Planned versus Actual figures and S-curves
d) Value of Work Done (VOWD) monthly report
e) Manufacturing report.
f) E-SPIRs (Electronic spare parts and interchangeability records) on CD
g) Completed data/requisition sheets in accordance with DEP 30.10.01.10-Gen.
h) Drawings and documentation as specified referenced technical specifications and
standards

C- 4 - Scope of Work Page 123 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

i) Equipment operating and maintenance manuals


j) Final documentation including GA drawings
Contractor shall ensure that the relevant parts of the technical specifications are passed on
to the vendors in the requisitions and purchase orders.

7.8 Procurement Documentation


Contractor shall be responsible for the preparation, co-ordination and submission to Company
of Procurement documentation as required.
Company reserves the right to demand any additional evidence and documentation from the
vendor. The Contractor shall ensure that all Company comments are incorporated in the
vendor documents and the finally supplied product is in line with Company’s requirements /
standards.

7.9 Inspection and Verification


Contractor shall be responsible for all necessary inspection and test witnessing of all Materials
required for the Work.
Contractor shall prepare within 30 days of the Effective Date, submit for Company approval
and keep updated a Materials testing and inspection programme for all relevant Materials.
Fourteen (14) days prior to each test Contractor shall give Company notice of the planned
test date, time and location.
The Contractor shall ensure that quality control plans for procured equipment and goods
adequately define hold, witness and review points including verification party, reference
document and type of certificate. The verification party may be Contractor, Subcontractor,
third party certification authority or Company or its nominated third party inspector. Company
will indicate in the quality control plan for which hold, witness and review points it will require
to attend and participate in the inspection and verification.
Company attendance and participation in inspection and verification at hold, witness and
review points does not absolve Contractor of its obligations to fulfil and meet all requirements
specified in the Contract. Contractor shall rectify at its cost and expense any and all non-
compliances or deficiencies or defects revealed at any stage during execution of the Contract.
The Contractor shall allow the Company and Company's representatives access to witness
any or all of the testing activities. However, the Company will not be obliged to witness any
test.
Contractor shall be responsible for obtaining third party certification for procured materials. As
a minimum, the Contractor shall provide third party inspection in accordance with the
approved contract quality plan and GME-QS-L2-202/ SP-1171 “Specification for Quality
Assurance of Design, Construction and Engineering” for all Contractor supplied materials.
TPI shall be conducted for all major Long lead Pipeline Items such as Pipeline valves with
associated flanges Barred Tees, Isolation Joints, Pig Traps, Gas over oil valve, all MESC
coded valves etc.

C- 4 - Scope of Work Page 124 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

The extent of TPI shall be in line with the ITP for the materials, which shall be reviewed and
approved by the Company. However, a minimum level of third party inspection shall be
essentially done on following tests:
a) Factory acceptance inspection and documentation review before packaging for
transportation of all materials above 6”.
b) Witnessing of final hydrostatic testing of completed valve body and pup piece
assemblies
c) Witnessing of functional testing of all actuated valves and instrumentation
d) Company will be responsible for arranging TPI for Company supplied items
The Contractor shall provide the Company with at least 10 working days written notice of the
date of inspection or test at supplier premises.
For Site construction activity inspections and tests, Contractor shall provide Company at least
five (5) working days written notice of the date and time of inspection. The Contractor shall,
at its cost make staff available to assist the Company with these audits, reviews or surveillance
activities and inspection tests.

7.10 Expediting
The Contractor shall perform adequate expediting to ensure timely delivery of Materials to the
Construction sites in Oman. Contractor shall also facilitate for Company expediting visits to
vendor facility, if requested by the Company.
The Contractor shall prepare and submit a bi-weekly expediting report to the Company for
information. The report shall include but not be limited to:
a) Material description
b) Purchase order number
c) Supplier details
d) Expected delivery date
e) Required delivery date
f) Schedule of manufacturing and shipping
g) Material tracking register
h) Area for concern
If the expected delivery date is later than the required delivery date the Contractor shall
describe in the report the actions he is taking to rectify the situation.

7.11 Packing and Transportation


The Contractor shall ensure that all Materials and equipment necessary for execution of the
Work are delivered safely to the construction Site and in good condition.
The Contractor shall assess the condition of the roads and tracks over which the Materials
will be transported and providing appropriate protection for the Materials during handling and
transportation.

C- 4 - Scope of Work Page 125 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Contractor shall be responsible to ensure that the transportation activities undertaken by


Contractor or his Subcontractors are managed in accordance with the requirements of the
Contract. Contractor’s particular attention is drawn to the requirements of documents SP-2000
HSE Specification for Road Transport and SP-2001 HSE Specification for Load Safety and
Restraining listed in document C-9.
Contractor shall audit the HSE management system of its Subcontractor(s) responsible for
the transportation of Materials to the construction Site.

7.12 Shipping
The Contractor shall arrange for all necessary shipping and delivery of the Contractor supplied
materials to Oman and shall establish and maintain proper shipping co-ordination.
Contractor shall be responsible for all aspects of clearance, forwarding, and liaison in all
respects with authorities which may include justification of importation of the cargo if a local
Oman source exists. See also Document C-8 Procedure for Contractors Article 11.
The Contractor shall be responsible for establishing the necessity for and obtaining all
approvals from the authorities for transportation of the Materials to the construction site.
Shipping dimensions and weights of each skid, crate or packaged assembly shall take account
of applicable size and weight limitations.
Contractor shall be deemed to be familiar with the relevant laws and regulations of Oman and
all facilities, constraints and damage risks regarding import, clearance, transport and storage
of the materials, and shall be responsible for all packaging, documentation and logistical
arrangements in compliance with these.
The Work includes transportation and supply of all the Contractor supplied materials to the
Site including all aspects of clearance, forwarding, and liaison in all respects with authorities
which may include justification of importation of the cargo if a local Oman source exists and
all related charges including insurance, demurrage for the delivery of all the Materials to the
Sites in Oman safely and in good condition.
Company accepts no liability for custom duties levied.

7.13 Receipt, Unloading, Inspection and Storage


The Contractor shall be responsible for receiving, off-loading at site, handling, inspection,
storage, transportation to the site and protection of all Materials.
Inspection shall be undertaken by qualified personnel and shall include verification of
dimensional correctness, material certification and checking for shortages and damage.
The Contractor shall establish a material handling and storage area with fencing and
office/storage Facilities and handling Facilities for the purpose of protection, preservation and
control of Materials.
The Contractor shall color code all piping/fittings and segregate special items in accordance
with the procurement manual.

C- 4 - Scope of Work Page 126 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

The Contractor shall at all times protect all Materials against deterioration and damage and
shall provide any necessary temperature and humidity control for preservation and
maintenance as required.
The Contractor shall regularly inspect and maintain all Materials up to issue of the Substantial
Completion Certificate.
In the event that, after receipt by the Contractor, damage occurs to any Materials the
Contractor shall immediately submit a damage report to the Company. The Contractor shall
identify the impact, if any, of the damage or loss on the Construction Schedule and shall notify
the Company of the impact and the Contractor’s proposals to rectify the situation. The
Contractor shall be responsible for all remedial action and associated costs in the event of
damage or loss.
The Company reserves the right at any time, to inspect the Contractor's materials
administration system and storage and preservation methods.

7.14 Material Control and Inventory


The Contractor shall keep complete and accurate control records for Materials and shall
submit receiving reports to the Company within 7 days after receipt of Materials at the site.
The Contractor shall establish and operate a material tracking procedure for Materials and
shall be responsible for recording and transferring material serial numbers and relevant data
onto each sub-component of the original piece.
As a minimum the Material Tracking register shall show planned, forecast and actual dates
for:
• Request for quotations
• Receipt of bids
• Technical Bid Analysis
• Placement of Orders
• FAT / SAT / Final Inspection dates
• Ex-works date
• Transportation from Works
• Shipment date and name of carrier
• Date of arrival in Oman
• Required on Site
• Receipt at Site
Contractor shall maintain and if requested make available to Company Representative
packing, Shipping and storage requirements for each shipment. The MTR shall be issued to
Company as part of the monthly report.

7.15 Spare Parts


Contractor shall verify and identify supply of all spare parts required for Pre Commissioning,
Commissioning and the two years of operation in accordance with the manufacturer’s

C- 4 - Scope of Work Page 127 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

recommendation as specified in the specification prepared during DD. Any unused spare shall
be handed over to Company.
Immediately after placing the purchase order for the relevant equipment, Contractor shall
obtain original letter from the supplier of each equipment indicating a recommended list of
spares required for two years trouble free operation and submit this list to Company in original
form for Company review and approval. Also Contractor submits duly completed Spare Parts
Interchangeability Record (SPIR) forms to Company for approval.
The Contractor shall obtain approval by the Company of all SPIR forms no later than 45 days
prior to Pre Commissioning of the system to which the SPIR forms relate.
Upon receipt of the electronic SPIR forms and supporting drawings from vendors, the
Contractor shall make all necessary calculations to determine the required quantities of
operational spares in accordance with DEP 70.10.90.11-GEN.
Contractor shall procure all operational spare parts and operational consumables necessary
for the two years of operation of the facility as recommended by the supplier of equipment and
approved by Company.

7.16 Local Quotations


Wherever possible, Omani Agents/ Suppliers shall be employed for the procurement of
Materials or services. Contractor shall submit to Company for information the list of Omani
Agents / Suppliers invited to tender for parts of the Work or supply of Materials and a copy of
the final purchase order.
Contractor shall ensure that where items are manufactured locally, bids are sought.
Contractor shall provide a list of all purchase orders not placed with Omani Agents / Suppliers
stating the reason for selection of a non-Omani supplier e.g. technical, commercial, no agent
locally.

7.17 Standardisation
The Contractor shall ensure that preferably one but no more than two different vendors are
used for the procurement of any single type of material or equipment irrespective of size.

7.18 Vendor Attendance


The Contractor shall ensure the vendor's or supplier's attendance at site for supervision of
construction, Pre Commissioning, Commissioning and training of Company (or Company
nominated) operations and maintenance personnel as required.
The Contractor shall submit his proposed supplier attendance listing and schedule for
Company approval.
Follow-up training shall be provided for Control System and Measurement equipment within
the Warranty Period. Training outline shall be provided with main training program.

C- 4 - Scope of Work Page 128 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

7.19 Reconciliation
At the completion of the Work, the Contractor shall account for all surplus materials. All such
items that Company requires shall be handed over to and become the property of the
Company, which shall be loaded, transported, unloaded and stored properly by the Contractor
to a location identified by the Company. Such materials shall include:
a) Commissioning spare parts and consumables
b) Insurance spares
c) Spare parts and consumables for initial operation
d) Special tools required for erection including hydraulic bolt tensioning equipment
e) Special tools and testing equipment required for maintenance
f) All other consumables
g) Temporary equipment and facilities
h) Tie-ins and interface materials
i) Company supplied spare line pipe and valves
j) Any other surplus material
k) Decommissioned piping material
Contractor shall be deemed to have included in the Price for handling these items and
transporting them to Company nominated Storage area. All items that Company does not
require shall be re-exported by Contractor.
Provision and supply of wooden skids, sand bags, wooden crates and boxes for the storage
of the above spare materials shall also be part of the Work.
Contractor shall include handling these items and for transporting them to the Company
nominated storage area.

7.20 Flange and Fittings Test Materials


The Contractor shall procure additional field welding qualification materials (if required) as
necessary from each supplied items, to permit qualification of each weld procedure and
welders.
The Contractor shall ensure that such material is delivered in sufficient time to permit all
welding procedures to be qualified before Construction commences.

C- 4 - Scope of Work Page 129 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

8. CONSTRUCTION

8.1 General
Contractor shall perform all activities required to Fabricate, Install, Construct, Test, Pre-
commission, Commission, Handover and Guarantee run of the facilities in accordance with the
Approved for Construction (AFC) drawings, specifications and procedures and any approved
amendments thereto. The scope of such activities shall include, but not be limited to, Civil Works,
Mechanical, Electrical, Air conditioning, telecommunication and Instrumentation Works.

The Contractor shall identify and obtain all permits, certificates, approvals etc. from concerned
authorities necessary for the construction of the project. Company has listed permits, certificates,
approval requirement, however this does not relieve Contractor of the obligation to identify all
permits, certificates, and approvals etc. from concerned authorities. The permits, certificates,
approvals shall include but not limited to:
a) Environmental Permit from the Ministry of Environment and Climate Affairs (MECA)
b) Permit for Combustion Equipment (e.g. DG Sets) - MECA
c) Permits for use of groundwater wells from Ministry of Rural Municipalities and Water
Resources (for confirmation)
d) Pipelines - Permit for Powerline Crossings from Ministry of Electricity & Water -
e) Pipelines - Permit for Telecommunications Crossings from Ministry of Transport &
Communications
f) Pipelines - Permit for Tarmac Road Crossings from Ministry of Transport & Communications
g) Pipeline – Permit for pipeline crossing from PDO
h) Excavation Permit for Borrow pits from MRMWR, concerned Wilayat, MECA
Any permits and approvals not listed above shall be obtained as per Oman law & solely by the
Contractor.
The Contractor shall provide a mobilization plan for all equipment and personnel to Company for
approval and to implement the approved plan.

8.2 Sub-Contracting Works


The Contractor shall provide detail list for the sub-contracting activities along with the proposed
sub contracts. Company will review and approved the sub-contracting works accordingly.

8.3 Procedures and Method Statements


Contractor shall be responsible to identify all construction activities and shall prepare procedures
and method of statements for all construction activities. Contractor shall be responsible to get
approval of procedures and method of statement from Company before starting of any work.

The Contractor shall provide all necessary labour, supervision, plant, tools, temporary camp and
fabrication facilities, temporary structures, consumables spares, and all other measures
necessary for site clearance, Fabrication, equipment Installation, Construction, testing, pre-
commissioning, commissioning, handover, restoration, de-mobilization and guarantee run.

C- 4 - Scope of Work Page 130 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

The Contractor shall supply and install safety equipment as in accordance with the Company
approved Safety Equipment Layout to be prepared by the Contractor as part of the Detailed
Design.

Contractor shall prepare all necessary procedures for the safe and effective conduct of the Work.
Contractor shall submit all such procedures to Company for approval before such work is
commenced. Company will take minimum 14 days to review the document submitted.

Contractor shall prepare the following plans, manuals and procedures as a minimum:
• HSE Plan that covers all phases of the Work and for each phase defines the HSE
activities, training, management and organization to meet the Contract requirements
described in Document C-9 – Particular HSE Specification.
• A project specific quality assurance plan in accordance with requirements of Document C-
8 - Procedures for Contractor.
• Materials Identification, traceability & Control
• Installation of Pipeline (Off-plot)
• Equipment handling, storage and Installation including transportation to site.
• Welding of Pipeline & On-plot works
• NDE including radiography
• Construction – Civil, Structural, Pipeline, Piping, Equipment, Painting/Coating, E&I etc.
• Tie-ins and interfaces
• Complete Testing including functional and acceptance testing of the ancillary systems
including cathodic protection system
• Line pipe handling/transportation
• Cleaning, Gauging, filling, hydrostatic testing, dewatering, Swabbing & Drying of pipelines.
• Cleaning, Filling and Hydro-testing of the piping system
• Pre-commissioning of the new installations and associated systems not limited to all
instrumentation, existing RTU system, SCADA system, CP system and electrical systems.
• Commissioning of the new installations including but not limited to all instrumentation,
existing RTU system, SCADA system, CP system and electrical systems.
• Pipeline manual depressurization/flaring procedure.
• Commissioning plan and procedure including System and Sub-system identifications and
mark-ups.
• Nitrogen-Helium Leak testing
• Guarantee run plan
Contractor shall prepare all other documents required for execution of the Work. Such documents
shall include but shall not be limited to:
• Construction Environmental Management Plan (CEMP).
• Project Execution Plan.
• Construction Management Plan.
• Construction Mobilization Plan
• Inspection test plans
• Permit and regulatory requirements

C- 4 - Scope of Work Page 131 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

• Equipment inspection and test records


• NDE records
• Pipeline welding record book
• Hydrostatic test records
• Permits to Work
• Journey Management Plans
• Final Documentation
The Contractor shall undertake welding procedure qualifications for all materials in accordance
with the following.
• SP-1173 “Welding of Metals (Amendments/Supplements to DEP 30.10.60.18)”
• PR-1272 “Standard Welding Procedure Qualification Records for On-Plot Piping”
• SP-1177 “Specification for welding of Class – 1 Pipelines”
The Contractor shall supply and carry out full performance and function testing mentioned in
DEP’s of all associated systems including, but not limited to:
• DCS, IPS, RTU & SCADA system modifications, CCTV.
• Field Instrumentation, Actuated valves.
• Power supplies (415V AC and 240V AC UPS, 110V DC UPS)
• Main equipment.
The Contractor shall remove all surplus materials, equipment, and facilities, including cleaning
and restoration of the environment to the state before mobilization.

8.4 Civil Works

8.4.1 General
Contractor shall complete all civil works required for the facilities, as described elsewhere within
this Scope of Work and including but not limited to:
1) Grading, Fencing and roads.
2) Concrete works including all equipment foundations, foundation for pipe supports, anchor
blocks, walkovers, structures, concrete pits, etc.
3) Control Building
4) Equipment foundations for Heater and Separator
5) Structural Steel Works including pipe supports, sunshades, etc.
6) Access platforms, walkovers.
7) Access barriers.
8) Excavation.
9) Trenching & backfilling.
10) Supply and installation of marker posts, plates, access barriers and sign boards.
11) Clean up and final grading, restoration of the plots to the original condition.

The following shall also be considered for the Civil and Structural scope of work:

C- 4 - Scope of Work Page 132 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

• The establishment of concrete batching facilities, pre-cast yards etc., as required.


• All foundations shall be placed on well compacted soil and per recommendation of AFC
drawings.
• All concrete surfaces in contact with soil and up to 250mm above ground level shall be
protected with 2 coats of Fosroc’s ‘Nitocote PE 135’ with glass mat or equivalent;
• Foundation for electrical equipment & miscellaneous items
• All Site preparation work shall be in accordance with Standard SP-1279.
• All concrete works shall be carried out strictly in accordance with SP-1279 Chapter D and SP-
1282. Contractor shall pay particular attention to and shall fully comply with the method of
pouring concrete at high temperatures detailed in SP-1279 and SP-1282;
• Electrical, instrumentation and pipe trenches shall be constructed as indicated in the
construction drawings and as per standards, including providing conduits for road crossings.
Wherever an existing underground service is fouling with a new foundation, the same shall be
either rerouted or properly protected;
• Contractor shall excavate trenches for laying electrical and instrumentation cables and backfill
with suitable materials in accordance with the relevant Contract Drawings and Part ‘C’ of
Standard SP-1279. For working near the live line or temporarily de-commissioned pipelines
Contractor shall follow GU-501.
• Supply, fabrication, painting and installation of structural steel pipe supports, pipe racks,
sunshades, walkovers etc. shall be as per the AFC drawings.
• Pipe supports, sleepers, foundations for pipe sizes less than 2” shall be suitably supported
at site in accordance with GU-629;
• Contractor shall do a site verification and constructability review before starting the
construction;
• Contractor shall read all Civil AFC drawings in conjunction with latest relevant piping GA’s, if
any information furnished on drawings leading to ambiguity, Contractor shall not proceed with
work, Company shall be contacted;
• Contractor’s scope to include painting and coating for corrosion protection and painting for
structural steel works for pipe supports, platforms, hand rails and the ladders;
• Sufficient care shall be taken during site/ field welding (required to be performed at site);
• The Contractor shall take care of all scaffolding and temporary access facilities required for
construction;
• The Contractor shall perform all the tasks required as per the drawings provided.
• Contractor shall ensure no damage to the existing structures, facilities while
erecting/installation new structures near to the existing facility;
• Contractor shall obtain all necessary permits with relevant authorities before starting the work;
• Contractor shall notify Company one day before carrying out concreting activities to allow for
shuttering and reinforcement inspection. Contractor shall proceed with the activity after the
due period of notice irrespective of inspection or witnessing by Company, unless instructed
otherwise in writing by Company.
• Contractor to ensure that all works are completed to the satisfaction of Company
representative;

C- 4 - Scope of Work Page 133 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

• All concrete works shall be carried out in accordance with BS-EN 1992, Company SP-1279,
Chapter D and DEP;
• All structural steel work shall comply with BS-EN 1993 and Company SP-1279 chapter G. The
painting and coating of structural steel works shall be carried out in accordance with Company
SP-1246;
• Contractor to supply and install sign boards and other safety equipment; any other civil and
structural works required for the satisfactory and successful completion of the project.
• Contractor shall carry out concrete works in accordance with the relevant AFC Drawings and
Chapter ‘D’ of standard SP-1279. This shall include but not limited to the following:
1) Foundations for pipe supports, pipe sleepers, anchor blocks and pedestals.
2) Equipment foundations.
3) Foundations for the entire skid mounted equipment, sunshades, walkovers, platforms,
access barriers, marker posts, ladder etc.
4) Grouting of all equipment bases and base plates.
5) Concrete Pits: Corrosion Monitoring Pits, Drain pits & Valve Pits, etc.

8.4.2 Temporary and Plant Roads


Contractor shall be responsible for the construction and maintenance of all temporary roads
required for the Work. These include roads to/from camps, offices, workshops, borrow pits,
utilities, telecom, fabrication sites, construction site, etc.

8.4.3 Structural Steel Works


Contractor’s Scope shall include supply, fabrication and erection of the structural steel
structures but not limited to the following:
• Platforms, walkovers, sunshades, etc.
• Steel pipe supports.
• Support structures for junction boxes, truck earthing facilities, etc.
• Miscellaneous steel plates and gratings.
• Handrails and ladders.
• Sign Boards, Marker Posts and Plates as per SP-1284.
Steel structures shall be fabricated in accordance with good construction practice, materials
and workmanship. Testing generally shall comply with BS-EN1993.
All the structural steel shall be from a source approved by the Company and shall comply to
BS 10025, D-275 JR, with a minimum yield stress of 275 N/mm2.
All structural bolts shall be Grade 8.8 and temporary/erection bolts shall be of Grade 4.6

8.4.4 Foundation Works


All concrete surfaces shall be protected as per the guidelines given in project general notes,
specifications and drawings.
All earthworks necessary for the installation of foundation shall be included in the scope of
work.

C- 4 - Scope of Work Page 134 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Contractor to ensure all the required materials (foundation bolts, template etc.) for the
successful installation of equipment foundations for flare stacks, cooler etc.
All major equipment shall be installed on the foundation after the concrete attains its 28 days
strength. Cube tests shall be performed to ensure concrete has attained required strength.
Foundations for all major equipment shall be protected below and all-round with Type-B
granular fill material.

8.4.5 Excavation and Earthworks


Earthworks in excavations required for the construction of foundations shall be carried out and
blinding concrete to be laid to level as indicated in AFC drawings.
After the completion of the foundation works including curing, backfilling shall be done and
compacted.
All earthworks shall be carried out as per SP-1279 chapter-C.
While excavating, the Contractor shall exercise caution to avoid any damage to any
underground piping or cables. Only hand excavation will be allowed unless otherwise
permitted by Company Site Representative while excavating near existing services.
Contractor shall remove all loose and/ or unsuitable soil generated during excavation until a
firm and suitable ground level is reached.
Contractor shall field verify and locate all the underground facilities prior to excavation.
Information provided by the Company on location of underground facilities is indicative only.
The Company will not take any responsibility for discrepancies between the indicated location
of the underground facilities and actual location of the same.
When excavating to foundation level, care should be taken not to disturb the underlying strata.
Any disturbed material, gypsum soils or soft spots encountered at foundation level should be
removed and replaced with mass concrete Grade 10. Prior to foundation construction, the soil
at foundation level should be compacted to 95% of maximum dry density as determined from
a modified Proctor test. The compacted surface should then be protected by immediately
covering with a layer of concrete blinding.
Earthwork excavation and back filling for foundations shall be done in accordance with SP-
1279 chapter-C. If the soil has been found to be susceptible to softening/swelling or dissolution
on contact with water, soil improvement shall be carried with engineering fill material in
accordance with SP-1279 chapter C and R.

8.4.6 Clearing and Carting Away


All rubbish rubble and condemned materials shall be cleared during the progress and at the
completion of the Works.
Before completion of the Works the Contractor shall clean off any paint splashes, all floors,
walls, roofs, paving, gutters, gullies etc., and for all other plant equipment and fittings the

C- 4 - Scope of Work Page 135 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Contractor shall ensure that all fittings are made and maintained clean and in proper working
order.
The Contractor shall also, upon completion of the Works, clear away all plant and temporary
Works, to the complete satisfaction of Company.

8.4.7 Borrow Pits


Contractor shall be responsible for locating and obtaining all necessary licenses and permits
for borrow pits. The location of the borrow pits shall be approved by the Company. Contractor
shall carry out all tests required for borrow pit material as per SP-1279-C-001; including
chemical tests.
On completion of the Work, all borrow pits and related access roads shall be cleared of all
incidental scrap material and graded/contoured to shallow gradients in keeping with the
natural contours of the surrounding area.
Contractor shall comply with SP-1012 Land Management, and SP-1278 Specification for site
selection and soil investigation works engineering guidelines

8.5 Mechanical/Piping Works

8.5.1 General
All the Mechanical and Piping works required to complete the facilities construction and
commissioning in accordance with this section (Section C-4) and the specifications under Section
C-6 are included in the Contractor’s scope.
The scope of work includes but is not limited to the installation, testing, painting, and pre-
commissioning of the complete mechanical and piping works as follows:
• Installation and erection of all equipment and Piping System as described in section 1.1 of
this document like water bath heater, Vent stack, and Odorizer injection package etc.
• Performing all welding, welder and NDE qualifications (inclusive of provision of testing
materials)
• Fabrication, testing and installation of all pipe works.
• Fabrication and installation of pipe and equipment supports
• Installation of temporary support during construction as required.
• Installation of wind socks.
• Installation of SS tubing and accessories for sampling connections
• Piping hook-ups and tie-ins.
• Provision of all production welding documentation.
• Nondestructive testing services.
• Supply of all fittings and flanges, valves, etc.
• All required insulation works.
• Painting and color coating of above ground piping and equipment.
• Hydro testing, leak testing and Pre-commissioning of the modified portion of On-plot works.
• Testing and Pre-commissioning of the facility.

C- 4 - Scope of Work Page 136 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

• Commissioning and handing over of the modified portion of the On-plot works

Supply and installation of additional safety equipment and signboards as required complementing
the new equipment already available. The safety equipment includes:
• Wheeled dry powder extinguisher 75 kgs with associated hose reel and nitrogen cylinder.
• Dry powder portable extinguishers (9 kgs capacity)
• CO2 extinguishers (5 kg capacity)
• Fire extinguisher and breathing apparatus
• Eye wash stations
Fabrication, welding and testing of on-plot pipework shall be in accordance with the standard SP-
1173 “Welding of Metals - (Amendments/Supplements to DEP 30.10.60.18)”.
Prior to fabrication of piping components, all the Welding Procedure Specifications (WPS) with
their relevant supporting welding Procedure Qualification Records (PQR) shall be submitted to
Company for approval. All welding procedures shall be qualified in accordance with the
requirements of ASME Code Section IX and as per standards.
All necessary procedures/qualifications must start immediately after the commencement of
Contractor’s mobilization to site for Construction activities and must be completed within 5 weeks
accordingly.
All on-plot all pipework shall be finished and hydro tested in accordance with SP-2051. Bolt
torqueing and tensioning shall be as per SP-2020.
Field welds indicated on isometrics shall be checked by the Contractor for site conditions. The
Contractor shall provide additional field welds if required for ease in handling and erection. The
Contractor shall supply temporary supports required.

8.5.2 Equipment installation


Blinded opening of all equipment and materials shall be kept closed until installation. In case of
damage during transportation or storage, the blind flanges shall be replaced by the Contractor.
Lifting hooks shall be used for all equipment provided with the lifting lugs.
During transportation, materials shall be secured by suitable non-metallic non-abrasive slings.
Stored materials shall be protected from the ground surface by using wooden pallets.

8.5.3 Access Roads


The Contractor may utilize all new roads to access the Work subject to any restrictions imposed
by the ROP or any other statutory authority. Any damage to any road or track attributable to the
Contractor shall be promptly re-instated to original condition by the Contractor. Cost of such
reinstatement shall be for the Contractor’s account.
In the event that the new routes do not provide convenient access to the Site, the Contractor shall
prepare and maintain all additional routes whilst they are required for the Work with the

C- 4 - Scope of Work Page 137 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

appropriate permits from the Company or ROP or other statutory authorities or any other third
parties.
The Contractor shall obtain all necessary consents before constructing any additional access road
and shall re-instate the land occupied by the road in accordance with any conditions of the
consents and to the satisfaction of the land owner once the road is no longer required for the
Work.

8.6 Electrical Works

8.6.1 General
All the Electrical works required to complete the facilities construction and commissioning in
accordance with this section (Section C-4) and the specifications under Section C-6 are included
in the Contractor’s scope. The scope of work includes but is not limited to the installation, testing
and pre-commissioning of the complete as follows –

• All electrical equipment.


• Demolition of electrical equipment’s
• Dis-connecting the existing power and control cables
• Existing Power and control cables re-routing and termination
• Cable ladder and ladder supports.
• Cable trenching, Cable laying (field and shelter), glanding and termination
• External junction boxes.
• Exhaust fans and switches.
• Conduits, junction boxes and shelter wiring.
• Earthing system for all the facilities.
• Cathodic protection for complete loop line.

Contractor shall make his own arrangement for electrical power required for construction, testing,
pre-commissioning, commissioning and guarantee runs works.
The scope of work covers installation, testing and pre-commissioning and commissioning of the
following electrical equipment including all necessary accessories envisaged at Shafa GSS:-
• 415V LV switchboard.
• 240V AC UPS, UPS DB, battery isolating switch fuses, batteries and racks.
• New gas fired water bath Heater control panel
• Demolition of existing electrical heater and associated cables.
• Packing and transport the electrical heater and all cables to OGC Fahud / Mabella stores.
• Air conditioning DB.
• Lighting and small power DB with new area lighting DB.
• Outdoor lighting DB
• Emergency lighting DB.
• Cable laying (field and building), glanding and termination

C- 4 - Scope of Work Page 138 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

• Socket outlets in the switchgear room & battery room.


• External socket outlets and junction boxes
• Exhaust fans and switches
• Building lighting, and associated wiring work
• All other electrical equipment in the Switch room
• Excavation / Refilling the existing and new cable trench
• Cable ladder and ladder supports
• Cable trench work
• Cable laying (field and building), glanding and termination
• Conduits, junction boxes and building wiring
• Earthing system for all facilities
• Lighting fixtures.
• Lightning protection.
• Contractor shall make his own arrangement for electrical Power required for construction,
testing, pre-commissioning and Commissioning.
• The contractor shall be submit shutdown philosophy.
• Emergency hand torches in electrical and control rooms suitable for gas station.

The Contractor shall note the following:

8.6.2 Low Voltage Switchgear:


Low voltage switchgear shall be as per the required specification. Switchgear shall provide all
required signals for remote wiring to the control system for monitoring the status of the LV
Switchgear as per SP-1121 and measurements.

8.6.3 AC UPS:
UPS requirements shall be as per DEP33655031. UPS shall provide all required signals for
remote wiring to the control system for monitoring the status of UPS with RS485 serial part.

8.6.4 Low voltage Cables:


Contractor shall carry out cable sizing based on the criteria furnished in electrical Engineering
guideline provided in SP-1103 & DEP 33.64.10.10-Gen.
All the LV power & control cables shall be 0.6/1kV grade, Cu., XLPE insulated, PVC inner
sheathed, Steel wire armoured / (AWA for 1C power cables) and overall PVC sheathed
conforming to IEC 60502.

8.6.5 Earthing and Bonding:


Earthing and bonding shall conform to DEP 33.64.10.10-Gen., SP-1109 and SP-1103. Contractor
shall conduct actual soil resistivity measurement based on Wenner four - pin method. The results
shall be used to compute the number and depth of rod earth electrode. For instrumentation
equipment’s separate earthing systems shall be provided for safety and clean earthing. If
necessary new earth pits shall be considered to achieve the required resistance.

C- 4 - Scope of Work Page 139 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

8.6.6 Lighting and small power:


Illumination level for lighting design shall be based on the Electrical Engineering guideline SP-
1103 & DEP 33.64.10.10-Gen. The lighting inside the battery room shall also include emergency
lighting in accordance with DEP 33.64.10.10-Gen by means of self-contained batteries.
Luminaries in battery room shall be suitable for zone-1, Gas group-IIC.

8.6.7 Wiring in switchgear and control building:


All electrical building services wiring shall be through heavy gauge PVC conduits concealed in
walls, floor and roof slab. Exposed wiring wherever will be used shall be through GI conduit or GI
trucking.

8.7 Instrumentation Works

8.7.1 General
Instrumentation Scope of Work includes installation, calibration, testing, pre-commissioning and
commissioning of complete instrumentation scope of works as required for the completion of the
Shafa GSS including but not limited to the following:
• Calibration and installation of pneumatic operated On-Off valves, and all other field
instrumentation including cabling, terminations, tubing and supports etc.
• Installation of junction boxes including cabling and termination.
• Installation of all Control room equipment/instrumentation (e.g. DCS, IPS, IFB,
Workstations, OPC server, etc.) including cabling and terminations.
• Hook-ups (Process/Electrical/Pneumatic).
• Fabrication and Installation of canopy for all electronic instruments.
• The Contractor shall supply and install all equipment, fittings, instrument support, cabling,
breakers, junction boxes, ducting, cable trays, supports and name plates for field
instrumentation and controls.
• The Contractor shall bench check/calibrate all instrumentation prior to installation in
accordance with the relevant Contract Drawings, company standards and individual
instrument datasheet. The calibration shall be witness by the Company and certificates
shall be completed and submitted to the Company for approval.
• Contractor shall carry out meggarring, continuity test at site for each and every cable
conductor.
• Contractor shall leak test with Nitrogen to a pressure equal to the operating pressure all
impulse or instrument gas piping or tubing.

C- 4 - Scope of Work Page 140 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

• Contractor shall loop test, functional check and loop checks all instrumentation and logics
for correct operation and accuracy. The loop and function test shall include SCADA
system as part of Shafa GSS.
The Contractor shall supply and install all equipment, fittings, cabling, breakers, junction boxes,
ducting, supports and name plates for instrumentation and controls.
The Contractor is responsible to ensure that after completion of commissioning, sufficient spare
capacity is available in all cable duct and raceways, Junction Boxes, Cabinets and homerun
cables (multi-pair/core) from field to buildings.
Junction boxes, Cabinets free space shall be distributed in such a way that additional terminals,
equipment or modules, may be added to any group of controls and cables. All spare conductors
shall be terminated.
Additionally, installed spares in the future and spare space within all system cabinets and Shelter
shall be permitted as per Project Specifications.

8.7.2 Field Instrumentation:


The Contractor’s scope shall include, but not be limited to, design, engineer, procurement,
installation, testing, pre-commissioning and commissioning of the following field instrumentation:
• Field Instrumentation (Transmitters and Gauges).
• Instrument valves, actuators and accessories.
The Contractor shall fabricate and install impulse, hydraulic and pneumatic tubing as required in
accordance with the relevant Company standards and hook-up drawings to be developed during
detail design phase. The Contractor shall:
• Install miscellaneous small bore pressure regulators in the gas and Nitrogen supplies
wherever applicable.
• Install air/instrument gas tubing for control valves, on-off valves, wherever applicable.
• Fabricate and install instrument stands for all field instrumentation including Junction
boxes.
• Fabricate and install all cable trays, supports, markers etc.
• Install name plates for all the field instruments including supply and fabrication of mounting
brackets for the name plates.
• Laying and termination of all instrumentation signal and power supply cables.

8.7.3 Control Room Instrumentation:


The Contractor’s scope shall include but not limited to installation, testing, pre-commissioning and
commissioning of the following instrumentation work:
• Modification of ESD/MOS panel.

C- 4 - Scope of Work Page 141 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

• Cable laying and Termination.


• System cables between the cabinets, ESD/MOS panel, radikor boards etc.
• Installation of new ICSS cabinet.
• Earthing of system between suitable earth bus bar and system cabinets (Clean &
electrical)

8.7.4 Cable and Terminations – Field:


The Contractor shall lay and route field run cables between instruments and junction boxes below
ground in trenches in accordance with cable routing drawings to be prepared by the Contractor
as part of Detail Design.
The Contractor shall backfill the cable trenches; install cable markers, cable tiles, cable caution
tapes etc. in accordance with the standard drawings. PVC cable guards / concrete encasement
shall be used at road crossings. If unavoidable, instrument signal cables will be routed through
PVC ducts while crossing any electrical cable trench on the way maintaining a safe allowable
distance as per the relevant standards and drawings.
The Contractor shall segregate all intrinsically safe (IS) and non-intrinsically safe (NIS) cables in
accordance with the Company standards.
The Contractor shall gland and terminates all field cables in accordance with the junction box
drawings to be prepared by Contractor as part of Detail Design. The Contractor shall measure
and record cable core resistance values prior to and after installation.
Use of cable joining kits shall not be permitted for any instrument cables.

8.7.5 Cable and Terminations – Control Room:


The Contractor shall lay and terminate all the multicore and system cables in accordance with the
relevant Contract Drawings to be developed by the Contractor and approved vendor documents
as part of Detail Design. The multicore cables from the field shall be terminated in the marshaling
cabinets. All cables within the control building shall be laid through cable trays installed within the
false floor area.

8.8 Pipeline Works:

8.8.1 General
The Contractor shall perform all activities required to fabricate, construct, install and pre-
commission the pipeline and the related facilities in accordance with the Approved for
Construction (AFC) drawings, specifications, standards, international codes, procedures and
method statements and any approved amendments thereto.
Construction activities shall include but not be limited to:
1) Pre-Construction Survey.
2) Clearing and grading of the right of way.
3) Trenching, rock blasting and excavating.

C- 4 - Scope of Work Page 142 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

4) Performing all weld, welder, insulator and NDT procedure qualifications.


5) Loading, Handling, storage and transportation of all the materials including Company
supplied material.
6) Supply of all lifting equipment for lifting materials at all locations.
7) Stringing, cutting, beveling.
8) Aligning and welding/ jointing.
9) Non-destructive testing services.
10) Field Joint coating and repair.
11) Cold field bending.
12) Pipeline laying (lowering-in).
13) Sand padding and backfilling.
14) Installation of crossings.
15) Provision of all production weld documentation.
16) Isolation of Mainline Block Valves between BVS’s, Blowdown of these sections i.e.
Degassing of the pipeline sections between the isolated sections of BVS’s, cutting of
existing pipelines, removing of pipeline coating, welding and Field joint coatings for all the
pipeline tie-in points. (All tie-in points’ connections shall be referred from Tie-In Schedule
& Tie-In shutdown Philosophy document).
17) Installation of all the materials such as valves, flanges, barred tees, isolating joints,
elbows, gaskets, nuts, bolts, spectacle blinds etc.
18) Fabrication and installation of pipe and equipment supports
19) Painting and colour coding
20) Construction documentation including working plans, method statements, procedures,
inspection & test plans, AFC drawings, Materials and welds/joints identification and
tractability system on items and drawings, Non-destructive examination (NDE), PWHT and
other fabrication, repair, testing, corrosion protection procedures and qualifications,
Pressure and nitrogen leak testing, cleaning and drying procedures, Main weld and non-
main weld numbering system including splitting of main weld and all QA/QC, HSE related
documents as desired by the Company .
21) Hydro-testing including supply and disposal of water, construction of disposal pits if
approved by authority.
22) Complete Testing including functional and acceptance testing of the ancillary systems
including cathodic protection system.
23) Pre-commissioning of the Pipeline and associated systems including drying/ purging of
the main line.
24) Clean up, final grading and restoration of the right of way and all other sites to the
satisfaction of the Company.
25) Supply and installation of marker posts, plates, barriers and signs.
26) Provision of all personnel, equipment, consumables, tools, tackles and resources required
for the Work.
27) Final documentation including as built drawings, records, operating manual and
maintenance plans as per Company specification.

C- 4 - Scope of Work Page 143 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

28) The Contractor shall provide all necessary labour, supervision, plant, tools, temporary
camp and fabrication facilities, temporary structures, consumables and spares for the
Work.
29) The Contractor shall carry out full performance and function testing of all associated
systems including pipeline system.
30) The Contractor shall take care to avoid any debris entering the pipeline during
Construction. This shall include the fitting of “night-caps” to the open ends of pipe when
work is not in progress on them.
31) Contractor shall ensure the suitability of each pipe for welding and shall accept all
responsibility for all damages however caused. Contractor shall develop and produce
material receipt records.
32) Contractor shall be responsible to return surplus Company supplied materials to Company
designated yard or as directed by the Company without any cost impact to Company.

8.8.2 Pre-Construction Survey


The Contractor shall conduct a field survey to verify the right-of-way alignment as established by
the Company and given in the Pipeline route survey drawings enclosed in C-6 document, place
offset stakes for Construction reference, establish and maintain benchmarks, and confirm the final
alignment. All survey activities shall be done as per OGC / PDO / Shell specifications including
SP-1208 and Shell DEP.
The Contractor shall mark out all areas of environmental and archaeological sensitivity not less
than 2 days before commencement of front end Construction activities in the area and shall
ensure that all Construction personnel are made aware of such locations and the related
requirements of the Construction environment management plan (CEMP) and Company
specifications.
The Contractor shall conduct a pre-construction environmental survey. The survey shall identify
issues of environmental concern and to plan for the implementation of appropriate mitigation
measures. The findings of the survey and the Contractor’s proposals for mitigation shall be
incorporated in the CEMP (construction environment management plan), and submitted to the
Company for review prior to commencement of the Construction activities.
Contractor shall carry out all the survey and produce all the drawings in UTM projection System,
WGS 84 datum.

8.8.3 Pipeline Spreads


The Contractor shall essentially establish the spread as a minimum for the pipeline. The spread
shall consist of all the required equipment’s, manpower, tools, tackles, consumables and all other
material required for pipeline construction. No equipment’s, manpower, tools, tackles and any
other material shall be shared between the two pipeline spreads. Sharing of any item dedicated
for specific spread shall be done only after prior approval from the Company.
Each spread shall be headed by a pipeline construction superintendent who shall be reporting
directly to the Contractor’s Construction manager.

C- 4 - Scope of Work Page 144 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

8.8.4 Pipeline Laying / Lowering in low areas


The gas pipeline is required to cross various water channels, drainage, Wadis etc. The Contractor
may encounter water during trenching and pipeline laying works. The Contractor is advised to
take extra precautions while laying the pipes in the areas where water is encountered. The
Contractor shall submit proposal for approval to Company for pipeline laying and the measures
taken to prevent ingress of water.
All the works associated with trenching, dewatering the trench and other works shall be deemed
as part of this Contract and no variations to this effect shall be entertained. To this effect
Contractor is advised to check the water levels in the areas of pipeline laying.

8.8.5 Existing facilities


The Contractor shall identify and verify the location and details of all existing facilities and shall
ensure that all Work in such areas are planned and executed so as to minimize interference with
the Company and third party activities and to avoid damage to existing facilities.
In the event of the Contractor causing damage to existing facilities, the Contractor shall take all
necessary corrective and repair actions and be responsible for all associated costs of rectification
and compensation. In all such cases, the Contractor shall within 24 hours notify the Company of
any action which has been or will be taken. All costs associated with rectifying such damages
shall be borne by the Contractor
Lot of development is planned in this area and Contractor must not encroach on any Right of
Way/ Property reserved for others. Contractor shall be fully liable for any violations on his side
during the Contract duration.
Prior to any work in the vicinity of existing or future planned facilities, the Contractor shall notify,
consult with and obtain necessary approvals and permits from relevant authorities or companies.

8.8.6 Pipeline Crossings


Road Crossing
The Contractor shall submit for Company approval proposals for all road and crossings and shall
demonstrate and ensure that the Pipeline is adequately protected at the crossings. Where road
or track crossings are constructed by the open cut method, traffic shall be diverted in a controlled
and safe manner until the crossing is completed and the road is fully reinstated. The methodology
of the Construction for the pipeline crossings shall be agreed with the concerned authorities
including Royal Oman Police (ROP) and the Contractor shall take due account of the same in its
planning schedule. ROP final approval shall be followed without any additional commercial
implication.
The Contractor shall provide all necessary safety measures including warning signs, barriers and
flagmen. The Contractor shall liaise with the relevant authorities and obtain all necessary
consents prior to commencement of the Construction of each crossing.

C- 4 - Scope of Work Page 145 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Contractor shall install road crossings as required. Number of road crossings, location and width
of crossing shall be indicated on the route alignment drawings.
Barriers shall be provided at all manholes, crossings (livestock, graded road etc.) along the
pipeline route. Access barrier shall be welded type”.
Wadi Crossings
The crossing report shall outline the basis of wadi classification along the route, anti-buoyancy
measures, concrete coating (if applicable) thickness calculation or any measures required to be
taken to avoid exposure of the pipeline during heavy wadi currents. Contractor should note that
concrete coating shall be carried out at a Company approved sub-Contractor and not by
Contractor at site or at his facility.
Any changes to the wadi crossing report including the basis and details of the wadi classification
shall be approved by the Company prior to implementation and any change in the wadi
classifications is deemed to be included in the Contractor’s Lump Sum. Stringing and welding of
the sections within the wadi sections shall require prior Company approval.
All measures required in order to avoid buoyancy of the pipes in the event of rains, wadi’s and
other eventualities shall be undertaken by the Contractor and shall be approved by the Company
as part of the buoyancy report.
Crossing of existing and / or future facilities
Contractor shall take full account of the presence of existing pipelines, flowlines and facilities in
the vicinity of the pipeline and shall confirm their exact location. Contractor shall be responsible
to identify any facility crossing the pipeline including underground and aboveground cables,
overhead power lines etc. The Contractor shall be required to get necessary approvals from the
third party. All such works is deemed as part of this Contract.
For Pipeline crossings there shall be a clear separation distance of 750 mm minimum between
the new pipeline and the existing pipeline.
Live Stock Crossings
Combined livestock and light vehicle crossing shall be installed at 2 km intervals in accordance
with SP-1208 & Pipeline Typical Details Contractor shall provide concrete slab over the pipeline
at all Livestock crossings along with the access barriers.
The Contractor shall protect the windrows by providing stone pitching at all livestock openings,
road crossings and any openings made for the flow of water streams to avoid the accumulation
of water at low points

8.8.7 Pipeline Right of way Grading and access road


The Contractor shall clear, grade and maintain the ROW for the Pipeline throughout the execution
of the Work.
The Contractor may utilize all existing roads to access the Work subject to any restrictions
imposed by the ROP or any other national or local authority. Any damage to any road or track

C- 4 - Scope of Work Page 146 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

attributable to the Contractor shall be promptly re-instated by the Contractor. Cost of such
reinstatement shall be to the Contractor’s account.
In the event that the existing routes do not provide convenient access to the Site, the Contractor
shall prepare and maintain all additional routes whilst they are required for the Work and reinstate
at completion of the use.
The Contractor shall prepare and submit for Company approval a plan for all such additional
routes indicating why the road is required and the proposed route. Once any such road is no
longer required for the Work, the Contractor shall notify the Company. The Company will instruct
the Contractor on whether the road is to be left in place or the land is to be re-instated.
The Contractor shall obtain all necessary consents before constructing any additional access road
and shall re-instate the land occupied by the road in accordance with any conditions of the
consents and to the satisfaction of the land owner once the road is no longer required for the
Work.
Access roads to the Construction camp shall be maintained by the Contractor during the entire
period of Construction.
ROW grading and Construction of inspection reports shall be done in accordance with Company
specifications including PDO SP-1208.
However, the areas which are used during construction shall cleaned and cleared of any debris,
excess/ used materials, wastes etc. by the Contractor to the satisfaction of the Company.
Right of Way shall be approved by the Company prior to any construction activities, in the case
Contractor proceeds with construction without getting the written approval from Company
representative, any cost or schedule impact due reconstruction of the Right of way shall be borne
by Contractor.
Final grading and levelling of the entire working strip shall be carried out prior to trenching
operation. In hilly, mountainous and wadi areas the final grading and levelling of the area shall be
carried out for at least 10 meters distance on either side of the pipeline.
The inspection road shall be constructed in such a way that no deep slopes are present which
are unsafe and better visibility is maintained for the drivers heading each other. In case the above
said requirements cannot be fulfilled adequate safety measures shall be carried out during the
design of the inspection road by providing dividers and warning boards/signs/lights etc. The
inspection road along the pipeline shall be graded as per SP 1275 prior to hand over to the
Company.

8.8.8 Pipe Stringing


The Contractor shall establish stock pile locations for storage of the materials including Company
supplied materials. The Contractor shall submit the proposed stockpile locations and details for
Company approval. Location selection shall take account of all relevant factors, such as access
road availability, minimization of vehicle traffic on the ROW, and type of transport vehicle and

C- 4 - Scope of Work Page 147 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

other related HSE aspects. All related costs, approvals and permits required for establishing and
maintaining the marshalling yards shall be part of the Contractor’s Scope.

8.8.9 Pipeline works


All pipeline works shall be done in accordance with Company specification, Vendor specification,
documents, standards and drawings including Company SP-1208 & SP-1211.
The Contractor shall take care to avoid any debris entering the Pipeline during Construction,
protect the bevels of the line pipe during transportation and Construction. This shall include the
fitting of “night-caps” to the open ends of welded pipe sections when work is not in progress on
them.
The Contractor shall supply and install CP test posts at intervals not exceeding 2 km. The
Contractor shall select the locations of the test posts to permit easy access of inspection.
Wherever practicable, the test posts shall be located near crossing points in the Pipeline windrow.

8.8.10 Line Pipe Field Bending:


Pipeline field cold bending shall be carried out by an experienced and Company approved field
bending contractor. All bending activities shall comply SP-1211 and SP-1208 requirement. Field
bending qualification line pipe shall be collected by the bending contractor in advance from the
Construction Contractor. All bending shall be executed as per approved method
statement/Procedure and ITP. A full time TPI shall witness the entire process including gauging
and holiday testing (before and after bending).Pipe wasted during bending shall be accounted in
Construction Contractors scope without any variation acceptance by Company.

8.8.11 Pipeline Trenching


The trenching shall be carried out as per SP-1208. The trenchers shall be dedicated to this project
until the end of trenching phase. The Contractor shall make available prior to the start of the
trenching works, all the required trenchers consumable, spare parts and dedicated maintenance
team with all the relevant tools and equipment’s. Trenching shall not be carried out prior to final
grading and levelling of the entire working strip. GU-501 shall be referred for excavation around
live pipelines.
Grading and leveling of the working strip shall be carried out prior to trenching operation. In hilly,
mountainous and wadi areas the grading and leveling of the area shall be carried out for at least
10 meters distance on either side of the pipeline. These details shall be updated in the alignment
sheets. However the Contractor may review the route and finalize the most economical route
option. Only hand excavation with soft tools is allowed at station approach areas and inside
stations in order to avoid unaccounted damages during trenching.
The inspection road shall be continuous and adjacent along the pipeline route. The inspection
road shall be constructed in such a way that no steep slopes are present and better visibility is
maintained for the drivers heading each other with the provision of dividers and warning
boards/signs/lights etc. Inspection road along the pipeline shall be graded as per SP-1275 and
applicable civil SP. Spur line routing along steep sloping location shall be secured and stabilized
as per SP-1208 requirements. Rock blasting if any is not recommended due to the integrity issue

C- 4 - Scope of Work Page 148 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

of existing pipeline. Specific approval shall be obtained from Company integrity authorities prior
to any activities along the existing pipeline corridor.

8.8.12 Pipeline Welding and NDE


The welding and NDE shall be carried out as per SP-1173 for On Plot and SP-1177 for pipeline
welding. The Welding Procedure Specification (WPS) and Procedure Qualification Record (PQR)
and NDE procedure shall be project specific and approved by Company before start of any
welding work.

8.8.13 Pipeline Installation


Pipeline construction work including grading, leveling, excavation, pre padding, pipe stringing,
welding, NDE, HSS application, lowering, holiday testing, post padding, back filling, all crossing
constructions including road crossing by open cut/auger boring/HDD method,
Wadi/Subka/Marshy crossing with gabions and boulders, slope stabilization using sand and
cement mixed sacks, marker poles, warning posts, CP test post etc shall be carried out by the
Contractor prior to pipeline cleaning activity if required. ICCP clit welding shall be carried out prior
to hydrotest. Clit welding, blasting for coating removal and recoating/coating repair
procedure/method statement shall be Company approved. ROW and access road construction if
any shall be in line with SP-1211 and SP-1208 requirement.
Procurement of approved protection sleeve as per concerned authority for existing cables
crossing pipeline and FOC crossings shall be in construction contractor scope. Pipeline 3LPE
coating repair and field joint heat shrink sleeve application is also in the Construction Contractor
scope by a Company approved vendor. All construction related activities shall be carried out with
Company approved method statement/procedure and ITP.
All activities which is deemed to be the part of pipeline mechanical completion, pre-commissioning
and commissioning shall be the scope of Construction contractor and shall be considered
accordingly. No variation shall be applicable in this regard. Existing pipeline crossing location by
Contractors heavy construction vehicles/ equipment’s shall be reassessed by Contractor during
detailed design based on the existing pipeline remaining wall thickness and shall obtain prior
Company approval. This section shall be read in conjunction with pipeline engineering section 5.9
provided earlier.

8.8.14 Pipeline Cleaning and Gauging


The Contractor shall carry out pipeline cleaning in line with SP-1212, DEP 31.40.40.38-Gen and
other approved project specific documents such as method statements, procedures, ITP etc
immediately after successful completion of pipeline welding. All governing criteria shall be as per
SP-1212. After completion of successful cleaning activity, pipeline gauging shall be carried out in
line with SP-1212 and DEP 31.40.40.38-Gen.

8.8.15 Pipeline Hydro-testing


The Contractor shall carry out hydro-testing of the completed Pipeline system in accordance with
Company specifications, standards and documents enclosed with C6 document of the Contract

C- 4 - Scope of Work Page 149 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

including SP-1212 and SP-1208. All requirements specified in SP-1212 shall be considered as
mandatory requirement and shall be fulfilled by the Contractor during hydro-testing.
The Contractor shall produce a complete hydrostatic test plan covering all required activities, test
acceptance criteria and water treatment chemicals.
The Contractor shall be responsible for the sourcing, handling, treatment, transportation and
disposal of water for hydro-testing. The rate and amount of water shall be sufficient to ensure
adequate speed of the fillings pigs in line with SP-1212 and SP-1208 requirements.
The Contractor shall arrange for all necessary approvals for obtaining the water and its
subsequent disposal from the appropriate authority. Details of all sources shall be submitted for
Company approval together with a sample of the proposed water a minimum of 15 days before
commencement of hydrostatic testing. Use of water shall be minimized.
The Contractor shall carry out all the required analysis of the water samples to verify the dosage
and the type of chemical inhibitor to be used in hydro-testing. The chemical inhibitor to be used
shall be Company approved and shall be obtained from Company approved sources.
Prior to commencement of hydro-test the Contractor shall demonstrate to the Company that the
interior of the Pipeline is free of debris and sand. The Contractor shall not introduce any water
into the Pipeline until the Company’s approval of a cleaning, gauging, dewatering, drying plan and
other Construction documentation relevant to the Pipeline section has been received.
Contractor shall fabricate the necessary temporary test headers and air pigging headers required
for hydro-testing, gauging and pre-commissioning of the Pipeline.
Either in the event of any damage the Contractor shall gauge the Pipeline and in the event of any
damage determine the cause, location of the damage and make all necessary repairs including
locating the damaged location if the gauging plate shows any damage.
All water disposal or collection pits shall be suitably lined to prevent ingress of water into the
ground.
The hydro testing for the pipeline sections shall be carried out without the inline pipeline valves.
The Contractor shall reinstate all valves and other equipment removed or disconnected for the
purposes of hydro testing.

8.8.16 Hydro testing of On-Plot piping


Hydro testing shall be carried as per applicable Company specifications, SP-1208 and SP-2051.
The water to be used for hydro testing shall be provided by the Contractor as per Company
specifications. The Contractor shall submit a water acquisition and disposal plan. At the end of
hydro testing, the Contractor shall make sure that the new pipe work is free of water and dry as
per the specifications. The water shall be disposed of the plant after hydro testing in line with HSE
requirement.
Contractor will show high point vents and low point drains in the isometric drawings. However, if
any additional vents and drains are required based on the Contractor’s testing program, they shall

C- 4 - Scope of Work Page 150 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

be included in the scope of work, including the required material. The Contractor shall supply
temporary gaskets for testing the piping/pipelines. Hydro-testing of pipeline will be done without
installation of any valves
The hydro testing for the pipeline sections shall be carried out without the inline valves The
Contractor shall reinstate all valves and other equipment removed or disconnected for the
purposes of hydro testing.

8.8.17 Pipeline Pre-commissioning


Pipeline pre-commissioning activities shall be carried out as per DEP 31.40.50.30-Gen. and SP-
1208. Contractor method statement/procedure for pipeline pre-commissioning including drying
shall be approved by Company.
The Contractor shall de-water and dry the completed Pipeline to a dew point of -10 deg C. The
pre-commissioning plan for the Pipeline shall be approved by the Company and the Contractor
shall ensure that the required pre-commissioning equipment’s are available on time prior to de-
watering of any section.
Contractor shall leak test all the pipeline stations BVS’s and Pig Trap with Nitrogen & Helium,
However the main pipeline shall be Purged with Nitrogen.

8.8.18 Pipeline Commissioning and Commissioning Assistance


Pipeline commissioning and start up activities shall be carried out as per PR-1159 and approved
commissioning manual. All necessary HSE requirements shall be complied and punch points shall
be closed and signed off prior to commissioning. Contractor method statement/procedure for
pipeline commissioning system/sub system wise shall be approved by Company.GU-453 shall be
referred for input completion. All vendor submitted and Company approved E-SPIR and
commissioning/start up spares shall be readily available prior to Commissioning. Pipeline ICCP
shall be commissioned as per SP-1129 and SP-1208.
Commissioning of the pipeline will be carried out by the Contractor.
The Contractor shall carry out Commissioning of all ancillary systems associated with the pipeline
including the valve assemblies.
Contractor shall provide assistance (manpower and equipment) during commissioning, for as long
period as the work demands.
The Contractor shall make due allowance in the Contractor's schedule and work plans for any
restrictions on the Work imposed by the Company for the purposes of commissioning all or any
part of the Pipeline.
Commissioning of the pipeline shall include the provision of pigs, pig locators, inert medium
(nitrogen and/ or water), labor and pig tracking crews to allow introduction of gas into the Pipeline
system in a safe and controlled manner.
The Contractor shall not claim for extended commissioning period or mobilization or
demobilization of resources during the commissioning phase.

C- 4 - Scope of Work Page 151 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

8.8.19 Pipeline Decommissioning and Demolition


Decommissioning, demolition requirement of existing 6” buried CS spurline shall be studied by
the Contractor through an experienced engineering Contractor and recommendation report shall
be submitted for Company review. Demolition drawings and demolition scope of work shall be
submitted as a part of the same.SP-1208 technical requirements shall be complied. PR-1146 shall
be complied for all cold cutting operations. Line plugging procedure shall be approved by
Company prior to cold cutting.

8.8.20 Construction Tie-Ins


Contractor shall plan and execute such tie-ins in a manner which reduces to a minimum disruption
to ongoing operations. It is essential that close co-operation and co-ordination is maintained
between Contractor and Company and that the requirements are planned and agreed in advance.
This includes providing information as required to Company Integrated Activity Planning.
Contractor shall submit a tie-in registers and plan to Company for approval at least 3 months in
advance.
Contractor's Commissioning coordinator shall convene a series of meetings to be chaired by
Company, at which Company and Contractor personnel associated with the tie-ins shall attend.
During the meetings detailed tie-in plans will be reviewed and updated as necessary to ensure
the smooth co-ordination and execution of the tie-ins.
The Company reserves the right to change the tie-in dates or sequence to suit operational
requirements.
During detail engineering EPC shall develop tie-in and shutdown philosophy which shall consider
Process, electrical and C&A related isolation or shutdown requirements. Process tie-in location
and valve passing test shall be confirmed during EPC stage.

8.9 Concurrent Operations


Concurrent construction and Commissioning shall be minimized and limited to the extent that HSE
risk is ALARP considering the available controls. Only in case of exceptional circumstances
Company may allow or require concurrent construction and commissioning, always ensuring that
overall safety of personnel and plant is not jeopardized. Contractor shall abide by the decision of
the Company.
Contractor in collaboration with Company shall develop a plan and procedure for Concurrent
Operations, which shall be approved by the Company.
The Contractor shall provide procedures and method statements for Company’s approval 3
months prior to undertaking any concurrent operations.

C- 4 - Scope of Work Page 152 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

9 TESTING, PRE-COMMISSIONING AND COMMISSIONING

9.1 General
Contractor shall test the entire new installation, interconnection with the existing facilities,
including all main equipment and associated works. This includes hydrostatic testing and pre-
commissioning of the complete installation inclusive of equipment, piping, instrumentation and
electrical installation all in accordance with Company specifications. The testing and pre-
commissioning scope shall include instrument calibration, functional integrity checking loop
checking and (leak testing. Contractor shall provide and install all facilities required for testing.
All materials and equipment used for testing shall be in good condition and of the correct rating.
Pressure gauges on hydrostatic test equipment shall be calibrated at regular intervals to be
agreed with Company Site Representative.
All temporary materials, such as test spades and supports shall be suitably identified to ensure
that they are removed prior to commissioning.
Test results shall be recorded by Contractor in accordance with SP-1171 on Company approved
test sheets and records and shall be submitted to Company for approval.
Contractor shall also be responsible for maintaining complete documentation of all tests carried
out and these shall be submitted to Company upon completion of pre-commissioning activities.
The format of the test packages shall be submitted to Company for approval.
The Contractor shall to obtain all permits, certificates, approvals etc. from concerned authorities
necessary for handing over this project to the Company prior to normal operations. The permits,
certificates, approvals shall include but not limited to:
• Permit to Commission the Project from the Ministry of Environment and Climate Affairs MECA
• Flaring Permit from MECA
• Hydro-testing Permit from MECA
• Final Environmental Permit from MECA
• Fire Safety and Security requirements from Royal Omani Police -Oman Civil Defense
• Climate Affairs Permit from MECA
• Provision of Telecommunication Services and Equipment License from the Ministry of
Transport & Communications
• Any other permits, certificates, approvals not included above.

The Contractor shall calibrate, test and pre-commission the entire Instrumentation system in
accordance with DEP 62.10.08.11, “Inspection and Functional Testing of Instruments”
Following testing and Pre-commissioning instrumentation activities shall be included, as a
minimum:
• Planning, organization and scheduling of pre-commissioning activities with construction and
commissioning staff of Company.
• Developing and generating loop checking procedures for review/approval of Company

C- 4 - Scope of Work Page 153 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

• Workshop pre-calibration and calibration/testing of all instruments including field transmitters,


converters, gauges, control valves, on-off valves and pressure regulators.
• Checking of complete instrumentation loop including systems/sub-systems, networking
cables and instruments including functional test / loop check / leak test of all field instruments,
pneumatic on-off valves.
• Functional testing of interface signals with Company SCADA network.
• Testing of multicore cables for insulation and continuity before backfilling the trenches. Wiring
and loop testing shall be carried out together with any additional tests that the Company
construction supervisor may consider necessary to prove that the works have been done
satisfactorily.
Contractor shall liaise with the Company Site Representative to ensure that all areas of interface
including Telecommunications, Muscat Control Room and electrical power supply shall be
complete and available to commence commissioning.
The Commissioning scope shall include following but not limited to:
a) Commissioning of the new Shafa GSS facilities shall be by the Contractor with Sub-
Contractors/Vendor supervision.
b) The Contractor shall also commission all the ancillary systems covered in contract scope
including but not limited to the electrical, instrumentation, Telecommunication systems,
safety system and Electrical system.
c) The Contractor shall make due allowance in the Contractor’s schedule and work plans for
any restrictions on the work imposed by the Company for the purposes of commissioning
all or any part of the Shafa GSS.
d) The contractor shall ensure that the relevant Sub-Contractor(s)/Vendor(s) knowledgeable
to package/system are present during commissioning for as long as required in order to
assure full satisfaction of the Company that all system components are operating as per
the Contract and all relevant Company specifications, standards and codes requirements.
The Contractor shall be fully responsible for any delay on their part.
e) The Contractor shall supply all items including but not limited to personnel, equipment,
tools, test equipment, first fill-up, consumables etc. for commissioning.
f) The Contractor shall be responsible for all the Sub-Contractors/Vendors including the
mobilization and demobilization, daily costs, accommodation, food, transportation, office
space, tools, etc. for as long as they are needed on site for the completion of full
commissioning, and performance guarantees tests of new Shafa GSS including individual
packages, equipment’s and systems to the satisfaction of the Company.
g) The Contractor shall submit to the Company a detailed commissioning plan along with
individual system/equipment commissioning procedures for Company approval.
h) The Contractor shall include in the Commissioning plan all preparation including Helium
traced leak test, initial purging of facility piping and vessels with Helium. Supply and
arrangement of such requirement shall be included in Contractor scope of work.

C- 4 - Scope of Work Page 154 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

i) Provision of all Engineering and other technical support including Subcontractors


/Vendors during commissioning, and performance guarantees.
j) Provision of all temporary measures and facilities including temporary strainers, filters,
spool pieces and all others deemed necessary during Commissioning, initial Start-Up, and
performance guarantees test.
k) Provision of any additional labour to assist Company with line draining, spectacle blind
turning and valve operation and any other assistance that may be required as part of
facilities tie-ins for introduction of permanent electricity or hydrocarbons.
l) Obtaining Company’s written approvals and introduction of Company PTW’s, before
energizing the electrical system with permanent power, introduction of hydrocarbons to
the facility and prior to commencement of commissioning activities.
m) Carry out nitrogen helium traced leak test to 95% of Relief/Safety valve setting for the GSS
facilities.
n) Completion of all action items, assigned to the Contractor, resulting from the prestart-up
audit.
o) Completions of all Class “A” punch list items.

9.2 Pre-Commissioning and Commissioning Spares


Contractor shall identify and purchase all spare parts required for Pre-commissioning,
Commissioning and the two years of operation. Any unused spare shall be handed over to
Company.

Immediately after placing the purchase order for the relevant equipment, Contractor shall obtain
original letter from the supplier of each equipment indicating a recommended list of spares
required for one year trouble free operation and submit this list to Company in original form for
Company review and approval. Also Contractor submits duly completed Spare Parts
Interchangeability Record (SPIR) forms to Company for approval.

Contractor shall obtain approval by Company of all SPIR forms no later than 90 days prior to pre-
commissioning of the system to which the SPIR forms relate.

Upon receipt of the SPIR forms and supporting drawings from Vendors, Contractor shall make all
necessary calculations to determine the required quantities of operational spares in accordance
with DEP 70.10.90.11-Gen.

Contractor shall procure all operational spare parts and operational consumables necessary for
the two years of operation of the facility as recommended by the supplier of equipment and
approved by Company.

9.3 Commissioning

9.3.1 System Wise Commissioning Procedure

C- 4 - Scope of Work Page 155 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

• Contractor CSU team shall prepare systemization procedure for project scope and shall
discuss and agree with OGC
• As per systemization procedure, ECP Contractor shall further discuss and agree with OGC
number of commissioning procedures required for the project.
• System wise Commissioning Procedures shall be prepared by Contractor to give clear
guidelines on how to ensure the Commissioning of the Field Equipment’s and associated
piping within the defined System and sub-system before introduction of process fluids.
• OGC CSU team shall finalize the list of commissioning procedures accordingly Contractor
team shall deliver the procedures for OGC approval.

9.3.2 Logic & Functional Testing Procedure


Logic & Functional testing procedures shall be prepared by the Contractor to give clear guidelines
on how to undertake the functional testing of the Field loops and functional logic within Project
identified System which are listed below, but not limited to,

• Control & Monitoring


• Safe Guarding (ESD / PSD)
• Fire & Gas System
The overall scope of Contractor covers commissioning including dynamic testing, startup & test
runs and performance testing of the complete facilities in the period from mechanical completion
of the first system to the successful performance testing of the facilities under current scope of
work.

The Contractor shall note that meeting the Process Guarantee is the essence of the Contract.
The Contractor shall therefore demonstrate full achievement of the requirements of the Process
Guarantee during guarantee run.

Contractor shall carry out the Commissioning in accordance with Facility Commissioning manual,
the manual shall be in accordance with Company specification and any additional requirements
set out in this Contract.

The Contractor shall put in place an emergency response plan specific to Commissioning
activities. Contractor shall refer to Contract Document C-9 HSE Requirements for requirements
for hazard control and emergency response planning requirements.

Contractor shall appoint within its management organization, within one month of the Effective
Date, a full-time Commissioning Engineer who shall be responsible for all aspects of Design and
Construction liaison, planning, attending reviews, coordination of all Commissioning and
performance guarantee tests at the Site. The Commissioning Engineer is classified as Key
Personnel and shall be qualified and experienced in the co-ordination of commissioning and
operation of sour oil and gas treatment facility. The resume/curriculum vitae for the proposed

C- 4 - Scope of Work Page 156 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Commissioning Engineer shall be submitted for Company approval within one month of the
Effective Date.

Contractor shall provide in its organization all personnel required for the facility Commissioning,
performance guarantee tests, and final handover activities. Contractor's Commissioning
personnel shall comply with the minimum Company qualification criteria specified in Contract
document C-4.

Contractor shall also commission all the ancillary systems covered in his scope including but not
limited to the electrical, instrumentation and SCADA & Telecom Tie-in.

Contractor shall make due allowance in Contractor’s schedule and work plans for any restrictions
on the work imposed by Company for the purposes of commissioning all or any part of the scopes
mentioned under this contact document.

Contractor shall ensure that the relevant Vendor experts are present during commissioning for as
long as required in order to assure full satisfaction of Company that all system components are
operating as per the Contract requirement.

Contractor shall be responsible for any delay in achieving this requirement.

Contractor shall supply all items including but not limited to personnel, equipment, tools, test
equipment, consumables etc. for commissioning. Contractor shall employ a dedicated
Commissioning engineer after submitting his CV and obtaining Company’s approval.

Contractor shall submit to Company a detailed commissioning plan along with all procedures for
approval. Contractor to note that Company intends to use gas to air method of commissioning for
the pipelines eliminating nitrogen as a barrier between gas and air.

Contractor to note that preparation of the facilities as mentioned for commissioning shall require
initial purging of station piping and vessels with Nitrogen.

Contractor shall maintain records of all commissioning activities. The normal working hours for
Company operators shall be Saturday to Thursday 08:00 hours to 17:00 hours. If Contractor
requires presence of Company operators beyond these working hours then he shall have to
compensate Company operators for the overtime payments.

Contractor shall include in his lump sum price the complete cost for commissioning. This shall
include but not limited to all costs associated with commissioning of sub-contracted or bought out
package items. This will include all costs involved in bringing the specialist engineers, technicians
required for commissioning of these items. Company shall not allow demobilization of the
specialist engineers, technicians till such time Company is satisfied with successful completion of
commissioning activities.

C- 4 - Scope of Work Page 157 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Contractor shall include in his lump sum price nitrogen test and purging of the pipeline as part of
the commissioning activities.

9.4 Role Of Company


Three months (90 days) prior to the introduction of hydrocarbons, Company will nominate a Senior
Authorized Operations Representative who shall be responsible for verifying that the facilities are
ready for introduction of hydrocarbons. The Contractor shall submit all required evidence that the
facilities are ready for the introduction of hydrocarbons.
Prior to the introduction of hydrocarbons, Company's PTW system shall be adopted by Contractor;
Company shall then be responsible for approval of all PTW.
Contractor’s Commissioning Manager shall work closely with Company. In the event of any
disagreement between Company and Contractor’s Commissioning Manager the Contractor shall
abide by Company’s decision that shall be communicated in writing to the Contractor.
From the moment hydrocarbons are introduced the Company's representative will be in overall
control of all Operations and other site related activities.
The Company has the right to suspend Contractor’s activities or to instruct Contractor, or to take
over those activities, at any time if, in the opinion of Company the Contractor’s activities are
jeopardizing the integrity of Company’s facilities and/or do not comply with safe and good
operating practice. Any work carried out by Company in such a situation shall be to Contractor’s
cost.
Contractor shall adopt Company’s Permit to Work system specific to electrical matters from the
moment of making connection to Permanent electrical power system.

9.5 Work Permits


Company’s Permit to Work System (PTW) and responsibilities for application and issue of Work
Permits shall apply from the time of start of high pressure nitrogen leak testing, making connection
to permanent power supply, and any other place where the Work interfaces with new facility or
live system.
For all other work the Contractor’s approved Permit to Work system shall be used until such times
that the Company’s PTW system becomes applicable.
Permit issue Point
Prior to the introduction of hydrocarbons Contractor shall make available for use the dedicated
Permit Room as part of the Administration and Control building and furnish in accordance with
the requirements as laid down in the Permit to Work System Manual. This shall include
appropriate permit and isolation displays board.

9.6 Commissioning & Start Up Manual


The Contractor shall develop a commissioning and Start-Up Manual for entire facility new and
existing as part of Detail Engineering. The Manual shall be developed in conjunction with Sub-
Contractor/Vendor Information and commissioning engineers.

C- 4 - Scope of Work Page 158 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

It is the Contractor responsibility to produce the Commissioning and Start-Up Manual in both
Electronic and hardcopy format and issue to Company for approval at least ninety (90) days
before the estimated Substantial Completion Date.
The Manual shall provide as a minimum a detailed description of:
a) Sub-Contractors/Vendors required for Commissioning and confirmation on availability.
b) Temporary equipment required for Commissioning
c) All major equipment packages, Systems and Sub-systems
d) Define the limits of all Systems and Sub-systems
e) Sequence of Commissioning/Work flow scheme.
f) Chemicals and consumables required for Commissioning.

9.7 Plant Operating Manual


The Contractor shall update existing Plant Operating Manual for Shafa GSS with new POM for
associated new train of Detail Engineering and issue an Integrated POM for the entire station.
The Manual shall be developed in conjunction with Sub-Contractor/Vendor Information and
commissioning engineers.
It is the Contractor responsibility to produce the Manual in both Electronic and hardcopy format in
accordance with Company standard SP-1074 and Contract document C-4. Contractor shall issue
the manual for Company approval at least ninety (90) days before the estimated Substantial
Completion Date.
The objective of the Manual shall be to provide Company operators with a general description of
the major process and equipment included in the Shafa GSS and the identification of any
operational interfaces with downstream facilities or Consumers / Customers.
The Manual shall include description and information on:
a) Process and Utilities Units,
b) Operation Philosophy
c) Different operating modes
d) Alarms and trips,
e) Plant Safety,
f) Start-up and Shut -down procedures,
g) Plant operation consumables
h) First line maintenance
i) Plant isolation procedure including individual equipment, package etc. .
j) Include and address all the recommendations raised by the FEED HAZOP & IPF Close-out
Report.

C- 4 - Scope of Work Page 159 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

9.8 Quality Management


The Contractor shall use CCMS (or equivalent) quality management system to generate check
sheets during the construction, Pre-commissioning, commissioning and Start-Up phase. The
Contractor shall set up, maintain and update CCMS with engineering and QA/QC data and the
status of completed commissioning check sheets, punch lists and field trouble reports. CCMS
shall be used to generate exception lists and progress reports and generate individual system
handover certificate to commissioning team upon completed and signed off by both Company
and Contractor construction personnel all check-sheets relevant to the system and agreed punch-
list exception list to be carried over to the commissioning phase.
Company shall not allow any system handover to the commissioning phase unless all required
CCMS (or equivalent) check-sheet are fill-in and signed off by relevant Company and Contractor
discipline construction personnel.
CCMS (or equivalent) shall be used to generate exception lists and progress reports during
construction, pre-commissioning and commissioning phase of the project.

9.9 Maintainability And Operability


The Contractor shall provide, Engineer and Locate access platforms for all items of locally
operable or maintainable equipment which cannot be accessed from ground level in a safe
manner and in accordance with Contract document and relevant Company standards.
The Contractor shall design the facility including accessibility based on the 90 tones crane
capacity limit for the removal and installation of any routing equipment maintenance including
removal of heat exchanger bundle, valves, safety valve, removal spool etc.

9.10 Introduction Of Hydrocarbons


Contractor shall apply to Company for issue of the Substantial Completion certificate following
successful completion of all pre commissioning activities required to make the plant ready for the
introduction of hydrocarbons; including closure of pre-start up audit points.
If Company identifies any anomalies or omissions in the Commissioning Manual and/or Report or
any other documentation as defined above or any punch list items which are not fully completed
or any work on the facilities which is outstanding, Company shall return the application for the
Substantial Completion certificate within 21 working days from the submission date. Contractor
shall complete such anomalies, omitted or outstanding items before reapplying for the certificate.
The issue of the Substantial Completion certificate or refusal of an application by Company shall
not relieve Contractor of its obligations under the Contract.
Contractor shall make full allowance in the Commissioning plans for any flow rates within the
operating range for which the plant is Designed (i.e. maximum turndown, maximum design flow
or maximum available flow at the time that the Plant is ready for Commissioning).

9.11 Hours Test Runs


As part of Commissioning the Contractor shall carry out 72 hours continuous running of the facility

C- 4 - Scope of Work Page 160 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

producing on-spec oil and gas. In the event of a failure in the 72-hour test the Commissioning
shall cease. If, in the opinion of the Company Site Representative, other activities may continue
then Contractor shall correct the failure, restart the 72 hours test , and continue according to plan.
During this test run the Contractor shall maintain a detailed log and shall document performance
measurements. Test reports for each unit and system shall be submitted to Company, for
information, within twenty-four hours of completion of the test and Contractor shall incorporate
the test reports in the Commissioning and Startup Report.
Company shall have the right to nominate modes of operation during testing depending on the
availability e.g. maximum turndown, maximum design flow or maximum available flow at the time
that the Plant is ready 72hours test runs.

9.12 Acceptance Test Performance / Guarantee Run Criteria

The Performance Test and Acceptance Criteria shall be developed by the Contractor. This
performance criterion will define for acceptance of project to be transferred from Project team to
asset owner.

Acceptance test performance criteria shall cover the integrated system performance (not limited
to only specific unit performance). Operating parameters for the performance test shall cover the
overall operating window of the specific equipment (for example: rated capacity, MCF, turn down
– possible upsets in upstream unit)

The Contractor shall meet following design criteria and performance parameters and guarantee
including but not limited to: design pressure and temperature, design margins, process
parameters for the full range of inlet compositions, inlet conditions, ambient conditions and outlet
conditions as defined during the detail design.
i. Achievement of Performance parameters for all equipment installed as stipulated in FEED
document and as a part of the development during the detail design.
ii. Achievement of Performance parameters for all plant interface battery limit conditions as
defined in FEED document and as a part of the development during the detail design.
iii. Achievement of Performance parameters during start-up and shutdown conditions.
iv. Achievement of Performance parameters within the environmental specifications as per
FEED document and as a part of detail design development.
v. The Contractor shall provide the performance parameters for all the equipment installed
along with the issue of AFC documents and drawings.
vi. The procedures by which Contractor will demonstrate achievement of performance
parameters for all the equipment installed shall be developed by the Contractor and shall
be reviewed and approved by the OGC.
vii. Should there be a situation where any specific equipment is not fully meeting the design/
performance parameters; the Contractor shall fix the same prior acceptance of the
equipment by the OGC.

C- 4 - Scope of Work Page 161 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

viii. OGC will not commence the 90 days performance test for minor deficiencies on equipment
prior to rectification by the Contractor. In such cases, warranty period of the specific
equipment which is not meeting the design parameters shall start from the date when the
equipment deficiencies are rectified and the performance test starts.
ix. All the necessary work required achieving the performance parameters set points and
performance guarantee points during the Performance Test and during 90 consecutive
days Performance Test shall be part of the Contractor scope of work.
x. The acceptance testing will be carried out by the OGC personnel i.e. the CSU Team. The
testing parameters shall include but not limited to: through puts- flow rates, temperature,
composition and inlet conditions within the design envelope specified in DD documents.
The testing parameters shall be varied during the testing within the design envelope limits
including all the operating modes of the systems.
xi. All test results and detail data captured during the acceptance tests shall be compiled and
attached to the test report which shall be prepared by the Contractor, reviewed by the
OGC and shall be handed over to the OGC as part of the deliverables to successfully
complete the acceptance certificate and handover from Contractor to OGC.

9.13 Punch List Items


The Company shall have the right to review outstanding punch list items and, at its sole discretion,
indicate on the punch list any items that are not fully completed. Those items on the construction
punch list to which Company agrees to be carried forward to the Commissioning phase shall be
completed by Contractor within 30 days during the commissioning period.

9.14 Commissioning Completion Certificate


Contractor shall apply to Company for issue of the Commissioning Completion certificate following
successful completion of the following activities:
1. Achievement of the required 72 hrs Test Runs Acceptance Certificate.
2. Completion and signed off of all exception/punch list items related to the operation and safety
of the plant to Company’s satisfaction.
3. All outstanding documentation has been updated correctly (As-Built), and received as per
Company specification C4 document clause 11.1 “Documentation”.
4. Site cleared of all debris/rubbish and transported to safe disposal location.
Contractor’s application for the Commissioning Complete certificate shall be accompanied by a
detailed listing of all the parts of the Work to which the application relates. Any items on the
exception/punch list to which Company agrees to be carried forward to the commissioning, shall
be completed before final acceptance of Contractors work under the Contract and the signing of
the “Commissioning Completion Certificate”.

9.15 Final Clean-Up & Site Restoration


The Contractor shall restore the Site to its Original condition to the complete satisfaction of the

C- 4 - Scope of Work Page 162 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Company and applicable Government Regulating Authorities.


The Contractor shall clean-up the working strip and all working areas used during the course of
the construction, commissioning and shall restore the lands traversed.
Any excess soil on the working area resulting from the excavation of supports etc. shall be levelled
to the satisfaction of the Company representative. All loose rock exposed during construction
work, over the working strip or adjacent property shall be removed. Areas of soft sand in the 6m
wide vehicle access strip for the pipelines shall be removed and replaced with approved in-fill
materials so as to make the access strip safe for driving

9.16 Completion Certificate


Contractor’s application for the Completion Certificate shall be accompanied by a detailed listing
of all the parts of the Work to which the application relates; including commissioning completion,
guarantee run & site restoration in completeness. Any items on the exception/punch list to which
Company agrees to be carried forward post commissioning completion (if any as sole discretion
of the Company), shall be completed before final acceptance of Contractors work under the
Contract and the signing of the “Completion Certificate”.

9.17 Final Documentation


Contractor shall prepare and collate all Final Documentation required for handover to Company
in accordance with Company requirements.

Contractor shall submit all final documentation including ‘mark-up’ drawings, with the exception
of as-built drawings, for Company review 90 days prior to the Scheduled Substantial Completion
Date.

Contractor shall submit all as-built drawings for Company review 45 days prior to the Scheduled
Completion Date.

Contractor shall submit an electronic version of all their final documentation, for Company records.
These shall include, but not be limited to drawings, documents, vendor documents, design
documents, etc.

As part of as-built documentation Contractor shall populate the applicable Formats, “Formats”
and shall develop similar formats for the new items and handover the duly filled formats to
Company in soft copy to enable us to upload in our CMMS database system.

All construction, pre-commissioning and commissioning check sheets shall be prepared in


Company approved formats. The standard formats will be handed over to successful bidder upon
letter of award.

9.18 Asset Register For SAP Documentation


Contractor shall provide full details of all materials procured under the project execution in the
form as Asset Register in the format provided by Company. This Asset Register shall cover not

C- 4 - Scope of Work Page 163 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

limited to items like MTCs, O& M Manuals, Maintenance schedules, Cost Breakups for materials
including start-up and operational spares.

C- 4 - Scope of Work Page 164 of 164


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

DOCUMENT - C5A

SCHEDULES OF PRICES

C5-A Pricing Preambles Page 1 of 18


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Contents
1.0 PRICING PREAMBLES................................................................................................... 4
1.1. DEFINITIONS........................................................................................................................................ 4
1.2. ALL INCLUSIVE CONTRACT PRICE AND UNIT RATES .............................................................................. 5
1.3. PRICING OF SCHEDULES ...................................................................................................................... 6
1.4. WORKING HOURS FOR SITE ................................................................................................................. 6
1.5. COMPANY PERMITS, RULES AND PROCEDURES .................................................................................... 7
1.6. CUSTOMS DUTY .................................................................................................................................. 7
1.7. CONSUMABLES ................................................................................................................................... 7
2.0 LUMP SUM WORK (SCHEDULES ‘A’ AND 'B') ............................................................. 7
2.1. DESCRIPTIONS FOR IDENTIFICATION ONLY............................................................................................ 7
2.2. ADDITION, OMISSION OR DELETION OF WORK ...................................................................................... 7
2.3. COMMISSIONING AND GUARANTEE RUN ............................................................................................... 8
2.4 ALTERNATIVE PRICES ......................................................................................................................... 8
2.5 PROVISIONAL AMOUNTS ...................................................................................................................... 8
3.0 UNIT RATES FOR VARIATIONS TO THE WORK (SCHEDULE 'C') .............................. 8
3.1. ABBREVIATIONS .................................................................................................................................. 9
3.2. MEASUREMENT ................................................................................................................................... 9
3.3. CIVIL WORK ........................................................................................................................................ 9
3.3.1 Excavation ........................................................................................................................................9
3.3.2 Filling ..............................................................................................................................................10
3.3.3 In situ Concrete ..............................................................................................................................10
3.3.4 Pre-cast Concrete ..........................................................................................................................10
3.3.5 Formwork .......................................................................................................................................10
3.3.6 Reinforcement ................................................................................................................................10
3.3.7 Grouting ..........................................................................................................................................11
3.3.8 Anchor bolts ...................................................................................................................................11
3.3.9 Block work ......................................................................................................................................11
3.3.10 Steelwork ...................................................................................................................................11
3.3.11 Roads ........................................................................................................................................11
3.3.12 Paving and surfacing .................................................................................................................11
3.3.13 Fencing ......................................................................................................................................11
3.4. PIPEWORK ........................................................................................................................................ 11
3.4.1 Fabrication ......................................................................................................................................12
3.4.2 Testing ............................................................................................................................................12
3.4.3 Valves .............................................................................................................................................13
3.4.4 Insulation Work...............................................................................................................................13
3.4.5 Pipework .........................................................................................................................................13
3.4.6 Valve Boxes ...................................................................................................................................13
3.4.7 Protective Coatings ........................................................................................................................13
3.4.8 Pipework .........................................................................................................................................13
3.4.9 Steelwork ........................................................................................................................................14
3.5. ENGINEERING.................................................................................................................................... 14
3.6. MECHANICAL PLANT ......................................................................................................................... 14
3.7. MATERIALS ....................................................................................................................................... 14
3.8. STAND-BY TIME................................................................................................................................. 15
4.0 TERMS OF PAYMENT (SCHEDULE – ‘E’ ) .................................................................. 15
4.1 MILESTONE PAYMENTS (SCHEDULE ‘E1’)........................................................................................... 15
4.2 PENALTY MILESTONES(SCHEDULE C5 - ‘E2’) ..................................................................................... 16
4.3 UNAUTHORIZED DEPARTURE OF KEY PERSONNEL .............................................................................. 16
5.0 CONTRACTOR'S ACCOMMODATION AND FACILITIES ............................................ 17
5.1 MOBILIZATION ................................................................................................................................... 17
5.2 DEMOBILIZATION ............................................................................................................................... 17

C5-A Pricing Preambles Page 2 of 18


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

6.0 PROCUREMENT AND THIRD PARTY SERVICES (SCHEDULE ‘F’) ........................... 17


6.1 MATERIALS ....................................................................................................................................... 17
6.2 THIRD PARTY SERVICES .................................................................................................................... 18

C5-A Pricing Preambles Page 3 of 18


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

1.0 PRICING PREAMBLES

1.1. Definitions
In this Document C-5 - Payment Schedules and any subsequent Documents of the Contract
the following words shall have the same meaning as assigned to them herein. Other words
used in this Document which have been defined in previous Documents of the Contract
shall have the same meaning as assigned to them in the previous Documents.

“Deviation” shall refer to a proposed non-fulfillment of Contract requirements.

"Fabricate" shall include but not be limited to taking delivery, unloading, examining,
handling, accepting materials or equipment supplied by Company or Contractor into
Contractor's care and control, maintaining records, preparing necessary fabrication
drawings (including any Engineering), identifying and removing material from store, setting
out, preparing, cutting, drilling, prefabricating, bending, welding, preheating, stress relieving,
bolting, temporary access/supports, all consumables, testing and transporting to area of
erection or other specific location.

"Install" & "Installation" shall include all actions covered by the term Fabricate and site
preparation, trenching or provision and installation of all necessary supports,
hoisting/lowering in and locating in position, trial fit, temporary access/supports and
permanent erection/installation in final position, tie-in/hook-up, all consumables, provision
of padding, protective barriers and all backfilling, inspection, testing, repairing, coating,
preservation related activities necessary to attain a mechanically complete condition,
dismantling, clearing away temporary access/supports and surplus/scrap material and
reinstating the site.

“Install” / “Provide” shall also mean design, engineering, manufacture, works testing,
packing for transport by land, sea or air, shipment insurance, delivery to site, unloading at
site, complete erection and Installation, painting, site testing, pre-commissioning and
commissioning, guarantee run as agreed, putting into operation and maintenance prior to
completion.

"Lump Sum Contract Price" shall mean the Contract Price less Provisional Sums.

“Milestone Due Date” shall be the last Company working day of the week identified in the
Milestone Schedule as the date by which the Milestone is to be achieved in all its parts. In
the event that the “Milestone Due Date” falls on a Public Holiday the “Milestone Due Date”
shall be the next working day.

“Penalties” These are sums that if invoked shall be deducted from the value of the
Milestone at the time of the payment of that Milestone.

"Provisional Work" shall mean work which cannot be entirely detailed and for which an
estimated quantity is inserted in the Payment Schedules. Reimbursement of such work
shall be against actual quantities executed. Actual quantities shall be multiplied by the
stated unit rate with no adjustment made to the unit rate for any variance between the actual
quantity and the estimate.

"Remove" shall include the provision of temporary access/supports, excavation,


preparation, cutting, unbolting, taking down or lifting, removal, disposal and dismantling,
clearing away temporary access/supports, backfilling and reinstating the site.

C5-A Pricing Preambles Page 4 of 18


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

"Standby" shall refer to a situation in which the planned activities of one or more of
Contractor's work crews is unable to continue working as a direct result of Company action
and where Company agrees that such standby is due to circumstances that could not have
been anticipated by Contractor in the planning of the activity and that Contractor is neither
responsible for nor has contributed to the cause of such standby. Standby excludes delays
arising from archaeological finds.

"Supply" shall include: issue of enquiries; bid evaluation/analysis; preparation and issue of
purchase orders; purchase and cost of materials; office and field expediting; inspection,
preparation and coordination of procurement documentation; packing, preservation and all
deliveries from whatever location in or outside the Sultanate of Oman and transportation to
Site; receipt, storage, conservation, handling and administration at Site; coordination of
vendor/supplier representatives.

“Loose ground” shall be defined as ground conditions that for the purposes of trenching
hand excavation is possible to achieve a minimum cover of 1500mm above the pipe.

“Medium ground” shall be defined as ground conditions that for the purposes of trenching
to achieve a minimum cover of 1500mm above the pipe can be excavated to the required
full depth by means of a Caterpillar 235 or similar.

“Hard ground” shall be defined as ground conditions that for the purposes of trenching
require blasting or the use of a rock hammer or similar to achieve a minimum 1000mm cover
above the pipe.

1.2. All Inclusive Contract Price and Unit Rates

The Contract Price represents full payment to the Contractor for all costs associated with
the Installation of Complete Facilities pertaining as described in the Document C-4 Scope
of Work and Document C-6 Technical Specifications together with all associated facilities
as defined under the Contract.

The Lump Sum prices and Unit Rates entered shall be deemed to be the fully inclusive cost
for the Work and shall include but not be limited to:

i) Direct and indirect labour, wages, overtime, bonus, transportation, messing, traveling,
housing, holidays, pensions, insurance, welfare, allowances, sick pay, protective
clothing, safety equipment, other payments, contributions, taxes, levies or expenses
payable in respect of labour as applicable under and in accordance with law, safety,
health, welfare.
ii) Administration, agents fees, management, telephone, fax, e-mail, communication
supervision costs, setting out, investigation, expenses, site and head office
overheads, control, protection, as built records and information, financing costs,
repairs.
iii) Cooperation with:- other contractors, third parties, local establishments, Walis,
municipality, government agencies, etc.
iv) Establishment costs, services, stores, industrial facilities, workshops, fences,
watching, lighting, safety, security, maintenance, latrines, messing facilities,
accommodation, electricity, air, gas, water, fuel oil, grease cleaning and clearing up
at all times.
v) Plant, machinery, equipment, fuel, lubricants, tools, temporary supports, hoisting and
lifting equipment, staging and weather protection, scaffolding, shelters, transport,
haulage.

C5-A Pricing Preambles Page 5 of 18


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

vi) Materials, consumables, safe storage, fixing in place, samples, testing, cleaning,
waste, handling and multiple handling, duties.
vii) Other insurance, liabilities, obligations, responsibilities and risks arising out of
Document C-3, General Conditions for Contract and all other documents forming the
Contract.
viii) Lump sum price to include all site clearing and carting away of rubble, waste, cleaning
of all surfaces, etc.
ix) In the execution of the work there will be significant requirements for the Contractor
to plan and interface with a number of other parties. This interfacing will occur
throughout all the phases of the project and will include the need for others to access
the Sites. The Contractor shall allow in his lump sum price for this interface
specification, including registers, management, including preparing for, attending at,
and following up interface meetings as required, and impact on progress during
execution.
x) Contractor shall take into account in his costing any change in routing of Pipelines
from that proposed due to Site conditions.
xi) Site tests, acceptance tests and type tests. The Contractor shall be responsible for all
costs incurred in the attendance at Site by the Vendor representatives.
xii) Rectifications, corrections, restoration of work due to non-compliance or deficiencies
or omissions revealed at any stage during the Contract execution.
xiii) All work not expressly specified here, but necessary for the completion and proper
Installation, maintenance and operation of the equipment and accessories, shall be
Contractor’s responsibility, at no additional cost to the Company and deemed included
in the cost.
xiv) Profit and Overheads.

1.3. Pricing of Schedules

The Contractor shall be paid in accordance with the Schedule of Prices for Work performed
and services provided.

All Unit Rates and Prices shall be in Omani Rial and shall remain fixed for the duration of
the Contract.

Lump sum Prices or Unit Rates shall be inserted against all items in the Schedules which
have a monetary value. Should the Work or obligations given in such items not be carried
out by the Contractor, the Company shall deduct amounts for the Work not completed
valued in accordance with the Contract.

1.4. Working Hours for Site


The Contractor shall include for working normal site hours:-

• 07.00 until 18:00 with 1 hour break for Lunch, Sunday to Saturday inclusive for
site location.

Should the Contractor require to work outside these hours then prior agreement must be
sought from the Company and no additional payment will be made. Extra time coverage at
site by Company personnel shall be charged to the Contractor.

Contractor shall adhere the labour laws of the Sultanate of Oman for the break timings
during the Holy month of Ramadan & summer period.

C5-A Pricing Preambles Page 6 of 18


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

1.5. Company Permits, Rules and Procedures


All Work executed by the Contractor shall include due allowance for complying with
Company permits, procedures, rules and regulations.

The Contractor shall include for all necessary requirements for obtaining approvals under
the Company's Permit to Work Procedure (PTW). The Contractor shall take account of the
availability of Company signatories.

Where the Contractor can identify cost savings resulting from streamlining the particular
PTW requirements for the Work, the Contractor shall submit such proposals together with
an evaluation of the proposed savings to the Company for approval. All proposal shall be
subject to written approval by the Company and shall only apply to the stipulated areas of
the Work.

1.6. Customs Duty


The Contractor shall bear all the costs related to Customs Duty for all Materials imported
to the Sultanate of Oman for the Project. In addition , any duties levied as a result of the
Contractors non-compliance with the foregoing shall be deemed to be included in the
Contract Price.

1.7. Consumables
The Contractor shall provide all Consumables required to complete the Work unless
specifically stated otherwise.

For the purposes of this Contract, Consumables are considered to be, items necessary to
complete the Work, but which do not actually form part of the installed equipment, this shall
include, but not be limited to: welding rods, fluxes, grease, gases, incidental non-specialist
lubricants, oils, refrigerants, cleaning agents, corrosion inhibitors, solvents, shell sole, rags,
application equipment, disposable protection and clothing.

2.0 LUMP SUM WORK (SCHEDULES ‘A’ AND 'B')

2.1. Descriptions for Identification Only


The descriptions attached to the various items are intended as brief summary of the Work
involved. They are sufficient for identification only and not an exhaustive list detailing every
operation involved in carrying out the Work. The descriptions have been prepared on the
basis that the Contractor is experienced in the requirements of the Work to be executed and
has full knowledge of the Site.

Notwithstanding the omission from the description of any operation, the cost of all operations
that may be ascribed to the Work referred to in the item shall be deemed to be included with
that item. No liability will be accepted by the Company for defective description or further
operations, other than those described, being required to complete the Work.

Where applicable the Contractor shall include in his Price for excavating in whatever ground
conditions may be found, and for excavating by hand wherever the Company may deem
mechanical excavation to be unacceptable.

2.2. Addition, Omission or Deletion of Work


Where an addition, omission or deletion of Work can be clearly identified within the
descriptions included in the Contract Price Summary and Contract price break down the

C5-A Pricing Preambles Page 7 of 18


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

amounts stated against these descriptions shall be deemed the value of such Work. In the
event that such clear identification cannot be established then the addition, omission or
deletion of such work shall be valued in accordance with item 3.0 herein.

2.3. Commissioning and Guarantee Run


The Contract price is all-inclusive for carrying out the commissioning and Guarantee run of
the scopes mentioned in Schedule C5 – A & B of the contract including but not limited to
the consumer pipelines, and the ancillary systems.

The Contractor shall include in the Lump Sum price for maintaining, on Site during this
period, all facilities required for Completion of the Work. This shall include but not be limited
to Contract Management, Site supervision, accommodation, messing, transport and
communication for all required labor to support such facilities.

2.4 Alternative Prices


An Alternative Price shall be a Lump Sum Price (Refer to Schedules ‘A’ , 'B' and ‘C’ ) given
in the Schedule of Prices to complete the Work, utilizing different methods, Materials or
equipment from those described or referred to in the Scope of Work and Specifications as
the Base Scope.

Only those different methods, Materials or equipment specifically referred to within the
Alternative shall be included within the Contractors price, all other conditions shall remain
unaltered.

Award of an Alternative shall be instructed at the sole discretion of the Company, once
instructed the Alternative shall become the Contract Price for the relevant Work.

2.5 Provisional Amounts


The term "Provisional Sum" or "Provisional Quantity" is defined as a sum or quantity
provided for Work or costs which cannot be entirely defined or detailed at the time of
Contract Award but are to be included within the Contractors Scope of Work. The amounts
stated within Schedules ‘A’ , 'B' and “C”. Provisional Amounts shall be expended, in whole
or, in part only upon the express written instruction of the Company.

3.0 UNIT RATES FOR VARIATIONS TO THE WORK (SCHEDULE 'C')

The rates contained in Schedule 'C' shall be used to evaluate modifications, omissions,
deletions and/or additions to the Work where these rates result in the most advantageous
price to the Company. In the event of dispute the Company may direct the use of rates
obtained from Schedule ‘C’ and mark-up % stated in Schedule ‘F’ for additional material
procurement or third party services if required by the Company.

All Rates shall apply equally to executing the Work in large or small quantities and difficult
or easy situations and no claim shall be entertained relating to the proportions of the Work
actually falling into these categories.

C5-A Pricing Preambles Page 8 of 18


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

3.1. Abbreviations
The following abbreviations are used:
cubic metre m3
square metre m2
linear metre m
kilogram kg
tonne t
number no
schedule sch
not applicable n/a
inches “

3.2. Measurement
Quantities shall be measured net on completion. No allowance shall be made in final
measurement for waste or handling of surplus materials.

Measurements shall be carried out in accordance with Principles of Measurement


(International) for Works of Construction (June 1979) as published by the Royal Institute of
Chartered Surveyors (RICS).

3.3. Civil Work


Rates for all Civil Works shall include the cost of all Materials.

3.3.1 Excavation

Excavation Work shall be measured by volume. All elevations shall be measured from
agreed ground levels and dimensions in accordance with the Drawings and Specifications.

Rates for excavation shall include for:


a. excavating in all materials as defined,
b. hand or machine excavation as found expedient or required by the nature of the Work,
c. stockpiling excavated material as required and removal to and from temporary spoil
heaps including all necessary re-excavation and handling,
d. disposal of surplus excavated material by transporting, depositing, spreading and
leveling,
e. increase or decrease in bulk,
f. locating and carefully excavating around or under cables, pipes and adjacent
structures, avoiding damage and protecting and supporting same as required,
g. keeping the whole of the Work free from water by construction of temporary drainage
ditches, pumping, baling or any other method necessary to ensure that the Work can
proceed at all times,
h. providing all necessary support to sides of excavation and provision of all necessary
safety barriers and signs.
i. backfilling with the best of excavated material and disposal of surplus by transporting,
depositing, spreading and leveling where directed by the Company Site
Representative.
Surface excavation shall be described as excavation to reduce levels. Excavations for
foundations shall include excavations for pits, service trenches and the like. The
volume measured shall be the volume occupied by the foundation plus the volume
vertically above it. No allowance shall be made for working space, over break or
erroneous excavation.

C5-A Pricing Preambles Page 9 of 18


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

For measurement purposes, the width of a service trench in any material including rock for
a pipe or cable shall be as detailed in the Specifications.

Rates shall include for additional excavation in any material including rock, subsequent back
filling of over break and working space as required with suitable material (including imported
selected material as necessary) and for all necessary temporary supporting of sides of the
excavation. Rates shall also include for excavation to necessary widths, supporting sides,
trimming and grading bottoms, backfilling and disposal of surplus.

For measurement purposes, rock shall be defined as that material which can only be
removed by means of pneumatic or special hydraulic equipment.
3.3.2 Filling
Filling material shall be measured by volume as equal to the net void to be filled excluding
over break and working space.

Rates for filling shall include for all cutting and excavating of material and sorting where
applicable, loading and transporting to the work area from Company approved borrow pits,
including any double handling which may be required, filling into excavation or spreading,
leveling, watering and compacting in accordance with the Specifications.
3.3.3 In situ Concrete
Concrete shall be generally measured by volume, irrespective of mix, in cubic meters (m³)

No deductions of concrete shall be made for volume of reinforcement and sections of voids
less than 0.10 m³.

Rates shall include for all protective coatings, temporary construction joints, curing and
protecting concrete surfaces from harmful weather conditions and providing, transporting
and testing of concrete cubes including payment of all fees. Blinding concrete shall include
for all supporting edges where required and any necessary preparation work of the ground
below.
3.3.4 Pre-cast Concrete
If the Contractor, with the approval of Company, elects to precast work shown on drawings
as in-situ, this work shall be measured as though the work had been executed in-situ. Pre-
cast concrete units shall be measured by volume in cubic meters ( m³). Rates shall include
for all moulds and reinforcement.
3.3.5 Formwork
Concrete rates shall include for all necessary formwork, regardless of height, position or
any other circumstances.
3.3.6 Reinforcement
Reinforcement shall be measured by weight in kilograms (kg). The weight shall be the net
weight without addition for rolling margins, supports, spacers or tying wire and in the case
of mesh without addition for laps.

Rates shall include for all cutting, bending, notching, and fixing all supports, spacers and
tying wire necessary during the deposition of concrete.

Mesh reinforcement shall be measured in square meters. no deductions shall be made


for openings not exceeding one square meter in area.

C5-A Pricing Preambles Page 10 of 18


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Rates shall include for supplying, cutting, bending and fixing of support chairs in multi-
layer reinforcement where not indicated on the Drawings.
3.3.7 Grouting
No additions shall be made for grouting to underside of base and machinery bed plates or
the like where the area grouted is less than 0.50 m², irrespective of the thickness of grout.
Grouting to underside of base and machinery bed plates or the like exceeding 0.50 m²
shall be measured by volume. Rates for grouting shall include all chamfers and temporary
edge boards.
3.3.8 Anchor bolts
Anchor bolts, inclusive of nuts and washers, shall be measured by weight. Rates shall
include for fixing into concrete, any necessary temporary supports or templates and
leaving ends clean, greased and ready for use.
3.3.9 Block work
Block work shall be measured by area in square meters (m³). No deductions shall be
made for voids not exceeding 0.10 m2. Rates shall include all labour, including cutting,
bonding, building in pipes, ducts and the like and reinforcement.
3.3.10 Steelwork
Steelwork shall generally be measured by weight in kilograms (kg). The weight shall be
the net weight, without addition for rolling margin, laps, welding material, bolts, nuts,
washers or protective coatings and without deduction for holes, splay cuts, notches or the
like. Weights shall be calculated from the particulars given in the relevant standard weight
tables.

Quantities shall be measured net and rates shall include for all fabricating and erecting
costs including cutting, drilling, notching, welding, bolting, hoisting, fixing in position and
any temporary work. Plate/open flooring shall be measured as the net area in square
meters (m²) fixed in position.
3.3.11 Roads
Asphalt roads shall be measured in square meters (m²). Rates shall include all base and
sub-base preparation, asphalt base and wearing coats, culverts, hard shoulders, lining,
rumble strips and all items required to complete the road to the standard called for in the
Specification.

Graded roads shall be measured in square meters (m²). Rates shall include all the
required material, windrows, and grading to meet the specification.
3.3.12 Paving and surfacing
Paving and surfacing shall be measured by area in square meters (m²). Rates shall
include any preparation work of the ground below, provision of sub-base and surfacing
and all associated labours.
3.3.13 Fencing
Fencing shall be measured by length in meters (m). Rates shall include all post holes,
foundations, posts, gates, strainers, protective coatings and the like.

3.4. Pipework
Rates shall exclude the cost of all Material with the exception of consumable Material. The
term "pipework" shall be deemed to include pipe and all associated fittings and ancillaries.

C5-A Pricing Preambles Page 11 of 18


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Pipework shall be measured by length on the centre line of the pipe through all fittings and
ancillaries, valves etc. and shall be classified according to material type and schedule or
wall thickness stating the nominal bore. At bends measurement shall be to the intersection
point and branches shall be measured from the wall of the main pipe. Interfield and export
pipework shall be separately measured to on-plot pipework as stated below.

Rates for pipework shall include for installation of all fittings and ancillaries including bends,
elbows, tees, reducers, branches, fittings, screw vents, drains etc.

Flanges, joints, weld branch con fittings, socket-welded fitting valves shall be measured
separately.

The fabrication of special brackets or pipework supports, from standard sections or plate
shall be measured as supporting steelwork.

Fabrication, erection and testing of pipework shall each be measured separately.

3.4.1 Fabrication
i). Rates for fabrication of pipework shall include:
a. taking delivery, checking, off loading, storing and distributing;
b. cutting to required lengths and preparing ends including necessary beveling, threading
and the like;
c. fabricating, setting up, aligning, clamping, tacking, welding, NDT and preparation
work, jointing, perforating and the like;
d. temporary capping of open ends;
e. checking dimensions and clearances and determining any additional dimensions
necessary for fabrication and installation;
f. preheating and other heat treating;

ii). Rates for fabrication and erection of internally coated pipework shall be measured as
extra over the pipework to which it applies.

iii). Rates for the erection of pipework shall include:


a. installing to any background, location or elevation and
b. include necessary pipe supports;
c. field welding and preparation work and joints
d. identifying, banding, tagging and labeling;
3.4.2 Testing
Rates for testing of pipework shall include:
testing, visual inspection, pressure or cleaning, flushing, drying, etc. including all necessary
re-work and all equipment;

NDT of pipework welds shall be enumerated. In no event shall any welds found to be
defective, and requiring additional NDT after repair, qualify for additional payment.

The fabrication of special brackets or pipework supports, from standard sections or plate
shall be measured as supporting steelwork.

Site Leak Test shall be performed for all pipework.

Fabrication, erection and testing of pipework shall each be measured separately.

C5-A Pricing Preambles Page 12 of 18


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

3.4.3 Valves
The installation of valves shall be enumerated as "extra over" the rate for pipework erection.

Rates for erection of valves shall be for valves of all pressures and types except control
valves and actuated ball valves which shall be separately measured. Rates for erection of
valves shall also include all required testing (such as Site Leak Test, etc), trial fitting, jointing,
welding and preparation work and the like.
Control valves and actuated valves shall include actuators.

3.4.4 Insulation Work


Rates shall exclude the cost of all Material with the exception of consumable material. The
expression "insulation" shall mean the insulation and the applicable finish, cladding and the
like.

Rates for insulation shall include for all labours including cutting, bending, scribing, notching,
taping, wiring, strapping, banding, sealing, jointing, overlapping, fixing battens, welding pins,
screws and locking washers, tapping, sealing ends, bevelling back to flanges, marking,
stamping, trial fitting and removing.

Rates shall also include working at any height or location and for work to fittings and
ancillaries, narrow widths, isolated areas, junctions between steelwork sections, stiffeners,
working around doors, hatches, supports and the like, working over pipe joints, removable
access panels, expansion/contraction joints and identification tags and plates.
3.4.5 Pipework
Pipework insulation shall be measured along the centre line for the gross length of pipework
as fixed and shall be measured over bends, elbows, reducers, tees, branches, capped ends,
valves, isolated flanges and similar ancillaries and fittings in the line.

The insulation of reducers shall be included in the measurement of the larger diameter pipe.
Insulation of pipework shall be measured separately according to the diameter of the pipe.
Rates for insulation of pipework shall include all additional costs in insulating bends, elbows,
tees, branches and the like.
3.4.6 Valve Boxes
The boxed insulation of valves, flanges and instruments shall be grouped together,
enumerated and measured as extra over insulation of pipework.
Rates for such boxes shall include for fabricating in sections and for all notching cutting and
fitting. Where valves are flanged, the rate for valve boxes shall include for any additional
costs in insulating the associated flanges.
3.4.7 Protective Coatings
Rates shall include the cost of all Material. Rates shall include for all surface preparation
ready to receive protective coatings, protecting of adjacent Work and application of primer
and coating in accordance with the Specification.
3.4.8 Pipework
Protective coating of pipework shall be measured the gross length as fixed including all
fittings, flanges, valves etc. in the line. Rates shall include for the additional cost due to
extra size and girth at all flanges, valve spaces, supports, anchors, guides etc. Rates shall
also include for picking out valve wheels and other sundry items in contrasting paint.

C5-A Pricing Preambles Page 13 of 18


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

3.4.9 Steelwork
Painting of steelwork generally, irrespective of profile, shall be measured by weight.

3.5. Engineering
For any Fabrication and Installation elements of work that are the subject of a Variation
Order the Engineering component shall be taken as having been included in the Fabrication
and Installation unit rate in Schedule C applicable to that element of work.

For the supply of material for any element of work that is the subject of a Variation Order
the Engineering component of the supply shall be taken as having been included in the
Schedule ‘F’ Procurement mark up.

If the work that is the subject of a Variation Order is such that an appropriate unit rate cannot
be identified then the Engineering element shall be valued according to Engineering Rates
or by agreement between the parties.

The rates for Engineering shall be comprehensive and include but not be limited to:
a) Wages and all costs, payments and charges including annual and public holidays,
traveling time, expenses, fares and transport and other disbursements including
redundancy payments and any requirements of the Sultanate of Oman labour laws
b) Charges in respect of Site and office supervision and HSESM requirements
c) Site and Head Office overhead charges such as: rent, rates, insurance's, electricity,
gas, fuel, water, printing, stationery, postage, telephone charges, motor car
expenses etc. and repairs, renewals, maintenance and depreciation of premises,
machinery plant etc.
d) Profit

Key Personnel as defined in Document C-8, Procedures for Contractors, will not be
reimbursed for hours expended on Variation work. The cost of such personnel is deemed
to be included in the Contract Price.

3.6. Mechanical Plant


The rates for mechanical plant shall be inclusive of drivers, operators and attendants, all
fuel, lubricants and other consumables, servicing repairs, replacements and other charges
relating to fully operating plant. Payment for working plant shall be for the actual hours
worked only. No allowance for idle time will be paid, unless expressly instructed by the
Company.

The Contractor shall provide for all costs and charges associated with transportation and
haulage to, from and around the Site, of the Contractor Equipment engaged in the subject
work. No separate payment shall be made by the Company to the Contractor for
transportation costs.

3.7. Materials
The percentage additions in respect of Materials shall be fully inclusive of all administration
charges, overheads, profit, import duties, taxes, levies and delivery to Site, where not
previously included in the invoiced cost of Materials.

Unless otherwise justified by the Contractor and approved by the Company the Contractor
shall provide three quotations for the purposes of comparison for each item of material to
be supplied.

C5-A Pricing Preambles Page 14 of 18


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

In the event that the Contractor is unable, for whatever reason, to provide the Company with
an authenticated copy of the Suppliers invoice against which a percentage addition has
been made the Company reserves the right to make direct
approach to the Supplier for such a copy.

The percentage additions in respect of Third Party Services shall be fully inclusive of all
administration and supervision charges, overheads and profit. (Schedule ‘F’)

3.8. Stand-by Time


"Standby" shall refer to a situation in which the Contractor's planned activities are unable to
continue as a direct result of the Company’s action.

3.8.1 The Company shall consider payment of Standby rates only in cases where:

a) the Company is directly responsible for the cause of such standby ;


b) the Contractor has not contributed to or caused the Standby situation;
c) the Contractor could not have anticipated, and thereby taken action to avoid, the
situation resulting in Standby;
d) the Standby does not relate to a situation of Force Majeure, unforeseen physical
obstructions, archaeological or ecological finds and
e) the Contractor is either unable to reassign the affected work party or the Contractor can
demonstrate that such reassignment is unreasonable.

3.8.2 All Standby situations shall be advised to the Company immediately by the Contractor
3.8.3 In the event that the Contractor relocates the affected work party to avoid a Standby
situation already notified to the Company and the Contractor considers the relocation to
have disrupted the Work, the Contractor may submit within 5 working days a substantiated
request to the Company for payment of a disruption allowance. The disruption allowance
shall be a maximum of 50% of the one day Standby rate for the affected personnel and
equipment.
3.8.4 The Contractor may not claim for both Standby rates and the disruption allowance in
connection with a Standby situation.
3.8.5 The Contractor may submit within 5 working days of resumption of the interrupted work a
substantiated request to the Company for payment of a claim arising out of the Standby.
The Company will not reimburse the first 5 hours of Standby and will base the settlement of
the claim on a maximum of 8 hours per working day during the Standby period.

4.0 TERMS OF PAYMENT (SCHEDULE – ‘E’ )

4.1 Milestone Payments (Schedule ‘E1’)


The Work to be performed by the Contractor as detailed in the Scope of Work has been
divided into Milestone (MS) groupings as detailed in Schedule C5- 'E1', against these
payments will be made

4.1.1 The Company will issue the Contractor with a certificate certifying Milestone Completion on
completion, to the satisfaction of the Company, of all Work including all outstanding HSE
and Quality related audit non-conformances, contained within these Milestone groupings.
4.1.2. On receipt of a Company certified "Certificate of Milestone Completion", the Contractor
shall invoice the Company that percentage of the Lump Sum stated as being due for

C5-A Pricing Preambles Page 15 of 18


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

achievement of that Milestone. Payment shall be released after deduction of previously


certified amounts in accordance with Article 12 of the General Conditions.
4.1.3. Unless specifically stated otherwise, the Contractor shall be paid for Variable and Additional
Work only upon their completion. Variable and Additional Work may be invoiced together
with the next subsequent completed Milestone.
4.1.4. Each invoice for payment shall detail the accumulative percentage total, applied to the Lump
Sum, together with the total amount of instructed and completed Variable Work and
Additional Work less all previous payments. All invoices shall detail the amounts due under
each of the headings in the Schedules and for each Variation, together with adequate
supporting documentation.

4.2 Penalty Milestones(Schedule C5 - ‘E2’)


Penalty Milestones have been established that relate to certain of the above Payment
Milestones (Schedule E1). These Penalty amounts are expressed as a percentage of the
Lump Sum and shall accrue per day of delay for a maximum individual percentage per
Penalty Milestone as defined in the Schedules, up to a maximum cumulated Penalty value
of 10%. Should the Contractor exceed the maximum duration for imposition of a particular
penalty, this shall be accepted by the Contractor as sufficient justification for the Company
to consider them as in default.

4.3 Unauthorized Departure of Key Personnel


All Key Personnel shall be assigned to this Contract for the full contract duration. The
Contract Manager shall be the prime point of contact between the Contractor and the
Company. Key Personnel shall include:

Coastal Based:
a. Contract Manager
b. Project Manager
c. Planning & Control Engineer
d. Engineering Coordinator
e. Procurement Engineer
f. QHSE Senior Engineer
g. Discipline Engineers of Engineering Team

Site Based:
a. Construction Manager
b. Quality Control Engineer
c. Planning Engineer
d. HSE advisors
e. Site Construction Supervisors
f. Quality Control Inspectors.

In the event of any delay in mobilization of Key Personnel (to be mutually agreed with the
successful Contractor), in case of Contractor not able to mobilize with in the agreed time,
then a penalty of RO 200 (In words, Two Hundred Rials Omani) per day per position shall
be applicable, subject to a maximum period of 14 days, shall become due to the Company.

In the event that any of the Contractor’s Key Personnel are not available at or demobilized
from site for reasons other than, the work or instruction by the Company, a penalty of OMR
200 (In words Two Hundred Rials Omani) per position, per day that Key Personnel are not
available, subject to a maximum period of 14 days, shall become due to the Company.

C5-A Pricing Preambles Page 16 of 18


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

In the event that any of the Contractor’s Key Personnel are replaced or un-authorized
personnel posted at Site without the prior written approval of the Company a penalty of OMR
500 (In words Five Hundred Rials Omani) for each event, subject to a maximum period of
14 events, shall become due to Company.

Non Conformance Reports (NCR’s) shall be closed out on the proposed close out date.
Fines shall be applied per day (OR.500 per day / per event) after the proposed close out
date, subject to a maximum period of 14 days per event, shall become due to the
Company

5.0 CONTRACTOR'S ACCOMMODATION AND FACILITIES

The Contract Price shall include for the provision and maintenance of accommodation for
all Contractor Personnel. The Contract Prices shall include for all temporary facilities being
constructed and operated in full compliance with Company and Oman regulations and
standards for the duration of the Contract.
The Contractor shall include for Mobilisation, maintenance and Demobilisation of all
temporary facilities on Completion of the Work.

5.1 Mobilization
Mobilization shall mean the assembly (including all necessary transportation) and making
ready, operationally fitted for use at the Site, by the Contractor, of all personnel, labor,
accommodation facilities, temporary works and construction equipment for the Work.

The Contractor shall notify the Company when fully mobilized and ready to commence the
Work.

5.2 Demobilization
Demobilization shall mean the disbanding, making good and removal (including all
necessary transportation) from the Site or related areas by the Contractor of all personnel,
labour, accommodation facilities, debris, temporary works and construction equipment for
the Work. The Contractor shall include for cleanup of the Site areas, and camp sites with
nothing left buried.

6.0 PROCUREMENT AND THIRD PARTY SERVICES (SCHEDULE ‘F’)

6.1 Materials

6.1.1 In the event that the Company instructs the Contractor to provide materials for works that
are the subject of a Variation Order the Contractor shall be reimbursed at the net price paid
for the materials, substantiated by an invoice, plus a percentage addition as stated in
Schedule herein. All discounts shall be passed on to the Company.

6.1.2 Invoices for imported materials shall be charged at CIF (Cost, Insurance and Freight) Site
prices. Invoices for locally procured materials shall be charged at invoice cost.

6.1.3 The percentage addition to invoice cost of materials shall include but not be limited to taking
delivery in Oman, insurances, paying all costs, charges and duties, delivery to site,
unloading and storing, inspection, procurement and administration costs, overheads, profit
and any other costs required for procurement and supply of materials.

C5-A Pricing Preambles Page 17 of 18


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

6.1.4 A minimum of three comparative quotations shall be supplied to the Company for each item
of materials to be supplied unless prior approval for a single source supply has been
obtained in writing from the Company.

6.2 Third Party Services


6.2.1 Should the Company instruct the Contractor to use a third party for the execution of any
part of the Work or a Variation thereto the Contractor shall be reimbursed at the net invoice
cost plus a percentage addition as stated in Schedule ‘F’. The Company will deduct that
portion of the Lump Sum Cost that pertains to that element of the Work. All discounts shall
be passed on to the Company.

6.2.2 The percentage addition to the invoiced cost of third party services shall include but not be
limited to Engineering of Contractor’s Consultant accommodation and messing for third
parties, attendance by the Contractor, overheads, profit and all and any other costs
associated with the provision of the third party services

C5-A Pricing Preambles Page 18 of 18


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE A - SUMMARY OF CONTRACT PRICE

Schedule Unit of
Description Total Amount in RO (Words) Total Amount in RO (Figures)
A Measure

1 MANAGEMENT LUMPSUM 0.000

2 ENGINEERING LUMPSUM 0.000

3 PROCUREMENT LUMPSUM 0.000

4 CONSTRUCTION LUMPSUM 0.000

5 PRE-COMMISSIONING AND COMMISSIONING LUMPSUM 0.000

6 GUARANTEE RUN LUMPSUM 0.000

TOTAL CONTRACT PRICE CARRIED TO FORM OF AGREEMENT 0.000

OPTIONAL PRICE

Unit of
Schedule Description Total Amount in RO (Words) Total Amount in RO (Figures)
Measure

1 DEMOB / REMOB (Optional) LUMPSUM 0.000

Note: Tenderers are required to complete all columns in Commercial submission.

Schedule C5B - Prices Page 1 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE B - CONTRACT PRICE BREAKDOWN


Unit of Total Amount in RO
Item Description Total Amount in RO (Words)
Measure (Figures)
1 MANAGEMENT
1.1 Mobilize and maintain Contractor's organization for:
1.1.1 a) Engineering and Procurement phases Lump Sum
1.1.2 b) Construction phase Lump Sum
1.2 Mobilize and maintain the Contractor’s Facility required for:
1.2.1 a) Engineering and Procurement phases Lump Sum
1.3.2 b) Construction phase up to Completion Lump Sum
1.3 Demobilise Contractor's organization for:
1.3.1 a) Engineering and Procurement phases Lump Sum
1.3.2 b) Construction phase Lump Sum
1.4 Demobilise the Contractor's Facility required for:
1.4.1 a) Engineering and Procurement phases Lump Sum
1.4.2 b) Construction phase up to Completion Lump Sum
Provide and maintain the office facilities and related services
1.5 Lump Sum
required for Company as per C4
Provide and maintain the accommodation & related services
1.6 Lump Sum
required for Company as per C4
Provide and maintain the transport (Vehicle) facilities and related
1.7 Lump Sum
services required for Company as per C4
Provide and maintain other facilities (phones / cameras /etc.) and
1.8
related services required for Company as per C4
Provide project data / information in the Company format provided
1.9 Lump Sum
for Asset Register (for SAP) and Surplus register
1.10 Implement and fulfill Contract HSE requirements Lump Sum
1.11 Implement and fulfill Contract QA requirements Lump Sum
1.12 Implement and fulfill Administration requirements Lump Sum
1.13 Implement and fulfill Interface Management requirements Lump Sum
1.14 Implement and fulfill Public Relations requirements Lump Sum
Compliance with general obligations of the Conditions of the
1.15 Contract not covered wholly or partially by the foregoing items or by Lump Sum
the rates in the following Schedules.
TOTAL MANAGEMENT CARRIED TO SCHEDULE A1.1
Lump Sum 0.000
SUMMARY

Schedule C5B - Prices Page 2 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE B - CONTRACT PRICE BREAKDOWN


Unit of Total Amount in RO
Item Description Total Amount in RO (Words)
Measure (Figures)
2 ENGINEERING
Review and verification of company provided FEED deliverables,
2.01 including existing Specifications and Data Sheets, Layout and Plot Lump Sum
plan drawings, system architecture, hook-up's, etc.
Carry out Design Review workshop, and close out of the identified
2.02 Lump Sum
actions with implementation.
Carrying out HAZOP study and implement and close out of the
2.03 Lump Sum
identified actions with implementation.
Carrying out IPF study and close out of the identified actions with
2.04 Lump Sum
implementation.
Carrying out Construability study and close out of the identified
2.05 Lump Sum
actions with implementation.
Carrying out QRA study and close out of the identified actions with
2.06 Lump Sum
implementation.
2.07 Carrying out EIA study and approvals from MECA. Lump Sum
Implementing necessary revisions /changes / additions in the all
2.08 Lump Sum
related documents.
Preparation of all Detail Design, Calculations & Construction
2.09 Drawings, Specifications and Data Sheets, Method statements, Lump Sum
Procedures, Studies and all deliverables associated.
Preparation of all detail design stress analysis for On plot and Off
2.10 Lump Sum
plot scopes.
Carryout detail survey for the instrument/power/cables routing,
2.11 Lump Sum
instrument hook up's, isometrics.
Preparation of all Material Requisitions, Procurement and
2.12 Lump Sum
Construction Specifications.
Incorporate all relevant information received from vendors
2.13 Lump Sum
documents & drawings on the EPC detail design.
Preparation of all other Fabrication, Construction including
2.14 Demolition Drawings not included in the above and required to Lump Sum
satisfactory completion of the job as per Contract.
Provide consolidated Vendor Operating and Maintenance Manuals
2.15 Lump Sum
for all equipment.

Schedule C5B - Prices Page 3 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE B - CONTRACT PRICE BREAKDOWN


Unit of Total Amount in RO
Item Description Total Amount in RO (Words)
Measure (Figures)
Provide consolidated Vendor Installation, Operating and
2.16 Maintenance Manuals, Detailed Part List with Specification, Lump Sum
Certifications and Records, for ESD's, PCV's, etc.
Preparation and issue of As-built drawings and Final Documentation,
2.17 Lump Sum
EORD, as detailed in Document C-4.
2.18 Provision of Procurement Engineering Support. Lump Sum
2.19 Provision of Construction Engineering Support. Lump Sum
TOTAL ENGINEERING CARRIED TO SCHEDULE A1.2
Lump Sum 0.000
SUMMARY

Schedule C5B - Prices Page 4 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE B - CONTRACT PRICE BREAKDOWN


Unit of Total Amount in RO
Item Description Total Amount in RO (Words)
Measure (Figures)
3 PROCUREMENT
Preparation of project procurement management manual and all
Purchase Orders for EPC Contractors supply items:
3.1 Lump Sum
Receiving, loading, transporting, unloading, storing, preservation at
project site as per Company procedures.

Supply of following equipment and material and transported to site,


ready for installation, including testing, all charges, all taxes, entry
duties, customs clearance, insurance, FAT, Integration Test, SAT,
3.2 with Pre Commissioning, Commissioning, start-up and the two year Lump Sum
operational spares, including all handling and storage, and Vendor
assistance as required during Pre-commissioning, commissioning &
start-up and upto the Company issued Handover certificate phase.

3.3 Mechanical & Piping


3.3.1 Heater Package with all accessories. Lump Sum
3.3.2 Filter Separator Package with all accessories. Lump Sum
All other Materials including complete Piping, fittings, flanges,
gaskets, bolts & nuts hardware, Relief Vales, valves, specialty items,
3.3.3 Lump Sum
including tie-ins with existing facility, etc. to complete the scope as
defined and as required.
3.3.4 GRE piping and fittings. Lump Sum
3.4 Instrumentation & Controls and Telecom
3.4.1 Control system upgradation Lump Sum
Field instruments like Transmitter and Gauges (Pressure,
3.4.3 Lump Sum
Temperature, Flow, Level, etc.)
All instrument support, breakers, ducting, cable trays, supports and
3.4.4 Lump Sum
name plates for field instrumentation etc.
Instrument materials (instrument signal / power cables, cable trays,
3.4.5 Lump Sum
JB's, other bulk materials, etc.)
All other Instrumentation & Controls and Telecom materials to
3.4.6 complete the scope as defined and as required including tie ins with Lump Sum
existing facility.
3.5 Electrical
3.5.1 415V, LV Switchgear drawout module to suit the existing switchgear. Lump Sum
LV power and control cables (including all accessories like glands,
3.5.2 Lump Sum
lugs, cable identification tags, ties etc.).

Schedule C5B - Prices Page 5 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE B - CONTRACT PRICE BREAKDOWN


Unit of Total Amount in RO
Item Description Total Amount in RO (Words)
Measure (Figures)
3.5.3 2 X 100%, 240V AC UPS system, Distribution boards and Batteries. Lump Sum
3.5.4 Earth pits, earth bars, branch connectors and cables, etc. Lump Sum
3.5.5 Electrical materials (power cables, Cable trays, bulk materials, etc.). Lump Sum
Cable laying accessories such as u/g warning tape, cable tiles,
3.5.6 Lump Sum
markers etc.
All other electrical materials to complete the scope described and as
required, including split A/C's, new & emergency lighting, DB's,
3.5.7 Lump Sum
control panel for water bath heater, cathodic protection materials,
including tie-ins with existing facility, etc.
3.6 Pipeline

Pipeline : Supply of the following equipment, material and speciality


items, transported to site, ready for installation, including all
charges, all taxes, entry duties, customs clearance, insurance, FAT,
3.6.1 Integration Test, SAT, with two year operational spares including all
handling and storage, and Vendor Assistance as required during Pre-
commissioning, commissioning & start-up and up to the Company
issued Handover certificate phase:

6" coated / bare line pipes (including mother pipes for HIB- Optional)
3.6.2 Lump Sum
including qualification/contingency material.
3.6.3 All Mainline valves (actuators for HOV/Gas Over Oil Valves if any). Lump Sum

Pipeline system includes line pipe, all fittings, ball valves, flanges
3.6.4
Launcher & Receiver and stud bolts/gaskets (MESC), Tie-in's, etc.
Pig Launcher for 6" pipeline including qualification / contingency
3.6.5 Lump Sum
material.
Pig Receiver for 6" pipeline including qualification / contingency
3.6.6 Lump Sum
material.
3.6.7 Pig Signallers for 6" pipeline (Non intrusive). Lump Sum
All 6" Pipeline Fittings including flanges including qualification /
3.6.8 Lump Sum
contingency material.
Isolation Joints for 6" pipeline including qualification/contingency
3.6.9 Lump Sum
material.

Schedule C5B - Prices Page 6 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE B - CONTRACT PRICE BREAKDOWN


Unit of Total Amount in RO
Item Description Total Amount in RO (Words)
Measure (Figures)
Pipeline Barred Tees for 6" pipeline including qualification/
3.6.10 Lump Sum
contingency material.
Induction Hot Bends for 6" pipeline (including mother pipes for HIB)
3.6.11 Lump Sum
including qualification/contingency material.
Corrosion Monitoring access fittings along with Electrical Probe,
Coupon, Sampling connections, Retriever Kits, land associated
3.6.12 Lump Sum
pipeline materials required for successful completion of the scope of
work for 6" pipeline.
All other Material to complete the Scope as described in C-4
3.6.13 Document and as required for 6" Pipeline part.(e.g.: HSS, MESC Lump Sum
bolts/gaskets/flange insulation sets etc.).
Pipeline construction consumables deemed to be required for project
3.6.14 Lump Sum
completion.
Pipeline Topographical survey with Company approved Survey
3.6.15 service provider (on priority and previous similar experience Lump Sum
requirement).
Field cold bending activity with Company approved vendor (on
3.6.16 Lump Sum
priority and previous similar experience requirement).
3.6.17 Crossing sleeve material/slab/other protection material requirement. Lump Sum
All the required materials not listed but required for completion of the
3.6.18 pipeline mechanical completion, testing, precommissioning and Lump Sum
commissioning with listing.
3.7 Civil
Civil and construction materials, All other Material to complete the
3.7.1 Lump Sum
Scope as defined and as required for civil works.
3.8 Spare Parts
Pre-commissioning, Commissioning spares for all the procured
3.8.1 Lump Sum
items for the Project.
3.8.2 2- years spare parts for all the procured items for the Project. Lump Sum
TOTAL PROCUREMENT CARRIED TO SCHEDULE A1.3
Lump sum 0.000
SUMMARY

Schedule C5B - Prices Page 7 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE B - CONTRACT PRICE BREAKDOWN


Unit of Total Amount in RO
Item Description Total Amount in RO (Words)
Measure (Figures)
4 CONSTRUCTION
4.1 Civil Works

Conducting Soil investigation works as described in the scope of


works. It includes all works necessary for Field Exploration and
4.1.01 Lump Sum
Testing, Collecting of Soil Samples, Laboratory Test, Analysis,
Factual Report, Final Report along with Recommendations.

Earth work excavation by cutting in all type of soils and rocks of any
height/depth to the required level and filling with approved fill
4.1.02 material in layers and compaction as per recommended standards, Lump Sum
grading levelling etc. complete. Rate shall include for supply of
materials.
4.1.03 All demolition works as per scope of works. Lump Sum
Construction of roads, fence, culverts & crossing, grading, drain pits,
4.1.04 Lump Sum
sleepers, Hard stand, etc.
Supply, fabrication and installation of all pipe supports, platforms and
4.1.05 Lump Sum
crossovers.
Construction of all foundations including supply and construction of
4.1.06 anchor bolts for all type of equipments; Heater, Vessel, transformer Lump Sum
relocation, etc.
Supply fabrication and installation of access barriers and
4.1.07 Lump Sum
miscellaneous structures including bench marks and sign posts etc.
Restoration of all areas traversed like roads and other graded areas
4.1.08 Lump Sum
etc.
Excavation and backfilling for electrical / instrumentation /buried
4.1.09 Lump Sum
pipe/cable trenching, etc.
Supply of all materials and construction of new control building
4.1.10 extension as per the scope of work including all architectural, Lump Sum
structural and finishing requirement.
Supply of all materials and modification of the existing control
4.1.11 building including all architectural, structural and finishing Lump Sum
requirement to bring it integral to the extended building .
All other Civil Works not included in the above and required to
4.1.12
complete the scope of works.
4.2 Mechanical and Piping Works
4.2.01 Erection & hook-up of Gas Fired Water Bath and Separator. Lump Sum

Schedule C5B - Prices Page 8 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE B - CONTRACT PRICE BREAKDOWN


Unit of Total Amount in RO
Item Description Total Amount in RO (Words)
Measure (Figures)
Fabrication and Installation of all equipment, piping, fittings, flanges,
4.2.02 gaskets, bolts & nuts, valves, specialty items, pipe supports, tie-ins, Lump Sum
etc.
4.2.03 Fabrication and installation of Cold Vent. Lump Sum
Surface preparation, painting, coating of all equipment, piping,
4.2.04 Lump Sum
structural steel, etc.
NDT and Hydrotesting of all piping, including provision of water and
4.2.05 Lump Sum
pre-commissioning.
4.2.06 He-N2 sensitive leak test of on plot piping and equipments. Lump Sum
4.2.07 Erection and hook up of Odorant package. Lump Sum
4.2.08 Fabrication, installation of GRE piping. Lump Sum
4.2.09 Insulations of piping and equipment. Lump Sum
4.2.10 All other mechanical works. Lump Sum
4.2.11 Demolition of existing heater. Lump Sum
4.2.12 Demolition of existing odorant package. Lump Sum
Demolition of existing valves, spools and cold vent as per scope of
4.2.13 Lump Sum
works.
Demolishing works of all specified valves and piping works (ESD's,
4.2.14 Lump Sum
PCV's, RV's) and deliver it to the company's Mabella store yard.
Mechanical installations of all new valves and piping works (ESD's,
4.2.15 Lump Sum
PCV's, RV's, pipes & reducers).
4.3 Electrical Works
4.3.01 415V LV switchgear Lump Sum
4.3.02 240V, 2x100% AC UPS including DB's Lump Sum
4.3.03 New water bath heater control panel Lump Sum
4.3.04 A/C DB Lump Sum
4.3.05 Lighting and small power DB Lump Sum
4.3.06 Emergency lighting DB Lump Sum
4.3.07 Outdoor lighting DB Lump Sum
4.3.08 Cable glands Lump Sum
Carry out the complete Installation, configuration of Cables laying
4.3.09 Lump Sum
from new 415V LV switchboard to all loads

Schedule C5B - Prices Page 9 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE B - CONTRACT PRICE BREAKDOWN


Unit of Total Amount in RO
Item Description Total Amount in RO (Words)
Measure (Figures)
Carry out the complete Installation, configuration of Cables laying
4.3.10 from new redundant 240 V AC UPS individual distribution board to Lump Sum
the new loads (Cameras, Control and safeguarding system, etc.).
Carry out the complete Installation, configuration of Cables laying
4.3.11 from new small power & lighting distribution board to all small power Lump Sum
& lighting loads.
Carry out the complete Installation, configuration of Cables laying
4.3.12 from new outdoor lighting distribution board to all outdoor lighting Lump Sum
loads.
Carry out the complete Installation, configuration of Cables laying
4.3.13 Lump Sum
from new Air conditioning distribution board to all AC loads.
Carry out the complete Installation, configuration of Cables laying
4.3.14 from new Emergency lighting distribution board to all emergency Lump Sum
lighting loads.
Installation of all small power requirements, i.e. lighting, sockets, etc.
4.3.15 Lump Sum
including one number of 240 V AC power socket at battery room.

Dismantling, Removal set side and transportation and handover of


4.3.16 any replaced items include existing 415V LV switchboard, 24V DC Lump Sum
UPS system and lighting distribution board.
Installation one number of indoor CCTV camera with all associated
4.3.17 Lump Sum
cables, mounting bracket.
4.3.18 Installation new A/C split units at switchgear room. Lump Sum
4.3.19 All other materials including Bulk materials. Lump Sum
4.4 C&A Works

Carry out the complete installation of Instrumentation systems, along


with the required inline & field instruments, hardware and software,
the associated field cables, cable trays, interconnecting/branch
4.4.01 Lump Sum
cables, field junction box, etc. and the final interface of the
instruments with the control system required for the completion of
the scope of the job as per the C-4.

Schedule C5B - Prices Page 10 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE B - CONTRACT PRICE BREAKDOWN


Unit of Total Amount in RO
Item Description Total Amount in RO (Words)
Measure (Figures)
As required carry out any dismantling and removal for
Instrumentation scope of work, including the redundant cables/
4.4.02 Lump Sum
cabling without interruption of Operation. Any material removed or
set aside have to be sent to the regional OGC office.
Installation, testing (as required) and hook-up all other materials and
4.4.03 Lump Sum
instrument including bulk materials.
4.4.04 Overall loop testing and leak checking. Lump Sum
Complete functionality checking for the instrumentation and SCADA
4.4.05 Lump Sum
system up to MCC (Muscat).
ICSS/CCTV/heater package/MCC SCADA Modifications, including
4.4.06 Lump Sum
data base update and HMI graphics.
Installation, hook-up and testing of the CCTV system and telecom
4.4.07 Lump Sum
system.
Installation, testing, calibration as required, hook-up and pre-
4.4.08 commissioning of all other materials and instrument including bulk Lump Sum
materials.
Carry out any work that are not covered above but required for the
4.4.09 successful completion of scope, along with all necessary Lump Sum
modifications.
4.5 Pipeline
4.5.01 Survey, Cleaning and grading of right of way. Lump sum
4.5.02 Trenching, rock blasting and excavation of ditch. Lump sum
Welding qualifications, mock-up (if any) and Aligning and welding of
4.5.03 Lump sum
pipeline, NDE etc.
Joint coating, shrink sleeve application, including supply of wrap
4.5.04 Lump sum
around shrink sleeves, coating repair , holiday testing etc.
4.5.05 Pipeline stringing, cutting, beveling and bending of line pipes. Lump sum
4.5.06 Pipeline laying (lowering – in). Lump sum
Sand padding (pre-padding & post padding) with imported padding
4.5.07 Lump sum
material and backfilling.
4.5.08 Pipeline windrow construction including stone pitching etc. Lump sum
4.5.09 Field joint coating (HSS) and 3LPE coating repair.
4.5.10 Supply and Installation of Scraper Launcher/Receiver. Lump sum
Supply and Installation of all type of road / pipeline/Cable crossings
4.5.11 Lump sum
with necessary protection.

Schedule C5B - Prices Page 11 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE B - CONTRACT PRICE BREAKDOWN


Unit of Total Amount in RO
Item Description Total Amount in RO (Words)
Measure (Figures)
4.5.12 Supply and Installation of all tarmac crossings (Thrust Boring/HDD). Lump sum
4.5.13 Supply and Installation of all Crossing Culverts. Lump sum
4.5.14 Supply and Installation of all graded crossing. Lump sum
4.5.15 Supply and Installation of all Falaj Crossings. Lump sum
4.5.16 Supply and Installation of the pipeline in the sabkha/marshy area. Lump sum
4.5.17 Pipeline crossing bund wall. Lump sum
4.5.18 Pipeline crossing station rain/storm water drainage channel. Lump sum
4.5.19 ROW and access road construction along the pipeline route. Lump sum
Installation of Access Barriers at all road crossings and where
4.5.20 Lump sum
deemed necessary as per the C4.
All the required construction activities associated with the installation
4.5.21 Lump sum
and protection of the pipeline in Sabkha area.
Cleaning, Gauging, Testing and Pre-commissioning of pipeline
4.5.22 (caliper survey mainline, water acquisition together with inhibitors, Lump sum
hydrotest & dewatering, drying) completely.
Testing and Pre-commissioning of the Scraper trap launcher &
4.5.23 Lump sum
receiver stations completely.
Testing and Pre-commissioning of the mainline HPU and
4.5.24 Lump sum
Manual/HOV/GOV valves with Actuators as applicable completely.

4.5.25 Other testing & Pre commissioning equipment & material completely. Lump sum
Fabrication & Installation of all pipeline Markers posts, boundary
4.5.26 Lump sum
markers, Warning Plates and signs.
4.5.27 Pipeline corridor reinstatement and house keeping. Lump sum
Permit to Work, HSE compliance, approved TPI requirement and
4.5.28 Lump sum
other third party permit requirement.
All the required construction activities not listed but required for
4.5.29 completion of the pipeline mechanical completion, testing, Lump sum
precommissioning and commissioning with listing.
TOTAL CONSTRUCTION CARRIED TO SCHEDULE A.4
0.000
SUMMARY

Schedule C5B - Prices Page 12 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE B - CONTRACT PRICE BREAKDOWN


Unit of Total Amount in RO
Item Description Total Amount in RO (Words)
Measure (Figures)
5 COMMISSIONING
Pre-commissioning and commissioning of the complete facilities,
5.1 issuance of pre-commissioning and commissioning certificate by Lump sum
company.
TOTAL COMMISSIONING CARRIED TO SCHEDULE A.5
0.000
SUMMARY
6 GUARANTEE RUN
Carrying out the Guarantee Run as per contract requirement for
6.1 Lump sum
complete facilities and ancillary systems
TOTAL GUARANTEE RUN CARRIED TO SCHEDULE A.6
0.000
SUMMARY
Please Note: Tenderers are required to complete all columns in Commercial submission.

Schedule C5B - Prices Page 13 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures
1 MANAGEMENT
Provide and maintain Four Wheel Drive vehicles (complete according to C-4) for the
1.1 Lump Sum
Company
1.2 Provide one cell phone (complete according to C-4) Lump Sum
1.3 Provide extra standard room for accommodation for construction phase Lump Sum
1.4 extra office - single occupancy at construction site office Lump Sum
1.5 Extra office - double occupancy at construction site office Lump Sum
2 CIVIL
2.1 Soil investigation (geological survey) m2
2.2 Topography Survey m2
2.3 Trenching and excavation m3
2.4 Backfilling, grading and Disposal (rates to include for supply of materials)
2.4.1 a. Back filling and grading selected excavated material m3
2.4.2 b. Backfilling and grading with import soil material m3
2.4.3 c. Remove surplus excavated material from site m3
2.5 Fencing:
2.5.1 Supply and Install fencing including posts (ROP high security type) M
2.5.2 Supply and Install Single gate ( escape gate ROP high security fencing) No
2.5.3 Supply and Install double gate (ROP high security type) No
2.5.4 Supply and Install personal gate (ROP high security type) No
2.5.5 Supply and Install fencing including posts (Type B) M
2.5.6 Supply and Install Single gate (escape gate Type B fencing) No
2.5.7 Supply and Install double gate (Type B fencing) No
2.5.8 Supply and Install personal gate (Type B fencing ) No
2.6 Concrete Work (include curing works and supply of materials)
2.6.1 a. Poured OPC Plain Cement Concrete (PCC) Grade C10 m3
2.6.2 b. Poured OPC Reinforced Cement Concrete (RCC) Grade C35 m3
2.6.3 c. Poured Sulphate Resisting Portland Cement (SRC) Concrete Grade C35 m3
Reinforced high yield steel deformed bars to BS 4449, diameter (rates to include for
2.7
supply of materials)
2.7.1 a. 8 mm Kg
2.7.2 b. 10 mm Kg
2.7.3 c. 12 mm Kg
2.7.4 d. 16 mm Kg
2.7.5 e. 20 mm Kg
2.8 Form work and scaffolding (rates to include for supply of materials) m2

Schedule C5B - Prices Page 14 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures
Underground concrete coating: Nitocote 135 or equivalent as per Company standards
2.9 m2
(rates to include for supply of materials)
Aboveground concrete coating protection as per Company specification (rates to
2.10 m2
include for supply of materials)
2.11 Wiremesh (BS 4482/4483) (rates to include for supply of materials)
2.11.1 a. A142 (6x6x200 mm) m2
2.11.2 b. A193 (7x7x200 mm) m2
2.11.3 c. A252 (8x8x200 mm) m2
2.11.4 d. A393 (10x10x200 mm) m2
Supply and install 1000g polythene sheet below blinding concrete for foundations,
2.12 m2
sumps etc.
2.13 Supply, Fabrication and installation of Steelworks including painting
2.13.1 a. Steelwork of pipe stanchions and pipe supports including weld/bolt connection Kg
2.13.2 b. Plate (6mm - 20 mm thk) Kg
2.13.3 c. Checkered plate 6mm thk m2
2.13.4 d. Grating 25mm thickness m2
2.13.5 e. Grating 50mm thickness m2
2.13.6 f. Handrail (2"-3" NPD) kg
2.13.7 g. Steelwork for elevating the water tank on rooftop of control building Kg
Anchor Bolt (ASTM A 307/ A 36 / BS 3692/ BS 4190 or equivalent (Rates to include for
2.14
supply of materials)
2.14.1 a. Diameter < 16 mm Kg
2.14.2 b. Diameter >= 16 mm Kg
2.15 Grouting
Cement and Sand (1:2) with non-shrinkable grout to machinery bed plates, steel
2.15.1 m3
structure base plates, skids and the like (Rates to include for supply of materials).
2.16 Graded Road m3
2.17 Tarmac Road m3
3 MECHANICAL
Design, supply, test, install and paint carbon steel pipework for Class 150 for the
3.1 following applicable pipe sizes (inch) (inclusive of all fittings such as elbows, tees,
reducers and supports to be welded to pipe) :
3.1.1 a. 2" & below No.
3.1.2 b. 3" to 4" No.
3.1.3 c. 6" to 8" No.
3.1.4 d. 10" to 12" No.
3.1.5 e. 14" to 16" No.

Schedule C5B - Prices Page 15 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures
3.1.6 f. 18" to 24" No.
Design, supply, test, install and paint carbon steel pipework for Class 300 for the
3.2 following applicable pipe sizes (inch) (inclusive of all fittings such as elbows, tees,
reducers and supports to be welded to pipe) :
3.2.1 a. 2" & below No.
3.2.2 b. 3" to 4" No.
3.2.3 c. 6" to 8" No.
3.2.4 d. 10" to 12" No.
3.2.5 e. 14” to 16” No.
3.2.6 f. 18" to 24" No.
Design, supply, test, install and paint carbon steel pipework for Class 600 for the
3.3 following applicable pipe sizes (inch) (inclusive of all fittings such as elbows, tees,
reducers and supports to be welded to pipe) :
3.3.1 a. 2" & below No.
3.3.2 b. 3" to 4" No.
3.3.3 c. 6" to 8" No.
3.3.4 d. 10" to 12" No.
3.3.5 e. 14” to 16” No.
3.3.6 f. 18" to 24" No.
Design, supply, test, install and paint carbon steel low temperature pipework for Class
3.4 150 for the following applicable pipe sizes (inch) (inclusive of all fittings such as
elbows, tees, reducers and supports to be welded to pipe) :
3.4.1 a. 2" & below No.
3.4.2 b. 3" to 4" No.
3.4.3 c. 6" to 8" No.
3.4.4 d. 10" to 12" No.
3.4.5 e. 14" to 16" No.
3.4.6 f. 18" to 24" No.
Design, supply, test, install and paint carbon steel low temperature pipework for Class
3.5 300 for the following applicable pipe sizes (inch) (inclusive of all fittings such as
elbows, tees, reducers and supports to be welded to pipe) :
3.5.1 a. 2" & below No.
3.5.2 b. 3" to 4" No.
3.5.3 c. 6" to 8" No.
3.5.4 d. 10" to 12" No.
3.5.5 e. 14” to 16” No.
3.5.6 f. 18" to 24" No.

Schedule C5B - Prices Page 16 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures
Design, supply, test, install and paint carbon steel low temperature pipework for Class
3.6 600 for the following applicable pipe sizes (inch) (inclusive of all fittings such as
elbows, tees, reducers and supports to be welded to pipe) :
3.6.1 a. 2" & below No.
3.6.2 b. 3" to 4" No.
3.6.3 c. 6" to 8" No.
3.6.4 d. 10" to 12" No.
3.6.5 e. 14” to 16” No.
3.6.6 f. 18" to 24" No.
Prepare and Install carbon steel square buttweld for Class 150 piping for the following
3.7
applicable pipe sizes (inch) (inclusive of heat treatment & testing):
a. 2" & below
b. 3" to 4" ischia
c. 6" to 8" inchdia
d.10" to 12" inchdia
e.14" to 16" inchdia
f.18" to 24" inchdia
Prepare and Install carbon steel square buttweld for Class 300 piping for the following
3.8
applicable pipe sizes (inch) (inclusive of heat treatment & testing):
a. 2" & below inchdia
b. 3" to 4" inchdia
c. 6" to 8" inchdia
d. 10" to 12" inchdia
e. 14" to 16" inchdia
f. 18" to 24" inchdia
g. 26" and above inchdia
Prepare and Install carbon steel square buttweld for Class 600 piping for the following
3.9
applicable pipe sizes (inch) (inclusive of heat treatment & testing):
a. 2" & below inchdia
b. 3" to 4" inchdia
c. 6" to 8" inchdia
d. 10" to 12" inchdia
e. 14" to 16" inchdia
f. 18" to 24" inchdia
Design, supply, test, install and paint carbon steel flanges for Class 150 for the
3.10
following applicable pipe sizes (inch):
a. 2" & below No.

Schedule C5B - Prices Page 17 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures
b. 3" to 4" No.
c. 6" to 8" No.
d. 10" to 12" No.
e. 14" to 16" No.
f. 18" to 24" No.
Design, supply, test, install and paint carbon steel flanges for Class 300 for the
3.11
following applicable pipe sizes (inch):
a. 2" & below No.
b. 3" to 4" No.
c. 6" to 8" No.
d. 10" to 12" No.
e. 14" to 16" No.
f. 18" to 24" No.
Design, supply, test, install and paint carbon steel flanges for Class 600 for the
3.12
following applicable pipe sizes (inch):
a. 2" & below No.
b. 3" to 4" No.
c. 6" to 8" No.
d. 10" to 12" No.
e. 14" to 16" No.
f. 18" to 24" No.
Design, supply, test, install and paint low temperature C.S. material. flanges for Class
3.13
150 for the following applicable pipe sizes (inch):
a. 2" & below No.
b. 3" to 4" No.
c. 6" to 8" No.
d. 10" to 12" No.
e. 14” to 16” No.
f. 18" to 24" No.
Design, supply, test, install and paint low temperature C.S. material. flanges for Class
3.14
300 for the following applicable pipe sizes (inch):
a. 2" & below No.
b. 3" to 4" No.
c. 6" to 8" No.
d. 10" to 12" No.
e. 14” to 16” No.
f. 18" to 24" No.

Schedule C5B - Prices Page 18 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures
Design, supply, test, install and paint low temperature C.S. material. flanges for Class
3.15
600 for the following applicable pipe sizes (inch):
a. 2" & below No.
b. 3" to 4" No.
c. 6" to 8" No.
d. 10" to 12" No.
e. 14” to 16” No.
f. 18" to 24" No.
Design, supply, test and install manual Valves and specialty item for Class 150 in CS
3.16
material for the following applicable sizes (Inch):
a. 2" & below No.
b. 3" to 4" No.
c. 6" to 8" No.
d. 10" to 12" No.
e. 14” to 16” No.
f. 18" to 24" No.
Design, supply, test and install Manual Valves and specialty item for Class 300 in CS
3.17
material for the following applicable sizes (Inch):
a. 2" & below No.
b. 3" to 4" No.
c. 6" to 8" No.
d. 10" to 12" No.
e. 14” to 16” No.
f. 18" to 24" No.
Design, supply, test and install Manual Valves and specialty item for Class 600 in CS
3.18
material for the following applicable sizes (Inch):
a. 2" & below No.
b. 3" to 4" No.
c. 6" to 8" No.
d. 10" to 12" No.
e. 14” to 16” No.
f. 18" to 24" No.
Design, supply, test and install Valves and specialty item for Class 150 in low
3.19
temperature C.S. material. For the following applicable sizes (Inch):
a. 2" & below
b. 3" to 4" No.
c. 6" to 8" No.

Schedule C5B - Prices Page 19 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures
d. 10" to 12" No.
e. 14” to 16” No.
f. 18" to 24" No.
Design, supply, test and install Valves and specialty item for Class 300 in low
3.20
temperature C.S. material. For the following applicable sizes (Inch):
a. 2" & below No.
b. 3" to 4" No.
c. 6" to 8" No.
d. 10" to 12" No.
e. 14” to 16” No.
f. 18" to 24" No.
Design, supply, test and install Valves and specialty item for Class 600 in low
3.21
temperature C.S. material. For the following applicable sizes (Inch):
a. 2" & below No.
b. 3" to 4" No.
c. 6" to 8" No.
d. 10" to 12" No.
e. 14” to 16” No.
f. 18" to 24" No.
Design supply test and Install actuated valves and ancillaries including calibration
3.22
where necessary for class 300 in Carbon steel material:
a. 2" or less No.
b. 3" to 4" No.
c. 6" to 8" No.
d. 10" to 12" No.
e. 14” to 16” No.
f. 18" to 24" No.
Design supply test and Install actuated valves and ancillaries including calibration
3.23
where necessary for class 600 in Carbon steel material:
a. 2" or less No.
b. 3" to 4" No.
c. 6" to 8" No.
d. 10" to 12" No.
e. 14” to 16” No.
f. 18" to 24" No.
3.24 Bolt up flanged joints class 150, Carbon steel including any type of gaskets
a. 2" & below No.

Schedule C5B - Prices Page 20 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures
b. 3" to 4" No.
c. 6" to 8" No.
d. 10" to 12" No.
e. 14” to 16” No.
f. 18" to 24" No.
3.25 Bolt up flanged joints class 300, Carbon steel including any type of gaskets
a. 2" & below No.
b. 3" to 4" No.
c. 6" to 8" No.
d. 10" to 12" No.
e. 14” to 16” No.
f. 18" to 24" No.
3.26 Bolt up flanged joints class 600, Carbon steel including any type of gaskets
a. 2" & below No.
b. 3" to 4" No.
c. 6" to 8" No.
d. 10" to 12" No.
e. 14” to 16” No.
f. 18" to 24" No.
Install only or remove and set aside spade, spectacle blind, blind flange or orifice plate
3.27
for Carbon steel pipework, Bolt-up measured separately:
a. 2" & below No.
b. 3" to 4" No.
c. 6" to 8" No.
d. 10" to 12" No.
e. 14” to 16” No.
f. 18" to 24" No.
3.28 Design, supply, test, install GRE Pipes for the following applicable pipe sizes (inch):
a. 2" & below meter
b. 3" to 4" meter
c. 6" meter
3.29 Design, supply, test, install and paint of Cold Vent stack. No.
3.30 Design ,supply and install Odorant package. No.
Demolishing works of valves and deliver it to the company's Mabella store yard for
3.31
following sizes:
3.31.1 2" & below No.

Schedule C5B - Prices Page 21 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures
a. 3" to 4" No.
b. 6" to 8" No.
c. 10" to 12" No.
d. 14” to 16” No.
e. 18" to 24" No.
Demolishing works of piping works and deliver it to the company's Mabella store yard
3.32
for following sizes:
a. 2" & below meter
b. 3" to 4" meter
c. 6" to 8" meter
d. 10" to 12" meter
e. 14” to 16” meter
f. 18" to 24" meter
4 ELECTRICAL
Supply, Install, test and commissioning of 415V LV switchgear drawout module
4.1 No
including all accessories.
4.2 Supply, Install, test and commissioning of 2x100% static 240V AC UPS. No
4.3 New water bath heater control panel.
Supply, lay, terminate, test, commissioning of Power and control cables including all
4.4 m
accessories:
Switch fuse m
a. 32A m
b. 63A m
c. 125A m
d. 250A m
e. 400A m
Supply, lay, terminate, test, commissioning of incoming supply main cables including
4.5 m
all accessories:
a. 4cx25mm2 m
b. 4cx70mm2 m
c. 4Cx120 mm2 m
d. 4Cx150 sqmm m
e. 4Cx185 sqmm m
Supply, lay, terminate, test, commissioning of Power and control cables including all
4.6
accessories:
4.6.01 3C x 2.5 sqmm m
4.6.02 3C x 4 sqmm m

Schedule C5B - Prices Page 22 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures
4.6.03 3C x 6 sqmm m
4.6.04 3C x 10 sqmm m
4.6.05 3C x 16 sqmm m
4.6.06 3C x 25 sqmm m
4.6.07 4C x 2.5 sqmm m
4.6.08 4C x 4 sqmm m
4.6.09 4C x 6 sqmm m
4.6.10 4C x 10 sqmm m
4.6.11 4C x 16 sqmm m
4.6.12 4C x 25 sqmm m
4.6.13 7C x 2.5 sqmm m
4.6.14 4C x 35 sqmm m
4.6.15 4C x 50 sqmm m
4.6.16 4C x 70 sqmm m
4.6.17 4C x 95 sqmm m
4.6.18 4C x 120 sqmm m
4.6.19 4C x 150 sqmm m
4.6.20 4C x 185 sqmm m
4.7 Earthing protection system Cu conductor PVC insulated Y/G earth cable of sizes:

4.7.1 a. 120mm2 No.


4.7.2 b. 70mm2 No.
4.7.3 c. 25mm2 No.
4.8 Branch connectors of following sizes
4.8.1 a. 120 / 70 mm2 No.
4.8.2 b. 70 / 70 mm2 No.
4.8.3 c. 70 / 25 mm2 No.
4.9 Complete Earth pit with 4800mm electrode, steel housing & cover m
4.10 Earth bar of copper – 950mm x 50mm x 10mm size
4.11 150, 300 and 600 mm Cable Tray including accessories for the support m
Excavate and reinstate cable trench 1m x 0.6m deep in all types of subsurface
4.12 m
conditions including rock.
4.13 Excavate existing cable trench and remove the cables m
4.14 Packing and transport the Thyristor control panel and cables to OGC stores m
4.15 MCCB m
4.16 250A m

Schedule C5B - Prices Page 23 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures
4.17 400A m
5 INSTRUMENTATION m
Design, engineering, manufacturing, assembly, supply, procurement, construction,
inspection and testing, marking, packing, transportation/delivery, installation, pre-
5.1
commissioning, commissioning, certification and documentation of the C&A
equipments :
5.2 Flowmeter
5.3 C&A Bulk Materials:
5.3.01 Cable conduits and cable terminations
5.3.02 Junction boxes, support structures
5.3.03 Mounting brackets, hook up's
5.3.04 Cable trays
5.3.05 Impulse tubing
5.4 Supply, test and Install direct bury cables (instrument/power) including any connections
5.4.01 2x2x1.13mm
5.4.02 5x2x0.8mm
5.4.03 10x2x0.8mm
5.4.04 20x2x0.8mm
5.4.05 2x2.5 sq.mm
5.4.06 3x2.5 sq.mm
5.4.07 4x2.5 sq.mm
5.4.08 21x2.5 sq.mm
6 PIPELINE
6.1 Clear and grade the right of way m
Install line pipe in loose soil conditions with 1000 mm cover at any location along the
6.2 m
pipeline route.
Existing pipeline/cable crossing requiring more than 1 meter deep excavation including
6.3 m
external protection and reinstatement.
6.4 Install line pipe medium soil conditions (required rock hammer or similar) m
Install line pipe in hard soil conditions required blasting with 1000 mm cover at any
6.5 m
location along the pipeline route.
Supply and Install complete wadi crossing of the following types, including marker posts
6.6
and plates but excluding Supply of line pipe and concrete coating:
6.6.1 a) Wadi type A m
6.6.2 b) Wadi type B m
6.6.3 c) Wadi type C m

Schedule C5B - Prices Page 24 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures
6.6.4 d) Sabkha area m
6.6.5 e) Marshy area m
Supply and Install complete road crossing (open cut method), including marker
6.7 posts/plates and pre-testing of pipe and reinstatement of graded/tarmac road but
excluding Supply of line pipe:
6.7.1 a) Tarmac Road - Thrust Boring/HDD m
6.7.2 b) Graded road including by-pass road m
6.7.3 c) Tarmac road with concrete culvert including by-pass road m
6.7.4 d) Supply and install complete pipeline to pipeline crossing m
Supply and Install complete road crossing (auger bore/HDD method), including marker
6.8 posts/plates and pre-testing of pipe and reinstatement of road and surroundings but
excluding Supply of line pipe:
6.8.1 a) graded road m
6.8.2 b) tarmac road m
Supply and Install concrete coating on line pipe including transport to coating
6.9 no.
subcontractor and delivery to any section of the line (end to end measurement of pipe).
Supply and Install complete utilities and other services crossing, including access
6.10 no.
barriers, marker posts and plates.
6.11 Supply and install complete Falaj Crossing no.
Supply and Install complete crossing of pipeline suitable for use by laden tank
6.12 no.
transporter and tank
6.13 Supply and install complete Marshy/Subka Crossing no
6.14 Trenching and excavating of ditch for pipeline in following soil types:
a) Loose soil conditions m3
b) Medium Soil conditions m3
c) Hard soil conditions m3
6.15 Trenching and excavating of ditch for cables in following soil types:
6.15.1 a) Loose soil conditions m3
6.15.2 b) Medium Soil conditions m3
6.15.3 c) Hard soils conditions. m3
6.16 Supply and apply as specified liquid epoxy coating including surface preparation m2
6.17 Bund wall and storm water drainage channel crossing m
Supply and Install access barriers complete with vertical supports and painted (per
6.18 m
running metre of single barrier).
6.19 Supply ROW boundary marker post no.
6.20 Install ROW boundary marker post no.
6.21 Supply and Install “High Pressure Pipeline Crossing” sign and post no.

Schedule C5B - Prices Page 25 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures
6.22 Supply and Install “Road Crossing Ahead” sign and post no.
6.23 Supply and Install “Stop” sign and post no.
6.24 Supply and Install “Steep Descent” sign and post no.
6.25 Stone pitching work for windrows m
6.26 Supply and Install Public Awareness/“Danger of Death” sign and post no.
6.27 Supply and Install “Groundbed Warning” sign and post no.
Supply and Install Pipeline Marker sign (without fibre optic cable sign) and post
6.28 no.
including boundary markers
6.29 Supply and Install Pipeline Marker sign (with fibre optic cable sign) and post no.
6.30 Supply and installation of FOC warning tape m
6.31 Supply and Install Pipeline Features marker plate and post no.
6.32 Supply and Install concrete including all formwork and reinforcement. m3
6.33 Supply and Install fencing including posts. m
Supply and apply paint (all types) including primer and finish paint, as specified
6.34
including grit blasting (SA 2 ½) and surface preparation
6.34.1 a. for buried part of piping as per PCS 2 of PDO-SP-1246 m2
6.34.2 b. for above ground pipework – as per PCS-1 of PDO-SP-1246 m2
6.34.3 c. STOPAQ coating system on buried linepipe. m2
6.34.4 d. Heat shrink sleeves on weld joint, coating stick repair, patch repair no.
Bulk excavation, backfilling and disposal of surplus spoil (excluding trenching of main
6.35 m3
line).
6.35.1 a) Excavation in loose soil conditions. m3
6.35.2 b) Excavation in hard soil conditions. m3
6.36 Dune sand after sieve analysis acceptance for prepadding and post padding. m3
6.37 Nitrogen required for preservation m3
Degassing, flushing and demolition (by cold cutting) of existing 6" Shafa spur line and
relocation of the demolished material to Company approved dumping yard with
6.38 m
necessary bill of materials. After demolition, the pipeline trench shall be backfilled and
compacted and pipeline corridor to be reinstated.
6.39 Corridor reinstatement and housekeeping m
6.40 Project material reconciliation. no/m
1 CIVIL WORKS
1.1 Site Investigation
1.1.1 Topographical Survey m2
1.1.2 Soil investigation (geological survey) m2
1.2 Earthwork
a. Excavation

Schedule C5B - Prices Page 26 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures
Cutting in all types of soil including rock to achieve the required grade level for the
1.2.1 m3
plot.
Mass Excavation in all types of soil except rock to reduced levels for pits, trenches,
1.2.2 m3
foundations ,etc including support to sides of excavation.
1.2.3 Rock excavation using mechanical equipments m3
1.2.4 Excavate trenches for Buried pipes and cables m3
b. Backfilling & Site grading
Supply & Back filling with approved engineering fill material to the required level
including required grading to achieve 95% proctor density complete as per Company
1.2.5 m3
specifications for the entire plot.The plot shall be graded to dispose the rain water
away from the plot.
Supply & Back filling with approved engineering fill material to the required level
1.2.6 including compaction to achieve 95% proctor density complete as per Company m3
specifications under foundations,trenches,pits etc
Supply & construction and connection of storm water drainage system including all
1.2.7 necessary earthwork,concrete,rip rap etc complete in all respect.Slope protection shall m3
be provided to contain the edges.
Supply & apply of approved anti-termite treatment to surfaces of ground or filling
applied strictly in accordance with the manufacturer's printed instructions including
1.2.8 m2
treatment to plinth level, foundation pits/trenches, backfilling, along plinth protection &
perimeter etc. as required by the approved applicator.
c. Disposal
1.2.9 Remove surplus excavated material from site and dispose it to the approved locations m3
1.3 Compound wall and Fences
1.3.1 Supply and construct Compound wall with Fencing (3.00 M High) M
1.3.2 Supply and Install fencing including posts M
1.3.3 Supply and Install gates No
Asphalt Pavement for internal roads and external access roads including
1.4
interlock,kerbstones,road marking etc
Supply & prepararation of Subgrade on excavated and/or filled up soil, with grading,
levelling, watering & compaction as specified to CBR > 30% @ 95% MDD,including
1.4.1 300mm thk imported granular sub base fill CBR>60% @ 95% MDD,applying bituminous m3
prime coat 1Kg/sq.m,laying 60mm asphalt base course ,tack coat and 40mm asphalt
wearing course etc

Schedule C5B - Prices Page 27 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures

Supply & install 60 mm thick interlock pavement (after taking the approval from the
Engineer) including excavation or filling with imported filling material to reach the
formation level, grading, leveling, compaction and disposal of surplus materials, 150
1.4.2 m3
mm thick granular sub base (measured separately), 50 mm thick sand bed level and
width to match the level according to Drawings including granular sub base CBR> 45
%, 150mm thk compacted to 95% MDD below pavement.
Supply & install pre-cast concrete kerbstone 150mm x 350 mm including plain concrete
bed and hunching etc including excavation, backfilling, compaction, disposal of surplus
1.4.3 m3
material etc also including the black and yellow painting for kerb stone etc as per
drawings
1.5 Landscape
Supply & construct landscaping work including ground levelling, removal of top soil at
1.5.1 least upto 300mm, removal of stones/boulders etc., filling the excavation with sweet m3
soil, Supply, plantationand maintenance of grass till the lawn is formed etc. complete.

1.6 Concrete work-Staff accomodation,service block,guard house,Prayer hall etc

1.6.1 Substructure
Supply & construct plain Poured Concrete with Ordinary Portland Cement Grade as per
1.6.1.1 m3
drawing for blinding concrete
Supply & construct reinforced Poured Concrete with Ordinary Portland Cement Grade
C 35 for all foundations,columns,pedestals,plinth beams,projections etc for
1.6.1.2 m3
buildings,pool walls and other walls,slabs,staircases,utility
trenches,manholes,ramps,including pool bases etc all as per drawing
Supply & construct cold Worked High Yield Steel Reinforcement Conforming BS-4449 -
1.6.1.3 Kg
Reinforcement bar of any dia as per drawing
Supply & construct Mild Steel Reinforcement - Welded Steel fabric Reinforcement ,
1.6.1.4 m2
BRC- mesh A-252 conforming to BS-4483 in ground floor.
Supply and install Shuttering for
Supply and install Shuttering for Foundations,Columns, Column Bases &
1.6.1.5 m2
Pedestals,plinth beams,projections,walls,trenches,ramps and steps etc.
MASONRY
Supply and install precast Concrete Solid Blocks (10.5 N/mm2) in Cement and Sand
(1:4) using Ordinary Portland Cement
1.6.1.6 200mm wall m2
1.6.1.7 Blockworks for steps, ramp etc. m2
SUNDRIES

Schedule C5B - Prices Page 28 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures
Supply,prepare and apply primer and two coats of fiber reinforced chloride resistant
1.6.1.8 bituminous paint as a protective coating to concrete or block work surfaces in contact m2
with earth.
12 mm thk comprssible filler board with mastic sealant & 150mm wide set on edge
1.6.1.9 m2
between concrete slab and plinth beam with sealant as per requirement.
20 mm thk comprssible filler board with mastic sealant to full width of concrete member
1.6.1.10 m2
at expansion joint as per requirement.
Polythene damp proof membrane, 1000 gauge laid under footings and floor slabs,
1.6.1.11 m2
plinth beam etc.
TANKING TO POOL & PLANT ROOM
Provide Tanking membrane including priming to horizontal surfaces and vertical
1.6.1.12 surfaces of concrete laid in accordance with manufacturer's instructions, reinforcing m2
strips at angles all as specified and shown on the drawings
50 mm thick protection screed with cement concrete of grade C15 over horizontal
1.6.1.13 m2
waterproof tanking membrane as indicated in drawings
6 mm thick protection board to vertical tanking membrane, as specified & indicated on
1.6.1.14 m2
the drawings
1.6.1.15 Allow for cement sand mortar angle fillets & chamfering of corners m2
Allow for providing 250 mm wide PVC water stopper including fused joints laid
1.6.1.16 m2
horizontally or vertically all as specified and shown on the drawings
1.6.1.17 Damp proof coarse Synthetic fiber based bituminous damp proof course 4mm thick m2
1.6.1.18 For 350mm thick wall m2
1.6.1.19 For 200mm thick wall m2
1.6.1.20 Allow for construction joints as shown on drawings. m2
1.6.1.21 Plinth Protection
RCC plinth protection 600mm wide, 150mm thick, 200mm down turn at edge, top in
level with FGL over properly compacted earth, including earthwork, BRC A252 mesh,
1.6.1.22 m3
floor hardener, compressible filler board, polythene membrane, protective paint etc.
complete.
1.6.2 Superstructure
Concrete work –Reinforced poured concrete grade C 35 for for columns, beams, walls,
1.6.2.1 m3
slab,staircase ,parapet arches, lintels,soffits,fins,counters etc of all heights
Reinforcement steel
1.6.2.2 Reinforcement bar of any dia as per drawing Kg
Supply and install Shuttering for
Columns,beams,suspended slabs,arches,lintels,bands,sills,soffits,fins counters ,stair
1.6.2.3 m2
waist slab,steps,parapet wall copings etc.

Schedule C5B - Prices Page 29 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures
MASONRY

Supply & install precast Concrete Hollow Blocks (min. 7.5 N/mm2) in Cement and
Sand (1:4) using Ordinary Portland Cement (including butterfly ties)
350mm thick cavity walls with 100mm wall outside and 200mm wall inside including
1.6.2.4 50mm thick Polystyrene insulation board and GI butterfly ties built in two block work m2
and concrete.
1.6.2.5 200mm thick walls including parapet m2
1.6.2.6 100mm thick wall m2
Supply & install decorative cavity walls with combination of 100mm wall and 200mm
1.6.2.7 wall as shown in drawing, including Polystyrene insulation board filling in the cavity, and m2
GI ties of suitable length built in two block work and concrete.
1.7 THERMAL AND MOISTURE PROTECTION COVERINGS AND LININGS
Supply & install roof covering comprising 300mmx300mmx 30mm cement roofing tiles
laid to slope on a cement mortar (1:4) bed (measured separately) of minimum 30mm
thick, over the bituminous water proofing system, comprising of 4mm thick torch
1.7.1 applied membrane with primer over roof screed of minimum 30 mm thick (measured m2
seperately slope 1 in 80) and insulation with 50mm thick expanded polystyrene board
over 1000 g polythene sheet, over Geotextile fibre mesh roof membrane, as specified.
(10 years warranty)
Supply & construct minimum 150mm high upstand to parapets including 50x50mm
triangular fillet at slab and upstand junction, cutting of groves, chasing, flashing,
1.7.2 m2
pointing with mastic sealant, protective solar shield etc. complete as specified (10yrs
warranty).
Supply & make necessary Provision and treatment for cut outs in slabs, closing of
1.7.3 sanitary pipes etc. for drainage and other services including construction of necessary m2
upstand block work, selant, flashing etc. complete (10 yrswarranty).
Supply & construct 600mm high expansion joint on roof with 200mm thick block wall on
1.7.4 both side of the joint, RCC coping on top, 20mm thick compressible filler board, mastic m2
sealant etc. complete including covering with waterproofing membrane and flushing.
DOORS,GLAZINGS& WINDOWS (Remeasurable)(rates shall include supply and
1.8
installation)

Schedule C5B - Prices Page 30 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures

Note: i) The rates of doors and windows,including frames and linings etc, generally shall
include for all joinery shop/factory/site applied painting, decorative finishes and
protective paintings for frames, anti termite treatment for timber etc. in
accordance with the drawings, schedules and specification and for on-site touching up
of installation marks, etc. to the Engineer's approval.The sizes referred to for doors and
windows are structural opening sizes.

ii) The rates for Doors and Windows shall include supply, fitting & fixing of all frames,
linings, sub-frames,boards, flashings, architraves, stops, beads, panelling, mouldings,
flyscreens, vision panels, glazings, air transfer grills, rims, weather bars, inserts dust
seals, intumescent strips, smoke seals, fixings, dpc's pointing, sealants, and the like,
fixing accessories, rails etc. with fixing of Ironmongeries including painting, complete in
accordance with the drawings and Specifications.

iii) The rate shall include supply and fixing of all Ironmongeries for all doors and
windows, except wooden doors, as per Manufacturer's recommendation, unless
otherwise specified. For wooden doors, fixing of ironmongeries shall be included.
iv) All timber and veneers shall be well conditioned, seasoned, dried and vacuum
treated all as specified
v) Fire doors are to include intumescent strips, smoke seals and plugs etc., all as
specified.All fire rated doors should comply with specification and R.O.P regulations
WOODEN DOORS
44mm thick solid core flush door shutter with 4mm thick commercial plywood on
both sides, including 10 mm hardwood lipping all round, veneer facing /
lamination, as mentioned in drawing, with frames and decorative architraves,
including lining, strips, mouldings, louvers, glazings mastic sealant as specified
and directed.
1.8.1 Door Type D-1' No
1.8.2 Door Type D-3b No
1.8.3 Door Type D-4 No
1.8.4 Door Type D5 No
1.8.5 Door Type D5a No
1.8.6 Door Type D-6 No

Schedule C5B - Prices Page 31 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures
54mm thick solid core fire rated flush door shutter with 6mm thick insulation
board and 4mm thick commercial plywood on both sides, including 20 mm
hardwood lipping all round, veneer facing / lamination, as mentioned in drawing,
with frame and decorative architraves (painted with fire resistant paint), including
lining, strips, mouldings, louvers, glazings mastic sealant as specified and
directed.
1.8.7 Door Type D-1 No
1.8.8 Door Type D2a No
1.8.9 Door Type D2b No
1.8.10 Door Type D3 No
1.8.11 Door Type D3a No
1.8.12 Door Type D4a No
ALUMINIUM DOORS

Heavy duty aluminium glazed/panneled doors, 80 micron powder coated


minimum 1.80 mm thick extruded aluminium frame , complete with glazing, sub
frame, neoprene gusket, sealant, Ironmongeries, and all other accessories as
shown in drawing and as per Manufacturer's specifications

1.8.13 Door Type D-1a No


1.8.14 Door Type D2 No
PVC DOORS
Heavy duty PVC door complete with heavy duty, sub frame, neoprene gusket,
sealant, Ironmongeries, and all other accessories as shown in drawing and as per
Manufacturer's specifications
1.8.15 Door Type D-6a No
1.8.16 Door Type D-7 No
SLIDING DOOR
Powder coated automatic aluminium sliding door with fixed glazing at both side, with
glazing as specified, in heavy duty extruded aluminium frame, rails, hangers, including
all accessories, neoprene gusket, sealant, ironmongeries, sensor, etc. and all
necessary electro-mechanical works & connections complete in all respect.
1.8.17 Door Type SD-1 No
1.8.17 Door Type SD-2 No
1.8.19 Door Type SD-3 No
WINDOWS
ALUMINIUM WINDOWS

Schedule C5B - Prices Page 32 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures

Powder coated Aluminium windows in heavy duty frame and shutter double
glazed as shown in drawing complete with all necessary neoprene gaskets,
Ironmongeries and other accessories, glazing including assembling frames and
fixing architrave on walls and pointing with polyshulphide sealant etc. as shown
in the drawing including Ironmongeries and other accessories as per
manufacturer's specification.

1.8.20 Window Type W1 No


1.8.21 Window Type W2 No
1.8.22 Window Type W3 No
1.8.23 Window Type W3a No
1.8.24 Window Type W4 No
1.8.25 Window Type W5 No
1.8.26 Window Type W6 No
1.8.27 Window Type W7 No
1.8.28 Window Type W7a No
1.8.29 Window Type W8 No
1.8.30 Type G1 No
GRC SCREENE / CLADDING

Glass fibre reinforced cement screen/panel 40 mm thick to approved pattern &


profile as shown in the drawings including all stainless steel adjustable
mountings, safety anchors, coach screws, bolts, brackets, ancillary items, mastic
pointing including final decorations all in accordance with the specification

1.8.31 GRC Panel m2


IRON MONGERIES
Supply of Iron moneries for Wooden Doors as shown in the drawing from
approved reputed Manufacturer, including all accessories complete.
1.8.32 Door Type D-1' No
1.8.33 Door Type D-3b No
1.8.34 Door Type D-4 No
1.8.35 Door Type D5 No
1.8.36 Door Type D5a No
1.8.37 Door Type D-6 No
1.8.38 Door Type D-1 No
1.8.39 Door Type D2a No
1.8.40 Door Type D2b No

Schedule C5B - Prices Page 33 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures
1.8.41 Door Type D3 No
1.8.42 Door Type D3a No
1.8.43 Door Type D4a No
1.9 FINISHES AND BEDS(rates shall include supply and construction)
Screeding to roof in cement concrete 1:2:4 laid in panels not exceeding 10sqm and to
1.9.1 m2
slope of 1:80. Minimum thickness should not be less than 30 mm.
1.9.2 Minimum 30mm screed in cement mortar 1:4 to receive roof tiles m2
Average 30mm thick screeding (1:2:4) on floor to maintain the thickness and level of
1.9.3 m2
floor (Provisional).
15mm thick internal plastering to walls up to ceiling, including sides of concrete
members on wall, with premix 1:4 cement and sand mechanically applied with spray
1.9.4 m2
gun, finished floated smooth to approval including all necessary expanded metal lath,
corner beads, plaster stops etc complete
6 mm thick, Soffit plastering with 1:3 cement and sand finished floated smooth to
1.9.5 approval including all necessary expanded metal lath, corner beads, plaster stops etc m2
complete
18mm thick external plastering to walls with premixed 1:4 cement and sand
1.9.6 mechanically applied with spray gun, finished to approval including all necessary m2
expanded metal lath, corner beads, plaster stops etc complete.
Allow for all decorative works for the item above, like grooves, beads etc as shown in
1.9.7 m2
drawing.
1.9.8 Minimum 50mm thick cement mortar screed (1:3) to receive floor tiles and ramp slab m2
Minimum 30mm thick cement mortar screed (1:3) to receive Tread & riser tiles for steps
1.9.9 m2
and stairs
1.9.10 Minimum 15mm thick scratched plaster background to receive wall tiles m2
Cement concrete of grade C40 screed; internally75 mm thick cement concrete screed
1.9.11 m2
finished smooth with approved dry shake type floor hardener.
Full length 300wide x 30 mm thk. Single Piece Granite tiles Tread, properly shaped
according to the steps, with nosing, anti-slip grove, curborandam strip fill etc., bedded
1.9.12 m2
with cement mortar 1:3 (measured separately) and pointed with white cement for Steps
at entrances.
Full length, 150 mm high x 20 mm thk. Single Piece Granite tiles Risers bedded with
1.9.13 cement mortar 1:3 (measured separately) and pointed with white cement to match the m2
color of tiles.
300mm wide x 20mm thick Granite slabs to full length of ramp laid over cement morter
1.9.14 bed (measured separately), projecting upper edge by 6mm over the lower edge of next m2
slab as per drawing.

Schedule C5B - Prices Page 34 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures
600x600x20mm thk. Granite tiles flooring bedded jointed with cement mortar 1:3
1.9.15 m2
(measured separately) and pointed with white cement to match the color of tiles.
600x600x10 mm thk. Non slip vitrified ceramic tiles flooring bedded jointed with cement
1.9.16 mortar 1:3 (measured separately) and pointed with white cement to match the color of m2
tiles.
300x300x8.5mm thk. Non-stip vitrified glazed ceramic tiles flooring bedded jointed with
1.9.17 cement mortar 1:3 (measured separately) and pointed with white cement to match the m2
color of tiles.
Gymnasium flooring(rates shall include supply and construction)
6 mm thick foam backed synthetic rubber welded flooring with approved colour and
1.9.18 shade laid on smooth concrete finish (Concrete screed measured separately) including m2
adhesives etc complete to the standards of gymnasium.
300x200x6 mm thk.glazed ceramic wall tiles with cement mortar 1:3 (measured
1.9.19 m2
separately) and pointed with white cement to match the color of tiles.
150 mm high rounded edge ceramic tile skirting with cement mortar 1:3 and pointed
1.9.20 m2
with white cement to match the color of tiles.
100 mm high rounded edge Granite skirting with cement mortar 1:3 and pointed with
1.9.21 m2
white cement to match the color of tiles.
150 mm and 15mm thick rounded edge beach wood skirting, screwed to wall with
1.9.22 stainless steel screws including selant, putty, two coats of polyurethene clear vernish, m2
wood preservative, adhesive etc. complete.
1.9.23 600mm high, minimum 1.2mm thick epoxy skirting over a coat of primer. m2
Pool tiling(rates shall include supply and construction)
Supply & fixing slip resistant stoneware tiles laid on tile adhesive mortar
1.9.24 backing/cement sand screed (measured separately) and jointed and pointed in m2
approved tile grout; all in accordance with the specification and as shown on drawing

1.9.25 Slip resistant extruded stoneware tiling of size 244 x 199 x 6 mm thick to pool base. m2

1.9.26 Slip resistant extruded stoneware tiling of size 244 x 199 x 6 mm thick to pool wall sides m2

1.9.27 Slip resistant extruded stoneware tiling of size 244 x 244 x 6 mm thick to pool deck m2
1.9.28 Pool coping 220 mm wide with rounded edge m2
PAINTING & DECORATIONS(rates shall include supply and construction)
Approved paint applied on internal walls including all necessary primer, putty etc.
1.9.29 m2
complete as per drawing (Full height of wall).

Schedule C5B - Prices Page 35 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures
Approved weather resistant alkali resistant, U.V protected & water proof anti fungus
1.9.30 paint, over outer walls as per drawing including all necessary primer, putty etc. m2
complete..
Approved medium textured stone paint applied on fair concrete face of Ceiling with all
1.9.31 necessary primer, putty, including necessary gringing, filling, etc. to prepare the m2
concrete face fair, to receive the paint complete
Extra over for finishing works & decoration in bands, projections, recess, niches etc
1.9.32 m2
complete all as shown on elevation drawings
Antifungus and damp proof sealer coat on fair face concrete slab and smooth finished
1.9.33 m2
wall render, above false ceiling.
OTHER FINISHES(rates shall include supply and construction)
20 mm thick Granite countertop for panty units, food counter with tray line and vanity
and wash counters including necessary grinding for the edges moulding, 20mm thick
1.9.34 100mm wide down turn, 20 mm thick 150mm high back splash, provision for sink, wash m2
basin etc conplete as per the shape of Kitchen cabinet and RCC counters (Measured
seperately)
1.9.35 6mm thick rubber mat of approved quality for electrical room floor cover. m2
Supply,Installation/fixing of the interior design materials/equipments as required for the
1.9.36 completion of the scope of works and as per Company approved layout for a single Item
staff room.
Supply,Installation/fixing of the interior design materials/equipments as required for the
1.9.37 completion of the scope of works and as per Company approved layout for a single Item
visitor's room.
Supply,Installation/fixing of the interior design materials/equipments as required for the
1.9.38 Item
completion of the scope of works and as per Company approved layout for mosque.
Supply,Installation/fixing of the interior design materials/equipments as required for the
1.9.39 completion of the scope of works and as per Company approved layout for guard Item
house.
Supply,Installation/fixing of the interior design materials/equipments as required for the
1.9.40 completion of the scope of works and as per Company approved layout for multi Item
purpose hall.
Supply,Installation/fixing of the interior design materials/equipments as required for the
1.9.41 Item
completion of the scope of works and as per Company approved layout for reception.
SUSPENDED CEILINGS(rates shall include supply and construction)
i) All necessary builder's work, supports, etc., cut-out for light fittings, AC's etc or the
like are to be included in the rates for suspended ceilings.

Schedule C5B - Prices Page 36 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures
ii) The Contractor shall submit shop drawings, showing all fixing and decorative detail,
all arrangements for MEP item, like light fittings, AC etc. for approval, prior to the
execution.
600x600x12 mm Proprietary make, white concealed acoustic gypsum board
1.9.42 suspended ceiling with necessary perimeter edge insulation, stainless steel suspension m2
system and accessories, complete.
Allow for all necessary dorps, steps, niches, recesses, projections etc. necessary for
1.9.43 Item
decorative purpose and for MEP arrangement.
1.10 MISCELLANEOUS ITEMS(rates shall include supply and install)
650mm high and 600mm wide Powder coated Aluminium under counter kitchen cabinet
with granite counter top (measured separately), provision for stainless steel sink with
1.10.1 mixer and necessary pipe connection including associated ironmongery, shutters, nos
shelves, assembling frames and pointing with polysulphide sealent. and as per
drawings.
Wall Hang Kitchen Cabinet(rates shall include supply and install)
600mm high and 300mm wide Powder coated Aluminium wall hang kitchen cabinet with
1.10.2 associated ironmongery, shutters, shelves, assembling frames and fixing architrave on nos
walls and pointing with polysulphide sealent and as per drawings.
OGC EMBLAME (Provisional)(rates shall include supply and install)
500mm x 400mm Stainless steel Emblame for Oman Gas Company SAOC, finished to
1.10.3 the approval of the Employer, mechanically fixed on wall behind reception desk, with all m2
necessary fixing accessories, finishes etc. complete in all respect

750mm x 600mm Stainless steel Emblame for Oman Gas Company SAOC, finished to
1.10.4 the approval of the Employer, mechanically fixed on the front of podium, with all m2
necessary fixing accessories, finishes etc. complete in all respect
Expansion Joint(rates shall include supply and construction)
20 mm thk comprssible filler board with mastic sealant & width as per junction depth,
1.10.5 for expansion joints set on edge between two adjacent structures with sealant as per m2
requirement.
HAND RAIL FOR STAIRS, RAMPS ETC.(rates shall include supply and
construction)
Note: Rates are to include hand rails with necessary balustrades, baluster, middle rails,
all fittings, fixings, welds etc., protective treatment and/or decoration.(shop drawings
must be submitted and to get approval)
Hand Rail For Stair Cases

Schedule C5B - Prices Page 37 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures
Stainless steel Staircase handrail to fix on steps as shown in drawing, including all
1.10.6 Kg
necessary accessories, base plate, anchorage etc. complete
Stainless steel Staircase handrail to fix on wall as shown in drawing, including all
1.10.7 Kg
necessary accessories, base plate, anchorage etc. complete
Hand Rail For Ramp
Stainless steel Ramp handrail to fix on floor as shown in drawing, including all
1.10.8 Kg
necessary accessories, base plate, anchorage etc. complete
Cat Ladder(rates shall include supply and install)
Supply and installation of 600 wide 3.5 high M MS cat ladder as per detail shown in
1.10.9 Kg
the drawing including epoxy paint system complete in all respect.
Pool Ladder(rates shall include supply and install)
Supply and installation of 600 wide 2m high SS cat ladder as per detail shown in the
1.10.10 Kg
drawing complete in all respect.
MS Steps(rates shall include supply and install)
Supply and installation of 1000 wide MS steps to cross over expansion joints including
1.10.11 Kg
epoxy paint system complete in all respect.
Stainless Steel Gratings(rates shall include supply and install)
Supply and installation of 300mm wide and 50mm thick SS removable type gratings
1.10.12 over swimming pool overflow channel, including necessary framing etc. complete in all Kg
respect.
Supply and installation of 500mm x 500mm and 50mm thick SS removable type
1.10.13 gratings over swimming pool sump, including necessary framing etc. complete in all Kg
respect.
Utility Channel Cover(rates shall include supply and install)
Supply and installation of 600mm wide and 2.5mm thick chequred plate trench cover,
1.10.14 not more than 1.0m in length for one piece, including necessary framing, lifting Kg
arrangement etc. complete in all respect.
Expansion Joint(rates shall include supply and construction)
150mm wide and minimum 3mm thick stainless steel expansion joint covers fixed to
1.10.15 m
intrernal surface.
50mm wide and minimum 3mm thick stainless steel strip to hold the loose ends of
1.10.16 m
Gymnacium flooring at door opening,
Structural steel works
Supply, fabricate, erect steelwork and metalwork including all cutting, notching, drilling,
1.10.17 Kg
bolting, welding and fixing (painting measured separate).
Supply and apply paint to all structural steel works as per specifications including
1.10.18 m2
primer and finish paint, as specified including grit blasting and surface preparation
Electro-mechanical works for Swimming Pool

Schedule C5B - Prices Page 38 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures
Supply ,Installation, testing & commissioning of all electro-mechanical works related to
swimming pool including all necessary equipment, control panels, switch gears,
1.10.19 isolators, cabling, under water lighting, pumps, control system and/or any other items Item
including builders works etc. Main civil works are measured separately. Complete in all
respect.
Sundries
Supports, which shall include supply,fixings, anchors, insulating blocks and anti
1.10.20 vibration devices.Identification which includes plates,discs,labels,charts and colour Item
coding.
Testing, commissioning which shall include operating included installation and providing
1.10.21 Item
fuel and power.
1.10.22 Tools and spares, which shall include loose keys and consumable stores. Item
documents, which shall include drawings, operating instructions and maintenance
1.10.23 Item
manual.
1.10.24 Any other works required to complete the job as per drawing and specification Item
Work incidental to Electrical Installation
1.10.25 Co-ordination with other engineering installation. Item
1.10.26 Cutting or forming holes, mortices, chases or the like and making good finishings Item
1.10.27 Building in or cutting and pinning brackets or the like and making good finishings. Item
Protective painting and decorative painting including protective coating or wrapping and
1.10.28 Item
cleaning and polishing of exposed surfaces.
MECHANICAL INSTALLATIONS- Staff accomodation,service block,guard
1.11
house,prayer hall etc
1.11.1 SANITARY INSTALLATION
Supply ,installation, Testing and Commisionning of Sanitary items with all accessories,
1.11.1.1 fittings, fixing accessories, associated civil and electrical works etc. as specified as per
drawing & specifications
Pipework - Drainage, Approved quality UPVC pipework (Soil & Waste) including all
1.11.1.2 fittings, fixing, accessories, etc. complete conforming BS 4660, BS 5481, BS5255 & BS
4514 as wherever required.
1.11.1.3 25mm to 55mm diameter including fittings for waste m
1.11.1.4 65mm to 110mm diameter including fittings for waste m
1.11.1.5 160mm diameter including fittings for soil m
1.11.1.6 200mm diameter upvc sleeve m
1.11.1.7 Vent Cowl, Rodding Eye, Floor trap etc
1.11.1.8 110 mm dia vent cowl m
1.11.1.9 82mm floor trap with SS grating for toilets & Pantry as per drawing & specifications m

Schedule C5B - Prices Page 39 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures
1.11.1.10 Floor clean outlet Nos
1.11.1.11 Rodding eye Nos
Supply ,installation, testing & commisioning of Rain water pipe. Complete in all
respect.
Rain water pipe installation complete with 110 mm diameter UPVC pipe, pipe fittings
1.11.1.11 m
and down pipe, etc.
Rain water pipe installation complete with 160 mm diameter UPVC pipe, pipe fittings
1.11.1.12 m
and down pipe, etc.
1.11.1.13 110mm diameter rainwater outlet with SS grating m
1.11.1.14 160mm diameter rainwater outlet with SS grating m
1.11.2 COLD WATER INSTALLATION
Pipe Work
Supply ,installation, testing & commisioning of Light gauge copper pipe confirming
BS2871, PART 1, Table X/DIN 1988 (COLD WATER) as shown in drawing and
specification
1.11.2.1 15mm diameter including fittings m
1.11.2.2 22mm diameter including fittings m
1.11.2.3 28mm diameter including fittings m
1.11.2.4 32mm diameter including fittings m
Supply, installation, testing & commisioning of Light gauge PVC covered copper pipe
confirming BS2871, PART 1, Table X/DIN 1988 (COLD WATER) with thermal
insulation, aluminium cladding, cora cloth etc. as shown in drawing and specification
1.11.2.5 28mm diameter including fittings m
1.11.2.6 32mm diameter including fittings m
1.11.2.7 40mm diameter including fittings m
1.11.2.8 65mm diameter including fittings m
Pipework Ancillaries
Angle Valve, Isolating valve, drain valve, etc.
1.11.2.9 15mm diameter m
1.11.2.10 22mm diameter m
1.11.2.11 28mm diameter m
1.11.2.12 32mm diameter m
1.11.2.13 40mm diameter m
1.11.3 HOT WATER INSTALLATION
Pipe Work

Schedule C5B - Prices Page 40 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures
Supply ,Installation, testing & commisioning of Light gauge copper pipe
confirming BS2871, PART 1, Table X/DIN 1988 (HOT WATER) as shown in drawing
and specification
1.11.3.1 15mm diameter including fittings m
1.11.3.2 22mm diameter including fittings m
Water Heaters including all fittings
Supply, installation, testing & commisioning of 50 litre, wall mounted glass tinned
1.11.3.3 No
electric water heater as specified and with anodic protection
Supply, installation, testing & commisioning of 80 litre, wall mounted glass tinned
1.11.3.4 No
electric water heater as specified and with anodic protection
Supply, installation, testing & commisioning of 100 litre, wall mounted glass tinned
1.11.3.5 No
electric water heater as specified and with anodic protection
Supply,Installation, testing & commisioning of Water Tank on Roof
1600 Gal. Capacity hot pressed UV stabilized moulded insulated GRP water tank
1.11.3.6 complete with inlet, outlet, drain outlet, overflow, valves and fittings, etc. as specified on No
the drawing and specifications
1250 Gal. Capacity hot pressed UV stabilized moulded insulated GRP water tank
1.11.3.7 complete with inlet, outlet, drain outlet, overflow, valves and fittings, etc. as specified on No
the drawing and specifications
Supply,Installation, testing & commisioning of Cold Water Booster Pump
1.4 LPS. @ 1.5 bar Cold water Booster pump ( 1- Standby & 1- operating) with VFD
(Variable frequency Device), Automatic Control panel,pressure vessel, valves,piping,
1.11.3.8 No
strainer, shade and base complete in all respect and location as specified on the
drawing and specifications
1.11.3.9 Connection of pipe lines from Main water tank . Complete in all respect. m
1.11.4 SANITARY WARE FOR PANTRY AND TOILET
Supply,fixing, earthing, Testing and commissioning of the following sanitary fixures,
from reputed manufacturer, approved by the Client, inclusive of all necessary
1.11.4.1 Item
accessories and fittings, connections, related civil and MEP works etc. complete as
Specifications and sanitary fixure schedules
28Ø flush valve system European WC with complete with heavy duty seat, cistern
1.11.4.2 including Stainless steel flush button assembly and concealed installation, P/S trap No
connect to soil stack manhole with 110 Ø UPVC pipe
Ablution Faucet with integrated back flow preventer consisting of Hands spray, hose,
1.11.4.3 No
wall hook & angle valve.
1.11.4.4 Toilet paper roll holder No
Wash/vanity Hand Basin with mixer tap 40 Ø diameter UPVC deep seal bottle trap
1.11.4.5 No
connect to back side inlet of floor trap VIA 55 ST pipe
1.11.4.6 Surface mounted 304 type stainless steel liquid soap dispenser with satin finish No

Schedule C5B - Prices Page 41 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures
1.11.4.7 Clear Mirror with bevelded edge as per approved drawing No
1.11.4.8 Stainless steel sink in rooms as per approved drawing No
1.11.4.9 Stainless steel sink in main kitchen as per approved drawing No
1.11.4.10 Soap tray No
1.11.4.11 Shower mixer No
1.11.4.12 Shower tray No
1.11.4.13 Towel rod No
1.11.4.14 Urinals No
Earthing by 1Cx6sq-mm Cu / PVC Y/G ECC cable of each sanitary item. (WH, WB,
1.11.4.15 m
Sink etc)
Sundries
Supports, which shall include fixings, anchors, insulating blocks and anti vibration
1.11.4.16 Item
devices.
1.11.4.17 Identification which shall plates, discs, labels, charts and colour coding Item
Supply,Testing, commissioning which shall include operating included installation and
1.11.4.18 Item
providing fuel and power.
1.11.4.19 Tools and spares, which shall include loose keys and consumable stores. Item
documents, which shall include drawings, operating instructions and maintenance
1.11.4.20 Item
manual.
1.11.4.21 Any other works required to complete the job as per drawing and specification Item
1.11.5 Work incidental to Mechanical Installation
1.11.5.1 Co-ordination with other engineering installation. Item
1.11.5.2 Cutting or forming holes, mortices, chases or the like and making good finishings Item
1.11.5.3 Building in or cutting and pinning brackets or the like and making good finishings. Item
Protective painting and decorative painting including protective coating or wrapping and
1.11.5.4 Item
cleaning and polishing of exposed surfaces.
1.11.5.5 Building in or cutting and pinning brackets or the like and making good finishings. Item
Protective painting and decorative painting including protective coating or wrapping and
1.11.5.6 Item
cleaning and polishing of exposed surfaces.
Irrigation Pump
Supply, installation, testing & commisioning of 6.5 LPS. @ 5.5 bar a Irrigation pump ( 1-
Standby & 1- operating) with Pressure Vessel, automatic control panel, valves, 12
1.11.5.7 No
Station irrigation controller, strainer , connection to main irrigation line, electrical
connection etc. complete. As specified on the drawing and specifications
Cold Water Lifting Pump

Schedule C5B - Prices Page 42 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures
Supply, installation, testing & commisioning of 15.3 LPS. @ 4.0bar a Cold water Lifting
pump( 1- Standby & 1- operating) Pressure Vessel, automatic control panel, valves,
1.11.5.8 No
strainer, connecion to water line,electrical connection etc complete as specified on the
drawing and specifications.
Fire Pump
Supply, installation, testing & commisioning of 500 GPM. @ 7.5 bar Fire pump ( 1-
1.11.5.9 Electric + 1-Diesel & 1-Jockey) with automatic control panel, pressure vessel, No
connection to fire water lineetc. complete as specified on the drawing and specifications
Sundries
1.11.5.10 General Sundries and Work incidental to Mechanical Installation. item
2 MECHANICAL INSTALLATIONS- EXTERNAL WORKS
Light Poles
2.1 EXCAVATION
Excavation in trenches in any material for electrical & telephone cables and ducts
2.1.1 including earth work supports, sand bedding with granular material, warning tape,& m3
back filling with excavated material, disposing of surplus material etc
Supply & laying of uPVC duct pipes, BS 3506, Class 'B' including all accessories,
draw wire, etc. as per drawing and specification
2.1.2 100mm,160 mm diameter with concrete encasement m
2.1.3 160 mm diameter m
2.1.4 100 mm diameter with concrete encasement m
2.1.5 100 mm diameter m
2.2 DRAINAGE INSTALLATION

Approved quality uPVC pipework (Soil,Waste & Storm water) including all fittings,
fixing, accessories, etc. conforming BS 4660, BS 5481 & BS 4514(as required)
complete with all necessary concrete encasing, road crossings, thrust block,
warning tape etc. complete as per drawing and specification

2.2.1 160mm diameter including fittings for Storm water m


2.2.2 110mm diameter including fittings for Waste m
2.2.3 110mm diameter including fittings for Soil m
2.2.4 160mm diameter including fittings for Sewage m
2.2.5 160mm diameter including fittings for Sewage in concrete encasement m
2.2.6 200 mm diameter including fittings for Sewage m
2.2.7 300mm HDPE pipe including fittings in concrete encasement m
2.2.8 200MM UPVC Sleeve

Schedule C5B - Prices Page 43 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures
Supply, installation, testing & commisioning of Plot drain pipe. Complete in all
respect.
Manholes including all necessary earthwork, PCC, RCC, reinforcements,
formworks, protective painting, finishing, connections, DI cover(600mmx600mm)
and any other works / accessories complete. Shop drawings to be submitted for
approval.
2.2.9 Man hole (800mmx800mm) with medium duty DI cover no
2.2.10 Man hole (1200mmx1200mm) with medium duty DI cover no
2.2.11 Storm water man hole (800mmx800mm) with medium duty DI cover no
2.3 WATER INSTALLATION
Pipe Work

Supply & laying of HDPE pipe/duct, DIN 8074 including all necessary works,
accessories, concrete encasing, road crossings, thrust block, warning tape etc.

2.3.1 100mm diameter including fittings m


2.3.2 160mm diameter including fittings m
2.3.3 300mm diameter including fittings m
Supply, laying, testing & commisioning of Cold water supply through the high
pressure uPVC Class 'E' pipe confirming BS3505 including all the necessary
fittings.Complete in all respect.
2.3.4 32mm diameter including fittings m
2.3.5 40mm diameter including fittings m
2.3.6 50mm diameter including fittings m
2.3.7 65mm diameter including fittings m
2.3.8 80mm diameter including fittings m
2.3.9 100mm diameter including fittings m

Supply, laying, testing & commisioning of Bowser line Class 'C' G.I pipe
confirming BS 1387 including all the necessary fittings.Complete in all respect.

2.3.10 50mm diameter including fittings m


Supply, installation, testing & commisioning of Pipework Ancillaries
Isolating valve, drain valve, etc. item
2.3.11 50mm non-return valve (with bowser line) No
2.3.12 100mm non-return valve No
2.3.13 100mm CWS float valve No
2.3.14 100mm Globe Valve No
2.3.15 Main Valve Chamber No

Schedule C5B - Prices Page 44 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures
2.3.16 Valve chambers-type-1.(Complete in all respect) No
2.3.17 Valve chambers-type-2.(Complete in all respect) No
2.3.18 Pipe Work Ancillaries for all other pipes used above No
Supply & laying of HDPE pipe from MHEW main line DIN 8074 including all
necessary works, accessories, concrete encasing, road crossings, thrust block,
warning tape etc. Complete in all respect.
2.3.19 100mm HDPE pipe from MHEW main line m
2.3.20 Allow for tapping from existing line (as per site conditions) item
Water Meter
Supply and Installation of Water Meter from relevant statutory authority, including
cabinets, valves, chambers, supports, connection, payment of relevent fees (except nos
connection charges) etc. complete.
2.4 EXTERNAL IRRIGATION SERVICES

Supply, installation, testing& commisioning of Irrigation line including sprinklers,


valves, high pressure uPVC Class 'E' pipe confirming BS3505 including upvc duct
in concrete encasement (for road crossings). Complete in all respects.

2.4.1 100mm diameter (main line) including fittings m


2.4.2 65mm diameter (sub main) including fittings m
2.4.3 50mm diameter (sub main) including fittings m
2.4.4 40mm diameter (sub line) including fittings m
2.4.5 32mm diameter (sub line) including fittings m
2.4.6 25mm diameter (laterals) including fittings m
2.4.7 15mm diameter (laterals) including fittings m
2.4.8 12mm dripper line including fittings m
Valves, as specified with valve box, valve chamber etc.
2.4.9 Main isolating valve no
2.4.10 Isolating valves no
Pull box and Solenoid Valve Controls
2.4.11 Installation of the Pull box with necessary accessories and approval of the Engineer. item
Installation of the Solenoid valve assembly with necessary accessories and approval of
2.4.12 item
the Engineer.
Supply, installation, testing & commisioning of Sprinklers
2.4.13 full circle sprinklers connect to irrigation system m
2.4.14 Ditto 1/2 circle sprinklers m
2.4.15 Ditto 1/4 circle sprinklers m

Schedule C5B - Prices Page 45 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures
2.4.16 Supply & installation of dripper in irrigation line as per approved drawing. item
EXCAVATION
Excavation in trenches in any material for pipeline including earth work supports, sand
2.4.17 bedding with granular material, warning tape,& back filling with excavated material, m2
disposing of surplus material etc.
Supply, laying, testing & commisioning of uPVC pipe/duct, including all
necessary accessories, concrete encasing, road crossings, thrust block, warning m2
tape etc. for irrigation pipes
2.4.18 200mm dia uPVC DUCT pipe with concrete encasement m
2.4.19 110mm dia uPVC DUCT pipe with concrete encasement m
2.4.20 110mm dia uPVC sleeve m
Supply, Installation, testing & commissioning of Plot drainage system as per approved
2.4.21 item
drawing and specification. Complete in all respect.
Under gound water tank
Construction and connection of Under ground water tank to the water distribution
2.4. m3
system. complete in all respect as per drawing and specifications.
Septic tank with soak pit
Construction and connection of Septic tanks with soak pits of size 165m³ with all
necessary excavation, backfilling, concreting, block work, waterproofing, finishing,GI
2.4.23 m3
rungs, vent pipe, inspection chamber etc.including all necessary connections, builder's
work, complete in all respect as per drawings and specification.
2.4.24 Connection to nearest PDO STP. Complete in all respect. m
Sundries
Supports, which shall include fixings, anchors, insulating blocks and anti vibration
2.4.25 item
devices.
2.4.26 Identification which shall plates, discs, labels, charts and colour coding item
Testing, commissioning which shall include operating included installation and providing
2.4.27 item
fuel and power.
2.4.28 Tools and spares, which shall include loose keys and consumable stores. item
documents, which shall include drawings, operating instructions and maintenance
2.4.29 item
manual.
2.4.30 Any other works required to complete the job as per drawing and specification item
2.4.31 Any other works required to complete the job as per drawing and specification item
Work incidental to Mechanical Installation
2.4.32 Co-ordination with other engineering installation. item
2.4.33 Cutting or forming holes, mortices, chases or the like and making good finishings item

Schedule C5B - Prices Page 46 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures
2.4.34 Building in or cutting and pinning brackets or the like and making good finishings. item
Protective painting and decorative painting including protective coating or wrapping and
2.4.35 item
cleaning and polishing of exposed surfaces.
2.5 For Tennis Court
2.5.1 Excavation of the area upto 300mm depth m3
300 mm thickness imported Granular sub base fill CBR > 60% @ 95% MDD as
2.5.2 m3
specified
Load and remove surplus excavated material from site to statutory approved location,
2.5.3 item
including providing suitable tip
Asphalt pavement with bituminous prime coat, 40mm thk asphalt base course, tack
2.5.4 m3
coat and 30mm thick bitumen wearing course.
Pre-cast concrete kerbstone 125mm x 255 mm including plain concrete bed and
2.5.5 hunching etc including excavation, backfilling, compaction, disposal of surplus material m3
etc as per drawings
Construction and connection of 300mm wide RCC storm water collection channel
including necessary earthwork, concrete, reinforcement, 50x6mm thick MS Grating
2.5.6 m
drain cover, framing on edge to receive gratings, protective painting, connection to
storm water system etc. complete in all respect.
Flood light Foundations
Football Pitch : Design & Construct Flood lights foundation, and all fixing accessories
2.5.7 m3
in all respects as per relevant drawings and specification
Tennis Court : Design & Construct Flood lights foundation, and all fixing accessories in
2.5.8 m3
all respects as per relevant drawings and specification
Lamp posts foundation : Design & Construct Mast lights foundation, and all fixing
2.5.9 m3
accessories in all respects as per relevant drawings and specification
2.5.10 Any other foundation and fixing of all other external lights m3
Channel Covers
Supply and laying of 200mm thick precast concrete slab over the drain channel at
2.5.11 different entry points, including all necessary reinforcement, floor hardener, epoxy paint, m3
consealed lifting hooks, corner protections etc. complete in all respect.
Football Goal Posts
Supply, Erection & fixing of football goal posts on both end, with net, tension posts,
2.5.12 foundations etc. complete as specified complying with International Standard, for m
football Pitch
Tennis Net

Schedule C5B - Prices Page 47 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures

Supply, Erection & fixing of competition type aluminium anodized Tenis posts on either
2.5.13 side of court with outer tightning system and complete with Tenis Net and ground m2
sleeves complying with International Standard, including all associated works
Synthetic Turf for Football Pitch
Supply and Installation of Multi coloured Synthetic Grass turf suitable for outdoor
surface with infill SBR rubber and silica sand system with 2-Star status, as approved by
2.5.14 FIFA, for Training Football Pitch, complying with International Standard, with in built m2
pitch, track, other lines, marks, points, etc marking with different coloured turf. Colours
shall match the International Standard for relevant sports.
Tennis Court Flooring
Supply and Installation of Synthetic surface Tennis court flooring including primer,
resurfacer, colour codes and white line marking, complying with International Standard
2.5.15 m2
with in built track, marks, points, etc marking with different coloured turf. Colours shall
match the International Standard for relevant sports.
3 HVAC
Supply Installation, Testing and Commisioning
3.1 1.5 TR DX- split type AC IDU & ODU No
3.2 2.0 TR DX- split type AC IDU & ODU No
3.3 2.5 TR DX- split type AC IDU & ODU No
3.4 2.0 TR 4 way Cassette type AC IDU& ODU No
3.5 Exhaust fans 80LPS with shutter No
3.6 Exhaust fans 125LPS with shutter No
3.7 Exhaust fans 300LPS with shutter No
4 Electrical
Supply and Installation Lighting and Circuit accessories
4.1 Lighting Points, Normal No
4.2 Lighting Points, Emergency No
4.3 Lighting switch points, 1 gang, one way switch No
4.4 Lighting switch points, 2 gang, one way switch No
4.5 Lighting switch points, 3 gang, one way switch No
4.6 Lighting switch points, 1 gang, two way switch No
4.7 13A twin switched socket No
4.8 13A single switched socket No
4.9 13A single switched socket outlets (W/P) No
4.10 13A W/P fused spur outlet No
4.11 20A DP switch with neon indicator No

Schedule C5B - Prices Page 48 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures
4.12 20A flex outlet No
4.13 20A switched socket(w/p) No
4.14 5A flex outlet for exhaust fan, insect killer No
4.15 Insect Killer(2x10W) No
4.16 Lighting switch points, 2 gang, one way switch (W/P) No
4.17 Lighting switch points, 3 gang, one way switch (W/P) No
4.18 13A twin switched socket outlets (W/P) No
4.19 Exhaust fan No
4.20 Weather proof 63A TPN Isolator No
4.21 Weather proof 160A TPN Isolator No
4.22 Weather proof 32A SPN Isolator No
4.23 Weather proof 25A SPN Isolator No
4.24 Weather proof 20A SPN Isolator No
4.25 Cooker outlet No
4.26 Oven outlet No
Supply and Installation - LUMINARIES
TYPE A- Surface Mounted, 2x36W T8 3000K Fluorescent Lamp, Pre-Enamelled
Galvanized Steel With Polyester Resin Body & Die-Cast Aluminum End Caps, in White
4.27 No
Aluminum Reflector With Dust Proof, UV Stabilized, Anti-Yellowing Prismatic
Polycarbonate Diffuser, Electronic Ballast, 220-240V/50Hz,IP-40.

4.28 TYPE A+EM- Same as Type 'A' but with Emergency Kit For 1 Lamp For 3 Hours. No

TYPE A1- Surface Mounted, 2x36W T8 3000K Fluorescent Lamp, Pre-Enamelled


Galvanized Steel With Polyester Resin Body & Die-Cast Aluminum End Caps, in White
4.29 No
Aluminum Reflector With Dust Proof, UV Stabilized, Anti-Yellowing Prismatic
Polycarbonate Diffuser, Electronic Ballast, 220-240V/50Hz,IP-65, ATEX Type.

4.3 TYPE A1+EM- Same as Type 'A1' But with Emergency Kit For 1 Lamp For 3 Hours. No

TYPE A2- Surface Mounted, 1x36W T8 3000K Fluorescent Lamp, Pre- Enamelled
Galvanized Steel With Polyester Resin Body & Die-Cast Aluminum End Caps, in White
4.31 No
Aluminum Reflector With Dust Proof, UV Stabilized, Anti-Yellowing Prismatic
Polycarbonate Diffuser, Electronic Ballast, 220-240V/50Hz,IP-40.

4.32 TYPE A2+EM- Same as Type 'A2' But with Emergency Kit For 1 Lamp For 3 Hours. No

Schedule C5B - Prices Page 49 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures
TYPE B- Surface Mounted, 2x36W T8 3000K Fluorescent Lamp, Pre- Enamelled
Galvanized Steel With Polyester Resin Body & Die-Cast Aluminum End Caps, In White
4.33 No
Aluminum Reflector With Dust Proof, UV Stabilized, Anti-Yellowing Opal Polycarbonate
Diffuser, Electronic Ballast, 220-240V/50Hz,IP-40.
4.34 TYPE B+EM- Same as Type 'B' But with Emergency Kit For 1 Lamp For 3 Hours. No
TYPE B1- Surface Mounted, 1x36W T8 3000K Fluorescent Lamp, Pre- Enamelled
Galvanized Steel With Polyester Resin Body & Die-Cast Aluminum End Caps, In White
4.35 No
Aluminum Reflector With Dust Proof, UV Stabilized, Anti-Yellowing Opal Polycarbonate
Diffuser, Electronic Ballast, 220-240V/50Hz,IP-40.
4.36 TYPE B1+EM- Same as Type 'B1' But with Emergency Kit For 1 Lamp For 3 Hours. No

TYPE C- Ceiling mounted hanging type Pendant luminaire. The luminaire housing shall
4.37 No
be made of Antique color polished gmetal frame 3x26W CFL warm light lamp.

TYPE D- 2x18W CFL- 4L-2pin, Warm White Surface Mounted Fitting With Built In
4.38 Electronic Control Gear, High Gloss Anodized 99.8%Aluminium Reflector With UV No
Stabilized Vandal Resistant Opal Type Polycarbonate Diffuser 230V, 50Hz, IP-44.

4.39 TYPE D+EM- Same as Type 'D' But with Emergency Kit For 1 Lamp For 3 Hours No
TYPE E- 1x13W CFL-4L-2pin, Surface Mounted Downlight Fitting With 200mm Dia Of
Die-Cast Aluminium Body, 99.9% Pure Anodised Aluminium Reflector, White
4.4 No
Lacquered Concave Aluminium Ring Including 3mm Frosted Glass Plate, Stainless
Steel Clips Etc. Dimmable Type, 230V,50Hz,IP-44.
TYPE F- 1x24W -4L-4pin (Horizontal Position) Recessed Downlight Fitting With
4.41 200mm Dia Of Die-Cast Aluminium Body, 99.9% Pure Anodised Aluminium Reflector, No
With Cross Vane Anti Glare Louvre,Dimmable Type, 230V, 50Hz, IP-20.
TYPE G- 1x13W CFL-4L- 2pin, Surface Mounted Downlight Fitting With 200mm Dia Of
Die-Cast Aluminium Body, 99.9% Pure Anodised Aluminium Reflector, White
4.42 No
Lacquered Concave Aluminium Ring Including 3mm Clear Glass Plate, Stainless Steel
Clips etc. 230V,50Hz,IP-44.
4.43 TYPE G+EM- Same as Type 'G' But with Emergency Kit For 1 Lamp For 3 Hours. No
TYPE I- Decorative Hanging Type Wall Bracket Light Fitting Made Up Of Cast
4.44 Aluminium With Antique Finish Suitable To Hold 70W SON-T Lamp ,220V , 50Hz, IP- No
55.

Schedule C5B - Prices Page 50 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures

TYPE J- A Small Square Ground Recessed Luminaire, With 2x6W LED Source, For
Walkover Guidance Applications. Die-Cast Aluminium Body With Powdered Paint
4.45 No
Finish. Frame: Painted Aluminium, 3mm Thick. Frosted Toughened Glass, 8mm Thick,
Recessing Box: Polypropylene. Integral Control Gear. Rated IP67.
TYPE K- A Robust, Wall-Mounted Up/Downlight With 2 X 6W White LED. The Grey
4.46 Aluminium Body, With Integral Gear and Sealed To IP65, Frosted Glass, 230V AC, No
50Hz.
TYPE L- Wall Light Fitting Made of White Chrome Plated With Three Ply Opal Glass
4.47 No
Suitable For 1x18W CFL Lamp, 230V AC, 50Hz.
TYPE M- 1x21W 4pin Compact Fluorescent CFL Lamp (40000/K) type Wall Mounted
Luminaire With Die Cast Aluminum Body And Thin Bezel in White Metallic, Opal
4.48 No
Polycarbonate Diffuser, Top Half Covered By Eyelid, Electronic Control Gear, 220-
240V/50Hz.
4.49 TYPE M+EM- Same as Type 'M' But with Emergency kit For 1 Lamp for 3 Hours. No

TYPE N- 70W SON-T Wall Mounted Bulk Head With Die Cast Aluminum Body And
Stainless Steel Inserts With Three Ply Opal Type Poly Carbonate Diffuser Black Color
4.5 No
Body Oval Shape With Grill , Top Half Covered By Eyelid, Vandal Proof, Electronic
Control Gear IP65 rating. 260 Mm dia And 155 mm Projection,220-240V/50Hz.

TYPE O- 1x26W, Surface mounted Saucer type luminaire, 200mm Dia, Body made of
4.51 Poly Carbonate, Diffuser made of Honey Comp Prismatic type with 1x26W CF lamp No
(4000°K) of HFP-Electronic Control gear,220-240V/50Hz, IP-44.
TYPE P- 1x26W CFL- 4L-2pin, Surface Mounted Downlight Fitting With 200mm dia of
Die-Cast Aluminium Body, 99.9% Pure Anodised Aluminium Reflector, White
4.52 No
Lacquered Concave Aluminium Ring Including 3mm Frosted Glass Plate, Stainless
Steel Clips etc. 230V,50Hz,IP-44.
TYPE Q- 1x26W (1m Length Minimum) Mirror Light Fitting With Opal Diffuser And Bowl
4.53 No
in Injected Moulded Clear Prismatic Polycarbonate, 220-240v, 50hz
TYPE R- 1x8W(350mmlength) Mirror Light Fitting With Opal Diffuser And Bowl in
4.54 No
Injected Moulded Clear Prismatic Polycarbonate, 230V, 50Hz.
TYPE S- 4x18W-40000/K Recessed Mounted T8 Linear Fluorescent Luminaire with
Dimmable Electronic Ballast Compatible To DALI System White Sheet Steel Continues
4.55 No
Housing, 99.9% Pure Anodised Aluminium Reflector With Poly Carbonate Opal
Diffuser . 220-240V, 50Hz, IP-40.
4.56 TYPE S+EM- Same as Type 'S' But with Emergency kit For 1 Lamp for 3 Hours. No

Schedule C5B - Prices Page 51 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures

TYPE T- 4x14W -3000°K Square Type Smooth Edge Light Fittings With Metal
4.57 Installation Plate Polycarbonate Compact Tough Housing With Opal Polycarbonate Anti- No
Yellowing, Ant-Aging Diffuser With Integral Electronic Gear.240V,50Hz, IP-54

4.58 TYPE T+EM- Same as Type 'T' but with Emergency kit For 1 Lamp for 3 Hours. No

TYPE U- 2x18W Square Type Smooth Edge Light Fittings With Metal Installation Plate
4.59 Polycarbonate Compact Tough Housing With Opal Polycarbonate Anti-Yellowing, Ant- No
Aging Diffuser With Integral Electronic Gear.240V,50Hz, IP-54.

4.6 TYPE U+EM- Same as Type 'U' But with Emergency kit For 1 Lamp for 3 Hours. No
TYPE V- 1x13W , 2D Lamp Decorative Saucer type Surface mounted Ceiling light
4.61 fitting diffuser made of Polycarbonate with Sheet Steel White Stove Enameled Base, No
IP-20.
4.62 TYPE V+EM- Same as Type 'V' but with Emergency kit For 1 Lamp for 3 Hours. No
TYPE W- Adjustable Spot Light With Multiphase Adaptor, Dimmable Electronic
Transformer Using IGBT Technology. Made Of Die Cast Aluminum Suitable to Fix on
4.63 Light Track From Ceiling 330° Reflection Around The Vertical Axis And 90° Reflection No
Around The Horizontal Axis Equipped with a Locking mechanism for Horizontal
Positioning and with a Vertical Friction Position Control,12V,50W, IP20.

TYPE X- Ceiling Mounted Surface Type Pendant Luminaire. The Luminaire Housing
4.64 Shall Be Made of Polished Gold Lacquer With 4280 Handmade Lead Crystal Glass No
number of Light is 6x11W CFL(warm white) B15, dimmable type.

TYPE X1- Ceiling mounted Surface type Pendant Luminaire(650mm Dia). The
4.65 luminaire housing shall be made of Polished Gold lacquer with 4280 handmade lead No
Crystal glass number of light is 9x11W CFL, dimmable type (warm white) B15.
TYPE RL- A Robust Light Post For Luminaries of 3.5m Height Die-Cast Aluminum
Base And Canopy, UV Stabilizes Polycarbonate Globe Type Opal Diffuser, Black
4.66 No
Corrosive Resistant Finish, With 100W, HIE, E-40, HIT Electronic Control Gear, Timer
Control,230V/50Hz, IP-65
TYPE Z- 400W(HIT Lamp) Metal Halide Flood Light Body Made of Black Color
Polypropylene Reinforced With Fibre Glass With Self-Extinguishing Polycarbonate
4.67 No
Viser; Reflector Made of Dimpled Polished, Oxidised, Anodised Aluminium Sheet,
Electronic Control Gear, Asymmetrical Reflector, Sealed to IP65, 220-240V/50Hz.

Schedule C5B - Prices Page 52 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures
4.68 Aviation Light Fitting complete in all respect No
Type-SL-150w led type street light fittings of high temperature resistant and UV
stabilized polyester finished die-cast aluminum body with polypropylene fibre glass
4.69 reinforced canopy, base and top shade finished in extured light grey, multi lens optic, No
complete with 6(4+2)m hot dip galvanized conical single arm pole with cutout box,
electronic driver, mini circuit breaker accessories. Timer control. LP-65.
TYPE-DL-4-HEAD 200mm∅ OPAL TYPE GLOBE 4.0M HIGH LIGHT POST MADE OF
CAST IRON EN 1561, COLOR GRAPHITE GRAY AND COMPOSED OF TOP
ELEMENTS OVER AN INTERNAL POST IN HOT GALVANIZED STEEL EN40, IN
ADDITION TO POST-TOP INSTALLATION I LYRE-SHAPED FRAME WITH LOAD
4.7 BEARING UPPER CAP AND GLOBE SUPPORTING LOWER CROWN IN CAST No
ALUMINUM, CENTRAL BODY IN GALVANIZED STEEL AND INJECTION MOLDED
SPHERICAL DIFFUSER IN OPAL COLOR.SPHIRE FIXED WITH RADIAL SCREWS
WITH 70W-HIT LAMP ELECTRONIC BALLAST, TIMER CONTROLLER,
230V/50Hz,IP65.
TYPE-RL-A ROBUST LIGHT POST FOR LUMINARIES OF 3.5M HEIGHT DIE-CAST
ALUMINUM BASE AND CANOPY, UV STABILIZES POLYCARBONATE GLOBE TYPE
4.71 No
OPAL DIFFUSER, BLACK CORROSIVE RISISTANT FINISH, WITH 100W, HIE, E-40,
HIT ELECTRONIC BALLAST,TIMER CONTROL,230V/50Hz, IP-65

TYPE BL- LIGHT POST MADE OF EXTRUDED ALUMINIUM CYLINDRICAL


SECTION,1000MM HEIGHT,155MM DIA MIN, SATIN MATT MAIN REFLECTOR, TOP
IN DIE-CAST ALUMINIUM INJECTED POLYCARBONATE TYPE VANDAL PROOF
4.72 No
CLEAR DIFFUSER WITH STEEL FLANGE OF INDIRECT LIGHT DISTRIBUTIONIN
WITHOUT ANY LIGHT POLLUTION TO BE EMBEDDED IN THE GROUND, 16W LED
WITH ELECTRONIC DRIVER CONTROL.220-240V/50Hz, IP65

TYPE FL-LIGHT POLE:10M HIGH LIGHT POLE OF HOT DIP GALVANIZED


POLYGONAL SECTIONED CONICAL POLE SUITABLE FOR MOUNTING
2NOS.400W LED FLOOD LIGHT, PROTECTIVE LADDER AND TWO SIDED
PROTECTIVE BASKET SUPPLY WITH ALL ACCESSORIES LIKE FOUNDATION
BOLTS,WASHERS, NUTS AND ANCHOR PLATES ETC. 400W LED SPORTS FLOOD
4.73 LIGHT LUMINAIRE HOUSING MADE OF DIE CAST HAMMERED ALUMINIUM WITH No
COOLING FINS , HINGS OPENING, STAINLESS STEEL SEALING LATCHES
DIFFUSER, 5mm THICK TEMPERED GLASS, THERMAL RESISTANT, SHOCK
IMPACT IK-08, GLASS TILTED BY 180/ TO OBTAIN EXCELLENT ASYMMETRIC,
ANODICALLY OXIDIZED AND POLISHED WITH 530/ TILT ANGLE AND PANEL
MOUNTED ELECTRONIC BALLAST BOX 230V, 50Hz, IP-65.

Schedule C5B - Prices Page 53 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures

TYPE HL- 10M HIGH LIGHT POLE OF HOT DIP GALVANIZED POLYGONAL
SECTIONED CONICAL POLE SUITABLE FOR MOUNTING 4 NOS.400W LED FLOOD
LIGHT, PROTECTIVE LADDER AND TWO SIDED PROTECTIVE BASKET SUPPLY
WITH ALL ACCESSORIES LIKE FOUNDATION BOLTS,WASHERS, NUTS AND
ANCHOR PLATES ETC. 400W LED SPORTS FLOOD LIGHT LUMINAIRE HOUSING
4.74 MADE OF DIE CAST HAMMERED ALUMINIUM WITH COOLING FINS , HINGS, No
PENING, STAINLESS STEEL SEALING LATCHES DIFFUSER, 5mm THICK
TEMPERED GLASS, THERMAL RESISTANT, SHOCK IMPACT IK-08, GLASS
TILTED BY 180/ TO OBTAIN EXCELLENT ASYMMETRIC, ANODICALLY OXIDIZED
AND POLISHED WITH 530/ TILT ANGLE AND PANEL MOUNTED ELECTRONIC
BALLAST BOX 230V, 50Hz, IP-65.
Supply,laying, testing and commissioning of LV Cables
4.75 1Cx 630Sqmm Cu/XLPE/AWA/PVC Cable m
4.76 4Cx240sq.mm Cu/XLPE/SWA/PVC Cable m
4.77 4Cx150sq.mm Cu/XLPE/SWA/PVC Cable m
4.78 4Cx120sq.mm Cu/XLPE/SWA/PVC Cable m
4.79 4Cx70 sq.mm Cu/XLPE/SWA/PVC Cable m
4.8 4Cx35 sq.mm Cu/XLPE/SWA/PVC Cable m
4.81 4Cx25 sq.mm Cu/XLPE/SWA/PVC Cable m
4.82 4Cx16 sq.mm Cu/XLPE/SWA/PVC Cable m
4.83 4Cx10 sq.mm Cu/XLPE/SWA/PVC Cable m
4.84 3Cx10 sq.mm Cu/XLPE/SWA/PVC Cable m
4.85 1Cx 120 sqmm Cu/PVC Y/G Cable m
4.86 1Cx 95 sqmm Cu/PVC Y/G Cable m
4.87 1Cx70sq mm CU/PVC Y/G cable m
4.88 25 mm x 3 mm standard bare copper tape m
Supply and installation of Glanding, Termination of LV Cables
4.89 1Cx 630Sqmm Cu/XLPE/AWA/PVC Cable No
4.9 4Cx240sq.mm Cu/XLPE/SWA/PVC Cable No
4.91 4Cx150sq.mm Cu/XLPE/SWA/PVC Cable No
4.92 4Cx120sq.mm Cu/XLPE/SWA/PVC Cable No
4.93 4Cx70 sq.mm Cu/XLPE/SWA/PVC Cable No
4.94 4Cx35 sq.mm Cu/XLPE/SWA/PVC Cable No
4.95 4Cx25 sq.mm Cu/XLPE/SWA/PVC Cable No
4.96 4Cx16 sq.mm Cu/XLPE/SWA/PVC Cable No
4.97 4Cx10 sq.mm Cu/XLPE/SWA/PVC Cable No

Schedule C5B - Prices Page 54 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures
4.98 3Cx10 sq.mm Cu/XLPE/SWA/PVC Cable No
4.99 1Cx 120 sqmm Cu/PVC Y/G Cable No
4.100 1Cx 95 sqmm Cu/PVC Y/G Cable No
4.101 1Cx70sq mm CU/PVC Y/G cable No
Supply and installation of Cable Tray and Accessories including supports and
fixing hardwares
4.102 600x150mm PERFORATED GI CABLE TRAY No
4.103 500x75mm PERFORATED GI CABLE TRAY No
4.104 400x75mm PERFORATED GI CABLE TRAY No
4.105 350x75mm PERFORATED GI CABLE TRAY No
4.106 300x75mm PERFORATED GI CABLE TRAY No
4.107 250x75mm PERFORATED GI CABLE TRAY No
4.108 200x75mm PERFORATED GI CABLE TRAY No
4.109 150x75mm PERFORATED GI CABLE TRAY No
4.110 100x50mm PERFORATED GI CABLE TRAY No
4.111 75x50mm PERFORATED GI CABLE TRAY No
4.112 50x50mm PERFORATED GI CABLE TRAY No
Miscellaneous
4.113 Supply and laying of 160mm dia uPVC duct pipe m
4.114 Supply and laying of 200mm dia uPVC duct pipe m
Supply and installation of 450mm (W) x 600mm (D) Cable Trench with chequered plate
4.115 No
& 6mm (Min.) Thick rubber mat f With best finish. Complete in all respect.
Supply and installation of 800mm (W) x 1000mm (D) Cable Trench with chequered
4.116 plate& 6mm (Min.) Thick rubber mat for Elec. Room. Complete in all respect as per No
drawing and specification. With best finish.
Supply and installation of Electrical cable draw pits/manholes 1000x1000x800mm
4.117 average deep including heavy duty D.I. covers (600x600mm), including all civil & MEP No
works, complete in all respect as per the drawing and specifications.
Supply and installation of Concrete Earth Pit complete with Earth rod, Earth Rod
4.118 coupler, driving stud, chamber, cover, salt, Charcoal etc. complete in all respects as No
per OGC requirements
5 FIRE ALARM SYSTEM
Supply, Installation, Glanding, Termination, Testing & Commissioning
5.1 Fire Alarm Control Panel No.
5.2 Fire Alarm Repeater Panel No.
5.3 Fire Alarm Bell No.

Schedule C5B - Prices Page 55 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures
5.4 Break Glass Unit No.
5.5 Smoke Detector No.
5.6 Heat Detector No.
5.7 Exit light No.
6 TELEPHONE AND DATA SYSTEM
Supply, Installation, Glanding, Termination, Testing & Commissioning
6.1 42U patch panel cabinet with patch panel along with server No.
6.2 Private Automatic Branch Exchange(PABX) No.
6.3 Main Telephone Junction box(MTJB) No.
6.4 Telephone Junction Box (TJB) No.
6.5 Computer Junction Box (CJB) -Complete in all respect No.
6.6 Telephone Outlet No.
6.7 Data Outlet No.
6.8 50 pair outdoor telephone cable & accessories Mtr.
6.9 Cat 6A Cable & accessories Mtr.
6.10 PVC Conduit & accessories Mtr.
6.11 GI Conduit & accessories Mtr.
6.12 Flexible Conduit & accessories Mtr.
6.13 GI Trunking & accessories Mtr.
7 CCTV System
Supply, Installation, Glanding, Termination, Testing & Commissioning
7.1 CCTV system cabinet including CPU , software installation, Racks, Switching Modules, Receiver
No.Modules, Processor, etc. Complete in all respect.
Network Video Recorder (NVR) with patch panel, all accessories, - storage capacity for
7.2 No.
minimum 30 days.
7.3 POE IP based, fixed dome type camera with 180° rotating range (min 5 megapixel) No.
7.4 POE IP based, day&night panoramic full rotation camera (min 36X zoom & 5 megapixel), clearNo.
face identification - IP65
7.5 16 port PoE switch No.
7.6 40" LED monitor No.
7.7 CCTV Junction Box No.
7.8 Cat 6A UTP Cable & accessories Mtr.
7.9 PVC Conduit & accessories Mtr.
7.10 GI Conduit & accessories Mtr.
7.11 Flexible Conduit & accessories Mtr.
7.12 GI Trunking & accessories Mtr.
7.13 1phase, 240V, 1000kVA online UPS with 30 minute backup. Complete in all respect. No.
8 IP BASED PUBLIC ADDRESSING (PA) SYSTEM

Schedule C5B - Prices Page 56 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures
Supply, Installation, Glanding, Termination, Testing & Commissioning
8.1 Amplifier with Rack accessories No.
8.2 Input device(with CD/DVD/FM/USB) and all other necessery equipments No.
8.3 150mmφ, 15W ceiling mounted recessed type IP addressable Speaker No.
8.4 Volume controller with over riding facility No.
8.5 Mic point No.
8.6 PA system Junction Box No.
8.7 150mmφ, 15W ceiling mounted recessed type Speaker No.
8.8 Cable(required by the system in concealed installations) Mtr.
8.9 PVC Conduit & accessories Mtr.
8.10 GI Conduit & accessories Mtr.
8.11 Flexible Conduit & accessories Mtr.
8.12 GI Trunking & accessories Mtr.
9 CABLE TV SYSTEM
Supply, Installation, Glanding, Termination, Testing & Commissioning
9.1 Satellite dish with 4 way (outgoing) LNBs including all the necessary work No.
9.2 TV line amplifier No.
9.3 Head-end equipment multiswitch No.
9.4 Main Television Junction Box No.
9.5 Television Junction box No.
9.6 TV point outlets No.
9.7 RG-11 cable from dish LNB Mtr.
9.8 RG-6 cable Mtr.
9.9 PVC Conduit & accessories Mtr.
9.10 GI Trunking & accessories Mtr.
10 FIRE FIGHTING SYSTEM & Extinguishers
Supply, Installation, Testing & Commissioning
Recessed mounted automatic swinging hose reel of 45m length complete with pedestal
10.1 wall bracket, jointing to supply pile, stainless steel dual cabinets for hand extinguisher No.
etc. Complete in all repsect.
10.2 25mm dia G.I Class 'C' pipe for hosereels Mtr.
10.3 65mm dia G.I Class 'C' pipe for hosereels Mtr.
10.4 5 Kg CO2 fire extinguisher (Red color) No.
10.5 9 litre AFFF foam spray extinguisher No.
10.6 Fire Blanket No.
10.7 Fire Hydrant - External No.

Schedule C5B - Prices Page 57 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE C - UNIT RATES


Unit Rate Unit Rate
Item Description Unit RIAL OMANI RIAL OMANI
In Words In Figures
10.8 Control Cable laying - External Mtr.
10.9 Cable Ducts, Marker tapes with all accessories Mtr.
10.10 75 mm diameter duct pipe with concrete encasement. Mtr.
Telephone cable draw pits/manholes 600x600x600mm average deep including Heavy
10.11 duty D.I. covers (600x600mm), with all civil & MEP works, complete in all respect as No.
per the drawing and specifications.
10.12 6 Core Multi-mode Fiber Optic Cable Mtr.
10.13 uPVC 160 mm diameter duct with concrete encasement Mtr.
10.14 uPVC 160 mm diameter duct Mtr.
10.15 uPVC 100 mm diameter duct with concrete encasement Mtr.
10.16 uPVC 100 mm diameter duct Mtr.

Schedule C5B - Prices Page 58 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

Schedule Daywork rates and Standy reduction Personnel


Percentage
Description RIAL OMANI Per Hour RIAL OMANI Per Day RIAL OMANI Per Week RIAL OMANI Per Month Reduction for
Item
STANDBY
In Fig. In words In Fig. In words In Fig. In words In Fig. In words
1 Contract Manager
2 Project Manager
3 Construction Manager
4 QA / QC Manager
5 HSE Manager
6 Procurement Manager
7 Commissioning Manager
8 Commissioning Engineer
9 Senior Engineer (All disciplines)
10 Engineer (All disciplines)
11 Planning & Control Engineer
12 Site Activities Planner
13 Sr. QA / QC Engineer
14 HSE Advisors
15 Hydro Test Engineer
16 Construction Engineers (All disciplines)
17 Welding Engineer
18 Material Controller
19 CP Engineer
20 Junior Engineer (All disciplines)
21 Senior Surveyor
22 Surveyor
23 Ecologist
24 Draughtsman (CAD)
25 Technical Assistant
26 QA/QC Inspector
27 Supervisor
28 Foreman
29 Chargehand
30 Welder
31 Electrical/Instrument Technician
32 Fitter
33 Civil Tradesman
34 Painter/Blaster
35 Operator
36 Driver Heavy Duty/Light Duty
37 Rigger
38 Helper
39 Site Safety Officer

Schedule C5B - Prices Page 59 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

Schedule Daywork rates and Standy reduction Personnel


Percentage
Description RIAL OMANI Per Hour RIAL OMANI Per Day RIAL OMANI Per Week RIAL OMANI Per Month Reduction for
Item
STANDBY
In Fig. In words In Fig. In words In Fig. In words In Fig. In words
DAYWORK RATES FOR PLANT AND EQUIPMENT WITH OPERATOR and STANDBY reduction
1 Excavator, JCB 3C or similar
2 Excavator, Cat 225 or similar
3 Excavator, Cat 225 with Rock Hammer
4 Excavator, Cat 235 or similar
5 Excavator, Cat 235 with Rock Hammer
6 Excavator, Cat 245 or similar
7 Excavator, Cat 245 with Rock Hammer
8 T. Type Tractor-Caterpillar Dozer D6 or similar

9 T. Type Tractor-Caterpillar Dozer D7 or similar

10 T. Type Tractor-Caterpillar Dozer D8 or similar

11 T. Type Tractor-Caterpillar Dozer D9 or similar


12 Wheel Type Loader Cat 950 or similar
Wheel Type Loader Cat 950 or similar with
13
Side Boom and Backhoe
14 Road boring machine 36”
15 Road boring machine 32”
16 Road boring machine 16”
17 Tractor 4x4
18 Motor Grader Cat 12G or similar
19 Motor Grader Cat 14G or similar
20 Flat Bed Truck 2T
21 Flat Bed Truck 7.5T
22 2T Truck with HIAB Crane
23 7.5 T Truck with HIAB Crane
24 Flat Bed Truck with Auto Crane
25 Tipper Truck 10T
26 Tipper Truck 20T
27 Low Bed Trailer 35T with Primer
28 Low Bed Trailer 50T with Primer
29 2T Oilfield Truck
30 Forklift Truck 3T
31 Fuel/Lubrication Truck
32 Water Bowser 6000 Litres
33 4 x 4 Pick Up
34 4 x 4 Suburban
35 Passenger Bus
36 Crane 15T
37 Crane 20T
38 Crane 35T
39 Crane 80T
40 Pipelayer, Cat 501 or similar
41 Pipelayer, Cat 571 or similar
42 Pipelayer, Cat 583 or similar
43 Pipelayer, Cat 594 or similar
44 Welding Set 200 Amp
45 Welding Set 300 Amp
46 Welding Set 400 Amp
47 TIG Welding Rig

Schedule C5B - Prices Page 60 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

Schedule Daywork rates and Standy reduction Personnel


Percentage
Description RIAL OMANI Per Hour RIAL OMANI Per Day RIAL OMANI Per Week RIAL OMANI Per Month Reduction for
Item
STANDBY
In Fig. In words In Fig. In words In Fig. In words In Fig. In words
48 Hydraulic Pipe Bending Machine 36”
49 Hydraulic Pipe Bending Machine 24”
50 Hydraulic Pipe Bending Machine 18”
51 Hydraulic Pipe Bending Machine 16”
52 Hydraulic Pipe Bending Machine 12”
53 Hydraulic Pipe Bending Machine 10”
54 Grinding Machine
55 Drilling Machine
56 50 – 300 mm Tapester
57 Cutting / Burning Gear
58 Compressor 140 CFM
59 Compressor 250 CFM
60 Compressor 325 CFM
61 Compressor 600 CFM
62 Compressor 750 CFM
63 Diesel Generator 3.5 KVA
64 Diesel Generator 20 KVA
65 Diesel Generator 50 KVA
66 Diesel Generator 80 KVA
67 Fill Pump 1000 GPM Including Hoses
68 Fill Pump 2000 GPM Including Hoses
69 Fill Pump 3000 GPM including Hoses
70 Test Pump 300 PSI
71 L. Bed Trailer w/H.T. Equip Including Tanks.
72 20,000 Litre Water Tank
73 Airless Paint Set with 2 guns and Hoses
74 Grit Blasting Equipment
75 Jack Hammer
76 50T Hydraulic Jack
77 Roller Compactor
78 Shovel
79 Rock Drill
80 Mobile screen plant (80 m3/Hr)
81 Tow Tractor D7
82 Tow Tractor D6
83 Pay Welder 4 Holder
84 Pay Welder 2 Holder
85 Pay Welder 1 Holder
86 Welding Head “Passo”
87 Induction Heating Set
88 Pneumatic internal clamp 36”
89 Pneumatic internal clamp 24”

Schedule C5B - Prices Page 61 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

Schedule Daywork rates and Standy reduction Personnel


Percentage
Description RIAL OMANI Per Hour RIAL OMANI Per Day RIAL OMANI Per Week RIAL OMANI Per Month Reduction for
Item
STANDBY
In Fig. In words In Fig. In words In Fig. In words In Fig. In words
90 Internal X-ray apparatus
91 External X-ray apparatus
92 Mobile X-ray Laboratory
93 Dumper 16 m3
94 Dumper 10 m3
95 Concrete Mixer Truck 5/7 m3
96 Pipe facing machine 24”
97 Dry Air Plant
98 Vacuum Drying Equipment
99 Trenching Machine

Schedule C5B - Prices Page 62 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE E1 - PAYMENT MILESTONES


Completion % of Lump
MS No. Description Cuml. %
Date in Sum
1 Recoverable Advance Payment against submission of Advance Bank Gurantee and Performance Bond 1 10 10
2 Contract Management & Engineering Mobilisation:- Approval of the following:-
a. Contract Execution Plan with detail schedule
b. Mobilisation of key Personnel excluding Site Key Personnel
c. Document Control & Material Tracking Registers 4 5 14.5
d. Contract Quality Plan
e. Contract HSE Plan
f. FEED verification report by the Contractor
3 Design : All purchase orders for below Long Lead Items placed and order acceptance by Supplier.
a. Water Bath Heater
b. Filter Separator
12 10 23.5
c. Line Pipe and Pipeline fittings including launcher and receiver
d. Pipeline flanges, isolation joints and Ball Valves
e. Control System
4 Completion and signing of close out sheets by Company
a. Design Review
b. HAZOP Review
24 10 32.5
c. IPF Review
d. EIA
e. QRA Review & Construability Review
5 Site mobilization :- Approval of the following
a. Completion of contractors site mobilization 24 5 37
b. Issue of HSE certificate
6 Design :
a. Approval of all detail design drawings as per the scope of work and issued AFC revision for construction
32 10 46
b. Submission of design data Book
7 Delivery of the following:-
a. All long lead items delivered to site. 54 10 55
8 Completion of all civil, mechanical and piping works; except works listed in Punch List other than Category A
64 10 64
9 Completion of all electrical & Instrument works; except works listed in Punch List other than Category A.
66 10 73
10 Substantial Completion; including completion of leak test, ready to introduce gas and All punch list category A
70 10 82
closed.
11 Commissioning Completion. Upload all project data to the company's SAP system. Submission of final As Built
74 10 91
drawings approved by the Company. Closing of all remaining punch list items.

Schedule C5B - Prices Page 63 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE E1 - PAYMENT MILESTONES


Completion % of Lump
MS No. Description Cuml. %
Date in Sum
12 Guarantee Run Completion. Demobilization of Contractor’s Organization and Facility, site restoration and
86 10 100
acceptance by Company.

Schedule C5B - Prices Page 64 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE E2 - PENALTY MILESTONES


Penalty Assoc. MS Unit of Measure Completion period Penalty per Calendar Max. Penalty (% of
MS No. in Weeks week (% of Contract Contract Price)
Price)
Substantial Completion. Completion of
1 MS10 leak test and ready to introduce gas. All 70 2.5 10
punch list category A closed.
Note: Penalty per calendar week shall be applied on prorata basis for the delayed days

Schedule C5B - Prices Page 65 of 66


OGC-13-2018 - EPC Works for Shafa GSS Debottlenecking Project

SCHEDULE F - PROCUREMENT AND THIRD PARTY SERVICES MARK UP

The below percentage mark-up shall apply for additional purchasing or third party services % mark-up %

All procurement related services % mark-up 5

All Third party related services on call off basis % mark-up 5

Schedule C5B - Prices Page 66 of 66


OGC/13/2018
EPC Works for Shafa Debottlenecking Project

DOCUMENT C-06

TECHNICAL SPECIFICATIONS & DRAWINGS

C-6 – Technical Specifications & Drawing Page 1 of 17


EPC Works for Shafa Debottlenecking Project

Table of Contents

1. GENERAL................................................................................................................................................................. 3

2. PROJECT SPECIFIC DOCUMENTS AND REPORTS ...................................................................................... 3

3. COMPANY STANDARDS, SPECIFICATIONS, PROCEDURES, GUIDELINES........................................... 4

4. INTERNATIONAL STANDARDS ....................................................................................................................... 13

5. PROJECT SPECIFIC DRAWINGS AND DOCUMENTS................................................................................. 15

6. COMPANY STANDARD DRAWINGS ............................................................................................................... 16

7. PDO STANDARD DRAWINGS............................................................................................................................ 16

C-6 – Technical Specifications & Drawing Page 2 of 17


EPC Works for Shafa Debottlenecking Project

1. General
1.1 All work and services shall conform to the requirements of the specifications and drawings
listed within this section or any contract document/ specification along with section C-4
Scope of Work.

1.2 Documents listed in this section form part of the Contract Documents. All PDO/Shell
standards listed in this specification are referred as Company Standards. Contractor is
deemed to be in possesion of the applicable issues of referred standards.

1.3 The Contractor is deemed to be cognizant of all specifications, codes of practice and
standards referenced in the Contract documents regardless of whether a copy of any such
document has been provided by the Company.

1.4 Where any conflict arises between the requirements of this Section C-6, the following order
of precedence shall apply unless otherwise decided by the Company in writing:
a. Laws and decrees of the Government of Sultanate of Oman.
b. Document C-9 - Health, Safety and Environment Specifications
c. Document C-4 - Scope of Work
d. Project Specific Specifications
e. Project Specific Reports
f. Project Drawings
g. Company Specifications and Documents – (See article 1.5)
h. Company Standard Drawings
i. Shell Group Standards - DEPs
j. National Codes and Standards
k. International Codes and Standards

1.5 In the event of any conflict or contradiction between the Company Technical Standards and
Procedures the order of priority of the documents shall be as follows:
1 - SP’s
2 - ERD’s
3 - PR’s
4 - GU’s
5 - DEP’s
6 - EP’s

1.6 In the case of conflicting requirements or discrepancies within the document; the more
stringent requirement shall apply unless agreed otherwise by the Company in writing. The
Contractor shall review all Contract Documents within 30 days of the Effective Date and
shall notify the Company of any conflicting requirements in the documents.

1.7 In addition to the Specifications listed herein, Contractor shall comply with the Procedures,
Specifications and Guidelines listed in Section C-9 (HSE Specifications).

1.8 It is the responsibility of the Contractor to ensure that he has the latest applicable revision
of any document/ Codes and Standards.
1.9 The Contractor shall be responsible to collect the required existing Engineering drawings
and documents of Manah from the Company’s drawing office during the office hours.

2. Project Specific Documents and Reports

C-6 – Technical Specifications & Drawing Page 3 of 17


EPC Works for Shafa Debottlenecking Project

The Contractor shall be responsible to generate all the required Engineering Documents as part of
their scope of work.

3. Company Standards, Specifications, Procedures, Guidelines

3.1 Company Standards

Process
Document No Title Rev Date
SP-1079 Process Safeguarding Specification (ERD-08-13) Latest
SP-1125 Isolation of Process Equipment Specification ( ERD-08-11 ) Latest
SP-1126 Drain Systems Specification ( ERD-08-10 ) Latest
SP-1127 Plant Equipment Layout Specification (ERD-09-03) Latest
Specification for Identification of on-Plot Pipe work (ERD-43- Latest
SP-1166
05)
SP-1190 Design for Sour Service Specification (ERD-08-04) Latest
PR-1232 Design Integrity Review Procedure Latest
SP – 1074 Preparation of Plant Operating Manuals - Specification Latest
SP – 1132 General Specification for Plant Design Reference Manual Latest
DEP 01.00.01.30 Definition & Determination of Temp. & Press. Levels Latest
Preparation of process flow schemes and process engineering Latest
DEP 01.00.02.11
flow schemes
DEP 01.00.02.12 Prep of Safeguarding Memoranda & P.S.F.S's Latest
DEP 20.00.10.10 Basic Data and Phase Behaviour Methods Latest
DEP-31.22.05.11 Gas / Liquid Separators - Type Selection and design rules Latest
DEP 31.40.10.14 Pipeline Overpressure Protection Latest
Area Classification (Amendments/Supplements to IP 15) Latest
DEP 80.00.10.10
(Amendment 56/2001)
Pressure Relief, Emergency Depressurising & Flare Systems Latest
DEP 80.45.10.10
(Amended by Circular No. 32/98)
Latest
DEP 80.45.10.11 Overpressure and under pressure – prevention and protection
Latest
DEP 80.45.10.12 Emergency depressurising and sectionalising
DEP 80.47.10.30 Assessment of the fire safety of onshore installations Latest
EP95-0312 HAZID Hazard Identification technique Latest
EP95-0313
Hazard & Operability technique Latest
HAZOP
EP2007-5644 Safeguarding Specification Latest

Mechanical & Piping


GU-140 HSE Requirements
GU-195 Environmental Assessment Guideline
GU-256 Static Equipment Inspection Guideline
GU-611 PDO Engineering Standards And Procedures
GU-556 Guidelines For Vendor-Project Documentation Deliverables.
GU-629 Guideline For Application & Selection Of Standard Pipe Supports
GU-706 Piping Stress Analysis Design Basis
PR-1153 Filed Trouble Report Procedure

C-6 – Technical Specifications & Drawing Page 4 of 17


EPC Works for Shafa Debottlenecking Project

PR-1169 Initial Start-Up Procedure


PR-1272 Standard Welding Procedure Qualification Records For On-Plot
Piping
PR-1858 Material Handling, Storage And Preservation Procedure
PR-1984 Criticality Rating Procedure
PR-1013 Static Equipment Inspection And Maintenance Procedure
SP-1122 Specification For Project Quality Plan
SP-1127 Specification For Facility Siting, Layout & Spacing
SP-1131 Specification For Hand Over & As Built Documentation (Plant Life
Cycle Information Plan (PLIP))
SP-1134 Specification For Detailed Design And Engineering Of Oil & Gas
Facilities
SP-1166 Specification For Identification Of On-Plot Pipework
SP-1167 Specification For Welding On Pressurised Pipes
SP-1171 Specification For Quality Management System Requirements For
Product And Service
SP-1173 Welding Of Metals (Amendments/Supplements To API RP 582)
SP-1176 Amendments Supplements To Sec V NDE
SP-1239 Specification For Lifting Equipment And Lifting Operations
SP-1246 Specification For Painting And Coating Of Oil And Gas Production
Facilities (Parts 1 To 5)
SP-1285 Heating, Ventilation And Air-Conditioning (HVAC) Specification
SP-2020 Specification For Flange Connections Bolt Torqueing And
Tensioning
SP-2039 Mechanical Standard Drawings
SP-2041 Specification For Cracking Resistant Materials In H2s Containing
Environment
SP-2044 Specification For Screwed Fittings
SP-2047 Specification For Preparation And Content Of Engineering Drawings
SP-2051 Specification For Flushing, Pressure Testing, Pickling And Sensitive
Leak Testing Of Mechanical Equipment And Piping
SP-2069 Specifications For Pressure Vessels
SP-2092 Grp Specification – Part 1 (Qualification & Manufacturing
SP-2099 2d Drafting Specification
SP-2154 Valves Technical Specification
SP-2161 Materials Selection & Corrosion Control For Surface Operating
Process Facilities
SP-2163 Specification of PDO Standard Piping Classes
DEP 00.00.05.05-Gen. Global Technical Standards Index
DEP 30.00.60.13-Gen Human Factors Engineering - Valves
DEP 30.00.60.20-Gen Human Factors Engineering - Workspace Design
DEP 30.10.02.13-Gen Non-Metallic Materials - Selection And Application
DEP 30.10.02.11-Gen. Metallic Materials - Selected Standards
DEP 30.10.02.31-Gen Metallic Materials - Prevention Of Brittle Fracture In New Assets
DEP 30.10.02.35-Gen Technical requirements for the supply of components in 6mo
austenitic, 22cr duplex and 25cr super duplex stainless steel
DEP 30.46.00.31-Gen Thermal Insulation
DEP 31.10.00.10-Gen Positive Material Identification (PMI) Program
DEP 31.10.03.10 Symbols & Identification System – Mechanical

C-6 – Technical Specifications & Drawing Page 5 of 17


EPC Works for Shafa Debottlenecking Project

DEP 39.01.10.11-Gen Selection Of Materials For Life Cycle Performance (Upstream


Equipment) Materials Selection And Corrosion Management Process
DEP 39.01.10.12-Gen. Selection Of Materials For Life Cycle Performance (Upstream
Equipment) Including H2s-Containing Environments (Amendments
And Supplements To ISO 15156:2009)
DEP 31.38.01.10-Gen Piping Classes - Basis Of Design
DEP 31.38.01.11-Gen Piping - General Requirements
DEP 31.38.01.12-Gen Piping Classes - Refining And Chemicals
DEP 31.38.01.15-Gen Piping Classes - Exploration And Production
DEP 31.38.01.29-Gen Pipe Supports
DEP 31.38.01.31-Gen Shop And Field Fabrication Of Piping
DEP 31.38.01.12-Gen Piping Classes - Refining And Chemicals
DEP 31.22.10.35-Gen Manufacturing Report For Pressure Vessels
DEP 31.21.01.30-Gen Shell And Tube Heat Exchangers (Amendments/Supplements To Iso
16812:2007)
DEP 31.22.00.31-Gen Unfired Pressure Vessels
DEP 32.31.00.32- Gen Instruments For Measurement And Control
DEP 32.31.50.10-Gen On-Line Process Analysers
DEP 34.24.26.31-Gen Chimneys Selection, Design And Engineering (Based On EN 1992-1-
1, EN 1993-3-2, EN 1443, EN 13084 Parts 1, 2, 4, 5, 6, 7 And 8)
DEP 34.14.20.31-Gen. Drainage Systems And Primary Treatment Facilities
DEP 74.00.10.10-Gen Shop And Field Pressure Testing Of Piping Systems
DEP 80.00.10.11-Gen Layout Of Onshore Facilities
DEP 80.36.00.30-Gen Relief Devices – Selection, Sizing And
Specification
DEP 80.46.30.11- Gen Interlocking Systems for Safety/Relief Valves
DEP 70.10.90.11-Gen Spare Parts

Electrical
SP-1099 Electrical Installation Practice
SP-1100 Specification for Testing & Commissioning of Electrical Equipment

SP-1103 Electrical Engineering Guidelines Amends/Suppls to Dep 33.64.10.10. Gen


SP-1105 Electrical Standard Drawings List
SP-1107 Electrical Protection System
SP-1109 Specification for Earthing and Bonding

SP-1110 Specification for Electrical Supplies for Mobile


Specification for Temporary Electrical Supplies for Construction &
SP-1111 maintenance Work

SP-1116 Specification for SCADA of Electrical System


Specification for Power Transformers Amendment/Supplement to DEP-
SP-1117 33.66.40.31-Gen Jan 92
Specification for Electrical Motor Cage induction and Synchronous Type
SP-1119 Amend/Supplements to DEP 33.66.05.31-Gen Nov 95
SP-1121A Specification for Low Voltage Switchgear and Control Assemblies
SP-1121 Amend/Supplements to DEP 33.67.01.31.
SP-1145 A Guide to Safety Operability (SAFOP) Studies on Electrical Systems
(ERD-88-03) SP-1145
SP-1285-E Building Services Construction Specifications - Electrical Installation in
buildings
C-6 – Technical Specifications & Drawing Page 6 of 17
EPC Works for Shafa Debottlenecking Project

SP-1276 Standard Control Buildings


SP-1246 Engineering Standard Specification for Painting and Coating Systems for Oil
and Gas facilities.

DEP 33.64.10.10 Electrical Engineering Guidelines (Amended by Circular No.49/99)


DEP 33.64.10.33 Electromagnetic Compatibility (EMC) Requirement
DEP 33.65.40.31 Power Transformers (Amendments / Supplements to IEC 60076 & IEC
60726)
DEP 33.65.11.32 Packaged Alternating current generator sets
DEP 33.65.50.31 Static uninterruptible power supply units
Electric machines - Cage-induction types (Amendments/supplements to IEC
DEP 33.66.05.31 60034-1)
DEP 33.66.05.33 Electrical Variable Speed Drive Systems
LV Switchgear & Control Gear Assemblies(Amends/Supplements to IEC
DEP 33.67.01.31 439-1)
DEP 63.10.08.11 Field Comm. & Maintenance of Electrical Installation & Equipment
Electrical Safety Operational Procedures (ESOP's):-
SP-1145 Guide to safety operating studies

PR-1947 Electrical safety rules


PR-1948 Electrical safety operating procedures

Control & Automation


SP-1090 Instrument Signal Lines (DEP 32.37.20.10, May 2004)
SP-1206 C & A Standard Drawings
SP-1243 Corporate Philosophy for Control & Automation
SP-1245 Fieldbus Control System Specification
SP-2098 Smart Plant Instrumentation Specification
SP-2121 DACA PCD Systems Access & Control Management

PR-1094 Instrumented Protective Functions Test Procedure


PR-1293 Main Oil Line (MOL) Metering Systems Verification Procedure
PR-1304 Product Flow Measurement
PR-1315 Measurement Equipment Calibration/Recertification Procedure
PR-1619 Mina Al Fahal Terminal Oil Material Balance
PR-1620 Mina Al Fahal Terminal Oil Dip Procedure
PR-1809 Production Measurement Management System Procedure
PR-1995 DACA PCDP & PCD Systems Access Request Procedures
Venturi Based Wet Gas Meter (WGM) Sizing, Commissioning, Update &
PR-1996
Review

GU-437 SIL Assessment & Implementation Guidelines


GU-513 Guidelines for Alarm Management and Rationalisation
GU-656 Guideline for the use of Level Measuring Instruments

DEP 30.00.60.15 Human Factors Engineering – Control Room Design


Human Factors Eng. – Human/Machine Interface Design for Situation
DEP 30.00.60.16
Awareness
Process Control Domain – Enterprise industrial automation information
DEP 32.01.20.12
technology and security
DEP 32.01.23.17 Process Control Domain – Security Requirements for Suppliers

C-6 – Technical Specifications & Drawing Page 7 of 17


EPC Works for Shafa Debottlenecking Project

Requirements for Real-Time Production Operations and Production-Critical


DEP 32.01.40.31
Real-Time Data
Instrument Symbols and Identification on Process Engineering Flow
DEP 32.10.03.10
Schemes
DEP 32.24.20.44 Instrumentation Control & Protection for Fired Equipment
DEP 32.29.20.10 Safeguarding & Instrumented Protective Functions for Rotating Equipment
DEP 32.30.20.11 Fire, Gas and Smoke Detection Systems
DEP 32.30.20.14 Instrument Asset Management
DEP 32.30.20.15 DCS Basic Application Standards
DEP 32.30.20.16 Baselayer Control Applications
DEP 32.30.20.17 Integration of Motor Controls Into BPCS
DEP 32.30.20.18 Real Time Optimisation Project Standards
DEP 32.31.00.32 Instruments for Measurement and Control
DEP 32.31.00.34 Instrumentation Documents and Drawings
DEP 32.31.09.31 Instrumentation for Equipment Packages
DEP 32.31.50.10 On-line Process Analysers
DEP 32.31.50.13 Analyser Housing
DEP 32.32.00.11 Custody Transfer Measurement System for Liquids
DEP 32.32.00.12 Custody Transfer Measurement System for Gases and Vapours
DEP 32.36.01.17 Control Valves – Selection, Sizing & Specifications
DEP 32.36.01.18 Selection and Procurement of Actuators for On-Off Valves
DEP 32.37.10.11 Installation of On-Line Instruments
DEP 32.45.10.10 Instrumentation of Depressuring Systems
DEP 32.80.10.10 Instrumented Protective Functions (IPF)
DEP 32.80.10.14 Alarm Management
DEP 61.38.10.10 Shop and Field Fabrication of Orifice Meter Runs
DEP 62.10.08.11 Inspection & Functional Testing of Instruments
Information Technology
Specification for IP Video Surveillance, Perimeter Security & Access Control
SP-2084
Systems
SP-2148 Fiber Optic Cables and installation standard
DEP 32.71.00.10 Plant Telecommunication
DEP 32.71.00.11 Telecommunications Standards
DEP 32.71.00.14 Telecommunications Tower and Guyed Masts

Civil
Civil & Structural
SP-1274 Specification for Civil & Building Construction- Material Testing Latest
SP-1275 Specification Criteria for Design of Civil & Building Works Latest
SP-1277 Specification for transportable Accommodation Units Latest
SP-1279 Specification for Civil & Building Construction Latest
SP-1281 Engineering Specification for Safe Road Works Latest
Specifications for Reinforced Concrete – Production & Latest
SP-1282
Construction
Specification for Signs & Signboards – Standard Signs Latest
SP-1284
catalogue
GU-628 Guide to Civil & Building Standard Drawings Latest
Guideline for Application & Selection of Standard Pipe Latest
GU-629
Supports
DEP 34.00.01.30 Structural Design & Eng. Of Onshore Structures Latest

C-6 – Technical Specifications & Drawing Page 8 of 17


EPC Works for Shafa Debottlenecking Project

DEP 34.11.00.10 Onshore and Nearshore Site Investigations Latest


Site Preparations & Earthworks including Tank Foundations Latest
DEP 34.11.00.11
and Tank Farms
DEP 34.11.00.12 Geotechnical & Foundation Engineering Latest
DEP 34.13.20.31 Road Paving, Surfacing, Slope protection & Fencing Latest
DEP 34.19.20.31 Reinforced Concrete Foundations & Structures Latest
DEP 34.28.00.31 Onshore Steel Structures Latest
DEP 34.28.00.33 Onshore Ancillary Steel Structures Latest

Pipeline
GU-195 Environmental Assessment Guideline Latest
GU-368 Guidelines for The Protection Of Buried Sections Of Latest
Surface Laid Pipelines/Flowlines
GU-501 Guidelines for Excavating and Working Around Live Latest
Pipelines
GU-629 Application & Selection of Standard Pipe Supports Latest
GU-706 Piping Stress Analysis Design Basis Latest
PR-1146 Engineering and Operations Flowline Cold Cutting Latest
PR-1984 Criticality Rating Procedure Latest
SP-1128 Specification for Cathodic Protection Design Latest
Specification for construction, installation and Latest
SP-1129
commissioning of cathodic protection systems
SP-1130 Specification For Cathodic Protection Materials And Latest
Equipment’s
SP-1136 Specification for Cathodic Protection Standard Drawings Latest
Specification for Quality Assurance of Design, Latest
SP-1171
Construction and Engineering Works
Specification for welding of on plot pipe work Latest
SP-1173
(Amendment/Supplement to API 1104)
SP-1177 Specification for Welding of Class 1 Pipelines Latest
SP-1201 Procurement Specification for Pipeline Ball Valves Latest
SP-1208 Pipeline Construction Specification Latest
SP-1210 Pipeline Integrity Management Latest
SP-1211 Onshore Pipeline Engineering Latest
SP-1212 Hydrostatic Pressure Testing of New Pipelines Latest
SP-1236 Pipeline Isolating Joints Latest
Specification for painting and coating of oil and gas Latest
SP-1246
production facilities (Part 1 – 5)
Specification for Flange Connections, Bolt Torquing and Latest
SP-2020
Tensioning
SP-2156 Specification for use of non-metallic material Latest
Specification for Civil & Building Construction- Excavation Latest
SP-1279C
& Earthworks
Selection of Cracking Resistant Materials for H2S Latest
SP-2041
Containing Environment
DEP 31.36.00.30-Gen Pipeline transportation systems – Pipeline valves Latest
(Amendments/Supplements to ISO 14313)
DEP 31.38.01.15-Gen. Piping classes - exploration and production Latest

C-6 – Technical Specifications & Drawing Page 9 of 17


EPC Works for Shafa Debottlenecking Project

DEP 31.40.10.13-Gen. Design of pipeline pig trap systems Latest


DEP 31.40.10.16-Gen. Upheaval buckling of pipelines Latest
Line pipe induction bends (amendments / supplements to Latest
DEP 31.40.20.33-Gen.
ISO 15590 – 1)
Linepipe for critical service (Amendments/supplements to Latest
DEP 31.40.20.37-Gen.
ISO 3183)
Pipeline Fittings (amendments / supplements to ISO Latest
DEP 31.40.21.30-Gen.
15590-2)
DEP 31.40.21.31-Gen Pipeline isolating joints (amendments/supplements to Latest
MSS SP-75)
Carbon and low alloy steel pipeline flanges for use in oil Latest
DEP 31.40.21.34-Gen. and gas operations (amendments / supplements to ISO
15590-3)
DEP 31.40.30.30-Gen. Concrete coating of linepipe Latest
External polyethylene and polypropylene coating for line Latest
DEP 31.40.30.31-Gen.
pipe
External field joint and rehabilitation coating systems for Latest
DEP 31.40.30.37-Gen
line pipe
DEP 31.40.40.38-Gen Hydrostatic pressure testing of new pipelines Latest
DEP 31.40.50.30-Gen. Pre-commissioning of pipelines Latest
DEP 39.01.10.11-Gen. Selection of materials for life cycle performance Latest
DEP 30.10.02.13-Gen Non-Metallic Materials - Selection And Application Latest
DEP 30.10.02.11-Gen. Metallic Materials - Selected Standards Latest
DEP 30.10.02.31-Gen Metallic Materials - Prevention Of Brittle Fracture In New Latest
Assets
DEP 30.00.60.13-Gen Human Factors Engineering - Valves Latest
DEP 31.10.00.10-Gen Positive Material Identification (PMI) Program Latest
DEP 31.22.00.31-Gen Unfired Pressure Vessels Latest
DEP 30.10.73.31-Gen. Design of cathodic protection systems for onshore buried Latest
pipelines
DEP 70.10.90.11-Gen Spare Parts Latest

QA-QC, Inspection, Material Selection & Corrosion Specifications, Welding


QA-QC
Specification for Quality Assurance of Design, Latest
SP-1171
Construction and Engineering Works.(ERD-84-02)
Project Quality Assurance (Amended by Circular No. Latest
DEP 82.00.10.10-GEN
24/98)
Inspection Latest
ERD-07-01 Code of Practice for Inspection of Static Equipment Latest
ERD-80-01 Lifting Equipment Specification Latest
GU-256 Static Equipment Inspection Guidelines (ERD-07-01) Latest
Field Inspection prior to Commissioning of Mechanical Latest
DEP
Equipment (Amended by Circular No. 03/2001)
Specification for Flushing, Pressure Testing, Pickling and Latest
SP-2051 Sensitive Leak Testing of Mechanical Equipment and
Piping
Materials Selection & Corrosion Specification Latest
SP-1128 Specification for Cathodic Protection Design (ERD-65-12) Latest

C-6 – Technical Specifications & Drawing Page 10 of


17
EPC Works for Shafa Debottlenecking Project

Specification for Construction, Installation and Latest


SP-1129 Commissioning of Cathodic Protection Systems (ERD-65-
01)
Specification for Cathodic Protection Materials and Latest
SP-1130
Equipment (ERD-65-02)
SP-1136 Cathodic Protection Drawings Latest
Materials Selection - Sour Service (Amendment Material Latest
ERD-08-02
Selection Criteria of NACE MR-01-75)
Specification for Painting & Coating of Oil & Gas Latest
SP-1246
production facilities
Specification for selection of cracking Resistant materials Latest
SP-2041
for H2S containing environments.
Inspection, Maintenance and Repair of Existing Painting & Latest
ERD-48-02
Coating Systems
Surface Preparation & Protective Coating of Oil/Gas Latest
ERD-48-06
Facilities
ERD-49-01 Corrosion Control Procedures Latest
ERD-49-02 Corrosion Management Strategy Latest
ERD-50-02 Cathodic Protection Standard Drawings Latest
Operation of Cosasco Retrieving Equipment for Corrosion Latest
ERD-97-01
Monitoring
PR-1234 Safe Working Procedure for Cathodic Protection Systems Latest
Metallic Materials-Selected Standards (Amended by Latest
DEP 30.10.02.11
Circular No.35/98)
DEP 30.10.02.31 Metallic Materials-Prevention of Brittle Fracture Latest
DEP 30.10.73.10 Cathodic protection Latest
Design of Cathodic Prot. Systems for Onshore Buried Latest
DEP 30.10.73.31
Pipelines
Installation and commissioning of cathodic protection Latest
DEP 30.10.73.33
system
Thermal Insulation (amendments/supplements to the CINI Latest
DEP 30.46.00.31
Manual "Insulation for Industries")
DEP 30.48.00.31 Protective Coatings for Onshore Facilities Latest
Electroless Nickel Plating (Amdmts/Supplements to ASTM Latest
DEP 30.48.41.31
B 733)
Line pipe for use in oil and gas operations under sour Latest
DEP 31.40.20.31
conditions (DEP Version 16)
DEP 31.40.30.34 Thermoplastic Lined Pipelines Latest
Selection of material for life cycle performance (EP) – Latest
DEP 39.01.10.11
Material Selection Process
Welding Latest
SP-1173 Specification for Welding on On-Plot Pipe work
Non-Destructive Examination (Amend/Supplements to
SP-1176
ASME BPV Code Section V)
Specification for Welding of Class 1 Pipelines
SP-1177
(Amendments/Supplements to API Std 1104
Specification for Cracking Resistant Materials in H2S
SP-2041 Containing Environment.
SP-1190 Design for Sour Service Specification
PR-1272 Standard Welding PQRs for On-Plot Piping
PR-1274 Standard Welding PQRS For Class 2 Pipeline
PR-1276 Standard PQRs for Welding on to Pressurised Pipes
PR-1368 Procedure for the Approval of Welding Consumables

C-6 – Technical Specifications & Drawing Page 11 of


17
EPC Works for Shafa Debottlenecking Project

DEP 30.10.60.18 Welding of Metals


Welding of Pipelines & Related Facilities
DEP 61.40.20.30
(Amendments/Supplements to ISO 13847:2000)
Welding on pressurised Pipes
DEP-30.10.60.30
Amendments/Supplements to ANSI / API RP 1107

General Requirements
Design/Draughting
ESS 001/88 Preparation of Vendor Drgs for Single Equipment Items Latest
Specifications for Earthmoving and Construction Latest
SP 1143
Equipment
Specification for Hand over and As Built Latest
SP-1131
Documentation (ERD-00-05)
SP-1132 Plant Design Reference Manual (ERD-00-12) Latest
Specification for Preparation and Content of Latest
SP-2047
Engineering Drawings
Preparation & Content of Engineering Drawings Latest
ERD-00-06
(Amendment No. 03/94)
ERD-00-14 Project Drawing Procedures Latest
DEP 00.00.06.06 Index to Standard Drawings Latest
Content and drafting of a functional specification, and a Latest
technical specification, and the classification of
DEP 00.00.07.30
products, processes and services (endorsement of ISO
13879, ISO 13880 and ISO/TR 13881)
DEP 30.10.01.10 Requisitioning Latest
Guidelines for Vendor-Project Documentation Latest
GU-556
Deliverables
Project Engineering Latest
SP-1171 Specification for Quality Assurance of Design, Latest
SP-1171
Construction and Engineering Works.(ERD-84-02)
Handover and as-built requirements for pipeline Latest
SP-1229
systems
ERD-00-18 Vendor Documentation Latest
Instructions for Packing and Corrosion Prevention of Latest
ERD-06-01
Plant Equipment and Machinery
General Spec for Detail Design & Engineering of Latest
ERD-10-04
Oil/Gas Facilities
ERD-26-02 Construction Specification for Facilities Latest
Pre-commissioning of On-plot mechanical equipment Latest
ERD-84-01
and piping, flushing, hydro testing and pickling.
PR-1150 Project Close Out Procedure Latest
PR-1153 Field Trouble Report Procedure Latest
PR-1169 Initial Start-up Procedure Latest
PR-1247 Project Change Control Procedure Latest
DEP 70.10.90.11 Spares Parts Latest
DEP 70.10.90.81-GEN Electronic Spare Parts and Interchangeability Records Latest
ERD-88-02 Fire and Explosion Risk Management Latest
Approved Vendors List Latest
Approved Vendors of Materials and Equipment for Oil Latest
PGSE
and Gas Facilities

C-6 – Technical Specifications & Drawing Page 12 of


17
EPC Works for Shafa Debottlenecking Project

4. International Standards

Latest issue dates of following standards shall be followed for this project.

International Standards
AGA – 8 Compressibility Factor of natural gas and other related Hydrocarbon Gas
Compressibility and Super compressibility Factor of natural gas and other
AGA – 9
related Hydrocarbon Gas
API 6D Specification for Pipeline and Piping Valves
API RP 1007 Recommended Pipeline Maintenance Welding Practices
Recommendations for Liquid Petroleum Pipelines Crossing Railroads and
API RP 1102
Highways
API RP 1104 Standard for Welding Pipelines and Related Facilities
API Spec 5L Specification for Line Pipe
ASME B16.5 Pipe Flanges and Flanged Fittings
ASME B16.47 Large Diameter Steel Flanges
Factory Made Wrought Steel Butt-Welding Induction Bends for
ASME B16.49
Transportations
ASME B16.9 Factory Made Wrought Steel Butt Weld Fittings
ASME B31.3 Chemical Plant and Petroleum Refinery Piping
ASME B31.8 Code for Gas Transmission and Distribution Piping Systems
ASME Sec V Non-Destructive Examinations
ASME Section VIII ASME Boiler and Pressure Vessel Code
ASME Section IX Welding and Brazing Qualifications
ASTM A 370 Standard Test Method and Definition for Mechanical testing of steel.
BS EN 1993 Design of steel structure
BS 8010 Code of Practice for Pipelines, Section 2.8 Steel for Oil & Gas
BS EN 10025 Hot rolled products non alloy structural steel.
BS EN 1991 Action on structure
BS EN 1992 Design of concrete structure
CENELEC/IEC International Standards & Conformity Assessment Related Services Code
DIN 500 49 Documents on materials testing
IEC 654-1, Cl D2 Industrial Process Measurement & Control Equipment Operating conditions
Electrical Apparatus for Explosive Gas Atmospheres – Part O General
IEC 79
Requirements
IEC 1131-3 Compatibility
IEC 1158-2 Physical Layer Standard for field bus
IEC 61158 Parts 2, 3,
Field buses
4, 5, 6
Institute of Petroleum Model Code of Safe Practice; Part 15 - Area
IP – 15
Classification Code of Petroleum Installation
ISO 9000 Quality Systems
ISO 9001-2000 Quality Systems
ISO 9001-2015 Quality management systems — Requirements
Inspection documents for the Delivery of metallic Products (DIN 50049, EN
ISO 10474
10204)
Petroleum and natural gas industries - Pipeline transportation systems -
ISO 14313
Pipeline valves
Petroleum and Natural Gas Industries-Induction Bends, Fittings and
ISO 15590-1
Flanges for Pipeline Transportation Systems. Part-1 Induction Bends
Petroleum and natural gas industries —Induction bends, fittings and flanges
ISO 15590-2
for pipeline transportation systems —Part 2:Fittings
ISO 15590-3 Petroleum and natural gas industries —Induction bends, fittings and flanges

C-6 – Technical Specifications & Drawing Page 13 of


17
EPC Works for Shafa Debottlenecking Project

for pipeline transportation systems — Part 3:Flanges


Petroleum and natural gas industries — Steel pipe for pipeline
ISO 3183
transportation systems
Preparation of Steel Substrates Before Application of Paints and Related
ISO 8501-1
Products
Petroleum and natural gas industries - External coatings for buried or
ISO 21809-3 submerged pipelines used in pipeline transportation systems - Part 3: Field
joint coatings
MSS SP-44 Specification for Steel Pipeline Flanges
Quality Standard for Steel Castings and Forgings for Valves, Flanges and
MSS SP-53 Fittings and Other Piping Components-Magnetic Particle Examination
Method
MSS SP-75 Specification for High Test Wrought Butt Welded Fittings
Standard Finishes for Contact Faces of Pipe Flanges and Connecting Ends
MSS SP 065
of Valves and Fittings
MMS SP-97 Integrally Reinforced Forged Branched Outlet Fitting
NACE MR 0175 / Petroleum and natural gas industries—Materials for use in H2S-containing
ISO15156 environments in oil and gas production
Mitigation of Alternating Current and Lightning Effects on Metallic Structures
NACE MR 0177
and Corrosion Control Systems
Standard Test Method – Evaluation of Pipeline and Pressure Vessel Steels
NACE TM 0284
for Resistance to Hydrogen-Induced Cracking
SIS-05-5900 Pictorial surface preparation standards for painting steel surfaces
SP - 60 Design Control Centre Ergonomics
SP - 72 Instrumentation Interfaces
SP - 90 Earthing

C-6 – Technical Specifications & Drawing Page 14 of


17
EPC Works for Shafa Debottlenecking Project

5. Project Specific Drawings and Documents

The Contractor shall be responsible to generate all the required Engineering Drawings and
Requisitions as part of their scope of work.

S/N Document Reference Rev. Document Title


Technical Project Specification
1 GME-QS-L2-203 0 Guidelines To Contractors Projects Documentation
2 PR-GEN-L3-302 0 Scheduling & Planning Specifications for
Contractors
3 QHSE-CON-L2-202 4 HSE Specifications (Refer to Document C-9)
4 QHSE-CON-L2-203 2 Contractor Camp HSE Specifications
5 QHSE-QS-L3-318 1 Drawing, Document Numbering & Equipment
Tagging procedure
6 QHSE-CON-L2-201 3 HSE Requirements to be met by Contractors
7 QHSE-QS-L2-208 0 Specification for Quality Assurance
Process
1 SHF-1-1001-001-S6-4 B Basis of design
2 SHF-1-1001-002-S6-4 C Process & Mech data sheet for Water Bath Heater
3 SHF-1-1001-003-S6-4 B Process & Mech data sheet for Separator V-5260
4 SHF-1-1001-004-S6-4 B Operating, Control & Safeguarding Philosophy
5 SHF-1-1001-005-S6-4 A Hold list
6 SHF-1-1001-006-S6-4 A Process Tie-in List
7 SHF-1-1001-007-S6-4 A HAZOP Close out Actions
8 SHF-9-1001-004-S6-4 0 Design Review Report
9 SHF-9-1001-005-S6-4 0 Design Review Close out Report
10 GTF-0-4517-001-S6-1 C PEFS – Demolition
11 GTF-1-4517-001-S6-1 C PEFS
12 GTF-0-4504-001-S6-1 C PEFS – Demolition
13 GTF-1-4504-001-S6-1 C PEFS
14 GTF-1-4504-002-S6-1 C PEFS
15 GTF-1-4504-003-S6-1 C PEFS
Mechanical/Piping
1 GTF-0-4508-002-D D Plot Plan – Demolition
2 GTF-0-4520-001-D D Plot Plan – Demolition
3 GTF-1-4520-001-D D Plot Plan
4 GTF-3-4508-002-D D Plot Plan
5 GME-ENG-L2-203 R1 Additional Technical Requirements for On Plot Ball
Valves
Control & Automation
1 GTF-5-4538-001-S6-1 0 Cause & Effect diagram
2 SHF-5-1001-001-S6-4 A Main Instrument Vendor
3 SHF-5-1001-002-S6-4 0 Spec. for Telecommunication System
4 - Existing C&A As-built
Electrical
A Demolition
1 GTF04503001-S6 0 Single Line Diagram LV Switchboard
2 GTF04511002-S6 0 Cable Scheduling
3 GTF04511001-S6 0 Cable Scheduling
4 GTF04506001-S6 0 Control Building Equipment Layout
5 GTF04505001-S6 0 24V DC Distribution Board S.L.D.
6 GTF04504001-S6 0 Lighting & Services DB S.L.D
B Construction
1 GTF44505001-S6 0 Single Line Diagram LV Switchboard

C-6 – Technical Specifications & Drawing Page 15 of


17
EPC Works for Shafa Debottlenecking Project

S/N Document Reference Rev. Document Title


2 GTF44503001-S6 0 Single Line Diagram 240V AC UPS
3 GTF44506001-S6 0 Control Building Equipment Layout
Pipeline
1 GME-IM-L2-222 0 Pipeline Code of Practice I – Pipeline Engineering
and Construction
2 IM-PIM-L2-217 0 Pipeline Code of Practice II – Corrosion Control for
Onshore Natural Gas Pipelines
3 GME-IM-L2-223 0 Pipeline Code of Practice IV – Pipeline Operations
and Maintenance
4 GME-ENG-L2-203 1 Additional Technical requirement for On plot Ball
Valve
5 SHF-3-1001-001-S6 A Pipeline Route Survey SOW
6 GTF-3-4663-001-S6-1 A Preliminary Route map
7 GGP-3-4514-1-C C 6'' Shafa existing spurline Alignment Sheet-Mark up

6. Company Standard Drawings

SHELL Standard Drawings


Drawing No. Description
S 10.016 Flanges for non-pressure pipe connections inside vessels
S 10.070 Davit for ANSI or BS Flange
S 10.114 Nameplate with bracket for vessel and heat exchanger equipment
S 20.028/29/30 Typical details of demisters, attachments & supports
S 68.004 Earthing Boss for steel Structures, Tanks and Vessels
S10.010 Vortex Breaker
S10.101 Flanged Pipe Nozzles
S22.001,5J / 002 G Saddles
S37.601 Name Plate on Instruments
S67.004 Schematic Diagram of Control Circuits for L.V Motor.
S67.019 Single Line Diagram for L.V Switchboard Panel.
S67.021 L.V Switchboard Panel Identification.
S67.022 Single line Diagram and Control Circuit for Lighting Distribution Boards
Schematic diagram of DC Distribution Board for Process Control and
S67.025
Safeguarding System.
S67.026 Typical Arrangement of DC Instrument Distribution Switchboard

7. PDO Standard Drawings

Civil / Structural
GEN-02-1483-01-A3 Concrete Structure Platform and Ladder Foundations
GEN-02-1631-01-A1 Typical Pipeline Details Pipeline/Road Crossing
GEN-02-1632-01-A3 Pearson Survey Earthing Point
GEN-02-1633-01-A1 Standard Access Barrier for Pipelines
STD-02-0201-01-A3 Standard Marker Board for Underground Services
STD-02-1626-01-A3 Typical Access Barrier Details
STD-02-3421-01-A4 Wear Plate Details
STD-02-3417-01-A3 Clamp On Pipe Shoe Details
STD-02-3704-01-A3 Axial Stop With Pipe Clamp
STD-02-3817-01-A3 'U' Bolt (Pipe Gripped) Details
STD-02-3818-01A3 I U' Bolt (Pipe Not Gripped) Details

C-6 – Technical Specifications & Drawing Page 16 of


17
EPC Works for Shafa Debottlenecking Project

STD-02-3823-01-A3 Insert Plate Details


STD-02-3824-01-A3 Insert Plate Guide Details
STD-02-3825-01-A3 Insert Plate Details
STD-02-3826-01-A3 Insert Plate Guide Details
STD-02-3950-01-A3 Foundation Bolts

Electrical
STD-04-0101-01-A4 Index of Drawings of Electrical Power System
STD-04-0102-01-A4 Cable Trench In Unpaved Areas Typical Cross Section
STD-04-0103-01-A4 Cable Trench Section
STD-04-0104-01-A4 Cable Trench Section
STD-04-0105-01-A4 Cable Trench Section
STD-04-0106-01-A4 Cable Route Marker Installation Details
STD-04-0107-01-A4 Sleeve Details
STD-04-0108-01-A4 Cable Markers - Above Ground and Underground - Installation Details
STD-04-0304-01-A4 Earthing Boss for Steel Structures, Tanks, Vessels, Etc.
STD-04-0306-01-A4 Earthing Detail Gate and Fence
STD-04-0310-01-A4 Earthing Detail Earth Electrodes - Steel Pipe Pit
STD-04-0315-01-A3 Typical Mounting Details of Earth Connection
STD-04-0315-02-A3 Typical Mounting Details of Earth Connection

C-6 – Technical Specifications & Drawing Page 17 of


17
OGC-13-2018
EPC Works for Shafa GSS Debottlnecking Project

C7 - IN COUNTRY VALUE

C7 In-Country Value Page 1 of 33


OGC-13-2018
EPC Works for Shafa GSS Debottlnecking Project

Contents
1. DEFINITIONS ....................................................................................................................................... 3

2. COMPANY COMMITMENT .................................................................................................................. 5

3. ICV PLAN ............................................................................................................................................. 5

4. INSTRUCTIONS TO PREPARE ICV PLAN ......................................................................................... 6

4.1. Overview .............................................................................................................................................. 6

4.2. Minimum ICV Requirements .............................................................................................................. 6

4.3. Investments in Fixed Assets in Oman Table A in Appendix A....................................................... 8

4.4. Omanisation in the Workforce Table B in Appendix A ................................................................... 8

4.5. Omani Recruitment, Training and Progression Table C in Appendix A ....................................... 9

4.6 Local Sourcing of Goods Table D in Appendix A .......................................................................... 10

4.7 Local Sourcing of Services Table E in Appendix A ...................................................................... 11

4.8 Development of 3rd Party National Suppliers Table F in Appendix A ........................................ 11

4.9 Development of National Training, Education and R&D Institutions Table G in Appendix A .. 12

5 APPENDIX A - ICV PLAN (TABLES A to H) .................................................................................... 13

6 APPENDIX B - ICV REQUIREMENTS............................................................................................... 24

6.2 ICV MONITORING AND REPORTING .............................................................................................. 24

6.3 COMPANY RIGHT TO VERIFY AND AUDIT .................................................................................... 24

6.4 NON-CONFORMANCE ...................................................................................................................... 25

7 APPENDIX C - ICV REPORTING SCHEDULE ................................................................................. 26

8 APPENDIX D - ICV CONTRACT PERFORMANCE REPORTING TEMPLATE ............................... 28

9 APPENDIX E - WHOLE ICV REPORTING ........................................................................................ 32

C7 In-Country Value Page 2 of 33


OGC-13-2018
EPC Works for Shafa GSS Debottlnecking Project

1. DEFINITIONS

“Company” means the operator issuing the tender.

“Contractor” means the party invited to bid for a specified Agreement.

“ICV” means In-Country Value and is defined as “The total spend retained in country that benefits business
development, contributes to human capability development, and stimulates productivity in Oman’s
economy”.

“ICV Plan” means a plan prepared by the Contractor and delivered as part of Agreement execution. The
Plan sets forth strategy and actions aimed at the participation of Omani nationals and local goods and
services, and in the development of local assets, skills, suppliers and institutions associated with the oil and
gas sector in Oman.

“ICV Reporting Schedule” means an inventory of activities and milestones on a quarterly basis that, when
delivered across the full period of contact execution, deliver the commitments made in the ICV Plan,
including, but not limited to, Tables A to G.

"Omani National” means holders of Omani citizenship.

“Nationally-Registered Supplier” means a supplier of goods and services that is a company, subsidiary
or branch incorporated under Omani law in Oman and/or registered to operate in Oman under a renewable
license; and whose offices or facilities associated with producing manufactured or assembled goods or
providing services to the Company are located in the Sultanate of Oman.

“SMEs” means Small and Medium Enterprise and are defined as below:
Number Annual Turnover
Company Size
of Employees (R.O.)
Micro 1 to 5 Less than 100,000
Small 6 to 25 100,000 to 500,000
Medium 26 to 99 500,000 to 3 Million

“Foreign-Registered Supplier” means a supplier of goods or services that is a company, subsidiary or


branch not incorporated under Omani law in Oman and/or registered to operate in Oman under a renewable
license.

“3rd Party Sub-Contractor/Supplier” means a sub-contractor, supplier or partner/alliance Company that


provides services or goods to the Contractor under contract.

“Scholarships” – means the tuition fees required for general education diploma graduate to complete the
prescribe programme for first university degree including the foundation programme

"Senior Management" means a member of the decision-making executive of a function within Contractor
or sub-Contractor Company.

C7 In-Country Value Page 3 of 33


OGC-13-2018
EPC Works for Shafa GSS Debottlnecking Project

"Professional" means an individual who has completed related tertiary education and achieved status
within a professional body. Includes chartered engineers and accountants, lawyers, architects,
procurement professionals. Engineers who are also middle managers should be categorised as
“Professional”, not “Supervisory”.

"Supervisory" means a worker who manages a team of at least two subordinates (but who is not
considered part of the Senior Management team, nor a Professional). Supervisors include construction
foreman, equipment overseers, business administration team leaders, etc.

"Skilled" means a worker with a high level of technical expertise accumulated over a number of years (but
not a member of a recognised 'profession'). A skilled worker may have attended a Technical College or
learned their skill via a formal apprenticeship or on-the-job over a number of years. Includes: electricians,
scaffolders, welders, crafts, business administrators, personnel assistants, computer programmers, and
equipment and machinery operators.

“Semi-skilled” means workers with a skill set acquired in a short space of time (a few weeks or months).
Following short periods of training a casual labour may become semi-skilled. Semi-skilled positions include
secretaries, drivers, meet and greet services, fencing, block laying, basic construction skills, etc.

"Unskilled" means casual labour with no skills required and not yet trained other than in initial workplace
induction and HES.

“Headcount” means the number of full-time equivalent employees or in-house contractors/agency staff
within the Contractor or 3rd Party Sub-Contractor who will be involved in execution of the Contract.

“Man-hours” means the number of hours of work undertaken in execution of the Agreement (only the actual
hours written, or to be written, to Agreement execution are included).
“USD$ Compensation” means the sum of Man-hours multiplied by associated All-Inclusive Average Hourly
Rate.

“All-Inclusive Average Hourly Rate” means the average hourly rate of pay for a particular category of job
position (e.g., skilled, semi-skilled), including: base pay rate/hour, overtime increment on base rate, social
taxes, overheads on base rate or at a fixed rate, and benefits, and profit margin.

“Made-in-Oman good” means a product, material or equipment that is included in the List of goods of
Omani origin issued by the Ministry of Commerce.

“Fixed Asset” the term Fixed Assets (FA) here refers to the long-term assets, tangible assets used in the
oil and gas business in Oman such as properties, plants and equipment. Examples of fixed assets are
lands, buildings, manufacturing facilities, repair and maintenance facilities, manufacturing equipment, office
equipment, and vehicles.

“Billed Rate”: means the quoted price or cost of goods or services provided by a contractor in a free
market. For example, it can be the full value of a labor-hour, including all overhead, burden, and profit

C7 In-Country Value Page 4 of 33


OGC-13-2018
EPC Works for Shafa GSS Debottlnecking Project

2. COMPANY COMMITMENT

2.1. Nothing contained in this attachment shall contradict or relieve The Tenderer from any statutory
obligation in accordance with the relevant laws and regulations of the Sultanate of Oman. The Tenderer
should make sure that it is fully aware of its legal obligations.
2.2. The Company is committed, through its expenditure on personnel, goods and services, to increase In-
Country-Value (“ICV”) in Oman. ICV is defined as:
“The total spend retained in country that benefits business development, contributes to human
capability development, and stimulates productivity in Oman’s economy”.
2.3. In line with this aim, the Company expects its Tenderer, sub-contractors and suppliers to seek to:
• maximise and develop employment opportunities for Omanis and placements for Omanis on
vocational or professional training courses, both in Oman and overseas, with a principal focus on
skilled and managerial positions;
• maximise and increase over time expenditure on goods and services produced or provided by
Omanis working for companies registered in Oman with a physical presence in Oman;
• maximise and develop locally-produced - Made-in-Oman - materials, products and equipment that
increase value-added in-country, introduce new technologies and grow Oman’s export industries;
• develop the capabilities of the local small and medium scale enterprise (SME) sector, both during
contact delivery and in the longer-term;
• Assist with developing world class capability in vocational and professional education, training and
research institutions in Oman, matched to actual industry opportunities.

3. ICV PLAN
To facilitate the above aim,

3.1. The Tenderer shall submit an ICV Plan as an integral part of its Tender. The ICV Plan shall constitute
an elaboration of each of the ICV components stipulated herein in Articles 4.2 to 4.8 in conjunction with
Tables A to H in Appendix A.
3.2. The Tenderer shall submit their ICV Plan as a single, stand-alone, document containing all responses
and supporting and qualifying information, and including completed Tables A to H within the relevant
section of the ICV Plan.
3.3. Prior to award of Contract, if requested by the Company, Tenderer shall provide additional information
clarifying, validating or updating the submitted ICV Plan.
3.4. The quality and comprehensiveness of the Tenderer ICV Plan shall play a material part in the award of
the Contract.
3.5. All costs associated with delivering the ICV Plan shall be deemed to be included within the Contractor’s
base bid price.
3.6. Within the Tenderer base bid price, costs associated with implementing the ICV Plan shall be itemised.
3.7. The Tenderer shall take note that Company shall convert the information submitted in the Tenderer
ICV Plan into binding contractual commitments, including the completed Tables A to H.
3.8. The Tenderer shall maintain a true and auditable set of records pertaining to the ICV Plan, including
the assumptions and calculations used to generate the figures entered into Tables A to G.

C7 In-Country Value Page 5 of 33


OGC-13-2018
EPC Works for Shafa GSS Debottlnecking Project

3.9. The Company shall have the right to verify and audit the information contained in the ICV Plan in
accordance with the standard ICV requirements contained in the ITT C7.
3.10. ICV shall be measured as a percentage in case of any work variations from the original contract value;
in case of any variations in scope of work and/or contract value, whether plus or minus, the overall
originally committed ICV value will be measured as a percentage of the original contract value, or as
per agreed between contract parties.

4. INSTRUCTIONS TO PREPARE ICV PLAN

4.1. Overview

ICV Plan must include:

i. a concise overview of the level of ICV the tenderer proposes to deliver in delivery of the contract,
and any compelling strategies or programmes in relation to ICV that the tenderer wishes to draw to
the attention of the company; and

ii. a detailed breakdown of the Tenderer proposed ICV levels, following the form set out in Appendix
A

4.2. Minimum ICV Requirements

i. The Company requires the Tenderer to commit to certain minimum levels of ICV as set out in Table
1 “Minimum ICV Requirements”. The Tenderer is encouraged, if appropriate, to submit an ICV
Plan with ICV levels higher than the Minimum ICV. Any higher levels of ICV will be taken into
account in the evaluation of the Tender. To fail to commit to these Minimum ICV Requirements
within the Tenderer ICV Plan will be considered as non- compliance in the tender evaluation
process.

ii. Tenderer is to make a statement, if awarded the contract, Tenderer commits to deliver the Minimum
ICV as set out in Table 1 “Minimum ICV Requirements” and the other ICV KPI elements in their
ICV Plan as part of contract execution.

C7 In-Country Value Page 6 of 33


OGC-13-2018
EPC Works for Shafa GSS Debottlnecking Project

Table 1 - MINIMUM ICV REQUIREMENTS:

Sr. Minimum
Category Key Performance Indicator
No Requirement

Headcount of Omani nationals utilized in Contract


execution as % of total headcount (contractor & 3rd
Omani nationals 25%
Party Sub-Contractor/Supplier) split in the Omani
nationals headcount across the below job categories.
1

* Senior Management
* Professional Tenderer is encouraged to maximize Omanization at
different job levels including Senior Management, and
* Supervisory Professional level.
* Skilled
$ expenditure on Made-in-Oman goods used in
Local sourcing of Goods execution of the Contract, as % of total Contract value
2 6%
(Made In Oman) (contractor & 3rd Party Sub-Contractor/Supplier) Refer to
4.6

$ Expenditure on services sourced from Nationally-


Registered Supplier used in execution of the Contract
3 Local Sourcing of Services 100%
(contractor & 3rd Party Sub-Contractor/Supplier). Refer
to 4.7

$ expenditure with Small and Medium Scale Enterprises


for goods and service used in Contract execution, as %
4 Local sourcing of SMEs 10% of total Contract value (contractor & 3rd Party Sub-
Contractor/Supplier)
Refer to 4.7.3

Number of trainees
5 Training of Omanis 1
Refer to 4.5.1 & 4.5.2

C7 In-Country Value Page 7 of 33


OGC-13-2018
EPC Works for Shafa GSS Debottlnecking Project

iii. The guidance below should be used to assist the Tenderer with preparing the ICV Plan

4.3. Investments in Fixed Assets in Oman Table A in Appendix A

4.3.1. The Company aims to maximise ICV during the execution of the Contract and beyond. Investments
by the Tenderer in operational offices, manufacturing facilities, service facilities or other fixed assets
related to the contract nature in Oman is key to achieving this objective.
4.3.2. The Tenderer shall complete Table A in Appendix A describing in detail any;
i. past capital investments made by Tenderer in the past three (3) years to purchase, construct
or rehabilitate fixed assets in Oman, in relation to the development of industry in Oman (e.g.
transport-related, logistics-related, manufacturing facility, repair and maintenance facility,
office/depot construction/ refurbishment, physical infrastructure, training centres, research
establishments); and/or

ii. planned capital investments to be made by the Tenderer in similar fixed assets over the next
three (3) years

These investments must have been:

i. made directly by the Tenderer from its own or raised capital; and

ii. included within the Tenderer balance sheet.

All of these submissions must be supported by appropriate evidence (e.g. copy of balance
sheet in respect of past investments).

The following things should not be included within the above categories:

i. any capital investments in fixed assets that have been (or are planned to be) directly charged
to the Company (or another entity in Oman in the case of past capital investments), in whole or in
part;

ii. any expenditure on corporate social responsibility projects, unless in the form of capital
investments in fixed assets intended explicitly to increase ICV; or

iii. any investments in fixed assets included in the information submitted in Table G of Appendix
A in relation to support for national training or R&D institutions.

4.4. Omanisation in the Workforce Table B in Appendix A

The Tenderer shall complete Table B in Appendix A with figures for the total level of Omanisation to be
utilised by Tenderer and 3rd Party Sub-contractors in execution of the Contract, as Headcount, Man-hours
and USD$ Compensation, for the following categories of job position (see Definitions):

o Senior Management
o Professional
o Supervisory
o Skilled
o Semiskilled
o Un skilled

C7 In-Country Value Page 8 of 33


OGC-13-2018
EPC Works for Shafa GSS Debottlnecking Project

4.4.1. Should the Tenderer not provide hourly rates in Table B, the Company will consider its input as
Zero and therefore will lose any potential ICV credit out of that area.
4.4.2. Where the Tenderer is to involve Omani citizens residing outside Oman in the execution of the
Contract, these may be included in Table B. In its overall ICV Plan document, the Contractor shall
clarify which figures, or proportion of figures, in Table B relate to overseas Omanis.
The Tenderer shall comply with “Minimum ICV Requirements” No. 1” Table 1 of 25%
Omanisation (Senior Management, Professional, supervisory and skilled workforces) headcount
of Omani nationals utilised in contract execution as % of total Headcount.

4.5. Omani Recruitment, Training and Progression Table C in Appendix A

The Tenderer shall complete Table C in Appendix A. The Tenderer shall describe details and attach
documentation of their proposed programme of recruitment, training and progression of Omani Nationals
during the term of the Contract in the different categories of job positions given in Article
The hours included in Table C training hours both on-the-job and class-room training (e.g., induction,
EHS/HES and technical and professional skills, internships and apprenticeships (scholarships are not to
be included)) and the cost of training as an average hourly rate (USD$) should be provided
Tenderer shall provide evidence of a well-structured and sustainable recruitment and training programme
for each category of position covered by the scope of the Contract, including:
i. outreach activities and procedures for maximizing the direct hiring of Omani Nationals;

ii. Identified career paths for Omani Nationals- In particular, progress into Senior Management,
Supervisory and Skilled positions over the Contract term. The ultimate aim should be
succession of Omani Nationals into expatriate positions, once they are suitably qualified.
These career paths should include things such as:

o Performance review programmes; and


o Coaching and
o Mentoring

iii. Skills training in respect of key skill sets identified by the Tenderer for Omani Nationals (whether
trained in Oman or overseas) during the term of the Contract. Details provided should include:

o Training programmes covering formal training and on-the job training (e.g.
apprenticeship schemes and cooperation with local training schools);
o Details of courses to be delivered;
o Anticipated number of participants;
o Duration of courses; and
o The qualifications to be attained.

iv. Post-training employment- The Tenderer should include details of any suitable employment
opportunities which may exist, either in Oman or overseas, for Omani National employees once
they have completed their training. The Tenderer should also provide details of how it will
assist the Omani Nationals to discover these opportunities (e.g. through targeted programmes
or a public database of skills and experience).

In addition to above the Tenderer shall comply with the Minimum ICV requirement No.5 &6 as stipulated
herein in Articles 4.5.1 & 4.5.2

C7 In-Country Value Page 9 of 33


OGC-13-2018
EPC Works for Shafa GSS Debottlnecking Project

4.5.1. Mandatory training

4.5.1.1 Training for Employment


Not Applicable

4.5.1.2 Training for development (Minimum ICV Requirement – No.5 )

The Tenderer shall train Omani youth in technical jobs. In order to enhance value addition, the
Tenderer is to fund the training of Omani high school or Vocational Training Institute graduates on
“training for development” basis.

To facilitate this entire process and to control the quality of the training, The Company has identified
Takatuf Oman(TO) as its preferred provider and to manage of this training.

Fee for the programme:

Number of Training cost/ Total Investment


trainees Trainee (OMR) OMR
1 33,000 33,000

The Tenderer is responsible to fund for the entire training programme. Funding shall be directed
through TO. The Tenderer is also responsible to finalize the funding agreement with TO within 30
days from the Effective Date.

The Tenderer shall fund the training as specified for a minimum of 1 Omani Nationals.

4.5.2 Scholarships programme ( Minimum ICV Requirement No. 6)


Not Applicable

4.5.2.1 Methodology 1: Scholarships through Takatuf Scholars Programme (abroad)


Not Applicable

4.5.2.2 Methodology 2: Scholarship programmes through local universities

Not Applicable

4.6 Local Sourcing of Goods Table D in Appendix A

4.6.1 The Tenderer shall complete Table D1 in Appendix A with all Made-in-Oman materials, products,
commodities and equipment to be utilised in execution of Contract.
4.6.2 The Tenderer should list as many items as possible (and in any event no less than five (5) per
category) and must also include the billed rate for each item.
4.6.3 The Tenderer is eligible to include within table D1 any anticipated expenditure on Made-in-Oman
goods to be utilized in execution of Contract that the Company has already committed to use
through a Frame Agreement, Term Agreement or similar “ring-fenced” arrangement.
4.6.4 To comply with the Minimum ICV requirement No.2 Table 1 the Tenderer must allocate 6% of the
total contract value to local sourcing of goods (Made-in-Oman). In addition Tenderer shall as a

C7 In-Country Value Page 10 of 33


OGC-13-2018
EPC Works for Shafa GSS Debottlnecking Project

minimum allocate 10% of its total Contract Price to local sourcing of goods (Made-in-Oman) and
service from SMEs.
4.6.5 The following are sources of information concerning the availability of local products and services
in the Oman market:
o MoCI – Ministry of Chamber and Commerce
o PAIPED – Public Authority for Investment, Promotion and Export Development
o PEIE – Public Establishment for Industrial Estates
o PASMED – Public Authority for SMEs Development ( Riyada)
4.6.6 The Tenderer shall complete Table D2 in Appendix A listing as many Non-Made-In-Oman Goods
(materials, equipment, products and commodities) as are possible (and in any event no less than
five (5)) for each category. Details of these Non-Made-In-Oman Goods should be included whether
they are to be sourced from either 3rd Party Nationally-Registered Suppliers or 3rd Party Foreign-
Registered Suppliers. The Tenderer must also indicate the Billed Rate for each item.

4.7 Local Sourcing of Services Table E in Appendix A

4.7.1 The Tenderer shall complete Table E in Appendix A with the amount paid for services that are to
be sourced from 3rd Party Nationally-Registered Sub-contractors for utilisation in execution of the
Contract. For clarity, only those services used in Contract execution that are provided by 3rd Party
Nationally-Registered Suppliers are to be included in Table E.
4.7.2 To comply with the Minimum ICV requirement No. 3 & 4 Table 1 the Tenderer must allocate 100%
of services to National Registered Suppliers (contractor & 3rd Party Sub-Contractor/Supplier) of
those items set out in section 4.7.
4.7.3 In Addition, Tenderer shall as a minimum allocate 10% of its total Contract Price to local sourcing
of goods and service from SMEs.

4.8 Development of 3rd Party National Suppliers Table F in Appendix A

The Tenderer shall complete Table F in Appendix A and include values monetising the level of
support (either actual or in-kind expenditure), to support the development of 3rd Party Nationally-
Registered Sub-contractors/Suppliers. Only those anticipated expenditures
which are to be made directly by the Tenderer from its own financial resources should be included
and any expenditure which is to be charged directly to the Company should be excluded. The
Tenderer must also include details (including expected outcomes) and attach documentation
evidencing its proposed programmes of support which should include evidence of both short term
programmes: during the term of the Contract that underpin the percentage levels of Omanisation,
Made-in-Oman goods and expenditure with National Suppliers committed in Tables D and E, and
long term programmes: post-Contract execution that contribute to greater levels of ICV being
retained in the Omani economy through expenditures in the oil and gas sector which could include
things such as:

(a) Short Term Participation of 3rd Party National Suppliers during Contract execution:

(i) communication of information through appropriate communication channels that alerts


National Suppliers to tender opportunities, and provides real-time support in how to navigate
the vendor registration, pre-qualification and tendering process;

C7 In-Country Value Page 11 of 33


OGC-13-2018
EPC Works for Shafa GSS Debottlnecking Project

(ii) upgrading National Suppliers and partners to meet project and international standards for
capability, capacity, HES and quality through improvements in operational process, efficiency
and quality assurance;
(iii) skills training and competency development of employees of National Suppliers and
partners;
(iv) towards the end of the Contract period, provide support for the best-performing National
Suppliers to access other opportunities and markets; and
(v) Collaboration with other organisations, such as other operators and contractors, public
institutions and non-governmental organisations.

(b) Longer-Term Development of 3rd Party National Suppliers post Contract execution:

(i) introduction of new technologies and development of Oman’s export competitiveness;


(ii) establishment of new National Suppliers, with a focus on manufacturing/production;
(iii) attraction of foreign companies to establish value-adding facilities in Oman;
(iv) facilitation of strategic alliances/partnerships/consortia that enable National Suppliers to
competitively win more work and move up the value chain;
(v) programs with a special focus on developing SMEs; and
(vi) Collaboration with other organizations, such as other operators and contractors, public
institutions and non-governmental organizations.

4.9 Development of National Training, Education and R&D Institutions Table G in Appendix A
The Tenderer shall complete Table G in Appendix A with a description of their past and proposed
programmes to develop the capability and capacity of Omani public and private institutions,
including:
(i) vocational and technical training institutions (including scholarships);
(ii) tertiary education establishments, e.g., teaching part of universities (including scholarships);
(iii) National R&D institutions, e.g., research part of universities, investments in research centres
(excluding fixed assets already included in Table A).

The Tenderer should include values that monetise the level of this support (either actual or in-kind
expenditure). Any amounts included should exclude any expenditure to be directly charged to the
Company. The Tenderer should also describe the expected benefits to Oman of this support, e.g.
in number of citizens benefiting, any new research capability, new technologies developed

C7 In-Country Value Page 12 of 33


OGC-13-2018
EPC Works for Shafa GSS Debottlnecking Project

5 APPENDIX A - ICV PLAN (TABLES A to H)

APPENDIX A - ICV
PLAN (TABLES A to H).xlsx

C7 In-Country Value Page 13 of 33


OGC-13-2018
EPC Works for Shafa GSS Debottlnecking Project

C7 In-Country Value Page 14 of 33


OGC-13-2018
EPC Works for Shafa GSS Debottlnecking Project

Table B - Omanisation in the Workforce Utilised in Contract Execution

Contractor 3rd Party Sub-Contractors (Total)


Omani Nationals Utilised in Contract Execution by Job Position Omani Nationals Utilised in Contract Execution by Job Position
Senior Management Professional Supervisory Skilled Semi-skilled Unskilled Senior Management Professional Supervisory Skilled Semi-skilled Unskilled
Omani Omani Omani Omani Omani Omani Omani Omani Omani Omani Omani Omani
Expatriates Expatriates Expatriates Expatriates Expatriates Expatriates Expatriates Expatriates Expatriates Expatriates Expatriates Expatriates
National National National National National National National National National National National National

# Head Count

0.0% 0.0% 0.0% 0.0% 0.0% 0.0% 0.0% 0.0% 0.0% 0.0% 0.0% 0.0%

# Manhours

0.0% 0.0% 0.0% 0.0% 0.0% 0.0% 0.0% 0.0% 0.0% 0.0% 0.0% 0.0%

Al l -i ncl us i ve a ve ra ge Al l -i ncl us i ve a ve ra ge Al l -i ncl us i ve a ve ra ge Al l -i ncl us i ve a ve ra ge Al l -i ncl us i ve a ve ra ge Al l -i ncl us i ve a ve ra ge Al l -i ncl us i ve a ve ra ge Al l -i ncl us i ve a ve ra ge Al l -i ncl us i ve a ve ra ge Al l -i ncl us i ve a vera ge Al l -i ncl us i ve a vera ge Al l -i ncl us i ve a vera ge
hourl y ra te (USD$) hourl y ra te (USD$) hourl y ra te (USD$) hourl y ra te (USD$) hourl y ra te (USD$) hourl y ra te (USD$) hourl y ra te (USD$) hourl y ra te (USD$) hourl y ra te (USD$) hourl y ra te (USD$) hourl y ra te (USD$) hourl y ra te (USD$)

USD$
Compensation

$0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0

0.0% 0.0% 0.0% 0.0% 0.0% 0.0% 0.0% 0.0% 0.0% 0.0% 0.0% 0.0%

Senior Management Professional Supervisory Skilled Semi-skilled Unskilled


TOTALS Expatriates
Omani
Expatriates
Omani
Expatriates
Omani
Expatriates
Omani
Expatriates
Omani
Expatriates
Omani
National National National National National National
0.0% 0.0% 0.0% 0.0% 0.0% 0.0%
Headcount
#DIV/0!
0.0% 0.0% 0.0% 0.0% 0.0% 0.0%
# Manhours
#DIV/0!
0.0% 0.0% 0.0% 0.0% 0.0% 0.0%
USD$ Compensation
#DIV/0!

C7 In-Country Value Page 15 of 33


OGC-13-2018
EPC Works for Shafa GSS Debottlnecking Project

TABLE C - Training of Omani Nationals Utilised in Contract Execution

Contractor 3rd Party Sub-Contractors (Total)


Man-hours of Training to Omani Nationals in Contrator Utilised in Contract Execution, by Job Position Man-hours of Training to Omani Nationals in 3rd Party Sub-Contractors Utilised in Contract Execution, by Job Position

Senior Management Professional Supervisory Skilled Semi-skilled Unskilled Senior Management Professional Supervisory Skilled Semi-skilled Unskilled

# National # National # National # National # National # National # National # National # National # National # National # National # National # National # National # National # National # National # National # National # National # National # National # National
man-hours training man-hours training man-hours training man-hours training man-hours training man-hours training man-hours training man-hours training man-hours training man-hours training man-hours training man-hours training
(from T3) man-hours (from T3) man-hours (from T3) man-hours (from T3) man-hours (from T3) man-hours (from T3) man-hours (from T3) man-hours (from T3) man-hours (from T3) man-hours (from T3) man-hours (from T3) man-hours (from T3) man-hours

100 0 0 0 0 0 0 0 0 0 100 0

0.0% #DIV/0! #DIV/0! #DIV/0! #DIV/0! #DIV/0! #DIV/0! #DIV/0! #DIV/0! #DIV/0! 0.0% #DIV/0!

Senior Management Professional Supervisory Skilled Semi-skilled Unskilled


TOTALS
Omani National Omani National Omani National Omani National Omani National Omani National

Training (hours as % of 0.0% #DIV/0! #DIV/0! #DIV/0! 0.0% #DIV/0!


all National hours in
position) 0.0% 0.0%

Senior Management Professional Supervisory Skilled Semi-skilled Unskilled


Cost an average hourly rate (USD$)
Omani National Omani National Omani National Omani National Omani National Omani National

C7 In-Country Value Page 16 of 33


OGC-13-2018
EPC Works for Shafa GSS Debottlnecking Project

C7 In-Country Value Page 17 of 33


OGC-13-2018
EPC Works for Shafa GSS Debottlnecking Project

C7 In-Country Value Page 18 of 33


OGC-13-2018
EPC Works for Shafa GSS Debottlnecking Project

C7 In-Country Value Page 19 of 33


OGC-13-2018
EPC Works for Shafa GSS Debottlnecking Project

TABLE E - Local Sourcing of Services from Nationally-Registered 3rd Party Sub-Contractors Utilised in Contract Execution

Nationally-Registered Suppliers or Foreign-Registered Suppliers or 3rd party Total Anticipated Expenditure


3rd party Sub-Contractors / Suppliers Sub-Contractors / Suppliers (USD$m)
Service Description (USD$m) (USD$m) on all 3rd Party Sub-Contracted Services
(as $ of total paid for related services) (as $ of total paid for related services) See in Category
See Definitions Definitions

10

11

TOTAL
$ - $ - $ -
(weighted by total amount to be paid)

% Nationally-Registered 3rd Party Sub-Contractors


0%

C7 In-Country Value Page 20 of 33


OGC-13-2018
EPC Works for Shafa GSS Debottlnecking Project

TABLE F - Support to Develop 3rd Party National Suppliers

Short Term Support for Participation of 3rd Party National Suppliers in Contract Execution Long Term Development of 3rd Party National Suppliers

USD$m Monetised Value USD$m Monetised Value


Summary Description of Programs (during contract execution) Outcomes of Support to Oman Summary Description of Programs (two (2) years post contract execution) Outcomes of Initiative
of Support of Support

1 $0.0 1 $0.0

2 $0.0 2 $0.0

3 $0.0 3 $0.0

TOTAL $0.0 TOTAL $0.0

C7 In-Country Value Page 21 of 33


OGC-13-2018
EPC Works for Shafa GSS Debottlnecking Project

TABLE G - Support to National Institutions to Development the Omani Oil and Gas Sector

Vocational and Technical Training Institutions


Past three (3) years Support by CONTRACTOR to National Vocational and Technical Training Institutions Planned next three (3) years Support by CONTRACTOR to National Vocational and Technical Training Institutions

USD$m Monetised Value USD$m Monetised Benefits of Support to


Summary Description (incl location and time frames) Benefits of Support to Oman Summary Description (incl location and time frames)
of Support Value of Support Oman

1 $0.0 1 $0.0

2 $0.0 2 $0.0

3 $0.0 3 $0.0

SUB TOTAL $0.0 SUB TOTAL $0.0

Tertiary Education Establishments


Past three (3) years Support by CONTRACTOR to National Tertiary Education Establishments Planned next three (3) years Support by CONTRACTOR to National Tertiary Education Establishments

USD$m Monetised Value USD$m Monetised Benefits of Support to


Summary Description (incl location and time frames) Benefits of Support to Oman Summary Description (incl location and time frames)
of Support Value of Support Oman

1 $0.0 1 $0.0

2 $0.0 2 $0.0

3 $0.0 3 $0.0

SUB TOTAL $0.0 SUB TOTAL $0.0

National R&D
Past three (3) years Support by CONTRACTOR to National R&D Planned next three (3) years Support by CONTRACTOR to National R&D

USD$m Monetised Value USD$m Monetised Benefits of Support to


Summary Description (incl location and time frames) Benefits of Support to Oman Summary Description (incl location and time frames)
of Support Value of Support Oman

1 $0.0 1 $0.0

2 $0.0 2 $0.0

3 $0.0 3 $0.0

SUB TOTAL $0.0 SUB TOTAL $0.0

TOTAL (USD$ $m) $0.0 TOTAL (USD$ $m) $0.0

C7 In-Country Value Page 22 of 33


OGC-13-2018
EPC Works for Shafa GSS Debottlnecking Project

C7 In-Country Value Page 23 of 33


OGC-13-2018
EPC Works for Shafa GSS Debottlnecking Project

6 APPENDIX B - ICV REQUIREMENTS


6.1 EVIDENCE OF OMANI ORIGIN FOR GOODS

6.5.1 The Contractor shall be required, at its own expense, and shall require its sub-contractors and
suppliers to obtain assurance that commitments to expenditure on Made in Oman Goods included
in Table D1 are assigned to, and only to, products, materials and equipment that are included in
the List of goods of Omani origin issued by the Ministry of Commerce.
6.5.2 The Company reserves the right to request copies of such assurance obtained by the Contractor
to support ICV claimed in any subsequent ICV performance reports submitted by the Contractor.

6.2 ICV MONITORING AND REPORTING

6.2.1 Within fourteen (14) days from the Effective Date of the Agreement, Contractor shall prepare an
ICV Reporting Schedule (to be incorporated as Appendix C to the Exhibit here within). This
Schedule shall detail the planned ICV activities and timeline (i.e., milestones) for key deliverables
of the ICV Plan, for approval by the Company. For this purpose, the Contractor shall detail
milestones on a quarterly basis that, when delivered across the full period of contract execution,
achieve all commitments made in the approved ICV Plan, inclusive of the commitments made in
Tables A to G (Appendix A). For clarity, the agreed Reporting Schedule shall be fully consistent
with the approved ICV Plan.
6.2.2 In accordance with the approved ICV Reporting Schedule, the Contractor shall provide an ICV
contract performance report to the Company on a quarterly basis from the Effective Date of the
Agreement detailing performance in delivery of commitments in the ICV Plan directly associated
with contract execution, namely progress against commitments to: (i) Omanisation in the workforce
(Table B); (ii) training of Omanis (Table C); (iii) expenditure on local goods and 3rd party services
(Tables D and E); (iv) short-term support for participation of 3rd Party National Suppliers in contract
execution (Table F – short-term). Contractor shall use for this purpose the reporting templates
provided in Appendix A: Quarterly ICV Contract Performance Reporting Template and Appendix
D: Quarterly ICV Sub-Contract Performance Reporting Template.
6.2.3 At the time of submission of the final invoice for execution of the Agreement, Contractor is to provide
a whole of contractor ICV performance report detailing (i) overall progress in Omanisation of the
Contractor’s workforce and expenditure on local goods and services, and (ii) delivery of longer-
term commitments made by the Contractor in the ICV Plan, namely: long-term development of
National Suppliers (Table F – long-term); and support to national institutions to develop the Omani
Oil and Gas Sector (Table G). Contractor shall use for this purpose the reporting templates provided
in Appendix E: Whole of Contractor ICV Reporting Template.
6.2.4 At any reasonable time during the term of the Agreement and for two years thereafter Company
may request Contractor to provide a whole of contractor ICV performance report as detailed in
Article 6.2.3 above.

6.3 COMPANY RIGHT TO VERIFY AND AUDIT

6.3.1 During the term of the Agreement and for two years thereafter, Contractor shall maintain and
preserve, and as required shall cause its sub-contractors and suppliers to maintain and preserve,
a true and accurate set of records pertaining to the approved ICV Plan (Appendix A), including, but
not limited to, the assumptions and calculations used to generate the commitments made in Tables
A to G.

C7 In-Country Value Page 24 of 33


OGC-13-2018
EPC Works for Shafa GSS Debottlnecking Project

6.3.2 Without limiting any of Company’s rights under the Agreement, at any reasonable time during the
term of the Agreement and for two years thereafter, the Company shall be allowed access to
Contractor's records for purposes of verifying the commitments made in the approved ICV Plan
(APPENDIX - B).
6.3.3 Without limiting any of Company’s rights under the Agreement, during the term of the Agreement
and for two years thereafter, Contractor shall maintain and preserve, and as required shall cause
its sub-contractors and suppliers to maintain and preserve, a true and accurate set of records
pertaining to the information provided in the Contractor’s quarterly ICV contract performance
reports and whole of contractor ICV performance report.
6.3.4 Without limiting any of Company’s rights under the Agreement, at any reasonable time during the
term of the Agreement and for two years thereafter, the Company shall be allowed access to
Contractor's records for purposes of an audit of the information provided in the Contractor’s
quarterly ICV contract performance reports and whole of contractor ICV performance report.

6.4 NON-CONFORMANCE

6.4.1 Non-conformance by the Contractor in delivering the agreed milestones in the approved ICV
Reporting Schedule (Appendix C) shall trigger the following non-conformance and corrective action
process (Articles 6.4.2 to 6.4.5).
6.4.2 The Contractor shall ensure that the Company is promptly notified of any such ICV non-
conformance, and the corrective measures the Contractor has already, or intends, to put in place
to deliver the associated milestones.
6.4.3 Company shall approve corrective measures to be implemented by the Contractor, and the time
line for their delivery.
6.4.4 The Contractor shall maintain an ICV non-conformance register against delivery of the approved
ICV Reporting Schedule. This register shall be kept up to date and shall summarise the status of
all non-conformance and progress of associated corrective actions. The non-conformance register
shall be reported to the Company as part of the Contractor’s quarterly ICV contract performance
reports and whole of contractor ICV performance reports.
6.4.5 Failure by the Contractor to carry out the corrective measures in accordance with the time line
agreed under Article 6.4 shall be deemed a material breach of the Contract and the Company shall
have the right to withhold a part of its next payment until such noncompliance is corrected to the
Company’s satisfaction. The percentage of payment to be withheld will be pro rata to the level of
non-compliance so that if the Contractor is, for example, 90% compliant it will only receive 90% of
the payment to which it would otherwise have been entitled and this will be determined in the sole
discretion of the Company.

C7 In-Country Value Page 25 of 33


OGC-13-2018
EPC Works for Shafa GSS Debottlnecking Project

7 APPENDIX C - ICV REPORTING SCHEDULE

APPENDIX C - ICV
REPORTING SCHEDULE.xlsx

C7 In-Country Value Page 26 of 33


OGC-13-2018
EPC Works for Shafa GSS Debottlnecking Project

C7 In-Country Value Page 27 of 33


OGC-13-2018
EPC Works for Shafa GSS Debottlnecking Project

8 APPENDIX D - ICV CONTRACT PERFORMANCE REPORTING TEMPLATE

APPENDIX D - ICV
CONTRACT PERFORMANCE REPORTING TEMPLATE.xlsx

C7 In-Country Value Page 28 of 33


OGC-13-2018
EPC Works for Shafa GSS Debottlnecking Project

Name (OOC Sub/ Project): Contract Category Other category Contract Awarded Value $ Quarterly Payment received Value $ Contract start date Contract end date
Contractor (Title/Name): Actual Monthly Figures.
Date: 00/00/0000 ICV Plan October November December
Head Count Manhours All-inclusive average hourly rate Head Count Manhours All-inclusive average hourly rate (USD$) Head Count Manhours All-inclusive average hourly rate (USD$) Head Count Manhours All-inclusive average hourly rate (USD$)
Workforce by Job Position Omanis Expatriates Omanis Expatriates Omanis Expatriates Omanis Expatriates Omanis Expatriates Omanis Expatriates Omanis Expatriates Omanis Expatriates Omanis Expatriates Omanis Expatriates Omanis Expatriates Omanis Expatriates
Contractor Senior Management
Professional
Supervisory
Skilled
Semi-skilled
Unskilled
Total 0 0 0 0 $0 $0 0 0 0 0 $0 $0 0 0 0 0 $0 $0 0 0 0 0 $0 $0
Sub-Contractors Senior Management
Professional
Supervisory
Skilled
Semi-skilled
Unskilled
Total 0 0 0 0 $0 $0 0 0 0 0 $0 $0 0 0 0 0 $0 $0 0 0 0 0 $0 $0

Name (OOC Sub/ Project):


Contractor (Title/Name):
Date: 00/00/0000
OctoberSpend $ NovemberSpend $ December Spend $ Actual Quarter Spend $ Planned Quarter $ Actual Manhours Actual Head Count

Workforce by Job Position Omanis Expatriates Omanis Expatriates Omanis Expatriates Omanis Expatriates Omanis Expatriates Omanis Expatriates Omanis Expatriates
Contractor Senior Management $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 0 0 0 0
Professional $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 0 0 0 0
Supervisory $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 0 0 0 0
Skilled $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 0 0 0 0
Semi-skilled $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 0 0 0 0
Unskilled $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 0 0 0 0
Total $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 0 0 0 0
Sub-Contractors Senior Management $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 0 0 0 0
Professional $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 0 0 0 0
Supervisory $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 0 0 0 0
Skilled $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 0 0 0 0
Semi-skilled $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 0 0 0 0
Unskilled $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 0 0 0 0
Total $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 0 0 0 0
Omanisation Total $ $0.00 $0.00 $0.00 $0.00 0 0 0 0

C7 In-Country Value Page 29 of 33


OGC-13-2018
EPC Works for Shafa GSS Debottlnecking Project

Actural Monthly Figures


ICV Plan October November December
Value of Training by Job Position
Manhour Value $ Manhour Value $ Manhour Value $ Manhour Value $ Quarter Manhours Quarter Spend $
Omanis Expatriates Omanis Expatriates Omanis Expatriates Omanis Expatriates Omanis Expatriates Omanis Expatriates Omanis Expatriates Omanis Expatriates Omanis Expatriates Omanis Expatriates
Contractor Senior Management 0 0 $0.00 $0.00
Professional 0 0 $0.00 $0.00
Supervisory 0 0 $0.00 $0.00
Skilled 0 0 $0.00 $0.00
Semi-skilled 0 0 $0.00 $0.00
Unskilled 0 0 $0.00 $0.00
Total 0 0 $0.00 $0.00 0 0 $0.00 $0.00 0 0 $0.00 $0.00 0 0 $0.00 $0.00 0 0 $0.00 $0.00
Sub-Contractors Senior Management 0 0 $0.00 $0.00
Professional 0 0 $0.00 $0.00
Supervisory 0 0 $0.00 $0.00
Skilled 0 0 $0.00 $0.00
Semi-skilled 0 0 $0.00 $0.00
Unskilled 0 0 $0.00 $0.00
Total 0 0 $0.00 $0.00 0 0 $0.00 $0.00 0 0 $0.00 $0.00 0 0 $0.00 $0.00 0 0 $0.00 $0.00
Total 0 0 $0.00 $0.00

Actural Monthly Figures


Goods Utilised in Contract Execution
ICV Plan ’000 (USD $) October’000 (USD $) November’000 (USD $) December ’000 (USD $)

$0.00
Made-in-Oman Goods
Non-Made-in-Oman Goods Sourced from Nationally-Registered Suppliers
$0.00
or 3rd Party Sub-Contractors / Suppliers
Non-Made-in-Oman Goods Sourced from Foreign-Registered Suppliers or
$0.00
3rd Party Sub-Contractors / Suppliers
* Go to Cell A88 and fill the table
SME's $0.00

Total $0.00 $0.00 $0.00 $0.00 $0.00

Actural Monthly Figures


Local Sourcing of Services Utilised in Contract Execution
ICV Plan ’000 (USD $) October’000 (USD $) November’000 (USD $) December ’000 (USD $)

Nationally-Registered Suppliers or 3rd Party Sub-Contractors / Suppliers $0.00

Foreign-Registered Suppliers or 3rd Party Sub-Contractors / Suppliers $0.00

* Go to Cell A88 and fill the table


SME's $0.00

Total $0.00 $0.00 $0.00 $0.00 $0.00

Investment in Fixed Assets (Oman) ICV Plan ’000 (USD $) October’000 (USD $) November’000 (USD $) December ’000 (USD $)
Planned Three (3) Years Capital Investments.
Total $0.00 $0.00 $0.00 $0.00 $0.00
Support to Develop 3rd Party National Suppliers ICV Plan ’000 (USD $) October’000 (USD $) November’000 (USD $) December ’000 (USD $)
Short-Term Participation progress of 3rd Party (National) $0.00
Long-Term Development Prgress of 3rd Party (National) $0.00
SME's Development $0.00
Total $0.00
Support to National Institutions to Develop the Omani Oil and Gas Sector ICV Plan ’000 (USD $) October’000 (USD $) November’000 (USD $) December ’000 (USD $)
Planned Three (3) Years Support for Vocational and Technical Training $0.00
Planned Three (3) Years Support for Tertiary Education Establishments $0.00
National R&D $0.00
Total $0.00 $0.00 $0.00 $0.00 $0.00

Total Quarterly spent K USD $ 0

C7 In-Country Value Page 30 of 33


OGC-13-2018
EPC Works for Shafa GSS Debottlnecking Project

* Kindly Fill in Table below related to SME details


Tender Contract
Registration Awardin Value
SME Name number in pasmed Contract Category Tender Floating date g date End date (USD) Comments

C7 In-Country Value Page 31 of 33


OGC-13-2018
EPC Works for Shafa GSS Debottlnecking Project

9 APPENDIX E - WHOLE ICV REPORTING

APPENDIX E -
WHOLE ICV REPORTING.xlsx

C7 In-Country Value Page 32 of 33


OGC-13-2018
EPC Works for Shafa GSS Debottlnecking Project

Cells to be completed 

Name of Legal Entity:


Accompanying submission of the completed Template, the Director (or
Data compiled by: equivalent) of the Contractor (the named Legal Entity) is required to include a
Required
Authorised by: signed and dated letter on company-headed paper, stating: "I confirm that we
Verification have used reasonable endevours to ascertain that the information provided in
Quarter of Reporting: this submission is accurate".

1st tier Contractor ICV Classification


(check in cell and select one - see Definitions)

Contractor Company

Omani Nationals in Workforce: Omani Omani Nationals in Workforce: Omani Non-Nationals in the Workforce: Non-Nationals in Workforce: Expat In-
Direct Employees In-house Individual Contractors Resident Expats House Individual Contractors

# Headcount 0 0 0 0

0 0

Contractor Company

Omani Nationals by Job Position

Senior Management Professional Supervisory Skilled Semi-skilled Unskilled

Omani Omani Omani Omani Omani Omani


Expatriates Expatriates Expatriates Expatriates Expatriates Expatriates
National National National National National National

# Head Count 5 5 4 18 4 18 15 80 15 80 20 20

50.0% 81.8% 81.8% 84.2% 84.2% 50.0%

# Manhours 12,000 12,000 10,000 40,000 20,000 40,000 40,000 200,000 40,000 20,000 30,000 30,000

50.0% 80.0% 66.7% 83.3% 33.3% 50.0%

All-inclusive average All-inclusive average All-inclusive average All-inclusive average All-inclusive average All-inclusive average
hourly rate (USD$) hourly rate (USD$) hourly rate (USD$) hourly rate (USD$) hourly rate (USD$) hourly rate (USD$)
USD$
$200 $200 $150 $100 $100 $50 $15 $30 $10 $20 $5 $0
Compensation

$2,400,000 $4,000,000 $2,000,000 $6,000,000 $400,000 $0

50.0% 72.7% 50.0% 90.9% 50.0% 0.0%

Contractor Company

Man-hours of Training to Omani Nationals in Period of Reporting

Senior Management Professional Supervisory Skilled Semi-skilled Unskilled

# National # National # National # National # National # National


# National # National # National # National # National # National
training man- training training training man- training training
man-hours man-hours man-hours man-hours man-hours man-hours
# Training hours to hours man-hours man-hours hours man-hours man-hours
Omani National
hours in Positions 12,000 500 40,000 2,000 40,000 1,000 200,000 5,000 20,000 500 30,000 400

4.2% 5.0% 2.5% 2.5% 2.5% 1.3%

$ value of Training $0 $0 $0 $0 $0 $0

C7 In-Country Value Page 33 of 33


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

DOCUMENT C-08
PROCEDURES FOR CONTRACTOR

C-08 - Procedures for Contractors - Rev. May 2017 Page 1 of 33


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

1 INTRODUCTION .................................................................................................................................. 3

2 CONTRACTOR’S ORGANISATION ........................................................................................................ 3


2.1 COMMERCIAL REGISTRATION............................................................................................................................ 3
2.2 PERFORMANCE GUARANTEE............................................................................................................................. 3
2.3 PERFORMANCE BOND ..................................................................................................................................... 3
3 COMMUNICATION BETWEEN COMPANY AND CONTRACTOR............................................................. 3
3.1 CORRESPONDENCE ......................................................................................................................................... 3
3.2 VERBAL COMMUNICATION ............................................................................................................................... 4
3.3 DRAWINGS AND DOCUMENTS .......................................................................................................................... 4
3.4 MEETINGS .................................................................................................................................................... 5
4 PAYMENT, VARIATIONS AND CHANGE ORDERS ................................................................................. 5
4.1 VARIATION TO CONTRACT ................................................................................................................................ 5
4.2 CHANGE ORDER............................................................................................................................................. 6
4.3 SITE INSTRUCTIONS......................................................................................................................................... 6
4.4 CERTIFICATE OF COMPLETION ........................................................................................................................... 6
4.5 TIME SHEETS ................................................................................................................................................. 6
4.6 PAYMENT ..................................................................................................................................................... 6
5 SUB-CONTRACTS ................................................................................................................................ 6

6 PROGRESS AND REPORTING............................................................................................................... 8


6.1 PARTICULAR REPORTING REQUIREMENTS FOR CONSTRUCTION.................................. ERROR! BOOKMARK NOT DEFINED.
6.2 MATERIALS ................................................................................................................................................. 17
7 KEY PERSONNEL ................................................................................................................................18
7.4 FAILURE TO MOBLISE / AVAIABLITY AT SITE KEY PERSONNEL FOR THIS CONTRACT ..................................................... 19
8 SITE SECURITY PROCEDURES (IF APPLICABLE) ...................................................................................19
8.1 SECURITY PASSES ......................................................................................................................................... 19
9 GUIDELINE FOR THE PROVISION AND STORAGE OF FUEL (NOT APPLICABLE) ....................................19
9.1 DEFINITIONS ............................................................................................................................................... 19
9.2 PROVISION OF FUEL TO CONTRACTORS ............................................................................................................. 19
10 PAYMENT FOR THIRD PARTY MOTEL AND CATERING CONTRACTORS ...............................................19

11 REGULATIONS FOR IMPORT AND CUSTOMS FORMALITIES ...............................................................19

12 MATERIALS .......................................................................................................................................20
12.1 PERSONNEL................................................................................................................................................. 20
12.2 CHECKING AND INSPECTION OF MATERIALS ....................................................................................................... 20
12.3 MARKING AND STORAGE OF MATERIALS ........................................................................................................... 21
12.4 CONTRACTORS SITE RECORDS ......................................................................................................................... 21
13 ATTACHMENTS ..................................................................................................................................22
13.1 "CHANGE ORDER" ....................................................................................................................................... 22
13.2 "INTERIM PAYMENT CERTIFICATE"................................................................................................................... 23
13.3 "CERTIFICATE OF COMPLETION" ...................................................................................................................... 24
13.4 "VARIATION TO CONTRACT"........................................................................................................................... 25
13.5 “PERFORMANCE BOND” ................................................................................................................................ 26
13.6 “ FORM OF ADVANCE PAYMENT BOND (IF APPLICABLE)” ..................................................................................... 28
13.7 “ CORRESPONDENCE NUMBERING PROCEDURE” ................................................................................................ 30
13.8 “FORMAT FOR MINUTES” ............................................................................................................................. 31
13.9 "SITE INSTRUCTION" (IF APPLICABLE) .............................................................................................................. 32
13.10 “ PERSONNEL CATEGORIES” ........................................................................................................................... 33
C-08 - Procedures for Contractors - Rev. May 2017 Page 2 of 33
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

Section C-08 - Procedures for Contractors


1 Introduction
This Document describes the outline procedures that shall be employed by Company and
Contractor in their respective administration responsibilities for this Contract. The Contractor
shall ensure that where detailed requirements are not comprehensively set out in these
Procedures for Contractors, such requirements shall be developed in a timely manner to
efficiently and effectively carry out the Work or Service in accordance with the time available.
The requirements stated herein are minimum requirements and in no way limit the
requirements of other Company procedures and regulations or any other requirements stated
elsewhere in the Contract.

2 Contractor’s Organisation

2.1 Commercial Registration


Contractor shall submit a photocopy of its Commercial Registration Certificate if it has
previously registered with the Ministry of Commerce and Industry (“MCI”) in accordance with
Document T-02 Instructions to Contractor. If no such certificate is available Contractor shall
supply details of its planned registration. The Contractor may commence work in Oman as
stipulated in the facsimile of award, provided that within one month of Contract Award, the
Contractor completes commercial registration and submits a copy of the Commercial
Registration Certificate to the Company. Failure to do so may result in annulment of the
Contract”. Contractor should also register with JSRS and provide a copy of the same.

2.2 Performance Guarantee


A contractor whom the Company considers stands in a subsidiary relationship to any other
organisation or organisations shall provide a guarantee by the ultimate parent company for
the performance and financial obligations to be assumed by the Contractor under the
Contract. Such a guarantee shall be in such form and substance as the Company may require
and shall be required from the ultimate parent company of each Partner in a Joint
Venture/Partnership.

2.3 Performance Bond


Where stipulated in C-01 the Form of Agreement the Contractor shall, within 10 days of the
Effective Date, submit a Performance Bond in the format as Attachment 13.5 here to.

3 Communication Between Company and Contractor

3.1 Correspondence
3.1.1 Unless specifically stated otherwise all correspondence and communications in the execution
of the Contract shall be addressed and directed by the Contractor Contract Manager to the
Company Contract Holder and vice versa.
3.1.2 All Correspondence shall be dealt with by Letter or acknowledged e-mails, in that order of
preference. All Letters, E-Mails and Facsimiles shall be acknowledged by return and bear the
following headings:
Date:
Contract No.:
Title of Contract:
Sequential Reference Number (see Attachment 13.7
Subject:
Letters shall be sent to: Address stated in C1 – Form of Agreement
Faxes shall be sent to: Address stated in C1 – Form of Agreement
Attn: Contract Holder/Contract Manager
3.1.3 Unless specifically agreed otherwise exchange of reports, drawings, and other documents
shall be accomplished by means of a transmittal note. The recipient shall sign the transmittal

C-08 - Procedures for Contractors - Rev. May 2017 Page 3 of 33


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

note and return the copy of the transmittal note to the initiator. The initiator shall ensure that
all transmittals have been acknowledged as received by the recipient.
3.1.4 The Contractor shall maintain a correspondence log of all correspondence, originating from
both the Contractor and the Company, which shall include a summary of relevant details plus
any actions and their status. The Correspondence Log shall be in an electronic format,
suitable for sorting and reporting against.
3.1.5 All instructions, notifications, agreements, authorisations, approvals, acknowledgements and
general correspondence shall be in English and shall be in writing.
3.1.6 All written correspondence shall include either the statement "For Your Action," if a written
response is required, or "For Your Information" for other correspondence.
3.1.7 Contractor shall establish a system, for approval by Company, for raising and resolving site
queries both within Contractor's organisation and with Company.

3.2 Verbal Communication


All Verbal communication of instructions and other significant technical or contractual matters
shall be confirmed in writing within three (3) working days.

3.3 Drawings and Documents


3.3.1 For the purposes of this Article, the term Documents shall include the following: -.
a) Drawings and documents for review
b) Minutes of meetings
c) Monthly progress reports
d) Monthly status reports
e) Programme
f) Approved drawings and documents
g) Final Documentation
3.3.2 The Contractor shall provide and maintain comprehensive documentation required for the
performance of the Work. The Contractor shall retain all original Documents in a secure
manner and shall arrange for back up of all documents on electronic data files.
3.3.3 Unless stated otherwise the Contractor shall provide the Contract Holder with two (2) copies
of all documents issued by the Contractor. The only exception to this being when issuing final
approved documentation the Contractor shall provide one (1) original plus three (3) copies
and 2 sets of Soft Copies including native and scanned files.
3.3.4 All computer readable documents that form part of the documents issued to Company shall,
in addition to the hard copy output, be delivered on electronic scanned and native file formats
that are acceptable to Company.
File formats, which are acceptable, are as follows:
a) CAD files AutoCAD – latest version (compatible with Ver 12.0)
b) Text files MS-Word – latest version (compatible with Word 97)
c) Alphanumeric files Excel - latest version (compatible with Ver 5.0)
d) Graphic files CorelDraw – latest version (compatible with Ver 2.0)
e) Database files MS Access (or compatible equivalent)
3.3.5 The Contractor shall maintain a complete record of all correspondence related to the Work.
The Contractor shall maintain all Contract correspondence safely.
3.3.6 A document and drawing register, shall be issued by Contractor 4 weeks after the Effective
Date and be maintained as a complete listing of all documents related to the Work.
3.3.7 The document and drawing register shall contain as a minimum planned start and completion
dates and actual dates of issue for all documents, including dates for issue to the Company
for review/approval.
3.3.8 The Contractor shall revise and deliver the Register on a monthly basis on an electronic file
format acceptable to the Company. The Company shall have the right to make amendments
to the document and drawing register.
C-08 - Procedures for Contractors - Rev. May 2017 Page 4 of 33
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

3.3.9 The Contractor shall allow a period of not less than fourteen (14) days for the Company to
review/approve all project documents and drawings.
3.3.10 The Company’s review, approval or acceptance of any document shall not relieve the
Contractor’s responsibilities and obligations under the Contract.

3.4 Meetings
3.4.1 Meetings shall be conducted in the English language
3.4.2 The Contract Holder or his nominated representative shall chair all meetings. The Contractor
shall prepare an Agenda and review material required for each meeting.
3.4.3 Minutes of meetings shall be dated and numbered consecutively, record all action items
discussed or agreed during the meeting and shall indicate the party to take the required action.
3.4.4 Discussion of minutes of previous meeting shall be the first agenda point of the subsequent
meeting, and previous minutes shall be approved or amended accordingly.
3.4.5 Progress review meetings between the parties will be held fortnightly, or as requested by
Company, for the purpose of:
a) Keeping all parties fully informed of all aspects of the Work.
b) Reviewing progress, status, scheduling and HSE aspects of the Work; and
c) Reviewing technical or financial subjects.
3.4.6 Minutes of each meeting shall be prepared by the Contractor and circulated to the Company
within two (2) working days following the day of the meeting. The Company Contract Holder
or Project Manager will review the minutes and make any changes necessary. The Contractor
shall incorporate any changes required by the Company and reissue the minutes within one
(1) working day. The Company Contract Holder or Project Manager and Contractor’s Contract
Manager shall sign the minutes, which shall then be deemed a true record of that meeting.
3.4.7 Whenever possible the action list and significant decisions shall be agreed before the meeting
breaks up.
3.4.8 The Contractor shall maintain action registers for all meetings indicating the action party, the
required action, the required completion date of the action, and the status of progress against
the action item.
3.4.9 The Company or the Contractor may call separate specific meetings as may be necessary
during the performance of the Work. Such meeting requests shall be advised two (2) working
days in advance.
3.4.10 Histogram technical review meetings shall be held between Company Representative and
Contractors lead engineers/section leaders. The requirements for reporting and follow up of
the technical review meetings shall be as for the progress review meetings. Separate action
registers shall be maintained.

4 Payment, Variations and Change Orders

4.1 Variation to Contract


4.1.1 A Variation to Contract, in a form similar to that attached hereto as Attachment 13.4 shall be
issued to formalise all changes required to amend the Conditions of Contract or to vary the
Scope of Work or Services, or Schedule of Rates (refer C-3 General Conditions).
4.1.2 Both the Contractor and the Company shall sign each Variation to Contract, in two originals.
One original shall be forwarded to the Contractor and the other retained by the Company.
4.1.3 Where the Contractor considers a letter or instruction by the Company constitutes a Variation
to Contract the Contractor shall immediately apply to the Contract Holder, for the instruction
to be re-issued as a Variation to Contract. This application shall detail the full requirements of
the Instruction and detail the expected affects on the Contract programme and costs.
4.1.4 Each Variation to Contract shall carry the Contract number and shall be numbered
sequentially.

C-08 - Procedures for Contractors - Rev. May 2017 Page 5 of 33


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

4.2 Change Order


4.2.1 A Change Order in a form similar to that attached hereto as Attachment 13.1 shall be issued
for incidental alterations to the Work or additional services or to amend the value of an element
of Work or service in accordance with the Contract Documentation. All Change Orders having
an effect on the eventual amounts payable to the Contractor shall be summarised by issue of
a Variation to Contract (refer C-03 General Conditions).
4.2.2 Where the Contractor considers a letter or instruction by the Company constitutes a Change
Order the Contractor shall immediately apply to the Contract Holder, for the instruction to be
re-issued as a Change Order. This application shall detail the full requirements of the
Instruction and detail the expected affects on the Contract programme and costs.
4.2.3 A copy of the Change Order shall accompany all invoices for the Work instructed by that order.

4.3 Site Instructions


4.3.1 Any alteration to the Contract Documents that does not have an effect on the Contract Price
or Scheduled Completion Date may be agreed between the Company and the Contractor,
and authorised by the Company by written confirmation in the form of a Site Instruction.
4.3.2 A Site Instruction may also be used to further clarify the Scope of Work, or other aspects
related to the performance of the Work, or to instruct the Contractor of Company requirements
within the framework of the Contract.
4.3.3 Site Instructions shall have no monetary value and the issue of a Site Instruction shall not
imply a commitment to commit increases or decreases to the Scope of Work or Contract Price.
4.3.4 The Contractor is obliged to undertake the requirements of and carry out the actions
documented in a Site Instruction.
4.3.5 Should the Contractor consider a Site Instruction falls outside the Scope of Work the
Contractor should request the Company to raise a Variation.
4.3.6 A sample of a Site Instruction form is included in Attachment 13.9.
4.3.7 The Contractor shall maintain a register of all Site Instructions issued by Company under the
Contract.

4.4 Certificate of Completion


4.4.1 A Certificate of Completion similar to that attached hereto as Attachment 13.3 shall be
completed by the Company to signify satisfactory completion of Interim Milestones, the Work
or part thereof in accordance with the General Conditions and schedules of Rates.
4.4.2 A copy of the Certificate of Completion shall accompany all invoices, which claim payment for
the Work, or Services covered by that order.

4.5 Time Sheets


4.5.1 In the event that time sheets are required, Time Sheets in a format approved by the Contract
Holder shall be kept to record the daily chargeable working time spent by the Contractor's
Personnel whilst performing the Work.
4.5.2 The Time Sheets shall be approved and signed by the Company and shall be accompany all
invoices claiming payment for the Work or Services.

4.6 Payment
4.6.1 The Work executed shall be assessed and valued in accordance with the deliveribles given
in the Pricing Preambles to the Schedules of Rates. The Contract Holder will certify these
Interim payments.

5 Sub-Contracts
5.1 In accordance with the Article headed Sub-Contracts, in Document C-03 General Conditions,
the Contractor shall, within thirty (30) days of the Effective Date, submit a Sub-Contract plan
which shall include a description of and schedule for the anticipated Sub-Contracts (Sub-
Contracts includes Sub-Subcontracts). The Company will review and advise the Contractor
of the Sub-Contracts which the Company will require to approve.
C-08 - Procedures for Contractors - Rev. May 2017 Page 6 of 33
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

5.2 The Contractor shall allow a period of not less than fourteen (14) days for the Company to
review the Sub-Contract plan.
5.3 For Sub-Contracts requiring the approval of the Company, the Contractor shall submit to the
Company, for review and approval prior to issuing any enquiry documents, a procurement
plan indicating:
a) the scope of work of the Sub-Contract;
b) the proposed list of Contractors;
c) the proposed timetable for the Sub-Contract; and
d) the proposed quality system standard.
5.4 Company shall have the right to review Contractor's pre qualification of Contractors and the
proposed Sub-Contract documents.
5.5 Contractor shall allow a period of not less than fourteen (14) days for Company to review the
above information.
5.6 Company shall either notify Contractor that Contractor or Sub-Contractor may proceed with
the issue of the enquiry documents, or submit written comments on the proposed Sub-
Contract for action by Contractor and/or Sub-Contractor prior to issuing any enquiry
documents.
5.7 The Contractor shall assume all responsibility for the performance in all respects of all Sub-
Contractors, irrespective of whether such Sub-Contractors are approved by Company. The
Contractor shall be deemed to be aware that certain Company approved Contractors may
have financial restrictions in terms of the size of contract that the Company would enter into
with such companies. The Contractor shall be responsible for ensuring acceptable financial
strength of all Sub-Contractors prior to entering into any Sub-Contract.
5.8 Should the Contractor, or any of his Sub-Contractors, propose to include additional
Contractors on any Sub-Contract list of Contractors then, in addition to the procurement plan
for the Sub-Contract, submit the following documents for each additional proposed
Contractor:
a) details of Contractors' QA system;
b) Contractors' safety record;
c) Contractor's, or Sub-Contractor's, previous experience with proposed Contractor.
5.9 The Contractor shall allow a period of not less than thirty (14) days for Company to review the
above information and revert on the acceptance, or otherwise, of proposed additional
Contractors and consequent approval of the associated procurement plan for the Sub-
Contract.
5.10 The Company shall have the sole right to approve or reject proposed additional Contractors
and shall be under no obligation to justify to the Contractor why any Contractor is rejected.
5.11 The Contractor shall, for all Sub-Contracts requiring Company approval, submit its
recommended Sub-Contractor for Company approval prior to award of the Sub-Contract.
5.12 The Contractor's and Sub-Contractor's evaluation of tenders shall as a minimum, address
Contractors';
a) project organisation and management;
b) method for performing the work;
c) schedule for the work;
d) manpower availability;
e) experience;
f) QA System;
g) safety;
h) Omani content; and
i) price.
5.13 The Company shall have the right to review the Contractor's or Sub-Contractor's evaluation
of tenders and the proposed award of a Sub-Contract. The Contractor shall allow a period

C-08 - Procedures for Contractors - Rev. May 2017 Page 7 of 33


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

of not less than fourteen (14) days for such review. Pricing information shall only be provided
for Sub-Contracts which are reimbursable by the Company.

6 Progress and Reporting Requirements

6.1 Contract Work Plan and Programme


Within 4 weeks of the Effective Date, Contractor shall submit for approval / information the
Programme for the Work in accordance with Contract requirement. Contractor will
subsequently apply and update the Programme, as deemed necessary by Company or as
required by Section C3 General Conditions.
The Programme shall be developed in Primavera Ver. 6 and submitted in the form of a CD
Rom and in hard copy (XER files and PDF files as well). Contractor shall be capable of
updating the Programme at all locations where the Work is being carried out. Contractor shall
also adhere to the requirements listed in the Document “Scheduling & Planning
Specifications for Contractors” under Document C-6
The Programme shall as a minimum contain the following:

6.1.1 Scheduling
The number of activities shall be adequate to clearly define and show the critical path (in red
colour as the default of the Primavera Software), the Payment Milestones (specified under
Document C-5), Penalty Milestones, all external interfaces, and cover the total Scope of Work
including critical verification checkpoints and safety analyses/reviews. Contractor shall show
all the contract milestones in their schedules and work to meet these milestones.
Each activity shall be uniquely numbered and assigned a distinct code with reference to the
Work Breakdown Structure (WBS) number. No activity is to cover work scope from more than
one Work Package of the WBS.
The main titles to be covered shall include the following as a minimum:
Project Management Site Construction Support
Engineering (if any) Transportation
Procurement Site Pre-Commissioning &
Commissioning Support
Temporary Site Establishment QA/QC Activities
Fabrication
Contractor’s planning, scheduling and schedule control activities shall encompass all phases
of the WORK, including those performed by its Subcontractors and Suppliers. Contractor
shall be fully responsible for all detailed planning and scheduling necessary to ensure that the
WORK is completed in accordance with the Contract. The proposed methodology for
progress measurement must be agreed with the Company.
Contractor shall perform and maintain the scheduling at 3 different levels in accordance with
the requirements set out below. These schedules, at all 3 levels, must be computerized in
such a way that planned and actual progress can be aggregated and automatically loaded
from the lowest level (Level 3) up to the highest level (Level 1). Progress shall be measured
based on physical progress on deliverables and not on resources expended.
Associated with each activity at the different Levels shall be 3 sets of data: "planned", "actual"
and "forecasts". This data shall describe the 'dates' and the 'resources' required to meet the
'dates'.
"Planned" data shall constitute the baseline program and shall remain fixed for the whole
Contract upon initial approval of the WORK Program by Company. The Start Date of the
schedules shall be defined as the Effective Date of the Contract.
Contractor shall update the Level 1 schedules once a month and the Level 3 schedules
biweekly and additionally as may be requested by Company. Such updating shall be subject
to approval by Company.
All schedules and updates issued by Contractor shall be signed by Contractor Representative.

C-08 - Procedures for Contractors - Rev. May 2017 Page 8 of 33


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

The format of the scheduling, progress measurement and reporting shall be subject to
Company's approval. However the presentation of the schedules progress measurement and
reporting or parts thereof shall be:
 On A1 or A2 sized paper as applicable unless agreed otherwise by the Company.
 Along the top of the sheet the timescale in weekly increments.
 Each activity shall be represented by:
1. A bar for the fixed "originally planned, Target" duration.
2. A bar for the "actual, current" duration up to "time now".
 Each Milestone shall be represented by "originally planned", "actual" or "forecast"
date, each in different styles in line with the styles used for the activities.
 Superimposed on the other information on the sheet, two S-Curves totaling progress
over all activities shall be shown, one S-Curve for "originally planned", and one S-
Curve built in two parts; one part for "actual achieved" from Effective Date up to "time
now" and one part for "forecast" from "time now" to arrival of equipment to site (in
addition to the anticipated; construction supervision activities and commissioning
support activities).

6.1.2 Work Breakdown Structure


The Work Breakdown Structure (WBS) for the WORK shall reflect the functions carried out
on the main hardware/equipment items. At the Level 1 schedule the WBS shall identify as a
minimum:
 Functions:
- Project Management, Mobilization/Demobilization, HSE
- Engineering (if any)
- Procurement
- Fabrication
- Construction Supervision
- Commissioning Support
 Hardware:
- Headers
- AWTs
- Splitters
- Automated Well Selection Manifolds

6.1.3 Precedence network


Contractor shall develop and maintain a Precedence Network which details the logical
sequence and duration of activities required to complete the work. The Level 1, 2 and 3
schedules shall be generated from this Precedence Network. Therefore the Precedence
Network shall be defined at Level 2 for the whole work at the Effective Date and shall be
defined for that part of the Level 3 schedules included in the submission of the Work Program,
30 days after Effective Date. Following the completion of the Level 3 schedules 30 days after
the Effective Date the complete Precedence Network shall be issued to Company for
approval. Thereafter the Network shall be fixed and Contractor issue as requested by
Company. Any updates to the logic in the Precedence Network shall be approved by
Company before implementation.
The Precedence Network shall identify all milestones and all activities, whether they are
critical or non-critical and their float. The presentation of the Network shall show as a
minimum:
 Activity reference number and description
 Planned activity duration
 Activity and milestone relationships

C-08 - Procedures for Contractors - Rev. May 2017 Page 9 of 33


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

The Network shall also clearly identify the interrelationships between activities that belong to
the different phases of the execution of the Work, like the linkage between Engineering,
Procurement, Fabrication, QA/QC, and Shipping activities in addition to construction
supervision, and commissioning support.

6.1.3.1 Project Master Schedule Level 1


Contractor shall prepare the Project Master Schedule (PMS) which shall be derived from
activity network analysis and shall summarize the activities as contained in the Level 2 Control
Schedules. The PMS shall contain all Milestones as defined in the Contract.
The PMS shall contain 20 activities or more as necessary, to enable progress monitoring
against the Milestones and indicate the method of execution of the Work. Throughout the
Contract, the PMS shall provide the link between Company's and Contractor’s planning and
scheduling and the PMS shall indicate the different floats included in the schedule.
Any changes to the logic of the PMS shall be subject to Company's approval and Contractor
shall prepare and submit to Company all required backup information to substantiate a
revision of the PMS. Contractor shall within one week after receiving Company's comments
to the PMS, adjust the PMS accordingly through an amendment to the lower level schedules
and submit an updated version to Company.

6.1.3.2 Contract Control Schedules Level 2


Contractor shall prepare the Contract Control Schedules (CCS) as logically linked activities
for each function/hardware element as explained above. These schedules shall contain the
following approximate number of activities for each function:
- Project Management, Mobilization/Demobilization 10
- Engineering (if any) 20
- Procurement 20
- Manufacturing/Fabrication 100
- Construction 150
- Commissioning support 50
The Level 2 schedules shall show the activities planned at early start date and clearly define
the critical path activities. The Level 2 schedules shall represent an aggregation of the
information contained in the Level 3 Schedules, and contain the key milestones as in the Level
1 Schedules in addition to the following:
 Mobilization/Demobilization key activities
 Discipline key activities
 Key deliverables/documents
 A cost shall be assigned to each activity arrived at from the Level 3 schedule and
linked to the Milestone Payments /Contract Price.
Scheduled start and finish dates to be clearly identified together with float times. Contractor
shall include in the WORK Program to be submitted within 30 days of the Effective Date the
Level 2 schedules covering the Project Management, Engineering, Procurement,
Manufacturing/Fabrication, Construction supervision and Commissioning support
scope of Work (the whole WORK).
Contractor shall update biweekly and Provide Progress status to Company on the Level 2
Contract Control Schedules or at such other times as may be requested by Company. Any
changes to the Level 2 Schedules shall be effected through a change in the Level 3 schedules
and shall be subject to Company's approval.
The Level 2 schedules shall support the Milestones and payment of these Milestones shall
be based on measured progress as detailed in Schedule of Prices.

C-08 - Procedures for Contractors - Rev. May 2017 Page 10 of 33


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

6.1.3.3 Detailed Contract Schedules Level 3


Contractor shall prepare the Level 3 Detailed Contract Schedules as bar charts or
benchmarked tabulations, which shall contain all physically identifiable deliverables for each
of the activities identified in the Level 2 Contract Control Schedules.
These Level 3 Schedules shall be developed for Project Management, Engineering,
Procurement, Manufacturing/Fabrication, Construction supervision and Commissioning
support and issued for Company approval within 15 days from the Effective Date as part of
the submission of the Work Program. Within 15 days from Effective Date Contractor shall
issue for approval the Level 3 schedules covering the whole Work.
The Level 3 schedules shall be updated and issued to Company biweekly or as otherwise
agreed.
The deliverables that shall be reflected in the Level 3 schedules are:
 for Project Management :
- All WORK Program activities
- All Team nominations
- All Staff mobilization activities
- All subcontracting activities
- All preparation of Plans, Manuals and Procedures
- All QA and other Audits planned
- All CONTRACT meetings
 for Engineering:
- All deliverables of drawings, specifications, manuals, procedures and other
documents to be produced by discipline.
 the Procurement activities for each item of equipment and type of material shall be
broken down into:
- Preparation/issue of enquiry
- Preparation/placing of Purchase Order
- Approval of Vendor drawings by Contractor
- Delivery ex-Work, required on site date
- Shipments and delivery to Fabrication Site or Site
- Receipt of Vendor documentation including SPIR's (if any)
 the Fabrication activities (if within workshop/industrial areas) shall be broken down
into:
- Piping/Steel Structures fabrication
- QA/QC
- Electrical
- Instrumentation
- Painting
 the Construction Supervision activities shall be broken down into the following
disciplines:
- Equipment/package installation
- Mechanical construction
- Piping construction
- Electrical construction
- Instrumentation construction
C-08 - Procedures for Contractors - Rev. May 2017 Page 11 of 33
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

- Cathodic protection/painting
 the Commissioning Support activities shall be broken down into the following:
- Engineering support (deliverables of manuals/drawings as specified and
agreed by Company)
- Commissioning
- Start-Up
- Initial operation
- Performance Tests
In addition Contractor shall perform adhoc planning and schedule “what if” studies as
requested by the Company.

6.1.4 Progress S-Curves Measurement


Contractor shall within 30 days of the Effective Date submit together with the Work Program,
for Company's approval, updated Progress S-Curves for the overall project and defined at the
detail of the Level 2 schedules. To construct these S-Curves Contractor shall have assigned
a man-hour to each individual activity at the level 2 schedule and the s-curve shall therefore
represent a picture of the value of work done status and forecast at any time during the
execution of the work. The cumulative value of the s-curve shall be equal to the value of the
contract price.
Throughout the duration of the contract, contractor shall monitor progress of the work against
the level 3 detailed contract schedules. The progress shall then be aggregated up to the level
2 contract control schedules and the level 1 project master schedule for reporting of total
progress of the work. Progress shall be assigned at the level 3 schedules on the basis of
physical completion of detailed activity deliverables.
Contractor shall promptly notify Company if he has cause to believe that the Work cannot be
carried out according to the agreed Schedules. All progress curves shall be presented in the
format as follows: One S-Curve for "originally planned", and one S-Curve built in two parts;
one part for "actual achieved' from Effective Date up to "time now and one part for "forecast"
from "time now" to Initial Acceptance. The second S-Curve shall include the agreed Variation
Orders to scope (if any).
The Progress S-Curves will link into the Milestone completion status and will therefore
influence the amounts to be invoiced for completion of Milestones.

6.1.5 Bar Chart


The Bar Chart (Gantt) developed from the Precedence Network shall be based on planned
start dates and shall detail for each activity, as a minimum, the following:
 Activity number
 Activity title
 Duration in working days
 Total float shown as a dotted line
 Cost weighting
 Contractor/Sub-Contractor responsible for undertaking the activity and
 Work location

6.1.6 Progress Curve Charts


Progress Curve Charts, one overall and one for each Work Package of the WBS, shall be
cost weighted and include the planned and late schedule curves, and planned/late schedule
percentage figures in tabular form.

C-08 - Procedures for Contractors - Rev. May 2017 Page 12 of 33


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

6.1.7 Manpower Histograms and S-Curves


Manpower Histograms and S-Curves (direct labour, planned schedule) for Contractor and
each main Sub-Contractor shall be prepared for the total Scope of Work and for each Work
Package, on an overall and per discipline basis.

6.1.8 Activity Description Sheets


Activity Description Sheets, in an approved format, shall be prepared for each Precedence
Network activity and shall include a detailed description/breakdown of the activity (including
internal and external interfaces), its cost weighting (both overall and within a Work Package)
and a full description of applicable Milestones.

6.1.9 External Interface List and Schedule


Contractor shall define all external interfaces on an External Interface List and Schedule. In
addition, Contractor shall maintain and update this list and schedule. For interface information
originating from the Contractor, an "available by" date shall be included. For interface
information required by Contractor, a "required by" date shall be included.

6.1.10 Weekly Progress Report


Contractor shall provide a Weekly Progress Report to Company by email timed to arrive at
Company, Muscat, Oman to the attention of the Project Manager, the Senior Project Engineer
and the Senior Cost & Planning Engineer on Sunday each week and reporting progress during
the previous week up to Saturday at 18:00 hrs.
Each Progress Report shall be in a format subject to approval between the Company and
Contractor and shall report as a minimum:
 Actual against scheduled progress.
 A comparison of currently forecast completion dates and scheduled
 Completion dates for key deliverables.
 Areas of concern or anticipated delays.
 Plan to recover for delays.
 Highlights of main events and problem areas.
 Planned against actual man-hours by discipline.
 Planned against actual construction plant and facilities.
 Plan to recover (manpower/ plant).
 Lost Time Incidents (LTIs).
 List of outstanding actions required from Company.
 Program for the following week.
 Such other information as may reasonably be required by the Company planning
engineer.

6.1.11 Monthly Progress Report


Contractor shall provide a Monthly Project Report to Company by email timed to arrive at
Company, Muscat, Oman to the attention of the Facilities Manager, the Senior Project
Engineer and the Senior Cost & Planning Engineer within ten calendar days of the month end
cut off. The Monthly Project Report shall contain as a minimum the following information:
 Introduction
 Areas of Concern
 HSE
 Activity Report (achievement and delays)
 Planning and Preparation (look ahead priorities and objectives)
 Scheduling Status Report
C-08 - Procedures for Contractors - Rev. May 2017 Page 13 of 33
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

 Engineering Status Report


 Problem Areas
 Drawing issue Summary, Document Register and Document Deliverable Schedule
 Procurement
 Fabrication / Manufacturing
 Testing
 Manpower
 Program for the following month
 Contractor’s comments
 Value of Work Done Report
 Status of Invoicing
 Quality Assurance Report
 Information Outstanding
 Color photographs of Fabrication, Manufacturing and Construction work
Contractor shall attach to this Report any other information which it considers relevant.
Contractor shall update Monthly for inclusion in the Monthly Report the work Program
schedules Level 1 and 2.
Contractor shall include in the Monthly Report the Manpower Histograms and Progress
Curves updated to show actuals.
Contractor shall produce Monthly, for inclusion in the Monthly Progress Report, a Value of
Work Done Summary in tabular format by Milestone.

6.1.12 Organization and Manpower Plans

6.1.12.1 Organization
Contractor shall prepare as part of the work Program organization charts for each phase of
the WORK identifying the key positions on the chart.

6.1.12.2 Manpower Plans


Contractor shall submit Manpower Plans as part of the work Program. These Manpower
Plans shall be broken down into:
 Overall manpower plan by month for the total work.
 Manpower loading by month and total for each job category employed, specified by
work element and discipline, consistent with the overall manpower plan.
 Manhour histograms for the total direct and indirect manhours, specified by Function,
Discipline and overall.
 A manhour histograms for Management.
The manpower plans and the manhour histograms shall indicate the manpower provided by
Contractor and Subcontractors and shall be consistent with the schedules. The Organization,
Manpower Plans and Histograms shall be updated and issued for approval by Company,
Project Manager as part of the work Program within 14 Days from the Effective Date.
Thereafter the Manpower Plans and Histograms shall be issued monthly or at such other time
as may be requested by Company.

6.1.13 A graphical and tabular section containing the following


Safety statistics including:
 Man-hours worked in each working location for the Contractor and individual
subcontractors, in reported month and cumulative.

C-08 - Procedures for Contractors - Rev. May 2017 Page 14 of 33


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

 Total recorded Incidents during the month and cumulative.


 Summary description of all incidents.
 Lost Time Incident Frequency (LTIF) during the month and cumulative.
 Kilometres driven at Site in reported month and cumulative.
 Graph of monthly and cumulative LTIF ratios from commencement of work at Site
 The precedence network and bar chart updated to reflect progress as of the cut-off
date of the reporting period,
 Critical activities list covering all zero and negative float activities or, if none exist,
those activities forming the least float path,
 Progress curves for each Work Package and for the Contract overall reflecting
physical progress planned, actual and forecast,
 Manpower histograms for Contractor and its Subcontractors for each Work Package
and the Contract overall reflecting direct manpower planned and actual,
 Subcontract status showing for the total forecast subcontracts the planned
completions and the actual completions (Subcontract plan).
 Invoice status and status of Variations; and
 Section containing photographs demonstrating progress of the Work. The
photographs shall be taken from the same locations, so establishing progress of the
Work. A Site layout drawing shall be included, giving location and direction from
which the photographs were taken.

6.1.14 Weekly and Monthly Materials Report


This list shall be in sequence of requisition number. The list shall include at least the following
data:
 Requisition number and revision.
 Description;
 Planned, actual and forecast dates of issue for comments, issue for approval, issue
to Vendor (with status indication e.g. issued for bid, issued for purchase, etc.), with
the respective transmittal numbers.
 Status of QA/QC activities

6.1.15 Vendor Drawing List


This list shall be in alphabetical order of Vendor’s names and shall be subdivided by
equipment/tag number or requisition number. The list shall include at least the following data:
 Vendor’s name;
 Equipment/tag number or requisition number.
 Company drawing number and revision.
 Description;
 Planned actual and forecast dates of receipt from Vendor, issue for comments, return
to Vendor (approved/ resubmit for comments), issue to Site with the respective
transmittal numbers.
The dates on the above lists shall be in accordance with the Programme. Deviations from
Programme dates shall be clearly marked so that these can be recognised easily.

6.1.16 Project Materials Progress Report (where materials to be supplied by the construction
contractors)
Contractor shall issue a monthly Project Materials Progress Report with the same cut-off and
issue dates as the monthly progress report. The format of the Report shall be submitted for
approval within one month from Contract Award. The Report shall be generated from the
Materials Planning and Tracking System.
C-08 - Procedures for Contractors - Rev. May 2017 Page 15 of 33
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

6.1.17 General Status Report


The General Status Report shall cover all equipment, materials and spare parts in sequence
of group code numbers and equipment/tag numbers. The report shall contain the following
information for each requisition number:
 Requisition number
 Equipment/tag number
 Planned date/actual date of issue of requisition, and dates of revisions
 Purchase order number and revision indication
 Brief description of materials/equipment
 Vendor’s name
 Expected and actual date of order
 Required on site date (ROS date)
 Indication of critical items by means of expediting grades
 Original delivery date per item
 Revised delivery date per item
 Expediter’s estimated delivery date
 Slippage since previous report
 Expected time of arrival on site (ETAS) per item
 Date of expediting contact with Vendor
 Order value, including amendments
 Inspection party, where applicable
 Date and means of shipment (ship/road/air/rail)
 Total quantity ordered
 Quantity received, respectively still outstanding
 Contractor’s comment
 All the above data per individual requisition shall be combined on the same sheet. A
narrative shall highlight the important changes from the previous report

6.1.18 Summary of Procurement Activity in Reported Period


The following summaries shall be included in the report:
 Summary list of new requisitions and revisions issued
 Summary list of new orders placed and amendments made
 Summary list of material and equipment delivered FOB
 Summary list of material and equipment delivered to Site

6.1.19 Progress Curves


The Contractor shall prepare material commitment and material delivery S-curves to a
percentage scale, using the bid values of each group code number to weight each group code
number and using the timing indicated in the Programme. These curves shall show the actual
progress in relation to the planned progress. The Contractor shall regularly review the current
estimated value for each group and if appropriate adjust the weight percentage of the groups.
Such revision shall be highlighted in the report.

6.1.20 SPIR Progress


A detailed status list of all E-SPIRs lists shall be included indicating the progress through Sub-
Vendors, Vendors, the Contractor’s office, Company approval and the Contractor’s expected

C-08 - Procedures for Contractors - Rev. May 2017 Page 16 of 33


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

issue date. A progress S-curve shall be included; the ‘Y-axis’ of which shall be the ‘Number
of E-SPIRs’.

6.1.21 Critical Materials List


Materials, which are critical to the Programme, shall be highlighted within a separate section
of the report. A specific narrative detailing main events since last report shall be included.

6.2 Materials

6.2.1 Project Materials Progress Report


The Contractor shall issue a monthly Project Materials Progress Report with the same cut-off
and issue dates as the monthly progress report. The format of the Report shall be submitted
for approval within one month from Contract Award. The Report shall be generated from the
Materials Planning and Tracking System. The report shall contain the following:
 General Status Report
 Summary of Procurement Activities
 Progress Curves
 SPIR Progress
 Critical Materials List
 Vendors Drawing Lists

6.2.2 General Status Report


The General Status Report shall cover all equipment, materials and spare parts in sequence
of group code numbers and equipment/tag numbers. The report shall contain the following
information for each requisition number:
 Requisition number.
 Equipment/tag number;
 Planned date/actual date of issue of requisition, and dates of revisions;
 Purchase order number and revision indication;
 Brief description of materials/equipment.
 Vendor’s name;
 Expected and actual date of order;
 Required on site date (ROS date);
 Indication of critical items by means of expediting grades;
 Original delivery date per item;
 Revised delivery date per item;
 Expediter’s estimated delivery date;
 Slippage since previous report;
 Expected time of arrival on site (ETAS) per item;
 Date of expediting contact with Vendor;
 Order value, including amendments.
 Inspection party, where applicable.
 Date and means of shipment (ship/road/air/rail);
 Total quantity ordered.
 Quantity received, respectively still outstanding;
 Contractor’s comment.

C-08 - Procedures for Contractors - Rev. May 2017 Page 17 of 33


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

All the above data per individual requisition shall be combined on the same sheet. A narrative
shall highlight the important changes from the previous report.

6.2.3 Summary of Procurement Activity in Reported Period


The following summaries shall be included in the report:
 Summary list of new requisitions and revisions issued;
 Summary list of new orders placed and amendments made;
 Summary list of material and equipment delivered FOB.
 Summary list of material and equipment delivered to Site.

6.2.4 Progress Curves


The Contractor shall prepare material commitment and material delivery S-curves to a
percentage scale, using the bid values of each group code number to weight each group code
number and using the timing indicated in the Programme. These curves shall show the actual
progress in relation to the planned progress. The Contractor shall regularly review the current
estimated value for each group and if appropriate adjust the weight percentage of the groups.
Such revision shall be highlighted in the report.

6.2.5 SPIR Progress


A detailed status list of all E-SPIRs lists shall be included indicating the progress through Sub-
Vendors, Vendors, the Contractor’s office, Company approval and the Contractor’s expected
issue date. A progress S-curve shall be included; the ‘Y-axis’ of which shall be the ‘Number
of E-SPIRs’.

6.2.6 Critical Materials List


Materials, which are critical to the Programme, shall be highlighted within a separate section
of the report. A specific narrative detailing main events since last report shall be included.

6.2.7 Vendor Drawing List


This list shall be in alphabetical order of Vendor’s names and shall be subdivided by
equipment/tag number or requisition number. The list shall include at least the following data:
 Vendor’s name;
 Equipment/tag number or requisition number.
 Company drawing number and revision.
 Description;
 Planned actual and forecast dates of receipt from Vendor, issue for comments, return
to Vendor (approved/ resubmit for comments), issue to Site with the respective
transmittal numbers.
The dates on the above lists shall be in accordance with the Programme. Deviations from
Programme dates shall be clearly marked so that these can be recognised easily.

7 Key Personnel
7.1 All Key Personnels as identified in Document C-4. In the event that the Company requests a
change in Key Personnel, or that the Contractor requests a change in Key Personnel and the
Company gives such authorisation, there shall be an adequate handover period during which
both the outgoing and the incoming person shall be engaged on the Work. The Company
shall specify the length of the handover period required for the change of the Key Personnel
in the notification giving authorisation for the change. All costs associated with the change of
Key Personnel are deemed to be included in the Lump Sum for the Work.
7.2 In the event that the Contractor or the Company requests a change in Key Personnel, the
Company may require an interview with the proposed Key Personnel. All Contractor's
expenses involved in such interviews, whether they are held, at the request of the Company,
in the Contractor's or the Company's offices, shall be for the account of the Contractor.

C-08 - Procedures for Contractors - Rev. May 2017 Page 18 of 33


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

7.3 The Contractor shall ensure that only suitably experienced and qualified personnel are utilised
in the performance of the Work. Should the Company require the replacement of a person
where , in the Company’s opinion, such person is either negligent, incompetent or working in
such a way as to make continued presence on the Work undesirable, then the provisions of
Clauses 7.1 and 7.2 above shall apply irrespective of whether such person is part of Key
Personnel or not.

7.4 Failure to Moblise / avaiablity at site Key Personnel for this contract
In the event the Contractor (and/or Sub-Contractor) fails to comply with clause 7.1,7.2 & 7.3
and further any key personnel demobilised from this contract without proper approval from
Company then following amount / Penalty shall become due to the Company as per Document
C5A – Price Preamble.

8 Site Security Procedures

8.1 Security Passes


For security reasons all existing Company facilities are restricted areas. The Contractor shall
liase with the Company to enable Key personnel and those required to work within existing
facilities to obtain appropriate Security Passes.
It is emphasised that each application has to be presented with two passport photographs
and a copy of the Labour Card, and may take up to 10 working days to process.

9 Guideline for the Provision and Storage of Fuel (Not Applicable)

9.1 Definitions
For the purpose of these guidelines, "Fuel" shall be defined as Petrol or Diesel for use in
motor vehicles or other equipment. The guidelines do not cover the use of associated gas,
aviation fuel, or clean crude used in power generation activities, air, or drilling activities.

9.2 Provision of Fuel to Contractors


Unless specifically stated in the Contract, the Contractor shall not be entitled to receive free
fuel from the Company. The cost of all such fuel required in the pursuance of the Contractor's
obligations under the Contract shall be included within the Contract Rates and Prices.
In all cases, the provision of fuel shall be sourced from Third Party Fuel Suppliers and not
directly from the Company.
Where in exceptional circumstances the Contract provides for the reimbursement of fuel costs
to the Contractor, such fuel shall be sourced from a Third Party Fuel Supplier. The Contractor
shall make payment for all fuel received, directly to the Third Party Supplier and subsequently
recover the cost (without additional fee or commission) from the Company through the normal
invoicing procedure.

10 Payment for Third Party Motel and Catering Contractors


Unless stated specifically to the contrary in the Contract, the Contractor's Rates shall provide
for all costs related to accommodation and messing required by its personnel in connection
with the Work performed under the Contract.
Where the Contractor makes use of a third party catering contractor to provide messing or
accommodation to its personnel, all bills for such shall be settled directly between the
Contractor and the provider of the catering and accommodation services.

11 Regulations for Import and Customs Formalities


The Contractor shall be responsible for completing all necessary documents and formalities
required by the relevant authorities for the importation of all equipment and materials into the
Sultanate of Oman. The Contractor shall also be responsible for all aspects of clearance and
transportation of materials and equipment from port to Site and any delays shall be the
responsibility of the Contractor.

C-08 - Procedures for Contractors - Rev. May 2017 Page 19 of 33


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

The Contractor shall be deemed to be familiar with the local laws, regulations, constraints,
damage risks, clearance, transport and storage of materials and equipment and shall be
responsible for all packing, documentation and logistic support.
All Customs duties and costs related to the importation of materials and equipment shall be
to the Contractor's account.

12 Materials

12.1 Personnel
The Contractor shall provide a dedicated Material Supervisor of senior staff status.
Appointment of the Material Supervisors will be subject to Company approval. The Company
reserves the right to reject the Materials Supervisor if his performance is considered below
standard by the Company.

12.2 Checking and Inspection of Materials

12.2.1 General
On receipt of Material at Site the Contractor shall open packages and check the contents
against any of the following Company standard delivery documents.
 Field Consignment Note
 Material Receiving Sheet
 Transfer and Issue Vouchers
 Vendor Packages

12.2.2 Field Consignment Note (FCN)


The FCN lists the quantity of packages or loose items and indicates quantities. The
Contractor shall confirm his agreement with the contents by signing the FCN and retaining
one copy. One copy shall be handed to Project Material Controller.
A Signature on the FCN is NOT intended to imply acceptance that the packages are correct,
only that the quantity of packages, and their marks, is in accordance with the FCN.

12.2.3 Material Receiving Sheet (MRS)


A separate MRS shall be raised for every consignment received and shall be based on the
shipping documents for that consignment. The MRS indicates the indent number against
which the Material has been ordered and shows the number of packages in the consignment
and their weight. The document details, item number, description and quantities received. A
separate serial number (the MRS number) is allocated to each MRS.

12.2.4 Transfer and Issue Vouchers


Materials delivered to Site against Transfer or Issue Vouchers have been transferred from or
issued from Company general or surplus stocks and reserved for the Contract.
All Material issued documentation shall be copied to the Contractor and it is against this that
the Contractor shall check the material and shall confirm his agreement with the contents by
signing the documentation. One signed copy of the document shall be handed to the Project
Material Controller and a copy retained by the Contractor.
If a supplier's packing lists are provided, these should be used in conjunction with the MRS.
Packing lists received attached to, or inside packages, should be retained for possible future
reference.

12.2.5 Vendor Packages


The vendor's packing lists shall be checked and agreed by the Contractor

12.2.6 Criticism of material Report (COM)


If there is a discrepancy between the MRS and the items as delivered the Contractor will raise
a COM detailing the discrepancy.

C-08 - Procedures for Contractors - Rev. May 2017 Page 20 of 33


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

12.3 Marking and Storage of Materials


12.3.1 The Contractor shall store the Materials either indoors on shelves, bins or racks or outside on
pallets, depending upon the type of Material and the Manufacturer’s recommendations. The
factors determining the selection of either indoor or outdoor storage:
 Materials requiring prevention against climate conditions and small items like gaskets,
bolts and nuts, spare parts, delicate instrument and telecommunication items,
compression type brass fittings etc. should be stored indoor. N.B. gaskets
should not be hung on a nail in the wall.
 Large items may be stored outside on pallets preferably in the original packing.
 Gases, paints, chemicals and explosives should be stored separately.
Storage facilities on Site shall be adequate to enable implementation of good store keeping
practice.
12.3.2 The Contractor shall store Materials in an orderly manner clearly mark each item stored indoor
or outdoor by bin labels, tags or metal markers showing project reference and MESC numbers
and an abbreviated description.

12.4 Contractors Site Records


12.4.1 The Contractor shall maintain an accurate record of the receipt and issue of Materials. The
records shall include, but is not limited to: -
 Quantities received, with details of date received, Indent and item number against
which received, delivery voucher number (i.e. MRS No., Transfer Voucher No. or
Issue Voucher No.) and MESC No.
 Quantities Issued, with detail of the work for which the issue was made.
 Balance in store.
12.4.2 The Contractor shall instigate and keep fully up to date on a day to day basis, a simple and
effective method of record keeping which shall refer to the relevant Receipt or Issue
Document.
12.4.3 All issues on Site shall be made against a properly completed Field Requisition of a type
approved by the Company. The Field Requisition shall refer to the Drawing Number Line
Number, Area Number, Spool Number or other reference that will identify the purpose for
which the material is to be issued.
12.4.4 The Company reserves the right to audit the Contractor's records to ensure that they are
maintained accurately and up-to-date. The Company may visit the Contractor stores and
carry out physical stock-checks of Materials at any time.

C-08 - Procedures for Contractors - Rev. May 2017 Page 21 of 33


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

13 Attachments

13.1 "Change Order"

CHANGE ORDER
Contract no: C.O NO:
Contract title:
Contractor:
Date …… /…….. / ………

EPCRIS Code Cumulative


C.O. Value R.O._______________________
Change order to be valued at: ESTIMATED VALUE R.O. ____________________
Contract Unit Rates/Standby Rates
Day-Work Rates
Agreed Lump Sum
Authorised By Contract AGREED VALUE
Holder:NAME:_____________________
REF. IND:___________ R.O. ____________________
SIGNATURE:____________________________
ORIGINAL: COPY: QS: COPY: CSR COPY:
CONTRACTOR Contract Holder:

Note: Contractor shall confirm with the Company about latest revision of this form prior usage.

C-08 - Procedures for Contractors - Rev. May 2017 Page 22 of 33


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

13.2 "Interim Payment Certificate"

INTERIM PAYMENT CERTIFICATE


Contract no: Payment Certificate No:
Contract title:
Contractor:
Date …… /…….. / ………
START COMPLETION REVISED
DATE. DATE DATE.
VALUATION TO PREVIOUS AMOUNT THIS
DESCRIPTION
DATE. VALUATION PERIOD
Rials Omani Rials Omani. Rials Omani.
1. PRELIMINARIES

2. VALUE OF PERMANENT WORKS

3. CHANGE ORDERS

4. GROSS VALUE TO DATE

5. DEDUCT PREV. CERTIFIED

5. AMOUNT DUE UNDER THIS CERTIFICATE

NAME REF. IND. SIGNATURE DATE


PREPARED
AGREED
AGREED
AUTHORISED

Note: Contractor shall confirm with the Company about latest revision of this form prior usage.

C-08 - Procedures for Contractors - Rev. May 2017 Page 23 of 33


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

13.3 "Certificate of Completion"

CERTIFICATE OF COMPLETION
Contract no: Certificate Of Completion No:
Contract title:
Contractor:
Date …… /…….. / ………

START DATE. REVISED DATE.

DEAR SIRS, UNDER CLAUSE

ITEM ACHIEVEMENT DESCRIPTION Achievement DATE

SIGNATORIES NAME REF. IND. SIGNATURE DATE


PREPARED BY

APPROVED

AUTHORISED BY
CONTRACT HOLDER

DISTRIBUTION ORIGINAL: COPY: Contract COPY: CSR COPY: Contract


Support: Holder:
ORIGINAL:
CONTRACTOR

Note: Contractor shall confirm with the Company about latest revision of this form prior usage.

C-08 - Procedures for Contractors - Rev. May 2017 Page 24 of 33


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

13.4 "Variation to Contract"

VARIATION TO CONTRACT
Contract no: VTC NO:
Contract title:
Contractor:
For internal use only
R.O.
Contract commencement
....date
/ ... / … Contract awarded value If applicable nitial

Contract expiry date .... / ... / … Value of preceding VTC Con Eng. ref.

Revised expiry date .... / ... / … Value of this VTC.

Current contract value If applicable

Authorisation ref/Ind. Initial


Oman Gas Company L.L.C. (herein after referred to as the Company) and the Contractor hereby agree
to vary the Contract as follows:

This Variation to Contract (VTC) shall take effect from


Except to the extent that the Contract is hereby varied, all other terms and conditions of the Contract shall remain unchanged.

For and on behalf of the company For and on behalf of the contractor
Ref Ind. Of contract holder: Name:
Position Position
Signature Signature
Date Date
Original: (Contractor/Co. Rep) Copies: (Proj. Engineer/Q.S/Contract Holder/Finance)

Note: Contractor shall confirm with the Company about latest revision of this form prior usage.

C-08 - Procedures for Contractors - Rev. May 2017 Page 25 of 33


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

13.5 “Performance Bond”


TO BE ISSUED BY A BANK
OPERATING IN OMAN
To: Oman Gas Company SAOC
From: (Issuing Bank)
Date: [ ]
1. At the request of [ ] (the "Contractor") we hereby issue our irrevocable guarantee no. [ ]
(this “Performance Bond”) in favour of Oman Gas Company SAOC (“the Company”) for an
aggregate amount of R.O. [ ].
2. We have been informed that this Performance Bond relates to the performance of a Contract
dated [ ] entered into between [ ] the Contractor and the Company for the performance
of Work and services namely the ………………………………....
………………………………………(the “Contract”).
3. We the undersigned bank irrevocably and unconditionally guarantee to pay the Company as
beneficiary under this Performance Bond forthwith upon the failure by the Contractor to fulfill
any of the conditions of the Contract as determined by you in your absolute judgment, on the
first written demand by you stating that the Contractor has failed to perform all or any of its
respective obligations under the Contract in accordance with the terms thereof, the amount or
amounts mentioned in the said demand up to but in any event not exceeding in aggregate R.O.[
] which constitutes 5 per cent of the Contract Price. Such demand will be accepted by us as
conclusive evidence that the amount claimed is due to you, without any proof or procedure.
4. If the Company makes any partial draw under this Performance Bond, the balance of the amount
specified in paragraph 1 above may be drawn by the Company in one or more draws.
5. The Performance Bond shall be valid until the date of issue to us from the Company of a certified
true copy of the Final Completion Certificate as defined in the Contract. When the validity period
of this Performance Payment Bond has expired, it must be returned to us for cancellation, but
we shall be released from any further obligation hereunder even if, in breach of this provision,
that return has not taken place. Such release will be without prejudice to any liability under this
Performance Payment Bond which arose prior to such date.
6. Any payment by us hereunder shall be in immediately available and freely transferable funds
free and clear of and without any deduction, withholding, set-off or counterclaim whatsoever for
or on account of any present or future taxes, levies, imposts, duties, charges, fees, set off,
counterclaims, deductions or withholdings of any nature whatsoever and by whomsoever
imposed.
7. Our obligations hereunder are of a continuing nature, constitute direct, primary, irrevocable and
unconditional obligations, shall not require any previous notice to or claim against the Contractor
and shall not be discharged or otherwise prejudiced or adversely affected by:
(i) any time, indulgence, waiver, concession or forbearance which you may grant to the
Contractor or any neglect by you in enforcing any right of action or remedy you may
have against the Contractor under the Contract;
(ii) any amendment, modification or extension which may be made to the Contract or the
works performed thereunder or any suspension of such works;
(iii) any intermediate payment or other satisfaction made by us;
(iv) any change in the constitution or organisation of the Contractor;
(v) any termination of the Contract or of the employment of the Contractor;
(vi) any other bond, security or guarantee held or obtained by you for any of the obligations
of the Contractor under the Contract or any release or waiver thereof;
(vii) any act or omission of the Contractor pursuant to any other arrangement with ourselves;
(viii) any defences, claims or cross-claims which may be available to the Contractor; or
(ix) any other matter or thing which in the absence of this provision would or might have
that effect except a discharge or amendment of this Performance Bond expressly made
or agreed to by you in writing.
C-08 - Procedures for Contractors - Rev. May 2017 Page 26 of 33
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

8. Any notice hereunder shall be deemed to be duly given when delivered (in the case of personal
delivery) or 48 hours after being despatched by prepaid registered post or recorded delivery (in
the case of letter) to our address appearing on this Performance Bond or such other address as
we may notify to you by not less than five business days prior written notice.
9. Without increasing the limit of our liability hereunder the benefit of this Performance Bond may be
assigned by you as you may think fit to the agent for and on behalf of any financial institutions
and export credit agencies which have agreed to extend credit and guarantee facilities to you in
connection with the Contract. Prior to any such assignment you shall notify us in writing with the
relevant details of the assignee.
10. This Performance Bond shall be governed by and shall be construed in accordance with the laws
of the Sultanate of Oman and the Guarantor submits to the non-exclusive jurisdiction of the
Commercial Court in Oman.

Executed by (Name of Issuing Bank)


Acting by its duly authorised signatory .

C-08 - Procedures for Contractors - Rev. May 2017 Page 27 of 33


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

13.6 “ Form of advance Payment Bond”

To: Oman Gas Company SAOC


From: (Issuing Bank)
[Date: ]

1. At the request of [ ], (the "Contractor"), we hereby issue our irrevocable and unconditional
guarantee no. [ ] (“this Advance Payment Bond”) in favour of Oman Gas Company SAOC
(“the Company”) for an amount of R.O[ ] representing 10 per cent of the Contract Price.
2. We have been informed that this Advance Payment Bond relates to the performance of the
Contractor under a contract dated [ ] made between the Company and the Contractor for the
performance of work and services to be rendered under an engineering procurement and
construction contract in respect of the …………………………………………………………
(the “Contract”).
3. We undertake to pay the Company as beneficiary under this Advance Payment Bond up to a
maximum amount of R.O[ ] being the amount of the advance payment made to the Contractor
under the Contract reduced to the extent that the advance payment is repaid by the Contractor
to the Company pursuant to the Contract (from time to time the "Guaranteed Amount") on
receipt of your first written demand accompanied by your statement that (i) the Contractor has
failed to fulfil any one or more terms or conditions of the Contract and that you are entitled to
claim payment of the amount claimed from the Contractor under the Contract and (ii) the amount
claimed is less or equal to than the Guaranteed Amount. Such demand and statement together
will be accepted by us as conclusive evidence that the amount claimed is due to you, without
any proof or procedure.
4. This Advance Payment Bond shall be valid until the receipt by us of a copy of a written statement
signed by a duly authorised representative of the Company stating that the advance payment
has been repaid in full to the Company or that the Guaranteed Amount has been reduced to
zero. When the validity period of this Advance Payment Bond has expired, it must be returned
to us for cancellation, but we shall be released from any further obligation hereunder even if, in
breach of this provision, that return has not taken place. Such release will be without prejudice
to any liability under this Advance Payment Bond which arose prior to such date.
5. Any payment by us hereunder shall be in immediately available and freely transferable funds
free and clear of and without any deduction, withholding, set-off or counterclaim whatsoever for
or on account of any present or future taxes, levies, imposts, duties, charges, fees, set off,
counterclaims, deductions or withholdings of any nature whatsoever and by whomsoever
imposed.
6. Our obligations hereunder are of a continuing nature, constitute direct, primary, irrevocable and
unconditional obligations, shall not require any previous notice to or claim against the Contractor
and shall not be discharged or otherwise prejudiced or adversely affected by:
(i) any time, indulgence, waiver, concession or forbearance which you may grant to the
Contractor or any neglect by you in enforcing any right of action or remedy you may
have against the Contractor under the Contract;
(ii) any amendment, modification or extension which may be made to the Contract or the
works performed thereunder or any suspension of such works;
(iii) any intermediate payment or other satisfaction made by us;
(iv) any change in the constitution or organisation of the Contractor;
(v) any termination of the Contract or of the employment of the Contractor;
(vi) any other bond, security or guarantee held or obtained by you for any of the obligations
of the Contractor under the Contract or any release or waiver thereof;
(vii) any act or omission of the Contractor pursuant to any other arrangement with ourselves;
(viii) any defences, claims or cross-claims which may be available to the Contractor; or

C-08 - Procedures for Contractors - Rev. May 2017 Page 28 of 33


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

(ix) any other matter or thing which in the absence of this provision would or might have
that effect except a discharge or amendment of this Advance Payment Bond expressly
made or agreed to by you in writing.
7. Any notice hereunder shall be deemed to be duly given when delivered (in the case of personal
delivery) or 48 hours after being despatched by prepaid registered post or recorded delivery (in
the case of letter) to our address appearing on this Advance Payment Bond or such other
address as we may notify to you by not less than five business days prior written notice.
8. The benefit of this Advance Payment Bond may be assigned by you as you may think fit to the
agent for and on behalf of any financial institutions and export credit agencies which have
agreed to extend credit and guarantee facilities to you in connection with the Contract. Prior to
any such assignment, you shall notify us in writing with the relevant details of the assignee.
9. The Advance Payment Bond shall be governed by and shall be construed in accordance with
the laws of the Sultanate of Oman and the Guarantor submits to the non-exclusive jurisdiction
of the Commercial Court in Oman.

Executed by
(Name of Issuing Bank)

Acting by its duly authorised signatory:-

C-08 - Procedures for Contractors - Rev. May 2017 Page 29 of 33


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

13.7 “ Correspondence Numbering Procedure”

All correspondence between Contractor and Company and between Company and Contractor shall
have a unique reference number as described below.
Correspondence from Contractor to Company shall bear a reference of the form:
CON/OGC/XYYY where;
- CON is a three letter abbreviation of the name of Contractor's Company
- X defines the type of correspondence and shall be
L for Letter
F for Fax
T for Telex
N for Note or Memo
- YYY is a sequential number, starting from 001, independent of the correspondence type
Transmittal forms shall be numbered CON/OGC/TRZZZ where;
- ZZZ is a separate sequential number from YYY above, starting at 001.
Minutes of meeting shall have a separate sequential numbering system starting from M001.
Correspondence from Company to Contractor shall follow the same principles as described above but
shall be in the format OGC/CON/XYYY

C-08 - Procedures for Contractors - Rev. May 2017 Page 30 of 33


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

13.8 “Format For Minutes”

CONTRACT TITLE:..

MINUTES OF MEETING
(Reference No. 1

(Subject)

(Place)

(Time) (Date)

PRESENT:

-------------------------------------------------------------------------------------------------------------
Copies to: Those Present Company subject code( )
(others) (or as advised)
-------------------------------------------------------------------------------------------------------------

A. (Review of Minutes of Previous Meeting)


B. (Presentation of Progress Report Highlights)
C. (Progress Status)
D. (Company Needs)
E. (Contractor Needs)
F. (Areas of Concern)
G. (Schedules)
H. (Invoice Status)
I. (Subcontractor Status)
J. (HSE)
K. (Other Items)
Acknowledged as a true record of the meeting by:

Contractor............ Title........... Date...........

Company............... Title........... Date ...........

Note: Contractor shall confirm with the Company about latest format of this form prior usage.

C-08 - Procedures for Contractors - Rev. May 2017 Page 31 of 33


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

13.9 "Site Instruction" (if Applicable)

SITE INSTRUCTION
Contract no: S.I. NO:
Contract title:
Contractor:
Date …… /…….. / ………

INSTRUCTION
CONTRACTOR is requested to carry out the following with reference to:

Document No.___________________ Article/Clause No.______________________

This Site Instruction does not represent any monetary value. If this Site Instruction has an effect on the Estimated
Contract Price, the Contract Price or the Schedule, the Contractor shall, at the earliest possible opportunity and
within the time period as specified in the Contract, but not later than fourteen days after receipt of this Site
Instruction, advise the Company thereof by requesting a Variation to Contract. If no such request is made within
the stipulated time then this Site Instruction is deemed to be included in the Contract Scope of Work and no
Variation shall be applicable.
Authorised By Company: Acknowledged By Contractor:
NAME: _____________________ NAME: _____________________
REF. IND ___________ TITLE: ___________
SIGNATURE:____________________________ SIGNATURE:________________________
___
ORIGINAL:
COPY: QS: COPY: CSR COPY: CoContract Holder:
CONTRACTOR

Note: Contractor shall confirm with the Company about latest revision of this form prior usage.

C-08 - Procedures for Contractors - Rev. May 2017 Page 32 of 33


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

13.10 “ Personnel Categories”

Refer to Document C-04 under Article - Key Personnel requirements.

**********

C-08 - Procedures for Contractors - Rev. May 2017 Page 33 of 33


GMS-HSE-L2-220
R5 10-10-2016
CONTRACT DOCUMENT Page 1 of 32
M1..211Aid!itSy.r•
Pe rout ',
OMAN GAS COMPANY S.A.O.0 HSE SPECIFICATIONS

CONTRACT DOC,,MLIFVf
HSE SPECMCATIOKS
ID)
(C9 HSE FICA 'MO

NEXT REVIEW DUE — SEPTEMBER 2020


5 10-10-2016 Internally reviewed and revised — DIP No. 932
4 24-03-2015 Revised— DIP No. 768
3 28-10-2009 Revised — DIP No. 365
2 30-06-2007 New Circulation — DIP No. 195
1 27-06-2006 Original Circulation — DIP No. 96

a) Date History of Changes


ce

Prepared By : (HSE
Reviewed By: (HSE Manager) Approved Bs : GMS )
Engineer)

(Author) (Custodian) (Owner)

Users are responsible for ensuring the use of correct revision of this document
GMS-HSE-L2-220
R5 10-10-2016
CONTRACT DOCUMENT Page 2 of 32
OMAN GAS COMPANY S.A.O.0
HSE SPECIFICATIONS

CONTENTS PAGE NO.


1. Purpose 3
2. Scope 3
3. Definitions and Abbreviations 3
4. Contract Document HSE Specifications 4
5. References 15
6. Records 15
7. Appendixes 15

Users are responsible for ensuring the use of correct revision of this document
GMS-HSE-L2-220
R5 10-10-2016
CONTRACT DOCUMENT Page 3 of 32
OMAN GAS COMPANY S.A.O.0
HSE SPECIFICATIONS

1. PURPOSE
The purpose of this document is to specify the requirements, which shall be met by all
Contractors working for OGC during mobilization, execution and restoration activities covered
in the contract scope of work.

2. SCOPE
This document shall be a part of the Tender document issued to all Contractors prior to the
award of the contract. This document is generally attached as 9th part of the Contract
Document by title ‘C9 HSE Specifications’. This shall include all HSE Specifications apart from
those mentioned in C4 Scope of Work of the Contract Document.

This document is applicable to all Contractors/Sub-contractors working under Company on


award of the contract. The specifications shall be complied with throughout the project
commencing from the mobilization until restoration.

3. DEFINITIONS AND ABBREVIATIONS


BVS: Block Valve Station
COMPANY: Oman Gas Company
GSS: Gas Supply Station
HSE: Health, Safety and Environment
IVMS: In Vehicle Monitoring System
May: Possible Course of Action
O&M: Operations and Maintenance
OGC: Oman Gas Company
PLS: Pressure Limiting Station
PM: Projects Manager
PTW: Permit to Work
ROW: Right of Way
SH: Section Head
SHALL: Mandatory
SHOULD: Recommended

Users are responsible for ensuring the use of correct revision of this document
GMS-HSE-L2-220
R5 10-10-2016
CONTRACT DOCUMENT Page 4 of 32
OMAN GAS COMPANY S.A.O.0
HSE SPECIFICATIONS

4. CONTRACT DOCUMENT HSE SPECIFICATIONS


4.1 HSE MANAGEMENT

Contractors shall manage HSE referring to OGC HSE Documents, the list of which is attached
as Appendix 1. The Contractor shall be in compliance with all the conditions stipulated by the
documents enlisted in Appendix 1 throughout the course of the execution of the project
commencing from mobilization until restoration.

4.2 MOBILIZATION

4.2.1 HSE Kick off meeting

HSE Kick off meeting shall be conducted and the conclusions of the meeting shall be recorded
with target dates as explained in QHSE-CON-L2-201, HSE Requirements to be met by the
Contractor.

4.2.2 HSE Workshop

The Contractor shall arrange the HSE Workshop at their cost. All key personnel of OGC and
the Contractor shall attend the HSE Workshop. The conclusions of the HSE Workshop shall
be recorded as explained in QHSE-CON-L2-201, HSE Requirements to be met by the
Contractor.

4.2.3 Endorsement of Contract HSE Plan

The Contractor HSE Plan shall comply with all HSE Standards specified in Appendix 1.

The Contractor HSE Plan shall be prepared referring the template attached as Appendix 2.
The Contractor HSE Plan shall address all the issues highlighted in Appendix 2.

The Contractor HSE Plan shall have action plan summary explaining HSE Inspection Matrix,
HSE Audit Matrix, HSE Meeting Matrix, HSE Training Matrix, Emergency Drill Matrix etc
identifying responsible persons for implementing the activity within a targeted period.

The contractor HSE Plan shall be approved by OGC HSE Manager.

The contract HSE plan shall be revised as an when there is a major change related to project
HSE requirement and/or at least once in 12months.

Users are responsible for ensuring the use of correct revision of this document
GMS-HSE-L2-220
R5 10-10-2016
CONTRACT DOCUMENT Page 5 of 32
OMAN GAS COMPANY S.A.O.0
HSE SPECIFICATIONS

4.2.4 Pre-Start HSE Audit

Pre-Start Audit notification will be issued by OGC to Contractor once the contractor intimates
that they are ready for Pre-Start Audit. The Pre-Start Audit by OGC will be focused towards
contractor’s capability to manage the activities in a safe manner as per the OGC HSE
Procedures, Specifications and Guidelines.

The Pre-Start Audit focus areas shall be:

 HSE Inspection of Contractor’s camp/site office.

 HSE Inspection of Contractor’s Industrial Yard.

 HSE Inspection of Contractor’s vehicles and Equipment.

 Compliance of OGC HSE Training specifications.

 Mobilization of Contractor HSE Manager (s) to site.

4.2.5 Contractors Camp

Contractor’s camp shall comply with OGC HSE Specifications stipulated by ‘Contractor Camp
HSE Specifications, QHSE-CON-L2-203’ throughout the project commencing from
mobilization until restoration.

Approval of Contractors camp is a pre-requisite for issuance of HSE Certificate. OGC HSE
Manager shall inspect the camp for the approval by OGC.

The Contractor shall not occupy the camp until it is approved by OGC.

The Camp shall be inspected by OGC at any time as and when required during execution
phase.

Contractor shall form a welfare committee with representation from the Company to look into
the living standards of the workforce to include: food quality, laundry, sports/recreation,
cleanliness of living quarters, housekeeping in the camp, etc.

4.2.6 Contractors Vehicles

Contractor’s vehicles shall comply with OGC HSE Specifications stipulated by ‘Road
Worthiness Assurance Standards of Vehicles, QHSE-GHSE-L2-212’ and OGC procedure of
‘Maintaining Road Worthiness Assurance Standards of Vehicle, QHSE-RSTF-L3-304’,
throughout the project commencing from mobilization until restoration.

All Contractors vehicles shall be RAS certified and OGC RAS Stickers shall be displayed in all
vehicles indicating date of RAS Inspection and expiry.

Users are responsible for ensuring the use of correct revision of this document
GMS-HSE-L2-220
R5 10-10-2016
CONTRACT DOCUMENT Page 6 of 32
OMAN GAS COMPANY S.A.O.0
HSE SPECIFICATIONS

Approval of Contractors Vehicles is a pre-requisite for issuance of HSE Certificate. The


Vehicles shall be inspected by OGC HSE Manager for the approval.

The Contractor shall not utilize the vehicles for project related activities till the vehicles are
approved by OGC.

The Vehicles shall be inspected by OGC at any time as and when required during execution
phase and OGC shall have the right to demobilize vehicles from the project if found unsafe.

All vehicles running in interior/ROW shall be replaced when it exceeds mileage of 150,000
KM.

All vehicles running in black top roads shall be replaced when it exceeds mileage of 200,000
KM.

All contractor vehicles under OGC operation shall be equipped with IVMS.

Contractor shall create a separate group for the fleets and drivers under this particular contract
in their IVMS and shall provide access log-in for the OGC project IVMS focal point into the
IVMS for monitoring driving behavior of the drivers in the contract at any point of time.

4.2.7 Contractors Equipment

The Contractor shall submit list of Equipment along with copies of certification.

Approval of Contractors Equipment is a pre-requisite for issuance of HSE Certificate. The


Equipment shall be inspected by OGC HSE Manager for the approval.

The Contractor shall not utilize the Equipment for project related activities till it is approved by
OGC.

The Equipment shall be inspected by OGC at any time as and when required during execution
phase.
All equipment operating in process/hydrocarbon facility shall be fitted with spark arrester.

All plant and equipment under OGC operation shall be RAS approved.

4.2.8 Contractors Industrial Yard/Workshop

Contractor’s Industrial Yard/Workshop shall comply with OGC HSE Specifications stipulated
by ‘Workshop and Industrial Yards HSE Specification, QHSE-GHSE-L2-214’ throughout the
project commencing from mobilization till restoration.

Users are responsible for ensuring the use of correct revision of this document
GMS-HSE-L2-220
R5 10-10-2016
CONTRACT DOCUMENT Page 7 of 32
OMAN GAS COMPANY S.A.O.0
HSE SPECIFICATIONS

Approval of Contractors Industrial Yard/Workshop is a pre-requisite for issuance of HSE


Certificate. The Industrial Yard/Workshop shall be inspected by OGC HSE Representative for
approval.

The Contractor shall not utilize the Industrial Yard/Workshop till it is approved by OGC.

The Industrial Yard/Workshop shall be inspected by OGC at any time as and when required
during execution phase.

Contractor shall ensure that all C-9 requirements are equally applicable in all pre-fabrication
workshops and sites.

4.2.9 HSE Training Matrix

Approval of Contractors HSE Training Matrix is a pre-requisite for issuance of HSE Certificate.
The Training Matrix shall be audited by OGC HSE Manager.

4.2.10 Mobilization of HSE Advisor

One HSE Advisor as a minimum is required for one site location. However, if the number of
persons increase to above 50 then additional HSE Advisor is required. This must be repeated
for every increase of 50 people.
All HSE Advisor (s) must be site based.
The contractor HSE Advisor shall have all the qualifications stipulated by ‘HSE Requirements
to be met by the Contractor, QHSE-CON-L2-201’.

The Contractor HSE Advisor shall be mobilized only after written approval from OGC HSE
Manager.

4.2.11 Mobilization of HSE Manager

One HSE Manager as a minimum is required. However, if the number of persons increase to
above 500 then additional HSE Manager is required. This must be repeated for every
increase of 500 people.

The contractor HSE Manager shall have all the qualifications stipulated by ‘HSE Requirements
to be met by the Contractor, QHSE-CON-L2-201’.

The Contractor HSE Manager shall be mobilized and demobilized only after written approval
from OGC HSE Manager.
All HSE Manager (s) must be site based.

Users are responsible for ensuring the use of correct revision of this document
GMS-HSE-L2-220
R5 10-10-2016
CONTRACT DOCUMENT Page 8 of 32
OMAN GAS COMPANY S.A.O.0
HSE SPECIFICATIONS

4.2.12 HSE Certificate

Issuance of HSE Certificate is a mandatory requirement for the contractor to start activities.

HSE Certificate shall be issued only after contractor fulfilling the conditions explained in item
HSE Certificate, Appendix 3.

HSE certificate shall be issued only after submitting compliance status report by OGC HSE
Manager.

HSE Certificate shall be endorsed by GM-Supply Chain as indicated in Appendix 3, HSE


Certificate.

4.3 PROJECT IMPLEMENTATION

4.3.1 Contractor’s HSE Performance

Contractors shall fix targets of all HSE Performance Indicators highlighted in item 4.1.6, ‘HSE
Requirements to be met by the Contractor, QHSE-CON-L2-201, and indicate it in HSE Plan
for the approval by OGC.

Contractor shall submit monthly reports. Contractor’s HSE Performance shall be reviewed by
OGC comparing Target Performance Indicators mentioned in HSE Plan against the Actual
Performance Indicators achieved.

OGC shall have the right to take disciplinary measures against Contractor if they fail to achieve
the Target Performance Indicators.

4.3.2 Accident / Incident Reporting and Investigation

Contractor shall report all incidents within agreed time frame inclusive of Near Miss Incidents
as per the OGC HSE Procedure ‘Incident / Accident Reporting & Investigation, QHSE-SFT-L3-
301’.

Contractors shall send Incident notification to HSE Manager within 24 hrs on occurrence of the
incident in OGC formats available in Incident / Accident Reporting & Investigation, QHSE-SFT-
L3-301.

Users are responsible for ensuring the use of correct revision of this document
GMS-HSE-L2-220
R5 10-10-2016
CONTRACT DOCUMENT Page 9 of 32
OMAN GAS COMPANY S.A.O.0
HSE SPECIFICATIONS

Contractor shall submit Accident Investigation Report for all medium potential and high
potential accidents as per ‘Incident / Accident Reporting & Investigation, QHSE-SFT-L3-301.

Contractor shall directly inform the Royal Oman Police (ROP) immediately in the event of a
major HSE incident which includes the following categories. Company will issue an instruction
to the Contractor in case of any further updates on the categories of the incidents to be
reported to ROP.

1. Death or hospitalization of causality.

2. A non-accidental death of a worker on duty for OGC work.

3. A motor vehicle incident involving an injury or 3rd party property damage.

Contractor shall report all work-related injuries and occupational diseases directly to the
department of Safety and Occupational Health in the Ministry of Manpower within the
stipulated time-frame stated in the Ministerial Decision No. 286/2008.

4.3.3 HSE Meetings

Contractors shall ensure that all HSE Meetings scheduled as per Contractor’s HSE Plan are
carried out and findings of the meeting are implemented. The minutes of meeting shall be
submitted to OGC within 7 days.

OGC representatives shall attend Contractor HSE Meeting as and when required.
The contractor’s corporate HSE Manager shall attend all the meetings.

4.3.4 HSE Inspection and Audits

Contractors shall ensure that all HSE Inspections and Audits scheduled as per Contractor’s
HSE Plan are carried out and corrective actions are implemented.

Contractor shall conduct HSE Audits and Inspections on:

 Roadworthiness Assurance Standards of Vehicles

 HSE Standards of Camp/ Accommodation

 HSE Standards of Industrial Yard / Workshop

 Compliance of PTW

 Compliance of Mandatory Training for all employees including Drivers Training

Users are responsible for ensuring the use of correct revision of this document
GMS-HSE-L2-220
R5 10-10-2016
CONTRACT DOCUMENT Page 10 of 32
OMAN GAS COMPANY S.A.O.0
HSE SPECIFICATIONS

 Excavation

 Manual and Mechanical Lifting

 Hot Works

 Blasting coating and painting

 Working at Heights

 Adherence to PPE

 Fire Fighting Equipment

 Waste Management

 Hazardous chemical handling

 Housekeeping

 Office inspection

 Vehicle maintenance

 Earth moving equipment

 Portable and hand tools

 Scaffolding

 First Aid boxes

 Journey Management

 Occupational Health Management.

Contractors shall take corrective actions and submit reports to OGC if requested by OGC.

OGC may conduct HSE Inspections and IMS Audits as and when required.

4.3.5 PTW System

Contractor shall follow OGC PTW System stipulated by PTW System Manual, QHSE-PTW-L1-
101 and attached Job HSE Plans.

4.3.6 Hazard Management Plan

Contractor shall have a detailed Hazard Management Plan as explained in item 4.1.5, ‘HSE
Requirements to be met by the Contractor, QHSE-CON-L2-201’ and it shall be approved by
OGC.

Users are responsible for ensuring the use of correct revision of this document
GMS-HSE-L2-220
R5 10-10-2016
CONTRACT DOCUMENT Page 11 of 32
OMAN GAS COMPANY S.A.O.0
HSE SPECIFICATIONS

Contractor should prepare Job HSE Plan referring to OGC Job HSE Plan and attach with
Permits.

Contractor shall conduct Tool Box talks before the commencement of any activity the major
discussion being Job Safety Plans and the record shall me maintained.

4.3.7 Road Safety Management

Contractor shall follow OGC Journey Management System stipulated by Journey


Management.

Contractor vehicles shall adhere to vehicle speed limits stipulated by ‘Vehicle Speed Limits,
QHSE-GHSE-L2-215.

4.4 Mandatory HSE Training

Contractors employees shall undergo mandatory HSE Training as indicated in HSE Training
matrix attached as Appendix 4.

All Contractor employees shall undergo mandatory OGC HSE Training from OGC approved
Training Institutes.

All Contractor employees shall undergo HSE Induction prior to deployment for work.

Contractor shall ensure that there will be at least one First Aider at each site/locations. 10% of
the Contractor employees shall undergo Basic First Aid.

All those driving OGC approved Vehicles and those driving on ROW shall undergo Defensive
Driving Skill.

Contractors shall have adequate number of trained Fire Wardens (at least 10%), trained Gas
Testers, approved PTW Holders and Applicants.

4.4.1 In-house Awareness Sessions

Contractor shall carry out all monthly HSE awareness sessions as per approved project
specific HSE plan to maintain competency and HSE awareness within entire project staff. This
shall be maintained all throughout the project.

Users are responsible for ensuring the use of correct revision of this document
GMS-HSE-L2-220
R5 10-10-2016
CONTRACT DOCUMENT Page 12 of 32
OMAN GAS COMPANY S.A.O.0
HSE SPECIFICATIONS

Contractor shall have adequate training facilities/resources on site to cover site specific HSE
inductions and other necessary in-house HSE awareness sessions.

Contractor shall produce fit for purpose HSE Induction package to cover all HSE aspects of
relevant project’s activities.

4.5 DE-MOBILIZATION / RESTORATION

4.5.1 Restoration Certificate

Issuance of Restoration Certificate is a mandatory requirement for the contractor prior to de-
mobilization. Restoration Certificate shall be issued only after contractor has fulfilled the
following conditions explained in the Restoration Certificate, Appendix 5:

 Completion of Camp Inspection.

 Completion of Industrial Yard Inspection.

 Completion of Site Inspection.

 Completion of handing over of OGC Assets.

 Completion of handing over of OGC materials if any.

4.5.2 Contractors Camp Site

This is applicable only if location for a temporary construction camp has been provided by
OGC. If the location is provided by OGC, OGC shall inspect the site and ensure that the site is
clear of all Contractor Assets and satisfactory restoration has been attained.

4.5.3 Contractors Industrial Yard Site

This is applicable only if location for a temporary Industrial Yard has been provided by OGC. If
provided by OGC, OGC shall inspect the yard and ensure that the yard is clear of all
Contractor Assets and satisfactory restoration has been attained.

Users are responsible for ensuring the use of correct revision of this document
GMS-HSE-L2-220
R5 10-10-2016
CONTRACT DOCUMENT Page 13 of 32
OMAN GAS COMPANY S.A.O.0
HSE SPECIFICATIONS

4.5.4 Site Inspection and Restoration

OGC shall inspect all Company sites inclusive of ROW, GSS, PLSs, BVSs, Launcher/Receiver
Stations and Office premises and ensure that:

 All Contractors Assets are removed from the site.

 All Company Assets are handed over to OGC.

 All Company materials are handed over to OGC.

 Contractor does not damage ROW.

 Proper Housekeeping standards are maintained at all sites.

OGC HSE Manager shall issue Restoration certificate only after submitting compliance status
report.

Restoration Certificate shall be endorsed by GM-Corporate Services as indicated in Appendix


5, Site Restoration Certificate.

4.6 HSE Non-Compliance Penalties

Repeated failure by Contractor to comply with the Contract HSE obligations may result in the
removal from Site of the relevant Contractor’s supervisory and/or managerial Personnel.

In the event that Company considers that Contractor has failed to comply with the latest
approved Contract HSE management plan, or other Contract HSE requirements, then
Company shall issue Contractor with an HSE default notice.

An HSE default notice is any written notification issued by Company detailing specific aspects
of the Services that do not comply with either the latest approved Contract HSE management
plan or other Contract HSE requirements.

For each HSE default notification an amount of [Determine based on Contract Currency: OMR
500/USD 1300] will become due to Company.

Users are responsible for ensuring the use of correct revision of this document
GMS-HSE-L2-220
R5 10-10-2016
CONTRACT DOCUMENT Page 14 of 32
OMAN GAS COMPANY S.A.O.0
HSE SPECIFICATIONS

For the purposes of this fine clause:

a) Where an HSE default notice contains several incidences of default, each incident
shall be considered as a separate HSE default notice.

b) Where HSE default persists for a period longer than twenty-four (24) hours, or any
other period as stated in the HSE default notice, then the applicable fine shall be
repeated for each subsequent twenty-four (24) hour or other specified period that
the default continues.

Where repeated HSE default notices are served by Company relating to the same HSE default
then the following remedies are available to Company:-

HSE Default Fine

Repeated Occurrence Increased supervision by Company of

(two or more default notices for Contractor at the cost of Contractor

the same default)

Persistent non-conformance Suspension of Contractor and

(three or more default notices suspension of Contractor’s registration

for the same default) for the relevant service group of the
Contract

Any non-availability at work site location of any of key staff such as HSE Manager / HSE
Advisor / Journey Manager / Camp Boss / etc. as per the HSE Plan organization chart
requirement or project contractual requirement shall be treated as a default. Each day shall be
deducted same amount for each non-available discipline/person.

Users are responsible for ensuring the use of correct revision of this document
GMS-HSE-L2-220
R5 10-10-2016
CONTRACT DOCUMENT Page 15 of 32
OMAN GAS COMPANY S.A.O.0
HSE SPECIFICATIONS

5. REFERENCES
 QHSE-CON-L2-201, HSE Requirements to be met by the Contractor

 QHSE-CON-L2-203, Contractors Camp HSE Specifications

 QHSE-GHSE-L2-212, Road Worthiness Assurance Standard of Vehicles

 QHSE-GHSE-L2-214, Workshop and Industrial Yards HSE Specification

 QHSE-SFT-L3-301, Incident / Accident Reporting & Investigation

 QHSE-PTW-L1-101 , Permit To Work System Manual

 QHSE-RSFT-L3-301, Journey Management Procedure

 QHSE-GHSE-L2-218, Vehicle Speed Limit Specifications

6. RECORDS
Form Ref. Description Medium Location Minimum Responsibility Disposal
Retention of Instructions
& Authorities

GMS-HSE-L4- Head Office


HSE CERTIFICATE Soft/Hard 5 Years HSE Manager Shred
220.1 HSE Manager
SITE Head Office
GMS-HSE-L4-
RESTORATION Soft/Hard 5 Years HSE Manager Shred
220.2 HSE Manager
CERTIFICATE

7 APPENDIXES

 Appendix 1: List of OGC HSE Documents

 Appendix 2: Template for HSE Plan

 Appendix 3: HSE Certificate

 Appendix 4: HSE Training Matrix

 Appendix 5: Restoration Certificate

Users are responsible for ensuring the use of correct revision of this document
GMS-HSE-L2-220
R5 10-10-2016
CONTRACT DOCUMENT Page 16 of 32
6;+, 40-2J1 iL-J14-6 .
OMAN GAS COMPANY 5.A.C.0 HSE SPECIFICATIONS

APPENDIX 1
OGC HSE DOCUMENTATIONS
(USE THE LATEST PUBLISHED DOCUMENTS) (THIS IS ONLY EXAMPLE)

Document Number NEW DOCUMENT TITLE

LEVEL 1 - GENERAL HSE (GHSE)


GMS-HSE-L1-101 HSE POLICY
GMS-HSE-L1-102 HSE EMPOWERMENT NOTIFICATION
QHSE-GHSE-L1-106 QHSE PLAN
LEVEL 1 - EMERGENCY (EMR)
QHSE-EMR-L1-101 EMERGENCY RESPONSE MANUAL
QHSE-EMR-L1-102 EMERGENCY RESPONSE HANDBOOK
LEVEL 1 - PERMIT TO WORK (PTW)

QHSE-PTW-L1-101 PERMIT TO WORK SYSTEM MANUAL

QHSE-PTW-L1-102 PERMIT TO WORK SYSTEM HANDBOOK


LEVEL 2 - EMERGENCY RESPONSE (EMR)

QHSE-EMR-L2-206 EMERGENCY TELEPHONE NUMBERS & CONTACT LIST

QHSE-EMR-L2-207 EMERGENCY CONTROL ROOM

QHSE-EMR-L2-209 REGIONAL ON -CALL DUTY ROSTER

QHSE-EMR-L2-210 EMERGENCY RESPONSE TRAINING GUIDELINES

QHSE-EMR-L2-211 OGC-PTTEP EMERGENCY RESPONSE BRIDGING DOCUMENT


GUIDELINES ON OGC-OXY MUKHAIZNA EMERGENCY RESPONSE
QHSE-EMR-L2-212
BRIDGING
QHSE-EMR-L2-213 OGC FACILITIES COORDINATES

UOP-OSF-DOL-PR- OGC-DOLPHIN ENERGY LTD. EMERGENCY RESPONSE BRIDGING


00003 DOCUMENT
LEVEL 2 – GENERAL HSE (GHSE)

QHSE-GHSE-L2-204 GUIDELINES FOR PREVENTION OF ACCIDENTAL IGNITION

QHSE-GHSE-L2-208 HSE PERFORMANCE INDICATORS GUIDELINES

QHSE-GHSE-L2-209 PERSONAL PROTECTIVE EQUIPMENT GUIDELINES

QHSE-GHSE-L2-210 OCCUPATIONAL HEALTH MANAGEMENT GUIDELINES

QHSE-GHSE-L2-211 HSE TRAINING SPECIFICATION

QHSE-GHSE-L2-212 ROAD WORTHINESS ASSURANCE STANDARD OF VEHICLES

QHSE-GHSE-L2-213 SCAFFOLDING HSE SPECIFICATIONS

QHSE-GHSE-L2-214 WORKSHOP AND INDUSTRIAL YARDS HSE SPECIFICATION

QHSE-GHSE-L2-215 VEHICLE SPEED LIMIT

Users are responsible for ensuring the use of correct revision of this document
GMS-HSE-L2-220
R5 10-10-2016
CONTRACT DOCUMENT Page 17 of 32
6;+, 40-2J1 iL-J14-6 .
OMAN GAS COMPANY 5.A.C.0 HSE SPECIFICATIONS

QHSE-GHSE-L2-216 SHOC CARD REGISTER

QHSE-GHSE-L2-217 SAFETY PRECAUTIONS AGAINST VIOLATIONS IN ROW


LEVEL 2 – CONTRACTORS (CON)
QHSE-CON-L2-201 HSE REQUIREMENT TO BE MET BY CONTRACTOR
QHSE-CON-L2-202 CONTRACT DOCUMENT HSE SPECIFICATION (C9 HSE SPECIFICATION)
QHSE-CON-L2-203 CONTRACT CAMP HSE SPECIFICATIONS
LEVEL 2 – ENVIRONMENT (ENV)
QHSE-ENV-L2-201 ENVIRONMENTAL OBJECTIVES & PROGRAMS
LEVEL 3 – General HSE (GHSE)
QHSE-GHSE-L3-301 LEGAL & OTHER REQUIREMENTS COMPLIANCE
LEVEL 3 – INCIDENT REPORTS (IR)

QHSE-IR-L3-301 INCIDENT / ACCIDENT REPORTING & INVESTIGATION


LEVEL 3 – EMERGENCY RESPONSE (EMR)
QHSE-EMR-L3-301 SITUATION RESPONSE
LEVEL 3 – HEALTH (HLT)

QHSE-HLT-L3-301 PROTECTION AGAINST NOISE


QHSE-HLT-L3-302 FIRST AID MANAGEMENT
QHSE-HLT-L3-303 SMOKING, ALCOHOL AND DRUG CONTROL
QHSE-HLT-L3-304 MAINTAINING HEALTH AND HYGIENE IN CONTRACTOR CAMPS
LEVEL 3 – SAFETY (SFT)
MAIN OFFICE SECURITY WITH THIRD PARTY OCCUPANTS & THIRD
QHSE-SFT-L3-303
PARTY CONTRACTORS
QHSE-SFT-L3-304 EVACUATION DURING FIRE

QHSE-SFT-L3-305 MAINTAINING SAFETY IN WORKSHOP & INDUSTRIAL YARDS

QHSE-SFT-L3-306 WORKING AT HEIGHT


HAZARD IDENTIFICATION, RISK ASSESSMENT & RISK CONTROL FOR
QHSE-SFT-L3-307
HEAD OFFICE
QHSE-SFT-L3-310 CHEMICAL MANAGEMENT

QHSE-SFT-L3-311 ENTRY INTO GAS TRANSPORTATION FACILITIES

QHSE-SFT-L3-312 MANAGING HSE DURING EXCAVATION & TRENCHING


STORAGE AND HANDLING OF CHEMICALS & GAS CYLINDERS AT
QHSE-SFT-L3-313
STORES
QHSE-SFT-L3-314 CONTAINMENT OF IONIZING RADIATION

QHSE-SFT-L3-315 PROCEDURE FOR DEALING WITH RADIOACTIVE ACCIDENTS


QHSE-SFT-L3-316 PROCEDURE FOR DEALIMG WITH CHEMICAL ACCIDENT
LEVEL 3 – ROAD SAFETY (RSFT)

QHSE-RSFT-L3-301 JOURNEY MANAGEMENT PROCEDURE

QHSE-RSFT-L3-302 TRAVELLING ALONE PROCEDURE

QHSE-RSFT-L3-303 MAN MISSING / MAN LOST PROCEDURE

Users are responsible for ensuring the use of correct revision of this document
GMS-HSE-L2-220
R5 10-10-2016
CONTRACT DOCUMENT Page 18 of 32
6;+, 40-2J1 iL-J14-6 .
OMAN GAS COMPANY 5.A.C.0 HSE SPECIFICATIONS

MAINTAINING ROAD WORTHINESS ASSURANCE STANDARDS OF


QHSE-RSFT-L3-304
VEHICLES
LEVEL 3 – ENVIRONMENT (ENV)

QHSE-ENV-L3-301 NON- HAZARDOUS WASTE MANAGEMENT

QHSE-ENV-L3-302 GAS EMISSION MANAGEMENT

QHSE-ENV-L3-303 STORAGE & TRANSPORTATION OF FLARE GUNS & CARTRIDGES

QHSE-ENV-L3-304 HAZARDOUS WASTE MANAGEMENT

QHSE-ENV-L3-305 ENVIRONMENTAL ASPECTS & IMPACTS ASSESSMENT


LEVEL 3 – CONTRACTORS (CON)

QHSE-CON-L3-301 MONITORING CONTRACTOR’S HSE

QHSE-CON-L3-302 MONITORING HSE PRE-QUALIFICATION OF THE CONTRACTORS


LEVEL 4 – INCIDENT REPORTS (IR)

QHSE-IR-L4-301.1 INCIDENT NOTIFICATION (ROAD TRAFFIC ACCIDENT)

QHSE-IR-L4-301.2 INCIDENT NOTIFICATION (PERSONNEL INJURY)

QHSE-IR-L4-301.3 INCIDENT NOTIFICATION (ENVIRONMENTAL INCIDENT)

QHSE-IR-L4-301.4 INCIDENT NOTIFICATION (NEAR MISS)

QHSE-IR-L4-301.5 INCIDENT NOTIFICATION (THEFT)

QHSE-IR-L4-301.6 INCIDENT NOTIFICATION (ASSET DAMAGE)


LEVEL 4 – HEALTH (HLT)
QHSE-HLT-L4-304.1 CAMP INSPECTION CHECKLIST
LEVEL 4 – SAFETY (SFT)
QHSE-SFT-L4-301.1 REGIONAL OFFICE INSPECTION CHECKLIST
QHSE-SFT-L4-305.1 WORKSHOP/INDUSTRIAL YARD INSPECTION CHECK LIST
LEVEL 4 – GENERAL HSE (GHSE)
QHSE-GHSE-L4-213.1 SCAFFOLD HSE INSPECTION CHECKLIST

QHSE-GHSE-L4-301.1 LEGAL & OTHER REQUIREMENTS COMPLIANCE CHECK LIST


QHSE-GHSE-L4-401 CONTRACTORS WORK SITE HSE INSPECTION CHECKLIST
QHSE-GHSE-L4-402 STATION INSPECTION CHECK LIST
QHSE-GHSE-L4-403 FIRE EXTINGUISHER INSPECTION CHECK LIST
QHSE-GHSE-L4-404 NIGHT WORK ACTIVITIES HSE PRECAUTIONS CHECKLISTS
QHSE-GHSE-L4-405 NIGHT WORK APPROVAL REQUEST
QHSE-GHSE-L4-406 BATTERY ROOM EYE WASH - REFILLING QC CHECKLIST
LEVEL 4 – ENVIRONMENT (ENV)

GMS-HSE-L4-322.1 NATURAL GAS LOSS REPORT

QHSE-ENV-L4-304.1 HAZARDOUS WASTE CONSIGNMENT RECORD


REGISTER OF STORAGE AND DISTRIBUTION OF FLARE CARTRIDGES &
QHSE-ENV-L4-303.1
GUNS
QHSE-ENV-L4-305.1 ENVIRONMENTAL ASPECTS & IMPACTS REGISTER – HEAD OFFICE

Users are responsible for ensuring the use of correct revision of this document
GMS-HSE-L2-220
R5 10-10-2016
CONTRACT DOCUMENT Page 19 of 32
6;+, 40-2J1 iL-J14-6 .
OMAN GAS COMPANY 5.A.C.0 HSE SPECIFICATIONS

QHSE-ENV-L4-305.1.2 ENVIRONMENTAL ASPECTS & IMPACTS REGISTER – PIPELINE

QHSE-ENV-L4-305.1.3 ENVIRONMENTAL ASPECTS & IMPACTS REGISTER - REGIONS


LEVEL 4 – ROAD SAFETY (RSFT)
QHSE-RSFT-L4-401 TREM (TRANSPORT EMERGENCY) CARD - FLARE CARTRIDGES
QHSE- RSFT-L4-402 FORKLIFT DAILY CHECKLIST
GMS-HSE-L4-318.1 JOURNEY PLAN
QHSE-RSFT-L4-301.3 NIGHT DRIVING APPROVAL REQUEST
QHSE-RSFT-L4-304.1 VEHICLE SAFETY INSPECTION CHECKLIST
QHSE- RSFT-L4-403 STACKER DAILY CHECK LIST
LEVEL 4 – EMERGENCY (EMR)
QHSE-EMR-L4-301.1 SITUATION REPORT
QHSE-EMR-L4-301.2 SITUATION LOG
QHSE-EMR-L4-401 FIRE WARDEN CHECKLIST
QHSE-EMR-L4-402 CHIEF FIRE WARDEN CHECKLIST
LEVEL 4 – PERMIT TO WORK (PTW)

QHSE-PTW-L4-101.1 CLASS A PERMIT

QHSE-PTW-L4-101.2 CLASS B PERMIT

GMS-HSE-L4-106.3 PTW ACCESS AUTHORIZATION

GMS-HSE-L4-106.4 ELECTRICAL ISOLATION/ DE-ISOLATION CERTIFICATE

GMS-HSE-L4-106.5 PTW MECHANICAL ISOLATION CERTIFICATE

GMS-HSE-L4-106.6 CONFINED SPACE ENTRY CERTIFICATE

QHSE-PTW-L4-101.7 EXCAVATION CERTIFICATE

GMS-HSE-L4-106.8 PTW RADIOGRAPHY CERTIFICATE

GMS-HSE-L4-106.9 PERMIT TO WORK ADDITIONAL GAS TEST RECORD

GMS-HSE-L4-106.10 LIMITATION OF ACCESS FOR ELECTRICAL APPARATUS

GMS-HSE- L4-106.11 ELECTRICAL PTW

GMS-HSE- L4-106.12 PIGGING AUTHORIZATION FORM

QHSE-PTW-L4-101.13 PTW ROW AUTHORIZATION TO WORK

QHSE-PTW-L4-101.14 PTW LICENSE APPLICATION / NOTIFICATION

QHSE-PTW-L4-101.15 NO PERMIT JOB

GMS-HSE-L4-106.16 ELECTRICAL SANCTION FOR TEST CERTIFICATE


LEVEL 4 – JOB SAFETY PLAN (JSP)
JOB SAFETY PLAN
QHSE-JHSE-L4-401
1.0 WELDING (GAS) OXY/ACETYLENE CUTTING
JOB SAFETY PLAN
2.0 WELDING (ARC)
JOB SAFETY PLAN
QHSE -JHSE-L4-403
3.0 GRINDING

Users are responsible for ensuring the use of correct revision of this document
GMS-HSE-L2-220
R5 10-10-2016
CONTRACT DOCUMENT Page 20 of 32
OMAN GAS COMPANY S.A.O.0
HSE SPECIFICATIONS

JOB SAFETY PLAN


QHSE -JHSE-L4-404
4.0 CONFINED SPACE ENTRY
JOB SAFETY PLAN
QHSE -JHSE-L4-405
5.0 OPENING LIVE ELECTRICAL JUNCTION BOXES
JOB SAFETY PLAN
QHSE -JHSE-L4-406
6.0 HANDLING HAZARDOUS SUBSTANCES
JOB SAFETY PLAN
QHSE -JHSE-L4-407
7.0 USE OF RADIOACTIVE SOURCES
JOB SAFETY PLAN
QHSE -JHSE-L4-408
8.0 CONTAMINATION WITH NORM
JOB SAFETY PLAN
QHSE -JHSE-L4-409
9.0 PYROPHORIC SCALE
JOB SAFETY PLAN
QHSE -JHSE-L4-410
10.0 WORK THAT AFFECTS ESD AND FIRE & GAS SYSTEM
JOB SAFETY PLAN
QHSE -JHSE-L4-411
11.0 WORK THAT AFFECTS PROCESS & MACHINERY SYSTEMS
JOB SAFETY PLAN
QHSE -JHSE-L4-412
12.0 SHOT BLASTING
JOB SAFETY PLAN
QHSE -JHSE-L4-413
13.0 THE POWER/HAND TOOLS
JOB SAFETY PLAN
QHSE -JHSE-L4-414
14.0 HIGH PRESSURE WATER JETTING
JOB SAFETY PLAN
QHSE -JHSE-L4-415
15.0 PAINTING (HAND AND SPRAY)
JOB SAFETY PLAN
QHSE -JHSE-L4-416
16.0 LEAK CLAMPING OF OIL/GAS LINES
JOB SAFETY PLAN
QHSE -JHSE-L4-417
17.0 CUTTING HYDROCARBON OR HAZ FLUID PIPE SYSTEMS
JOB SAFETY PLAN
QHSE -JHSE-L4-418
18.0 POLYTHENE LINING OF PIPELINES & FLOW LINES
JOB SAFETY PLAN
QHSE -JHSE-L4-419
19.0 WORKING AT HEIGHT
JOB SAFETY PLAN
QHSE -JHSE-L4-420
20.0 SCAFFOLDING ERECTION/DISMANTLING
JOB SAFETY PLAN
QHSE -JHSE-L4-421
21.0 LIFTING OPERATIONS
JOB SAFETY PLAN
QHSE -JHSE-L4-422
22.0 PRESSURE TESTING PLANT & EQUIPMENT
JOB SAFETY PLAN
QHSE -JHSE-L4-423
23.0 SYSTEMS & EQUIPMENT COMMISSIONING
JOB SAFETY PLAN
QHSE -JHSE-L4-424
24.0 DECOMMISSIONING
JOB SAFETY PLAN
QHSE -JHSE-L4-425
25.0 USE OF TEMPORARY DIESEL ENGINES
JOB SAFETY PLAN
QHSE -JHSE-L4-426
26.0 USE OF CAMERAS EQUIPPED WITH FLASH
JOB SAFETY PLAN
QHSE -JHSE-L4-427
27.0 EXCAVATION USING HAND OR MECHANIZED TOOLS
JOB SAFETY PLAN
QHSE -JHSE-L4-428
28.0 REBAR CUTTING, BENDING & SHUTTERING
JOB SAFETY PLAN
QHSE -JHSE-L4-429
29.0 LEVELLING & GRADING
JOB SAFETY PLAN
QHSE -JHSE-L4-430
30.0 PIPE & STEELWORK FABRICATION

Users are responsible for ensuring the use of correct revision of this document
GMS-HSE-L2-220
R5 10-10-2016
CONTRACT DOCUMENT Page 21 of 32
OMAN GAS COMPANY S.A.O.0
HSE SPECIFICATIONS

JOB SAFETY PLAN


QHSE -JHSE-L4-431
31.0 MACHINERY CONDITION AND PERFORMANCE MONITORING
QHSE -JHSE-L4-432 JOB SAFETY PLAN
32.0 WORK REQUIRING ELECTRICAL INSTALLATION/ DE-ISOLATION
QHSE -JHSE-L4-433 JOB SAFETY PLAN
33.0 PIPELINE PIGGING OPERATIONS
QHSE -JHSE-L4-434 JOB SAFETY PLAN
34.0 USE OF VACUUM TANKER/ SUCTION TANKERS TO EMPTY
HYDROCARBONS
QHSE -JHSE-L4-435 JOB SAFETY PLAN
35.0 AIR CONDITION MAINTENANCE
QHSE -JHSE-L4-436 JOB SAFETY PLAN
36.0 USE OF VEHICLE MOUNTED CRANE TO CHANGE BLOCK VALVE
QHSE -JHSE-L4-437 JOB SAFETY PLAN
37.0 CLEANING LINE GAS FILTERS, GREASING AND CHECKING BALL
VALVES FOR LEAKAGE BY OPENING BODY VENTS
QHSE -JHSE-L4-438 JOB SAFETY PLAN
38.0 CONTROL VALVE OVERHAULS
QHSE -JHSE-L4-439 JOB SAFETY PLAN
39.0 ISOLATION, DEPRESSURIZING AND DEGASSING OF PROCESS
EQUIPMENT INCLUDING PIPELINES
QHSE -JHSE-L4-440 JOB SAFETY PLAN
40.0 PURGING AND COMMISSIONING OF PROCESS EQUIPMENTS INCLUDING
PIPELINES
QHSE -JHSE-L4-441 JOB SAFETY PLAN
41.0 INSTALLATION OF NEW EQUIPMENT NOT TIED INTO THE EXISTING
SAFETY/ PROTECTION SYSTEM
QHSE -JHSE-L4-442 JOB SAFETY PLAN
42.0 ENTRY IN TO COSASCO PIT
QHSE -JHSE-L4-443 JOB SAFETY PLAN
43.0 WORK THAT INVOLVES UNBOLTING FLANGES ON SYSTEMS
CONTAINING HYDROCARBONS
QHSE -JHSE-L4-444 JOB SAFETY PLAN
44.0 ENGINEERING & ROUTINE MAINTENANCE WORK NOT INVOLVE
UNBOLTING FLANGES
QHSE -JHSE-L4-445 JOB SAFETY PLAN
45.0 USE OF NONINTRINSICALLY SAFE EQUIPMENT
QHSE -JHSE-L4-446 JOB SAFETY PLAN
46.0 USE OF INTRINSICALLY SAFE TEST / PORTABLE EQUIPMENT
QHSE -JHSE-L4-447 JOB SAFETY PLAN
47.0 ENGINEERING CONSTRUCTION ACTIVITIES NOT INVOLVING WELDING,
BURNING OR GRINDING
QHSE -JHSE-L4-448 JOB SAFETY PLAN
48.0 MINOR FAULT FINDING WORK
QHSE -JHSE-L4-449 JOB SAFETY PLAN
49.0 PREVENTIVE/BREAKDOWN MAINTENANCE USING INTRINSICALLY SAFE
INSTRUMENTS
QHSE -JHSE-L4-450 JOB SAFETY PLAN
50.0 PREVENTIVE/BREAKDOWN MAINTENANCE WORKS ON INSTRUMENTS
AND CONTROL SYSTEMS WHICH ARE NON INTRINSICALLY SAFE
QHSE -JHSE-L4-451 JOB SAFETY PLAN
51.0 CONSTRUCTION ACTIVITIES
QHSE -JHSE-L4-452 JOB SAFETY PLAN
52.0 OPENING LIVE ELECTRICAL JUNCTION BOXES (HOT WORKS)
QHSE -JHSE-L4-453 JOB SAFETY PLAN
53.0 LOW VOLTAGE (LV) WORK REQUIRING ISOLATION/DE-ISOLATION
CERTIFICATE/LIMITATION OF ACCESS FOR ELECTRICAL APPARATUS

Users are responsible for ensuring the use of correct revision of this document
GMS-HSE-L2-220
R5 10-10-2016
CONTRACT DOCUMENT Page 22 of 32
OMAN GAS COMPANY S.A.O.0
HSE SPECIFICATIONS

QHSE -JHSE-L4-454 JOB SAFETY PLAN


54.0 NON ELECTRICAL WORK IN ELECTRICAL SWITCH ROOMS, BATTERY
ROOMS AND AUXILIARY ROOMS
QHSE -JHSE-L4-455 JOB SAFETY PLAN
55.0 ELECTRICAL MAINTENANCE ACTIVITIES AT UNMANNED STATIONS
QHSE -JHSE-L4-456 JOB SAFETY PLAN
56.0 COLD CUTTING OF HYDROCARBON PIPE SYSTEMS

Users are responsible for ensuring the use of correct revision of this document
GMS-HSE-L2-220
R5 10-10-2016
CONTRACT DOCUMENT Page 23 of 32
6;+, 40-2J1 iL-J14-6 .
OMAN GAS COMPANY 5.A.C.0 HSE SPECIFICATIONS

APPENDIX 2
TEMPLATE FOR HSE PLAN

1. Introduction & purpose


2. Main Project related activities
3. Man power and key personal involved
4. Details of equipment
5. Details of vehicles
6. Sub-contractors involved
7. Details of camp
8. Details of industrial yards / workshop
9. Interface activities
10. Water management
11. Performance indicators and targets
12. HSE monitoring plan

No. Action Action Target Review


Party
12.1 Mobilization
12.2 Leadership and
commitment
12.3 HSE deliverables
12.4 Training
12.5 Sub-contract
12.6 Incident Accident
Reporting and
Investigation
12.7 Vehicles standards
12.8 Equipment standards
12.9 Office standards
12.10 PTW & Hazards
management
12.11 Driver competence
12.12 Journey management
12.13 Environmental
management
12.14 Chemical management
12.15 Emergency management
12.16 Hazardous waste

13. Inspection schedule


14. HSE meeting schedule
15. Emergency drill schedule
16. Organization chart
17. Hazards management

Users are responsible for ensuring the use of correct revision of this document
GMS-HSE-L2-220
R5 10-10-2016
CONTRACT DOCUMENT Page 24 of 32
OMAN GAS COMPANY S.A.O.0
HSE SPECIFICATIONS

APPENDIX 3
HSE CERTIFICATE (THIS IS ONLY SAMPLE)

Contract Title
Contractor Contract No.

Contract Plan Activity Date Completed Exceptions


Kick Off Meeting Held
HSE Workshop Held
Contract HSE Plan Endorsed
Office & Residential Camp Accepted
Industrial Site Accepted
Vehicle/Plant Accepted
HSE Training Completed:
(As per QHSE-GHSE-L2-211 HSE TRAINING SPECIFICATIONS)
Contractor HSE Manager (s)/Advisor(s) mobilized

Notes:

On behalf of the Contractor, I confirm that the activities stated above have been carried out and we are capable of
performing the work in a safe, healthy and environmentally responsible manner.

Name Job Title Contractor Company Name Signature Date

We hereby agree that the HSE status of this Contract allows work to proceed, subject to the above exceptions.

Name Job Title Company Name Signature Date

HSE Manager Oman Gas Company

Name Job Title Company Name Signature Date

Contract Holder Oman Gas Company

Name Job Title Company Name Signature Date

G.M- Oman Gas Company

Notes: Contractor shall implement the actions mentioned in the list of Exceptions on a date mutually agreed by
Contractor and Company.

Users are responsible for ensuring the use of correct revision of this document
GMS-HSE-L2-220
CONTRACT DOCUMENT R5 10-10-2016
Page 25 of 32
6r.uh
OMAN GAS COMPANY S.A.O.0 HSE SPECIFICATIONS

APPENDIX 4

HSE TRAINING MATRIX

Spec.
Ref. Course Title Target Population Duration Refresher Pre-Requisites Assessment
Number
4.1.1 OGC HSE Induction:
 Formal HSE OGC/ Contractor and Sub- 4 Hours N/A Able bodied to work in OGC Not Required
Induction (Class Contractor / Employees working environment
Session)
 Site Specific HSE All personnel who are fist Short N/A None Not Required
Induction entering a site facility
(Briefing)
 OGC HSE OGC staff based in Muscat
head office and not involved in Short HSE None Not Required
induction for Head any site activities Team
Office Staff

4.1.2 H2S Awareness & OGC and Contractor staff who 4 Hours 3 Years Formal OGC-HSE Induction Required
Escape will enter H2S designated areas
4.1.3 Gas Testing OGC and Contractor personnel 4 Hours 3 Years Formal OGC-HSE Induction Required
who are designated as
Authorised Gas Testers
4.1.4 Defensive Driving - All OGC/Contractor and Sub- 12 Hours N/A Formal OGC-HSE Induction Valid Required
Light Vehicles Contractor personnel who are (1½ day) light vehicle driving license
Blacktop Roads required to drive light vehicles in accepted by the Royal Oman
the performance of their duties. Police.

Users are responsible for ensuring the use of correct revision of this document
GMS-HSE-L2-220
CONTRACT DOCUMENT R5 10-10-2016
Page 26 of 32
6r.uh
OMAN GAS COMPANY S.A.O.0 HSE SPECIFICATIONS

Spec.
Ref. Course Title Target Population Duration Refresher Pre-Requisites Assessment
Number
4.1.5 Defensive Driving Contractor personnel who are 12 Hours N/A Formal OGC-HSE Induction Required
Heavy Vehicles - required to drive Heavy vehicles (1½ day) Valid Heavy Vehicle driving license
Blacktop Roads (Heavy Goods or Heavy Buses) accepted by the Royal Oman
in performance of their work Police.
duties.
4.1.6 Defensive Driving – All OGC/Contractor personnel 4 Hours 3 Years  Formal OGC-HSE Induction Required
Interior/Desert who are required to drive light  Valid vehicle driving license
/Graded Roads - Light vehicles on graded roads in accepted by the ROP.
Vehicle drivers Oman as part of performing
their job.  Defensive Driving Permit-
Blacktop roads (Heavy or Light)
4.1.7 Defensive Driving – Contractor Personnel driving on 4 Hours 3 Years  Formal OGC-HSE Induction Required
Interior/ Desert/ graded roads and Right Of  Valid Vehicle driving license
Graded Roads - Ways. accepted by ROP
Heavy Vehicle drivers Contractor personnel who are
 Defensive Driving Permit-
required to drive heavy vehicles
Blacktop roads (Heavy or Light)
on graded roads in Oman as
part of performing their job.
4.1.8 Defensive Driving - Contractor personnel who are 4 Hours 3 Years  Formal OGC-HSE Induction Required
Bulk Tanker (Light required to drive light/heavy Valid Vehicle driving license
and Heavy) bulk liquid tankers, including accepted by ROP
vacuum tankers, on blacktop or  Defensive Driving Permit-
graded roads in Oman as part Blacktop roads (Heavy or Light)
of performing their job.
4.1.9 Defensive Driving - Contractor personnel who are 4 Hours 3 Years  Formal OGC-HSE Induction Required
Bus Module (Light required to drive light or heavy  Valid Vehicle driving license
and Heavy) buses on blacktop or graded

Users are responsible for ensuring the use of correct revision of this document
GMS-HSE-L2-220
CONTRACT DOCUMENT R5 10-10-2016
Page 27 of 32
6r.uh
OMAN GAS COMPANY S.A.O.0 HSE SPECIFICATIONS

Spec.
Ref. Course Title Target Population Duration Refresher Pre-Requisites Assessment
Number
roads in Oman as part of accepted by ROP
performing their job.  Defensive Driving Permit-
Blacktop roads (Heavy or Light)
4.1.10 Safe-Journey Designated OGC Personnel 8 Hours N/A Formal OGC-HSE Induction Required
Management and Contractor Journey
Managers
4.1.11 Basic Life support Designated OGC/ and 24 Hrs N/A Formal OGC-HSE Induction Required
Contractors First Aider (3 days)

4.1.12 Basic Life support All OGC and Contractors First 24 Hrs 3Years Formal OGC-HSE Induction Required
(Refresher) Aiders (3 days)

4.1.13 Fire Wardens Designated OGC and 4 Hours N/A Formal OGC-HSE Induction Required
Contractor personnel Basic Fire Fighting
4.1.14 Basic Fire Fighting  Designated OGC and 4 Hours N/A Formal OGC-HSE Induction Required
Contractor designated Fire
Wardens.
 All OGC Contractor
personnel involved in hot
works.
 All Contractor Camp Boss
in-charges

Users are responsible for ensuring the use of correct revision of this document
GMS-HSE-L2-220
CONTRACT DOCUMENT R5 10-10-2016
Page 28 of 32
6r.uh
OMAN GAS COMPANY S.A.O.0 HSE SPECIFICATIONS

Spec.
Ref. Course Title Target Population Duration Refresher Pre-Requisites Assessment
Number
4.1.15 Basic Fire Fighting  Designated OGC and 4 Hours 3 Years Formal OGC-HSE Induction Required
(Refresher) Contractor designated Fire
Wardens.
 All OGC Contractor
personnel involved in hot
works.
 All Contractor Camp Boss
in-charges
4.1.16 Scaffolder Contractor personnel who are 2 days N/A  Formal OGC-HSE Induction Required
required to erect/ work on &  Reasonably fit with no fear of
dismantle scaffolds heights
Working crew
4.1.17 Scaffold Inspection / OGC and Contractor personnel, 3 days N/A  Formal OGC-HSE Induction Required
Supervisor who are required to inspect /  Scaffolder course
supervise, audit & maintain
register.
4.1.18 Incident Investigation OGC and Contractor Key 2 Days N/A  Formal OGC-HSE Induction Required
and Reporting personnel
4.1.19 Job Hazard Analysis Contractor Foreman level 8 Hours 3 Years  Formal OGC-HSE Induction Required
personnel
4.1.20 Chemical Hazard Contractor Supervisor level 8 Hours 3 Years  Formal OGC-HSE Induction Required
Awareness personnel involved in receipt  Basic knowledge of chemical
and dispatch of chemicals, properties commonly in use in
transportation (drivers) and
OGC operations
handling of chemicals, working

Users are responsible for ensuring the use of correct revision of this document
GMS-HSE-L2-220
CONTRACT DOCUMENT R5 10-10-2016
Page 29 of 32
6r.uh
OMAN GAS COMPANY S.A.O.0 HSE SPECIFICATIONS

Spec.
Ref. Course Title Target Population Duration Refresher Pre-Requisites Assessment
Number
in chemical storage areas, and
handling chemicals in
operational areas
4.1.21 Managing HSE OGC and Contractor key 8 Hours N/A  Formal OGC-HSE Induction Not Required
Workshop for New personnel
Projects
4.1.22 Permit to Work OGC and Contractor personnel 16 Hours N/A  Formal OGC-HSE Induction Required
Holders who will work as PTW Holders (2 Days)  Job Hazard Analysis
 Gas Testing
4.1.23 Permit to Work OGC and Contractor personnel 16 Hours 3 Years  Formal OGC-HSE Induction Required
Holders (Refresher) who will work as PTW Holders (2 Days)  Job Hazard Analysis
 Gas Testing
4.1.24 Permit to Work OGC and Contractor personnel 16 Hours N/A  Formal OGC-HSE Induction Required
Signatories who will fulfil a role within the (2 Days)  Job Hazard Analysis
PTW System of permit Holder,
Applicant, Area authority or  Gas Testing
Responsible supervisor
4.1.25 Permit to Work OGC and Contractor personnel 16 Hours 3 Years  Formal OGC-HSE Induction Required
Signatories who will fulfil a role within the (2 Days)  Job Hazard Analysis
(Refresher) PTW System of permit Holder,
Applicant, Area authority or  Gas Testing
Responsible supervisor
4.1.26 Supervising Safety All OGC and Contractor 16 Hours N/A  Formal OGC-HSE Induction Required
Supervisors (2 Days)

Users are responsible for ensuring the use of correct revision of this document
GMS-HSE-L2-220
CONTRACT DOCUMENT R5 10-10-2016
Page 30 of 32
6r.uh
OMAN GAS COMPANY S.A.O.0 HSE SPECIFICATIONS

Spec.
Ref. Course Title Target Population Duration Refresher Pre-Requisites Assessment
Number
4.1.27 Self-Contained OGC and Contractor 16 Hours 3 Years  Formal OGC-HSE Induction Required
Breathing Apparatus personnel who are required (2 Days)  Basic Life Support
to use SCBA for entry to
confined space or as  Physically fit and able to drag
standby during confined and lift casualties and should
space entry operations. not suffer from vertigo or fear of
darkness
Designated Rescue
Personnel.
4.1.28 Confined Space Entry OGC and Contractor personnel 4 hrs N/A  Formal OGC-HSE Induction Required
who are required to enter  Basic Life Support
confined space
4.1.29 Heavy Lifting OGC and Contractor personnel 4 hrs N/A  Formal OGC-HSE Induction Required
who are required to lift heavy  Job Hazard Analysis
equipment using cranes

4.1.30 Heavy Lifting OGC and Contractor personnel 4 hrs 3 Years  Formal OGC-HSE Induction Required
(Refresher) who are required to lift heavy  Job Hazard Analysis
equipment using cranes

4.1.31 Banksman/Rigger OGC and Contractor personnel 4 hrs N/A  Formal OGC-HSE Induction Required
who are required to act as a  Job Hazard Analysis
banksman / Rigger

4.1.32 Banksman/Rigger OGC and Contractor personnel 4 hrs 3 Years  Formal OGC-HSE Induction Required
(Refresher) who are required to act as a  Job Hazard Analysis
banksman / Rigger

Users are responsible for ensuring the use of correct revision of this document
GMS-HSE-L2-220
CONTRACT DOCUMENT R5 10-10-2016
Page 31 of 32
6r.uh
OMAN GAS COMPANY S.A.O.0 HSE SPECIFICATIONS

Spec.
Ref. Course Title Target Population Duration Refresher Pre-Requisites Assessment
Number
4.1.33 Environment OGC and Contractor personnel 4 hrs N/A  Formal OGC-HSE Induction Required
Awareness based on the nature of work

Users are responsible for ensuring the use of correct revision of this document
GMS-HSE-L2-220
CONTRACT DOCUMENT R5 10-10-2016
Page 32 of 32
ulJ Jl jLclliS}w
OMAN GAS COMPANY S.A.O.O HSE SPECIFICATIONS

APPENDIX 5
SITE RESTORATION CERTIFICATE (THIS IS ONLY SAMPLE)

Contract Title

Contractor Contract No.

Contract Plan Activity Date Completed Exceptions

Residential Camp Inspection Completed

Industrial Site Inspection Completed

Work Site Inspection Completed

All OGC Assets handed over to OGC

All OGC Equipment/Tools handed over to OGC

Notes:

On behalf of the Contractor, I confirm that the activities stated above have been carried out and we have restored the sites
according to contractual requirements.

Name Job Title: Contractor Company Name Signature Date

We hereby agree that the HSE status of this Contract allows the Contractor to demobilize, subject to the above exceptions.

Name Job Title Company Name Signature Date

HSE Manager Oman Gas Company

Name Job Title Company Name Signature Date

G.M- Oman Gas Company

Notes: The complete payment shall be finalized only after implementing the actions mentioned in the list of
Exceptions.

Users are responsible for ensuring the use of correct revision of this document
OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

SCHEDULE - C10

DATA PROVIDED BY CONTRACTOR

C10 Data Provided by Contractor Page 1 of 2


OGC/13/2018
EPC Works for Shafa GSS Debottleneck Project

1. GENERAL
The data provided by the Contractor within this Section C-10 shall form part of the Contract.

1.1. Contractor Details / Representatives.


Refer to pages No. …….. to ……… attached
1.2. Other as required
Refer to pages No. …….. to ……… attached

C10 Data Provided by Contractor Page 2 of 2

Вам также может понравиться