77
Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION PART IV SECTION VII TECHNICAL INFORMATION

Part 4 - Section VII Technical Information

Embed Size (px)

Citation preview

Page 1: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART

IV

SECTION

VII

TECHNICAL

INFORMATION

Page 2: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 1

TABLE OF CONTENT 1 GENERAL ........................................................................................................................................ 2

1.1 PREAMBLES ................................................................................................................................................... 2 2 HEALTH, SAFETY, SECURITY AND ENVIRONMENT (HSSE) ..................................................... 2

2.1 HSSE TEAM SPECIFICATION........................................................................................................................ 2 2.2 MANDATORY TRAININGS ............................................................................................................................. 3 2.3 COMPANY APPROVED TRAINING CENTERS ............................................................................................. 6

3 NOT USED ....................................................................................................................................... 7 4 QUALITY ASSURANCE AND QUALITY CONTROL ..................................................................... 7

4.1 INSPECTION AND TESTING EQUIPMENT ................................................................................................... 7 4.2 QA/QC PERSONNEL ...................................................................................................................................... 8 4.3 DOCUMENTATION ....................................................................................................................................... 11

5 PROJECT MANAGEMENT ........................................................................................................... 11 5.1 PROJECT MANAGEMENT TEAM SPECIFICATIONS .................................................................................. 11 5.2 ONSHORE OFFICE FACILITIES .................................................................................................................. 13 5.3 IT EQUIPMENT ............................................................................................................................................. 16

6 NOT USED ..................................................................................................................................... 17 7 NOT USED ..................................................................................................................................... 17 8 OPERATION AND CONSTRUCTION ........................................................................................... 17

8.1 CONSTRUCTION PERSONNEL ................................................................................................................... 17 8.2 TOOLS AND EQUIPMENT ............................................................................................................................ 23 8.3 NOT USED .................................................................................................................................................... 47 8.4 NOT USED .................................................................................................................................................... 47 8.5 PERSONAL TOOLKITS ................................................................................................................................ 47

9 WORKPACK PREPARATION ....................................................................................................... 51 9.1 WORKPACK TEAM PERSONNEL ................................................................................................................ 51 9.2 WORKPACK PREPARATION AIDS .............................................................................................................. 53

10 ONSHORE MINOR FABRICATION............................................................................................... 54 10.1 MINOR FABRICATION YARD ....................................................................................................................... 54 10.2 MINOR FABRICATION PERSONNEL ........................................................................................................... 59

11 MATERIALS ................................................................................................................................... 59 11.1 PROCUREMENT PERSONNEL.................................................................................................................... 59 11.2 PROJECT CONSUMABLES ......................................................................................................................... 60 11.3 CONSUMABLES INCLUDED IN THE CONTRACT ...................................................................................... 70

12 HYDROPACK, SPADING AND REINSTATEMENT MATERIALS ............................................... 71 12.1 GENERAL ..................................................................................................................................................... 71 12.2 NOT USED .................................................................................................................................................... 71 12.3 NOT USED .................................................................................................................................................... 71 12.4 NOMINAL SPREAD IN LOGISTIC YARD ..................................................................................................... 71

13 LOGISTIC FACILITIES AND WAREHOUSE ................................................................................ 72 13.1 LOGISTIC YARD ........................................................................................................................................... 72

Page 3: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 2

1 GENERAL

1.1 PREAMBLES

1.1.1 The following list forms the index of CONTRACT specifications that the CONTRACTOR shall comply for the performance of the WORK

1.1.2 The CONTRACTOR shall have included in the prices and rates as detailed in SECTION III - SCHEDULES OF PRICES the full price implication of complying with all specifications listed hereunder

1.1.3 For any specifications not detailed herein the CONTRACTOR shall formally request same from COMPANY in writing prior to commencing the WORK

1.1.4 Where procedures, guidelines and engineering specifications mentioned herein are not attached, the electronic copies are available upon request.

1.1.5 CONTRACTOR shall comply with latest revisions of guidelines, procedures, specifications and standards as listed in: • Appendix 8.1 Specifications for Tension Leg Platform and Topside Facilities (MLK-000-300-AA-

7880-0001 03A)

1.1.6 CONTRACTOR shall also refer to following • Appendix 8.2 Malikai Process Engineering Flow Scheme • Appendix 8.3 Malikai Utility Engineering Flow Scheme

2 HEALTH, SAFETY, SECURITY AND ENVIRONMENT (HSSE)

2.1 HSSE TEAM SPECIFICATION

2.1.1 The main specifications of the HSSE Team shall comply with TABLE 7-1: HSSE TEAM SPECIFICATIONS

TABLE 7-1: HSSE TEAM SPECIFICATIONS

1 PREAMBLES

1.1 GENERAL REQUIREMENTS

1.1.1 The following descriptions specify the minimum requirements for the personnel to be provided by the CONTRACTOR

1.1.2 The CONTRACTOR shall recruit Malaysian citizen The CONTRACTOR shall demonstrate or provide evidence of non-availability of suitable Malaysian when submitting proposals of non-Malaysians

2 HSSE TEAM

2.0 HSSE MANAGER

2.0.1 Shall possess a recognized degree in any engineering discipline or equivalent

2.0.2 Shall have good knowledge in the Occupational Safety & Health Act (OSHA) 1994

2.0.3 Shall have 10 years hands-on experience in the Oil and Gas Industries or construction industries

2.0.4 Shall have a minimum of 5 years in managing offshore construction hazards and HSSE activities

2.0.5 Shall be knowledgeable in accident reporting and the investigation process

2.0.6 Shall have knowledge of interface needs/issues, PtW system & HIRA or HAZID process

2.1 HSSE ENGINEER

2.1.1 Shall possess a recognized degree in any engineering discipline or equivalent

2.1.2 Shall have good knowledge in the Occupational Safety & Health Act (OSHA) 1994

2.1.3 Shall have 5 years hands-on experience in the Oil and Gas Industries or construction industries

2.1.4 Shall have a minimum of 3 years in managing offshore construction hazards and HSSE activities

2.1.5 Shall be knowledgeable in accident reporting and the investigation process

2.2 HSSE COORDINATOR

2.2.1 Shall possess a recognised trade apprenticeship

Page 4: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 3

2.2.2 Shall have at least 5 years experience holding a HSSE position in Oil and Gas Industries

2.2.3 Shall be knowledgeable in offshore construction hazards and HSSE activities

2.2.4 Shall be knowledgeable in the Occupational Safety & Health Act (OSHA) 1994

2.3 JUNIOR HSSE COORDINATOR

2.3.1 Shall possess a recognised degree in any engineering discipline

2.3.2 Shall have at least 3 years experience in the construction Industries

2.4 SAFETY OFFICER

2.4.1 Shall passed SPM or equivalent education

2.4.2 Shall have at least 5 years of construction experience in Oil and Gas Industries of which at least 3 years as an Safety Officer in the offshore environment

2.4.3 Shall have passed one of the following professional safety courses: ⋅ NIOSH (National Institute of Occupational Safety and Health) ⋅ DIPSM (Diploma in Safety Management, UK) ⋅ CSO (Certified Safety Personnel, USA)

2.2 MANDATORY TRAININGS

2.2.1 The relevant CONTRACTOR’s RESOURCES shall undergo the mandatory trainings as detailed in TABLE 7-2: SCHEDULE OF MANDATORY TRAININGS below. All Cost associated with provision of these trainings to CONTRACTOR’s personnel shall be deemed inclusive in the CONTRACT PRICE

TABLE 7-2: MANDATORY TRAINING FOR CONTRACTOR PERSONNEL

COURSE TITLE ATTENDANCE GROUP TRAINING CENTER

BASIC COMBINED SEA SURVIVAL

CA1 – Combined Sea Survival and Offshore Safety Procedures, Helicopter Underwater Escape Training (with EBS) and Basic Fire Fighting & Self Rescue Basic Course

All CONTRACTOR RESOURCES who are required to go offshore and spend more than 5 days offshore

T1, T2, T3, T4, T5

REFRESHER COMBINED SEA SURVIVAL

CA2 – Combined Sea Survival and Offshore Safety Procedures, Helicopter Underwater Escape Training (with EBS) and Basic Fire Fighting & Self Rescue Refresher Course

All CONTRACTOR RESOURCES in the above category with the initial CA1 training expired

T1, T2, T3, T4, T5

COMBINED OFFSHORE EMERGENCY TRAINING

CA3 – Combined Offshore Emergency Training (COET). Inclusive of Sea Survival, Helicopter Underwater Escape Training (with EBS), Basic Fire Fighting and Basic Life Support

All CONTRACTOR RESOURCES who are onshore based making Non Regular helicopter or boat trips to work offshore and spend less than 5 nights offshore.

T1, T2, T3, T4, T5

SUPERVISORY HSE WORKSHOP

Supervisory HSE Workshop All CONTRACTOR Supervisory RESOURCES such as Senior HSE Engineer, HSE Engineer, HSE Coordinator, Safety Officer, Operation Engineer, Field Engineer, Construction Superintendent, Construction Supervisor, Shift Supervisor, Assistance Shift Supervisor, Trades Supervisor and VESSEL Master

T1

PERMIT TO WORK MANAGEMENT TRAINING

Page 5: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 4

Permit To Work Management Training All CONTRACTOR RESOURCES who are designated as Senior HSE Engineer, HSE Engineer, HSE Coordinator, Safety Officer, Operation Engineer, Field Engineer, Construction Superintendent, Construction Supervisor, Shift Supervisor, Assistance Shift Supervisor and Trades Supervisor

T1

PERMIT TO WORK APPLICANT TRAINING

Permit To Work Applicant Training All CONTRACTOR Supervisory RESOURCES inclusive of Trades Foremen who are designated as Permit Applicants

T1, T6

FIRE TEAM/LEADER REFRESHER TRAINING

Fire Team/Leader Refresher Course All CONTRACTOR RESOURCES who are designated as Fire watchers and Fire Fighters in the Emergency Response Team

T1

HELICOPTER FIRE FIGHTING TRAINING

Helicopter Fire Fighting Training All CONTRACTOR RESOURCES who are assigned with fire fighting duties in Chopper Landings

T1

BREATHING APPARATUS WEARER TRAINING

Breathing Apparatus Wearer Training

All CONTRACTOR RESOURCES who are required to work in Confined Space and Chemical cleaning

T1

SCAFFOLDING APPRECIATION COURSE

Scaffolding Appreciation Course All CONTRACTOR RESOURCES who are designated as Senior HSE Engineer, HSE Engineer, HSE Coordinator, Safety Officer, Operation Engineer, Field Engineer, Construction Superintendent, Construction Supervisor, Shift Supervisor and Assistance Shift Supervisor

T1, T11, T12, T13, T14, T15, T16, T17

SCAFFOLDING LEVEL 1 TRAINING

Scaffolding Level 1 All CONTRACTOR RESOURCES who are designated as Scaffolding Supervisor, Scaffolding Inspector, Scaffolding Foreman, Scaffolder I and Scaffolder II

T11, T12, T13, T14, T15, T16, T17

SCAFFOLDING LEVEL 2 TRAINING

Scaffolding Level 2 All CONTRACTOR RESOURCES who are designated as Scaffolding Inspector, Scaffolding Supervisor, Scaffolding Foreman and Scaffolder II

T11, T12, T13, T14, T15, T16, T17

SCAFFOLDING INSPECTION TRAINING

Scaffolding Inspection Course All CONTRACTOR RESOURCES who are designated as Scaffolding Inspector

T11, T12, T13, T14, T15, T16, T17

CRANE OPERATOR TRAINING

Crane Operator Course All CONTRACTOR RESOURCES who are designated as Crane Operator on WORKSITE

T1

Page 6: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 5

BASIC RIGGING AND SLINGING TRAINING

Basic Rigging and Slinging Training All CONTRACTOR RESOURCES who are designated as Senior HSE Engineer, HSE Engineer, HSE Coordinator, Safety Officer, Operation Engineer, Field Engineer, Construction Superintendent, Construction Supervisor, Shift Supervisor, Assistance Shift Supervisor and Crane Operator

T1

RIGGING AND SLINGING COMPETENCE TRAINING

Rigging & Slinging Competence Course All CONTRACTOR RESOURCES who are designated as Rigging Supervisor, Rigging Foreman, Rigger I, Rigger II, Deck Foreman, Deck Hand, Signalman, Logistic Yard Supervisor

T1

ACCIDENT CONTROL TECHNIQUES (ACT) TRAINING

Accident Control Techniques (ACT) Training All CONTRACTOR RESOURCES who work in any of the WORK locations

T1

JOB HAZARD ANALYSIS (JHA) AWARENESS TRAINING

Job Hazard Analysis (JHA) Awareness Training All CONTRACTOR RESOURCES who are designated as Senior HSE Engineer, HSE Engineer, HSE Coordinator, Safety Officer, Operation Engineer, Field Engineer, Construction Superintendent, Construction Supervisor, Shift Supervisor, Assistance Shift Supervisor, Trades Inspector and Trades Foreman

T1

HEMP AWARENESS TRAINING

HSEMS & Hazard and Effect Management Process (HEMP) Awareness Training

All CONTRACTOR RESOURCES who are in the Project Management Teams and those designated as HSE Coordinator, Safety Officer, Construction Superintendent, Construction Supervisor, Shift Supervisor, Trades Supervisor, VESSEL master and Trades Inspector

T1

ACCIDENT/INCIDENT INVESTIGATION TRAINING

Accident/Incident Investigation Workshop All CONTRACTOR Supervisory RESOURCES such as Senior HSE Engineer, HSE Engineer, HSE Coordinator, Safety Officer, Operation Engineer, Construction Superintendent, Construction Supervisor and VESSEL Master

T1

EMERGENCY FIRST AID TRAINING

Emergency First Aid Course All CONTRACTOR RESOURCES who are designated as First Aider

TBA

DEFENSIVE/SAFE DRIVING TRAINING

Defensive/Safe Driving Course All CONTRACTOR RESOURCES who are designated as Vehicle Driver to transport CONTRACTOR’s personnel

T1

FORKLIFT COMPETENCY TRAINING

Forklift Competency Training All CONTRACTOR RESOURCES who are designated as Forklift Driver

T1

Page 7: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 6

COMPETENT AUTHORIZED PERSONNEL TRAINING

Competent Authorized Personnel Training All CONTRACTOR RESOURCES who are designated as Competent Authorized Personnel to inspect lifting gears

T1

GANGWAY WATCHER INDUCTION

Gangway Watcher Induction Course All CONTRACTOR RESOURCES who are designated as Gangway Watcher

COMPANY

2.3 COMPANY APPROVED TRAINING CENTERS

2.3.1 COMPANY shall only recognize mandatory trainings conducted by the COMPANY Approved Training Centres detailed in TABLE 7-3: COMPANY APPROVED TRAINING CENTRES below:

TABLE 7-3: COMPANY APPROVED TRAINING CENTERS

1 TRAINING CENTRE: T1

SRIBIMA Maritime Training Centre, Lot 102 Kuala Baram, P O Box 106, 98107 Lutong

Tel: 085-65 6022, Fax: 085-65 4713/65 6021

2 TRAINING CENTRE: T2

MSTS Asia Sdn Bhd, Lot 2984, Block 5, Block G, Jalan Peninsula, Kampung Pulau Melayu, 98000 Miri, Sarawak

Tel: 085-41 5815; Fax: 085-41 6816

OR

Landing Craft Jetty, Jalan Cargo Merbahaya, Kawasan Pelabuhan Johor, 8170 Pasir Gudang, Johor

Tel: 07-252 2108; Fax: 07-252 2081

3 TRAINING CENTRE: T3

Construction and Industrial Safety Training Centre Sdn Bhd, (CONSIST Centre), Level 7, Green Wing, Bangunan Pro-Centre, Lot 330, Batu 8, Jalan Ulu Kelang, 68000 Ampang, Selangor

4 TRAINING CENTRE: T4

Terengganu Safety Training Centre Sdn Bhd, Kemaman, Terengganu

5 TRAINING CENTRE: T5

SEQU Offshore Safety Sdn Bhd, Suite 8.3, 8th Floor, Heritage House, 33 Jalan Yap Ah Shak, 50300 Kuala Lumpur

Tel: 03-2693 7191; Fax: 03-2693 6915

6 TRAINING CENTRE: T6

BSTS Sdn Bhd, Lot 1191-1192, First Floor, Lutong Baru Commercial Centre, 98100 Lutong

Tel: 085-66 1810; Fax: 085-66 2495

7 NOT USED

8 TRAINING CENTRE: T8

Malaysian Red Crescent Society, Miri

9 TRAINING CENTRE: T9

HI-TRA Enterprise Sdn Bhd, HI-TRA Training Institution, Lot 141, Tingkat Dua, Jalan Datuk Ajibah Abol, 93400 Kuching

Tel/Fax: 082-24 2436

OR

Page 8: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 7

Lot 506, Bangunan PERKIS, Pelita Commercial Centre, 98000 Miri

Tel/Fax: 085-66 0643

10 NOT USED

11 TRAINING CENTRE: T11

NIOSH, Lot 1, Jalan 15/1, Section 15, 43650 Bandar Baru Bangi, Selangor Darul Ehsan

Tel: 03-8926 1900

OR

NIOSH East Malaysia Regional Office, No.93, Lot 3379 Parkcity Commerce Square, Jalan Tun Ahmad Zaidi, Bintulu, Sarawak

Tel: 086-33 0600

12 TRAINING CENTRE: T12

National Occupational Skill Standard (NOSS)

13 TRAINING CENTRE: T13

HSE Resources Sdn Bhd, Lot 3, Km 19, Pekan Sungai Udang Melaka

OR

Bangunan Persatuan Melanau Miri, 536 Jalan Kipas, 98000 Miri

Tel: 013-8155335, Fax: 085-439202

14 TRAINING CENTRE: T14

Fuwell Safety & Scaffolding Training Centre Sdn Bhd, 33 Taman Melaka Raya

15 TRAINING CENTRE: T15

EDI Training & Consultant Sdn Bhd, 3417-3418, Parkcity Commercial Square, Bintulu

16 TRAINING CENTRE: T16

Akademi Binaan Malaysia/CIDB, Tingkat 7, Grand Seasons Avenue No. 72, Kuala Lumpur

17 TRAINING CENTRE: T17

Asia Skill Training Sdn Bhd, Suite 8.21 – 8.22, Hoch Kui Commercial Centre, Kuching

3 NOT USED

4 QUALITY ASSURANCE AND QUALITY CONTROL

4.1 INSPECTION AND TESTING EQUIPMENT

4.1.1 All Inspection, Measurement and Testing Equipment (IMTE) shall comply with Codes, COMPANY Standards and Local Authorities’ requirements.

4.1.2 IMTE shall be registered and centrally controlled by Project Office for calibration validity

4.1.3 CONTRACTOR shall provide IMTE to cover each WORK location and shall comply with quantity and specifications detailed in TABLE 7-10: INSPECTION, MEASUREMENT AND TESTING EQUIPMENT SPECIFICATIONS

TABLE 7-10: INSPECTION, MEASUREMENT & TESTING EQUIPMENT SPECIFICATIONS

1 INSPECTION, MEASUREMENT AND TESTING EQUIPMENT (IMTE)

1.1 GENERAL

1.1.1 The below quantity is for each WORK location

1.2 WELDING INSPECTION

1.2.1 Welding Gauge 1 UNIT

Page 9: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 8

1.2.2 Hi-Low Gauge 1 UNIT

1.2.3 Inspection Mirror 1 UNIT

1.2.4 AC/DC Clamp Meter 1 UNIT

1.2.5 Contact Thermometer 1 UNIT

1.2.6 Oxygen Analyser (50ppm sensitivity) 1 UNIT

1.2.7 Non-Contact Thermometer (Infra-Red) 1 UNIT

1.3 BLASTING & PAINTING INSPECTION

1.3.1 Magnetic/Contact Thermometer (00C to 150 0C) 1 UNIT

1.3.2 Surface Profile Gauge 1 UNIT

1.3.3 Sling Psychrometer 1 UNIT

1.3.4 Whirling Hygrometer 1 UNIT

1.3.5 Dew Point Meter 1 UNIT

1.3.6 Wet Film Thickness Gauge 1 UNIT

1.3.7 Dry Film Thickness Gauge 1 UNIT

1.3.8 Inspection Mirror 1 UNIT

1.3.9 Low Voltage Holiday Tester 1 UNIT

1.3.10 High Voltage Holiday Tester 1 UNIT

1.3.11 SSPC Vis 1-89 Standard 1 UNIT

1.3.12 Illuminated Magnifier 1 UNIT

1.4 E& I INSPECTION

1.4.1 Clamp-n Multi meter 1 UNIT

1.4.2 Voltage Tester 1 UNIT

1.4.3 Non-Contact Voltage Probe 1 UNIT

1.4.4 Insulation and Continuity 500 V (DC) i.e. Megger Tester 1 UNIT

1.4.5 Insulation and Continuity 1000 V (DC) i.e. Megger Tester 1 UNIT

1.4.6 Insulation Tester 5 kV 1 UNIT

1.4.7 Portable Insulating Oil Test Set 1 UNIT

1.4.8 Measuring Bridge up to 6 kV 1 UNIT

1.4.9 Conductivity Tester 1 UNIT

1.5 ADDITIONAL EQUIPMENT

1.5.1 The following additional equipment shall be make available in CONTRACTOR’s Yard for mobilization to WORK locations as required:

1.5.1.1 Ferrite scope come with Calibration Set 3 UNITS

1.5.1.2 Portable Hardness Tester such as Equotip-3 or equivalent 2 UNITS

4.2 QA/QC PERSONNEL

4.2.1 The man specifications of the project management team shall comply with TABLE 7-11 QA/QC PERSONNEL SPECIFICATION

TABLE 7-11: QAQC PERSONNEL SPECIFICATIONS

1 PREAMBLES

1.1 GENERAL REQUIREMENTS

Page 10: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 9

1.1.1 The following descriptions specify the minimum requirements for the personnel to be provided by the CONTRACTOR

1.1.2 The CONTRACTOR shall recruit Malaysian citizen The CONTRACTOR shall demonstrate or provide evidence of non-availability of suitable Malaysian when submitting proposals of non-Malaysians

2 QA/QC TEAM

2.1 QA/QC ENGINEER

2.1.1 Shall possess a recognized degree in Mechanical Engineering or Metallurgy or Structural Engineering or Physics

2.1.2 Shall have a minimum of 8 years Inspection experience in the Oil and Gas Industries

2.1.3 Shall have a minimum of 5 years experience in maintenance of QMS in accordance to ISO 9000

2.1.4 Shall be a trained Assessor for Quality Management System accordance with ISO 9001: 2000

2.2 QA/QC COORDINATOR (ONSHORE OR OFFSHORE)

2.2.1 Shall possess a valid CSWIP 31 Welding Inspector certification

2.2.2 Shall possess a PCN Level II certification in Radiographic interpretation

2.2.3 Shall have a minimum of 5 years inspection experience in the Oil and Gas Industries

2.3 DCC COORDINATOR

2.3.1 Shall possess a recognised trade apprenticeship or good credits in STPM

2.3.2 Shall have 5 years experience in clerical field

2.3.3 Shall have at least 2 years experience in the technical field

2.3.4 Shall be skill in Microsoft offices applications

2.4 SENIOR WELDING INSPECTOR

2.4.1 Shall possess a valid CSWIP 32 Welding Inspector qualification

2.4.2 Shall possess a PCN Level II certification in Radiographic interpretation

2.4.3 Shall possess valid trade specific certification as detailed in MANDATORY TRAINING

2.4.4 Shall have a minimum of 10 years inspection experience in the hook-up and commissioning work in the Oil and Gas Industries or construction industries

2.4.5 Of which, 5 years shall be engaged as Senior Welding Inspector

2.5 WELDING INSPECTOR

2.5.1 Shall possess a valid CSWIP 31 Welding Inspector qualification

2.5.2 Shall possess a PCN Level II certification in Radiographic interpretation

2.5.3 Shall possess valid trade specific certification as detailed in MANDATORY TRAINING

2.5.4 Shall have a minimum of 6 years inspection experience in the hook-up and commissioning work in the Oil and Gas Industries or construction industries

2.5.5 Of which, 3 years shall be engaged as Offshore Welding Inspector

2.6 SENIOR PAINTING INSPECTOR

2.6.1 Shall possess a NACE Level III or British Gas Grade 1 or IMM Level II painting inspection certification

2.6.2 Shall possess valid trade specific certification as detailed in MANDATORY TRAINING

2.6.3 Shall have a minimum of 10 years inspection experience in Oil and Gas Industries or construction industries

2.6.4 Of which, 5 years shall be engaged as Senior Painting Inspector

2.7 PAINTING INSPECTOR

2.7.1 Shall possess a NACE Level III or British Gas Grade 1 or IMM Level II painting inspection certification

2.7.2 Shall possess valid trade specific certification as detailed in MANDATORY TRAINING

Page 11: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 10

2.7.3 Shall have a minimum of 6 years inspection experience in Oil and Gas Industries or construction industries

2.7.4 Of which, 3 years shall be engaged as Painting Inspector

2.8 ELECTRICAL & INSTRUMENTS INSPECTOR

2.8.1 Shall possess a recognized diploma or equivalent in electrical or instrument engineering

2.8.2 Shall possess valid trade specific certification as detailed in MANDATORY TRAINING

2.8.3 Shall have at least 10 years of inspection or construction experiences in Oil and Gas Industries or construction industries

2.8.4 Of which, 5 years shall be engaged as an electrical/instrument inspector in offshore hook-up and commissioning activities

2.9 MECHANICAL INSPECTOR

2.9.1 Shall possess a recognized diploma or equivalent in mechanical or process engineering

2.9.2 Shall possess valid trade specific certification as detailed in MANDATORY TRAINING

2.9.3 Shall have at least 10 years of inspection or construction experiences in Oil and Gas Industries or construction industries

2.9.4 Of which, 5 years shall be engaged as an mechanical inspector in offshore hook-up and commissioning activities

2.10 RADIOGRAPHER

2.10.1 Shall possess a valid CSWIP 31 Level II certification

2.10.2 Shall possess a valid PCN Level I certification

2.10.3 Shall be certified as ASNT Level I Radiography Technician

2.10.4 Shall be trained to handle emergency recovery on site

2.11 ULTRASONIC TECHNICIAN (PULSE ECHO)

2.11.1 Shall possess a valid CSWIP 31 or PCN Level II certification on specific technique; PCN 31 for pipe weld, PCN 38 for node weld and PCN39 for TKY joint

2.11.2 Shall be certified as ASNT Level II Ultrasonic Technician

2.11.3 Shall have at least 10 years inspection experiences in Oil and Gas Industries

2.11.4 Of which, 5 years shall be engaged as Ultrasonic Technician

2.12 TIME OF FLIGHT DEFLECTION (TOFD) OPERATOR

2.12.1 Shall possess a valid CSWIP 31 or PCN Level II certification on specific technique; PCN 31 for pipe weld, PCN 38 for node weld and PCN39 for TKY joint

2.12.2 Shall be certified as ASNT Level II Ultrasonic Technician

2.12.3 Shall have at least 10 years inspection experiences in Oil and Gas Industries

2.12.4 Of which, 5 years shall be engaged as TOFD Technician

2.13 MPI/DPI TECHNICIAN

2.13.1 Shall possess a valid CSWIP 31 Level II certification

2.13.2 Shall possess a valid PCN Level I certification

2.13.3 Shall have at least 8 years inspection experiences in Oil and Gas Industries

2.13.4 Of which, 5 years shall be engaged as MPI/DPI Inspector

2.14 MATERIAL INSPECTOR

2.14.1 Shall at least 5 years working experience as Material Inspector in Oil and Gas Construction Industries

2.13.1 Shall possess a valid CSWIP 31 Level II certification

2.15 SCAFFOLDING INSPECTORS

2.15.1 Shall possess the DOSH certification in Scaffold Inspection

Page 12: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 11

2.15.2 Shall possess certifications as per MANDATORY TRAINING

2.15.3 Shall have at least 10 years working experience in Oil and Gas Industries

2.15.4 Of which, 5 years shall be engaged as Scaffolding Supervisor or Scaffolding Inspector

2.16 EX EQUIPMENT INSTALLAION INSPECTOR

2.16.1 Shall possess a recognized degree or equivalent in electrical or instrument engineering

2.16.2 Shall possess valid trade specific certification as detailed in MANDATORY TRAINING

2.16.3 Shall have at least 15 years of electrical or instrumentation inspection or construction experiences in Oil and Gas Industries or construction industries

2.16.4 Of which, 5 years shall be engaged as an ex electrical/instrument installation inspector in Oil and Gas Industries or construction industries

4.3 DOCUMENTATION

4.3.1 After review by COMPANY, Final Documentation shall be scanned and stored digitized files in CD-ROM for submission to COMPANY

4.3.2 Final Documentations in hard copy and Radiographic Test Films shall be kept by CONTRACTOR in the Filing and Achieve Room. The Filing and Archive Room shall form part of the Main Project Office (MPO)

5 PROJECT MANAGEMENT

5.1 PROJECT MANAGEMENT TEAM SPECIFICATIONS

5.1.1 The main specifications of the project management team shall comply with TABLE 7-12 PROJECT MANAGEMENT TEAM SPECIFICATION

TABLE 7-12: PROJECT MANAGEMENT TEAM SPECIFICATIONS

1 PREAMBLES

1.1 GENERAL REQUIREMENTS

1.1.1 The following descriptions specify the minimum requirements for the personnel to be provided by the CONTRACTOR

1.1.2 The CONTRACTOR shall recruit Malaysian citizen The CONTRACTOR shall demonstrate or provide evidence of non-availability of suitable Malaysian when submitting proposals of non-Malaysians

2 GENERAL

2.1 JUNIOR ENGINEER (ANY DISCIPLINE)

2.1.1 Shall possess a recognized degree in any discipline of engineering

2.1.2 Shall have at least 3 years construction experience in engineering fields or 1 year in Offshore Hook-Up and Commissioning experience

2.2 NOT USED

2.3 TECHNICAL ASSISTANT (ANY DISCIPLINE)

2.3.1 Shall possess a recognised trade apprenticeship

2.3.2 Shall have at least 5 years working experience

2.3.3 Of which, at least 3 years shall be in the technical field

2.3.4 Shall be knowledgeable with Microsoft offices applications

2.4 OFFICE ADMINISTRATOR

2.4.1 Shall achieve good credits in SPM with distinction in English subject

2.4.2 Shall have at least 5 years experience in clerical field

2.4.3 Shall be skilled in Microsoft offices applications

3 PROJECT MANAGEMENT TEAM

Page 13: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 12

3.1 PROJECT MANAGER

3.1.1 Shall possess a recognized degree in any discipline of engineering

3.1.2 Shall have a minimum of 8 years experience in the Oil and Gas Industries construction industry with not less than 3 years in similar position managing offshore activities as described in SECTION 4: Scope of Works

3.1.3 Shall be committed in HSSE and demonstrate leadership

3.1.4 Shall have a proven record in project management and contract management

3.1.5 Shall be conversant with International and Malaysian statutory regulations

3.1.6 Shall be conversant with COMPANY’s specifications, codes and procedures

3.2 SENIOR OPERATION ENGINEER

3.2.1 Shall possess a recognized degree in any discipline of Engineering

3.2.2 Shall have a minimum of 8 years experience in the Oil and Gas Industries construction industry with not less than 1 years in similar position managing offshore activities as described in SECTION IV: Scope of Works

3.2.3 Shall be committed in HSSE and demonstrate leadership

3.2.4 Shall have a proven record in project management and contract management

3.2.5 Shall be conversant with International and Malaysian statutory regulations

3.2.6 Shall be conversant with COMPANY’s specifications, codes and procedures

3.3 ONSHORE MINOR FABRICATION SUPERINTENDANT

3.3.1 Shall possess a recognized degree in Mechanical or Civil Engineering OR

3.3.2 Shall have a minimum of 8 years experience in the Oil and Gas Industries or construction industries with not less than 3 years in similar position managing fabrication yard

3.3.3 Shall possess valid trade specific certification as detailed in SECTION VIII: SPECIFICATIONS

3.3.4 Shall be committed in HSSE and demonstrate leadership

3.3.5 Shall have a proven record in project management and contract management

3.3.6 Shall be conversant with International and Malaysian statutory regulations

3.3.7 Shall be conversant with COMPANY’s specifications and procedures

3.4 SENIOR PROCUREMENT OFFICER

3.4.1 Shall possess a recognized degree in any discipline preferably in business or engineering

3.4.2 Shall have a minimum of 10 years experience in the material procurement related role of which at least 5 years have been in the management role

3.4.3 Shall have a minimum of 8 years procurement and expediting experience in offshore hook-up and commissioning projects

3.5 WORKPACK TEAM LEADER

3.5.1 Shall possess a recognized degree in any discipline of engineering

3.5.2 Shall have a minimum of 15 years experience in the Oil and Gas Industries construction industry

3.5.3 Shall have a minimum of 5 years in preparing offshore execution workpacks and further 5 years in managing a team of workpack engineers

3.5.4 Shall be conversant with construction norms and planning tools

3.7 SENIOR QA/QC ENGINEER

3.7.1 Shall possess a recognized degree in Mechanical Engineering or Metallurgy or Structural Engineering or Physics

3.7.2 Shall be a qualified ISO 9001:2000 Lead Assessor or Auditor

3.7.3 Shall have a minimum of 10 years inspection experience in the Oil and Gas Industries construction industry

Page 14: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 13

3.7.4 Shall have a minimum of 5 years experience in maintenance of QMS in accordance to ISO 9000

3.7.5 Shall be able to develop quality assurance system and quality plans

3.7.6 Shall be familiar with Codes and Specifications and able to develop Procedures and Inspection Test Plans

3.8 HSSE MANAGER

3.8.1 Shall possess a recognized degree in any engineering discipline

3.8.2 Shall possess valid trade specific certification as detailed in SECTION VIII: SPECIFICATIONS

3.8.3 Shall be skill in the Occupational Safety & Health Act (OSHA) 1994 and possess a certificate in Occupational Health and Safety from IOSH (Institute of Occupational Safety and Health) or equivalent professional qualification

3.8.4 Shall have a minimum of 10 years hands-on experience in the Oil and Gas Industries construction industries with good knowledge in construction methods and hazards involved

3.8.5 Shall have a minimum of 5 years in managing offshore construction hazards and HSSE activities

3.8.6 Shall be skill in accident reporting and the investigation process

3.8.7 Shall have knowledge of interface needs/issues, PtW system & HIRA or HAZID process

3.9 BID SECRETARY

3.9.1 Shall passed SPM with credit in English language

3.9.2 Shall have at least 5 years working experience in contract & procurement

3.9.3 Of which, at least 3 years in procurement

5.2 ONSHORE OFFICE FACILITIES

5.2.1 The Onshore Office Facilities or the Main Project Office (MPO) shall comply with specifications detailed in TABLE 7-13: MAIN PROJECT OFFICE SPECIFICATIONS

TABLE 7-13: MAIN PROJECT OFFICE SPECIFICATIONS

1 GENERAL

1.1 LOCATION

1.1.1 The Main Project Office (MPO) shall be based at CONTRACTOR’s location of choice.

2 FACILITIES

2.1 THE MPO SHALL PROVIDE THE FOLLOWING MINIMUM FACILITIES:

2.1.1 Office for COMPANY personnel

2.1.2 Office for Project Management Team

2.1.3 Office for Workpack Team

2.1.4 Office for HSSE Team

2.1.5 Office for QA/QC Team

2.1.7 Office for Operation Team

2.1.8 Office for Procurement Team

2.1.9 Office for Supportive Overhead

2.1.12 Conference Room

2.1.13 Pantry

2.1.14 Front Desk

2.1.15 Filing and Archive Room

2.1.16 IT Equipment

2.1.17 Security

Page 15: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 14

2.1.18 Car park

2.1.19 Toilets and Washrooms

2.1.19 Rest Area

2.1.20 Mustering Station

2.1.21 Fire fighting system

2.1.22 Safety equipments

2.1.23 Segregated rubbish bins

2.1.24 Utilities such electricity, industries water, potable water and communication

2.3 OFFICE FOR PROJECT MANAGEMENT TEAM

2.3.1 A walled office shall be allocated to each member of the Project Management Team. The individual office shall be located such that it is close to the related team. For example, the Senior HSSE Engineer’s office shall be next to the HSSE Team office.

2.3.2 The office shall be provided with executive desk and chair, visitor chairs, filing cabinet, white board, telephone service, personal desktop computer, air-conditioning, lighting and email service.

2.4 OFFICE FOR WORKPACK TEAM

2.4.1 Common Office for Field/E&I/Commissioning Engineers An office shall be allocated to accommodate all the Field/E&I/Commissioning Engineers of the Workpack Team. Each cubicle shall be provided with writing desk, chair and telephone service. The office shall be air-conditioned and properly lighted. Engineers shall not be provided with personal computer as Technical Assistants shall provide all typing assistance.

2.4.2 Common Office for Planning Engineers Another office shall be allocated to accommodate all the Planning Engineers and Planning Technical Assistant of the Workpack Team. Each cubicle shall be provided with writing desk, chair, personal computer and telephone service. The office shall be air-conditioned and properly lighted.

2.4.3 Individual Office for Senior Engineers Individual office shall be provided to Senior Engineers. The office shall be provided with writing desk, chair, telephone service, air-conditioning and lighting. In addition, the Senior Planning Engineer’s office shall be provided with a personal desktop computer and a large format colour printer that can handle A0 papers

2.4.4 Common Office for Material Planners and Draughtsman A third office shall be allocated to accommodate the Material Planners and Draughtsman. Each cubicle shall be provided with writing desk, chair, personal computer and telephone service. The office shall be air-conditioned and properly lighted. Two networked Laser colour printers shall be provided in this office

2.4.5 Common Office for Technical Assistants A fourth office shall be allocated to accommodate the Workpack Technical Assistants. Each cubicle shall be provided with writing desk, chair, filing cabinets, shelves and personal computer, laser printer, email service and telephone service. This office shall be provided with a networked high speed scanner with automatic feeder and a colour printer. The office shall be air-conditioned and properly lighted.

2.5 OFFICE FOR HSSE TEAM

2.5.1 An office shall be allocated to accommodate all the Engineers, Coordinators and Technical Assistants of the HSSE Team. Each cubicle shall be provided with writing desk, chair, personal computers and telephone service and email service. In addition the Technical Assistants shall be provided with Email service and share a networked laser printer. The office shall be air-conditioned and properly lighted.

2.6 OFFICE FOR QA/QC TEAM

26.1 An office shall be allocated to accommodate all the Engineers, Coordinators and Technical Assistants of the QA/QC Team. Each cubicle shall be provided with writing desk, chair and telephone service. In addition the Technical Assistants shall be provided with email service and share a networked laser printer. The office shall be air-conditioned and properly lighted.

2.7 OFFICE FOR OPERATION TEAM

Page 16: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 15

2.8.1 An office shall be allocated to accommodate all the personnel of the Operation Team. Each cubicle shall be provided with writing desk, chair, personal computers, email service and telephone service. The office shall be air-conditioned and properly lighted.

2.9 OFFICE FOR PROCUREMENT TEAM

2.9.1 An office shall be allocated to accommodate all the Officers, Expeditors and Technical Assistants of the Procurement Team. Each cubicle shall be provided with writing desk, chair, personal desktop computers, email service and telephone service. In addition the Technical Assistants shall be provided with Email service and share a networked laser printer. The office shall be air-conditioned and properly lighted.

2.9.2 A room shall be allocated as a Bids Room. It shall be fully walled and the door shall be provided with reputed door lock. Two facsimile machines shall be provided inside. A CCTV shall be provided to record the activities inside the Bids Room.

2.12 CONFERENCE ROOMS

2.12.1 One conference room to accommodate at least 15 seated persons comfortably shall be provided next to the Workpack Team office. It shall be furnished with a conference table and chairs for 15 persons. A desktop computer and DLP projector with screen should be provided. The conference room shall be provided with a telephone line with speaker phone

2.13 PANTRIES

2.13.1 Pantry shall be provided to cater for all the PMT teams’ members. The size of the pantries shall be sufficient to suit the usage.

2.13.2 In the event that the offices are located in different floors then at least one pantry shall be provided to every floor; each pantry shall be equipped minimally with refrigerator, kettle, sink, table and chairs for 6 or more persons.

2.14 FRONT DESK

2.14.1 The Front desk shall be equipped with a PABX system to provide sufficient extensions for all the PMT members to execute WORK efficiently.

2.15 FILING AND ARCHIVE ROOM

2.15.2 The room shall be installed with evenly spaced rows of filing shelf and shall be provided with lighting and air conditioning.

2.15.3 Ladder or proper stepping stool shall be provided to reach the upper shelves safely

2.16 IT EQUIPMENT

2.16.1 All IT equipment inclusive of hardware and software supplied shall comply with TABLE 7-13: SPECIFICATIONS OF IT EQUIPMENT attached herein

2.17 WORKPACK PREPARATION AIDS

2.17.1 All Workpack Preparation Aids supplied shall comply with TABLE 7-34: WORKPACK PREPARATION AIDS SPECIFICATIONS

2.18 SECURITY

2.18.1 The office shall have a security system that all occupants and visitors into MPO shall be monitored and recorded

2.18.2 The office shall be guarded by round the clock security guards

2.19 CAR PARK

2.19.1 Car Parks shall be sufficient for the PMT teams and COMPANY personnel

2.20 TOILETS AND WASHROOMS

2.20.1 Toilets and Washrooms shall be sufficient to cater for the PMT members and shall have the following features:

2.20.1.1 Concrete floor covered with non-slip tiles

2.20.1.2 Essential toilets furnishes and facilities such as sinks, urinals and toilet bowls

2.20.1.3 Provided with lightings, water supplies and ventilation fans

2.20.1.4 Generally the toilets shall be maintained tidy and clean

Page 17: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 16

2.21 MUSTERING STATION

2.21.1 The mustering station shall be provided for assembly of all PMT teams’ members and COMPANY personnel away from dangers during any emergency

2.22 FIRE FIGHTING SYSTEM

2.22.1 Fire detection and fire fighting provisions shall comply with the legislative requirements.

2.22.2 The office shall be approved by the local governing bodies

2.22.3 Fire Wardens shall be appointed to management any emergency. The role and responsibilities of fire wardens shall be clear

2.23 SAFETY EQUIPMENTS

2.23.1 The office shall be provided with first aids boxes and sufficient First Aiders

2.23.2 A Clinic or Panel Doctor shall be aligned and contact established. The Panel Doctor shall be fully aware of the nature of the WORK and preferably accessible to MSDS of any chemicals used

2.24 SEGREGATED RUBBISH BINS

2.24.1 Rubbish bins shall be sufficiently provided to ensure schedule wastes and non-schedule wastes are segregated and disposed off in accordance to legislative requirements.

2.25 UTILITIES SUCH AS ELECTRICITY, INDUSTRIAL WATER, POTABLE WATER AND COMMUNICATION

2.25.1 Utilities such as electricity, potable water, telephone services and email services shall be provided for the execution of the WORK

5.3 IT EQUIPMENT

5.3.1 All IT Equipment used in the Main Project Office, and offices in this CONTRACT shall be in compliance with TABLE 7-14: IT EQUIPMENT SPECIFICATIONS

TABLE 7-14: IT EQUIPMENTS SPECIFICATIONS

1 HARDWARES

1.1 PERSONAL COMPUTER

1.1.1 All personal computers supplied shall be new or purchased with Intel Core i5-2500S Processor or equivalent in processing capability

1.1.2 All personal computers shall come with essential accessories such as ROM, RAM, storage, optical device, monitor, keyboard and mouse

1.1.3 All personal computers shall come with licensed software such as operating system, office applications, firewall and anti-virus as detailed below

1.1.4 Personal computers issued to certain positions required specified additional software as highlighted in this CONTRACT. All software shall be licensed copies.

1.1.5 All personal computers shall be barred from connection to the internet except COMPANY approved positions. CONTRACTOR shall submit a list of positions that require internets to assist in the execution of the WORK for COMPANY’s review.

1.2 SCANNER

1.2.1 Scanner shall be Fujitsu fi-5750C or equivalent

1.2.2 Scanner shall come with the latest version of Adobe Acrobat

1.2.3 Shall include all necessary accessories and consumables

1.3 ALL IN ONE SCANNER/FAX/PRINTER

1.3.1 All in One Scanner/Fax/printer shall be HP Photosmart C7200 or equivalent

1.3.2 Shall include all necessary accessories and consumables

1.4 COLOR INK JETS PRINTER

Page 18: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 17

1.4.1 Colour Ink jets printer shall be EPSON STYLUS PHOTO 1390 or equivalent

1.4.2 Shall include all necessary accessories and consumables

1.5 COLOR LASER PRINTER

1.5.1 Colour laser printer shall be HP Colour Laser Jet 5550d or equivalent

1.5.2 Shall include all necessary accessories and consumables

1.6 MONOCHROME LASER PRINTER

1.6.1 Monochrome Laser Printer shall be HP 4350dtn or equivalent

1.6.2 Shall include all necessary accessories and consumables

2 SOFTWARE

2.1 OPERATING SYSTEM

2.1.1 The operating system shall be Windows Vista and the latest updates

2.1.2 This shall apply to all personal computers use in this CONTRACT

2.1.3 All software used in this CONTRACT shall be legal and licensed copies

2.2 PROTECTION SOFTWARE

2.2.1 Anti-Virus software be a suite from a reputable specialist that provide firewall and defence against virus, spam, spyware, worms and any malicious threads to the computers

2.2.2 All latest updates shall be provided as they become available

2.2.3 This shall apply to all personal computers use in this CONTRACT

2.2.4 All software used in this CONTRACT shall be legal and licensed copies

2.3 OFFICE APPLICATIONS

2.3.1 The office applications shall be Microsoft Office 2007 and the latest updates

2.3.2 This shall apply to all personal computers use in this CONTRACT

2.3.3 All software used in this CONTRACT shall be legal and licensed copies

2.4 FILE COMPRESSION

2.4.1 The files compression software shall be WinZip11.1 or the latest revision and the latest updates

2.4.2 This shall apply to all personal computers

2.4.3 All software used in this CONTRACT shall be legal and licensed copies

6 NOT USED

7 NOT USED

8 OPERATION AND CONSTRUCTION

8.1 CONSTRUCTION PERSONNEL

8.1.1 All CONTRACTOR’s MANPOWER engaged in this CONTRACT to execute the WORK shall comply with TABLE 7-28: CONSTRUCTION PERSONNEL SPECIFICATIONS:

TABLE 7- 28: CONSTRUCTION PERSONNEL SPECIFICATIONS

1 PREAMBLES

1.1 GENERAL REQUIREMENTS

1.1.1 The following descriptions specify the minimum requirements for the personnel to be provided by the CONTRACTOR

1.1.2 The CONTRACTOR shall recruit Malaysian citizen The CONTRACTOR shall demonstrate or provide evidence of non-availability of suitable Malaysian when submitting proposals of non-Malaysians

2 OFFSHORE CONSTRUCTION MANPOWER

Page 19: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 18

2.1 CONSTRUCTION SUPERINTENDANT

2.1.1 Shall possess a recognized diploma in Engineering or equivalent OR

2.1.2 Shall have at least 15 years construction experience in the Oil and Gas Industries with not less than 8 years in similar Supervisory role

2.1.4 And at least 3 years shall be engaged as Construction Superintendent offshore

2.2 CONSTRUCTION SUPERVISOR

2.2.1 Shall possess a recognized diploma in Engineering or equivalent OR

2.2.2 Shall have at least 12 years construction experience in the Oil and Gas Industries with not less than 5 years in similar Supervisory role

2.2.4 Of which, 8 years shall be on supervisory role

2.2.5 And at least 3 years shall be engaged as Construction Supervisor offshore

2.3 SHIFT SUPERVISOR

2.3.1 Shall possess a Technical Certificate on Construction or equivalent OR

2.3.2 Shall have at least 8 years construction experience in the Oil and Gas Industries with not less than 3 years shall be on supervisory role

2.4 ASSISTANT SHIFT SUPERVISOR

2.4.1 Shall possess a Technical Certificate on Construction or equivalent OR

2.4.2 Shall have at least 5 years construction experience in the Oil and Gas Industries with not less than 3 years as foreman or equivalent

2.5 PLANNER/SCHEDULER

2.5.1 Shall possess a recognized degree in any discipline of Engineering or equivalent

2.5.2 Shall have at least 5 years construction experience

2.5.3 Of which, at least 3 years engaged as Planner or Scheduler

2.5a SAFETY OFFICER

2.5a.1 Shall passed SPM or equivalent education

2.5a.2 Shall have at least 5 years of construction experience in Oil and Gas Industries of which at least 3 years as an Safety Officer in the offshore environment

2.6 OFFSHORE ADMINISTRATOR

2.6.1 Shall passed SPM with good credit in English Language as a minimum

2.6.2 Shall have at least 5 years experience as Office Administrator

2.7 SCAFFOLDING SUPERVISOR

2.7.1 Shall possess valid trade specific certification as detailed in MANDATORY TRAININGS

2.7.2 Shall have at least 10 years working experience on scaffolding WORK

2.7.3 Of which, at least 5 years in supervisory role in offshore scaffolding WORK

2.8 RIGGING SUPERVISOR

2.8.1 Shall possess valid trade specific certification as detailed in MANDATORY TRAININGS

2.8.2 Shall have at least 10 years working experience on rigging WORK

2.8.3 Of which, at least 5 years in supervisory role in offshore rigging WORK

2.9 BLASTING/PAINTING SUPERVISOR

2.9.1 Shall have certification of IMM Level I

2.9.2 Shall have at least 10 years working experience in blasting and painting WORK

2.9.3 Of which, at least 5 years in supervisory role in offshore blasting and painting WORK

2.10 SCAFFOLDING FOREMAN

Page 20: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 19

2.10.1 Shall possess valid trade specific certification as detailed in MANDATORY TRAININGS

2.10.2 Shall have at least 7 years working experience on rigging WORK

2.10.3 Of which, at least 3 years in supervisory role in offshore rigging WORK

2.11 RIGGER FOREMAN

2.11.1 Shall possess valid trade specific certification as detailed in SECTION VIII: SPECIFICATIONS

2.11.2 Shall have at least 7 years working experience on scaffolding WORK

2.11.3 Of which, at least 3 years in supervisory role in offshore scaffolding WORK

2.12 FITTER FOREMAN

2.12.1 Shall have at least 7 years working experience on marking and fitting of piping and structural WORK

2.12.2 Of which, at least 3 years in supervisory role

2.13 WELDER FOREMAN

2.13.1 Shall have at least 7 years working experience on welding WORK

2.13.2 Of which, at least 3 years in supervisory role

2.14 ELECTRICAL FOREMAN

2.14.1 Shall have at least 7 years construction experience on electrical WORK

2.14.2 Of which, at least 3 years in supervisory role in offshore electrical WORK

2.15 INSTRUMENT FOREMAN

2.15.1 Shall have at least 7 years construction experience on instrumentation WORK

2.15.2 Of which, at least 3 years in supervisory role in offshore instrumentation WORK

2.16 MATERIALS COORDINATOR

2.16.1 Shall passed SPM with credit in English language

2.16.2 Shall have at least 8 years working experience in construction materials management

2.16.3 Of which, at least 4 years are in offshore hook-up and commissioning WORK

2.17 MATERIALSMAN

2.17.1 Shall passed SPM with credit in English language

2.17.2 Shall have at least 5 years working experience in construction materials management

2.17.3 Of which, at least 2 years are in offshore hook-up and commissioning WORK

2.18 RIGGER I

2.18.1 Shall possess valid trade specific certification as detailed in MANDATORY TRAINING

2.15.2 Shall have at least 3 years working experience as rigger in the Oil and Gas Industries

2.18.3 Of which, at least 1 years in offshore WORK

2.19 RIGGER II

2.19.1 Shall possess valid trade specific certification as detailed in MANDATORY TRAINING

2.19.2 Shall have at least 5 years working experience as rigger in the Oil and Gas Industries

2.19.3 Of which, at least 3 years in offshore WORK

2.20 SCAFFOLDER I

2.20.1 Shall possess valid trade specific certification as detailed in MANDATORY TRAINING

2.20.2 Shall have at least 3 years working experience as scaffolder in the Oil and Gas Industries

2.20.3 Of which, at least 1 years in offshore WORK

2.21 SCAFFOLDER II

2.21.1 Shall possess valid trade specific certification as detailed in MANDATORY TRAINING

Page 21: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 20

2.21.2 Shall have at least 5 years working experience as scaffolder in the Oil and Gas Industries

2.21.3 Of which, at least 3 years in offshore WORK

2.22 FITTER I

2.22.1 Shall have at least 3 years working experience as pipe and structural fitter in the Oil and Gas Industries

2.22.2 Of which, at least 1 year in offshore hook-up WORK

2.23 FITTER II

2.23.1 Shall have at least 5 years working experience as pipe and structural fitter in the Oil and Gas Industries

2.23.1 Of which, at least 3 year in offshore hook-up WORK

2.24 INSTRUMENT FITTER

2.24.1 Shall have at least 3 years working experience on instrumentation WORK

2.24.2 Of which, at least 1 years as Instrument Fitter for offshore hook-up and commissioning WORK

2.25 INSTRUMENT TECHNICIAN

2.25.1 Shall have at least 5 years working experience on instrumentation WORK

2.25.2 Of which, at least 3 years as Instrument Technician for offshore hook-up and commissioning WORK

2.26 ELECTRICIAN

2.26.1 Shall have at least 5 years working experience on electrical WORK

2.26.2 Of which, at least 3 years as Electrician for offshore hook-up and commissioning WORK

2.27 WELDER II

2.27.1 Shall be qualified to AWS D11 (6GR) for SMAW to the following class of materials: All grades of Carbon Steel and Low Temp Carbon Steel

2.27.2 Shall have at least 5 years welding experience on structural steel

2.27.3 Of which, at least 2 years shall be engaged as structural welder for offshore WORK

2.28 WELDER III

2.28.1 Shall be qualified to AWS D11 (6GR), API1104 (6G) and ASME IX (6G) for both SMAW and GTAW to the following class of materials: All grades of Carbon Steel and Low Temp Carbon Steel

2.28.2 Shall have at least 8 years welding experience on structures and piping

2.28.3 Of which, at least 3 years shall be engaged as SMAW and GTAW Welder for offshore WORK

2.29 WELDER IV

2.29.1 Shall be qualified to AWS D11 (6GR), API1104 (6G) and ASME IX (6G) for both SMAW and GTAW to the following class of materials: All grades of Carbon Steel, Low Temp Carbon Steel, Stainless Steel including but not limited to 6Moly, SS316 and SS304

2.29.2 Shall have at least 10 years welding experience on structures and piping

2.29.3 Of which, at least 5 years shall be engaged as SMAW and GTAW Welder for offshore carbon steel and stainless steel WORK

2.30 WELDER V

2.30.1 Shall be qualified to AWS D11 (6GR), API1104 (6G) and ASME IX (6G) for both SMAW and GTAW to the following class of materials: All grades of Carbon Steel, Low Temp Carbon Steel, Stainless Steel including but not limited to 6Moly, SS316, SS304 & duplex, copper nickel and Inconel/incolloy 825

2.30.2 Shall have at least 12 years welding experience on structures and piping

2.30.3 Of which, at least 6 years shall be engaged as SMAW and GTAW Welder for offshore carbon steel, stainless steel, CRA and copper nickel WORK

2.31 BLASTER/PAINTER

2.31.1 Shall have at least 5 years working experience as blaster/painter

Page 22: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 21

2.31.2 Of which, at least 2 years shall be at offshore locations

2.32 FIREWATCHER

2.32.1 Shall possess valid trade specific certification as detailed in MANDATORY TRAINING

2.32.2 Shall have at least 3 years working experience as a firewatcher offshore

2.33 MILLWRIGHT

2.33.1 Shall have at least 5 years working experience on mechanical WORK

2.33.2 Of which, at least 3 years as millwright for offshore hook-up and commissioning WORK

2.34 MECHANIC

2.34.1 Shall have at least 5 years maintenance experience in repair and service of machineries and equipment

2.34.2 Of which, at least 3 years as Mechanic

2.35 BOLT TENSIONING TECHNICIAN

2.35.1 Shall have at least 5 years hands-on experience in operation of Bolt Tensioning equipment

2.36 PNEUMATIC EQUIPMENT TECHNICIAN

2.36.1 Shall have at least 5 years hands-on experience in operation of Cold Cutting, Flange Facing & Hot Tap equipment

2.37 POST WELD HEAT TREATMENT (PWHT) TECHNICIAN

2.37.1 Shall have at least 5 years hands-on experience in Post Weld Heat Treatment of piping

2.38 GRE TECHNICIAN

2.38.1 Shall have at least 5 years hands-on experience in mark, cut, bevel, fit and connect GRE piping

2.39 PLASMA CUTTING TECHNICIAN

2.39.1 Shall have at least 5 years hands-on experience in operation of Plasma Cutting equipment

2.40 LV / HV CABLE JOINTER / TERMINATOR

2.40.1 Shall be certified to join MV and HV cables

2.40.2 Shall have at least 5 years experience with the MV / HV cable jointing and termination WORK

2.41 POSITIVE PRESSURE (WELDING) HABITAT TECHNICIAN

2.41.1 Shall have at least 5 years working experience at Offshore sites

2.41.2 Shall have at least 3 years working experience on the particular model of Habitat modules at Offshore sites

2.42 HIPOT TESTER/TECHNICIAN

2.42.1 Shall be registered with SESB as a Competent Person to work on High Voltage terminations

2.43 BLASTING/PAINTING FOREMAN

2.43.1 Shall have at least 7 years working experience in blasting and painting WORK

2.43.2 Of which, at least 3 years in supervisory role in offshore blasting and painting WORK

2.44 ABSEILER GENERAL SUPERVISOR

2.44.1 Certified by IRATA ( Abseiling course) with Level 3 certification

Min. 5 yrs exp. in oil/gas with abseiling technique

2.45 MECHANICAL CRAFT PERSONNEL

2.45.1 Shall have at least 5 years working experience on mechanical WORK

2.45.2 Of which, at least 3 years as mechanical craft for offshore WORK

2.46 IT /TELECOMMUNICATIONS TECHNICIAN

2.46.1 Shall have at least 5 years working experience on IT /telecommunications WORK

Page 23: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 22

2.46.2 Of which, at least 3 years as Instrument Technician for offshore IT /telecommunications WORK

2.47 CONFINED SPACE TRAINED CREW / EMERGENCY RESCUE CREW

2.47.1 Shall possess valid trade specific certification as detailed in MANDATORY TRAINING

2.47.2 Shall have at least 3 years working experience as a Confined Space Trained Crew offshore

2.48 HYDRO TEST CREW

2.48.1 Shall possess valid trade specific certification as detailed in MANDATORY TRAINING

2.48.2 Shall have at least 3 years working experience as a Hydro Test Crew offshore

2.49 CRANE OPERATOR

2.49.1 Shall possess a valid offshore crane operator certificate and qualified to standards set out in API RP 2D and BS 5744

2.49.2 Shall possess valid trade specific certification as detailed in SECTION VIII: SPECIFICATIONS

2.49.3 Shall have at least 8 years working experience as crane operator

2.49.4 Of which, at least 3 years working as crane operator offshore

2.50 LOCAL COMMISSIONING ENGINEERS (M, E & I)

2.50.1 Shall possess a recognized degree in Mechanical or Electrical or Instrumentation Engineering

2.50.2 Shall have a minimum of 8 years Commissioning experience in the Oil and Gas Industries

2.50.3 Shall be conversant with International and Malaysian statutory regulations

2.50.4 Shall be conversant with COMPANY’s specifications, codes and procedures

2.51 REGIONAL COMMISSIONING ENGINEERS (M, E & I)

2.51.1 Shall possess a recognized degree in Mechanical or Electrical or Instrumentation Engineering

2.51.2 Shall have a minimum of 10 years Commissioning experience in the Oil and Gas Industries

2.51.3 Shall be conversant with International statutory regulations

2.51.4 Shall be conversant with COMPANY’s specifications, codes and procedures

2.52 REGIONAL COMMISSIONING ENGINEERS (M, E & I)

2.52.1 Shall possess a recognized degree in Mechanical or Electrical or Instrumentation Engineering

2.52.2 Shall have a minimum of 15 years Commissioning experience in the Oil and Gas Industries

2.52.3 Shall be conversant with International statutory regulations

2.52.4 Shall be conversant with COMPANY’s specifications, codes and procedures

2.53 BOROSCOPE TECHNICIAN

2.53.1 Shall have at least 5 years hands-on experience in operation of Boroscopic Inspection equipment

2.54 N2/He LEAK TEST TECHNICIAN

2.54.1 Shall have at least 5 years hands-on experience in operation of N2/He Leak Test equipment

2.55 FIBRE OPTIC SPLICING TECHNICIAN

2.55.1 Shall have at least 5 years working experience on IT/telecommunications WORK

2.55.2 Of which, at least 3 years as Fibre Optic Splicing Technician

2.56 EQUIPMENT/PIPE CLEANLINESS VERIFICATION ENGINEER

2.56.1 Shall possess a recognized degree or equivalent in mechanical or process engineering

2.56.2 Shall have at least 10 years of inspection or construction experiences in Oil and Gas Industries or construction industries

Page 24: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 23

2.56.3 Of which, 5 years shall be engaged as an mechanical supervisor in offshore hook-up and commissioning activities

2.57 EQUIPMENT/PIPE CLEANLINESS VERIFICATION TECHNICIAN

2.57.1 Shall possess a recognized diploma or equivalent in mechanical or process engineering

2.57.2 Shall have at least 10 years of inspection or construction experiences in Oil and Gas Industries or construction industries

2.57.3 Of which, 5 years shall be engaged as an mechanical inspector in offshore hook-up and commissioning activities

2.58 PRESERVATION TECHNICIAN (M, E & I)

2.58.1 Shall have at least 5 years working experience on mechanical or electrical or instrumentation maintenance & preservation WORK

2.58.2 Of which, at least 3 years as mechanical or electrical or instrumentation craft for offshore maintenance & preservation WORK

2.59 VIRATION SPECIALIST

2.59.1 Shall possess a recognized degree in Mechanical Engineering or equivalent

2.59.2 Shall have a minimum of 10 years Machinery experience in the Oil and Gas Industries

2.59.3 Shall have experience in the following: • Rotating Equipment Diagnostic experience (Vibration Analysis & Troubleshooting) • Torsional analysis including forced response • Dynamic structural analysis of skids and platforms • Lateral analysis • Compressor System Performance analysis including static and dynamic pressure drop through

compressor, piping, coolers, scrubbers. • Flow induced piping resonance analysis • Transient event analysis including water hammer effects in piping systemsStructural analysis for

TLPs and Platforms • Piping Flexibility Analysis (B31.3 and B31.8) combined with dynamic mechanical vibration

analysis 2.60 VIBRATION FIELD ENGINEER

2.60.1 Shall have a minimum of 5 years Machinery experience in the Oil and Gas Industries

2.60.2 Shall have at least 15 years construction experience in the Oil and Gas Industries with not less than 8 years in similar Supervisory role

2.60.3 Shall have experience in the following: • Measuring and assessing vibration problems in pumps, compressors and gas turbines. • Field Performance assessment for pumps, gas turbines, engines and centrifugal compressors • Measuring damping on platforms, TLPs, foundations, skids and compressor equipment • Measuring resonance analysis for complete platform decks, skids, compressors and piping

systems • Measuring and assessing torsional vibration and resonance.

8.2 TOOLS AND EQUIPMENT

8.2.1 CONTRACTOR shall provide TOOLS and EQUIPMENT in accordance to TABLE 7-29: SPECIFICATION OF TOOLS AND EQUIPMENT

TABLE 7-29: TOOLS AND EQUIPMENT SPECIFICATION

1 GENERAL

1.1 PREAMBLES

1.1.1 The TOOLS and EQUIPMENT specified herein are to be ready for call off in accordance to the requirements identified in the Workpacks

Page 25: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 24

1.1.2 The CONTRACTOR shall provide unit rates in SECTION 3: SCHEDULE OF PRICES for call off any of the TOOLS and EQUIPMENT by set or by unit.

2 HEAVY TOOLKITS

2.1 PIPE FITTERS HEAVY TOOLKIT 1 set

2.1.1 24" Aluminium Level Heavy Duty come with Three Level Vials 1 each

2.1.2 24” Square 2 each

2.1.3 1 ½ tons Level Block 1 unit

2.1.4 3 tons Level Block 1 unit

2.1.5 INGERSOLL RAND Pneumatic pencil grinder complete with short air hose ready for connection to air supply

1 unit

2.1.6 INGERSOLL RAND 7” Pneumatic Grinder or equivalent complete with short air hose ready for connection to air supply

1 unit

2.2 WELDERS HEAVY TOOLKIT 1 set

2.2.1 Galvanized Steel Bucket (for Tools and Electrode Stubs) 1 unit

2.2.2 INGERSOLL RAND 7” Pneumatic Grinder or equivalent complete with short air hose ready for connection to air supply

1 unit

2.2.3 Electric Electrode Quiver that can hold at least 10kg of electrodes and complete with 240V electrical supply connection and earthing

1 unit

2.3 RIGGERS HEAVY TOOLKIT 1 set

2.3.1 Shovel 1 unit

2.3.2 Industrial Quality Brooms 1 unit

2.3.3 12” and 24" Wire Marline Spikes 1 each

2.3.4 24” and 36” long Stripping bar, without claw type 1 each

2.4 SCAFFOLDER HEAVY TOOLKIT 1 set

2.4.1 ½” heavy duty air impact wrench c/w 7/16”socket (for fittings servicing) 1set

2.4.2 RIDGID heavy-duty pipe cutter capable of cutting up to 2”diameter pipe 2 units

2.4.3 Carpenter wood saw 1 unit

2.4.4 Timber board End Band (to be replaced if used) 30 pieces

2.4.5 Ness nailed plate for timer board (to be replaced if used) 30 pieces

2.4.6 2 ½” steel nails 1 kg

2.4.7 12” straight claw hammer 1 unit

2.5 ELECTRICIANS HEAVY TOOLKIT 1set

2.5.1 ½" Pneumatic Operated Drill 1 unit

2.5.2 Masonry Drill bits 1set

2.5.3 Stainless Steel Plate Drill bits for ¼”; 5/16” and ⅜” diameter holes 3 pieces each

2.5.4 2mm - 10 mm Hex Head Wrench Sets 1 set

2.5.5 1/16" - ¾" Hex Head Wrench Sets 1 set

2.5.6 Punch & Chisel Set 6 pieces

2.5.7 Scratch Awl 1 piece

2.5.8 Voltage tester (100V to 600V) 1 unit

2.5.9 Soldering Iron with handle c/w soldering kits 1 set

2.5.10 Digital multi-meter with 10 Amp capacity, intrinsically safe 1 unit

2.6 Instrument Technicians Heavy Toolkit 1set

Page 26: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 25

2.6.1 Combination Spanner 24pcs –8mm to 32mm 1 set

2.6.2 Combination Spanner 14pcs –1/4” to 1.1/4” 1 set

2.6.3 12" Pipe Wrench 1 unit

2.6.4 Strap Wrench 1 unit

2.6.5 Assorted Set of Files 1 set

2.6.6 Small Wire Brush - Shoe Handle 1 unit

2.6.7 Masonry Drill bits 1 set

2.6.8 Stainless Steel Plate Drill bits for ¼”; 5/16” and ⅜” diameter holes 3 ea

2.6.9 Pneumatic Powered Drill for ½" hole 1 unit

2.6.10 ¼” Ø; ⅜” Ø and ½” Ø Tube Bender for Stainless Steel tubing 1 each

2.6.11 6mm Ø; 10mm Ø and 12mm Ø tube bender for Stainless Steel tubing 1 each

2.7 MILLWRIGHT HEAVY TOOLKIT 1 set

2.7.1 Punch and chisel set 1 set

2.7.2 Extractor set 5 pieces

2.7.3 6" C-Clamp 2 units

2.7.4 Flexible retrieving tool 1 unit

2.7.5 Long Combination spanner set up to 2” nut 1 set

2.7.6 Flash lights with batteries 1 unit

2.7.7 Grease gun 1 unit

2.7.8 Loctite 271/242 2 each

2.7.9 Prussian Blue 2 tubes

2.7.10 Lubriplate 2 tubes

2.7.11 Screw pitch gauge 1 set

2.7.12 Gauge & measure: Small hole gauge 1 set

3 PIPE FITTERS TOOLS AND EQUIPMENT

3.1 FITTER HAND TOOLS 1 set

3.1.1 Hammer Wrenches for Studbolts sizes range from ½”, ⅝”, ¾”, ⅞”, 1”, 1 ⅛” and 1 ¼” 2 each

3.1.2 Hammer Wrenches for Studbolts sizes ranged from 1 ⅜”, 1 ½”, 1 ⅝”, 1 ¾”, 1 ⅞”, 2”, 2 ½”, 3” and 3 ½”

1 each

3.1.3 Combination Wrenches set for studbolts sizes ranged from ½”, ⅝”, ¾” and ⅞” 5 each

3.1.4 Combination Wrenches set for studbolts sizes ranged from 1”, 1 ⅛”, 1 ¼” and 1 ⅜” 2 each

3.1.5 Combination Wrenches set for studbolts sizes ranged from 1 ½”, 1 ⅝”, 1 ¾”, 1 ⅞” and 2”

1 each

3.1.6 12” and 16” Adjustable Spanner 1 each

3.1.7 8 lb double Sledge Hammer. 4 each

3.1.8 10 lb double Sledge Hammer and Spare Handle 2 each

3.2 COLD SMALL PIPE CUTTING TOOLS 1set

3.2.1 RIDGID Manual Heavy Duty Pipecutter for 1” to 2” ∅ Pipe with two spare Cutting Wheels

2 each

3.2.2 RIDGID Manual Heavy Duty Pipecutter for 2” to 4” ∅ Pipe with two spare Cutting Wheels

2 each

3.2.3 RIDGID Manual Heavy Duty Pipecutter for 4” to 6” ∅ Pipe with two spare Cutting Wheels

1 each

Page 27: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 26

3.2.4 RIDGID Manual Heavy Duty Pipecutter for 6” to 10” ∅ Pipe with two spare Cutting Wheels

1 each

3.2.5 RIDGID Manual Heavy Duty Pipecutter for 10” to 12” ∅ Pipe with two spare Cutting Wheels

1 each

3.3 PNEUMATIC SAW SET 1 set

3.3.1 Reciprocating motion type

3.3.2 Shall be capable for cutting up to 12” diameter pipe

3.3.3 Shall come with vice that fits on 4” – 12” diameter pipe

3.3.4 Shall come with spare blades 6 pieces

3.4 THREADING TOOLS 1 set

3.4.1 8”, 12” and 18” RIDGID Straight Pipe Wrench or equivalent 1 each

3.4.2 RIDGID Chain Pipe Tong with double end jaw or equivalent, for 2” to 12” ∅ Pipe 1 each

3.4.3 RIDGID Manual Ratchet Pipe Threading Set complete with Tread Dies range from ¼” ∅ to 2” ∅ for NPT

1 set

3.4.4 RIDGID Portable Tri-Stand Chain Vices for ½” to 6” ∅ Pipe 1 each

3.5 PIPE LINE-UP CLAMPS – SMALL SET

3.5.1 Line-up/fit-up Clamps for fit-up of pipe sizes 2", 3”, 4”, 6” and 8” ∅ 2 each

3.6 PIPE LINE-UP CLAMPS – MEDIUM SET

3.6.1 Tipton line-up /fit-up Clamps for fit-up of pipe sizes 10”, 12”, 14", 16” and 18” ∅ 1 each

3.7 ABRASIVE CUT-OFF MACHINE

3.7.1 BOSCH 14″ Bench top Abrasive Cut-off Machine or equivalent; complete with 12 pieces of 14” ∅ abrasive cutting disk for both carbon and stainless steel

1 set

3.8 CUTTING AND BURNING OUTFIT SET 1set

3.8.1 Oxygen & acetylene regulator complete with flashback arrestor 1 set

3.8.2 Cutting torch complete flashback arrestor 1 set

3.8.3 Twin Oxygen and Acetylene hoses; 50’ length complete with end connections 3 rolls

3.8.4 Oxygen and Acetylene hose clip pliers complete with associated fittings and connectors for maintenance purposes

1 set

3.9 AUTOMATIC THREADING MACHINE SET

3.9.1 RIDGID Automatic Threading Machine complete with stand, die head, reamer, cutter and the following dies;

1 set

3.9.2 ½” to ¾” Die 1 set

3.9.3 1” to 2” Die 1 set

3.9.4 2 ½” to 4” Die 1 set

3.9.5 And allow for all consumable required to run the threading machine

3.10 MAGNETIC DRILL & CUTTER SET 1 set

3.10.1 NITTO KOHKI QA6500 Portable Self Drilling Magnetic Drill or equivalent complete with cleaning kits and extension wire

3.10.2 JETBROACH cutter set with ¾” shank capable of cutting hole diameter of ⅞” up to 4” and depth of 1 ⅜” up to 3”

3.10.3 And allow for all consumable such as cutting fluid required to run the drill

3.11 PORTABLE HYDRAULIC PUNCH SET 1 set

3.11.1 NITTO KOHKI portable hydraulic punch or equivalent

3.11.2 Shall include an electrical driven hydraulic pump

Page 28: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 27

3.11.3 Shall be capable of punching mild steel plate up to ⅝” thickness and 15/16” diameter hole c/w spare die

3.11.4 Shall come with spare die 1 set

3.12 AUTO LASER LEVEL SET 1 set

3.12.1 360° Laser line leveller with auto levelling features

3.12.2 Come with Micro-Adjust Tripod that collapses into a storage case

3.12.3 Include all necessary batteries and charger

3.13 CHAIN PIPE CUTTING & BEVELLING MACHINE 1 set

3.13.1 Chain type pipe cutting machine come with torch holder assembly 1 unit

3.13.2 Chain length to fit pipes of outer diameter ranging from 4” to 40” 1 set

3.1.3.3 6” long and 12” long Oxygen/Acetylene Cutting Nozzle 1 each

3.1.3.4 Oxygen Regulator 2 Stage 2 Gauge, Victor SR - 450A or equivalent 1 unit

3.1.3.5 Acetylene Regulator Single Stage 2 Gauge, Victor SR - 460A or equivalent 1 unit

3.1.3.6 Oxygen and Acetylene Flashback Arrestor Sets for torch and regulator ends 1 unit

3.1.3.7 And allow for all miscellaneous Hose Connectors, Adaptors and Hose Clips necessary to operation the cutter

3.14 AUTOMATIC PLATE CUTTER 1 set

3.14.1 Automatic plate cutting machine comes with 220/240V, 50/60Hz electric motor with adjustable speed

3.14.2 Oxygen/Acetylene cutting assembly with variable torch angle; capable of cut straight line with square edge, grove "V" and grove "Y"

3.14.3 Straight rail of 6’ length 4 lengths

3.14.4 Oxygen/Acetylene Cutting Nozzle of various sizes 1 set

3.14.5 Oxygen Regulator 2 Stage 2 Gauge, Victor SR - 450A or equivalent 1 unit

3.14.6 Acetylene Regulator Single Stage 2 Gauge, Victor SR - 460A or equivalent 1 unit

3.14.7 Oxy/ Acetylene Flashback Arrestor Sets for torch and regulator ends 1 unit

3.14.8 And allow for all miscellaneous Hose Connectors, Adaptors and Hose Clips necessary to operation the cutter

3.15 TEMPORARY FLOODLIGHTS SET 1 set

3.15.1 Each temporary Floodlights set shall consist of 5 units of 1000 watts explosion proof type flood lights

5 units

3.15.2 Each flood shall have 100 ft cable terminated with a plug suitable for offshore environment

3.15.3 Each flood light shall be provided with suitable tripod stand

3.15.4 Each set complete with a explosion proof distribution board with a 400 ft main cable and shall be able to handle 7 flood lights.

3.15.5 CONTRACTOR shall carry suitable spares

3.16 MECHANICAL ISOLATION PLUGS

3.16.1 All mechanical isolation plugs shall be installed inside the pipe with expandable seal to seal off passage of media inside pipe

3.16.2 Mechanical pipe plugs: Pipe size: 2”, 3” & 4” 3 each

3.16.3 Mechanical pipe plugs: Pipe size: 6”, 8” & 10” 2 each

3.16.4 Mechanical pipe plugs: Pipe size: 12”, 15” & 18” 1 each

4 WELDING TOOLS AND EQUIPMENT

Page 29: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 28

4.1 500 KG ELECTRODE OVEN 1 unit

4.1.1 Electrode Oven suitable for baking or holding 500 kg of electrode up to a maximum temperature of 400oC

4.1.2 Complete with external thermometer that carry valid calibration and certification 1 unit

4.2 250 KG ELECTRODE OVEN 1 unit

4.2.1 Electrode Oven suitable for baking or holding 250 kg of electrode up to a maximum temperature of 400oC

4.2.2 Complete with external thermometer that carry valid calibration and certification 1 unit

4.3 ARC/AIR GOUGING SET 1 set

4.3.1 Heavy duty gouging torch complete with 10’ length of 600 Amp welding cable and short hose for connection to air supply. All air hoses are to be come with spring loaded spring loaded whip checks.

2 sets

4.3.2 NITTO KOHKI Pneumatic Descaler or equivalent complete with short hose for connection to air supply; all air hoses are to be come with spring loaded spring loaded whip checks.

1 unit

4.3.3 NITTO KOHKI Pneumatic Needle Descaler or equivalent complete with short hose for connection to air supply; all air hoses are to be come with spring loaded spring loaded whip checks

1 unit

4.3.4 Propane Torch complete 100’ of hose, Regulator, Adaptor and Flash back Arrestors 1 set

4.4 GAS TUNGSTEN ARC WELDING (GTAW) WELDING TORCH SET 1 set

4.4.1 Gas Tungsten Arc Welding set shall be Miller MAXSTAR 150 STL or equivalent

4.4.2 Complete with all necessary accessories to perform the welding

4.4.3 Inert gas (Argon) hoses 100ft length and flow meter / regulator including remote control

4.5 500 AMP SMAW WELDING LEAD SET 1 set

4.5.1 500 Amp Welding Lead for the positive pole; one end installed with female connector and other end installed with a male connector. The length of lead shall be 100’

1 length

4.6 600 AMP GOUGING LEAD SET 1 set

4.6.1 600 Amp Welding Lead for the positive pole; one end installed with female connector and other end installed with a male connector. The length of lead shall be 100’

1 length

5 MILLWRIGHT AND MECHANICAL TOOLS AND EQUIPMENT

5.1 TORQUE WRENCH (U.S. READING) 1 set

5.1.1 SNAP-ON Torque wrench or equivalent; click-type with adjustable torque up to 2000 lb. ft

5.1.2 Shall has 1” Square Drive with accuracy of ± 3%

5.2 TORQUE WRENCH (NEWTON METER READING) 1 set

5.2.1 SNAP-ON Torque wrench or equivalent; click-type with adjustable torque up to 2800 NM

5.2.2 Shall has 1” Square Drive with accuracy of ± 3%

5.3 HYDRAULIC JACK (20 TON CAPACITY) 1 unit

5.3.1 HI FORCE hydraulic jack or ENERPAC hydraulic jack or equivalent; self return single acting CYLINDER-PUMP jack of minimum 20 ton capacity.

5.3.2 Shall complete with high pressure hoses

5.4 HYDRAULIC JACK (30 TON CAPACITY) 1 unit

5.4.1 HI FORCE hydraulic jack or ENERPAC hydraulic jack or equivalent; self return single acting CYLINDER-PUMP jack of minimum 30 ton capacity

5.4.2 Shall complete with high pressure hoses

Page 30: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 29

5.5 SINGLE ACTING CYLINDER PUMP SET 1 set

5.5.1 Each set shall consist of ENERPAC 5 ton pump set and ENERPAC 10 ton pump set 2 each

5.5.2 Light weight cylinder hand pump complete with 6’ safety hose, calibrated gauge and gauge adapter.

5.6 MILLWRIGHT COMMISSIONING HAND TOOLS

5.6.1 18”, 24” and 36” Pipe wrenches 1 each

5.6.2 16” Adjustable wrench 1 unit

5.6.3 ¾” drive impact socket set 1 unit

5.6.4 ½” drive impact socket set 1 unit

5.6.5 ¼” 10-200 in-lb torque wrench 1 unit

5.6.6 ⅜”20-100ft-lb torque wrench 1 unit

5.6.7 ½” 10-250ft-lb torque wrench 1 unit

5.6.8 ¾” -600ft-lb torque wrench 1 unit

5.6.9 Inspection Mirror 1 unit

5.6.10 Carpenters level 4’ and 6’ 1 each

5.6.11 Red dye penetrate check kit 1 unit

5.6.12 Dial indicator holder Starrett 645 A5Z, magnetic base 1 unit

5.6.13 Dial indicator Starrett or equal 0.250” travel, magnetic base 1 unit

5.6.14 Dial indicator Starrett or equal 1.000” travel, magnetic base 1 unit

5.6.15 Starrett outside micrometers 0" x 12" 1 unit

5.6.16 Starrett inside micrometer 0" x 24” 1 unit

5.6.17 Starrett inside micrometer telescoping to 72” 1 unit

5.6.18 Outside micrometer 0" - 1" ball 1 unit

5.6.19 Outside micrometer 0" x 2" Ball 1 unit

5.6.20 Outside micrometer 1" - 2" ball 1 unit

5.6.21 Depth micrometer 0" - 12" 1 unit

5.6.22 Feeler gauges 0.0015 - 0.025 - 12" long 1 set

5.6.23 Feeler gauges 0.0015" - 0.025" - 6" long 1 set

5.6.24 Precision Straight edge – 12”, 24", 36" and 48" 1 each

5.6.25 Machinist Levels 4", 6", 8" and 12" 1 each

5.6.26 ½” drive Hex bit set to 1” 1 unit

5.6.27 ⅜”dive Hex bit set to ½” 1 unit

5.6.28 Heavy Duty socket set ¾” drive socket to 2” 1 unit

5.6.29 Socket set ½” drive to 1¼” 1 unit

5.6.30 Socket set ⅜”drive to ¾” 1 unit

5.6.31 Socket set ¼” drive to 9/16” – 12 points 1 unit

6 ELECTRICAL TOOLS AND EQUIPMENT

6.1 HYDRAULIC CRIMPING TOOLS 1 set

6.1.1 Heavy duty hydraulic crimping tool with changeable die set from 150 mm2 to 300mm2 cable

6.1.2 Shall include all necessary accessories

6.2 TYPEWRITER FOR WIRE CORE MARKER 1 set

Page 31: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 30

6.2.1 Typewriter shall be Nippon MAX® Letawin LM-370A or equivalent come with adapter 240V 50 Hz, spare ribbon and wire core sleeve

6.3 ELECTRICIAN SPECIAL TOOLS

6.3.1 Greenlee No. 7306 Knock-Out Punch Set 1set

6.3.2 Portable Electric Drill with ¾” Chuck come with drill bits sets 1set

6.3.3 Megger Tester 1000 V 1unit

6.3.4 Weidmuller ratchet type ferrules lug crimping tool for cables from 0.5mm2 to 10mm2 1unit

6.3.5 Weidmuller ratchet type insulated cable lug crimping tool for cables from 0.5mm2 to 10mm2

1unit

6.3.6 RS Stock heavy duty crimping Tool with die set for cables from 10mm2 to 150mm2 1unit

6.4 CADWELD MOULDS 1 set

6.4.1 For vertical weld up to 70mm2 earthing cable 1 unit

6.4.2 For horizontal weld up to 70mm2 earthing cable 1 unit

6.5 CABLE PULLING SET

6.5.1 Cable rollers for pulling cable up to 4C x 300 mm2 30 units

6.5.2 Stand for Cable Drum complete with 5 tons jack 2 unit

6.5.3 Stockings for pulling cable size ranges 25mm to 75mm diameter 6 units

7 INSTRUMENTATION TOOLS AND EQUIPMENT

7.1 INSTRUMENT SPECIAL TOOLS

7.1.1 3 in 1 Cutting, stripping and crimping tool for Bootlace Ferrules 5 to 6 mm2 size range (Weidmuller Type CT16 or equivalent)

1 unit

7.1.2 Standard Hand Taps set for NPT threads with sizes range from ⅛”- 1", NPT 1 set

7.1.3 Portable precision pneumatic calibrator for 0-400" of water gauge complete with a 6" output gauge (0-30 psig or 0 – 20,000 mmH2O)

1 unit

7.1.4 Portable pneumatic calibrator range 0 to 60" Water Gauge complete with a 6" output gauge (0-3 psig or 0 – 2,000 mmH2O)

1 unit

7.1.5 Test Gauges for the following range: 0-15; 0-30; 0-100; 0-300; 0-500; 0-1000 and 0-1500psi

1 each

7.1.6 Klippon Terminal: 10 EACH SAK 2.5 (EXE) 1 unit

7.1.7 Klippon Terminal: 10 EACH SAK 4.0 (EXE) 1 unit

7.1.8 Magnet 1 unit

8 CLEANING AND PAINTING TOOLS AND EQUIPMENT

8.1 GRIT HOPPER 1 unit

8.1.1 Grit Hopper complete with structural frame; the frame shall be designed such that the bottom outlet is at least 6” higher than Blasting Pot

8.1.2 The Frame shall be provided with lifting pad eyes that carry valid certification; hopper shall be pre-slung with wire slings that carry valid certification.

8.1.3 The frame shall be designed with suitable access and platform for workers unloading grits at the top.

8.1.4 Shall be able to hold minimum 8 tons of grit

8.1.5 Come with 3 units of 2” diameter outlets; each outlet shall be installed with a control valve

8.1.6 Come with a 2 ½” diameter outlet at the bottom of hopper

8.2 SPRAY PAINT SET NO 1 1 set

8.2.1 Airless Spray Machine shall be Graco Premier 34:1 1 unit

Page 32: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 31

8.2.2 Airless Spray Gun shall be Graco Model D: 208-663 1 unit

8.2.3 Complete with 1 gallon mixing pot 5 unit

8.2.4 Electrical Agitator complete with mixing wane and all electrical accessories 1 unit

8.2.5 Spray Paint hose, 3/8” x 50’ length 4 rolls

8.3 SPRAY PAINT SET NO 2 1 set

8.3.1 Airless Spray Machine shall be Graco Premier 45:1 1 unit

8.3.2 Airless Spray Gun shall be Graco Model D: 208-663 1 unit

8.3.2.1 Complete with 1 gallon mixing pot 5 unit

8.3.3 Electrical Agitator complete with mixing wane and all electrical accessories 1 unit

8.3.4 Spray Paint hose, 3/8” x 50’ length 4 rolls

8.4 GRIT BLAST SET NO 1 (LARGE SET) 1 set

8.4.1 Grit blasting machine shall be Clemco 6 ft3 Contractor Series Blast Machine

8.4.2 The Grit Blasting Machine shall include the following items:

8.4.2.1 PSV Sand Valve 1 unit

8.4.2.2 CFP, 1 ¼” threaded quick coupling attached to the blast machine 2 units

8.4.2.3 ¼" Piping

8.4.2.4 Pot Screen and Cover 1 unit

8.4.2.5 ½" Moisture Separator 1 unit

8.4.2.6 Remote controls 1 unit

8.4.2.7 Hose, 4-ply blasting hose 1.1/4” x 50ft c/w CQP-2 nylon coupling & spring (both ends) 4 rolls

8.4.2.8 Hose, 2-ply blasting hose 1.1/4” x 50ft c/w CQP-3 nylon coupling & spring (both ends) 4 rolls

8.4.2.9 3/8" Orifice Tungsten Carbide Nozzle 4 units

8.4.2.10 Blasting helmet (Apollo 60) come with breathing tube assembly with swivel ends and ½” x 100’ respirator hose

1 unit

8.4.2.11 CPF Air Filter for 2 outlets 2 units

8.4.2.12 Cool air tube come with belt and heat shield 1 unit

8.4.2.13 3/8” x 60’ breathing hose to feed air to Helmet 1 roll

8.4.2.14 Breathing Air Filter 2 units

8.4.2.15 Operator Cool-Air Tube 1 unit

8.4.2.16 3/16” x 50’ twin hoses for deadman handle or remote control unit 4 rolls

8.5 GRIT BLAST SET NO 2 (SMALL SET) 1 set

8.5.1 Grit blasting machine shall be Clemco 4 ft3 Contractor Series Blast Machine

8.5.2 The Grit Blasting Machine shall include the following items:

8.5.2.1 PSV Sand Valve 1 unit

8.5.2.2 CFP, 1 ¼” threaded quick coupling attached to the blast machine 2 units

8.5.2.3 ¼" Piping

8.5.2.4 Pot Screen and Cover 1 unit

8.5.2.5 ½" Moisture Separator 1 unit

8.5.2.6 Remote controls 1 unit

8.5.2.7 Hose, 4-ply blasting hose 1.1/4” x 50ft c/w CQP-2 nylon coupling & spring (both ends) 4 rolls

8.5.2.8 Hose, 2-ply blasting hose 1.1/4” x 50ft c/w CQP-3 nylon coupling & spring (both ends) 4 rolls

Page 33: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 32

8.5.2.9 3/8" Orifice Tungsten Carbide Nozzle 4 units

8.5.2.10 Blasting helmet (Apollo 60) come with breathing tube assembly with swivel ends and ½” x 100’ respirator hose

1 unit

8.5.2.11 CPF Air Filter for 2 outlets 2 units

8.5.2.12 Cool air tube come with belt and heat shield 1 unit

8.5.2.13 3/8” x 60’ breathing hose to feed air to Helmet 1 roll

8.5.2.14 Breathing Air Filter 2 units

8.5.2.15 Operator Cool-Air Tube 1 unit

8.5.2.16 3/16” x 50’ twin hoses for deadman handle or remote control unit 4 rolls

8.6 PRESSURE CLEANER 1 set

8.6.1 Electric Pressure Cleaner shall be Gerni Cold Water pressure cleaner #G3 TRADESMAN complete with all necessary accessories to operate the cleaner.

8.6.2 One 50’ spare pressure hose to be included in the set

9 RIGGING TOOLS AND EQUIPMENT

9.1 GENERAL

9.1.1 All lifting equipment, slings, blocks, shackles, etc shall be of highest quality, supplied with test certificate and tag indicating safe working load and date tested.

9.1.2 All shackles shall have the British Standard kit mark or API logo approval stamped into the shackles.

9.2 RIGGERS BLOCK AND TACKLE (LIGHT) SET 1 set

9.2.1 300 ft of ½" manila rope 1 rolls

9.2.2 300 ft of ¾" manila rope 1 rolls

9.2.3 Web Slings 4 Ton x 4m 4 units

9.2.4 Web Slings 4 Ton x 6m 6 units

9.2.5 Web Slings 6 Ton x 4m 4 units

9.2.6 Web Slings 6 Ton x 6m 4 units

9.2.7 3 Ton Chain Block 4 units

9.2.8 5 Ton Chain Block 3 units

9.2.9 10 Ton Chain Block 2 units

9.2.10 3 Ton Triflor block 1 unit

9.2.11 5 Ton Triflor block 1 unit

9.2.12 8 Ton Snatch Block shall be Crosby McKissick M-491 model no. 2020824; shackle shall be included

4 units

9.3 TUGGER WINCH

9.3.1 All tugger winches shall come with 2 nos. of snatch block of the same rating and completely wired up with the correct sized wire

9.3.2 All tugger winches shall be inspected by Competent Authorized Person and carry a valid equipment passport

9.3.3 All tugger winches shall comply with COMPANY’s lifting gear requirements

9.3.4 All tugger winches shall be fitted with 100’ of air hose and Aeroquip connectors.

9.3.5 All hoses shall be fitted with whip-checks and crocodile clips

9.3.6 The following sizes of tugger winch shall be available for call-off:

9.3.6.1 2 Ton Tugger Winch 1 set

9.3.6.2 5 Ton Tugger Winch 1 set

Page 34: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 33

9.3.6.3 7 Ton Tugger Winch 1 set

9.3.6.4 10 Ton Tugger Winch complete with 4 nos. of 10 Ton snatch block 1 set

9.4 SLINGS & SHACKLES (SMALL) SET

9.4.1 All slings and shackles shall comply with COMPANY’s requirements on lifting gears; each item shall carry valid certificate, registered and tagged.

9.4.2 All shackles shall be Crosby

9.4.3 The set shall comprise of the following slings and shackles:

9.4.3.1 3 ST (SWL) X 3 M wire slings 8 lengths

9.4.3.2 3 ST (SWL) X 6 M wire slings 8 lengths

9.4.3.3 5 ST (SWL) X 3 M wire slings 8 lengths

9.4.3.3 5 ST (SWL) X 6 M wire slings 16 lengths

9.4.3.4 8 ST (SWL) X 3 M wire slings 8 lengths

9.4.3.5 8 ST (SWL) X 6 M wire slings 8 lengths

9.4.3.6 10 ST (SWL) X 3 M wire slings 8 lengths

9.4.3.7 10 ST (SWL) X 6 M wire slings 8 lengths

9.4.3.8 15 ST (SWL) X 6 M wire slings 4 lengths

9.4.3.9 15 ST (SWL) X 9 M wire slings 4 lengths

9.4.3.10 15 ST (SWL) X 12 M wire slings 4 lengths

9.4.3.11 3 ST (SWL 16 pieces

9.4.3.12 5 ST (SWL) 24 pieces

9.4.3.13 8 ST (SWL) 16 pieces

9.4.3.14 10 ST (SWL) 16 pieces

9.4.3.15 15 ST (SWL) 12 pieces

9.5 SLINGS & SHACKLES (MEDIAN) SET 1 set

9.5.1 All slings and shackles shall comply with COMPANY’s requirements on lifting gears; each item shall carry valid certificate, registered and tagged.

9.5.2 All shackles shall be Crosby

9.5.3 The set shall comprise of the following slings and shackles:

9.4.3.1 3 ST (SWL) X 3 M wire slings 16 lengths

9.4.3.2 3 ST (SWL) X 6 M wire slings 16 lengths

9.4.3.3 5 ST (SWL) X 3 M wire slings 16 lengths

9.4.3.3 5 ST (SWL) X 6 M wire slings 32 lengths

9.4.3.6 10 ST (SWL) X 3 M wire slings 16 lengths

9.4.3.7 10 ST (SWL) X 6 M wire slings 16 lengths

9.4.3.8 15 ST (SWL) X 6 M wire slings 8 lengths

9.4.3.9 15 ST (SWL) X 9 M wire slings 8 lengths

9.4.3.10 15 ST (SWL) X 12 M wire slings 8 lengths

9.4.3.11 3 ST (SWL 32 pieces

9.4.3.12 5 ST (SWL) 48 pieces

9.4.3.14 10 ST (SWL) 32 pieces

9.4.3.15 15 ST (SWL) 24 pieces

9.6 CHAIN BLOCKS

Page 35: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 34

9.6.1 The following chain blocks shall be available for call-off:

9.6.2 5 Ton Chain Block 1 unit

9.6.3 10 Ton Chain Block 1 unit

9.6.4 15 Ton Chain Block 1 unit

9.6.5 20 Ton Chain Block 1 unit

9.7 POWER CHAIN SAW 1 set

9.7.1 Pneumatic chain saw for cutting timber

10 SCAFFOLDING TOOLS AND EQUIPMENT

10.1 SCAFFOLDING SET 1 set

10.1.1 All scaffolding parts shall comply with BS1139 and BS2482

10.1.2 Each scaffolding set shall comprise of the following component

10.1.2.1 Scaffold tubing; at least half of the quantity shall be full length 500 ft

10.1.2.2 Double Coupler 100 pieces

10.1.2.3 Single Couplers 30 pieces

10.1.2.4 Sleeve Couplers 10 pieces

10.1.2.5 Joint Pins 10 pieces

10.1.2.6 Beam Clamps 20 pieces

10.1.2.7 Base Plates 15 pieces

10.1.2.8 Swivel Couplers 30 pieces

10.1.2.9 Guard Board Clips 20 pieces

10.1.2.10 Wire Lashing (10 ft length) BS 2482 200 ft

10.1.2.11 Scaffold Boards (12 ft length) BS 2482 240 ft

10.1.2.12 Wooden Ladder - 12 ft 2 pieces

10.1.2.13 Wooden Ladder - 24 ft (extendable) 1 piece

10.1.2.14 Scaff Tags 2 pieces

10.1.2.15 Scaff Tag Holders 2 pieces

10.1.2.16 12’ Ladder Beam shall be made from using standard scaffolding tube and 1” diameter galvanized tube as rungs. The spacing between rungs shall be 12”

1 piece

10.1.2.17 5m of ¼”diameter wire rope (for bundling of tubes and boards) 1 roll

10.1.2.18 Bulldog clips for 5/16” wire (for bundling of tubes and boards) 8 pieces

11 HEAVY EQUIPMENT

11.1 PREAMBLE

11.1.1 All Heavy Equipment shall be skid mounted with properly designed structural frame with four lifting pad eyes. Lifting padeyes shall be tested in accordance to COMPANY’s requirements on lifting gears.

11.1.2 All Heavy Equipment shall be pre-slung before despatching to WORKSITE. All lifting gears shall comply with COMPANY’s requirements on lifting gears.

11.1.3 All Heavy Equipment with diesel engine shall come with spark arrestor and battery cut-off switch. And dry powder fire extinguisher shall be provided when the Heavy Equipment is at the WORKSITE.

11.1.4 Generators and welding machines shall come with intrinsically safe weather proof power outlet, Electronic Leak Circuit Breaker (ELCB) (10mA) and earthing point

11.1.5 All Generators shall complete with 50’ of HV power cable and portable power distribution board for 240V and 415V outlets

Page 36: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 35

11.1.6 All Heavy Equipment shall be inspected by Authorized Competent Person and carry valid Equipment Passport.

11.2 GENERATOR

11.2.1 90KVA GENERATOR

11.2.1.1 Generator shall be diesel engine driven rated 90KVA at 50Hz and complete with safety guarding system

11.2.2 150KVA GENERATOR 1 unit

11.2.2.1 Generator shall be diesel engine driven rated at 150KVA at 50Hz and complete with safety guarding system

11.2.3 300KVA GENERATOR 1 unit

11.2.3.1 Generator shall be diesel engine driven rated at of 300KVA at 50Hz and complete with safety guarding system

11.2.4 500KVA GENERATOR 1 unit

11.2.4.1 Generator shall be diesel engine driven rated at of 500KVA at 50Hz and complete with safety guarding system

11.2.5 800KVA GENERATOR 1 unit

11.2.5.1 Generator shall be diesel engine driven rated at of 800KVA at 50Hz and complete with safety guarding system

11.2.6 1000KVA GENERATOR 1 unit

11.2.6.1 Generator shall be diesel engine driven rated at of 1000KVA at 50Hz and complete with safety guarding system

11.3 DIESEL WELDING MACHINE

11.3.1 500 AMP Diesel Engine Driven Welding Machine 1 unit

11.3.1.1 500 Amp Diesel Engine Driven Welding machine shall be MILLER Big Blue 500 or equivalent

11.3.1.2 Each welding machine shall complete with 100’ of 500 Amp welding cable and 50’ of 500 Amp earth cable. The welding cable shall have one end installed with cable lug and other end installed with female connector. The earth cable shall be installed with a earth clamp

11.3.1.3 Each welding machine shall also include a remote control and 10’ flexible whip

11.3.2 600 AMP Diesel Engine Driven Welding Machine 1 unit

11.3.2.1 600 AMP Diesel Engine Driven Welding Machine shall be MILLER Big Blue Air Pak or equivalent

11.3.2.2 Each welding machine shall complete with 100’ of 600 Amp gouging cable and 50’ of 600 Amp earth cable. The gouging cable shall have one end installed with cable lug and other end installed with female connector. The earth cable shall be installed with a earth clamp

11.4 AIR COMPRESSOR

11.4.1 Air Compressor shall be diesel engine driven complete with reserve air tank

11.4.2 175 cfm Air Compressor 1 unit

11.4.2.1 The 175 cfm Air Compressor shall be capable of free air delivery of 175 cfm at rated operating pressure of 100 psig

11.4.3 375 cfm Air Compressors 1 unit

11.4.3.1 The 375 cfm Air Compressor shall be Ingersoll-Rand HP375WIR or equivalent

11.4.3.2 Shall be capable of free air delivery of 375 cfm at rated operating pressure of 150 psig

11.4.4 600 cfm Air Compressors 1 unit

11.4.4.1 The 600 cfm Air Compressor shall be capable of free air delivery of 600 cfm at rated operating pressure of 150 psig

Page 37: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 36

11.4.5 750 cfm Air Compressor 1 unit

11.4.5.1 Air Compressor shall be Ingersoll-Rand XP750WCAT or equivalent

11.4.5.2 Shall be capable of free air delivery of 750 cfm at rated operating pressure of 150 psig

11.5 AIR MANIFOLDS 1 set

11.5.1 Air manifolds shall be designed to operate at 150 psi. Safety factors and hydrotest requirement shall be in accordance with piping system. It shall be designed with lifting pad eyes, manual carry handles and stands

11.5.2 It shall carry valid certificate

11.5.3 Air manifolds shall provide at least 8 nos. of 1” diameter outlets; each outlet shall be installed with a stainless steel ball valve

11.5.4 Air manifolds shall be installed with bleeding drain point at the lowest point and air filter at the inlet

11.6 FIREWATER PUMP 1 set

11.6.1 Firewater pump shall be driven by diesel engine capable of delivering 800 litre/min with minimum discharge head of 8 bars and minimum suction head of 3m

11.6.2 The Firewater pump shall come with at least 400’ of discharge hose, 50’ of suction hose and allow for all necessary hose clips and nozzles for operation and maintenance

11.6.3 It shall carry valid certificate

11.7 FIREWATER MANIFOLD 1 set

11.7.1 Firewater manifolds shall be designed to operate at 100 psi. Safety factors and hydrotest requirement shall be in accordance with piping system. It shall be designed with lifting pad eyes, manual carry handles and stands

11.7.2 Firewater manifolds shall provide the following outlets:

11.7.2.1 3 nos. of 1 ½” diameter outlets with each outlet installed with a stainless steel ball valve and female connectors.

11.7.2.2 2 nos. of 1” diameter outlets installed with stainless ball valves and Chicago fittings

11.7.2.3 1 no of 2 ½” Extension Outlet installed with stainless steel ball valve and female connector

11.7.2.4 The Firewater manifolds shall have a 2 ½” diameter inlet installed with male connector

12 COMMISSIONING/TESTING/SPECIALIST EQUIPMENT

12.1 INSULATION OIL TEST SET 1 set

12.1.1 Transportable, semi-automatic type, 0-60KV complete with Glass test vessel & standard electrode

12.2 INSULATION AND CONTINUITY TESTER – 500V (DC) 1 set

12.2.1 Analogue, battery operated, voltmeter, Insulation 0-200 Mega Ohm, Continuity 0 –2 & 0 - 200 Ohm, Voltage 0 – 600V (AC)

12.3 INSULATION AND CONTINUITY TESTER – 1000V (DC) 1 set

12.3.1 Analogue, battery operated, voltmeter, Insulation 1-200 Mega Ohm, Continuity 0 –100 Ohm, Voltage 0 – 600V (ac)

12.4 INSULATION TESTER – 1000V (DC) 1 set

12.4.1 Digital, battery operated, voltmeter, Range: 250/500/1000V (DC), Insulation 0-20 Mega Ohm, 0-500 Mega Ohm, 0-1000 Mega Ohm, Voltage 0-600V (AC)

12.5 INSULATION TESTER – 5 KV (DC) 1 set

12.5.1 Digital, battery operated, voltmeter, Range: 2.5/5KV (DC), 0-5000 Mega Ohm, 0-10000 Mega Ohm, Voltage 0-600V (AC)

12.6 HIGH VOLTAGE TEST GENERATOR 1 set

Page 38: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 37

12.6.1 The High Voltage Test Generator shall be Baur PGK 25or equivalent and shall complete with cable set, discharge rod and transport case.

12.7 CABLE FAULT LOCATOR 1 set

12.7.1 The Cable Fault Locator shall be Baur STG 600 or equivalent and shall complete with plug in unit for power cables, cable end modulator and viewing hood

12.8 BURN DOWN TRANSFORMER 1 set

12.8.1 The Burn Down Transformer shall be Baur ATG 2 or equivalent and shall complete with all necessary accessories

12.9 FAULT LOCATION MEASURING BRIDGE 1 set

12.9.1 The Fault Location Measuring Bridge shall be Baur DMB 5 or equivalent and shall complete with all necessary accessories.

12.10 CONDUCTIVITY TESTER 1 set

12.10.1 The Conductivity Tester shall be mounted in self-contained hardwood case and complete with batteries, charger and battery operated handspikes.

12.10.2 Shall be a low resistance test set with analogue displays for 0 – 100 micro ohm, 0 – 10 ohm and 0.1 – 10 Amperes

12.11 EARTH RESISTANCE TESTER 1 set

12.11.1 Four terminal measurement, direct reading, digital display, hand-operated or battery-operated, Range: 0.01-1000 Ohm (3 ranges), Output Voltage: Limited to 50V

12.12 EARTH LEAKAGE CIRCUIT BREAKER TESTER 1 set

12.12.1 For testing protective measures of circuit breakers Digital display, trip time indication in ms, no trip indication, Test Current: 6/10/15/30/50/100/150/250/300/500 mA, Power Supply: 240 V (AC) 50/60 Hz

12.13 EARTH LOOP TESTER 1 set

12.13.1 The Earth Loop tester shall have digital display, battery operated and suitable for 240 V at 50Hz

12.13.2 The tester shall measure contact potential, earth resistance, tripping time at nominal fault current, tripping time at increasing fault current, earth loop resistance and earth electrode voltage

12.14 SECONDARY CURRENT INJECTION TEST SET 1 set

12.14.1 The secondary current injection test set shall be suitable for non-linear load and undistorted output waveform; suitable for 200-250V (AC) at 50Hz

12.14.2 Shall come with digital timer that can time up to 999 seconds

12.14.3 Shall complete with power supply unit and Injection transformer unit; The output range shall be from 0.05A - 200A

12.15 PRIMARY CURRENT INJECTION TEST SET 1 set

12.15.1 Control unit and current output unit with Ammeter, Output Current: 0-100A/47V, 0-200A/23V, 0-1500A/4.3V, 0-2000A/4.1V

12.16 LIVE CONDUCTOR INDICATOR & PHASING TESTER 1 set

12.16.1 Complete with rods, carrying case and hand test generator (50/60Hz), Range: 5-10kV

12.17 PHASE SEQUENCE INDICATOR 1 set

12.17.1 Phase sequence indicator complete with leads for use on 100-600V (AC) 20/500Hz

12.18 CLAMP-ON VOLT/A OHM METER 1 set

12.18.1 Digital type, complete with test leads, batteries and case peak reading lock facility

12.19 CLAMP-ON METER 1 set

12.19.1 Shall has digital display and capable of storing data

12.19.2 The Ampere range shall be from 0A to 1000A

Page 39: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 38

12.19.3 The Voltage range shall be from 0V to 650V (AC)

12.19.4 The resistance range shall be from 0 Ohm to 2000 Ohm

12.20 THERMOMETER 1 unit

12.20.1 Raytek Infrared thermometer range from -50 oC to 400oC

12.21 LIGHT METER 1 unit

12.21.1 Direct Reading, Analogue Range: 0-500/1000 LUX

12.22 STATOR & ARMATURE TEST 1 set

12.22.1 Complete with test meter, audio and visual signal for fault location in rotor and stator coils. Voltage: 220V (AC) 50Hz

12.23 VIBRATION METER 1 set

12.23.1 Handheld type, vibration velocity in mm/s

12.24 HAND TACHOMETER 1 set

12.24.1 Universal type, digital display, battery operated Range 30-100,000 rpm

12.25 VARIABLE TRANSFORMER 1 set

12.25.1 Bench type, Input: 240V (single phase), Output: 0-275V, rated current 10A

12.26 DEADWEIGHT TESTER 1 set

12.26.1 DH-Budenberg model 580EHX deadweight tester or equivalent up to 260 MPa

12.27 RELIEF VALVE TEST EQUIPMENT 1 set

12.27.1 Test bench, suitable for calibration of relief valves up to 12” range: 150# - 2500# ANSI rating

12.28 FIELD CALIBRATOR 1 set

12.28.1 The field calibrator shall be capable to measure, source and simulate 0 – 20 mA with 0.01% accuracy and 1 micro-amp resolution

12.29 PORTABLE PNEUMATIC CALIBRATOR 1 set

12.29.1 The portable pneumatic calibrator shall be Druck DPI-603 or equivalent

12.30 SMART ROSEMOUNT HART COMMUNICATOR (ROSEMOUNT 375) 1 set

12.30.1 HART communicator shall be Rosemount 375 complete with updated software for field bus

12.31 PRESSURE CHART RECORDERS (RANGE: 0 –10,000 PSI) 1 set

12.31.1 Pressure recorder shall come with all necessary connections to the test manifold.

12.31.2 They shall be provided with valid certificate

12.31.3 All necessary consumables for charting the pressure over a 24 hours period shall be provided

12.31.4 The following ranges shall be provided

12.31.4.1 Range from 0 to 1000 psi 2 unit

12.31.4.2 Range from 0 to 3000 psi 2 unit

12.31.4.3 Range from 0 to 5000 psi 1 unit

12.31.4.4 Range from 0 to 10000 psi 1 unit

12.32 TEMPERATURE CHART RECORDER SET 1 unit

12.32.1 The temperature chart recorder shall come with all necessary connection to perform the test

12.32.2 All necessary consumables for charting the temperature over a 24 hours period shall be provided

12.32.3 The recorder shall cover the range from 0 oC to 60oC

Page 40: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 39

12.33 PRESSURE GAUGES

12.33.1 The gauges shall be supplied with valid test certificates, 6" dial face or larger and ½" NPT outlet.

12.33.2 The following range of pressure gauge shall be available:

12.33.3 Range from 0 to 50 psi 1 unit

12.33.4 Range from 0 to 100 psi 1 unit

12.33.5 Range from 0 to 300 psi 1 unit

12.33.6 Range from 0 to 500 psi 1 unit

12.33.7 Range from 0 to 1000 psi 1 unit

12.33.8 Range from 0 to 3000 psi 1 unit

12.33.9 Range from 0 to 5000 psi 1 unit

12.33.10 Range from 0 to 10000 psi 1 unit

12.34 DECADE RESISTANCE BOX 1 unit

12.34.1 The Decade Resistance Box shall be ranged from 0.1 ohm – 1 mega ohms

12.35 HEAT GUN 1 unit

12.35.1 240V 1500 Watts and EXD rated. Temp Setting from 80 oC – 600 oC

12.36 LOW RESISTANCE DUCTILE TESTER 1 unit

12.37 RESISTANCE TEMPERATURE DROP AND THERMOCOUPLE SIMULATOR 1 unit

12.37.1 For Type “K”

12.38 RESISTANCE TEMPERATURE DROP AND THERMOCOUPLE SIMULATOR 1 unit

12.38.1 For Type “J”

12.39 CALIBRATION/TEST EQUIPMENT FOR INFRA RED DETECTORS 1 unit

12.40 CIRCUIT BREAKER TESTER 1 unit

12.41 PROTECTIVE RELAY TESTER 1 unit

12.41.1 The Protective Relay Tester shall include Technician

12.42 TEMPERATURE CALIBRATOR 1 unit

12.42.1 JOFRA temperature calibrator or equivalent with range from –50 oC to 200 oC

12.42.2 Shall include Technician

13 PNEUMATIC EQUIPMENT AND ACCESSORIES

13.1 PNEUMATIC IMPACT WRENCH - 1” DRIVE 1 set

13.1.1 INGERSOLL RAND or equivalent Super Duty Pneumatic Impact Wrench set

13.1.2 1” Drive Deep Well Socket sets, for the following Studbolt size: ½”, ⅝”, ¾”, ⅞”, 1”, 1 ⅛”, 1 ¼”, 1 ⅜”, 1 ½”, 1 ⅝”, 1 ¾”, 1 ⅞” and 2”

2 each

13.2 AIR DRIVEN GRINDING SET 1 set

13.2.1 The following pneumatic grinder shall be available for call off

13.2.2 INGERSOLL RAND 4” Pneumatic Grinder or equivalent and come with short air hose ready for connection to air supply.

1 unit

13.2.3 INGERSOLL RAND 7” Pneumatic Grinder or equivalent and come with short air hose ready for connection to air supply.

1 unit

13.2.4 INGERSOLL RAND Pneumatic Pencil Grinder or equivalent and come with short air hose ready for connection to air supply.

1 unit

13.3 SMALL PNEUMATIC DRILL SET 1 se

Page 41: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 40

13.3.1 INGERSOLL RAND Pneumatic Drill with ½” Chuck set or equivalent and come with short air hose ready for connection to air supply.

1 unit

13.3.2 SANDVIK Drill bit set for both carbon steel and stainless steel 1 set ach

13.4 MEDIUM PNEUMATIC DRILL SET 1 set

13.4.1 INGERSOLL RAND Pneumatic Drill with ¾” Chuck set or equivalent and come with short air hose ready for connection to air supply.

1 unit

13.4.2 SANDVIK Hole Saw Guide bit 1 unit

13.4.3 SANDVIK Hole Saw for both carbon steel and stainless steel with sizes of 14mm, 16mm, 18mm, 20mm, 22mm and 24mm

1 each

13.5 PNEUMATIC HACKSAW SET 1 set

13.5.1 INGERSOLL RAND pneumatic hacksaw or equivalent comes with pivot clamp to secure to 2” to 12” ∅ pipe and come with short air hose ready for connection to air supply.

1 unit

13.5.2 Saw blade for both carbon and stainless steel. 6 pieces each

13.6 FUME EXTRACTOR 1 set

13.6.1 Portable pneumatic high volume extractor with a minimum air delivery of 65 m3/minute and wind pressure of 373 Pascal; shall complete with short air hose ready for connection to air supply

1 unit

13.7 AIR HOSE

13.7.1 All air hoses shall complete with ‘Chicago’ connectors and measured not shorter than 100’

13.7.2 Each air hose shall be completed with safety features and anti-whipping devices at both ends such as ‘Crocodile’ Clamp and spring loaded whip checks

13.7.3 The following air hoses shall be available for call off

13.7.4 ½” diameter 1 roll

13.7.4.1 ¾” diameter 1 roll

13.7.5 1" diameter 1 roll

13.7.6 1½" diameter 1 roll

13.7.7 2" diameter 1 roll

14 PUMPS

14.1 HYDROSTATIC TEST PUMP SET 1 set

14.1.1 Hydrostatic test pumps shall be completed with 2 units of test manifolds and short air hose ready for connection to the air supply.

14.1.2 The Test Manifold shall be designed in accordance to COMPANY’s Engineering Specifications and shall carry valid certification. The test manifolds shall provide all necessary connections for test equipments

14.1.3 The following pumps shall make up a set of the hydrostatic test pump:

14.1.3.1 McFarlane pneumatic high pressure pump or equivalent to generate 5000 psi of pressure with capacity of 15litres per minute

1 unit

14.1.3.2 McFarlane pneumatic high pressure pump or equivalent to generate 10000 psi of pressure with capacity of 120litres per minute

1 unit

14.2 PORTABLE HYDRAULIC PUMP 1 unit

14.2.1 Portable ENERPAC hydraulic pump with range of 0 - 10,000 psi

14.3 HORIZONTAL CENTRIFUGAL PUMP 1 unit

14.3.1 240V Electric centrifugal pump with 2 hp output; shall come with 2”diameter suction inlet and discharge outlet

14.3.2 Shall complete with 50’ of 2” suction hose with a foot valve at the suction end

Page 42: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 41

14.4 DIAPHRAGM PUMP 1 unit

14.4.1 Diaphragm pump shall be Wilden PX800 metal body pump with 2” outlet

14.4.2 Shall complete with 20’ of suction hose and all necessary accessories

15 COMMUNICATION EQUIPMENT

15.1 WALKIE TALKIES 1 set

15.1.1 The Walkie-Talkies to be used in this CONTRACT shall be Motorola GP328 Plus intrinsically safe 16 channels models

15.1.2 When six Walkie-Talkies are mobilised, they shall include a multi unit chargers, conditioners and re-conditioners; model WPLN4080BR

15.2 VHF MARINE TRANSCEIVER 1 set

15.2.1 The VHF Marine Transceiver shall be iCOM IC-M422 or equivalent

15.2.2 Shall complete with the supplied accessories such as hand microphone, DC power cable and mounting bracket kit

16 SAFETY EQUIPMENT

16.1 FIRE EXTINGUISHERS SET 1 set

16.1.1 Fire Extinguisher shall be 4.5 kg Dry Powder type. 6 units

16.2 FIRST AID KIT SET 1 set

16.2.1 First Aids Kit shall comply with DOSH Guidelines on First-Aid in the Workplace 2nd Edition

16.3 MULTI-GAS DETECTOR 1 set

16.3.1 Multi-Gas detectors shall be Crowcon Detective+ Intrinsically Safe Transportable Gas Monitor

16.4 PERSONAL H2S DETECTOR 1 set

16.4.1 H2S Personnel Detector shall comply with COMPANY procedure: OUP.PO.ZI26 rev. 01 PERSONAL H2S MONITOR

16.5 ESCAPE SET 1 set

16.5.1 The Escape shall be Dräger Saver CF constant flow emergency escape breathing apparatus or Equivalent

16.6 SCBA ESCAPE SET 1 set

16.6.1 The SCBA – Self Contained Breathing Apparatus Escape set shall be Drager or Equivalent

16.7 FIRE HOSE SET 1 set

16.7.1 2 ½”∅ X100’ firewater hose complete with connectors that are compatible to the firewater system in the VESSEL and the diesel engine driven firewater pumps used in this CONTRACT

6 rolls

16.7.2 1 ½” Spray nozzles 6 units

16.7.3 1 ½”∅ X 50’ firewater hose complete with standard connectors that are compatible to the firewater system in the VESSEL and the diesel engine driven firewater pumps used in this CONTRACT

10 rolls

17 SPECIAL EQUIPMENT

17.1 BOLT TENSIONING HYDRAULIC PUMP 1 set

17.1.1 Bolt Tensioning Hydraulic Pump shall be air driven 1 unit

17.1.2 The Hydraulic Pump shall complete with all accessories to operate bolt-tensioning tasks

17.2 BOLT-TENSIONING BRIDGE AND PULL HEAD

17.2.1 The maximum tool operating pressure shall not be less than 15,000psi

Page 43: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 42

17.2.2 Each set shall consist of 4 units of Bridge and Pull Head and all necessary accessories to operate the bolt-tensioning tasks

17.2.3 The Bridge and Pull Heads for the following NUT sizes shall be available for call off

17.2.3.1 2 3/16” 1 set

17.2.3.2 2 ⅜” 1 set

17.2.3.3 2 9/16” 1 set

17.2.3.4 2 ¾” 1 set

17.2.3.5 2 15/16” 1 set

17.2.3.6 3 ⅛” 1 set

17.2.3.7 3 ½” 1 set

17.2.3.8 3 ⅞” 1 set

17.2.3.9 4 ¼” 1 set

17.2.3.10 4 ⅝” 1 set

17.2.3.11 5” 1 set

17.2.3.12 5 ⅜” 1 set

17.2.3.13 5 ¾” 1 set

17.2.3.14 6 ⅛” 1 set

17.3 LOW PROFILE TORQUE WRENCH HYDRAULIC PUMP

17.3.1 Low Profile Torque Wrench Hydraulic Pump shall be air driven 1 unit

17.3.2 The Hydraulic Pump shall complete with all accessories to operate the bolt-tightening tasks using the Low Profile Torque Wrench

17.4 LOW PROFILE TORQUE WRENCH

17.4.1 The maximum tool operating pressure shall not be less than 10,000psi

17.4.2 The Low Torque Wrench for the following NUT sizes shall be available for call off

17.4.2.1 2 3/16” 1 unit

17.4.2.2 2 ⅜” 1 unit

17.4.2.3 2 9/16” 1 unit

17.4.2.4 2 ¾” 1 unit

17.4.2.5 2 15/16” 1 unit

17.4.2.6 3 ⅛” 1 unit

17.4.2.7 3 ½” 1 unit

17.4.2.8 3 ⅞” 1 unit

17.4.2.9 4 ¼” 1 unit

17.4.2.10 4 ⅝” 1 unit

17.4.2.11 5 ⅜” 1 unit

17.4.2.12 5 ¾” 1 unit

17.4.2.13 6 ⅛” 1 unit

17.5 HYDRAULIC NUT SPLITTER PUMP

17.5.1 Nut Splitter Hydraulic Pump shall be air driven 1 unit

17.5.2 The Hydraulic Pump shall complete with all accessories to operate the nut splitting tasks

17.6 HYDRAULIC NUT SPLITTERS

Page 44: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 43

17.6.1 The maximum tool operating pressure shall not be less than 20,000psi

17.6.2 The Hydraulic Nut Splitter for the following NUT sizes shall be available for call off

17.6.2.1 ½” – 1 ½” hex nuts 1 unit

17.6.2.2 1 ⅛” – 2 ¼” hex nuts 1 unit

17.6.2.3 2 ¼” – 4” hex nuts 1 unit

17.7 HYDRAULIC FLANGE SPREADER PUMP

17.7.1 Flange Spreader Hydraulic Pump shall be air driven 1 unit

17.7.2 The Hydraulic Pump shall complete with all accessories to operate the flange spreading tasks

17.8 HYDRAULIC FLANGE SPREADER 1 set

17.8.1 The maximum tool operating pressure shall not be less than 5,500psi

17.8.2 Two Hydraulic Flange Spreaders shall work together as a set

17.8.3 Each Hydraulic Flange Spreader shall be able to generate 12.7 tons of separating force

1 set

17.9 COLD CUTTING & BEVELLING MACHINES

17.9.1 GENERAL 1 set

17.9.2 Cold Cutting and Bevelling machines shall consist of hydraulic pump, split frame and cutters assembly that has the following features:

17.9.2.1 Low clearance tool slides (1” travel) federate 0.0025/rev

17.9.2.2 Extended tool slides (2” travel) federate 0.0025/rev

17.9.2.3 Counter boring tool slides

17.9.2.4 Cutting bids

17.9.2.5 Taper turning tool slides

17.9.2.6 Dept Control tool slides grooving

17.9.2.7 Back ring plates for special mounting application, clamp extension leg & flange facing module

17.9.2.8 Air Regulator

17.9.3 The following sizes of Split Frame shall be available for call off in this CONTRACT

17.9.3.1 Split Frame to suit Outer Diameter of pipes from 8” to 10”

17.9.3.2 Split Frame to suit Outer Diameter of pipes from 10” to 12”

17.9.3.3 Split Frame to suit Outer Diameter of pipes from 12” to 18”

17.9.3.4 Split Frame to suit Outer Diameter of pipes from 18” to 24”

17.9.3.5 Split Frame to suit Outer Diameter of pipes from 24” to 30”

17.9.3.6 Split Frame to suit Outer Diameter of pipes from 30” to 36”

17.10 FLANGE FACING MACHINE

17.10.1 The Flange Facing Machine shall be HOT-HED Flange Facing Machine Model FF424 or equivalent.

17.10.2 The Flange Facing Machine shall be air driven and capable to work on flanges up to 24”

17.10.3 This particular model is capable of machining flanges from 4”

17.11 HOT TAP MACHINE 1set

17.11.1 Hot Tapping Machine shall be Pneumatic driven; shall comply with NACE Standard MR0175-93 using sulphide stress cracking resistant metallic material

17.11.2 Capable of drilling hole sized from ½” to 4” outer diameter

Page 45: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 44

17.12 GRE EQUIPMENT SET 1 set

17.12.1 The GRE Equipment set shall consist of the full range of Bondstrand pipe shavers up to 16” GRE pipes.

17.12.2 Shall include pneumatic drill, pneumatic grinder, Arbour from 2” to16”, BI tools, heating blanket and standard GRE tradesman toolkits & consumable

17.13 POST WELD HEAT TREATMENT SET 1 set

17.13.1 The Post Weld Heat Treatment set shall consist of a 50KVA 6 ways heat treatment unit, 12 polarised thermocouple socket, 12-point chart recorder, programmable temperature recorder with touch sensitive panel and temperature controller/energy regulator for each heating circuit, over temperature monitoring device and solid state switch for each heating circuit

17.13.2 Above equipment shall complete with a 100’ armoured 4Cx25mm2 cable terminated ready for connecting to the power generator

17.13.3 The set shall complete with sufficient ceramic pad heating element and insulation wool to complete 6 nos. of 24”pipe joints

17.14 PLASMA CUTTING EQUIPMENT SET 1 set

17.14.1 The Plasma Cutter shall be Miller Spectrum 1251 or equivalent and shall come complete with necessary accessories to perform the plasma cutting and gouging tasks.

17.15 HV CABLE JOINING TOOL KIT

17.15.1 Equipment Set shall be capable of jointing cables from 6.6 KV to 33KV

17.15.2 Shall include crimping tool set to crimp cables up to 300mm2

17.15.3 Locally Authority approved Technician with valid certification to handle from 6.6 KV to 33KV

17.15.4 Shall carry valid certification and calibration 1 set

17.15.5 Locally Authority approved Technician

17.16 HIPOT Test Set 1 set

17.16.1 Test Set shall be capable of testing joints or terminations from 6.6 KV to 33KV

17.16.2 Shall carry valid certification and calibration

17.16.3 Locally Authority approved Technician

17.17 HILTI GRATING FASTENING SET 1 set

17.17.1 The HILTI grating fastening set shall be HILTI X-BTG Tool set

17.17.2 Shall include all necessary accessories to perform the tasks

17.18 WATER JETTING MACHINE 1 set

17.18.1 The water jetting machine shall be Gardner Denver Water Jetting System, model Liqua-Blaster 200HP

17.18.2 Shall include all necessary accessories to perform the wet blasting tasks

17.19 POSITIVE PRESSURE HABITAT

17.19.1 The Positive Pressure Habitat shall be HOT-HED Modular Habitat or equivalent. They shall be constructed with flame retardant fabric of various sizes that can be zipped together to form the desired habitat.

17.19.2 The habitat shall include high pressure, high volume air driven blowers to inflate the habitat while ventilated with air driven extractor

17.19.3 Gas detector shall be provided at the intake of blowers and set to trigger an alarm inside the habitat.

17.20 CHEMICAL CLEANING SKID 1 unit

17.20.1 The Chemical Cleaning Skid shall consist of a motor driven 300 litres/min pump, storage tanks complete with electrical heating facility, temperature monitoring device, strainers and isolation valves.

Page 46: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 45

17.20.2 All electrical components shall be suitable for use in areas classified as Zone 1 and complete with cables and connections.

17.20.3 Shall include all necessary chemical resistant hoses for suction and discharge of chemical from/to the skid; the minimum length of each hose shall be 100’

17.21 LUBE OIL FLUSHING SKID

17.21.1 The Lube Oil Flushing Skid shall consist of a motor driven 83.3 litres/sec pump, storage tanks complete with electrical heating facility, isolation valves, throttling valves and strainers (the smallest strainer gauge shall be 100mesh)

17.21.2 All electrical components shall be suitable for use in areas classified as Zone 1 and complete with cables and connections.

17.21.3 Shall include all necessary hoses for suction and discharge of lube oil from/to the skid; the minimum length of each hose shall be 100’

17.22 BORESCOPE 1 unit

17.22.1 Olympus IPLEX RX Videoscope System or EQUIVALENT consisting of : Olympus IPLEX RX with: • Insertion tube, 6.0 mm diameter, 3.5 meter working length, 4- way improved TrueFeel™ scope tip articulation with electronic power-assisted with maximum 130° angulations degree for all direction, “Tapered Flex™ ” tube with flexibility gradually increasing toward the Distal end and exterior with high durability tungsten braid. • 6.5” daylight-view LCD display with anti-reflective type • In-Built with Ultra-high intensity LED illumination • 3 step adjustable gain control with exclusive WiDER™ brightness level balancing Technology. • 4 step adjustable sharpness control • 3 step adjustable control of color saturation • 30-character title display • Built-in 2 stage indicator for high temperature warning • Seamless Digital Zoom up to 5X, 10 step brightness controls • Digital Still image recording with resolution H768 x V576 (Pixel) • Video recording with resolution H640 x V480 (Pixel) • In-built VGA Connector • Accessories : Tip adaptor case, AC adaptor Plug, Instruction Quick Guide, Utility Disc, Adaptor case holder • In-built InHelp™ Inspection Assist Software for data management and reporting. • IPLEX Viewer software for image management, off-line measurements for scalar & stereo measurement and report generation. • Pelican ABS case to house videoscope and battery system.

17.22.2 AT80D/FF-IV96 6.0 MM RT/RX Tip Adapter • AT80D/FF-IV96 direct viewing adapter with 80° field of view, direct viewing type, depth of field of 35 - 8 mm.

1

17.22.3 AT120D/NF-IV96 6.0 MM RT/RX Tip Adapter • AT120D/NF-IV96 direct viewing adapter with 120° field of view, direct viewing type, depth of field of 2 - 200 mm.

1

17.22.4 AT80S-IV96 6.0 MM RT/RX Tip Adapter • AT80S-IV96 side viewing adapter with 80° field of view, side viewing type, depth of field of 15 - 8 mm.

1

17.22.5 AT120S/FF-IV96 6.0 MM RT/RX Tip Adapter • AT120S/FF-IV96 direct viewing adapter with 120° field of view, direct viewing type, depth of field of 3 - 8 mm.

1

17.22.6 MAJ 1253 Rigid Sleeve • Rigid Sleeves for IPLEX FX, LX & LT 6mm diameter System

1

17.22.7 NC2040NO29 Li-ion Battery Lithium Ion Battery for IPLEX LT, IPLEX LX & MX II

2

17.22.8 CH5000X-EU Battery Charger Battery Charger of NC2040A24 Battery for IPLEX LT/LX (EU)

1

17.22.9 Soft Bag for IPLEX UltraLite & IPLEX LX/LT Soft Bag for IPLEX UltraLite & IPLEX LX/LT Videoscope

1

17.22.10 AT60D/60D-IV76 Stereo Tip Adapter MAJ-1046D Stereo Measurement Optical Adaptor with 60° field of view, direct viewing type, depth of field 5 – 8 mm.

1

Page 47: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 46

17.22.11 AT60S/60S-IV76 Stereo Tip Adapter • MAJ-1046S Stereo Measurement Optical Adaptor with 60° field of view, side viewing type, depth of field 4 – 8 mm.

1

17.22.12 Upgrade Stereo Measurement Function • Upgrade IPLEX LX to Stereo Measurement Function

1

17.22.13 FD-8GB Flash Drive 8GB for IPLEX LX, LT & MX II

2

17.23 20 FT CONTAINER For Storage 2 unit

17.23.1 One container will be furnished with typical offshore commissioning tools & consumables

17.23.2 One container will be furnished with offshore commissioning spare parts (EPC supplied)

17.24 INFRARED GAS LEAK TESTING 1 unit

17.24.1 FLIR GF300/320 InfraRed Camera or EQUIVALENT

17.24.2 Focal Plane Array/Spectral Range: Cooled InSb / 3.2–3.4 µm

17.24.3 Accuracy: ±1°C for temperature range (0-100 °C) or ±2% of reading for temperature range (> +100 °C)

17.24.4 Measurement Range: -40ºC to +350ºC

17.25 SHAFT LAZER ALIGNMENT TOOL 1 unit

17.25.1 Rotalign smart EX or EQUIVALENT

17.26 OIL ANALYSER 1 unit

17.26.1 KITTIWAKE FTIR3 Oil Analyser or EQUIVALENT

17.26.2 Spectral range: 5000 – 450 cm-1 Resolution: 2 cm-1 Interferometer: Pendulous type, self-compensating for tilt & shear Beam splitter: ZnSe Source: Ceramic, air cooled Data acquisition: 18 bit ADC Dimensions: 27 x 21 x 19 cm Weight: 10 kg (excluding case) Power: 12 VDC, 30 W (PSU included) Temperature: 15 °C to 30 °C Humidity: Below 65%, non-condensing

17.27 BEARING HEATER 1 unit

17.27.1 SKF TIH 100m or EQUIVALENT

18 MATERIAL HANDLING EQUIPMENT

18.1 CRANE INCLUDING OPERATOR

Hydraulic Crawler Cranes DOSH Approved

18.1.1 Kobelco Model: 7035 or EQUIVALENT 1 unit

Max Lifting Capacity: 35 t x 3.7 m

18.1.2 Kobelco Model: 7045 or EQUIVALENT 1 unit

Max Lifting Capacity: 45 t x 3.7 m

18.1.3 Kobelco Model: 7065 or EQUIVALENT 1 unit

Max Lifting Capacity: 65 t x 4.0 m

18.1.4 Kobelco Model: 7080 or EQUIVALENT 1 unit

Max Lifting Capacity: 80 t x 4.0 m

18.1.5 Kobelco Model: 7100 or EQUIVALENT 1 unit

Max Lifting Capacity: 100 t x 5.5 m

18.2 MOBILE CRANE

Hydraulic Mobile Crane DOSH Approved

Page 48: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 47

18.2.1 Liebherr Model: 1020-2.1 or EQUVALENT 1 unit

Max Lifting Capacity: 35 t @ Radius 3.0 m

18.2.2 Liebherr Model: 1055-3.2 or EQUVALENT 1 unit

Max Lifting Capacity: 55 t @ Radius 2.5 m

18.2.3 Liebherr Model: 1070-4.2 or EQUVALENT 1 unit

Max Lifting Capacity: 70 t @ Radius 2.5 m

18.2.4 Liebherr Model: 1100-4.2 or EQUVALENT 1 unit

Max Lifting Capacity: 100 t @ Radius 3.0 m

18.3 FORKLIFT WITH OPERATOR

Forklift Truck DOSH Approved

18.3.1 Toyota Tonero or EQUIVALENT 1 unit

• 1.5 to 3.5 tonnes load capacity • Lift heights up to 7 m

18.3.1 Toyota Tonero (35-80) or EQUIVALENT 1 unit

• 3.5 to 38.0 tonnes load capacity • Lift heights up to 6 m

18.4 OTHERS

18.4.1 20TON TRAILER INCLUDING OPERATORS 1 unit

18.4.2 80TON TRAILER INCLUDING OPERATORS 1 unit

18.4.3 LORRY WITH 7T MOUNTED CRANE INCLUDING OPERATOR 1 unit

18.4.4 LORRY WITH 10T MOUNTED CRANE INCLUDING OPERATOR 1 unit

18.4.5 1.5TON PICK-UP TRUCK INCLUDING OPERATOR 1 unit

18.4.6 3.0TON PICK-UP TRUCK INCLUDING OPERATOR 1 unit

8.3 NOT USED

8.4 NOT USED

8.5 PERSONAL TOOLKITS

8.5.1 All CONTRACTOR’s MANPOWER and RESOURCES shall be provided with Personal Toolkit in compliance with TABLE 7-32: SPECIFICATION OF PERSONAL TOOLKITS

TABLE 7-32: PERSONAL TOOLKITS SPECIFICATIONS

1 GENERAL

1.1 PREAMBLES

1.1.1 All personal toolkits shall be provided in individual 16” heavy duty Canvas Tool Bag complete with shoulder strap and padlock.

1.1.2 Each Tradesman shall be provided with a personal toolkit; sharing is not permitted.

1.1.3 The below detailed the composition of components of ONE Trade Personal Toolkit

2 PERSONNEL TOOLKITS

2.1 PIPE FITTERS PERSONAL TOOLKIT

Page 49: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 48

2.1.1 9” Torpedo Level come with Three Level Vials show Horizontal, Vertical and 45o alignment

1 unit

2.1.2 12” Half Round File with Coarse And Medium profile 1 each

2.1.3 12” Try Square 2 units

2.1.4 3m and 5m self retracting measuring tape 1 each

2.1.5 Cold Chisel – type ¾” x 7” with protection grip sealey 1 unit

2.1.6 Centre Punch with 7/16” tip 1 unit

2.1.7 28 oz Ball Peen Hammer 1 unit

2.1.8 10” Channel Lock (Tongue + Grove Pliers) 1 unit

2.1.9 12” Adjustable Spanner 1 unit

2.1.10 Vice Grips Pliers 1 unit

2.1.11 Chalk Holder come with chalk 1 unit

2.1.12 8 oz Plumb Bob with 50ft of Nylon Line 1 set

2.1.13 12” Hacksaw Frame and 6 pieces of saw blades 1 set

2.1.14 12” Flat Head Screwdriver 1 unit

2.1.15 Wrap Around for 1” - 12” ∅ pipe 1 unit

2.1.16 4” pneumatic grinder complete with a short air hose ready for connection to air supply 1 unit

2.1.17 Spark Lighter for cutting torch with a box of flints 1 set

2.1.18 Nozzle tip cleaner 1 set

2.1.19 Key to open Oxygen/Acetylene bottles 1 unit

2.2 ELECTRICIANS PERSONAL TOOLKIT

2.2.1 Cable Splicer Knife complete with 6 pieces of spare blades 1 set

2.2.2 6” Heavy Duty Side Cutters complete with spare blade 1 set

2.2.3 Insulated wire stripper-cutter 1 unit

2.2.4 6” Serrated Needle Nose Pliers with Side cutter 1 unit

2.2.5 Insulated high leverage cable cutter 1 unit

2.2.6 Voltage Tester with Neon Lamp (screwdriver type) 1 unit

2.2.7 3M insulating tape 2 rolls

2.2.8 1.5 mm stainless steel wire of 10m length 1 roll

2.2.9 Critchley CT70R Ratchet Crimping Tool complete with 10 mm2 to 70 mm2 hex dies and 30 pieces each of pin crimps, spade crimps and lugs

1 set

2.2.10 3m length self retracting measuring tape 1 unit

2.2.11 Straight head Screwdrivers box set from 2mm to 8mm 1 set

2.2.12 Philips head Screwdrivers box set from 3mm to 8mm 1 set

2.2.13 Allen (Hex) Keys fold up hand set; Metric Size 1 set

2.2.14 Allen (Torx) Keys fold up hand set; Metric Size 1 set

2.2.15 Open Ended Spanners set from 5mm to 20mm 1 set

2.2.16 8” adjustable Spanner 1 unit

2.2.17 Nut Drivers set complete with shank and cushion grip ranged from 5mm to 20mm 1set

2.2.18 12” electrician straight claw hammer 1 unit

2.2.19 12” Hacksaw Frame complete with 6 pieces of saw blades 1 set

2.2.20 Red, Black, Blue and Green permanent Marker Pen 1 each

Page 50: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 49

2.2.21 Long Nose and Diagonal Pliers with basic slip joint 3 pieces

2.3 INSTRUMENT TECHNICIAN PERSONAL TOOLKIT

2.3.1 Cable Splicer Knife complete with 6 pieces of spare blades 1 set

2.3.2 6” Heavy Duty Side Cutters complete with spare blade 1 set

2.3.3 Insulated wire stripper-cutter 1 unit

2.3.4 6” Serrated Needle Nose Pliers with Side cutter 1 unit

2.3.5 Insulated high leverage cable cutter 1 unit

2.3.6 Voltage Tester with Neon Lamp (screwdriver type) 1 unit

2.3.7 Straight head Screwdrivers box set from 2mm to 8mm 1 set

2.3.8 Philips head Screwdrivers box set from 3mm to 8mm 1 set

2.3.9 Allen (hex) keys box set; Metric size 1set

2.3.10 Allen (hex) keys box set; Imperial size 1set

2.3.11 3m retractable measuring tape 1unit

2.3.12 16 oz. Ball Peen Hammer 1unit

2.3.13 Open Ended Spanners set from ¼” to ¾”; Imperial size 1 set

2.3.14 Open Ended Spanners set from 5mm to 20mm; Metric size 1 set

2.3.15 8” Adjustable Spanners 1 unit

2.3.16 10” vice grip pliers 1 unit

2.3.17 Critchley CT70R Ratchet Crimping Tool complete with 10 mm2 to 70 mm2 hex dies and 30 pieces each of pin crimps, spade crimps and lugs

1set

2.3.18 3M insulating tape 2 rolls

2.3.19 1.5 mm stainless steel wire of 10m length 1 roll

2.3.20 9” Torpedo Level 1ea

2.3.21 Red, Black, Blue and Green permanent Marker Pen 2ea

2.3.22 12” Hacksaw Frame complete with 6 pieces of saw blades 1 set

2.3.23 Heavy duty Tube Cutter for SS tubing 1ea

2.4 MILLWRIGHTS PERSONAL TOOLKIT

2.4.1 Heavy-Duty Professional Mechanic pliers set of 6 pieces 1 set

2.4.2 Vice Grip Pliers 1 each

2.4.3 6” Heavy Duty Side Cutters 1 each

2.4.4 Insulated Wire stripper-cutter 1 unit

2.4.5 Centre punch with 1/8 ” tip and 5” length 1 unit

2.4.6 Drift punch with 1/8 ” tip and ¼” tip; 5” length 1 each

2.4.7 7/8” Cold Chisel with 8” sealey protection grip handle 1 each

2.4.8 Circular and semi-circular files 1 each

2.4.9 Flat File with rough, medium or fine profile 1 each

2.4.10 Rigid Scraper with 1” blade or 1½ ” blade 1 each

2.4.11 12 oz Ball Peen Hammer 1 unit

2.4.12 16 oz Plastic Head Hammer 1 unit

2.4.13 8 oz Brass Head Hammer 1 each

2.4.14 18” crow bar 1 each

Page 51: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 50

2.4.15 12” Hacksaw Frame and 6 pieces of saw blades 1 set

2.4.16 Tap and Die set for NPT threads 1/8” to 1” ∅ hole 1 set

2.4.17 Tap and Die set for UNC & UNF threads range from ¼ ” to 1½ ” ∅ hole 1 set

2.4.18 Pipe wrenches sized 8” and 12” 1 each

2.4.19 Adjustable wrenches sized 6”, 8” and 12” 1 each

2.4.20 Allen (hex) keys box set; Metric size 1 set

2.4.21 Allen (hex) keys box set; Imperial size 1 set

2.4.22 3/16 ” Flat head 12” long Screwdriver 1 unit

2.4.23 ¼ ” Flat head and Philip head 10” long Screwdriver 1 each

2.4.24 3/8 ” Screwdriver (x 8”) 1 unit

2.4.25 Combination wrench set with full polished finish ranged from 5/16 ” to 1¼ ”; set of 14 pieces

1 set

2.4.26 Combination wrench set with satin finish ranged from ¼ ” to ¾ ”; set of 9 pieces 1 set

2.4.27 3m retracting measuring tape 1 unit

2.4.28 Shoe handle Wire brushes 1 unit

2.4.29 2B pencils 6 pieces

2.5 WELDERS PERSONAL TOOLKIT

2.5.1 Welding headshield or welding helmet with solar powered shades 1 unit

2.5.2 Spark Leathers protection for hands and legs against hot slugs 1 unit

2.5.3 Chipping Hammer 1 unit

2.5.4 2lb Ball Peen Hammer 1 unit

2.5.5 7/8” Cold Chisel of 8” length with protection grip 1 unit

2.5.6 ½” Round File with Coarse profile 2 units

2.5.7 Shoe Handle Wire Brush 1 unit

2.5.8 3” Flat Block Brush 1 unit

2.5.9 Clear Plastic Lenses 6 pieces

2.5.10 Tempil Sticks 5 pieces

2.5.11 500 A welding electrode holder attached with short length of welding cable 1 set

2.5.12 4” Pneumatic grinder complete with a short air hose ready for connection to air supply 1 each

2.6 PAINTER PERSONAL TOOLKIT 1 unit

2.6.1 Shoe Handle Wire Brush 1 unit

2.6.2 3” Flat Block Brush 2 units

2.6.3 3”wide stainless steel Scraper 1 unit

2.6.4 10” Adjustable Spanner 1unit

2.6.5 12” Heavy duty flat head Screw Driver 1 unit

2.6.6 Safety Harness complete with double Lanyards, hooks to attach to 2”dia tube and absorber

1 unit

2.7 RIGGERS PERSONAL TOOLKIT

2.7.1 10” Adjustable Spanner complete with safety lanyard 1 unit

2.7.2 Seaman’s Knife Plus Sheath complete with safety lanyard 1 unit

2.7.3 3m retractable measuring tape complete with safety lanyard 1 unit

Page 52: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 51

2.7.4 Safety Harness complete with double Lanyards, hooks to attach to 2”dia tube and absorber

1 unit

2.8 SCAFFOLDERS PERSONNEL TOOLKIT

2.8.1 Leather & Ballistic Nylon Scaffolding tool belts 1 unit

2.8.2 RIDGID Scaffolding Ratchet Spanner c/w safety lanyard 1 unit

2.8.3 Burton Box Spanner complete safety lanyard 1 unit

2.8.4 3m retractable measuring complete with safety lanyard 1 unit

2.8.5 9” Torpedo level complete with safety lanyard 1 unit

2.8.6 6” Heavy Duty Side Cutters complete with safety lanyard 1 unit

2.8.7 Safety Harness complete with double Lanyards, hooks to attach to 2”dia tube and absorber

1 unit

9 WORKPACK PREPARATION

9.1 WORKPACK TEAM PERSONNEL

9.1.1 All Workpack Team personnel shall comply with TABLE 7-33: WORKPACK TEAM SPECIFICATIONS

TABLE 7-33: WORKPACK TEAM SPECIFICATIONS

1 PREAMBLES

1.1 GENERAL REQUIREMENTS

1.1.1 The following descriptions specify the minimum requirements for the personnel to be provided by the CONTRACTOR

1.1.2 The CONTRACTOR shall recruit Malaysian citizen The CONTRACTOR shall demonstrate or provide evidence of non-availability of suitable Malaysian when submitting proposals of non-Malaysians

2 GENERAL

2.1 JUNIOR ENGINEER (ANY DISCIPLINE)

2.1.1 Shall possess a recognized degree in any discipline of engineering

2.1.2 Shall have at least 3 years construction experience in engineering fields or 1 year in Offshore Hook-Up and Commissioning experience

2.2 GRADUATE ENGINEER (ANY DISCIPLINE)

2.2.1 Shall possess a recognized degree in any discipline of engineering

2.2.2 Shall be able to demonstrate good leadership in the academic phase

2.2.3 Shall be able to demonstrate a strong personality

2.3 TECHNICAL ASSISTANT (ANY DISCIPLINE)

2.3.1 Shall possess a recognised trade apprenticeship

2.3.2 Shall have at least 5 years working experience

2.3.3 Of which, at least 3 years shall be in the technical field

2.3.4 Shall be knowledgeable with Microsoft offices applications

2.3.5 Shall have a minimum of 10 years hands-on experience in the Oil and Gas Industries construction industries with good knowledge in construction methods and hazards involved

2.3.6 Shall have a minimum of 5 years in managing offshore construction hazards and HSSE activities

2.3.7 Shall be skill in accident reporting and the investigation process

3 WORKPACK TEAM

3.1 SENIOR FIELD ENGINEER

Page 53: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 52

3.1.1 Shall possess a recognized degree in either Mechanical, Chemical, Petroleum or Structural Engineering discipline

3.1.2 Shall have at least 10 years construction experience in the offshore Oil and Gas Industries, of which 7 years shall be in preparing workpacks and follow up execution on offshore hook-up and commissioning projects

3.2 FIELD ENGINEER I

3.2.1 Shall possess a recognized degree in either Mechanical, Chemical, Petroleum or Structural Engineering discipline

3.2.2 Shall have at least 7 years construction experience in the offshore Oil and Gas Industries, of which 5 years shall be in preparing workpacks and follow up execution on offshore hook-up and commissioning projects

3.3 FIELD ENGINEER II

3.3.1 Shall possess a recognized degree in either Mechanical, Chemical, Petroleum or Structural Engineering discipline

3.3.2 Shall have at least 5 years construction experience in the offshore Oil and Gas Industries, of which 3 years shall be in preparing workpacks and follow up execution on offshore hook-up and commissioning projects

3.4 E&I ENGINEER I

3.4.1 Shall possess a recognized degree in either Electrical or Instrument Engineering

3.4.2 Shall have at least 7 years construction experience in the offshore Oil and Gas Industries, of which 5 years shall be in preparing workpacks and follow up execution on offshore hook-up and commissioning projects

3.5 E&I ENGINEER II

3.5.1 Shall possess a recognized degree in either Electrical or Instrument Engineering

3.5.2 Shall have at least 5 years construction experience in the offshore Oil and Gas Industries, of which 3 years shall be in preparing workpacks and follow up execution on offshore hook-up and commissioning projects

3.6 SENIOR PLANNING ENGINEER

3.6.1 Shall possess a recognized degree in any Engineering discipline

3.6.2 Shall have 5 years hands-on experience on using Primavera 3e planning software and/or 15 years hands-on experience on using other planning software such as Artemis 7000

3.6.3 Shall have at least 15 years planning experience on construction

3.6.4 Out of the 15 years, at least 10 years are specifically on offshore hook-up and commissioning planning

3.7 PLANNING ENGINEER I

3.7.1 Shall possess a recognized degree in any Engineering discipline

3.7.2 Shall have 3 years hands-on experience on using Primavera 3e planning software

3.7.3 Shall have at least 5 years planning experience on construction

3.7.4 Out of the 5 years, at least 3 years are specifically on offshore hook-up and commissioning planning

3.8 PLANNING ENGINEER II

3.8.1 Shall possess a recognized degree in any Engineering discipline

3.8.2 Shall have 1 years hands-on experience on using Primavera 3e planning software

3.8.3 Shall have at least 3 years planning experience on construction

3.8.4 Shall be skill in Microsoft offices applications

3.9 MECHANICAL COMMISSIONING ENGINEER

3.9.1 Shall possess a recognized degree in Mechanical Engineering

3.9.2 Shall have at least 10 years experience in the Oil and Gas Industries with at least 5 years in Process design

Page 54: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 53

3.9.3 Shall have at least 5 years experience in preparing commissioning workpack for offshore hook up and commissioning projects

3.10 E&I COMMISSIONING ENGINEER

3.10.1 Shall possess a recognized degree in Electrical Engineering or Instrument Engineering

3.10.2 Shall have at least 10 years experience in the Oil and Gas Industries with at least 5 years in Process design

3.10.3 Shall have at least 5 years experience in preparing commissioning workpack for offshore hook up and commissioning projects

3.11 SENIOR MATERIAL PLANNER

3.11.1 Shall possess a recognised trade apprenticeship or SPM equivalent

3.11.2 Shall have at least 10 years hands-on experience in identifying and managing construction materials in the Oil and Gas Industries

3.11.3 Out of the 10 years, at least 5 years experience on preparing materials take-off for offshore hook-up and commissioning workpacks

3.12 MATERIAL PLANNER

3.12.1 Shall possess a recognised trade apprenticeship or SPM equivalent

3.12.2 Shall have at least 6 years hands-on experience in identifying and managing construction materials in the Oil and Gas Industries

3.12.3 Out of the 6 years, at least 3 years experience on preparing materials take-off for offshore hook-up and commissioning workpacks

3.13 SENIOR DRAUGHTSMAN

3.13.1 Shall possess a recognised draughtsman apprenticeship or SPM or equivalent

3.13.2 Shall have at least 10 years hands-on experience using AutoCAD in the construction industry of which 3 years have been in offshore Oil and Gas Industries

3.14 DRAUGHTSMAN

3.14.1 Shall possess minimum education of SPM or equivalent

3.14.2 Shall have at least 5 years hands-on experience using AutoCAD in the construction industry of which 3 years have been in offshore Oil and Gas Industries

3.15 COMPLETION ADMINISTRATOR

3.15.1 Shall possess a recognized degree in any Engineering discipline

3.15.2 Shall have at least 5 years experience in completion & certification activities

3.15.3 Shall be skilled in any completion & certification applications software

3.16 CCMS COMLETION ENGINEER

3.16.1 Shall possess a recognized degree in any Engineering discipline

3.16.2 Shall have at least 8 years experience in completion & certification activities

3.16.3 Shall be skilled in any completion & certification applications software

9.2 WORKPACK PREPARATION AIDS

9.2.1 CONTRACTOR shall provide Workpack Preparation Aids in compliance with TABLE 7-34: WORKPACK PREPARATION AIDS SPECIFICATIONS

TABLE 7-34: WORKPACK PREPARATION AIDS SPECIFICATIONS

1 HARDWARES

1.1 LARGE FORMAT PRINTER

1.1.1 Large Format Printer shall be HP Designjet Z6100 or equivalent.

Page 55: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 54

1.1.2 Shall include all necessary accessories and consumables

1.2 COMPACT DIGITAL CAMERA

1.2.1 Compact Digital Camera shall be Canon PowerShot SD870 IS or Nikon Coolpix S510 or equivalent

1.2.2 Shall include all necessary accessories and consumables

1.3 DSLR CAMERA

1.3.1 DSLR Camera shall be Canon EOS 400D or Nikon D80 or equivalent

1.3.2 The DSLR Camera shall be accompanied with a 28mm to 200mm zoom lens and an external flash gun that are designed specifically for the DSLR Camera

1.3.3 Shall include all necessary accessories and consumables

1.4 HARD COVER BINDERS

1.4.1 Hard Cover Binders shall be suitable to file A4 papers

1.4.2 The Binders shall have hard covers of PVC materials. The front cover shall have transparent pocket and removable spine label for customizing of files.

1.4.3 The binders shall be 4 D-Rings for large files and 4 o-Rings for small files

2 SOFTWARE

2.1 DRAFTING SOFTWARE

2.1.1 The drafting software shall be AutoCAD LT from Autodesk and the latest updates

2.1.2 This shall apply to personal computers of all senior draughtsman and draughtsman

2.1.3 All software used in this CONTRACT shall be legal and licensed copies

2.2 PLANNING SOFTWARE

2.2.1 The planning software shall be Primavera 3e and the latest updates

2.2.2 This shall be provided to Personal Computer of all the Senior Planning Engineers and Planning Engineers

2.2.3 All software used in this CONTRACT shall be legal and licensed copies

2.3 MATERIAL MANAGEMENT SOFTWARE

2.3.1 The Material Management software shall developed from commercial software such as Visual Fox Pro or equivalent to manage the MATERIALS required for each workpack. The software shall collaborate with COMPANY MESC and/or SAP references.

2.3.2 The software shall be user friendly and shall be used by the Project Teams to generate similar Materials-Take-Off in their ‘Approved-For-Construction’ packages

2.3.3 The software shall be able to create relational databases of materials, drawing references and jobcards on project basis.

10 ONSHORE MINOR FABRICATION

10.1 MINOR FABRICATION YARD

10.1.1 The Minor Fabrication Yard shall comply with TABLE 7-35: SPECIFICATION OF MINOR FABRICATION YARD

TABLE 7-35: MINOR FABRICATION YARD SPECIFICATIONS

1 GENERAL

1.1 LOCATION

1.1.1 The Minor Fabrication Yard (MFY) shall be at CONTRACTOR location of choice.

1.2 AREA

1.2.1 The total useable area of the MFY shall be not less than 10,000 square meters

Page 56: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 55

1.2.2 The whole MFY shall have a perimeter fencing with a guard house at the front gate

1.2.3 Sufficient lightings shall be provided around the area

1.2.4 The whole MFY shall be free from flood, water logging and water ponding

1.3 ROADS

1.3.1 The MFY shall be easily accessible from the main road, which shall be properly constructed to withstand heavy vehicles such as low loaders, mobile cranes and trucks.

1.3.2 All roads inside the MFY shall be compacted and concreted to withstand heavy vehicles such as low loader, mobile cranes and trucks. The surface of the roads shall be reasonably flat to enable the usage of forklifts.

1.3.3 The road system shall be designed such that the flow of heavy vehicles is not restricted within the MFY.

2 FACILITIES

2.1 The MFY shall provide the following minimum facilities:

2.1.1 Fabrication Workshop for Carbon Steel materials

2.1.2 Fabrication Workshop for Corrosion Resistant Alloy (CRA) materials

2.1.3 Blasting and Painting Chamber

2.1.4 Open Fabrication Area

2.1.5 Pressure Test Bay

2.1.6 Radiography Bay

2.1.7 Dark Room

2.1.8 Pipes and Beams Storage Area

2.1.9 Large Fittings (Piping) Storage Area

2.1.10 Small Fittings (Piping) Storage Area

2.1.11 CRA materials Storage

2.1.12 Fabricated Items Storage Area

2.1.13 Paints and Thinner Storage Area

2.1.14 Industrial Gaseous Cylinders Storage Area

2.1.15 Garnet Storage Area

2.1.16 Site Offices

2.1.17 Conference Room

2.1.18 Car park

2.1.19 Toilets and Washrooms

2.1.20 Rest Area

2.1.21 Mustering Station

2.1.22 Fire fighting system

2.1.23 Security and perimeter fencing

2.1.24 Safety equipments

2.1.25 Segregated rubbish bins

2.1.26 Utilities such electricity, industries water, potable water and communication

3 CARBON STEEL FABRICATION WORKSHOP (CSF WORKSHOP)

3.1 The CSF workshop shall have the following minimum features:

3.1.1 Concreted floor

Page 57: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 56

3.1.2 A steel shed of minimum size of 100’ x 50’; two sides of the shed shall be walled to enable continue fabrication works in bad weathers

3.1.3 The steel shed shall be brightly lighted with overhead lightings

3.1.4 Welding Rectifiers with minimum twelve welding outlets shall be provided

3.1.5 Industries type electric wall sockets rated 240V, 50Hz shall be provided strategically around the shed

3.1.6 All necessary safety equipments such as fire extinguishers, fire alarm, first aids box and so on

4 CORROSION RESISTANT ALLOY FABRICATION WORKSHOP (CRAF WORKSHOP)

4.1 The CRAF workshop shall have the following minimum features:

4.1.1 Concrete floor

4.1.2 A fully enclosed steel shed of minimum size of 50’ x 20’ with doorway that allow passages of large fabricated items

4.1.3 Well spread overhead lightings shall be provided

4.1.4 Exhaust fans shall be provided strategically to remove fumes generated from the fabrications

4.1.5 Welding Rectifiers with minimum six welding outlets shall be provided

4.1.6 Industries type electric wall sockets rated 240V, 50Hz shall be provided strategically around the shed

5 BLASTING AND PAINTING CHAMBER

5.1 The Blasting and Painting Chamber shall have the following minimum features:

5.1.1 A fully enclosed steel shed of minimum size of 60’ x 60’ with doorway that allow passage of large fabricated items.

5.1.2 Well spread overhead lightings shall be provided

5.1.3 Extraction fans shall be provided strategically to remove thick dusts generated from blasting. The outlets of the extraction fans shall be installed with dust filter chamber to contain the dust particles from spreading to the surroundings.

5.1.4 A transit system shall be provided to move large items into the chamber. The transit system may be rails embedded in the concrete floor. Steel trolleys with wheel base that fits the railing system.

5.1.5 Industries type electric wall sockets rated 240V, 50Hz shall be provided strategically around the shed

5.1.6 A fire alarm warning system with audio and visual devices shall be provided

5.1.7 A eye-wash station shall be provided nearby

6 OPEN FABRICATION AREA

6.1 The Open Fabrication Area shall be 150’ x 50’ with levelled and concreted floor with full access for heavy vehicles

7 PRESSURE TEST BAY

7.1 The minimum size of the Pressure Test Bay shall be 30’ x 30’ with concreted floor

7.2 The location of the Pressure Test Bay shall be reasonably isolated and concrete bund walls of minimum 4’ height shall be provided at all sides. Doorway shall be provided on one side

8 RADIOGRAPHY BAY

8.1 The minimum size of the Radiography Bay shall be 30’ x 30’ with concreted floor

8.2 The location of the Radiography Bay shall be isolated from all other activities

8.3 The Radiography Bay shall have suitable protections to radiation safety meeting SES 39.1 REV. 4

8.4 A bomb pit shall be provided near the Radiography Bay

9 DARK ROOM

9.1 A dark room shall be provided for the processing and viewing of the radiographic films required for the WORK

9.2 The location of the dark room is preferred to be closed to the COMPANY Site Offices

Page 58: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 57

10 PIPES AND BEAMS STORAGE AREA

10.1 The Pipe and Beams Storage Area shall be not smaller than 65’ x 20’

10.2 The storage area shall be easily accessed by forklifts and heavy vehicles

10.3 Heavy duty racks and chokes shall be provided to ensure the usage of the storage area is fully utilized

11 LARGE FITTINGS (PIPING) STORAGE AREA

11.1 The Large Fittings Storage Area shall be not smaller than 40’ x 10’

11.2 Heavy duty racks shall be provided to stack the fittings properly

11.3 The storage area shall be easily accessed by forklifts and heavy vehicles

12 SMALL FITTINGS (PIPING) STORAGE AREA

12.1 The Small Fittings Storage Area shall be an enclosed structure not smaller than 40’ x 10’

12.2 Heavy duty racks shall be provided to stack the fittings properly

12.3 Lights and ventilations shall be provided inside the structure

13 CORROSION RESISTANT ALLOY MATERIALS STORAGE

13.1 The Corrosion Resistant Alloy Materials Storage area shall be in compliance to COMPANY’s Guideline and Procedures in Storing and Handling CRA materials.

14 FABRICATED ITEMS STORAGE AREA

14.1 The Fabricated Items Storage Area shall have the following minimum features:

14.1.1 Concrete floor of minimum size of 80’ x 60’

14.1.2 Proper access for heavy vehicles

15 PAINTS AND THINNER STORAGE AREA

15.1 The paint store shall be fully enclosed and air-conditioned such that a temperature of 180C is maintained at all time

15.2 The paint store shall be provided with racks and spill trays.

15.3 MSDS shall be displayed in the storage area and a copy shall be filed in the clinic.

16 INDUSTRIAL GASES STORAGE AREA

16.1 The cylinders of Industrial Gases shall be stored inside shed to avoid direct sunlight

16.2 The floor shall be compacted or concreted

17 GARNET STORAGE AREA

17.1 A shed shall be provided near the blasting chamber to store garnets.

17.2 The shed shall provide weather protections to the garnets

18 COMPANY SITE OFFICES FOR COMPANY FABRICATION TEAM

18.1 The COMPANY site offices shall possess the following features:

18.1.1 Offices shall be sized for seven COMPANY personnel; each personnel shall have a minimum space of 8’ x 6’

18.1.2 Fully equipped for seven COMPANY personnel inclusive of writing desks with lockable drawers, chairs, personal computers and lockable filing cabinets

18.1.3 A local access telephone shall be provided to the COMPANY Site representative, the COMPANY Senior Inspector and one for general usage shared by the COMPANY personnel.

18.1.4 Fully air-conditioned and fully lighted

18.1.5 The location of the offices shall be away from noise sources otherwise the offices shall be fully insulated.

18.1.6 Two dedicated toilets shall be assigned for COMPANY usage and shall be closed to the COMPANY site offices

18.1.7 The CONTRACTOR shall have sufficient offices for their own RESOURCES

Page 59: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 58

19 CONFERENCE ROOM

19.1 The conference room shall have the following features:

19.1.1 The size shall accommodate 25 seated persons comfortably

19.1.2 Conference table and chairs for 25 persons

19.1.3 A high definition projector with retractable screen

19.1.4 A personal computer installed with a DVD player

19.1.5 Fully lighted and air-conditioned

20 CAR PARK

20.1 The Car Park shall have a shed and concreted floor. All COMPANY personnel shall be allocated with a parking space

21 TOILETS AND WASHROOMS

21.1 Toilets and Washrooms shall be sufficient for the whole Minor Fabrication Crew and shall have the following features:

21.1.1 Concrete floor covered with non-slip tiles

21.1.2 Essential toilets furnishes and facilities such as sinks, urinals and toilet bowls

21.1.3 Lightings, water supplies, air fresheners and ventilation fans

22 REST AREA

22.1 The Rest Area shall be located away from critical activities and shall have the following features as a minimum:

22.1.1 A well ventilated shed with concrete floor, tables, benches, ash trays and rubbish bins with lids to keep away pests

22.1.2 Facilities such as lightings and water supplies

23 MUSTERING STATION

23.1 The mustering station shall be provided with assembly rows marking and Identity Cards hanging Board

24 FIRE FIGHTING SYSTEM

24.1 CONTRACTOR fighting equipment as per legislative requirements

24.2 Fire alarm system, which provides audio warnings that, can be heard across the MFY and visual warnings in extremely noisy areas such as blasting shed.

25 SECURITY AND PERIMETER FENCING

25.1 The perimeter fencing shall be constructed with steel posts, chain-link fence, concrete footings and the bottom edge shall be retained with concreting

25.2 The front gate shall be provided with a security guard house and 24 hours manned

25.3 Lightings shall be provided to ensure the MFY is reasonably lighted in the night

26 SAFETY EQUIPMENTS

26.1 The Safety Equipments shall include eye wash stations and first aids boxes

26.2 A Clinic or Panel Doctor shall be aligned and contact established. The Panel Doctor shall be fully aware of the nature of the WORK and preferably accessible to MSDS of any chemicals used

27 SEGREGATED RUBBISH BINS

27.1 Rubbish bins shall be sufficiently provided to ensure wastes, scraps, rubbish are segregated and disposed off properly

28 UTILITIES SUCH AS ELECTRICITY, INDUSTRIAL WATER, POTABLE WATER AND COMMUNICATION

28.1 Utilities such as electricity, industrial water, potable water, telephone lines, internet lines shall be provided for the execution of the WORK

Page 60: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 59

10.2 MINOR FABRICATION PERSONNEL

10.2.1 CONTRACTOR shall provide Minor Fabrication personnel in compliance with TABLE 7-36: MINOR FABRICATION PERSONNEL SPECIFICATIONS

TABLE 7-36: MINOR FABRICATION PERSONNEL SPECIFICATIONS

1 PREAMBLES

1.1 GENERAL REQUIREMENTS

1.1.1 The following descriptions specify the minimum requirements for the personnel to be provided by the CONTRACTOR

1.1.2 The CONTRACTOR shall recruit Malaysian citizen The CONTRACTOR shall demonstrate or provide evidence of non-availability of suitable Malaysian when submitting proposals of non-Malaysians

2 MINOR FABRICATION TEAM

2.1 FABRICATION SUPERVISOR

2.1.1 Shall possess valid trade specific certification as detailed in MANDATORY TRAINING

2.1.2 Shall passed STPM or possession of a Technical Certificate on Construction or equivalent

2.1.3 Shall have at least 8 years fabrication experience in structures and pipe works

2.1.4 Of which, 3 years shall be on supervisory role

2.2 QUANTITY SURVEYOR

2.2.1 Shall possess a recognized diploma in engineering or equivalent

2.2.2 Shall have at least 5 years fabrication experience in structures and pipe works

2.2.3 Of which, at least 3 years as quantity surveyor in fabrication yard

2.3 YARD MATERIALS COORDINATOR

2.3.1 Shall passed SPM with credit in English language

2.3.2 Shall have at least 8 years working experience in construction materials management

2.3.3 Of which, at least 4 years in fabrication yard managing fabrication materials

2.4 SAFETY OFFICER

2.4.1 Shall passed SPM or equivalent education

2.4.2 Shall have at least 5 years of construction experience in Oil and Gas Industries of which at least 3 years as an Safety Officer in the offshore environment

2.4.3 Shall have passed one of the following professional safety courses: ⋅ NIOSH (National Institute of Occupational Safety and Health) ⋅ DIPSM (Diploma in Safety Management, UK) ⋅ CSO (Certified Safety Personnel, USA)

11 MATERIALS

11.1 PROCUREMENT PERSONNEL

11.1.1 CONTRACTOR shall provide Procurement personnel in compliance with TABLE 7-37: MINOR FABRICATION PERSONNEL SPECIFICATIONS

TABLE 7-37: PROCUREMENT PERSONNEL SPECIFICATIONS

1 PREAMBLES

1.1 GENERAL REQUIREMENTS

Page 61: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 60

1.1.1 The following descriptions specify the minimum requirements for the personnel to be provided by the CONTRACTOR

1.1.2 The CONTRACTOR shall recruit Malaysian citizen The CONTRACTOR shall demonstrate or provide evidence of non-availability of suitable Malaysian when submitting proposals of non-Malaysians

2 PROCUREMENT TEAM

2.1 MATERIAL EXPEDITOR

2.1.1 Shall possess a STPM certificate or equivalent

2.1.2 Shall have a minimum of 5 years working experience in offshore materials management related services

2.1.3 Shall have a minimum of 3 years working experience in material expediting

2.1.4 Shall be able to communicate in Bahasa Malaysia and English fluently

2.2 PROCUREMENT TECHNICAL ASSISTANT

2.2.1 Shall passed SPM with credit in English language

2.2.2 Shall have at least 8 years working experience in contract & procurement

2.2.3 Of which, at least 4 years in procurement

2.3 TECHNICAL/ADMINISTRATIVE ASSISTANT

2.3.1 Shall passed SPM with credit in English language

2.3.2 Shall have at least 8 years working experience in construction activities

2.3.3 Of which, at least 4 years in technical assisting

11.2 PROJECT CONSUMABLES

11.2.1 CONTRACTOR shall stock and provide the Project Consumables on on-call basis as detailed in TABLE 7-38: PROJECT CONSUMABLES SPECIFICATIONS:

TABLE 7-38: PROJECT CONSUMABLES

1 INDUSTRIAL GASES

1.1 NITROGEN

1.1.1 Required for stations start-up purging, gas free purging prior to breaking of joints and conversion of gas operated equipment

1.1.2 Nitrogen in industrial standard cylinder

1.1.3 Nitrogen Manifold and regulator to be used with Nitrogen cylinders

1.1.4 Nitrogen in Quad inclusive of manifold and regulator

1.1.5 Liquid Nitrogen in 2000 litre tank

2 CORROSION PREVENTION

2.1 BLASTING GRITS

2.1.1 Blasting grits shall comply with COMPANY Standard DEP 70.48.11.30-Gen. January 2007

2.1.2 Garnet (Calcium iron silicate) in compliance with ISO 11126-10 per metric ton

2.1.3 Coal Slag (Aluminium Silicate) in compliance with ISO 11126-4 per metric ton

2.2 PAINTS

2.2.1 SYSTEM CODE: FC1-M

2.2.1.1 High solid epoxy; SigmaShield 905 or equivalent

2.2..1.2 Cleaning solvent; Sigma thinner 90-53 or equivalent

2.2.3 SYSTEM CODE: FC2-M

Page 62: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 61

2.2.3.1 Epoxy primer; SigmaCover 410 or equivalent

2.2.3.2 Epoxy midcoat; SigmaCover 410 or equivalent

2.2.3.3 Polyurethane topcoat; SigmaDur 188 or equivalent

2.2.3.4 Thinner; Sigma thinner 91-92 or equivalent

2.2.3.5 Cleaning solvent; Sigma thinner 90-53 or equivalent

2.2.3.6 Thinner and cleaning solvent; Sigma thinner 21-06 or equivalent

2.2.4 SYSTEM CODE: FC3-M

2.2.4.1 Epoxy Phenolic; Sigma PhenGuard 930 or equivalent

2.2.4.2 Epoxy Phenolic; Sigma PhenGuard 940 or equivalent

2.2.4.3 Thinner; Sigma thinner 91-92 or equivalent

2.2.4.4 Cleaning solvent; Sigma thinner 90-53 or equivalent

2.2.5 SYSTEM CODE: FC4-M

2.2.5.1 Zinc Silicate primer; SigmaZinc 158 or equivalent

2.2.5.2 Heat-resistant aluminium paint; SigmaTherm 540 or equivalent

2.2.5.3 Thinner and Cleaning solvent; Sigma thinner 90-53 or equivalent

2.2.5.4 Cleaning solvent; Sigma thinner 21-06 or equivalent

2.2.6 SYSTEM CODE: FC5-M

2.2.6.1 Epoxy primer; SigmaCover 280 or equivalent

2.2.6.2 Epoxy paint; SigmaCover 300 or equivalent

2.2.6.3 Thinner; Sigma thinner 91-92 or equivalent

2.2.6.4 Thinner; Sigma thinner 91-79 or equivalent

2.2.6.5 Cleaning solvent; Sigma thinner 90-53 or equivalent

2.2.7 SYSTEM CODE: FC6-M

2.2.7.1 Epoxy primer; SigmaCover 410 or equivalent

2.2.7.2 High solid epoxy; SigmaCover 410 or equivalent

2.2.7.3 Epoxy top or polyurethane topcoat; SigmaDur 188 or equivalent

2.2.7.4 Thinner; Sigma thinner 91-92 or equivalent

2.2.7.5 Cleaning solvent; Sigma thinner 90-53 or equivalent

2.2.7.6 Thinner and cleaning solvent; Sigma thinner 21-06 or equivalent

2.2.8 SYSTEM CODE: FC7-M

2.2.8.1 Epoxy primer; SigmaPrime 700 or equivalent

2.2.8.2 High solid epoxy; SigmaPrime 700 or equivalent

2.2.8.3 Antiskid material; Sigma Antiskid Aluminium Oxide or equivalent

2.2.8.4 Epoxy top or polyurethane topcoat; SigmaDur 188 or equivalent

2.2.8.5 Thinner; Sigma thinner 91-92 or equivalent

2.2.8.6 Cleaning solvent; Sigma thinner 90-53 or equivalent

2.2.8.7 Thinner and cleaning solvent; Sigma thinner 21-06 or equivalent

2.2.9 SYSTEM CODE: FC8-M

2.2.9.1 Sigma Cover; SigmaCover 280

2.2.9.2 Epoxy; SigmaShield 420

2.2.9.3 Epoxy; SigmaCover 525

Page 63: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 62

2.2.9.4 Antifouling paint; Sigma Ecofleet 290

2.2.9.5 Thinner; Sigma thinner 91-92 or equivalent

2.2.9.6 Thinner and cleaning solvent; Sigma thinner 21-06 or equivalent

2.2.9.7 Cleaning solvent; Sigma thinner 90-53 or equivalent

2.2.10 SYSTEM CODE: FT1-M

2.2.10.1 Epoxy; SigmaPrime 700 or equivalent

2.2.10.2 Thinner; Sigma thinner 91-92 or equivalent

2.2.10.3 Cleaning solvent; Sigma thinner 90-53 or equivalent

2.2.11 SYSTEM CODE: FT2-M

2.2.11.1 Epoxy; SigmaPrime 700 or equivalent

2.2.11.2 Thinner; Sigma thinner 91-92 or equivalent

2.2.11.3 Cleaning solvent; Sigma thinner 90-53 or equivalent

2.2.12 SYSTEM CODE: FT3-M

2.2.12.1 SigmaPrime 200 or equivalent

2.2.12.2 Thinner; Sigma thinner 91-92 or equivalent

2.2.12.3 Cleaning solvent; Sigma thinner 90-53 or equivalent

2.2.13 SYSTEM CODE: FT4-M

2.2.13.1 Inorganic zinc silicate; SigmaGuard 750 or equivalent

2.2.13.2 Epoxy phenolic; Sigma PhenGuard 930 or equivalent

2.2.13.3 Epoxy phenolic; Sigma PhenGuard 935 or equivalent

2.2.13.4 Epoxy phenolic; Sigma PhenGuard 940 or equivalent

2.2.13.5 Thinner; Sigma thinner 91-92 or equivalent

2.2.13.6 Thinner and cleaning solvent; Sigma thinner 90-53 or equivalent

2.2.14 SYSTEM CODE: FT5-M

2.2.14.1 Epoxy; SigmaGuard 720 or equivalent

2.2.14.2 Thinner; Sigma thinner 91-92 or equivalent

2.2.14.3 Cleaning solvent; Sigma thinner 90-53 or equivalent

2.2.15 SYSTEM CODE: FS1-M

2.2.15.1 High Solid Epoxy; SigmaShield 905 or equivalent

2.2.15.2 Cleaning solvent; Sigma thinner 90-53 or equivalent

2.2.16 SYSTEM CODE: FS2-M

2.2.17 Epoxy primer; SigmaCover 410 or equivalent

2.2.18 Polyurethane top coat; SigmaDur 188 or equivalent

2.2.18.1 Thinner; Sigma thinner 91-92 or equivalent

2.2.18.2 Cleaning solvent; Sigma thinner 90-53 or equivalent

2.2.18.3 Thinner and cleaning solvent; Sigma thinner 21-06 or equivalent

2.2.19 SYSTEM CODE: FS3-M

2.2.19.1 Epoxy phenolic; Sigma PhenGuard 930 or equivalent

2.2.19.2 Epoxy phenolic; Sigma PhenGuard 940 or equivalent

2.2.19.3 Thinner; Sigma thinner 91-92 or equivalent

2.2.19.4 Cleaning solvent; Sigma thinner 90-53 or equivalent

Page 64: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 63

2.2.20 SYSTEM CODE: FS4-M

2.2.20.1 Heat resistant Aluminium; SigmaTherm 540 or equivalent

2.2.20.2 Cleaning solvent; Sigma thinner 21-06 or equivalent

2.2.21 SYSTEM CODE: FS5-M

2.2.21.1 Epoxy primer; SigmaCover 280 or equivalent

2.2.21.2 Epoxy; SigmaCover 300 or equivalent

2.2.21.3 Thinner; Sigma thinner 91-92 or equivalent

2.2.21.4 Thinner; Sigma thinner 91-79 or equivalent

2.2.21.5 Cleaning solvent; Sigma thinner 90-53 or equivalent

2.2.22 SYSTEM CODE: F01-M

2.2.22.1 Epoxy primer; SigmaPrime 700 or equivalent

2.2.22.2 High solid epoxy; SigmaPrime 700 or equivalent

2.2.22.3 Antiskid; Sigma Antiskid Aluminum Oxide

2.2.22.4 Epoxy top or polyurethane; SigmaDur 188

2.2.22.5 Thinner; Sigma thinner 91-92 or equivalent

2.2.22.6 Cleaning solvent; Sigma thinner 90-53 or equivalent

2.2.22.7 Thinner and cleaning solvent; Sigma thinner 21-06 or equivalent

2.2.23 SYSTEM CODE: F02-M

2.2.23.1 Epoxy primer; SigmaCover 410 or equivalent

2.2.23.2 Polyurethane top coat; SigmaDur 188 or equivalent

2.2.23.3 Thinner; Sigma thinner 91-92 or equivalent

2.2.23.4 Cleaning solvent; Sigma thinner 90-53 or equivalent

2.2.23.5 Thinner and cleaning solvent; Sigma thinner 21-06 or equivalent

2.2.24 SYSTEM CODE: FL1-M

2.2.24.1 Epoxy phenolic; Sigma PhenGuard 930 or equivalent

2.2.24.2 Epoxy phenolic; Sigma PhenGuard 940 or equivalent

2.2.24.3 Thinner; Sigma thinner 91-92 or equivalent

2.2.24.4 Cleaning solvent; Sigma thinner 90-53 or equivalent

3 WELDING ELECTRODES

3.1 FILLER ROD

3.1.1 Copper Nickel GTAW filler rod

3.1.2 6Moly Stainless Steel GTAW filler rod

3.1.3 Incolloy 825 GTAW filler rod

3.1.4 Inconel GTAW filler rod

3.1.5 Copper Nickel SMAW filler rod

3.1.6 6Moly Stainless Steel SMAW filler rod

3.1.7 Inconel 625 SMAW filler rod

4 GASKETS

4.1 SPIRAL WOUND GASKET

4.1.1 All spiral wound gaskets shall be designed to CSN EN 12560 Part 1 for Raised Face flanges and comply with COMPANY’s Standards.

Page 65: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 64

4.1.2 CONTRACTOR shall provide Spiral Wound Gaskets for the following nominal piping sizes for Class 150#, 300#, 600# and 900# The specifications for spiral wound gasket shall be in accordance to TABLE 7-38A: SPIRAL WOUND GASKET SPECIFICATIONS

4.1.2.1 ½”

4.1.2.2 ¾”

4.1.2.3 1”

4.1.2.4 1 ½”

4.1.2.5 2”

4.1.2.6 2 ½”

4.1.2.7 3”

4.1.2.8 4”

4.1.2.9 6”

4.1.2.10 8”

4.1.2.11 10”

4.1.2.12 12”

4.1.2.13 14”

4.1.2.14 16”

4.1.2.15 18”

4.2 RING JOINT GASKET

4.2.1 All ring joint gaskets shall comply with ASME B16.2 and COMPANY’s Standards

4.2.2 CONTRACTOR shall provide Ring Joint Gaskets for the following Ring-Number:

4.2.2.1 R-11

4.2.2.2 R-12

4.2.2.3 R-13

4.2.2.4 R-15

4.2.2.5 R-16

4.2.2.6 R-18

4.2.2.7 R-19

4.2.2.8 R-20

4.2.2.9 R-22

4.2.2.10 R-23

4.2.2.11 R-24

4.2.2.12 R-25

4.2.2.13 R-26

4.2.2.14 R-27

4.2.2.15 R-28

4.2.2.16 R-29

4.2.2.17 R-31

4.2.2.18 R-32

4.2.2.19 R-35

4.2.2.20 R-36

Page 66: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 65

4.2.2.21 R-37

4.2.2.22 R-38

4.2.2.23 R-39

4.2.2.24 R-43

4.2.2.25 R-45

4.2.2.26 R-46

4.2.2.27 R-47

4.2.2.28 R-48

4.2.2.29 R-49

4.2.2.30 R-50

4.2.2.31 R-51

4.2.2.32 R-52

4.2.2.33 R-53

4.2.2.34 R-54

4.2.2.35 R-55

4.2.2.36 R-56

4.2.2.37 R-57

4.2.2.38 R-58

4.2.2.39 R-59

4.2.2.40 R-60

5 OTHERS

TABLE 7-38A: SPIRAL WOUND GASKET SPECIFICATIONS

Page 67: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 66

Page 68: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 67

TABLE 7-38A: SPIRAL WOUND GASKET SPECIFICATIONS (CONT’D)

Page 69: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 68

TABLE 7-38A: SPIRAL WOUND GASKET SPECIFICATIONS (CONT’D)

Page 70: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 69

Page 71: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 70

11.3 CONSUMABLES INCLUDED IN THE CONTRACT

11.3.1 CONTRACTOR shall provide CONSUMABLES detailed in TABLE 7-39: CONSUMABLES INCLUDED IN THE CONTRACT shall be deemed part of the CONTRACT price in SECION III - SCHEDULE OF PRICES to successfully execute the WORK

TABLE 7-39: CONSUMABLES INCLUDED IN THE CONTRACT PRICE

1 CONTRACTOR’S CONSUMABLES

1.1 HEALTH SAFETY SECURITY AND ENVIRONMENT

1.1.1 Consumables required to safe guard the Safety and Health of CONTRACTOR’s RESOURCES when executing the WORK.

1.1.2 Consumables required to safe guard the integrity of the environment and the security of COMPANY’s assets during execution of the WORK by CONTRACTOR

1.1.3 Life saving substances that sustains lives until reaching medical attentions.

1.1.4 Potable water for consumption during execution of the WORK.

1.1.5 Safety devices required for pneumatic EQUIPMENT such as spring loaded whip checks, quick release couplings, Chicago coupling with bulldog clips, crocodile clips, safety pins and Dead man handle

1.1.6 Safety signs, safety posters and safety videos

1.2 QUALITY ASSURANCE AND QUALITY CONTROL

1.2.1.1 Consumables required to implement CONTRACTOR’s Quality Assurance Plan

1.2.1.2 Consumables required for CONTRACTOR to verify and obtain approval of CONTRACTOR’s Welding Qualification Specifications

1.2.1.3 Consumables required for CONTRACTOR to verify and obtain approval of CONTRACTOR’s Painting Qualification Specifications

1.3 NOT USED

1.4 PROJECT MANAGEMENT

1.4.1.1 Office supplies including facsimile paper, various sizes of papers for printers and plotters, printer toner and printer cartridge

1.4.1.2 All types of office stationeries

1.4.1.3 CD-ROM and DVD-ROM

1.4.1.4 Plastic cover files for binding workpacks and reports

1.4.1.5 Refreshments for COMPANY office

1.5 CONSTRUCTION

1.5.1.1 Tradesman working gloves

1.5.1.2 Aerosol spray paints of all colours

1.5.1.3 Cleaning materials including wipers, cotton rags and cleaning fluids

1.5.1.4 All types of lubricating oil and grease for CONTRACTOR’s EQUIPMENT

1.5.1.5 Personal weather protections such as rain coats and rain boots for CONTRACTOR’s RESOURCES

1.5.1.6 Industrial gases such as Oxygen, Argon, Propane, Nitrogen and Acetylene

1.5.1.7 All sizes of burning / cutting nozzles

1.5.1.8 Cleaning needles for all sizes of cutting nozzles

1.5.1.9 Cutting discs, grinding discs, wire brush of all sizes and thickness range

1.5.1.10 All sizes of hacksaw blades, drill bits and hole saw

Page 72: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 71

1.5.1.11 GTAW filler rods & SMAW electrodes of all sizes for all the welding of all grades of carbon steel, low temp carbon steel, duplex stainless steel, high strength pipeline materials, stainless steel Gr.316 and stainless steel Gr.304

1.5.1.12 TIG torch consumables such as tungsten rods and ceramic

1.5.1.13 All types of Post Weld Heat Treatment consumables

1.5.1.14 Various gauges of welding dark and clear lenses

1.5.1.15 Soluble Paper and tapes (DISSOLVO Water-soluble Purge Dam Materials or equivalent)

1.5.1.16 All types of weldment cleaners and pickling paste

1.5.1.17 Industrial gases such as Argon and Propane

1.5.1.18 All sizes of paint brushes & paint scrapers

1.5.1.19 All sizes of spray tips

1.5.1.20 Air Filter complete with air supply hose

1.5.1.21 Canvas and tarpaulin sheets

1.5.1.22 Various grades of Emery clothes

1.5.1.23 Masking tapes of all sizes

1.5.1.24 All sizes of lifting tag lines and guide ropes

1.5.1.25 Various sizes of lashing wires

1.5.1.26 Lashing wires and bulldog clips for bundling long materials for lifting

1.5.1.27 3M Insulation Tapes for electrical wires

1.5.1.28 Instrumentation

1.5.1.29 Soap water

1.5.1.30 Teflon tapes

12 HYDROPACK, SPADING AND REINSTATEMENT MATERIALS

12.1 GENERAL

12.1.1 The blind flanges and spade blinds are maintained and stored properly on the Logistic Yard. At the minimum they are to be oiled or greased and stand on racks.

12.1.2 A register of the blind flanges and spade blinds shall be maintained at each storage location

12.2 NOT USED

12.3 NOT USED

12.4 NOMINAL SPREAD IN LOGISTIC YARD

12.4.1 The nominal quantity of various sizes and ratings of the blind flanges to be maintained in the Logistic Yard are to be accordance to TABLE 7-44: NOMINAL QUANTITY OF BLIND FLANGES IN LOGISTIC YARD below:

TABLE 7-44: NOMINAL QUANTITY OF BLIND FLANGES IN LOGISTIC YARD

Nominal Size 150# RF 300# RF 600# RF 900# RF 900# RTJ

½” 12 12 12 12 12

¾” 6 6 6 6 6

1” 20 20 20 20 20

1- ½” 12 12 12 12 12

2” 50 20 20 20 10

3” 30 20 10 10 10

Page 73: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 72

4” 30 20 10 10 10

6” 20 10 10 10 10

8” 20 10 10 10 10

10” 12 12 12 12 12

12” 8 8 6 6 6

14” 2 2 2 2 2

16” 6 5 5 4 4

18” 2 2 2 4 4

12.4.2 The nominal quantity of various sizes and ratings of the spade blinds to be maintained in logistic Yard are to be accordance to TABLE 7-45: NOMINAL QUANTITY OF SPADE BLIND IN LOGISTIC YARD below:

TABLE 7-45: NOMINAL QUANTITY OF SPADE BLINDS IN LOGISTIC YARD

Nominal Size 150# RF 300# RF 600# RF 900# RF 900# RTJ

½” 10 10 10 10 10 ¾” 6 6 8 8 4 1” 20 20 20 20 8 1- ½” 6 6 6 6 6 2” 50 40 40 30 10 3” 30 20 16 16 8 4” 25 20 16 16 6 6” 20 20 10 8” 20 20 8 10” 10 8 8

13 LOGISTIC FACILITIES AND WAREHOUSE

13.1 LOGISTIC YARD

13.1.1 CONTRACTOR’s Logistic Yard shall comply with TABLE 7-46: SPECIFICATION OF LOGISTIC YARD

TABLE 7-46: LOGISTIC YARD SPECIFICATIONS

1 GENERAL

1.1 LOCATION

1.1.1 The Logistic Yard (LY) shall be preferably within the Minor Fabrication Yard.

1.2 AREA

1.2.1 The total useable area of the LY shall be not less than 300 square meters

1.2.2 The whole LY shall have a perimeter fencing with a guard house at the front gate

1.2.3 Sufficient lightings shall be provided around the area

1.2.4 The whole LY shall be free from flood, water logging and water ponding

1.3 ROADS

1.3.1 The LY shall be easily accessible from the main road, which shall be properly constructed to withstand heavy vehicles such as low loaders, mobile cranes and trucks.

Page 74: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 73

1.3.2 All roads inside the LY shall be compacted and concreted to withstand heavy vehicles such as low loader, mobile cranes and trucks. The surface of the roads shall be reasonably flat to enable the usage of forklifts.

1.3.3 The road system shall be designed such that the flow of heavy vehicles is not restricted within the LY.

2 FACILITIES

2.1 The LY shall provide the following minimum facilities:

2.1.1 Site Offices

2.1.2 Conference Room

2.1.3 Mustering Station

2.1.4 Rest Area

2.1.5 Toilets and Washrooms

2.1.6 Car park

2.1.7 Security and perimeter fencing

2.1.8 Maintenance Workshop

2.1.9 Lifting gears Storage Area

2.1.10 Scaffolds Storage Area

2.1.11 Large Equipment Storage Area

2.1.12 Rubbish Skips and Container Storage Area

2.1.13 Spading materials Storage Area

2.1.14 Delicate Equipment Storage Area

2.1.15 Fire fighting system

2.1.16 Safety equipments

2.1.17 Segregated rubbish bins

2.1.18 Utilities such electricity, industries water, potable water and communication

2.2 SITE OFFICES

2.2.1 The site offices shall be able to accommodate at least 12-15 peoples

2.2.2 Shall be fully equipped with office furniture, personal computers, telephone and lockable filing cabinets

2.2.3 Fully air-conditioned and fully lighted

2.3 CONFERENCE ROOM

2.3.1 The conference room shall have the following features:

2.3.1.1 The size shall accommodate at least 10 seated persons comfortably

2.3.1.2 Furnished with conference table and chairs for 10 persons

2.3.1.3 Fully lighted and air-conditioned

2.4 MUSTERING STATION

2.4.1 The mustering station shall be provided with assembly rows marking and Identity Cards hanging Board

2.5 REST AREA

2.5.1 The Rest Area shall be located away from critical activities and shall have the following features as a minimum:

2.5.1.1 A well ventilated shed, concrete floor, tables, benches, ash trays and rubbish bins with lids

2.6 TOILETS AND WASHROOMS

2.6.1 Toilets and Washrooms shall be sufficient for the personnel stationed in the Logistic yard and shall have the following features:

2.6.2 Concrete floor covered with non-slip tiles

Page 75: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 74

2.6.3 Essential toilets furnishes and facilities such as sinks, urinals and toilet bowls

2.6.4 Provided with lightings, water supplies and ventilation fans

2.6.5 Generally the toilets shall be maintained tidy and clean

2.7 CAR PARK

2.7.1 As a minimum, the Car Park shall be fully compacted and paved with crusher runs

2.8 SECURITY AND PERIMETER FENCING

2.8.1 The perimeter fencing shall be constructed with steel posts, chain-link fence, concrete footings and the bottom edge shall be retained with concreting

2.8.2 The front gate shall be provided with a security guard house and 24 hours manned

2.8.3 Lightings shall be provided to ensure the LY is reasonably lighted in the night

2.9 MAINTENANCE WORKSHOP

2.9.1 The maintenance workshop shall have the following features:

2.9.1.1 The maintenance workshop shall be at least 50’ x 20’

2.9.1.2 A steel portal structure with concrete floor

2.9.1.3 Shall be provided with properly constructed heavy duty racks and work benches

2.9.1.4 Shall be fully lighted and well ventilated

2.9.1.5 Shall be provided with industrial electric sockets distributed around the workshop

2.10 LIFTING GEARS STORAGE AREA

2.10.1 The lifting gear storage area shall have the following features:

2.10.1.1 A shed with concreted floor

2.10.1.2 Facilities to hang up lifting slings and chain blocks

2.10.1.3 Shelves for small items such as shackles, rings and so on

2.11 SCAFFOLDS STORAGE AREA

2.11.1 The scaffolds storage area can be outdoor but have the following minimum features

2.11.1.1 Compacted ground with crusher runs or concreted

2.11.1.2 Racks for storing tubes

2.11.1.3 Segregated bins for storing all accessories required for erecting scaffolds such as various types of clips, couplers and swivels

2.11.1.4 Racks for storing timber boards where gaps shall be provided between each timber board to enable quick drying of boards to avoid fungus growth such as ‘dry-rot’

2.12 LARGE EQUIPMENT STORAGE AREA

2.12.1 Large equipment storage area can be outdoor provided the ground is compacted and free from water ponding

2.12.2 Large equipments such as generators, compressors, welding machines, anchors, anchor buoys and any equipment that are designed and built to withstand weather

2.12.3 Portion of the storage area shall be assigned and marked as quarantine area for storing equipments that are not fit for purpose

2.13 RUBBISH SKIPS AND CONTAINERS STORAGE AREA

2.13.1 Rubbish skips and containers storage area can be outdoor provided the ground is compacted and free from water ponding.

2.13.2 Shall have a washing facility for cleaning of rubbish skips and containers

2.14 SPADING MATERIALS STORAGE AREA

2.14.1 Spading materials storage area shall have shelves to segregate the various sizes and rating of blinds, spades and studbolts

Page 76: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 75

2.15 DELICATE EQUIPMENT STORAGE AREA

2.15.1 Delicate equipments storage area shall have the following features

2.15.1.1 A Large room or containers provided with air conditioning and lighting

2.15.1.2 Shall have shelves to store delicate equipments such as inspection devices

2.16 FIRE FIGHTING SYSTEM

2.16.1 Appropriate type of Fire Extinguishers shall be available for offices, workshops, stores and EQUIPMENT

2.16.2 Fire alarm system, which provides audio warnings that can be heard across the LY

2.17 SAFETY EQUIPMENTS

2.17.1 The Safety Equipments shall include eye wash stations and first aids boxes

2.18 SEGREGATED RUBBISH BINS

2.18.1 Rubbish bins shall be sufficiently provided to ensure wastes, scraps, rubbish are segregated and disposed off properly

2.18.2 Rubbish bins assigned for storing wastes of organic nature shall be provided with lids to avoid attraction of pests and rodents

2.19 UTILITIES SUCH ELECTRICITY, INDUSTRIES WATER, POTABLE WATER AND COMMUNICATION

2.19.1 Utilities such as electricity, industrial water, potable water, telephone lines, internet lines shall be provided for the execution of the WORK

Page 77: Part 4 - Section VII Technical Information

Tender No : UI42944 Title : Offshore Hook Up and Commissioning For Malikai TLP PART IV SECTION VII – TECHNICAL INFORMATION

PART IV- VII / Page 76

• APPENDIX 8.1: SPECIFICATIONS FOR TENSION LEG PLATFORM AND TOPSIDE FACILITIES (MLK-

000-300 AA-7880-0001 03A) • APPENDIX 8.2 : MALIKAI PROCESS ENGINEERING FLOW SCHEME • APPENDIX 8.3 : MALIKAI UTILITY ENGINEERING FLOW SCHEME