Download as docx, pdf, or txt
Download as docx, pdf, or txt
You are on page 1of 45

PROVISION OF TUBING CONVEYED

PERFORATION (TCP), DRILL STEM TEST (DST)


AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

APPENDIX 1

SCOPE OF SERVICES

1. SCOPE OF WORK
Provisions of EQUIPMENT, SERVICES and PERSONNEL for Tubing Conveyed Perforation, Drill Stem Test and Surface
Well Test in all permit area of Pertamina Hulu Mahakam.
The Services shall include EQUIPMENT mobilization, perforation Hi-Temp TCP, installation and test, acquiring bottom hole
data, collecting well test data, fluid metering and calculation, reporting, bottom hole and surface PVT sampling, fluid analysis,
ESD system, rig-up and rig down of the EQUIPMENT, clean-up, surface well test and DST jobs supervision, maintenance
and after work report.

2. TCP, WELL TESTING, DST WORK AND SERVICES


2.1 FLUID TO BE UNLOADED
COMPANY intends to use DST and surface equipment for well clean up and well test purposes. The wells are mainly gas
wells requiring sand control and oil well. During clean up a significant amount of ‘foreign’ fluid and solid, such as base oil,
completion brine, frac fluid and some sand / proppant sand will be produced. Also planned to perform the DST / well testing
for new development well for each zone separately. The base case above is just for the estimation. There may be a change
in base case throughout the CONTRACT period.

2.2 SERVICE TO BE PROVIDED BY CONTRACTOR


1. All notes to tender shall be completed and clearly answered. If any requested documents are missing or omitted, the technical
evaluation may be discarded or disqualified.
2. CONTRACTOR must provide data with full specifications including dimensions, drawings/schematics and weight of all
equipment provided for the Scope of Services.
3. Describe in detail CONTRACTOR’s safety and service quality management system.
4. Describe in detail CONTRACTOR’s personnel competency, training and evaluation program.
5. CONTRACTOR shall conduct a rig visit at CONTRACTOR’s cost, upon arrival of the rig on location to review at a minimum the
following issues:
 EQUIPMENT setup and Rig Interfaces eg. Power and water supply, piping connection points, king post and
burner boom installation, etc.
 CONTRACTOR shall compile a formal report and provide to COMPANY within seven [7] days of the rig visit
and detailing all the above issues and highlighting any aspects requiring clarification, modification, repair etc.
 The rig and platform visit will be done once the CONTRACT is awarded.
6. A detailed engineering dossier for installation and operation shall be provided once the CONTRACT is awarded.
7. HAZOP study and JSA shall be provided once the CONTRACT is awarded.
8. It is the responsibility of CONTRACTOR to ensure that all CONTRACTOR's Equipment and competent PERSONEL are
available to perform the WORK when required by COMPANY, throughout the Contract period.
9. The Equipment provided by CONTRACTOR must have proven reliability, perform in accordance with manufacture’s
specifications and meet COMPANY’s requirements. All equipment and materials provided by CONTRACTOR shall be in new
or premium condition. CONTRACTOR shall maintain its Equipment in good working order throughout the Contract Term.
COMPANY reserves the right to inspect CONTRACTOR’s Equipment and may require removal and immediate replacement of
any Equipment or Personnel, at CONTRACTOR’s cost, that do not meet these conditions.
10. Co-ordination of the placement and hook-up of the well test equipment including coflexip hoses hanger, burner boom kingpost
(s) on COMPANY’s drilling unit or platform. All cost for EQUIPMENT Rig-Up/Rig-Down/ Installation/disassembly, modification
shall be borne by CONTRACTOR. COMPANY/rig will provide transportation from COMPANY’s base to rig and lifting devices
on COMPANY’s base and on rig.
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

11. Provide valid certification package for the EQUIPMENT. The certification package shall include but not limited to:
 Quality file of the EQUIPMENT.
 Major survey / annual survey including Pressure Test Records.
 Non Destructive Testing Records
 Proof Loading slings and equipment lifting points.
 Pressure safety valves calibration and Function Tests.
12. Operation, pre-testing, maintenance and repair of all EQUIPMENT to prevent downtime.
13. Reading and processing of all acquired data (gauges, surface data) and reporting.
14. Monitor the well and equipment during the operations and advice the COMPANY representative of any improper or unsafe
operating conditions.
15. Computation of oil, gas and water rates with the CONTRACTOR’s test separator. Measuring oil, gas and water gravity, water
salinity and oil shrinkage factor, and collecting valid samples.
16. Record of all relevant flowing, pressure and temperature parameters and daily well site report.
17. Maintaining a detailed record of the operations times and sequences of all operations.
18. Supplying all necessary hand tools, spare parts required for the maintenance and repairs, and consumables required for Hi-
Temp TCP, DST and Surface Well Test operations.
19. Provision at COMPANY's request of additional equipment, materials and services as may be required by COMPANY in
connection with the operations herein contracted for.
20. Assistance to COMPANY operation at the WORKSITE as regarded necessary by the COMPANY REPRESENTATIVE and
implementation of CONTRACTOR means and resources in case of a contingency or emergency situation.
21. CONTRACTOR shall carry out on its own initiative and at its own cost all required inspections, maintenance and repair of its
owned and hired EQUIPMENT to maintain the EQUIPMENT fully certified and operational at all times.
22. At the end of operation, CONTRACTOR must deliver 3 (three) copies of the DST or well test report containing:
 Crew names.
 Detailed chronology of operations,
 Record of BREAKDOWN time.
 Maintenance repairs and spares consumption.
 Post job analysis of any EQUIPMENT failure and SERVICES non-conformance.
 An electronic version of the report

3. QUALITY CONTROL
1. CONTRACTOR shall provide a QA/QC policy, which shall include a list of the tests to be performed on the EQUIPMENT
complete with a general description and storage specifications.
2. CONTRACTOR shall provide a functional system to trace all materials and the QC/QA details. COMPANY reserves the right to
request at any time QA/QC documents pertaining to any specific item or piece of EQUIPMENT. (History of
operation/maintenance/test, etc) of any EQUIPMENT to be run in hole.
3. All materials and products supplied by CONTRACTOR if any, shall be in conformity with API / ISO- Standards (as relevant)
and/or as otherwise agreed with CONTRACTOR.

4. MOBILIZATION
CONTRACTOR will have to commission their EQUIPMENT before CONTRACT COMMENCEMENT DATE. The
commissioning procedure shall be sent and approved by COMPANY prior to CONTRACT COMMENCEMENT DATE. The
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

commissioning will be witnessed by COMPANY’s representative.

EQUIPMENT mobilization to CONTRACTOR’s Balikpapan base, booms and burners installation on Rig / Barge and
commissioning are all required to be performed off the RIG critical path time.

The burner booms to be provided by the CONTRACTOR must be completed with the king post or compatible with the
kingpost system in place on the rig / Barge. Any cost modifications required to the equipment in place on the rig / Barge shall
be borne by CONTRACTOR.

5. DEMOBILIZATION
Between jobs the EQUIPMENT including the burners at COMPANY’s discretion will be either sent back to CONTRACTOR’s
base or left onboard the drilling unit.

6. COMMENCEMENT DATE
The COMMENCEMENT DATE estimated on November 2022. An update of the project schedule (progress status) will be
given by CONTRACTOR periodically after Fax of Order (FOO) is signed.
Notification of actual COMMENCEMENT DATE shall be communicated to CONTRACTOR thirty (30) days in advance. The
notification will also include the list of the required EQUIPMENT.

7. OPERATIONAL PERIOD
ThE operational period shall be twenty-four (24) months.

8. HEALTH, SAFETY AND ENVIRONMENT


CONTRACTOR shall perform the SERVICES with constant concern for protection of persons, respect for the environment
and safeguarding of assets. In case of subcontracted works, CONTRACTOR undertakes to ensure the same commitment is
implemented by its subcontractors.

Before the SERVICES commence, CONTRACTOR must draw up a HSE manual specifying the mode of application of its
HSE policy within the framework of the CONTRACT. This manual shall comply with COMPANY’s HSE requirements defined
in Appendix 8 of the CONTRACT. Additional portable gas detector shall be provided by CONTRACTOR and carried by each
Surface Well Test personnel during Well Testing period.

CONTRACTOR is responsible for the application by its personnel and its sub-contractors of the rules laid down in its HSE
manual and defined by local statutory regulations. The supplies, equipment, consumable, resources and ancillary installations
used by CONTRACTOR must be in conformity with the specifications of its HSE manual.

CONTRACTOR shall immediately inform COMPANY of any incident concerning persons, the environment or assets arising
during the execution of the Services.

COMPANY may perform, or have performed on its behalf, controls and audits covering the application of HSE rules by
CONTRACTOR. Any anomaly described during these controls and audits shall be immediately corrected by CONTRACTOR

9. TECHNICAL AND ENGINEERING SERVICES


CONTRACTOR shall provide from CONTRACTOR’s base in Balikpapan technical engineering services as required by
COMPANY, at the COMMENCEMENT DATE of the CONTRACT and throughout the OPERATIONAL PERIOD.

10. CONTRACTOR FACILITY / BASE SUPPORT


1. The CONTRACTOR is obliged to have a facility in Balikpapan or Handil 2 for any materials spare parts and EQUIPMENT
storage and maintenance. The EQUIPMENT must be stored in an indoor environment and properly protected from dust, oil,
water, etc.
2. The CONTRACTOR facility shall meet the following minimum requirements:
 Lifting equipment: Overhead crane, forklift, vice, stands, hand tools, proper lightings and ventilation, etc.
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

 Enough indoor space for EQUIPMENT storage.


 Pressure test bays, equipped with tools and accessories to pressure tests all EQUIPMENT.
3. the CONTRACTOR facility shall have the capability or repair, redress and storage of the EQUIPMENT. Outdoor storage of the
EQUIPMENT that contains elastomeric and non-weather- proof component is not permitted.
4. The CONTRACTOR facility shall be clean, equipped and properly organized to allow professional maintenance, repair and
redress activities. The base shall be available at CONTRACT COMMENCEMENT DATE.

11. PROGRAM AND REPORTING


Operation program to be provided to the COMPANY office in Balikpapan before performing the SERVICE. This program will
include:
 Pressure testing chart the EQUIPMENT or sub assembly if applicable.
 EQUIPMENT and sub-assembly drawing and measurement, schematic.
 EQUIPMENT installation and running / operating procedure.
Final Well Report to be provided to the COMPANY office in Balikpapan after performing the SERVICE. This Report will
include:
 Detailed Job Log.
 Final chart, pressures, flow test parameters, sequence of events, rates calculation, etc.
 Technical comments for improvements, problem details, root tree analysis on problem, etc.
The report draft shall be sent to the COMPANY office in Balikpapan within two (2) days after performing the SERVICE. The
final report shall be sent within one (1) week after performing the SERVICE.

12. DELIVERY
CONTRACTOR to Deliver for all EQUIPMENT to COMPANY’s logistic base in Handil or Tanjung Batu (POSB) or other
logistic base in East Kalimantan.

13. ADDITIONAL SERVICES AND SUPPLIES


During the CONTRACT PERIOD, CONTRACTOR will provide session free training on Basic and Intermediate Well Testing
and TCP-DST including the training kits (presentation material, books, etc) to twelve COMPANY’s employees per session
which obey health protocol at all times. Each training session shall have at least 3 working days duration. Place: established
CONTRACTOR Training Center.
Optional Tools & equipment which provide new technology may be submitted to the bid document but will not evaluated
(technically & commercially).
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

APPENDIX 2

EQUIPMENT

1. CONTRACTOR’S EQUIPMENT

CONTRACTOR shall provide the EQUIPMENT to perform the SERVICES. EQUIPMENT provided shall be designed for
the safety-zone-area classification where they are deployed. CONTRACTOR shall provide companion flanges,
crossovers, bolts, nuts, soft metal gaskets and coflexip hanger.

The CONTRACTOR shall furnish the EQUIPMENT for use in the WORKSITE and shall deliver the EQUIPMENT if
necessary at the time and place required by the CONTRACT. The COMPANY will give a minimum of seventy-two (72)
hrs of verbal notification and maximum of forty-eight (48) hrs of written notification to mobilize the services and
EQUIPMENT, which has already passed QA/QC to COMPANY’s base in Handil or Tanjung Batu East Kalimantan
Province.

The CONTRACTOR shall at his sole cost provide a representative office / Workshop in Balikpapan to accommodate
storage of all CONTRACTOR's EQUIPMENT, as well as all consumables required for the operation, maintenance and
repair of the CONTRACTOR's EQUIPMENT in connection with the performance of the services.

The CONTRACTOR is responsible for all cost related to EQUIPMENT transportation between CONTRACTOR’s facility
and COMPANY’s base in East Kalimantan Province. CONTRACTOR is also responsible for all cost related to
EQUIPMENT sub assembly and services or rental EQUIPMENT make up to the associated purchased EQUIPMENT
and services EQUIPMENT redressing. CONTRACTOR is also responsible for all cost related to EQUIPMENT storage
and maintenance in CONTRACTOR’s facility in Balikpapan throughout the OPERATIONAL PERIOD.

CONTRACTOR agrees to maintain the services and rental EQUIPMENT and to carry out repairs there to, so that it will
remain in good safe and efficient working order throughout the OPERATIONAL PERIOD and shall meet at all times any
specifications detailed in the table List of EQUIPMENT found in this appendix and those prescribed by the manufacturer
or the manufacturer of the components. At any time when the CONTRACTOR's services or rental EQUIPMENT or any
part thereof will not be available for operation due to maintenance or repair, the CONTRACTOR shall supply
replacement EQUIPMENT upon acceptance by the COMPANY REPRESENTATIVE.

The CONTRACTOR shall be responsible for obtaining any work / operating permits, registration or licenses and
payment for all associated fees, taxes and / or duties related to CONTRACTOR's EQUIPMENT and facilities under this
agreement.

If requested by the COMPANY, the CONTRACTOR shall produce such documentation for inspection by the
COMPANY. The COMPANY shall have the right to inspect and survey the CONTRACTOR's EQUIPMENT prior to
COMMENCEMENT DATE of the SERVICES. The CONTRACTOR shall remedy any defects revealed by inspection or
survey prior to receiving acceptance of the CONTRACTOR's EQUIPMENT by the COMPANY.

All EQUIPMENT shall be completed with the latest certification prior to send it to the WORKSITE. Complete certificates
shall be delivered for the attention of COMPANY's representative on the WORKSITE.

In general CONTRACTOR shall provide the following certification and documentation prior to mobilization of
EQUIPMENT:
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

1. Zone two rated for the power units. ZONE II Specification requires that the maximum surface temperature
(Including exhaust gas) remains under 200degC and follow EEMUA 107 or DNV Recommendations for the
protection of diesel engines operating in hazardous areas.
2. An inspection certificate is required, at least annually, to ensure that the certifiable criteria are being maintained.
These inspections commonly consist of the following points whenever applicable:
 Visual inspection (before every job or 12 (twelve) months interval).
 Magnetic particle inspection (initial and annual).
 Radiographic examination (initial and annual).
 Annual calibration of pressure safety valve’s.
 Pressure testing to working pressure (before every job).
 Pressure testing to 1.5 time of the working pressure (initial and annual).
 Fatigue/cycle operation record to be provided at COMPANY’s request.
 EQUIPMENT load out check-list.

3. CONTRACTOR shall provide the following document package for each shipment if applicable:
 Component part list referring to above itemization and including material list.
 Operating and maintenance manual.
 Detailed technical drawings.
 Material certificates.
 NDT, Final inspection and Hydrostatic test reports.
 Certificate of conformity and any non-conformance reports.
 Test procedure (when material is subject to hydraulic or functional test).
 Calibration sheet for instrumentations and measuring gauges.

All slings, container and baskets of the CONTRACTOR used for lifting and handling purposes between Drilling Rig and
Operation Base shall be at all times in compliance with following requirements:

1. Slings
 Shall be IWRC (independent wire rope core) type with a configuration of 6 strands of 19 wires each or 6
strands of 25 wires each or 6 strands of 36 wires each.
 Safety factor of 5, between minimum breaking load and safe working load.
 Wire visual inspection certificate (validity: 6 months).
 Must follow COMPANY color code system of identification.
 Load test (to a value of twice safe working load) certificate (validity 2 years). This load test applies for all
nominal diameter slings below 2”. Sling sizes of 2” and above will be hand spliced and do not therefore
require proof testing.
 Slings older than 2 years shall not be used.
 Non destructive test of links and hooks certificate (validity: 1 year).

2. Baskets and containers


 Load test (to a value of twice safe working load) certificate (validity 1 year). The maximum load will be clearly
indicated on every basket or container used.
 Visual inspection and NDT of lifting and pad eyes certificate (validity 1 year).
 Pad eyes and shackles must follow COMPANY color code system of identification.
 Shackles must be fitted with safety pin.
 All baskets and containers must come with CONTRACTOR’s slings attached.
 Inspection or re-inspection of COTRACTOR’s lifting equipment shall be performed by COMPANY approved
lifting equipment Inspection Company. CONTRACTOR’s own lifting equipment inspection company can be
used.
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

2. PROVISION OF EXPLOSIVE
1. CONTRACTOR shall provide explosives and detonators for the work required by COMPANY and as specified in
this section (hereinafter “Explosives”). CONTRACTOR shall be responsible for providing a Master List and
necessary documents for the importation process of the Explosives, including but not limited to shipping invoice,
packing list and proforma invoice.
2. For the Explosive material in Appendix 2, the quantity that is noted in the “Estimated Quantity” throughout the
CONTRACT period. COMPANY will not accept any quantity of the Explosive beyond the agreed quantity of the
Explosive material.
3. Explosives will be supplied by CONTRACTOR on a consignment basis. The cost of explosives is deemed to be
included in the charge for the job in accordance with the remuneration table in this appendix. CONTRACTOR shall
provide the certificates of origin issued by OEM (Originated Equipment Manufacturer) of all the Explosives
imported.
4. Throughout the term of this contract, CONTRACTOR shall provide containers with valid certificate from
Certification Board approved by Government of Indonesia (eq. Sucofindo, PT. Surveyor Indonesia, etc.) to transfer
and store Explosives and detonators at the Wellsite (hereafter “Containers”). Explosive storage and transportation
of the Explosives shall follow procedures in the Recommended Practice of Explosives Handling by Dit Jen MIGAS.
Explosives and detonators must be stored in separate Containers. The Containers shall fulfill COMPANY’s
Explosives Container Checklist and it shall have a mechanism at its base to jettison overboard in the event of
emergency. The explosive storage container at the WORKSITE shall complete with pneumatic jettison system.
COMPANY will not pay anything to CONTRACTOR for the explosives containers and pneumatic jettison system.
5. CONTRACTOR shall be responsible for the handling of the Explosives, including but not limited to, the importation
and usage permits, transfer permits, delivery, insurance and packaging of the explosives from the place of
manufacturer / point of origin to CONTRACTOR’s bunker at Momoi islands – Batam or CONTRACTOR’s
designated bunker.
6. The age of Explosives, from their manufactured date, upon delivery to the COMPANY’s bunker shall not exceed 2
(two) years for original sealed Explosives, and 1 (one) year for un-sealed Explosives.
7. Upon COMPANY’s instructions, CONTRACTOR shall provide Containers and insurance of the explosives to
transfer and store necessary consignment Explosives at the Wellsite. CONTRACTOR shall coordinate this transfer
and storage process with COMPANY’s Authorized Representatives.
8. CONTRACTOR will provide services to transfer the Explosives from CONTRACTOR’s Momoi bunker or
CONTRACTOR’s designated bunker to the Wellsite, including a vessel for sea transportation, security and all
necessary permits related to Explosive handling as required by Government.
9. CONTRACTOR shall assign qualified persons who shall be responsible for opening the Containers and witnessing
the hand-over of the Explosive from a Third Party to COMPANY’s Representative upon arrival at the Wellsite.
10. CONTRACTOR shall move the Explosives from / to other COMPANY’s or COMPANY’s affiliate’s designated area,
if instructed by COMPANY or its affiliate, by following the applicable rules and regulation on such move or transfer.
It will be furnished and paid by COMPANY.
11. CONTRACTOR shall submit to COMPANY a monthly inventory report of the Explosives stored at the Wellsite. The
report shall be subject to COMPANY’s approval and shall be prepared after a careful physical examination of the
Explosive conducted jointly by CONTRACTOR and COMPANY.
12. When permits are ready to process the movement, or upon COMPANY’s instructions, CONRACTOR shall transfer
the remaining Explosives, including, but not limited to, the unused, expired, misfired, and damaged Explosives
(herein “Remaining Explosives”) to Momoi islands – Batam or contractor designated bunker.
13. CONTRACTOR will provide services to transfer Remaining Explosives from the Wellsite to CONTRACTOR’s
bunker at Momoi islands, Batam or CONTRACTOR’s designated bunker, including vessel for transportation, re-
exportation permits, security and all necessary documents related with Explosives handling as required by the
Government of Indonesia regulation.
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

14. COMPANY will only pay the cost of unsealed, damaged and expired Explosives if those happen because of
COMPANY’s activities.
15. CONTRACTOR shall be fully responsible for the Remaining Explosives upon arrival at CONTRACTOR’s bunker in
Momoi island – Batam or CONTRACTOR designated bunker.
16. Subject to COMPANY’s prior written approval, CONTRACTOR may transfer the Explosives to another Production
Sharing Contractor out of COMPANY’s affiliate. Any and all responsibilities, document preparation, and cost
incurred, including but not limited to, transportation and handling fees, related to this transfer shall be borne solely
by CONTRACTOR. CONTRACTOR shall fully responsible for the Explosives when the hand-over process from
COMPANY to CONTRACTOR has been completed.

3. GENERAL SPECIFICATIONS AND REQUIREMENTS


1. CONTRACTOR shall have the EQUIPMENT technical information in hardcopy and soft copy, API RP19 B
certificate for the Explosives charges and guns, certificates of origin of the Explosives material, running and job
procedure and workshop test procedure.
2. CONTRACTOR shall perform perforation software simulation based on COMPANY’s well information to show the
entry hole diameter on casing and formation penetration.
3. CONTRACTOR shall also provide the TCP stack up schematic and procedure for performing the underbalanced
TCP and overbalance TCP.
4. CONTRACTOR who is not the manufacturing of the equipment / not owning the equipment, shall provide a
guarantee letter from the principal (equipment manufacturer / original supplier), stating the ability to supply the
equipment, redress kits, and provide technical assistance throughout the duration of the CONTRACT. The
manufacturing of the equipment and equipment country of origin shall also be stated.
5. CONTRACTOR shall be responsible for all mobilization and demobilization of the EQUIPMENT including for
Explosive material, at the COMMECEMENT DATE and at the COMPLETION DATE of the CONTRACT between
point of origin to the CONTRACTOR’s workshop.
6. CONTRACTOR shall be responsible for transportation of the non-Explosives material / EQUIPMENT between
CONTRACTOR’s workshop and COMPANY’s logistic base and COMPANY’s Explosives loading base in East
Kalimantan Province, while transportation between COMPANY’s logistic base and WORKSITE will be provided by
COMPANY.
7. The rental days shall be defined as number of days, starting when QAQC completed and rental EQUIPMENT
arrive at COMPANY’s logistic base after being requested by COMPANY, the days on WORKSITE regardless the
EQUIPMENT is used or not, the days after used and any other days until it is returned to COMPANY’s logistic
base. The rental rate or day rate shall be valid throughout the operational period of the CONTRACT.
8. The operational charge per job (when applicable) shall be defined as the operational charge to complete one (1)
perforation job (TCP run in, successful perforation job; all guns fire successfully and no fish left in the well due to
the Explosive shock force, and TCP pull out).
9. Pollution is a great concern for the company; all the efforts shall be done to provide "GREEN" equipment which
results in zero impact to the environment.
10. The equipment shall meet and operate within the requirements of all applicable industry codes and standards.
These shall include, but are not limited, to the following:
 API Spec 6A, Specification for flowhead.
 API Spec 6D, Specification for Pipeline Valves, Ends, Swivels and Closures.
 API 14A and 14D for Surface Safety Shutdown Valves, and ESD Systems
 API RP 14C, Recommended Practice for analysis, design, Installation and testing of Basic surface safety
systems.
 API RP 14E and API Specification 6A for Choke Manifolds.
 API RP 14E and/or ANSI B31.3 for Piping.
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

 API 520, Recommended Practice for sizing, selection and installation of pressure relieving devices in refineries.
 API 521, Recommended Practice for pressure relieving and depressurizing systems.
 ASME VIII, Rules for Construction of Pressure Vessels.
 ASME IX, Qualification Standards for Welding and Brazing Procedures, Welders, Braziers, and Welding and
Brazing Operators.
 NACE MR-01-75 for all H2S service equipment.
 EEMUA 107 or DNV, Recommendations for the protection of diesel engines operating in hazardous areas.

11. Threaded union connections and swivel type joints are not permitted.
12. All necessary crossovers, spools and back up of each will be supplied for a complete installation.
13. All the lines will be temporarily installed and connected to the port and starboard burners.
14. All pressure rated pipeline and “Coflexip” hose must be secured and supported using FSR (Flow-line Safety
Restraint (FSR) system.
15. Crossover and spool will have integrated solid body connection.
16. All equipment Lifting Points and Lifting Equipment must be color coded according to the current requirements. It is
the responsibility of the CONTRACTOR to determine these requirements and ensure they are correctly
implemented. Only machine cut pad eyes are accepted.
17. Burner Booms sling ferrules MUST BE STEEL, Aluminium is not acceptable.
18. All baskets and containers must come with CONTRACTOR’S sling attached and valid COMPANY color coding
policy.
19. To ensure the uninterrupted operation, CONTRACTOR is requested to have a full back-up of all critical
EQUIPMENT ready in well site or Balikpapan. COMPANY will not pay anything for this back-up EQUIPMENT.
20. The costs to install / remove the burner booms including any modifications to the existing kingposts on the rig and /
or the burner racking system and cost of 3rd party inspection related to welding and boom installation shall be
borne by CONTRACTOR. COMPANY will not pay any additional costs whatsoever in relation to the burner boom
installation and removal.
21. COMPANY may use all or part of the EQUIPMENT offered in the tables in Appendix 2 Section 4 & Section 5 during
operation on the WORKSITE.
22. COMPANY will not pay any charge for the EQUIPMENT if the COMPANY does not ask the CONTRACTOR to
mobilize it.
23. The cost of EQUIPMENT Commissioning shall be borne by CONTRACTOR.
24. CONTRACTOR shall provide enough set of explosion-proof radio communication for their personnel throughout the
job. CONTRACTOR shall also provide 2 (two) sets of explosion-proof radio communication to the COMPANY
representative at the WORKSITE. COMPANY will not pay anything for this.
25. All EQUIPMENT offered shall be completed with appropriate ground cable and grounding system.
26. CONTRACTOR shall provide portable gas detector, for free of charge, to be used to detect the leak on the
CONTRACTOR’s line during the job.
27. CONTRACTOR to provide Job Hazard Analysis, risk assessment analysis and pressure test procedure to
COMPANY representatives prior to perform the job on-site.
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

4. LIST OF EQUIPMENT AND SERVICES


The list of required EQUIPMENT and services and their detailed specifications can be seen in the following table.
CONTRACTOR shall put the EQUIPMENT that is offered in the 3rd column of the table below.

A. TCP EQUIPMENT and SERVICES

 TCP explosive, hardware, equipment & tools for HPHT shall be rated to 15,000psi, 375degF and H2S and
CO2 services
 All TCP equipment & tools should have full string back-up available at the WORKSITE.
 CONTRACTOR shall supply all crossover subs (c/w inventory & certification of same) necessary for making up
to DST tools, at least two crossover subs of each type are required.
 All Hi temp. explosives supplied by CONTRACTOR must be HNS rated.
 CONTRACTOR shall supply Work Skid/Spares Container Complete with vice, hand tools, spares, pressure
test pump with chart recorder and rebuild kits necessary for field maintenance of CONTRACTOR's
EQUIPMENT.
RE
QTY
F DESCRIPTIONS COMPANY's Requirement CONTRACTOR's Equipment
(a)
NO.
Minimum Casing Entry Hole
Diameter: 0.35”
4 1/2" or 4 5/8” TCP guns with Minimum Penetration : 40”
80
A.1 Deep Penetration (DP) HNS, Density : 5 spf
meter
Low Debris Shaped Charge Case material : STEEL
Phasing 72 deg
Certified: API 19B Sec.1
Minimum Casing Entry Hole
Diameter: 0.30”
2-7/8” or 2 ¾” TCP guns with Minimum Penetration : 24”
80
A.2 Deep Penetration (DP) HNS, Density : 6 spf
meter
Low Debris Shaped Charge Case material : STEEL
Phasing 60 deg
Certified: API 19B Sec.1
HNS Primacord, Booster and any
240 HNS Primacord, Booster and other consumables.
A.3
meter any other consumables. Shall be compatible for both gun
and spacer (s)
Shall be compatible with HNS and
HMX Charges or provided 2 types
4-1/2” or 4 5/8” Blank Gun
Completed with centralizers, one (1)
120 scalloped type including loading
A.4 centralizer per gun section
meter tube, booster, housings and
Meet API 19B Criteria
required X-overs
To be paid per meter of perforated
interval after being used in the well
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

Shall be compatible with HNS and


HMX Charges or provided 2 types
2-7/8” or 2 ¾” Blank Gun
Completed with centralizers, one (1)
120 scalloped type including loading
A.5 centralizer per gun section
meter tube, booster, housings and
Meet API 19B Criteria
required X-overs
To be paid per meter of perforated
interval after being used in the well
Minimum Casing Entry Hole
Diameter: 0.35”
4-1/2” or 4 5/8” TCP guns with Minimum Penetration : 50”
40
A.6 Deep Penetration (DP) HMX Density : 5 spf
meter
Low Debris Shaped Charge Case material : STEEL
Phasing 72 deg
Certified: API 19B Sec.1
Minimum Casing Entry Hole
Diameter: 0.30”
2-7/8” or 2 ¾” TCP guns with Minimum Penetration : 36”
40
A.7 Deep Penetration (DP) HMX, Density : 6 spf
meter
Low Debris Shaped Charge Case material : STEEL
Phasing 60 deg
Certified: API 19B Sec.1
HMX Primacord, Booster and any
120 HMX Primacord, Booster and other consumables.
A.8
meter any other consumables. Shall be compatible for both gun
and spacer (s)

REF QTY
DESCRIPTIONS COMPANY's Requirement CONTRACTOR's Equipment
NO. (a)

A dual redundant firing head,


combination of Hydraulic –
Firing Head, A dual redundant Hydraulic delayed firing head,
firing head, combination of Mech. Drop Bar/Hydraulic delayed
A.9 6 Hydraulic – Hydraulic delayed firing head. Tubing Pressure
firing head and Hydraulic actuated 1,500 – 4,000 psi surface
delayed firing head tubing pressure to actuate, with 10
– 20 minutes time delayed
Bottom firing head is not allowed
Hydraulic actuated firing head with
Slickline Retrievable Time 10 – 20 minutes time delay
A.10 6 Delay Firing Head or similar 1-11/16” max OD, allow retrieval
function and installation of a malfunctioning
firing head
Annulus pressure activated
A.11 6 Differential pressure firing head
firing head or similar function
Breakable disk to protect the firing
head from debris
Non-Sealing Circulating Sub or
A.12 6 Tubing spacer between debris sub
Debris Sub
and firing head. Length and size to
be decided by CONTRACTOR.
A.13 6 3-1/2" RA Sub 3 ½" Premium Conn. or similar
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

Radioactive marker sub


2-7/8" Premium Conn. or similar
A.14 6 2-7/8" RA Sub
Radioactive marker sub
For 4 ½” and 2-7/8” guns and
Automatic Gun Release
A.15 6 explosive activated, to released
Mechanism
inside 7” and 4 ½” liner
Mechanical Gun Release For 4 ½” and 2-7/8” Guns, to
A.16 6
Mechanism released inside 7” and 4 ½” liner
Designed to absorb the shock
when the gun is fired from vertical
A.17 6 Vertical shock absorber
direction. Shall be available for 7”
and 9-5/8” casing.
Designed to absorb the shock
when the gun is fired from radial
A.18 6 Radial shock absorber
direction. Shall be available for 7”
and 9-5/8” casing.

B. STANDARD DST EQUIPMENT and SERVICES

 All DST tools with listed below shall be full bore (2.25” ID), 5”- 5 ½” OD, rated at least to 10,000psi, 350degF
and H2S AND CO2 services, premium thread ends.
 All DST tools should have full string back-up available at the WORKSITE.
 CONTRACTOR shall supply all crossover subs (c/w inventory & certification of same) necessary for making up
DST tools and TCP assemblies to COMPANY's tubing and drilling CONTRACTOR's drill collars. At least two
crossover subs of each type are required. All crossovers should have a minimum ID of 2-1/4".
 CONTRACTOR shall supply DST Work Skid/Spares Container Complete with vice, hand tools, spares,
10,000psi pressure test pump with chart recorder and rebuild kits necessary for field maintenance of
CONTRACTOR's EQUIPMENT.
 The tests will be conducted inside 7” OD casings in range 28-35ppf and 9 5/8” OD casings in range 47-
53.5ppf.
 CONTRATOR shall submit field proven performing DST job in combination with SRO Wireless and SRO
Wireline Conveyed in last 7 years, with minimum 20 Jobs (10 DST job with SRO Wireless and 10 DST Job
with SRO Wireline). Please complete job details (Customer/Company name, location, date of job, BHT,
BHP, Customer Contact)
 All DST tools specifications and requirements in below table are mandatory (except the tubing, drill pipe and
drill collars provided by COMPANY) should include but not be limited to:
QT
REF
Y DESCRIPTIONS COMPANY's Requirement CONTRACTOR's Equipment
NO.
(a)
B.1 1 Tubing Fill & Test Valve Full-bore Annulus pressure operated
flapper or ball valve
Single Shot and annulus operated to lock
open
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

Max OD = 5”, Min ID = 2.25”


Min WP = 10,000 psig
Temp Rating = 350 °F
Cert. of Compliance: ANSI/NACE
MR0175/ISO15156
Annulus pressure operated Rupture Disk
Operation
Max OD = 5”, Min ID = 2.25”
Min WP = 10,000 psig
B.2 2 One shot reversing valve
Temp Rating = 350 °F
Min ports/circulating area: 3 in.2
Cert. of Compliance: ANSI/NACE
MR0175/ISO15156
Full-bore annulus pressure operated
rupture disk
Flapper type or ball valve, capable of
pumping into well after operating valve
Max OD = 5”, Min ID = 2.25”
B.3 1 One Shot Safety Valve
Min WP = 10,000 psig
Min ports/circulating area: 3 in.2
Temp Rating = 350 °F
Cert. of Compliance: ANSI/NACE
MR0175/ISO15156
Sufficient for four gauges - OD = 5”, Min
ID = 2.25”, capable to measure internal
and external
B.4 2 Gauge carriers Min WP = 10,000 psig
Temp Rating = 350 °F
Cert. of Compliance: ANSI/NACE
MR0175/ISO15156
Complete with computer and all auxiliary
EQUIPMENT and battery packs
Rated for Max. 350°F, 10,000 psi
(minimum) Quartz Crystal shear mode
type pressure/temperature memory
gauges w/ programmable scanning rate
Electronic Memory
and recording delay time
B.5 6 Pressure/Temperature
Capable of collecting a minimum of
Gauges
2,000,000 data set with 0.01 psi resolution
and 0.02% FS accuracy. First week drift
to be <0.2 psi
Complete with calibration report for each
individual gauge, calibration shall be done
on a yearly basis or after any event.
Stroke = 5 ft, Capable of transmitting
torque
Max OD = 5”, Min ID = 2.25”
B.6 4 Slip Joints Min WP = 10,000 psig
Temp Rating = 350 °F
Cert. of Compliance: ANSI/NACE
MR0175/ISO15156
Max OD = 5”, Min ID = 2.25”
B.7 2 Hydraulic Jars
Min WP = 10,000 psig
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

Temp Rating = 350 °F


Min. pull can be placed on the jar after the
jar trips: 140,000 lbs
Cert. of Compliance: ANSI/NACE
MR0175/ISO15156
Tension sleeve to be parted by
overpulling the string, torque is not
allowed to apart/shear off the sleeve/pin.
Right hand rotation to disengage string
below safety joint (left hand rotation is not
B.8 2 Safety Joint allowed)
Max OD = 5”, Min ID = 2.25”
Min WP = 10,000 psig
Temp Rating = 350 °F
Cert. of Compliance: ANSI/NACE
MR0175/ISO15156
Set down weight Retrievable Packer for 7"
(22-35#) Liner c/w Integral Bypass and
hold down mechanism. Or similar function
Full-bore, hook-wall type packer, EUE
connection on the bottom is acceptable
B.9 2 7” Retrievable Packer Qualificatin meet ISO14310 - V3
Min ID = 2.25”
Min WP = 10,000 psig
Temp Rating = 350 °F
Elastomers for H2S, 350 deg F
Sour service material
Set down weight Retrievable Packer for 9
5/8" or 9 7/8” (47-66#) Casing c/w Integral
Bypass and hold down mechanism. Or
similar function
Qualificatin meet ISO14310 - V3
Full-bore, hook-wall type packer, EUE/ IF
B.10 1 9 5/8 ” Retrievable Packer
connection on the bottom is acceptable
Min ID = 2.25”
Min WP = 10,000 psig
Temp Rating = 350 °F
Elastomers for H2S, 350 deg F
Sour service material
B.11 1 Annular Pressure Including Hyd reference tools, c/w all accs
Operated Tester Valves to function test and to run the tools.
or similar function. Full-bore, annulus pressure operated
tester valve
Capable of opening and closing with the
application or release of annulus pressure
for multiple flow and shut-in periods.
Capable of being RIH and POOH in the
locked-open position
Ball valve to hold pressure from above or
below
Min ID = 2.25”
Min WP = 10,000 psig
Temp Rating = 350 °F
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

Elastomers for H2S, 350 deg F


Full-bore, annulus pressure operated
multi-function Valve. Functioned by
repeated pressure cycling of annulus
Annular or Tubing pressure
Pressure Operated Re- Unlimited cycle
B.12 1
Closable Multi- Function Min ID = 2.25”
Valve or similar function Min WP = 10,000 psig
Temp Rating = 350 °F
Min Circulating Flow Area: 3.6 in.2
Elastomers for H2S, 350 deg F
Full bore, bleed off feature to release trap
pressure between valves
B.13 3 Drain Valve Min ID = 2.25”
Min WP = 10,000 psig
Temp Rating = 350 °F
Including field transfer unit single phase
transfer bottles.
The samplers are activated by annulus
applied pressure during the sampling flow
period.
Downhole Sample Carrier with 6-9
Downhole Sample Carrier, individual sampler total sample should be
including Slickline at least 3,600 cc.
B.14 1
conveyed Bottom Hole Shall be able to trigger the sample
Sampling collection 3 times independently with min
1200 cc voume of sampling per each of
trigger
Nitrogen compensated sample.
Max OD = 5”, Min ID = 2.25”
Min WP = 15,000 psig
Temp Rating = 350 °F
B.15 1 Wireless Surface Read Wireless Downhole data telemetry system
Out System for DST Tool, for DST tool
Including Gauges and Electronic Pressure/Temperature Gauges,
carrier Complete with computer and all auxiliary
EQUIPMENT and battery packs suitable
to cover operation
Quartz Gauges – Compatible with
wireless telemetry system.
Suitable for long duration High
Temperature Resistance
H2S & CO2 resistant
Shock Resistant
Programmable
Maximum Operating Pressure (psi) :
15,000
Include high temperature battery packs
suitable for 350° F
Pressure Resolution: 0.005 psi
Pressure Accuracy: 0.02% of Full Scale
Temperature Accuracy ± 2° F
Temperature Resolution 0.090° F
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

Memory Capacity: >1,000,000 data sets


Full Calibration before shipping to rig and
after tests
Downhole to surface wireless maximum
transmission time : 120 seconds
System shall be compatible with any
Company supplied monconductor unit
available in the well/rig site.
The E-Line SRO system should be
reading Reservoir Pressure/Temperature
below closed tester Valve via downlink or
telemetry. Any mechanical intervention
such as latching/unlatching mechanism is
not allowed.
SRO Gauges, Complete with computer
and all auxiliary EQUIPMENT and battery
packs suitable to cover operation
E-line (Wire) Surface
Quartz Gauges Suitable for long duration
Read Out System for DST
B.16 1 High Temperature Resistance
Tool, Including Gauges
H2S & CO2 resistant
and carrier
Programmable
Maximum Operating Pressure (psi) :
15,000
Include high temperature battery packs
suitable for 350° F
Pressure Resolution: 0.005 psi
Pressure Accuracy: 0.02% of Full Scale
Temperature Accuracy ± 2° F
Temperature Resolution 0.090° F
Memory Capacity: >1,000,000 data sets
Full Calibration before shipping to rig and
after tests

C. HPHT DST EQUIPMENT and SERVICES

 All DST tools with listed below shall be full bore (2.25” ID), 5”- 5 ½” OD, rated to 15,000psi, 392degF and H2S
AND CO2 services, premium thread ends.
 All DST tools should have full string back-up available at the WORKSITE.
 CONTRACTOR shall supply all crossover subs (c/w inventory & certification of same) necessary for making up
DST tools and TCP assemblies to COMPANY's tubing and drilling CONTRACTOR's drill collars. At least two
crossover subs of each type are required. All crossovers should have a minimum ID of 2-1/4".
 CONTRACTOR shall supply DST Work Skid/Spares Container Complete with vice, hand tools, spares,
15,000psi pressure test pump with chart recorder and rebuild kits necessary for field maintenance of
CONTRACTOR's EQUIPMENT.
 The tests will be conducted inside 9-7/8” OD casings in range 66ppf, 9 5/8” OD casings in range 47-53.5ppf, 7”
Liner in range 22-35 ppf.
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

All DST tools specifications and requirements in below table are mandatory (except drill pipe and drill collars
provided by COMPANY) should include but not be limited to:

REF QTY
DESCRIPTIONS COMPANY's Requirement CONTRACTOR's Equipment
NO. (a)

Full-bore Annulus pressure operated


flapper or ball valve
Single Shot and annulus operated to lock
open
Tubing Fill & Test
C.1 1 Max OD = 5”, Min ID = 2.25”
Valve
WP = 15,000 psig
Temp Rating = 392 °F
Cert. of Compliance: ANSI/NACE
MR0175/ISO15156
Annulus pressure operated Rupture Disk
Operation
Max OD = 5”, Min ID = 2.25”
One shot reversing WP = 15,000 psig
C.2 2
valve Temp Rating = 392 °F
Min ports/circulating area: 3 in.2
Cert. of Compliance: ANSI/NACE
MR0175/ISO15156
Full-bore annulus pressure operated
rupture disk
Flapper type or ball valve, capable of
pumping into well after operating valve
Max OD = 5”, Min ID = 2.25”
C.3 1 One Shot Safety Valve
WP = 15,000 psig
Temp Rating = 392 °F
Min ports/circulating area: 3 in.2
Cert. of Compliance: ANSI/NACE
MR0175/ISO15156
Sufficient for four gauges - OD = 5”, Min
ID = 2.25”, capable to measure internal
and external
C.4 2 Gauge carriers WP = 15,000 psig
Temp Rating = 392 °F
Cert. of Compliance: ANSI/NACE
MR0175/ISO15156
Complete with computer and all auxiliary
EQUIPMENT and battery packs
Rated for Max. 392°F, 20,000 psi
Electronic Memory (minimum) Quartz Crystal shear mode
C.5 6 Pressure/Temperature type pressure/temperature memory
Gauges gauges w/ programmable scanning rate
and recording delay time Capable of
collecting a minimum of 500,000 data set
with 0.01 psi resolution and 0.02% FS
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

accuracy. First week drift to be <0.2 psi


Complete with calibration report for each
individual gauge, calibration shall be done
on a yearly basis or after any event.
Stroke = 5 ft, Capable of transmitting
torque
Max OD = 5”, Min ID = 2.25”
C.6 4 Slip Joints WP = 15,000 psig
Temp Rating = 392 °F
Cert. of Compliance: ANSI/NACE
MR0175/ISO15156
Max OD = 5”, Min ID = 2.25”
WP = 15,000 psig
Temp Rating = 392 °F
C.7 2 Hydraulic Jars Min. pull can be placed on the jar after the
jar trips: 140,000 lbs
Cert. of Compliance: ANSI/NACE
MR0175/ISO15156
Tension sleeve to be parted by
overpulling the string, torque is not
allowed to apart/shear off the sleeve/pin.
Right hand rotation to disengage string
below safety joint (left hand rotation is not
C.8 1 Safety Joint allowed)
Max OD = 5”, Min ID = 2.25”
WP = 15,000 psig
Temp Rating = 350 392 °F
Cert. of Compliance: ANSI/NACE
MR0175/ISO15156
Set down weight Retrievable Packer for 7"
(22-35#) Liner c/w Integral Bypass and
hold down mechanism. Or similar function
Qualificatin meet ISO14310 - V3
Full-bore, hook-wall type packer
7” Retrievable Packer,
C.9 1 Non rotational set
Non Rotational
Min ID = 2.25”
WP = 15,000 psig
Temp Rating = 392 °F
Elastomers for H2S, 392 deg F
Sour service material
Set down weight Retrievable Packer for 9
5/8" or 9 7/8” (47-66#) Casing c/w Integral
Bypass and hold down mechanism. Or
similar function
Qualificatin meet ISO14310 - V3
9 5/8 ” Retrievable
Full-bore, hook-wall type packer
C.10 1 Packer, Non
Non rotational set
Rotational
Min ID = 2.25”
WP = 15,000 psig
Temperature rating = 392 deg F
Elastomers for H2S, 392 deg F
Sour service material
C.11 1 Annular Pressure Including Hyd reference tools, c/w all accs
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

to function test and to run the tools.


Full-bore, annulus pressure operated
tester valve
Capable of opening and closing with the
application or release of annulus pressure
for multiple flow and shut-in periods.
Operated Tester Capable of being RIH and POOH in the
Valves or similar locked-open position
function. Ball valve to hold pressure from above or
below
Min ID = 2.25”
WP = 15,000 psig
Temp Rating = 392 °F
Elastomers for H2S, 392 deg F, Acid
compatible
Full-bore, annulus pressure operated
multi-function Valve. Functioned by
repeated pressure cycling of annulus.
Annular or Tubing
Unlimited cycle
Pressure Operated
Min ID = 2.25”
C.12 1 Re-Closable Multi-
WP = 15,000 psig
Function Valve or
Temp Rating = 392 °F
similar function
Min Circulating Flow Area: 3.6 in.2
Elastomers for H2S, 392 deg F, Acid
compatible
Full bore, bleed off feature to release trap
pressure between valves
C.13 3 Drain Valve Min ID = 2.25”
Min WP = 15,000 psig
Temp Rating = 392 °F
Including field transfer unit single phase
and transfer bottles.
The samplers are activated by annulus
applied pressure during the sampling flow
period.
Downhole Sample Carrier with 6-9
Downhole Sample individual sampler total sample should be
Carrier including at least 3,600 cc.
C.14 1
Slickline conveyed Shall be able to trigger the sample
Bottom hole sampling collection 3 times independently with min
1200 cc voume of sampling per each of
trigger.
Nitrogen compensated sample.
Max OD = 5”, Min ID = 2.25”
WP = 15,000 psig
Temp Rating = 392 °F
WP = 15,000 psi
3” 15Kpsi Sub Surface Temp rating 100degC
Safety Valve, including H2S and CO2 services,
C.15 1 stiff joints, Ported slick NACE MR 0175, API 14A
Joint, Fluted hanger, Fail safe hydraulic safe valve associated
x-overs to surface to a ported slick joint for rams closure.
The valve shall have minimum 7/32" cable
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

and 1.5" minimum coiled tubing shearing


capability.
Complete with hoses and hydraulic
console, chemical injection port system to
inject below Ball valve.
5in ported slick joint length +/-2mtr
capable to closed 2rams and fluted
hanger compatible with BOP system and
crossovers.
Wireless Downhole data telemetry system
for DST tool
Electronic Pressure/Temperature Gauges,
Complete with computer and all auxiliary
EQUIPMENT and battery packs suitable
to cover operation
Quartz Gauges – Compatible with
wireless telemetry system.
Suitable for long duration High
Temperature Resistance
H2S & CO2 resistant
Wireless Surface
Shock Resistant
Read Out System for
C.16 1 Programmable
DST Tool, Including
Operating Pressure (psi) : 20,000
Gauges and carrier
Include high temperature battery packs
suitable for 350° F
Pressure Resolution: 0.005 psi
Pressure Accuracy: 0.02% of Full Scale
Temperature Accuracy ± 2° F
Temperature Resolution 0.090° F
Memory Capacity: >1,000,000 data sets
Full Calibration before shipping to rig and
after tests
Downhole to surface wireless maximum
transmission time : 120 seconds
System shall be compatible with any
Company supplied monoconductor unit
available in the well/rig site.
The E-Line SRO system should be
reading Reservoir Pressure/Temperature
below closed tester Valve via downlink or
telemetry. Any mechanical intervention
E-line (Wire) Surface such as latching/unlatching mechanism is
Read Out System for not allowed.
C.17 1 DST Tool, Including SRO Gauges, Complete with computer
Gauges and carrier, and all auxiliary EQUIPMENT and battery
15,000 psi, 350 degF packs suitable to cover operation
Quartz Gauges Suitable for long duration
High Temperature Resistance
H2S & CO2 resistant
Programmable
Operating Pressure (psi) : 20,000
Include high temperature battery packs
suitable for 350° F
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

Pressure Resolution: 0.005 psi


Pressure Accuracy: 0.02% of Full Scale
Temperature Accuracy ± 2° F
Temperature Resolution 0.090° F
Memory Capacity: >1,000,000 data sets
Full Calibration before shipping to rig and
after tests

D. STANDARD SURFACE WELL TESTING EQUIPMENT and SERVICES

REF QTY
DESCRIPTIONS COMPANY's Requirement CONTRACTOR's Equipment
NO. (a)
4 gate valves: 1 killing valve
(systematically associated with a check
valve) + 1 swab valve + 1 lateral
production valve + 1 manual master valve
Lateral production valve shall be
hydraulically operated, failsafe closed and
connected to ESD.
Feature: swivel above master valve, a
methanol / glycol injection sub & wireline
Flow Head and Swivel and CT top sub.
D.1 1
10k Outlet Connections: 3” metal to metal
connections
Pressure Rating: 10,000 psig
Temp Rating: 350°F
Cert. of Compliance: API 6A PSL 3,
Material Class: EE
ANSI/NACE MR0175/ISO15156.
Includes: 10ft stiff joint, kill line check
valve, lift sub, All X-overs to kill line, flow
line tubing, etc.
D.2 1 10Kpsi Dual Port HIGH PRESSURE SAND FILTER
Sand Filter Complete Nominal 3” 10,000 psi working pressure
with Acoustic Sand rated to 250 degF / 121 degC.
monitoring system Dual Pot sand removal / filtration unit
complete with filter cartridges of 100 and
200 micron. Filter elements must be
supplied with back up.
Complete with 3” Fig. 1502 inlet and outlet
connections.
Gas capacity up to 40 MMscfd and liquid
flow rate up to 5,000 BPD.
Flushable type
A suitable flushing pump and water
storage unit to be provided along with a
solids / sand containment vessel.
Applicable design codes ASME VIII dev2,
API6A and ANSI B31-3.
Suitable for acid, H2S and CO2 service
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

and manufactured in compliance with


NACE MR-01-75 and ASME B31.3.
2 branches, one with fixed choke box, the
other with adjustable choke box.
Configuration: 4 manual valve
Adjustable choke (4 TO 128/64ths),
Positive choke (4/64 to 64/64 in 4/64ths,
64/64 to 128/64 in 8/64ths)
Working Pressure (Not Test Pressure):
10,000 psi
D.3 1 Choke Manifold 10k
Temp: -20 to 350 (-29 to 177)
Size & Connections: 3” metal to metal
connection.
Cert. of Compliance: API 6A PSL 3,
Material Class DD-NL, Temperature Class
P+X
ANSI/NACE MR0175/ISO15156
Skid Certification: DNV 2.7-1
Pressure Rating: 10,000 psig
Temp: - 4 to 266 deg F
Size & Connections: 3” ID, metal to metal
connections
COFLEXIP Flowlines
Length: minimum 50 ft each
D.4 2 3” x 55 ft & coffelx
Equipped with X-overs to meet well test
hanger
piping interface configuration.
Standards: NACE MR-01-75, API 16C,
TM 0284, TM 0177-1996
Complete with cofflex hanger
Vessel Pressure Rating: 1,440 psi
Capacity: 50 MMscf/d
Temperature :
-20 to 200°F (-29 to 93.3°C)
Liquid Meter (low rate): 100 BPD
Liquid Meter (high rate): 13,000 BPD
Size & Connections:
4” 206 WECO gas outlet
3” 206 WECO oil outlets
2” 206 WECO water outlets
Three Phase Inlet : 4” 206 (must be 4in)
D.5 1
Separator Relief PSV: 3” ANSI 600 RF Flange
Cert. of Compliance: API 12J,
ANSI/NACE MR0175/ISO15156 , ASME
VIII Div I, and ASME B31.3
Skid Certification : DNV 2.7-1/CSC
(Certified Standard Container)
Condensate/Water Interface Controller
Relief Valves: Two Pressure Safety
Valves (calibrated & certified)
Features: Shrinkage tester & Iso-Kinetic
sampling outlet
Pressure Rating: 250 psi
Dual compartment
D.6 1 Temp Rating: up to 200 deg. F
Surge Tank
Capacity: 80 Bbl with relief systems
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

Optional Split tank: 2 x 40 bbls,


Cert. of Compliance: ASME Section VIII,
Div 1, ASME B31.3, ANSI/NACE MR-
0175/ISO15156, complete with flow
restriction, check valve.
Features: See through calibration - sight
glass needs multiple ports. Audible high-
level alarm.
Relief Valve: 2 ea 3 IN 150# X 4 IN 150#
(calibrated & certified) per tank
Accessories: all piping & by-pass manifold
to flow into one while flaring other
Skid Certification: DNV 2.7-1/CSC
Complete with CoC
5 ways and 3 ways or equivalent, able to
divert flow to portside and starboard
booms. Fully certified and tested
Pressure Rating: 1,440 psig
Size & Connections (oil): 3” 206 WECO
D.7 2 Gas and Oil manifolds
(two inlet, three outlets)
Size & Connections (gas): 4” 206 WECO
Cert. of Compliance: ASME B31.3,
ANSI/NACE MR0175/ISO15156
Complete with CoC
Pressure Rating: 1440 psig (pump’s
flange rating), ~250 psig pumping
pressure
Capacity: 5,000 BOPD
Electric Oil Transfer
D.8 2 Cert. of Compliance: ANSI/NACE
Pump
MR0175/ISO15156 , ASME B31.3, and
Explosion Proof Class 1 Div 1
Skid Certification: DNV 2.7-1 Complete
with CoC
Capacity: 5,000 bbl/d minimum
c/w NR Valve. Capable to burn Oil Base
Mud. 4-6in gas line, 3in oil line, 3in water
line.
Gas flare, Oil Burner Completed with deluge System for heat
and Booms 85ft min. radiation during flaring operations.
D.9 2 with Rotating Base Remote controlled pilot ignition system.
Plate, Kingpost if pilot lights, and propane bottles.
required Full suspension system certification
package to be provided. Boom support
[base plate] to be welded onto the rig
burner boom baseplate, Kingposts if
required
Minimum Requirements: Ability to monitor
pressure and temperature upstream of
Data Acquisition choke manifold, as well as upstream of
D.10 1 System & Laboratory PSD valve, directly downstream of choke,
Cabin in the test separator, production tubing
and all casing annuli
Pressure Transducer Range: 50 – 15,000
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

psi, Accuracy: 0.2 % of Full Scale.


Temperature Transducer Range –30 –
300F, Accuracy: 0.25 % of Measured
Value.
Flow Transducers Accuracy: 0.1 % of Full
Scale
Data Collection Recording, Processing &
Printing Package and computer system
To record, print & plot all transducer data
in customer specified format.
System to have capacity to import data
e.g. Reservoir pressure.

A60 Zone II - Fireproof and pressurized


Air locks/detectors
110/220 Volt power
Size: 20’ x 8’
Dead weight tester (calibration Cert. &
Sticker available)
Chart Recorder (calibration Cert. & Sticker
available)
Gas gravitometer
Centrifuge (s)
Range of hydrometers / thermometers
Chloride kit
H2S/CO2 testing tubes (GasTec or
Well test equipment Draeger)
D.11 1
Cabin / container pH test equipment - (meter and litmus
paper), chloride test kit,
Titration equipment for basis chemical
analysis
Supplies (pens, paper, charts, chemicals,
etc.), required hand tools and well test
spares and accessories, Flow line Safety
Restraint system, spill kit, fire
extinguisher, radios HT, various range of
pressure gauges from 0-10,000psi, etc.
D.12 1 SSV & Standard ESD SSV:
System 10k Valve: 3” 10Kpsi Surface Safety Valve
Hydraulic actuated, fail safe closed – 3”
metal to metal connections
Pressure Rating: 10,000 psig
· Temp: -20 to 350F (-29 to 177C)
· Cert. of Compliance: ANSI/NACE
MR0175/ISO15156, API 6A PSL 3,
Material Class DD-NL, Temperature Class
P + X, 3in Fig 206 Inline Pressure Relief
Systems (1ea) set +/-1350psi, 4” Relief
line

ESD system:
· ESD system is designed to close the
safety valves (ESD valve, flow-head
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

valve(s)) in less than 10 seconds.


· ESD Stations: minimum 5
independent remote stations
· Sensors - high/low pilots
· Nitrogen supply to backup rig air
· Quick Exhaust Feature (if required to
achieve acceptable closing times of < 10
seconds)
· Capability to actuate Upper Master
Valve & TRSV to 6000 psi hydraulic
pressure.
· Capability to operate three valves.
Pressure Rating: 10,000 psig
Temp: -20 to 350 degF
Size & Connection: 3” 1502 WECO
Length: As required for complete rig up
D.13 1 Data Header 10k Cert. of Compliance: API 6A PSL 3,
Material Class: EE, Temperature Class:
U, ANSI/NACE MR0175/ISO15156
Ports: minimum 4 - ½” NPT connections,
double valves system.
Pressure Rating: 10,000 psig
Model: Haskel Pump or equivalent
Rate: Variable rate capacity
Chemical Injection Accessories: all fittings for connection to
D.14 1
Pump tie into system at upstream of the choke
manifold OR provision to connect into
alternate location as required. (min. hose
length 100’) and check valve.
Capacity: sufficient air for 4000 BCPD
max rate
D.15 2 Air compressors
Cert. of Compliance: Explosion proof
Diesel powered, rig safe rated
Pressure Rating: 10,000 psig
Size & Connection: 3” 1502 WECO
Pipings and Elbows
Connection, complete with FSR system
D.16 1 Upstream of Choke
Length: as required for complete rig up
manifold
Cert. of Compliance: ANSI/NACE
MR0175/ISO15156 , ASME B31.3
Pressure Rating: 2,000 psig
Pipings and elbows –
Size & Connection: 3” (oil) & 4” (gas) 206
Downstream Choke
WECO complete with FSR sytem
D.17 1 manifold to Burning
Length: As required for complete rig up
system and venting
Cert. of Compliance: ANSI/NACE
line.
MR0175/ISO15156 and ASME B31.3
complete with sampling kit
700cc (minimum), 10,000psi WP, H2S
D.18 10 Oil Sampling Bottle AND CO2 Services.
Piston Displacement, can be used as
bottom hole sample transfer bottle.
complete with sampling kit
D.19 10 Gas Sampling Bottle 20 liter, 2,000psi WP, H2S AND CO2
Services
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

200liter drum glycol


D.20 1 Consignment basis
(consignment basis)
200liter drum
D.21 1 Demulsifier Consignment basis
(consigment basis)
200liter drum pour
D.22 1 point dispersant Consignment basis
(consigment basis)

E. HPHT SURFACE WELL TESTING EQUIPMENT and SERVICES

REF QTY
DESCRIPTIONS COMPANY's Requirement CONTRACTOR's Equipment
NO. (a)
4 gate valves: 1 killing valve
(systematically associated with a check
valve) + 1 swab valve + 1 lateral
production valve + 1 master valve
Lateral production valve shall be
hydraulically operated, failsafe closed and
connected to ESD.
Master valve shall be hydraulically
operated, failsafe closed and connected
to ESD.
Feature: swivel above master valve, a
methanol / glycol injection sub & wireline
Flow Head and Swivel and CT top sub.
E.1 1
15K psi Outlet Connections: 3” metal to metal
connections
Pressure Rating: 15,000 psig
Temp Rating: -20 to 350°F
Cert. of Compliance: API 6A PSL 3,
Material Class DD-NL
Inconel 625 Inlay in Flange Ring Grooves,
Seat Pockets and Body/Bonnet Ring
Grooves, Inconel 725 stems.
ANSI/NACE MR0175/ISO15156.
Includes: 10ft stiff joint, kill line check
valve, Injection sub, lift sub, All X-overs to
kill line, flow line tubing, etc.
HIGH PRESSURE SAND FILTER
Nominal 3” 15,000 psi working pressure
Temperature rated to 350 degF / 177
degC.
15Kpsi Dual Port
Dual Pot sand removal / filtration unit
Sand Filter Complete
E.2 1 complete with filter cartridges of 100 and
with Acoustic Sand
200 micron. Filter elements must be
monitoring system
supplied with back up.
Complete with 3” metal to metal inlet and
outlet connections.
Gas capacity up to 40 MMscfd and liquid
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

flow rate up to 5,000 BPD.


Flushable type
A suitable flushing pump and water
storage unit to be provided along with a
solids / sand containment vessel.
Applicable design codes ASME VIII dev2,
API6A and ANSI B31-3.
Suitable for acid, H2S and CO2 service
and manufactured in compliance with
NACE MR-01-75 and ASME B31.3.
2 branches, one with fixed choke box, the
other with adjustable choke box.
Configuration: 8 valve, double block
valves remotely and hydraulically
operated.
Adjustable choke hydraulically operated
(4 to 128/64ths),
Positive choke (4/64 to 64/64 in 4/64ths,
64/64 to 128/64 in 8/64ths)
Choke Manifold 15K Working Pressure (Not Test Pressure):
E.3 1
psi 15,000 psi
Temp Rating: 0-350 °F
Size & Connections: 3” metal to metal
connection.
Cert. of Compliance: API 6A, PR2, PSL-3,
DNV 2.7-3, Material Class DD,
Temperature Class P + X
ANSI/NACE MR0175/ISO15156
Skid Certification : DNV 2.7-1, complete
with CoC
Pressure Rating: 10,000 psi w/adjustable
choke & bypass
Capacity: minimum 4 MMBTU/hr
Zone 1 Classification for the steam
generator
Size & Connections for Heat
Exchanger/bypass: Upstream: 3” 1502
WECO Downstream: 3” 1502 WECO
E.4 1 Heater System
Cert. Of Compliance: API 12K, API 6A
PSL 3 Material Class: EE,
ANSI/NACE MR0175/ISO15156 , ASME
Sec VIII, Div I
Including Steam exchanger & boiler relief
system with a by-pass system
Accessories: all steam hoses, lines, x-
overs required, etc.
Pressure Rating: 15,000 psig
Temp Rating: -4 to 266 deg F
COFLEXIP Flowlines Size & Connections: 3” ID, metal to metal
E.5 1 3” x 55 ft, 15K psi & connections
cofflex hanger Length: minimum 50 ft each
Equipped with X-overs to meet well test
piping interface configuration.
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

Standards : NACE MR-01-75, API 16C,


TM 0284, TM 0177-1996
Complete with cofflex hanger
Vessel Pressure Rating: 1,440 psi
Capacity: 50 MMscf/d
Temperature rating: 300 degF
Liquid Meter (low rate): 100 BPD
Liquid Meter (high rate): 13,000 BPD
Gas, oil and water meter using Coriolis
type for higher accuracy
Size & Connections:
4” 206 WECO gas outlet
3” 206 WECO oil outlets
Three Phase 2” 206 WECO water outlets
E.6 1
Separator Inlet : 4” 206 (must be 4in)
Cert. of Compliance: API 12J,
ANSI/NACE MR0175/ISO15156 , ASME
VIII Div I, and ASME B31.3
Condensate/Water Interface Controller
Relief Valves: Two Pressure Safety
Valves (calibrated & certified)
Features: Shrinkage tester & Iso-Kinetic
sampling outlet
Skid Certification: DNV 2.7-1 complete
with CoC
Pressure Rating: 250 psi
Temp Rating: up to 200 deg. F
Capacity: 80-100 Bbl with relief systems
Optional Split tank: 2 x 50 bbls,
Cert. of Compliance: ASME Section VIII,
Div 1, ASME B31.3, ANSI/NACE MR-
0175/ISO15156, complete with flow
restriction, check valve.
Dual compartment Features: See through calibration - sight
E.7 1
Surge Tank glass needs multiple ports. Audible high
level alarm.
Relief Valve: 2ea 3 IN 150# X 4 IN 150#
Pressure Safety Valve (calibrated &
certified) per tank
Accessories: all piping & by-pass manifold
to flow into one while flaring other
Skid Certification: DNV 2.7-1 complete
with CoC
5 ways and 3 ways or equivalent, able to
divert flow to portside and starboard
booms. Fully certified and tested
Pressure Rating: 1,440 psig
E.8 2 Gas and Oil manifolds Size & Connections (oil): 3” 206 WECO
(two inlet, three outlets)
Size & Connections (gas): 3” 206 WECO
Cert. of Compliance: ASME B31.3,
ANSI/NACE MR0175/ISO15156
E.9 1 Electric Oil Transfer Pressure Rating: 1440 psig (pump’s
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

flange rating), ~250 psig pumping


pressure
Capacity: 5,000 BOPD
Cert. of Compliance: ANSI/NACE
Pump MR0175/ISO15156 , ASME B31.3, and
Explosion Proof Class 1 Div 1 (Zone 1
rated)
Skid Certification: DNV 2.7-1 complete
with CoC
Capacity: 5,000 bbl/d minimum, c/w NR
Valve. Capable to burn Oil Base Mud. 4-
6in gas line, 3in oil line, 3in water line.
Gas flare, Oil Burner Completed with deluge System for heat
and Booms 85ft min. radiation during flaring operations.
E.10 2
with King Posts and Remote controlled pilot ignition system.
Rotating Base Plate pilot lights, and propane bottles.
Full suspension system certification
package to be provided. Boom support
[base plate] to be welded onto the barge
Minimum Requirements: Ability to monitor
pressure and temperature upstream of
choke manifold, as well as upstream of
PSD valve, directly downstream of choke,
in the test separator, production tubing
and all casing annuli
Pressure Transducer Range: 50 – 15,000
psi, Accuracy: 0.2 % of Full Scale.
Temperature Transducer Range –30 –
300oF, Accuracy: 0.25 % of Measured
Value.
Flow Transducers Accuracy: 0.1 % of Full
Data Acquisition
Scale
E.11 1 System & Laboratory
Data Collection Recording, Processing &
Cabin
Printing Package and computer system
To record, print & plot all transducer data
in customer specified format.
System to have capacity to import data
e.g. Reservoir pressure.

A60 Zone II - Fireproof and pressurized


Air locks/detectors
110/220 Volt power
Size: 20’ x 8’
Skid Certification: DNV 2.7-1 complete
with CoC
Dead weight tester (calibration Cert. &
Sticker available)
Chart Recorder (calibration Cert. & Sticker
Well test equipment available)
E.12 1
Cabin / container Gas gravitometer
Centrifuge (s)
Range of hydrometers / thermometers
Chloride kit
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

H2S/CO2 testing tubes (GasTec or


Draeger)
pH test equipment - (meter and litmus
paper), chloride test kit,
Titration equipment for basis chemical
analysis
Supplies (pens, paper, charts, chemicals,
etc.), required hand tools and well test
spares and accessories, Flow line Safety
Restraint system, spill kit, fire
extinguisher, radios HT, various range of
pressure gauges from 0-15000psi, etc.
Skid Certification: DNV 2.7-1 complete
with CoC
SSV:
Valve: 3” 15Kpsi Surface Safety Valve
Hydraulic actuated, fail safe closed – 3”
metal to metal connections
Pressure Rating: 15,000 psig
· Temp: -20 to 350 °F
· Cert. of Compliance: ANSI/NACE
MR0175/ISO15156, API 6A PSL 3,
Material Class DD-NL, Temperature Class
P + X, 3in Fig 206 Inline Pressure Relief
Systems (1ea) set +/-1350psi, 4” Relief
line

ESD System
SSV 15K, and ESD
E.13 1 · ESD system is designed to close the
System
safety valves (ESD valve, flow-head
valve(s)) in less than 10 seconds.
· ESD Stations: minimum 5
independent remote stations
· Sensors - high/low pilots
· Nitrogen supply to backup rig air
· Quick Exhaust Feature (if required to
achieve acceptable closing times of < 10
seconds)
· Capability to actuate Upper Master
Valve & TRSV to 6000 psi hydraulic
pressure
· Capability to operate three surface
valves
E.14 1 Data Header 15k Pressure Rating: 15,000 psig
Temp Rating: 350 °F
Size & Connection: 3” metal to metal
Connection
Length: As required for complete rig up
Cert. of Compliance: API 6A PSL 3,
Material Class: EE, Temperature Class:
U, ANSI/NACE MR0175/ISO15156
Ports: minimum 4 - ½” NPT connections,
autoclave connection and double block
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

and bleed valves.


Pressure Rating: 15,000 psig
Model: Haskel Pump or equivalent
Rate: Variable rate capacity
Chemical Injection Accessories: all fittings for connection to
E.15 2
Pump tie into system at upstream of the choke
manifold OR provision to connect into
alternate location as required. (min. hose
length 100’) and check valve.
Capacity: sufficient air for 4000 BCPD
max rate
E.16 2 Air compressors
Cert. of Compliance: Explosion proof
Diesel powered, rig safe rate
Pressure Rating: 15,000 psig
Pipings and Elbows Size & Connection: 3” metal to metal
Upstream of Connection , complete with FSR system
E.17 1
Separator to Heat Length: as required for complete rig up
Exchanger Cert. of Compliance: ANSI/NACE
MR0175/ISO15156 , ASME B31.3
Pressure Rating: 2,000 psig
Pipings and elbows –
Size & Connection: 3” (oil) & 4” (gas) 206
Downstream Heat
WECO, complete with FSR system
E.18 1 Exchanger to Burning
Length: As required for complete rig up
system and venting
Cert. of Compliance: ANSI/NACE
line.
MR0175/ISO15156 and ASME B31.3
complete with sampling kit
700cc (minimum), 10,000psi WP, H2S
E.19 10 Oil Sampling Bottle AND CO2 Services.
Piston Displacement, can be used as
bottom hole sample transfer bottle.
complete with sampling kit
E.20 10 Gas Sampling Bottle 20 liter, 2,000psi WP, H2S AND CO2
Services
200liter drum glycol
E.21 1 Consignment basis
(Cosignment basis)
200liter drum
E.22 1 Demulsifier Consignment basis
(Cosignment basis)
200liter drum pour
E.23 1 point dispersant Consignment basis
(Cosignment basis)
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

APPENDIX 3

PERSONNEL

CONTRACTOR shall provide dedicated HPHT and standard Package qualified and experienced PERSONNEL to operate
EQUIPMENT on WORKSITE to perform the SERVICES. CONTRACTOR shall maintain records and certificates of personnel,
training and competency. Personnel proposed for the services shall have a relevant certificate as required by Government /
MIGAS.

It is necessary that all personnel provided have sufficient marine experience. CONTRACTOR shall therefore ensure that from
among its staff sufficient personnel achieve the necessary experience to fulfill this requirement.

To perform the SERVICES, CONTRACTOR shall provide Coordinator as a qualified focal point representative person, where
COMPANY will make daily contact and review during preparation, execution and post job of the SERVICES.

CONTRACTOR shall submit detailed Curriculum Vitae, including relevant certificates and references of the proposed
personnel for COMPANY approval. Curriculum Vitae’s have to be for current EMPLOYEE’S. COMPANY reserves the right to
reject any PERSONNEL if COMPANY does not believe he has sufficient competence to perform the required SERVICES.

CONTRACTOR shall provide Supervisor, Specialist, Chief operator, Operators. The persons shall possess H2S and CO2
certification and held valid Sea Survival and HUET training certificate. The CONTRACTOR shall submit detailed Curriculum
Vitae, including relevant certificates and references of the proposed personnel for COMPANY approval. Curriculum Vitae’s
have to be for current EMPLOYEE’S.

All crew on board will hold during the duration of the CONTRACT valid medical fitness certificates as per Flag, Class, SOLAS
and COMPANY regulations whichever is the most stringent. CONTRACTOR will be responsible to ensure these medical
fitness certificates are available on board for inspection.

Throughout the CONTRACT period, personnel service days is counted when they arrive at COMPANY’s logistic base / jetty
in East Kalimantan province until they return from the worksite at the COMPANY’s logistic base.

CONTRACTOR shall provide and make available to the crew all necessary PPE to allow them to carry out their duties in a
safe way. PPE shall be of good approved quality and be renewed as required. Standard PPE for the crews shall be:
 Long sleeve coveralls preferable of a clearly visible color with reflecting strips;
 Safety shoes or boots of a water resistant type;
 Safety hat with chin strap;
 Safety glasses;
 Gloves;
 Ear protector;
 Rain clothes.
 Portable Gas Detector

In addition, CONTRACTOR will ensure there are available on board sufficient:


 Work vest to work over board or near the open water;
 Safety harnesses to work at height;
 Any other PPE that might be required to protect the crew to specific jobs.
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

1. COORDINATOR

One CONTRACTOR's qualified technical representative or CONTRACTOR’s Operation Manager at no cost must
be available in Balikpapan for liaison with COMPANY, as required but at a minimum daily attendance at
COMPANY’s morning operations meeting. CONTRACTOR’s Technical Representative shall:

1. Be fluent in English and technically qualified with minimum of fifteen (15) years oilfield experience in TCP, DST,
Well Test and other services provided operation for gas and oil well.
2. Understood and familiar with API Standard related design and HAZID / HAZOP assessment.
3. He/she must be permanently located in Balikpapan. The COMPANY will not pay any charge or cost,
accommodations and meals for the Coordinator
4. Be available to be reached by COMPANY by cellular phone 24 hours a day, 7 days a week. E-mail address is
required to enable comprehensive discussion related to the operation.
5. Be capable of managing and coordinating all phases of operations involving multiple crews and Equipment sets.
6. Be available to attend Pre-spud, Well Test on Paper or Pre-Job meeting.
7. Be available to attend COMPANY’s Operations Morning Meeting at COMPANY’s Office.
8. Participated candidate for Performance Review.
9. Be the main point of contact person between COMPANY and CONTRACTOR.
10. Submit the final report at the end of the well. Review the cost and obtain an improvement services.
11. He or she will be dedicated to support COMPANY’s well clean up and Well Test operations when required.

2. WELL TEST CHIEF OPERATOR

CONTRACTOR is requested to provide enough well test chief operator at the WORKSITE to respect the 12 hrs –
12 hrs work shift. The COMPANY will only pay the Day rate as set out in the list in Appendix 4 for one (1) well test
chief operator at the WORKSITE, regardless of how many well test chief operator performing the job in one (1) rig /
platform / location:

1. He / she must have a minimum of ten (10) years proven experience as well test chief operator Surface Well Test
operations for gas and oil wells and permanently employed by CONTRACTOR. He / she must also have experience
in performing well clean up and Surface Well Test Barge Operation, welltest calculation and reporting. The person
shall be fluent in English.
2. Understood and familiar with API Standard related design and HAZID / HAZOP assessment.
3. Be capable of managing and coordinating at well site all phases of Well clean up and Surface Well Test operations
involving multiple crews, Equipment sets and Well Test Barge Operations.
4. Be available to be called out with a maximum of forty-eight (48) hours verbal notice followed by twenty-four (24)
hours written notice.
5. Be available and ready to work offshore, upon COMPANY’s request to assist COMPANY’s offshore operation.
6. Be required to establish liaison with COMPANY’s Representative and to give professional advice on the Well clean
up and Surface Well Test aspect of COMPANY’s operation and program.
7. Be responsible to encourage the safety awareness, includes, but not limited to, COMPANY’s Safety Regulation;
among all CONTRACTOR’s Personnel.
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

3. WELL TEST CHIEF OPERATOR

CONTRACTOR is requested to provide enough well test operators at the WORKSITE to respect the 12 hrs – 12 hrs
work shift. If the CONTRACTOR thinks that 3 operators are inadequate, The CONTRACTOR can send more
operators for the job, without additional cost to COMPANY. The COMPANY will only pay the Day rate as set out in
the list in Appendix 4 for maximum three (3) OPERATORS regardless of how many well test operator performing
the job in one (1) rig / platform / location:

1. He / she must have a minimum of ten (10) years proven experience as well test chief operator Surface Well Test
operations for gas and oil wells and permanently employed by CONTRACTOR. He / she must also have experience
in performing well clean up and Surface Well Test Barge Operation, welltest calculation and reporting. The person
shall be fluent in English.
2. Understood and familiar with API Standard related design and HAZID / HAZOP assessment.
3. Be capable of managing and coordinating at well site all phases of Well clean up and Surface Well Test operations
involving multiple crews, Equipment sets and Well Test Barge Operations.
4. Be available to be called out with a maximum of forty-eight (48) hours verbal notice followed by twenty-four (24)
hours written notice.
5. Be available and ready to work offshore, upon COMPANY’s request to assist COMPANY’s offshore operation.
6. Be required to establish liaison with COMPANY’s Representative and to give professional advice on the Well clean
up and Surface Well Test aspect of COMPANY’s operation and program.
7. Be responsible to encourage the safety awareness, includes, but not limited to, COMPANY’s Safety Regulation;
among all CONTRACTOR’s Personnel.

4. DST SPECIALIST

CONTRACTOR is requested to provide one (1) DST Specialist at the WORKSITE. The COMPANY will only pay
one (1) DST Specialist the Day rate as set out in the list in appendix 4 regardless of how many DST Specialist
performing the job in one (1) rig.

1. He / she must have a minimum of seven (7) years proven experience as DST Specialist for gas and oil wells and
permanently employed by CONTRACTOR. He / she must also have experience in performing DST for exploration
wells. The person shall be fluent in English.
2. Be available and ready to work offshore, upon COMPANY’s request to assist COMPANY’s offshore operation.
3. Be responsible for the preparation of the DST tools and equipment, which includes and not limited to the redress of
the DST tools and equipment upon execution of the job.
4. Be responsible to encourage the safety awareness, includes, but not limited to, COMPANY’s Safety Regulation;
among all’s Personnel.

5. DST ASSISTANT

CONTRACTOR is requested to provide one (1) DST Asistant at the WORKSITE. The COMPANY will only pay one
(1) DST Asistant the Day rate as set out in the list in appendix 4 regardless of how many DST Asistant performing
the job in one (1) rig
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

1. He / she must have a minimum of five (5) years proven experience as DST Assistant for gas and oil wells. He / she
must also have experience in performing DST for exploration wells. The person shall be fluent in English.
2. Be available and ready to work offshore, upon COMPANY’s request to assist COMPANY’s offshore operation.
3. Be responsible for the preparation of the DST tools and equipment, which includes and not limited to the redress of
the DST tools and equipment upon execution of the job.
4. Be responsible to encourage the safety awareness, includes, but not limited to, COMPANY’s Safety Regulation;
among all’s Personnel.

6. DATA ACQUISITION / DOWNHOLE GAUGES SPECIALIST

CONTRACTOR is requested to provide two (2) Data Acquisition / Downhole Gauges Specialist at the WORKSITE.
The COMPANY will only pay two (2) Data Acquisition / Downhole Gauges Specialist the Day rate as set out in the
list in appendix 4 regardless of how many Data Acquisition / Downhole Gauges Specialist performing the job in one
(1) rig.

1. He / she must have a minimum of five (5) years proven experience as Data Acquisition / Downhole Gauges
Specialist for gas and oil wells and permanently employed by CONTRACTOR. He / she must also have experience
in performing Data Acquisition / Downhole Gauges troble shooting and reporting. The person shall be fluent in
English.
2. Be available and ready to work offshore, upon COMPANY’s request to assist COMPANY’s offshore operation.
3. Be responsible for the preparation of the tools and equipment, which includes and not limited to the redress of the
Data Acquisition / Downhole Gauges tools and equipment upon execution of the job.
4. Be responsible to encourage the safety awareness, includes, but not limited to, COMPANY’s Safety Regulation;
among all’s Personnel.

7. STEAM BOILER / AIR COMPRESSOR SPECIALIST

CONTRACTOR is requested to provide one (1) Steam Boiler Specialist / air compressor at the WORKSITE. The
COMPANY will only pay one (1) Steam Boiler Specialist / air compressor the Day rate as set out in the list in
appendix 4 regardless of how many Steam Boiler Specialist / air compressor performing the job in one (1) rig

1. He / she must have a minimum of five (5) years proven experience as The Steam boiler /compressor Specialist for
gas and oil wells. The person shall be fluent in English.
2. Be available and ready to work offshore, upon COMPANY’s request to assist COMPANY’s offshore operation.
3. Be responsible for the preparation of the Steam Boiler / air compressor tools and equipment, which includes and
not limited to the redress of the Steam Boiler / air compressor tools and equipment upon execution of the job.
4. Be responsible to encourage the safety awareness, includes, but not limited to, COMPANY’s Safety Regulation;
among all’s Personnel.
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

8. SRO SPECIALIST

CONTRACTOR is requested to provide one (1) Wireless / E-line SRO Specialist at the WORKSITE. The
COMPANY will only pay one (1) Wireless / E-line SRO Specialist the Day rate as set out in the list in appendix 4
regardless of how many Wireless / E-line SRO Specialist performing the job in one (1) rig

1. He / she must have a minimum of five (5) years proven experience as Wireless / E-line SRO Specialist for gas and
oil wells. He / she must also have experience in performing Wireless / E-line SRO for exploration wells. The person
shall be fluent in English.
2. Be available and ready to work offshore, upon COMPANY’s request to assist COMPANY’s offshore operation.
3. Be responsible for the preparation of the Wireless / E-line Surface Read Out (SRO) tools and equipment, which
includes and not limited to the redress of the Wireless / E-line Surface Read Out (SRO) tools and equipment upon
execution of the job.
4. Be responsible to encourage the safety awareness, includes, but not limited to, COMPANY’s Safety Regulation;
among all’s Personnel.

9. BOTTOM HOLE / SURFACE SAMPLING SPECIALIST

CONTRACTOR is requested to provide one (1) Bottomhole / Surface Sampling Gauges Specialist at the
WORKSITE. The COMPANY will only pay one (1) Bottomhole / Surface Sampling Specialist the Day rate as set out
in the list in appendix 4 regardless of how many Bottomhole / Surface Sampling Specialist performing the job in one
(1) rig.

1. He / she must have a minimum of seven (7) years proven experience as Bottomhole / Surface Sampling Specialist
for gas and oil wells and permanently employed by CONTRACTOR. He / she must also have experience in
performing Bottomhole / Surface Sampling for exploration wells. The person shall be fluent in English.
2. Be available and ready to work offshore, upon COMPANY’s request to assist COMPANY’s offshore operation.
3. Be responsible to encourage the safety awareness, includes, but not limited to, COMPANY’s Safety Regulation;
among all’s Personnel.

10. TCP SPECIALIST

CONTRACTOR is requested to provide enough TCP Service Specialist at the WORKSITE and Explosives Loading
Base to respect the 12 hrs – 12 hrs work shift. The COMPANY will only pay the Day rate as set out in the list in
Appendix 4 regardless of how many service Engineer(s) performing the job in one (1) rig or Explosive Loading
base:

1. He / she must have a minimum of ten (10) years proven experience as service Specialist in TCP operations in
overbalanced and underbalanced for gas and oil wells, and explosives handling. The TCP Service Specialist shall
be fluent in English. Fluent in Bahasa Indonesia is preferred although not mandatory.
2. TCP SPECIALIST have a valid “KARTU IZIN PENGELOLA BAHAN PELEDAK MIGAS” and a valid Licence of
Legalisation for Blasters from Indonesia Authority.
3. TCP Service Specialist will be available permanently in Balikpapan, to be called out with a maximum of forty-eight
(48) hours verbal notice followed by twenty-four (24) hours written notice.
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

4. Throughout the CONTRACT period, the TCP Specialist service days is counted when they arrive at COMPANY’s
logistic base / jetty in East Kalimantan province until they return from the worksite at the COMPANY’s logistic base.
5. In the event that the TCP Specialist is requested to load the explosive to the gun in the COMPANY’s Explosive
loading base in East Kalimantan Province, the service days is counted when they arrive at the COMPANY’s
Explosive loading base until they leave the the COMPANY’s Explosive loading base. The loading base is active for
twenty-four (24) hours a day, and the loading activity may be continuously perfromed in twenty-four (24) hours a
day.
6. Maintenance and make good inventory of EQUIPMENT.
7. Prepare on-site program and all tally’s and schematic related to the EQUIPMENT.
8. Provide after work report, which consists of well data, schematic, tally, chronology, anomalies, etc within 24 hrs
after the job, is completed.
9. Involve and Supervise operation on board the Rig or workover unit, and provide suggestion.
10. Involve and Supervise the equipment redress, stab-in, make up, pressure test and explosives loading.
11. Equipment preparation prior to send to the rig.

11. TCP ASSISTANT

CONTRACTOR is requested to provide enough TCP Assistant(s) at the WORKSITE Explosives Loading Base to
respect the 12 hrs – 12 hrs work shift. The COMPANY will only pay the Day rate as set out in the list in Appendix 4
regardless of how many TCP assistant(s) performing the job in one (1) rig or Explosive Loading base

1. He / she must have a minimum of five (5) years proven experience as TCP assistant in TCP operations in
overbalanced and underbalanced for gas and oil wells, and explosives handling. The assistant(s) must be able to
speak English. He / she must be fluent in Bahasa Indonesia.
2. TCP Assistant have a valid “KARTU IZIN PENGELOLA BAHAN PELEDAK MIGAS” and a valid Licence of
Legalisation for Blasters from Indonesia Authority.
3. The TCP Assistant(s) will be available permanently in Balikpapan, to be called out with a maximum of forty-eight
(48) hours verbal notice followed by twenty-four (24) hours written notice.
4. Throughout the CONTRACT period, the TCP Assistant service days is counted when they arrive at COMPANY’s
logistic base / jetty in East Kalimantan province until they return from the worksite at the COMPANY’s logistic base.
5. In the event that the TCP Assistant is requested to load the explosive to the gun in the COMPANY’s Explosive
loading base in East Kalimantan Province, the service days is counted when they arrive at the COMPANY’s
Explosive loading base until they leave the the COMPANY’s loading base. The loading base is active for twenty-
four (24) hours a day, and the loading activity may be continuously perfromed in twenty-four (24) hours a day
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

APPENDIX 4

REMUNERATION

COMPANY shall pay CONTRACTOR the amounts due and calculated according to the applicable rates and fees set out in
this Appendix 4, in monthly basis for the EQUIPMENT and SERVICES. All transportation cost between CONTRACTOR’s
base and COMPANY’s logistic base in Tanjung Batu East Kalimantan shall be borne by CONTRACTOR

1. EQUIPMENT AVAILABILITY RATE


COMPANY will pay the EQUIPMENT availability rates once the EQUIPMENT is physically ready in COMPANY’s logistic
base in Tanjung Batu East Kalimantan upon COMPANY’s request and has passed the commissioning and COMPANY’s
acceptance. EQUIPMENT availability rate shall apply throughout the Operational Period.

Daily EQUIPMENT availability rates must be less than or equal to fifty percent (<50%) of daily EQUIPMET in use rates.
EQUIPMENT availability rates will not be applied when EQUIPMENT In-use rates are in force.

2. EQUIPMENT IN-USE RATE


EQUIPMENT In-use Rates are charged to the time when the EQUIPMENT in being operated.
1. Cleanup or well test operations will commence when the well is open for cleanup or well test operations and will cease when
the operations are completed to the satisfaction of the COMPANY, indicated by the flaring operation has been stopped, pilot
light is shut-off and all lines and burners have been flushed with water.
2. The operational rate for DST, TCP EQUIPMENT will apply once the first tool below rotary table and will cease when the last
tool at surface.
COMPANY will only pay the Operational rates for the EQUIPMENT that is physically used during operation. The rates and
fees are expressed and paid in United States Dollar (USD) and shall remain fixed, and no escalation shall be made during
the OPERATIONAL PERIOD unless otherwise provided for in the CONTRACT.

3. LUMP-SUMP FEE
Lump sump fee consist of equipment preparation and engineering including mobilization & domobilization of EQUIPMENT as
stipulated in the CONTRACT. The fee will be paid upon EQUIPMENT already accepted by COMPANY representatives as
stipulated in the CONTRACT appendix 1 & 2.

4. DRY HOLE CASE


Whenever DRY HOLE occurred during operation, CONTRACTOR will be paid only for the preparation & engineering fee and
maximum 10 days of EQUIPMENT availability rate.

5. DAILY RATE
The daily rates shall be applicable for a twenty-four (24) hours period or prorate thereof to the nearest Twelve (12) hours.

6. PENALTIES
6.1 LATE DELIVERY OF SERVICES
Penalty as per GCP.

6.2 LATE DELIVERY OF EQUIPMENT


Penalty as per GCP.
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

6.3 UNSATISFACTORY COMMISSIONING


Penalty as per GCP.

6.4 FAILURE OR MALFUNCTION OF THE EQUIPMENT AND / OR PERSONNEL


Where applicable, any delay on delivering the services and materials, unless specifically at the direction of COMPANY, or
directly caused by action of COMPANY (or in action as the case may be), and to the extent it is caused by CONTRACTORs
sole negligence, shall result in a penalty as stated below.
Downtime Penalty
Downtime < 1 HR 5% Of Daily Invoice
1 ≤ Downtime < 2 HR 10% Of Daily Invoice
2 ≤ Downtime < 3 HR 50% Of Daily Invoice
Downtime ≥ 3 HR 100% Of Daily Invoice

If such penalty reached maximum 5% of the total Contract Price, COMPANY shall have the option to terminate the Contract
and exercise its right under the Contract.

6.5 CONTRACTOR’S BASE & WAREHOUSE


CONTRACTOR’s Base and Warehouse shall be operational at CONTRACT COMMENCEMENT DATE and throughout the
OPERATIONAL PERIOD. In the event that the base is not operational at this date, a 2500 US$ penalty per delayed day will
be applied.

The maximum cumulative penalty shall be five percent (5%) of total CONTRACT value of the ASSOCIATED SERVICES. In
the case it has been reached, then COMPANY shall have the right to terminate the CONTRACT as per GCP Article 20.

7. REMUNERATION TABLE
CONTRACTOR shall fill in the table below for the pricing. All durations are estimated. The actual availability duration and in
use days may be different with what is noted in this table.

The specification of EQUIPMENT and SERVICES for each item in the table below can be seen in Appendix 2. The unit price /
cost / day rate shall remain fixed throughout the OPERATIONAL PERIOD, regardless of the actual total amount of jobs and
services days performed.

A. TCP

REF QTY UP Total Price, US$ =


DESCRIPTIONS
NO. (a) (b) (a) x (b)
4 1/2" or 4 5/8” TCP guns with Deep
A.1 80 Penetration (DP) HNS, Low Debris Shaped
Charge
2-7/8” or 2 ¾” TCP guns with Deep
A.2 80 Penetration (DP) HNS, Low Debris Shaped
Charge
HNS Primacord, Booster and any other
A.3 240
consumables.
4-1/2” or 4 5/8” Blank Gun scalloped type
A.4 120 including loading tube, booster, housings
and required X-overs
2-7/8” or 2 ¾” Blank Gun scalloped type
A.5 120 including loading tube, booster, housings
and required X-overs
4-1/2” or 4 5/8” TCP guns with Deep
A.6 40 Penetration (DP) HMX Low Debris Shaped
Charge
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

2-7/8” or 2 ¾” TCP guns with Deep


A.7 40 Penetration (DP) HMX, Low Debris Shaped
Charge
HMX Primacord, Booster and any other
A.8 120
consumables.

REF QTY UP (average) Total Price, US$ = Lost in Hole


DESCRIPTIONS
NO. (a) (b) (a) x (b) Charge (US$)

Firing Head, A dual redundant firing head,


combination of Hydraulic – Hydraulic
A.9 6
delayed firing head and Hydraulic delayed
firing head
Slickline Retrievable Time Delay Firing
A.10 6
Head or similar function
Annulus pressure activated firing head or
A.11 6
similar function
A.12 6 Non-Sealing Circulating Sub or Debris Sub
A.13 6 3-1/2" RA Sub
A.14 6 2-7/8" RA Sub
A.15 6 Automatic Gun Release Mechanism
A.16 6 Mechanical Gun Release Mechanism
A.17 6 Vertical shock absorber
A.18 6 Radial shock absorber

SUB TOTAL A. TCP

B. DST STANDARD

UP Total Availability Total In use Rate


REF QTY UP in use Unit Lost in hole
DESCRIPTIONS availability Rate (US$) 30 (US$) 30 days x a
NO. (a) rate (c) Charges (US$)
rate (b) days x a x b xc

B.1 1 Tubing Fill & Test Valve


B.2 2 One shot reversing valve
B.3 1 One Shot Safety Valve
B.4 2 Gauge carriers
Electronic Memory
B.5 6 Pressure/Temperature
Gauges
B.6 4 Slip Joints
B.7 2 Hydraulic Jars
B.8 2 Safety Joint
B.9 2 7” Retrievable Packer
B.1
1 9 5/8 ” Retrievable Packer
0
Annular Pressure Operated
B.1
1 Tester Valves or similar
1
function.
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

Annular or Tubing
B.1 Pressure Operated Re-
1
2 Closable Multi- Function
Valve or similar function
B.1
3 Drain Valve
3
Downhole Sample Carrier,
B.1 including Slickline
1
4 conveyed Bottom Hole
Sampling
Wireless Surface Read Out
B.1 System for DST Tool,
1
5 Including Gauges and
carrier
E-line (Wire) Surface Read
B.1 Out System for DST Tool,
1
6 Including Gauges and
carrier
SUB TOTAL DST STANDARD EQUIPMENT PACKAGE TOTAL
AVAILABILITY RATE (US$)
SUB TOTAL DST STANDARD EQUIPMENT PACKAGE TOTAL IN USE
RATE (US$)
SUB TOTAL B. DST STANDARD

C. DST HPHT

UP Total Availability Total In use Rate


REF QTY UP in use Unit Lost in hole
DESCRIPTIONS availability Rate (US$) 60 (US$) 60 days x a
NO. (a) rate (c) Charges (US$)
rate (b) days x a x b xc

C.1 1 Tubing Fill & Test Valve


C.2 2 One shot reversing valve
C.3 1 One Shot Safety Valve
C.4 2 Gauge carriers
Electronic Memory
C.5 6 Pressure/Temperature
Gauges
C.6 4 Slip Joints
C.7 2 Hydraulic Jars
C.8 1 Safety Joint
7” Retrievable Packer, Non
C.9 1
Rotational
C.1 9 5/8 ” Retrievable Packer,
1
0 Non Rotational
Annular Pressure
C.1
1 Operated Tester Valves or
1
similar function.
Annular or Tubing
C.1 Pressure Operated Re-
1
2 Closable Multi- Function
Valve or similar function
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

C.1
3 Drain Valve
3
Downhole Sample Carrier
C.1 including Slickline
1
4 conveyed Bottom hole
sampling
3” 15Kpsi Sub Surface
Safety Valve, including stiff
C.1
1 joints, Ported slick Joint,
5
Fluted hanger, x-overs to
surface
Wireless Surface Read Out
C.1 System for DST Tool,
1
6 Including Gauges and
carrier
E-line (Wire) Surface Read
Out System for DST Tool,
C.1
1 Including Gauges and
7
carrier, 15,000 psi, 350
degF
SUB TOTAL DST HPHT EQUIPMENT PACKAGE TOTAL
AVAILABILITY RATE (US$)
SUB TOTAL DST HPHT EQUIPMENT PACKAGE TOTAL IN USE
RATE (US$)
SUB TOTAL LIH DST HPHT EQUIPMENT PACKAGE (US$)
SUB TOTAL C. DST HPHT

D. SWT STANDARD

Total In use Rate


REF QTY UP availability UP in use rate Total Availability Rate
DESCRIPTIONS (US$) 30 days x
NO. (a) rate (b) (c) (US$) 30 days x a x b
axc

D.1 1 Flow Head and Swivel 10k


10Kpsi Dual Port Sand Filter
D.2 1 Complete with Acoustic Sand
monitoring system
D.3 1 Choke Manifold 10k
D.4 2 COFLEXIP Flowlines 3” x 55 ft.
D.5 1 Three Phase Separator
D.6 1 Dual compartment Surge Tank
D.7 2 Gas and Oil manifolds
D.8 2 Electric Oil Transfer Pump
Gas flare, Oil Burner and Booms
D.9 2 85ft min. with Rotating Base
Plate, Kingpost if required
D.1 Data Acquisition System &
1
0 Laboratory Cabin
D.1 1 Well test equipment Cabin /
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

1 container
D.1
1 Standard ESD System 10k
2
D.1
1 Data Header 10k
3
D.1
1 Chemical Injection Pump
4
D.1
2 Air compressors
5
D.1 Pipings and Elbows Upstream of
1
6 Choke manifold
Pipings and elbows –
D.1
1 Downstream Choke manifold to
7
Burning system and venting line.
D.1
10 Oil Sampling Bottle
8
D.1
10 Gas Sampling Bottle
9
D.2 200liter drum glycol
1
0 (consignment basis)
D.2 200liter drum Demulsifier
1
1 (consigment basis)
D.2 200liter drum pour point
1
2 dispersant (consigment basis)
SUB TOTAL WELL TEST STANDARD PACKAGE TOTAL AVAILABILITY RATE (US$)
SUB TOTAL WELL TEST STANDARD PACKAGE TOTAL IN USE RATE (US$)

SUB TOTAL D. SURFACE WELL TEST STANDARD

E. SWT HPHT

QT Total In use
REF UP availability UP in use rate Total Availability Rate
Y DESCRIPTIONS Rate (US$) 60
NO. rate (b) (c) (US$) 60 days x a x b
(a) days x a x c

E.1 1 Flow Head and Swivel 15K psi


15Kpsi Dual Port Sand Filter
E.2 1 Complete with Acoustic Sand
monitoring system
E.3 1 Choke Manifold 15K psi
E.4 1 Heater System
COFLEXIP Flowlines 3” x 55 ft,
E.5 1
15K psi
E.6 1 Three Phase Separator
E.7 1 Dual compartment Surge Tank
E.8 2 Gas and Oil manifolds
E.9 1 Electric Oil Transfer Pump
Gas flare, Oil Burner and Booms
E.10 2
85ft min. with King Posts and
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

Rotating Base Plate


Data Acquisition System &
E.11 1
Laboratory Cabin
Well test equipment Cabin /
E.12 1
container
E.13 1 SSV 15K, and ESD System
E.14 1 Data Header 15k
E.15 2 Chemical Injection Pump
E.16 2 Air compressors
Pipings and Elbows Upstream of
E.17 1
Separator to Heat Exchanger
Pipings and elbows –
E.18 1 Downstream Heat Exchanger to
Burning system and venting line.
E.19 10 Oil Sampling Bottle
E.20 10 Gas Sampling Bottle
200liter drum glycol (Cosignment
E.21 1
basis)
200liter drum Demulsifier
E.22 1
(Cosignment basis)
200liter drum pour point
E.23 1
dispersant (Cosignment basis)
SUB TOTAL WELL TEST HPHT PACKAGE TOTAL AVAILABILITY RATE (US$)
SUB TOTAL WELL TEST HPHT PACKAGE TOTAL IN USE RATE (US$)

SUB TOTAL E. SURFACE WELL TEST HPHT

F. PERSONNEL
QT
Item
Y Description Duration (b) UP (c) Total Price a x b x c
No.
(a)
F.1 1 DST Specialist
F.2 1 DST Assistant
F.3 2 SRO Specialist
F.4 1 Downhole Memory Gauge
F.5 1 Downhole Sampling Specialist
F.6 1 TCP Specialist
F.7 1 TCP Assistant
F.8 1 Well Test Chief Operator
F.9 4 Well Test Operator
F.10 1 Steam Boiler Specialist & TDA Engineer
F.11 1 Surface Sampling Specialist
F.12 2 Data Acquisition/Down Hole Gauges Specialist
SUB TOTAL F. PERSONNEL
PROVISION OF TUBING CONVEYED
PERFORATION (TCP), DRILL STEM TEST (DST)
AND SURFACE WELL TEST (SWT)
TENDER NO : xxxxx
APPENDIX 4

G. LUMP SUMP FEE

Item Total Price


DESCRIPTIONS Quantity (a) UP (b)
No. (a) x (b)
G.1 Equipment Preparation & Engineering TCP-DST Standard 1
G.2 Equipment Preparation & Engineering SWT Standard 1
G.3 Equipment Preparation & Engineering TCP-DST HPHT 1
G.4 Equipment Preparation & Engineering SWT HPHT 1

SUB TOTAL G. LUMP SUMP FEE

You might also like