14
EOI-101414-110 – Mud Solids Handling Equipment Page 1 of 14 EXPRESSION OF INTEREST White Rose Extension Project (WREP) EOI / Prequalification Mud Solids Handling Equipment EOI-101414-110 Mustang Canada, Inc is seeking prequalification responses from interested companies for provision of the Drilling & Pipehandling Equipment for use on the Husky Energy White Rose Extension Project. Husky Energy is currently in the planning stages for this development which, subject to final company, partner and regulatory approvals, would include construction of a Wellhead Platform (WHP). Interested companies must be qualified to conduct the work scope as outlined in the prequalification questionnaire. Respondents are required to demonstrate their capabilities and experience via a formal response to this EOI/Prequalification advertisement. Respondents should provide a history of operations in the North Atlantic (or equivalent climate). Further details on Husky Energy and its Operating Environment are outlined below. Husky Energy strongly supports providing opportunities to Canadian, in particular Newfoundland and Labrador companies and individuals, on a commercially competitive basis. Pre-qualified companies will be required to complete a Canada/Newfoundland and Labrador Benefits Questionnaire at the Bid stage. Please provide one (1) original and/or one (1) electronic copy of your formal response no later than Friday, April 4th 3:00pm, NST to the address as shown below: Wood Group Mustang Canada Inc. Attn: Ms. Jaime Howard 17 Duffy Place Email: [email protected] St. John's, NL Canada Tel: +1 (709) 793-3161 A1B 4M7 Background Husky Energy has been active on Canada's East Coast for more than 20 years. Husky Energy is the operator of the White Rose field and has several exploration prospects in the central part of the Jeanne d’Arc Basin. Discovered in 1984, the White Rose offshore oil field is located in 120 m of water, 350 km east of St. John's, Newfoundland and Labrador, Canada. The field consists of both oil and gas pools, including the South White Rose oil pool. The oil pool covers approximately 40 km 2 and contains an estimated 200-250 million barrels of recoverable oil. A new WHP will be situated approximately 7 km west of the existing SeaRose Floating, Production, Storage, Offloading (FPSO) vessel.

EXPRESSION OF INTERESTsites.mustangeng.com › sites › BidPub › WhiteRose2 › EOI... · 1.0 Shale Shakers a) The Shale Shakers shall be capable of fulfilling all the requirements

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: EXPRESSION OF INTERESTsites.mustangeng.com › sites › BidPub › WhiteRose2 › EOI... · 1.0 Shale Shakers a) The Shale Shakers shall be capable of fulfilling all the requirements

EOI-101414-110 – Mud Solids Handling Equipment

Page 1 of 14

EXPRESSION OF INTEREST

White Rose Extension Project (WREP) – EOI / Prequalification Mud Solids Handling Equipment

EOI-101414-110 Mustang Canada, Inc is seeking prequalification responses from interested companies for provision of the Drilling & Pipehandling Equipment for use on the Husky Energy White Rose Extension Project. Husky Energy is currently in the planning stages for this development which, subject to final company, partner and regulatory approvals, would include construction of a Wellhead Platform (WHP). Interested companies must be qualified to conduct the work scope as outlined in the prequalification questionnaire. Respondents are required to demonstrate their capabilities and experience via a formal response to this EOI/Prequalification advertisement. Respondents should provide a history of operations in the North Atlantic (or equivalent climate). Further details on Husky Energy and its Operating Environment are outlined below. Husky Energy strongly supports providing opportunities to Canadian, in particular Newfoundland and Labrador companies and individuals, on a commercially competitive basis. Pre-qualified companies will be required to complete a Canada/Newfoundland and Labrador Benefits Questionnaire at the Bid stage. Please provide one (1) original and/or one (1) electronic copy of your formal response no later than Friday, April 4th 3:00pm, NST to the address as shown below:

Wood Group Mustang Canada Inc. Attn: Ms. Jaime Howard

17 Duffy Place Email: [email protected]

St. John's, NL Canada Tel: +1 (709) 793-3161

A1B 4M7

Background Husky Energy has been active on Canada's East Coast for more than 20 years. Husky Energy is the operator of the White Rose field and has several exploration prospects in the central part of the Jeanne d’Arc Basin. Discovered in 1984, the White Rose offshore oil field is located in 120 m of water, 350 km east of St. John's, Newfoundland and Labrador, Canada. The field consists of both oil and gas pools, including the South White Rose oil pool. The oil pool covers approximately 40 km2

and contains an estimated 200-250 million barrels of recoverable oil. A new WHP will be situated approximately 7 km west of the existing SeaRose Floating, Production, Storage, Offloading (FPSO) vessel.

Page 2: EXPRESSION OF INTERESTsites.mustangeng.com › sites › BidPub › WhiteRose2 › EOI... · 1.0 Shale Shakers a) The Shale Shakers shall be capable of fulfilling all the requirements

EOI-101414-110 – Mud Solids Handling Equipment

Page 2 of 14

Operating Environment Husky Energy’s lease holdings on the Grand Banks are situated in one of the harshest ocean environments in the world:

During the winter season (December - March), winds can reach 90 to100 knots offshore.

Fog from April to August can reduce visibility and impact crew changes by helicopter.

Combined significant wave heights can reach 12.5 meters during the winter season.

Surface water temperatures range from near 0°C to 22°C.

Air temperatures range from -18.5°C to +25°C.

Surface ocean currents up to 90 cm/sec have been measured. Mean surface currents

range from 5 to 19 cm/sec.

Sea ice, up to 100 centimeters thick, may reach the area from February to April, two to

three years out of every ten.

Icebergs pass through the area from March to July.

General Requirements The selected company will be required to design, fabricate and test the equipment in compliance with Mustang Canada Inc. and Husky Energy requirements. Scope of Work

1.0 Shale Shakers

a) The Shale Shakers shall be capable of fulfilling all the requirements in an offshore oilfield environment, and shall be used in conjunction with the various pieces of equipment that makes up the Mud Solids Control System.

b) The Shale Shakers shall be supplied as a complete skid mounted unit with all necessary equipment and controls. The base plate shall be suitable for Welding or bolting to the deck. The Vendor shall provide all equipment and design criteria necessary to prevent adverse loads being transferred from the equipment system into any off skid connections.

c) The Vendor shall state the structural steel base plate specification on the datasheets to be returned.

d) The unit shall be AC electric motor driven and shall be remotely controlled and monitored by the Drilling Control and Data Acquisition (DCDA) system.

Page 3: EXPRESSION OF INTERESTsites.mustangeng.com › sites › BidPub › WhiteRose2 › EOI... · 1.0 Shale Shakers a) The Shale Shakers shall be capable of fulfilling all the requirements

EOI-101414-110 – Mud Solids Handling Equipment

Page 3 of 14

e) Screens with an API mesh ranging from API 50 through API 325 may be utilized during Drilling operations.

f) The shale shaker units shall include gas extraction/ventilation hoods to minimize gas/oil mist entering the shaker room and shall include quick release arrangements for screen installation and removal. The gas extraction/ventilation hoods shall be flanged to connect to the platform HVAC system. The Vendor shall state the air flow requirement across each shaker hood and advise the oil content that is likely to be contained in the mist extracted from oil based mud.

g) Shakers with variable speed or dual motion and variable screen angle shall be considered for optimal versatility, performance, and efficiency.

h) Five (5) shakers are required. Shakers shall be sized such that four shakers can process the drilling fluid, leaving one as a (Brine) shaker. The four shakers shall, at a minimum, be capable of effectively processing drilling fluid at a maximum flow rate of 6.0m3/min (1,585 gpm).

i) All Shale Shaker equipment located in the shale shaker room shall be designed for minimum maintenance during drilling and provide easy access for shaker screen installation and removal.

j) Skid mounted instrumentation required to interface with the Shale Shakers control panels shall be provided by the Vendor.

k) Materials used in the Shale Shaker package shall be such that all wetted surfaces are suitable for exposure to H2S gas.

l) The flow from the header box to the Shale Shakers shall be controlled by knife gate valves, so that the flow to each Shale Shaker can be individually controlled.

m) The header box shall be fitted with a gas analyzer transmitter and a density transmitter, both supplied by the Company and fitted on site. Connection details shall be agreed during detailed design.

1.1 Scope of Supply

The Vendor shall provide and itemize with their bid a scope of supply list that reflects the

individual component parts which comprise the equipment scope for the Shale Shakers

to meet the requirements of this specification and the Data Sheets; typically required are

Item, quantity, and component description per the following table:

Item Ref Qty. Description

1.0 5 ea. Shale Shakers

Page 4: EXPRESSION OF INTERESTsites.mustangeng.com › sites › BidPub › WhiteRose2 › EOI... · 1.0 Shale Shakers a) The Shale Shakers shall be capable of fulfilling all the requirements

EOI-101414-110 – Mud Solids Handling Equipment

Page 4 of 14

2.0 Vacuum Degasser

The mud treatment vertical vacuum degasser system shall be designed to handle

anticipated minimum flow rate of 4.5 m3/min (1200 US.gpm), with 1800 kg/m3 (18 ppg)

drilling fluid.

The Vacuum Degasser shall be skid mounted and consist of a vertical vessel and

vacuum pump.

The vessel shall be supplied with an access opening sized to allow servicing of the

baffles and float valve (if fitted).

The released gas, removed by the vacuum pump, shall be routed to a flanged interface

point within the Degasser Skid boundary.

The degasser shall separate gas from the mud and the vent shall be routed up the flare

boom to a safe area for gas discharge.

A second degasser of identical specification will be provided to serve as a ‘clean unit’

and shall be used for Brine service.

These Vacuum Degasser shall be installed in the shaker building and be capable of

releasing gas locked in fluid returning from the down hole, as referenced in the Data

Sheets.

The Vacuum Degasser shall be operated by the solids control PLC.

2.1 Scope of Supply

The Vendor shall provide and itemize with their bid a scope of supply list that reflects the

individual component parts which comprise the equipment scope for the will be located

on the drill deck level of the topside platform within the shaker building to meet the

requirements of this specification and the Data Sheets; typically required are Item,

quantity, and component description per the following table:

Item Ref Qty. Description

2.0 2 ea. Vacuum Degasser

Page 5: EXPRESSION OF INTERESTsites.mustangeng.com › sites › BidPub › WhiteRose2 › EOI... · 1.0 Shale Shakers a) The Shale Shakers shall be capable of fulfilling all the requirements

EOI-101414-110 – Mud Solids Handling Equipment

Page 5 of 14

3.0 Cuttings Slurrification and Re-Injection System

Synthetic Based Mud base cuttings shall be routed to a Cutting Re-Injection (CRI) system.

Recommended injection parameters are outlined below.

Injection rate 0.8 m3/min (5bbl/min)

Max. Injection Pressure (at surface ) : 30.9MPa ( 4,482 psi)

Slurry Solids Content: 20%, or less by volume.

Slurry Density 1,300kg/m3, or less.

Particle size: 300 microns, or less.

Free of hydrocarbons and hazardous materials

The CRI system shall consist of, at a minimum:

a) Two (2) Slurrification Tanks, each with a minimum operating volume of 8.7m3 (55 bbl).

b) Centrifugal Grinding transfer pumps.

c) One (1) Injection batch holding tank – minimum operating capacity of 31.75m3 (200 bbl.).

d) One (1) Classification Shaker c/w variable speed drives and ventilation hoods

e) One (1) High-Pressure injection pump – 560kW (750 HP).

f) Charge pumps.

g) One (1) Cuttings Grinder / Mill c/w drip pans to contain spilled fluids

h) One (1) Operators Control Area

i) One (1) each control system c/w local operator interface control panel

j) One (1) HMI terminal and screen

k) Any and all exposed bearings are to be enclosed and sealed with lubrication points tubed to a remote and safe location for maintenance

3.1 Scope of Supply

The Vendor shall provide and itemize with their bid a scope of supply list that reflects the

individual component parts which comprise the equipment scope for the Cuttings

Slurrification and Re-Injection System to meet the requirements of this specification and

Page 6: EXPRESSION OF INTERESTsites.mustangeng.com › sites › BidPub › WhiteRose2 › EOI... · 1.0 Shale Shakers a) The Shale Shakers shall be capable of fulfilling all the requirements

EOI-101414-110 – Mud Solids Handling Equipment

Page 6 of 14

the Data Sheets; typically required are Item, quantity, and component description per the

following table:

Item Ref Qty. Description

3.0 1 ea. Cuttings Slurrification and Re-Injection System

Page 7: EXPRESSION OF INTERESTsites.mustangeng.com › sites › BidPub › WhiteRose2 › EOI... · 1.0 Shale Shakers a) The Shale Shakers shall be capable of fulfilling all the requirements

EOI-101414-110 – Mud Solids Handling Equipment

Page 7 of 14

4.0 Cuttings Dryer System

The Cuttings Drying System consists of the following equipment:

a) Cuttings Dryer

b) Cuttings Dryer Centrifuge

4.1 Cuttings Dryer

a) The Cuttings Dryer shall process cuttings and fluids from the Shakers

b) The Cuttings Dryer shall be operated by an automated control system with

manual overrides.

c) Flights are to be tungsten carbide coated to reduce wear and ensure optimum

tolerance.

d) Removable screens shall be supplied by the vendor

4.2 Centrifuge

a) The Centrifuge shall be a self-contained skid mounted system.

b) The Centrifuge shall be operated from an integrated Control Panel

c) Remote feed-pump starts switch and automatic shut-down alarms.

d) Cuttings Dryer Centrifuge shall be designed for a fluid capacity, Water 115mᵌ/hr

(682 GPM) and Solids Discharge Rate 11.8mᵌ/hr (51.8 GPM)

4.3 Scope of Supply

The Vendor shall provide and itemize with their bid a scope of supply list that reflects the

individual component parts which comprise the equipment scope for the Cuttings Dryer

System to meet the requirements of this specification and the Data Sheets; typically

required are Item, quantity, and component description per the following table:

Item Ref Qty. Description

4.1 1 ea. Cuttings Dryer

4.2 1 ea. Cuttings Dryer Centrifuge

Page 8: EXPRESSION OF INTERESTsites.mustangeng.com › sites › BidPub › WhiteRose2 › EOI... · 1.0 Shale Shakers a) The Shale Shakers shall be capable of fulfilling all the requirements

EOI-101414-110 – Mud Solids Handling Equipment

Page 8 of 14

5.0 Centrifuges

The Centrifuges shall be installed and located with consideration of cuttings, fines, and

barite transport and treatment of mud utilized during drilling operations.

Centrifuges shall be arranged to facilitate gravity feed of fines and weight material to the

Cuttings Injection System.

1. The Centrifuges shall be equipped with individual speed adjustment for the bowl and scroll

2. The Centrifuges shall be capable of removing weighted material and fines.

3. Access for sampling shall be provided.

4. The Centrifuges shall be designed for total automatic as well as manual operation.

5. The Centrifuges shall be sized based on the following:

(a) Max. mud weight of 1800 kg/m3 (18ppg).

(b) Desired Centrifuge processing rate of 10% to 15% of total mud flow

5.1 Scope of Supply

The Vendor shall provide and itemize with their bid a scope of supply list that reflects the

individual component parts which comprise the equipment scope for the Centrifuge to

meet the requirements of this specification and the Data Sheets; typically required are

Item, quantity, and component description per the following table:

Item Ref Qty. Description

5.0 3 ea. Centrifuges

Page 9: EXPRESSION OF INTERESTsites.mustangeng.com › sites › BidPub › WhiteRose2 › EOI... · 1.0 Shale Shakers a) The Shale Shakers shall be capable of fulfilling all the requirements

EOI-101414-110 – Mud Solids Handling Equipment

Page 9 of 14

6.0 Mud Vacuum Equipment

6.1 Fixed Mud Vacuum Unit

a) The drilling facilities shall have a combination of Fixed and Portable Vacuum Recovery Units.

b) The Drill Floor and the Shaker area shall each have a Fixed Mud Vacuum System supplied for the purpose of cleaning mud spillages from within each facility. The units shall collect mud for re-use within the LP Mud System.

c) Each Mud Vacuum Unit shall be hard piped to appropriate locations (stations) throughout the DES and DSM.

d) The vacuum pump and associated holding tank and controls shall be located at an appropriate location within each facility module. Each Mud Vacuum Unit shall be capable of providing continuous liquid recovery from any station to which the unit is connected.

e) The Mud Vacuum Equipment shall consist of the following equipment as a minimum:

1. Hand Held collection “wand”

2. Vacuum Skid

3. Holding Tank

4. Miscellaneous Hoses / fittings

a) The Mud Vacuum Equipment shall incorporate a hand-held wand to allow easy collection of mud from deck areas & equipment skids etc.

b) The Mud Vacuum Equipment skid shall consist of the following equipment as a minimum:

1. Skid

2. Vacuum Pump

3. Pump Motor

4. Control Station(s)

5. Holding Tank

a) The skid system shall incorporate clearly identified lifting points.

b) A stand-alone holding tank may be supplied if not included on the Vacuum Skid.

c) The Mud Vacuum Equipment shall incorporate a minimum 50’ suction hose.

d) Pump seals & miscellaneous rubber components shall be suitable for use in conjunction with Water Based Mud, Oil Based Mud & Pseudo Mud.

e) The Mud Vacuum Equipment shall be designed for operation within a Zone 1 area.

f) Each Mud Vacuum Unit shall be self-contained and protect operators from any moving part / hazard.

Page 10: EXPRESSION OF INTERESTsites.mustangeng.com › sites › BidPub › WhiteRose2 › EOI... · 1.0 Shale Shakers a) The Shale Shakers shall be capable of fulfilling all the requirements

EOI-101414-110 – Mud Solids Handling Equipment

Page 10 of 14

g) The Mud Vacuum Equipment shall be operated from a local control panel. Each vacuum liquid recovery station shall be equipped with:

1. Appropriate control switches for the unit

2. An automatic shut off valve that prevents suction unless a hose is connected to the station

3. A master shut off valve upstream of the automatic shut off valve

4. A hose of sufficient length to reach the necessary areas

5. A vacuum pickup head for controlling and directing the suction

6. A means of retrieving and storing the hose

a) Each skid shall incorporate a tank level display and over-flow alarm / cut-off system.

b) Mud Vacuum Equipment shall also incorporate an emergency stop facility on the Vacuum Skid itself.

c) Each Mud Vacuum Equipment holding tank shall empty into the appropriate drain system. Level alarms shall be provided on the holding tank(s). These level alarms shall feed into the DCDA and emptying of the holding tanks shall be controlled via the DCDA.

d) The vacuum liquid recovery station on the drill floor shall be equipped with a system which will keep the hose from lying on the drill floor and being damaged or becoming a tripping hazard.

e) The Mud Vacuum Equipment skids shall be designed to accommodate the following operational conditions:

1. Mud Density (Design) 2197 kg/m3 (18.3 ppg)

2. Minimum Temperature (Design) 5.0 deg C (40 deg F)

3. Maximum Temperature (Design) 60.0 deg C (140 deg F)

4. System Pressure (Operating) 1.0 MPa (145psi)

6.2 Portable Mud Vacuum Unit

a) The Portable Mud Vacuum Unit in the DSM shall be capable of being used to clean the mud pits, mud processing pits, CRI tanks, and cement mixing tanks as well as cleaning up spills within the module.

b) The Portable Mud Vacuum Equipment in the DES shall be capable of being used to clean up spills on the main deck below the DES, cleaning the shale shakers and shale shaker troughs, and the mud return troughs from the DES to the DSM.

c) The Portable Mud Vacuum Unit shall be capable of being used to clean brine/gel, sand, and liquid additive tanks as well as cleaning up spills within the module.

d) The Portable Mud Vacuum Equipment shall consist of the following equipment as a minimum:

1. Hand Held collection “wand”

2. Vacuum Skid

Page 11: EXPRESSION OF INTERESTsites.mustangeng.com › sites › BidPub › WhiteRose2 › EOI... · 1.0 Shale Shakers a) The Shale Shakers shall be capable of fulfilling all the requirements

EOI-101414-110 – Mud Solids Handling Equipment

Page 11 of 14

3. Holding Tank

4. Miscellaneous Hoses / fittings

a) The Mud Vacuum Equipment shall incorporate a hand-held wand to allow easy collection of mud from deck areas & equipment skids etc.

b) The Mud Vacuum Equipment skid shall consist of the following equipment as a minimum:

1. Skid

2. Vacuum Pump

3. Pump Motor

4. Control Station(s)

5. Holding Tank

a) The skid system shall incorporate clearly identified lifting points.

b) A stand-alone holding tank may be supplied if not included on the Vacuum Skid.

c) The Mud Vacuum Equipment shall incorporate a minimum 50’ suction hose.

d) Pump seals & miscellaneous rubber components shall be suitable for use in conjunction with Water Based Mud, Oil Based Mud & Pseudo Mud.

e) The Mud Vacuum Equipment shall be designed for operation within a Zone 1 area.

f) Each Mud Vacuum Equipment shall be self-contained and protect operators from any moving part / hazard.

g) The Mud Vacuum Equipment shall be operated from a local control panel. Each vacuum liquid recovery station shall be equipped with:

1. Appropriate control switches for the unit

2. An automatic shut off valve that prevents suction unless a hose is connected to the station

3. A master shut off valve upstream of the automatic shut off valve

4. A hose of sufficient length to reach the necessary areas

5. A vacuum pickup head for controlling and directing the suction

6. A means of retrieving and storing the hose

a) Each skid shall incorporate a tank level display and over-flow alarm / cut-off system.

b) Mud Vacuum Equipment shall also incorporate an emergency stop facility on the Vacuum Skid itself.

c) The Mud Vacuum Equipment skids shall be designed to accommodate the following operational conditions:

1. Mud Density (Design) 2197 kg/m3 (18.3 ppg)

2. Minimum Temperature (Design) 5.0 deg C (40 deg F)

3. Maximum Temperature (Design) 60.0 deg C (140 deg F)

Page 12: EXPRESSION OF INTERESTsites.mustangeng.com › sites › BidPub › WhiteRose2 › EOI... · 1.0 Shale Shakers a) The Shale Shakers shall be capable of fulfilling all the requirements

EOI-101414-110 – Mud Solids Handling Equipment

Page 12 of 14

4. System Pressure (Operating) 1.0 MPa (145psi)

6.3 Scope of Supply

The Vendor shall provide and itemize with their bid a scope of supply list that reflects the

individual component parts which comprise the equipment scope for the Mud Vacuum

Units to meet the requirements of this specification and the Data Sheets; typically

required are Item, quantity, and component description per the following table:

Item Ref Qty. Description

6.1 2 ea. Fixed Mud Vacuum Units

6.2 2 ea. Portable Mud vacuum Units

1) Compliance with all Mustang Canada Inc. and Husky Energy project specifications

and requirements, except for mutually agreed deviations. Also, responsible for

ensuring that Sub-vendors are capable of meeting all requirements and that they are

supplied with the correct technical documentation and all relevant sections of the

Purchase Order and all subsequent approved revisions of the relevant sections of

the Requisition document.

2) Compliance with supplier / packager / manufacturer blueprints, drawings and

specifications for all components that comprise the Mud Solids Handling Equipment,

thus ensuring that form, fit and function for interchangeable components, systems

and sub-systems are not adversely affected.

3) Submission of a comprehensive monthly progress report and critical path schedules

detailing all items in the critical path and their progress for each month. As well as

participation in a monthly status conference call.

4) Participation in at least one clarification meeting prior to award at the Client’s facility,

a kickoff meeting after award at the packager’s facility, a HAZOP meeting at the

Client’s facility, a design finalization meeting prior to design freeze at the Client’s

facility, a pre-inspection meeting at the packager’s facility, a pre-FAT meeting at the

packager’s facility, a control system PCS compatibility test at the packager’s facility

prior to FAT, and a post-FAT punch list meeting at the packager’s facility with follow-

up via e-mail. Also participation in a pre-commissioning meeting, as well as

Page 13: EXPRESSION OF INTERESTsites.mustangeng.com › sites › BidPub › WhiteRose2 › EOI... · 1.0 Shale Shakers a) The Shale Shakers shall be capable of fulfilling all the requirements

EOI-101414-110 – Mud Solids Handling Equipment

Page 13 of 14

assistance in installation, pre-commissioning, commissioning, start-up and site

acceptance tests.

5) Submission of all general arrangement drawings, process & instrumentation

drawings, electrical drawings, cable schedules, PCS (and F&G) modbus interface

lists, cause & effect diagrams, inspection and test plans, weld procedures, torsional

analyses, ISA instrument data sheets and other documents required to fully define

and characterize the equipment being supplied and to enable Mustang Canada Inc.

and Husky Energy to design the facility as well as install, inspect and maintain the

equipment.

6) After drawings that have received final design approval for fabrication, the supplier

shall then provide an as-shipped set of drawings to characterize the actual

configuration of each package as it left the factory, an as-installed set of drawings to

characterize the actual configuration of each package as it was installed and pre-

commissioned in the topsides fabrication yard, and an as-built set of drawings to

depict the actual configuration of each package after offshore commissioning.

7) Dual language (English / French) instructions for all equipment associated with fire

suppression systems and for any submitted MSDS documents.

8) The supply of all electric motors, generators, instrumentation, electrical components,

electrical systems and wiring with a CSA label and in accordance with all CSA

requirements.

9) Compliance with Canadian and CNLOPB Regulatory requirements.

10) The supply of all special tools, capital spares, and start-up and commissioning

spares as defined in the purchase order. Commissioning spares shall include spare

cards and PLCs for any control systems. The supplier shall advise the Client when

spares must be ordered so they can be manufactured with the main equipment.

11) Weighing of all equipment exceeding 5000 kg with load cells having and accuracy of

+/-1% of the measured value. The plan center of gravity shall also be verified using

this equipment. Skids & systems shall not be disassembled to avoid the weighing of

equipment in this fashion. A weight data sheet shall be supplied for all equipment

provided. The supplier shall quantify the weight of all skids and major components as

early as possible in the proposal and design phases and shall offer weight reduction

alternatives for consideration by the Client.

12) The application of all necessary resources to meet agreed equipment delivery dates,

especially after schedule slippages, parts scrapping and other unanticipated

schedule impacts.

13) Export boxing and long-term preservation for all equipment.

14) Operator training

Page 14: EXPRESSION OF INTERESTsites.mustangeng.com › sites › BidPub › WhiteRose2 › EOI... · 1.0 Shale Shakers a) The Shale Shakers shall be capable of fulfilling all the requirements

EOI-101414-110 – Mud Solids Handling Equipment

Page 14 of 14

Submission and Registration Requirements:

Mustang Canada Inc. is committed to providing a safe, healthy and environmentally sound

workplace for its employees, contractor and subcontractors. Interested companies must meet,

at a minimum, all requirements of Mustang Canada Inc., as well as Husky Energy’s

commitments related to Canada-Newfoundland and Labrador benefits and other appropriate

regulatory processes. In addition, interested Companies are required to complete the Wood

Group Mustang Canada Inc. Supplier Pre-Qualification Questionnaire that must be submitted

with their “Expression of Interest”. The questionnaire is available by contacting:

1. White Rose Extension Project Website

Tel: +1(709) 793-3113

E-Mail: [email protected]

Website: http://sites.mustangeng.com/sites/BidPub/WhiteRose2

2. BIDS Newfoundland

Tel: +1(709) 738-6500 or 1-800-397-0393

Website: www.bids.ca

3. NOIA

Tel: +1(709) 758-6610

Website: www.noia.ca

Please note that any updates, bulletins and/or clarifications regarding the following

procurement opportunity will be posted to the following website only.

Website: http://sites.mustangeng.com/sites/BidPub/WhiteRose2

Interested companies are advised to check regularly during the pre-submission period for any additional information that may be posted.

Schedule:

It is anticipated that the Request for Proposal (RFP) will be issued Q2-2014 with a planned award date Q2-2014.