RFQ _TA_ 2014 RFT Inspection_Rev1

41
April 23, 2014 Analytic Testing Limited 43 Bonitto Crescent Mandeville, Manchester Jamaica W.I. Attention: Mr Geoffrey Lawrence Dear Sirs: Turnaround 2014- Remote Field Testing, Automated Ultrasonic Testing and Phased Array Analysis Petrojam Limited hereby invites bids from qualified contractors in the appropriate NCC registered category to perform Remote Field Testing, Automated Ultrasonic Testing and Phased Array Inspection and Analysis on its Heat Exchanger Tubes, Furnace and Tower Anchor Bolts and Pressure Vessels during the scheduled July 2014 Turnaround. The works to be performed at its 96 Marcus Garvey Drive Kingston location as per ASME Section V and API Standard Code 510 latest edition with the requirements in Attachment 1. Quotations are to be submitted to [email protected] or placed in a sealed envelope, labelled and addressed as below and deposited in the tender box located at Petrojam Limited’s Procurement Office, 75 Marcus Garvey Drive, Kingston 15. Turnaround 2014 - Remote Field Testing and Phased Array Analysis Attention: The Refinery Compliance Officer PETROJAM LIMITED 75 Marcus Garvey Drive, Kingston 15, JAMAICA. Tel: (876) 923-8611/5; Fax: (876) 923-5698 All quotations must be submitted on or before 11:00 a.m. on Monday, May 26, 2014. Quotations will be opened at 11:05 a.m. on Monday, May 26, 2014 at Petrojam Limited, 75 Marcus Garvey Drive,

description

Remote Field Testing RFQ

Transcript of RFQ _TA_ 2014 RFT Inspection_Rev1

Page 1: RFQ _TA_ 2014 RFT Inspection_Rev1

April 23, 2014

Analytic Testing Limited43 Bonitto CrescentMandeville, ManchesterJamaica W.I.

Attention: Mr Geoffrey Lawrence

Dear Sirs:

Turnaround 2014- Remote Field Testing, Automated Ultrasonic Testing and Phased Array Analysis

Petrojam Limited hereby invites bids from qualified contractors in the appropriate NCC registered category to perform Remote Field Testing, Automated Ultrasonic Testing and Phased Array Inspection and Analysis on its Heat Exchanger Tubes, Furnace and Tower Anchor Bolts and Pressure Vessels during the scheduled July 2014 Turnaround. The works to be performed at its 96 Marcus Garvey Drive Kingston location as per ASME Section V and API Standard Code 510 latest edition with the requirements in Attachment 1.

Quotations are to be submitted to [email protected] or placed in a sealed envelope, labelled and addressed as below and deposited in the tender box located at Petrojam Limited’s Procurement Office, 75 Marcus Garvey Drive, Kingston 15.

Turnaround 2014 - Remote Field Testing and Phased Array AnalysisAttention: The Refinery Compliance OfficerPETROJAM LIMITED75 Marcus Garvey Drive,Kingston 15, JAMAICA.Tel: (876) 923-8611/5; Fax: (876) 923-5698

All quotations must be submitted on or before 11:00 a.m. on Monday, May 26, 2014. Quotations will be opened at 11:05 a.m. on Monday, May 26, 2014 at Petrojam Limited, 75 Marcus Garvey Drive, Kingston 15. Bidders or their representatives are invited to attend.

Quotations not received on or before the time and date specified will not be accepted.

Quotations should be in local currency indicating all applicable taxes.

Your quotation should be in English accompanied by a copy of your valid Tax Compliance Certificate (TCC) and a copy of your valid National Contracts Commission’s (NCC) Certificate in the category of General Services specializing in Non-Destructive Testing.

Page 2: RFQ _TA_ 2014 RFT Inspection_Rev1

Turnaround 2014- Remote Field Testing, AUT and Phased Array Analysis – Petrojam Limited March 12, 2014Your quotation should also be accompanied by the Form of Quotation in Attachment 2. The Form of Quotation has been included to ensure standardized submission of quotations by all suppliers and must be completed and signed by a duly authorized officer of the company and have the company’s seal/stamp affixed. Failure to submit the completed form or to comply with its requirements will result in the supplier’s quotation being excluded from further consideration. Quotations determined to be substantially responsive will be evaluated by comparison of their prices.

Arithmetical errors will be corrected as follows:

Where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by the quantity, the unit rate as quoted will govern.If a bidder refuses to accept the correction, the quotation will be rejected.

The award will be made to the bidder offering the lowest price and that meets the requirements in Attachment 3.

Bidders are also required to state a tender validity period of not less than ninety (90) days. All queries concerning this job may be directed to the attention of Neil Scott at telephone (876)-923-8611 extension 3709 or email [email protected]. Response will be made available to all bidders.

A site visit will be conducted on May 22, 2014 at: 9:00 a.m.

Petrojam Limited reserves the right to cancel the tender process or reject any or all quotations at its discretion.

Yours truly,PETROJAM LIMITED

_________________Winston L. Watson General Manager

Attachments

Page 3: RFQ _TA_ 2014 RFT Inspection_Rev1

Turnaround 2014 – Remote Field Testing, AUT and Phase Array analysis

ATTACHMENT 1SPECIFICATIONS/SCOPE OF SERVICES

Turnaround 2014: Remote Field Testing, AUT and Phased Array Analysis – Petrojam Limited.

Work Specifications

The work specification shall meet the requirements of the following, except to the extent more detailed or stringent requirements are indicated by the Contract Documents.

1. American Society of Mechanical Engineers (ASME) :a. Boiler & Pressure Vessel Code Section V – Non Destructive Examination

2. American petroleum Institute (API) Codes:a. API- RP 572- Inspection of Pressure Vessels.

3. NDT Technicians to be qualified to the following:b. Data analyst having a minimum valid Level II in ECT/PAUT/AUT/RFT by ASNT.c. Equipment operator having a minimum valid Level I & II in ECT/PAUT/AUT/RFT by

ASNT.d. Having a minimum valid ASNT level II in ultrasonic testing or equivalent.e. Other certifications include American Society for Non-Destructive Testing SNT-TC-1A

or American Welding Society Welding Inspection certification.

4. Previous experience of having successfully completed similar works during last 5 years in the petroleum refining industry and in particular proof of two major projects worked on in the past two years.

5. The contractor shall deploy at least three technicians comprising of one certified data analyst, equipment operator and assistant technician for carrying out RFT, AUT and PAUT works during the execution of the contract.

Duration:The full scope of work for NDT Inspection is expected to be completed within thirty (30) calendar days.

Page 4: RFQ _TA_ 2014 RFT Inspection_Rev1

Turnaround 2014 – Remote Field Testing, AUT and Phase Array analysis

Scope of Work

The contractor is required to supply all the materials, except as stated herein as being Owner-furnished, quality assurance, supervision, labour, transportation, tools, equipment, and other services, necessary to execute specialised NDT Inspection and shall include but not limited to the following:

1. Tubular Inspection The contractor shall perform Remote Field Testing (RFT) on fifty seven heat exchanger

tube bundles to detect internal and external surface degradation such as corrosion, erosion, pitting, fretting and gradual wall loss generally found in ferromagnetic tubing.

The Data Analyst shall be responsible for analysing and creating preliminary drawings for the purpose of determining which tube(s) were and were not tested, plugged or obstructed and what depth of defects were found in each individual tube.

2. Nozzle Weld and Inlet Elbow Inspection The contractor shall perform Phased Array Ultrasonic Testing (PAUT) on the nozzles of

Platformer Reactors and Phased Array Ultrasonic Testing and/or Automated Ultrasonic Testing (AUT) on the inlet elbow to the Gas Oil Hydrofiner to ascertain their mechanical integrity.

3. Automated Ultrasonic Inspection of Anchor Bolts The contractor shall perform Automated Ultrasonic Testing (AUT) on the anchor bolts of

Towers and Furnaces to ascertain their mechanical integrity.

4. The contractor shall produce a detailed work schedule to complete the work within the stipulated time period in consultation with the Project Manager.

Page 5: RFQ _TA_ 2014 RFT Inspection_Rev1

Turnaround 2014 – Remote Field Testing, AUT and Phase Array analysis

The work to be undertaken shall be in the Refinery Process Unit on the basis of Equipment ID, description and/or location and supporting sketches/engineering drawings of Reactor Drums, Furnace and Heat Exchangers as described in the Bill of Quantities below:

NDT Inspection (PAUT/RFT/AUT) of Process Unit EquipmentTurnaround 2014 - Remote Field Testing and Phase Array Analysis

Engineer’s EstimatePREPARATORY WORK

Bill No

.DESCRIPTION UNIT RATE $ COST $

Mobilisation and Demobilization

1.1 Allow for mobilisation of all necessary tools, equipment and personnel to site. sum

1.2 Allow for Demobilisation sumBill No

.Item Category Units ST Hrs. Basic Rates COST $

RFT Labour and Equipment2.1 Data Analyst2.2 Equipment Operator2.3 Assistant Technician2.4 Examination Equipment2.5 Reporting2.6 Per Diem (meals and lodging)Bill No

.Item Category Units ST Hrs. Basic Rates COST $

Phased Array Labour and Equipment3.1 Data Analyst3.2 Equipment Operator3.3 Omni Scan Phase Array Unit3.4 Reporting3.5 Per Diem (meals and lodging)

Page 6: RFQ _TA_ 2014 RFT Inspection_Rev1

Turnaround 2014 – Remote Field Testing, AUT and Phase Array analysis

Bill No. Item Category Units ST Hrs. Basic Rates COST $

Automated Ultrasonic Testing of Anchor Bolts

4.1 AUT Specialist

4.2 AUT Assistant

4.3 AUT Specialist

4.4 AUT Assistant

4.5 AUT Equipment

4.6 Reporting

4.7 Per Diem

4.8 Hotel

4.9 TransportBill No. Equip. ID Equipment

Description NDT Method Unit COST $

Phase Array Ultrasonic Testing of Nozzles (On-site billing time)

5.1 D-7 Power-former Reactor No. 1 PAUT ea.

5.2 D-8 Power-former Reactor No. 2 PAUT ea.

5.3 D-9 Power-former Reactor No. 3 PAUT ea.

5.4 D-14 Gas Oil Hydrofiner PAUT ea.

Bill No.

Equip. ID Equipment Description # of

tubes Rate $ COST $

RFECT (On-site billing time)

6.1 E-1APipestill Bottom Crude Feed

Exchanger. Preheat exchanger of Crude.

528

6.2 E-1BPipestill Bottom Crude Feed

Exchanger. Preh`eat exchanger of Crude.

528

6.3 E-2A Pipestill Pumparound Crude Feed Exchanger (Bottom) 570

6.4 E-2B Pipestill Pumparound Crude Feed Exchanger (Top) 540

6.5 E-2C Crude Pumparound Exchanger 776

6.6 E-3Gas Oil Hydrofiner Effluent Exchanger ( 1' 9" ID X 18' 7 13/16" length horizontal exchanger)

165

Page 7: RFQ _TA_ 2014 RFT Inspection_Rev1

Turnaround 2014 – Remote Field Testing, AUT and Phase Array analysis

6.7 E-5Virgin Naphtha Splitter Feed /

Naphtha Hydrofiner Feed Exchanger 273

Bill No.

Equip. ID Equipment Description # of

tubes Rate $ COST $

6.8 E-6A Naphtha Hydrofiner Effluent Feed Exchanger 1342

6.9 E-6BNaphtha Hydrofiner Effluent Feed Exchanger (1340 - 3/4" OD tubes in bundle)

1342

6.10 E-7Power former Effluent Naphtha

Hydrofiner Feed Exchanger 10

6.11 E-8 Primary Naphtha Hydrofiner Effluent Condenser (Air Fin Exchanger) 142

6.12 E-9 Secondary Naphtha Hydrofiner Effluent Condenser 202

6.13 E-10 Deethanizer Reboiler Exchanger 776

6.14 E-11 Debutanizer Overhead Condenser 808

6.15 E-12 Debutanizer Reboiler Condenser 324

6.16 E-14 C3/C4 Splitter Boiler Exchanger 212

6.17 E-16 L.P.G. Cooler Exchange 1

6.18 E-17 Butane Vaporizer 1

6.19 E-18 Butane Cooler Exchanger 1

6.2 E-19 Virgin Naphtha Splitter Condenser Exchanger 82

6.21 E-22 Virgin Naptha Cutback Reboiler 140

6.22 E-23 Heavy Virgin Naphtha Cooler 42

6.23 E-24 Gas Oil Hydrofiner Feed Exchanger 80

Page 8: RFQ _TA_ 2014 RFT Inspection_Rev1

Turnaround 2014 – Remote Field Testing, AUT and Phase Array analysis

6.24 E-25 Kerosene Hydrofiner Feed Exchanger 124

Bill No.

Equip. ID Equipment Description # of

tubes Rate $ COST $

6.25 E-26 Stipper Condenser 122

6.26 E-27 Gas Oil Product Cooler 102

6.27 E-28 Kerosene Product Cooler 138

6.28 E-29 Drier Regeneration Exchanger 36

6.29 E-30 Powerformer Stabilizer Reboier 101

6.3 E-31 Powerformer Feed Effluent Exchanger 512

6.31 E-32 Primary Powerformer Effluent Condenser 36

6.32 E-33Secondary Powerformer Effluent Condenser (207 straight tubes 3/4" OD X 20' long)

207

6.33 E-34Powerformer Stabilizer Condenser (450 straight tubes 3/4" OD) 450

6.34 E-35 Primary Powerformer Cooler 42

6.35 E-36APowerformate Trim Cooler (120 straignt tubes 3/4" OD X 20' long

horizontal exchanger)120

6.36 E-36B Powerformate Trim Cooler 120

6.37 E-37 Cutback Pipestill Bottoms Cooler 148

6.38 E-37A Cutback Pipestill Bottoms Cooler 1896

6.39 E-38 Boiler Feedwater Preheater 26

6.4 E-39 Regeneration Gas Cooler 137

Page 9: RFQ _TA_ 2014 RFT Inspection_Rev1

Turnaround 2014 – Remote Field Testing, AUT and Phase Array analysis

6.41 E-48 Gas Oil-Crude Exchanger 128

Bill No.

Equip. ID Equipment Description # of

tubes Rate $ COST $

6.42 E-50 Premium Gasoline Cooler 8

6.43 E-52 T-4 Overhead Cooler 240

6.44 E-53 D-1 Additional Cooler 165

6.45 E-54 Powerformer Feed/Kerosene H.E. 19

6.46 E-81 T-2 Overhead Heat Exchanger 346

6.47 E-85 D-1 Recontacting Heat Exchanger 200

6.48 E-90 Powerformer R/D Cooler 250

6.49 E-91 Desalter Fresh / Effluent Waters H.E. 62

6.5 E-201 VAC Btms / Vac Feed 146

6.51 E-202 Vacuum Gas Oil Cooler 158

6.52 E-203 Vacuum Overhead Precondenser 44

6.53 E-204 Vacuum Overhead Precondenser 92

6.54 E-205 Vacuum Overhead Precondenser 50

6.55 E-209 Fuel Oil Cooling Exchanger to Storage 282

6.56 E-211A Secondary Vacuum Bottoms Crude Exchanger 119

6.57 E-211B Secondary Vacuum Bottoms Crude Exchanger 119

Page 10: RFQ _TA_ 2014 RFT Inspection_Rev1

Turnaround 2014 – Remote Field Testing, AUT and Phase Array analysis

SUMMARYBill No. DESCRIPTION COST $

1 Mobilisation and Demobilization2 RFT Labour and equipment3 Phaze Array Ultrasonic Testing labour and Equipment4 Automated Ultrasonic Testing of Anchor Bolts

5 Phase Array Ultrasonic Testing of Nozzles (On-site billing time)

6 RFECT (On-site billing time)Collection SummaryINSURANCEGRAND TOTAL COST- Carried to Form of Tender

TOTAL CARRIED TO CONTRACTORS BID FORM

Page 11: RFQ _TA_ 2014 RFT Inspection_Rev1

Turnaround 2014 – Remote Field Testing, AUT and Phase Array analysis

General RequirementsThe detailed specifications given hereinafter are for the items of works described in the schedule of quantities attached herein, and shall be guidance for proper execution of work to the required standards. It may also be noted that the specifications are of a generalized nature and these shall be read in conjunction with the description of item in the Engineers Bill of Quantities and drawings/sketches provided.Unless specifically otherwise mentioned, all the applicable codes and standards (API, ASME etc.), shall govern in all respects of workmanship, quality and methods of testing.

1. All materials and workmanship shall be in accordance with the requirements of ASME Section XI Appendix IV and ASME Section V Article 8.

2. Examiners performing specific NDE procedures namely Phase Array Ultrasonic testing, Automated Ultrasonic Testing and Remote Field Testing methods viz. PAUT, AUT and RFT shall qualify to the following:

a. Data analyst having a minimum valid Level II in PAUT/RFT/AUT.b. Equipment operator having a minimum valid Level I & II in PAUT/RFT/AUT.c. Having a minimum valid ASNT level II in ultrasonic testing or equivalent.d. Other certifications include American Society for Non-Destructive Testing SNT-TC-1A

or American Welding Society Welding Inspection certification.e. Having adequate experience of performing inspection on pressure vessels with a

minimum thickness of 25.4 mm using techniques specified under this contract in reputed oil refineries worldwide.

3. Testing shall be done with qualified procedure that includes criteria for calibration, test method, inspection speed (where relevant), analysis method, and reporting criteria.

4. Data gathering and analysis personnel shall be trained on the proper technique and typical flaws identifiable with the test method.

5. Calibration of test equipment shall be made using appropriate calibration standards for the test method being used.

6. The contractor shall depute a qualified and experienced Tubular Analyst at site for the supervision of work and to perform the day-to-day instructions related to work.

7. In the case of any difference or discrepancy between the specifications and the description in the schedule of quantities, the schedule of quantities shall take precedence. In the case of any difference or discrepancy between specifications and sketches, the specifications shall take precedence.

8. Where it is observed that the survey data collected is considered erroneous, the Contractor shall be required to redo same at no cost to the Owner.

9. The contractor shall submit the inspection/test reports in duplicate indicating summary of recommendations.

Page 12: RFQ _TA_ 2014 RFT Inspection_Rev1

Turnaround 2014 – Remote Field Testing, AUT and Phase Array analysis

10. The work site MUST be maintained in a clean and orderly condition while work is in progress.

11. The contractor shall be responsible for the daily removal of all materials (finished couplant tubes, oil containers, waste cloth, tools etc.) upon completion of Inspection.

12. Garbage must be taken to the municipal landfill.13. It will be the responsibility of the contractor to acquaint his employees with Petrojam’s

safety instructions and ensure that they adhere to said instructions.14. If the contractor needs to arrange over-time hours, he must take this into consideration

when preparing his quotation and schedule. Petrojam Limited must authorize over-time prior to doing any over-time work.

15. A signed HOT WORK permit shall be issued by the Owner’s representative and must be received by the contractor prior to the commencement of any hot working procedure.

16. All contractors’ employees shall be issued identification badges by Petrojam Limited. All contractors and contractors’ employees must have their identification badges attached to their outer garment in a prominent position, so that they can be easily identified.

17. Sanitary conveniences are available at the Owner’s premises. The contractor will make his own arrangements on site for drinking water for his workers.

18. The contractor will make his own arrangements for meals for his workers. Canteen facilities are available on the Owner’s premises on weekdays between the hours 7:30 a.m. and 1:00 p.m.

19. The contractor may use the Owner’s portable drinking water and firewater, but connections will be done by him with the Owner’s approval.

Page 13: RFQ _TA_ 2014 RFT Inspection_Rev1

Turnaround 2014 – Remote Field Testing, AUT and Phase Array analysis

Materials and Equipment

Owner Supplied Fire water Power Supply Plant air Any technical data of equipment shall be made available as and when required. Safety work permit will be issued by Project Manager. Insulation removal, Manlift and Scaffolding erection wherever required for job execution.

Contractor Supplied

The contractor shall arrange all the equipment, required for the work as per specification, satisfaction and approval of the Petrojam Project Manager at site. All materials and equipment not listed as Owner Supplied to include but not limited to the following:

Probes/Coils of suitable sizes for the following heat exchanger tube dimensions and metallurgy:

Tag Number Equipment Description

Tube Length

(ft.)

Tube Diameter O.D. (in.)

Nominal Wall

Thickness (in.)

Materials of Construction

E-1APipestill Bottom Crude Feed

Exchanger. Preheat exchanger of Crude.

20 1 0.12 SA-214

E-1BPipestill Bottom Crude Feed

Exchanger. Preheat exchanger of Crude.

20 1 0.12 SA-214

E-2A Pipestill Pumparound Crude Feed Exchanger (Bottom) 20 1 0.12 SA-214

E-2B Pipestill Pumparound Crude Feed Exchanger (Top) 20 1 0.12 SA-214

E-2C Crude Pumparound Exchanger 20 3/4 0.085 SA-214

E-3 Gas Oil Hydrofiner Effluent Exchanger 20 1 0.12 SA-213-T11

E-5

Virgin Naphtha Splitter Feed/

Naphtha Hydrofiner Feed Exchanger

20 3/4 0.083 SA-179

E-6A Naphtha Hydrofiner Effluent Feed Exchanger 20 3/4 0.134 SA-268-TP410

E-6B Naphtha Hydrofiner Effluent 20 3/4 0.134 SA-268-TP410

Page 14: RFQ _TA_ 2014 RFT Inspection_Rev1

Turnaround 2014 – Remote Field Testing, AUT and Phase Array analysis

Tag Number Equipment Description

Tube Length

(ft.)

Tube Diameter O.D. (in.)

Nominal Wall

Thickness (in.)

Materials of Construction

Feed Exchanger

E-7Power former Effluent

Naphtha Hydrofiner Feed Exchanger

17' 3 1/2" 4 1/2 0.237 SA-312-TP316

E-8Primary Naphtha Hydrofiner Effluent Condenser (Air Fin

Exchanger)30 1 0.065 SA-214

E-9Secondary Naphtha Hydrofiner Effluent

Condenser20 3/4 0.085 SA-214

E-10 Deethanizer Reboiler Floating Head Bundle 20 3/4 0.109 SA-179

E-11 Debutanizer Overhead Condenser 20 3/4 0.083 SA-213-T11

E-12 Debutanizer Reboiler Condenser 8 1 0.083 SA-209-T1A

E-14 C3/C4 Splitter Boiler Exchanger 3 3/4 0.083 SA-213-T11

E-16 L.P.G. Cooler Exchange 20' 6 3/4" 1 8/9 0.145 SA-106-B

E-17 Butane Vaporizer 20' 6 3/4" 1 8/9 0.145 SA-106-B

E-18 Butane Cooler Exchanger 20' 6 3/4" 1 8/9 0.145 SA-106-Gr B

SMLS

E-19 Virgin Naphtha Splitter Condenser Exchanger 30 1 0.065 SA-214

E-22 Virgin Naptha Cutback Reboiler 20 1 0.109 SA-213-T5

E-23 Heavy Virgin Naphtha Cooler 30 1 0.065 SA-214

E-24 Gas Oil Hydrofiner Feed Exchanger 20 1 0.109 SA-213-T11

E-25 Kerosene Hydrofiner Feed Exchanger 20 1 0.11 SA-214

E-26 Stipper Condenser 24 1 0.065 1 1/4 Cr - 1/2 Mo

E-27 Gas Oil Product Cooler 30 1 0.065 1 1/4 Cr - 1/2 Mo

E-28 Kerosene Product Cooler 30 1 0.065 SA-214

E-29 Drier Regeneration Exchanger 6 1 0.083 SA-213-T11

E-30 Powerformer Stabilizer Reboier 13 1 0.12 SA-213-T11

Page 15: RFQ _TA_ 2014 RFT Inspection_Rev1

Turnaround 2014 – Remote Field Testing, AUT and Phase Array analysis

Tag Number Equipment Description

Tube Length

(ft.)

Tube Diameter O.D. (in.)

Nominal Wall

Thickness (in.)

Materials of Construction

E-31 Powerformer Feed Effluent Exchanger 48 3/4 0.109 SA-213-T11

E-32 Primary Powerformer Effluent Condenser 30 1 16 BWG SA-214

E-33 Secondary Powerformer Effluent Condenser 20 3/4 0.083 SA-179

E-34 Powerformer Stabilizer Condenser 3' 3" 3/4 0.085 SA-213-T11

E-35 Primary Powerformer Cooler 30 1 0.065 SA -214

E-36A Powerformate Trim Cooler 20 3/4 0.083 SA-213-T11

E-36B Powerformate Trim Cooler 20 3/4 0.083 SA-213-T11

E-37 Cutback Pipestill Bottoms Cooler 20 1 0.095 SA-213-T11

E-37A Cutback Pipestill Bottoms Cooler

20' 8 5/8" 1 0.06 SA-214

E-38 Boiler Feedwater Preheater 20' 8 5/8" 1 0.134 SA-214-ERW

E-39 Regeneration Gas Cooler 30 1 0.134 SA-179

E-48 Gas Oil-Crude Exchanger 16 1 0.12 SA-214

E-50 Premium Gasoline Cooler 20 1 8/9 0.145 - .200 nom

SA-106-Br B SMLS

E-52 T-4 Overhead Cooler 16 3/4 0.083 SA-179

E-53 D-1 Additional Cooler 20 3/4 0.083 SA-179

E-54 Powerformer Feed/Kerosene H.E.

10' 10 11/16" 3/4 0.083 SA-214 ERW MW

E-81 T-2 Overhead Heat Exchanger 20 3/4 0.083 SA-213-T11

E-85 D-1 Recontacting Heat Exchanger 16 3/4 0.085 SA-214

E-90 Powerformer R/D Cooler 20 3/4 0.083 SA-213-T11

E-91 Desalter Fresh / Effluent Waters H.E. 16 3/4 0.083 SA-213-T11

E-201 VAC Btms / Vac Feed 20 1 0.125 SA-214

E-202 Vacuum Gas Oil Cooler 22 1 0.072 SA-214

E-203 Vacuum Overhead Precondenser 20 3/4 0.12 SA-214

Page 16: RFQ _TA_ 2014 RFT Inspection_Rev1

Turnaround 2014 – Remote Field Testing, AUT and Phase Array analysis

Tag Number Equipment Description

Tube Length

(ft.)

Tube Diameter O.D. (in.)

Nominal Wall

Thickness (in.)

Materials of Construction

E-204 Vacuum Overhead Precondenser 20 3/4 0.049 304 SS

E-205 Vacuum Overhead Precondenser 20 3/4 0.049 304 SS

E-209 Fuel Oil Cooling Exchanger to Storage 20 1 0.109 SA-214

E-211A Secondary Vacuum Bottoms Crude Exchanger 20 1 0.125 SA-214

E-211B Secondary Vacuum Bottoms Crude Exchanger 20 1 0.125 SA-214

Cables for the Eddy Current Probe Probe pusher and puller Portable Digital Multi-frequency Eddy Current Testing instrument Data Recorder Phazed Array Ultrasonic Inspection Unit. Reference standards Couplant Safety equipment for all workmen Transportation

Page 17: RFQ _TA_ 2014 RFT Inspection_Rev1

Turnaround 2014 – Remote Field Testing, AUT and Phase Array analysis

NOTES

1. The work on the heat exchanger tubes will be done while the vessel is out-of-service.

2. The work site must be maintained in a clean, tidy and orderly condition during the Ultrasonic Inspection process.

3. After completion of the inspection, the work site must be left free from debris and clean.

4. The contractor will be totally responsible, at all times, for the safety and warehousing of his equipment, materials and any of the Owner’s materials entrusted to him.

5. Petrojam Limited will not be held liable for loss or theft of any equipment and/or materials suffered by the contractor.

6. At the end of the project, the contractor MUST clean the work site to the satisfaction of Petrojam’s Project Engineer.

7. The workforce shall be comprised of skilled workmen, capable of conducting work related activities under minimum supervision.

Page 18: RFQ _TA_ 2014 RFT Inspection_Rev1

Turnaround 2014 – Remote Field Testing, AUT and Phase Array analysis

ATTACHMENT 2

FORM OF QUOTATION

To: Petrojam LimitedP.O. Box 241, GPOKingston

Attn: Refinery Compliance Officer

Sirs:

I/WE, the undersigned having inspected the Request for Quotations and the Specifications for the Turnaround 2014- Remote Field Testing, Automated Ultrasonic Testing and Phased Array Analysis, hereby offer to supply the goods in accordance with the terms and conditions stated in this tender for the sum of:_____________________________________________________________

______________________________________ ($ ).

I/We undertake, if our quotation is accepted to supply the goods within _________ calendar days after receipt of an approved Purchase Order.

I/WE understand that I AM/WE ARE tendering at MY OWN/OUR OWN expense and that neither the lowest nor any quotation will necessarily be accepted.

I/WE agree that this quotation shall remain open for acceptance for a period of NINETY (90) DAYS from the submission deadline for quotations.

Signed: _____________________________________________________

On behalf of: ________________________________________________

In the capacity of: ____________________________________________

Address: ___________________________________________________

__________________________________________________________

Date: ______________________________________________________(Affix company’s seal/stamp)

Page 19: RFQ _TA_ 2014 RFT Inspection_Rev1

Turnaround 2014 – Remote Field Testing, AUT and Phase Array analysis

ATTACHMENT 3EVALUATION CRITERIA

The following evaluation criteria will be used in the evaluation of the tenders:

Item # Criteria Score

Weight (Max of 5) Weighted Score

1 Cost 50 A 50 x A2 Schedule 10 B 10 x B3 Firms Experience 15 C 15 x C4 Key Personnel Experience 15 D 15 x D5 Key Personnel Certification 10 E 10 x E

Total 100 Y

1. Cost Evaluation: Stated Cost Assigned Weight “ A ” Lowest Cost 5Higher than lowest cost (X dollars) (lowest cost /X) x 5

2. Schedule Evaluation:Expected completion is 30 calendar days. Stated Completion Period Assigned weight “ B ” 30 days 6Less than 30 days 10More than 30 days (X days) (30/X) x 6

3. Firm’s Experience Evaluation:Contractor shall submit verifiable details of the experience relating to the inspection of Pressure Vessels (Form G – Firms Experience Listing). Details shall include the name of the entity/company for which the work was done, nature of job undertaken, the month and year that the project was done, the cost of the project, the type of pressure vessels and a contact individual and number for the project.

Number of pressure vessels inspected in the last 15 years

Company Experience Weight “C”

0 0.001-3 1.255-7 2.508-10 3.7511 and above 5.00

Page 20: RFQ _TA_ 2014 RFT Inspection_Rev1

Turnaround 2014 – Remote Field Testing, AUT and Phase Array analysis

4. Key Personnel Experience Evaluation:Contractor must submit listing (Form F – Listing of Proposed Key Project Personnel) of key personnel proposed to be assigned to the Turnaround 2014 – Remote Field Testing, Automated Ultrasonic Testing and Phazed Array Analysis Project along with their curriculum vitae and references. The list of key personnel must include the below skills at a minimum. The years of experience of each personnel in their specific field must be clearly highlighted.

Level II Data Analyst/Site Supervisor

AUT Specialist

PAUT Level II Data Analyst

Level II Equipment Operator AUT Assistant

PAUT Level I Assistant

Level I Assistant Technician

Experience scoring for each key personnel:

Years of experience of personnel in specific field Personnel score0 0 points (min)1-5 1 points6-10 3 pointsAbove 10 5 points (max)

Weight personnel experience “D” = (sum of individual scores / 3)

5. Key Personnel Certification Evaluation:The submission of the relevant qualification documents is mandatory and failure to do so will deem the bid non-responsive.E = 0 or 1

Methodology for obtaining scores is as follow:A. CostB. ScheduleC. Firm’s ExperienceD. Key Personnel ExperienceE. Key Personnel Certification

Total Weighted Score = (1 x E) x (50xA + 20xB + 15xC + 15xD) (500 MAXIMUM)

The bidder obtaining the highest evaluated score shall be awarded the contract, provided that: (a) the bidder’s bid is substantially responsive to the Bidding Documents; and (b) the bidder is qualified to perform the Contract satisfactorily.

Page 21: RFQ _TA_ 2014 RFT Inspection_Rev1

Turnaround 2014 – Remote Field Testing, AUT and Phase Array analysis

Should there be a tie, other factors at the sole discretion of Petrojam Limited, will be considered to choose the winner.

Form D. - Resume of Proposed Key Personnel

Name of Bidder

Position

Personnel information

Name Date of birth

Professional qualifications

Present employment

Name of employer

Address of employer

Telephone Contact (manager / personnel officer)

Fax E-mail

Job title Years with present employer

Summarize professional experience over the last 20 years, in reverse chronological order. Indicate particular technical and managerial experience relevant to the project.

From To Company / Project / Position / Relevant technical and management experience

Page 22: RFQ _TA_ 2014 RFT Inspection_Rev1

Turnaround 2014 – Remote Field Testing, AUT and Phase Array analysisBIDDING FORMS – LISTING OF KEY PERSONNEL

Form F – Listing of Key Personnel assigned to project

Item Name of Key Person Key Function

No. of years with Firm

No. of Years in Key Function capacity

1 Level II Data Analyst/Site Supervisor

2 Level II Equipment Operator

3 Level I Assistant Technician

4 AUT Specialist

5 AUT Assistant

6 PAUT Level II Data Analyst

7 PAUT Level I Assistant

8

9

10

11

12

Page 23: RFQ _TA_ 2014 RFT Inspection_Rev1

Turnaround 2014 – Remote Field Testing, AUT and Phase Array Analysis

Form G – Firms experience listing NDT Inspection of Pressure Vessels and Pipelines in accordance with the requirements of ASME Section V, Article 5, paragraph T-543.(Fill up one (1) form per Contract/job)

Contract Number & Name

Date (month/year)

Value of Contract

(US$)

Type of Pressure Vessels

Percent & [$ value] of

Contract if partner in a

JV or a Subcontracto

r.

Contract

Awarded

Contract Complet

ed

Role in Contract (Circle appropriate role) Main Contractor Sub-

Contractor Management ContractorName of Entity / Company,Address,Telephone/Fax No.,Email,Contact individual

Brief description of Work Performed

Page 24: RFQ _TA_ 2014 RFT Inspection_Rev1

Turnaround 2014 – Remote Field Testing, AUT and Phase Array Analysis

ATTACHMENT 4CHECKLIST OF DOCUMENTS TO BE SUBMITTED WITH BIDS

1. ATTACHMENT 2 – FORM OF QUOTATION

2. PRICED BILL OF QUANTITIES (ATTACHMENT 1) IN JMD AND BIDDERS ARE TO SPECIFY THEIR PAYMENT TERMS.

3. TAX COMPLIANCE CERTIFICATE (TCC)***

4. NATIONAL CONTRACTS COMMISSION’S (NCC) CERTIFICATION IN THE CATEGORY OF GENERAL SERVICES***

5. SELF ATTESTED COPY OF COMPLETION CERTIFICATES AND WORK ORDER OF SIMILAR EXECUTED WORKS IN LAST 5 YEARS.

a. COMPLETION CERTIFICATE WITH WORK ORDER FOR ONE WORK COSTING NOT LESS THAN THE AMOUNT EQUAL TO 80% OF THE ESTIMATED COST.

b. COMPLETION CERTIFICATE WITH WORK ORDER FOR MINIMUM TWO WORKS EACH COSTING NOT LESS THAN THE AMOUNT EQUAL TO 50% OF THE ESTIMATED COST.

c. COMPLETION CERTIFICATE WITH WORK ORDER FOR MINIMUM THREE WORKS EACH COSTING NOT LESS THAN THE AMOUNT EQUAL TO 40%. OF THE ESTIMATED COST.

6. AVERAGE ANNUAL FINANCIAL TURNOVER DURING LAST 3 YEARS ENDING 31ST MARCH OF THE PREVIOUS FINANCIAL YEAR, SHOULD BE AT LEAST 80% OF THE ESTIMATED COST.

7. SOLVENCY CERTIFICATE OF AMOUNT EQUAL TO 40% OF THE ESTIMATED COST ISSUED FROM COMMERCIAL BANK IN LAST 6 MONTHS.

8. LIST OF TECHNICAL STAFF IN THE FORM.

9. LIST OF ON GOING WORK WITH BALANCE VALUE OF WORK REMAINING AS ON TODAY AS PER ANNEXURE.

10. COMPLETE TENDER DOCUMENT INCLUDING GENERAL CONDITIONS OF CONTRACT, SPECIAL CONDITIONS OF CONTRACT ETC. HAVE BEEN READ OUT, UNDERSTOOD AND ARE ACCEPTED TO THE BIDDER.

Failure to submit any of items 1 -10 will deem the quotation non-responsive.

Page 25: RFQ _TA_ 2014 RFT Inspection_Rev1

Turnaround 2014 – Remote Field Testing, AUT and Phase Array Analysis

ATTACHMENT 5NDT Inspection (PAUT/RFT/AUT) of Process Unit Equipment

Turnaround 2014 - Remote Field Testing and Phase Array AnalysisEngineer’s Estimate

PREPARATORY WORKBill No

.DESCRIPTION UNIT RATE $ COST $

Mobilisation and Demobilization

1.1 Allow for mobilisation of all necessary tools, equipment and personnel to site. sum $

$2,914,400.08$2,914,400.0

81.2 Allow for Demobilisation sum $150,000.00 $150,000.00Bill No

.Item Category Unit

s ST Hrs. Basic Rates COST $

RFT Labour and Equipment2.1 Data Analyst 1 240 $8,250.00 $1,980,000.002.2 Equipment Operator 1 240 $6,600.00 $1,584,000.002.3 Assistant Technician 1 240 $4,400.00 $1,056,000.002.4 Examination Equipment 1 240 $4,840.00 $1,161,600.002.5 Reporting 57 - $33,000.00 $1,881,000.00Bill No

.Item Category Unit

s ST Hrs. Basic Rates COST $

Phased Array Labour and Equipment3.1 Data Analyst 1 24 $14,520.00 $1,626,240.003.2 Equipment Operator 1 24 $6,600.00 $739,200.003.3 Omni Scan Phase Array Unit 1 24 $5,775.00 $646,800.003.4 Reporting 12 - $33,000.00 $396,000.00

Bill Item Category Units ST Hrs. Basic Rates COST $

Page 26: RFQ _TA_ 2014 RFT Inspection_Rev1

Turnaround 2014 – Remote Field Testing, AUT and Phase Array Analysis

No.Automated Ultrasonic Testing of Anchor Bolts

4.1 AUT Specialist 1 40 $9,350.00 $374,000.00

4.2 AUT Assistant 1 40 $4,950.00 $198,000.00

4.3 AUT Specialist 1 32 (OT Hrs.) $13,970.00 $447,040.00

4.4 AUT Assistant 1 32(OT Hrs.) $7,425.00 $237,600.00

4.5 AUT Equipment 1 48 $12,375.00 $594,000.00

4.6 Reporting 8 1.5 $9,350.00 $112,200.00Bill No. Equip. ID Equipment

Description NDT Method Unit COST $

Phase Array Ultrasonic Testing of Nozzles (On-site billing time)

5.1 D-7 Power-former Reactor No. 1 PAUT ea. $558,800.00

5.2 D-8 Power-former Reactor No. 2 PAUT ea. $558,800.00

5.3 D-9 Power-former Reactor No. 3 PAUT ea. $558,800.00

5.4 D-14 Gas Oil Hydrofiner PAUT ea. $100,000.00Bill No.

Equip. ID Equipment Description # of

tubes Rate $ COST $

RFECT (On-site billing time)

6.1 E-1APipestill Bottom Crude Feed

Exchanger. Preheat exchanger of Crude.

528 $450.00 $237,600.00

6.2 E-1BPipestill Bottom Crude Feed

Exchanger. Preh`eat exchanger of Crude.

528 $450.00 $237,600.00

6.3 E-2A Pipestill Pumparound Crude Feed Exchanger (Bottom) 570 $450.00 $256,500.00

6.4 E-2B Pipestill Pumparound Crude Feed Exchanger (Top) 540 $450.00 $243,000.00

6.5 E-2C Crude Pumparound Exchanger 776 $450.00 $349,200.00

6.6 E-3Gas Oil Hydrofiner Effluent Exchanger ( 1' 9" ID X 18' 7 13/16" length exchanger) 165 $450.00 $74,250.00

Bill No.

Equip. ID Equipment Description # of

tubes Rate $ COST $

6.7 E-5Virgin Naphtha Splitter Feed /

Naphtha Hydrofiner Feed Exchanger 273 $450.00 $122,850.00

Page 27: RFQ _TA_ 2014 RFT Inspection_Rev1

Turnaround 2014 – Remote Field Testing, AUT and Phase Array Analysis

6.8 E-6A Naphtha Hydrofiner Effluent Feed Exchanger 1342 $450.00 $603,900.00

6.9 E-6BNaphtha Hydrofiner Effluent Feed Exchanger (1340 - 3/4" OD tubes in bundle)

1342 $450.00 $603,900.00

6.10 E-7Power former Effluent Naphtha

Hydrofiner Feed Exchanger 10 $450.00 $4,500.00

6.11 E-8 Primary Naphtha Hydrofiner Effluent Condenser (Air Fin Exchanger) 142 $450.00 $63,900.00

6.12 E-9 Secondary Naphtha Hydrofiner Effluent Condenser 202 $450.00 $90,900.00

6.13 E-10 Deethanizer Reboiler Exchanger 776 $450.00 $349,200.00

6.14 E-11 Debutanizer Overhead Condenser 808 $450.00 $363,600.00

6.15 E-12 Debutanizer Reboiler Condenser 324 $450.00 $145,800.00

6.16 E-14 C3/C4 Splitter Boiler Exchanger 212 $450.00 $95,400.00

6.17 E-16 L.P.G. Cooler Exchange 1 $450.00 $450.00

6.18 E-17 Butane Vaporizer 1 $450.00 $450.00

6.19 E-18 Butane Cooler Exchanger 1 $450.00 $450.00

6.2 E-19 Virgin Naphtha Splitter Condenser Exchanger 82 $450.00 $36,900.00

6.21 E-22 Virgin Naptha Cutback Reboiler 140 $450.00 $63,000.00

6.22 E-23 Heavy Virgin Naphtha Cooler 42 $450.00 $18,900.00

Bill No.

Equip. ID Equipment Description # of

tubes Rate $ COST $

6.23 E-24 Gas Oil Hydrofiner Feed Exchanger 80 $450.00 $36,000.00

Page 28: RFQ _TA_ 2014 RFT Inspection_Rev1

Turnaround 2014 – Remote Field Testing, AUT and Phase Array Analysis

6.24 E-25 Kerosene Hydrofiner Feed Exchanger 124 $450.00 $55,800.00

6.25 E-26 Stipper Condenser 122 $450.00 $54,900.00

6.26 E-27 Gas Oil Product Cooler 102 $450.00 $45,900.00

6.27 E-28 Kerosene Product Cooler 138 $450.00 $62,100.00

6.28 E-29 Drier Regeneration Exchanger 36 $450.00 $16,200.00

6.29 E-30 Powerformer Stabilizer Reboier 101 $450.00 $45,450.00

6.3 E-31 Powerformer Feed Effluent Exchanger 512 $450.00 $230,400.00

6.31 E-32 Primary Powerformer Effluent Condenser 36 $450.00 $16,200.00

6.32 E-33Secondary Powerformer Effluent Condenser (207 straight tubes 3/4" OD X 20' long)

207 $450.00 $93,150.00

6.33 E-34Powerformer Stabilizer Condenser (450 straight tubes 3/4" OD) 450 $450.00 $202,500.00

6.34 E-35 Primary Powerformer Cooler 42 $450.00 $18,900.00

6.35 E-36APowerformate Trim Cooler (120 straignt tubes 3/4" OD X 20' long

horizontal exchanger)120 $450.00 $54,000.00

6.36 E-36B Powerformate Trim Cooler 120 $450.00 $54,000.00

6.37 E-37 Cutback Pipestill Bottoms Cooler 148 $450.00 $66,600.00

6.38 E-37A Cutback Pipestill Bottoms Cooler 1896 $450.00 $853,200.00

Bill No.

Equip. ID Equipment Description # of

tubes Rate $ COST $

6.39 E-38 Boiler Feedwater Preheater 26 $450.00 $11,700.00

Page 29: RFQ _TA_ 2014 RFT Inspection_Rev1

Turnaround 2014 – Remote Field Testing, AUT and Phase Array Analysis

6.4 E-39 Regeneration Gas Cooler 137 $450.00 $61,650.00

6.41 E-48 Gas Oil-Crude Exchanger 128 $450.00 $57,600.00

6.42 E-50 Premium Gasoline Cooler 8 $450.00 $3,600.00

6.43 E-52 T-4 Overhead Cooler 240 $450.00 $108,000.00

6.44 E-53 D-1 Additional Cooler 165 $450.00 $74,250.00

6.45 E-54 Powerformer Feed/Kerosene H.E. 19 $450.00 $8,550.00

6.46 E-81 T-2 Overhead Heat Exchanger 346 $450.00 $155,700.00

6.47 E-85 D-1 Recontacting Heat Exchanger 200 $450.00 $90,000.00

6.48 E-90 Powerformer R/D Cooler 250 $450.00 $112,500.00

6.49 E-91 Desalter Fresh / Effluent Waters H.E. 62 $450.00 $27,900.00

6.5 E-201 VAC Btms / Vac Feed 146 $450.00 $65,700.00

6.51 E-202 Vacuum Gas Oil Cooler 158 $450.00 $71,100.00

6.52 E-203 Vacuum Overhead Precondenser 44 $450.00 $19,800.00

6.53 E-204 Vacuum Overhead Precondenser 92 $450.00 $41,400.00

6.54 E-205 Vacuum Overhead Precondenser 50 $450.00 $22,500.00

Bill No.

Equip. ID Equipment Description # of

tubes Rate $ COST $

6.55 E-209 Fuel Oil Cooling Exchanger to Storage 282 $450.00 $126,900.00

Page 30: RFQ _TA_ 2014 RFT Inspection_Rev1

Turnaround 2014 – Remote Field Testing, AUT and Phase Array Analysis

6.56 E-211A Secondary Vacuum Bottoms Crude Exchanger 119 $450.00 $53,550.00

6.57 E-211B Secondary Vacuum Bottoms Crude Exchanger 119 $450.00 $53,550.00

SUMMARYBill No. DESCRIPTION COST $

1 Mobilisation and Demobilization $2,914,400.082 RFT Labour and equipment $7,662,600.003 Phaze Array Ultrasonic Testing labour and Equipment $3,408,240.004 Automated Ultrasonic Testing of Anchor Bolts $1,962,840.00

5 Phase Array Ultrasonic Testing of Nozzles (On-site billing time) $1,776,400.00

6 RFECT (On-site billing time) $7,033,500.00Collection Summary $31,423,780.08

INSURANCE $700,000.00GRAND TOTAL COST- Carried to Form of Tender $32,123,780.08

TOTAL CARRIED TO CONTRACTORS BID FORM $32,123,780.08