Section 3 Itt Technical Package
Section 3 Itt Technical Package
SECTION 3
TECHNICAL REQUIREMENT
FOR
DRILLING RIG AND ASSOCIATED SERVICES FOR
TWELVE VERTICAL WELLS
PREFACE
Total scope of work in this ITT includes twelve (12) vertical wells in Missan Oilfields of Iraq, include eight
(8) wells located in Abu Ghirab oilfield, three (3) wells located in Buzurgan, and one (1) well is located in
Fauqi oilfield. CONTRACTOR is required to provide at least three (3) rigs (No less than 1500HP for Asmari
reservoir, and no less than 2000HP for Mishrif reservoir) to perform the drilling operation.
The mobilization duration shall be five (5) months, the drilling operation duration shall be thirteen (13)
months without completion duration, and the demobilization duration shall be one (1) month.
The drilling rig and associated services shall be performed in lump-sum model, the detail requirements has
been specified in this ITT. Completion Rig Support services shall be performed in day rate mode.
COMPANY reserves the right to adjust the drilling sequence, pad locations or pad well names if the
geological development plan modified.
CONTRACTOR shall provide the drilling operation program for these six wells based on the Basic drilling
design and geology designs provided by COMPANY and the drilling operation program of each well should
be got approval from COMPANY before spud-in.
TECHNICAL REQUIREMENT
FOR
DRILLING RIG AND ASSOCIATED SERVICES FOR
TWELVE VERTICAL WELLS
Scope of Work
Attachment 2
Attachment 3
Attachment 4
Attachment 5
APPENDIX A
SCOPE OF WORK AND TECHNICAL REQUIREMENTS
GENERAL
1.1
CONTRACTOR shall provide drilling rigs and associated services as specified in this Appendix
with associated equipment, tools, and materials, qualified technical services and competent
Personnel in Missan Oilfields of Iraq.
1.2
This Appendix describes the scope of WORK to be performed by CONTRACTOR and references
the specifications, instructions, standards, and other documents, including the specifications for
any materials, tools or equipment, which CONTRACTOR shall satisfy or adhere to in the
performance of the WORK.
1.3
General Information
Country of Operations
:
:
Inspection Site
Mobilization to First Well Site
Demobilization from Last Well Site
COMPANY s Operating Base
:
:
:
1.4
CONTRACTOR shall perform the WORK professionally and safely with due diligence and
efficiency in the most expedient manner with full regard to minimizing the impact on the
environment in the area in accordance with sound principles and current practices in the
geophysical and oil industry standard, and with full regard to COMPANYS interests.
1.5
CONTRACTOR shall perform the WORK in accordance with all other terms and conditions of
this CONTRACT, which shall not be changed except by formal amendment in writing and signed
by the parties hereto.
1.6
1.
2.
Drilling rig
CONTRACTOR shall furnish at least Three (3) Drilling rigs and associated equipment, and shall
fulfill all requirements set out in Exhibit 3-1, Attachment 3 in this Appendix A and elsewhere
herein.
Utilizing the Drilling rig and other equipment, CONTRACTOR shall drill for COMPANY, by the
rotary method, a well in search of hydrocarbons at the Well Location to such depth as is specified
by the COMPANY in accordance with drilling program. In addition to the drilling of such wells,
CONTRACTOR shall perform for the COMPANY certain related services as specified in this
Attachment.
1.2
CONTRACTOR shall be solely responsible to provide all personnel and equipment, etc and other
assistance required to move the Drilling rigs and accomplish safe and efficient Mobilization and
Demobilization operations.
1.3
Location
CONTRACTOR shall be responsible for locating the Drilling Rig in correct position in
accordance with COMPANYS instructions. COMPANYS Representative will confirm the
location.
WORK ACTIVITIES
2.1
Drilling Operations
CONTRACTOR shall drill the well hereunder to the depth set forth in the final Drilling Program
approved by COMPANY. COMPANY may terminate the drilling at a lesser depth or continue
drilling to a greater depth; the maximum well depth does not exceed the depth capacity of the
Drilling rig as specified in Exhibit 3-1, Attachment 3 in this Appendix A.
Upon the Drilling rig arriving at the Well Site, CONTRACTOR shall promptly commence
performance of the WORK. The WORK shall be performed, insofar as is reasonably possible,
twenty-four (24) hours a day, seven (7) days a week and without shut-down for holidays, unless
the rig is moving or COMPANY specifies otherwise.
2.2
Drilling Program
The program to be followed in the drilling of the wells hereunder shall be as specified in
COMPANYs well drilling program. The Basic Drilling Well Program shall be provided by
COMPANY. And the detail drilling operation programs shall be provided by CONTRACTOR,
CONTRACTOR shall submit the drilling operation program to COMPANY for approval before
the commencement of drilling operation. CONTRACTOR shall use all reasonable care and
attention to ensure all aspects of the requirements set in attached COMPANYs Drilling Basic
Program which is to be provided for CONTRACTOR to comply with. CONTRACTOR shall carry
out the inspections and checks on any of the requirements of the COMPANY Well Program which
as directed by COMPANY, and also the records and reports the results of such checks to
COMPANY.
2.3
Prior to the commencement of Work under this Contract, Company has commenced to construct
the well sites for these wells which drawing could be found in the Basic Drilling Design. And the
CONTRACTOR shall confirm the specification whether fit their rigs in proposals and supply to
the COMPANY the specifications for the layout including a draft plan showing the required drill
site size including drilling unit footprint, load bearing requirements, orientation and relative
location of the CONTRACTORs Equipment upon same. The COMPANY shall consult with
CONTRACTOR and modify and adjust this location layout plan if necessary to conform to
existing limitations at the COMPANYs drill site. Refer to Responsibility Matrix.
Upon completion, discontinuance or abandonment of the Work to be performed under this
Contract, CONTRACTOR agrees to dismantle the Drilling Unit(s) and remove all the
CONTRACTORs equipment and machinery from the Location, properly plug the rat hole and
mouse hole, remove litter and debris created by CONTRACTOR or its sub-CONTRACTORs in
connection with the Work, and generally leave the premises in as good a condition as the same
was at the commencement of said operations.
2.4
Completion of Well
COMPANY may determine to have each well drilled pursuant to this CONTRACT completed by
the drilling rig. The completion operation will be done by drilling rigs. CONTRACTOR shall
complete the well in the manner and to the extent desired by COMPANY, including the scraper
operation, running of tubing, installing permanent or temporary wellheads and related assistance
jobs, etc. COMPANY shall compensate CONTRACTOR as daily rate.
2.5
Cuttings
Rotary cuttings will be sampled as and when required by COMPANY, which will furnish
necessary containers.
2.6
Depth Measurements
CONTRACTOR shall at all times be responsible for keeping an accurate record of the depth of a
hole as determined by steel tape measurements of the drilling string, and shall record such depths
on the Daily Drilling Report. COMPANY may at any time require CONTRACTOR to check
measurements of the depth of a hole in such manner as COMPANY specifies.
2.7
Upon being requested to do so by COMPANY and, with the assistance of any necessary third
party equipment and services provided or contracted by COMPANY, CONTRACTOR shall cease
drilling and shall plug back and sidetrack a hole.
COMPANY has the right to cease the drilling operation and require CONTRACTOR plugging
back and sidetracking if CONTRACTORs drilling operation is failed to follow the drilling
program.
2.8
As requested by COMPANY, CONTRACTOR, with the assistance of any necessary third party
equipment and services provided or contracted by COMPANY, shall properly run, land and
cement casing of the size, weights, and grades and at depths as instructed by COMPANY.
CONTRACTOR agrees to clean all casing threads and to reinstall thread protectors on the casing
until it is taken from the racks to be run into the hole, and to grease the thread as it is made up
with a suitable pipe lubricant. CONTRACTOR further agrees to preserve all protectors and to
break down all surplus casing as required, put protectors on same as it is broken down and return
such casing to the pipe racks at the Drill Site. CONTRACTOR shall allow cement to set for the
length of time specified by COMPANY. After cement has set, the casing and cement job will be
tested in a manner satisfactory to COMPANY. Such testing shall continue until results satisfactory
to COMPANY and Oil Industry Standard are secured, but any re-cementing or repairs to casing
3.
Drilling Fluids
CONTRACTOR agrees to maintain and operate the drilling fluid treating equipment on the
Drilling rig so as to maintain the drilling fluid in a manner satisfactory to COMPANY.
CONTRACTOR, in accordance with specifications set in attached Drilling Program, shall
maintain the drilling fluid at the direction of COMPANY.
2.10
Wireline Logging
CONTRACTOR shall provide all related equipment, tools and explosives & radioactive source for
performing the wireline logging items as attach COMPANYs Geological Program, and the
service team could be on call out model when necessary pursuant to CONTRACTORs
management.
2.11
Mud Logging
CONTRACTOR shall provide a complete set of Mud logging equipment, including all qualified
personnel. And Real Time Data Delivery Service transferred to Company office shall be provided
by CONTRACTOR in this service.
ASSOCIATED SERVICES
CONTRACTOR shall provide the following associated services as required in Exhibits,
Attachment 4 of this Appendix A:
Exhibit 4-1 Drilling Fluids Service
Exhibit 4-2 Cementing Service
Exhibit 4-3 Mud Logging Service
Exhibit 4-4 Wireline Logging Service
Exhibit 4-5 Completion Rig Support Service
END OF Appendix A, Attachment 1
APPENDIX A ATTACHMENT 2
Equipment, Services and Supplies Responsibilities by Parties
Distribution of Supplies and Services between the COMPANY and the CONTRACTOR
regulated as follow tables.
The personnel, equipment, materials, consumables and services defined hereinafter shall be
supplied on the site of operations and paid by the party marked with the letter X in the
appropriate columns.
No.
Designation
1.Pre-drilling Preparation
Operation
Permit
License
(including drilling permits and
access to well location and
1.1
stacking, and Location preparation,
access roads, tracks, Cellar, waste
pit)
Relationship
with
local
1.2
government and inhabitants
Survey,
construction
and
1.3
supervision of well site
1.4
PAID BY
COMPAN
Y
SUPPLIED
BY
CONTRACT
OR
Assisted by
CONTRACTOR
SUPPLIED
BY
COMPANY
PAID BY
CONTRAC
TOR
3.1
3.2
3.3
3.4
3.5
3.6
3.7
3.8
3.9
3.10
3.11
3.12
3.13
3.14
Cement additives
3.15
As per
COMPANYs
requirement and
specifications in
this ITT
As per
COMPANYs
requirement and
specifications in
this ITT
Company
has the right
to provide as
option
As per
COMPANYs
requirement and
specifications in
this ITT
3.16
3.17
3.18
3.19
3.20
3.21
3.22
3.23
3.24
3.25
3.26
3.27
3.28
3.29
1.1.2
3.30
3.31
3.32
3.33
3.34
3.35
3.36
3.37
3.38
3.39
3.40
3.41
3.42
3.43
3.44
3.45
X
X
X
X
4.1
Geological Control
4.2
4.3
4.4
4.5
4.6
4.7
4.8
4.9
4.10
4.11
4.12
4.13
4.14
4.15
4.16
4.17
4.18
4.19
4.20
4.21
4.22
4.23
4.24
4.25
Company keep
the right to reject
casing shoe depth
for down hole
operation safely
X
X
X
X
X
X
X
X
X
X
X
X
Offloading the
materials in wellsite
Quoted price as
option
4.26
4.27
4.28
4.29
4.30
4.31
4.32
4.33
4.34
4.35
4.36
4.37
4.38
4.39
Inspections of CONTRACTORs
drill stem or down hole tools
required by COMPANY without
any defects.
Welding/cutting on site
Passports, entrance and exit
visas, work and/or sojourn
permits and other necessary
permits, health certificates,
etc.
for
Contractors
personnel.
Customs
and
other
duties
imported inside Iraq forth
entry/exit of CONTRACTORs rig
and/or equipment and materials
Fire extinguishers & other
firefighting equipment at camp
and rig
H2S & flammable detection
Equipment & Masks (Self
Contained Breathing Apparatus)
Security team (OPF) for wellsite,
Contractors camp and personnel
transportation inside of Missan
Oilfields
Security
team
for
CONTRACTORs
personnel
transportation between Basra
airport and working base
Third Party Inspection for Drilling
Rig and associated equipment, and
the third party should be approved
by COMPANY.
Inspection,
maintenance
and
keeping good condition of drilling
rig and all associated equipment,
barite, bentonite, hematite and
other chemicals & cementing
additives
IWCF or IADC well control, H2S,
first aid, CPR, firefighting, HSE
related emergency measures,
and other required training for
relevant RIG
COMPANY representative as
Drilling supervisor, Geology &
Wireline logging & Test supervisor
Storing
and
managing
CONTRACTORs equipment &
materials in the area provided by
COMPANY during the drilling
work
Cleaning of sanitary waste &
industrial waste after rig moving
out
X
X
Assisted by
COMPANY
Assisted by
COMPANY
As per
COMPANYs
requirement and
specifications in
this ITT
X
X
X
X
1.6
1.7
1.8
1.9
1.10
1.11
1.12
1.13
1.14
1.15
1.16
1.17
1.27
1.28
1.29
1.30
1.48
X
X
RTTS packer with storm valve used in 65/8, 7, 9-5/8 casing, and related safety
joints , drilling jar and so on.
Associated services
2.1
Geological Control
2.2
Perforation depth selection
2.3
Reservoir design
Completion program and acidizing /
2.4
flowback program
Super clean mud tanks and circulation
2.5
system prior to contain completion and
packer fluid
Mixing completion fluid, perforation
2.6
fluid and packer fluid
Tubular running services for TCP guns,
tubing/flush tubing, perforated Liner &
2.7
blank pipes, screen, packer and all
necessary accessories.
Installation service of wellhead, tubing
2.8
spool and X-mas tree, running/ retrieving
BPV& two-way check valve.
TCP or wireline perforation &
2.9
correlation service (underbalanced /
overbalance perforation)
Assemble sand screen, ESP system,
2.10
cable splicing, electronic testing, oil
injection for the motor and seal section,
Running tubing string, lifting the ESP
system; Assists for ESP running and
2.11
others
requested
by
completion
supervisor.
2.12
Slickline service for completion
2.13
Fishing service for all down hole tools
Mud logging and real-time data
2.14
transmission service, Completion data
recording service
Communication via internet and phone
2.15
on site
Medical service, first aid treatment,
2.16
medicine and medical evacuation on site
Catering and accommodation service for
2.17
CONTRACTOR personnel
Catering and accommodation service for
12 COMPANY personnel at well site for
2.18
each rig (at least two single bed room
shall be provided for Company crew)
X
X
X
X
X
X
Assist
2.32
2.33
2.40
2.41
2.42
As per
COMPANY
requirement in
ITT
APPENDIX A, ATTACHMENT 3
DESCRIPTION OF DRILLING RIG AND DRILLING CREW
1. GENERAL
Drilling operation in Missan Oilfields requires CONTRACTOR utilizing at least Three (3) Land rigs and
associated services to complete the twelve (12) wells drilling operation within eighteen (18) MONTHS,
and another one (1) month for demobilization.
The CONTRACTOR is therefore responsible for the compliance with the requirements set forth in this
specification.
Modification to the requirements of this specification may be proposed by the CONTRACTOR for the
COMPANY approval, with the support of proper documentation.
CONTRACTOR shall keep an accurate record of Well Operations, activities on the Drilling Unit (s), and
any other pertinent information relative to the well which would normally be recorded in accordance
with good international oilfield practice and/or which COMPANY may request and/or which is required
by the Contract to be recorded on the International Association of Drilling CONTRACTORs Drilling
Report Forms (IADC Forms). This shall include, without limitation, a Daily Drilling Report, a bit
record (both forms in accordance with IADC reports), a weekly BOP check list, deviation survey discs
or charts, rates of penetration, weight indicator and pump pressure charts and any and all relevant
records and data specified by the COMPANY. At the end of each day CONTRACTOR shall deliver to
COMPANY the original IADC Forms plus a legible copy thereof and a legible copy of other data
relating to Well Operations. The IADC Forms are to be duly signed by CONTRACTORs
Representative. On agreement of the content of the IADC Forms, COMPANYs Representative shall
sign the original and the copy and return the copy to CONTRACTOR. Without limitation, the IADC
Forms shall give an accurate log and history of each well showing the depth drilled, formations
encountered and penetrated, depth cored and footage of cores recovered during the preceding twenty
four (24) hours, and the results of the tests of well control devices.
2. SPECIFICATIONS OF DRILLING RIG
2.1
Following table is condensed list which indicates general specification of the rigs for operation in the
field; the capacity of each rig should be no less than 1500HP for Asmari reservoir drilling operation,
and no less than 2000HP for Mishrif reservoir drilling operation, CONTRACTOR shall provide at least
Three (3) sets of rigs. CONTRACTOR is obligated to provide land rig units regarding these
specifications as a minimum requirement.
A: 1500HP Rigs
Description
Rig Type
Construction year
Draw works:
Rated Drilling Capacity
Power
Derrick Height
Max Hook Load
Diesel Engines/ Generators
Emergency Generator
Top Drive:
Traveling Block
Crown Block
Rotary Table:
Load Capacity
Master Bushing
Information
1500HP Electric driven Land rig
Later than 2006, or refresh in recent two years
4500m for 5DP
1500HP
45 m
350 MT
5300HP in total
One (1) 400HP
350Mt rated capacity,
continuous torque
350MT rated capacity
350MT rated capacity
37-1/2 Inch
350MT static
MPCH / 37-1/2 Hinged
40KN.M
of
maximum
Mud System:
Mud Pump
Charge Pump
Mud Mixing Pump
Drilling Mud Pits
Back up Mud Pits
Desander:
Desilter:
Shale Shakers:
Degasser:
Centrifuges:
Mud Laboratory:
Stand Pipe Manifold:
Cementing Unit:
BOP Equipment:
BOP Control Unit:
Choke and kill Manifold:
H2S Equipment:
Drill Pipes:
B: 2000HP Rigs
Description
Rig Type
Construction year
Draw works:
Rated Drilling Capacity
Power
Derrick Height
Max Hook Load
Diesel Engines/ Generators
Emergency Generator
Top Drive:
Traveling Block
Crown Block
Information
2000HP electric driven Land rig
Later than 2006, or refresh in recent two years
7000m with 4-1/2 DP/6000m with 5 DP
2000HP
45 m
450 MT
6500HP in total
One (1) 400HP
450Mt rated capacity, 50KN.M of maximum continuous
torque
450Mt rated capacity
450Mt rated capacity
Rotary Table:
Load Capacity
Master Bushing
Mud System:
Mud Pump
Charge Pump
Mud Mixing Pump
Drilling Mud Pits
Back up Mud Pits
Desander:
Desilter:
Shale Shakers:
Degasser:
Centrifuges:
Mud Laboratory:
Stand Pipe Manifold:
Cementing Unit:
BOP Equipment:
BOP Control Unit:
Choke and kill Manifold:
H2S Equipment:
Drill Pipes:
Drill Collars:
Fishing Equipment:
Air Compressor:
Fuel Storage:
Drilling water tank
Crane Capacity:
Fork lift:
Accommodation Capacity:
2.2
37 Inch
580MT static
MPCH / 37 Hinged
Three (3) Mud Pump, 1600 HP each, 5000 PSI
Three(3)
Three (3)
370 m3 in total
240 m3 in total
One (1) Desander Unit, 240-280 m3/H
One (1) mud cleaner unit Desilter Unit, 160-220m3/H
Minimum 3
One (1) Vacuum Type Degasser Unit, 360 m 3/H
Capacity.
Minimum 2 set
1 set
5000 Psi
Work Pressure 10000 Psi
1 set 13-5/8-10000psi BOP and 1 set 21-1/4
-2000psi BOP
Meet API 16D standards
Work pressure grade: 10000psi, 1set
Equipped enough H2S detectors and personal protection
equipment included self contained breathing apparatus.
S Grade, 7000 meters for 5 or 5-1/2 (5-1/2 shall be
prefer)
S Grade, 3000 meters for 3-1/2 Tool Joint OD should
be 4-3/4 or suitable OD to be used for COMPANYs
liner
5 or 5-1/2 MINIMUM 48 joints. (5-1/2 shall be
prefer)
3-1/2, MINIMUM 18 joints. Tool Joint OD should be
4-3/4 or suitable OD to be used for COMPANYs liner
9 DC*6 jts; 8 DC*30jts; 6-1/2 DC*30jts; 4-3/4
DC*21 jts.
To be suitable to the drill string and designed casing
specification
Two (2), 75HP, 125 PSI WP
160m3
200m3
1 set, 50MT
1set, 5MT
100 Persons
The detail specification and information on the various components of the drilling rig and other items
along with the expected minimum requirements for each individual item stated as Exhibits of this
Attachment.
Notes for CONTRACTOR:
CONTRACTOR shall complete the sheets with specification of the tendered rig and items. These
formats shall be completed with CONTRACTORs specification.
CONTRACTOR shall define all the Drilling rig characteristics by enclosing all data and/or drawings
contributing to the best evaluation of the rig offered.
COMPANY has right to or appoints a third party to evaluate the rig units in bidding offered.
CONTRACTOR shall assist CAMPONY Inspection Team or Third Party to go to the Rig location and
perform the inspection, and CONTRACTOR shall provide the visa, accommodation, tickets, and
necessary assistant for COMPANY inspection team.
2.3
The drilling rig should have all the operation certifications for drilling rig including third party
inspection certificates and shall meet all the applicable standards utilized for these units.
CONTRACTOR shall ensure that all certifications are kept and remained valid during the term of
contract.
The TPI Company shall follow the requirements of Missan Oil Company, the qualified TPI Company
include Lioyd's Register, Bureau Veritas (B V), Intertek Global, TUV Rheinland, Det Norske Veritas
(DNV).
3.
SECTION A
General description
Certification
Operating Capabilities
Main Dimensions
Storage Capacities
Rig Camp
Main Camp
Fire Prevention And Safety Equipment
Lifting Equipment
Gas Detection System
Communications
Auxiliaries / General Equipment
Power Plant
B1
B2
B3
B4
B5
B6
B7
B8
B9
B10
B11
B12
B13
SECTION B
Derrick and substructure
Hoisting equipment
Pipe handling equipment
Mud system
Drilling string
Downhole Tools
Fishing equipment
Well control equipment
Handling equipment
Instrumentation
Drilling data gathering/recording system
Drawings
Miscellaneous
Designation equipment
GENERAL DESCRIPTION
Drilling Rig Name
Type
Year Of Construction
Constructed By
Drilling Rig Owner
Current Location
Latest upgrade date
Next periodical survey
Estimated period to Mobilize to first location after
award
A.2
A.4
A.5
CERTIFICATION
Issuing Authorities
A. 3
Section A
Type of Certification
OPERATING CAPABILITIES
Maximum Drilling Depth with Standard 5DP
Maximum Hook Load
Maximum Rotary Table Load
Maximum Top Drive Load
Pressure of circulate motor
MAIN DIMENSIONS OF WELLSITE
Overall width/ length of site
Overall Dimensions of Drilling Rig Pad
STORAGE CAPACITIES
Fuel
Drilling water
Potable water
Liquid mud (active + reserve)
Back up Liquid Mud
CONTRACTORs Proposition
A.6
A.7
RIG CAMP
Rig site Offices
Mud Lab/ 3rd Party Office
Tea House / Communal WC house
Change Room
Clinic with Sleeping Quarters for Medic
Meeting Room
Single room (bullet-proof)
2 Man Sleepers
4 Man Sleepers
Total Beds at Rig Camp
MAIN CAMP
Total Beds at Main Camp
Main Camp Fuel Storage
Main Camp Pot Water Storage
Auxiliary Generator
Kitchens
Pray room
Recreation Room
Chiller/ Freezer
Dining room
A.8
A.8.1
A.8.2
Laundry Room
SAFETY EQUIPMENT
Personnel Safety Equipment
Clothing, Helmets, Boots, Gloves, Dust Masks, Ear
Plugs and Ear Muffs, ect.
Derrick Safety Line
Derrick Safety Belts
Escape Line
Breathing System
Canister Masks for Evacuation (H2S & Hydrocarbons)
Self Contained Breathing Apparatus
Quantity
Breathing Apparatus location
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
Minimum 25 sets
A.8.3.1
A.8.4
A.8.5
A.8.6
A.8.7
Firefighting Pump
Make
Type
Quantity
Capacity
Water Tank Capacity
Fire stations
Location
Hose Length
Nozzle Type
Fire Extinguishers
Fire Fighting Suits
Fire Blankets
A.8.8
A.8.9
A.8.9.1
A.8.9.2
A.8.10
Smoke detection:
Location:
Alarms:
Rescue
Resuscitator
Make
Type
Stretchers
Sick Room/ Cabin
First Aide Equipment
Emergency Shower system
Minimum 8sets
Minimum 1sets
Minimum 3sets
Minimum 3sets
Minimum 8 sets
Minimum 4sets
Minimum 4sets
Minimum one recharging unit in suitable location for
refresh air, pressure rate 3000psi.
To be detailed
To be detailed
Minimum 2 sets
Minimum 200m3/h
Minimum 100m3
Three stations, to be detailed
Minimum 70m
Minimum two types
To be detailed
To be detailed
To be detailed
Minimum one central control system, the alarm can be
visible in drill floor.
To be detailed
Required to be set in MCC room, engine room, drill floor
and VFD room.
To be detailed
To be detailed
Horn and flash light alarm
Minimum 1 set
To be detailed
To be detailed
Minimum 1 sets
To be detailed
Minimum two sets on mud tank
A.8.11
A.8.12
Safety Zones
Specific Lighting For Safe Muster Areas
Wind Indicators Visible at Night
Quantity
Location
Escape Routes Marking Muster Points
Procedures
A.9.
LIFTING EQUIPMENT
A.9.1
Cranes
A.9.2
A.9.3
A.10
A10.1
Minimum two sets at mud tank and one more set in rig
floor.
To be detailed
To be detailed
To be detailed
To be detailed
Safety operation procedures, emergency action
procedures and relevant training program for the crew
shall be in place.
To be detailed
To be detailed
To be detailed
All lifting equipment shall meet the working requirement
of field, desert and place around mountain. Certificated
lifting equipment (slings, shackles, etc.) shall be provided
by Contractor
SWL displayed. Equipped with protection grid fire
extinguisher installed, flashing light, back-up light 1.1.3
and
back-up alarm device. Operator shall be authorized.
Minimum 1 auto crane for daily working at well site.
Minimum 45MT
Minimum 3MT
To be detailed, according to production manual
3~30m
Valid certification for inspection and test by Authority.
To be detailed
Minimum 1.
Minimum 5MT
Valid certification for inspection and test by Authority.
To be detailed
To be detailed
To be detailed
A.11.3
A.11.4
A.11.5
Walky-talkies
A.12
A.12.1
A.12.2
A.12.3
A.12.4
A.12.5
OTHER EQUIPMENT
Air Compressors
Make
Model
Quantity
Capacity
Supply Pressure
Motor Details
Reducing Capabilities
Refrigeration Details
Volume Air Receivers
Welding Equipment
Electric Welding Machines
Oxy/ Acetylene Cutting set
Workshop and Repair Facilities
High Pressure Wash Down Unit
Make/ Model
Diaphragm Pumps
A.13
POWER PLANT
A.10.2
A.11
A.11.1
A.11.2
Well head, rig floor, shale shaker area, mud tank area,
etc.
To be detailed
To be detailed
Minimum 4 sets
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
Minimum one set of Intercom for derrick and dog house.
To be detailed
To be detailed.
Should provide 4 sets for Company at least
To be detailed
To be detailed
Minimum 2 sets
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
The main engines shall be equipped with an emergency
shut-off system.
A.13.1
Diesel Engine
A.13.2
A.13.3
Quantity
Make
Type
Electrical control system
Monitor display
AC Generator
AC to DC converter
A.13.4
Ref.
B.1
B.1.1
DERRICK.
B.1.1.1
B.1.1.2
B.1.1.3
To be detailed.
Supporting the rig equipment and the camp. The total
power: minimum 5300HP.
Should meet the work requirement under location
weather.
Minimum 3 sets main diesel engines
Caterpillar or equivalent
To be detailed
To be detailed
To be detailed.
To be detailed.
To be detailed
Minimum one diesel generator with an electrical starter
as backup power source. The emergency diesel engines
can start automatically when the main power source fails.
1 set
To be detailed
Minimum power required for Emergency lights + BOP
accumulator + Fuel pump + air compressor + fire pump +
rig camp
COMPANYS minimum Requirements.
Suitable for top drive installation and Kelly installation.
Derrick should conform to API specification standard.
To be detailed
To be detailed
350 MT
350 MT
130 MT
160 std of 5DP
8 std of 8 DC
Wind force: minimum 30 m/s
Wind force: minimum 40 m/s
To be detailed
Section B
CONTRACTOR s Proposition
Equipment
Racking platform
Adjustable range
Stabbing platform for casing/ tubing
Lighting specifications
Mast TV Camera system
B.1.2
Substructure
B.2
HOISTING EQUIPMENT
B.2.1
Draw works
Make
Type
Capacity
Main Drum Groove for Line Size
Sand line drum
Main brake system
Auxiliary brake
B.2.1.1
B.2.1.2
B.2.2
To be detailed
3sets (1 electrical and another 2 mechanical at draw works)
To be detailed
To be detailed
Crown block is designed and manufactured according to API
standard.
To be detailed
To be detailed
350MT
To be detailed
To be detailed
To be detailed
Travelling Block
B.2.6
B.2.7
B.2.8
Make
Type
Rated Capacity
Quantity Of Sheaves
Diameter Of Sheaves
Groove Size
Date Of Last Survey
Hydraulic Cat-Heads
Make
Type
Rated Capacity
Top Drive
Make
Type
Electric
Working Pressure
Rated Capacity
Brake System
Quantity Of Gears
Drilling Continuous Torque
Maximum RPM
Make Up Torque in Low Gear
Pipe Handler Make/ Model
Length of Elevator Links Available
Hook
Swivel
Kelly Spinner
B.2.9
Elevator Links
B.2.4
B.2.5
B.2.10
B.2.11
B.2.12
B.3
B.3.1
B.3.2
B.3.3
B.3.4
Quantity
Size:
Rated Capacity
Date Of Last Survey
Drilling Line
Type
Diameter
Length
Spare Reel
Maximum Line Pull
Drilling Line Anchor
Make
Type
Date of Last Survey
Drilling Line Guide
Make
Type
Dead line stabilizer :
PIPE HANDLING EQUIPMENT
Rotary Table
Make
Type
Size/ max. opening
Powered or driven
RPM range
Rated load capacity :
Master Bushing
Make
Type
Size
Insert bowls
Casing Bushing And Bowls
Make
Type
Insert bowls
Manual Slips Drill Pipes
Quantity, Make and type, Size range
B.3.5
2 set
3-1/2 x 180 or the suitable length for run casing
450MT
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
Minimum 37-1/2
Independent powered.
To be detailed.
To be detailed.
To be detailed
To be detailed
To be detailed
To be detailed.
To be detailed
To be detailed
To be detailed
Minimum 2ea manual slip for each size of Drill Pipe: 3-1/2,
5, 5-1/2. To be detailed
B.3.7
Safety Clamps
Safety clamps for DC
Quantity, Make and type, Size range
Capacity
Lifting Subs
Quantity
B.3.11
Threads
Manual rotary tongs with indicators
Quantity, make and type, Jaw assemblies x size
range
B.3.12
B.3.13
B.3.10
B.3.14
Make
Type
Size range
Quantity
Bit breaker plates
For Tri-Cone bit sizes
B.3.15
B.3.16
B.3.17
B.3.18
B.3.19
B.3.20
B.3.21
Bit gauges
For bit sizes
Side door casing elevator
Quantity, Make and type, Size, Capacity
2ea for each bit size: 26", 17", 12-", 8-1/4", 5-5/8"
To bed detailed
Minimum 1ea API bit gauge for each bit size
Minimum 2ea for each size. To be detailed.
Casing drifts
Casing and tubing power tongs and unit including
torque indicator for airtight thread casing & tubing
Power tong for casing
B.3.22
To be detailed
To be detailed
To be detailed
Minimum 1 set
B.3.25
Tubing Elevators
Make
Model
Capacity
Quantity
Single Joint Tubing Elevators
Make
Type
Capacity
Quantity
Tubing Drifts
B.3.26
B.3.27
B.3.28
B.3.29
Air winches
Make
Type
Quantity
Capacity
Location
Casing fill-up tools
Make
Type
Quantity
Casing quick-release thread protectors
Quantity
Make
Type
Size
Stab-in string running tools
1 set
To be detailed
At least two sets of rotary hand slips dressed with low
penetration dies, suit to CRA pipes, like as L80-Cr13 material.
Tubing size as of 2-7/8, 3-1/2, 4, 4-1/2.
To be detailed
SDML or equivalent
2ea for each tubing size: 4-1/2, 4, 3-1/2, 2-7/8, 2-3/8
At least two sets of side door type tubing elevators dressed
with low penetration dies, suit to CRA pipes, like as L80-Cr13
material. Tubing size as of 2-7/8, 3-1/2, 4, 4-1/2.
To be detailed
To be detailed
150T
2ea for each size 4-1/2 4, 3-1/2, 2-7/8, 2-3/8
To be detailed
To be detailed
5MT
2ea for each size 4-1/2 4, 3-1/2 , 2-7/8 , 2-3/8
2ea for each weight tubing size: 4-1/2, 4, 3-1/2, 2-7/8, 23/8
To be detailed
To be detailed
Drill floor:3, monkey board:2; cat walk:1
Drill floor and cat walk: 50KN; Monkey board: 5KN
Drill floor, monkey board, cat walk
Fill-up tools shall be connected on Top Drive during running
casing
To be detailed
To be detailed
1set for each casing size: 13-3/8, 9-5/8, 7, 6-5/8.
Minimum 6 ea for each size
To be detailed
To be detailed
Suitable for 20, 13-3/8, 9-5/8, 6-5/8
30 and 20 Casing cementing inner string running tools
MUD SYSTEM
B.4.1
B.4.1.1
B.4.1.2
B.4.2
B.4.2.1
B.4.2.2
Motors
Quantity
Power
Mud Pump Equipped With One Per each pump
Pressure Relief Valves
Discharge Pulsation Dampeners
Suction Pulsation Dampeners
Pressure Gauges
Pump Stroke Counters
Centrifugal pumps
Supercharging Pumps
Make
Type
Quantity
Impeller Diameter
Discharge Flow Rate/ Head (gpm, psi)
Drive KW/ RPM
Stuffing Box Seal
Mud Mixing Pumps
Make
Type
Quantity
Impeller Diameter
Discharge Flow Rate/ Head (gpm, psi)
Drive KW/ RPM
Minimum 2 sets
To be detailed
To be detailed
Contractor shall provide detailed drawing of the complete
mud system.
To be detailed
F-1600 or equivalent
3sets
To be detailed (depend on pressure choose liner)
Maximum 120SPM
To be detailed
Relief lines shall be self draining and straight to mud pits.
They must be well secured, supported.
2 per each pump
To be detailed
Must be shear relief valve
Air chamber (charge air can adjust pressure)
To be detailed
0~10000psi
Each pump unattached counter also need total stroke counter.
To be detailed
To be detailed
Minimum 3
To be detailed
To be detailed
To be detailed
MEC SEAL
To be detailed
To be detailed
Minimum 3sets
To be detailed
To be detailed
To be detailed
B.4.2.4
B.4.2.5
B.4.2.6
B.4.2.7
MEC SEAL
1.1.4
To be detailed
To be detailed
Minimum 1set desander pump and 1 set desilter pump.
To be detailed
To be detailed
To be detailed
MEC SEAL
1.1.5
To be detailed
To be detailed
Minimum 1set
To be detailed
To be detailed
To be detailed
MEC SEAL
To be detailed
To be detailed
Minimum 1set
To be detailed
To be detailed
To be detailed
MEC Seal
To be detailed
To be detailed
Minimum 1set
To be detailed
To be detailed
To be detailed
MEC Seal
To be detailed
To be detailed
1set
B.4.2.8
B.4.3
B.4.3.1
Impeller Diameter
Discharge Flow Rate/ Head (gpm, psi)
Drive KW/M
Stuffing Box Seal
Other Pumps
Submersible pump with electrical cable
discharge hoses for mud pit and cellar
Air pumps to clean out mud tanks
Cellar Jet Ventura Operated With Mud Pumps
Mud Treatment Equipment
Shale Shakers Flow Line Cleaners
Quantity
Make
Type
Feed flow line size
Screen sizes
B.4.3.2
B.4.3.3
B.4.3.4
B.4.3.5
Desander
Make and type and maximum capacity
Cones
Type
Diameter
Quantity
Desilter
Make and type and maximum capacity
Cones
Type
Diameter
Quantity
Mud Cleaner
Make and type and maximum capacity
Cones
Type
Diameter
Quantity
Range of screen sizes in stock
Centrifuge
To be detailed
To be detailed
To be detailed
MEC SEAL
and
To be detailed
To be detailed
Minimum 2
3sets
Swaco/ Derrick or equivalent
To be detailed
Minimum 12
Meet the requirement of mud treatment.
The enough stock of screens to be permanently on rig must
cover the consumption.
To be detailed.
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
B.4.3.6
Quantity
Bowl Diameter x Bowl Length
RPM G Force
Vacuum Degasser
Make
Type
Maximum capacity
Vacuum pressure
Power of main motor
Power of vacuum pump/speed
Gas vent line
B.4.4
Mud laboratory
B.4.5
B.4.5.1
Active Tanks
Quantity
Theoretical total volume
Pumpable total volume
Quantity of compartments
Quantity of Mud agitators
Mud agitators Make
Mud agitators Type
Mud agitators Motor (HP)
Low/ High pressure mud guns
Bottom/ surface guns
Industrial water line installed
B.4.5.2
Minimum 2 sets
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
Connected to out of well site
Equipped with water, electricity, air conditioning, pressurized
air if dangerous area, escape door, telephone, furniture and
general alarm system. 2x4 plugs with 220v and 110v. To be
detailed.
All mud tanks (active & reserve ones) must be fitted with
level indicators and in the dog house can observe the level. All
the electrical equipment on mud tank must be explosion-proof.
Excluded mud tanks for mechanical treatment
Minimum 6
270 m3
250 m3
Propeller blades
To be detailed
To be detailed
To be detailed
20 HP
6" line reaching all tanks
4" line reaching all tanks
2" line with volumetric counter reaching all tanks including
the slug pit 200 LPM capacity
To be detailed
Minimum 3
Minimum 80m3 for each tank
Minimum 65m3 for each tank
To be detailed
Minimum 2 for each tank
To be detailed
read-out
Mixing System
Mud material mixing hoppers
Quantity
Make
Type
Location
B.4.7
B.4.8
location/
To be detailed
Minimum 20HP
To be detailed
To be detailed
Minimum 1ea
Minimum 8 m3
Minimum 5m3
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed.
Maximum 10 m3
Accurate sensor at Drillers Console + back-up
on rig floor. To allow a readable change in
volume for one stand minimum.
To be detailed
To be detailed
To be detailed
To be detailed
Active tanks site
2 stand-pipe lines, one work and another back-up
4 ID
5000 psi
To be detailed
Minimum 2, one work and another back-up.
4 ID with safety clamps
To be detailed
To be detailed
5000psi
B.5.3
DRILL STRING
Kelly (Back-up)
Drill Pipes
Manufacturer
Total length
Grade
Size
Weight
Range
Class (on commencement date)
Internal plastic coated
5000 psi
2, suitable for the use of TDS.4
To be detailed
To be detailed
10000psi
To be detailed
1ea for each size of DP with hose for connection to the flow
line.
1 set, to be detailed
To be detailed
5000m
S Grade
5 or 5-1/2
Specified by Contractor
2
Premium or new
Prefer
Specified by Contractor
Specified by Contractor
Connections
Pin and box protectors
Identification of each joint
Hard banding
Specified by Contractor
Required
Required
ARNCO 100XT or equivalent
Pup Joints
Quantity
Length
Grade
5 or 5-1/2
1 ea for each
5ft, 10 ft & 15ft
Specified by Contractor
To be detailed
1500m
S Grade
3-1/2
Specified by Contractor
2
Premium or new
Prefer
4-3/4 or suitable OD to
be used for Companys
liner
2-7/16 or suitable ID
capable for companys
testing or completion
operation. Specified by
Contractor
Specified by Contractor
Required
Required
ARNCO 100XT or
equivalent
3-1/2
1 ea for each
5ft, 10ft & 15ft
Specified by Contractor
Same specifications as DP
Same specifications as DP
Minimum 48 joints
5 or 5-1/2
Specified by Contractor
Same as DP
Specified by Contractor
Premium
2
Specified by Contractor
Minimum 18 joints
3-1/2
Specified by Contractor
Same as DP
Specified by Contractor
Premium
2
Specified by Contractor.
But OD requires 4-3/4 or
suitable OD to be used for
Companys liner
Hard banding
B.5.5
Internal coating
Identification of each joint
Drill Collar
Size (OD)
Size (ID)
Quantity of joint
Length
Connection
Materials
B.5.6
ARNCO
300XT
equivalent
or
Prefer
Prefer
Required
Required
Minimum Required (Specifications, Size, Quantity)
9
8
6-1/2
4-3/4
3
22-13/16
2-1/4
1
3
/
1
6
6
30
30
30
30ft
30ft
30ft
30ft
7-5/8 Reg
6-5/8 Reg
NC 50
NC 38
Specified by
Specified by
Specified by
Specified
Contractor
Contractor
Contractor
by
Contractor
Required
Required
Required
Required
Required
Required
Required
Required
Required
Required
Required
Required
Required
Required
Required
Required
Contractor shall provide the rabbits for Contractors DP & DC
2ea for each size of DC & DP
Lifting plug
Type & Quantity
Small tubing for washing & cleaning
Size
Quantity
Length
B.6
B.6.1
Bits
B.6.2
B.6.3
Crossover Sub
Float Valve
Manufacturer
Type
Quantity
Stabilizer
Manufacturer
B.6.4
Type
B.6.5
B.6.6
B.6.7
B.6.8
Quantity
Jar
Manufacturer
Type
Quantity
Mud Motor
Working life
Manufacturer
Type
Quantity
Casing Scraper
Manufacturer
Type
Quantity
RTTS
Manufacturer
Type
Quantity
B.6.10
B.7
FISHING EQUIPMENT
B.8
B.8.1
B.8.1.1
Annular Preventer
B.8.1.2
Ram Preventer
Quantity
Size
Type
Manufacturer
B.8.1.3
B.8.1.4
B.8.2
Drilling Spools
21-1/4 BOP Stack
Type
Drilling Spool
B.8.4
Drilling Adaptor
B.8.5
Kill Lines
Quantity
Size
Working Pressure
Connection
Choke Lines
Quantity
Size
working pressure
Connection
B.8.6
B.8.7
B.8.7.1
B.8.7.2
To be detailed
1 set blind ram
1 set 5-1/2DP ram or 1 set 5DP ram
2 complete sets of spare rubbers for each size of above rams
are compulsory on rig at any time.
Rubbers shall be brand new.
1set 21-1/4 2000psi WP drilling spool.
Contractor should provide drilling adapter for each casing
phase according to the casing head and tubing spool which
will be provided by COMPANY.
Minimum 1ea
To be detailed
10000psi
All connection should be Flanged or union
Minimum.1
To be detailed.
10000psi
All connection should be Flanged or Union
Mandatory
1set. Minimum 3 Through bore
10000 psi
10000 psi
5000 psi
Minimum 1
To be detailed
To be detailed
Minimum 3-1/16
10000 psi.
Minimum 4
To be detailed
To be detailed
Minimum 3-1/16
10000 psi.
To be detailed
To be detailed
B.8.9
B.8.10
B.8.11
B.8.11.1
B.8.11.2
B.8.12
Description
Mud/ Gas Separator (Poor Boy Degasser)
Make and type
Working Pressure
Design and installation
Vent line
Quantity
Inside Drill String BOP
Fast Shut Off Coupling
Quantity
Make
Type
Working pressure :
Drop In Check Vale W/ landing Sub
Quantity
Make
Type
Working pressure
Test Cup
Make
Type
Size
To be detailed
To be detailed
To be detailed
3000 psi
BOP control unit in compliance with API Standard
Minimum 2
Minimum 3
Shear rams must have a protection to avoid accidental use.
Must be explosion proof
To be detailed
Minimum 2
One on rig floor, another in tool pusher office (or near the
drilling supervisor office).
To be detailed
Anti-corrosion to H2S
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed.
To be detailed.
To be detailed
To be detailed
To be detailed
For 13-3/8, 9-5/8, 6-5/8 casing
Pumping tee
Quantity
Make
Type
B.9
HANDLING EQUIPMENT
B.9.1
B.9.2
B.10
B.10.1
B.10.2
B.10.3
B.10.4
Testing pressure
BOP (Portable) Test Unit
Make and type
Capacity and working pressure.
INSTRUMENTATION
B.10.6
B.10.7
B.10.8
B.10.9
B.10.10
B.10.11
B.10.12
B.11
Location
Rotary Torque Indicator
Make and type
Range/units
Recorder/ reading
Location
Rotary Tachometer
Make and type
Recorder/ reading
Location
Tong Torque Indicator
Make and type
Range/ units
Mud Volume Totalizer
Make and type
Gain/loss alarm
Recorder/reading
Location
Mud Flow Rate Indicator
Make and type
Alarm
Recorder/reading
Location
Trip Tank Indicator
Make and type
Recorder/ reading
Accuracy
Location
Recording instrumentation
Deviation/ directional
Instrumentation deviation
Make and type
Recording/ range
Number
Go-devil diameter
Recovery equipment
Accessories
DRILLING DATA GATHERING/ RECORDING
SYSTEM
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To detailed
To detailed
To detailed
To detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
8 degree or prefer 20 degree
1 set
1-5/8OD 1-1/4ID
PCC OVERSHOT, 1-5/8
TOTCO ring regular sinker bars.
Minimum 1 set.
B.12
B.13
B.13.1
B.13.2
B.13.3
To be detailed
DRAWINGS
To be provided
To be provided
To be provided
Mud System
To be provided
Living quarters
To be provided
MISCELLANEOUS
Pneumatic wrench for BOP and risers bolts :
Welding and cutting machine
Matting board
To be detailed
To be detailed
Minimum 2 welding machine and 2 cutting machine.
Base for rig and other equipment
Designation equipment
GENERAL DESCRIPTION
Drilling Rig Name
Type
Year Of Construction
A.2
Constructed By
Drilling Rig Owner
Current Location
Latest upgrade date
Next periodical survey
Estimated period to Mobilize to first location after
award
CERTIFICATION
Issuing Authorities
A. 3
A.4
A.5
Type of Certification
OPERATING CAPABILITIES
Maximum Drilling Depth with Standard 5DP
Maximum Hook Load
Maximum Rotary Table Load
Maximum Top Drive Load
Pressure of circulate motor
MAIN DIMENSIONS OF WELLSITE
Overall width/length of site
Overall Dimensions of Drilling Rig Pad
STORAGE CAPACITIES
Fuel
Drilling water
living water
Liquid mud (active and reserve)
Back up Liquid Mud
Section A
COMPANYs Minimum Requirements
To be detailed
Electric SCR/AC or VFD
Later than 2006, if the rig manufacture year is later than
2004, the main equipment has been refreshed in the last
two year.
Producer should have official certification of production
To be detailed
To be detailed
To be detailed
To be detailed
How long could start mobilization and how long could
the first well spud-in after signing the Contract?
Require production certification for the rig and all the
equipment. Related certification list shall be attached.
To be detailed
Nominal drilling depth 6000m
Minimum 450MT
Minimum 580 MT
Minimum working load 450MT
Minimum working pressure 5000psi
To be detailed
To be detailed
Minimum 160 m3
Minimum 200 m3
Minimum 100 m3
Minimum 370 m3
Minimum 240 m3
CONTRACTORs Proposition
A.6
RIG CAMP
A.7
Dining room
A.8
A.8.1
Laundry room
SAFETY EQUIPMENT
Personnel Safety Equipment
Clothing, Helmets, Boots, Gloves, Dust Masks, Ear
Plugs and Ear Muffs, ect.
Derrick Safety Line
Derrick Safety Belts
Escape Line
Breathing System
Canister Masks for Evacuation (H2S & Hydrocarbons)
Self Contained Breathing Sets
Quantity
A.8.2
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
Minimum 25 sets
A.8.3.1
A.8.4
A.8.5
A.8.6
A.8.7
Firefighting Pump
Make
Type
Quantity
Capacity
Water Tank Capacity
Fire stations
Location
Hose Length
Nozzle Type
Fire Extinguishers
Fire Fighting Suits
Fire Blankets
A.8.8
A.8.9
A.8.9.1
A.8.9.2
A.8.10
Smoke detection:
Location:
Alarms:
Rescue
Resuscitator
Make
Type
Stretchers
Sick Room / Cabin
First Aide Equipment
Emergency Shower system
Minimum 8sets.
Minimum 1set
Minimum 3set
Minimum 3sets
Minimum 8 sets
Minimum 4sets
Minimum 4sets
Minimum one recharging unit in suitable location for
refresh air, pressure rate 3000psi.
To be detailed
To be detailed
Minimum 2 sets
Minimum 200m3/h
Minimum 100m3
Three stations, to be detailed
Minimum 70m
Minimum two types
To be detailed
To be detailed
To be detailed
Minimum one central control system, the alarm can be
visible in rig floor.
To be detailed
Required to be set in MCC room, engine room, drill floor
and VFD room.
To be detailed
To be detailed
Horn and flash light alarm
Minimum one set
To be detailed
To be detailed
Minimum one set
To be detailed
Minimum two sets at mud tank
A.8.11
Safety Zones
Specific Lighting For Safe Muster Areas
Wind Indicators Visible at Night
Quantity
Location
Escape Routes Marking Muster Points
A.8.12
Procedures
A.9.
LIFTING EQUIPMENT
A.9.1
Cranes
Quantity of cranes and type
Minimum distance Maximum load
Maximum distance Maximum load
Working distant
Last inspection or certificates
A.9.2
Fork Lift
Quantity
Maximum load
Last inspection or certificates
A.9.3
A.10
A10.1
Other vehicles
GAS DETECTION SYSTEM
FIXED H2S& COMBUSTIBLE GAS DETECTION &
ALARM SYSTEM
Make
Minimum two sets at mud tank and one more set in rig
floor.
To be detailed
To be detailed
To be detailed
To be detailed
Safety operation procedures, emergency action
procedures and relevant training program for the crew
shall be in place.
To be detailed
To be detailed
To be detailed
All lifting equipment shall meet the working requirement
of field, desert and place around mountain. Certificated
lifting equipment (slings, shackles, etc.) shall be provided
by CONTRACTOR.
SWL displayed. Equipped with protection grid fire
extinguisher installed, flashing light, back-up light and
back-up alarm device. Operator shall be authorized.
Minimum 1 auto crane for daily working at well location
Minimum 45MT
Minimum 3MT
3-30m
Valid certification for inspection and test by qualified
authority.
To be detailed
Minimum 1
Minimum 5MT
Valid certification for inspection and test by qualified
authority.
To be detailed
To be detailed
A.11
A.11.1
A.11.2
A.11.3
A.11.4
Type
Sensors location
Visual & audible alarm location
Wind direction device
Portable H2S& Combustible Gas Detection
Quantity
Type
COMMUNICATIONS
Telephone System / Drilling Rig Intercom
Number of Lines
Location of Phones
Communication Between Rig And Camp
Telephone System / Satellite Communication System
Derrick Man Communication
CCTV SYSTEM
A.11.5
Walky-talkies
A.12
A.12.1
A.12.2
A.12.3
A.12.4
A.12.5
OTHER EQUIPMENT
Air Compressors
Make
Model
Quantity
Capacity
Supply Pressure
Motor Details
Reducing Capabilities
Refrigeration Details
Volume Air Receivers
Welding Equipment
Electric Welding Machines
Oxy / Acetylene Cutting set
Workshop and Repair Facilities
High Pressure Wash Down Unit
Make / Model
Diaphragm Pumps
A.13
POWER PLANT
A.10.2
To be detailed
Well head, rig floor, shale shaker area, mud tank area. etc.
To be detailed
To be detailed
Minimum 4 sets
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
Minimum one set of Intercom for derrick and dog house.
To be detailed
To be detailed.
Should provide 4 sets for COMPANY at least
To be detailed
To be detailed
Minimum 2 sets
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
The main engines shall be equipped with an emergency
shut-off system.
A.13.1
Diesel Engine
A.13.2
A.13.3
Quantity
Make
Type
Electrical control system
Monitor display
AC Generator
AC to DC converter
A.13.4
To be detailed
Supporting the rig equipment and the camp. The main
engine total power: at least 6500HP.
Could meet the work requirement under location weather.
Minimum 4 sets main diesel engines.
Caterpillar or equivalent
To be detailed.
To be detailed.
To be detailed.
To be detailed.
To be detailed.
Minimum one diesel generator with an electrical starter
as backup power source. The emergency diesel engines
can start automatically when the primary power source
fails.
1 set
To be detailed
Minimum power required for Emergency lights + BOP
accumulator + Fuel pump + air compressor +f ire pump +
rig camp
B.1.1
DERRICK.
B.1.1.1
B.1.1.2
B.1.1.3
B.1.1.4
Minimum 30 m/s
Minimum 40 m/s
To be detailed
Racking platform
B.1.2
B.2
Adjustable range
Stabbing platform for casing / tubing
Lighting specifications
Mast TV Camera system
Substructure
HOISTING EQUIPMENT
B.2.1
Draw works
Make
Type
Capacity
Main Drum Groove for Line Size
Sand line drum
Section B
CONTRACTORs Proposition
B.2.1.2
B.2.2
B.2.3
B.2.4
B.2.5
To be detailed
To be detailed
Mandatory
Make
Crown Block saver
Automatic Drilling Control
Make and type
To be detailed
3sets (1 electrical and another 2 mechanical at drawworks)
To be detailed
To be detailed
Crown Block
Make
Type
Rated Capacity
Number Of Sheaves
Diameter Of Sheaves
Groove Size
To be detailed
To be detailed
450MT
To be detailed
To be detailed
To be detailed
Travelling block is designed and manufactured according to API
standard.
To be detailed
To be detailed
450MT
To be detailed
To be detailed
To be detailed
Travelling Block
Make
Type
Rated Capacity
Number Of Sheaves
Diameter Of Sheaves
Groove Size
Hydraulic Cat-Heads
Make
Type
Rated Capacity
TOP DRIVE
Make
Type
Electric
Working Pressure
Rated Capacity
Brake System
Number Of Gears
Drilling Continuous Torque
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
Electric, VFD
5000psi
450MT
To be detailed
To be detailed
To be detailed
B.2.6
B.2.7
B.2.8
Maximum RPM
Make Up Torque in Low Gear
Pipe Handler Make / Model
Length of Elevator Links Available
HOOK
Swivel
Kelly Spinner
B.2.9
Elevator Links
B.2.10
B.2.11
B.2.12
B.3
B.3.1
To be detailed
To be detailed
To be detailed
To be detailed
One, and another one set for backup , to be detailed
One set for backup , to be detailed
One set for backup , to be detailed
CONTRACTOR shall provide Elevator Links to fit each normal
operation phase.
To be detailed
Forged and Weldless
1set
2-3/4 x 132
450MT
To be detailed
To be detailed by CONTRACTOR.
Forged and Weldless
2 sets
3 x 180 or the suitable length for run casing
450MT
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
Minimum 37
B.3.2
B.3.3
B.3.4
B.3.5
B3.6
B.3.7
B.3.8
Powered or driven
RPM range
Rated load capacity :
Master Bushing
Make
Type
Size
Insert bowls
Casing Bushing And Bowls
Make
Type
Insert bowls
Manual Slips Drill Pipes
Quantity, make and type Size range
Manual Slips Drill Collars
Quantity, make and type, Size range
Manual Slips Casing
Quantity, make, type, Size range
Safety Clamps
Safety Clamps For DC
Number, make and type, Size range
Safety clamps for casing
Number, make and type , Size range
Elevators Drill Pipes
Quantity, make and type, Size, Capacity
Independent powered.
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
Minimum 2ea manual slip for each size of Drill Pipe: 5-1/2, 5, 31/2. To be detailed.
Minimum 2ea for each size of drill collars: 9, 8, 6-1/2, 4-3/4, 4
To be detailed.
Minimum 2ea for each size of Casing: 20, 13-3/8, 9-5/8, 7, 6-5/8
To be detailed.
Minimum 2ea for each size of Drill Collar: 9, 8,6-1/2, 4-3/4,4
To be detailed.
Minimum 2ea for all size of casing. To be detailed
350ton SWL manual elevators for 18 degree TJ DP
If Rig provides 3-1/2 or smaller DP, rig shall be equipped with 250 ton
SWL manual elevators for 18 degree TJ of the same.
For each size of Drill Pipe, CONTRACTOR should keeps at least 2ea
on site. To be detailed.
Minimum 2ea for each size of drill pipe
To be detailed
Minimum 2ea for each DC in size 9, 8, 6-, 4-3/4, 4
To be detailed
To be detailed
B.3.11
Lifting Subs
Quantity
Threads
Manual rotary tongs with indicators
Quantity, make and type ,Jaw assemblies x size range
B.3.12
B.3.13
B.3.14
B.3.15
B.3.16
B.3.17
B.3.18
B.3.19
B.3.20
4ea for 9DC, 5ea for 8DC, 5ea for 6-1/2DC, 6ea for 4-3/4 DC, 6ea
for 4 DC
To be detailed
Manual rotary tongs for all CONTRACTORs down hole equipment
2 tongs with jaws BJ model DB or HT65 or equivalent for size range:
3-1/2~17.
2 tongs with jaws BJ model SDD or HT100 or equivalent for size
range: 4~17.
Torque indicators for manual tongs are required.
To be detailed
To be detailed
To be detailed
To be detailed
Minimum 1 set
2ea for each Tri-Cone bit size: 26, 17-1/2, 12-1/4, 8-1/4, 5-5/8
To be detailed
Bit gauges
For bit sizes
Side door casing elevator
Casing drifts
Casing and tubing power tongs and unit, including
torque indicator for airtight thread casing & tubing
Power tong for casing
B.3.21
B.3.22
Type
Size
Capacity
Slip inserts Range
Quantity
Casing and tubing manual tong
Make
Model
Quantity
Casing and tubing manual chain tong
Make
Model
Quantity
Crossover from DP to casing
B.3.23
Manual Tubing Slips
Make
Model
Quantity
B.3.24
B.3.25
B.3.26
Tubing Elevators
Make
Model
Capacity
Quantity
Single Joint Tubing Elevators
Make
Type
Capacity
Quantity
Tubing Drifts
Air winches
Make
Type
Quantity
Capacity
To be detailed
To be detailed
500Ton
13-3/8 ,9-5/8, 7, 6-5/8
1 SET (1ea spider,1ea elevator)
for 2-3/8, 2-7/8, 3-1/2, 4, 4-1/2, 6-5/8, 7, 9-5/8, 13-3/8, 20
casing
To be detailed
To be detailed
1 SET
for 2-3/8, 2-7/8, 3-1/2, 4, 4-1/2, 6-5/8, 7, 9 5/8,13-3/8, 20
To be detailed
To be detailed
1SET
To be detailed
At least two sets of rotary hand slips dressed with low penetration dies,
suit to CRA pipes, like as L80-Cr13 material. Tubing size as of 2-7/8,
3-1/2, 4, 4-1/2
To be detailed
SDML or equivalent
2ea for each size tubing 4-1/2 , 4, 3-1/2, 2-7/8, 2-3/8
At least two sets of side door type tubing elevators dressed with low
penetration dies, suit to CRA pipes, like as L80-Cr13 material. Tubing
size as of 2-7/8, 3-1/2, 4, 4-1/2.
To be detailed
To be detailed
150T
2ea for each size 4-1/2, 4, 3-1/2 , 2-7/8 ,2-3/8
To be detailed
To be detailed
5MT
2ea for each size 4-1/2,4, 3-1/2 , 2-7/8 , 2-3/8
2ea for each weight tubing: size of 4-1/2,4, 3-1/2 , 2-7/8 ,2-3/8
To be detailed
To be detailed
Drill floor:3 ; monkey board: 2; cat walk :1
Drill floor and cat walk:50KN ; monkey board:5KN;
B.3.28
B.3.29
Location
Casing fill-up tools
Make
Type
Quantity
Casing quick-release thread protectors
Quantity
Make
Type
Size
Stab-in string running tools
Quantity
Make
Type
B.4
MUD SYSTEM
B.4.1
To be detailed
F-1600 or equivalent
3sets
To be detailed(depend on pressure choose liner)
120spm
Suction Screens
To be detailed
Relief lines shall be self draining and straight to mud pits. They must
be well secured, supported.
B.4.1.1
B.4.1.2
B.4.2
B.4.2.1
Motors
Quantity
Power
Mud Pump Equipped With (1 each pump)
Pressure Relief Valves
Discharge Pulsation Dampeners
Suction Pulsation Dampeners
Pressure Gauges
Pump Stroke Counters
Centrifugal pumps
Supercharging Pumps
Make
Type
B.4.2.2
B.4.2.3
B.4.2.4
B.4.2.5
B.4.2.6
Quantity
Impeller Diameter
Discharge Flow Rate / Head (gpm,psi)
Drive KW@RPM
Stuffing Box Seal
Mud Mixing Pumps
Make
Type
Quantity
Impeller Diameter
Discharge Flow Rate / Head (gpm,psi)
Drive kw/RPM
Stuffing Box Seal
Desander and Desilter Centrifugal Pump
Make
Type
Quantity
Impeller Diameter
Discharge Flow Rate / Head (gpm,psi)
Drive KW/RPM
Stuffing Box Seal
Mud Cleaner Pump
Make
Type
Quantity
Impeller Diameter
Discharge Flow Rate / Head (gpm,psi)
Drive KW/RPM
Stuffing Box Seal
Shearing Pump
Make
Type
Quantity
Impeller Diameter
Discharge Flow Rate / Head (gpm,psi)
Drive KW/RPM
Stuffing Box Seal
Vacuum Degasser Feed Pump
Make
Minimum 3
To be detailed
To be detailed
To be detailed
MEC SEAL
To be detailed
To be detailed
At least 3 sets
To be detailed
To be detailed
To be detailed
MEC SEAL
To be detailed
To be detailed
Minimum1sets desander pump and 1 sets desilter pump.
To be detailed
To be detailed
To be detailed
MEC SEAL
To be detailed
To be detailed
Minimum 1set
To be detailed
To be detailed
To be detailed
MEC SEAL
To be detailed
To be detailed
Minimum 1 set
To be detailed
To be detailed
To be detailed
MEC SEAL
To be detailed
B.4.3
Type
Quantity
Impeller Diameter
Discharge Flow Rate / Head (gpm,psi)
Drive KW/RPM
Stuffing Box Seal
Trip Tank Fill-Up Pump
Make
Type
Quantity
Impeller Diameter
Discharge Flow Rate / Head (gpm,psi)
Drive KW/M
Stuffing Box Seal
Other Pumps
Submersible Pump With Electrical cable
discharge hoses for mud pit and Cellar
Air Pumps To Clean Out Mud Tanks
Cellar Jet Venturi Operated With Mud Pumps
Mud Treatment Equipment
B.4.3.1
B.4.2.7
B.4.2.8
Quantity
Make
Type
Feed flowline size
Screen sizes
B.4.3.2
B.4.3.3
Desander
Make and type and maximum capacity
Cones
Type
Diameter
Quantity
Desilter
Make and type and maximum capacity
Cones
To be detailed
Minimum 1set
To be detailed
To be detailed
To be detailed
MEC SEAL
To be detailed
To be detailed
1set
To be detailed
To be detailed
To be detailed
MEC SEAL
and
To be detailed
To be detailed
Minimum 2
3sets
Swaco / Derrick or equivalent
To be detailed
Minimum 12
Meet the requirement of mud treatment
The enough stock of screens to be permanently on rig must cover the
consumption.
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
B.4.3.4
B.4.3.5
B.4.3.6
Type
Diameter
Quantity
Mud Cleaner
Make and type and maximum capacity
Cones
Type
Diameter
Quantity
Range of screen sizes in stock
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
Centrifuge
Quantity
Bowl Diameter x Bowl Length
RPM G Force
Vacuum Degasser
Make
Type
Maximum capacity
Vacuum pressure
Power of main motor
Power of vacuum pump/speed
Gas vent line
B.4.4
Mud laboratory
B.4.5
B.4.5.1
Active Tanks
Quantity
Theoretical total volume
Pumpable total volume
Quantity of compartments
Quantity of Mud agitators
Mud agitators Make
Mud agitators Type
Minimum 2 sets
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
Connected to out of well site
Equipped with water, electricity, air conditioning, pressurized air if
dangerous area, escape door, telephone, furniture and general alarm
system. 2x4 plugs with 220v and 110v. To be detailed.
All mud tanks (active & reserve ones) must be fitted with level
indicators and in the dog house can observe the volume via gauge. All
the electrical equipment on mud tank must be explosion-proof.
excluded mud tanks for mechanical treatment
At least 6
270 m3
250 m3
Propeller blades
To be detailed
To be detailed
To be detailed
B.4.5.3
B.4.5.4
B.4.5.5
B.4.5.6
B.4.5.7
B.4.5.8
B.4.5.9
B.4.6
20HP
6 line reaching all tanks
4 line reaching all tanks
2 line with volumetric counter reaching all tanks including the slug pit
200 LPM capacity
To be detailed
Minimum 3
Minimum 80 m3 for each tank
Minimum 65 m3 for each tank
To be detailed
Minimum 2 for each tank
To be detailed
To be detailed
At least 20HP
To be detailed
To be detailed
Minimum 1
Minimum 8 m3
Minimum 5 m3
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
Maximum 10 m3
Accurate sensor at Drillers Console + back-up on rig floor. To allow a
readable change in volume for one stand minimum.
Minimum 2
To be detailed
To be detailed
B.4.7
B.4.8
B.4.9
B.4.10
B.4.11
B.5
B.5.1
B.5.2
Type
Location
Mud Pump Discharge
Discharge Lines
Diameter
Working Pressure
Screen On each Pump Outlet
Rotary Hoses
Quantity
Diameter
Make
Type
Working Pressure
Stand Pipe Manifold
Working Pressure
Stand Pipe Quantity./ Diameter
Connection for Kill Line
Connection For Cementing Unit
Gauges
Drilling string cir. Head
Working pressure/connection
Mud Saver Bucket
Quantity and size
DRILL STRING
Kelly(Back-up)
Drill Pipes
Manufacturer
Total length
Grade
Size
Weight
Range
Class (on commencement date)
Internal plastic coated
Tool joint O.D.
To be detailed
Active tanks site
2 stand-pipe lines, one work and another back-up
4 ID
5000 psi
To be detailed
Minimum 2, one work and another back-up.
4 ID with safety clamps
To be detailed
To be detailed
5,000 psi
5,000psi
2, suitable for the use of TDS.4
To be detailed
To be detailed
10,000psi
To be detailed
1ea for each size of DP with hose for connection to the flow line.
1 set, to be detailed
To be detailed
7000meters
SS Grade
5 or 5-1/2
Specified by CONTRACTOR
2
Premium or new
Prefer
Specified by CONTRACTOR
To be detailed
3000meters
SS Grade
3-1/2
Specified by CONTRACTOR
2
Premium or new
Prefer
4-3/4 or suitable OD to be used for
COMPANYs liner
B.5.3
B.5.4
Specified by CONTRACTOR
Connections
Pin and box protectors
Identification of each joint
Hard banding
Pup Joints
Quantity
Length
Grade
Tool joint and thread type
Heavy Weight Drill Pipes
Quantity of joints
Size
Materials
Threads
Wall thickness
Class (on commencement date) :
Range
Tool joint (OD x ID x threads) :
Specified by CONTRACTOR
required
required
ARNCO 100XT or equivalent
5 or 5-1/2
1 ea for each
5ft, 10 ft& 15ft
Specified by CONTRACTOR
same specifications as DP
Hard banding
B.5.5
MINIMUM 48 joints
5 or 5-1/2
Specified by CONTRACTOR
Same as DP
Specified by CONTRACTOR
Premium
2
Specified by CONTRACTOR
Internal coating
Identification of each joint
Drill Collars
Prefer
Prefer
required
required
Minimum Required (Specifications, Size, Quantity)
Size (OD)
Size (ID)
Number of joints
Length/joint
Connection
9
3
6
30ft
7-5/8 Reg
Specified by
CONTRAC
TOR
required
Materials
Slip and/or elevator recess
8
2-13/16
30
30ft
6-5/8 Reg
Specified by
CONTRACT
OR
required
6-1/2
2-13/16
30
30ft
NC 50
Specified by
CONTRACT
OR
required
4-
2-1/4
30
30 ft
NC 38
Specified by
CONTRACTOR
required
B.6
B.6.1
B.6.2
B.6.3
Bits
Crossover sub
Float valve
Manufacturer
Type
Quantity
Stabilizer
Manufacturer
B.6.4
Type
B.6.5
B.6.6
B.6.7
Quantity
Jar
Manufacturer
Type
Quantity
Mud Motor
Working life
Manufacturer
Type
Quantity
Casing Scraper
Manufacturer
Type
Quantity
required
required
required
required
Required
required
required
required
required
required
required
required
CONTRACTOR shall provide the rabbits for CONTRACTORs DP &
DC
2ea for each size of DC & DP
For Rigs Drill string.
2 ea for each size of drilling string
From below 1 to 1.9 or suitable size
24 joints
Around 31.5 feet per joint
Include float valve, bit sub, crossover sub, stabilizer, jar, down hole
motor, RTTS, bypass, etc. To be detailed.
Specification and Quantity to be detailed (for PDC bits and Cone bits)
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed (prefer include roller reamer; Contractor should provide
the types include integral)
To be detailed
For 17-1/2, 12-1/4, 8-1/4sections
To be detailed
To be detailed
To be detailed
For 17-1/2, 12-1/4, 8-1/4sections
At least 150hrs working continuously in down hole
To be detailed
To be detailed
To be detailed
For 13-3/8, 9-5/8 and 6-5/8casings
To be detailed
To be detailed
To be detailed
RTTS
Manufacturer
Type
Quantity
B.6.9
B.6.10
B.7
FISHING EQUIPMENT
B.8
B.8.1
B.8.1.1
Annular Preventer
B.8.1.2
Ram Preventer
Quantity
Size
Type
Manufacturer
B.8.1.3
B.8.1.4
B.8.2
Drilling Spools
21-1/4 BOP STACK
Type
B.8.3
Drilling Spool
B.8.4
Drilling Adaptor
B.8.5
Kill Line
Quantity
Size
Working Pressure
Connection
Choke Lines
Quantity
Size
Working Pressure
Connection
B.8.6
B.8.7
B.8.7.1
B.8.7.2
B.8.8
To be detailed
1set blind ram
1 set of 5-1/2pipe ram or 1 set x 5 DP ram
2 complete sets of spare rubbers for each size of above rams are
compulsory on rig at any time.
Rubbers shall be brand new.
One 21-1/4 2000 psi WP drilling spool.
CONTRACTOR should provide drilling adapter for each casing phase
according to the casing head and tubing spool which will be provided
by COMPANY
Min.1
To be detailed
10000Psi
All connection should be Flanged or union
Min.1
To be detailed
10000Psi
All connection should be Flanged or Union
Mandatory
1set. 3mini. Through bore
10,000 psi WP.
10,000 psi WP
5,000 psi WP
Min.1
To be detailed
To be detailed
3-1/16 x 10,000 psi.
Min. 4
To be detailed
To be detailed
3-1/16 x 10,000 psi.
To be detailed
To be detailed
To be detailed
B.8.9
B.8.10
B.8.11
B.8.11.1
B.8.11.2
B.8.12
B.8.13
Description
Mud/Gas Separator (Poor Boy Degasser)
Make and type
Pressure
Design and installation
Vent line
Quantity
Inside Drill String BOPs
Fast Shut Off Coupling
Quantity
Make
Type
Working pressure :
Drop in check valve w/landing sub
Quantity
Make
Type
Working pressure :
Test Cup
Make
Type
Size
Pumping tee
Quantity
To be detailed
To be detailed
3000 psi
BOP control unit in compliance with API Standard
Minimum 2
Minimum 3
Shear rams must have a protection to avoid accidental use.
Must be explosion proof
To be detailed
Minimum 2
One on rig floor, another near tool pusher office (or near the drilling
supervisor office).
To be detailed
Anti-corrosion to H2S
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
For 13-3/8, 9-5/8, 6-5/8casing
Pumping tee for each size of drill pipe equipped on rig
2 ea for each size
B.10
B.10.1
B.10.2
B.10.3
B.10.4
B.10.5
HANDLING EQUIPMENT
BOP Test Stumps
Testing pressure
BOP (Portable) Test Unit
Make and type
Capacity and working pressure.
INSTRUMENTATION
To be detailed
Integral Type. 2 FIG 1502 union with 10000psi rated pressure and
suitable for drill pipe connection
For BOP stacks pressure test prior to install it on the well head.
10000psi
To be detailed
15,000 psi WP with chart and watch
The field sensors include both mud parameter monitoring devices (mud
pits, mud pumps, trip tank, mud return flow etc.) and drilling parameter
monitoring devices (depth / ROP, hook load, RPM, torque, standpipe
pressure, annular pressure, mud pump pressure, kill line pressure etc.).
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
B.10.6
B.10.7
B.10.8
B.10.9
B.10.10
B.10.11
B.10.12
B.11
Range/units
Recorder/reading
Location
Rotary Tachometer
Make and type
Recorder/reading
Location
Tong Torque Indicator
Make and type
Range/units
Mud Volume Totalizer
Make and type
Gain/loss alarm
Recorder/reading
Location
Mud Flow Rate Indicator
Make and type
Alarm
Recorder/reading
Location
Trip Tank Indicator
Make and type
Recorder/reading Accuracy
Location
Recording instrumentation
Deviation/directional
Instrumentation deviation
Make and type
Recording/range
Quantity
Go-devil diameter
Recovery equipment
Accessories
DRILLING DATA GATHERING / RECORDING
SYSTEM
CONTRACTOR may propose a real time drilling data
acquisition and processing service which is already
installed or to be installed on the rig.
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
8 degree or prefer 20 degree
1 set
1-5/8OD1-1/4ID
PCC OVERSHOT, 1-5/8
TOTCO ring regular sinker bars.
Minimum 1set.
To be detailed
B.13
DRAWINGS
Provide format tentative drawings of the following:
Wellsite/Rig layouts and specifications for the
Location (including a draft plan showing the required
drill site size including drilling unit footprint, load
bearing requirements)
Well Control equipment arrangement (BOP, choke
manifold)
Mud System
Living quarters
MISCELLANEOUS
Pneumatic wrench for BOP and risers bolts :
welding and Cutting Machine
Matting board
Attached table: Certification list for each Rigs (Including but not limited to the list content as below table)
ITEM
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
Certification
Rig overall certificate
Drawworks certificate
Top drive Certificate
Crown block certificate
Travelling Block Certificate
Mast Certificate
Substructure Certificate
Mud pump NO.1 Certificate
Mud pump NO.2 Certificate
Mud pump NO.3 Certificate
Raising line for rig Certificate
Rotary table Certificate
Inspection Certificate for drilling rig By Third Party
Test Report for drilling rig
Inspection Certificated for drilling line
Elevator link pull test report
Emergency engine inspection certificate
Electric Drive and Control System of Drilling Rig
S/N
Other requirements
General Requirements
(a) CONTRACTOR shall organize experienced personnel working on the Drilling Rig and at the operating base and CONTRACTORS main office for the WORK.
(b) CONTRACTOR shall supply the resume of CONTRACTORS personnel to COMPANY in their tender proposal.
(c) Minimum requirements for CONTRACTORS Personnel Training and certificate required as following: Fire Fighting, First Aid, H2S safety training certificate.
(d) CONTRACTOR personnel must with fluent spoken English.
Drilling Crew
CONTRACTOR shall furnish the following number and classifications of personnel to operate the each Drilling rig & its equipment and including the chefs & doctors etc..
No
Position
Total required
1
2
3
Total
On site
Provided by
FOR
DRILLING RIG AND ASSOCIATED SERVICES
FOR TWELVE VERTICAL WELLS
1.1
Scope of Work
CONTRACTOR shall be responsible for providing all drilling fluid materials, equipment, design and personnel for COMPANY. CONTRACTOR
shall acknowledge the specific features of the area of operations and the expected conditions at well site, especially H 2S and CO2 hazards.
CONTRACTOR shall provide the services that will include but not be limited to the following:
(a) Drilling Fluid Service.
(b) Support Base and Laboratory Service.
(c) Personnel.
(d) Chemicals.
1.2
General Requirement
1.2.1
1.2.2
CONTRACTOR provides drilling fluid systems, technical support, materials, and chemicals and associated equipment for the project outlined
in this WORK.
CONTRACTOR should also include any alternate approach to providing the service that the CONTRACTOR considers to meet the needs and
will benefit COMPANY.
CONTRACTOR shall perform any other related services normally provided by CONTRACTOR within CONTRACTORS capabilities which
COMPANY may reasonable request.
CONTRACTOR shall provide MSDS for all materials supplied in the technical proposal.
COMPANY has the right to change the mud system for more suitable type if the COMPANY evaluates the system for mud is not useful for
stability.
CONTRACTOR shall provide the material which wont make damage for environment and CONTRACTOR must provide the test for
environment protection of mud (also cement additives) before and after used, and make sure for every type of mud.
(a)Support Base
CONTRACTOR shall provide qualified and experienced well-site drilling fluid engineers who will be assigned on a continuous rotational
basis.
CONTRACTOR shall provide a drilling fluids technical coordinator to provide day-to-day technical support during pre-planning, drilling and
completion operations.
Complete analysis of WBM (water base mud) including rheology, composition and solid phase analysis.
Filtration analysis.
1.3
Requirements Specification
1.3.1
CONTRACTOR is requested to provide a detailed drilling fluid program in the CONTRACTOR s proposal. The formulation of CONTRACTORs proposal shall
meet COMPANYS requirements. During the evaluating period of the bid, COMPANY has the right to verify properties of the CONTRACTORs drilling fluid
systems.
1.3.2
CONTRACTOR shall provide its own study to design an effective program of drilling fluid technology in order to overcome the technical difficulties of high
pressure salt water in the Lower Fars formation and ensure the effectiveness of drilling operations.
CONTRACTOR shall provide technology for solving loss circulation, stick pipe and other under surface accidents in reservoir, and
CONTRACTOR shall be responsible for all losses and accidents happened under surface.
CONTRACTOR shall control drilling fluids rheological properties for meeting COMPANYs requirement.
1.3.3
CONTRACTOR is encouraged to recommend or propose any drilling fluid systems, opportunities or designs that could be considered by COMPANY to improve
well quality and/or control cost. These recommendations should be made separately from the primary data requested in this tender.
1.3.4
CONTRACTOR shall provide the drilling fluids software, and the software name and details shall be provided. The drilling fluids software can perform the mud
formulations, hydraulic calculations and daily report, down-hole simulation (i.e. ECD and hole cleaning), drilling parameter recommendation, mud recap, etc.
1.3.5
CONTRACTOR shall prepare a final drilling fluids report within 2 weeks of the completion of each well. As a minimum the report must include:
Design and operation specifications for each hole sections of drilling fluid.
Actual products used per hole section and analytical explanations for all deviations.
1.3.7
Provide detailed recommendations for solid-free drilling fluid formulations based on the preliminary reservoir data that COMPANY supplies.
a.1
General Requirement
a.1.1
CONTRACTOR shall supply all necessary field laboratory equipment to run API fluid property, quality control, pilot tests, and other tests that may be required
during drilling operations.
a.1.2
CONTRACTOR shall provide complete list of the equipment, materials (inclusive of bentonite and barite) and supplies for Work Supply list of all testing equipment
to be supplied from operation base.
a.1.3
CONTRACTORS equipment shall comply with any and all applicable API standards or another standard.
a.1.4
a.2
a.2.1
Mi
n
Qty
2
1
2
1
1
1
1
1
1
2
1
1
Function
Density
Density
Funnel viscosity
Rheology
API fluid loss
HTHP fluid loss
Sand content
Solid content
Ph
Ph
Lubricity coefficient
Chemical analysis
1
1
1
1
Potassium content
Mixing
Measurement
Turbidity
Note: Chemicals required both to carry out analysis and to calibrate the equipment shall be included
a.2.2
Contractor shall do Erodibility Cell Test to measure Partial Dehydration Gel (PDG) of drilling fluid to adjust the spacer of cementing job to get good displacement and
prevent the micro-channeling & micro-annulus during cement displacement.
Item description/specification
Mud Balance
Pressurized mud balance 8.0 25ppg scale
Marsh funnel
Viscometer with speeds of 36, 100, 200, 300 and 600 rpm
API Pressure at room temperature Filtration press
API HTHP Filtration press
Sand content set. (200mesh screen / calibrated tube)
Mi
n
Qty
2
1
2
1
1
1
1
Function
Density
Density
Funnel viscosity
Rheology
API fluid loss
HTHP fluid loss
Sand content
1
1
Solid content
Ph
PH paper
Stickometer
Chemistry analysis equipment to determine chlorides, alkalinity,
lime content, total hardness, calcium, potassium, and cation
exchange capacity
Hand Craned centrifuge or electric centrifuge
Converter high speed stirrer
Electronic scale
Turbidimeter
Roller Oven
2
1
1
Ph
Lubricity coefficient
Chemical analysis
1
1
1
1
1
Potassium content
Mixing
Measurement
Turbidity
Roll aging
Note: Chemicals required both to carry out analysis and to calibrate the equipment shall be included.
a.3
a.3.1
CONTRACTOR shall supply and deliver the drilling fluids products in Appendixes 1. The products shall comply with the material requirement of API 13A
standards, and the API standards should be put in the appendix -1.
a.3.2
CONTRACTOR shall ensure that there will be no substitution of mud materials unless authorized by COMPANY.
a.3.3
CONTRACTOR shall run pilot test and quality test on drilling fluids products.
a.3.4
CONTRACTOR shall maintain adequate products stock to cover COMPANY normal and emergency requirements.
a.3.5
CONTRACTOR shall confirm the material for treating loss circulation in oil pay zone shall not cause any damages.
a.3.6
CONTRACTOR shall submit the Packing list, invoice, TPI certificates, and C.O.O (certification of origin) for their mud materials and additives, with
detail of TPI mention in the attachment and name list of TPI COMPANYs to COMPANY for approval before usage.
Technical Requirements
Freshwater/Hi-VIS Sweep:
Freshwater/Hi-VIS Sweep is to be used while drilling through the 36 & 26 interval and this section shall be designed to provide high gel strength
for hole cleaning.
3.2.2
3.2.3
This system should provide high efficiency for hole cleaning, preventing bit balling and formation stability etc.
3.2.4
This system should provide good rheology that YP is lower than 12 Pa in drilling activity and PV is lower than 70 mPa.s when mud density gets to at least
2.30g/cm3.
This system should provide inhibition, formation stability; prevent anhydrite and salt contamination.
This system should increase the ability of formation anti-pressure for preventing lost circulation.
This system should meet good quality thin cake and lubrication for preventing differential pressure sticking.
This system shall provide inhibition, formation stability; prevent sloughing shale.
This system shall increase the ability of formation anti-pressure for preventing lost circulation.
This system shall prevent contamination and corrosion from H2S and CO2 for Mishrif reservoir, and only CO2 for Asmari reservoir.
This system shall meet good quality cake and lubricity for preventing differential pressure sticking.
This system shall prevent the reservoir from damaging; the permeability recovery should be more than 85% at minimum.
36
26
17.5
12.25
8.25
(Asmari)
8.25
(Mishrif)
120
140
140
1.1-1.30
2.2-2.30
1.15-1.28
1.15-1.30
ALAP
70 ALAP
30
30
10~15
5-12
8~12
8~12
GEL 10 / 10 (Pa)
1~3/4~8
1~6/5~12
2~4/5~10
2~4/5~10
PH
9-10
9-10
9.5-10.5
9.5-10.5
5-10
<4
2-5
2-5
<1
<1
<1
<1
Corrosion inhibitor(H2S&CO2)
required
required
1.
3.4 The mud system properties will be inspected by CONTRACTOR Lab Testing Procedure and Results, and witness by COMPANY Supervisor during the
drilling works.
3.4.1
2. Mixing volume
12-1/4
120
8-1/4
140
1 hour
4. Mixing speed
8,000 rpm during product addition and then 10,000 rpm for 1 hour mixing
.
5. Mixing Temperature
Ambient
6. Order of addition
PRODUCT MIX TIME (min.) TYPICAL PRODUCTS AS EXAMPLE
.
Notes:
Products are added in the order above, and total mixing time is 60 minutes
When more than one product is added from a product group, mix for the recommended mixing time between each product addition.
If mixing time for total product additions is less than the total mixing time, continue mixing fluid after the last product addition until the total mixing time has
been reached.
Test all parameters after Hot-rolling 16 hr in different Mud system with different temperature.
PERSONNEL
Quantity Required
Location
coordinator
Operation base
1 Mud Engineer
2nd Mud Engineer
1
1
Well-site
Well-site
st
CONTRACTOR shall provide a complete resume including historical data as MISSAN Oilfiled formation relevant experience. Resumes for all personnel should be
proposed to COMPANY via bid.
CONTRACTOR should not make any change to these key personnel without COMPANY approval.
4.2.2
2nd Mud
Engineer
Lab
Engineer
15
Coordinator
Language Certificate
Personnel Description
Time of this position (years)
Health Certificate
Well
Control
Certificate
H2S safety &
survival training
Chinese
English
Arabic
20
Drilling Fluid Coordinator shall be an In-house coordinator and provide technical support to ensure full coverage of operations during pre-planning, drilling. Will
be responsible for the logistical supply of drilling fluids materials and be required to monitor drilling fluid properties on a daily basis. This individual should have
experience of drilling fluids. The coordinator has experience with solids control equipment and is able to recommend optimum shaker screen mesh and as well as
the proper use of mud cleaner and of centrifuges.
4.2.4
All well-site personnel shall have current certificates required. A copy of the certificates shall be delivered to COMPANY at least seven (7) days before
commencement of the drilling operation.
4.2.5
The Drilling Fluid Coordinator shall be available to COMPANY after award of the contract. Commencement date should be agreed upon between COMPANY and
CONTRACTOR.
APPENDIXES
No.
1.
Chemicals/Products
API Specification or
another standards
Bentonite
API 13A
Unit Size
Place of origin
Remark
Barite
API 13A
3.
Interval (m)
Hole Size
(inches)
0-30
36
30-120
26
120-2150
17.5
2150-2985
12.25
2985-3200
8.25
Interval (m)
Hole Size
(inches)
0-30
36
30-120
26
120-2150
17.5
2150-2985
12.25
8.25
0-30
36
30-120
26
120-2150
17.5
2150-2985
12.25
2985-3200
8.25
0-30
36
30-120
26
120-2150
17.5
2150-2985
12.25
2985-4200
8.25
SCOPE OF WORK
CONTRACTOR shall provide the Cementing Service and relevant additives that shall include but not be limited to the following:
1) Cementing Engineering Service
2) Provision of Cementing Equipment
3) Provision of Cementing additives and cement
4) Provision of Casing Accessories (Including Liner Hanger System)
5) Cementing Crew & Other Supporting Personnel
6) Cementing Laboratory
2.
2.1
2.2
CONTRACTOR shall be responsible for providing all equipment & tools, oil well cement, additives, casing accessories, liner hanger personnel of cementing service
to COMPANY. Each shall remain available to COMPANY until the completion of operation.
CONTRACTOR shall be available to perform all work hereunder on a 24-hour day, 7-day week basis when necessary. CONTRACTOR shall acknowledge the
specific features especially the salt bed formation and plastic shale shall be concerned.
GENERAL REQUIREMENTS
CONTRACTOR shall be required to meet the following basic requirements for each cementing job:
Provide qualified and experienced Cementing Crew together with required Cementing Equipment and Facilities comply with the specific requirements.
Provide Cementing Laboratory and Technical Support to ameliorate cementing program approved by COMPANY. Specific requirements for testing
capabilities in this Appendix A shall be followed.
Provide the Coordinator to be available at CONTRACTORS operation base in Iraq Missan oilfield in order to provide technical support, planning, and
coordination for the cementing operations.
Any of the Materials and Casing Accessories (include linger hanger) offered by CONTRACTOR which do not meet COMPANYS requirement will be rejected;
all casing accessories should be follow COMPANYs requirement, such as using packer with liner hanger, and using the rotating type of hanger, the
centralizers for 6-5/8" casing shall rotating and spiral type, double seal for floating, the spiral type of centralizers for 9-5/8" is recommended due to helping to get
turbulent flow.
CEMENTING ENGINEERING SERVICE
CONTRACTOR shall provide and maintain necessary equipment and tools (including sufficient spare parts), personnel and technical support to perform the
cementing, pumping, stimulation, and down hole tool running service which shall be included, but not be limited to:
Primary Cementing
All Pressure Testing including BOP, Choke and Kill Manifold, etc
Formation Leak-Off Tests
Plug-Back Cementing
Squeeze Cementing
Running Retrievable packers, Cement Retainers, Bridge Plugs, etc
Pumping Jobs
LABORATORY SERVICE
CONTRACTOR shall maintain comprehensive laboratory facilities in the base to provide the necessary capability for testing of cement slurries and additives as
required and when requested by COMPANY.
Laboratory shall be equipped with but not be limited to:
Dual cell HP/HT Consistometer
Atmospheric Consistometer
HP/HT Fluid Loss Cell
Curing Chamber and Carver Press for compressive strength test
Fann Viscometer
2.3
2.4
2.5
Channeling Analyzer
UCA
Gas migration analyzer
Portable HP/HT Consistometer
Water Bath
BHCT Tester
Others
Properties which must be tested and reported to COMPANY prior to the job are as follow:
Mix Water Quality
Thickening Time
Compressive Strength
Slurry Density
Concentration of each Chemical required in Slurry
Free Water
Rheology
Fluid Loss
Compatibility
Settling Stability
INSTALL, UNINSTALL AND MAINTENANCE
CONTRACTOR shall be responsible for the install, uninstall and maintenance of Cementing Unit and other Equipment provided by CONTRACTOR.
CONTRACTOR shall provide the latest calibrations reports and make calibrations for his equipment every 6 months by qualified Company.
PROVISION OF CEMENTING PERSONNEL
CONTRACTOR shall provide at its sole cost sufficient personnel including cementing engineers, operators and any helpers/labors with the certificates of suitable for
the international oil field service requirements that are fully qualified to perform the WORK.
SUPPLY OF ADDITIVES
CONTACTOR shall provide COMPANY with the Additives listed herein on a consignment basis in support of the WORK.
The availability of the following material is required, but not limited to:
Accelerator
Retarder
Salt-resisting Fluid Loss Additives
Dispersant
Anti gas migration agent
2.6
3.
SIZ E (IN)
DEPTH (m)
36
X52
196.1
30
30
1.90
200
TO SURFACE
26
K-55
94
20
120
1.90
100
TO SURFACE
1.90
30
To 800m
8
Cement Class G + Extender +Accelerator + Antifoam
0
Agent + Others
0
1.90
30
TO SURFACE
2.3-2.35
30
TO 1500-1800m
1
17 1/2
N-80
68
800
2000
13 3/8
2
12 1/4
R95
58.4
EXCESS
%
WEIGHT
(#)
STAGE
TYPE
CONTRACTOR shall ensure adequate stock of Chemicals, specified herein which COMPANY may require at any time for either programmed or emergency case.
All sack, drum and canned Chemicals/Products shall be palletized using pallets of sufficient strength and covered with heavy duty polyethylene bag and banded for
transportation, if applicable.
3.4 All chemical material must mention on it: (name, origin, manufacture date and expire date) in English.
3.5
Sacks and drums will bear manufactorys logo, product name and quantity. Palletized Chemicals/Products will bear manufactorys logo on one side and product
name and quantity on four (4) vertical sides.
3.6
CONTRACTOR shall report periodically on the quantity of Chemicals/Products stocked to COMPANY.
3.7
Upon COMPANYs request, CONTRACTOR shall also perform the Bulk Handling & Blending Services.
3.8
Cement provided under the CONTRACT shall conform to the API-10A Oil-Well Cement and Cement Additives (latest revision) for class G cement. Any
Chemicals offered by CONTRACTOR which is unacceptable by COMPANY will be rejected.
3.9
CONTRACTOR will run Cement Pilot Tests which shall be also deemed integral part of the WORK. All sampling and testing shall comply with API-RP-10B
Recommended Practice for Testing Oil-Well Cement and Cement Additives. The Test Report should be sent to COMPANY as well.
4.
TECHNICAL SPECIFICATIONS
4.1 Cementing Program
SLURRY
TOP OF
CASING
CEMENT & Additives (REQUIRED)
DENSITY
CEMENT
3
HOLE
(g/cm )
SIZE
(IN)
9 5/8
15001800
L80
47
2900
15001800
2.3-2.35
TO SURFACE
20
To top of liner
hanger
1.90&1.50
8 1/4
L8013Cr
28
Liner 65/8
3200/
4200
(Mishrif )
1.90
(Asmari)
Note:
1) The cement slurry density and top of cement will be adjusted according to the actual downhole situation.
2) For the requirement of DV using for 9-5/8 casing, it is recommended to use a pump-down opening plug system or a hydraulic opening
stage tool because of high mud weight & high viscous mud in 12-1/4 hole (anhydrite and slat formation), since it happened to fail
opening the DV in the past drilling activities several times.
3) Cementing Slurry density adjusting shall depend on the actual formation pressure.
30 Conductor
Tail slurry:
Cement
: API Class G
Water type
: Fresh water
Slurry Density
: 1.90g/cm3
BHST
: 40
BHCT
: 36
T.T.
: 2:00-3:00hrs
>500psi
20 Casing
Tail slurry:
Cement
: API Class G
Water type
: Fresh water
Slurry Density
: 1.90g/cm3
BHST
: 40
BHCT
: 36
T.T.
: 2:00-3:00hrs
: >500psi
13-3/8 Casing
1st stage cementing job:
slurry:
Cement
: API Class G
Water type
: Fresh water
Slurry Density
: 1.90g/cm3
BHST
: 89
BHCT
: 67
T.T. (BHCT)
: 3:00-4:00hrs
Free Fluid
: <2.5ml
: <100ml
: >2000psi
: API Class G
Water type
: Fresh water
Slurry Density
: 1.90g/cm3
BHST
: 50
BHCT
: 38
T.T. (BHCT)
: 2:30-3:30hrs
: >2000psi
9-5/8 Casing
1st stage cementing job:
Tail slurry
Cement
Water type
Slurry Density
: 2.3-2.35 g/cm3
BHST
: 112
BHCT
: 90
T.T.
: 3:30-7:00hrs
Free Fluid
: <1.25ml
: <50ml
: >2000psi
: API Class G
Water type
: Fresh water
Slurry Density
: 2.3-2.35g/cm3
BHST
: 89
BHCT
: 67
T.T. (BHCT)
: 3:00-4:00hrs
: >2000psi
6-5/8 Liner
Cement
Water type
: Fresh water
Slurry Density
BHST
: 125
: 107
T.T.
: 4:00-5:00hrs
Free Fluid
: 0ml
: <30ml
: >2000psi
2.13.Retrievable packer and bridge plug setting tool or adaptor to be run on drill pipe and on wire line in 9-5/8
, 6-5/8 casing.
2.14.
CONTRACTOR shall provide and maintain all of above listed cementing equipments.
3. SPECIFICATIONS OF CONTRACTORS EQUIPMENT AND MATERIALS
3.1 Cementing Materials
Item
Description
1.
Cement
2.
Extender
4.
Silica Flour
6.
Accelerator
8.
Microsphere
10.
Strength
Enhancer
12.
Retarder
14.
Salt-Resisting
Fluid
Loss
Additives
1
2(as appropriate)
1
2(as appropriate)
1
2(as appropriate)
1
2(as appropriate)
1
2(as appropriate)
1
2(as appropriate)
1
2
3(as appropriate)
Specifications
Code
Place of
Origin
Packing
Centralizer
19.
Dispersant
21.
Antifoam
Agent
23.
Weighting
Agent
25.
Pre-Flush
Agent
27.
Spacer Agent
29.
Anti
Gas
Migration
Additives
32.
35.
37.
Anti-Corrosive
Additives (for
H2S and CO2)
Lost
Circulation
Materials
Others
1
2(as appropriate)
1
2(as appropriate)
1
2(as appropriate)
1
2(as appropriate)
1
2(as appropriate)
1
2(as appropriate)
1
2
3(as appropriate)
1
2
3(as appropriate)
1
2
(as appropriate)
Descriptions
Mounted Cementing Unit with WP 10000PSI
Two high pressure pumps driven by two independent
diesel engines with an independent diesel storage and
independent engine start up
Unit is capable of mixing and pumping slurry
continuously into a batch mixer to homogenize the
slurry prior to pumping down hole
Automatic density control mixing system with full
manual backup in the event of failure.
HP and LP back up cement mixing systems for use in
case of primary mixing equipment failure.
Martin Decker chart recorder for pressure monitoring
0-10000psi
2 each pressure gauges with a range of 0-1000 psi, 03000psi,0-10000psi.
Hopper and cement surge tank with weight indicator
Re-circulating mixer(25 bbls minimum)
QTY
Unit
Remark
Batch Mixer
Batch mixer, which is driven by one diesel engine.
Capacity:16-25, Further details as below:
Capable of mixing slurry with SG up to 2.40
Two tank (compartment)
3.
4.
Air compressor
Compressor which is driven by a single diesel engine
with a 1.5m3 air storage tank and a drier
5.
Water tank
At least three Water tanks ,capacity 30-50 m3,which is
equipped with two agitator and one centrifugal pump
,is used for preparing mixing water
13-3/8, 9-5/8, 6-5/8 circulating swage, with quicklatch-on coupling (Connection type please refer to
Drilling Program)
10
11
13
14
Description
1.
2.
3.
Atmospheric Consistometer
4.
5.
6.
Fann viscometer
7.
UCA
8.
9.
10.
Channeling Analyzer
11.
UCA
12.
BHCT Tester
13.
Unit
QTY
Remark
Description
Unit
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
QTY
Place of
origin
Ea
Ea
Ea
Ea
Ea
Ea
Set
Set
Set
Ea
Ea
Ea
Ea
Set
Ea
Ea
Set
Ea
Set
Ea
Ea
Ea
Set
Box
Set
Set
Name
Position
Age
Nationality
Years of experience on
related position
Coordinator
Cementing Engineer
Cementing Operator
Cementing Helper
Lab Technician
Others
1.2 RESPONSIBILITIES OF CEMENTING CREW
The responsibilities of the cementing crew shall include the following:
Onsite preparation of pumping and mixing equipment, cementing head, etc. Work closely with rig
personnel to obtain optimum efficiency and safety in preparing cementing equipment.
Conduct pre-job safety inspections of cementing equipment. Perform regular maintenance on all cementing
associated equipment. Properly document maintenance and repair work to insure continuity during crew
change.
Provide proper supervision and training of rig personnel in regard to the potential hazards involved with
cement, cement additives, and high pressure cementing operations.
Perform Cementing Service as Cementing Design.
Provide Job Reports and Records to COMPANYS Representative.
Update inventories of cement, chemicals on rig and propose materials plan for the upcoming operations.
2. PERSONNEL QUALIFICATION
CONTRACTORs personnel shall have the knowledge of COMPANYs related rules and regulations. And
the basic requirement for CONTRACTORS Personnel is as follow:
Cementing
Engineer
Cementing
Operator
Lab
Technician
Coordinator
10
Health Certificate
Chinese
English
Arabic
Personnel Description
Language
Certificate
Note: : Preferred
Notice to Bidder: Bidder shall submit in the Bid Proposal the proposed Personnels resumes and required
Certificates in the form stated in Exhibit A-2 of APPENDIX A.
3. PERSONNEL REQUIREMENT
3.1 COORDINATOR
CONTRACTOR shall maintain at least one (1) qualified technical representative as Coordinator, whom
shall have more than ten (10) years of oil field experience in cementing service and can fluently
communicate in English, in order to liaise with and advise COMPANY on all matters pertaining to the
WORK during any ongoing operations.
3.2 CEMENTING ENGINEERS
The Cementing Engineers proposed by CONTRACTOR shall have more than five (5) years of oil field
experience in cementing service, and should be fully qualified to perform the work including all cementing
calculations, tool services, running retrievable packers and lab test onsite by himself.
3.3 CEMENTING OPERATORS
Cementing Operators shall have more than five (5) years of oil field experience in cementing equipment
operation.
3.4 LAB TECHNICAN
CONTRACTOR shall provide a highly qualified Laboratory Technician to design and test the optimum
cement slurries according to the well conditions. The Laboratory Technician is required to run quality
control tests on the cement and cement additives to ensure that meet the required specifications.
The Laboratory Technician must works in the CONTRACTORS laboratory during the performance of the
WORK.
3.5 RESUME FORMAT FOR CONTRACTORS PERSONNEL
Please refer to ATTACHMENT 2G: RESUME FORM in PROPOSAL CONTENTS AND FORMS
ATTACHMENT.
END OF Exhibit 4-2, Attachment 4 of Appendix A
ONTRACTOR shall provide a complete set of Mud logging equipments, including all qualified personnel.
CONTRACTORs Personnel and Services in relation to drilling, completions and/or testing operations from
the drilling rig.
1
Scope of Work
Scope of work shall include, but not limited to the following:
a
b
c
d
e
Service Requirements
(TMD),
vertical
(TVD)
and
lagged
Identification the origin of gas in mud (Formation gas, Produced gas, Recycled gas,
contamination Gas).
Identification different pay zone location and formation fluid characters while drilling.
Create formation gas signature when drilling and identify formation fluid contact locations.
Estimating Reservoir characters while drilling, including cap rock efficiency, reservoir exit
zone, connectivity study with near well information.
Automatic identification gas compositional change and interpretation the origins.
Multi well analysis and comparison.
Making the gas analysis plot with other hydrocarbon show information and updating daily.
The report and plot will be provided by requiring from COMPANY, and handed in with final
well report.
Kick control
Controlling well filling/mud return during trips, run of casing, electrical logging, etc.
immediate detection of drilling breaks,
detection of invading fluids,
calculation of formation pressure and advice required mud types and weights,
calculation of maximum tolerable pressures
Pressure control
Personnel Requirements
The CONTRACTOR must supply a pool of possible candidates that will most likely be put forward for
the Work. CONTRACTOR shall provide up-to-date resumes and valid certificates of all CONTRACTOR
Personnel to be kept on file with the COMPANY.
a
Data Engineer
The data engineer should have at least more than 5 years working experience, a diploma/degree in
petroleum technology /geology or an equivalent combination of training and experience. Data engineer
must be English speaking and have the ability to maintain and service the wide array of sensors on well
site.
b
Mud Logger
Sample Catcher
Each sample catcher must be a high school graduate with a basic knowledge of the Work. The
CONTRACTOR must be able to supply extra sample catchers that may be required during periods of fast
drilling.
d
The data transmission engineer should have a more than 5 years similar working experience, a
diploma/degree in petroleum technology and geology or an equivalent combination of training and
experience. Has the ability to maintain and service transmission data.Data Transmission Engineer must be
English speaking.
e
Each Fluid Logging engineer shall have More than 5 years Fluid Logging Analysis engineers experience,
a diploma/degree in petroleum technology/geology or an equivalent combination of training and
experience. Fluid Logging Analysis engineers must be English speaking.
4
Unit shall utilize a data storage system that minimizes data loss in the event of a Drilling rig power
failure.
A safety barrier system shall be installed on external equipment to render it intrinsically safe.
Smart hydrocarbon detector with automatic alarm and unit shut down system.
Intercom tied to rig system.
Airlock / Escape hatch / Cable MCT entry.
Fire extinguishers & First aid kit.
The unit shall be pressurized and air-conditioned. Air for pressurization system shall betaken a safe
distance from shaker area. All piping for the system shall be furnished by the CONTRACTOR.
Inside the unit, the equipment shall be modularly packaged. Individual standard panels shall be rack
mounted to permit front access for calibration and service.
The unit shall have adequate storage space for replacement parts and supplies.
Gas analysis system.
Total Hydrocarbon Detector 0-100 %.
Fast and Quantity Gas Chromatograph (C1 to C8 within 80 seconds).
Monitoring Equipment
A gas monitoring system (independent from existing sensors on the Drilling rig) shall be supplied for the
analysis of various gasses as follows:
a
Total hydrocarbon detector with output to recorder, alarm and computer.
b
Gas chromatograph for automatic and continuous cyclic gas analysis of the hydrocarbons C1 to C5
and for detection of acetylene for lag calculations.
c
Continuous analysis at surface of the fluid extracted from mud providing an evaluation of down hole
formation fluid characteristics.
d
Fully volumetric automatic powered degasser. This degasser must allow extracting the gas from a
constant volume of mud per unit of time, thus allowing use of gas data for formation evaluation
purposes. (In the interpretation process, the gas data must not be affected by mud flow variations).
e
Hydrogen sulphide detector monitoring gas sampled at the following proposed locations with output
to an alarm and recorder:
Gas line to Mud Logging unit
Shale shakers
Pits
Drill floor and bell nipple
Geological equipment
The following equipment shall be provided to support normal formation evaluation service:
a
b
c
d
e
f
g
h
i
j
Geological unit.
Binocular Zoom (1030) Microscope with fiber optic light sources.
UV Fluoroscope.
Sample drying oven.
Geological Equipment & Chemicals (Substance Safety Data Sheet SSDS provided).
Manocalcimeter.
One set of samples processing trays to include three (3) sets of 8 32 and 110 mesh sieves, cutting
trays and other miscellaneous equipment & accessories related to cuttings description.
Miscellaneous glassware and chemical / reagent for geologic examination of drill returns and oil
detection.
Grain size charts / color charts.
Shale density kit.
b
c
d
e
f
Fully volumetric automatic powered degasser. This degasser must allow extract the gas from a
constant volume of mud per unit of time, thus allowing use of gas data for formation evaluation
purposes. (In the interpretation process, the gas data must not be affected by mud flow variations).
Total Hydrocarbon Detector 0-100 %.
Fast and Quantity Gas Chromatograph (C1 to C5 within 50 seconds).
H2S Detection (Solid state 0-100 PPM) with five (5) sensors and alarms.
H2S hand held detectors.
CO2 Detection.
All gas readings will be directly input in percentage (or ppm), displayed on monitors and work stations and
alarmed (Hi / Lo). Gas ratios will be recorded and displayed.
6
CONTRACTOR shall provide needed sensors to acquire and compute all drilling, mud and pressures related
parameters with continuous recording and output on color recorders / printers & digital display on color
monitors.
7
Data Processing equipment shall provide direct network communication between mud logging unit and
COMPANY network by TCP/IP protocol, and/or real time data exchange with third parties (e.g. Mud, Wireline
logging, MWD/LWD) through WITS standard.
All computers should be interconnected through a local network, LAN, giving instant access to complete
database on server from all stations.
8
The mud logging computer system shall be latest Version of logging System and be able to monitor and record all
real time sensor data while allowing the simultaneous running of applications software.
The CONTRACTOR will supply as part of the basic mud logging package:
A package of computer programs to assist both the engineer and geologist at the well site should include, but not be
limited to, the following:
The CONTRACTOR shall be able to cross-plot all recorded parameters against depth or each other in conjunction
with best-fit curve programs.
c
Engineering analysis
Full set of drilling engineering and geological evaluation application software, should include (but not limited to):
Swab / Surge.
Casing Plots.
Database
All Mud Logging parameters (acquired and calculated) should be stored in a Database under designed format.
The data may be exported and provided to COMPANY in the required format.
Mud logs may also be transmitted to the COMPANY office via graphic file in either TIF or PCX
and PDF format.
The following equipment shall be provided to support Real Time data delivery service:
Well site data Integrated server must be shared through the Local Area Network (LAN) (or cable
Connection) with all third parties (such as: MWD / LWD, Wire line logging) of WITS data connection.
All well site and office equipments shall be pre-configured and tested prior to rig mobilization.
The installation shall be as simple as plug and play and can typically be completed by a trained
technician.
Daily report of current drilling conditions for the COMPANYs drilling supervisor.
Ad hoc reports, including up-to-date mud and drilling data logs, as required by the COMPANY.
The CONTRACTOR will deliver eight (8)copies and eight(8) CD-ROMs of the final well report as required by
COMPANY within 30 days of completion of the Work. This report will include, but not be limited to, the
following:
a
b
A written report summarizing drilling operations and geological evaluation. Significant well events
should be highlighted.
CONTRACTOR shall provide formation pressure parameter.
c
A mud log plot containing the following information:
Lithological percentage, description, and interpretation
Drill rate
Ditch gas
Chromatography data
Oil fluorescence and description
Core intervals and description
Mud data
Bit data and other pertinent engineering details
Deviation surveys
Temperature recordings from surveys
Casing record
d
Drill rate
Depth (measured and TVD)
Lithology
WOB
Weight on hook
Flow rate
Standpipe pressure
RPM
Total gas
Mud weight
ECD at bit
e
All logs plot shall be presented with a lithological section and reporting of major drilling and mud events.
Printouts of selected gas ratios (up to 8 tracks, including but not limited to wetness, balance and character, TG /
ccor, C1/C2, Ic5/Nc5, etc.) should be at scales (TMD or TVD, from 1/200 to 1/10000) or as requested by
COMPANY representative.
Sour gases data: H2S from gas line shall be plotted on the gas log.
Composite logs of mud-logging parameters and third party data (LWD, wireline, core GR, etc) shall be
prepared at COMPANYs request.
The documents shall be fully updated and ready to send at the end of each drilling phase or any interruption of
drilling. Field prints or images files (Acrobat PDF) can be requested at any time.
6
Equipments
Item
Qty
Qty
Description
Mark
Consumables
No.
Mark
Material
Item
Description
Description
Resume
Please refer to ATTACHMENT 2G: RESUME FORM in PROPOSAL CONTENTS AND FORMS
ATTACHMENT
This ITT concerns the provision of wireline logging service for the COMPANY operation. The preliminary logging
program is listed as below:
1.1 Open hole logging
1.1.1 AGCS-52/AGCS-56/BUCN-58/BUCS-61/FQCN-54
Item
1
2
3
Borehole size
17-1/2
12-1/4
8-1/4
Note: Both Rotary sidewall coring and Modular formation testing logging are planned to conducted in total 5 wells. The
actual logging program may be modified according to the actual drilling wells condition. COMPANY Reserve
the right to increase or decrease logging program at it sole discretion. If any log is canceled, the payment will
be decreased by the contract price, and vice versa.
1.1.2 Other 7 wells
Item
1
Borehole size
17-1/2
12-1/4
8-1/4
GR-SP-CAL-DT
GR-SP-CAL-CNC-DEN-DLL-MSFL-CROSS
ARRAY SOINIC
DIPOLE
Note: The actual logging program may be modified according to the actual drilling wells condition. COMPANY
Reserve the right to increase or decrease logging program at it sole discretion. If any log is canceled, the
payment will be decreased by the contract price, and vice versa.
1.2 Casing hole logging
Cement evaluation log will be run for each well, see the following table for details:
Items
Casing size
Logging program
Interval
13-3/8
CBL /VDL/GR/CCL
13-3/8 section
9-5/8
9-5/8 section
6-5/8
6-5/8section
3.1 Preliminary field hard copies of logs as requested by COMPANYs wellsite representative, comprised log
header, tool diagram, well sketch, main log, repeat section and calibration tail.
3.2 CONTRACTOR shall provide five (5) hardcopies and five (5) digital copy of Final Well Report (FWR),
within SEVEN (7) days after completion of a well, and at no additional cost. Which shall include, but not
be limited to the following:
Wireline logging data (actual content to be finalized and included in any Contract arising from this
Invitation to Bid)
3.3 CONTRACTOR shall provide hardcopies of final log products, presented as appendices to final well
reports. Logs to be at 1:200 and 1:500 scale, and referenced to both measured depth and true vertical depth.
3.4 DLIS/XTF files, image files, and LAS files on CD/DVD or other media as approved by COMPANY, of all
logs, prints & other displays, and all final composite log data.
Equipment Requirements
3.1 CONTRACTOR agrees to maintain the service 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 attachment and those
prescribed by the manufacturer or the manufacturer of the components.
3.2 CONTRACTOR shall provide all necessary tools and equipment to satisfactorily perform the Services. All
equipment will remain assigned to the operation until released by COMPANY. COMPANY may, at time to
time, at sole discretion, to mobilize additional equipment, as callout basis.
3.3 At any time when the CONTRACTORs service or rental equipment or any part thereof will not be available
for operation due to maintenance or repair, the CONTRACTOR shall supply backup equipment upon
acceptance by the COMPANY REPRESENTATIVE.
3.4 The COMPANY shall have the right to inspect and survey the CONTRACTORs 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 CONTRACTORs equipment by the COMPANY.
3.5 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 COMPANYs representative on the WORKSITE.
4.
Equipment Description
The tables below specify equipment and specifications required (Including Exclusive equipments and Optional
equipments). CONTRACTOR is requested to complete tables with details of CONTRACTORs proposed
equipment as indicated.
4.1 Exclusive wireline Logging & TCP equipment:
COMPANY REQUIREMENT
Modular-designed, Truck-mounted, air-conditioned,
computerized wireline logging cabin, unit to be
equipped with air conditioner, working temperature:
-40C ~55C, Should be equipped with emergency
power supply in case truck power generator down.
Backup cable & drum MUST be available. . Surface
acquisition software should at least capable with
below jobs: conventional wireline logging,
resistivity imaging log, rotary sidewall coring, fluid
testing and sampling, nuclear magnetic resonance
log and perforating.
To be detailed.
Radioactive container W/valid authorization
certificate.
To be detailed.
Temperature/tension/fluid resistivity sub.
To be detailed.
Formation natural spectra gamma ray tool, with
spectral determination of radioactive elements
potassium, Thorium and Uranium.
To be detailed.
Natural gamma ray logging tool, for measuring the
natural radioactivity of formations.
To be detailed.
CONTRACTORS RESPONSE
1020306090120inA
pparent vertical resolution true
or matched 1 2 4ft.
(0.305m0.61m1.22m)
Measurement Range 0.1-2000
ohmm-m.
To be detailed.
Micro spherical focused laterolog, Temperature
rating: 176, range of measurement: 0.2-2000
ohm-m, caliper: 5.9inches~19.68inches, vertical
resolution: <10 inches. Suitable for borehole size:
6~20inches.
To be detailed.
Digital acoustic logging tool, to provide DT
measurement of the formation. Temperature rating
176, absolute resolution: 1 microseconds,
vertical resolution: <8 inches. Capable to perform
CBL/VDL logging in 5inches~9-5/8 inches casing.
To be detailed.
Cement bond imaging logging tool, Temperature
rating 176vertical resolution:0.25ft, radial
resolution: 60 degrees, depth of investigation: 2in.
The tool can also combined with GYRO tool in
single trip which can measure the well trajectory
simultaneously.
Compensated
neutron
tool,
temperature
rating:176, suitable for borehole diameter:
4.75inches~24inches, depth of investigation:
12inches, vertical resolution: 26inches.
To be detailed.
Litho-density tool to determine formation
photoelectric absorption index and bulk density.
Temperature rating:176, suitable for borehole
diameter: 6~22inches, measuring range: Density:
1.3-3.0g/cc, Pe:0-10 B/e, depth of investigation:
8inches, vertical resolution: 19inches.
To be detailed.
Rotary sidewall coring tool, recover up to 30 cores
per trip, the core length > 1.5, core
diameter>20mm.
To be detailed.
Resistivity imaging tool in WBM. Temperature
rating: 176, borehole coverage: 63% in 8
borehole size, vertical resolution: 0.2inches, suitable
borehole diameter: 6in~21inches.
CONTRACTORS RESPONSE
Personnel Requirement
Following requirements are pertinent to CONTRACTOR. CONTRACTOR must strictly comply with below
requirements, any deviation against these requirements may cause CONTRACTOR been disqualified.
5.1 CONTRACTOR shall provide a data interpretation engineer for data quality control and data processing,
and provide a data processing center in Iraq.
5.2 CONTRACTOR shall supply a fully qualified, competent, experienced, and sufficient in number crew to
implement the Contract and meet its specifications and standards in respect of safety, efficiency and
technical competency, operate the CONTRACTOR supplied equipment, provide the required Wireline
logging and Perforating services. The personnel shall including one (1) technical coordinator, field
engineer, and assistant engineer, and maintenance engineer, data interpretation engineer, perforating
specialist, chief operator and operator.
The operator shall have at least two (2) years oil field working experience.
5.13 The perforating specialist shall have a minimum Five (5) years working experience. CONTRACTOR
shall designate a Technical Coordinator (fluent in English or Chinese speaking, reading and writing)
specifically for the COMPANY account to interact as the single point of contact. The Technical
Coordinator shall handle all problem resolution, and attend necessary Meetings held during execution of
this Contract. The Technical Coordinator shall have minimum eight (8) years oil field service experience
The Technical Coordinator should have the necessary skills and experience to meet the following
requirements:
Understanding
Real time monitoring of well site operations and capable of solve well site problems.
6.
Please refer to Appendix 2G: RESUME FORM in PROPOSAL CONTENTS AND FORMS ATTACHMENT
END OF EXHIBIT4-4, ATTACHMENT 4 OF APPENDIX A
SCOPE OF WORK
1.1 GENERAL
COMPANY, as the Lead Contractor of the MISSAN Oilfields, intends to utilize three (3) Drilling Rigs to
perform completion supporting services for twelve (12) vertical wells, right after each well drilling operation.
CONTRACTOR shall complete the wells in the manner and to the extent desired by COMPANY.
CONTRACTOR shall perform the WORK professionally and safely with due diligence and efficiency in the
most expedient manner with full regard to minimizing the impact on the environment in the area in accordance
with sound principles and current practices in the geophysical and oil industry standard, and with full regard to
COMPANYs interests.
CONTRACTOR shall perform the WORK in accordance with all other terms and conditions of this
CONTRACT, which shall not be changed except by formal amendment in writing and signed by the parties
hereto.
CONTRACTOR shall acknowledge the specific features of the area of operations and the expected conditions at
well site, especially H2S and CO2 hazards.
CONTRACTOR shall provide completion supporting services as specified in this Appendix with drilling rigs and
associated equipment, tools and materials, qualified and competent personnel in ABU GHIRAN oilfield ,
BUZURGAN Oilfield and FAUQI Oilfield of MISSAN OILFIELDS, IRAQ.
This Appendix describes the scope of WORK to be performed by CONTRACTOR with the specifications,
instructions, standards, and other documents specified on the materials, tools or equipment, which
CONTRACTOR shall satisfy or adhere to in the performance of the WORK.
COMPANYS Representatives and Supervisors shall have the dedicated single occupancy of living
accommodation and sufficient office space, which will be provided by CONTRACTOR at well site.
Well
Name
AGCS-50
AGCS-51
AGCS-52
AGCS-53
AGCS-54
AGCS-55
AGCS-56
AGCN-57
FQCN-54
BUCN-58
BUCN-59
BUCS-61
Well
Profile
Vertical
Vertical
Vertical
Vertical
Vertical
Vertical
Vertical
Vertical
Vertical
Vertical
Vertical
Vertical
Well
Type
Producer
Producer
Producer
Producer
Producer
Producer
Producer
Producer
Water Injector
Water Injector
Water Injector
Water Injector
Target
Nominal Depth
+/- 3200m
+/- 3200m
+/- 3200m
+/- 3200m
+/- 3200m
+/- 3200m
+/- 3200m
+/- 3200m
+/- 3200m
+/- 4200m
+/- 4200m
+/- 4200m
The completion supporting services with Drilling Rig shall be on Daily Rate Basis Contract as dictated in the
Attachment 2 Responsibility Matrix.
More details information can be found in Geology Program, Drilling Program and Conceptual Completion
CONTRACTOR shall provide the Completion Supporting Service with Drilling Rig equipment, tools, materials
and crew as specified in this ITT.
2
COMPLETION SUPPORTING SERVICE
2.1
GENERAL
CONTRACTOR is responsible for providing the Completion Supporting Service with Drilling Rigs in the
compliance with the SCOPE OF WORK and the requirements set forth in this specification.
Nothing in this specification shall relieve the CONTRACTOR of the responsibility for performance, in addition
to the requirements of this specification, such analysis, tests, inspections and other activities that the
CONTRACTOR considers necessary to ensure that the completion operation are satisfactory for the objectives
intended, or as may be required by common usage or good practice.
Modification to the requirements of this specification may be proposed by the CONTRACTOR for the
COMPANY approval, with the support of proper documentation.
The CONTRACTOR shall keep an accurate record of Well Completion Operations and activities on the Drilling
Unit(s), and any other pertinent information relative to the well which would normally be recorded in accordance
with good international oilfield practice and/or which the COMPANY may request and/or which is required by
the Contract to be recorded on the International Association of the CONTRACTORs Completion Report Forms
(IADC Forms).
This shall include, without limitation (Forms for the following reports shall be proposed in Completion Part of
Tender):
At the end of each day, CONTRACTOR shall deliver to COMPANY the original IADC Forms plus a legible
copy thereof and a legible copy of other data relating to Well Completion Operations. The IADC Forms are to be
duly signed by CONTRACTORs Representative. On agreement of the content of the IADC Forms,
COMPANYs Representative shall sign the original and the copy and return the copy to CONTRACTOR.
Without limitation, the IADC Forms shall give an accurate log and history of each well showing the operation
summary and description, depth of completion strings deployed, and completed down-hole problems, etc., during
the preceding twenty four (24) hours, and the results of the tests of well control devices.
Contractor shall be responsible to carry out the completion operations safely and efficiently as per approved
completion program.
CONTRACTOR shall comply with Iraqi rules and regulations for environmental protection and be fully
responsible for all waste treatment and harmless disposal on all the industrial and living rubbish generated from
the completion operation, and the treatment should be performed throughout the operation, and at the end of
operation.
CONTRACTOR is encouraged to recommend or propose any different General Completion Designs with
Drilling Rigs that could be considered by COMPANY to improve well quality and/or cost control. These
recommendations should be made separately from the primary data requested in this ITT.
2.2
The RIG CREW that CONTRACTOR shall provide under COMPLETION SUPPORTING SERVICE WITH
DRILLING RIG are inclusive of but not limited to:
CONTRACTOR shall furnish the number and classifications of personnel to operate the each Drilling rig &
associated equipment, including the cementing unit operators, chefs & doctors, and site security team, etc. In
addition to that, CONTRACTOR shall supply the resume of CONTRACTORs personnel to COMPANY, limited
on the personnel not covered in Drilling Part of Tender.
CONTRACTOR shall organize experienced personnel working on the Drilling Rig, at the operating base and in
CONTRACTORS main office for the WORK.
Minimum requirements on CONTRACTORs Personnel Training and certificate are required as following:
Fire Fighting
First Aid
H2S safety training certificate.
Well Control Certificate is the minimum requirement to the following position of CONTRACTORs Personnel: -
Rig manager
Senior Tool Pusher
Tour Pusher
Driller
Assistant Driller
Derrick man
Mud Engineer
CONTRACTOR shall employ the local personnel to do the low class work on the well site.
CONTRACTORs personnel shall be on routine shift rotation as per CONTRACTORs management.
CONTRACTOR shall propose the CV and the summary sheet of tubular running crew and cementing crew as
follows.
2.3
The EQUIPMENT, TOOLS AND MATERIALS that CONTRACTOR shall provide under COMPLETION
SUPPORTING SERVICE WITH DRILLING RIG are inclusive of but not limited to:
For more specified details on responsibility distribution, please refer to SERVICES & SUPPLIES
RESPONSIBILITIES MATRIX.
The requirement and specifications on the above mentioned equipment, tools and materials in Drilling Part of
Tender shall be applicable in Completion Part of Tender.
CONTRACTOR shall propose the following Tubular Running Equipment and Tools:
The detail specifications requirement of above equipments or tools, refer to section A & B of APPENDIX A
CONTRACTOR shall propose the following Cementing Unit for Setting Packers and Pressure Tests:
2.4
SCOPE OF SERVICE
The SCOPE OF SERVICE that CONTRACTOR shall provide under COMPLETION SERVICE IN GENERAL
are inclusive of but not limited to:
Completion operation with drilling rig, rig associated equipment and rig crew.
6 5/8, 7 AND 9 5/8 Scrape casing.
Super clean mud tanks and circulation system prior to contain completion and packer fluid
Mixing completion fluid, perforation fluid & packer fluid.
Tubular running service for all completion string including sand screen.
Installation service of wellhead, tubing spool and X-mas tree, running/ retrieving BPV & two-way check
valve.
Use cementing unit to set packer/seal and do all pressure tests.
Running tubing string w/ completion tools & equipments.
Assist for ESP running Operation; make up cable bands/clamps and others requested byComapny.
Assist Acidizing and flowback operations (The acidizing and flowback
Operations shall be conducted with Drilling. Rig through the third party)
Fishing service for all down-hole tools.
Mud logging and real-time data transmission service, completion data recording service.
Communication via internet and phone on site.
Medical service, first aid treatment, medicine and medical evacuation onsite.
Catering and accommodation service for contractor personnel.
Catering and accommodation service for 12 COMPANY personnel at well site for each rig (at least two
single bed room and two offices shall be provided for Company man)
Catering and accommodation service for beyond 12 persons from COMPANY at well site for each rig.
Office for Company man, the facility shall be provided in the office including the desk phone, internet,
fridge, walkie-talkie, desk, chairs, mud logging monitor, etc. Management, maintenance, loading and
unloading of materials, tools and equipment provided by COMPANY at well site.
Transportation for CONTRACTORs material & personnel
Inspections of CONTRACTORs drill stem, slings, shackles, belt, lifting gears, down-hole tools and
repair of defects detected by inspection or by COMPANY.
Welding/cutting on site.
Security team for CONTRACTORs personnel transportation between Basra airport and working base
Waste treatment service at well site.
Inspection, maintenance and keeping good condition of drilling rig and all associated equipment
IWCF or IADC well control, H2S, first aid, CPR, firefighting, HSE related emergency measures, and
other required training for relevant RIG CONTRACTORs personnel
Storing and managing CONTRACTORs equipment & materials in the area provided by COMPANY
during the completion work
Waste treatment on the mini flow back of well fluid as a consequence of negative TCP or wire-line
perforation.
Well site recovery and waste disposal (include all industrial and living rubbish & waste oil & water)
after rig moving out.
Building Warehouse for storing and managing CONTRACTORs equipment & materials.
For more specified details and information regarding the services and time schedule estimations, please refer to
CONCEPTUAL COMPLETION DESIGN.
ABU GHIRAB
BUZURGAN
FAUQI
Wells
45
49
36
Formation
ASMARI
MISHRIF
ASMARI
MISHRIF
TVD
2800-3200m
3800-4200m
2800-3200m
3800-4200m
Porosity
10-30%
10-25%
10-30%
10-25%
Average porosity
14.5%
14-18%
19%
14-18%
Permeability
0.1 - 10mD
1 - hundreds mD
0.1 - 10mD
1 - hundreds mD
3.4
Item
Ambient Temperature
Rain Interval
Humidity (in Rain
season)
Crude Oil:
ABU
GHIRAB
(ASMARI)
-5~55
Nov.~March
60%~90%
API
21.9
GOR initial/present
103/100
Crude oil volume factor
1.36
bubble pressureMPa 16.89
Asphaltenes,% wt.
Wax.% wt.
Sulphur,% wt.
Hydrogen sulphide(ppm)
Salt lb/1000 brl
Water,% vol.
Corrosive gas partial pressure:
CO2
pressure/PSI)
(partial
13.8~29.9
H2S(partial
0
pressure/PSI)
Formation Water analysis:
BUZURGAN
( MISHRIF)
FAUQI
(ASMARI)
FAUQI
(MISHRIF)
-5~55
Nov.~March
-5~55
Nov.~Marc
h
60%~90%
-5~55
Nov.~March
22.5
115/110
1.41
18.34
25.4
86/80
1.22
17.93
4.1
3.2
3.58
-233
0.25
25.4
125/110
1.46
18.13
7.4
1.66
2.92
-100
0.45
91.5~189.4
13.8~29.9
91.5~189.4
16.2~118.1
16.2~118.1
77940
15830
168953
5.12
62030
13450
122761
4.97
60%~90%
Na (mg/L)
16120
196
Ca (mg/L)
2685
299
CL (mg/L)
34844
1165
PH
4.64
7.79
TEMPERATURE AND PORE PRESSURE
Remarks
60%~90%
The formation temperature and pore pressure is normal temperature and pressure system.
The Formation Temperature and Pore Pressure of MISSAN Oilfields is as follow:
Oilfield
Layer
System
Pressure
Coefficient/Pressure
Geothermal Gradient/Temperature
(0C/100m)
ABU GHIRAB
ASMARI
1.163/4300psi
3.35/980C
BUZURGAN
MISHRIF
1.171.184
3.15/1380C
ASMARI
1.147/4700psi
3.35/950C
MISHRIF
1.148/5800psi
3.15/1380C
FAUQI
F
O
R
M
A
TI
O
N
Well
Name
AGCS-50
AGCS-51
AGCS-52
AGCS-53
AGCS-54
AGCS-55
AGCS-56
AGCS-57
FQCN-54
Casing Program
Completion Method
Well
Name
BUCN-58
BUCN-59
BUCS-61
Casing Program
Completion Method
In case if running the ESP during completion operations, the estimated time for
acidizing/flowback and ESP assy. shall be based the actual operations time.
- The actual operation procedure shall be based on Company schedule and
requirement.
- The operation time & steps is just estimated for Contractor reference, actual
progress shall be suit to site situation and completion supervisors instruction.
1) Estimated Time Schedule for ABU GHIRAB/ FAUQI Vertical Well Completion (+/- 3200m, Single
Completion Asmari) with Drilling Rig.
Single completion string one layer Estimated Time Schedule:
No.
Job Description
Est. Time,
(Hrs)
Cumulative,
Total Hrs
Cumulative,
Total days
30
30
1.25
53
83
3.46
46
129
5.38
15
144
6.00
144
6.00
16.1.1.1.1.1.1 No.
2
3
4
16.1.1.1.1.1.3 16.1.1.1.1.1.4
Est. Time,
Cumulative,
16.1.1.1.1.1.5 Cumulative,
(Hrs)
Total Hrs
Total days
30
30
1.25
36
66
2.75
26
92
3.83
53
145
6.04
46
191
7.96
15
206
8.58
206
8.58
Est. Time,
(Hrs)
Cumulative,
Total Hrs
Cumulative,
Total days
30
30
1.25
36
66
2.75
26
92
3.83
34
126
5.25
53
179
7.46
2
3
4
5
Job Description
8
2.
46
225
9.38
15
240
10.00
240
10.00
Estimated Time Schedule for FAUQI Vertical Well Completion (+/- 4200m,
selective Completion Mishrif), water injection well Three layers with Drilling
Rig.
Job Description
36
36
1.50
43
79
3.29
Scrape 6-5/8" liner after TCP, scrap around perf. Intervals, POOH.
31
110
4.58
41
151
6.29
64
215
8.96
RIH 3-1/2"/4 1/2" tubing string with 6-5/8" permanent packer &
seal Assy, displace to packer fluid, W/L job to set check valve, set
packer, pressure test, W/L job to retrieve check valve and land
tubing hanger.
55
270
11.25
N/D BOP stack, N/U X-mas tree and pressure test and drifting the
Tbg. String.
15
285
11.88
285
11.88
2) Buzurgan Water injection Vertical Well (around 4200m, Mishrif) Completion Schematics
GENERAL REQUIREMENTS
FOR
DRILLING RIG AND ASSOCIATED SERVICES FOR
TWELVE VERTICAL WELLS
1. COMPANY has the right to decide if award option wells to CONTRACTOR, after the completion of all
obligations in this contract, according to CONTRACTORs performance and comprehensive evaluation
scores. All the obligations for both COMPANY and CONTRACTOR should follow this contract. The option
wells shall be awarded after get the approval from Missan Oil COMPANY, COMPANY and
CONTRACTOR. COMPANY shall inform CONTRACTOR the execution of option wells at least one (1)
month before this contract closing.
2. COMPANY has the right to cancel drilling operation for 36"hole and 30" conductor cementing, and the total
price for this sections accordingly shall be decreased in the lump sum price of the well.
3. The decision for casing shoe setting depth should be confirmed from COMPANY before running casing.
4. The country of origin of casing accessories and liner hanger shall be as per M issan Oil COMPANYs
requirements (Qualified Supplier from Missan Oil Company) and instructions, including USA, Japan,
Canada, and West Europe, or any other countries which may be approved by Missan Oil COMPANY .
Before each well spudding, CONTRACTOR shall submit certificate of origin which should be stamped by
Iraq embassy, TPI certificate as Company Requirement, commercial invoice, package list, API
Certificate, ISO Certificate, Product specifications, Product operation procedure etc. The TPI scope shall
follow COMPANYs requirement as attachment in this General Requirement.
5. Contactor shall submit drilling program to COMPANY for approval before well spud-in, and if there is
necessary to change program which approved by COMPANY in drilling operation, CONTRACTOR shall
submit the change scope to COMPANY for approval. CONTRACTOR shall provide drilling program to
COMPANY to review at least two weeks before spud-in, and CONTRACTOR shall provide cementing
program for 13-3/8, 9-5/8 and 6-5/8 casing to COMPANY with lab test result, software analysis, etc. at
least two days before operating.
6. The daily reports shall be sent to COMPANY representative on or before 7:00 AM every day in operation
duration, and CONTRACTOR shall submit the cementing program and casing tally to COMPANY ahead 24
hours before cementing job, and cementing report should be submitted within 24 hours after job. The
summary for each hole sections operation and for all well drilling operation should be submit to COMPANY
representative within 3 calendar days after each operation completed. COMPANY will perform the payment
after approving the summary submitted by CONTRACTOR.
7. Each well site will be checked before acceptance by Contractor, Contractor has the obligations for wells site
maintenance during drilling operation. Any loss by environment damage pollution or well site damaged
caused by Contractors fault in operation stage should borne by Contractor, and well site should be checked
before acceptance by Company after rig moving.
8. CONTRACTOR should provide the torsion monitor indicator service during casing running, and submit the
monitor record to COMPANY representative after running casing and tubing for gas seal casing.
Casing Accessories
1-Float equipment
The Scope of Inspection Must Be Witnessing for full manufacturing tests According To (API Standard ISO
9001:2008 QUALITY management system requirements; ISO 18165:2001/API RP 10F Performance Testing
Of Cementing Float Equipment; ISO 10427-3
API Spce 5B- Specification for threading, gauging and thread inspection of casing, tubing and line pipe threads.
API Spec 5CT- Specification for casing and tubing
ASTEM E18-08B- Standard Tests for Rockwell Hardness Testing
Type of inspection
-
INSPECATION
Review
Witness
Witness/ Review
Review
Witness
Review
Witness
Witness
Witness
2-Stage Collars
The Scope of Inspection Must Be Witnessing for full manufacturing tests According To (API Standard ISO
9001:2008 QUALITY management system requirements;
API Spce 5B- Specification for threading, gauging and thread inspection of casing, tubing and line pipe threads
API Spec 5CT- Specification for casing and tubing
ASTEM E18-08B- Standard Tests for Rockwell Hardness Testing
Liner Hanger
The Scope of Inspection Must Be Witnessing for full manufacturing tests according to (API Standard
ISO 9001:2008 - QUALITY management system requirements; ISO 10427-3
API Spce 5B- Specification for threading, gauging and thread inspection of casing, tubing and line pipe
threads
API Spec 5CT- Specification for casing and tubing
ASTEM E18-08B- Standard Tests for Rockwell Hardness Testing
Type of inspection
Document and QC record review
Visual examination checks
Witness tests
Final inspection
ITEM
INSPECATION
1
2
3
4
5
6
7
8
9
3
Unit
Test method
Specification
Note
END OF Exhibit 5-1, Attachment 5 of Appendix A
Result
LOGISTIC REQUIREMENTS
FOR
DRILLING RIG AND ASSOCIATED SERVICES FOR
TWELVE VERTICAL WELLS
1.
Contractor should submit fuel monthly plan on or before the 20th of pre-month. Potable water will be
provided by Contractor.
2. Contractor should submit the fuel applications to Company at least 3 days before each supplement.
3. CONTRACTOR shall provide the average of daily fuel consume for each rig and camp in the rig
specification list before contract execution.
END OF Exhibit 5-2, Attachment 5 of Appendix A
CONSTRUCTION REQUIREMENTS
FOR
DRILLING RIG AND ASSOCIATED SERVICES FOR
TWELVE VERTICAL WELLS
4. COMPANY shall provide water proof material for cutting and sewage pit, CONTRACTOR shall be
responsible for water proof material transport from warehouse to well pad site and installation before spudin.
5. CONTRACTOR shall be responsible for all water supplies during drilling operation and completion
operation.
END OF Exhibit 5-3, Attachment 5 of Appendix A
APPENDIX B
WORK SCHEDULES AND MILESTONES
CONTRACTOR shall provide a detailed drilling schedule and information as following:
Oilfield
Well Name
Well Type
Reservoi
r
Abu
Ghirab
AGCS-50
Production / Vertical
Asmari
AGCS-51
Production / Vertical
Asmari
AGCS-52
Production / Vertical
Asmari
AGCS-53
Production / Vertical
Asmari
AGCS-54
Production / Vertical
Asmari
6
7
AGCS-55
AGCS-56
Production / Vertical
Production / Vertical
Asmari
Asmari
No.
1
2
Rig Name
Well
Depth
(RKB m)
Mobilization
period
After
awarding bid
Est. Spud
in date
Est. Dri
Drilling
Duratio
(days)
Buzurga
n
11
12
Fauqi
AGCN-57
Production / Vertical
Asmari
BUCN-58
Injection / Vertical
Mishrif
BUCN-59
Injection / Vertical
Mishrif
BUCS-61
Injection / Vertical
Mishrif
FQCN-54
Injection / Vertical
Asmari
Note:
(1) Company has the right to adjust the drilling total depth, well name, and well location according to
geological requirement.
(2) Company has the right to decide and adjust the drilling wells sequence according to Geology &
Reservoir development requirement. It is no extra charge incurred if the actual measured depth for total
TD of all wells within +/- fifty (50) meters comparing with final geological and drilling design.
Otherwise, if the actual measured depth for total TD of all wells beyond +/- fifty (50) meters caused by
geological reason or Companys requirement, which cause to the measure depth increase or decrease,
the footage costs increased or decreased shall be calculated as per meter-rage rate as specified.
CONTRACTOR shall provide the proposed mobilization and demobilization information as following:
Number of
Drilling operation
Contractor
Number of Wells
Rig
Mob Period
duration with
Demob Period
s
rig Move
12 wells
Note: The mobilization period is the maximum duration from Contract Date to the first wells spud-in date of the
Contract workload.