LIBERIA PETROLEUM REFINING COMPANY
P.O. Box 10-0090
                                                                1000 Monrovia 10
                                                                Liberia, West Africa
                              REQUEST FOR PROPOSALS FOR INSPECTION
                             AND QUALITY CONTROL SERVICES OF THE MAIN
                             MONROVIA PRODUCT STORAGE TERMINAL (PST)
                                       EXPANSION PROGRAM
Based on results of a comprehensive technical inspection and expansion study of the Monrovia, PST,
LPRC has retained the services of a qualified Engineering Procurement Construction Management
(EPCM) Contractor for the execution of all the components identified by this study under a “turn-key”
contract that was negotiated for a price of 22.4 million United States Dollars and will be implemented
over a period of approximately four (4) years, starting July, 2010.
The major components of this project are:
       Supply pipelines from the Oil Jetty to the tank farm
       Storage Tanks – rehabilitation of all existing tanks and the construction of three new tanks
       Piping network within the tank farm
       Tank Truck Loading Racks and Pumping
       Environmental Protection
       Fire Protection
       Power Generation
       Security
       Safety
       Product Laboratory
Failure to meet required Quality and Advancement Benchmarks if they are not identified early may well
result in serious departure from acceptable standards and delivery deadlines that can affect the
objective and successful implementation of the PST Rehabilitation and Expansion Project.
The management of the Liberia Petroleum Refining Company (LPRC) is therefore seeking the services of
a reputable and qualified Project Advancement Monitoring, Quality Control and Field and Shop
Inspection Firm to act as the overall supervisory arm of LPRC to react without delay to any non-
compliance of the retained EPCM contractor to his contractual obligations and to intervene accordingly.
Request for Proposals Information must be submitted to the address shown under PROPOSALS in the
Request for Proposals document no later than July 15, 2010 at 12 noon GMT.
Interested, qualified firms are invited to obtain the detailed Request for Proposals document with the
prescribed format from:
               Mr. George K. Gbessie
               Procurement Manager
               LPRC, PST
               Bushrod Island
               Monrovia, Liberia
               Mobile Number +2316-547-024
               E-mail: gkgbessie@lprclib.com
Or the document may be downloaded from the following, websites:
               a. www.dgmarket.com
               b. www.tlcafrica.com
               c. www.frontpageafrica.com
For inquiries, please contact Mr. Joseph B. Dennis, Technical Services Director on mobile number +2316-
552-515 or by e-mail:jbdennis@lprclib.com.
Please note: When you enter the dg market website homepage, go to ‘search notices’ tab and click in
the box below and select the country LIBERIA to get the full text of the advertisement and request for
proposal document. Open the request for proposals document with deadline July 15, 2010.
     REQUEST FOR PROPOSALS
        IFB No. LPRC/ICB/002/2010
LIBERIA PETROLEUM REFINING COMPANY (LPRC)
      PRODUCT STORAGE TERMINAL (PST)
            EXPANSION PROGRAM
       CONSTRUCTION MANAGEMENT
                   AND
               INSPECTION
                July 15, 2010
                                  TABLE OF CONTENTS
     I.       INTRODUCTION
              A. Intent
              B. Background
              C. Project Description
     II.      SCOPE OF SERVICES
              A. Task 1 – Construction Management
              B. Task 2 – Inspection
     III.     LPRC RESPONSIBILITIES
     IV.      LPRC AGREEMENT
     V.       COMPENSATION
     VI.      PROPOSAL CONTENT
     VII.     PROPOSALS
     VIII. SELECTION PROCESS
     IX.      QUESTIONS
I.          INTRODUCTION
A.          INTENT
The Liberia Petroleum Refining Company LPRC requests proposals from qualified consultants to
provide Construction Management and Inspection services for its Product Storage Terminal (PST)
Rehabilitation and Expansion Project.
B.          BACKGROUND
Both the Liberia Petroleum Refining Company (LPRC) Product Storage Terminal (PST) and the
refined products jetty owned by the Port of Monrovia have suffered from a severe lack of maintenance
during the conflict years. Since the conflict ended in 2003 LPRC has performed some basic
maintenance but both facilities have technically deteriorated to a degree that they are unsafe and
represent a serious risk to the country’s fuel supply. Options for alternative fuel supply to Liberia in
any significant volume are limited.
It is in this context that international consultants were commissioned to undertake a comprehensive
inspection and assessment of the physical condition of LPRC storage tanks, pipelines, truck loading
and firefighting facilities, environmental protection systems, and product testing facilities in addition
to assessing future requirements for expanding current capacity.
The international consultants were also required to carry out a product demand study to identify the
additional storage capacity which will be required to meet a 2013 time horizon for the different
petroleum products being considered. The demand study also served to define the appropriate design
diameters for the discharge pipelines for each product from the jetty to shore tanks.
This “Technical Audit” specified all the work components for the entire terminal rehabilitation
program and the “Petroleum Products Demand Study” was used as a basis for tank capacity expansion
and pipeline diameter sizing.
C.     PROJECT DESCRIPTION
The objective of LPRC’s PST REHABILITATION AND EXPANSION PROJECT is to bring
the facilities up to international standards, in order to respond safely and efficiently to the Liberian
current and anticipated demand for light petroleum products. In doing so LPRC has
chosen to call upon the services of a qualified EPCM contractor to perform the work under a
“turn-key” contract.
Within the framework of this Project, the actual categories of essential operational elements
and equipment considered for rehabilitation or extension are listed below.
3.1 Supply Pipelines from the Jetty to the tank farm
Three new pipelines (8, 10 and 12 inch diam) are to be installed along the onshore jetty
walkway into the product terminal (a total distance of 700m), replacing existing pipes.
3.2 LPRC Product Storage Terminal comprising two adjoining tank fields with a total storage capacity
of 480 thousand barrels and including 14 existing and 3 new storage tanks:
a) Storage Tanks
Repair or replacement of identifiable corroded or damaged sections of key elements of the
storage tanks e.g.: shells, floors, roofs, foundations, access stairways, railings and
handrails, together with venting and gauging mechanisms.
b) Piping Network
Repair or replacement of all tank field piping, valves, flanges and fittings showing leaks or
advanced deterioration, corrosion and damaged pipe supports, designed to provide full
transfer flexibility from the pump station to each product storage tank and to the loading
station.
3.3 Loading Racks and Pumping
a) Tank truck loading
To undertake the complete redesign of the current loading and pumping facilities with
increased loading capacity
To supply and install bottom loading piping modifications to accept hoses adapted for a leak-
proof quick coupling.
To proceed with renewal of essential components, including meters, loading arms, separators and
filters
To install a new concrete pad for the loading rack, accompanied by trenches to recover
accidental spills
b) Pumping Station
To proceed with the relocation of all loading and transfer pumps on one concrete pad large
enough for future pumping capacity, including additional pumps to meet projected demand.
3.4 Environmental Protection
a) Preventive actions
To provide environmental protection facilities and procedures to include the prevention and
full recovery of accidental spills and contaminated surface waters originating from storage
tank dykes, pump stations and truck loading areas, which have to be directed to an
adequately-sized API oil separator.
To provide a new slop tank to store the skimmed oil, with a capacity of 500 barrels.
To install floating pads on all gasoline tanks to reduce air pollution, but also to reduce
gasoline tank breathing losses.
b) Remediation
To conduct an environmental audit to establish the nature and the extent of soil and/or water
contamination and identify the extent of required remediation.
3.5 Fire Protection
a) Fire Water and Foam
To provide a new water tank with a capacity of 2,100 cubic meters (13,000 barrels) and
reinstate foam producing devices
b) Fire Water Distribution Network
To install a new fire water distribution network and fire water pumps, one electric and
the other with a diesel engine in an adequate pump shelter, with a jockey pump to
maintain system pressure.
3.6 Power Generation
To provide and install the extra power generation capacity to meet the extra 120 KVA
load required for the rehabilitated and enhanced PST.
3.7 Security
To install adequate security lighting, strategically located inside and around the Tank
Field perimeter of 1250 meters and along the 700 meter shore supply pipelines In
addition, a remote control camera surveillance system, is to be installed at strategic
locations.
3.8 Safety
To verify and correct non conformities in the actual layout of tanks within the terminal,
taking into consideration specified regulatory safe distances between tanks, as per their
respective dimensions, distances between loading racks and property limits, public
roads, fire protection equipment, laboratory, railroads, together with adjacent lodgings
and office buildings, all according to applicable local or international regulations.
3.9 Product Laboratory
To construct a new 1000 square feet building, including adequate ventilation, together
with all safety and health protection features for the technicians and supply all required
petroleum product testing laboratory equipment.
The estimated construction cost for the PST Expansion is $22.4 million United States Dollars. The
LPRC anticipates finalizing negotiation by July 2010 and beginning construction in July 2010. The
planned project duration is 48 months.
II.        SCOPE OF SERVICES
The scope of services to be provided by the Construction Management and Inspection Engineer are
but not limited to the following:
      A.     TASK 1 - CONSTRUCTION MANAGEMENT
             a. Act as LPRC’s primary contact with the EPCM Contractor
             b. Attend pre-construction and periodic progress meetings during
                construction including the Contractor, Sub-contractors, Design Consultants and the
                LPRC Managers.
             c. Establish and monitor the administrative procedures for the project. These procedures
                are to conform to establish policies and procedures of the LPRC.
             d. Review and monitor the project CPM schedule and track the progress. Identify
                potential deviations in the schedule and find solutions to correct non-compliance with
                the schedule.
             e. Plan for the oversee for on-site staff including the assignment of duties consistent
                with the Management Plan and Organization Chart.
             f. Coordinate and track submittals, shop drawings, requests for information and
                change orders between Contractor, Design Consultant and the LPRC.
             g. Review pay requests from Contractor and recommend payment to the LPRC.
             h. Meet with the LPRC Managers to advice on the overall Project progress
                and to notify of any potential delays, scheduling conflicts, or other conflicts with
                the Project.
             i. Coordinate all the activities of the materials testing.
             j. Work to resolve conflicts that may arise during construction of the Project.
             k. Oversee evaluation of changes in construction documents and recommendations to
                the LPRC.
             l.   Review and process design clarifications and change orders using established
                  procedures. Provide appropriate estimates and negotiate cost.
             m. Report status of change estimates monthly and process all changes expeditiously.
             n. Oversee the technical analysis of construction claims. Make recommendation to LPRC
                concerning their resolution, and participate as may be required.
             o. Assure that the Contractor maintains field mark-up drawings for use in
                preparation of as-builts and verify records for accuracy prior to final close-out.
            p. Prepare a final report containing copies of all correspondence, reports, daily
               reports, meeting notes, photographs, payment requests, equipment submittals,
               change orders, requests for information, punch lists and other documents
               associated with the project generated, or received by the Construction Manager in
               fulfillment of its duties.
B.     TASK 2 - INSPECTION
            a. Provide full time on-going construction inspection for all phases of the work to insure
               that construction complies with the plans and specifications.
            b. Review the project for safety issues and concerns, and bring these to the attention of the
               Contractor and the LPRC.
            c. Perform final inspection on behalf of the LPRC and in conjunction with the Design
               Consultants and the LPRC personnel.
            d. Prepare daily and weekly inspection reports and provide photographic documentation
               of the construction process.
            e. Review and monitor contractor’s Quality Control (Q/C) program.
            f. Oversee facilities acceptance testing and start-up in cooperation with the
               Contractor, Design Consultants and the LPRC staff. Start-up and testing shall include
               comprehensive testing of equipment, sub-systems and the entire system.
            e. Coordinate the compilation of manufacturer’s Operation and Maintenance
               Manuals for the equipment and materials installed on the Project.
III.   LPRC RESPONSIBILITIES
       The LPRC will provide the following:
       A.      All relevant plans specifications and information concerning the project.
       B.      Designated representatives to act on behalf of the LPRC for engineering, financial and
               reporting matters
IV.    LPRC AGREEMENT
       The Construction Management and Inspection Engineer will enter into an Agreement with the
LPRC
V.     COMPENSATION
The proposal shall include an estimated Lump sum price for the services and a basis of how the quotes
was determined and can be further discussed during the interview process.
VI     PROPOSAL CONTENT
       Proposals shall contain the following:
       1.     Full Name and Address of Firm
       2.     Name and Phone Number of Designated contact Person
       3.     Proposed Organizational structure
       4.     Brief description of the history of the firm.
       5.      Firm’s qualification, experience and resources. Names of project manager, and
              inspector(s) and all Key Personnel including their education, experience and
              qualifications.
       5.     Brief description of previous projects, completed in the last 5 years to include local
              experience for which Construction Management services were provided for similar
              projects.
       7.      Proposed Approach and methodology to the Project including but not limited to:
              a. Process to keep LPRC informed of cost and schedule.
              b. Quality Control and material testing procedures.
       8.      Provide a Lump Sum Fee to complete the scope of the work.
              The LPRC will negotiate a Not to Exceed amount with the top-ranked firm. If a
              mutually satisfactory agreement cannot be reached, then that firm will be
              eliminated, and negotiations will proceed down the list of ranked firms until a
              firm is selected.
VII.   PROPOSALS
       Seven (7) copies of the sealed proposals shall be submitted before July15, 2010
       clearly read as follows:
       IFB No. LPRC/ICB/002/2010
       REQUEST FOR PROPOSALS
      Procurement Department
      LPRC
      Bushord Island
      Monrovia, Liberia
      Proposals submitted by electronic format will not be accepted.
VIII. SELECTION PROCESS
      Proposals will be evaluated by the LPRC. Final recommendation of the consultant to the LPRC
      Board will be based on the rating achieved from the evaluation and an oral interview, if
      deemed necessary, and fee negotiations. Responses will be judged on completeness of
      response, previous experience, cost and ability to perform the work. The LPRC reserves the
      right to reject any and all proposals, to waive any minor irregularities, and to award the Project
      to the Proposer that meets the best interest of the LPRC.
IX.   QUESTIONS
      Questions regarding the RFP shall be directed to Mr. Joseph B. Dennis, Technical Services
      Director, Cell number: +231-6-552-515, E-mail: jbdennis@lprclib.com.