0% found this document useful (0 votes)
60 views

SCV Load Out Service Requirements Rev.01

This document outlines requirements for load out of a slug catcher vessel from PT. Citra Tubindo Engineering in Batam, Indonesia to a vessel. It requires the subcontractor to provide engineering analysis and perform the transportation, load out, and marine operations. The subcontractor is responsible for equipment, permitting, and following all procedures to safely load out the 121134 kg, 4350mm diameter by 11600mm long slug catcher vessel onto a cargo barge or LCT vessel. A responsibility matrix defines that the subcontractor is responsible for transportation, load out engineering and execution, while the contractor is responsible for vessel details.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
60 views

SCV Load Out Service Requirements Rev.01

This document outlines requirements for load out of a slug catcher vessel from PT. Citra Tubindo Engineering in Batam, Indonesia to a vessel. It requires the subcontractor to provide engineering analysis and perform the transportation, load out, and marine operations. The subcontractor is responsible for equipment, permitting, and following all procedures to safely load out the 121134 kg, 4350mm diameter by 11600mm long slug catcher vessel onto a cargo barge or LCT vessel. A responsibility matrix defines that the subcontractor is responsible for transportation, load out engineering and execution, while the contractor is responsible for vessel details.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 15

SLUG CATCHER VESSEL LOAD OUT

SERVICE REQUIREMENTS

A. GENERAL REQUIREMENT

SUBCONTRACTOR to provide suitable Method and Engineering Analysis, Spread and


perform transportation and load out of Slug Catcher Vessel from PT. Citra Tubindo
Engineering (CTE), Batam to Vessel.

Cranage/SPMT, loadout frame, support on vessel deck, load out bridge, personnel
gangway, miscellaneous loadout item, etc required for performing loadout shall be under
SUBCONTRACTOR responsibility.

SUBCONTRACTOR to organize marine operation (mooring of cargo barge including supply


of line and personnel, securing the line).

SUBCONTRACTOR to perform below operation in the cargo barge, but not limited to:

- Open Man hole


- Gas test check and issue gas test certificate
- Dimensional check, marking the target location
- Welding of seafastening (detail seafastening, fabrication and installation by
SUBCONTRACTOR)
- NDT
- Issue gas test certificate prior sail away
- Closing Man Hole
- Housekeeping the cargo barge

SUBCONTRACTOR to manage also the required permit to perform activities (details


required permit to be closed described on section E point#12,13 and 14).

Detail address of CTE:


Jl. Hang Kesturi III B, Unit S-12 Kav A19-F
Kabil Industrial Estate, Batam 29467 - Indonesia

B. SLUG CATCHER VESSEL DIMENSION & WEIGHT

Dimension & Weight

Dimension (Size) 4350mm Dia. X 11600mm Length

Weight 121134 kg

C. VESSEL SPECIFICATIONS – TBC

OPTION 1 - LCT

Description Minimum Requirement

Deck Size 500 m2 (minimum)

Loaded draft 2.5m

Ramp door (length x width) 7m x 5m

DWT 1000 tons

Deck strength 5 t/m2 (min)


OPTION 2 – CARGO BARGE

Description Minimum Requirement

Length (LOA) 120ft

Breadth (MLD) 40ft

Depth (MLD) 8ft

DWT 600 tons

Deck strength 5 t/m2 (min)

D. SCOPE OF WORK

D.1 Project Management and Engineering


SUBCONTRACTOR shall undertake all necessary project management including
planning, engineering for load out, quality assurance and quality control, safety
management, subcontract management, reporting, interfacing with COMPANY
and CONTRACTOR as necessary to perform the WORK.

In order to complete the WORK in a controlled manner, SUBCONTRACTOR shall,


but not limited to:
1. Develop any project procedures as part of the overall documents to be
approved by the COMPANY/CONTRACTOR/MWS.
As minimum following document shall be provided:
a) Loadout procedure (including Ballast procedure)
b) Loadout skidframe design and verification
c) Loadout route soil compactness verification
d) Jetty strength verification
e) Loadout bridge verification
f) Barge mooring calculation
g) Load Out analysis included but not limited to:
i. Ballasting calculation
ii. Barge deck strength analysis (global and local)
iii. Barge stability during loadout
iv. Transportation support and seafastening analysis
h) Tide assessment and selection
2. Work closely with the CONTRACTOR to optimise the work scope
3. Perform Hazard Identification and Risk Assessment for each operation

SUBCONTRACTOR shall identify Key personnel and shall be considered core


members of the Management Team. They shall be mobilized immediately upon
award of the contract (after submission of CV’s and Contractor’s approval of
nominated personnel) and shall be retained for the duration of the contract.
Replacement/demobilization of these personnel shall only be by approval, or
request, from Contractor.

SUBCONTRACTOR shall only employ and provide suitable competent and


experienced personnel who are proficient in its field of work as required by
CONTRACTOR.
SUBCONTRACTOR shall ensure that all proposed personnel are competent for
each role and fully compliant with local regulations and COMPANY requirement.
CONTRACTOR reserves the right to replace any personnel which is deemed
incompetent or uncooperative during the work. SUBCONTRACTOR shall replace
the personnel immediately under SUBCONTRACTOR’s cost.

Subcontractor shall has loadout experienced in Batam area. Loadout experience


shall be submitted to CONTRACTOR for review.
Subcontractor shall has construction experienced in Batam area. construction
experience shall be submitted to CONTRACTOR for review.
The submitted loadout document will subject to COMPANY's and CONTRACTOR’s
MWS review and approval.

D.2 Equipment, Materials and Consumables


SUBCONTRACTOR shall use the equipment and materials that comply with
COMPANY/CONTRACTOR requirements to perform the WORK. SUBCONTRACTOR
shall procure all consumables or spare parts required to perform/complete the
WORK and shall have all necessary permits/licenses for material importation from
foreign sources.

SUBCONTRACTOR shall notify and propose to COMPANY/CONTRACTOR if they


intend to use different materials to the ones indicated in the approved drawings
and procedures for the completion of WORK. These materials shall be approved
by COMPANY/CONTRACTOR. SUBCONTRACTOR shall provide all resources
necessary to complete the WORK. These resources shall be included but not be
limited to the following:

1. Certified SPMT
2. Certified crane
3. Certified fork lift
4. Certified lashing gear
5. Certified rigging materials (slings, shackles, etc.)
6. Certified lifting equipment
7. Certified welding and NDT equipment
8. Certified testing equipment
9. External ballast system including pump, piping, valve, power generator, etc
10. Gangway for personnel transfer (jetty to barge vice versa)
11. Loadout bridge
12. Mooring system (winch, wire, connections, etc)
13. Certified Gas Test Equipment

E. RESPONSIBILITY MATRIX

No Work Description Responsibility Remarks

CTR SUB

1. Slug Catcher Vessel GA Drawing X

2. Vessel Details X

3. Transportation Route X From Workshop to Vessel/barge


No Work Description Responsibility Remarks

CTR SUB

4. Transportation arrangement on X
SPMT (including lashing on
SPMT)

5. SPMT and load out beam X


details including certificate

6. Load Out Sequence X

7. Load Out procedure including X


time line (schedule) and other
procedure as mentioned on
section D1

8. Load Out Analysis including X


Jetty Strength Analysis and
other analysis as mentioned on
section D1

9. List of Personnel and X


Equipment (mobilization plan)

10. Supply of consumable X

11. Supply of Equipment X Equipment shall have valid certificate and certified by
(Equipment (welding machine, relevant authorities. Inspection for equipment shall
craneage, lift riggings etc.)) be performed regularly.

12. Transport/Trucking Permit X - Permit 1 C to Port Authority


- Info to the port and permit to enter the
transportation (SPMT) to Citranusa Kabil Port
- Safety Induction for personnel who will enter
Citranusa Kabil Port

13. Load Out Permit (and other X - Have to appoint registered Stevedoring Company
loading cargo if necessary) to work in Citranusa Kabil Port
- Stevedore Company will take care of permit 1B to
Port Authority and Citranusa Kabil Port

Note: above permit to be obtained if any other items


to be covered/loaded.

14. Hot Work Permit X - Hot work permit to Harbour Master, arrange by
shipping agent
- Before start hot work there must have a gas free
certificate from a third party
- The shipping agency must inform to the Port if
there will have a hot work and submit a copy of
the hot work permit
- Must have certificate for Personnel's &
Equipment's
- Safety Induction for personnel who will enter
Citranusa Kabil Port
No Work Description Responsibility Remarks

CTR SUB

15. Welding and NDT Operation, X SUBCONTRACTOR shall not start welding and NDT
equipment, and consumables activities prior welding and NDT procedures have
been approved by COMPANY/ CONTRACTOR.

16. Welding and NDT records / X To be approved by CONTRACTOR representative


reports

17. HSE personnel, documentation X


and management

18. QA/QC X

19. Dimensional Control Checks X

20. Weather Forecast X

21. As-built dossier X As-built dossier shall be reviewed and approved by


CONTRACTOR

22. Marine Warranty Surveyor X In coordination with COMPANY

23. Gas Free Certificates X - Upon arrival in jetty


- Prior departure (after seafastening/hot work
completed)

24. Opening and Closing manhole X Opening  Upon arrival

Closing  Prior departure

25. Ramp/bridge X Including engineering design and fabrication


Installation/Removal

26. Loadout support on barge deck X Including engineering design, fabrication and
installation

27. Seafastening X Including engineering design, fabrication and


installation

28. Barge Mooring X In coordination with marine crew or stevedore liaised


with Port Authority

29. Skidframe installation X If applicable for proposed method

30. External Ballasting System, X If necessary


including Ballasting network
(hose route/equipment layout
and placement) installation

31. Pilotage X

32. Assist Tug (if required) X

33. Vessel Clearance X OPTIONAL

34. Cargo Customs Clearance X OPTIONAL


F. SCHEDULE

The Load out schedule period is on March 2020.

G. TENDER REQUIREMENT

SUBCONTRACTOR shall submit a comprehensive Commercial Bid consisting of the following


(as a minimum):

• The completed Schedule of Prices


• Technical qualifications, if any
• Commercial qualifications, if any
• Letter of binding commitment
• a copy of current Insurance Certificates
• a current set of accounts (profit, loss and balance sheet)
• Any other relevant commercial information.
• HSE Document to be provided during bidding stage refer to document Ref. [P02]
Section I.
Set of Quality documents to be submitted with the bid:

• SUBCONTRACTOR shall provide copy of ISO 9001:2015 Quality Management System


Certificate, List of SUBCONTRACTOR's own Quality Management System
documentation, and if applicable relevant documents as required according to Scope of
Work.

H. PRICING

SUBCONTRACTOR shall submit a comprehensive schedule of prices consisting below as


minimum:

Rates
No. Description Unit
[IDR]

1. Project Management Lump-sum

2. Permit : Lump-sum
- Transport/Trucking Permit
- Load Out Permit
- Hot Work Permit

3. Vessel Clearance (OPTIONAL) Lump-sum

4. Cargo Customs Clearance (OPTIONAL) Lump-sum

5. Engineering Lump-sum

6. Equipment, Material & Consumable Lump-sum

7. Fabrication and installation of grillage and Lump-sum


seafastening

8. Transport and Load Out activity (including marine Lump-sum


activities, pilotage and assist tug)
The lump-sum is fully inclusive of all costs and expenses necessary for the completion of
services as per CONTRACTOR or COMPANY requirements. Such costs and expenses shall
include, but are not limited to the following:

• Arrangement of permit which are necessary to be arranged to support the operation


• All personnel allowances, all necessary training/certificate and taxes (including Indonesian
VAT and Indonesian withholding tax) as applicable.
• All administration expenses, general overhead, insurances and taxes
• All necessary overtime working (including working 10 hours at onshore site, 7 days per
week)
• All administration expenses, general overhead, insurances and taxes

I. REFERENCE DOCUMENTS

H.1 Company Project Documents

[C01] 220800BGSCM1031 Scope of Work FPU Upgrade


[C02] 220800BGRBM1030 Basis of Design for EPCI-1
[C03] 220800BGELM1018 International Code and Company Standards

H.2 Merakes Project Documents

[P01] 220810DBQR03305 Quality Requirements for SUBCONTRACTORs


[P02] 220810DFSF07828 Project HSE Requirements for SUBCONTRACTORs
[P03] 220810DFPA07821 Project HSE Plan
[P04] 220810DFPA07848 Project Emergency Response & Medical Evacuation
Plan
[P05] 220810DVDACT025 Merakes Slug Catcher - General Assembly
[P06] 220810DVDACT035 Merakes Slug Catcher - Slinging / Lifting
Arrangement Drawing
[P07] 220810DVDACT036 Merakes Slug Catcher - Shipping Drawing

H.3 Code, Standards, and Other Reference Document

[S01] BKI Guidelines For the Construction And


Classification/Certification of Floating Production,
Storage and Offloading Units, Edition 2009
[S02] DNVGL-ST-N001 Marine Operations and Marine Warranty
[S03] MIGAS 84.K/38/djm/1998 Inspection Guidelines for Safety on Facilities,
Equipment and Technology used in Oil and Gas and
Geothermal Activity
[S04] OHSAS 18001:2007 Occupational Health and Safety Management
System
[S05] ISO 45001:2017 Occupational Health and Safety Management
System
[S06] ISO 14001:2004 Environmental Management System
[S07] SOLAS - Part 3, Chapter 6 Life Saving Appliances & Arrangements
A
S
M
E
U2
CLASS 2

AIPEM
A
S
M
E
U2
CLASS 2

AIPEM
AIPEM

You might also like