You are on page 1of 157

CNOOC IRAQ LIMITED

SECTION 3
TECHNICAL REQUIREMENT
FOR
DRILLING RIG AND ASSOCIATED SERVICES FOR
TWELVE VERTICAL WELLS

TENDER No.: CMIT-PRT-10.30-150273

CNOOC IRAQ LIMITED

PREFACE

Total scope of work in this ITT includes twelve (12) vertical wells in Missan Oilfields of Iraq, include eight
(8) wells located in Abu Ghirab oilfield, three (3) wells located in Buzurgan, and one (1) well is located in
Fauqi oilfield. CONTRACTOR is required to provide at least three (3) rigs (No less than 1500HP for Asmari
reservoir, and no less than 2000HP for Mishrif reservoir) to perform the drilling operation.
The mobilization duration shall be five (5) months, the drilling operation duration shall be thirteen (13)
months without completion duration, and the demobilization duration shall be one (1) month.
The drilling rig and associated services shall be performed in lump-sum model, the detail requirements has
been specified in this ITT. Completion Rig Support services shall be performed in day rate mode.
COMPANY reserves the right to adjust the drilling sequence, pad locations or pad well names if the
geological development plan modified.
CONTRACTOR shall provide the drilling operation program for these six wells based on the Basic drilling
design and geology designs provided by COMPANY and the drilling operation program of each well should
be got approval from COMPANY before spud-in.

TECHNICAL REQUIREMENT

CNOOC IRAQ LIMITED

FOR
DRILLING RIG AND ASSOCIATED SERVICES FOR
TWELVE VERTICAL WELLS

LISTS OF APPENDIXES TO THE CONTRACT

APPENDIX A SCOPE OF WORK AND TECHNICAL SPECIFICATION W/ ATTACHMENTS


Attachment 1

Scope of Work

Attachment 2

Equipment, Services and Supplies Responsibility Matrix

Attachment 3

Description of Drilling Rig


Exhibit 3-1 Drilling Rig
Exhibit 3-2 Drilling Crew

Attachment 4

Description of Associated Services


Exhibit 4-1 Drilling Fluids Service
Exhibit 4-2 Cementing Service
Exhibit 4-3 Mud Logging Service
Exhibit 4-4 Wireline Logging Service
Exhibit 4-5 Completion Rig Support Service

Attachment 5

General Technical Requirements


Exhibit 5-1 General Requirements
Exhibit 5-2 Logistic Requirements
Exhibit 5-3 Construction Requirements

APPENDIX B SCHEDULES AND MILESTONES FOR PRODUCTION WELLS

CNOOC IRAQ LIMITED

APPENDIX A
SCOPE OF WORK AND TECHNICAL REQUIREMENTS
GENERAL
1.1

CONTRACTOR shall provide drilling rigs and associated services as specified in this Appendix
with associated equipment, tools, and materials, qualified technical services and competent
Personnel in Missan Oilfields of Iraq.

1.2

This Appendix describes the scope of WORK to be performed by CONTRACTOR and references
the specifications, instructions, standards, and other documents, including the specifications for
any materials, tools or equipment, which CONTRACTOR shall satisfy or adhere to in the
performance of the WORK.

1.3

General Information

Country of Operations

:
:

Inspection Site
Mobilization to First Well Site
Demobilization from Last Well Site
COMPANY s Operating Base

:
:
:

The Republic of Iraq


To be mutually agreed between COMPANY and
CONTRACTOR
Designated by COMPANYs written notice
Designated by COMPANYs written notice
Designated by COMPANYs written notice

1.4

CONTRACTOR shall perform the WORK professionally and safely with due diligence and
efficiency in the most expedient manner with full regard to minimizing the impact on the
environment in the area in accordance with sound principles and current practices in the
geophysical and oil industry standard, and with full regard to COMPANYS interests.

1.5

CONTRACTOR shall perform the WORK in accordance with all other terms and conditions of
this CONTRACT, which shall not be changed except by formal amendment in writing and signed
by the parties hereto.

1.6

COMPANYS Representatives shall be dedicated single occupancy living accommodation and


sufficient office space.
SCOPE OF WORK
The detailed Scope of WORK as described the following Attachments:
Attachment 0- Scope of Work
Attachment 2- Equipment, Services and Supply Responsibility Matrix
Attachment 3- Description of Drilling rig and Drilling crew
Exhibit 3-1 Drilling rig Specification
Exhibit 3-2 Drilling Crew
Attachment 4 - Description of Associated Services
Exhibit 4-1 Drilling Fluids Service
Exhibit 4-2 Cementing Service
Exhibit 4-3 Mud Logging Service
Exhibit 4-4 Wireline Logging Service
Exhibit 4-5 Completion Rig Support Service
Attachment 5 - General Technical Requirements
Exhibit 5-1 General Requirements
Exhibit 5-2 Logistic Requirements
Exhibit 5-3 Construction Requirements

1.

2.

CNOOC IRAQ LIMITED

END OF APPENDIX AAPPENDIX A ATTACHMENT 1


SCOPE OF WORK
CONTRACTOR shall provide Land Rigs and Associated Services with auxiliary equipment, associated
materials, qualified technical services and competent Personnel as specified in APPENDIX A to
perform all the drilling lump sum services, total twelve (12) vertical wells, in the year of 2016 and 2017.
The Drilling Rig and Associated Services shall be lump sum contract as the following Responsibility
Matrix.
These twelve (12) wells which will be drilled for developing Asmari and Mishrif reservoir in Y2016 and
2017, the measure depth of each well is around 3200m for Asmari reservoir and 4200m for Mishrif
reservoir. More detailed information can found in Geological Program and Basic Drilling Program as in
Attachments.
COMPANY has right to adjust or amend the drilling sequence, well name, well location, well type and
well depth.
PROVISION OF DRILLING RIG
1.1

Drilling rig

CONTRACTOR shall furnish at least Three (3) Drilling rigs and associated equipment, and shall
fulfill all requirements set out in Exhibit 3-1, Attachment 3 in this Appendix A and elsewhere
herein.
Utilizing the Drilling rig and other equipment, CONTRACTOR shall drill for COMPANY, by the
rotary method, a well in search of hydrocarbons at the Well Location to such depth as is specified
by the COMPANY in accordance with drilling program. In addition to the drilling of such wells,
CONTRACTOR shall perform for the COMPANY certain related services as specified in this
Attachment.
1.2

Mobilization and Demobilization

CONTRACTOR shall be solely responsible to provide all personnel and equipment, etc and other
assistance required to move the Drilling rigs and accomplish safe and efficient Mobilization and
Demobilization operations.
1.3

Location

CONTRACTOR shall be responsible for locating the Drilling Rig in correct position in
accordance with COMPANYS instructions. COMPANYS Representative will confirm the
location.
WORK ACTIVITIES
2.1

Drilling Operations

CONTRACTOR shall drill the well hereunder to the depth set forth in the final Drilling Program
approved by COMPANY. COMPANY may terminate the drilling at a lesser depth or continue
drilling to a greater depth; the maximum well depth does not exceed the depth capacity of the
Drilling rig as specified in Exhibit 3-1, Attachment 3 in this Appendix A.
Upon the Drilling rig arriving at the Well Site, CONTRACTOR shall promptly commence
performance of the WORK. The WORK shall be performed, insofar as is reasonably possible,
twenty-four (24) hours a day, seven (7) days a week and without shut-down for holidays, unless
the rig is moving or COMPANY specifies otherwise.
2.2

Drilling Program

The program to be followed in the drilling of the wells hereunder shall be as specified in
COMPANYs well drilling program. The Basic Drilling Well Program shall be provided by
COMPANY. And the detail drilling operation programs shall be provided by CONTRACTOR,
CONTRACTOR shall submit the drilling operation program to COMPANY for approval before
the commencement of drilling operation. CONTRACTOR shall use all reasonable care and
attention to ensure all aspects of the requirements set in attached COMPANYs Drilling Basic
Program which is to be provided for CONTRACTOR to comply with. CONTRACTOR shall carry

CNOOC IRAQ LIMITED

out the inspections and checks on any of the requirements of the COMPANY Well Program which
as directed by COMPANY, and also the records and reports the results of such checks to
COMPANY.
2.3

Drill Site Design And Preparation

Prior to the commencement of Work under this Contract, Company has commenced to construct
the well sites for these wells which drawing could be found in the Basic Drilling Design. And the
CONTRACTOR shall confirm the specification whether fit their rigs in proposals and supply to
the COMPANY the specifications for the layout including a draft plan showing the required drill
site size including drilling unit footprint, load bearing requirements, orientation and relative
location of the CONTRACTORs Equipment upon same. The COMPANY shall consult with
CONTRACTOR and modify and adjust this location layout plan if necessary to conform to
existing limitations at the COMPANYs drill site. Refer to Responsibility Matrix.
Upon completion, discontinuance or abandonment of the Work to be performed under this
Contract, CONTRACTOR agrees to dismantle the Drilling Unit(s) and remove all the
CONTRACTORs equipment and machinery from the Location, properly plug the rat hole and
mouse hole, remove litter and debris created by CONTRACTOR or its sub-CONTRACTORs in
connection with the Work, and generally leave the premises in as good a condition as the same
was at the commencement of said operations.
2.4

Completion of Well

COMPANY may determine to have each well drilled pursuant to this CONTRACT completed by
the drilling rig. The completion operation will be done by drilling rigs. CONTRACTOR shall
complete the well in the manner and to the extent desired by COMPANY, including the scraper
operation, running of tubing, installing permanent or temporary wellheads and related assistance
jobs, etc. COMPANY shall compensate CONTRACTOR as daily rate.
2.5

Cuttings

Rotary cuttings will be sampled as and when required by COMPANY, which will furnish
necessary containers.
2.6

Depth Measurements

CONTRACTOR shall at all times be responsible for keeping an accurate record of the depth of a
hole as determined by steel tape measurements of the drilling string, and shall record such depths
on the Daily Drilling Report. COMPANY may at any time require CONTRACTOR to check
measurements of the depth of a hole in such manner as COMPANY specifies.
2.7

Plugging Back and Sidetracking

Upon being requested to do so by COMPANY and, with the assistance of any necessary third
party equipment and services provided or contracted by COMPANY, CONTRACTOR shall cease
drilling and shall plug back and sidetrack a hole.
COMPANY has the right to cease the drilling operation and require CONTRACTOR plugging
back and sidetracking if CONTRACTORs drilling operation is failed to follow the drilling
program.
2.8

Casing and Cementing

As requested by COMPANY, CONTRACTOR, with the assistance of any necessary third party
equipment and services provided or contracted by COMPANY, shall properly run, land and
cement casing of the size, weights, and grades and at depths as instructed by COMPANY.
CONTRACTOR agrees to clean all casing threads and to reinstall thread protectors on the casing
until it is taken from the racks to be run into the hole, and to grease the thread as it is made up
with a suitable pipe lubricant. CONTRACTOR further agrees to preserve all protectors and to
break down all surplus casing as required, put protectors on same as it is broken down and return
such casing to the pipe racks at the Drill Site. CONTRACTOR shall allow cement to set for the
length of time specified by COMPANY. After cement has set, the casing and cement job will be
tested in a manner satisfactory to COMPANY. Such testing shall continue until results satisfactory
to COMPANY and Oil Industry Standard are secured, but any re-cementing or repairs to casing

3.

CNOOC IRAQ LIMITED

will be at the COMPANYS option.


2.9

Drilling Fluids

CONTRACTOR agrees to maintain and operate the drilling fluid treating equipment on the
Drilling rig so as to maintain the drilling fluid in a manner satisfactory to COMPANY.
CONTRACTOR, in accordance with specifications set in attached Drilling Program, shall
maintain the drilling fluid at the direction of COMPANY.
2.10

Wireline Logging

CONTRACTOR shall provide all related equipment, tools and explosives & radioactive source for
performing the wireline logging items as attach COMPANYs Geological Program, and the
service team could be on call out model when necessary pursuant to CONTRACTORs
management.
2.11

Mud Logging

CONTRACTOR shall provide a complete set of Mud logging equipment, including all qualified
personnel. And Real Time Data Delivery Service transferred to Company office shall be provided
by CONTRACTOR in this service.
ASSOCIATED SERVICES
CONTRACTOR shall provide the following associated services as required in Exhibits,
Attachment 4 of this Appendix A:
Exhibit 4-1 Drilling Fluids Service
Exhibit 4-2 Cementing Service
Exhibit 4-3 Mud Logging Service
Exhibit 4-4 Wireline Logging Service
Exhibit 4-5 Completion Rig Support Service
END OF Appendix A, Attachment 1

CNOOC IRAQ LIMITED

APPENDIX A ATTACHMENT 2
Equipment, Services and Supplies Responsibilities by Parties

Distribution of Supplies and Services between the COMPANY and the CONTRACTOR
regulated as follow tables.
The personnel, equipment, materials, consumables and services defined hereinafter shall be
supplied on the site of operations and paid by the party marked with the letter X in the
appropriate columns.
No.

Designation

1.Pre-drilling Preparation
Operation
Permit
License
(including drilling permits and
access to well location and
1.1
stacking, and Location preparation,
access roads, tracks, Cellar, waste
pit)
Relationship
with
local
1.2
government and inhabitants
Survey,
construction
and
1.3
supervision of well site
1.4

Water proof material for waste pit

PAID BY
COMPAN
Y

SUPPLIED
BY
CONTRACT
OR

Assisted by
CONTRACTOR

SUPPLIED
BY
COMPANY

Installation of Water proof material


for waste pit
Construction and maintenance of
1.6
X
road between well sites
Office facility for COMPANY
representatives on rig site (Four
1.7
caravans including offices and
rooms for accommodation)
CONTRACTORs operation base
1.8
facility
CONTRACTORs operation base
1.9
construction
2.Mobilization and Demobilization, Move between well sites
Mobilization & Demobilization of
rig and all equipment & tools &
Assisted by
2.1
instrument and materials between
COMPANY
mobilization position and the
first/last well site
Customs
clearance
during
transportation of rig and all
Assisted by
2.2
equipment & tools & instrument
COMPANY
and materials from mobilization
position to Iraq
2.3
Rig move between well locations
Mobilization, Demobilization and
Rotation of drilling and associated
2.4
services personnel between Origin
and well site
1.5

PAID BY
CONTRAC
TOR

CNOOC IRAQ LIMITED

Armored vehicles for Contractors


personnel transportation among
2.5
Contractors Camp, well-sites and
Airport
3. Personnel, equipment, tools and materials

3.1

Personnel to perform the services


which contained in this contract

3.2

Drilling rig and associated


equipment as per the drilling rig
description

3.3

3.4

3.5

3.6

3.7
3.8
3.9
3.10
3.11

Cementing tools & equipment,


cementing lab, mud lab, mud
material, solid control, mud
logging equipment, wire line
logging equipment,
Drill pipes, Drill Collars, HW Drill
Pipe, all necessary X-over and
lifting subs, Weight indicator(Mud
Watch system)
Tubing and Casing (including
crossover and pup joint)
Casing accessories (including
casing
float
shoes/collars,
centralizer, DV etc. for each size
casing) and liner hanger system
with packer
Drilling bits and nozzles &
accessories
Well head, tubing spool and X-mas
tree assembly
Mud materials (including barite
and bentonite)
COMPANYs materials excess of
normal consumable
COMPANYs materials used in redrill
well
caused
by
CONTRACTORs negligence

3.12

Oil well Cement for 30 and 20


casing cementing

3.13

Oil well Cement for other size


casing cementing operation

3.14

Cement additives

3.15

Diesel fuel for rig, camp, service


equipment (cement unit, logging
unit, slick line unit) within project
schedule

As per
COMPANYs
requirement and
specifications in
this ITT

As per
COMPANYs
requirement and
specifications in
this ITT

Company
has the right
to provide as
option
As per
COMPANYs
requirement and
specifications in
this ITT

CNOOC IRAQ LIMITED

3.16

3.17
3.18
3.19
3.20
3.21
3.22

3.23

3.24

3.25
3.26

3.27

3.28

3.29

Diesel fuel for rig, camp, service


equipment (cement unit, logging
unit, slick line unit) beyond project
schedule and other usage such as
drilling fluid treatment (if the
diesel quantity enough)
Purify & Filter equipment for
Diesel
Lube oils/ grease/ hydraulic fluids/
cleaning solvents for the rig and
associated equipment
Dope / lubrication / thread lock/
lube seal for casing, tubing,
drilling string and tools, etc.
Drilling water, cementing water
and living water
Consumables for drilling rig and
all equipment
Consumables for all COMPANYs
equipment
Other consumable materials and
spare parts for solid control system
and
mud
pump,
welding
equipment such as shaker screens,
pistons valves, oxygen, acetylene,
steel wire etc.
Down hole tools including 36
hole opener, reamers, roller
reamer, under reamers, near bit
reamer, opener, and stabilizers,
drilling jar, drilling accelerator,
NMDC, by pass sub, agitator,
bump sub, mud motor, casing
scraper, all necessary X-over, etc.
for each hole
Float valve and IBOP for each hole
size
Conventional /Standard /Special
fishing tools for all down hole
tools and equipment provided by
CONTRACTORs
Fishing tools for COMPANYs
down hole tools/equipment (for
each size of casing and tubing as
Drilling program)
Repair and replacement parts for
CONTRACTOR furnished fishing
tools
BOPs, bell nipple, choke and kill
manifold & lines, burning line
1.1.1
remote operated choke, oil and gas
separator, adequate vent lines

1.1.2

CNOOC IRAQ LIMITED

3.30

3.31
3.32
3.33
3.34

3.35

3.36
3.37
3.38
3.39

3.40

3.41
3.42
3.43
3.44
3.45

Replacement rubber goods,


elements, gaskets, seals and
all normal consumables for
CONTRACTORs
annular
type preventers, ram type
preventers, BOP stack and
controls. BOPs handling,
installation
and
testing
equipment (HP pump, tester
cup, tester stump, testing
equipment)
Rig Camp
Single-Shot Instrument and MultiShot
Instrument
for
well
inclination survey
Drill pipe and casing rubber
protectors.
Round-trip
equipment
(slips,
wrenches, elevators, safety clamp
etc.) for drill pipe an drill collars
Casing and Tubing handling &
running equipment for all sizes,
automatic casing tongs & services,
special tools for 13Cr 6-5/8
casing
Adaptor between well head &
BOPs extended drilling spool
Tester cups for all casing sizes
Mud condition system, liner
motion shale shaker, centrifuges,
desander, desilter and mud cleaner.
Shale shakers and mud cleaners
screens
Equipment for the control &
measure equipment of principal
mud
Characteristics
(weight,
viscosity, cake, water loss,
chlorides etc.)
Top drive c/w mud saver valves,
upper& lower IBOP.
Boarding for Stand Back Area
(wooden mats)
Tanks for fuel, water and mud
Rig facilities pump
Matting boards for Rig and related
equipment base, etc.

Bit breaker, drift tool for drilling


tools & all size casing & tubing
Equipment not mentioned above
but necessary for the normal
3.47
operation of CONTRACTORs
rigs
Equipment not mentioned above
3.48 but requested in writing by the
COMPANY
4.Associated services
3.46

X
X

X
X

CNOOC IRAQ LIMITED

4.1

Geological Control

4.2

Casing shoe depth selection

4.3
4.4
4.5
4.6

Geological lab & equipment


Drilling fluids service
Running casing & liner and tubing
Cementing service
Installation service for Wellhead,
tubing spool and X-mas tree
Wire line logging service
Mud logging service (including 4
mud logger screen)
Down hole tools service
Data recording service
Geological analysis service
Fishing service for all down hole
tools
Communication as internet and
phone on site
Internet telephone for Companys
representative (s) on site
Internet and phone for Mud
logging Real Time Data Delivery
Service
Medical
service,
first
aid
treatment, medicine and medical
evacuation on site
Catering service
Accommodation and meals for 12
persons from COMPANY at well
site for each rig
Accommodation and meals for
over 12 persons from COMPANY
at well site for each rig
Management, maintenance, load
and offload of materials, tools and
equipment
provided
by
COMPANY at well site
Any consumables materials, spare
part &communication items and
necessary for operation
Material transportation for cement,
casing, wellhead, tubing spool &
X-mas
tree
provided
by
COMPANY between COMPANY
warehouse and well site
Inspections of CONTRACTORs
drill stem and down hole tools and
repair of defects by mentioned
inspection
Inspections of CONTRACTORs
drill stem or down hole tools
required by COMPANY with
defects found

4.7
4.8
4.9
4.10
4.11
4.12
4.13
4.14
4.15
4.16
4.17
4.18
4.19
4.20

4.21

4.22

4.23

4.24

4.25

Company keep
the right to reject
casing shoe depth
for down hole
operation safely

X
X
X
X

X
X
X
X

X
X

X
X

Offloading the
materials in wellsite

Quoted price as
option

CNOOC IRAQ LIMITED

4.26
4.27

4.28

4.29

4.30
4.31

4.32

4.33

4.34

4.35

4.36

4.37

4.38

4.39

Inspections of CONTRACTORs
drill stem or down hole tools
required by COMPANY without
any defects.
Welding/cutting on site
Passports, entrance and exit
visas, work and/or sojourn
permits and other necessary
permits, health certificates,
etc.
for
Contractors
personnel.
Customs
and
other
duties
imported inside Iraq forth
entry/exit of CONTRACTORs rig
and/or equipment and materials
Fire extinguishers & other
firefighting equipment at camp
and rig
H2S & flammable detection
Equipment & Masks (Self
Contained Breathing Apparatus)
Security team (OPF) for wellsite,
Contractors camp and personnel
transportation inside of Missan
Oilfields
Security
team
for
CONTRACTORs
personnel
transportation between Basra
airport and working base
Third Party Inspection for Drilling
Rig and associated equipment, and
the third party should be approved
by COMPANY.
Inspection,
maintenance
and
keeping good condition of drilling
rig and all associated equipment,
barite, bentonite, hematite and
other chemicals & cementing
additives
IWCF or IADC well control, H2S,
first aid, CPR, firefighting, HSE
related emergency measures,
and other required training for
relevant RIG
COMPANY representative as
Drilling supervisor, Geology &
Wireline logging & Test supervisor
Storing
and
managing
CONTRACTORs equipment &
materials in the area provided by
COMPANY during the drilling
work
Cleaning of sanitary waste &
industrial waste after rig moving
out

X
X

Assisted by
COMPANY

Assisted by
COMPANY

As per
COMPANYs
requirement and
specifications in
this ITT

CNOOC IRAQ LIMITED

Well site recovery and Waste


management (excluding cuttings,
wasted mud) after rig moving out
Contractor shall provide the
4.40
Toxicity
Identification
of
Hazardous Waste for Drilling Fluid
and Cementing Slurry for Missan
Project
4.41 Transportation for
CONTRACTORs material &
personnel
4.42 Transportation for COMPANYs
surplus material on well-site
between well sites
Loading / offloading of any
4.43 COMPANY or CONTRACTORs
item on well site
Technical training including H2S,
IWCF or IADC, and directional
4.44 drilling
technology
for
10
Companys personnel at reputable
training center with 2 weeks
Vehicles
for
COMPANY
Representatives
transportation
4.45
during the operation
(Two vehicles per rig)
5. Insurance, management and supervision
Insurance for well control and
5.1
COMPANYs
personnel
and
equipment
Insurance for CONTRACTORs
5.2
rig, personnel, equipment and
other kinds of insurance
5.3
Drilling service management
5.4
Drilling crew management
All kinds of operation & logs
5.5
reports as COMPANY requirement

X
X

X
X

Completion Operations (Day Rate)


RESPONSIBILITIES MATRIX ON COMPLETION EQUIPMENT, SUPPLIES AND SERVICES
INTERFACE DEFINITION BETWEEN DRILLING PHASE AND COMPLETION PHASE
Completion Start Time: After cementing quality logging is confirmed by COMPANY (Reservoir
Department), all cement plugs thoroughly clean-up, BOPs rams to fit completion operations, and
casing/liner pressure test have been done and accepted by Company, and after rig inspection by DOD
representatives to be sure that the rig is ready to start the completion operations.
Completion End Time: When X-mass tree installed, successfully pressure tested, drift the production
string and completed lay down the drilling string which has been used during the completion operations.
SUPPLIED
SUPPLIED
PAID BY
PAID BY
BY
BY
COMPAN
CONTRAC
No.
DESIGNATION
COMPAN
CONTRAC
Y
TOR
Y
TOR
Personnel, Equipment, Tools and Materials
1.1

Personnel to perform the services which


contained in this contract

CNOOC IRAQ LIMITED

INTERFACE DEFINITION BETWEEN DRILLING PHASE AND COMPLETION PHASE


Completion Start Time: After cementing quality logging is confirmed by COMPANY (Reservoir
Department), all cement plugs thoroughly clean-up, BOPs rams to fit completion operations, and
casing/liner pressure test have been done and accepted by Company, and after rig inspection by DOD
representatives to be sure that the rig is ready to start the completion operations.
Completion End Time: When X-mass tree installed, successfully pressure tested, drift the production
string and completed lay down the drilling string which has been used during the completion operations.
1.2
1.3
1.4
1.5

1.6

1.7

1.8
1.9

1.10

1.11
1.12
1.13
1.14
1.15
1.16
1.17

Drilling rig and associated equipment for


the completion supporting services
Top drive c/w mud saver valves, upper &
lower IBOP.
Bit breaker, drift tool for drilling tools &
all size casing & tubing
Drill pipes, HW Drill Pipe, safety joint,
drilling jar, and all necessary X-over and
lifting subs, Weight indicator (Mud
Watch system) for completion
BOPs, bell nipple, choke and kill
manifold & lines, burning line remote
operated choke, oil and gas separator,
adequate vent lines
Replacement rubber goods, elements,
Gaskets,
seals
and all
normal
consumables for CONTRACTORs
annular type preventers, ram type
preventers, BOP stack and controls.
BOPs handling, installation and testing
equipment (HP pump, tester cup, tester
stump, testing equipment)
Adaptor between well head & BOPs
extended drilling spool.
Tester cups for all casing sizes
Mud labs with equipment with control &
measure
apparatus
for
principal
completion & packer fluid property
measurement
(weight,
viscosity,
chlorides & NTU, etc.)
Tanks for fuel, water, completion fluid,
perforation fluid & packer fluid
Tanks for well fluid of the mini flow
back as a consequence of negative TCP
or wire-line perforation.
Rig facilities pump
Lifting equipment for CONTRACTORs
& COMPANYs equipment & tools at
well site (Crane and forklift, etc.)
Rig Camps
Well head, tubing spool (with tubing
hanger) and X-mass tree assembly and
accessories
Tubing, Pup joints and ESP down hole &
surface equipments, down-hole sand
screen, etc.

CNOOC IRAQ LIMITED

INTERFACE DEFINITION BETWEEN DRILLING PHASE AND COMPLETION PHASE


Completion Start Time: After cementing quality logging is confirmed by COMPANY (Reservoir
Department), all cement plugs thoroughly clean-up, BOPs rams to fit completion operations, and
casing/liner pressure test have been done and accepted by Company, and after rig inspection by DOD
representatives to be sure that the rig is ready to start the completion operations.
Completion End Time: When X-mass tree installed, successfully pressure tested, drift the production
string and completed lay down the drilling string which has been used during the completion operations.
X/O for 2-7/8 6.4ppf, 3-1/2 9.2ppf &
4 10.5ppf, 4-1/2 12.6ppf JFE
Bear/VAGT/Vam Top Tubing:
2-7/8 JFE BEAR/VAGT/Vam Top Pin X
3-1/2 IF Box;
3-1/2 JFE BEAR/VAGT/Vam Top Pin X
3-1/2 IF Box;
3-1/2 EUE Pin X 3-1/2 IF Box;
4-1/2 EUE Pin X 3-1/2 (or 4-1/2) IF
1.18
X
X
Box;
3-1/2 JFE BEAR/VAGT/Vam Top Pin X
3-1/2 EUE Box;
4 JFE BEAR/VAGT/Vam Top Pin X 31/2 IF Box;
4-1/2 JFE BEAR/VAGT/Vam Top Pin X
4-1/2 IF Box;
And other X-overs used for rig
completion supporting service.
X
Completion tools (Tbg. string, Packers,
1.19
X
X
(If requested by
SSD, Nipples, sand Screen, ESP Equip,).
the Company)
Casing scraper with safety joint, drilling
1.20
jar, and all necessary X-over, etc. for
X
X
completion operation
5-5/8 and 5-1/2 tri-cone bit and X/O
1.21
X
X
for well wiper trip
Cementing unit for setting packers and
1.22
pressure tests for packers, BOP & XX
X
mass trees, etc.
Mud logging equipment and tools for
1.23
X
X
completion operation
1.24
Completion fluid filtration equipment
X
X
TCP or wireline perforation guns &
associated tools (for underbalanced
1.25
X
X
/overbalance perforation)
1.26

Wireline unit, lubricator & tools for TCP


or wireline perforation depth correlation

1.27

Slickline unit, lubricator &associate tools

1.28

Acidizing and Flowback Materials and


Equipment

1.29

Tubing Running Equipment with torque


monitoring and handling tools for
running blast joint, packer,
tubing&completion tools, etc.

1.30

Conventional /Standard /Special fishing


tools for all completion down hole tools
provided by CONTRACTORs

CNOOC IRAQ LIMITED

INTERFACE DEFINITION BETWEEN DRILLING PHASE AND COMPLETION PHASE


Completion Start Time: After cementing quality logging is confirmed by COMPANY (Reservoir
Department), all cement plugs thoroughly clean-up, BOPs rams to fit completion operations, and
casing/liner pressure test have been done and accepted by Company, and after rig inspection by DOD
representatives to be sure that the rig is ready to start the completion operations.
Completion End Time: When X-mass tree installed, successfully pressure tested, drift the production
string and completed lay down the drilling string which has been used during the completion operations.
Fishing
tools
for
COMPANYs
1.31
X
X
completion downhole tools/equipment
Repair and replacement parts for
1.32
X
X
CONTRACTOR furnished fishing tools
Materials for completion fluid, packer
1.33
X
X
fluid and perforation fluid
COMPANYs materials excess of normal
1.34
X
X
consumable
COMPANYs materials used in re-drill
1.35
well or re-completion caused by
X
X
CONTRACTORs negligence
Diesel fuel for rig, camp, service
equipment (cement unit, wireline unit,
1.36
X
X
slick line unit & TCP, etc.) within project
schedule.
Diesel fuel for rig, camp, service
equipment (cement unit, wireline unit,
1.37
X
X
slick line unit & TCP, etc.) beyond
project schedule.
1.38
Purify & Filter equipment for Diesel
X
X
Lube oils/ grease/ hydraulic fluids/
1.39
cleaning solvents for the rig and
X
X
associated equipment
Dope / lubricant / thread lock for
1.40
perforated liner, tubing & completion
X
X
tools, etc.
1.41
1.42
1.43
1.44
1.45
1.46
1.47

1.48

Completion water and living water


Consumables for drilling rig and all
completion supporting service equipment
Consumables for all COMPANYs
equipment.
Other consumable materials and spare
parts for rig equipment including
shakers, pumps, generators, engine,
motors, cranes, forklift, etc.
Boarding for Stand Back Area (wooden
mats)
Matting boards for Rig and related
equipment base, etc.
Equipment not mentioned above but
necessary for the normal completion of
CONTRACTORs rigs
Equipment not mentioned above but
requested in writing by the COMPANY

X
X

CNOOC IRAQ LIMITED

INTERFACE DEFINITION BETWEEN DRILLING PHASE AND COMPLETION PHASE


Completion Start Time: After cementing quality logging is confirmed by COMPANY (Reservoir
Department), all cement plugs thoroughly clean-up, BOPs rams to fit completion operations, and
casing/liner pressure test have been done and accepted by Company, and after rig inspection by DOD
representatives to be sure that the rig is ready to start the completion operations.
Completion End Time: When X-mass tree installed, successfully pressure tested, drift the production
string and completed lay down the drilling string which has been used during the completion operations.
1.49

RTTS packer with storm valve used in 65/8, 7, 9-5/8 casing, and related safety
joints , drilling jar and so on.

Associated services
2.1
Geological Control
2.2
Perforation depth selection
2.3
Reservoir design
Completion program and acidizing /
2.4
flowback program
Super clean mud tanks and circulation
2.5
system prior to contain completion and
packer fluid
Mixing completion fluid, perforation
2.6
fluid and packer fluid
Tubular running services for TCP guns,
tubing/flush tubing, perforated Liner &
2.7
blank pipes, screen, packer and all
necessary accessories.
Installation service of wellhead, tubing
2.8
spool and X-mas tree, running/ retrieving
BPV& two-way check valve.
TCP or wireline perforation &
2.9
correlation service (underbalanced /
overbalance perforation)
Assemble sand screen, ESP system,
2.10
cable splicing, electronic testing, oil
injection for the motor and seal section,
Running tubing string, lifting the ESP
system; Assists for ESP running and
2.11
others
requested
by
completion
supervisor.
2.12
Slickline service for completion
2.13
Fishing service for all down hole tools
Mud logging and real-time data
2.14
transmission service, Completion data
recording service
Communication via internet and phone
2.15
on site
Medical service, first aid treatment,
2.16
medicine and medical evacuation on site
Catering and accommodation service for
2.17
CONTRACTOR personnel
Catering and accommodation service for
12 COMPANY personnel at well site for
2.18
each rig (at least two single bed room
shall be provided for Company crew)

X
X
X

X
X
X

Assist

CNOOC IRAQ LIMITED

INTERFACE DEFINITION BETWEEN DRILLING PHASE AND COMPLETION PHASE


Completion Start Time: After cementing quality logging is confirmed by COMPANY (Reservoir
Department), all cement plugs thoroughly clean-up, BOPs rams to fit completion operations, and
casing/liner pressure test have been done and accepted by Company, and after rig inspection by DOD
representatives to be sure that the rig is ready to start the completion operations.
Completion End Time: When X-mass tree installed, successfully pressure tested, drift the production
string and completed lay down the drilling string which has been used during the completion operations.
At least one single office for Company
man, the facility shall be provided in the
2.19
office, including the desk phone, internet,
X
X
fridge, walkie-talkie, desk, chairs, mud
logging monitor, etc.
Catering and accommodation service for
beyond 12 persons from COMPANY at
2.20
well site for each rig (at least two single
X
X
bed rooms shall be provided for
Company man)
Any consumables materials, spare part &
2.21
communication items and necessary for
X
X
operation
Management, maintenance, loading and
offloading of materials, tools and
2.22
X
X
equipment provided by COMPANY at
well site
Transportation for CONTRACTORs
2.23
X
X
material & personnel
Transportation for COMPANYs
2.24
equipment, tools & materials between
X
X
COMPANY warehouse and well site
Transportation for COMPANYs surplus
2.25
equipment, tools & materials at well-site
X
X
between well sites
Inspections of CONTRACTORs drill
stem, slings, shackles, belt, lifting gears,
2.26
X
X
down hole tools, etc and repair of defects
by mentioned inspection
Inspections of CONTRACTORs drill
stem, slings, shackles, belt, lifting gears,
2.27
X
X
downhole tools, etc, which are required
by COMPANY with defects found
Inspections of CONTRACTORs drill
stem, slings, shackles, belt, lifting gears,
2.28
X
X
downhole tools, etc which are required
by COMPANY without any defects.
2.29
Welding/cutting on site
X
X
Fire extinguishers & other firefighting
2.30
X
X
equipment at camp and rig
2.31

2.32
2.33

H2S, CO2 & flammable detection


Equipment & Masks (Self Contained
Breathing Apparatus)
Security team (OPF) for wellsite,
Contractors camp and personnel
transportation inside of Missan Oilfields
Security team for CONTRACTORs
personnel transportation between Basrah
airport and working base

CNOOC IRAQ LIMITED

INTERFACE DEFINITION BETWEEN DRILLING PHASE AND COMPLETION PHASE


Completion Start Time: After cementing quality logging is confirmed by COMPANY (Reservoir
Department), all cement plugs thoroughly clean-up, BOPs rams to fit completion operations, and
casing/liner pressure test have been done and accepted by Company, and after rig inspection by DOD
representatives to be sure that the rig is ready to start the completion operations.
Completion End Time: When X-mass tree installed, successfully pressure tested, drift the production
string and completed lay down the drilling string which has been used during the completion operations.
As per
Inspection, maintenance and keeping
COMPANYs
2.34
good condition of drilling rig and all requirement and
X
X
specifications in
associated equipment
this ITT
IWCF or IADC well control, H2S, first
aid, CPR, firefighting, HSE related
2.35
emergency measures, and other required
X
X
training
for
relevant
RIG
CONTRACTORs personnel
COMPANY
representative
as
2.36
Completion
supervisor,
Reservoir
X
X
engineer & TCP & Well Test supervisor
Storing and managing CONTRACTORs
equipment & materials in the area
2.37
X
X
provided by COMPANY during the
completion work
Cleaning of sanitary waste & industrial
2.38
X
X
waste after rig moving out
Waste treatment on the mini flow back of
2.39
well fluid as a consequence of negative
X
X
TCP or wireline perforation.

2.40

Well site recovery and waste disposal


(include all industrial and living rubbish
& waste oil &water) after rig moving out

2.41

2.42

As per
COMPANY
requirement in
ITT

Vehicle for COMPANY Representatives


transportation during the operation
(One vehicle per rig)

Load / offload ESP equipments and service


tools from the third parties at well site.

END OF Appendix A, Attachment 2

CNOOC IRAQ LIMITED

APPENDIX A, ATTACHMENT 3
DESCRIPTION OF DRILLING RIG AND DRILLING CREW
1. GENERAL
Drilling operation in Missan Oilfields requires CONTRACTOR utilizing at least Three (3) Land rigs and
associated services to complete the twelve (12) wells drilling operation within eighteen (18) MONTHS,
and another one (1) month for demobilization.
The CONTRACTOR is therefore responsible for the compliance with the requirements set forth in this
specification.
Modification to the requirements of this specification may be proposed by the CONTRACTOR for the
COMPANY approval, with the support of proper documentation.
CONTRACTOR shall keep an accurate record of Well Operations, activities on the Drilling Unit (s), and
any other pertinent information relative to the well which would normally be recorded in accordance
with good international oilfield practice and/or which COMPANY may request and/or which is required
by the Contract to be recorded on the International Association of Drilling CONTRACTORs Drilling
Report Forms (IADC Forms). This shall include, without limitation, a Daily Drilling Report, a bit
record (both forms in accordance with IADC reports), a weekly BOP check list, deviation survey discs
or charts, rates of penetration, weight indicator and pump pressure charts and any and all relevant
records and data specified by the COMPANY. At the end of each day CONTRACTOR shall deliver to
COMPANY the original IADC Forms plus a legible copy thereof and a legible copy of other data
relating to Well Operations. The IADC Forms are to be duly signed by CONTRACTORs
Representative. On agreement of the content of the IADC Forms, COMPANYs Representative shall
sign the original and the copy and return the copy to CONTRACTOR. Without limitation, the IADC
Forms shall give an accurate log and history of each well showing the depth drilled, formations
encountered and penetrated, depth cored and footage of cores recovered during the preceding twenty
four (24) hours, and the results of the tests of well control devices.
2. SPECIFICATIONS OF DRILLING RIG
2.1

CONDENSED REQUIREMENTS OF DRILLING RIG SPECIFICATION

Following table is condensed list which indicates general specification of the rigs for operation in the
field; the capacity of each rig should be no less than 1500HP for Asmari reservoir drilling operation,
and no less than 2000HP for Mishrif reservoir drilling operation, CONTRACTOR shall provide at least
Three (3) sets of rigs. CONTRACTOR is obligated to provide land rig units regarding these
specifications as a minimum requirement.
A: 1500HP Rigs
Description
Rig Type
Construction year
Draw works:
Rated Drilling Capacity
Power
Derrick Height
Max Hook Load
Diesel Engines/ Generators
Emergency Generator
Top Drive:
Traveling Block
Crown Block
Rotary Table:
Load Capacity
Master Bushing

Information
1500HP Electric driven Land rig
Later than 2006, or refresh in recent two years
4500m for 5DP
1500HP
45 m
350 MT
5300HP in total
One (1) 400HP
350Mt rated capacity,
continuous torque
350MT rated capacity
350MT rated capacity
37-1/2 Inch
350MT static
MPCH / 37-1/2 Hinged

40KN.M

of

maximum

CNOOC IRAQ LIMITED

Mud System:
Mud Pump
Charge Pump
Mud Mixing Pump
Drilling Mud Pits
Back up Mud Pits
Desander:
Desilter:
Shale Shakers:
Degasser:
Centrifuges:
Mud Laboratory:
Stand Pipe Manifold:
Cementing Unit:
BOP Equipment:
BOP Control Unit:
Choke and kill Manifold:
H2S Equipment:
Drill Pipes:

Heavy Weight Drill Pipes:


Drill Collars:
Fishing Equipment:
Air Compressor:
Fuel Storage:
Drilling water tank
Crane Capacity:
Fork lift:
Accommodation Capacity:

Three (3) Mud Pump, 1600 HP each 5000 PSI


Three (3)
Three (3)
370 m3 in total
240 m3 in total
One (1) Desander Unit, 240-280 m3/H
One(1) mud cleaner unit Desilter Unit, 160-220m3/H
Minimum 3
One (1) Vacuum Type Degasser Unit, 360 m 3/H
Capacity.
Minimum 2 set
1 set as API standard
5000 Psi
Work Pressure 10000 Psi
1 set 13 5/8-10000psi BOP and 1 set 21 1/4 2000psi BOP
Should meet API 16D standards
Work pressure grade: 10000psi, 1set
Equipped with enough H2S detectors and personal
protection equipments included self contained breathing
apparatus.
1 S Grade, 5000 meters for 5 or 5-1/2
2 S Grade, 1500 meters for 3-1/2 Tool Joint OD
should be 4-3/4 or suitable OD to be used for
Companys liner
5 or 5-1/2 MINIMUM 48 joints.
3-1/2, MINIMUM 18 joints. Tool Joint OD should be
4-3/4 or suitable OD to be used for Companys liner
9 DC*6 jts; 8 DC*30jts; 6-1/2 DC*30jts;
4-3/4 DC*21 jts.
To be suitable for the drill string provided by
Contractor
Two (2), 75HP, 125 PSI WP
160m3
200m3
1 set, 50MT
1set, 5MT
100 Persons

B: 2000HP Rigs
Description
Rig Type
Construction year
Draw works:
Rated Drilling Capacity
Power
Derrick Height
Max Hook Load
Diesel Engines/ Generators
Emergency Generator
Top Drive:
Traveling Block
Crown Block

Information
2000HP electric driven Land rig
Later than 2006, or refresh in recent two years
7000m with 4-1/2 DP/6000m with 5 DP
2000HP
45 m
450 MT
6500HP in total
One (1) 400HP
450Mt rated capacity, 50KN.M of maximum continuous
torque
450Mt rated capacity
450Mt rated capacity

CNOOC IRAQ LIMITED

Rotary Table:
Load Capacity
Master Bushing
Mud System:
Mud Pump
Charge Pump
Mud Mixing Pump
Drilling Mud Pits
Back up Mud Pits
Desander:
Desilter:
Shale Shakers:
Degasser:
Centrifuges:
Mud Laboratory:
Stand Pipe Manifold:
Cementing Unit:
BOP Equipment:
BOP Control Unit:
Choke and kill Manifold:
H2S Equipment:
Drill Pipes:

Heavy Weight Drill Pipes:

Drill Collars:
Fishing Equipment:
Air Compressor:
Fuel Storage:
Drilling water tank
Crane Capacity:
Fork lift:
Accommodation Capacity:
2.2

37 Inch
580MT static
MPCH / 37 Hinged
Three (3) Mud Pump, 1600 HP each, 5000 PSI
Three(3)
Three (3)
370 m3 in total
240 m3 in total
One (1) Desander Unit, 240-280 m3/H
One (1) mud cleaner unit Desilter Unit, 160-220m3/H
Minimum 3
One (1) Vacuum Type Degasser Unit, 360 m 3/H
Capacity.
Minimum 2 set
1 set
5000 Psi
Work Pressure 10000 Psi
1 set 13-5/8-10000psi BOP and 1 set 21-1/4
-2000psi BOP
Meet API 16D standards
Work pressure grade: 10000psi, 1set
Equipped enough H2S detectors and personal protection
equipment included self contained breathing apparatus.
S Grade, 7000 meters for 5 or 5-1/2 (5-1/2 shall be
prefer)
S Grade, 3000 meters for 3-1/2 Tool Joint OD should
be 4-3/4 or suitable OD to be used for COMPANYs
liner
5 or 5-1/2 MINIMUM 48 joints. (5-1/2 shall be
prefer)
3-1/2, MINIMUM 18 joints. Tool Joint OD should be
4-3/4 or suitable OD to be used for COMPANYs liner
9 DC*6 jts; 8 DC*30jts; 6-1/2 DC*30jts; 4-3/4
DC*21 jts.
To be suitable to the drill string and designed casing
specification
Two (2), 75HP, 125 PSI WP
160m3
200m3
1 set, 50MT
1set, 5MT
100 Persons

DETAIL SPECIFICATION OF DRILLING RIG AND OTHER ITEMS

The detail specification and information on the various components of the drilling rig and other items
along with the expected minimum requirements for each individual item stated as Exhibits of this
Attachment.
Notes for CONTRACTOR:
CONTRACTOR shall complete the sheets with specification of the tendered rig and items. These
formats shall be completed with CONTRACTORs specification.
CONTRACTOR shall define all the Drilling rig characteristics by enclosing all data and/or drawings
contributing to the best evaluation of the rig offered.

CNOOC IRAQ LIMITED

COMPANY has right to or appoints a third party to evaluate the rig units in bidding offered.
CONTRACTOR shall assist CAMPONY Inspection Team or Third Party to go to the Rig location and
perform the inspection, and CONTRACTOR shall provide the visa, accommodation, tickets, and
necessary assistant for COMPANY inspection team.
2.3

CERTIFICATES OF CONTRACTORS DRILLING RIG

The drilling rig should have all the operation certifications for drilling rig including third party
inspection certificates and shall meet all the applicable standards utilized for these units.
CONTRACTOR shall ensure that all certifications are kept and remained valid during the term of
contract.
The TPI Company shall follow the requirements of Missan Oil Company, the qualified TPI Company
include Lioyd's Register, Bureau Veritas (B V), Intertek Global, TUV Rheinland, Det Norske Veritas
(DNV).
3.

DRILL PIPES, DRILLING COLLARS DOWNHOLE TOOLS AND ASSOCIATED


MATERIAL
The specification of drill pipes, drilling collars, downhole tools and associated material refer to the
appendix of this tender.
CONTRACTOR shall comply with API standard for drill pipes, drill collars, downhole tools and
associated materials.
CONTRACTOR shall provide information on drilling string elements (drill pipes, drill collars, heavy
weight D.P.) and downhole tools as the year of purchasing, average rotating hours and marking system
identification.

END OF Appendix A, Attachment 3

CNOOC IRAQ LIMITED


APPENDIX A: ATTACHMENT 3- EXHIBIT 3-1 DRILLING RIG DESCRIPTION
Drilling rig description shall cover in details the list of equipment and the technical specification of the RIG. This RIG description shall not limit CONTRACTOR
obligations to provide a RIG fitted for the use and other equipment for a normal and efficient performance of the WORKS. Contents/headings of the RIG and other
equipment list shall include:
A1
A2
A3
A4
A5
A6
A7
A8
A9
A10
A11
A12
A13

SECTION A
General description
Certification
Operating Capabilities
Main Dimensions
Storage Capacities
Rig Camp
Main Camp
Fire Prevention And Safety Equipment
Lifting Equipment
Gas Detection System
Communications
Auxiliaries / General Equipment
Power Plant

B1
B2
B3
B4
B5
B6
B7
B8
B9
B10
B11
B12
B13

SECTION B
Derrick and substructure
Hoisting equipment
Pipe handling equipment
Mud system
Drilling string
Downhole Tools
Fishing equipment
Well control equipment
Handling equipment
Instrumentation
Drilling data gathering/recording system
Drawings
Miscellaneous

CNOOC IRAQ LIMITED


A: 1500HP
Drilling rig and its equipment
Ref.
A.1

Designation equipment
GENERAL DESCRIPTION
Drilling Rig Name
Type
Year Of Construction
Constructed By
Drilling Rig Owner
Current Location
Latest upgrade date
Next periodical survey
Estimated period to Mobilize to first location after
award

A.2

A.4
A.5

COMPANYs Minimum Requirements


To be detailed
Electric SCR/AC or VFD
Later than 2006, if the rig manufacture year is later than
2004, the main equipment has been refreshed in the last
two year.
Producer should have official certification of production
To be detailed
To be detailed
To be detailed
To be detailed
How long could start mobilization and how long could
the first well spud-in after signing the Contract?
To be detailed

CERTIFICATION
Issuing Authorities

A. 3

Section A

Type of Certification
OPERATING CAPABILITIES
Maximum Drilling Depth with Standard 5DP
Maximum Hook Load
Maximum Rotary Table Load
Maximum Top Drive Load
Pressure of circulate motor
MAIN DIMENSIONS OF WELLSITE
Overall width/ length of site
Overall Dimensions of Drilling Rig Pad
STORAGE CAPACITIES
Fuel
Drilling water
Potable water
Liquid mud (active + reserve)
Back up Liquid Mud

Require production certification for the rig and all the


equipment. Related refreshment certification & third
party inspection list shall be attached.
To be detailed
Nominal drilling depth 4500m
Minimum 350MT
Minimum 350MT
Minimum working load not less than 350MT
Minimum working pressure 5000psi
To be detailed
To be detailed
Minimum 160 m3
Minimum 200 m3
Minimum 100 m3
Minimum 370 m3
Minimum 240 m

CONTRACTORs Proposition

CNOOC IRAQ LIMITED

A.6

A.7

RIG CAMP
Rig site Offices
Mud Lab/ 3rd Party Office
Tea House / Communal WC house
Change Room
Clinic with Sleeping Quarters for Medic
Meeting Room
Single room (bullet-proof)
2 Man Sleepers
4 Man Sleepers
Total Beds at Rig Camp
MAIN CAMP
Total Beds at Main Camp
Main Camp Fuel Storage
Main Camp Pot Water Storage
Auxiliary Generator
Kitchens
Pray room
Recreation Room
Chiller/ Freezer
Dining room

A.8
A.8.1

A.8.2

Laundry Room
SAFETY EQUIPMENT
Personnel Safety Equipment
Clothing, Helmets, Boots, Gloves, Dust Masks, Ear
Plugs and Ear Muffs, ect.
Derrick Safety Line
Derrick Safety Belts
Escape Line
Breathing System
Canister Masks for Evacuation (H2S & Hydrocarbons)
Self Contained Breathing Apparatus
Quantity
Breathing Apparatus location

Satisfy general living and working requirement,


emergency lights, fire/smoke detection and fire
extinguisher in each room as necessary. The air
conditioner shall be available at 55 environment
temperature.
Minimum one
Subject to requirement in this ITT
Minimum one
Minimum one
Minimum one
Minimum one
Minimum four
Minimum one
Minimum two
Minimum 14 beds
To be detailed
Main camp minimum 86 beds, to be detailed
To be detailed.
Minimum 100m3
Minimum 1 set
Minimum two kitchens
Minimum one
Minimum one
To be detailed
Require minimum one for drilling crew as bullet-proofed
and another one for the local crew.
To be detailed

To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
Minimum 25 sets

CNOOC IRAQ LIMITED


Rig Floor
Tool Pushers Office
Company Reps office
Mud tank system
Muster points
Back-up Set
Back-up bottles
Recharging device for the bottles.
A.8.3

A.8.3.1
A.8.4

A.8.5
A.8.6
A.8.7

Firefighting Pump
Make
Type
Quantity
Capacity
Water Tank Capacity
Fire stations
Location
Hose Length
Nozzle Type
Fire Extinguishers
Fire Fighting Suits
Fire Blankets

A.8.8

Fire/ Smoke Detections in rig


Make/ type:
Fire detection:

A.8.9
A.8.9.1

A.8.9.2

A.8.10

Smoke detection:
Location:
Alarms:
Rescue
Resuscitator
Make
Type
Stretchers
Sick Room/ Cabin
First Aide Equipment
Emergency Shower system

Minimum 8sets
Minimum 1sets
Minimum 3sets
Minimum 3sets
Minimum 8 sets
Minimum 4sets
Minimum 4sets
Minimum one recharging unit in suitable location for
refresh air, pressure rate 3000psi.
To be detailed
To be detailed
Minimum 2 sets
Minimum 200m3/h
Minimum 100m3
Three stations, to be detailed
Minimum 70m
Minimum two types
To be detailed
To be detailed
To be detailed
Minimum one central control system, the alarm can be
visible in drill floor.
To be detailed
Required to be set in MCC room, engine room, drill floor
and VFD room.
To be detailed
To be detailed
Horn and flash light alarm
Minimum 1 set
To be detailed
To be detailed
Minimum 1 sets
To be detailed
Minimum two sets on mud tank

CNOOC IRAQ LIMITED

Eye Wash Stations

A.8.11

A.8.12

Safety Zones
Specific Lighting For Safe Muster Areas
Wind Indicators Visible at Night
Quantity
Location
Escape Routes Marking Muster Points
Procedures

Individual Information Leaflets About Risks, Hazards

Specific H2S Training


Emergency Procedures Manual
Safety Instruction Poster

A.9.

LIFTING EQUIPMENT

A.9.1

Cranes

A.9.2

A.9.3
A.10
A10.1

Quantity of cranes and type


Minimum distance Maximum load
Maximum distance Maximum load
Lifting speed (precise nu. of lines)
Working distant
Last inspection or certificates
Fork Lift
Quantity
Maximum load
Last inspection or certificates
Others
GAS DETECTION SYSTEM
Fixed H2S & Combustible gas Detection & alarm
system
Make
Type

Minimum two sets at mud tank and one more set in rig
floor.
To be detailed
To be detailed
To be detailed
To be detailed
Safety operation procedures, emergency action
procedures and relevant training program for the crew
shall be in place.
To be detailed
To be detailed
To be detailed
All lifting equipment shall meet the working requirement
of field, desert and place around mountain. Certificated
lifting equipment (slings, shackles, etc.) shall be provided
by Contractor
SWL displayed. Equipped with protection grid fire
extinguisher installed, flashing light, back-up light 1.1.3
and
back-up alarm device. Operator shall be authorized.
Minimum 1 auto crane for daily working at well site.
Minimum 45MT
Minimum 3MT
To be detailed, according to production manual
3~30m
Valid certification for inspection and test by Authority.
To be detailed
Minimum 1.
Minimum 5MT
Valid certification for inspection and test by Authority.
To be detailed

To be detailed
To be detailed

CNOOC IRAQ LIMITED


Sensors location

A.11.3
A.11.4

Visual & audible alarm location


Wind direction device
Portable H2S & Combustible Gas Detection
Quantity
Type
COMMUNICATIONS
Telephone System/ Drilling Rig Intercom
Number of Lines
Location Of Phones
Communication Between Rig And Camp
Telephone System And Satellite Communication
System
Derrick Man Communication
CCTV SYSTEM

A.11.5

Walky-talkies

A.12
A.12.1

A.12.2

A.12.3
A.12.4

A.12.5

OTHER EQUIPMENT
Air Compressors
Make
Model
Quantity
Capacity
Supply Pressure
Motor Details
Reducing Capabilities
Refrigeration Details
Volume Air Receivers
Welding Equipment
Electric Welding Machines
Oxy/ Acetylene Cutting set
Workshop and Repair Facilities
High Pressure Wash Down Unit
Make/ Model
Diaphragm Pumps

A.13

POWER PLANT

A.10.2
A.11
A.11.1

A.11.2

Well head, rig floor, shale shaker area, mud tank area,
etc.
To be detailed
To be detailed
Minimum 4 sets
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
Minimum one set of Intercom for derrick and dog house.
To be detailed
To be detailed.
Should provide 4 sets for Company at least

To be detailed
To be detailed
Minimum 2 sets
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
The main engines shall be equipped with an emergency
shut-off system.

CNOOC IRAQ LIMITED

A.13.1

Diesel Engine

A.13.2
A.13.3

Quantity
Make
Type
Electrical control system
Monitor display
AC Generator
AC to DC converter

A.13.4

Emergency Power Unit


Quantity
Make and Type
Minimum equipment operated

Ref.
B.1

Land rig and its equipment


Designation Equipment
DERRICK AND SUBSTRUCTURE

B.1.1

DERRICK.

B.1.1.1

B.1.1.2
B.1.1.3

Make and type


Height/ size and base
Loading
Nominal capacity
Static hook load with 12 lines
Pipe set back load
Maximum racking capacity
stands of DP (and )
stands of DC (and )
Maximum wind load
with rated set-back
with no set-back
Rig up and rig down derrick

To be detailed.
Supporting the rig equipment and the camp. The total
power: minimum 5300HP.
Should meet the work requirement under location
weather.
Minimum 3 sets main diesel engines
Caterpillar or equivalent
To be detailed
To be detailed
To be detailed.
To be detailed.
To be detailed
Minimum one diesel generator with an electrical starter
as backup power source. The emergency diesel engines
can start automatically when the main power source fails.
1 set
To be detailed
Minimum power required for Emergency lights + BOP
accumulator + Fuel pump + air compressor + fire pump +
rig camp
COMPANYS minimum Requirements.
Suitable for top drive installation and Kelly installation.
Derrick should conform to API specification standard.
To be detailed
To be detailed
350 MT
350 MT
130 MT
160 std of 5DP
8 std of 8 DC
Wind force: minimum 30 m/s
Wind force: minimum 40 m/s
To be detailed

Section B
CONTRACTOR s Proposition

CNOOC IRAQ LIMITED


B.1.1.4

Equipment

Racking platform

Adjustable range
Stabbing platform for casing/ tubing
Lighting specifications
Mast TV Camera system
B.1.2

Substructure

B.2

HOISTING EQUIPMENT

B.2.1

Draw works
Make
Type
Capacity
Main Drum Groove for Line Size
Sand line drum
Main brake system
Auxiliary brake

B.2.1.1
B.2.1.2
B.2.2

Crown Block Safety Device


Make
Crown Block saver
Automatic Drilling Control
Make and type
Crown Block
Make
Type
Capacity
Quantity Of Sheaves
Diameter Of Sheaves
Groove Size

Wind boards and handrails need to be properly equipped on


the 2nd derrick. Fall protection and escape device available for
the derrick man. All the fingers are secured with clamps or
slings. Utility winch are available for running and racking the
tubular. Fingers fit the requirement of the piping needed for
the drilling.
Should have 3 working position: 24.5m~26.5m
To be detailed
Explosion proof
Covering racking platform and Stabbing platform area
Equipped with BOP hoist to suitable for the BOP.
To be detailed
The draw works transmission unit conform to API
specification for 1500HP rig
To be detailed
To be detailed
Nominal drilling depth 4500m with 5DP
To be detailed
To be detailed
To be detailed
To be detailed

To be detailed
3sets (1 electrical and another 2 mechanical at draw works)
To be detailed
To be detailed
Crown block is designed and manufactured according to API
standard.
To be detailed
To be detailed
350MT
To be detailed
To be detailed
To be detailed

CNOOC IRAQ LIMITED


B.2.3

Travelling Block

B.2.6
B.2.7
B.2.8

Make
Type
Rated Capacity
Quantity Of Sheaves
Diameter Of Sheaves
Groove Size
Date Of Last Survey
Hydraulic Cat-Heads
Make
Type
Rated Capacity
Top Drive
Make
Type
Electric
Working Pressure
Rated Capacity
Brake System
Quantity Of Gears
Drilling Continuous Torque
Maximum RPM
Make Up Torque in Low Gear
Pipe Handler Make/ Model
Length of Elevator Links Available
Hook
Swivel
Kelly Spinner

B.2.9

Elevator Links

B.2.4

B.2.5

Make (for normal drilling and completion)


Type
Quantity
Size:
Rated Capacity
Date Of Last Survey
Make (For running Casing)
Type

Travelling block is designed and manufactured according to


API standard.
To be detailed
To be detailed
350MT
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
Electric, VFD
5000psi
350MT
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
One, and another one set for backup, to be detailed
One set for backup, to be detailed.
One set for backup, to be detailed
Contractor shall provide Elevator Links to suitable for each
normal operation phase.
To be detailed
Forged and Weld less
1set
2-3/4 x 132
350MT
To be detailed
To be detailed
Forged and Weld less

CNOOC IRAQ LIMITED

B.2.10

B.2.11

B.2.12

B.3
B.3.1

B.3.2

B.3.3

B.3.4

Quantity
Size:
Rated Capacity
Date Of Last Survey
Drilling Line
Type
Diameter
Length
Spare Reel
Maximum Line Pull
Drilling Line Anchor
Make
Type
Date of Last Survey
Drilling Line Guide
Make
Type
Dead line stabilizer :
PIPE HANDLING EQUIPMENT
Rotary Table
Make
Type
Size/ max. opening
Powered or driven
RPM range
Rated load capacity :
Master Bushing
Make
Type
Size
Insert bowls
Casing Bushing And Bowls
Make
Type
Insert bowls
Manual Slips Drill Pipes
Quantity, Make and type, Size range

B.3.5

Manual Slips Drill Collars

2 set
3-1/2 x 180 or the suitable length for run casing
450MT
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
Minimum 37-1/2
Independent powered.
To be detailed.
To be detailed.
To be detailed
To be detailed
To be detailed
To be detailed.
To be detailed
To be detailed
To be detailed
Minimum 2ea manual slip for each size of Drill Pipe: 3-1/2,
5, 5-1/2. To be detailed

CNOOC IRAQ LIMITED


Quantity, Make and type, Size range
B.3.6

Manual Slips Casing


Quantity, Make and type Size range

B.3.7

Minimum 2ea for each size of DC: 9, 8, 6-1/2, 4-3/4, 4.


To be detailed
Minimum 2ea for each size of Casing: 20, 13-3/8", 9-5/8",
7, 6-5/8. To be detailed.

Safety Clamps
Safety clamps for DC
Quantity, Make and type, Size range

Minimum 2ea for each size of DC: 9, 8, 6-1/2, 4-3/4, 4.


To be detailed.

Safety clamps for casing


Quantity, Make and type, Size range
B.3.8

Elevators Drill Pipes

Quantity, Make and type, Size, Capacity

Single Joint Elevator Drill Pipes


B.3.9

Capacity
Lifting Subs
Quantity

B.3.11

Threads
Manual rotary tongs with indicators
Quantity, make and type, Jaw assemblies x size
range

B.3.12
B.3.13

350ton SWL manual elevators for 18 degree TJ DP.


If Rig provides 3-1/2 or smaller DP, rig shall be equipped
with 250ton. SWL manual elevators for 18 degree TJ of the
same.
For each size of Drill Pipe, Contractor should keeps at least
2ea on site. To be detailed.
Minimum 1ea for each size of drill pipe.
To be detailed.

Elevators Drill Collars


Quantity, make and type, Size

B.3.10

Minimum 2ea for all size of casing.


To be detailed.

Hydraulic power tong for DP


Make, Type, Size range
Spinning wrench

Minimum 2ea for each DC: 9, 8, 6-1/2, 4-3/4, 4.


To be detailed
To be detailed
4ea for 9DC, 5ea for 8DC, 5ea for 6-1/2DC, 6ea for 4-3/4
DC, 6ea for 4 DC.
To be detailed.
To be detailed
2 tongs with jaws BJ model DB or HT65 for size range: 31/2~17.
2 tongs with jaws BJ model SDD or HT100 for size range:
4~17
Torque indicators for manual tongs are required.
To be detailed
To be detailed

CNOOC IRAQ LIMITED

B.3.14

Make
Type
Size range
Quantity
Bit breaker plates
For Tri-Cone bit sizes

B.3.15
B.3.16
B.3.17
B.3.18
B.3.19

B.3.20

B.3.21

Bit gauges
For bit sizes
Side door casing elevator
Quantity, Make and type, Size, Capacity

2ea for each bit size: 26", 17", 12-", 8-1/4", 5-5/8"
To bed detailed
Minimum 1ea API bit gauge for each bit size
Minimum 2ea for each size. To be detailed.

Single joint casing elevators


Quantity, make and type, Size, Capacity

Minimum 2ea for all size, to be detailed

Casing drifts
Casing and tubing power tongs and unit including
torque indicator for airtight thread casing & tubing
Power tong for casing

2ea for each casing size, as API requirement

Power tong for tubing


Power unit and torque control
Casing spider Elevator (Air Operated)
Make
Type
Size
Capacity
Slip inserts Range
Quantity
Casing manual tong
Make
Model
Quantity

B.3.22

To be detailed
To be detailed
To be detailed
Minimum 1 set

Casing and tubing manual chain tong


Make
Model

1 set for 20, 2sets for other sizes


At least 2 set s of hydraulic power tong c/w 2-7/8, 3-1/2, 4,
4-1/2 penetration dies, suit to CRA pipes, like as L80-Cr13
material.
1 set
To be detailed
To be detailed
To be detailed
500T
13-3/8. 9-5/8, 7, 6-5/8
1set spider, 1set elevator
Casing Size: 20, 13-3/8, 9-5/8, 7, 6-5/8", 4-1/2, 4, 31/2, 2-7/8
To be detailed
To be detailed
1 set
Casing Size: 20, 13-3/8, 9-5/8, 7, 6-5/8", 4-1/2, 4, 31/2, 2-7/8, 2-3/8
To be detailed
To be detailed

CNOOC IRAQ LIMITED


Quantity
Crossover from DP to Casing
B.3.23
Manual Tubing Slips
Make
Model
Quantity
B.3.24

B.3.25

Tubing Elevators
Make
Model
Capacity
Quantity
Single Joint Tubing Elevators
Make
Type
Capacity
Quantity
Tubing Drifts

B.3.26

B.3.27

B.3.28

B.3.29

Air winches
Make
Type
Quantity
Capacity
Location
Casing fill-up tools
Make
Type
Quantity
Casing quick-release thread protectors
Quantity
Make
Type
Size
Stab-in string running tools

1 set
To be detailed
At least two sets of rotary hand slips dressed with low
penetration dies, suit to CRA pipes, like as L80-Cr13 material.
Tubing size as of 2-7/8, 3-1/2, 4, 4-1/2.
To be detailed
SDML or equivalent
2ea for each tubing size: 4-1/2, 4, 3-1/2, 2-7/8, 2-3/8
At least two sets of side door type tubing elevators dressed
with low penetration dies, suit to CRA pipes, like as L80-Cr13
material. Tubing size as of 2-7/8, 3-1/2, 4, 4-1/2.
To be detailed
To be detailed
150T
2ea for each size 4-1/2 4, 3-1/2, 2-7/8, 2-3/8
To be detailed
To be detailed
5MT
2ea for each size 4-1/2 4, 3-1/2 , 2-7/8 , 2-3/8
2ea for each weight tubing size: 4-1/2, 4, 3-1/2, 2-7/8, 23/8
To be detailed
To be detailed
Drill floor:3, monkey board:2; cat walk:1
Drill floor and cat walk: 50KN; Monkey board: 5KN
Drill floor, monkey board, cat walk
Fill-up tools shall be connected on Top Drive during running
casing
To be detailed
To be detailed
1set for each casing size: 13-3/8, 9-5/8, 7, 6-5/8.
Minimum 6 ea for each size
To be detailed
To be detailed
Suitable for 20, 13-3/8, 9-5/8, 6-5/8
30 and 20 Casing cementing inner string running tools

CNOOC IRAQ LIMITED


Quantity
Make
Type
B.4

MUD SYSTEM

B.4.1

Main mud pumps


Make
Model
Quantity
Bore and Stroke
Rated Pump Stroke
Suction Screens
Mud Pump Prime Movers

B.4.1.1
B.4.1.2

B.4.2
B.4.2.1

B.4.2.2

Motors
Quantity
Power
Mud Pump Equipped With One Per each pump
Pressure Relief Valves
Discharge Pulsation Dampeners
Suction Pulsation Dampeners
Pressure Gauges
Pump Stroke Counters
Centrifugal pumps
Supercharging Pumps
Make
Type
Quantity
Impeller Diameter
Discharge Flow Rate/ Head (gpm, psi)
Drive KW/ RPM
Stuffing Box Seal
Mud Mixing Pumps
Make
Type
Quantity
Impeller Diameter
Discharge Flow Rate/ Head (gpm, psi)
Drive KW/ RPM

Minimum 2 sets
To be detailed
To be detailed
Contractor shall provide detailed drawing of the complete
mud system.
To be detailed
F-1600 or equivalent
3sets
To be detailed (depend on pressure choose liner)
Maximum 120SPM
To be detailed
Relief lines shall be self draining and straight to mud pits.
They must be well secured, supported.
2 per each pump
To be detailed
Must be shear relief valve
Air chamber (charge air can adjust pressure)
To be detailed
0~10000psi
Each pump unattached counter also need total stroke counter.
To be detailed
To be detailed
Minimum 3
To be detailed
To be detailed
To be detailed
MEC SEAL
To be detailed
To be detailed
Minimum 3sets
To be detailed
To be detailed
To be detailed

CNOOC IRAQ LIMITED


Stuffing Box Seal
B.4.2.3

Desander and Desilter Centrifugal Pump


Make
Type
Quantity
Impeller Diameter
Discharge Flow Rate/ Head (gpm, psi)
Drive KW/ RPM
Stuffing Box Seal

B.4.2.4

B.4.2.5

B.4.2.6

B.4.2.7

MEC SEAL
1.1.4
To be detailed
To be detailed
Minimum 1set desander pump and 1 set desilter pump.
To be detailed
To be detailed
To be detailed
MEC SEAL

Mud Cleaner Pump


Make
Type
Quantity
Impeller Diameter
Discharge Flow Rate/ Head (gpm, psi)
Drive KW/ RPM
Stuffing Box Seal
Shearing Pump
Make
Type
Quantity
Impeller Diameter
Discharge Flow Rate/ Head (gpm, psi)
Drive KW/ RPM
Stuffing Box Seal
Vacuum Degasser Feed Pump
Make
Type
Quantity
Impeller Diameter
Discharge Flow Rate/ Head (gpm, psi)
Drive KW/ RPM
Stuffing Box Seal
Trip Tank Fill-Up Pump
Make
Type
Quantity

1.1.5
To be detailed
To be detailed
Minimum 1set
To be detailed
To be detailed
To be detailed
MEC SEAL
To be detailed
To be detailed
Minimum 1set
To be detailed
To be detailed
To be detailed
MEC Seal
To be detailed
To be detailed
Minimum 1set
To be detailed
To be detailed
To be detailed
MEC Seal
To be detailed
To be detailed
1set

CNOOC IRAQ LIMITED

B.4.2.8

B.4.3
B.4.3.1

Impeller Diameter
Discharge Flow Rate/ Head (gpm, psi)
Drive KW/M
Stuffing Box Seal
Other Pumps
Submersible pump with electrical cable
discharge hoses for mud pit and cellar
Air pumps to clean out mud tanks
Cellar Jet Ventura Operated With Mud Pumps
Mud Treatment Equipment
Shale Shakers Flow Line Cleaners
Quantity
Make
Type
Feed flow line size
Screen sizes

B.4.3.2

B.4.3.3

B.4.3.4

B.4.3.5

Desander
Make and type and maximum capacity
Cones
Type
Diameter
Quantity
Desilter
Make and type and maximum capacity
Cones
Type
Diameter
Quantity
Mud Cleaner
Make and type and maximum capacity
Cones
Type
Diameter
Quantity
Range of screen sizes in stock
Centrifuge

To be detailed
To be detailed
To be detailed
MEC SEAL
and

To be detailed
To be detailed
Minimum 2
3sets
Swaco/ Derrick or equivalent
To be detailed
Minimum 12
Meet the requirement of mud treatment.
The enough stock of screens to be permanently on rig must
cover the consumption.
To be detailed.
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed

CNOOC IRAQ LIMITED

B.4.3.6

Quantity
Bowl Diameter x Bowl Length
RPM G Force
Vacuum Degasser
Make
Type
Maximum capacity
Vacuum pressure
Power of main motor
Power of vacuum pump/speed
Gas vent line

B.4.4

Mud laboratory

B.4.5

Mud Tanks (Active & Reserve Tanks)

B.4.5.1

Active Tanks
Quantity
Theoretical total volume
Pumpable total volume
Quantity of compartments
Quantity of Mud agitators
Mud agitators Make
Mud agitators Type
Mud agitators Motor (HP)
Low/ High pressure mud guns
Bottom/ surface guns
Industrial water line installed

B.4.5.2

Dump valves type


Reserve Tanks
Quantity
Theoretical total volume
Pumpable total volume
Quantity of compartments
Quantity of Mud agitators
Mud agitators make

Minimum 2 sets
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
Connected to out of well site
Equipped with water, electricity, air conditioning, pressurized
air if dangerous area, escape door, telephone, furniture and
general alarm system. 2x4 plugs with 220v and 110v. To be
detailed.
All mud tanks (active & reserve ones) must be fitted with
level indicators and in the dog house can observe the level. All
the electrical equipment on mud tank must be explosion-proof.
Excluded mud tanks for mechanical treatment
Minimum 6
270 m3
250 m3
Propeller blades
To be detailed
To be detailed
To be detailed
20 HP
6" line reaching all tanks
4" line reaching all tanks
2" line with volumetric counter reaching all tanks including
the slug pit 200 LPM capacity
To be detailed
Minimum 3
Minimum 80m3 for each tank
Minimum 65m3 for each tank
To be detailed
Minimum 2 for each tank
To be detailed

CNOOC IRAQ LIMITED


Mud agitators type
Mud agitators motor (HP)
Low/ High pressure mud guns
Industrial water line installed
B.4.5.3
Pill Tank
Quantity of tanks
Theoretical total volume
Pumpable total volume
Quantity of Mud agitators
Mud agitators make
Mud agitators type
Mud agitators motor (HP)
B.4.5.4
Setting/ Treatment Tanks
B.4.5.5
Sand Trap/ Shaker Settling Tank
B.4.5.6
Vacuum Degasser Tank
B.4.5.9
Desander Tank
B.4.5.10
Desilter Tank
B.4.5.11
Trip Tank
Capacity
Level indicator
accuracy
B.4.6

read-out

Mixing System
Mud material mixing hoppers
Quantity
Make
Type
Location

B.4.7

B.4.8

Mud Pump Discharge


Discharge Lines
Diameter
Working Pressure
Screen On each Pump Outlet
Rotary Hoses
Quantity
Diameter
Make
Type
Working Pressure

location/

To be detailed
Minimum 20HP
To be detailed
To be detailed
Minimum 1ea
Minimum 8 m3
Minimum 5m3
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed.
Maximum 10 m3
Accurate sensor at Drillers Console + back-up
on rig floor. To allow a readable change in
volume for one stand minimum.
To be detailed
To be detailed
To be detailed
To be detailed
Active tanks site
2 stand-pipe lines, one work and another back-up
4 ID
5000 psi
To be detailed
Minimum 2, one work and another back-up.
4 ID with safety clamps
To be detailed
To be detailed
5000psi

CNOOC IRAQ LIMITED


B.4.9

Stand Pipe Manifold


Working Pressure
Stand Pipe No/ Diameter
Connection for Kill Line
Connection For Cementing Unit
Gauges
B.4.10
Drilling String Circulation Head
Working pressure/ connection
B.4.11
Mud Saver Bucket
Quantity and size
B.5
B.5.1
B.5.2

B.5.3

DRILL STRING
Kelly (Back-up)
Drill Pipes
Manufacturer
Total length
Grade
Size
Weight
Range
Class (on commencement date)
Internal plastic coated

5000 psi
2, suitable for the use of TDS.4
To be detailed
To be detailed
10000psi
To be detailed
1ea for each size of DP with hose for connection to the flow
line.
1 set, to be detailed
To be detailed
5000m
S Grade
5 or 5-1/2
Specified by Contractor
2
Premium or new
Prefer

Tool joint O.D.

Specified by Contractor

Tool joint I.D.

Specified by Contractor

Connections
Pin and box protectors
Identification of each joint
Hard banding

Specified by Contractor
Required
Required
ARNCO 100XT or equivalent

Pup Joints
Quantity
Length
Grade

5 or 5-1/2
1 ea for each
5ft, 10 ft & 15ft
Specified by Contractor

To be detailed
1500m
S Grade
3-1/2
Specified by Contractor
2
Premium or new
Prefer
4-3/4 or suitable OD to
be used for Companys
liner
2-7/16 or suitable ID
capable for companys
testing or completion
operation. Specified by
Contractor
Specified by Contractor
Required
Required
ARNCO 100XT or
equivalent
3-1/2
1 ea for each
5ft, 10ft & 15ft
Specified by Contractor

CNOOC IRAQ LIMITED


B.5.4

Tool joint and thread type


Heavy Weight Drill Pipes
Quantity of joints
Size
Materials
Threads
Wall thickness
Class (on commencement date) :
Range

Same specifications as DP

Same specifications as DP

Minimum 48 joints
5 or 5-1/2
Specified by Contractor
Same as DP
Specified by Contractor
Premium
2

Tool joint (OD x ID x threads) :

Specified by Contractor

Minimum 18 joints
3-1/2
Specified by Contractor
Same as DP
Specified by Contractor
Premium
2
Specified by Contractor.
But OD requires 4-3/4 or
suitable OD to be used for
Companys liner

Hard banding

B.5.5

Internal coating
Identification of each joint
Drill Collar
Size (OD)
Size (ID)

Quantity of joint
Length
Connection
Materials

B.5.6

Slip and/or elevator recess


Stress relief grooving
Spiraled.
Identification of each joint
Drill pipe and drill collar rabbit
Size, Quantity

ARNCO 300XT or equivalent

ARNCO
300XT
equivalent

or

Prefer
Prefer
Required
Required
Minimum Required (Specifications, Size, Quantity)
9
8
6-1/2
4-3/4
3
22-13/16
2-1/4
1
3
/
1
6

6
30
30
30
30ft
30ft
30ft
30ft
7-5/8 Reg
6-5/8 Reg
NC 50
NC 38
Specified by
Specified by
Specified by
Specified
Contractor
Contractor
Contractor
by
Contractor
Required
Required
Required
Required
Required
Required
Required
Required
Required
Required
Required
Required
Required
Required
Required
Required
Contractor shall provide the rabbits for Contractors DP & DC
2ea for each size of DC & DP

CNOOC IRAQ LIMITED


B.5.7
B.5.8

Lifting plug
Type & Quantity
Small tubing for washing & cleaning
Size
Quantity
Length

B.6

DOWN HOLE TOOLS

B.6.1

Bits

B.6.2
B.6.3

Crossover Sub
Float Valve
Manufacturer
Type
Quantity
Stabilizer
Manufacturer

B.6.4

Type
B.6.5

B.6.6

B.6.7

B.6.8

Quantity
Jar
Manufacturer
Type
Quantity
Mud Motor
Working life
Manufacturer
Type
Quantity
Casing Scraper
Manufacturer
Type
Quantity
RTTS
Manufacturer
Type
Quantity

Suitable for Rigs Drill string.


2ea for each size of drilling string
From below 1 to 1.9 or suitable size
24 joints
Around 31.5 feet per joint
Include float valve, bit sub, crossover sub, stabilizer, jar, down
hole motor, RTTS, bypass, etc. To be detailed.
Specification and Quantity to be detailed (PDC bits and Cone
bits)
To be detailed.
To be detailed.
To be detailed.
To be detailed.
To be detailed.
To be detailed. (prefer include roller reamer; Contractor
should provide the types include integral)
To be detailed.
For 17-1/2, 12-1/4, 8-1/4 sections.
To be detailed.
To be detailed.
To be detailed.
For 17-1/2, 12-1/4, 8-1/4sections.
At least 150 hrs working continuously in down hole
To be detailed.
To be detailed.
To be detailed.
For 13-3/8, 9-5/8 and 6-5/8 casings.
To be detailed.
To be detailed.
To be detailed.
For 13-3/8 9-5/8, 6-5/8 casings.
To be detailed.
To be detailed.
To be detailed.

CNOOC IRAQ LIMITED


B.6.9

Hole opener & Reamer

B.6.10

Drilling accelerator, bump sub and others etc.

B.7

FISHING EQUIPMENT

B.8

WELL CONTROL EQUIPMENT

B.8.1

13-5/8 BOP Stack

B.8.1.1

Annular Preventer

B.8.1.2

Ram Preventer
Quantity
Size
Type
Manufacturer

B.8.1.3

Rams Size For 13-5/8 -10000psi BOP

B.8.1.4
B.8.2

Drilling Spools
21-1/4 BOP Stack
Type

36 hole opener and reamers for 17-1/2, 12-1/4, 8-1/4


phase should to be suitable for soft, hard, medium formation.
To be detailed.
To be detailed.
Contractor should provide all fishing tools for all the wireline
logging tools and down hole tools, including Junk basket, junk
mill, magnet, lead impression blocks, taper tap, etc., and
provided fishing tools for the Companys casing as attached
design.
To be detailed.

One 13-5/8 5000 psi annular BOP flanged.


Rubber shall be brand new.
Mandatory
Manual closing wheels to be provided for each ram.
3 Ram Type BOP (single ram + double ram)
13-5/8 - 10000 psi WP
Shear rams must shear all Drill Pipes
All ram preventer should be same size and type to allow
maximum flexibility of configuration.
To be detailed
2 sets for each size of 5-1/2 DP rams & 5 DP rams &3-1/2
rams
2 sets shear blind rams
1 set for 13-3/8 ram
1 set 9-5/8 ram
1 set 6-5/8 ram
2 sets 3-1/2 ram
2 sets variable bore rams: 5-1/2 x 3-1/2 or 5 x 3-1/2
2 complete sets of spare rubbers for each sizes of above rams
are compulsory on rig at any time.
Rubbers shall be brand new.
Drilling spools will be provided for 13-5/8 - 10000psi BOP
1 set 21-1/4 2000 psi WP anualar preventer
1 set 21-1/4 2000 psi WP double ram preventer

CNOOC IRAQ LIMITED


Manufacturer
Rams for 21-1/4 BOP
B 8.3

Drilling Spool

B.8.4

Drilling Adaptor

B.8.5

Kill Lines
Quantity
Size
Working Pressure
Connection
Choke Lines
Quantity
Size
working pressure
Connection

B.8.6

B.8.7

B.8.7.1

B.8.7.2

Choke & Kill Manifold


Working pressure
Upstream chokes
Downstream chokes
Manual Adjustable Chokes
Quantity
Make
Type
Size
Working pressure
Hydraulic Operated Chokes
Quantity
Make
Type
Size
Working pressure
Remote control panel
Location

To be detailed
1 set blind ram
1 set 5-1/2DP ram or 1 set 5DP ram
2 complete sets of spare rubbers for each size of above rams
are compulsory on rig at any time.
Rubbers shall be brand new.
1set 21-1/4 2000psi WP drilling spool.
Contractor should provide drilling adapter for each casing
phase according to the casing head and tubing spool which
will be provided by COMPANY.
Minimum 1ea
To be detailed
10000psi
All connection should be Flanged or union
Minimum.1
To be detailed.
10000psi
All connection should be Flanged or Union
Mandatory
1set. Minimum 3 Through bore
10000 psi
10000 psi
5000 psi
Minimum 1
To be detailed
To be detailed
Minimum 3-1/16
10000 psi.
Minimum 4
To be detailed
To be detailed
Minimum 3-1/16
10000 psi.
To be detailed
To be detailed

CNOOC IRAQ LIMITED


B.8.8

B.8.9

Description (gauges scales, units)


BOP control system
BOP hydraulic power unit
Make and model
Working pressure
Fluid reservoir volume :
Accumulator bottles
Quantity x total volume
Location
Electric pump - type / model
Air pump package - type and model
Function/ Operations
Remote Control Panels
Make and Type
Quantity
Locations

B.8.10

B.8.11
B.8.11.1

B.8.11.2

B.8.12

Description
Mud/ Gas Separator (Poor Boy Degasser)
Make and type
Working Pressure
Design and installation
Vent line
Quantity
Inside Drill String BOP
Fast Shut Off Coupling
Quantity
Make
Type
Working pressure :
Drop In Check Vale W/ landing Sub
Quantity
Make
Type
Working pressure
Test Cup
Make
Type
Size

To be detailed
To be detailed
To be detailed
3000 psi
BOP control unit in compliance with API Standard
Minimum 2
Minimum 3
Shear rams must have a protection to avoid accidental use.
Must be explosion proof
To be detailed
Minimum 2
One on rig floor, another in tool pusher office (or near the
drilling supervisor office).
To be detailed
Anti-corrosion to H2S
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed.
To be detailed.
To be detailed
To be detailed
To be detailed
For 13-3/8, 9-5/8, 6-5/8 casing

CNOOC IRAQ LIMITED


B.8.13

Pumping tee
Quantity
Make
Type

B.9

HANDLING EQUIPMENT

B.9.1

BOP Test Stumps

B.9.2

B.10

B.10.1

B.10.2

B.10.3

B.10.4

Testing pressure
BOP (Portable) Test Unit
Make and type
Capacity and working pressure.

INSTRUMENTATION

Locations where the information is available rig


floor/ tool pusher/ companys man offices.
Weight Indicator
Make and type
Range/units
Location
Penetration Rate Recorder
Make and type
Range/ units
Location
Mud Pressure Gauges
Quantity
Make and type
Range/ units
Location
Slush Pump Stroke Indicator
Quantity
Make and type
Cumulative
S.P.M
Recorder/ reading

Pumping tee for each size of drill pipe equipped on rig


2 ea for each size
To be detailed
Integral Type. 2 FIG 1502 union with 10000psi rated
pressure and suitable for drill pipe connection.
For BOP stacks pressure test prior to install it on the well
head.
10000psi
To be detailed
15,000 psi WP with chart and watch
The field sensors include both mud parameter monitoring
devices (mud pits, mud pumps, trip tank, mud return flow etc.)
and drilling parameter monitoring devices (depth/ ROP, hook
load, RPM, torque, standpipe pressure, annular pressure, kill
line pressure etc.).
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed

CNOOC IRAQ LIMITED


B.10.5

B.10.6

B.10.7
B.10.8

B.10.9

B.10.10

B.10.11
B.10.12

B.11

Location
Rotary Torque Indicator
Make and type
Range/units
Recorder/ reading
Location
Rotary Tachometer
Make and type
Recorder/ reading
Location
Tong Torque Indicator
Make and type
Range/ units
Mud Volume Totalizer
Make and type
Gain/loss alarm
Recorder/reading
Location
Mud Flow Rate Indicator
Make and type
Alarm
Recorder/reading
Location
Trip Tank Indicator
Make and type
Recorder/ reading
Accuracy
Location
Recording instrumentation
Deviation/ directional
Instrumentation deviation
Make and type
Recording/ range
Number
Go-devil diameter
Recovery equipment
Accessories
DRILLING DATA GATHERING/ RECORDING
SYSTEM

To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To detailed
To detailed
To detailed
To detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
8 degree or prefer 20 degree
1 set
1-5/8OD 1-1/4ID
PCC OVERSHOT, 1-5/8
TOTCO ring regular sinker bars.
Minimum 1 set.

CNOOC IRAQ LIMITED

B.12

B.13
B.13.1
B.13.2
B.13.3

Contractor may propose a real time drilling data


acquisition and processing service which is already
installed or to be installed on the rig.

To be detailed

DRAWINGS

Required to be provide in Contractors technical proposal


when bidding

Provide format tentative drawings of the following:

To be provided

Wellsite/Rig layouts and specifications for the


Location (including a draft plan showing the
required drill site size including drilling unit
footprint, load bearing requirements)

To be provided

Well Control equipment arrangement (BOP, choke


manifold)

To be provided

Mud System

To be provided

Living quarters

To be provided

MISCELLANEOUS
Pneumatic wrench for BOP and risers bolts :
Welding and cutting machine
Matting board

To be detailed
To be detailed
Minimum 2 welding machine and 2 cutting machine.
Base for rig and other equipment

CNOOC IRAQ LIMITED


B: 2000HP Rigs
Drilling rig and its equipment
Ref.
A.1

Designation equipment
GENERAL DESCRIPTION
Drilling Rig Name
Type
Year Of Construction

A.2

Constructed By
Drilling Rig Owner
Current Location
Latest upgrade date
Next periodical survey
Estimated period to Mobilize to first location after
award
CERTIFICATION
Issuing Authorities

A. 3

A.4
A.5

Type of Certification
OPERATING CAPABILITIES
Maximum Drilling Depth with Standard 5DP
Maximum Hook Load
Maximum Rotary Table Load
Maximum Top Drive Load
Pressure of circulate motor
MAIN DIMENSIONS OF WELLSITE
Overall width/length of site
Overall Dimensions of Drilling Rig Pad
STORAGE CAPACITIES
Fuel
Drilling water
living water
Liquid mud (active and reserve)
Back up Liquid Mud

Section A
COMPANYs Minimum Requirements
To be detailed
Electric SCR/AC or VFD
Later than 2006, if the rig manufacture year is later than
2004, the main equipment has been refreshed in the last
two year.
Producer should have official certification of production
To be detailed
To be detailed
To be detailed
To be detailed
How long could start mobilization and how long could
the first well spud-in after signing the Contract?
Require production certification for the rig and all the
equipment. Related certification list shall be attached.
To be detailed
Nominal drilling depth 6000m
Minimum 450MT
Minimum 580 MT
Minimum working load 450MT
Minimum working pressure 5000psi
To be detailed
To be detailed
Minimum 160 m3
Minimum 200 m3
Minimum 100 m3
Minimum 370 m3
Minimum 240 m3

CONTRACTORs Proposition

CNOOC IRAQ LIMITED

A.6

RIG CAMP

A.7

Rig site Offices


Mud Lab / 3rd Party Office
Tea House / Communal WC house
Change Room
Clinic with Sleeping Quarters for Medic
Meeting Room
Single room(bullet-proof)
2 Man Sleepers
4 Man Sleepers
Total Beds at Rig Camp
MAIN CAMP

Total Beds at Main Camp

Main Camp Fuel Storage


Main Camp Pot Water Storage
Auxiliary Generator
Kitchen
Pray room
Recreation Room
Chiller / Freezer

Dining room

A.8
A.8.1

Laundry room
SAFETY EQUIPMENT
Personnel Safety Equipment
Clothing, Helmets, Boots, Gloves, Dust Masks, Ear
Plugs and Ear Muffs, ect.
Derrick Safety Line
Derrick Safety Belts
Escape Line
Breathing System
Canister Masks for Evacuation (H2S & Hydrocarbons)
Self Contained Breathing Sets
Quantity

A.8.2

Satisfy general living and working requirement,


emergency lights, fire/smoke detection and fire
extinguisher in each room as necessary. The air
conditioner shall be available at 55environment
temperature.
Minimum one
Subject to request of operation
Minimum one
Minimum one
Minimum one
Minimum one
Minimum four
Minimum one
Minimum two
Minimum 14 beds
To be detailed
Main camp minimum 86beds
To be detailed
To be detailed
Minimum 100m3
Minimum 1 set
Minimum two kitchens
Minimum one
Minimum one
To be detailed
Require minimally one for drilling crew as bullet-proofed
and another one for the local crew.
To be detailed

To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
Minimum 25 sets

CNOOC IRAQ LIMITED


Breathing Apparatus location
Rig Floor
Tool Pushers Office
COMPANY Reps office
Mud tank system
Muster points
Back-up Set
Back-up bottles
Recharging device for the bottles
A.8.3

A.8.3.1
A.8.4

A.8.5
A.8.6
A.8.7

Firefighting Pump
Make
Type
Quantity
Capacity
Water Tank Capacity
Fire stations
Location
Hose Length
Nozzle Type
Fire Extinguishers
Fire Fighting Suits
Fire Blankets

A.8.8

Fire/Smoke Detections in rig


Make/type:
Fire detection:

A.8.9
A.8.9.1

A.8.9.2

A.8.10

Smoke detection:
Location:
Alarms:
Rescue
Resuscitator
Make
Type
Stretchers
Sick Room / Cabin
First Aide Equipment
Emergency Shower system

Minimum 8sets.
Minimum 1set
Minimum 3set
Minimum 3sets
Minimum 8 sets
Minimum 4sets
Minimum 4sets
Minimum one recharging unit in suitable location for
refresh air, pressure rate 3000psi.
To be detailed
To be detailed
Minimum 2 sets
Minimum 200m3/h
Minimum 100m3
Three stations, to be detailed
Minimum 70m
Minimum two types
To be detailed
To be detailed
To be detailed
Minimum one central control system, the alarm can be
visible in rig floor.
To be detailed
Required to be set in MCC room, engine room, drill floor
and VFD room.
To be detailed
To be detailed
Horn and flash light alarm
Minimum one set
To be detailed
To be detailed
Minimum one set
To be detailed
Minimum two sets at mud tank

CNOOC IRAQ LIMITED

Eye Wash Stations

A.8.11

Safety Zones
Specific Lighting For Safe Muster Areas
Wind Indicators Visible at Night
Quantity
Location
Escape Routes Marking Muster Points

A.8.12

Procedures

Individual Information Leaflets About Risks, Hazards

Specific H2S Training


Emergency Procedures Manual
Safety Instruction Poster

A.9.

LIFTING EQUIPMENT

A.9.1

Cranes
Quantity of cranes and type
Minimum distance Maximum load
Maximum distance Maximum load
Working distant
Last inspection or certificates

A.9.2

Fork Lift
Quantity
Maximum load
Last inspection or certificates

A.9.3
A.10
A10.1

Other vehicles
GAS DETECTION SYSTEM
FIXED H2S& COMBUSTIBLE GAS DETECTION &
ALARM SYSTEM
Make

Minimum two sets at mud tank and one more set in rig
floor.
To be detailed
To be detailed
To be detailed
To be detailed
Safety operation procedures, emergency action
procedures and relevant training program for the crew
shall be in place.
To be detailed
To be detailed
To be detailed
All lifting equipment shall meet the working requirement
of field, desert and place around mountain. Certificated
lifting equipment (slings, shackles, etc.) shall be provided
by CONTRACTOR.
SWL displayed. Equipped with protection grid fire
extinguisher installed, flashing light, back-up light and
back-up alarm device. Operator shall be authorized.
Minimum 1 auto crane for daily working at well location
Minimum 45MT
Minimum 3MT
3-30m
Valid certification for inspection and test by qualified
authority.
To be detailed
Minimum 1
Minimum 5MT
Valid certification for inspection and test by qualified
authority.
To be detailed

To be detailed

CNOOC IRAQ LIMITED

A.11
A.11.1

A.11.2
A.11.3
A.11.4

Type
Sensors location
Visual & audible alarm location
Wind direction device
Portable H2S& Combustible Gas Detection
Quantity
Type
COMMUNICATIONS
Telephone System / Drilling Rig Intercom
Number of Lines
Location of Phones
Communication Between Rig And Camp
Telephone System / Satellite Communication System
Derrick Man Communication
CCTV SYSTEM

A.11.5

Walky-talkies

A.12
A.12.1

A.12.2

A.12.3
A.12.4

A.12.5

OTHER EQUIPMENT
Air Compressors
Make
Model
Quantity
Capacity
Supply Pressure
Motor Details
Reducing Capabilities
Refrigeration Details
Volume Air Receivers
Welding Equipment
Electric Welding Machines
Oxy / Acetylene Cutting set
Workshop and Repair Facilities
High Pressure Wash Down Unit
Make / Model
Diaphragm Pumps

A.13

POWER PLANT

A.10.2

To be detailed
Well head, rig floor, shale shaker area, mud tank area. etc.
To be detailed
To be detailed
Minimum 4 sets
To be detailed

To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
Minimum one set of Intercom for derrick and dog house.
To be detailed
To be detailed.
Should provide 4 sets for COMPANY at least

To be detailed
To be detailed
Minimum 2 sets
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
The main engines shall be equipped with an emergency
shut-off system.

CNOOC IRAQ LIMITED

A.13.1

Diesel Engine

A.13.2
A.13.3

Quantity
Make
Type
Electrical control system
Monitor display
AC Generator
AC to DC converter

A.13.4

Emergency Power Unit


Quantity
Make and Type
Minimum equipment operated

To be detailed
Supporting the rig equipment and the camp. The main
engine total power: at least 6500HP.
Could meet the work requirement under location weather.
Minimum 4 sets main diesel engines.
Caterpillar or equivalent
To be detailed.
To be detailed.
To be detailed.
To be detailed.
To be detailed.
Minimum one diesel generator with an electrical starter
as backup power source. The emergency diesel engines
can start automatically when the primary power source
fails.
1 set
To be detailed
Minimum power required for Emergency lights + BOP
accumulator + Fuel pump + air compressor +f ire pump +
rig camp

CNOOC IRAQ LIMITED


Ref.
B.1

Land rig and its equipment


Designation Equipment
DERRICK AND SUBSTRUCTURE

B.1.1

DERRICK.

B.1.1.1

B.1.1.2

Make and type


Height / size and base
Loading
Nominal capacity
Static hook load with 12 lines
Pipe set back load
Maxi racking capacity
stands of DP (and )
stands of DC (and )

B.1.1.3

B.1.1.4

COMPANYs minimum Requirements.


Suitable for top drive and Kelly installation.
Derrick should conform to API specification standard.
To be detailed
To be detailed
450 MT
450 MT
220 MT
235 std of 5DP or 5-1/2DP
6 std of 8 DC
4 std of 9 DC

Maximum wind load


with rated set-back
with no set-back
Rig up and rig down derrick
Equipment

Minimum 30 m/s
Minimum 40 m/s
To be detailed

Racking platform

Wind boards and handrails need to be properly equipped on the 2 nd


derrick. Fall protection and escape device available for the derrick man.
All the fingers are secured with clamps or slings. Utility winch are
available for running and racking the tubular. Fingers fit the
requirement of the piping needed for the drilling.

B.1.2
B.2

Adjustable range
Stabbing platform for casing / tubing
Lighting specifications
Mast TV Camera system
Substructure
HOISTING EQUIPMENT

B.2.1

Draw works
Make
Type
Capacity
Main Drum Groove for Line Size
Sand line drum

Should have 3 working position, 24.5m-26.5m


To be detailed
Explosion proof
Covering racking platform and Stabbing platform area
Equipped with BOP hoist suitable for the BOP. To be detailed.
The drawworks transmission unit conform to API specification for
2000HP rig
To be detailed
To be detailed
Nominal drilling depth 6000m with 5DP
To be detailed
To be detailed

Section B
CONTRACTORs Proposition

CNOOC IRAQ LIMITED


Main brake system
Auxiliary brake
B.2.1.1

B.2.1.2
B.2.2

B.2.3

B.2.4

B.2.5

Crown Block Safety Device

To be detailed
To be detailed
Mandatory

Make
Crown Block saver
Automatic Drilling Control
Make and type

To be detailed
3sets (1 electrical and another 2 mechanical at drawworks)
To be detailed
To be detailed

Crown Block

Crown block is designed and manufactured according to API standard.

Make
Type
Rated Capacity
Number Of Sheaves
Diameter Of Sheaves
Groove Size

To be detailed
To be detailed
450MT
To be detailed
To be detailed
To be detailed
Travelling block is designed and manufactured according to API
standard.
To be detailed
To be detailed
450MT
To be detailed
To be detailed
To be detailed

Travelling Block
Make
Type
Rated Capacity
Number Of Sheaves
Diameter Of Sheaves
Groove Size
Hydraulic Cat-Heads
Make
Type
Rated Capacity
TOP DRIVE
Make
Type
Electric
Working Pressure
Rated Capacity
Brake System
Number Of Gears
Drilling Continuous Torque

To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
Electric, VFD
5000psi
450MT
To be detailed
To be detailed
To be detailed

CNOOC IRAQ LIMITED

B.2.6
B.2.7
B.2.8

Maximum RPM
Make Up Torque in Low Gear
Pipe Handler Make / Model
Length of Elevator Links Available
HOOK
Swivel
Kelly Spinner

B.2.9

Elevator Links

B.2.10

B.2.11

B.2.12

B.3
B.3.1

Make (for normal drilling and completion)


Type
Quantity
Size:
Rated Capacity
Date Of Last Survey
Make (For running Casing)
Type
Quantity
Size:
Rated Capacity
Date Of Last Survey
Drilling Line
Type
Diameter
Length
Maximum Line Pull
Drilling Line Anchor
Make
Type
Date of Last Survey
Drilling Line Guide
Make
Type
Dead line stabilizer :
PIPE HANDLING EQUIPMENT
Rotary Table
Make
Type
Size / max. opening

To be detailed
To be detailed
To be detailed
To be detailed
One, and another one set for backup , to be detailed
One set for backup , to be detailed
One set for backup , to be detailed
CONTRACTOR shall provide Elevator Links to fit each normal
operation phase.
To be detailed
Forged and Weldless
1set
2-3/4 x 132
450MT
To be detailed
To be detailed by CONTRACTOR.
Forged and Weldless
2 sets
3 x 180 or the suitable length for run casing
450MT
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
Minimum 37

CNOOC IRAQ LIMITED

B.3.2

B.3.3

B.3.4
B.3.5
B3.6
B.3.7

B.3.8

Powered or driven
RPM range
Rated load capacity :
Master Bushing
Make
Type
Size
Insert bowls
Casing Bushing And Bowls
Make
Type
Insert bowls
Manual Slips Drill Pipes
Quantity, make and type Size range
Manual Slips Drill Collars
Quantity, make and type, Size range
Manual Slips Casing
Quantity, make, type, Size range
Safety Clamps
Safety Clamps For DC
Number, make and type, Size range
Safety clamps for casing
Number, make and type , Size range
Elevators Drill Pipes
Quantity, make and type, Size, Capacity

Single Joint Elevator Drill Pipes


B.3.9

Elevators Drill Collars


Quantity, make and type, Size
Capacity

Independent powered.
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
Minimum 2ea manual slip for each size of Drill Pipe: 5-1/2, 5, 31/2. To be detailed.
Minimum 2ea for each size of drill collars: 9, 8, 6-1/2, 4-3/4, 4
To be detailed.
Minimum 2ea for each size of Casing: 20, 13-3/8, 9-5/8, 7, 6-5/8
To be detailed.
Minimum 2ea for each size of Drill Collar: 9, 8,6-1/2, 4-3/4,4
To be detailed.
Minimum 2ea for all size of casing. To be detailed
350ton SWL manual elevators for 18 degree TJ DP
If Rig provides 3-1/2 or smaller DP, rig shall be equipped with 250 ton
SWL manual elevators for 18 degree TJ of the same.
For each size of Drill Pipe, CONTRACTOR should keeps at least 2ea
on site. To be detailed.
Minimum 2ea for each size of drill pipe
To be detailed
Minimum 2ea for each DC in size 9, 8, 6-, 4-3/4, 4
To be detailed
To be detailed

CNOOC IRAQ LIMITED


B.3.10

B.3.11

Lifting Subs
Quantity
Threads
Manual rotary tongs with indicators
Quantity, make and type ,Jaw assemblies x size range

B.3.12
B.3.13

B.3.14
B.3.15
B.3.16

B.3.17

B.3.18
B.3.19

B.3.20

Hydraulic power tong for DP


Make, Type, Size range
Spinning wrench
Make
Type
Size range
Quantity
Bit breaker plates
For Tri-Cone bit sizes

4ea for 9DC, 5ea for 8DC, 5ea for 6-1/2DC, 6ea for 4-3/4 DC, 6ea
for 4 DC
To be detailed
Manual rotary tongs for all CONTRACTORs down hole equipment
2 tongs with jaws BJ model DB or HT65 or equivalent for size range:
3-1/2~17.
2 tongs with jaws BJ model SDD or HT100 or equivalent for size
range: 4~17.
Torque indicators for manual tongs are required.
To be detailed
To be detailed
To be detailed
To be detailed
Minimum 1 set
2ea for each Tri-Cone bit size: 26, 17-1/2, 12-1/4, 8-1/4, 5-5/8
To be detailed

Bit gauges
For bit sizes
Side door casing elevator

Minimum 1ea API bit gauge for each bit size

Quantity, make and type, Size, Capacity

Minimum 2ea for each size, to be detailed

Single joint casing elevators


Quantity, make and type, Size, Capacity

Minimum 2ea for all sizes, to be detailed

Casing drifts
Casing and tubing power tongs and unit, including
torque indicator for airtight thread casing & tubing
Power tong for casing

2ea for each size casing, as API requirement

Power tong for tubing


Power unit and torque control
Casing spider Elevator (Air Operated)
Make

1 set for 20, 2sets for other size


At least 2 sets of hydraulic power tong c/w 2-7/8, 3-1/2, 4, 4-1/2
penetration dies, suit to CRA pipes, like as L80-Cr13 material.
1 set
To be detailed

CNOOC IRAQ LIMITED

B.3.21

B.3.22

Type
Size
Capacity
Slip inserts Range
Quantity
Casing and tubing manual tong
Make
Model
Quantity
Casing and tubing manual chain tong
Make
Model
Quantity
Crossover from DP to casing

B.3.23
Manual Tubing Slips
Make
Model
Quantity
B.3.24

B.3.25

B.3.26

Tubing Elevators
Make
Model
Capacity
Quantity
Single Joint Tubing Elevators
Make
Type
Capacity
Quantity
Tubing Drifts
Air winches
Make
Type
Quantity
Capacity

To be detailed
To be detailed
500Ton
13-3/8 ,9-5/8, 7, 6-5/8
1 SET (1ea spider,1ea elevator)
for 2-3/8, 2-7/8, 3-1/2, 4, 4-1/2, 6-5/8, 7, 9-5/8, 13-3/8, 20
casing
To be detailed
To be detailed
1 SET
for 2-3/8, 2-7/8, 3-1/2, 4, 4-1/2, 6-5/8, 7, 9 5/8,13-3/8, 20
To be detailed
To be detailed
1SET
To be detailed
At least two sets of rotary hand slips dressed with low penetration dies,
suit to CRA pipes, like as L80-Cr13 material. Tubing size as of 2-7/8,
3-1/2, 4, 4-1/2
To be detailed
SDML or equivalent
2ea for each size tubing 4-1/2 , 4, 3-1/2, 2-7/8, 2-3/8
At least two sets of side door type tubing elevators dressed with low
penetration dies, suit to CRA pipes, like as L80-Cr13 material. Tubing
size as of 2-7/8, 3-1/2, 4, 4-1/2.
To be detailed
To be detailed
150T
2ea for each size 4-1/2, 4, 3-1/2 , 2-7/8 ,2-3/8
To be detailed
To be detailed
5MT
2ea for each size 4-1/2,4, 3-1/2 , 2-7/8 , 2-3/8
2ea for each weight tubing: size of 4-1/2,4, 3-1/2 , 2-7/8 ,2-3/8
To be detailed
To be detailed
Drill floor:3 ; monkey board: 2; cat walk :1
Drill floor and cat walk:50KN ; monkey board:5KN;

CNOOC IRAQ LIMITED


B.3.27

B.3.28

B.3.29

Location
Casing fill-up tools
Make
Type
Quantity
Casing quick-release thread protectors
Quantity
Make
Type
Size
Stab-in string running tools
Quantity
Make
Type

Rig floor, monkey board, cat walk


Fill-up tools shall be connected on Top Drive during running casing
To be detailed
To be detailed
1set for each casing size of 13-3/8, 9-5/8, 7, 6-5/8
Minimum 6ea for each size
To be detailed
To be detailed
Suitable for 20, 13-3/8, 9-5/8, 6-5/8
30 and 20 Casing cementing Inner string running tools
Minimum 2 set
To be detailed
To be detailed
CONTRACTOR shall provide detailed drawing of the complete mud
system.

B.4

MUD SYSTEM

B.4.1

Main mud pumps


Make
Model
Quantity
Bore and Stroke
Rated Pump Speed

To be detailed
F-1600 or equivalent
3sets
To be detailed(depend on pressure choose liner)
120spm

Suction Screens

To be detailed

Mud Pump Prime Movers

Relief lines shall be self draining and straight to mud pits. They must
be well secured, supported.

B.4.1.1
B.4.1.2

B.4.2
B.4.2.1

Motors
Quantity
Power
Mud Pump Equipped With (1 each pump)
Pressure Relief Valves
Discharge Pulsation Dampeners
Suction Pulsation Dampeners
Pressure Gauges
Pump Stroke Counters
Centrifugal pumps
Supercharging Pumps
Make
Type

2 per each pump


To be detailed
Must be shear relief valve
Air chamber (charge air can adjust pressure)
To be detailed
0-10000psi
Each pump unattached counter, also need total stroke counter
To be detailed
To be detailed

CNOOC IRAQ LIMITED

B.4.2.2

B.4.2.3

B.4.2.4

B.4.2.5

B.4.2.6

Quantity
Impeller Diameter
Discharge Flow Rate / Head (gpm,psi)
Drive KW@RPM
Stuffing Box Seal
Mud Mixing Pumps
Make
Type
Quantity
Impeller Diameter
Discharge Flow Rate / Head (gpm,psi)
Drive kw/RPM
Stuffing Box Seal
Desander and Desilter Centrifugal Pump
Make
Type
Quantity
Impeller Diameter
Discharge Flow Rate / Head (gpm,psi)
Drive KW/RPM
Stuffing Box Seal
Mud Cleaner Pump
Make
Type
Quantity
Impeller Diameter
Discharge Flow Rate / Head (gpm,psi)
Drive KW/RPM
Stuffing Box Seal
Shearing Pump
Make
Type
Quantity
Impeller Diameter
Discharge Flow Rate / Head (gpm,psi)
Drive KW/RPM
Stuffing Box Seal
Vacuum Degasser Feed Pump
Make

Minimum 3
To be detailed
To be detailed
To be detailed
MEC SEAL
To be detailed
To be detailed
At least 3 sets
To be detailed
To be detailed
To be detailed
MEC SEAL
To be detailed
To be detailed
Minimum1sets desander pump and 1 sets desilter pump.
To be detailed
To be detailed
To be detailed
MEC SEAL
To be detailed
To be detailed
Minimum 1set
To be detailed
To be detailed
To be detailed
MEC SEAL
To be detailed
To be detailed
Minimum 1 set
To be detailed
To be detailed
To be detailed
MEC SEAL
To be detailed

CNOOC IRAQ LIMITED

B.4.3

Type
Quantity
Impeller Diameter
Discharge Flow Rate / Head (gpm,psi)
Drive KW/RPM
Stuffing Box Seal
Trip Tank Fill-Up Pump
Make
Type
Quantity
Impeller Diameter
Discharge Flow Rate / Head (gpm,psi)
Drive KW/M
Stuffing Box Seal
Other Pumps
Submersible Pump With Electrical cable
discharge hoses for mud pit and Cellar
Air Pumps To Clean Out Mud Tanks
Cellar Jet Venturi Operated With Mud Pumps
Mud Treatment Equipment

B.4.3.1

Shale Shakers Flow Line Cleaners

B.4.2.7

B.4.2.8

Quantity
Make
Type
Feed flowline size
Screen sizes
B.4.3.2

B.4.3.3

Desander
Make and type and maximum capacity
Cones
Type
Diameter
Quantity
Desilter
Make and type and maximum capacity
Cones

To be detailed
Minimum 1set
To be detailed
To be detailed
To be detailed
MEC SEAL
To be detailed
To be detailed
1set
To be detailed
To be detailed
To be detailed
MEC SEAL
and

To be detailed
To be detailed
Minimum 2

3sets
Swaco / Derrick or equivalent
To be detailed
Minimum 12
Meet the requirement of mud treatment
The enough stock of screens to be permanently on rig must cover the
consumption.
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed

CNOOC IRAQ LIMITED

B.4.3.4

B.4.3.5

B.4.3.6

Type
Diameter
Quantity
Mud Cleaner
Make and type and maximum capacity
Cones
Type
Diameter
Quantity
Range of screen sizes in stock

To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed

Centrifuge
Quantity
Bowl Diameter x Bowl Length
RPM G Force
Vacuum Degasser
Make
Type
Maximum capacity
Vacuum pressure
Power of main motor
Power of vacuum pump/speed
Gas vent line

B.4.4

Mud laboratory

B.4.5

Mud Tanks (Active & Reserve Tanks)

B.4.5.1

Active Tanks
Quantity
Theoretical total volume
Pumpable total volume
Quantity of compartments
Quantity of Mud agitators
Mud agitators Make
Mud agitators Type

Minimum 2 sets
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
Connected to out of well site
Equipped with water, electricity, air conditioning, pressurized air if
dangerous area, escape door, telephone, furniture and general alarm
system. 2x4 plugs with 220v and 110v. To be detailed.
All mud tanks (active & reserve ones) must be fitted with level
indicators and in the dog house can observe the volume via gauge. All
the electrical equipment on mud tank must be explosion-proof.
excluded mud tanks for mechanical treatment
At least 6
270 m3
250 m3
Propeller blades
To be detailed
To be detailed
To be detailed

CNOOC IRAQ LIMITED


Mud agitators Motor (HP)
Low / High pressure mud guns
Bottom/Surface guns
Industrial water line installed
B.4.5.2

B.4.5.3

B.4.5.4
B.4.5.5
B.4.5.6
B.4.5.7
B.4.5.8
B.4.5.9

B.4.6

Dump valves type


Reserve Tanks
Quantity
Theoretical total volume
Pumpable total volume
Quantity of compartments
Quantity of Mud agitators
Mud agitators make
Mud agitators type
Mud agitators motor (HP)
Low / High pressure mud guns
Industrial water line installed
Pill Tank
Quantity of tanks
Theoretical total volume
Pumpable total volume
Quantity of Mud agitators
Mud agitators make
Mud agitators type
Mud agitators motor (HP)
Settling / treatment tanks
Sand trap/shaker settling tank
Vacuum degasser tank
Desander tank
Desilter tank
Trip tank
Capacity
Level indicator read-out location / accuracy :
Mixing System
Mud material mixing hoppers
Quantity
Make

20HP
6 line reaching all tanks
4 line reaching all tanks
2 line with volumetric counter reaching all tanks including the slug pit
200 LPM capacity
To be detailed
Minimum 3
Minimum 80 m3 for each tank
Minimum 65 m3 for each tank
To be detailed
Minimum 2 for each tank
To be detailed
To be detailed
At least 20HP
To be detailed
To be detailed
Minimum 1
Minimum 8 m3
Minimum 5 m3
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
Maximum 10 m3
Accurate sensor at Drillers Console + back-up on rig floor. To allow a
readable change in volume for one stand minimum.
Minimum 2
To be detailed
To be detailed

CNOOC IRAQ LIMITED

B.4.7

B.4.8

B.4.9

B.4.10
B.4.11
B.5
B.5.1
B.5.2

Type
Location
Mud Pump Discharge
Discharge Lines
Diameter
Working Pressure
Screen On each Pump Outlet
Rotary Hoses
Quantity
Diameter
Make
Type
Working Pressure
Stand Pipe Manifold
Working Pressure
Stand Pipe Quantity./ Diameter
Connection for Kill Line
Connection For Cementing Unit
Gauges
Drilling string cir. Head
Working pressure/connection
Mud Saver Bucket
Quantity and size
DRILL STRING
Kelly(Back-up)
Drill Pipes
Manufacturer
Total length
Grade
Size
Weight
Range
Class (on commencement date)
Internal plastic coated
Tool joint O.D.

To be detailed
Active tanks site
2 stand-pipe lines, one work and another back-up
4 ID
5000 psi
To be detailed
Minimum 2, one work and another back-up.
4 ID with safety clamps
To be detailed
To be detailed
5,000 psi
5,000psi
2, suitable for the use of TDS.4
To be detailed
To be detailed
10,000psi
To be detailed
1ea for each size of DP with hose for connection to the flow line.
1 set, to be detailed
To be detailed
7000meters
SS Grade
5 or 5-1/2
Specified by CONTRACTOR
2
Premium or new
Prefer
Specified by CONTRACTOR

To be detailed
3000meters
SS Grade
3-1/2
Specified by CONTRACTOR
2
Premium or new
Prefer
4-3/4 or suitable OD to be used for
COMPANYs liner

CNOOC IRAQ LIMITED

B.5.3

B.5.4

Tool joint I.D.

Specified by CONTRACTOR

Connections
Pin and box protectors
Identification of each joint
Hard banding
Pup Joints
Quantity
Length
Grade
Tool joint and thread type
Heavy Weight Drill Pipes
Quantity of joints
Size
Materials
Threads
Wall thickness
Class (on commencement date) :
Range
Tool joint (OD x ID x threads) :

Specified by CONTRACTOR
required
required
ARNCO 100XT or equivalent
5 or 5-1/2
1 ea for each
5ft, 10 ft& 15ft
Specified by CONTRACTOR
same specifications as DP

Hard banding

B.5.5

MINIMUM 48 joints
5 or 5-1/2
Specified by CONTRACTOR
Same as DP
Specified by CONTRACTOR
Premium
2
Specified by CONTRACTOR

ARNCO 300XT or equivalent

2-7/16 or suitable ID capable for


COMPANYs testing or completion
operation. Specified by
CONTRACTOR
Specified by CONTRACTOR
required
required
ARNCO 100XT or equivalent
3-1/2
1 ea for each
5ft, 10ft & 15ft
Specified by CONTRACTOR
same specifications as DP
MINIMUM 18 joints
3-1/2
Specified by CONTRACTOR
Same as DP
Specified by CONTRACTOR
Premium
2
Specified by CONTRACTOR. But
OD requires 4-3/4 or suitable OD to
be used for COMPANYs liner
ARNCO 300XT or equivalent

Internal coating
Identification of each joint
Drill Collars

Prefer
Prefer
required
required
Minimum Required (Specifications, Size, Quantity)

Size (OD)
Size (ID)
Number of joints
Length/joint
Connection

9
3
6
30ft
7-5/8 Reg
Specified by
CONTRAC
TOR
required

Materials
Slip and/or elevator recess

8
2-13/16
30
30ft
6-5/8 Reg
Specified by
CONTRACT
OR
required

6-1/2
2-13/16
30
30ft
NC 50
Specified by
CONTRACT
OR
required

4-
2-1/4
30
30 ft
NC 38
Specified by
CONTRACTOR
required

CNOOC IRAQ LIMITED


Stress relief grooving
Spiraled.
Identification of each joint
B.5.6
B.5.7
B.5.8

Drill pipe and drill collar rabbit


Size, Quantity
Lifting plug
Type & Quantity
Small tubing for washing & cleaning & Cementing
remedy
Size
Quantity
Length

B.6

DOWN HOLE TOOLS

B.6.1
B.6.2
B.6.3

Bits
Crossover sub
Float valve
Manufacturer
Type
Quantity
Stabilizer
Manufacturer

B.6.4

Type
B.6.5

B.6.6

B.6.7

Quantity
Jar
Manufacturer
Type
Quantity
Mud Motor
Working life
Manufacturer
Type
Quantity
Casing Scraper
Manufacturer
Type
Quantity

required
required
required
required
Required
required
required
required
required
required
required
required
CONTRACTOR shall provide the rabbits for CONTRACTORs DP &
DC
2ea for each size of DC & DP
For Rigs Drill string.
2 ea for each size of drilling string
From below 1 to 1.9 or suitable size
24 joints
Around 31.5 feet per joint
Include float valve, bit sub, crossover sub, stabilizer, jar, down hole
motor, RTTS, bypass, etc. To be detailed.
Specification and Quantity to be detailed (for PDC bits and Cone bits)
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed (prefer include roller reamer; Contractor should provide
the types include integral)
To be detailed
For 17-1/2, 12-1/4, 8-1/4sections
To be detailed
To be detailed
To be detailed
For 17-1/2, 12-1/4, 8-1/4sections
At least 150hrs working continuously in down hole
To be detailed
To be detailed
To be detailed
For 13-3/8, 9-5/8 and 6-5/8casings
To be detailed
To be detailed
To be detailed

CNOOC IRAQ LIMITED


B.6.8

RTTS
Manufacturer
Type
Quantity

B.6.9

Hole opener & Reamer

B.6.10

Drilling accelerator, bump sub and others etc.

B.7

FISHING EQUIPMENT

B.8
B.8.1

WELL CONTROL EQUIPMENT


13-5/8 BOP STACK

B.8.1.1

Annular Preventer

B.8.1.2

Ram Preventer
Quantity
Size
Type
Manufacturer

B.8.1.3

Rams Size For 13 5/8 -10,000 Psi BOP

B.8.1.4
B.8.2

Drilling Spools
21-1/4 BOP STACK
Type

For 13-3/8, 9-5/8, 6-5/8 casings


To be detailed
To be detailed
To be detailed
36hole opener and reamers for 17-1/2, 12-1/4, 8-1/4 phase should
be suitable for soft, hard, medium formation
To be detailed.
To be detailed
CONTRACTOR should provide all fishing tools for all the wireline
logging tools and downhole tools, including Junk basket, junk mill,
magnet, lead impression blocks, taper tap, etc. and provide fishing tools
for the Companys casing as attached basic design.
To be detailed.
13-5/8 BOP stack shall be suitable for H2S & CO2 environment
One 13-5/8 5000 psi WP annular BOP flanged.
Rubber shall be brand new.
Mandatory
Manual closing wheels to be provided for each ram.
3 Ram Type BOP (single ram + double ram)
13 5/8- 10,000 psi WP
Shear rams must shear all Drill Pipes
All ram preventer should be same size and type to allow maximum
flexibility of configuration
To be detailed
2 sets for each size of 5-1/2 DP rams & 5 DP rams & 3-1/2 DP rams
2 sets shear blind rams
1 set for 13-3/8 ram
1 set for 9-5/8 ram
1 set for 6-5/8 ram
2 set for 4-1/2 ram
2 sets variable bore rams: 5-1/2 x 3-1/2 or 5 x 3-1/2
2 complete sets of spare rubbers for each size of above rams are
compulsory on rig at any time.
Rubbers shall be brand new.
Drilling spools will be provided for 13-5/8 -10,000 Psi BOP
1 set 21-1/4 2000 psi WP anualar preventer
1 set 21-1/4 2000 psi WP double ram preventer

CNOOC IRAQ LIMITED


Manufacturer
Rams for 21-1/4 BOP

B.8.3

Drilling Spool

B.8.4

Drilling Adaptor

B.8.5

Kill Line
Quantity
Size
Working Pressure
Connection
Choke Lines
Quantity
Size
Working Pressure
Connection

B.8.6

B.8.7

B.8.7.1

B.8.7.2

B.8.8

Choke & Kill Manifold


Working pressure
Upstream chokes
Downstream chokes
Manual Adjustable Chokes
Quantity
Make
Type
Size / working press
Hydraulic Operated Chokes
Quantity
Make
Type
Size / working press
Remote control panel
Location
Description (gauges scales, units)
BOP control system

To be detailed
1set blind ram
1 set of 5-1/2pipe ram or 1 set x 5 DP ram
2 complete sets of spare rubbers for each size of above rams are
compulsory on rig at any time.
Rubbers shall be brand new.
One 21-1/4 2000 psi WP drilling spool.
CONTRACTOR should provide drilling adapter for each casing phase
according to the casing head and tubing spool which will be provided
by COMPANY
Min.1
To be detailed
10000Psi
All connection should be Flanged or union
Min.1
To be detailed
10000Psi
All connection should be Flanged or Union
Mandatory
1set. 3mini. Through bore
10,000 psi WP.
10,000 psi WP
5,000 psi WP
Min.1
To be detailed
To be detailed
3-1/16 x 10,000 psi.
Min. 4
To be detailed
To be detailed
3-1/16 x 10,000 psi.
To be detailed
To be detailed
To be detailed

CNOOC IRAQ LIMITED

B.8.9

BOP hydraulic power unit


Make and model
Working pressure
Fluid reservoir volume :
Accumulator bottles
Quantity x total volume
Location
Electric pump - type / model
Air pump package - type and model
Function/Operations :
Remote Control Panels
Make and Type
Quantity
Locations

B.8.10

B.8.11
B.8.11.1

B.8.11.2

B.8.12

B.8.13

Description
Mud/Gas Separator (Poor Boy Degasser)
Make and type
Pressure
Design and installation
Vent line
Quantity
Inside Drill String BOPs
Fast Shut Off Coupling
Quantity
Make
Type
Working pressure :
Drop in check valve w/landing sub
Quantity
Make
Type
Working pressure :
Test Cup
Make
Type
Size
Pumping tee
Quantity

To be detailed
To be detailed
3000 psi
BOP control unit in compliance with API Standard
Minimum 2
Minimum 3
Shear rams must have a protection to avoid accidental use.
Must be explosion proof
To be detailed
Minimum 2
One on rig floor, another near tool pusher office (or near the drilling
supervisor office).
To be detailed
Anti-corrosion to H2S
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
For 13-3/8, 9-5/8, 6-5/8casing
Pumping tee for each size of drill pipe equipped on rig
2 ea for each size

CNOOC IRAQ LIMITED


Make
Type
B.9
B.9.1
B.9.2

B.10

B.10.1

B.10.2

B.10.3

B.10.4

B.10.5

HANDLING EQUIPMENT
BOP Test Stumps
Testing pressure
BOP (Portable) Test Unit
Make and type
Capacity and working pressure.

INSTRUMENTATION

Locations where the information is available: rig floor


/ tool pusher /COMPANYs man offices.
Weight Indicator
Make and type
Range/units
Location
Penetration Rate Recorder
Make and type
Range/units
Location
Mud Pressure Gauges
Quantity
Make and type
Range/units
Location
Slush Pump Stroke Indicator
Quantity
Make and type
Cumulative
S.P.M
Recorder/reading
Location
Rotary Torque Indicator
Make and type

To be detailed
Integral Type. 2 FIG 1502 union with 10000psi rated pressure and
suitable for drill pipe connection
For BOP stacks pressure test prior to install it on the well head.
10000psi
To be detailed
15,000 psi WP with chart and watch
The field sensors include both mud parameter monitoring devices (mud
pits, mud pumps, trip tank, mud return flow etc.) and drilling parameter
monitoring devices (depth / ROP, hook load, RPM, torque, standpipe
pressure, annular pressure, mud pump pressure, kill line pressure etc.).
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed

CNOOC IRAQ LIMITED

B.10.6

B.10.7
B.10.8

B.10.9

B.10.10

B.10.11
B.10.12

B.11

Range/units
Recorder/reading
Location
Rotary Tachometer
Make and type
Recorder/reading
Location
Tong Torque Indicator
Make and type
Range/units
Mud Volume Totalizer
Make and type
Gain/loss alarm
Recorder/reading
Location
Mud Flow Rate Indicator
Make and type
Alarm
Recorder/reading
Location
Trip Tank Indicator
Make and type
Recorder/reading Accuracy
Location
Recording instrumentation
Deviation/directional
Instrumentation deviation
Make and type
Recording/range
Quantity
Go-devil diameter
Recovery equipment
Accessories
DRILLING DATA GATHERING / RECORDING
SYSTEM
CONTRACTOR may propose a real time drilling data
acquisition and processing service which is already
installed or to be installed on the rig.

To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
To be detailed
8 degree or prefer 20 degree
1 set
1-5/8OD1-1/4ID
PCC OVERSHOT, 1-5/8
TOTCO ring regular sinker bars.
Minimum 1set.
To be detailed

CNOOC IRAQ LIMITED


B.12

B.13

DRAWINGS
Provide format tentative drawings of the following:
Wellsite/Rig layouts and specifications for the
Location (including a draft plan showing the required
drill site size including drilling unit footprint, load
bearing requirements)
Well Control equipment arrangement (BOP, choke
manifold)
Mud System
Living quarters
MISCELLANEOUS
Pneumatic wrench for BOP and risers bolts :
welding and Cutting Machine
Matting board

Require to be provided in CONTRACTORs technical proposal


when bidding
To be provided
To be provided
To be provided
To be provided
To be provided
To be detailed
Minimum 2 welding machine and 2 Cutting machine
Base for rig and other equipment

Attached table: Certification list for each Rigs (Including but not limited to the list content as below table)
ITEM
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18

Certification
Rig overall certificate
Drawworks certificate
Top drive Certificate
Crown block certificate
Travelling Block Certificate
Mast Certificate
Substructure Certificate
Mud pump NO.1 Certificate
Mud pump NO.2 Certificate
Mud pump NO.3 Certificate
Raising line for rig Certificate
Rotary table Certificate
Inspection Certificate for drilling rig By Third Party
Test Report for drilling rig
Inspection Certificated for drilling line
Elevator link pull test report
Emergency engine inspection certificate
Electric Drive and Control System of Drilling Rig

S/N

Other requirements

CNOOC IRAQ LIMITED


19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45

Electric Eddy Current Brake Certificate


Gas Detector System Certificate
Deadline Line Anchor Inspect Certification
Air Compressor Certificate
Hydraulic power station
Hydraulic Cathead certificate
BOP Handing System certificate
Air winch certificate
Chock and kill Manifold Certificate
Certificate for Stand pipe
Certificate for Hydraulic power Tong
DC Motor Certificate
Mud agitator Certificate
Vacuum degasser Certificate
Desander Certificate
Desilter Certificate
Fuel tank Certificate
EX-proof Certificate for Fuel Tank Electrical
Magnetic Inspected Report for Fuel Tank
Electrical Certificate for Overall Rig
Annular BOP Certificate
Double Ram Certificate
Spool Certificate
Single Ram Certificate
The API Certificate for BOP Manufacturer
Certificate for all drilling string and BHA
Certificate for Kelly

END OF Exhibit 3-1, Attachment 3, Appendix A


APPENDIX A: ATTACHMENT 3- EXHIBIT 3-2 DRILLING CREW
1.

General Requirements
(a) CONTRACTOR shall organize experienced personnel working on the Drilling Rig and at the operating base and CONTRACTORS main office for the WORK.
(b) CONTRACTOR shall supply the resume of CONTRACTORS personnel to COMPANY in their tender proposal.
(c) Minimum requirements for CONTRACTORS Personnel Training and certificate required as following: Fire Fighting, First Aid, H2S safety training certificate.
(d) CONTRACTOR personnel must with fluent spoken English.

CNOOC IRAQ LIMITED


(e) COMPANY has the right to terminate the CONTRACTORs personnel work if his work is disqualified.
(f) Well-control certificate is minimum requirement to the following position of CONTRACTORS Personnel: Rig manager, SR. Tool Pusher, Tool Pusher, Driller,
Assistant Driller, Derrick man.
(g) CONTRACTOR shall employ the local personnel to work on the well site.
(h) CONTRACTOR shall make training for local employee regarding HSE, and other necessary items for daily drilling works.
(i) CONTRACTORs personnel shall routine shift as CONTRACTORs management.
2.

Drilling Crew

CONTRACTOR shall furnish the following number and classifications of personnel to operate the each Drilling rig & its equipment and including the chefs & doctors etc..
No

Position

Total required

1
2
3

Total

END OF Exhibit 3-2, Attachment 3, Appendix A

On site

Provided by

CNOOC IRAQ LIMITED


APPENDIX A ATTACHMENT 4
DESCRIPTION OF ASSOCIATED SERVICES
1. SCOPE OF WORK AND TECHNICAL REQUIREMENTS
The Scope of Work and Technical Requirements for each associated service shall be specified in details in the following Exhibits:

Exhibit 4-1 Drilling Fluids Service

Exhibit 4-2 Cementing Service

Exhibit 4-3 Mud Logging Service

Exhibit 4-4 Wireline Logging Service

Exhibit 4-5 Completion Rig Support Service

2. COMPENSATION FOR DRILLING RIG


In the event that any extra operation time and downtime of drilling rig due to COMPANYs reason excluding geologic circulation for drilling requirement and
reservoir requirement, a corresponding rate shall apply for the Drilling Rig.

END OF APPENDIX A, Attachment 4

APPENDIX A: ATTACHMENT 4- EXHIBIT 4-1

DRILLING FLUIDS SERVICE

CNOOC IRAQ LIMITED

FOR
DRILLING RIG AND ASSOCIATED SERVICES
FOR TWELVE VERTICAL WELLS

CNOOC IRAQ LIMITED


1

DESCRIPTION OF THE WORK

1.1

Scope of Work
CONTRACTOR shall be responsible for providing all drilling fluid materials, equipment, design and personnel for COMPANY. CONTRACTOR
shall acknowledge the specific features of the area of operations and the expected conditions at well site, especially H 2S and CO2 hazards.
CONTRACTOR shall provide the services that will include but not be limited to the following:
(a) Drilling Fluid Service.
(b) Support Base and Laboratory Service.
(c) Personnel.
(d) Chemicals.

1.2

General Requirement

1.2.1

Drilling Fluid Service

1.2.2

CONTRACTOR provides drilling fluid systems, technical support, materials, and chemicals and associated equipment for the project outlined
in this WORK.

CONTRACTOR should also include any alternate approach to providing the service that the CONTRACTOR considers to meet the needs and
will benefit COMPANY.

CONTRACTOR shall perform any other related services normally provided by CONTRACTOR within CONTRACTORS capabilities which
COMPANY may reasonable request.

CONTRACTOR shall provide MSDS for all materials supplied in the technical proposal.

COMPANY has the right to change the mud system for more suitable type if the COMPANY evaluates the system for mud is not useful for
stability.

CONTRACTOR shall provide the material which wont make damage for environment and CONTRACTOR must provide the test for
environment protection of mud (also cement additives) before and after used, and make sure for every type of mud.

Support Base and Laboratory Service

(a)Support Base

CONTRACTOR shall provide qualified and experienced well-site drilling fluid engineers who will be assigned on a continuous rotational
basis.

CNOOC IRAQ LIMITED

CONTRACTOR shall provide a drilling fluids technical coordinator to provide day-to-day technical support during pre-planning, drilling and
completion operations.

(b) Base Laboratory


CONTRACTOR shall provide base laboratory testing and support services during planning stages and during on-going operations.
CONTRACTOR shall maintain comprehensive laboratory facilities in the base to provide the necessary capability for testing chemicals of drilling
fluid as required and when requested by COMPANY.
(c)Well-site testing kits
CONTRACTOR shall use CONTRACTORS equipment at work site listed in the CONTRACTOR to perform the necessary test which shall not be
limited to the following:

Complete analysis of WBM (water base mud) including rheology, composition and solid phase analysis.

Pilot testing of mud.

Filtration analysis.

Water or salinity analysis.

1.3

Requirements Specification

1.3.1

CONTRACTOR is requested to provide a detailed drilling fluid program in the CONTRACTOR s proposal. The formulation of CONTRACTORs proposal shall
meet COMPANYS requirements. During the evaluating period of the bid, COMPANY has the right to verify properties of the CONTRACTORs drilling fluid
systems.

1.3.2

CONTRACTOR shall provide its own study to design an effective program of drilling fluid technology in order to overcome the technical difficulties of high
pressure salt water in the Lower Fars formation and ensure the effectiveness of drilling operations.
CONTRACTOR shall provide technology for solving loss circulation, stick pipe and other under surface accidents in reservoir, and
CONTRACTOR shall be responsible for all losses and accidents happened under surface.
CONTRACTOR shall control drilling fluids rheological properties for meeting COMPANYs requirement.

1.3.3

CONTRACTOR is encouraged to recommend or propose any drilling fluid systems, opportunities or designs that could be considered by COMPANY to improve
well quality and/or control cost. These recommendations should be made separately from the primary data requested in this tender.

1.3.4

CONTRACTOR shall provide the drilling fluids software, and the software name and details shall be provided. The drilling fluids software can perform the mud
formulations, hydraulic calculations and daily report, down-hole simulation (i.e. ECD and hole cleaning), drilling parameter recommendation, mud recap, etc.

1.3.5

CONTRACTOR shall submit relevant experience drilling fluids service to COMPANY.

CNOOC IRAQ LIMITED


CONTRACTOR shall perform the work but not limited to, planning, formulating, monitoring, and recording drilling fluid parameters during
drilling operation and maintain a summary log, ensuring that is within the required specifications, troubleshooting the mud system should the
problem arise, testing the mud and to ensure it is done within the design approved by COMPANY.
CONTRACTOR shall furnish one Representative with a clean legible copy of the daily mud reports.
1.3.6

CONTRACTOR shall prepare a final drilling fluids report within 2 weeks of the completion of each well. As a minimum the report must include:

Design and operation specifications for each hole sections of drilling fluid.

Actual products used per hole section and analytical explanations for all deviations.

Daily API Mud Test Reports.

Graphic presentation of each property measured on a daily basis.

Recommendation improvement on the next well.

1.3.7

Provide detailed recommendations for solid-free drilling fluid formulations based on the preliminary reservoir data that COMPANY supplies.

EQUIPMENT AND MATERIAL

a.1

General Requirement

a.1.1

CONTRACTOR shall supply all necessary field laboratory equipment to run API fluid property, quality control, pilot tests, and other tests that may be required
during drilling operations.

a.1.2

CONTRACTOR shall provide complete list of the equipment, materials (inclusive of bentonite and barite) and supplies for Work Supply list of all testing equipment
to be supplied from operation base.

a.1.3

CONTRACTORS equipment shall comply with any and all applicable API standards or another standard.

a.1.4

CONTRACTOR shall maintain mud testing equipment at work site.

a.2

MUD Testing Equipment


CONTRACTOR shall provide and maintain in good operating conditions such equipment as may be necessary for the preparation, treatment,
maintenance, testing of drilling fluids for the Work.
CONTRACTOR shall provide all the following equipment necessary to perform the services including but not limited to:

a.2.1

Well-site testing equipment

CNOOC IRAQ LIMITED


Item description/specification
Mud Balance
Pressurized mud balance 8.0 25ppg scale
Marsh funnel
Viscometer with speeds of 3, 6, 100, 200, 300 and 600 rpm
API Pressure at room temperature Filtration press
API HTHP Filtration press
Sand content set. (200mesh screen / calibrated tube)
Retort assembly (liquids and solid content)
PH meter with buffer solutions
PH paper
Stickometer
Chemistry analysis equipment to determine chlorides, alkalinity,
lime content, total hardness, calcium, potassium, and cation
exchange capacity
Hand Craned centrifuge or electric type
Converter high speed stirrer
Electronic scale
Turbidimeter

Mi
n
Qty
2
1
2
1
1
1
1
1
1
2
1
1

Function
Density
Density
Funnel viscosity
Rheology
API fluid loss
HTHP fluid loss
Sand content
Solid content
Ph
Ph
Lubricity coefficient
Chemical analysis

1
1
1
1

Potassium content
Mixing
Measurement
Turbidity

Note: Chemicals required both to carry out analysis and to calibrate the equipment shall be included
a.2.2

Base laboratory equipment

Contractor shall do Erodibility Cell Test to measure Partial Dehydration Gel (PDG) of drilling fluid to adjust the spacer of cementing job to get good displacement and
prevent the micro-channeling & micro-annulus during cement displacement.
Item description/specification
Mud Balance
Pressurized mud balance 8.0 25ppg scale
Marsh funnel
Viscometer with speeds of 36, 100, 200, 300 and 600 rpm
API Pressure at room temperature Filtration press
API HTHP Filtration press
Sand content set. (200mesh screen / calibrated tube)

Mi
n
Qty
2
1
2
1
1
1
1

Function
Density
Density
Funnel viscosity
Rheology
API fluid loss
HTHP fluid loss
Sand content

CNOOC IRAQ LIMITED


Retort assembly (liquids and solid content)
PH meter with buffer solutions

1
1

Solid content
Ph

PH paper
Stickometer
Chemistry analysis equipment to determine chlorides, alkalinity,
lime content, total hardness, calcium, potassium, and cation
exchange capacity
Hand Craned centrifuge or electric centrifuge
Converter high speed stirrer
Electronic scale
Turbidimeter
Roller Oven

2
1
1

Ph
Lubricity coefficient
Chemical analysis

1
1
1
1
1

Potassium content
Mixing
Measurement
Turbidity
Roll aging

Note: Chemicals required both to carry out analysis and to calibrate the equipment shall be included.
a.3

CONTRACTORs Products and Materials

a.3.1

CONTRACTOR shall supply and deliver the drilling fluids products in Appendixes 1. The products shall comply with the material requirement of API 13A
standards, and the API standards should be put in the appendix -1.

a.3.2

CONTRACTOR shall ensure that there will be no substitution of mud materials unless authorized by COMPANY.

a.3.3

CONTRACTOR shall run pilot test and quality test on drilling fluids products.

a.3.4

CONTRACTOR shall maintain adequate products stock to cover COMPANY normal and emergency requirements.

a.3.5

CONTRACTOR shall confirm the material for treating loss circulation in oil pay zone shall not cause any damages.

a.3.6

CONTRACTOR shall submit the Packing list, invoice, TPI certificates, and C.O.O (certification of origin) for their mud materials and additives, with
detail of TPI mention in the attachment and name list of TPI COMPANYs to COMPANY for approval before usage.

Technical Requirements

3.1 General Requirements


The selected drilling fluid systems described are only a guideline at this stage. Also, the mud systems would comprise the principal mud system in
each interval and will be altered in short intervals on the base of actual hole condition.
CONTRACTOR is recommended to conduct professional study and research based on the formation and gas components of the MISSAN Oilfield
in order to select proper mud systems and properties.
CONTRACTOR should offer complete drilling technical proposal which includes mud formulation & lab testing results for each section.

3.2 Drilling Fluid Systems

CNOOC IRAQ LIMITED


CONTRACTOR shall design and provide the following water base drilling fluid systems.
3.2.1

Freshwater/Hi-VIS Sweep:
Freshwater/Hi-VIS Sweep is to be used while drilling through the 36 & 26 interval and this section shall be designed to provide high gel strength
for hole cleaning.

3.2.2

Polymer System or Inhibiter Type:


This system is to be used to drill the 17-1/2 interval

3.2.3

This system should provide high efficiency for hole cleaning, preventing bit balling and formation stability etc.

This system should have the function of solving lost circulation.

This system should prevent anhydrite contamination.

Organic Salt System or inhibiter salt saturated system:


This system is to be used to drill 12-1/4 interval

3.2.4

This system should provide good rheology that YP is lower than 12 Pa in drilling activity and PV is lower than 70 mPa.s when mud density gets to at least
2.30g/cm3.

This system should provide inhibition, formation stability; prevent anhydrite and salt contamination.

This system should increase the ability of formation anti-pressure for preventing lost circulation.

This system should meet good quality thin cake and lubrication for preventing differential pressure sticking.

Solid-free Mud System:


This system is to be used to drill 8-1/4 interval

This system shall provide inhibition, formation stability; prevent sloughing shale.

This system shall increase the ability of formation anti-pressure for preventing lost circulation.

This system shall prevent contamination and corrosion from H2S and CO2 for Mishrif reservoir, and only CO2 for Asmari reservoir.

This system shall meet good quality cake and lubricity for preventing differential pressure sticking.

This system shall prevent the reservoir from damaging; the permeability recovery should be more than 85% at minimum.

3.3 Recommended Mud Properties:


Drilling Fluid Properties

CNOOC IRAQ LIMITED


Properties

36

26

17.5

12.25

8.25
(Asmari)

8.25
(Mishrif)

Hot rolled for 16 Hr

120

140

140

Mud Weight (g/cm3)

1.1-1.30

2.2-2.30

1.15-1.28

1.15-1.30

Plastic Viscosity (mPa.s)

ALAP

70 ALAP

30

30

Yield Point (Pa)

10~15

5-12

8~12

8~12

GEL 10 / 10 (Pa)

1~3/4~8

1~6/5~12

2~4/5~10

2~4/5~10

PH

9-10

9-10

9.5-10.5

9.5-10.5

API Fluid Loss(ml/30 min)

5-10

<4

2-5

2-5

Cake thickness (mm)

<1

<1

<1

<1

Corrosion inhibitor(H2S&CO2)

required

required

Note: : They shall be recommended by Contractor

1.

Mud weight adjusting shall depend on the actual formation situation

3.4 The mud system properties will be inspected by CONTRACTOR Lab Testing Procedure and Results, and witness by COMPANY Supervisor during the
drilling works.
3.4.1

Laboratory Testing Condition


Hot-rolling temperature and time conditions:
Interval

Hot-rolling: for 16 hours


3.4.2

Laboratory Testing Procedure


Recommendations
1. Mixer

Single or Multi mixer with 3000, 4000, 6000,


8000, 10,000, 11,000, 12,000rpm

2. Mixing volume

4 laboratory barrels (1400 ml)

12-1/4
120

8-1/4
140

CNOOC IRAQ LIMITED


3. Total mixing time

1 hour

4. Mixing speed

8,000 rpm during product addition and then 10,000 rpm for 1 hour mixing

.
5. Mixing Temperature
Ambient
6. Order of addition
PRODUCT MIX TIME (min.) TYPICAL PRODUCTS AS EXAMPLE
.
Notes:

Products are added in the order above, and total mixing time is 60 minutes

When more than one product is added from a product group, mix for the recommended mixing time between each product addition.

If mixing time for total product additions is less than the total mixing time, continue mixing fluid after the last product addition until the total mixing time has
been reached.

Test all parameters after Hot-rolling 16 hr in different Mud system with different temperature.

PERSONNEL

4.1 Personnel List of Drilling Fluid Service


CONTRACTOR shall provide technical expertise about drilling fluid service, materials, quality assurance and laboratory service, including but not
limited to the following technical service representatives for one worksite.
Personnel Description

Quantity Required

Location

coordinator

Operation base

1 Mud Engineer
2nd Mud Engineer

1
1

Well-site
Well-site

st

Note: CONTRACTOR shall provide a coordinator at operation base.


4.2 Personnel Requirement
4.2.1

CONTRACTOR shall provide a complete resume including historical data as MISSAN Oilfiled formation relevant experience. Resumes for all personnel should be
proposed to COMPANY via bid.
CONTRACTOR should not make any change to these key personnel without COMPANY approval.

4.2.2

Detail of personnel requirement is as following table:

CNOOC IRAQ LIMITED


1st Mud
Engineer

2nd Mud
Engineer

Lab
Engineer

15

Coordinator

Language Certificate

Personnel Description
Time of this position (years)
Health Certificate
Well
Control
Certificate
H2S safety &
survival training
Chinese
English
Arabic

20

Computer, mud and office software

Note: : Preferred, : Required


4.2.3

Drilling Fluid Coordinator shall be an In-house coordinator and provide technical support to ensure full coverage of operations during pre-planning, drilling. Will
be responsible for the logistical supply of drilling fluids materials and be required to monitor drilling fluid properties on a daily basis. This individual should have
experience of drilling fluids. The coordinator has experience with solids control equipment and is able to recommend optimum shaker screen mesh and as well as
the proper use of mud cleaner and of centrifuges.

4.2.4

All well-site personnel shall have current certificates required. A copy of the certificates shall be delivered to COMPANY at least seven (7) days before
commencement of the drilling operation.

4.2.5

The Drilling Fluid Coordinator shall be available to COMPANY after award of the contract. Commencement date should be agreed upon between COMPANY and
CONTRACTOR.

4.3 Resume Format for CONTRACTORS Personnel


Please refer to ATTACHMENT 2: RESUME FORM in PROPOSAL CONTENTS AND FORMS ATTACHMENT
5

APPENDIXES

Appendixes 1, 2, 3, 4, 5, 6, referred to above, follow this SECTION.


Appendixes 1 Material List

No.
1.

Chemicals/Products

API Specification or
another standards

Bentonite

API 13A

Unit Size

Place of origin

Remark

CNOOC IRAQ LIMITED


2.

Barite

API 13A

3.

Appendixes 2 Resume Form


Please refer to ATTACHMENT 2G: RESUME FORM in PROPOSAL CONTENTS AND FORMS ATTACHMENT.
Appendixes 3 Estimated Mud Volumes
The typical well, TMD around 3200m

Interval (m)

Hole Size
(inches)

0-30

36

30-120

26

120-2150

17.5

2150-2985

12.25

2985-3200

8.25

Open Hole Volume


(m3)

Additional Volume (dilution,


wash out,etc) (m3)

Estimated Surface Volume


(m3)

Estimated Total Mud


Volume Required (m3)

Open Hole Volume


(bbl)

Additional Volume (dilution,


wash out,etc) (bbl)

Estimated Surface Volume


(bbl)

Estimated Total Mud


Volume Required (bbl)

The typical well, TMD around 4200m

Interval (m)

Hole Size
(inches)

0-30

36

30-120

26

120-2150

17.5

2150-2985

12.25

CNOOC IRAQ LIMITED


2985-4200

8.25

Appendixes 4 Drilling Fluids Formulas


The typical vertical well in Asmari, TMD around 3200m
Interval (m)

Hole Size (inches)

0-30

36

30-120

26

120-2150

17.5

2150-2985

12.25

2985-3200

8.25

Drilling Fluids Formulas

The typical vertical well in Mishrif, TMD around 4200m


Interval (m)

Hole Size (inches)

0-30

36

30-120

26

120-2150

17.5

2150-2985

12.25

2985-4200

8.25

Drilling Fluids Formulas

END OF Exhibit4-1, Attachment 4 of Appendix A1

CNOOC IRAQ LIMITED

APPENDIX A: ATTACHMENT 4- EXHIBIT 4-2


CEMENTING SERVICE
FOR
DRILLING RIG AND ASSOCIATED SERVICES
FOR TWELVE VERTICAL WELLS
PART 1 SCOPE OF WORK
1.

SCOPE OF WORK
CONTRACTOR shall provide the Cementing Service and relevant additives that shall include but not be limited to the following:
1) Cementing Engineering Service
2) Provision of Cementing Equipment
3) Provision of Cementing additives and cement
4) Provision of Casing Accessories (Including Liner Hanger System)
5) Cementing Crew & Other Supporting Personnel
6) Cementing Laboratory

CNOOC IRAQ LIMITED

2.

2.1

2.2

CONTRACTOR shall be responsible for providing all equipment & tools, oil well cement, additives, casing accessories, liner hanger personnel of cementing service
to COMPANY. Each shall remain available to COMPANY until the completion of operation.
CONTRACTOR shall be available to perform all work hereunder on a 24-hour day, 7-day week basis when necessary. CONTRACTOR shall acknowledge the
specific features especially the salt bed formation and plastic shale shall be concerned.
GENERAL REQUIREMENTS
CONTRACTOR shall be required to meet the following basic requirements for each cementing job:
Provide qualified and experienced Cementing Crew together with required Cementing Equipment and Facilities comply with the specific requirements.
Provide Cementing Laboratory and Technical Support to ameliorate cementing program approved by COMPANY. Specific requirements for testing
capabilities in this Appendix A shall be followed.
Provide the Coordinator to be available at CONTRACTORS operation base in Iraq Missan oilfield in order to provide technical support, planning, and
coordination for the cementing operations.
Any of the Materials and Casing Accessories (include linger hanger) offered by CONTRACTOR which do not meet COMPANYS requirement will be rejected;
all casing accessories should be follow COMPANYs requirement, such as using packer with liner hanger, and using the rotating type of hanger, the
centralizers for 6-5/8" casing shall rotating and spiral type, double seal for floating, the spiral type of centralizers for 9-5/8" is recommended due to helping to get
turbulent flow.
CEMENTING ENGINEERING SERVICE
CONTRACTOR shall provide and maintain necessary equipment and tools (including sufficient spare parts), personnel and technical support to perform the
cementing, pumping, stimulation, and down hole tool running service which shall be included, but not be limited to:
Primary Cementing
All Pressure Testing including BOP, Choke and Kill Manifold, etc
Formation Leak-Off Tests
Plug-Back Cementing
Squeeze Cementing
Running Retrievable packers, Cement Retainers, Bridge Plugs, etc
Pumping Jobs
LABORATORY SERVICE
CONTRACTOR shall maintain comprehensive laboratory facilities in the base to provide the necessary capability for testing of cement slurries and additives as
required and when requested by COMPANY.
Laboratory shall be equipped with but not be limited to:
Dual cell HP/HT Consistometer
Atmospheric Consistometer
HP/HT Fluid Loss Cell
Curing Chamber and Carver Press for compressive strength test
Fann Viscometer

CNOOC IRAQ LIMITED

2.3

2.4

2.5

Channeling Analyzer
UCA
Gas migration analyzer
Portable HP/HT Consistometer
Water Bath
BHCT Tester
Others
Properties which must be tested and reported to COMPANY prior to the job are as follow:
Mix Water Quality
Thickening Time
Compressive Strength
Slurry Density
Concentration of each Chemical required in Slurry
Free Water
Rheology
Fluid Loss
Compatibility
Settling Stability
INSTALL, UNINSTALL AND MAINTENANCE
CONTRACTOR shall be responsible for the install, uninstall and maintenance of Cementing Unit and other Equipment provided by CONTRACTOR.
CONTRACTOR shall provide the latest calibrations reports and make calibrations for his equipment every 6 months by qualified Company.
PROVISION OF CEMENTING PERSONNEL
CONTRACTOR shall provide at its sole cost sufficient personnel including cementing engineers, operators and any helpers/labors with the certificates of suitable for
the international oil field service requirements that are fully qualified to perform the WORK.
SUPPLY OF ADDITIVES
CONTACTOR shall provide COMPANY with the Additives listed herein on a consignment basis in support of the WORK.
The availability of the following material is required, but not limited to:
Accelerator
Retarder
Salt-resisting Fluid Loss Additives
Dispersant
Anti gas migration agent

CNOOC IRAQ LIMITED


Strength Enhancer
Antifoam Agent
Anti-Corrosive Additives (for H2S and CO2)
Microsphere
Weighting agent
Extender
Silica flour
Pre-flush agent
Spacer agent
Loss Circulation Materials
Stabilizer
Others
PROVISION OF REQUIRED DOCUMENTS (VERY IMPORTANT)
CONTRACTOR is required to submit the following documents in its Bid Documents:
Computerized Cementing Program and related simulation curve for each interval.
The capability evaluation test report for anti-corrosion of CO2, and H2S
Copies of Slurry Test Reports which required in clause 4.2 CEMENTING SLURRY REQUIREMENT of this part.
Copies of the Specification and MSDS for all CONTRACTORs products.
Report for do erodibility cell test to measure Partial Dehydration Gel (PDG) of drilling fluid to adjust the spacer of cementing job to get good displacement and
prevent the micro-channeling & micro-annulus during cement displacement.
Technology for solving loss circulation, stick pipe and other under surface accidents in reservoir.
CONTRACTOR is required to submit the following documents in compliance with COMPANYS request from time to time during the performance of the WORK:
Slurry Test Reports
Pilot Test Reports as required by COMPANY
Bulking and Blending Reports
Specification and MSDS for all CONTRACTORs Chemicals
Job Reports
Well Operation Reports
Flow and pressure chart with time for every cement job
ADDITIVES REQUIREMENTS
3.1
CONTRACTOR shall duly supply and deliver cementing additives such as Chemicals to COMPANYs Operation Base or other designated places.

2.6

3.

CNOOC IRAQ LIMITED


3.2
3.3

SIZ E (IN)

DEPTH (m)

36

X52

196.1

30

30

Cement Class G + Accelerator + Antifoam Agent +


Others

1.90

200

TO SURFACE

26

K-55

94

20

120

Cement Class G + Accelerator + Antifoam Agent +


Others

1.90

100

TO SURFACE

Cement Class G + Extender +Retarder + Dispersant +


Fluid loss agent + Antifoam Agent + Others

1.90

30

To 800m

8
Cement Class G + Extender +Accelerator + Antifoam
0
Agent + Others
0

1.90

30

TO SURFACE

2.3-2.35

30

TO 1500-1800m

1
17 1/2

N-80

68

800
2000

13 3/8
2

12 1/4

R95

58.4

EXCESS
%

WEIGHT
(#)

STAGE

TYPE

CONTRACTOR shall ensure adequate stock of Chemicals, specified herein which COMPANY may require at any time for either programmed or emergency case.
All sack, drum and canned Chemicals/Products shall be palletized using pallets of sufficient strength and covered with heavy duty polyethylene bag and banded for
transportation, if applicable.
3.4 All chemical material must mention on it: (name, origin, manufacture date and expire date) in English.
3.5
Sacks and drums will bear manufactorys logo, product name and quantity. Palletized Chemicals/Products will bear manufactorys logo on one side and product
name and quantity on four (4) vertical sides.
3.6
CONTRACTOR shall report periodically on the quantity of Chemicals/Products stocked to COMPANY.
3.7
Upon COMPANYs request, CONTRACTOR shall also perform the Bulk Handling & Blending Services.
3.8
Cement provided under the CONTRACT shall conform to the API-10A Oil-Well Cement and Cement Additives (latest revision) for class G cement. Any
Chemicals offered by CONTRACTOR which is unacceptable by COMPANY will be rejected.
3.9
CONTRACTOR will run Cement Pilot Tests which shall be also deemed integral part of the WORK. All sampling and testing shall comply with API-RP-10B
Recommended Practice for Testing Oil-Well Cement and Cement Additives. The Test Report should be sent to COMPANY as well.
4.
TECHNICAL SPECIFICATIONS
4.1 Cementing Program
SLURRY
TOP OF
CASING
CEMENT & Additives (REQUIRED)
DENSITY
CEMENT
3
HOLE
(g/cm )
SIZE
(IN)

9 5/8

15001800

Cement Class G + Retarder + Dispersant + Salt-

CNOOC IRAQ LIMITED

L80

47

2900

Resisting fluid loss agent + Antifoam Agent + Weighting


agent + Silica flour + NaCl + Others (anti migration
additive)

15001800

Cement Class G + Retarder + Dispersant + fluid loss


agent + Antifoam Agent + Others

2.3-2.35

TO SURFACE

20

To top of liner
hanger

1.90&1.50
8 1/4

L8013Cr

28

Liner 65/8

3200/
4200

Cement Class G + Retarder + Dispersant + Fluid loss


agent + Antifoam Agent + Silica Flour + Light weight
material + Anti gas migration agent+ Others

(Mishrif )
1.90
(Asmari)

Note:
1) The cement slurry density and top of cement will be adjusted according to the actual downhole situation.
2) For the requirement of DV using for 9-5/8 casing, it is recommended to use a pump-down opening plug system or a hydraulic opening
stage tool because of high mud weight & high viscous mud in 12-1/4 hole (anhydrite and slat formation), since it happened to fail
opening the DV in the past drilling activities several times.
3) Cementing Slurry density adjusting shall depend on the actual formation pressure.

CNOOC IRAQ LIMITED


Notice to Bidder: Bidders shall submit detailed Cementing Program which is established base on the basic
drilling information in ITT document, and stimulated with professional cementing software, the Cementing
Program shall approved by COMPANY. Bidders are encouraged to submit its recommendation of Cementing
Program to COMPANY.
4.2
4.2.1

CEMENT SLURRY REQUIREMENT

30 Conductor
Tail slurry:
Cement

: API Class G

Water type

: Fresh water

Slurry Density

: 1.90g/cm3

BHST

: 40

BHCT

: 36

T.T.

: 2:00-3:00hrs

Compressive Strength (8hours):


4.2.2

>500psi

20 Casing
Tail slurry:
Cement

: API Class G

Water type

: Fresh water

Slurry Density

: 1.90g/cm3

BHST

: 40

BHCT

: 36

T.T.

: 2:00-3:00hrs

Compressive Strength (8hours)


4.2.3

: >500psi

13-3/8 Casing
1st stage cementing job:
slurry:
Cement

: API Class G

Water type

: Fresh water

Slurry Density

: 1.90g/cm3

BHST

: 89

BHCT

: 67

T.T. (BHCT)

: 3:00-4:00hrs

Free Fluid

: <2.5ml

API Fluid Loss

: <100ml

Compressive Strength (24hours)


2nd stage cementing job:
slurry

: >2000psi

CNOOC IRAQ LIMITED


Cement

: API Class G

Water type

: Fresh water

Slurry Density

: 1.90g/cm3

BHST

: 50

BHCT

: 38

T.T. (BHCT)

: 2:30-3:30hrs

Compressive Strength (24hours)


4.2.4

: >2000psi

9-5/8 Casing
1st stage cementing job:
Tail slurry
Cement

: API Class G, silica flour

Water type

: Salt undersaturated mixed water


(18%NaCl)

Slurry Density

: 2.3-2.35 g/cm3

BHST

: 112

BHCT

: 90

T.T.

: 3:30-7:00hrs

Free Fluid

: <1.25ml

API Fluid Loss

: <50ml

Compressive Strength (24hours)

: >2000psi

2nd stage cementing job:


slurry
Cement

: API Class G

Water type

: Fresh water

Slurry Density

: 2.3-2.35g/cm3

BHST

: 89

BHCT

: 67

T.T. (BHCT)

: 3:00-4:00hrs

Compressive Strength (24hours)


4.2.5

: >2000psi

6-5/8 Liner
Cement

: API Class G, silica flour

Water type

: Fresh water

Slurry Density

: 1.90 & 1.50 g/cm3

BHST

: 125

CNOOC IRAQ LIMITED


BHCT

: 107

T.T.

: 4:00-5:00hrs

Free Fluid

: 0ml

API Fluid Loss

: <30ml

Compressive Strength (24hours)


4.2.6

: >2000psi

Plug and Abandonment


Cement plug slurry requirement of each section shall be same as the casing cementing job of each section.
CONTRACTOR is required to provide its slurry test reports in its bid document as the requirement above.
COMPANY reserves the right to inspect the slurry properties submitted by CONTRACTOR.
PART 2 EQUIPMENT AND ADDITIVES
1. GENERAL REQUIREMENTS
1.1 CONTRACTOR shall be responsible for the transportation of all Equipment and Additives to COMPANYS
Operation Base or other place where shall be the Mobilization Completion Point, including all
consumables, spare parts and equipment for replacement when required during the term of the
CONTRACT.
1.2 CONTRACTOR shall ensure that the equipment is packed to enable efficient loading and unloading
operations for transportation.
1.3 CONTRACTOR shall provide COMPANY all of its equipment specification and certificates.
1.4 The country of origin of casing accessories and liner hanger shall be as per Missan Oil COMPANYs
requirements and instructions, including USA, Japan, Canada, and West Europe, or other countries
which could be approved by Missan Oil COMPANY, CONTRACTOR shall submit certificate of origin,
TPI certificate, Invoice, Package list, API Certificate or/and ISO Certificate, Product specifications,
Product operation procedure for liner hanger. The TPI COMPANY shall follow the regulation from
Missan Oil COMPANY, only allowed Lloyds Register, Bureau Veritas (B V), Intertek Global, TUV
Rheinland, Det Norske Veritas (DNV).
1.5 CONTRACTOR shall submit the Origin Certificate (stamped by Iraqi embassy), TPI Certificate, invoice,
package list for all cementing additives material, and cement to Company for approval.
1.6 The material for chemical washer must high efficiency to clean the mud cake in 12.25 hole section and
CONTRACTOR must provide the technical report about this effective for this materials.
1.7 Cement and additives for treating loss circulation in oil pay zone shall not cause any damages.
1.8 CONTRACTOR shall provide the drilling fluids software, and the software name and details shall be
provided.
2. EQUIPMENT Requirements
2.1. Twin triplex cementing pump, twin diesel powered unit with automatic re-circulating cement mixer and two
(2) 10 bbl displacement tanks. Output of triplex pumps not less than 8 bbl per minute @ 500 psi. The
minimum working pressure is 10000 psi.
The unit shall be equipped with:
Pressure recorders (double pen, 0-10000psi, 4 hr chart)
Automatic density control system
Data acquisition system (include pump rate, volume, pressure, density, etc.)

CNOOC IRAQ LIMITED


Pressure relief safety valve
2.2. Steady-flow surge tank, pressurized, to deliver continuous flow of cement to the recirculation mixing
system.
2.3. Three bulk cement silos c/w dust separator and capture for each cementing unit, which total capacity should
be not less than 150 m3.
2.4. One set of air compressor for each cementing unit.
Besides cementing unit, CONTRACTOR shall supply others equipment listed below, which will be
available onsite as required.
2.5. Batch mixer, diesel powered or electrically driven, with 16-25m3 capacity complete with centrifugal pumps
and agitators for slurry density up to 2.40g/cm3.
2.6. Mixing water tank, with 40-60m3 capacity complete with centrifugal pumps and agitators.
2.7. 89mm Stab in adapter for 20/30 stab-in cementing job.
2.8. 13-3/8, 9-5/8 Cementing head with quick-latch-on coupling (Thread type connection please refers to
drilling program), c/w WP 10,000 psi manifold.
2.9. 13-3/8, 9-5/8, 6-5/8 circulating swage, with quick-latch-on coupling (Thread type connection please
refers to drilling program).
2.10.6-5/8 Liner hanger system.
2.11. 6-5/8 Liner cementing head.
2.12.

Balloon centralizers for stab-in cementing job.

2.13.Retrievable packer and bridge plug setting tool or adaptor to be run on drill pipe and on wire line in 9-5/8
, 6-5/8 casing.
2.14.

Running tools for 9-5/8, 6-5/8 Bridge Plugs and retainers.

CONTRACTOR shall provide and maintain all of above listed cementing equipments.
3. SPECIFICATIONS OF CONTRACTORS EQUIPMENT AND MATERIALS
3.1 Cementing Materials
Item

Description

1.

Cement

2.

Extender

4.

Silica Flour

6.

Accelerator

8.

Microsphere

10.

Strength
Enhancer

12.

Retarder

14.

Salt-Resisting
Fluid
Loss
Additives

1
2(as appropriate)
1
2(as appropriate)
1
2(as appropriate)
1
2(as appropriate)
1
2(as appropriate)
1
2(as appropriate)
1
2
3(as appropriate)

Specifications

Code

Place of
Origin

Packing

CNOOC IRAQ LIMITED


17.

Centralizer

19.

Dispersant

21.

Antifoam
Agent

23.

Weighting
Agent

25.

Pre-Flush
Agent

27.

Spacer Agent

29.

Anti
Gas
Migration
Additives

32.

35.
37.

Anti-Corrosive
Additives (for
H2S and CO2)
Lost
Circulation
Materials
Others

1
2(as appropriate)
1
2(as appropriate)
1
2(as appropriate)
1
2(as appropriate)
1
2(as appropriate)
1
2(as appropriate)
1
2
3(as appropriate)
1
2
3(as appropriate)
1
2
(as appropriate)

3.2 List of Proposed Equipment


Item
1.

Descriptions
Mounted Cementing Unit with WP 10000PSI
Two high pressure pumps driven by two independent
diesel engines with an independent diesel storage and
independent engine start up
Unit is capable of mixing and pumping slurry
continuously into a batch mixer to homogenize the
slurry prior to pumping down hole
Automatic density control mixing system with full
manual backup in the event of failure.
HP and LP back up cement mixing systems for use in
case of primary mixing equipment failure.
Martin Decker chart recorder for pressure monitoring
0-10000psi
2 each pressure gauges with a range of 0-1000 psi, 03000psi,0-10000psi.
Hopper and cement surge tank with weight indicator
Re-circulating mixer(25 bbls minimum)

QTY

Unit

Remark

CNOOC IRAQ LIMITED


One complete set of chiksan loops (30 meter)
WP.10000PSI
Pipes and connection for top fill job
Automatic computerized data acquisition/monitoring
system to record as a minimum: pressure, pump rate,
cumulative volume pumped and density.
Ability to measure and record on computerized
monitoring system density of fluids being pumped
through the HP cement line to the rig floor
2.

Batch Mixer
Batch mixer, which is driven by one diesel engine.
Capacity:16-25, Further details as below:
Capable of mixing slurry with SG up to 2.40
Two tank (compartment)

3.

Cement Bulk silo


Three silos or more with capacity 40-50 m3
respectively, also with venting line, airing line, transfer
cement hose per rig

4.

Air compressor
Compressor which is driven by a single diesel engine
with a 1.5m3 air storage tank and a drier

5.

Water supply pump


A 34 water pump which is driven by a single diesel
engine or equivalent

Water tank
At least three Water tanks ,capacity 30-50 m3,which is
equipped with two agitator and one centrifugal pump
,is used for preparing mixing water

89mm Stab in adapter for 20/30stab-in cementing


job

13-3/8, 9-5/8 Cementing head with quick-latch-on


coupling (Connection type please refer to Drilling
Program), c/w WP 10,000 psi manifold

13-3/8, 9-5/8, 6-5/8 circulating swage, with quicklatch-on coupling (Connection type please refer to
Drilling Program)

10

13-3/8, 9-5/8, 6-5/8 circulation crossover with


410BOX

11

Liner cementing head and running tools for 6-5/8 liner


hangers

CNOOC IRAQ LIMITED


12

Balloon centralizers for stab-in cementing job

13

Cement Retainer Running Tools or adaptors to be run


on drill pipe and on wire line in 9-5/8 , 6-5/8 casing.

14

5Drilling pipe circulation head

3.3 List of Proposed Laboratory Equipment


Item

Description

1.

Dual cell HP/HT Consistometer

2.

Dual cell HP/HT Strength Curing Pot

3.

Atmospheric Consistometer

4.

HP/HT fluid loss cell

5.

Curing chamber and Carver Press for compressive strength test

6.

Fann viscometer

7.

UCA

8.

Gas migration analyzer

9.

Portable HP/HT Consistometer

10.

Channeling Analyzer

11.

UCA

12.

BHCT Tester

13.

Others not list above

Unit

QTY

Remark

CNOOC IRAQ LIMITED


3.4 Cementing Casing Accessories
Item

Description

30 Stab-in Float shoe, square cutting, 196.1#, X52


20 Stab-in Float shoe, BTC, 94#, K55 PDC Drillable
20*26 Centralizer, Bow Spring Type
13-3/8*17-1/2 Centralizer, Rigid Type
13-3/8*17-1/2 Centralizer, Bow Spring Type
13-3/8*17-1/2 Centralizer, Double Bow Spring Type
9-5/8*12-1/4 Centralizer, Bow Spring Type
9-5/8*12-1/4 Centralizer, Double Bow Spring Type
9-5/8*12-1/4 Centralizer, Rigid Type(spiral is recommended)
Stop Collar for 20 Centralizer
Stop Collar for 13-3/8 Centralizer
Stop Collar for 9-5/8 Centralizer
Stop Collar for 6-5/8 Centralizer
6-5/8*8-1/4 Centralizer,-shall be suitable type for rotated liner
14.
hanger
15.
13-3/8 Float shoe, BTC, 68#, N80, PDC Drillable
13-3/8 float collar, BTC, 68#, N80, NR, PDC Drillable
16.
9-5/8 Float shoe with side jets (double seal floating valve), VAM
17.
TOP, 58.4#, R95, PDC Drillable
18.
9-5/8 Float collar, VAM TOP, 58.4#, R95, NR, PDC Drillable
6-5/8 Liner Hanger System with packer, VAM TOP, 28#, L80
19.
(L80-13Cr as option), its maximum OD is recommended 206mm
the rotation type is recommended.
6-5/8 Float shoe with side jets and double seal floating valve,
20.
VAM TOP, 28#, L80, PDC Drillable
(L80-13Cr as option)
6-5/8 Float collar, VAM TOP, 28#, L80, PDC Drillable
21.
(L80-13Cr as option)
6-5/8 Tieback Stinger, VAM TOP, 28#, L80
22.
13-3/8 Casing Plug Set, top and bottom, NR, PDC Drillable
23.
Option item for single stage cementing
24.
Thread Lock Compound
13-3/8 Stage collar, BTC, N80, 68#
25.
9-5/8 Stage collar, VAM TOP, L80, 47#, hydraulic and
26.
mechanical together is recommended
27.
Others not listed above
Note: Ream float shoe, low drag centralizer are prefer in above form list.

Unit

1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.

QTY

Place of
origin

Ea
Ea
Ea
Ea
Ea
Ea
Set
Set
Set
Ea
Ea
Ea
Ea
Set
Ea
Ea
Set
Ea
Set
Ea
Ea
Ea
Set
Box
Set
Set

PART 3 PERSONNEL REQUIREMENT


1. CONTRACTORS PERSONNEL
1.1 GENERAL
CONTRACTOR shall furnish as minimum the number of Personnel when need as listed below, having the
qualifications as specified.
Onsite Cementing Crew normally consists of one (1) Cementing Engineer, one (1) Cementing Operator and

CNOOC IRAQ LIMITED


one (1) Helper.
The basic information of the Cementing Crew and Support Personnel was stated as follows:
No.

Name

Position

Age

Nationality

Years of experience on
related position

Coordinator
Cementing Engineer
Cementing Operator
Cementing Helper
Lab Technician
Others
1.2 RESPONSIBILITIES OF CEMENTING CREW
The responsibilities of the cementing crew shall include the following:
Onsite preparation of pumping and mixing equipment, cementing head, etc. Work closely with rig
personnel to obtain optimum efficiency and safety in preparing cementing equipment.
Conduct pre-job safety inspections of cementing equipment. Perform regular maintenance on all cementing
associated equipment. Properly document maintenance and repair work to insure continuity during crew
change.
Provide proper supervision and training of rig personnel in regard to the potential hazards involved with
cement, cement additives, and high pressure cementing operations.
Perform Cementing Service as Cementing Design.
Provide Job Reports and Records to COMPANYS Representative.
Update inventories of cement, chemicals on rig and propose materials plan for the upcoming operations.
2. PERSONNEL QUALIFICATION
CONTRACTORs personnel shall have the knowledge of COMPANYs related rules and regulations. And
the basic requirement for CONTRACTORS Personnel is as follow:
Cementing
Engineer

Cementing
Operator

Lab
Technician

Coordinator

10

Health Certificate

Well Control Certificate

H2S safety & survival training

Chinese

English

Arabic

Personnel Description

Language

Certificate

Experience in this position (years)

CNOOC IRAQ LIMITED


Computer, cementing and office software

Note: : Preferred
Notice to Bidder: Bidder shall submit in the Bid Proposal the proposed Personnels resumes and required
Certificates in the form stated in Exhibit A-2 of APPENDIX A.
3. PERSONNEL REQUIREMENT
3.1 COORDINATOR
CONTRACTOR shall maintain at least one (1) qualified technical representative as Coordinator, whom
shall have more than ten (10) years of oil field experience in cementing service and can fluently
communicate in English, in order to liaise with and advise COMPANY on all matters pertaining to the
WORK during any ongoing operations.
3.2 CEMENTING ENGINEERS
The Cementing Engineers proposed by CONTRACTOR shall have more than five (5) years of oil field
experience in cementing service, and should be fully qualified to perform the work including all cementing
calculations, tool services, running retrievable packers and lab test onsite by himself.
3.3 CEMENTING OPERATORS
Cementing Operators shall have more than five (5) years of oil field experience in cementing equipment
operation.
3.4 LAB TECHNICAN
CONTRACTOR shall provide a highly qualified Laboratory Technician to design and test the optimum
cement slurries according to the well conditions. The Laboratory Technician is required to run quality
control tests on the cement and cement additives to ensure that meet the required specifications.
The Laboratory Technician must works in the CONTRACTORS laboratory during the performance of the
WORK.
3.5 RESUME FORMAT FOR CONTRACTORS PERSONNEL
Please refer to ATTACHMENT 2G: RESUME FORM in PROPOSAL CONTENTS AND FORMS
ATTACHMENT.
END OF Exhibit 4-2, Attachment 4 of Appendix A

CNOOC IRAQ LIMITED

APPENDIX A - ATTACHMENT 4- EXHIBIT 4-3

MUD LOGGING SERVICE


FOR
DRILLING RIG AND ASSOCIATED SERVICES
FOR TWELVE VERTICAL WELLS

CNOOC IRAQ LIMITED

ONTRACTOR shall provide a complete set of Mud logging equipments, including all qualified personnel.
CONTRACTORs Personnel and Services in relation to drilling, completions and/or testing operations from
the drilling rig.
1

Scope of Work
Scope of work shall include, but not limited to the following:

a
b
c
d
e

To provide Standard Mud logging Service.


To provide Fluid Logging Analysis in Real Time.
To provide Real Time Hydrocarbon Show Evaluation.
To provide Real Time Data Integration and Transmission.
To provide Accurate Kick Detection Service and Real time Formation Pressure Analysis.
2

Service Requirements

Standard Mud Logging Service Requirements


The parameters shall be continuously measured and/or calculated. They are to be recorded
digitally and on paper. All records shall be stored in two digital data bases, one where data will
be indexed to the measured depth and the other database in which data will be indexed to time.
COMPANYs requirements for measuring flow rate are by the use of paddle type or equivalent
for flow out and by calculated mud pump output for flow-in.
Depth and ROP shall be measured by an encoder system on the draw-work or crown-block.
Other systems should only be used as back-up
Rigorous and regular maintenance and calibration of the sensors and the data acquisition
systems shall be applied in observance with CONTRACTORs procedures, and with the
approval of COMPANYs representative.
(a). Measurements and calculation of parameters

Continuous detection of gas in the mud


Total gas.
Chromatographic gas analysis.
Detection and quantification of H2S
Continuous detection of ambient gases
Detection and quantification of CO2.
Detection of explosive ambient gases.
Monitoring of drilling and mud parameters
Depth Control:
- Instantaneous & Cumulative depths: measured
(TMD).
Drilling Parameters:
- Hook Load.
- Differential hook load: Drag &Overpull.
- Hook position in the drilling mast.
- Rate of penetration: instantaneous & averaged.
- Weight on bit.
- Bit position (while tripping).
- Rotary speed: Top Drive and/or Rotary Table and/or Bit.

(TMD),

vertical

(TVD)

and

lagged

CNOOC IRAQ LIMITED


- Rotary Torque: Top Drive and/or Rotary Table.
- Drill stand counter.
- Trip (in & out) speed.
Mud and Pit parameters:
- Mud weight: In & Out.
- Mud temperature: In & Out.
- Mud flow In & Out and calculation of differential in mud flow (gains & losses)
- Measure individual mud pit volumes (for all pits including trip tank(s)) and calculate
cumulative actual & differential volumes
- Pump(s) strokes and calculation of mud flow in
- Monitor cementing parameters, volume displaced and pumping pressure
Pressure control:
Stand pipe pressure.
Annular pressure.
Kill line pressure.
Leak off test and formation integrity test pressure.
Cement pumping pressure
(b). Data
All data, both depth and time-based, shall be stored and readily retrievable by the COMPANY.
Updating of the various logs and data, with indication of depth, calibrations and any
relevant annotations. Scales used shall be clearly stated on each chart.
Preparation of well completion forms and documents as instructed by COMPANY
representative.
preparation of mud logging reports, prints, etc.
2

Fluid Logging Analysis in Real Time


Fluid Logging and Analysis In Real time service shall be able to assess quantitatively the C1-C8
composition of the fluid in the formation. Fluid Logging Analysis service includes, but is not limited to
the following:
a
b
c
d
e
f
g
h
i
j

Strict quality control on all gas data and related measurements.


Monitoring of real time hydrocarbon indications.
Analysis hydrocarbon and other formation fluid data.
Normalization of gas data with relation to ROP, drilling & fluid parameters.
Correction of gas values by elimination of recycled components.
Data analysis in the context of other available formation evaluation data.
Detailed cross plot and ratio analysis.
Cross well correlation for trend analysis.
Performing GWD analysis.
End of well Formation Fluid Analysis report.

Real Time Data Delivery Service


The CONTRACTOR shall provide a system to deliver real-time drilling and geological data using a
secure Internet based platform. The system shall be able to deliver all the data gathered at WELL SITE.
The system shall be customizable providing the ability to create logs, screens and charts. The COMPANY
shall approve all access, with the ability to vary levels of data access for all users who should be approved

CNOOC IRAQ LIMITED


by COMPANY. COMPANYs authorized users shall have the possibility to download the well data at
anywhere. All the servers shall use Wits ML as communication protocol.
4

Real time Hydrocarbon Bearing Formation Evaluation


Integration of Drilling, Lithology, Gas and Oil/Gas on mud ditch, CONTRACTOR shall provide real time
hydrocarbon bearing formation evaluation, including but not limited the following:
a
b
c
d
e
f
g
h

Identification the origin of gas in mud (Formation gas, Produced gas, Recycled gas,
contamination Gas).
Identification different pay zone location and formation fluid characters while drilling.
Create formation gas signature when drilling and identify formation fluid contact locations.
Estimating Reservoir characters while drilling, including cap rock efficiency, reservoir exit
zone, connectivity study with near well information.
Automatic identification gas compositional change and interpretation the origins.
Multi well analysis and comparison.
Making the gas analysis plot with other hydrocarbon show information and updating daily.
The report and plot will be provided by requiring from COMPANY, and handed in with final
well report.

Real-time Pressure Evaluation and Early Kick Detection Service.


CONTRACTOR shall perform complete geo-pressure analysis service, the service should include at least:
a

Kick control
Controlling well filling/mud return during trips, run of casing, electrical logging, etc.
immediate detection of drilling breaks,
detection of invading fluids,
calculation of formation pressure and advice required mud types and weights,
calculation of maximum tolerable pressures

Pressure control

detection of pressure losses,


calculation of ECD (Equivalent Circulating Density),
optimization of mud hydraulics at bit
calculation of swab and surge effects,
gathering of all relevant data during LOT (Leak Off Test) or FIT (Formation Integrity Test),
continuous observation for early detection of mechanical failures in mud pumps, drill
string,
Kick tolerance determination.

Personnel Requirements
The CONTRACTOR must supply a pool of possible candidates that will most likely be put forward for
the Work. CONTRACTOR shall provide up-to-date resumes and valid certificates of all CONTRACTOR
Personnel to be kept on file with the COMPANY.
a

Data Engineer

The data engineer should have at least more than 5 years working experience, a diploma/degree in
petroleum technology /geology or an equivalent combination of training and experience. Data engineer
must be English speaking and have the ability to maintain and service the wide array of sensors on well
site.
b

Mud Logger

CNOOC IRAQ LIMITED


The mud logger should have at least 5 years mud logging experience, and a degree/diploma in geology or
an equivalent combination of training and experience. Mud logger must be English speaking.
c

Sample Catcher

Each sample catcher must be a high school graduate with a basic knowledge of the Work. The
CONTRACTOR must be able to supply extra sample catchers that may be required during periods of fast
drilling.
d

Data Transmission Engineer

The data transmission engineer should have a more than 5 years similar working experience, a
diploma/degree in petroleum technology and geology or an equivalent combination of training and
experience. Has the ability to maintain and service transmission data.Data Transmission Engineer must be
English speaking.
e

Fluid Logging engineer

Each Fluid Logging engineer shall have More than 5 years Fluid Logging Analysis engineers experience,
a diploma/degree in petroleum technology/geology or an equivalent combination of training and
experience. Fluid Logging Analysis engineers must be English speaking.
4

Equipment requirements and specifications

Mud Logging Unit General Specifications


The unit shall be equipped as follows:
a ML Unit with acquisition & data processing section.
b Unit shall utilize a data storage system that minimizes data loss in the event of a Drilling rig power
failure.
c A safety barrier system shall be installed on external equipment to render it intrinsically safe.
d Smart hydrocarbon detector with automatic alarm and unit shut down system.
e Intercom tied to rig system.
f
Airlock / Escape hatch / Cable MCT entry.
g Fire extinguishers & First aid kit.
h The unit shall be pressurized and air-conditioned. Air for pressurization system shall be taken a safe
distance from shaker area. All piping for the system shall be furnished by the CONTRACTOR.
i
Inside the unit, the equipment shall be modularly packaged. Individual standard panels shall be rack
mounted to permit front access for calibration and service.
j
The unit shall have adequate storage space for replacement parts and supplies.
k Adequate working space shall be provided for the COMPANYs geologist. This working space will
include:
Space for COMPANYs attachments.
Drawers for storage of supplies, references, and acquired information.
Laboratory seat or chair.

Fluid Logging unit General Specifications


a
b
c
d
e
f

Unit shall utilize a data storage system that minimizes data loss in the event of a Drilling rig power
failure.
A safety barrier system shall be installed on external equipment to render it intrinsically safe.
Smart hydrocarbon detector with automatic alarm and unit shut down system.
Intercom tied to rig system.
Airlock / Escape hatch / Cable MCT entry.
Fire extinguishers & First aid kit.

CNOOC IRAQ LIMITED


g
h
i
j

The unit shall be pressurized and air-conditioned. Air for pressurization system shall betaken a safe
distance from shaker area. All piping for the system shall be furnished by the CONTRACTOR.
Inside the unit, the equipment shall be modularly packaged. Individual standard panels shall be rack
mounted to permit front access for calibration and service.
The unit shall have adequate storage space for replacement parts and supplies.
Gas analysis system.
Total Hydrocarbon Detector 0-100 %.
Fast and Quantity Gas Chromatograph (C1 to C8 within 80 seconds).

Monitoring Equipment
A gas monitoring system (independent from existing sensors on the Drilling rig) shall be supplied for the
analysis of various gasses as follows:
a
Total hydrocarbon detector with output to recorder, alarm and computer.
b
Gas chromatograph for automatic and continuous cyclic gas analysis of the hydrocarbons C1 to C5
and for detection of acetylene for lag calculations.
c
Continuous analysis at surface of the fluid extracted from mud providing an evaluation of down hole
formation fluid characteristics.
d
Fully volumetric automatic powered degasser. This degasser must allow extracting the gas from a
constant volume of mud per unit of time, thus allowing use of gas data for formation evaluation
purposes. (In the interpretation process, the gas data must not be affected by mud flow variations).
e
Hydrogen sulphide detector monitoring gas sampled at the following proposed locations with output
to an alarm and recorder:
Gas line to Mud Logging unit
Shale shakers
Pits
Drill floor and bell nipple

Carbon dioxide detector with output to meter and recorder


The mud monitoring system shall automatically and continuously measure (independent from any existing
Drilling rig sensors) and display parameters with the following equipment:
Mud weight in and out sensor.
Mud temperature in and out sensor.
Mud flowmeter in and out.
Mud resistivity in and out sensor.
Pit Volume Totalizer (PVT) A microprocessor system designed to monitor up to 12 pits in any
configuration with CRT display and audio/visual, high/low alarms.
The drill monitoring system shall include equipment that shall automatically measure (independent from Drilling
rig sensors) and display the following:
Weight on bit
Hook load
Rotary torque
Rotary speed
Standpipe pressure

CNOOC IRAQ LIMITED


Casing pressure
Block or hook height (motion compensated measurements in feet or meters)
4

Geological equipment
The following equipment shall be provided to support normal formation evaluation service:
a
b
c
d
e
f
g
h
i
j

Geological unit.
Binocular Zoom (1030) Microscope with fiber optic light sources.
UV Fluoroscope.
Sample drying oven.
Geological Equipment & Chemicals (Substance Safety Data Sheet SSDS provided).
Manocalcimeter.
One set of samples processing trays to include three (3) sets of 8 32 and 110 mesh sieves, cutting
trays and other miscellaneous equipment & accessories related to cuttings description.
Miscellaneous glassware and chemical / reagent for geologic examination of drill returns and oil
detection.
Grain size charts / color charts.
Shale density kit.

Gas Detection System


Gas Detection system should consist of:
a

b
c
d
e
f

Fully volumetric automatic powered degasser. This degasser must allow extract the gas from a
constant volume of mud per unit of time, thus allowing use of gas data for formation evaluation
purposes. (In the interpretation process, the gas data must not be affected by mud flow variations).
Total Hydrocarbon Detector 0-100 %.
Fast and Quantity Gas Chromatograph (C1 to C5 within 50 seconds).
H2S Detection (Solid state 0-100 PPM) with five (5) sensors and alarms.
H2S hand held detectors.
CO2 Detection.

All gas readings will be directly input in percentage (or ppm), displayed on monitors and work stations and
alarmed (Hi / Lo). Gas ratios will be recorded and displayed.
6

Sensors & Data Acquisition

CONTRACTOR shall provide needed sensors to acquire and compute all drilling, mud and pressures related
parameters with continuous recording and output on color recorders / printers & digital display on color
monitors.
7

Data Processing equipment

Data Processing equipment shall provide direct network communication between mud logging unit and
COMPANY network by TCP/IP protocol, and/or real time data exchange with third parties (e.g. Mud, Wireline
logging, MWD/LWD) through WITS standard.
All computers should be interconnected through a local network, LAN, giving instant access to complete
database on server from all stations.
8

Computer System and Software

Real Time Data

The mud logging computer system shall be latest Version of logging System and be able to monitor and record all
real time sensor data while allowing the simultaneous running of applications software.
The CONTRACTOR will supply as part of the basic mud logging package:

CNOOC IRAQ LIMITED

One (1) monitor in the COMPANY office.

One (1) monitor in the geologists office.

One (1) explosion-proof drill floor monitor.

One (1) monitor in the drilling office.


Computer Programs

A package of computer programs to assist both the engineer and geologist at the well site should include, but not be
limited to, the following:

Basic parameter entry


Curve fitting
Swab and surge analysis
Bit hydraulics optimization
Full kick analysis
Fracture gradient analysis
Overburden gradient analysis
Deviation survey analysis
Full downhole and annular hydraulics analysis
Chromatograph gas ratio plotting
Ton-mile calculation

The CONTRACTOR shall be able to cross-plot all recorded parameters against depth or each other in conjunction
with best-fit curve programs.
c

Engineering analysis

Full set of drilling engineering and geological evaluation application software, should include (but not limited to):

D-Exponent over pressure analysis.

Overburden / Fracture Gradient analysis.

Hydraulics Bingham and Power Law.

Swab / Surge.

Drilling Bit optimization.

Bit Performance (in API format) and cost per meter.

Kick Control (Well Kill program).

Deviation Survey Analysis.

Gas Ratio analysis and Plots.

Casing Plots.

User Format Plot Making Program.

Programming of historical (playback) and current data output to remote monitors as


required.
All programs may operate in interactive mode to allow on-screen simulation. Outputs generated on graphic printers
and/or files.
d

Database

All Mud Logging parameters (acquired and calculated) should be stored in a Database under designed format.

The data may be exported and provided to COMPANY in the required format.
Mud logs may also be transmitted to the COMPANY office via graphic file in either TIF or PCX
and PDF format.

CNOOC IRAQ LIMITED


Database may be accessed via the LAN from any client workstation connected to theserver. Data
should remain constantly available for playback and computation via engineering and/or geological
applications in workstation.
Non Mud Logging data such as Wireline Logs and/or MWD may be imported either in real time in
database under WITS format or per batch (file import). Any data may equally be exported to third party
in real time under the same WITS format.
Data display Devices
Graphic and/or alphanumeric remote display screens shall be supplied at rig floor (explosion proof)
and Drilling CONTRACTORs representative office.
Workstations shall be installed in COMPANY well site geologist office and in COMPANY drilling
supervisor office.
Real Time Data Delivery System

The following equipment shall be provided to support Real Time data delivery service:

Well site data Integrated server must be shared through the Local Area Network (LAN) (or cable
Connection) with all third parties (such as: MWD / LWD, Wire line logging) of WITS data connection.
All well site and office equipments shall be pre-configured and tested prior to rig mobilization.
The installation shall be as simple as plug and play and can typically be completed by a trained
technician.

Report and Deliverables


The CONTRACTOR shall provide the following reports during the drilling operation:

Daily report of current drilling conditions for the COMPANYs drilling supervisor.
Ad hoc reports, including up-to-date mud and drilling data logs, as required by the COMPANY.

The CONTRACTOR will deliver eight (8)copies and eight(8) CD-ROMs of the final well report as required by
COMPANY within 30 days of completion of the Work. This report will include, but not be limited to, the
following:
a
b

A written report summarizing drilling operations and geological evaluation. Significant well events
should be highlighted.
CONTRACTOR shall provide formation pressure parameter.
c
A mud log plot containing the following information:
Lithological percentage, description, and interpretation
Drill rate
Ditch gas
Chromatography data
Oil fluorescence and description
Core intervals and description
Mud data
Bit data and other pertinent engineering details
Deviation surveys
Temperature recordings from surveys
Casing record
d

A drilling log plot containing the following information:

Drill rate
Depth (measured and TVD)

CNOOC IRAQ LIMITED

Lithology
WOB
Weight on hook
Flow rate
Standpipe pressure
RPM
Total gas
Mud weight
ECD at bit
e

A pressure log plot containing the following information:

Drilling pressure data


Pressure analysis
Temperature data
f

A gas ratio analysis log plot

Fluid Logging log plot(Optional)

All logs plot shall be presented with a lithological section and reporting of major drilling and mud events.
Printouts of selected gas ratios (up to 8 tracks, including but not limited to wetness, balance and character, TG /
ccor, C1/C2, Ic5/Nc5, etc.) should be at scales (TMD or TVD, from 1/200 to 1/10000) or as requested by
COMPANY representative.
Sour gases data: H2S from gas line shall be plotted on the gas log.
Composite logs of mud-logging parameters and third party data (LWD, wireline, core GR, etc) shall be
prepared at COMPANYs request.
The documents shall be fully updated and ready to send at the end of each drilling phase or any interruption of
drilling. Field prints or images files (Acrobat PDF) can be requested at any time.
6

Equipments, Material and Consumables

Equipments

Item

Qty

Qty

Description

Mark

Consumables

No.

Mark

Material

Item

Description

Description

Resume

Please refer to ATTACHMENT 2G: RESUME FORM in PROPOSAL CONTENTS AND FORMS
ATTACHMENT

CNOOC IRAQ LIMITED


END OF Exhibit4-3, ATTACHMENT4 OF APPENDIX A

CNOOC IRAQ LIMITED

APPENDIX A: ATTACHMENT 4- EXHIBIT 4-4

WIRELINE LOGGING SERVICE


FOR
DRILLING RIG AND ASSOCIATED SERVICES
FOR TWELVE VERTICAL WELLS
1.

The scope of work

This ITT concerns the provision of wireline logging service for the COMPANY operation. The preliminary logging
program is listed as below:
1.1 Open hole logging
1.1.1 AGCS-52/AGCS-56/BUCN-58/BUCS-61/FQCN-54
Item
1
2
3

Borehole size
17-1/2
12-1/4
8-1/4

Preliminary logging program


GR-SP-CAL-DT
GR-SP-CAL-DT
1).GR-SP-CAL-CNC-DEN-DLL-MSFL-CROSS DIPOLE ARRAY
SOINIC
2).Rotary sidewall coring (25 core samples)
3).Modular formation testing(15 pressure points and 2 fluid sampling)

Note: Both Rotary sidewall coring and Modular formation testing logging are planned to conducted in total 5 wells. The
actual logging program may be modified according to the actual drilling wells condition. COMPANY Reserve
the right to increase or decrease logging program at it sole discretion. If any log is canceled, the payment will
be decreased by the contract price, and vice versa.
1.1.2 Other 7 wells
Item
1

Borehole size
17-1/2

Preliminary logging program


GR-SP-CAL-DT

CNOOC IRAQ LIMITED


2
3

12-1/4
8-1/4

GR-SP-CAL-DT
GR-SP-CAL-CNC-DEN-DLL-MSFL-CROSS
ARRAY SOINIC

DIPOLE

Note: The actual logging program may be modified according to the actual drilling wells condition. COMPANY
Reserve the right to increase or decrease logging program at it sole discretion. If any log is canceled, the
payment will be decreased by the contract price, and vice versa.
1.2 Casing hole logging
Cement evaluation log will be run for each well, see the following table for details:
Items

Casing size

Logging program

Interval

13-3/8

CBL /VDL/GR/CCL

13-3/8 section

9-5/8

Cement bond imaging log /VDL/GR/CCL

9-5/8 section

6-5/8

Cement bond imaging log /VDL/GR/CCL

6-5/8section

CONTRACTOR SHOULD PROVIDE THE EVALUATION STANDARD OF CEMENT BOND


CONTRACTOR shall run cement bond image logging for 6-5/8 casing hole and determine interval of cement bond
image log of 6-5/8 casing hole in horizontal wells.
Other cased hole service also required by COMPANY, including but not limited as free point indicating, sting shot
back-off service, setting bridge plugs/retainers or equivalent packers, casing inspection and jet cutter services,
etc.
CONTRACTOR shall nominate a data processing centre at COMPANY operation base that shall provide data
processing services requested by the COMPANY. The Centre to be staffed by CONTRACTORs direct
employees shall not be a third party and all work shall be completed by skilled and experienced data
processers.
CONTRACTOR also need deliver post-processing final report within SEVEN (7) days starting from the date that job is
announced completely finished by COMPANY.
COMPANY may, at time to time, to mobilize additional (optional) equipment at COMPANY sole discretion.
2.

Report delivery schedule

3.1 Preliminary field hard copies of logs as requested by COMPANYs wellsite representative, comprised log
header, tool diagram, well sketch, main log, repeat section and calibration tail.
3.2 CONTRACTOR shall provide five (5) hardcopies and five (5) digital copy of Final Well Report (FWR),
within SEVEN (7) days after completion of a well, and at no additional cost. Which shall include, but not
be limited to the following:

Wireline logging data (actual content to be finalized and included in any Contract arising from this
Invitation to Bid)

Full set of logs

Final interpretation reports

3.3 CONTRACTOR shall provide hardcopies of final log products, presented as appendices to final well
reports. Logs to be at 1:200 and 1:500 scale, and referenced to both measured depth and true vertical depth.
3.4 DLIS/XTF files, image files, and LAS files on CD/DVD or other media as approved by COMPANY, of all
logs, prints & other displays, and all final composite log data.

CNOOC IRAQ LIMITED


3.5 Data to be properly merged and in both original (raw) format and borehole corrected and/or
environmentally corrected as directed by COMPANY. Data shall to be delivered to destinations specified
by COMPANY.
3.

Equipment Requirements

3.1 CONTRACTOR agrees to maintain the service and rental equipment and to carry out repairs there to, so that
it will remain in good safe and efficient working order throughout the OPERATIONAL PERIOD and shall
meet at all times any specifications detailed in the table List of equipment found in this attachment and those
prescribed by the manufacturer or the manufacturer of the components.
3.2 CONTRACTOR shall provide all necessary tools and equipment to satisfactorily perform the Services. All
equipment will remain assigned to the operation until released by COMPANY. COMPANY may, at time to
time, at sole discretion, to mobilize additional equipment, as callout basis.
3.3 At any time when the CONTRACTORs service or rental equipment or any part thereof will not be available
for operation due to maintenance or repair, the CONTRACTOR shall supply backup equipment upon
acceptance by the COMPANY REPRESENTATIVE.
3.4 The COMPANY shall have the right to inspect and survey the CONTRACTORs equipment prior to
COMMENCEMENT DATE of the SERVICES. The CONTRACTOR shall remedy any defects revealed by
inspection or survey prior to receiving acceptance of the CONTRACTORs equipment by the COMPANY.
3.5 All equipment shall be completed with the latest certification prior to send it to the WORKSITE. Complete
certificates shall be delivered for the attention of COMPANYs representative on the WORKSITE.
4.

Equipment Description

The tables below specify equipment and specifications required (Including Exclusive equipments and Optional
equipments). CONTRACTOR is requested to complete tables with details of CONTRACTORs proposed
equipment as indicated.
4.1 Exclusive wireline Logging & TCP equipment:
COMPANY REQUIREMENT
Modular-designed, Truck-mounted, air-conditioned,
computerized wireline logging cabin, unit to be
equipped with air conditioner, working temperature:
-40C ~55C, Should be equipped with emergency
power supply in case truck power generator down.
Backup cable & drum MUST be available. . Surface
acquisition software should at least capable with
below jobs: conventional wireline logging,
resistivity imaging log, rotary sidewall coring, fluid
testing and sampling, nuclear magnetic resonance
log and perforating.
To be detailed.
Radioactive container W/valid authorization
certificate.
To be detailed.
Temperature/tension/fluid resistivity sub.
To be detailed.
Formation natural spectra gamma ray tool, with
spectral determination of radioactive elements
potassium, Thorium and Uranium.
To be detailed.
Natural gamma ray logging tool, for measuring the
natural radioactivity of formations.
To be detailed.

CONTRACTORS RESPONSE

CNOOC IRAQ LIMITED


Dual Lateral resistivity log, including deep and
medium resistivity. Temperature rating: 176
range of measurement: 0.2-40000 ohm-m, vertical
resolution: >20 inches.
To be detailed.
Enhanced Array Induction Logging
tool Depth of investigation
includes

1020306090120inA
pparent vertical resolution true
or matched 1 2 4ft.
(0.305m0.61m1.22m)
Measurement Range 0.1-2000
ohmm-m.
To be detailed.
Micro spherical focused laterolog, Temperature
rating: 176, range of measurement: 0.2-2000
ohm-m, caliper: 5.9inches~19.68inches, vertical
resolution: <10 inches. Suitable for borehole size:
6~20inches.
To be detailed.
Digital acoustic logging tool, to provide DT
measurement of the formation. Temperature rating
176, absolute resolution: 1 microseconds,
vertical resolution: <8 inches. Capable to perform
CBL/VDL logging in 5inches~9-5/8 inches casing.
To be detailed.
Cement bond imaging logging tool, Temperature
rating 176vertical resolution:0.25ft, radial
resolution: 60 degrees, depth of investigation: 2in.
The tool can also combined with GYRO tool in
single trip which can measure the well trajectory
simultaneously.
Compensated
neutron
tool,
temperature
rating:176, suitable for borehole diameter:
4.75inches~24inches, depth of investigation:
12inches, vertical resolution: 26inches.
To be detailed.
Litho-density tool to determine formation
photoelectric absorption index and bulk density.
Temperature rating:176, suitable for borehole
diameter: 6~22inches, measuring range: Density:
1.3-3.0g/cc, Pe:0-10 B/e, depth of investigation:
8inches, vertical resolution: 19inches.
To be detailed.
Rotary sidewall coring tool, recover up to 30 cores
per trip, the core length > 1.5, core
diameter>20mm.
To be detailed.
Resistivity imaging tool in WBM. Temperature
rating: 176, borehole coverage: 63% in 8
borehole size, vertical resolution: 0.2inches, suitable
borehole diameter: 6in~21inches.

CNOOC IRAQ LIMITED


To be detailed.
Cross dipole sonic tool, can be used in evaluate
formation porosity, judge lithology, identify gas
formation, analyze permeability, judge direction of
strata, anisotropy of formation rock and distribution
of principle stress in formation.
To be detailed.
Logging While Drilling tool, can be used in realtime quantitative formation evaluation well to
well correlations of formation and well placement.
LWD logging data,including phase and attenuation
dual-frequency resistivity (16- 22 28 34 and
40-in spacing)data Gamma ray data Neutron
Porosity
Bulk Density and Sonic Data.
Max operating temperature:150, suitable for
borehole diameter: 5~9inches, range of resistivity
measurement: 0.2-2000 ohm-m, Maxtool curvature
(15/100ft rotaing30/100ft sliding) Max flowrate
400 gasus/min Max pressure 20000psi
To be detailed.
Modular formation characteristic testing and
sampling tool, can recover fluid samples and PVT
samples in one single trip.
To be detailed.
Open hole logging accessories, including
centralizer, de-centralizer, swivels, knuckle joints,
crossovers, racks, toolbox, rig-up equipment,
logging sheaves etc. required to operate above
equipment.
Fishing tools and kit. For all hole sizes to fit
CONTRACTORs logging tools, capable of side
door fishing and cut & thread fishing, shall have
emergency release design in case catch downhole
fish but fail pull out.
To be detailed.
Perforating stimulation software, stimulate and give
suggestion to COMPANY how to choose proper
shaped charge to get maximum production.
Equipment for loading/unloading gun charge. Able
to provide sufficient equipment and procedures for
safe removal/loading of charges from loaded guns in
an onland environment. Procedure should be
submitted for technical evaluation.
Explosive container, able to provide separate
containers or containers with divided compartments
for primary and secondary explosives.
To be detailed.
Casing collar locator tool (CCL), capable of running
through 2-3/8 tubing and/or casing, reading
tubing/casing collars for depth correlation and
electrical fire.

CNOOC IRAQ LIMITED


To be detailed.
General purpose GR tool for positioning/depth
correlation/electrical fire. Please attach full
description.
TCP depth correlation tool, consist of GR and CCL,
be capable of running through 3-1/2 drillpipe and
2-3/8 tubing.
To be detailed.
Storage and transportation Racks for perforating
gun.
To be detailed.
High resistivity blasting cap (pressure tighten/ fluid
sensitivity type). Resistivity: 56 Ohm.
To be detailed.
Radioactive marker full bore sub, suitable for use in
6-5/8 casing. Cobalt-60 or equivalent source.
To be detailed.
Supply of radioactive pip-tags adequate for
support of COMPANY work program.
To be detailed.
Percussion detonator.
To be detailed.
HMX Detonating cord, explosive density: 80 grain.
To be detailed.
Safety mechanical firing head. Ignited by steel drop
bar, cannot be ignited when hydraulic pressure less
than 435psi.
To be detailed.
Pressure firing head.
To be detailed.
Annulus pressurizing device, transfer annulus
pressure into tubing to ignite firing head.
To be detailed.
Time delay booster. Min time delay: 6mins.
To be detailed.
Vertical shock absorber. Please attach full
description.
Drop bar/pressure activated under-balance vent
device.
To be detailed.
Bi-directional booster.
To be detailed.
Fill disc sub. Capable use in TCP string to prevent
debris falling on firing head.
To be detailed.
Tubing joint/heavy wall tubing joint.
To be detailed.
MRP (multiple re-entry perforating) or equivalent
technology can enlarge the perforating channel;
remove the crushed annular area from perforating
channel to improve well production.
To be detailed.
5 Casing gun with shot density 5 SPF, 9SPF, deep
penetration HMX charge. 5 SPF casing gun shaped

CNOOC IRAQ LIMITED


charge penetration>39, hole diameter>0.45. 9 SPF
casing gun shaped charge penetration>25, hole
diameter>0.40 Shaped charge shall attach API 19B
certificate.
To be detailed.
Gap detonating sub, which can prevent well fluid
flow inside spacer gun, have port for spacer gun
internal pressure release, mainly function for
prevent crude oil spill out to cause pollution.
To be detailed.
All necessary safety spacers, crossovers, pup joints,
tandem subs and bull plugs, are manufactured to
API specifications.
To be detailed.
4.2 Optional wireline Logging & TCP equipment:
COMPANY REQUIREMENT

CONTRACTORS RESPONSE

Setting tools for bridge plugs, packers, etc. Packer


setting tools will be needed for casing sizes 6-5/8,
combinable with CCL for depth determination.
To be detailed.
Free point indicating equipment. For all drill pipe
and tubular sizes, with capability to run in
combination with CCL.
To be detailed.
String shot back-off tool for all standard sizes of
drill pipe and heavy weight drill pipe from 2
5 O.D., drill collars from 4-3/4 9 and tubing
from 2 4 O.D.
To be detailed.
Jet Cutting tools, which is capable of cutting 3-1/2
drillpipe, 5 drillpipe.
Tubing punching equipment and tools
NOTES
Backup tools must be available on location for each specified service plus spare parts, as needed, to maintain
CONTRACTORs tools and equipment.
5.

Personnel Requirement

Following requirements are pertinent to CONTRACTOR. CONTRACTOR must strictly comply with below
requirements, any deviation against these requirements may cause CONTRACTOR been disqualified.
5.1 CONTRACTOR shall provide a data interpretation engineer for data quality control and data processing,
and provide a data processing center in Iraq.
5.2 CONTRACTOR shall supply a fully qualified, competent, experienced, and sufficient in number crew to
implement the Contract and meet its specifications and standards in respect of safety, efficiency and
technical competency, operate the CONTRACTOR supplied equipment, provide the required Wireline
logging and Perforating services. The personnel shall including one (1) technical coordinator, field
engineer, and assistant engineer, and maintenance engineer, data interpretation engineer, perforating
specialist, chief operator and operator.

CNOOC IRAQ LIMITED


5.3 The crew shall be fully familiar with the function, specifications, and operation of all the equipment
specified in the Technical Bid to perform the work in an effective, efficient and professional manner.
5.4 For all personnel proposed, CONTRACTOR shall provide a CV/resume (see annex 1) listing education,
experience, and qualifications. Any and all key personnel provided by CONTRACTOR shall be fluent in
English, preferably in Chinese. The crew shall be available for call-out on a twenty four (24) hour, seven
(7) working days per week basis.
5.5 CONTRACTOR shall fully co-operate with any other CONTRACTORs or sub-CONTRACTOR(s)
utilized by COMPANY and give them all reasonable assistance as requested by COMPANY.
5.6 CONTRACTORs field personnel function as part of the rig site execution team and are expected to
contribute to achieving operational goals. CONTRACTORs field personnel should notify COMPANYs
representative(s) immediately of any safety issues or operational inefficiency that they witness.
5.7 COMPANY shall be given the opportunity to review the CV/resume and qualifications of proposed
CONTRACTORs personnel and to conduct interviews prior to assignment. COMPANY reserves the right
to reject in its sole discretion CONTRACTOR personnel based on these assessments.
5.8 All CONTRACTORS personnel must have current valid certificates for medical check-up; Anti H2S, Fire
Fighting and First aid from approve schools. A copy of certificates shall be attached in the bidding
document. Evidence of said training in the form of a certificate must be delivered to COMPANYS
designated representative at least seven (7) days before the commencement of the drilling operation.
5.9 CONTRACTORS maintenance engineer shall have at least five (5) years equipment maintenance
experience.
5.10 The logging engineer shall have a minimum of five (5) years oil field working experience
CONTRACTORS data processing & interpretation engineer shall have a minimum five (5) years working
experience. The assistant engineer shall have at least three (3) years oil field working experience.
5.11 The chief operator shall be able to operate winch and shall have at least five (5) years oil field working
experience.
5.12

The operator shall have at least two (2) years oil field working experience.

5.13 The perforating specialist shall have a minimum Five (5) years working experience. CONTRACTOR
shall designate a Technical Coordinator (fluent in English or Chinese speaking, reading and writing)
specifically for the COMPANY account to interact as the single point of contact. The Technical
Coordinator shall handle all problem resolution, and attend necessary Meetings held during execution of
this Contract. The Technical Coordinator shall have minimum eight (8) years oil field service experience
The Technical Coordinator should have the necessary skills and experience to meet the following
requirements:

Working with client staff to plan and design jobs.


Handling all logistic operations and ensure that all personnel and equipment for each job are at the rig on
time.

Understanding

of well security, personnel safety, environmental regulations, operating limits, and


operating standards.

Real time monitoring of well site operations and capable of solve well site problems.
6.

Resume Format for CONTRACTORS Personnel

Please refer to Appendix 2G: RESUME FORM in PROPOSAL CONTENTS AND FORMS ATTACHMENT
END OF EXHIBIT4-4, ATTACHMENT 4 OF APPENDIX A

CNOOC IRAQ LIMITED

CNOOC IRAQ LIMITED

APPENDIX A: ATTACHMENT 4- EXHIBIT 4-6

COMPLETION RIG SUPPORT SERVICE (DAILY RATE)


FOR
DRILLING RIG AND ASSOCIATED SERVICES
FOR TWELVE VERTICAL WELLS

CNOOC IRAQ LIMITED

SCOPE OF WORK

1.1 GENERAL
COMPANY, as the Lead Contractor of the MISSAN Oilfields, intends to utilize three (3) Drilling Rigs to
perform completion supporting services for twelve (12) vertical wells, right after each well drilling operation.
CONTRACTOR shall complete the wells in the manner and to the extent desired by COMPANY.
CONTRACTOR shall perform the WORK professionally and safely with due diligence and efficiency in the
most expedient manner with full regard to minimizing the impact on the environment in the area in accordance
with sound principles and current practices in the geophysical and oil industry standard, and with full regard to
COMPANYs interests.
CONTRACTOR shall perform the WORK in accordance with all other terms and conditions of this
CONTRACT, which shall not be changed except by formal amendment in writing and signed by the parties
hereto.
CONTRACTOR shall acknowledge the specific features of the area of operations and the expected conditions at
well site, especially H2S and CO2 hazards.
CONTRACTOR shall provide completion supporting services as specified in this Appendix with drilling rigs and
associated equipment, tools and materials, qualified and competent personnel in ABU GHIRAN oilfield ,
BUZURGAN Oilfield and FAUQI Oilfield of MISSAN OILFIELDS, IRAQ.
This Appendix describes the scope of WORK to be performed by CONTRACTOR with the specifications,
instructions, standards, and other documents specified on the materials, tools or equipment, which
CONTRACTOR shall satisfy or adhere to in the performance of the WORK.
COMPANYS Representatives and Supervisors shall have the dedicated single occupancy of living
accommodation and sufficient office space, which will be provided by CONTRACTOR at well site.

1.2 SCOPE OF WORK


Total scope of work in this ITT includes eight (8) development wells in ABU GHIRAB Oilfield, three (3)
development wells in BUZURGAN Oilfield and one (1) development well in FAUQI Oilfield. The reservoir
depths and well type of these twelve (12) wells are listed as below:
Oilfield
ABU GHIRAB
ABU GHIRAB
ABU GHIRAB
ABU GHIRAB
ABU GHIRAB
ABU GHIRAB
ABU GHIRAB
ABU GHIRAB
FAUQI
BUZURGAN
BUZURGAN
BUZURGAN

Well
Name
AGCS-50
AGCS-51
AGCS-52
AGCS-53
AGCS-54
AGCS-55
AGCS-56
AGCN-57
FQCN-54
BUCN-58
BUCN-59
BUCS-61

Well
Profile
Vertical
Vertical
Vertical
Vertical
Vertical
Vertical
Vertical
Vertical
Vertical
Vertical
Vertical
Vertical

Well
Type
Producer
Producer
Producer
Producer
Producer
Producer
Producer
Producer
Water Injector
Water Injector
Water Injector
Water Injector

Target

Nominal Depth

ASMARI Unit A + Unit B


ASMARI Unit A + Unit B
ASMARI Unit A + Unit B
ASMARI Unit A + Unit B
ASMARI Unit A + Unit B
ASMARI Unit A + Unit B
ASMARI Unit A + Unit B
ASMARI Unit A + Unit B
ASMARI Unit A + Unit B
MISHRIF MB21+MC1
MISHRIF MB21+MC1
MB-21

+/- 3200m
+/- 3200m
+/- 3200m
+/- 3200m
+/- 3200m
+/- 3200m
+/- 3200m
+/- 3200m
+/- 3200m
+/- 4200m
+/- 4200m
+/- 4200m

The completion supporting services with Drilling Rig shall be on Daily Rate Basis Contract as dictated in the
Attachment 2 Responsibility Matrix.
More details information can be found in Geology Program, Drilling Program and Conceptual Completion

CNOOC IRAQ LIMITED


Design in Attachments.
COMPANY has right to adjust or amend the completion sequence and methods.
CONTRACTOR shall provide the following primary equipment, tools and materials for completion operations:

Drilling Rigs and associated equipment.


Cementing unit for setting packers and pressure tests.
Tubular Running Equipment with torque monitoring and handling tools.
Mud logging equipment and service

CONTRACTOR shall provide the Completion Supporting Service with Drilling Rig equipment, tools, materials
and crew as specified in this ITT.

CNOOC IRAQ LIMITED

2
COMPLETION SUPPORTING SERVICE
2.1
GENERAL
CONTRACTOR is responsible for providing the Completion Supporting Service with Drilling Rigs in the
compliance with the SCOPE OF WORK and the requirements set forth in this specification.
Nothing in this specification shall relieve the CONTRACTOR of the responsibility for performance, in addition
to the requirements of this specification, such analysis, tests, inspections and other activities that the
CONTRACTOR considers necessary to ensure that the completion operation are satisfactory for the objectives
intended, or as may be required by common usage or good practice.
Modification to the requirements of this specification may be proposed by the CONTRACTOR for the
COMPANY approval, with the support of proper documentation.
The CONTRACTOR shall keep an accurate record of Well Completion Operations and activities on the Drilling
Unit(s), and any other pertinent information relative to the well which would normally be recorded in accordance
with good international oilfield practice and/or which the COMPANY may request and/or which is required by
the Contract to be recorded on the International Association of the CONTRACTORs Completion Report Forms
(IADC Forms).
This shall include, without limitation (Forms for the following reports shall be proposed in Completion Part of
Tender):

Daily Completion Report (IADC)


Daily Mud Logging Report
Weekly BOP Check List
Rates and Daily/Accumulative Volume of Fluid Loss
Weight Indicator and Pump Pressure Charts
Any and All Relevant Records and Data as requested by the COMPANY.

At the end of each day, CONTRACTOR shall deliver to COMPANY the original IADC Forms plus a legible
copy thereof and a legible copy of other data relating to Well Completion Operations. The IADC Forms are to be
duly signed by CONTRACTORs Representative. On agreement of the content of the IADC Forms,
COMPANYs Representative shall sign the original and the copy and return the copy to CONTRACTOR.
Without limitation, the IADC Forms shall give an accurate log and history of each well showing the operation
summary and description, depth of completion strings deployed, and completed down-hole problems, etc., during
the preceding twenty four (24) hours, and the results of the tests of well control devices.
Contractor shall be responsible to carry out the completion operations safely and efficiently as per approved
completion program.
CONTRACTOR shall comply with Iraqi rules and regulations for environmental protection and be fully
responsible for all waste treatment and harmless disposal on all the industrial and living rubbish generated from
the completion operation, and the treatment should be performed throughout the operation, and at the end of
operation.
CONTRACTOR is encouraged to recommend or propose any different General Completion Designs with
Drilling Rigs that could be considered by COMPANY to improve well quality and/or cost control. These
recommendations should be made separately from the primary data requested in this ITT.
2.2

RIG AND SERVICE CREW

The RIG CREW that CONTRACTOR shall provide under COMPLETION SUPPORTING SERVICE WITH
DRILLING RIG are inclusive of but not limited to:

Rig crew sufficient for completion operation.


Mud logging service crew

CNOOC IRAQ LIMITED

Tubular Running Service Crew


Cementing unit operators.
Catering service crew (including medic).
Security team (optional)

CONTRACTOR shall furnish the number and classifications of personnel to operate the each Drilling rig &
associated equipment, including the cementing unit operators, chefs & doctors, and site security team, etc. In
addition to that, CONTRACTOR shall supply the resume of CONTRACTORs personnel to COMPANY, limited
on the personnel not covered in Drilling Part of Tender.
CONTRACTOR shall organize experienced personnel working on the Drilling Rig, at the operating base and in
CONTRACTORS main office for the WORK.
Minimum requirements on CONTRACTORs Personnel Training and certificate are required as following:

Fire Fighting
First Aid
H2S safety training certificate.

Well Control Certificate is the minimum requirement to the following position of CONTRACTORs Personnel: -

Rig manager
Senior Tool Pusher
Tour Pusher
Driller
Assistant Driller
Derrick man
Mud Engineer

CONTRACTOR shall employ the local personnel to do the low class work on the well site.
CONTRACTORs personnel shall be on routine shift rotation as per CONTRACTORs management.
CONTRACTOR shall propose the CV and the summary sheet of tubular running crew and cementing crew as
follows.

2.3

EQUIPMENT, TOOLS AND MATERIALS

The EQUIPMENT, TOOLS AND MATERIALS that CONTRACTOR shall provide under COMPLETION
SUPPORTING SERVICE WITH DRILLING RIG are inclusive of but not limited to:

Drilling rig and associated equipment.


Top drive c/w mud saver valves, upper & lower IBOP.
Bit breaker, drift tool for drilling tools & all size casing & tubing.
Drill pipes, HW Drill Pipe, all necessary X-over and lifting subs, and weight indicator (Mud Watch
system) for completion operations as per the specifications mentioned in the drilling part.
BOPs, bell nipple, choke and kill manifold & lines, burning line remote operated choke, oil and gas
separator, adequate vent lines.
Replacement rubber goods, elements, Gaskets, seals and all normal consumables for CONTRACTORs
annular type preventers, ram type preventers, BOP stack and controls. BOPs handling, installation and
testing equipment (HP pump, tester cup, tester stump, testing equipment).

CNOOC IRAQ LIMITED

Adaptor between well head & BOPs extended drilling spool.


Tester cups for all casing sizes.
Mud lab with equipment with control & measure apparatus for principal completion & packer fluid
property measurement (weight, viscosity, chlorides & NTU, etc.).
Tanks for fuel, water, completion fluid, perforation fluid & packer fluid.
Tanks for well fluid of the mini flow back as a consequence of negative TCP or wireline perforation.
Rig facilities pump.
Lifting equipment for CONTRACTORs & COMPANYs equipment & tools at well site (Crane and
forklift, etc.).
Rig camps.
Other X-overs used for rig completion supporting service.
Casing scrapers with all necessary X-over, etc. for completion to be as per completion operations
requirements.
5-1/2 and 5-5/8 tri-cone bit, stabilizer and X/O for well wiper trip.
Cementing unit for setting packer and pressure test for packer, BOP & X-mas tree, etc.
Tubing Running Equipment with torque monitoring and handling tools, single elevator, elevator, safety
clamps, false rotary, slips and related equipment for running perforated liner, blank pipes, packer, tubing
& flush tubing, sand screen, etc.
Conventional /Standard /Special fishing tools for all completion down hole tools provided by
CONTRACTOR.
Fishing tools for COMPANYs completion down-hole tools/equipment.
Repair and replacement parts for CONTRACTOR furnished fishing tools.
Purify & Filter equipment for Diesel.
Lube oils/ grease/ hydraulic fluids/ cleaning solvents for the rig and associated equipment.
Dope / lubricant / thread lock for perforated liner, tubing & completion tools, etc.
Completion water and living water.
Consumables for drilling rig and all completion supporting service equipment.
Other consumable materials and spare parts, such as screens, pistons, oxygen, acetylene & steel wire,
etc.
Boarding for Stand Back Area (wooden mats).
Matting boards for Rig and related equipment base, etc.
Diesel fuel for rig, camp, service equipment (cement unit, wireline unit, slick line unit & TCP, etc.)
beyond project schedule.
HSE equipment and instrument as required for completion operation.
Office facility for COMPANY representatives on rig site (Three caravans including offices and rooms
for accommodation).
CONTRACTORs operation base facility.
RTTS packer used in 6-5/8, 7, 9-5/8casing; Safety joint and storm valve used in 6-5/8, 7, 95/8casing
Equipment not mentioned above but necessary to satisfy the completion operations requirements.

For more specified details on responsibility distribution, please refer to SERVICES & SUPPLIES
RESPONSIBILITIES MATRIX.
The requirement and specifications on the above mentioned equipment, tools and materials in Drilling Part of
Tender shall be applicable in Completion Part of Tender.

CNOOC IRAQ LIMITED

CONTRACTOR shall propose the following Drill String Stabilizers:

CONTRACTOR shall propose the following Tubular Running Equipment and Tools:

The detail specifications requirement of above equipments or tools, refer to section A & B of APPENDIX A

CNOOC IRAQ LIMITED

CONTRACTOR shall propose the following Cementing Unit for Setting Packers and Pressure Tests:

2.4

SCOPE OF SERVICE

The SCOPE OF SERVICE that CONTRACTOR shall provide under COMPLETION SERVICE IN GENERAL
are inclusive of but not limited to:

Completion operation with drilling rig, rig associated equipment and rig crew.
6 5/8, 7 AND 9 5/8 Scrape casing.
Super clean mud tanks and circulation system prior to contain completion and packer fluid
Mixing completion fluid, perforation fluid & packer fluid.
Tubular running service for all completion string including sand screen.
Installation service of wellhead, tubing spool and X-mas tree, running/ retrieving BPV & two-way check
valve.
Use cementing unit to set packer/seal and do all pressure tests.
Running tubing string w/ completion tools & equipments.
Assist for ESP running Operation; make up cable bands/clamps and others requested byComapny.
Assist Acidizing and flowback operations (The acidizing and flowback
Operations shall be conducted with Drilling. Rig through the third party)
Fishing service for all down-hole tools.
Mud logging and real-time data transmission service, completion data recording service.
Communication via internet and phone on site.
Medical service, first aid treatment, medicine and medical evacuation onsite.
Catering and accommodation service for contractor personnel.

CNOOC IRAQ LIMITED

Catering and accommodation service for 12 COMPANY personnel at well site for each rig (at least two
single bed room and two offices shall be provided for Company man)
Catering and accommodation service for beyond 12 persons from COMPANY at well site for each rig.
Office for Company man, the facility shall be provided in the office including the desk phone, internet,
fridge, walkie-talkie, desk, chairs, mud logging monitor, etc. Management, maintenance, loading and
unloading of materials, tools and equipment provided by COMPANY at well site.
Transportation for CONTRACTORs material & personnel
Inspections of CONTRACTORs drill stem, slings, shackles, belt, lifting gears, down-hole tools and
repair of defects detected by inspection or by COMPANY.
Welding/cutting on site.
Security team for CONTRACTORs personnel transportation between Basra airport and working base
Waste treatment service at well site.
Inspection, maintenance and keeping good condition of drilling rig and all associated equipment
IWCF or IADC well control, H2S, first aid, CPR, firefighting, HSE related emergency measures, and
other required training for relevant RIG CONTRACTORs personnel
Storing and managing CONTRACTORs equipment & materials in the area provided by COMPANY
during the completion work
Waste treatment on the mini flow back of well fluid as a consequence of negative TCP or wire-line
perforation.
Well site recovery and waste disposal (include all industrial and living rubbish & waste oil & water)
after rig moving out.
Building Warehouse for storing and managing CONTRACTORs equipment & materials.

For more specified details and information regarding the services and time schedule estimations, please refer to
CONCEPTUAL COMPLETION DESIGN.

CNOOC IRAQ LIMITED

CONCEPTUAL COMPLETION DESIGN

3.1 FIELD INTRODUCTION


MISSAN Oil Fields consists of 3 oilfields, i.e. ABU GHIRAB Oilfield, BUZURGAN Oilfieldand FAUQI
Oilfields. They are all giant onland oil fields which are located 175 kilometers north of Basra city and 350
kilometers southeast of Baghdad city in Iraq (Figure 3-1). All the three oil fields have one similar structure: NWSE trending elongated anticlines. The area of the three oil fields is as follows: the BUZURGAN oil field is 40km
by 7km, the ABU GHIRAB oil field is 30km by 6km, and the FAUQI oil field is 23km by 6km.
MISSAN Oil Fields are reservoir of anticline structure control, medium porosity and low-permeability tertiary
carbonate rock and cretaceous limestone. The main producing formations consist of two parts: one is ASMARI
formation belonging to tertiary carbonate rock, which is born in the ABU GHIRAB and FAUQI oilfields (upper),
the other is MISHRIF formation belonging to cretaceous limestone, which is born in the BUZURGAN and
FAUQI oilfields (lower). Both of the reservoirs are driven by bedded edge-water and blocky basal-water.
ABU GHIRAB Oilfield
ABU GHIRAB Oilfield is located in the border of Iraq and Iran. It was brought into production in 1976, but was
shut down from the end of 1980 until the mid of 1998 for 17 years due to the war.
ABU GHIRAB Oilfield is a NW-SE oriented elongated anticline. There are 45 producers (wells). Meanwhile, the
current reservoir pressure is still above the bubble-point pressure due to sufficient formation energy. Fluids
properties are shown in table 2.3
BUZURGAN Oilfield
BUZURGAN oilfield which is relatively far away from the border of Iraq and Iran and was put into production
in 1976, but shut in from end of 1980 until middle 1998 for 17 years due to the war.
BUZURGAN Oil field is also a NW-SE oriented elongated anticline measuring 40km by 7km. The MISHRIF
formation is the evaluation and development formation, but only MB21 and MC1/MC2 sublayers of MISHRIF
are on production. There are 49 production wells. The property of oil from BUZURGAN oilfield is as shown in
table 2.3.
FAUQI Oilfield
The FAUQI Oilfield lies in the border of Iraq and Iran, including two formations of ASMARI and MISHRIF. It
was brought into production in 1979, but was shut down from the end of 1980 until the mid of 1998 for 17 years
due to war.
The FAUQI Oilfield is also a NW-SE oriented elongated anticline. As for the two production formations, the
ASMARI Oil Field produces 75% of the total oil and the rest amount of oil is from the MISHRIF formation.
Currently, there are 36 producers (wells). The property of oil from FAUQI oilfield is also shown in table 2.3.

CNOOC IRAQ LIMITED

Figure 3-1: Location of MISSAN Oil Fields

3.2 RESERVOIR CHARACTERISTICS


According to the core data and the reservoir log response, the reservoir lithology is carbonate rock and the
bottom of the ABU GHIRAB is sandstone and clastic rock, the reservoir lithology is carbonate rock and the
bottom of the BUZURGAN is dolomite. The reservoir bearing is mainly porous, with certain micro-fracture, but
the micro-fracture does not make contributions to the reservoir more. The reservoir characteristics are shown as
follows:
Table 3-1 Reservoir Characteristics of MISSAN Oil Fields
Oilfield

ABU GHIRAB

BUZURGAN

FAUQI

Wells

45

49

36

Formation

ASMARI

MISHRIF

ASMARI

MISHRIF

TVD

2800-3200m

3800-4200m

2800-3200m

3800-4200m

Porosity

10-30%

10-25%

10-30%

10-25%

Average porosity

14.5%

14-18%

19%

14-18%

Permeability

0.1 - 10mD

1 - hundreds mD

0.1 - 10mD

1 - hundreds mD

CNOOC IRAQ LIMITED

3.3 RESERVOIR FLUID CHARACTERISTICS


The Reservoir Fluid Characteristics of MISSAN Oilfields are shown as follows:

3.4

Item
Ambient Temperature
Rain Interval
Humidity (in Rain
season)
Crude Oil:

ABU
GHIRAB
(ASMARI)
-5~55
Nov.~March
60%~90%

API
21.9
GOR initial/present
103/100
Crude oil volume factor
1.36
bubble pressureMPa 16.89
Asphaltenes,% wt.
Wax.% wt.
Sulphur,% wt.
Hydrogen sulphide(ppm)
Salt lb/1000 brl
Water,% vol.
Corrosive gas partial pressure:
CO2
pressure/PSI)

(partial

13.8~29.9

H2S(partial
0
pressure/PSI)
Formation Water analysis:

BUZURGAN
( MISHRIF)

FAUQI
(ASMARI)

FAUQI
(MISHRIF)

-5~55
Nov.~March

-5~55
Nov.~Marc
h
60%~90%

-5~55
Nov.~March

22.5
115/110
1.41
18.34

25.4
86/80
1.22
17.93
4.1
3.2
3.58
-233
0.25

25.4
125/110
1.46
18.13
7.4
1.66
2.92
-100
0.45

91.5~189.4

13.8~29.9

91.5~189.4

16.2~118.1

16.2~118.1

77940
15830
168953
5.12

62030
13450
122761
4.97

60%~90%

Na (mg/L)
16120
196
Ca (mg/L)
2685
299
CL (mg/L)
34844
1165
PH
4.64
7.79
TEMPERATURE AND PORE PRESSURE

Remarks

60%~90%

The formation temperature and pore pressure is normal temperature and pressure system.
The Formation Temperature and Pore Pressure of MISSAN Oilfields is as follow:
Oilfield

Layer
System

Pressure
Coefficient/Pressure

Geothermal Gradient/Temperature
(0C/100m)

ABU GHIRAB

ASMARI

1.163/4300psi

3.35/980C

BUZURGAN

MISHRIF

1.171.184

3.15/1380C

ASMARI

1.147/4700psi

3.35/950C

MISHRIF

1.148/5800psi

3.15/1380C

FAUQI

F
O
R
M
A
TI
O
N

CNOOC IRAQ LIMITED

3.5 COMPLETION METHOD FOR NINE (9) PRODUCERS


No.
1
2
3
4
5
6
7
8
9

Well
Name
AGCS-50
AGCS-51
AGCS-52
AGCS-53
AGCS-54
AGCS-55
AGCS-56
AGCS-57
FQCN-54

Casing Program

Completion Method

30" Conductor X 30m


20" CasingX120m
13-3/8"CasingX2100m
9-5/8" CasingX2900m
6-5/8" Liner
X2700~3200m

Cased-Hole perforation with underbalance or


overbalance perforating technology.
Complete the perforated intervals with single or dual
or triple packers based on selective production
requirement.
Install 4-1/2" OD and/or 3-1/2" OD and/or 2-7/8"
OD tubing for natural flow or ESP artificial lift

3.6 COMPLETION METHOD FOR THREE (3) WATER INJECTORS


No.
1
2
3

Well
Name
BUCN-58
BUCN-59
BUCS-61

Casing Program

Completion Method

30" Conductor X 30m


20" CasingX120m
13-3/8"CasingX2100m
9-5/8" CasingX2900m
6-5/8"
Liner
X2700~4200m

Cased-Hole perforation with under balance or


overbalance perforating technology.
Complete the perforated intervals with triple packers
based on selective water injection purpose.
Install 4-1/2" OD / 3-1/2" OD tubing for selective
water injection.

3.7 ESTIMATED TIME SCHEDULE FOR COMPLETION OPERATION


-

In case if running the ESP during completion operations, the estimated time for
acidizing/flowback and ESP assy. shall be based the actual operations time.
- The actual operation procedure shall be based on Company schedule and
requirement.
- The operation time & steps is just estimated for Contractor reference, actual
progress shall be suit to site situation and completion supervisors instruction.
1) Estimated Time Schedule for ABU GHIRAB/ FAUQI Vertical Well Completion (+/- 3200m, Single
Completion Asmari) with Drilling Rig.
Single completion string one layer Estimated Time Schedule:
No.

Job Description

Est. Time,
(Hrs)

Cumulative,
Total Hrs

Cumulative,
Total days

30

30

1.25

53

83

3.46

Scrape 6-5/8" liner prior to TCP w/ BHA


1

including scraper, safety joint, drilling jar and so on,

clean out and displace hole to fresh water and


then to filtrated completion fluid, POOH.
One trip TCP run (underbalanced), W/L depth
correlation, fire guns, reverse circulation, and
POOH, L/D as per supervisor instruction

CNOOC IRAQ LIMITED

RIH 3-1/2" tubing string with 6-5/8 permanent


packer & seal assy, displace to packer fluid,
W/L job to set check valve, set packer,
pressure test, W/L job to retrieve check valve
and land tubing hanger.
N/D BOP stack, N/U X-mas tree and pressure
test, and drifting Tbg. String by slickline
operation.

46

129

5.38

15

144

6.00

144

6.00

Total Estimated Time

Two layers Estimated Time Schedule

16.1.1.1.1.1.1 No.

2
3
4

16.1.1.1.1.1.2 Job Description

16.1.1.1.1.1.3 16.1.1.1.1.1.4
Est. Time,
Cumulative,
16.1.1.1.1.1.5 Cumulative,
(Hrs)
Total Hrs
Total days

Scrape 6-5/8" liner prior to TCP w/ BHA including


scraper, safety joint, drilling jar and so on, clean out
and displace hole to fresh water and then to
filtrated completion fluid, POOH.
One trip TCP run (underbalanced), W/L depth
correlation, fire guns, reverse circulation, and
POOH.
Scrape 6-5/8" liner after TCP, scrap around perf.
Intervals, POOH.
RIH with lower permenant packer on 3 1 /2' D/P's,
W/L Correlations, POOH, L/D as per supervisor
instruction
RIH 3-1/2" tubing string with 6-5/8 permanent
packer & seal assy, displace to packer fluid, W/L
job to set check valve, set packer, pressure test,
W/L job to retrieve check valve and land tubing
hanger.
N/D BOP stack, N/U X-mas tree and pressure
test, and drifting tbg. String by slickline operation.

30

30

1.25

36

66

2.75

26

92

3.83

53

145

6.04

46

191

7.96

15

206

8.58

206

8.58

Est. Time,
(Hrs)

Cumulative,
Total Hrs

Cumulative,
Total days

30

30

1.25

36

66

2.75

26

92

3.83

34

126

5.25

53

179

7.46

Total Estimated Time

Selective completion Three layers Estimated Time Schedule


No.

2
3
4
5

Job Description

Scrape 6-5/8" liner prior to TCP w/ BHA including


scraper, safety joint, drilling jar and so on, clean out
and displace hole to fresh water and then to
filtrated completion fluid, POOH.
One trip TCP run (underbalanced/overbalance),
W/L depth correlation, fire guns, reverse
circulation, and POOH.
Scrape 6-5/8" liner after TCP, scrap around perf.
Intervals, POOH.
RIH with lower permanent packer on 3 1 /2' D/P's,
W/L Correlations, POOH,
RIH with Middle permanent packer on 3 1 /2'
D/P's, POOH, L/D as per supervisor instruction

CNOOC IRAQ LIMITED

8
2.

RIH 3-1/2" tubing string with 6-5/8 permanent


packer & seal assy, displace to packer fluid, W/L
job to set check valve, set packer, pressure test,
W/L job to retrieve check valve and land tubing
hanger.
N/D BOP stack, N/U X-mas tree and pressure
test, and drifting tbg. String .

46

225

9.38

15

240

10.00

240

10.00

Total Estimated Time

Estimated Time Schedule for FAUQI Vertical Well Completion (+/- 4200m,
selective Completion Mishrif), water injection well Three layers with Drilling
Rig.
Job Description

Est. Time, (Hrs)


Cumulative, Total Cumulative,
Hrs
Total days

w/ BHA including scraper,


safety joint, drilling jar and so on , clean out and displace
Scrape 6-5/8" liner prior to TCP

36

36

1.50

hole to fresh water and then to filtrated completion fluid, POOH.

One trip TCP run (underbalanced/overbalance), W/L depth


correlation, fire guns, reverse circulation, and POOH.

43

79

3.29

Scrape 6-5/8" liner after TCP, scrap around perf. Intervals, POOH.

31

110

4.58

RIH with lower permanent packer on 3 1 /2' D/P's, W/L


Correlations, POOH,

41

151

6.29

RIH with Middle permanent packer on 3 1 /2' D/P's, POOH, L/D


as per supervisor instruction

64

215

8.96

RIH 3-1/2"/4 1/2" tubing string with 6-5/8" permanent packer &
seal Assy, displace to packer fluid, W/L job to set check valve, set
packer, pressure test, W/L job to retrieve check valve and land
tubing hanger.

55

270

11.25

N/D BOP stack, N/U X-mas tree and pressure test and drifting the
Tbg. String.

15

285

11.88

Total Estimated Time

285

11.88

CNOOC IRAQ LIMITED

3.8 SAMPLE WELL SCHEMATIC


1) ABU GHIRAB/ FAUQI Vertical Well (Around 3200m, Asmari) Completion Schematics
- One layer production completion schematics

CNOOC IRAQ LIMITED

Two layers production completion schematics

CNOOC IRAQ LIMITED

Three layers production completion schematics

CNOOC IRAQ LIMITED

2) Buzurgan Water injection Vertical Well (around 4200m, Mishrif) Completion Schematics

END OF Exhibit4-6, Attachment 4 of Appendix A

CNOOC IRAQ LIMITED


APPENDIX A ATTACHMENT 5
GENERAL TECHNICAL REQUIREMENTS
1 SCOPE OF WORK AND TECHNICAL REQUIREMENTS
The Scope of general technical requirements shall be specified in details in the following
Exhibits:

Exhibit 5-1 General requirements

Exhibit 5-2 Logistic requirements

Exhibit 5-3 Construction requirements

APPENDIX A: ATTACHMENT 5- EXHIBIT 5-1

GENERAL REQUIREMENTS
FOR
DRILLING RIG AND ASSOCIATED SERVICES FOR
TWELVE VERTICAL WELLS

CNOOC IRAQ LIMITED

1. COMPANY has the right to decide if award option wells to CONTRACTOR, after the completion of all
obligations in this contract, according to CONTRACTORs performance and comprehensive evaluation
scores. All the obligations for both COMPANY and CONTRACTOR should follow this contract. The option
wells shall be awarded after get the approval from Missan Oil COMPANY, COMPANY and
CONTRACTOR. COMPANY shall inform CONTRACTOR the execution of option wells at least one (1)
month before this contract closing.
2. COMPANY has the right to cancel drilling operation for 36"hole and 30" conductor cementing, and the total
price for this sections accordingly shall be decreased in the lump sum price of the well.
3. The decision for casing shoe setting depth should be confirmed from COMPANY before running casing.
4. The country of origin of casing accessories and liner hanger shall be as per M issan Oil COMPANYs
requirements (Qualified Supplier from Missan Oil Company) and instructions, including USA, Japan,
Canada, and West Europe, or any other countries which may be approved by Missan Oil COMPANY .
Before each well spudding, CONTRACTOR shall submit certificate of origin which should be stamped by
Iraq embassy, TPI certificate as Company Requirement, commercial invoice, package list, API
Certificate, ISO Certificate, Product specifications, Product operation procedure etc. The TPI scope shall
follow COMPANYs requirement as attachment in this General Requirement.
5. Contactor shall submit drilling program to COMPANY for approval before well spud-in, and if there is
necessary to change program which approved by COMPANY in drilling operation, CONTRACTOR shall
submit the change scope to COMPANY for approval. CONTRACTOR shall provide drilling program to
COMPANY to review at least two weeks before spud-in, and CONTRACTOR shall provide cementing
program for 13-3/8, 9-5/8 and 6-5/8 casing to COMPANY with lab test result, software analysis, etc. at
least two days before operating.
6. The daily reports shall be sent to COMPANY representative on or before 7:00 AM every day in operation
duration, and CONTRACTOR shall submit the cementing program and casing tally to COMPANY ahead 24
hours before cementing job, and cementing report should be submitted within 24 hours after job. The
summary for each hole sections operation and for all well drilling operation should be submit to COMPANY
representative within 3 calendar days after each operation completed. COMPANY will perform the payment
after approving the summary submitted by CONTRACTOR.
7. Each well site will be checked before acceptance by Contractor, Contractor has the obligations for wells site
maintenance during drilling operation. Any loss by environment damage pollution or well site damaged
caused by Contractors fault in operation stage should borne by Contractor, and well site should be checked
before acceptance by Company after rig moving.
8. CONTRACTOR should provide the torsion monitor indicator service during casing running, and submit the
monitor record to COMPANY representative after running casing and tubing for gas seal casing.

CNOOC IRAQ LIMITED


9. CONTRACTORs materials for drilling fluid and cementing operation, for the bulk material and common
additives shall comply with API standard, for the special additives which manufactured follow its own
technology, also need to comply with ISO standards or national standard, CONTRACTOR shall provide the
COMPANY with manufacturer inspection report, certificated of origin, TPI, commercial invoice, and
package list. It is necessary to get COMPANY approve before being used by the CONTRACTOR, the detail
TPI scope shall follow COMPANYs requirement in attachment of this General Requirement.
10. The mobilization plan for each rig should be submitted to COMPANY for approval before being mobilized,
and each rig should be checked before acceptance by COMPANY.
11. CONTRACTOR is responsible for the delay for executing wire-line logging and cementing job due to the
shortage of proposed equipment.
12. COMPANY will perform the checking and inspection before spud-in for each well and 8-1/4 interval, and
the inspection standard shall follow industry inspection criterion.
13. COMPANY is not responsible for the excess consumed mud / cement volume which is over the estimated.
14. CONTRACTOR shall try his best to drill and cement the wells as per the program and provide the
preliminary evaluation report of CBL/CBMT logging. In the event the CBL/CBMT logging indicates poor
cement bonding then CONTRACTOR undertakes to remedy the cementing job as long as such remedy will
not affect the integrity of the well. However if both parties could not reach to an agreement on the logging
results, both parties will refer the matter to a Third Party which is to be agreed by both parties, the charge of
third party evaluation shall be taken by CONTRACTOR.
15. CONTRACTOR shall submit the cement bond evaluation standard for their logging tools before start the
execution of this contract. And the standard shall be comfortable with oil industry standards.
16. CONTRACTOR shall submit the original logging curve and cementing bond evaluation report to
COMPANY after cement bond logging. COMPANY shall evaluate the cement bond result according to the
evaluation standard provide by CONTRACTOR, and get conclusion.
17. CONTRACTOR shall submit relate reports within 48 hours if any accident happened in contract duration.
18. Liner hanger is recommended CONTRACTOT to use the rotating type and related casing accessories.
19. CONTRACTOR provides security team, the private security companies (PSCs) should following the
recommended name list of Missan Oil Company (MOC).
20. CONTRACTOR should comply with the COMPANYS regulation of VISA application and security
clearance; CONTRACTOR has the right to change their personnel after getting approval from COMPANY,
COMPANY has the right to change their disqualified personnel.
21. COMPANY has the right to change any SUB-CONTRACTOR of services in the Contract if repeating failure
drilling operation and services by Contractor, Company shall inform Contractor at least one month in
advance. Contractor shall have the backup company list for operation.

CNOOC IRAQ LIMITED


22. CONTRACTOR shall provide technology for solving loss circulation, stick pipe and other under surface
accidents in reservoir, and CONTRACTOR shall be responsible for all losses and accidents happened under
surface.

Attachment TPI Requirement


Document Review and Visual Inspection or all the Mill Test of manufacturer approved by TPI.
Third Party Inspection companies
SUPPLIER or Manufacturer / is required to supply the Third Party Inspection certificate, and the TPI
company/authority should following the acceptance name list by Ministry of Oil, Iraq, inclusive of Lloyds
Register, Bureau Veritas, Intertek Global, TUV Rheinland, Det Norske Veritas (DNV).
Third Party Inspection Scope

Casing Accessories

1-Float equipment
The Scope of Inspection Must Be Witnessing for full manufacturing tests According To (API Standard ISO
9001:2008 QUALITY management system requirements; ISO 18165:2001/API RP 10F Performance Testing
Of Cementing Float Equipment; ISO 10427-3
API Spce 5B- Specification for threading, gauging and thread inspection of casing, tubing and line pipe threads.
API Spec 5CT- Specification for casing and tubing
ASTEM E18-08B- Standard Tests for Rockwell Hardness Testing
Type of inspection
-

Document and QC record review


Visual examination checks
Witness tests
Final inspection
ITEM
1 Raw Material Inspection/Verification
2 Functional Testing
3 Thread & Dimensional Inspection
4 Cement Test Verification
5 Final Inspection
Witness
6 Packing inspection
7 Review of calibration of various equipment
8 High pressure/high temperature test chamber
9 Finite element analysis
10 NDT inspection

INSPECATION
Review
Witness
Witness/ Review
Review

Witness
Review
Witness
Witness
Witness

2-Stage Collars
The Scope of Inspection Must Be Witnessing for full manufacturing tests According To (API Standard ISO
9001:2008 QUALITY management system requirements;
API Spce 5B- Specification for threading, gauging and thread inspection of casing, tubing and line pipe threads
API Spec 5CT- Specification for casing and tubing
ASTEM E18-08B- Standard Tests for Rockwell Hardness Testing

CNOOC IRAQ LIMITED


Type of inspection
- Document and QC record review
- Visual examination checks
-Witness tests
-Final inspection
ITEM
INSPECATION
1 Raw Material Inspection/Verification
Review
2 Functional Testing
Witness
3 Thread & Dimensional Inspection
Witness/ Review
4 Final Inspection
Witness
5 Packing inspection
Witness
6 Review of calibration of various equipment
Review
7 High pressure/high temperature test chamber
Witness
8 Finite element analysis
Witness
9 NDT inspection
Witness
3-Centralizers
The Scope of Inspection Must Be Witnessing for full manufacturing tests according to (API Standard ISO
9001:2008 QUALITY management system requirements
ISO 10427-2:2004/API RP 10D-2 Recommended Practice for centralizer placement and stop collar testing
API SPEC 10 D Specification for Bow Spring Centralizers
ASTEM E18-08B- Standard Tests for Rockwell Hardness Testing
Type of inspection
- Document and QC record review
- Visual examination checks
- Witness tests
- Final inspection
ITEM
INSPECATION
1 Raw Material Inspection/Verification
Review
2 Functional Testing
Witness
3 Dimensional Inspection
Witness/ Review
4 Final Inspection
Witness
5 Packing inspection
Witness
6 Review of calibration of various equipment
Review
7 NDT inspection
Witness

Liner Hanger
The Scope of Inspection Must Be Witnessing for full manufacturing tests according to (API Standard
ISO 9001:2008 - QUALITY management system requirements; ISO 10427-3
API Spce 5B- Specification for threading, gauging and thread inspection of casing, tubing and line pipe
threads
API Spec 5CT- Specification for casing and tubing
ASTEM E18-08B- Standard Tests for Rockwell Hardness Testing
Type of inspection
Document and QC record review
Visual examination checks
Witness tests
Final inspection
ITEM
INSPECATION

CNOOC IRAQ LIMITED

1
2
3
4
5
6
7
8
9
3

Raw Material Inspection/Verification


Review
Functional Testing
Witness
Thread & Dimensional Inspection
Witness/ Review
Final Inspection
Witness
Packing inspection
Witness
Review of calibration of various equipment
Review
High pressure/high temperature test chamber
Witness
Finite element analysis
Witness
NDT inspection
Witness
Analysis Report form for material & additive of drilling fluid and cementing
Analysis Report
Report No:
Applicant
Job No.
Product
Sample No.
Location
Date Nomination
Manufacture Date
Date Sampled
Validity
Date Analysis
Gross Weight
Date Reported
Contract No.
Invoice No.
Source
Sample collect by:
Appearance
Test Description

Unit

Test method

Specification

Note
END OF Exhibit 5-1, Attachment 5 of Appendix A

Result

CNOOC IRAQ LIMITED

APPENDIX A: ATTACHMENT 5- EXHIBIT 5-2

LOGISTIC REQUIREMENTS
FOR
DRILLING RIG AND ASSOCIATED SERVICES FOR
TWELVE VERTICAL WELLS

CNOOC IRAQ LIMITED

1.

Contractor should submit fuel monthly plan on or before the 20th of pre-month. Potable water will be
provided by Contractor.

2. Contractor should submit the fuel applications to Company at least 3 days before each supplement.
3. CONTRACTOR shall provide the average of daily fuel consume for each rig and camp in the rig
specification list before contract execution.
END OF Exhibit 5-2, Attachment 5 of Appendix A

APPENDIX A: ATTACHMENT 5- EXHIBIT 5-3

CONSTRUCTION REQUIREMENTS
FOR
DRILLING RIG AND ASSOCIATED SERVICES FOR
TWELVE VERTICAL WELLS

CNOOC IRAQ LIMITED

1. Well pad construction


COMPANY shall be responsible for well pad construction and CONTRACTOR shall check before rig
mobilization when it completion. CONTACTOR shall provide enough matting boards for rig and relevant
equipment installation.
2. Each well pad will be checked by CONTACTOR before acceptance, CONTRACTOR takes the obligations
fully for well pad maintenance during drilling operation, any loss by environment damage pollution or well
pad damaged caused by CONTRACTOR side in operation stage should bared and repaired by
CONTRACTOR, and well pad shall be checked including all rubbish and waste clean, keep the retaining
wall, wire fence and steel gate well before acceptance by COMPANY after rig moving.
3. After the well pad is accepted by CONTRACTOR, CONTRACTOR shall be responsible for cutting and
sewage pits treatment and clearance in casing of sewage and cutting pit is full caused by any unknown
reasons until operation completed and returned well pad to COMPANY.

4. COMPANY shall provide water proof material for cutting and sewage pit, CONTRACTOR shall be
responsible for water proof material transport from warehouse to well pad site and installation before spudin.
5. CONTRACTOR shall be responsible for all water supplies during drilling operation and completion
operation.
END OF Exhibit 5-3, Attachment 5 of Appendix A

APPENDIX B
WORK SCHEDULES AND MILESTONES
CONTRACTOR shall provide a detailed drilling schedule and information as following:

Oilfield

Well Name

Well Type

Reservoi
r

Abu
Ghirab

AGCS-50

Production / Vertical

Asmari

AGCS-51

Production / Vertical

Asmari

AGCS-52

Production / Vertical

Asmari

AGCS-53

Production / Vertical

Asmari

AGCS-54

Production / Vertical

Asmari

6
7

AGCS-55
AGCS-56

Production / Vertical
Production / Vertical

Asmari
Asmari

No.

1
2

Rig Name

Well
Depth
(RKB m)

Mobilization
period
After
awarding bid

Est. Spud
in date

Est. Dri
Drilling
Duratio
(days)

CNOOC IRAQ LIMITED


8
9
10

Buzurga
n

11
12

Fauqi

AGCN-57

Production / Vertical

Asmari

BUCN-58

Injection / Vertical

Mishrif

BUCN-59

Injection / Vertical

Mishrif

BUCS-61

Injection / Vertical

Mishrif

FQCN-54

Injection / Vertical

Asmari

Note:
(1) Company has the right to adjust the drilling total depth, well name, and well location according to
geological requirement.
(2) Company has the right to decide and adjust the drilling wells sequence according to Geology &
Reservoir development requirement. It is no extra charge incurred if the actual measured depth for total
TD of all wells within +/- fifty (50) meters comparing with final geological and drilling design.
Otherwise, if the actual measured depth for total TD of all wells beyond +/- fifty (50) meters caused by
geological reason or Companys requirement, which cause to the measure depth increase or decrease,
the footage costs increased or decreased shall be calculated as per meter-rage rate as specified.
CONTRACTOR shall provide the proposed mobilization and demobilization information as following:
Number of
Drilling operation
Contractor
Number of Wells
Rig
Mob Period
duration with
Demob Period
s
rig Move
12 wells

Note: The mobilization period is the maximum duration from Contract Date to the first wells spud-in date of the
Contract workload.

You might also like