Anda di halaman 1dari 52

KENYA PIPELINE COMPANY LTD

REVIEW OF THE DETAILED ENGINEERING DESIGN BY SHENGLI ENGINEERING & CONSULTING COMPANY
LIMITED/KURRENT TECHNOLOGIES LTD RECEIVED ON 02 DECEMBER 2013 BY KPC
S/No

Document No.

Page
No.

Item No

Short Description

KPC Remarks

Position

All documents to have


KPC Logo together with
SLECC logo on the page
header.
The documents do not
include PS14 in the
design scope of works.
a) Refer 2c in the
negotiation
minutes.
b) Refer item 6.4:
Initial
understanding of
Line-1 page 143
c) Objective under
the Terms of
Reference (page
22of 37 of the
signed contract).
Consultant to clarify
omission of PS14.
Scope of services item
(c) of the signed
contract. The project
risk matrix should be
submitted before
approval of the
detailed engineering
design.

Agreed

1)

All Documents

General

General

2)

All Documents

General

General

General

Project risk matrix

3)

PR PROCESS

a. SLECC: Maintains that


the scope of works does
not include PS14.
b. KPC: The objective
would not be achieved if
PS14 is not in the scope
of works therefore the
DED as presented will
not be approved in that
form.
c. It was agreed that SLECC
shall submit a written
explanation to KPC to
justify why PS14 is not
in the scope of works.

SLECC to comply with the


contract.

S/No

Document No.

Page
No.

Item No

Short Description

KPC Remarks

Position

Consultant to clarify
whether the tank inlet
valves, tank vent
valves, etc. are capable
of operating at the
increased flow rates for
the new pipeline.
Consultant to verify if
the surge relief
facilities (tanks) are
adequate to cater for
the increased flow
rates under the new
project.
Consultant to indicate
what documents will
comprise the tender
documents.
Revise to read Bidder
shall allow for all
applicable Statutory
Taxes, duties and levies
applicable in Kenya and
in the country of origin.

a. SLECC: Are adequate for


Phase I. Will undertake
review for phase II and
Phase III.
b. KPC: SLECC to undertake
the review so that KPC
can determine if the
facilities shall be
upgraded in phase I, II
or III.
c. It was agreed that SLECC
would provide the
details.

Remove SLECC and


revise the sentence to
reflect the assignment.

Agreed

Differentiate

SLECC to correct the


document
SLECC to delete.

4)

General

Terminal facilities

Tank inlet nozzles and


Protection facilities

5)

General

General

Draft Tender Documents

6)

Schedule of Prices and


Rates

1.1 Notes on Pricing


Item VI

7)

DD-EM-TS-PR-001-A

Opening statement

Bidder shall allow for all


applicable Statutory Taxes
and duties that include but
not limited to the following:
a) VAT @16% or as applicable
b) Withholding Tax @ 3% or
as applicable
This system defines SLECC
document numbering

DD-LINE1R-BD-PR-001A
DD-LINE1R-BD-PR-001A

2.1 ABBREVIATIONS

2.1 ABBREVIATIONS

8)
9)
10)

Both F&G and FGS are given


as Fire & Gas System
MSR - Motor Spirit Regulator

Delete the item since


this grade is no longer
available in the Kenyan
Market.

Agreed: SLECC to provide


the list of documents to
comprise the tender
documents.

S/No

Document No.

Page
No.

Item No

Short Description

KPC Remarks

Position

11)

DD-LINE1R-BD-PR-001A

14

3.1 PRODUCTS
DEMAND FORECAST:
Bullet 4

Give reference for the


document where this
concern is addressed.

SLECC to delete the


statement

12)

DD-LINE1R-BD-PR-001A

a) Replace threat
with impact
b) Year 2013 is over.
Review and update
the status.

SLECC to review

13)

DD-LINE1R-BD-PR-001A

17

3.3 PRODUCT
SOURCING

A 20 inch line has major


implications on pumping
capacity and options shall be
listed and explained by the
consultants engineering
team
a) The Isiolo refinery threat
can only become real

b) This confirmation can be


expected in the course of
2013.
PS1 is the initial station of
Line 1 and located in
Mombasa.

Related to PS14 issue that is


pending clarification from
SLECC

14)

DD-LINE1R-BD-PR-001A

18

4.1 STEADY STATE


ANALYSIS: In Phase III
(2037~2044)

Refer item 6.4: Initial


understanding of Line-1
page 143 in the signed
contract document
which reads thus The
pipeline originates at
the foreshore terminal
at Mombasa from the
onshore tank farm and
transport the entire
volume at Nairobi
Terminal. Review the
statement.
SLECC to demonstrate
how the existing
pumps, dis-used for
over 20 years (2016 to
2037) will be decommissioned and recommissioned and
perform as expected
on return to service.

3.1 PRODUCTS
DEMAND FORECAST:
Bullet 5

Use all of the existing pumps


in PS2, PS4, PS6 and PS8.

SLECC to respond later.

S/No
15)
16)

Document No.
DD-LINE1R-BD-PR-001A
DD-LINE1R-BD-PR-001A

Page
No.
19

Item No

Short Description

KPC Remarks

Position

..are not exceeded for


pipeline upset conditions
5.1 PIPELINE

.discharge pressure
limits are not exceeded by
upset pipeline conditions.
Only one oil water treatment
system will be installed in PS9
for concentrate treatment.
New oil water separator
(OWS) will be installed in PS3,
PS5 and PS7.

Clarify upset
conditions
The overview is silent
on PS14.
Consultant to include
PS14 scope of works.
Clarify upset
conditions

Abnormal conditions

21

4.2 TRANSIENT SURGE


ANALYSIS
5: OVERVIEW OF
EXISTING PIPELINE
SYSTEM (LINE 1)

Consultant to include
design for OWS at PS1,
PS10 and PS14 which
are considered to be in
phase I. Designs for
phase II and III to
ensure that the OWS in
the respective stations
are included.
All upgrade of
firefighting facilities to
be done in Phase I in all
stations
Refer comments on
item 4.1: Steady state
analysis .

KPC: To decommission
existing and design for the
entire station at PS10.
Currently no OWS at PS1

a) PS9 Depot supplies


JET-A1 to Jomo
Kenyatta
International
Airport.
b) PS9 receives JET-A1
from Line-1 and
not DPK. Change in

SLECC to correct

17)

DD-LINE1R-BD-PR-001A

23

5.2: PS1

18)

DD-LINE1R-BD-PR-001A

29

6: SCOPE OF SERVICES6.1 PREAMBLE

19)

DD-LINE1R-BD-PR-001A

30

6.2 PHASED
IMPLEMENTATION:
Phase I

Upgrade of firefighting
systems in PS9, PS10 and
PS12.

20)

DD-LINE1R-BD-PR-001A

30

6.2 PHASED
IMPLEMENTATION:
Phase III

Complete intermediate pump


stations of PS1, PS3, PS5 and
PS7 with additional two new
mainline pumps.

21)

DD-LINE1R-BD-PR-001A

36

6.3.6 PS9

PS9 is a depot for Nairobi


Airport, which downloads DPK
from line 1.

Item in abeyance

Abnormal conditions

SLECC to include.

SLECC to review in line with


the fire risk assessment
report.
SLECC to review

S/No

Document No.

Page
No.

Item No

Short Description

22)

DD-LINE1R-BD-PR-001A

39

7.5 PRESSURE RELIEF


SYSTEM

In addition to this, pilot


operated safety valves shall
be provided on the pipeline at
each station inlet.
Description of location of flow
meters in the design

23)

DD-LINE1R-BD-PR-001A

39

7.7 FLOW METERS

24)

DD-LINE1R-BD-PR-001A

40

7.10 FIRE WATER NET


a. General Reference to
WORK, FIRE DETECTION
NFPA code
AND ALARM SYSTEM
b. Statement - Fire water
shall consist of foam
preparation and injection
system.
c. Fire detection and alarm
system for buildings

25)

DD-LINE1R-BD-PR-001A

41

26)

DD-LINE1R-BD-PR-001A

41

7.10 FIRE WATER NET


A fire detection alarm system
WORK, FIRE DETECTION covering all buildings, tank
AND ALARM SYSTEM
farm and pump shelter, shall
be provided.
7.12 OIL WATER
The new OWS are comprised
SEPARATOR AND
an oil OWS capacity based on
TREATMENT SYSTEM
rainwater collection on
process area

KPC Remarks
all the other
documents.
Clarify pilot
operated.

No mention of flow
meters for firefighting
water system.
Consultant to clarify.
a. Clearly specify
applicable codes in
every item used in
the design.
b. Clarify if this
includes foam
handlines and
monitors in the
design.
c. Include fire
suppression system
for switch rooms.
Revise to read all new
facilities.
Connect to the existing
fire alarm system
This basis isnt
sufficient. Design as per
EPA standards defining
drainage catchment
area for the OWS and
dimensions, volume of
largest containment in
the area, highest
precipitation for

Position

SLECC to change to spring

SLECC: Included in other


documents.
It was agreed SLECC would
include the description.
a. SLECC to cross reference
the appropriate
document for the codes.
b. SLECC to include.
c. SLECC to include.

SLECC: Agreed
KPC: To provide the location
of the existing fire alarm
system
SLECC to revise in
accordance with EPA

S/No

Document No.

Page
No.

DD-LINE1R-BD-PR-001A

28)

DD-PS10-DW-WT-001A Model (1)

29)

DD-LINE1R-BD-PR-001A

48

8.3 DISTANCE FROM


BUILDING TO EDGE OF
FIRE IN EACH PUMP
STATION

Fire risk assessment

30)

DD-LINE1R-BD-PR-001A

49

8.4 ASD AT THREE


TERMINALS

Fire risk assessment

31)

DD-LINE1R-BD-PR-001A

49

8.3/8.4: ASD for


structures

ASD for structures

32)

DD-LINE1R-BD-PR-001A

49

8.5: ASD for Humans

ASD for humans

DD-LINE1R-RP-PR-002

7.12 OIL WATER


SEPARATOR AND
TREATMENT SYSTEM

Short Description

27)

33)

42

Item No

Drawing

The pre-separated water shall


be loaded to road tanker
through water lift pumps to
PS9 for disposal.
Oil water separator not
provided. Consultant is
connecting to existing system.

5 MODELED SCENARIOS Tripping one running pump

KPC Remarks

Position

region, hence flow rate


in and out of OWS, etc.
Provide holding ponds
at every station for the
pre-separated water.

Included in the design

Relocate existing OWS


to a suitable location as
determined in your fire
risk assessment. Design
to include new and
existing facilities
including the proposed
new tanks.
Refer to KPC comments
on the fire risk
assessment report.

Agreed

Refer to KPC comments


on the fire risk
assessment report.
Relate findings to
materials of building
and determine safety
requirements
a. Relate findings in
item 8.1 in
determining safe
locations for
manual controls of
firefighting system
in the field.
b. Apply to all
stations.
Clarify the basis of the

SLECC: Fire risk assessment


is being updated.

SLECC: Fire risk assessment


is being updated.

SLECC to review.

KPC: The automated system


must have a manual system
that is in consideration of
the ASDs for humans.
SLECC to review.

SLECC to Clarify

S/No

Document No.

Page
No.

Item No

Short Description

KPC Remarks

FOR 20 PIPELINE IN
PHASE I
Whole document

and shutting down pumps at


other stations in 30, 60, 90
seconds intervals.
Transient surge analysis

choice for intervals of


30 seconds upto 90
seconds.
The pressures and flow
indications at upstream
and downstream
stations does not agree
with the reality.
Consultant to clarify
Perform surge analysis
for PS1-PS14 section.
Provide design basis for
slop storage tanks
capacity and the reinjection pumps
ratings.

34)

DD-LINE1R-RP-PR-002

35)

DD-LINE1R-RP-PR-002

11

5.1.2

Inlet valve at PS1 closes

36)

DD-LINE1R-RP-PR-003

23

4.2.5 Review on
capacity of existing slop
tank

So it is recommended that the


additional tank capacity be
increased with 800m3 with
two new slop tanks each with
400m3 to be erected.

37)

DD-PLN-SPC-PL-001.

1 GENERAL

38)

DD-PLN-SPC-PL-001.

3.2

39)

DD-PLN-SPC-PL-001.

3.2

According to process scheme,


three new pipelines will be
constructed from PHASE I to
PHASE IV.
From KP 442.7-444.3km, LINE
1 is under the lawn of
factories and there is no space
for new pipeline to be
installed by open-cut method.
HDD method is
recommended.
From KP 447.4-449.0km, the
ROW ranges from 13 to 23m,
and LINE1, LINE 2 and LINE4
are existing. Within the 13m
wide ROW, the new pipeline

Position

KPC: Pressure in the


upstream stations decrease
whereas the pumps are
pumping against a closed
system.
SLECC: To review.
Section under abeyance.
SLECC to review and advice.

Item 2.4.3 gives 600m3


slop tank capacity
There is no Phase IV.
Agreed
Revise appropriately.

This area has the ROW


clearly marked and left
out even though within
factories. Excavation
can be done.

SLECC to verify on site and


revise accordingly.

4No. pipelines in a
space of 13m dont
justify two lines to be
in one ditch. Line
1Replacement to be in

Agreed. SLECC to revise

S/No

Document No.

Page
No.

Item No

Short Description

KPC Remarks
its own ditch. Revise
appropriately.
There are no Free
issue items in the
contract hence
Engineer will not
supply any materials.
Delete and revise the
section Appropriately.

40)

DD-PLN-SPC-PL-001.

41)

DD-LINE1R-DW-PR008-A

Drawing

needs to be laid in one ditch


with LINE 1 for about 500m.
Leaks, or breaks in the
pipeline during the test which
are a result of defective
materials furnished by the
Engineer shall be located and
repaired by the Contractor,
but cost thereof shall be paid
by the Engineer as extra cost.
PS1 supply pipelines

42)

DD-LINE1R-DW-PR008-A

Drawing

PS1 supply line from PS14

43)

DD-LINE1R-SPC-PR001-A

2.2 The safety


requirement of pipeline
system

The safety requirement of


pipeline system

44)

DD-LINE1R-SPC-PR001-A

2.2.2 Discharge of main


pump

When the main pump units


are in parallel operation, if
discharge high pressure
switch gives an alarm, all the
parallel main pumps are
interlocked and stopped

45)

DD-LINE1R-SPC-PR-

2.3.2 Main process

a. When the temperature

46

17.5 RESPONSIBILITY

Provision for supply


from KPRL to be 20
and not 14
There should be no
non-return valve on the
line from PS14 to PS1
a. No mention of
pumps start
sequence
protection;
b. Include for
firefighting system
operation
c. Include for OWS
system
a. The pumps should
be configured to
give 1st alarm and
stop on 2nd alarm.
b. Usage of the term
Interlock is not
clear as used here
and item 2.3.2B(c).
Page 9. Clarify
a. Clarify the interlock

Position

Agreed. SLECC to delete.

Agreed. SLECC to revise.

Agreed. SLECC to revise

a. Agreed. SLECC to
include pump start
sequence protection.
b. Agreed. SLECC to revise.
c. Agreed. SLECC to revise.

KPC: Pump should not be


stopped at once.
a. Agreed. SLECC to revise.
b. SLECC to clarify
interlock.

a. SLECC to clarify

S/No

Document No.

Page
No.

001-A

46)

DD-LINE1R-SPC-PR001-A

47)

DD-PS1-DW-PR-006-A

15

Item No

Short Description

KPC Remarks

Position

system operation
Item 2.3.2B(c)

reaches to the high alarm


value, the main pump is
interlocked and stopped
immediately.
b. When the oil temperature
of main pump motor
bearings reaches to the
high alarm value, the
main pump is interlocked
and stopped immediately.
c. When the shell
temperature reaches to
the high alarm value, the
main pump is interlocked
and stopped immediately.
Two station control operator
workstations shall be located
at the following Stations:
Corrosion Inhibitor (CI)
Package
a. Dosing pump rating
b. CI storage tank is common
for both 14 and 20
pipelines
c. Vendor/Contractor

in the three bullets.


b. No start sequence
protection and
interlock system.

interlock.
b. Agreed. SLECC to
include pump start
sequence protection.

4.2.2 Operator
Workstation
Drawing

PS9, 10 and 14 not


SLECC to provide
included. Include or
workstations.
clarify the omission.
a. The ratings of
a. Dosing pumps
pumps 1A-P SLECC: Document
901/902 are not
included in the
indicated. The
mechanical
pump rating should
equipment
be upto the highest
documents.
design Flow rate
KPC: 16.2l/hr is
for 20pipe.
based on 9ppm, at
b. Design separate CI
440m3/hr for the
dosing systems for
existing system
the 20 and 14
which is not
pipelines.
adequate. SLECC to
c. Remove vendor
review the design to
and replace with
use parameters for
complete unit.
20 and 14
This applies to all
respectively.
drawings/packages.
Confirmation of

S/No

Document No.

Page
No.

Item No

Short Description

KPC Remarks

Position
compliance to be
included in QA/QC
plan for the CI
dosing.
b. Agreed. SLECC to revise.
c. Agreed.

48)

DD-PS1-DW-PR-007-A

Plot Plan

Plot Plan for PS1

49)

DD-PS10-DW-PR-002-A

Plot Plan

Piping for PS10

50)

DD-MLV-DW-PR-002

Drawing

Typical 20 Block Valve


Installation

51)

DD-MLV-DW-PR-003-A

Drawing

Mainline valve chambers

The location for the


new station doesnt
consider economical
utilization of land.
Locate the station
according to the fire
risk assessment.
The piping at PS10
should make provisions
for connection to Lines
2 & 4 through by-pass
lines.
a. Chamber cover
gauge to be
minimum 8mm.
b. Valve and Pipe
should be the same
diameter.
c. Purpose of
transition Piece
to be explained.
d. Sealing between
pipe and chamber
wall to be water
tight.
a. There is no clear
indication on the
type of bottom

SLECC to review.

Agreed

a.
b.
c.
d.

Agreed.
Agreed.
SLECC to clarify.
Mandatory.

a. Mandatory.
b. SLECC to review. SLECC
to review size of valves

S/No

Document No.

Page
No.

Item No

Short Description

52)

DD-PS1-DW-WT-001-A

Drawing

Connect to existing Oil Water


Drain Piping at PS1

53)

DD-PS3-DL-FW-001
&
DD-PS3-SCH-FW-001

PS3 Firefighting system

Firefighting system - No foam


protection system for station
especially pump shed area

54)

All documents

General

Process Risk Assessment - No


risk assessment for station
and correlation with location
and safety of control building,
pump shed, etc.

55)

DD-LINE1R-CL-FW-001

CALCULATION SHEETS
FOR FIRE PROTECTION
SYSTEM

a) Calculations for
firefighting water.
b) Cooling water calculation
c) Non-dyked spill areas
protection; application

KPC Remarks
floor finish. Should
be concrete screed
finish and
waterproof walls.
b. The size of the
valve chamber is
too big for a 20
valve. Provide 1m
clearance all-round
the valve.
a. There is no
indication where
this pipe leads to.
b. Connection to KPRL
OWS not
permitted.
Provide automated
foam protection
systems complete with
monitors and handlines
for pump shed area,
etc.
This shall apply to all
stations
Complete the risk
assessment and use it
to review suitability of
buildings locations and
safety in all the
stations.
a) Firefighting water
calculations should
not include the
proposed new
tanks. A decision

Position
from the vendor and
design the valve
chamber accordingly or
3000mmx 2500mm
whichever is smaller.

Agreed.
There is no OWS at PS1

To provide fixed automated


monitor system.
Agreed

SLECC to refer NFPA 551


with respect to the buildings
and revert

a) Agreed.
b) Refer NFPA 11. (KPC to
clarify further).
c) Agreed to review.
d) SLECC: Has based

S/No

Document No.

Page
No.

Item No

Short Description

KPC Remarks

rate for Floroprotein (FP)


6.5L/min .m2 & others
foams 4.1L/min .m2
d) Surface application rate
with fixed foam discharge
outlets used 6.5L/min
.m2

has been made not


to put up the
additional tanks at
PS9
b) Cooling water
protection system
application rate
of 4.1L/min .m2
used for floating
roof tanks instead
of 12.2L/min .m2.
Consultant to
clarify.
c) Review calculations
for non-dyked
areas.
d) Should be 4.1L/min
.m2. 6.5L/min .m2
rate should be for
handline and
monitor systems
Review firefighting
facilities at PS9 owing
to the decision not to
construct the new
tanks.
Clarify the use and
necessity for the
hydraulic turbine.

56)

DD-PS09-DW-FW-001A

Drawing

New Fire water tanks 9-TK803

57)

DD-PS09-DW-FW-008A DD-PS10-DW-FW012-A

Drawing

58)

DD-PS09-DW-FW-010A

PS9 Plot layout

9A-M-853A/B Hydraulic
turbine
10A-M-853A/B Hydraulic
turbine
Tank farm dyked areas - there
is no foam system protection

a. Provide automated
foam system
protection c/w
monitors and
handlines.

Position
calculations on KS1967.
KPC recommends use of
NFPA 11. To be

Agreed

SLECC to confirm the rating


of the standby generator
and whether it can run the
foam pump.
KPC to review and revert for
dyked and non-dyked areas.

S/No

Document No.

Page
No.

Item No

Short Description

59)

PD-PS09-SCH-FW-001

Equipment list

Equipment list

60)

DD-PS1-DW-FW-013-A

Drawing

Changamwe Terminal & Pump


Station PS1: Toilet water
supply and drainage piping
installation.

61)

DD-PS10-DW-FW-017A

Drawing

Fire protection system piping


layout
(Same applies to PS12)

62)

DD-LINE1R-SPC-FW001

GENERAL
SPECIFICATION FOR
FIREFIGHTING

a) Cooling water pumps


1. PS9 2 No each rated
at 200l/s (720m3/hr)

KPC Remarks
b. To apply to all
stations.
To be revised to
include/exclude items
after review of the
comments on
firefighting system
a. Changamwe is not
a terminal but a
pump station.
Revise.
b. The domestic
water and drainage
system are
provided under fire
fighting system for
the station.
Relocate
appropriately.
a) No foam protection
system for dyked
areas, product
reception area etc.
To be included.
b) Review foam tank
capacity to include
above
requirements.
c) Review equipment
list DD-PS10-SCHFW-001
accordingly.
a) The rating of the
pumps is
exceptionally high.

Position

Agreed

a. Agreed.
b. Agreed.

KPC to review and revert for


dyked and non-dyked areas.

a) SLECC to review PS9


firefighting
requirements to exclude

S/No

63)

Document No.

DD-PS1-DW-BR-003-A
DD-PS1-DW-BR-004-A

Page
No.

Item No

Civil Works Drawings

Short Description

KPC Remarks

Position

on 1+1 mode
2. PS10 6 No. each
rated at 170l/s
(612m3/hr) on 3+3
mode.
3. PS12 2 No. each
rated at 130l/s
(468m3/hr) on 1+1
mode
b) Foam water pumps
1. PS9 2 No. each
rated at 160l/s
(576m3/hr) on 1+1
mode.
2. PS10- 2 No each rated
at 220l/s (792m3/s) on
1+1 mode and to use
existing fire pumps.
3. PS12 2 No. pumps
each rated at 30l/s
(108m3/hr) on 1+1
mode and to use
existing fire pumps.

The consultant has


not revised as per
comments sent
with regard to the
fire risk
assessment.
a) Consultant must
review the
calculation for
water
requirements and
the equipment
ratings to be
revised
accordingly.
b) Clarify use of
existing pumps for
foam water.

the proposed new


tanks.
b) KPC/SLECC to jointly
review.
c) SLECC to confirm the
condition, performance
and suitability of the
existing fire water
pumps for foam water
system. PS12 will not reuse existing fire water
pumps. SLECC to review
the
condition/performance
of the existing pumps
and revert.

Roads

Refer comments Nos


26 & 27 of the matrix
sent vide letter ref
EN/PR/29/4/58 dated
25th November 2013.
a. Road layout plan
shows 4m. The
design should cater
for the largest
vehicle, crane or
truck.
b. Turning radius is
only 9m. Confirm
that the can carry
the 50ton truck
crane. KPC
recommends use of

KPC: Allow dead weight and


sizing of a Zoomlion truck
crane capacity 50ton.
SLECC to review

S/No

Document No.

Page
No.

Item No

Short Description

64)

DD-PS1-DW-BR-006-A

Civil works drawings

Drainage works

65)

DD-PSXX1 -DW-WT-

Series of documents

Water Treatment - OWS


design

66)

Schedule of Prices
LINE1R-TD-001

1.1 Introduction Item


1.1.1:

67)

LINE1R-TD-001

1.1 Introduction Item


1.1.7:

a) The Client named in the


Appendix to GI will
invite pre-qualified
bidders to submit tenders,
b) The method of selection
shall be as indicated by
the procuring entity in the
Appendix.
The price to be charged for
the tender document shall be
Kshs.50,000.00.

XX For PS3 to PS10

KPC Remarks
Cabro Blocks
pavement
The design for the
waste water pipe is not
necessary. Consultant
should consider open
channel design to allow
clearance of silt during
maintenance
a. Approval by NEMA,
b. Allow for water
recycling from
downstream
chambers into
upstream
chambers for
better flexibility
and worst case
scenarios, e.g. DDPS9-DW-WT-002 &
003-As
a) CMT/CS to clarify
on prequalified
biddersin view of
Legal Notice 114
b) The method shall
be least cost and
not quality and
cost based.
Cost of tender
documents to be in
accordance the

Position

Maintain open channel and


wastewater piping
separately.

SLECC/Kurrent to seek
NEMA approval.
KPC expressed concern on
the absence of the local
partner to handle local
regulatory matters.

Two stage evaluation.


Agreed

SLECC to review as per


Procurement Act and Legal
notice 106, 109 and 114.

S/No

Document No.

Page
No.

Item No

68)

LINE1R-TD-001-A

1.1 Introduction Item


1.1.11

69)

LINE1R-TD-001-A

1.1 Introduction

Short Description

Bidders who choose not to


enter into a joint venture
must also provide a Power of
Attorney signed by the legally
authorized signatories of the
company.
Add new clause and add the
following mandatory
requirements.

KPC Remarks
procurement laws and
recent legislation.
Clarify the purpose of
this clause

a) Compliance with
Kenya Subsidiary
Legislation - Legal
Notice No 114 on
the Public
Procurement and
Disposal
(Preference and
Reservations)
(Amendment)
Regulations 2013
with regard to
participation by
local entities.
b) National
Construction
Authority
certificate for local
firms Class NCA1.
c) Tender Security to
be in accordance
with the law i.e.
should not exceed
2% of the
estimated contract
value.

Position

Retained. SLECC clarified


that this was for sole
bidders.

a) SLECC agreed to review.


b) SLECC agreed to review
c) SLECC agreed to review.

S/No

Document No.

70)

LINE1R-TD-001-A

Page
No.
7

Item No

Short Description

KPC Remarks

Position

1.2 Eligibility and


Qualification Criteria

Eligibility Criteria

To be reviewed for a
construction tender
and to include all legal
requirements.
Ensure compliance
with Kenya Subsidiary
Legislation - Legal
Notice No 114 on the
Public Procurement
and Disposal
(Preference and
Reservations)
(Amendment)
Regulations 2013 with
regard to participation
by local entities.
Replace workmen
compensation Act Cap
236 with Workmen
Injury Benefits Act
(WIBA) 2007
a. Include as
requirement for
evaluation of
technical proposal.
b. To be reviewed at
contract signing
Include requirement
for Safety Plan for
project activity
Provide first aid
stations as per OSHA
[2007] and subsidiary
legislation
Provide as per safety

SLECC agreed to review.

71)

LINE1R-TD-001-A

1.3.2 Local
participation

Local participation

72)

LINE1R-TD-001-A

52

34.6 Compensation for


injury

73)

LINE1R-TD-001-A

76

Clause 1 Project
Quality Assurance
System Requirements

The Contractor shall, in


accordance with the
Workman's Compensation Act
Chapter 236 of the laws of
Kenya
Item: 1.2 Quality Plan

74)

LINE1R-TD-001-A

83

Clause 12 Safety
Precautions

Safety Precautions

75)

LINE1R-TD-001-A

87

Clause 12

First Aid Outfits

76)

LINE1R-TD-001-A

87

Clause 29

Fire Precautions

SLECC agreed to review.

SLECC agreed to review.

SLECC agreed to review.

SLECC to request for a


project execution plan.
SLECC agreed to review.

SLECC agreed to review.

S/No

Document No.

Page
No.

Item No

Short Description

77)

LINE1R-TD-001-A

93

Clause 36 Transport
for the Engineer and
the Engineers
Representative

4 No. Isuzu Troopers, Model


UBS 69, or latest equivalent
diesel driven (3059 cc), 5
speed manual, four door
featuring.
Dust Nuisance and pollution /
waste management
Purchase, deliver, maintain
and fuel 4 NO. double cabins
4WD type vehicles and 1 NO.
standard 4WD station wagon
in employer's name under a
"blue plate" as specified for
the exclusive use of the
Engineer for the duration of
the Contract
Allow for unpacking,
inspecting, loading and
transporting to site all Free
Issue equipment from the
Employers stores at Nairobi
Terminal
Transport the field bends and
shop bends to the work site

78)

LINE1R-TD-001-A

94

Clause 39 & 40

79)

LINE1R-TD-002-A

PG/M6

80)

LINE1R-TD-002-A

PG/M7

81)

LINE1R-TD-002-A

C/P/MP 2

82)

LINE1R-TD-002-A

7 to
8

C/P/MP 11.1 to 11.9

m/times

83)

LINE1R-TD-002-A

C/P/MP11.10 to 11.2

Swamp crossing (open cut),

KPC Remarks
plan for the project
Comply with
Procurement rules in
Kenya

Provide as per project


EMP Ref. ESIA report
Dele under a "blue
plate"

Position

SLECC agreed to review.

SLECC to consult with


Kurrent
a. Review the specification
for the vehicles.
b. Allow 8 vehicles
exclusively for the use
by the Engineer.

Delete item. There shall Agreed.


be no free- issue
items under this
contract.

Transportation of all
pipe fittings, valves,
etc. to be included in
the transportation of
the mainline pipeline
for ease of payments.
Detail each crossing
individually giving its
length and any other
necessary details such
as chainage/location.
Delete items. Introduce

No separate bill item for


transportation to site as it is
included in the supply of
materials. SLECC to revise.

SLECC: Agreed to review.

SLECC agreed to review

S/No

Document No.

Page
No.

Item No

84)

LINE1R-TD-002-A

C/P/MR 12

85)

LINE1R-TD-002-A

10

C/P CR 26

86)

LINE1R-TD-002-A

11

1.3.2.1 Civil & Road


Works

Short Description

KPC Remarks

High voltage line crossing,


Water pipeline crossing,
Existing product pipeline(LINE
1/2/4) crossing

a new bill item under


Preliminary and
General item as
follows: - Allow for
location and protection
of existing services
such as water pipes,
swamps, existing
product line etc at pipe
crossings.
Move item to
Preliminary and
General items

Allow a provisional sum for


liaising with local authorities
and other relevant
government departments for
road or rail crossings including
the necessary permits for
execution of the works.
Hydraulic protection in the
form of retaining wall and
cutoff wall to prevent the
water from scouring the
pipeline trench, all in
accordance with specifications
and detailed drawings. The
materials usually adopt the
mortar rubble masonry and
concrete.

Excavations

Hydraulic Protection
for major river
crossings are known
and require to have
properly designed
protections with their
individual bills of
quantities, for ease of
measurement for
payment purposes, as
follows;
1.
Voi river
2.
Athi river
3.
Any other
major rive, etc.
a. The schedule of
rates and prices
needs to be clear

Position

SLECC: Agreed to review.

SLECC: Agreed to review.

SLECC to review the civil


works bills and revise to suit
CESSM-3

S/No

Document No.

Page
No.

Item No

Short Description

KPC Remarks
for excavations of
Trenches width e.g.
>0.3m and depth
<0.25m.
b. Also all civil works
including
excavations shall
need to be
measured in locally
agreed method of
measurement (e.g.
CESSM-3) or any
other acceptable
standard.
These sizes are nonstandard and are not
available in the local
market. Review the
design to suit the
appropriate bar size
available in the local
market.
Clarify revetment.
Use appropriate term
for all stations.
For all disposal of
unsuitable excavated
material consultant to
specify that the
disposal shall be to the
nearest approved
dump site.
This applies to all
stations.
For all filling to

87)

LINE1R-TD-002-A

45

C/PS3/CR 11.17
C/PS3/CR11.20

Concrete beams Bar


a. Straight Bar diameter
22mm
b. Straight Bar diameter
18mm
c. Straight Bar diameter
14mm

88)

LINE1R-TD-002-A

14

C/PS1/CR 8

Concrete Revetment
L=224m

89)

LINE1R-TD-002-A

42

C/PS3/CR 8.4

Disposal Excavated material

90)

LINE1R-TD-002-A

42

C/PS3/CR 8.5

Filling to excavations

Position

SLECC to review.

SLECC to clarify

SLECC to include.

SLECC to include.

S/No

Document No.

Page
No.

Item No

Short Description

KPC Remarks

Average thickness0.25m

91)

LINE1R-TD-002-A

all

C/PS1/MP 32
C/PS1/E 24
C/PS1/IC 46

92)

LINE1R-TD-003-A

2.1.2 Construction
Method Statements
and Procedures

93)

LINE1R-TD-003-A

2.1.6 Site Safety

94)

LINE1R-TD-003-A

2.2.6 Cleaning and


Decommissioning of
the existing Line-1

excavations, consultant
to specify that the
borrow material shall
be from the nearest
approved borrow site.
This applies to both the
pipeline and the
stations.
2 years operational and
Consultant to make it
maintenance spares and
very clear in the tender
special tools for all mechanical document that the
equipment.
contractor must give a
comprehensive list of
a. Commissioning
spares for
every
equipment
b. 2-year
operating
spares for
every
equipment
The Contractor shall prepare
Change Employer to
and submit to the Employer
Engineer. Revise all
for approval
documents to reflect
the same.
At all times during site
Contractor to comply
construction, the Contractor
HSE legal and
shall comply with the
administrative
Employers site safety
framework in Kenya
procedures.
The contractor shall take a
Decommissioning
suitable method to clean up
procedure should be
of the existing Line-1 for
as per EMP in ESIA
decommissioning.
report for the project.

Position

SLECC to review

Agreed

SLECC to revise the tender


document.

SLECC to provide the


procedure in the tender
documents in accordance
with the EMP and ESIA

S/No

Document No.

Page
No.

Item No

Short Description

KPC Remarks

a. Incorporate
comments under
related documents.
b. Include
comprehensive
outline of tasks.
No advance payment.
Delete all reference to
advance payment.

Position
reports approved by NEMA.
KPC to clarify

95)

LINE1R-TD-003-A

2.3.2 Firefighting
system

Build firefighting system,


including one fire water tank
and two fire pumps
(1+1).

96)

LINE1R-TD-003-A

98
and
102

6.3 Form of Advance


Payment Guarantee

Advance payment

97)

SLOP MANAGEMENT
DD-LINE1R-RP-PR-003
A

13

4.1 Introduction

Composition of slop to
be based on 30% &
70% for products A & B
as basis for calculations
MSP has the final
boiling point elevated
by 5oC from 205oC to
210oC and not 10%, for
AGO import at 66 and
release to the
marketers at 60 hence
60C

Agreed. Review re-injection


rates and slop tank
capacities.

SLECC: Agreed to revise.

98)

DD-LINE1R-RP-PR-003
A

14

4.2.1 Calculation on
Allowable MSP
concentration in AGO
1) Calculation formula

The Section A is composed of


75% product A and 25%
product
B
When the product MSP is
blended into AGO, the flash
point of AGO is affected by
10% of the boiling
temperature of MSP. Based
on 10% boiling temperature
of MSP and the flash point of
AGO,

99)

DD-LINE1R-BD-PR-001

38

7.4 CORROSION
INHIBITOR INJECTION
PACKAGE

The injection concentration


for AGO is 9ppm and for MSP
is 6ppm.

a. Use 15ppm for


AGO and 9ppm for
MSP.
b. Density of
corrosion inhibitor
is 0.944

SLECC: To review.

100)

Hydraulic Protection
DD-PLN-DW-WE-020-A

Drawing

KP784, KP785

Clarify the chainage.

Clarify to remove confusion


between KP reference
points and KP chainage
points

SLECC agreed to review.

S/No

Document No.

101)

DD-PLN-SPC-WE-001-A

Page
No.
7

102)

DD-PLN-SPC-PL-001

50

103)

DD-LINE1R-DW-CI-001A

Item No

Short Description

KPC Remarks

Position

8.1 MASONRY INDEX:

Compression intensity of the


masonry (MPa)

SLECC: Agreed to clarify.

23.2 CONTRACTORS
RESPONSIBILITIES

Item 23.2.2: Procure and


supply (if not provided by the
Engineer) fill and dispose-off
methanol and nitrogen, (if
required)
General notes

a. The type of mortar


is not clear and it
needs to be cross
referenced to a
local standard for
ease of
construction
control. It is not
understood what
M7, 5 mortar is.
b. Also U30, or U40
are not understood
in your design
procedures, Please
cross refer to local
or international
standards.
c. Clarify table.
Delete (if not provided
by the Engineer), (if
required)

a. Specifications
notes for materials
are not standard.
For example Class
35 for structural
concrete and Class
25 for Blinding
concrete may not
be economical.
b. Control room
buildings and
equipment specs
are not yet agreed

a. SLECC: Agreed to adjust


according to design.
b. SLECC: Agreed to
review.
c. KPC: SLECC has
submitted standard
notes. SLECC to submit
the specifications.
d. KPC to review the
adequacy of the
specifications and revert

Civil works general


notes

SLECC: Agreed to revise

S/No

Document No.

104)

DD-LINE1R-MTO-CC001A

105)

LINE1R-TD-001

106)

107)

Page
No.

Item No

Short Description

Material takeoff

Protective materials take-off

1.2.2 Mandatory
requirements:
Item F

LINE1R-TD-001

1.3.2 Local
participation

LINE1R-TD-001

10

1.5 Tender Securitymust be valid for 150


days
Item 1.5.1:

Undertaking to arrange for


credible loan facility from a
reputable financial institution
up to a minimum of 70% of
the project cost without
anticipating a sovereign
guarantee.
The desirable minimum
shareholding for the local firm
in the joint
venture is 30%
The Tenderer shall furnish, as
part of his Tender, a Tender
security in amount of
Kshs.2,000,000.00 or
equivalent in USD.

KPC Remarks
upon since the
consultant has not
concluded the Fire
risk assessment.
More detailed
designs are
required for
control rooms as a
safety and disaster
recovery facility
with bigger safety
margin.
c. Specifications for
civil works to be
submitted.
Justify the large
painting areas for
underground piping in
the stations.
KPC to advice further
on this facility

Position

SLECC: To review the


painting areas

KPC to amend to suit the


financing arrangements.

Revise to reflect Legal


Notice 114.

SLECC: Agreed to review

Revise to reflect Legal


Notice 114.

SLECC: Agreed to review to


500,000/= USD or
equivalent in Kenya shillings

S/No

Document No.

Page
No.

Item No

Short Description

KPC Remarks

108)
109)

LINE1R-TD-001

10

1.5 Tender Securitymust be valid for 150


days
Item 1.5.1:

Delete abroad The


Agreed
entity issuing the
guarantee must be
registered and
operating within Kenya.

110)

LINE1R-TD-001

11

1.6 Preparation of
Technical Proposal
Item 1.6.3

Tender security shall be


denominated in Kenya
Shillings or in USD, and shall
be in the form of a bank
guarantee or a bank draft
issued by a reputable bank
located in Kenya or
abroad.
While preparing the Technical
Proposal..

111)

LINE1R-TD-001

12

1.6 Preparation of
Technical Proposal
Item 1.6.4

The Technical Proposal shall


provide the following

112)

LINE1R-TD-001

12

1.7 Preparation of
Financial Proposal Item
1.7.1

In preparing the Financial


Proposal..,

113)

LINE1R-TD-001

14

Item 1.10

Evaluation of Technical
Proposal

114)

LINE1R-TD-001

16

Item 1.11.3

The evaluation committee will


determine.

115)

LINE1R-TD-001

16

Item 1.11.4

While comparing proposal


prices between local and
foreign firms participating in a

Amend the whole


clause to suit a
construction contract
and not a service
contract.
Amend the whole
clause to suit a
construction contract
and not a service
contract.
Amend to reflect the
BoQ prepared by the
Consultants since this is
not a service contract.
Amend the whole
clause to suit a
construction contract
and not a service
contract.
Amend to reflect the
BoQ prepared by the
Consultants since this is
not a service contract.
Delete or amend to
reflect Legal Notice 114
and other regulatory

Position

SLECC to revise the entire


clause

SLECC to revise the entire


clause

SLECC to revise the entire


clause

SLECC to revise the entire


clause

SLECC to revise the entire


clause

SLECC to revise the entire


clause

S/No

Document No.

Page
No.

Item No

Short Description

KPC Remarks

selection process
The formulae for determining
the Financial Score..
1.13.2 Negotiations will
include a discussion of the
Technical Proposal,

framework
Amend to reflect least
cost based.
Amend the whole
clause to suit a
construction contract
and not a service
contract.
Amend the whole
clause to suit a
construction contract
and not a service
contract.
Amend to reflect least
cost based.
Indicate where
Appendix A is provided.

116)

LINE1R-TD-001

17

Item 1.11.5

117)

LINE1R-TD-001

18

1.13 Negotiations and


Contract Signing

118)

LINE1R-TD-001

18

1.13 Negotiations and


Contract Signing

1.13.4 Having selected the


firm on the basis of, among
other things..

119)

LINE1R-TD-001

18

120)

LINE1R-TD-001

18

1.13 Negotiations and


Contract Signing
1.13 Negotiations and
Contract Signing

121)

LINE1R-TD-001

1.13.5 The negotiations will


conclude
1.13.7 The selected firm is
expected to commence the
Works on the date and at the
location specified in Appendix
A.
Site Visit

122)

LINE1R-TD-001

General
20

APPENDIX TO GENERAL
INFORMATION (GI)

a)
b)
c)
d)

General
Item B
Item M
Item O

Provide a clause on
mandatory site visit.
a) Items to be cross
referenced to the
General
Information.
b) Revise method of
selection to be
least cost.
c) Revise scoring
criteria to reflect a
construction
contract and not a
service contract.
d) Delete formulae for

Position

SLECC to revise the entire


clause
SLECC to revise the entire
clause

SLECC to revise the entire


clause

SLECC to revise
SLECC to revise to read
when the Engineer issues
notice to commence in
accordance with the
conditions of contract.
Agreed to include a
mandatory site visit
a) Agreed to revise
b) Agreed to revise
c) Agreed to revise
d) Agreed to revise

S/No

Document No.

123)

Cost Estimate

124)

Fibre Optic Cable (FOC)

Page
No.
2

Item No

4.5: Customs duties


and tax

125)

Electrical - General

Fault Levels

126)

Electrical - General

Civil Works in Kenya


Power Sub Station

127)

PR PROCESS
Document Numbering
DD-EM-TS-PR-001
and DD-BD-PR-001

Short Description

With Holding Tax is 20%.It's


not applied to the cost of
equipment and materials)
a. FOC number of fibres
cores
b. Burying the FOC next
to the pipe.

Information supplied by M/S


Kenya power

1. PS1 Changamwe
Terminal and Pump
Station;
2. PS 5 Mtito Andei Pigging
& Pump Station;

KPC Remarks
financial score.
Contractor to include in
his rates the applicable
taxes and duties.
a. Number of fibre
cores to be
changed from 8
cores to 96 cores
b. Burying of FOC to
be below pipe and
200 mm away from
edge of pipe.
a. Fault Levels
supplied by M/S
Kenya power not
incorporated in
electrical design
basis.
b. Calculations have
not been provided.
Consider provision of
Civil works in Kenya
Power side of
substation like
foundation for support
structures and
equipment/metering
buildings in substations.
The Consultant to use
the correct naming of
the stations.

Position

Agreed SLECC to review as


per KPC comment.

SLECC to clarify the issue of


the fault levels.

KPC to communicate a
provisional sum for the KPLC
sub-station civil to be
included by SLECC in the
BoQ.

Agreed. SLECC to revise to


the correct names.

S/No

Document No.

Page
No.

Item No

Short Description
3. PS9 Nairobi
International Airport
Bifurcation Station
Embakasi Terminal, JKIA
Storage Terminal and
4. PS12 Moi International
Airport Birfurcation
Station
1. PS9 KPC Terminal Station
No. 9 Embakasi
2. PS10 KPC Terminal Station
No. 10 Nairobi

128)

DD-BD-PR-001

Section 2.1 BASIC


data

129)

DD-BD-PR-001

17

3.3 PRODUCT
SOURCING

Product Sourcing

130)

DD-BD-PR-001

21

5.1 PIPELINE

At present, KPC is installing


the third pump to PS2, PS3,
PS4, PS5, PS6, PS7 and PS8 to
meet the increasing demand
of product market, so all 8
pump stations are running 2
pumps frequently without
standby pump now.
The pump station control
valve is designed with three
Proportional integral
derivative (PID) Controllers,
which are measuring mainline
pump suction pressure,
station discharge pressure
and pump discharge pressure.
PS12 is a depot for Mombasa
airport, which downloads DPK

131)

DD-BD-PR-001

22
and
23

5.2 PS1 and 5.3 PS2,


PS4, PS6, PS8

132)

DD-BD-PR-001

27

5.8 PS12

KPC Remarks

Position

The naming of PS 9 and


PS 10 is different from
item 2 above. Use
proper naming
throughout all the
documents.
Revise paragraph 1 on
product sourcing.

Agreed. SLECC to revise to


the correct names.

Clarify the statement


that all 8 stations are
operating 2 pumps
without standby.

Revise to indicate that most


of the product is sourced
from (PS14) KOSF.
Revise the statement
without standby

Note that PS1 has three


pumps
The statement is
repeated in page 22
and page 23.

Agreed to delete repeated


statement.

a. Revise the
paragraph as PS 1

Agreed. SLECC to revise

S/No

Document No.

Page
No.

Item No

Short Description

KPC Remarks

Position

from PS1, stores the oil in the


tanks and transfers the oil to
the airport after
sedimentation.

is not a storage
facility but a pump
station.
b. Revise DPK to JETA1
What is the effect of
cavitations on the high
point
Pumps are not
necessarily to be
supplied by Flowserve.

Agreed. SLECC to indicate

133)

DD-BD-PR-001

Surge Analysis Report


Cavitations at High points

134)

DD-LINE1R-DW-PR005A-007A

Pumps from flow serve

135)

DD-LINE1R-RP-PR-001A

Roughness of pipeline
inner wall

136)

DD-LINE1R-SPC-PR002-A

DPK-Jet Oil (Aviation


oil) and Kerosene

137)

DD-LINE1R-SPC-PR-001

2.1 The requirement of


pipeline control

138)

DD-LINE1R-DL-PL-001

139)

DD-LINE1R-SPC-PR002-A

14

Utility connection to
pumps

140)

DOCUMENT NUMBER:
DD-PS1-DAT-EL-011
and DOCUMENT
NUMBER: DD-LINEIR-

1 of
2

Data Sheet For


Mainline Pump Motor

Consulting with pipeline


manufacturer

3 levels of control are


described but manual control
taken as highest priority.

Inlet/outlet drawings
Provide utility connection to
pumps to allow for flushing
with service water
15 Cont. Output Rating:
3200kW (To suit driven plant)

Clarify the issue on


consulting with
pipeline manufacturer
on roughness of
pipeline
Clear description of
DPK- Dual Purpose
Kerosene
Clarify whether the
design prefers manual
control in some
facilities as opposed to
other controls that are
described.
Drawing for PS 10 is
missing
This is not necessary

The sizing of Prime


Mover (Motor) at 3200
kW is not explained

Agreed to replace
costomer with contractor.
Replace flowserve with
vendor.
Agreed to revise the
statement

Agreed to revise

Agreed to revise so that


manual control taken as
highest priority is deleted

Included in other drawing


Agreed to delete

SLECC: Agreed to submit


motor sizing calculations.

S/No

141)

Document No.

Page
No.

SPC-EL-009
PIPELINE
DOCUMENT NUMBER: 4
DD-PLN-SPC-PL-001

Item No

3.2 THE EXISTING


RIGHT-OF-WAY

142)

DOCUMENT NUMBER:
DD-PLN-SPC-PL-001

3.3.2 National Park


8.2 DEPTH

143)

DOCUMENT NUMBER:
DD-PLN-SPC-PL-001

21

7.4 CUTTING DOWN OF


TREES

Short Description

From KP 434.6-442.7km, KPC


has a 30m wide ROW except
for some sections which are
occupied by industries. In
these narrow areas there are
some structures including
fences, walls and gates which
shall be restored after the
construction of the pipeline.

KPC Remarks

During removal of
existing structures such
as fences, walls and
gates the consultant
should ensure that
photographs of the
existing walls, fences,
lawns and gates are
taken to avoid claims
from owners that the
restoration has not
been done properly.
From KP: 139.98-229.67km,
a. Clarify why the
pipeline needs to cross the
trenches within the
Tsavo National Park (both east
National Parks
and west park), and from KP:
should be deeper
426.61-434.12km needs to
than others.
cross the Nairobi National
b. BoQ to be revised
Park. The approval from
accordingly
relevant authorities shall be
obtained before construction.
Depth of pipeline trench
within National Park shall be
deeper for safety reasons as
per chapter 8.2 and relevant
drawings. And it is the
responsibility of Contractors
to follow the requirements of
the relevant authorities.
All cut-down trees shall
Clarify. The Contractor
remain the sole property of
should ensure that they
the Engineer. Trimmed trunks obtain permit to cut
shall either be stacked along
trees from KFS and that

Position

Information to Consultants
during implementation.
Agreed

a. Agreed to maintain
standard depth.
b. Agreed to review
Agreed to revise the
BoQ items accordingly.

Agreed to revise the


statement.

S/No

144)

Document No.

Page
No.

Item No

Short Description

KPC Remarks

the ROW or removed to a


place specified by the
Engineer.

there should be
consultation with the
plot owners on the
ownership of cut down
trees.
A tentative period in
which the engineer
should approve
backfilling of trench
should be given to
avoid and/or minimize
accident.
The thickness of steel
pipe along the National
Parks is provided as
508 x 9.5.This thickness
is the same as those of
river crossings, schools
and tarmac roads.
Please clarify.
a. Clarify the
enhanced
thickness.
b. BoQ to be revised
accordingly

DOCUMENT NUMBER:
DD-PLN-SPC-PL-001

41

15 BACK-FILLING OF
THE TRENCH

The trench shall not be backfilled until Engineer has


approved the fit and cover of
the pipe in place in the trench
and has approved starting the
back-filling operation.

DOCUMENT NUMBER:
DD-PLN-SPC-PL-001

12

4.4.3 Detailed
distribution of steel
pipe

Detailed distribution of steel


pipe in The National Park

145)

Line 1R Corrosion
Control
DD-LINE1R-SPC-CC-001

23

146)

DD-LINE1R-SPC-CC-002

6.13.3 Painting Colour


Schedule
a) Item 3 Definitions
b) Item 5 General
Requirements of
Equipment Supplier
c) 6.1, 6.2, 6.3, & 6.4:
% Solids

Fire Water Main


Foam lines
a) Client
b) Electrical Resistance and
Corrosion coupons

c) LITTLE

Colour: Red
Colour: Cream
a) Clarify
b) Include training for
KPC Engineers in
the scope of supply

Position

Agreed to revise indicating


the maximum duration that
the trench shall remain
open, measures to be taken
to facilitate crossing of open
trenches etc.
a. Agreed to review
according to design
pressure profiles.
b. Agreed to revise the
BoQ items accordingly

Agreed
a. Agreed to remove
ambiguity since in some
instances the client is
the contractor when
procuring from a
vendor.

S/No

Document No.

Page
No.

Item No
d) 6.2 Tags
e) 9.1 Corrosion
Coupons (CC)
f) 9.2 Electrical
Resistance
Probe(ER)

147)

DD-LINE1-SPCH-CC-001

148)

PLN
DD-PLN-SPC-CC-001

149)

150)

Short Description

d) Tag numbers for ER and


CC
e) Technical Requirement
f) Technical Requirement

Item 5

Special Tools for Operation


and Maintenance

Item 5: Survey

Chainage

5&7

Item 5.2, 5.3, 5.4 & 5.5


and 6.4

Survey

Item 9.2 & 9.3: CP


Equipment and Ground
bed

TR and ICCP Anodes

KPC Remarks

Position

c) Give a % numerical
value

b. Agreed
c. SLECC to provide a
numerical figure.
d. Agreed to provide
separate tags.
e. Agreed to make it clear
that the contractor shall
provide the inserting
and retrieval tools as a
complete package.

d) Each ER and CC
e) To be supplied
complete with
inserting and
retrieval tools
f) To be supplied
complete with
inserting and
retrieval tools, data
downloading
equipment and
manipulation
software
One set for each type
(CC & ER)
Give GPS coordinates
corresponding to the
chainage
Within the consultants
scope and findings
should be tabulated
and reported to the
Engineer in the DED
a. CP Station: Provide
detailed design for
ground bed
locating, sizing and
TR capacity for
Engineers
approval.
b. Thereafter, locate

Agreed

Agreed. Data to be revised


to combine the GPS coordinates and chainage
Agreed.

Agreed.

S/No

Document No.

Page
No.

Item No

151)
152)

10

153)

11

Item 9.5.1
Item 9.6.3, 9.6.4 &
9.6.5
Item 9.7.4

154)

13
17

Item 9.10.4 & 10.5


Appendix B:

Short Description

KPC Remarks

SLECC recommendation
Cable to Pipe Connections

ground beds and


advice on possible
land acquisition.
c. Key CP material
and quantities in
BOQ should be
based on the
detailed design.
Use XLPE/PVC cables
Select one method

solid-state de-coupler
Current density for 3LPE of
10A/m2

Cased Crossings

Position

Agreed
Agreed. Use the cost
effective method.
Agreed

Include test facility for


the casings
As in item 9.8.3
Agreed
a. Justify the
a. Use BS 7361
assumption.
b. Agreed SLECC to provide
Current density for
economic design life of
composite installed
the pipeline and
pipeline at end of
operating period to
design life: as per
guarantee the same.
BS7361 Clauses
4.3.1.2 pages 34
and 35 or any other
standard used in
the CP.
b. Provide design life
of the pipeline
based on quality of
steel, pipeline
thickness, coating,
internal corrosion
inhibitor, water
displacement, CP,
residual corrosion
allowance etc.

S/No

Document No.

Page
No.

155) DD-PLN-SPC-CC-002

156)

16

Item No

Item 1.1.2, 1.1.4, 6.0 &


6.3: normal and
reinforced 3LPE
Item 7.5.1

Short Description

Type of 3LPE coating for soft


and rocky areas

157) DD-PLN-SPC-CC-003

Item 1.1.5 & 1.9.1

Cross-head or annular
extrusion technique
3LPE heat shrinkable

158) DD-PLN-SPC-CC-004
159)

Document Title
Appendix A: Item 1

PATING
Coating Schedule

Scope

CP commissioning Procedure

160) DD-PLN-SPC-CC-004

17

KPC Remarks
These are missing
in all the
documents.
As agreed earlier in
PED: normal & soft
padding
As agreed in PED:
extrusion technique
Specify DFT for
copolymer adhesive or
be explicit on DD-PLNSPC-CC-002
Correct to painting
Explain the alternative
Document not
considered adequate in
addressing precommissioning data.
No reference to:
a. Effectiveness of
temporary CP
before ICCP
connection;
isolation of SA
b. Effectiveness of
electrical isolation
c. Holiday test
records
d. Soil resistivity
records
e. 3rd party
crossings/parallelis
m effects as
measured

Position

Agreed SLECC to review.

Use one type of 3LPE.


Agreed

Agreed
Wrong statement. To be
deleted.
Agreed: SLECC to improve
the document.

S/No

Document No.

Page
No.

Item No

Short Description

KPC Remarks
f.

161) Drawings: DD-PLN-DLCC-001 to 007

Negative Junction Box,


numbers for each station,
Anode Negative Junction Box,
jumper cable (also in DD-PLNSPC-CC-001 Item 9.6), etc.

162) DD-PLN-MTO-CC-001.A

CP material take off

163) DD-PLN-MTO-CC-003.A

Heat shrinkable

164) DD-PLN-MTO-CC-004.A

Painting area 900m2

165) DD-PLN-SPC-PL-001

1 &4

166)
167)

Item 1 &3.2

Whole doc
35

Item 10.4

9.5mm thick pipe & Deep


trench for special crossings
and urban districts
HDD and Auger bore:
recommended
When pipeline and FOC cross
road or river by HDD, the
optimized construction
method shall be

Natural/native
potential
measurements
g. Etc.
Purpose and
installation details
ambiguous/not clear
for the application.
Distinguish Junction
boxes and test stations
for each purpose.
Generate detailed drgs
for current drain points
to the pipeline, etc as
per the detailed design.
Should be based on
detailed design for CP
station capacity and
ground bed sizing
No mention of epoxy
and copolymer
quantities
Segregate for each
paint scheme colour

Position

Clarify underlying
reason(s) for either and
both
Simply specify
specify

Agreed: SLECC to improve


the installation details.

Agreed: To revise the


quantities after concluding
the detailed design.
Agreed: SLECC to review the
quantities of epoxy
Agreed

Agreed SLECC to review


accordingly.
Agreed SLECC to specify and
not recommend.
Agreed SLECC to specify.

S/No
168)
169)

Document No.

Page
No.
5

Item No

Short Description

KPC Remarks

Position

Item 3.2-1

DD-PLN-SPC-PL-001

Show in the drg stated

Item 4.4.2

Corrosion Allowance (CA):


The calculated thickness for
mainline is 7.8mm, and the
design wall thickness is
rounded up to
8.7mm. It means there is
0.9mm of margin.
Quotes from ASME B31.4,
PEABODY's CONTROL OF
PIPELINE CORROSION,
NORSOK STANDARD DESIGN
PRINCIPLES
(M-DP-001, MATERIALS
SELECTION)

Contradiction and
dismissal:
no mention of design
life of the pipeline,
no clear CI design
dosing scheme and
costs based on water
content data in
product,
no regular pigging
design and interval for
the water
displacement,
No CA calculation and
additional steel cost,
no clear final holiday
level estimated for the
installed pipeline and
the CP design
correlation at end of
life of the pipeline.
The total pipeline
corrosion control
scheme not holistic for
common goal.
No reason for the
rounding off of the wall
thickness from
calculated hoop stress,
T. The design basis, DDLINE1R-BD-PR-001-A,
item 7.3 not consistent
with the quotes.
Consultant to clarify

Agreed SLECC to correct the


drawing No.
Agreed SLECC to review to
reflect KPC comments.

S/No

Document No.

170)

171)

172)
173)

174)
175) DD-PLN-DW-PL-006

176) DD-PLN-DW-PL-008

Page
No.

44

Item No

Item 16

Short Description

KPC Remarks

the design life


(economic design life
for the installed 20
pipeline) as relates to
the proposed CC
methods and own
opinion for no CA for
the known operating
parameters and
environment of the 20
pipeline.
Item 9.6 DD-PLN-SPC-CC-001: Cable terminations to
Test stations, drain points etc the line pipe not clearly
stated and at what
stage in the
construction; any
construction
procedure?
Isolating Joint as in (DDTesting & Installation
LINE1R-SPC-MA-013, DDduring pipeline
LINE1R-DAT-MA-013)
construction not
stated.
Installation of heat shrinkable Installation & testing
not stated
Open cut & Auger bore: casing Installation and testing
electrical isolation and end
not stated.
sealing from carrier pipe
Valve chambers: electrical
Installation and testing
isolation and sealing
not stated
Current interaction from ICCP No mention of possible
Systems
current interaction and
proposed mitigation
measures
Backfilling material
Revise proposals to suit
normal 3LPE

Position

Agreed SLECC to cross


reference documents on
corrosion control and
pipeline construction.

Agreed.

Agreed
Agreed

Agreed
Agreed SLECC to review

Agreed type 2

S/No

Document No.

Page
No.

Item No

Short Description

177) DD-PLN-CL-CC-001.A

Item 4

Design data: 30a, 3LPE, soil


resistivity 30-m

178) DD-LINE1R-SPC-MA003

13

Item 9

179) DD-LINE1R-BD-EL-001

14

Item 9.1

All pipe bends shall be coated


as shown in the project
documents
Larger motor

180) DD-LINE1R-BD-IN-001A

Overview of control concept

KPC Remarks
thickness and special
cases
Design life for CP or for
the installed pipeline?
Clarify
What documents?
Please show.
1. Clarify if meant
Main Pump
Motor.
2. No description of
VFD and an
outline of how it
works in the
document.
3. How the control
philosophy
interlinks with I &
C.
4. No specification
and data sheet
docs for the
proposed VFD
Page 9 of 20. SLECC has
proposed the following
control modes, i.e.
Remote (SCADA), Local
remote (HMI), Local
remote (touch screen),
Local equipment
control. The following
mode should be added:
Local control from PCS

Position

Agreed SLECC to give


analysis of different options
on economic life of pipeline
and hence design life for CP.
Agreed SLECC to clarify.

1. Agreed main pump


motor
2. Agreed to review on
VFD

Agreed

S/No

Document No.

Page
No.

Item No

Short Description

181) DD-LINE1R-BD-IN-001A

11

Overview of control concept

182) DD-LINE1R-BD-IN-001A

13

Overview of control concept

183) DD-LINE1R-SPC-IN-002

Specification for PCS and ESD


System

184) DD-LINE1R-SPC-IN-002

Item 8.2

185) DD-LINE1R-SPC-IN-002

186) DD-LINE1R-SPC-IN-002

Specification for PCS and ESD


System

Specification for PCS and ESD


System

25

Specification for PCS and ESD


System

KPC Remarks
Panel by use of Push
buttons (e.g. Pump
start, pump load, etc).
Page 11 of 20. Add
item 5.1.4. Local Panel
control. This level of
control provides direct
control of pumps,
valves, etc from the
PCS panel by use of
push buttons.
Page 13 of 20. Item
6.20. An ESD shall be
initiated by. Add
Flame detection in
pump shed.
Add to the
specifications the
statement The Pump
monitoring system
shall have internal
safety barriers.
On item 8.2, add the
statement An ESD
shall be initiated by
flame detection in the
mainline pump shed.
Add the specification:
The Preferred PLC
Control system- 1.
Schneider 2. Allen
Bradley.
On documentation,
page 25 of 27, there is
a statement An

Position

a. KPC: Mainly mainline


pump valves plus
strainer valves. Pump
START/STOP sequence
b. SLECC: Agreed to review

Agreed

Agreed to add in the PMS


documents

Agreed.

Agreed

Agreed to correct

S/No

Document No.

187) DD-LINE1R-SPC-IN-003
188) DD-LINE1R-SPC-IN-004
189) DD-LINE1R-SPC-IN-006

Page
No.

Item No

Short Description

Specification for Motor


operated Valves
Specification for ESD valve
actuator
Specification for Field
instrumentation

190) DD-LINE1R-SPC-IN-006

Specification for Field


instrumentation

191) DD-LINE1R-SPC-IN-007

Specification for Fire alarm


system

192) DD-LINE1R-SPC-IN-009

Specification for
Instrumentation installation

KPC Remarks
operation and
maintenance manual
giving all information
required to operate
and maintain the
interface detector shall
be submitted by the
supplier. Interface
detector should be
changed to Process
control system.
Add : Preferred makes1. Rotork.
Add preferred makes:1. Rotork.
All references to
explosion proof class
Exd should be EExd.
Preferred makes:
a. Rosemount
b. Siemens
c. ABB
d. Honeywell
Fire alarm panel: To
comply with standards
EN-54, and NFPA 72.
a. Item 6.2 lists free
issue items. Delete
as there shall not
be free issue items
b. - Item 6.3: Please
delete the word
Morendat from
The scope of work
for the

Position

Agreed
Agreed
Agreed

Agreed

Agreed

a. Agreed
b. Agreed

S/No

Document No.

Page
No.

Item No

Short Description

193) DD-LINE1R-SPC-IN0011

Specification for Liquid


ultrasonic flow meter

194) DD-LINE1R-SPC-IN0012

Specification for Flow


computer

195) DD-MLV-DW-PR-004A

Pig signaller

196) DD-MLV-DW-PR-015-A,
013A, 012A
197) DD-MLV-DW-PR-015-A,
013A, 012A

MLV-108A, 107A, MLV


106A ETC

BLOCK VALVE
Block Valve KM 153.5

198) DD-PS1-MTO-PR-002-A

Item 34

199) DD-PS1-SCH-PR-001-A

Item 14

Re-Injection Pump

KPC Remarks
instrumentation
installation of
Morendat Pump
station.
This item should
undergo a factory
acceptance test
witnessed by owners
Engineers.
This item should
undergo a factory
acceptance test
witnessed by owners
Engineers
Remove: TO
MORENDAT P.S from
drawing labeled: PLAN
ON INSPECTION
CHAMBER.
Put chainage: KM in
drawing.
Delete this chamber
since isolation will be
from KM 172 (PS4) and
137.37.
Block valve KM153 will
not be accessible at
night.
Clarify comment:
including backstop
Demonstrate how the
capacity and head of
re-injection pump has
been arrived at

Position

Agreed

Agreed

Agreed

Agreed
SLECC to review the location
and explain the necessity of
the block valve at this
location.
SLECC to adjust accordingly

Clarify and correct


accordingly
Agreed. Pump is adequate

S/No

Document No.

Page
No.

Item No

Short Description

KPC Remarks

Position

(Q=10M^3/HR,
h=600m).
LINE1R-TD-001

200)

30

201)

30

202)

31

203)

31

204)

TENDER DOCUMENTS
FORPROCUREMENT,
CONSTRUCTION,
TESTING
ANDCOMMISSIONING
Form of tender

Performance guarantee
The tender, together with
your written acceptance
thereof, shall constitute a
binding contract between us.

Appendix to form of
tender

Security is 10% of the lump


sum price.
Time for completion is 18
months.

205)

Conditions of contract
Part II
Item 1.1a(v)

206)

1.1b(i), (iv)

207)

4.1

Total subcontract ceiling at


30%

208)

5.2

Priority of contract document

Engineers representative is
SLECC
BOQ replaced with schedule
of prices

Delete sourcing from


an insurance company
This is in contravention
to the procurement
law as no contract
should be in place until
agreement is signed.
Replace with contract
price as this is not a
lump sum contract.
Propose that the
bidders indicate the
construction period.

Agreed

Replace SLECC with


SLECC/Kurrent JV
Retain Bill of Quantities
instead of schedule of
prices in the entire
document.
Replace 30% with 40%
to comply with the
procurement law.
Order to be similar to
the one in the
agreement.
Nevertheless the

Agreed

Agreed SLECC to review


accordingly.

Agreed.

Agreed SLECC to leave the


period blank for bidders to
fill.

Agreed SLECC to use BOQ


throughout the tender
document.
Agreed SLECC to replace
30% with 40% to comply
with procurement law.
Agreed SLECC to review
Priority order in clause 5.2
should be in the same order
as in the agreement.

209)
210)

6.2
6.3

provided to or deleted
Delete the words "drawings
or" in lines 3 and 4

211)

6.4

212)

6.5

213)

7.1

214)

7.2a

Delete the words "drawing or"


in line 2
Delete the words "drawings
or" in line 1
Delete the words "drawing
and" in line 2
All the permanent and
temporary
works shall be designed and
constructed by the Contractor

215)

8.1

Permits and authorization

216)

11.1

217)

12.1

Replacement that accuracy of


data provided by the Client is
not guaranteed
Replace the words "Bills of

contractors general
obligations to be after
conditions of contract.
Reinstate the deletion
Reinstate the deletion

Reinstate the deletion


Reinstate the deletion
Reinstate the deletion
Delete the addition as
the design and
construction drawings
are prepared by the
consultants.
Add in the list all
levies imposed by
national and county
laws
Retain the original
clause in FIDIC
Retain Bill of Quantities

Agreed
1. KPC position is for SLECC
to retain words
"drawings or" in lines 3
and 4 of clause 6.3. This
is because the contract
is not an EPC contract as
SLECC are the designers.
2. SLECC position is to
delete the words
"drawings or"
3. Agreed SLECC to retain
the words.

Agreed SLECC to retain the


words.
Agreed SLECC to retain the
words.
Agreed SLECC to retain the
words.
Agreed SLECC to review as
they are the designer.

Agreed SLECC to add in the


list all levies imposed by
national and county laws
Agreed

Agreed

218)

15.2

219)
220)

19.1(xv)
19.1(v)

221)

55.1

222)

55.2

223)

58.4

224)

60.8

225)

60.11(a)

226)

60.11(b)

Quantities" with the words


"Schedule of Prices"
Engineer registered by the
Engineer's Registration Board
(ERB) of Kenya
part time HSE officer
Rock blasting near settlement
areas shall be properly
coordinated with the relevant
officers
BOQ replaced with schedule
of prices
BOQ replaced with schedule
of prices
BOQ replaced with schedule
of prices
.he shall be deemed to have
agreed that he accepts the
total Contract Price as set
out.
This being a firm fixed price
contract, the Contractor is
deemed to have.....
Schedule of Prices

227)

70.1

fixed lump sum

228)

80(1)

229)

80(2)

Contractor to provide meals


for meetings
Contractor to provide office
for engineers representative

230)

80(3)

231)

80(4)

Contractor to provide 2 SUV


vehicles at each site for the
consultants
Contractor to provide

instead of schedule of
prices
Replace with Engineers
Board of Kenya (EBK)

Agreed SLECC to replace

Replace with full time


Agreed
Rock blasting not
Agreed
permitted due to safety
considerations
Retain BOQ instead of
schedule of prices
Retain BOQ instead of
schedule of prices
Retain BOQ instead of
schedule of prices
Replace agreed that
he accepts the total
contract price as set
out in with accepted
Delete the sentence as
this is a re-measurable
contract.
Replace with bill of
quantities
Replace with fixed
rates contract
Delete

Agreed

Delete as this is
repeated in
contractors general
obligations
Delete as this
contradicts the
consultancy contract.
Delete as this

Agreed

Agreed
Agreed
Agreed

Agreed

Agreed
Agreed
Agreed

Agreed

Agreed

accommodation and meals for


consultants
Contractor shall allow a sum
of Kshs 30,000.00 every
month for the Engineer's
Representative miscellaneous
account
For all the documents to be
submitted by the Contractor
to the Employer or the
Engineer, the same shall be
submitted to the Engineers
Representative for review and
check first so as to facilitate
the review and approval of the
Engineer.
credible loan facility from a
reputable financial institution
up to a minimum of 70% of
the project

contradicts the
consultancy contract.
Delete as this
contradicts the
consultancy contract.

Programme to be submitted
within 14days

232)

80(5)

233)

80(6)

234)

81

235)

Contractors general
obligations
Clause 2

236)

6.1 and 6.2

Involvement of Engineer in
vetting the procurement
process of the contractor

237)

O&M manuals to be
submitted where required.

238)

15

accommodation and three


meals for the personnel of

Agreed

Delete

Agreed to retain the


statement.

Delete

Agreed SLECC to delete as it


will be dealt with at the
cover letter.

Harmonize with Clause


14.1 of the conditions
of contract with
28days.
This is a contractors
internal task and the
engineer should
minimize input.
This should not be
optional and further
indicate the period
when these should be
submitted.
Delete

Agreed

Agreed

Agreed all O&M to be


submitted before take over.

Agreed

239)

18

240)

23

241)

31

242)

33

243)

34

Engineers
Representative
Contractor shall provide one
quickset level, tripod, a multimeter and torch, 5 meter
staff, one 30 meter steel tape,
one 30 meter linen tape, 6
ranging rods for the exclusive
use of the Engineer.
The Contractor shall provide
at each site two four-wheel
driven SUVs with dedicated
drivers for the transportation
of the personnel of the
Engineers Representative
The levels of benchmarks shall
be based on local harbor
datum.
Signboard to be display, at the
junction of the access road
leading to the Site of the
Works
Office for Engineer and
Engineers Representative

Confirm that these are


adequate for the
survey work. These to
revert to contractor at
completion of the
project.

Agreed

Delete as it contradicts
the contract.

Agreed

Clarify meaning

Agreed this means sea level.

Specify the number


and the locations

Agreed SLECC to review and


include in the entrance to
existing pump stations and
depots/terminals.
1. Agreed

1. Specify
location for the
offices
including the
main site
management
office.
2. Specify rating
for the 4
desktops.
Laptop to be i5
processor and
not intel
Pentium.

244)

35

245)

36

246)
247)

Form of Agreement

Meals for meetings and Kshs


30,000 petty cash for
consultants
4 isuzu troopers for engineer
and vehicles for consultants

Priority of contract documents

3. Conference
rooms to
accommodate
20 people
Delete para on
consultants
accommodation.
Delete all.

Agreed

Provide 6 vehicles for


the engineer of
superior specifications
and delete transport
for consultants.

Agreed

Recommend
1. Contract
agreement
2. For of tender
3. Appendix to
form of tender
4. Conditions of
contract part II
5. Conditions of
contract Part I
6. Negotiation
minutes
7. Specifications
8. Drawings
9. BOQ
10. Schedule of
rates and
dayworks
11. Schedules and
annexes

Agreed SLEC to review as


per KPC comment.

248)

Signing by parties

249)

Tender Security

250)
251)

Performance
guarantee

252)
253)
254)

Advance Guarantee

LINE1R-TD-002
255)

256)

257)

258)

Forfeiting the Tender security

Reference to uniform rules for


demand guarantees
Employer to give reasons for
breach
Performance certificate
Reference to uniform rules for
demand guarantees
Guarantee form

Schedule of prices and rates


Notes Item (v)
Accordance with the
Directions for Measurement
and Pricing included in the
Standard and Special
Specifications.
PG/M2
Allow for the management of
specialist
subcontractors
PG/M5
Establish, furnish and maintain
office accommodation for the
exclusive use of the Engineer
for the duration of the
Contract
PG/M6
4 double cabs and 1 station
wagon vehicles

Allow for a provision


for contractor to sign.
Wording to be
consistent with Clause
1.5.7 of the General
information and avoid
reference to clauses for
it to stand alone.
Delete

Agreed

Delete as Clause 10.3


has been expunged
Replace with defects
liability certificate
Delete

Agreed

Delete as this is not


applicable. Insert a
clause in the General
Information section to
emphasize on the same

Agreed

Refer to clause 57.1 of


the conditions of
contract on method of
measurement

Agreed

Delete as they are all


domestic

Agreed

Specify that there will


be 1 main office and 2
satellite offices

SLECC to review

Increase to 8 for the


exclusive use by the

Agreed SLECC to review the


Number and dont specify

Agreed

Agreed

Agreed
Agreed

259)

PG/M7

Allow for unpacking,


inspecting, loading and
transporting to site all Free
Issue equipment from the
Employers stores
Demobilization

260)

Add PG/M7

261)

Add PG/M8

262)
263)

Pipeline mechanical
bills 1.3
C/P/MP7

Shop bends in pcs/m

264)

C/P/MP8

Shop bends in pcs/m

265)

C/P/MP9

Ball gear

266)

C/P/MP11.1 to 11.4

Crossings in m/times

267)

C/P/MP11.5

Rail crossing by open cut in


m/times

268)

C/P/MP11.10 to 11.12

Crossing for HV line,


waterlines and lines 1,2 and 4

269)

C/P/MP11.1 to 11.9

Crossings

270)

C/P/MR13

Ultrasonic testing and X-ray


examination for welding joint

Locating and protection of


existing services

Engineer
Delete as there will be
no free issue items

double cabs.
Agreed

Add an item for


demobilization
Add item for locating
and protection of
existing services

Agreed

Use pcs as unit of


measurement
Use pcs as unit of
measurement
Replace with gear
operated ball valve
Use m as unit of
measurement
Use m as unit of
measurement and
clarify where the
railway will be cut
Delete as they are
included in the locating
and protection of
existing services
All the items to be
extra over

Agreed but include degree


ranges in the number.
Agreed but include degree
ranges in the number.
Agreed

Replace welding joint


with weld joints for

Agreed

Agreed
Agreed that railway should
not be cut and SLECC to
propose proper method.
Agreed

Agreed SLECC to include in


main bill item C/P/MP11 as
material and other costs of
the pipeline are included in
pipeline bill item. The unit of
measure to be meters.
Agreed

all in accordance with


specifications
satisfaction of Employer

271)

General

272)

C/P/MP16

Restore landscape with the


Project Specifications and to
the satisfaction of the
Employer.

273)
274)

C/P/MR12 to MR15
C/P/MP17

275)

C/P/MP18

276)

1.4Provisional and
Prime Cost Items

MR
Undertake non-destructive
testing of process, drain vent
and firewater piping in
accordance with the Project
Specifications
Supply and install cathodic
protection, all in accordance
with specifications and
detailed drawings
Allow US$ 1,000,000.00 (One
Million) for payment to KPLC
for power
supply/upgrade

277)

General
Electrical

278)

Tender Document
Electrical

the entire pipeline


Replace with
satisfaction of the
Engineer
Replace statement with
reinstate the ROW to
the satisfaction of the
Engineer and as per
EMP.
Replace MR with MP
Where is the supply
and installation bill for
this item

Agreed entire document

Add test and


commission

Agreed

Clarify the basis for the


amount and clarify
whether the amount
will cover all the costs
for the stations under
Phase I
It is ok for the 20
Pipeline mainline
equipment to be
provided with new HV,
MV switchgear and
protection equipment
but should be properly
rated.
The tender document
is incomplete on most
electrical items, their

Agreed SLECC to liaise with


KP and revise.

Agreed

Agreed
SLECC to include

Agreed SLECC to review


capacity of electrical
systems to suit 20 pipeline.

Agreed SLECC to review


items of Electrical in BOQ.

schedule of prices and


rates and the unit of
measure is wrong in
many instances.
279)

Supply of PS 10
(66KV/3.3KV

280)

Detailed Cost Estimate

SLECC to design based


on a stable supply at PS
10 of 66KV and not
11KV
SLECC to provide a
breakdown detailed
cost estimate on all the
BOQ items

Agreed SLECC to review


designs accordingly.

Agreed SLECC to provide as


detailed in PED.

PROJECT QA/QC COMMENTS


1. Identify all critical points for delivery of the project and clearly define responsibility for each Agreed SLECC to review.
2. Develop clear objectives for every QA/QC activity in all the phases of the project e.g. factory, field, training, and commissioning and
laboratory precision objectives - Agreed SLECC to review.
3. Define activity completeness for all activities in all the phases - Agreed SLECC to review.
4. Define representation requirements for all critical activities in all phases and measures to ensure representativeness of factory, field and
laboratory data - Agreed SLECC to review.
5. Define comparability and measures to ensure this for factory, field and laboratory data - Agreed SLECC to review.
6. Sampling process design; this to include
i)
Procedures and methods of sampling, - Agreed SLECC to review.
ii) Location and quantity measurements - Agreed SLECC to review.
iii) Custody procedures factory, field and laboratory including final evidence file - Agreed SLECC to review.
7. Define applicable analytical methods including factory, field and lab analytical procedures, factory, field and lab quality checks, field
equipment calibration procedures, frequency and validation, - Agreed SLECC to review.
8. Define inspection / acceptance procedures and requirements for supplies and consumables, training etc - Agreed SLECC to review.
9. Assessment and oversight factory, field and laboratory performance and systems audit and applicable responsibilities and frequency
including records management - Agreed SLECC to review.
10. Corrective actions factory, field, training and laboratory processes including data review, validation and assessment and reporting Agreed SLECC to review.

Anda mungkin juga menyukai