Nothing Special   »   [go: up one dir, main page]

1.1 General Scope of Work and Instructions To Bidders Etame-100 Offshore Installation

Download as pdf or txt
Download as pdf or txt
You are on page 1of 112

1.

1 GENERAL SCOPE OF WORK AND


INSTRUCTIONS TO BIDDERS
ETAME- 100 OFFSHORE INSTALLATION
Document Number: ETAME-100-1.1

ETAME EXPANSION PROJECT


Issue Purpose AFU Approved for Use
FI For Information
IFR Issued for Review
Rev Issue Description Prepared By Discipline Approval Dept/Project Approval
Purpose
Initials / Date Initials / Date Initials / Date
A IFR Issued for CD Devenney
Bid
01/30/13
Document Number: Revision Level
ETAME-100-1.1 A

ETAME EXPANSION PROJECT


Offshore Installation Page of Pages
General Scope of Work and 2 of 10
Instructions to Bidders

Section Page

1.  GENERAL ....................................................................................................................... 3 


2.  FORM OF PROPOSALS AND CONTRACTS ................................................................ 3 
3.  SCOPE OF WORK .......................................................................................................... 3 
4.  GENERAL INFORMATION ............................................................................................. 4 
5.  BIDDER PROPOSALS ................................................................................................... 6 
6.  BID FORMS AND INSTRUCTIONS ................................................................................ 8 
7.  BASIS OF AWARD ......................................................................................................... 9 
8.  SCOPE OF WORK ........................................................................................................ 10 

Attachment A – Builder’s Risk Insurance Requirements

Attachment B – VAALCO Code of Business Conduct


Document Number: Revision Level
ETAME-100-1.1 A

ETAME EXPANSION PROJECT


Offshore Installation Page of Pages
General Scope of Work and 3 of 10
Instructions to Bidders

1. GENERAL

VAALCO Gabon (Etame), Inc. (COMPANY) is expanding the development of the Etame-Marin
field offshore Gabon, West Africa. This project requires the installation of two new fixed
platforms; Etame and SEENT, and the installation of new pipelines and flexible flowlines.

Engineering and procurement for the Etame and SEENT platform projects is underway, and is
in detailed design. COMPANY desires to enter into a contract(s) for the offshore installation of
these two platforms, pipelines and flexible flowlines as required for the project. The
COMPANY’s strategy is to award contracts for this work scope as early as possible in order to
set the conditions for successfully maintaining the established work completion date that
allows the COMPANY to achieve its schedule commitments for this project.

The scope of work to be awarded as a result of this tendering process includes:

Work Pack 1: Transportation and installation of the two platform jackets and piling (drilled
and grouted main piles)

Work Pack 2: Installation of the steel pipelines:


4” Etame Gas Pipeline
4” SEENT Gas Pipeline
8” SEENT Oil Pipeline

Work Pack 3: Re-positioning of to (2) existing 5” ID flexible flowlines and installation of


three (3) new flexible flowline segments for the new Etame Platform

Work Pack 4: Transportation and installation of the two platform decks and associated
lifts.

The COMPANY would prefer to award all work to a single offshore installation contractor,
however COMPANY reserves the right to award these Work Packs to multiple contractors in a
manner that results in the best value and schedule to the benefit of the Company.

2. FORM OF PROPOSALS AND CONTRACTS

Proposals are being solicited for the work scope on the basis of lump sum contracts.
Company may entertain alternate forms of proposal where such alternate proposals may add
value to the Company.

3. SCOPE OF WORK

The Scope of Work for the structural and facilities components is further defined in the
referenced Scope of Work sections, drawings, specifications, and other technical documents
included with this Request for Quotation.
Document Number: Revision Level
ETAME-100-1.1 A

ETAME EXPANSION PROJECT


Offshore Installation Page of Pages
General Scope of Work and 4 of 10
Instructions to Bidders

The Scope of Work for this CONTRACT is intended to produce fully completed installations
that are then ready for final offshore topsides hook-up and commissioning (by others).

If Contractors bidding on this work recognize any areas that are not clear, or omissions of work
typically required for this type of project, then they are required to bring this to COMPANY’s
attention early in the bid phase. Once contracts are awarded, COMPANY will not entertain
claims for extra work due to scope of work issues raised later if those scope items would be
considered normal for this type of work.

4. GENERAL INFORMATION

4.1 Definitions:

RFQ Refers to this Request for Quotation.

COMPANY Refers to VAALCO Gabon (Etame), Inc.

BIDDER Refers to the COMPANY responding to this RFQ.

CONTRACTOR Refers to the COMPANY ultimately awarded the relevant


CONTRACT

ENGINEERING Refers to COMPANY’s Engineering Contractor.


CONTRACTOR

SUBCONTRACTOR Refers to any COMPANY or individual under a sub-contract to


CONTRACTOR to perform work under this CONTRACT.

CONTRACT Refers to the contract documents included in the Request for


Proposal.

WORK Refers to any portion, or all depending on context, of the


materials, equipment, and services required to meet the
requirements of the CONTRACT.

4.2 It is the purpose of this RFQ to assist in determining the CONTRACTOR to whom this
business shall be awarded, and to determine the price that COMPANY will pay as
compensation for materials, equipment, and services resulting from this RFQ. Multiple
suppliers have been invited to participate in this process.

4.3 Inquiry Number ETAME-100 has been assigned to this RFQ for reference purposes
and should be referenced on any subsequent correspondence.
Document Number: Revision Level
ETAME-100-1.1 A

ETAME EXPANSION PROJECT


Offshore Installation Page of Pages
General Scope of Work and 5 of 10
Instructions to Bidders

4.4 Contracts awarded as a result of this RFQ will be executed under the terms and
conditions as defined in COMPANY’s Master Service Agreement (MSA) included within
these RFQ documents. Separate Work Orders will be issued for each work element
(Etame and SEENT development projects), and while the entirety of this work will be
managed as a single project, the two platform projects will be managed separately
from a commercial and accounting standpoint.

4.5 Bidder shall acknowledge receipt of this RFQ and confirm its intention or otherwise to
submit a proposal within one week of receipt of this RFQ package by means of
completing the Acknowledgement of Inquiry form and sending it to the bid submittal
address as defined herein. Bidders shall advise COMPANY in their Acknowledgement
of Inquiry what scope (i.e. which Work Packs) that they intend to submit a proposal for.

4.6 Applications must be submitted in the English language and signed by an authorized
signatory of the Bidder.

4.7 COMPANY shall not have accepted nor be deemed to have accepted any quotation
unless and until the applicable commitment form (Letter of Intent or Contract as
applicable), by and between COMPANY and the successful Contractor(s), is duly
issued or executed.

4.8 All quotations are to be in United States Dollars (US $).

4.9 Gabon Tax Responsibilities:

Refer to the Commercial Instructions Section 3.1 for Instructions on Applicable


Gabonese Taxes and Customs Clearances and Import Duties

4.10 CONTRATOR shall be responsible for obtaining all required permits, licenses, and port
clearances for its performance of the work offshore Gabon. COMPANY will assist
CONTRACTORS in obtaining Port Clearances in Port Gentile, Gabon. COMPANY will
be liable for all import duties and or taxes on the value of COMPANY’s facilities to be
installed. COMPANY will assist CONTRACTOR in customs clearances in Gabon.
Customs duties to be paid by CONTRATOR for import of vessels, temporary and
permanent materials for COMPANY’s facilities shall be paid by COMPANY.

4.11 Any costs incurred by Bidder in preparing its quotation shall be borne in full by Bidder
who shall have no recourse to COMPANY in this respect.

4.12 In the case of conflict between different specifications or these documents, COMPANY
shall be notified, and a decision will be made by COMPANY as to which specification
or document shall be followed.
Document Number: Revision Level
ETAME-100-1.1 A

ETAME EXPANSION PROJECT


Offshore Installation Page of Pages
General Scope of Work and 6 of 10
Instructions to Bidders

5. BIDDER PROPOSALS

5.1 Bidders shall submit their proposal in accordance with the RFQ documents and all
terms and conditions incorporated herein. Any information obtained by a Bidder during
preparation of his proposal shall not be deemed to change or supplement the basis set
forth in the RFQ unless such information is finally issued by COMPANY in writing.

5.2 The registered name and address of the Bidder submitting the bid shall be signed by
those persons authorized to do so. The name and title of those signing shall be typed
beneath their usual signatures.

5.3 Microsoft Office suite of applications is the only acceptable file formats for electronic
copies of the Bidder’s proposals. If another format is required, Bidder shall contact
COMPANY before submittal to confirm its acceptability. All submitted files are to be
indexed with sections and appendices clearly identified and pages numbered.

5.4 Bidders shall ensure their proposal addresses the following:

a) Bidder shall outline their plan for execution of the services described within this
RFQ document and provide a project schedule.

b) Bidder shall provide an organization chart with proposed key personnel and
provide resumes of such personnel.

c) Bids shall be submitted on the Bid Forms provided and signed as annotated. All
blank spaces must be filled in as noted, and no changes shall be made to the
forms or the wording therein.

d) BIDDERS may utilize the Bid Forms to propose Alternate proposals. Alternate
Proposals shall be clearly identified as such.

e) Bidders shall include a schedule of equipment and labor rates (inclusive of the
required Gabonese taxes where applicable), which shall be fixed for the
duration of the CONTRACT for labor. These rates or unit prices shall be used
for extra work, stand-by or other agreed reimbursable down-time as approved
by COMPANY.

f) Bidders shall list any technical or contractual exceptions or clarifications to their


bid in a separate section of their proposal. Failure to do so shall be regarded
as Bidder’s full acceptance of all documents contained in the RFQ.

g) Bidders shall provide data pertaining to their current project commitments and
expected commitments for all marine equipment proposed for this work during
the timeframe anticipated for execution of this work.
Document Number: Revision Level
ETAME-100-1.1 A

ETAME EXPANSION PROJECT


Offshore Installation Page of Pages
General Scope of Work and 7 of 10
Instructions to Bidders

h) Bidders shall provide evidence of experience similar to the scope of work


contained herein as well as experience in the specified region. References to
Bidder’s capabilities with regards to this work and schedule/ performance
history are requested. Any technical and/or commercial advantage the Bidder
may be able to provide that might distinguish themselves from their competitors
is encouraged. HS&E performance shall be addressed in the proposal.

5.5 Proposals shall be submitted as SEALED BIDS. Separate Technical and Commercial
proposals are required. Bidders shall submit four (4) SEALED hardcopies of the
Technical proposal and four (4) SEALED hardcopies of the Commercial proposal and
two (2) electronic copies on CD ROM of the proposal in a sealed envelope by 12:00
noon CST on 22 March 2013 to the following:

VAALCO Gabon (Etame), Inc.


4600 Post Oak Place, Suite 300
Houston, TX 77027
Attn: Craig Devenney
SEALED BID – Etame Expansion Project – ETAME-100

5.6 Bidder’s proposals shall be valid for a period of one hundred and twenty (120) days
from the bid due date. Lump Sum prices shall be firm and fixed, and not subject to
escalation for any reason whatsoever, throughout the duration of this work.

5.7 Any technical questions/comments regarding the RFQ during the bidding phase should
be addressed in writing to: Craig Devenney at the above address or at by email:
cdevenney@vaalco.com. Mr. Devenney is the single point of contact regarding this
RFQ; contact with any other person(s) within COMPANY and/or COMPANY’s
Engineering Contractor may jeopardize the Bidder’s proposal.

5.8 All quotations must be submitted in accordance with the stated date, time (U.S.-Central
Standard Time), and instructions herein to be considered.

5.9 Any subsequent work resulting from this RFQ shall be performed in accordance with
the VAALCO MSA included with this RFQ, and which shall form the basis for any
CONTRACT. It shall be assumed that the successful BIDDER/Contractor accepts the
terms and conditions as written unless specific written exceptions are stated in the
quotation. Bidder shall identify any such exceptions, reasons therefore, and proposed
resolution thereof.

5.10 Any item in the MSA to which no exception is expressly noted shall be considered non-
negotiable. The selected Contractor(s) shall be required to execute the MSA inclusive
of acceptable and agreed Bidder exceptions.

5.11 If a BIDDER currently holds an executed VAALCO MSA, BIDDER shall seek
verification from COMPANY during the bid process that this MSA will be suitable for
the execution of the work contemplated by this RFQ.
Document Number: Revision Level
ETAME-100-1.1 A

ETAME EXPANSION PROJECT


Offshore Installation Page of Pages
General Scope of Work and 8 of 10
Instructions to Bidders

5.12 Bidder shall keep the information contained herein strictly confidential and use this
information only for the purposes of providing COMPANY with a quotation in
accordance with the requirements herein. If Bidder does not intend to participate in
this RFQ event, it shall promptly remove any information received relative to this RFQ
from its records.

5.13 Bidder’s quotation must strictly comply with the requirements of this RFQ, and must be
in the form required herein. Failure to comply may, at COMPANY’s sole discretion,
result in rejection of Bidder’s quotation. COMPANY reserves the right to request
clarification or modification to any quotation received.

5.14 Bidders shall indicate in their proposal all suppliers of major materials, fabrication, or
other work to be sub-contracted along with a list of the name and address of the
potential sub-contractors and Vendors. COMPANY reserves the right to review and
reject any of Bidder’s vendors or Sub-contractors, if the facilities, personnel,
equipment, or materials in COMPANY’s opinion, are unsuitable.

6. BID FORMS AND INSTRUCTIONS

Base Case Bid Forms

Base Case Bid Forms are provided in the Commercial Section of this RFQ. The Bid Form
Hierarchy is as follows:

1) Summary Bid Form


2) Work Pack 1 – Installation of the two (2) Jackets and Piles
3) Work Pack 2 – Installation of Steel Pipelines
4) Work Pack 3 – Installation of Flexible Flowlines
5) Work Pack 4 – Installation of the two (2) Decks

Bidders are encouraged, but are not required, to submit proposals for all four Work Packs.
Bidders may elect to submit proposals for only one or any combination of, the Work Packs.

The format of the Work Pack 1-4 bid forms is intended to solicit proposals for each of the four
major offshore installation work scopes. The prices to be entered onto the bid forms should be
stand-alone, and suitable for award of a contract that Work Pack only.

The Summary Bid Form simply brings forward the totals from Work Packs 1-4 onto one sheet.
Document Number: Revision Level
ETAME-100-1.1 A

ETAME EXPANSION PROJECT


Offshore Installation Page of Pages
General Scope of Work and 9 of 10
Instructions to Bidders

Alternate Bid Forms

1. Bidders are requested to provide an alternate proposal based on any synergies that may
exist from the combination of the Work Pack scopes. An example of this may be where
the same spread of marine equipment may be proposed to execute more than one Work
Pack, and therefore the project management and equipment mobilization costs may be
reduced from the stand-alone bid prices as proposed in the base case bid forms. Bidders
should specifically clarify any cost reductions that may accrue to COMPANYs benefit for
the combination of work packs.

2. Bidders may duplicate the Base Bid Forms for use as Alternate Bid Forms for multiple
options.

3. Bidders may use the Alternate Bid Forms to propose a re-organization of the work scope if
this was to be of commercial or schedule benefit to the COMPANY. An example of this
may be to propose to execute the installation of the steel pipelines (Work Pack 2) with
given pipeline installation vessel but to execute the installation of the SEENT Valve/WYE
skid and all interconnecting sub-sea spools with another vessel such as may be mobilized
for the flexible flowline installation work (Work Pack 3).

7. BASIS OF AWARD

Award of contract(s) for this work will be based on:

 Commercial considerations including Bidder’s pricing as enclosed on the Bid Forms


contained within and any exceptions to the MSA terms and conditions. COMPANY will
evaluate the bids received on the basis of the lump sum price for each Work Pack
quoted and the combination of Work Packs or alternate proposals submitted by each
BIDDER.

 Bidder’s compliance with COMPANY’s schedule requirements for completion of the


work. COMPANY will evaluate BIDDER’s proposed schedule(s) and the timing of the
work may impact COMPANY’s decisions on how to award the various work components
included in the overall scope.

 An assessment of Bidder’s capability, technical proposal, Quality Programs, HS&E


Programs and history, schedule and performance history, as requested in 5.4 above.

 It is the intent that the award of contract(s) will deliver to COMPANY the best total
value. COMPANY has the sole right to select the successful CONTRACTOR(s) for
award, to reject any and all quotations, to award a CONTRACT to other than the lowest
priced proposal, to award multiple CONTRACTS, to split the work and award portions
based on lump sum prices quoted, or to not award at all. All submittals, questions,
Document Number: Revision Level
ETAME-100-1.1 A

ETAME EXPANSION PROJECT


Offshore Installation Page of Pages
General Scope of Work and 10 of 10
Instructions to Bidders

comments, messages and the like provided during the RFQ event shall be used as part
of the overall evaluation process.

8. SCOPE OF WORK

It is the responsibility of Bidder to review and become familiar with the information contained in
this RFQ. Successful Contractor(s) must provide work that conforms to this Scope of Work for
the entire term of any resulting contract.

Because the design is ongoing and the installation contract is to be awarded early in the
project, the COMPANY will require the successful Bidder to work closely with the Engineering
Contractor and Fabrication Contractor(s) to optimize the platform and pipeline/flowline design
and installation. This will also require that successful Bidder quickly assign a project manager
and that a sufficient amount of the construction engineering be performed within the first four
(4) weeks after contract notification of the COMPANY’s intent to award a contract. The intent
is to allow timely input to the design prior to the onset of fabrication constraints.
1.2 PROJECT GENERAL REQUIREMENTS
ETAME-100 OFFSHORE INSTALLATION
Document Number: ETAME-100-1.2
ETAME EXPANSION PROJECT
Issue Purpose AFU Approved for Use
FI For Information
IFR Issued for Review
Rev Issue Description Prepared By Discipline Approval Dept/Project Approval
Purpose
Initials / Date Initials / Date Initials / Date
IFB Issued for CD Devenney
Bid
01/30/13
Document Number: Revision Level
ETAME-100-1.2 A

ETAME EXPANSION PROJECT


Page of Pages
Offshore Installation
2 of 6
Project General Requirements

TABLE OF CONTENTS

Section Page

1.  CONTRACTOR PROJECT MANAGEMENT AND ENGINEERING ................................ 3 

2.  MEETINGS ...................................................................................................................... 3 

3.  SCHEDULE AND REPORTS .......................................................................................... 3 

4.  INSPECTION AND EXPEDITING ................................................................................... 4 

5.  DOCUMENTATION ......................................................................................................... 5 

6.  PROGRESS MEASUREMENT AND PAYMENTS .......................................................... 5 


Document Number: Revision Level
ETAME-100-1.2 A

ETAME EXPANSION PROJECT


Page of Pages
Offshore Installation
3 of 6
Project General Requirements

1. CONTRACTOR PROJECT MANAGEMENT AND ENGINEERING

CONTRACTOR shall provide a dedicated Project Manager and shall perform all Construction
and Installation Engineering as required to complete the Scope of Work. CONTRACTOR’s
Project Management, Construction and Project Engineering shall be a Lump Sum for the
entire Scope of Work.

Contractor’s engineering responsibilities are defined in the Scopes of Work and Responsibility
Matrices prepared for each Work Pack. CONTRACTOR’s engineering responsibilities shall be
carried out in a timely manner as described in the scopes of work, and coordination with
COMPANY’s project management and other Contractors is required to be conducted in a
cooperative manner.

2. MEETINGS

Contractor shall schedule monthly project review meetings which shall address:

 Progress
 Schedule
 Cost
 Problems/Areas of Concern
 Pre-Load-Out and Pre-Installation HAZOP Meetings
CONTRACTOR shall attend other meetings as may be required to coordinate activities with
COMPANY’S other Contractors such as maybe required to facilitate interfaces and schedules.

3. SCHEDULE AND REPORTS

The Contractor shall prepare a Level 3 schedule within 3 weeks after award of contract. The
Level 3 schedule shall include milestones to track schedule critical events and activities to
allow monitoring of schedule performance. Critical activity milestones shall include
COMPANY deliverables such as:

The Contractor shall submit to COMPANY monthly progress reports and shall include:

a) A summary narrative report on activities during the past month, overall progress,
problem areas, and corrective plans.

b) A list of activities worked on and/or scheduled during the report period, showing an
estimate of percent completed for each task shown therein and any added Work as
appropriate. All such progress data shall be compared to scheduled progress per the
existing contract schedule. The percent complete so reported shall be based on an
Document Number: Revision Level
ETAME-100-1.2 A

ETAME EXPANSION PROJECT


Page of Pages
Offshore Installation
4 of 6
Project General Requirements

earned value using tangible milestones achieved and not on the basis of expended
work hours.

c) An update of the contract schedule for COMPANY approval showing a forecasted


completion date for each schedule activity in the remaining Work and the forecasted
milestones.

d) An explanation of any actual or anticipated delays to the Work, their causes and a plan
and Work schedule to recover any loss of progress.

e) A list of any material, welding, coating, dimensional, quality, safety or other problems
encountered in the reporting period, and the current status of remedial action on each.

f) Material status reports.

g) A listing of all Change Order Work including the individual cost and cumulative total
with status of each.

4. INSPECTION AND EXPEDITING

COMPANY shall provide up to six (6) Construction Supervisors/Inspectors to oversee the


offshore work on a continuous basis. Contractor shall provide adequate facilities including
telephone and internet access to Company’s project team on all vessels mobilized to perform
work under this contract.

Upon the COMPANY's request, the Contractor shall furnish a production schedule and/or a
materials delivery schedule showing sources and status of all equipment and materials to be
supplied by the Contractor.

Inspection and expediting shall be in accordance with the appropriate specifications, codes
and standards.

The presence of a COMPANY Inspector or Representative during the work shall in no way
relieve the Contractor of any responsibility for the quality of the work performed, or his own
quality control or inspection requirements as defined by the specifications.

The Contractor shall provide all required radiographic inspection of pipeline welding and
ultrasonic inspection of structural steel welding as required by the specifications. Contractor's
radiographic and ultrasonic inspection sub-contractor shall be approved by the COMPANY.
The COMPANY's inspector shall approve all radiographs, and shall be provided with a copy of
each radiographic and ultrasonic inspection reports. Contractor's NDE sub-Contractor(s) shall
be approved by the COMPANY.

Contractor shall be responsible for preparing and maintaining a weld traceability/numbering


system for all pipeline welds. Contractor shall pre-assign weld numbers to each weld to be
made and record this on a set of drawings.
Document Number: Revision Level
ETAME-100-1.2 A

ETAME EXPANSION PROJECT


Page of Pages
Offshore Installation
5 of 6
Project General Requirements

100% traceability will be required for all materials used in the installation of the pipelines and
all sub-sea pipe spools.

CONTRACTOR shall maintain, and provide to COMPANY, QC records of welder


qualifications, weld maps and NDE reports.

As a part of the final CONTRACTOR data, a project QC book with the following documents
shall be provided:

 MTR’s or certificate of compliance (as applicable) on all materials


 Drawing showing all heat numbers and weld maps
 NDE reports
 Copies of weld procedures used and welders certification papers
 Stress relief charts (if applicable)
CONTRACTOR shall provide one hardcopy and one electronic copy on a CD-ROM of the
project QC book.

5. DOCUMENTATION

The Contractor shall be responsible for maintaining "As-built" drawing files during the course
of the work. At the completion of installation, the Contractor shall deliver one (1) set of "As-
built" drawings with all changes indicated in red pencil to the COMPANY's representative.

The review and approval of CONTRACTOR-submitted documents is for the purpose of


ascertaining that the CONTRACTOR is fulfilling his committed obligations as perceived by
COMPANY in accordance with the project documents. The approval of CONTRACTOR
drawings or receipt of CONTRACTOR design calculations by COMPANY or COMPANY’s
designated representative does not constitute an acceptance or verification by COMPANY or
COMPANY’s agent that the equipment satisfies all the codes, standards, technical
specifications and safety requirements as detailed in these project documents. The
responsibility for technical and legal compliance for all referenced codes, technical
specifications, and safety standards shall be the sole responsibility of the CONTRACTOR.
Any comments or requests by COMPANY or COMPANY’s designated representative which
inadvertently or intentionally violates any codes or safety standards shall be brought to the
attention of COMPANY in writing and corrected by CONTRACTOR.

6. PROGRESS MEASUREMENT AND PAYMENTS


Within 30 days after award of a contract for this work, CONTRATOR shall propose a progress
measurement system for the full workscope. The Progress measurement system shall be
based on the work breakdown structure and similar in structure to the bid forms. COMPANY
shall approve the progress measurement system.
Progress shall be “earned” by achieving readily identifiable milestones, or by auditable
quantitative measurement systems.
Document Number: Revision Level
ETAME-100-1.2 A

ETAME EXPANSION PROJECT


Page of Pages
Offshore Installation
6 of 6
Project General Requirements

Progress will be measured monthly by CONTRACTOR’s project management team and will
serve as the basis for monthly progress payments. CONTRACTOR’s assessment of progress
shall be pre-approved by the COMPANY’s Management Team, and signed-off by the
COMPANY’s Representative prior to being used to generate a monthly progress payment
invoice.
VAALCO Gabon (Etame), Inc. 
4600 Post Oak Place, Suite 300 
Houston, Texas 77027, USA 

1.2 Attachment “A” Builder’s Risk Insurance Requirements
     

Builders Risk Insurance Requirements – Transportation and Installation

1. Contractor shall insure the contract works from commencement of loading (coverage to
attach on each component separately) until completion of installation and acceptance by
Owner. Coverage shall continue on all components until all are accepted by Owner and
Owner has confirmed that coverage has been arranged under their permanent insurance
program. Coverage shall be at least as broad as that provided by Section 1 of the
WELCAR 2001 policy wording, un-amended. Insurance shall be provided by an Insurer
or Insurers acceptable to Owner and that have an A.M. Best Rating of A- VII or better.
Contractor shall furnish owner with a Certificate of Insurance confirming that the coverage
is in force and that Owner and Owner’s consortium are included as Other Assureds.

2. The “Schedule B value” at inception under the WELCAR 2001 policy form shall be not
less than the full replacement cost value of the contract works installed, offshore Gabon.
The initial Schedule B shall be submitted to Owner for their review and approval prior to
attachment of coverage and the Stand-by-Charges sublimit of liability shall be not less
than 10% of the Schedule B total.

3. The highest per occurrence deductible shall not exceed $ 1,000,000 or 72 hours in the
case of Stand-by-Charges. Contractor shall be responsible for the first $ 250,000 of the
deductible and Owner shall be responsible for the balance.

4. All costs and expenses of the Marine Warranty Surveyor shall be borne by contractor (to
the extent not paid for or reimbursed by the Insurers).

5. In addition to insuring the value of Contractor’s transportation and installation expenses,


Contractor’s Builder’s Risk policy(s) shall include the value of Company Supplied
Facilities and/or Equipment as follows:

1) Work Pack 1: Jackets and Piling: $18,000,000

2) Work Pack 2: Steel Pipelines: $500,000

3) Work Pack 3: Flexible Flowlines: $3,500,000

4) Work Pack 4: Decks: $91,000,000

The above values are estimates of the Ex Dock values of the components as delivered to
contractor for ocean transportation at the Gulf Island L.L.C. fabrication yard in Houma,
Louisiana.

6. Company reserves the right to provide the Builder’s Risk Insurance coverage for the
entire scope of the offshore construction contemplated by this Request for Quotation.

1
Section 1.2 Attachment A – Builder’s Risk
SCOPE OF WORK

WP-1: ETAME & SEENT JACKET AND PILES INSTALLATION


Document Number: ETAME-100-2.1
Issue Purpose AFU Approved for Use
FI For Information
IFR Issued for Review
Rev Issue Description Prepared By Discipline Approval Dept/Project Approval
Purpose
Initials / Date Initials / Date Initials / Date
A IFR Issued for
Review

B IFB Issued for C D Devenney


Bid
01/19/13
Document Number: Revision Level
ETAME-100-2.1 B
WP-1: ETAME & SEENT JACKET AND
Page of Pages
PILES TRANSPORTATION AND
INSTALLATION – SCOPE OF WORK 2 of 20

TABLE OF CONTENTS

Section Page

1.  INTRODUCTION .......................................................................................... 3 

2.  SCOPE ......................................................................................................... 5 

3.  DEFINITIONS AND ABBREVATIONS .......................................................... 6 

4.  UNITS ........................................................................................................... 8 

5.  CODES, STANDARDS AND SPECIFICATIONS .......................................... 8 

6.  TRANSPORTATION AND INSTALLATION ENGINEERING OF THE


JACKET AND PILES .................................................................................... 9 

7.  INTERFACE MANAGEMENT SYSTEM ..................................................... 17 

8.  RESPONSIBILITY MATRIX ........................................................................ 19 


Document Number: Revision Level
ETAME-100-2.1 B
WP-1: ETAME & SEENT JACKET AND
Page of Pages
PILES TRANSPORTATION AND
INSTALLATION – SCOPE OF WORK 3 of 20

1. INTRODUCTION
1.1 General
VAALCO Gabon (Etame), Inc. is planning on installing two new platforms (Etame and
SEENT) in the Etame Marin Block, Gulf of Guinea, offshore of Gabon, West Central Africa.

This Scope of Work document is intended to define the scope of work and responsibilities
for Work Pack 1 (WP-1) of the overall Offshore Transportation and Installation campaign
for the Etame Expansion Project.

The Etame and SEENT jackets are 4-legged space frame towers in approximately 261
feet nominal water depth (relative to Mean Sea Level). One face of each jacket is vertical
(i.e., the legs on that face are battered in only one direction) to enable a jack-up rig to
access the jacket, while the other two legs are battered in both directions. Leg center-to-
center spacing is approximately 45 feet (East-West) x 65ft (North-South) at the top (work
point) and 102 feet x 101 feet at the base.

1.2 Pre-Drilled Wells/Template and Docking Piles


The base case for installation of the two jackets will be a “stab-over (over a well template
for pre-drilled wells). It should be noted that COMPANY may elect NOT to pre-drill wells at
one or either of the two platform locations. The decision to pre-drill or not, will be made at
the time of, or shortly after, the award of a CONTRACT for this installation work.

If pre-drilling is elected by COMPANY, COMPANY’s Drilling Contractor will install the well
template and docking piles in accordance with the drawings included with this Scope of
Work document.

1.3 Drilled and Grouted Piles


The foundation design for these jackets is drilled and grouted main piles. The drilling and
grouting of the main piles for these two platforms constitutes the most complicated set of
installation activities and the major time element involved in the installation of these two
jackets. The drilling and grouting work for these two jackets will be a sub-contract to the
selected INSTALLATION CONTRACTOR. The INSTALLATION CONTRATOR shall be
responsible for all field support and the full scope of pile drilling, installation, and grouting
as well as jacket leveling and completion of all related jacket installation scope of work.

COMPANY and COMPANY’s Engineer have been working with the Soil Consultant
(Fugro) and Large Diameter Drilling Ltd. (LDD) based in the UK for all aspects of the
design and installation procedures and technical requirements for these two platforms.
LDD was the drilling and grouting contractor who was responsible for this scope of work
for the COMPANY’s two existing platforms in the ETAME Marin block.

LDD will be the only approved drilling and grouting sub-contractor for this work. During the
bid phase of this work, Bidders shall contact LDD and shall negotiate sub-contact
Document Number: Revision Level
ETAME-100-2.1 B
WP-1: ETAME & SEENT JACKET AND
Page of Pages
PILES TRANSPORTATION AND
INSTALLATION – SCOPE OF WORK 4 of 20

agreements as will be required for Bidder to award a sub-contract for this work to LDD if
the Bidder becomes the successful INSTALLATION CONTRACTOR. The
INSTALLATION CONTRATOR will be responsible for the management of LDD and
mobilization of all required LDD equipment and personnel to the Work Site.

LDD Contact Details are as listed below:

Large Diameter Drilling Ltd.


Rosemanowes Quarry
Hermiss, Longdowns
Penryn, Cornwall
TR10 9DU, UK

Switchboard: +44(0)1209 861930


Fax: +44(0)1209 861110
Website: www.lddrill.com

Andy Seager, Vice President


Tel: +44 (0) 1209 861930
Mob: +44 (0) 7748 963015
E mail: andy.seager@lddrill.com

James Amos, Sales Engineer


Direct Tel: +44(0)1209 861804
E mail: james.amos@lddrill.com

1.4 Jacket Intallation Sequence and Procedures


The INSTALLATION CONTRACTOR shall be responsible for developing and
implementing the overall plan, sequence, and selection of marine equipment assets to
perform the complete jacket and piling installation for both jackets.

The INSTALLATION CONTRATOR shall be responsible for the transportation of the


jackets and piles for both platforms and the sequence and timing of the Jacket installation
WORK. The jackets are designed to be stable in up to a five (5) foot storm wave condition
without piles in place. The Jackets cannot be temporarily abandoned for any significant
length of time without having the piling installation completed.

The jacket lifting, floatation, and up-ending procedures noted in the following sections of
this Scope of Work and as described in the referenced Jacket Upending Reports are
based on a single block flotation and upending procedure. The design of the Jackets
incorporates a “rip-out” internal steel leg closure to maintain the required reserve
buoyancy for flotation in the single compartment damage design case. The
INSTALLATION CONTRATOR may elect to perform a “Two-Block” up-ending installation if
his Lift Vessel and crane are capable of performing this procedure. If so proposed, then
Document Number: Revision Level
ETAME-100-2.1 B
WP-1: ETAME & SEENT JACKET AND
Page of Pages
PILES TRANSPORTATION AND
INSTALLATION – SCOPE OF WORK 5 of 20

the selected INSTALLATION CONTRATOR shall work with COMPANY and COMPANY’s
Engineer to complete revised Installation procedures and design modifications that may
include elimination of the internal leg seal plates and modification of pad-eye designs.

2. SCOPE
This document is to outline the WORK to be performed by the INSTALLATION
CONTRACTOR. The INSTALLATION CONTRACTOR shall transport and install the
offshore jacket and piles.

All WORK shall be performed in accordance with the project specifications, drawings and
project schedule. Any discrepancy found by the INSTALLATION CONTRACTOR shall be
brought to the attention of COMPANY for resolution.

The Major Work Phases for installation for both platforms include:

 Jacket and Piles Transport


 Jacket Lift, Floatation, Upending and Set-Down
 Pile Installation including Drilling and Grouting
 Jacket Leveling and Weld-Out
 Installation of two (2) Boat Landings for each Jacket

Transportation and the design of all required barge strengthening, grillage and sea-
fastening for the above items shall be the INSTALLATION CONTRACTOR’s responsibility.
The INSTALLATION CONTRACTOR shall be responsible for transportation and sea
fastening.
The WORK includes but not limited to the following:

 Provision of transport barge(s), tow tugs, rigging, bridles, all necessary support and
aids for load-out, sea-fastening and transportation of the Jacket and Piles for
installation.

Note: The COMPANY’S FABRICATION CONTRACTOR will be responsible for


fabrication and installation of required grillage and sea-fastening.

The INSTALLATION CONTRACTOR shall be responsible for the Installation Engineering:

 Preparation, surveys, and outline check lists with positioning tolerances and platform
orientation, including any detailed sea trials program for each main installation and
survey vessel after mobilization.

 Provide specific step-by-step procedures for each phase of the operation, including
sequence, timing, resources and drawings that fully depict and explain the installation
operations. This also includes details of tolerances, limitations and restrictions for the
following activities: transportation operations, surveying operations, positioning
Document Number: Revision Level
ETAME-100-2.1 B
WP-1: ETAME & SEENT JACKET AND
Page of Pages
PILES TRANSPORTATION AND
INSTALLATION – SCOPE OF WORK 6 of 20

operations, any lowering operations, debris removal, retrieval and recovery operations,
anchor or equipment, methods employed to prevent twisting of chain and wire rope
during pre-lay and hook-up activities.

 Results of related calculations, including pertinent engineering calculations, analyses


and data supporting the plans and procedures, engineering data on any purpose-built
installation equipment, certificates for marine equipment, performance specifications
for any vessels or barges, etc

The INSTALLATION CONTRACTOR shall prepare a Level 3 schedule from award of


project to handover with milestones for important activities as outlined in this scope of
work. The INSTALLATION CONTRACTOR shall issue the Level 3 schedule to COMPANY
for approval and shall monitor the progress regularly to ensure no slippage of the
schedule.

3. DEFINITIONS AND ABBREVATIONS


3.1 Definitions
Within this Specification the following definitions shall apply:

COMPANY: VAALCO Gabon (Etame), Inc.


ENGINEER: McDermott Engineering LLC
FABRICATOR: Builder who fabricates skids, platform jackets and
topsides, based on ENGINEER’s design
VENDOR: Supplier of equipment and/or materials of his own
design
INSTALLATION
CONTRACTOR: Provider of transportation & installation services
SUB-CONTRACTOR: Supplier of services to ENGINEER or materials &
services to CONTRACTOR
Document Number: Revision Level
ETAME-100-2.1 B
WP-1: ETAME & SEENT JACKET AND
Page of Pages
PILES TRANSPORTATION AND
INSTALLATION – SCOPE OF WORK 7 of 20

3.2 Abbreviations

Key abbreviations for this project are as follows:

Table 1.1: Abbreviations

Abbreviation Definition

AISC American Institute of Steel Construction

API American Petroleum Institute

AWS American Welding Society

DNV Det Norske Veritas

ID Internal Diameter

LAT Lowest Astronomical Tide

MLW Mean Low Water

MSL Mean Sea Level

MWS Marine Warranty Surveyor

NACE National Association of Corrosion Engineers

OD Outside Diameter

RP Return Period/Recommended Practice

SCF Stress Concentration Factor

SWL Still Water Level

TOJ Top of Jacket

TOS Top of Steel

UTM Universal Transverse Mercator

WCR Weight Control Report

wrt With Respect To


Document Number: Revision Level
ETAME-100-2.1 B
WP-1: ETAME & SEENT JACKET AND
Page of Pages
PILES TRANSPORTATION AND
INSTALLATION – SCOPE OF WORK 8 of 20

4. UNITS

A summary of the application of units for the project is as follows:


 All 3-D modeling shall be done in imperial units.
 All dimensions on drawings shall be in imperial units only (no double-
dimensioning).
 Notes on drawings shall use imperial units only.
 All structural calculations and analyses shall be done in imperial units.

5. CODES, STANDARDS AND SPECIFICATIONS


5.1 Applicable Codes and Standards

All design, construction, installation, workmanship, equipment, and materials using the
following codes shall be interpreted as the minimum requirements applicable to the
subject work, and no statement contained in this Specification shall be construed as
limiting the work to such minimum requirements. All referenced Codes and Standards
shall be considered “latest edition” unless otherwise noted.
American Bureau of Shipping (ABS)
 Rules for Building and Classing Steel Vessels

American Institute of Steel Construction (AISC)


 Steel Construction Manual, 9th Edition – Allowable Stress Design (ASD)

American Petroleum Institute (API)


 RP-2A-WSD: Recommended Practice for Planning, Designing and
Constructing Fixed Offshore Platforms – Working Stress Design (WSD), 21st
Edition.
 RP-2SK: Design and Analysis of Station Keeping Systems for Floating
Structures.
 RP-5LW: Recommended Practice for Transport of Line Pipe on Barges and
Marine Vessels

American Welding Society (AWS)


 AWS D1.1, Structural Welding Code – Steel

Code of Federal Register


Document Number: Revision Level
ETAME-100-2.1 B
WP-1: ETAME & SEENT JACKET AND
Page of Pages
PILES TRANSPORTATION AND
INSTALLATION – SCOPE OF WORK 9 of 20

 Part 46, Shipping

Det Norske Veritas (DNV)


 1996, Rules for Planning and Execution of Marine Operations
 RP-C203, Fatigue Design of Offshore Steel Structures
 RP-C205, Environmental Conditions and Environmental Loads

GL Noble Denton (ND)


 0030/ND: Guidelines for Marine Transportations

International Maritime Organization (IMO)


 A749-18, Code on Intact Stability
 Guidelines for Safe Ocean Towing

International Organization for Standardization, Petroleum and Natural


Gas Industries (ISO)
 19901-6: Specific Requirements for Offshore Structures - Part 6: Marine
Operations
 19902: Fixed Steel Offshore Structures

National Association of Corrosion Engineers (NACE)


 SP-0176-2007, Corrosion Control of Submerged Areas of Permanently
Installed Steel Offshore Structures Associated with Petroleum Production

6. TRANSPORTATION AND INSTALLATION ENGINEERING OF THE JACKET


AND PILES
6.1 General

The INSTALLATION CONTRACTOR shall transport and install the jackets and piling in
accordance with the applicable drawings and specifications.
6.2 Provision of Equipment and Personnel
The INSTALLATION CONTRACTOR shall mobilize and demobilize all personnel,
vessels (including the Lift/Installation Vessel) and equipment necessary to perform the
WORK in accordance with the CONTRACT and the project schedule. The
INSTALLATION CONTRACTOR shall provide all vessel fuel, lube and water and all
other consumables required to perform the WORK. The vessels and equipment provided
by the INSTALLATION CONTRACTOR shall be suitable to WORK in the water depths
and environmental conditions encountered offshore and en route to the Worksite. The
Document Number: Revision Level
ETAME-100-2.1 B
WP-1: ETAME & SEENT JACKET AND
Page of Pages
PILES TRANSPORTATION AND
INSTALLATION – SCOPE OF WORK 10 of 20

INSTALLATION CONTRACTOR shall provide vessels and equipment subject to


COMPANY and MWS approval.
6.3 Engineering and Manuals
The INSTALLATION CONTRACTOR shall perform all engineering, verification and
analysis necessary for the tie-down, transportation and installation WORK, including the
development of detailed transportation and installation manuals and procedures.
Manuals and procedures shall be submitted to COMPANY, and shall be subject to
COMPANY and MWS approval. COMPANY shall promptly notify and work with the
INSTALLATION CONTRACTOR to address any design and/or engineering issues which
could affect the transportation and installation scope of Work.

Engineering and drafting to be performed by the INSTALLATION CONTRACTOR shall


include, but may not be limited to:

(a) Transportation analysis, including ballast plans and barge structural capacity
and tug requirements; cargo barge stowage/lay-out arrangement.

(b) Design of any required grillage or barge strengthening required for load-out or
transportation and design of sea-fastening for transport conditions.

(c) Analysis of critical activities (supported by calculations which display the


parameters suitable for the safekeeping of personnel, equipment, materials and
the environment).

(d) Offshore installation analysis including rigging designs, jacket lifting, upending
and setting of jacket including rigging and flotation analysis.

(e) Pile handling and lifting analysis.

(f) Pile optimization for efficient installation. Coordination with the designated
drilling and grouting sub-contractor and preparation of detailed pile drilling and
grouting procedures and Quality Assurance plans.

(g) Coordinate with COMPANY’S Engineering CONTRACTOR as necessary to


optimize design.

(h) Coordinate with COMPANY’S FABRICATION CONTRACTOR as necessary to


pre-install lift rigging and rigging access platforms.

(i) Specification and design of load spreaders and.

6.4 Transportation and Installation Manual


The INSTALLATION CONTRACTOR’s transportation and installation manual shall
include, but shall not be limited to the following:
Document Number: Revision Level
ETAME-100-2.1 B
WP-1: ETAME & SEENT JACKET AND
Page of Pages
PILES TRANSPORTATION AND
INSTALLATION – SCOPE OF WORK 11 of 20

(a) General Work scope description, installation sequence, and estimated duration
for all tasks.
(b) Safety and communication plan.
(c) Quality and assurance plan.
(d) Material handling plan.
(e) Key project management and engineering personnel, contact information,
organizational structure (including list of all Subcontractors).
(f) Revised transportation and tow fatigue analyses, including calculations.
(g) Transportation plan, defining tow times, materials barge specs, tug sizes, tow
route, ballast plans and contingency plans.
(h) Equipment specifications and lift charts.
(i) Detailed lift rigging arrangements with lift weights and center of gravity (“CG”)
based on actual weight.
(j) Rigging certificates.
(k) Lift studies and analysis showing position, capacity and clearance for all lifts.
(l) Workability results for lifts.
(m) Cargo barge lay-outs and tie-down drawings for all components.
(n) Details of installation guides.
(o) Pertinent reference component and platform drawings.
(p) Storm procedure and weather contingency plans.
(q) Approved surveyor/ positioning system.
(r) Approved mooring plan (if applicable).
(s) Analysis of critical activities supported with engineering calculations that
display the range of parameters suitable for the safekeeping of personnel,
equipment, materials and the environment during the performance of the
WORK.
(t) WORK contingency plans
6.5 Operational Test of the INSTALLATION CONTRACTOR’s Equipment
CONTRACTOR shall prepare procedures for the operational testing of main
CONTRACTOR equipment (to be used in the performance of WORK) and shall conduct
tests in accordance with same. The INSTALLATION CONTRACTOR shall deliver said
Document Number: Revision Level
ETAME-100-2.1 B
WP-1: ETAME & SEENT JACKET AND
Page of Pages
PILES TRANSPORTATION AND
INSTALLATION – SCOPE OF WORK 12 of 20

procedures to COMPANY for approval. The INSTALLATION CONTRACTOR shall


notify COMPANY at least five business days prior to the performance of any operational
test of main equipment so that COMPANY can arrange to have such tests witnessed by
COMPANY representatives and the MWS. The INSTALLATION CONTRACTOR shall
submit rigging certification to COMPANY prior to using same. The INSTALLATION
CONTRACTOR shall perform standard operation DP and ROV trials upon arrival in the
field prior to setting up at the offshore Worksite. The installation vessel shall have
sufficient capability to maintain position throughout the course of offshore installation
activities under typical Gulf of Guinea weather and sea conditions.
6.6 Transportation and Installation Aids
The INSTALLATION CONTRACTOR shall provide and/or install:
(a) All transport and installation aids required on the platform structure.
(b) All rigging, shackles, and engineered spreader bars as required to perform
engineered lifts. The INSTALLATION CONTRACTOR shall provide lift designs
and lifting configurations. Lift aids shall be delivered to FABRICATOR’s facility
so that same may be pre-installed on the relevant platform structure
component prior to load-out.
(c) All sea-fastening, tie-downs, load spreaders and transport barge structural
reinforcement and grillage required for transport, in accordance with the
relevant specifications and MWS recommendations.
6.7 Transportation Barge(s)
CONTRATOR shall provide gas-free certification by a qualified Marine Chemist upon
arrival of the cargo barges at the Jacket Fabricators facilities.
The INSTALLATION CONTRACTOR shall provide all vessel demurrage at
FABRICATOR’s facility required for loading the platform structure onto the
transportation barge. Supplied barges shall be clean when provided and ready to
receive the jacket and piling components. The INSTALLATION CONTRACTOR shall
provide all vessel demurrage in connection with clean off of barges after installation of
the jacket and piling components is complete and the relevant vessel is released from
the offshore Worksite.
After installation of grillage and load spreaders on the transport barge, The
INSTALLATION CONTRACTOR shall HOLD the vessel to permit inspection of same by
the MWS.
After installation of tie-downs and sea-fastening securing the platform structure
components and/or ship loose items (as the case may be) to the transport barge, the
Document Number: Revision Level
ETAME-100-2.1 B
WP-1: ETAME & SEENT JACKET AND
Page of Pages
PILES TRANSPORTATION AND
INSTALLATION – SCOPE OF WORK 13 of 20

INSTALLATION CONTRACTOR shall HOLD the vessel to permit inspection of same by


a COMPANY-appointed MWS.
6.8 Transportation Route
The INSTALLATION CONTRACTOR shall check and verify hazards and water depth
on all travel routes into the field and the offshore Worksite location. The
INSTALLATION CONTRACTOR shall review planned route with COMPANY and the
MWS prior to approval of the route.
6.9 Installation of Jacket and Piles
Prior to installing the jacket, the INSTALLATION CONTRACTOR shall conduct a pre-
installation, on-bottom seabed survey (ROV) to confirm that the seabed is free of debris
or interferences. There are no known debris items at either installation location,
however in the event obstacles are identified, the INSTALLATION CONTRACTOR shall
meet with COMPANY’s representatives to discuss and approve site clearance
measures. Upon COMPANY approval of clearance measures, the INSTALLATION
CONTRACTOR shall carry out same. The INSTALLATION CONTRACTOR shall also
verify water depth at the Worksite. In the event a discrepancy is identified with respect
to the INSTALLATION CONTRACTOR’s water depth reading(s) and documented water
depth readings, the INSTALLATION CONTRACTOR shall notify COMPANY
immediately.
Once the INSTALLATION CONTRACTOR receives COMPANY approval of the pre-
installation on-bottom seabed survey, the INSTALLATION CONTRACTOR shall
perform the following activities in accordance with approved safety and installation
procedures and the relevant drawings and specifications:
(a) Bring transport barge (with jacket and piles) into position,
(b) Rig the jacket for lift slings to the derrick barge crane hook,
(c) Check jacket legs and risers for internal positive pressure and build up
pressure to required level as applicable,
(d) Inspect all jacket vent and/or flood valves for closure,
(e) Cut the jacket tie-downs and trim the remaining tie-down foot prints on the
jacket to approximately one-half inch above jacket surface,
(f) Lift and float the jacket horizontally in the water,
(g) De-rig jacket horizontal lift rigging and associated rigging platforms (as
appropriate) and rig the jacket upending slings to the derrick barge crane hook,
(h) Perform jacket upending sequence by controlled flooding of jacket legs in
combination with applied hook load until the jacket is in the upright position,
Document Number: Revision Level
ETAME-100-2.1 B
WP-1: ETAME & SEENT JACKET AND
Page of Pages
PILES TRANSPORTATION AND
INSTALLATION – SCOPE OF WORK 14 of 20

(i) Maneuver jacket to final location, ensure correct orientation and stab over
docking piles,
(j) Lower jacket to the sea bed,
(k) Flood jacket legs to waterline elevation and release remaining pressure from
jacket legs,
(l) Remove upending lifting slings, shackles and rigging platforms,
(m) Remove top of leg closures and pull internal rip out closures,
(n) Cut pile tie downs as required for pile section installation sequence,
(o) Lower P1 pile segments into jacket legs and hold using pile stopper padeyes,
(p) Stab P2 segments into the top of the P1 segments and weld the two segments
together,
(q) Remove the stopper padeyes from segment P1 and lower the P1/P2 assembly,
(r) Hold and rest the P1/P2 assembly on its pile stopper padeyes located on pile
segment P2,
(s) Rig the pile drilling rig and support equipment for lift and placement on the pile-
top,
(t) Drill the hole through the upper loose layer with the piling drill rig riding the pile
down to the pile stops (pogoing). Repeat for all legs/piles.
(u) Install the short P3 sections, and reinstall the piling drilling rig.
(v) Drill the hole for each pile to the required depth, refer to the pile installation
specification and approved procedures. Note the drill rig will ride the pile down
to the pile stops (s in the previous) step. Once through the loose top layer of
soil, then the pile drilling rig can complete drilling the hole to design depth.
Repeat for all four legs/piles.
(w) Remove the drilling gear to transport barge and secure tie-downs,
(x) Weld out remaining P4 pile sections to their corresponding P1/P2/P3
assemblies,
(y) Run each pile into the respective jacket leg to the pile stopper padeyes near
the top of the P4 section,
(z) Grout piles. Take grout samples and allow for proper cure time,
(aa) Level the jacket,
(bb) Install wedges to center the pile in each jacket leg,
Document Number: Revision Level
ETAME-100-2.1 B
WP-1: ETAME & SEENT JACKET AND
Page of Pages
PILES TRANSPORTATION AND
INSTALLATION – SCOPE OF WORK 15 of 20

(cc) Install and weld out pile-to-jacket connectors on jacket legs,


(dd) Prepare piles (Cut off at correct elevation) for later setting of the topsides,
(ee) Ensure that the flood valves are closed and completely remove reach rods and
all above water reach rod supports,
(ff) Cut off sling protectors,
(gg) Install / Field fit two (2) boat-landings,
(hh) Completely weld-out the structure and shipped loose items incorporated
thereto, and
(ii) Perform all necessary touchup painting, post installation surveys, and
clean/clear site accordingly.
Notes:
1) The addition of the short P3 pile section and the two stage drilling operation for
each pile is based on the presence of the loose top layer of soils at the two
platform locations. The addition of the short P3 pile section may be necessary in
order to achieve a secure top hole for the continued drilling operation. This is the
base case for the Installation Procedure and CONTRACT Cost. CONTRACTOR
with advice from the Drilling and Grouting SUBCONTRACTOR may elect to omit
the P3 piling section and complete drilling the pile to design depth from the P1/P2
pile section. This decision shall (if made) shall be based on the actual site
conditions and will be at the full risk and cost of the CONTRACTOR/SUB-
CONTRACTOR.
2) The main activities listed above are intended to describe, generally, the activities
the INSTALLATION CONTRACTOR shall perform in order to complete the
installation portion of the WORK. The WORK to be performed by the
INSTALLATION CONTRACTOR includes any and all activities and the provision
of all: equipment, aids, personnel, vessels, consumables and services (excluding
only COMPANY Provided Materials necessary to install the platform structure
safely and completely at the offshore Worksite under typical/ seasonal sea and
weather conditions in the Gulf of Guinea and known seabed conditions (i.e.
seabed conditions as represented in surveys provided to the INSTALLATION
CONTRACTOR by COMPANY). The inadvertent omission (from the list above)
of any essential activity required to complete the WORK does not relieve the
INSTALLATION CONTRACTOR of the INSTALLATION CONTRACTOR’s
obligation to complete the WORK in accordance with the specifications and the
Contract.
(jj)  
Document Number: Revision Level
ETAME-100-2.1 B
WP-1: ETAME & SEENT JACKET AND
Page of Pages
PILES TRANSPORTATION AND
INSTALLATION – SCOPE OF WORK 16 of 20

6.10 Jacket Placement


COMPANY shall be responsible for installation of the jacket docking template and piles.
THE INSTALLATION CONTRACTOR shall provide and apply the necessary navigation
equipment required to set the platform jacket at location coordinates specified and at
the specified bearing of +/- 5 degrees of its design orientation. During installation, the
INSTALLATION CONTRACTOR shall level the jacket in accordance with the Technical
Information. The INSTALLATION CONTRACTOR shall install the jacket at the offshore
Worksite utilizing only the crane on the Lift/Installation Vessel to perform the lift.
6.11 Pile Drilling and Grouting
The INSTALLATION CONTRACTOR shall provide pile drilling and grouting services
and technical support for same as detailed in the Drilled and Grouted Pile Installation
Specification 09630-GEN-264-01.
6.12 Boat Landings
The INSTALLATION CONTRATOR shall install the two boat landings at each
platform. While in location, the INSTALLATION CONTRACTOR shall observe
the fluctuation of the seawater level versus the jacket and shall in consultation
with the COMPANY’s representative agree on the installation position and field
trim the boat landings to achieve the optimum elevation of the boat landings.
Refer to the Boat Landing drawings for details on the field adjustment
tolerances.
6.13 Weld-Out
The INSTALLATION CONTRACTOR shall provide all welding services at the offshore
Worksite in connection with installation of the jacket, piles, and/or shipped loose items.
The INSTALLATION CONTRACTOR shall completely install and weld-out the jacket-to-
pile connectors and install and weld-out shipped loose items (including, but not limited
to boat landings).
6.14 Survey
The INSTALLATION CONTRACTOR shall perform an ROV survey of the underwater
portion of the installed jacket to ensure same is complete. The INSTALLATION
CONTRACTOR shall give special attention to docking piles, predrilled wells, anode
quality, riser conditions and mudline conditions at the base of the jacket.
6.15 Safety Meetings
The INSTALLATION CONTRACTOR shall hold detailed safety meetings prior to each
lift and installation of platform structure components. The INSTALLATION
CONTRACTOR shall take meeting minutes and compile a list of action items from each
such meeting. The INSTALLATION CONTRACTOR shall distribute meeting minutes
Document Number: Revision Level
ETAME-100-2.1 B
WP-1: ETAME & SEENT JACKET AND
Page of Pages
PILES TRANSPORTATION AND
INSTALLATION – SCOPE OF WORK 17 of 20

and action items to COMPANY. All action items and issues identified shall be resolved
and signed off by COMPANY prior to commencement of a lift. The INSTALLATION
CONTRACTOR shall hold tool box meetings at the start of each shift.
6.16 Welding
The INSTALLATION CONTRACTOR shall qualify welders, weld procedures and weld
repair procedures for all weld types and material types utilized under the transportation
and installation scope of WORK. All welders shall have been tested within six months
before permitted to perform any specific weld. Welding shall be in accordance with
AWS D1.1 requirements.
6.17 Return Surplus COMPANY-Supplied Materials and Equipment
After completion of the offshore portion of the WORK, the INSTALLATION
CONTRACTOR shall return any surplus COMPANY-Supplied Materials and Equipment.
6.18 Transport Barge Clean-Off and Vessel Off-Loading
The INSTALLATION CONTRACTOR shall provide all vessel demurrage required, after
completion of the offshore WORK, to remove sea-fastening, grillage and equipment
from barges and vessels. The INSTALLATION CONTRACTOR shall perform the
removal and clean-off of all sea-fastening and grillage and shall be responsible for
removing all equipment (including surplus COMPANY-Supplied Materials and
Equipment) and waste from barges and vessels.
6.19 Disposal of Waste
The INSTALLATION CONTRACTOR shall dispose of any waste generated as a result
of performing the WORK.

7. INTERFACE MANAGEMENT SYSTEM


The INSTALLATION CONTRACTOR shall be responsible for interface activities related to
the WORK and shall allow for such meetings, HAZOPs, reviews, communication and
coordination necessary to ensure that there are no discontinuities at the interfaces with
third party CONTRACTORS and COMPANY.
The INSTALLATION CONTRACTOR shall implement effective procedures for the control,
coordination and reporting of its activities and interfaces with COMPANY. Similar interface
procedures are to be implemented for The INSTALLATION CONTRACTOR interfaces with
The INSTALLATION CONTRACTOR subcontractors.
For all interface issues with COMPANY, COMPANY’s other CONTRACTORs,
organizations and subcontractors, The INSTALLATION CONTRACTOR shall establish
and maintain an interface management system that is approved by COMPANY. This
interface management system shall identify and control all organizational and technical
interfaces, including those with COMPANY and other parties.
Document Number: Revision Level
ETAME-100-2.1 B
WP-1: ETAME & SEENT JACKET AND
Page of Pages
PILES TRANSPORTATION AND
INSTALLATION – SCOPE OF WORK 18 of 20

The system shall be used for registering, tracking, expediting and controlling all interface
issues/documents required by CONTRACTOR and its Subcontractors.
Document Number: Revision Level
ETAME-100-2.1 B
WP-1: ETAME & SEENT JACKET AND
Page of Pages
PILES TRANSPORTATION AND
INSTALLATION – SCOPE OF WORK 19 of 20

8. RESPONSIBILITY MATRIX

THIRD PARTY MWS

INSTALLATION
CONTRACTOR
FABRICATOR
COMPANY’S
COMPANY

ENGINEER

JACKET
DESCRIPTION

Soil Report covering the location where the Platform Structure is to R


be installed

Pre-Installation Site Survey covering the location where the R


Platform Structure is to be installed

Installation of jacket docking template and piles R

Detailed design for jackets and piling A D

Detailed design for docking template and piles A D

Level 3 installation schedule from award to handover R

Fabrication of jacket installation aids A A F D/R

Installation engineering and analyses and installation procedures A A D/R

Third party verification of CONTRACTOR'S installation engineering A


and analyses

Marine Surveyor off-hire/on-hire VESSEL reports A

HAZID/HAZOP's, Task Risk Assessments, vessel audits, safety A A R


training, competency audits, etc.
Procurement of all temporary installation aids S

Jacket and piling load-out manual and procedure R

Sea-fastening, grillage, and barge reinforcements A A F D/R


Document Number: Revision Level
ETAME-100-2.1 B
WP-1: ETAME & SEENT JACKET AND
Page of Pages
PILES TRANSPORTATION AND
INSTALLATION – SCOPE OF WORK 20 of 20

THIRD PARTY MWS

INSTALLATION
CONTRACTOR
FABRICATOR
COMPANY’S
COMPANY

ENGINEER

JACKET
DESCRIPTION

Jacket and piling transportation from fabrication yard to the R


offshore WORKSITE

Welding and NDT Engineering A A R

As-Built Engineering Documents A R

Notes:

R Is the party that is accountable and responsible for all aspects of the WORK including the
interfaces to the other defined parties.

D Is the party responsible for Design

S Is the party responsible for Supply and/or Procurement of the materials or equipment

F Is the party responsible for Fabrication and Installation

A Is the party responsible for Approvals


2.2 SCOPE OF WORK

ETAME & SEENT STEEL PIPELINES- INSTALLATION


Document Number: ETAME-100-2.2
Issue Purpose AFU Approved for Use
FI For Information
IFR Issued for Review
Rev Issue Description Prepared By Discipline Approval Dept/Project Approval
Purpose
Initials / Date Initials / Date Initials / Date
A IFB Issued for CD Devenney
Bid
01/30/13
Document Number: Revision Level
ETAME-100-2.2 A

ETAME & SEENT STEEL PIPELINES Page of Pages


– SCOPE OF WORK 2 of 17

TABLE OF CONTENTS

Section Page

1.  GENERAL ..................................................................................................... 3 

2.  SCOPE ......................................................................................................... 3 

3.  DEFINITIONS AND ABBREVATIONS .......................................................... 6 

4.  PROCUREMENT .......................................................................................... 6 

5.  INSTALLATION ENGINEERING .................................................................. 8 

6.  INTERFACE MANAGEMENT SYSTEM ..................................................... 14 

7.  RESPONSIBILITY MATRIX ........................................................................ 15 


Document Number: Revision Level
ETAME-100-2.2 A

ETAME & SEENT STEEL PIPELINES Page of Pages


– SCOPE OF WORK 3 of 17

1. GENERAL
VAALCO Gabon (Etame) Inc. is planning on installing two new water knock-out facilities
on the Etame WHP and SEENT WHP in the Etame Marin Block, Gulf of Guinea, offshore
of Gabon, west central Africa.

The new Etame Wellhead Platform (WHP) will serve as a first stage processing facility for
up to 6 new dry tree wells, 2 existing subsea well, and 2 future subsea wells. The Etame
WHP products will be exported to an FPSO located about 2.4 km away to east of the
platform. A new 4” steel gas supply pipeline will be installed to connect a pre-installed
riser at the Etame WHP to an existing 4” ID flexible flowline (located at the abandoned ET-
1V wellhead). In the final configuration, fuel gas will be supplied to the Etame WHP from
the FPSO via the existing ET-1V flexible flowline and the new steel pipeline extension.

The new SEENT WHP production platform will supply fuel gas to the FPSO through a new
4” steel pipeline. This new 4” steel pipeline will be connected to a pre-installed riser at he
SEENT platform and then tie-in to the second existing 4” ID flexible flowline at the
abandoned ET-1V wellhead.

A new 8” steel pipeline will be installed from the SEENT platform to an existing sub-sea
tie-in valve in the existing 8” Avouma pipeline to the FPSO. A new sub-sea valve and
pipeline “WYE” skid assembly will be installed at the tie-in to the Avouma pipeline.

The FPSO is about 7.0 km north of the SEENT platform.

2. SCOPE
This document is intended to define the Scope of Supply and the Scope of Work to be
performed by the Steel Pipeline Installation CONTRACTOR. CONTRACTOR shall install
the new pipelines and associated subsea facilities so as to allow COMPANY to carry out
efficient and reliable production.

All WORK shall be performed in accordance with the project specifications, drawings and
project schedule. Any discrepancy found by CONTRACTOR shall be brought to the
attention of COMPANY for resolution.

COMPANY can accept either S-lay or Reel-lay methods of pipe-lay.

The Major Work Items for installation are:


Etame Field:
4.5’’ Etame3 steel flowline (1.3 km in length) will transfer gas supply to the Etame WHP
from the FPSO. The flowline will be tied-in to the rigid riser at Etame WHP and tie-in #1 to
ET-1V flexible flowline at KP 1.268. CONTRACTOR shall disconnect the existing ET-1V
flexible flowline from ET-1V subsea tree connection at 3.65m above the mudline and blind
Document Number: Revision Level
ETAME-100-2.2 A

ETAME & SEENT STEEL PIPELINES Page of Pages


– SCOPE OF WORK 4 of 17

flange the wellhead connection. The CONTRATOR shall then re-route the flexible flowline
to the the-in point with the new steel pipeline.

CONTRACTOR shall install concrete mattresses for flowline at Etame Platform

SEENT Field:
1. 4.5’’ SEENT1 steel flowline (5.7 km in length) will transfer fuel gas from the SEENT
Platform to the FPSO. The flowline will be tied in to the rigid riser at SEENT platform
and Tie-in #2 at the existing ET-1V flexible flowline. CONTRACTOR shall disconnect
the existing ET-1V flexible flowline from ET-1V subsea tree connection at 3.65m above
the mudline and blind flange the wellhead connection. The CONTRACTOR shall then
re-route the flexible flowline to the tie-in point with the new steel pipeline.
CONTRACTOR shall install interconnecting subsea expansion spools and concrete
mattresses for the flowline at the SEENT Platform.

2. 8.625’’ SEENT2 rigid flowline (1.8 km in length) will transfer oil from the SEENT
Platform to an existing Avouma subsea valve assembly. As part of this pipeline
installation the CONTRACTOR shall install:

 One (1) SEENT Subsea Valve/WYE Skid (COMPANY supplied) for future tie-in.
 CONTRACTOR shall install interconnecting subsea expansion spools and
concrete mattresses for the flowline at the SEENT Platform.
 CONTRACTOR shall install interconnecting subsea expansion spools and
concrete mattresses for the flowline at the new sub-sea valve/WE skid and the
Avouma pipeline tie-in.
 CONTRACTOR shall leak test the existing Avouma Valve/WYE assembly before
removing the blind flange for connection to the new 8’’ sub-sea tie0in spools.

COMPANY is only providing the following equipment or materials for this Work Pack:

 8” Sub-sea valve to be installed at the existing Avouma WYE/pipeline tie-in


assembly.
 8” Sub-Sea Valve/WYE skid to be installed near the Avouma WYE/pipeline tie-in
assembly.

CONTRACTOR shall be responsible for procurement, fabrication, inspection and delivery


to the installation site of the following:

 4” steel line pipe with FBE coating for ETAME3


 4” steel line pipe with FBE coating for SEENT1
 8” steel line pipe with insulation for SEENT2
 Pipeline anodes
 Induction Bends
 Flanges
 Misalignment Flanges
Document Number: Revision Level
ETAME-100-2.2 A

ETAME & SEENT STEEL PIPELINES Page of Pages


– SCOPE OF WORK 5 of 17

 Fabricated sub-sea tie-in/expansion spool piping


 Concrete mattresses
 Sand / grout bags
 Installation aids and spares
 All other permanent and temporary materials and consumables as required to fully
install and pre-commission the three steel pipelines.

CONTRACTOR shall be responsible for transportation and sea-fastening of the SEENT


Subsea WYE Skid from the Gulf of Mexico to the worksite.

CONTRACTOR shall be responsible for the final design, supply of all materials, and the
installation of all sub-sea tie-in piping to connect the new pipelines at each end.

The WORK includes but not limited to the following:

 Provision of transportation and all necessary support and aids for load-out, sea-
fastening and transportation of all line-pipe and associated project materials required
for installation.
 Perform pre and post installation survey along the flowline route.
 Installation engineering including evaluation of any pre-installation intervention
requirement to meet flowline design intent such that the flowlines can be laid safely
within the allowable stresses.
 Engineering, procurement and fabrication of all installation aids (i.e. start-up and
laydown heads, etc).
 Pre-mobilisation audit and or qualification of all pipe-lay related operational equipment
such as tensioner, stinger profile, rollers setting, lifting crane, winches, DP system
testing, etc.
 Line-pipe Welding/Welder Procedure Qualification Testing, NDT procedure, calibration
and field joint, qualification tests.
 All NDE/-Ray of line pipe welds and all s=pipe welding associated with the fabrication
and installation of the sub-sea tie-n/expansion spool piping
 Provision of offshore vessels, equipment, spares, consumables, services and
personnel necessary for the installation of the steel flowlines, including all pipe
cleaning, bevelling, welding, weld inspection and field joint coating.
 Pigging, gauging and hydrotesting the installed pipelines.
 Stabilisation, free span correction and protection of the installed flowlines.
 Fabrication and Installation of all sub-sea tie-in spools and pre-commissioning of the
complete flowlines system.
 Leak testing the completed pipeline installations.

CONTRACTOR shall prepare a Level 3 schedule from award of project to handover with
milestones for important activities as outlined in this scope of work. CONTRACTOR shall
issue the Level 3 schedule to COMPANY for approval and shall monitor the progress
regularly to ensure no slippage of the schedule.
Document Number: Revision Level
ETAME-100-2.2 A

ETAME & SEENT STEEL PIPELINES Page of Pages


– SCOPE OF WORK 6 of 17

3. DEFINITIONS AND ABBREVIATIONS

3.1 Definitions

For the purposes of clarity, the following definitions are in general use throughout this
document,

COMPANY VAALCO Gabon (Etame), Inc.

COMPANY’S ENGINEER McDermott Engineering LLC

FABRICATOR Builder who fabricates skids, platform jackets and topsides,


based on ENGINEER’s design

VENDOR Supplier of equipment and/or materials of his own design

CONTRACTOR Provider of transportation & installation

SUB-CONTRACTOR Supplier of services to ENGINEER or materials & services


to CONTRACTOR

3.2 Abbreviations
The following technical definitions and abbreviations are used in this document:

DP Dynamic Positioning
DSV Diving Support Vessel
FPSO Floating Production, Storage and Offloading
HAZID Hazard Identification
HAZOP Hazard and Operability
HSE Health, Safety, Environment
MSV Multi-purpose Support Vessel
MWS Marine Warranty Surveyor
NDT Non Destructive Testing
PLEM Pipeline End Manifold
QA Quality Assurance
SIMOPS Simultaneous Operations
WHP Well Head Platform

4. PROCUREMENT AND SUPPLY OF MATERIALS

4.1 General
CONTRACTOR shall provide all material/equipment (not provided by COMPANY)
necessary to complete the WORK.
Document Number: Revision Level
ETAME-100-2.2 A

ETAME & SEENT STEEL PIPELINES Page of Pages


– SCOPE OF WORK 7 of 17

4.2 COMPANY Supplied Material

The COMPANY is providing the prefabricated SEENT Sub-Sea Valve/WYE skid as


shown on the referenced drawings. Company is providing NO other permanent or
temporary materials for this installation.

Pipeline Risers will be pre-installed in the platform jackets as shown on the referenced
drawings.

CONTRATOR shall be responsible for providing all other permanent and temporary
materials required for the complete installation, testing and pre-commissioning of the
Etame Steel pipelines as defined by this scope of work document and the referenced
drawings and specifications.

4.3 CONTRACTOR Supplied Material and Fabrication

ALL MATERIALS SHALL BE NEW AND UNUSED, FREE OF DEFECTS, AND


APPROVED BY COMPANY. MATERIALS SHALL BE FROM THE USA, JAPAN,
GERMANY, FRANCE, ITALY, UK, SWEDEN, SPAIN, PORTUGAL, IRELAND,
ICELAND, NORWAY, FINLAND, BELGIUM, DENMARK OR SWITZERLAND.
MATERIALS FROM ANY OTHER COUNTRY SHALL BE SUBMITTED IN WRITING
FOR REVIEW AND APPROVAL. NOTE: NO MATERIAL FROM KOREA WILL BE
ACCEPTED.

CONTRACTOR SHALL OBTAIN COMPANY APPROVAL FOR THE


MANUFACTURER OF THE CONTRACTOR SUPPLIED LINE PIPE, FLANGES
AND FITTINGS AND OBTAIN COMPANY APPROVAL OF THE LINE PIPE
MATERIALS TEST REPORTS (MTR’S) USED FOR INSTALLATION OF THE
STEEL PIPELINES AND THE FABRICATION OF THE SUB-SEA TIE-
IN/EXPANSION SPOOL PIPING.
4.4 CONTRACTOR’s scope of supply shall include, but is not limited to:

 Procure sufficient line pipe to complete fabrication and installation.


 Review of the line pipe inspection records from the pipe suppliers and provide
confirmation that the pipe is suitable for use.
 Supply of Materials, including contingency and wastage.
 Supply of all inhibition chemicals for hydrotest water (to be approved by
COMPANY).
 Provision for lifting and rigging gear to load all materials on CONTRACTOR
supplied transportation.
 Provision of lifting devices and spreader beams for all lifts, including COMPANY
supplied items.

The CONTRACTOR’s procurement activities shall include, but are not limited to:
Document Number: Revision Level
ETAME-100-2.2 A

ETAME & SEENT STEEL PIPELINES Page of Pages


– SCOPE OF WORK 8 of 17

 Inspection and expediting.


 Material certification and traceability.
 Shipping and logistics.
 Work site material control.
 As-built documentation.

CONTRACTOR supplied materials shall include, but is not limited to, the following
items:

 Supply of all temporary materials, installation aids, gauging pigs and consumables
required for installation, flooding, gauging, pressure testing, dewatering.
 Provision of all flowline free-span supports and associated installation equipment.
 Line-pipe materials.
 Lay down and pigging heads.
 Provision of welding consumables.
 Provision of all field joint coating consumables.
 Induction bends.
 Misalignment and Swivel Flanges
 Flanges, bolts and nuts.
 Concrete mattresses.
 All other construction material required to complete the WORK.

CONTRACTOR shall supply all materials and pre-fabricate al sub-sea tie-in spools as
shown on Company’s drawings.

5. INSTALLATION ENGINEERING

5.1 General
CONTRACTOR shall perform all installation engineering activities as required by the
Specifications listed in Appendix A.

Installation Engineering shall be carried out to demonstrate compliance with the


specifications for the installation activities including but not limited:

 Development of detailed procedures for all installation activities, including


mobilization, lifting plans, demobilization and load-out operations.
 Marine transportation calculations to the satisfaction of the Marine warranty
surveyor demonstrating structural integrity is acceptable during all phases of
transportation.
 Sea-fastening calculations and deck plans including any barge or vessel
modifications.
 Provide engineering input to the final design of the facilities to ensure compatibility
with the CONTRACTOR’S equipment and installation methodology.
Document Number: Revision Level
ETAME-100-2.2 A

ETAME & SEENT STEEL PIPELINES Page of Pages


– SCOPE OF WORK 9 of 17

 Design of any additional structures and steelwork required to perform load out, lift
and transportation of the PERMANENT WORK.
 Seabed preparation in and around flowline/structure laydown areas.
 Curve stability analysis during pipe-lay.
 Design of protection for existing facilities including detailed drawings and
calculations (as required).
 Analysis & installation engineering for rigid flowlines.
 Detailed analyses of the flowlines under all installation phases and analysis of
failure modes and effects.
 Development of contingency plans and procedures including emergency
abandonment, recovery, wet and dry buckles, and flowline repairs.
 Provision of all licenses, notification and other obligations required for the safe and
proper performance of the WORK.

CONTRACTOR shall be responsible for producing and verifying all Installation


engineering and analysis for the WORK.

The flowline alignment drawings are provided as follows:


 09630-ET-3506 - ETAME3 Flowline Alignment Sheet.
 09640-SE-3505 - SEENT1 Flowline Alignment Sheet 1 of 2.
 09640-SE-3506 - SEENT1 Flowline Alignment Sheet 2 of 2.
 09640-SE-3507 - SEENT2 Flowline Alignment Sheet.
Geotechnical data for the two new platform locations is included in the reference
documents. Metocean data is also included in the referenced documents; Fugro
GEOS Inc., “Metocean Design Criteria for the Etame Field”, prepared for VAALCO
Gabon (Etame) Inc., February 1999.

5.2 Analysis, Drawings & Calculations

The CONTRACTOR shall execute the following as a minimum:


1. Detailed stress analysis of the flowlines for the following situations:
 Flowlines initiation, normal lay and laydown.
 Flowline abandonment and recovery.
 Flowline spool installation and subsea WYE skid installation.
2. Rigging calculations.
3. Calculations for Abandonment & Recovery equipment performance as required by
the COMPANY.
4. Detailed calculations of the tensioner loads predicted for flowline installation.
5. Calculation of stinger/roller loads predicted for pipe-lay.
6. Calculations supporting the integrity of pre/post-installed anodes during pipe-lay
7. Route Curve Stability analysis.
8. Line pipe Stacking Height Calculation (anode joints shall be placed on top layer)
9. Sea-fastening Design & Transportation analysis.
Document Number: Revision Level
ETAME-100-2.2 A

ETAME & SEENT STEEL PIPELINES Page of Pages


– SCOPE OF WORK 10 of 17

10. In case of Reel-lay, CONTRACTOR shall calculate the moment of curvature


required for reeling operations and identify the number of reels and packing /
spooling plan based on pipe-lay schedule. (Note: In case of reel lay method
for 8.625’’ rigid flowline, Polyurethane (PU) insulation will need to be
replaced with Glass Syntactic Polyurethane (GSPU) using the same “U-
value” of the flowline).

The CONTRACTOR shall include the following aspects as a minimum:


 Limiting criteria (sea states and barge motion) for pipe-lay operations.
 Pipe tension and tension variation.
 Variation in submerged pipe weight.
 Variation in stinger configuration and depth.
 Change in water depth.
 Changes in vessel response, orientation and position.
 Anchor patterns for barge at start-up, lay down and tie-in locations.

5.3 Pipe-lay Procedures

The CONTRACTOR shall prepare the following procedures in accordance with the
referenced specifications as a minimum:
 Pre-lay survey.
 Line pipe handling including identification and segregation of damaged and
rejected pipes.
 Flowline initiation including installation of items to be installed at the starting point
of each offshore flowline e.g. pigs, hose connections, weld caps and lay-down
heads.
 Pipe tensioning for all phases of the installation including details of how the tension
forces will be monitored, schedule of the proposed tensioner settings and
deadband widths for the various sections of the flowline route.
 Stress / Strain control, including stinger set-up procedures for all phases of the
installation.
 Pipe-lay safe operating parameters.
 Barge positioning.
 Fabrication of spools.
 Buckle detection.
 Abandonment and recovery including detailed tables/graphs on barge positioning,
pay-out and line tension.
 Pipe-lay monitoring in the Stinger.
 Touchdown point monitoring.
 Underwater tie-ins.
 Contingency procedures for repair of dry or wet buckles, leaks, location and
removal of stuck pigs, as well as any other emergency that might occur during the
execution of the WORK.
 Line-up and welding procedures including weld repair procedures.
Document Number: Revision Level
ETAME-100-2.2 A

ETAME & SEENT STEEL PIPELINES Page of Pages


– SCOPE OF WORK 11 of 17

 Welding qualification & Welders per-qualification.


 Coating qualification.
 Field joint coating, including surface preparation requirements and material data
sheets.
 Inspection procedures for the welding work including full details on the N.D.T.
equipment to be used.
 Pipe spooling / unspooling (Reel-Lay method).
 Testing and tie-in to existing Avouma PLEM.
 Disconnect and tie-in of existing ET-1V flexible flowline to ETAME3 & SEENT1
rigid flowline.
 Site metrology to determine final expansion spool configuration.
 Lift & Installation procedure for SEENT subsea WYE skid and expansion spools.
 Post-installation survey.
 Span rectification.
 Pre-commissioning.
 Preparation of as-built records.

5.4 Transportation

CONTRACTOR shall provide transportation of project equipment, line-pipe and SEENT


Subsea WYE skid to Gabon.

CONTRACTOR shall provide all of the handling, lifting equipment and necessary gear
for loading COMPANY supplied materials on to CONTRACTOR supplied transportation
vessels or barges.

CONTRACTOR will be responsible for all tie down materials required for the safe
transport of materials. All transport of materials will need to have transportation
analysis/engineering reviewed and approved by COMPANY or COMPANY supplied
MWS.

5.5 Environmental Restrictions

CONTRACTOR shall conform to all conditions of environmental approvals.

Due to the location of the Etame & SEENT field development, environmental
requirements shall include but not be limited to the following:
 Bunkering at sea will be restricted only to vessels that are required to stay in the
field.

5.6 Mobilization/Demobilization
Document Number: Revision Level
ETAME-100-2.2 A

ETAME & SEENT STEEL PIPELINES Page of Pages


– SCOPE OF WORK 12 of 17

CONTRACTOR shall be responsible for mobilization and demobilization of all vessels,


equipment, materials and personnel required for the execution of the WORK, unless
specifically mentioned otherwise.

CONTRACTOR shall demonstrate the fitness and readiness of all equipment it


proposes to use, by an audit conducted by an independent third party.

At least 60 days prior to mobilization, CONTRACTOR shall provide to COMPANY two


(2) copies of all appropriate valid certification including but not limited to insurance
certification, test and manufacturers certificates for each vessel and items of equipment
comprised in the spread requiring testing or calibration.

Where the equipment/vessels of the marine spread or any part thereof requires periodic
certification, testing and/or calibration and the date of the next inspection, test or
calibration is liable to occur within the program, then such test and/or calibration shall
be carried out prior to mobilization.

CONTRACTOR shall allow for inspection and approval of all vessels and equipment by
COMPANY prior to the mobilization, if required by COMPANY. Provided that nominated
vessels are made available by CONTRACTOR, COMPANY shall endeavor to
undertake the audit at least 60 days prior to the planned mobilization. Any
recommendations and requirements made by COMPANY to CONTRACTOR shall be
implemented by CONTRACTOR prior to mobilization.

CONTRACTOR shall perform and complete the following activities prior to the
mobilization of the offshore vessels for each phase of the WORK.
 Rectification of any and all defective items identified by CONTRACTOR as required
by COMPANY, during CONTRACTOR's safety, technical and QA audits completed
prior to, or after, award of the CONTRACT;
 Provision of a comprehensive Safety Plan, Safety Procedures and Quality Plan for
all aspects of the WORK;
 Pre-Installation HAZOP attended by COMPANY and the MWS
 Provision of valid certification for all vessels and all major equipment on all such
vessels;
 Completion of all high priority actions arising from Vessel Audit and HSE
 Controls to Gap Analysis, Campaign Risk Assessment, SIM-OPS and HAZOPs,
 Provide names, qualifications and experience of CONTRACTOR HSE Site
Representatives that will be present on installation vessels to the COMPANY for
approval.
CONTRACTOR shall not substitute any part of the spread without prior agreement of
COMPANY.

5.7 Marine Operations Restrictions


 Refueling of primary vessels and support vessels must only take place during
daylight hours.
Document Number: Revision Level
ETAME-100-2.2 A

ETAME & SEENT STEEL PIPELINES Page of Pages


– SCOPE OF WORK 13 of 17

 During night time operations external lighting of vessels must be minimized to that
required for safety of navigation and safety of deck operations
For the above described measures:

“Primary vessels” are defined to include anchored and slow moving vessels that are
performing infrastructure installation, maintenance and repair tasks and are required at
the infrastructure site for extended periods. Such vessels include DSV, MSV, pipe-lay
barge and anchor handlers.

“Support vessels” are defined to include vessels that intermittently provide a service to
primary vessels and are not required to be stationed at the infrastructure site for
extended periods, such as supply vessels and tugs.

In addition, CONTRACTOR will be required to contain its construction activities within


the survey corridor established by COMPANY, this includes anchoring and moorings.
Should CONTRACTOR’s spread require placing anchors outside of the survey corridor
currently defined, CONTRACTOR shall insure that additional survey coverage is
acquired and shall establish that its construction activities will not have any impact.
Similarly, CONTRACTOR shall demonstrate that it can install the flowlines without
impacting noted avoidance areas within the survey corridor. All seabed disturbance
(e.g., anchor placements) and survey activities outside the survey corridor established
by COMPANY shall be approved by COMPANY.

5.8 Span Rectification

CONTRACTOR shall develop span rectification methodology for COMPANY approval


and shall perform all span rectifications as required.

CONTRACTOR shall survey the flowlines for the presence of spans. CONTRACTOR
shall propose free-span rectification measures to COMPANY for approval.
CONTRACTOR shall provide materials for free span rectification.

Span Correction activities shall be performed with the flowlines in an empty condition
and completed to COMPANY satisfaction prior to flooding, unless otherwise approved
by COMPANY.

5.9 Flowline Pre-commissioning

Following completion of installation, CONTRACTOR shall clean, gauge, flood, hydrotest


and leak test the flowlines prior to handover to COMPANY.

CONTRACTOR shall provide all necessary materials, equipment, personnel and


support facilities required to carry out cleaning, gauging, flooding and hydrostatic
strength testing of the flowlines. CONTRACTOR will inject COMPANY approved
chemicals in to the flowlines for inhibition of the seawater.
Document Number: Revision Level
ETAME-100-2.2 A

ETAME & SEENT STEEL PIPELINES Page of Pages


– SCOPE OF WORK 14 of 17

CONTRACTOR will be required to provide all temporary launchers/receivers,


precommissioning pigs, and hydrotest appurtenances for final and partial
testing/pigging operations at all locations. Gauge plates shall be inspected by
COMPANY representative, prior to commencement of hydro-testing.

CONTRACTOR shall leak test the flowlines if no apparent damage has been suspected
during installation. The leak test will be performed at a minimum pressure of 1.1 times
the maximum design pressure.

CONTRACTOR / BIDDER shall prepare a Pre-commissioning philosophy and submit to


COMPANY for review during the bid stage.

5.10 Subsea WYE Skid Installation

SEENT Subsea WYE Skid will be fabricated by others. Transportation & sea-fastening
of the WYE skid will be CONTRACTOR’s responsibility. CONTRACTOR shall install
one (1) SEENT Subsea WYE Skid for future tie-in. The details of the WYE Skid are
provided in drawings 09640-SE-3545 & 09640-SE-3546. CONTRACTOR is to provide
details on its methodology for lifting and installation the Subsea WYE Skid.

6. INTERFACE MANAGEMENT SYSTEM

CONTRACTOR shall be responsible for interface activities related to the WORK and shall
allow for such meetings, reviews, communication and coordination necessary to ensure
that there are no discontinuities at the interfaces with third party contractors and
COMPANY.

CONTRACTOR shall implement effective procedures for the control, coordination and
reporting of its activities and interfaces with COMPANY. Similar interface procedures are
to be implemented for CONTRACTOR interfaces with CONTRACTOR subcontractors.

For all interface issues with COMPANY, COMPANY’s other contractors, organizations and
subcontractors, CONTRACTOR shall establish and maintain an interface management
system that is approved by COMPANY. This interface management system shall identify
and control all organizational and technical interfaces, including those with COMPANY and
other parties.

The system shall be used for registering, tracking, expediting and controlling all interface
issues/documents required by CONTRACTOR and its Subcontractors.
Document Number: Revision Level
ETAME-100-2.2 A

ETAME & SEENT STEEL PIPELINES Page of Pages


– SCOPE OF WORK 15 of 17

7. RESPONSIBILITY MATRIX

DESCRIPTION COMPANY’S THIRD PARTY COMPANY INSTALLATION


ENGINEER MWS CONTRACTOR

Detailed design for flowlines X

Detailed Design of All Sub-Sea D (Preliminary A D (Final Design


Tie-In Spools/Piping Design) for Installation)

Level 3 schedule from award A R


to handover

Fabrication of temporary A R
components, CONTRACTOR’S
Installation design

Flowline installation A R/F


engineering and analyses and
installation procedures

Third party verification of A


CONTRACTOR'S installation
engineering and analyses

Marine Surveyor off-hire/on-hire A R


VESSEL reports

HAZID/HAZOP's, Task Risk A A R


Assessments, vessel audits,
safety training, competency
audits, etc.

Supply of coated / insulated line A S


pipe including spool pipe,
mattresses, free span supports

Supply of anodes A S

Supply of flanges including A S


fastening components

Supply of Subsea WYE Skid R


Document Number: Revision Level
ETAME-100-2.2 A

ETAME & SEENT STEEL PIPELINES Page of Pages


– SCOPE OF WORK 16 of 17

DESCRIPTION COMPANY’S THIRD PARTY COMPANY INSTALLATION


ENGINEER MWS CONTRACTOR

Procurement of permanent A S/F


materials not free issued by
COMPANY
Fabrication of subsea flowline A S/F
initiation and termination heads,
subsea temporary pig
launchers and receivers
Procurement of all temporary A S/F
installation aids
Load-out, sea fastening and A A R
transportation of line pipe from
coating yard to the offshore
WORKSITE

Welding and NDT/X-Ray A R

Installation of Flowlines and A R


expansion spools

Installation of Subsea WYE A R


Skid

Inspection and testing of A R


Avouma PLEM before tie-in

Disconnection of existing ET- A R


1V flexible flowline, blind-off
Subsea Tree and tie-in of new
rigid flowline to existing flexible
flowline

Free span corrections A R

Pre- commissioning of flowlines A R

As-Built Engineering A R
Documents
Document Number: Revision Level
ETAME-100-2.2 A

ETAME & SEENT STEEL PIPELINES Page of Pages


– SCOPE OF WORK 17 of 17

Notes:

R Is the party that is accountable and responsible for all aspects of the WORK including the
interfaces to the other defined parties.

D Is the party responsible for Design

S Is the party responsible for Supply and/or Procurement of the materials or equipment

F Is the party responsible for Fabrication and Installation

A Is the party responsible for Approvals


2.3 SCOPE OF WORK FLEXIBLE FLOWLINES
INSTALLATION

Document Number: ETAME-100-2.3


Issue Purpose AFU Approved for Use
FI For Information
IFR Issued for Review
Rev Issue Description Prepared By Discipline Approval Dept/Project Approval
Purpose
Initials / Date Initials / Date Initials / Date
A IFB Issued for CD Devenney
Bid
01/30/13
Document Number: Revision Level
ETAME-100-2.3 A

FLEXIBLE FLOWLINES Page of Pages


INSTALLATION– SCOPE OF WORK 2 of 14

TABLE OF CONTENTS

Section Page

1.  GENERAL ..................................................................................................... 3 

2.  SCOPE ......................................................................................................... 3 

3.  DEFINITIONS AND ABBREVATIONS .......................................................... 4 

4.  PROCUREMENT AND SUPPLYOF MATERIALS ........................................ 5 

5.  INSTALLATION ENGINEERING .................................................................. 6 

6.  INTERFACE MANAGEMENT SYSTEM ..................................................... 12 

7.  RESPONSIBILITY MATRIX ........................................................................ 13 


Document Number: Revision Level
ETAME-100-2.3 A

FLEXIBLE FLOWLINES Page of Pages


INSTALLATION– SCOPE OF WORK 3 of 14

1. GENERAL
VAALCO Gabon (Etame) Inc. is planning on installing a new water knock-out facility on the
ETAME WHP in the Etame Marin Block, Gulf of Guinea, offshore of Gabon, west central
Africa, in approximately 257 ft of water depth.

The Etame WHP will serve as a first stage processing facility for up to 6 new dry tree
wells, 2 existing subsea well, and 2 future subsea wells. The Etame WHP products will be
exported to an FPSO located about 2.4 km away to east of the platform.

2. SCOPE
This document is intended to define the WORK to be performed by the CONTRACTOR.
CONTRACTOR shall install the offshore portion of the flexible flowline system and
associated subsea equipment in ETAME offshore field.

All WORK shall be performed in accordance with the project specifications, drawings and
project schedule. Any discrepancy found by CONTRACTOR shall be brought to the
attention of COMPANY for resolution.

The work is broadly classified into the following categories.

Base Scope:
Installation of Subsea equipment:
 Install the 6“ Subsea Valve/WYE skid
Relocation of existing Flowlines:
 Relocate the existing ETAME1 Flexible flowline (5’’ ID) from the SUTA ET-5H Subsea
Wellhead to the Subsea Valve/WYE skid.
 Relocate the Existing ETAME2 Flexible flowline (5’’ ID) to be relocated from SUTA ET-
6H Subsea Wellhead to ETAME Platform riser.
Installation of Flowline/Umbilical Crossings Supports:
 Crossing support installation for all the Flexible flowlines and the existing Umbilical
existing at the following three (3) crossing locations.
 ET-5H Flexible Flowline crossing existing ET-5H Umbilical.
 ET-6H Flexible Flowline crossing existing ET-6H Umbilical.
 Proposed relocated ETAME2 Flexible Flowline crossing existing ET-6H
Umbilical.
Installation of New Flexible lines:
 1 Flexible Jumper (5’’ ID, 141m in length) connecting the flowline from the SUTA ET-6H
Subsea Wellhead to the WYE Tie-in Skid.
 Flexible flowline (5”” ID, 490 m in length) connecting ETAME Platform riser to the
Subsea WYE Tie-in Skid.
Document Number: Revision Level
ETAME-100-2.3 A

FLEXIBLE FLOWLINES Page of Pages


INSTALLATION– SCOPE OF WORK 4 of 14

 Flexible flowline (5’’ ID, 713 m in length) connecting ETAME Platform riser to SUTA ET-
5H Subsea Wellhead

The WORK includes but not limited to the following:

 Provision of transportation and all necessary support and aids for load-out, sea-
fastening and transportation of all flowlines and associated project materials required
for installation.
 Perform pre and post installation survey along the flowline route.
 Installation engineering including evaluation of any pre-installation intervention
requirement to meet flowline design intent such that the flowlines can be laid safely
within the allowable stresses.
 Engineering, procurement and fabrication of all installation aids
 Stabilization and protection of the installed flowlines.
 Pre-commissioning of the completed flowlines system.

CONTRACTOR shall prepare a Level 3 schedule from award of project to handover with
milestones for important activities as outlined in this scope of work. CONTRACTOR shall
issue the schedule to COMPANY for approval and shall monitor the progress regularly to
ensure no slippage of the schedule.

3. DEFINITIONS AND ABBREVATIONS

3.1 Definitions

For the purposes of clarity, the following definitions are in general use throughout this
document.

COMPANY VAALCO Gabon (Etame), Inc.

COMPANY’S ENGINEER McDermott Engineering LLC

CONTRACTOR Provider of transportation & installation

3.2 Abbreviations
The following technical definitions and abbreviations are used in this document:

DSV Diving Support Vessel


FPSO Floating Production, Storage and Offloading
HAZID Hazard Identification
HAZOP Hazard and Operability
HSE Health, Safety, Environment
Document Number: Revision Level
ETAME-100-2.3 A

FLEXIBLE FLOWLINES Page of Pages


INSTALLATION– SCOPE OF WORK 5 of 14

ICRF Intermediate Connection between Riser and Flowline


MSV Multi-purpose Support Vessel
MWA Mid-Water Arch
MWS Marine Warranty Surveyor
QA Quality Assurance
SIMOPS Simultaneous Operations
SUTA Subsea Umbilical Termination Assembly
WHP Well Head Platform

4. PROCUREMENT AND SUPPLY OF MATERIALS

4.1 General
CONTRACTOR shall provide all material/equipment (not provided by COMPANY)
necessary to complete the WORK.

4.2 COMPANY Supplied Material

The COMPANY is providing the prefabricated Etame Sub-Sea Valve/WYE skid as


shown on the referenced drawings and the three (3) new 5” ID flexible flowline sections.
Company is providing NO other permanent or temporary materials for this installation.

Pipeline Risers will be pre-installed in the platform jackets as shown on the referenced
drawings.

CONTRATOR shall be responsible for providing all other permanent and temporary
materials required for the complete installation, testing and pre-commissioning of the
Etame Steel pipelines as defined by this scope of work document and the referenced
drawings and specifications.

4.3 CONTRACTOR Supplied Material

All materials shall be new and unused, free of defects, and approved by
COMPANY. Materials shall be from the USA, Japan, Germany, France, Italy, UK,
Sweden, Spain, Portugal, Ireland, Iceland, Norway, Finland, Belgium, Denmark or
Switzerland. Materials from any other country shall be submitted in writing for
review and approval. NOTE: No material from Korea will be accepted
 Supply of Temporary or Installation Materials, including contingency and wastage.
 Supply of all inhibition chemicals for hydrotest water (to be approved by
COMPANY).
 Provision for lifting and rigging gear to load all materials on CONTRACTOR
supplied transportation.
 Provision of lifting devices and spreader beams for all lifts, including COMPANY
supplied items.
Document Number: Revision Level
ETAME-100-2.3 A

FLEXIBLE FLOWLINES Page of Pages


INSTALLATION– SCOPE OF WORK 6 of 14

The CONTRACTOR’s procurement activities shall include, but are not limited to:

 Inspection and expediting.


 Material certification and traceability.
 Shipping and logistics.
 Customs clearance.
 Work site material control.
 As-built documentation.

CONTRACTOR supplied materials shall include, but is not limited to, the following
items:

 Lay down and pigging heads.


 Flanges, bolts and nuts.
 Concrete mattresses.
 Provision of lifting devices and spreader beams for all lifts, including COMPANY
supplied items.
 Supply of all temporary materials, installation aids and consumables required for
installation, flooding, pressure testing, leak testing and dewatering.
 All other construction material required to complete the WORK.

5. INSTALLATION ENGINEERING

5.1 General
CONTRACTOR shall perform all installation engineering activities as required by the
Specifications listed in Appendix A.

Installation Engineering shall be carried out to demonstrate compliance with the


specifications for the installation activities including but not limited to the following:

 Provide engineering input to the final design of the facilities to ensure compatibility
with the CONTRACTOR’S equipment and installation methodology.
 Design of any additional structures and steelwork required to perform load out, lift
and transportation of the PERMANENT WORK.
 Seabed preparation in and around flowline/structure laydown areas.
 Design of protection for existing facilities including detailed drawings and
calculations (as required).
 Supply of all flexible flowline lifting equipment and handling of the loaded reels or
spools.
 Pre-commissioning engineering, calculation of test pressures, pigging flow rates,
etc.
 Development of contingency plans and procedures including emergency
abandonment, recovery, and flowline repairs.
Document Number: Revision Level
ETAME-100-2.3 A

FLEXIBLE FLOWLINES Page of Pages


INSTALLATION– SCOPE OF WORK 7 of 14

CONTRACTOR shall be responsible for producing and verifying all Installation


engineering and analysis for the WORK.

The flowlines field layout drawing is provided as follows:


 09630-ET-3501 – ETAME Field Layout
 Geotechnical data for the two new platform locations is included in the reference
documents. Metocean data is also included in the referenced documents; Fugro
GEOS Inc., “Metocean Design Criteria for the Etame Field”, prepared for VAALCO
Gabon (Etame) Inc., February 1999.

5.2 Analysis, Drawings & Calculations

The CONTRACTOR shall execute the following as a minimum:


 Analysis & Installation engineering analysis of the flowlines for the following
situations:
 Recovery and re-deployment of the existing ET-5H and ET-6H flowlines
from their currently installed positions/routes to the new routes.
 Flowlines initiation, normal lay and laydown.
 Flowline abandonment and recovery.
 Flowline Jumper installation
 Crossing Support installation
 Subsea WYE skid installation
 Marine loadout and transportation calculations to the satisfaction of the Marine
Warranty Surveyor demonstrating that structural integrity is acceptable during all
phases of loadout and transportation.
 Seafastening calculations and deck plans including any barge or vessel
modifications.
 Mobilization, lifting plans, demobilization, transpooling (if required) and loadout
operations.

5.3 Flexible Flowline Installation Procedures

The CONTRACTOR shall prepare the following procedures in accordance with the
Specifications as a minimum:
 Pre-lay survey.
 Develop installation procedures from the flexible flowline manufacturer and
understand constraints required for flexible flowline installation.
 Flexible pipe handling.
 Flowline initiation including installation of items to be installed at the starting point
of each offshore flowline e.g. pigs, hose connections and lay-down heads.
 Development of detailed procedures for all installation and pre-commissioning
activities, including Jumper, Subsea Valve/WYE skid
 Installation safe operating parameters.
Document Number: Revision Level
ETAME-100-2.3 A

FLEXIBLE FLOWLINES Page of Pages


INSTALLATION– SCOPE OF WORK 8 of 14

 Vessel positioning.
 Contingency procedures for repair, leaks, location and removal of stuck pigs, as
well as any other emergency that might occur during the execution of the WORK.
 Testing and tie-in of flowlines.
 Lift & Installation procedures for ETAME subsea WYE skid.
 Post-installation survey.
 Pre-commissioning and leak testing.
 Preparation of as-built records.

5.4 Transportation

CONTRACTOR shall provide transportation of the COMPANY supplied Subsea


Valve/WYE skid to the installation site at Gabon. CONTRACTOR shall be responsible
for all tie down materials required for the safe transport of materials. All transport of
materials will need to have transportation analysis/engineering reviewed and approved
by COMPANY and the MWS.

CONTRACTOR shall provide all of the handling, lifting equipment and necessary gear
for loading COMPANY supplied materials on to CONTRACTOR supplied transportation
vessels or barges.

Flexible flowlines shall be spooled using the reel/carousel method. Damage from
flexure shall be prevented during handling, transporting and construction operations.
Pull tests shall be performed and documented on all installation reels or spools to check
the pulling and breaking capability prior to spooling of the flowlines.

5.5 Environmental Restrictions

CONTRACTOR shall conform to all conditions of environmental approvals.

Due to the location of the Etame field development, environmental requirements shall
include but not be limited to the following:
 Bunkering at sea will be restricted only to vessels that are required to stay in the
field.

5.6 Mobilization/Demobilization

CONTRACTOR shall be responsible for mobilization and demobilization of all vessels,


equipment, materials and personnel required for the execution of the WORK, unless
specifically mentioned otherwise.

CONTRACTOR shall demonstrate the fitness and readiness of all equipment it


proposes to use, by an audit conducted by an independent third party.
Document Number: Revision Level
ETAME-100-2.3 A

FLEXIBLE FLOWLINES Page of Pages


INSTALLATION– SCOPE OF WORK 9 of 14

At least 60 days prior to mobilization, CONTRACTOR shall provide to COMPANY two


(2) copies of all appropriate valid certification including but not limited to insurance
certification, test and manufacturers certificates for each vessel and items of equipment
comprised in the spread requiring testing or calibration.

Where the equipment/vessels of the marine spread or any part thereof requires periodic
certification, testing and/or calibration and the date of the next inspection, test or
calibration is liable to occur within the program, then such test and/or calibration shall
be carried out prior to mobilization.

CONTRACTOR shall allow for inspection and approval of all vessels and equipment by
COMPANY prior to the mobilization, if required by COMPANY. Provided that nominated
vessels are made available by CONTRACTOR, COMPANY shall endeavor to
undertake the audit at least 60 days prior to the planned mobilization. Any
recommendations and requirements made by COMPANY to CONTRACTOR shall be
implemented by CONTRACTOR prior to mobilization.

CONTRACTOR shall perform and complete the following activities prior to the
mobilization of the offshore vessels for each phase of the WORK.
 Rectification of any and all defective items identified by CONTRACTOR as required
by COMPANY, during CONTRACTOR's safety, technical and QA audits completed
prior to, or after, award of the CONTRACT;
 Provision of a comprehensive Safety Plan, Safety Procedures and Quality Plan for
all aspects of the WORK;
 Pre-Installation HAZOP attended by COMPANY and the MWS
 Provision of valid certification for all vessels and all major equipment on all such
vessels;
 Completion of all high priority actions arising from Vessel Audit and HSE
 Controls to Gap Analysis, Campaign Risk Assessment, SIMOPS and HAZOPs,
 Provide names, qualifications and experience of CONTRACTOR HSE Site
Representatives that will be present on installation vessels to the COMPANY for
approval.
CONTRACTOR shall not substitute any part of the spread without prior agreement of
COMPANY.

5.7 Marine Operations Restrictions


 Refueling of primary vessels and support vessels must only take place during
daylight hours.
 During night time operations external lighting of vessels must be minimized to that
required for safety of navigation and safety of deck operations
For the above described measures:

“Primary vessels” are defined to include anchored and slow moving vessels that are
performing infrastructure installation, maintenance and repair tasks and are required at
Document Number: Revision Level
ETAME-100-2.3 A

FLEXIBLE FLOWLINES Page of Pages


INSTALLATION– SCOPE OF WORK 10 of 14

the infrastructure site for extended periods. Such vessels include DSV, MSV, pipelay
vessel and anchor handlers.

“Support vessels” are defined to include vessels that intermittently provide a service to
primary vessels and are not required to be stationed at the infrastructure site for
extended periods, such as supply vessels and tugs.

In addition, CONTRACTOR will be required to contain its construction activities within


the survey corridor established by COMPANY, this includes anchoring and moorings.
Should CONTRACTOR’s spread require placing anchors outside of the survey corridor
currently defined, CONTRACTOR shall insure that additional survey coverage is
acquired and shall establish that its construction activities will not have any impact.
Similarly, CONTRACTOR shall demonstrate that it can install the flowlines without
impacting noted avoidance areas within the survey corridor. All seabed disturbance
(e.g., anchor placements) and survey activities outside the survey corridor established
by COMPANY shall be approved by COMPANY.

5.8 Flowline Installation

Contractor shall install three (3) new 5” flexible flowlines and relocate two (2) existing 5”
flexible flowline as described below.

 Flexible flowline (5”” ID, 490 m in length) connecting ETAME Platform riser to the
Subsea WYE Tie-in Skid.
 Flexible flowline (5’’ ID, 713 m in length) connecting ETAME Platform riser to SUTA
ET-5H Subsea Wellhead.
 Flexible flowline (5’’ ID, 141m in length) connecting the flowline from the SUTA ET-
6H Subsea Wellhead to the WYE Tie-in Skid.
 Existing ETAME1 Flexible flowline (5’’ ID) to be relocated from SUTA ET-5H Subsea
Wellhead to the Subsea WYE Tie-in skid.
 Existing ETAME2 Flexible flowline (5’’ ID) to be relocated from SUTA ET-6H Subsea
Wellhead to ETAME Platform riser.
Details of the flowlines are provided in drawing 09630-ET-3501.

Flexible flowlines will have a certain + 15 ft allowance for installation. The details on
flowline installation specification are available in the document 09630-GEN-301-01.

CONTRACTOR is to develop a detailed methodology for installing the flexible flowlines.

5.9 Subsea Valve/WYE Skid Installation

CONTRACTOR shall be responsible for the load-out, sea-fastening, transportation and


installation of the WYE Tie-in skid. The structural is a 17’-2’’ x 10’-10’’ structure with a
mudmat gravity based foundation. Weight of the skid is estimated at 11 ST.
Document Number: Revision Level
ETAME-100-2.3 A

FLEXIBLE FLOWLINES Page of Pages


INSTALLATION– SCOPE OF WORK 11 of 14

The skid will be supplied by the COMPANY.

The details of the skid are provided in drawings 09630-ET-3530, 09630-ET-3531.

5.10 Crossing Support Installation

As per the proposed route for the flowlines, it is envisaged that the flexible flowlines and
the existing umbilicals will cross in three (3) places. Below are the details:

 ET-5H Flexible Flowline crossing existing ET-5H Umbilical.


 ET-6H Flexible Flowline crossing existing ET-6H Umbilical.
 Proposed relocated ETAME2 Flexible Flowline crossing existing ET-6H
Umbilical.
The flowline crossing details are provided in drawing 09630-ET-3505.

CONTRACTOR shall determine and design a safe and reliable method for these
crossings. The crossing structures shall comply with COMPANY, International
regulations and requirements and shall be designed to maintain an adequate minimum
gap above the umbilical and flowline once the new flowlines have been laid over the
crossing support.

5.11 Tie-in and Flowline Pre-commissioning

CONTRACTOR shall be responsible for tie-in of the Flexible flowlines (both new and
relocated) and risers to the ETAME Platform, and the relocated Flexible flowline and
Jumper to the Subsea Valve/WYE Skid.

Following completion of the installation, the CONTRACTOR shall clean, gauge, flood,
hydrotest and leak test the flowlines prior to the handover to the COMPANY.

CONTRACTOR shall provide all necessary materials, equipment, personnel and


support facilities required to carry out cleaning, flooding and hydrostatic strength testing
of the flowlines. CONTRACTOR will inject COMPANY approved chemicals in to the
flowlines for inhibition of the seawater. Nitrogen purging shall not be used for any of the
flowlines.

CONTRACTOR will be required to provide all temporary launchers/receivers,


precommissioning pigs, and hydrotest appurtenances for final and partial
testing/pigging operations at all locations.

CONTRACTOR shall leak test the flowlines if no apparent damage has been suspected
during installation. The leak test will be performed at a minimum pressure of 1.1 times
Document Number: Revision Level
ETAME-100-2.3 A

FLEXIBLE FLOWLINES Page of Pages


INSTALLATION– SCOPE OF WORK 12 of 14

the maximum design pressure. CONTRACTOR shall prepare a pre-commissioning


philosophy and submit to COMPANY for review during the bid stage.

Any failed pressure test, and subsequent troubleshooting and correction, or other
potential delays in achieving a successful pressure test for the flowlines, Jumper, WYE
shall be borne by CONTRACTOR. CONTRACTOR is responsible for all tie-in
operations required to achieve a successful installation and test of the system, including
recovery and re-installation of the Flowlines, Jumper & Subsea WYE Skid connections
if necessary.

6. INTERFACE MANAGEMENT SYSTEM

CONTRACTOR shall be responsible for interface activities related to the WORK and shall
allow for such meetings, reviews, communication and coordination necessary to ensure
that there are no discontinuities at the interfaces with third party Contractors and
COMPANY.

CONTRACTOR shall implement effective procedures for the control, coordination and
reporting of its activities and interfaces with COMPANY. Similar interface procedures are
to be implemented for CONTRACTOR interfaces with CONTRACTOR subcontractors.

For all interface issues with COMPANY, COMPANY’s other contractors, organizations and
subcontractors, CONTRACTOR shall establish and maintain an interface management
system that is approved by COMPANY. This interface management system shall identify
and control all organizational and technical interfaces, including those with COMPANY and
other parties.

The system shall be used for registering, tracking, expediting and controlling all interface
issues/documents required by CONTRACTOR and its Subcontractors.
Document Number: Revision Level
ETAME-100-2.3 A

FLEXIBLE FLOWLINES Page of Pages


INSTALLATION– SCOPE OF WORK 13 of 14

7. RESPONSIBILITY MATRIX

DESCRIPTION COMPANY’S THIRD PARTY COMPANY INSTALLATION


ENGINEER MWS CONTRACTOR

Detailed design for flowlines D D (Final)


(Preliminary)

Level 3 schedule from award to A R


handover

Fabrication of temporary R/F


components, CONTRACTOR’S
Installation design

Flowline installation engineering A A R


and analyses and installation
procedures

Third party verification of A R


CONTRACTOR'S installation
engineering and analyses

Marine Surveyor off-hire/on-hire A R


VESSEL reports

HAZID/HAZOP's, Task Risk A A R


Assessments, vessel audits,
safety training, competency
audits, etc.

Supply of concrete mats S

Supply of flanges including S


fastening components

Supply of Subsea Valve/WYE R


Skid

Procurement of Flexible Pipe R/S

Procurement of permanent R/S


materials not free issued by
COMPANY
Document Number: Revision Level
ETAME-100-2.3 A

FLEXIBLE FLOWLINES Page of Pages


INSTALLATION– SCOPE OF WORK 14 of 14

DESCRIPTION COMPANY’S THIRD PARTY COMPANY INSTALLATION


ENGINEER MWS CONTRACTOR
Fabrication of subsea flowline D/R/S/F
initiation and termination heads,
subsea temporary pig launchers
and receivers
Procurement of all temporary R
installation aids
Load-out, sea fastening and A A R
transportation of flexible flowline
carousel to the offshore
WORKSITE

Installation of Flowlines and A A R


Jumper

Installation of Subsea WYE Skid A A R

Inspection and testing of Subsea A A R


Valve/WYE Skid before tie-in

Disconnection of existing flexible R


flowlines, blind-off Subsea Tree
and tie-in

Pre- commissioning of flowlines R

As-Built Engineering Documents A R


Notes:

R Is the party that is accountable and responsible for all aspects of the WORK including the
interfaces to the other defined parties.

D Is the party responsible for Design

S Is the party responsible for Supply and/or Procurement of the materials or equipment

F Is the party responsible for Fabrication and Installation

A Is the party responsible for Approvals


2.4 SCOPE OF WORK

WP-4: ETAME & SEENT TOPSIDES INSTALLATION


Document Number: ETAME-100-2.4
Issue Purpose AFU Approved for Use
FI For Information
IFR Issued for Review
Rev Issue Description Prepared By Discipline Approval Dept/Project Approval
Purpose
Initials / Date Initials / Date Initials / Date
A IFR Issued for
Review

B IFB Issued for C D Devenney C D Devenney


Bid
01/19/13 01/30/13
Document Number: Revision Level
ETAME-100-2.4 B

WP-4: ETAME & SEENT TOPSIDES Page of Pages


INSTALLATION – SCOPE OF WORK 2 of 17

TABLE OF CONTENTS

Section Page

1.  GENERAL ..................................................................................................... 3 

2.  SCOPE ......................................................................................................... 4 

3.  DEFINITIONS AND ABBREVATIONS .......................................................... 5 

4.  UNITS ........................................................................................................... 6 

5.  CODES, STANDARDS AND SPECIFICATIONS .......................................... 6 

6.  TRANSPORTATION AND INSTALLATION ENGINEERING OF DECKS,


QUARTERS, HELIDECK AND FLARE BOOMS. ............................................ 8 

7.  INTERFACE MANAGEMENT SYSTEM ..................................................... 14 

8.  RESPONSIBILITY MATRIX ........................................................................ 16 


Document Number: Revision Level
ETAME-100-2.4 B

WP-4: ETAME & SEENT TOPSIDES Page of Pages


INSTALLATION – SCOPE OF WORK 3 of 17

1. GENERAL
VAALCO Gabon (Etame), Inc. is planning on installing two new platforms (Etame and
SEENT) in the Etame Marin Block, Gulf of Guinea, offshore of Gabon, West Central Africa.
The two deck structures are essentially identical.

This Scope of Work document is intended to define the scope of work and responsibilities
for Work Pack 4 (WP-4) of the overall Offshore Transportation and Installation campaign
for the Etame Expansion Project. The transport and installation scope of work for each
platform will include:

 Transportation of the Decks and related components from the Deck Fabricator’s
facilities to the installation site
 Installation of the Decks
 Installation of the Flare Booms
 Installation of the Living Quarters Buildings and Helidecks
 Miscellaneous small lifts of 20’ shipping containers from the cargo barge to the
deck

The Flare Structures are identical. The platform Living Quarter and Helidecks are different
between the two platforms:

 Etame has a larger Living Quarters Building with integral Helideck that will be
installed as a single lift.
 SEENT has smaller Living Quarter Building and a helideck that will be installed as
separate Lifts

The top (main) deck of the platform will support power generation and air compression
equipment and a living quarters/helideck, and will provide space for well work-over
equipment. The well-bay will be located on the northern end of the platform and the living
quarters/helideck at the will be located at the southern end. Drilling will be performed
using a jack-up rig positioned adjacent to the platform. The platform will not support a
drilling rig.

The middle (cellar) deck will support production systems equipment (well manifolds,
separators, fuel gas skid, gas compressors, water treatment, chemical injection), utilities
equipment (potable water, diesel pumps/centrifuge, instrument/utility air), electrical and
control buildings and aviation fuel storage/pumping equipment.

The lower (sub-cellar) deck will support open and closed drain equipment, utilities such as
a potable water maker and sewage unit and seawater lift pumps.

A crane will be supported on a pedestal located on the west side of the platform.

Diesel fuel will be stored in the deck legs and crane pedestal and the related equipment
will be located on the cellar deck.
Document Number: Revision Level
ETAME-100-2.4 B

WP-4: ETAME & SEENT TOPSIDES Page of Pages


INSTALLATION – SCOPE OF WORK 4 of 17

The elevations of the decks, measured to the Top of Steel (TOS) are as follows:
 Sub-cellar: (+)29’-6”
 Cellar: (+)46’-6”
 Main: (+)75’-0”
 Helideck: Above the top of the crane cab.

2. SCOPE
This document is to outline the WORK to be performed by the DECK INSTALLATION
CONTRACTOR. The DECK INSTALLATION CONTRACTOR shall transport and install
the offshore Decks, Quarters, Helideck and Flare Booms.

All WORK shall be performed in accordance with the project specifications, drawings and
project schedule. Any discrepancy found by the DECK INSTALLATION CONTRACTOR
shall be brought to the attention of COMPANY for resolution.

Transportation and design of barge strengthening and grillage, and sea-fastening for
above items shall be the DECK INSTALLATION CONTRACTOR’s responsibility. The
COMPANY’s Deck Fabrication Contractor shall be responsible for fabrication and
installation of any required barge strengthening, grillage and the sea-fastening.
The DECK INSTALLATION CONTRACTOR shall be responsible for transportation and
sea-fastening.
The WORK includes but not limited to the following:

 Provision of transport barge(s), tow tugs, rigging, bridles, all necessary support and
aids for load-out, sea-fastening and transportation of the Decks, Quarters, Helideck
and Flare Booms for installation.

The DECK INSTALLATION CONTRACTOR shall be responsible for the Installation


Engineering:

 Preparation, surveys, and outline check lists with a definition of route corridors, target
areas, positioning tolerances and platform orientation, including any detailed sea trials
program for each main installation and survey vessel after mobilization.

 Provide specific step-by-step instructions for each phase of the operation, including
sequence, timing, resources and drawings that fully depict and explain the installation
operations; also includes details of tolerances, limitations and restrictions for the
following activities: transportation operations, surveying operations, positioning
operations, lift operations; debris removal, retrieval and recovery operations; anchor or
equipment; methods employed to prevent twisting of chain and wire rope during pre-
lay and hook-up activities.
Document Number: Revision Level
ETAME-100-2.4 B

WP-4: ETAME & SEENT TOPSIDES Page of Pages


INSTALLATION – SCOPE OF WORK 5 of 17

 Results of related calculations, including pertinent engineering calculations, analyses


and data supporting the plans and procedures, engineering data on any purpose-built
installation equipment, certificates for marine equipment, performance specifications
for any vessels or barges, etc

The DECK INSTALLATION CONTRACTOR shall prepare a Level 3 schedule from award of
project to handover with milestones for important activities as outlined in this scope of work. The
DECK INSTALLATION CONTRACTOR shall issue the Level 3 schedule to COMPANY for
approval and shall monitor the progress regularly to ensure no slippage of the schedule.

3. DEFINITIONS AND ABBREVATIONS


3.1 Definitions

Within this Specification the following definitions shall apply:

COMPANY: VAALCO Gabon (Etame), Inc.


ENGINEER: McDermott Engineering LLC
FABRICATOR: Builder who fabricates skids, platform jackets and
topsides, based on ENGINEER’s design
VENDOR: Supplier of equipment and/or materials of his own
design
THE DECK INSTALLATION CONTRACTOR: Provider of transportation
& installation for the decks
SUB-CONTRACTOR: Supplier of services to ENGINEER or materials &
services to CONTRACTOR

3.2 Abbreviations

Key abbreviations for this project are as follows:

Table 1.1: Abbreviations

Abbreviation Definition

AFB Approved for Bid

AISC American Institute of Steel Construction


Document Number: Revision Level
ETAME-100-2.4 B

WP-4: ETAME & SEENT TOPSIDES Page of Pages


INSTALLATION – SCOPE OF WORK 6 of 17

Table 1.1: Abbreviations

Abbreviation Definition

API American Petroleum Institute

AWS American Welding Society

CoG Center of Gravity

DAF Dynamic Amplification Factor

DNV Det Norske Veritas

LQ Living Quarters

MWS Marine Warranty Surveyor

NACE National Association of Corrosion Engineers

RP Return Period/Recommended Practice

TOJ Top of Jacket

TOS Top of Steel

UTM Universal Transverse Mercator

WCR Weight Control Report

wrt With Respect To

4. UNITS
A summary of the application of units for the project is as follows:
 All 3-D modeling shall be done in imperial units.
 All dimensions on drawings shall be in imperial units only (no double-
dimensioning).
 Notes on drawings shall use imperial units only.
 All structural calculations and analyses shall be done in imperial units.

5. CODES, STANDARDS AND SPECIFICATIONS


5.1 Applicable Codes and Standards
Document Number: Revision Level
ETAME-100-2.4 B

WP-4: ETAME & SEENT TOPSIDES Page of Pages


INSTALLATION – SCOPE OF WORK 7 of 17

All design, construction, installation, workmanship, equipment, and materials using


the following codes shall be interpreted as the minimum requirements applicable to
the subject work, and no statement contained in this Specification shall be construed
as limiting the work to such minimum requirements. All referenced Codes and
Standards shall be considered “latest edition” unless otherwise noted.

American Bureau of Shipping (ABS)


 Rules for Building and Classing Steel Vessels

American Institute of Steel Construction (AISC)


 Steel Construction Manual, 9th Edition – Allowable Stress Design (ASD)

American Petroleum Institute (API)


 RP-2A-WSD: Recommended Practice for Planning, Designing and
Constructing Fixed Offshore Platforms – Working Stress Design (WSD), 21st
Edition.
 RP-2SK: Design and Analysis of Station Keeping Systems for Floating
Structures.
 RP-5LW: Recommended Practice for Transport of Line Pipe on Barges and
Marine Vessels

American Welding Society (AWS)


 AWS D1.1, Structural Welding Code – Steel

Civil Aviation Authority (CAA)


 CAP 437, Standards for Offshore Helicopter Landing Areas

Code of Federal Register


 Part 46, Shipping

Det Norske Veritas (DNV)


 1996, Rules for Planning and Execution of Marine Operations
 RP-C203, Fatigue Design of Offshore Steel Structures
 RP-C205, Environmental Conditions and Environmental Loads

GL Noble Denton (ND)


 0027/ND: Guidelines for Marine Lifting Operations
Document Number: Revision Level
ETAME-100-2.4 B

WP-4: ETAME & SEENT TOPSIDES Page of Pages


INSTALLATION – SCOPE OF WORK 8 of 17

 0030/ND: Guidelines for Marine Transportations

International Maritime Organization (IMO)


 A749-18, Code on Intact Stability
 Guidelines for Safe Ocean Towing

International Organization for Standardization, Petroleum and Natural


Gas Industries (ISO)
 19901-6: Specific Requirements for Offshore Structures - Part 6: Marine
Operations
 19902: Fixed Steel Offshore Structures

National Association of Corrosion Engineers (NACE)


 SP-0176-2007, Corrosion Control of Submerged Areas of Permanently
Installed Steel Offshore Structures Associated with Petroleum Production

6. TRANSPORTATION AND INSTALLATION ENGINEERING OF DECKS,


QUARTERS, HELIDECK AND FLARE BOOMS.
6.1 General
CONTRACTOR shall tie-down, transport and install the platform topsides, quarters,
helideck, flare booms, and/or shipped loose items in accordance with the CONTRACT
(including the schedule and applicable specifications).
6.2 Provision of Equipment and Personnel
CONTRACTOR shall mobilize and demobilize all personnel, vessels (including the
INSTALLATION/LIFT VESSEL) and equipment necessary to perform the Work in
accordance with the CONTRACT and the project schedule. CONTRACTOR shall
provide all vessel fuel, lube and water and all other consumables required to perform
the WORK. The vessels and equipment provided by CONTRACTOR shall be suitable
to WORK in the water depths and environmental conditions encountered offshore and
en route to the Worksite. CONTRACTOR shall provide vessels and equipment subject
to COMPANY and MWS approval.
6.3 Engineering and Manuals
CONTRACTOR shall perform all engineering, verification and analysis necessary for
the tie-down, transportation and installation WORK, including the development of
detailed transportation and installation manuals and procedures. Manuals and
procedures shall be submitted to COMPANY, and shall be subject to COMPANY and
MWS approval. COMPANY shall promptly notify and WORK with CONTRACTOR to
address any design and/or engineering issues which could affect the transportation and
installation scope of WORK.
Document Number: Revision Level
ETAME-100-2.4 B

WP-4: ETAME & SEENT TOPSIDES Page of Pages


INSTALLATION – SCOPE OF WORK 9 of 17

Engineering and drafting to be performed by CONTRACTOR shall include, but may not
be limited to:

(a) Analysis of critical activities (supported by calculations which display the


parameters suitable for the safekeeping of personnel, equipment, materials and
the environment).

(b) Transportation analysis, including ballast plans and barge structural capacity
and tug requirements; cargo barge stowage/lay-out arrangement and tie-down
design.

(c) Offshore installation analysis including lifting, setting of topsides, and including
Topsides structural lift analyses.

(d) Specification and design of load spreaders and rigging designs.

6.4 Transportation and Installation Manual


CONTRACTOR’s transportation and installation manual shall include, but shall not be
limited to the following:
(a) General Work scope description, installation sequence, and estimated duration
for all tasks.
(b) Safety and communication plan.
(c) Quality and assurance plan.
(d) Material handling plan.
(e) Key project management and engineering personnel, contact information,
organizational structure (including list of all Subcontractors).
(f) Revised transportation and tow fatigue analyses, including calculations.
(g) Transportation plan, defining tow times, materials barge specs, tug sizes, tow
route, ballast plans and contingency plans.
(h) Equipment specifications and lift charts.
(i) Detailed lift rigging arrangements with lift weights and center of gravity (“CG”)
based on actual weight.
(j) Rigging certificates.
(k) Lift studies and analysis showing position, capacity and clearance for all lifts.
(l) Workability results for lifts.
(m) Cargo barge lay-outs and tie-down drawings for all components.
Document Number: Revision Level
ETAME-100-2.4 B

WP-4: ETAME & SEENT TOPSIDES Page of Pages


INSTALLATION – SCOPE OF WORK 10 of 17

(n) Details of installation guides.


(o) Pertinent reference component and platform drawings.
(p) Storm procedure and weather contingency plans.
(q) Approved surveyor/ positioning system.
(r) Approved mooring plan (if applicable).
(s) Analysis of critical activities supported with engineering calculations that
display the range of parameters suitable for the safekeeping of personnel,
equipment, materials and the environment during the performance of the
WORK.
(t) Work contingency plans
6.5 Operational Test of Main Contractor Equipment
CONTRACTOR shall prepare procedures for the operational testing of main
CONTRACTOR equipment (to be used in the performance of WORK) and shall conduct
tests in accordance with same. CONTRACTOR shall deliver said procedures to
COMPANY for approval. CONTRACTOR shall notify COMPANY at least five business
days prior to the performance of any operational test of main equipment so that
COMPANY can arrange to have such tests witnessed by COMPANY representatives
and the MWS. The DECK INSTALLATION CONTRACTOR shall submit rigging
certification to COMPANY prior to using same. The DECK INSTALLATION
CONTRACTOR shall perform standard operation DP and ROV trials upon arrival in the
field prior to setting up at the offshore Worksite. The installation vessel shall have
sufficient capability to maintain position throughout the course of offshore installation
activities under typical Gulf of Guinea weather and sea conditions.
6.6 Transportation and Installation Aids
The DECK INSTALLATION CONTRACTOR shall provide and/or install the following:
(a) All transport and installation aids required on the platform structure.
(b) All rigging, shackles, and engineered spreader bars as required to perform the
engineered lifts. The DECK INSTALLATION CONTRACTOR shall provide lift
designs and lifting configurations. Lift aids shall be delivered to FABRICATOR’s
facility so that same may be pre-installed on the relevant platform structure
component prior to load-out.
(c) All sea-fastening, tie-downs, load spreaders and transport barge structural
reinforcement and grillage required for transport, in accordance with the
relevant specifications and MWS recommendations.
6.7 Transportation Barge(s)
Document Number: Revision Level
ETAME-100-2.4 B

WP-4: ETAME & SEENT TOPSIDES Page of Pages


INSTALLATION – SCOPE OF WORK 11 of 17

The DECK INSTALLATION CONTRACTOR shall provide all vessel demurrage at


FABRICATOR’s facility required for loading the platform topsides structures onto the
transportation barge. Supplied barges shall be clean when provided and ready to
receive platform structure components. The DECK INSTALLATION CONTRACTOR
shall provide all vessel demurrage in connection with clean off of barges after
installation of the platform structure components is complete and the relevant vessels
are released from the offshore Worksite.
After installation of grillage and load spreaders on the transport barge, The DECK
INSTALLATION CONTRACTOR shall HOLD the vessel to permit inspection of same by
the MWS.
After installation of tie-downs and sea-fastening securing the platform structure
components and/or ship loose items (as the case may be) to the transport barge, The
DECK INSTALLATION CONTRACTOR shall HOLD the vessel to permit inspection of
same by the MWS. 
6.8 Transportation Route
The DECK INSTALLATION CONTRACTOR shall check and verify hazards and water
depth on all travel routes into the field and the offshore Worksite location. The DECK
INSTALLATION CONTRACTOR shall review planned route with COMPANY and the
MWS prior to approval of the route.
6.9 Installation of Topsides, Quarters, Helideck, and Flare Booms
The DECK INSTALLATION CONTRACTOR shall perform the following activities in
accordance with approved safety and installation procedures and the relevant Technical
Information:
Install Decks
(a) Bring transport barge (with Topsides) into position,
(b) Rig topsides lift rigging to the derrick barge crane hook,
(c) Remove tie-downs,
(d) Lift Topsides from Transport Barge / Move Barge,
(e) Position Topsides over Jacket,
(f) Stab Topsides onto Jacket Piles (utilizing stabbing cones on the bottom of each
deck leg),
(g) Weld-out Deck Legs / Remove Lift Rigging,
(h) Cut-off Lifting Eyes,
(i) Grind / Blast,
Document Number: Revision Level
ETAME-100-2.4 B

WP-4: ETAME & SEENT TOPSIDES Page of Pages


INSTALLATION – SCOPE OF WORK 12 of 17

(j) Paint / Repaint.

Install Quarters Building (helideck will be installed together with the Quarters on the
Etame platform only)
(a) Bring Transport Barge (with Quarters) into position,
(b) Rig quarters for lift to the derrick,
(c) Remove tie-downs,
(d) Lift Quarters from Transport Barge/ Move Barge,
(e) Position Quarters over Topsides,
(f) Utilizes Bumper Guides,
(g) Install Quarters on Topside,
(h) Cut off Bumper Guides,
(i) Weld out supports / Remove Lift Rigging,
(j) Install removable panels on Helideck (Provided to allow lift rigging to pass
through helideck) (Etame Only),
(k) Grind / Blast,

Install Helideck (Helideck will be installed separately from Quarters on the SEENT
platform)
(a) Bring Transport Barge (with Helideck and LQ Building) into position,
(b) Rig LQ Building for lift, remove tie-downs
(c) Lift LQ building form Transport Barge and install on the deck
(d) Rig Helideck for lift to the deck, remove tie-downs,
(e) Lift Helideck from Transport Barge and install on the Deck
(f) Cut off Bumper Guides,
(g) Weld out supports,
(h) Grind / Blast,
Document Number: Revision Level
ETAME-100-2.4 B

WP-4: ETAME & SEENT TOPSIDES Page of Pages


INSTALLATION – SCOPE OF WORK 13 of 17

Install Flare Booms


(a) Bring Transport Barge (with Flare Booms) into position,
(b) Rig Flare Boom for lift to the derrick, remove tie-downs,
(c) Lift Flare Boom from Transport Barge
(d) Install Flare Boom utilizing Permanent Guides and Hook Plate,
(e) Weld out supports and closure plates,
(f) Grind / Blast,
(g) Conduct Post installation surveys and clean/clear site accordingly.

Note: the main activities listed above are intended to describe, generally, the activities
The DECK INSTALLATION CONTRACTOR shall perform in order to complete the
installation portion of the WORK. The WORK to be performed by THE DECK
INSTALLATION CONTRACTOR includes any and all activities and the provision of all
equipment, aids, personnel, vessels, consumables and services (excluding only
COMPANY-Provided Materials and Equipment and COMPANY-Provided Services)
necessary to install the platform topsides structures safely and completely at the
offshore Worksite under typical/ seasonal sea and weather conditions in the Gulf of
Guinea. The inadvertent omission (from the list above) of any essential activity required
to complete the WORK does not relieve The DECK INSTALLATION CONTRACTOR of
The DECK INSTALLATION CONTRACTOR’s obligation to complete the WORK in
accordance with the specifications and the Contract.
6.10 Weld-Out
The DECK INSTALLATION CONTRACTOR shall provide all welding services at the
offshore Worksite in connection with installation of the topsides, quarters, helideck, flare
booms, and/or shipped loose items. Once set, The DECK INSTALLATION
CONTRACTOR shall completely weld-out the topside unit and install and weld-out
shipped loose items (including, but not limited to stairs, handrails and grating).
6.11 Safety Meetings
The DECK INSTALLATION CONTRACTOR shall hold detailed safety meetings prior to
each lift and installation of platform structure components. The DECK INSTALLATION
CONTRACTOR shall take meeting minutes and compile a list of action items from each
such meeting. The DECK INSTALLATION CONTRACTOR shall distribute meeting
minutes and action items to COMPANY. All action items and issues identified shall be
resolved and signed off by COMPANY prior to commencement of a lift. The DECK
INSTALLATION CONTRACTOR shall hold tool box meetings at the start of each shift.
Document Number: Revision Level
ETAME-100-2.4 B

WP-4: ETAME & SEENT TOPSIDES Page of Pages


INSTALLATION – SCOPE OF WORK 14 of 17

6.12 Welding
The DECK INSTALLATION CONTRACTOR shall qualify welders, weld procedures and
weld repair procedures for all weld types and material types utilized under the
transportation and installation scope of WORK. All welders shall have been tested
within six months before permitted to perform any specific weld. Welding shall be in
accordance with AWS D1.1 requirements.
6.13 Return Surplus COMPANY-Supplied Materials and Equipment
After completion of the offshore portion of the WORK, The DECK INSTALLATION
CONTRACTOR shall return any surplus COMPANY-Supplied Materials and Equipment.
6.14 Transport Barge Clean-Off and Vessel Off-Loading
The DECK INSTALLATION CONTRACTOR shall provide all vessel demurrage
required, after completion of the offshore WORK, to remove sea-fastening, grillage and
equipment from barges and vessels. The DECK INSTALLATION CONTRACTOR shall
perform the removal and clean-off of all sea-fastening and grillage and shall be
responsible for removing all equipment (including surplus COMPANY Supplied
Materials and Equipment) and waste from barges and vessels.
6.15 Disposal of Waste
The DECK INSTALLATION CONTRACTOR shall dispose of any waste generated as a
result of performing the WORK.
6.16 Transportation to the Offshore Worksite
The DECK INSTALLATION CONTRACTOR shall provide COMPANY representatives
with helicopter and/or vessel transport to the offshore Worksite aboard regularly
scheduled the DECK INSTALLATION CONTRACTOR trips.

7. INTERFACE MANAGEMENT SYSTEM


The DECK INSTALLATION CONTRACTOR shall be responsible for interface activities
related to the WORK and shall allow for such meetings, reviews, communication and
coordination necessary to ensure that there are no discontinuities at the interfaces with
third party CONTRACTORS and COMPANY.
The DECK INSTALLATION CONTRACTOR shall implement effective procedures for the
control, coordination and reporting of its activities and interfaces with COMPANY. Similar
interface procedures are to be implemented for the DECK INSTALLATION
CONTRACTOR interfaces with his subcontractors.
For all interface issues with COMPANY, COMPANY’s other CONTRACTORs,
organizations and subcontractors, The DECK INATALLATION CONTRACTOR shall
establish and maintain an interface management system that is approved by COMPANY.
Document Number: Revision Level
ETAME-100-2.4 B

WP-4: ETAME & SEENT TOPSIDES Page of Pages


INSTALLATION – SCOPE OF WORK 15 of 17

This interface management system shall identify and control all organizational and
technical interfaces, including those with COMPANY and other parties.
The system shall be used for registering, tracking, expediting and controlling all interface
issues/documents required by the DECK INSTALLATION CONTRACTOR and its
Subcontractors.
Document Number: Revision Level
ETAME-100-2.4 B

WP-4: ETAME & SEENT TOPSIDES Page of Pages


INSTALLATION – SCOPE OF WORK 16 of 17

8. RESPONSIBILITY MATRIX

DECK INSTALLATION
THIRD PARTY MWS

DECK FABRICATOR

CONTRACTOR
COMPANY’S
COMPANY

ENGINEER
DESCRIPTION

Site Survey covering the location where the Platform R


Structure is to be installed

Installation of Decks, Quarters, Helideck and Flare R


Booms

Detailed design for Decks D

Detailed design for Quarters D


Including Etame Helideck (Vendor)

Detailed design for Helideck (SEENT Only) D

Detailed design for Flare Booms D

Level 3 installation schedule from award to handover R

Topsides installation aids A A F D

Installation engineering and analyses and installation A A D/R


procedures

Third party verification of THE DECK INSTALLATION A


CONTRACTOR'S installation engineering and analyses

Marine Surveyor off-hire/on-hire VESSEL reports A R

HAZID/HAZOP's, Task Risk Assessments, vessel audits, A A R


safety training, competency audits, etc.
Procurement and fabrication of all temporary installation A A S/F D
aids
Document Number: Revision Level
ETAME-100-2.4 B

WP-4: ETAME & SEENT TOPSIDES Page of Pages


INSTALLATION – SCOPE OF WORK 17 of 17

DECK INSTALLATION
THIRD PARTY MWS

DECK FABRICATOR

CONTRACTOR
COMPANY’S
COMPANY

ENGINEER
DESCRIPTION

Topsides load-out manual and procedure A A R A

Sea-fastening, grillage, and barge reinforcements A A S/F R/D

Topsides transportation from fabrication yard to the A A R


offshore WORKSITE

Offshore Welding and NDT A A R/S

As-Built Engineering Documents R

Notes:

R Is the party that is accountable and responsible for all aspects of the WORK including the
interfaces to the other defined parties.

D Is the party responsible for Design

S Is the party responsible for Supply and/or Procurement of the materials or equipment

F Is the party responsible for Fabrication and Installation

A Is the party responsible for Approvals


3.1 COMMERCIAL INSTRUCTIONS AND TAXES
ETAME-100 OFFSHORE INSTALLATION
Document Number: ETAME-101-3.1
ETAME EXPANSION PROJECT
Issue Purpose AFU Approved for Use
FI For Information
IFR Issued for Review
Rev Issue Description Prepared By Discipline Approval Dept/Project Approval
Purpose
Initials / Date Initials / Date Initials / Date
A IFB Issued for CDDevenney
Bid
01/30/13
Document Number: Revision Level
ETAME-100-3.1 A

ETAME EXPANSION PROJECT


Page of Pages
Offshore Installation
2 of 12
Commercial Instructions

TABLE OF CONTENTS

Section Page

1.0  GENERAL........................................................................................................................ 3 

2.0  BID/CONTRACT PRICING .............................................................................................. 4 

3.0  WORK-PACK 1 DRILLING AND GROUTING SUB-CONTRACT ................................... 5 

4.0  COMMERCIAL BID REQUIREMENTS - TAXES ............................................................ 6 

6.0  COMPANY SUPPLIED ASSISTANCE .......................................................................... 10 

7.0  INVOICING .................................................................................................................... 11 

9.0  INSURANCE.................................................................................................................. 12 


Document Number: Revision Level
ETAME-100-3.1 A

ETAME EXPANSION PROJECT


Page of Pages
Offshore Installation
3 of 12
Commercial Instructions

1.0 GENERAL

1.1 This document is intended to serve as the commercial instructions for the pricing
structure for the offshore Transportation and Installation (T&I) services to be provided
by the selected CONTRACTOR(s) who shall be awarded CONTRACT(s) for
performance of the T&I work defined in the VAALCO Request for Quotation (RFQ)
ETAME-101.

1.2 The scope of work to be awarded as a result of this tendering process includes:

 Work Pack 1: Transportation and installation of the two platform jackets and
piling (drilled and grouted main piles)

 Work Pack 2: Installation of the steel pipelines:


 4” Etame Gas Pipeline
 4” SEENT Gas Pipeline
 8” SEENT Oil Pipeline

 Work Pack 3: Re-positioning of to (2) existing 5” ID flexible flowlines and


installation of three (3) new flexible flowline segments for the
new Etame Platform

 Work Pack 4: Transportation and installation of the two platform decks and
associated lifts.

1.3 Terms & Conditions

The WORK shall be performed in accordance with the documents included with THIS
RFQ (ETAME-100) and the Terms and Conditions of the attached VAALCO Master
Services Agreement (MSA).
BIDDER shall carefully review this RFQ and the Terms and Conditions of the Contract
and state in the Bid:
 CONTRACTOR takes no exceptions to the contract and RFQ; or,

 Clearly state, in a separate section of the bid, any and all exceptions on which it
has based its Bid and the reasons therefore.
Document Number: Revision Level
ETAME-100-3.1 A

ETAME EXPANSION PROJECT


Page of Pages
Offshore Installation
4 of 12
Commercial Instructions

2.0 BID/CONTRACT PRICING

2.1 Bid/CONTRACT pricing shall be in accordance with the Base Scope of Work for the
four (4) Work Packs as described above and in Sections 2.1 – 2.4 of the RFQ
documents. Bid Pricing for each work Pack shall be “Stand-Alone” for that Work Pack
Scope of Work.

2.2 Alternate pricing may be submitted for award of combinations of Work Pack scopes
that the Bidder/CONTRATOR has proposed.

2.3 Alternate pricing maybe submitted for alternate execution plans that may shift work
Scope from one Work Pack to another.

2.4 All Bid/CONTRACT pricing shall be Lump Sums, fully inclusive of all work scope
defined in the Scope of Work Documents.

2.5 All Bid/Contract pricing shall be inclusive of all costs for weather downtime.

2.6 Alternate pricing maybe submitted by Bidder/CONTRACTOR if he elects to limit


time/costs allowed for certain activities within the work scopes due to unknown factors.
If proposed, such time limits shall be clearly defined in the commercial clarifications, or
alternate proposal presentations, and all applicable rate/costs for work exceeding the
proposed time limits shall be clearly identified.

2.7 Bidder/CONTRATOR’s Pricing shall include provisions for:

 CONTRACTOR shall be responsible for crew changes and Gabon VISA’s if


applicable. All travel expenses FOR CONTRACTOR’s personnel shall be at
CONTRACTOR’s expense and costs shall be included in the lump sum costs
quoted.

 Bids shall be valid for 120 days.

 The BIDDER shall submit a schedule showing the anticipated project duration with
key milestones with the Quotation.

 BIDDER shall contract with Panalpina as their In-Country Agent for


logistical/personnel support. Access to the agent shall be provided to COMPANY.

 CONTRACTOR shall provide Medevac insurance for all personnel.

 BIDDER will be subject to adhering to VAALCO’s Health, Safety, and


Environmental Requirements.
Document Number: Revision Level
ETAME-100-3.1 A

ETAME EXPANSION PROJECT


Page of Pages
Offshore Installation
5 of 12
Commercial Instructions

3.0 WORK-PACK 1 DRILLING AND GROUTING SUB-CONTRACT

3.1 The foundation design for these jackets is drilled and grouted main piles. The drilling
and grouting of the main piles for these two platforms constitutes the most complicated
set of installation activities and the major time element involved in the installation of
these two jackets. The drilling and grouting work for these two jackets will be a sub-
contract to the selected CONTRACTOR. The CONTRATOR shall be responsible for
all field support and the full scope of pile drilling, installation, and grouting as well as
jacket leveling and completion of all related jacket installation scope of work.

3.2 COMPANY and COMPANY’s Engineer have been working with the Soil Consultant
(Fugro) and Large Diameter Drilling Ltd. (LDD) based in the UK for all aspects of the
design and installation procedures and technical requirements for these two platforms.
LDD was the drilling and grouting contractor who was responsible for this scope of
work for the COMPANY’s two existing platforms in the Etame-Marin block.

3.3 LDD will be the only approved drilling and grouting sub-contractor for this work. During
the bid phase of this work, Bidders shall contact LDD and shall negotiate sub-contact
agreements as will be required for Bidder to award a sub-contract for this work to LDD
if the Bidder becomes the successful CONTRACTOR. The CONTRATOR will be
responsible for the management of LDD and mobilization of all required LDD
equipment and personnel to the Work Site.

3.4 LDD Contact Details are as listed below:

Large Diameter Drilling Ltd.


Rosemanowes Quarry
Hermiss, Longdowns
Penryn, Cornwall
TR10 9DU, UK

Switchboard: +44(0)1209 861930


Fax: +44(0)1209 861110
Website: www.lddrill.com

Andy Seager, Vice President


Tel: +44 (0) 1209 861930
Mob: +44 (0) 7748 963015
E mail: andy.seager@lddrill.com

James Amos, Sales Engineer


Direct Tel: +44(0)1209 861804
E mail: james.amos@lddrill.com
Document Number: Revision Level
ETAME-100-3.1 A

ETAME EXPANSION PROJECT


Page of Pages
Offshore Installation
6 of 12
Commercial Instructions

4.0 COMMERCIAL BID REQUIREMENTS - TAXES


4.1 Withholding Taxes

4.1.1 The fiscal regime of Gabon requires that COMPANY withhold taxes at a rate of
10% from service fees paid to contractors not registered to do business in
GABON, or in countries that are not exempt from this withholding tax.
Service fees generally include fees billed for professional services, personal
contractors, technical assistance, telecommunication services, boats &
helicopter rentals, and similar activities. Offshore installation work would be
considered as services, and subject to this withholding tax. Provision of
materiel goods such as line pipe, or fabricated components would not be
subject to this withholding tax, but would be subject to Import Duties (see
Section 5.0 below).

4.1.2 Companies registered in certain countries are exempt from the 10% withholding
tax. These countries are France, Belgium, OCAM organization countries
(Cameroon, Central African Republic, Popular Republic of Congo, Democratic
Republic of Congo, Ivory Coast, Benin, Burkina Faso, Madagascar, Mauritius,
Niger, Rwanda, Senegal, Chad, Togo), UDEAC organization countries
(Cameroon, Central African Republic, Popular Republic of Congo, Chad,
Equatorial Guinea).

4.1.3 It should be noted that only the service fee portions of invoices are subject to
withholding taxes. Billings for materials and cost pass-through (i.e. expenses
and consumables) are not subject to withholding taxes. Unless exempt,
CONTRACTOR’s lump sum pricing and rates shall be inclusive of the 10%
Gabon withholding tax. The Gabon withholding tax shall be shown on invoices
as a reduction to the amounts owed to CONTRACTOR for services performed.
VAALCO will pay the 10% withholding tax on behalf of those CONTRACTOR(s)
who are not registered to do business in Gabon CONTRACTOR(s).

4.1.4 CONTRACTORS registered to do business in GABON, or who are exempt from


the 10% withholding tax shall be responsible for payment of all local taxes and
shall include those taxes in their Bid/CONTACT pricing.

4.1.5 To be clear:

 If the Bidder/CONTRACTOR is registered to do business in Gabon, or is


otherwise exempt from the 10% withholding tax, then his Bid/CONTRACT
prices shall be fully inclusive of all local taxes and the
Bidder/CONTRACTOR shall be responsible for the direct payment of such
taxes.

 If the Bidder/CONTRACTOR is not registered to do business in Gabon, or is


not exempt from the 10% withholding tax, then his Bid/CONTRACT pricing
shall include the 10% withholding tax which shall be deducted from his
Document Number: Revision Level
ETAME-100-3.1 A

ETAME EXPANSION PROJECT


Page of Pages
Offshore Installation
7 of 12
Commercial Instructions

invoiced amounts for the work and paid directly to the Gabonese taxing
authority by VAALCO on CONTRACTOR’s behalf.

 Bidder’s/CONTRACTOR’s commercial proposal pricing shall clearly identify


the tax basis for each cost line item.
4.2 Other Taxes

CONTRACTOR will be responsible for payment of taxes as defined below:

 All payroll and employment taxes and all contributions payable by laws of the
United States and the Republic of Gabon, and pursuant to any contract with an
industrial or trade union or other association of employees or otherwise with
respect to or ascertained by reference to the wages, salaries or other
compensation paid to employees of the CONTRACTOR in respect to the Work
or Services, including taxes or contributions for Worker’s compensation,
unemployment or sickness benefit, old age benefit, welfare funds, pensions and
disability insurance.

 To include any/all customs clearances costs/fees for any agent(s), assign(s),


or agency in the import/export of any materials and any/all assistance given by
such individuals or agency to assist CONTRACTOR in performance of the
Work or Services.

4.3 The benefit of any available sales tax, import duty, VAT or other tax exemptions in
respect to the Work or Services shall as far as possible be passed on to the
COMPANY. Where the COMPANY and its CONTRACTORS (including the
CONTRACTOR) are entitled to an exemption or concession concerning sales tax,
VAT, business tax, corporate tax, income tax or other tax or import duty with respect to
materials, equipment or supplies, the CONTRACTOR shall use reasonable endeavors
to enable COMPANY to claim such concession or exemption.

5.0 CUSTOMS CLEARANCES AND TAXES/IMPORT DUTIES


5.1 Custom documents are to be separated into TEMPORARY and PERMANENT items.

 TEMPORARY items can be described as any item which is imported for the project but
will depart with CONTRACTOR’s equipment upon project completion such as
derrick/lay barges, marine vessels, specialty tools and equipment required for the
project such as rigging, pumps, welding consumables, etc. Normally, these items are
the property of CONTRACTOR and are furnished by same.

 PERMANENT items can be described as any item imported for the project but will
remain in the field upon project completion such as pipeline pipe and appurtenances,
jacket, deck and facilities, helideck, etc.

5.2 In order for the proper preparation and execution of customs documents for both
TEMPORARY and PERMANENT imports for any/all facets of the work to be performed
or any other assistance CONTRACTOR may require which requires liaison with Gabon
Document Number: Revision Level
ETAME-100-3.1 A

ETAME EXPANSION PROJECT


Page of Pages
Offshore Installation
8 of 12
Commercial Instructions

authorities or assistance to conduct business in Gabon, CONTRACTOR shall be


required to retain Panalpina as its agent in Port Gentil, Gabon. CONTRACTOR shall
provide sufficient representation prior, during, and after project completion in order that
any/all issues which arise are handled efficiently and accurately and to the satisfaction
of COMPANY and any/all costs for such representation shall be to CONTRACTOR’s
account including but not limited to standby time of any/all of its personnel and
equipment.

5.3 For the importation of TEMPORARY items, CONTRACTOR shall be responsible to


furnish the following itemized list of any/all vessel(s) and equipment required to
accomplish and perform the work to include the following specific information:

 Name of vessel(s) and country of registration.


 Specifications of such vessel(s) to include dimensions (length, width, draft, etc),
number of engines and horsepower rating, consumable liquid capacities (fuel,
water, lube, etc), berthing capacity, number of personnel on board during normal
operations and any other items which are pertinent to the definitions of the
vessel(s).
 CIF Value of every vessel ($US) to include all equipment and appurtenances which
would normally be aboard during normal operations of said vessel.
 Last port of call.
 Estimated time (Days) for each vessel(s) and equipment to be in Gabonese waters.
 Itemized list of any/all specialty item(s) and consumable(s) required to accomplish
and perform the work to include the following minimum specific information:
 Description of item(s) and reason for use.
 Value of such item(s) ($US)
 Ownership of such item(s)

 Rental item(s) which are to be returned need to be segregated and procedure


established, acceptable to COMPANY, which describes manner by which
CONTRACTOR shall arrange for such return.

 Rental item(s) which are to become properties of CONTRACTOR need to be


segregated and statement by CONTRACTOR of its intent to retain such item(s).

COMPANY will assist CONTRACTOR in clearing all TEMPORARY materials to be


transported into Gabon by CONTRACTOR.

5.4 PERMANENT MATERIALS shall include items provided by COMPANY, including:


 Etame and SEENT Jackets, Piling, Boat Landings and other Jacket related
appurtenances
 Etame and SEENT Decks, Living Quarters Buildings, Helidecks, Flare Booms and
other Deck related appurtenances
 Flexible Flowlines
 Subsea Valve/WYE skids
Document Number: Revision Level
ETAME-100-3.1 A

ETAME EXPANSION PROJECT


Page of Pages
Offshore Installation
9 of 12
Commercial Instructions

COMPANY will clear all COMPANY supplied PERMANENT materials to be transported


into Gabon by CONTRACTOR.

5.5 PERMANENT MATERIALS shall also include items provided by the CONTRACTOR as
part of the various work scopes, including:
 Line Pipe
 Anodes
 Subsea piping spools and fittings

CONTRACTOR shall prepare commercial invoices for assessing the value of the
CONTRACTOR supplied PERMANENT materials to be transported into Gabon by
CONTRACTOR. Company shall assist in the customs clearances for the same.

5.6 All custom clearances and any costs associated with same for both
TEMPORARY and PERMANENT imports with exception to CONTRACTOR’s
agent(s), assign(s) or agency for preparation and execution of any/all documents
pertaining to same shall be the responsibility of COMPANY.

5.7 COMPANY will assist in the inbound/outbound clearance of CONTRACTOR’s vessels


in Gabon waters. For the purpose of clearing customs for CONTRACTOR’s vessels,
COMPANY will arrange for the furnishing and transportation of customs agents, health
officials, and merchant marine personnel or assigns to rendezvous with
CONTRACTOR’s equipment. CONTRACTOR will be responsible for furnishing the
proper customs documentation and information to CONTRACTOR’s agent or assign in
a timely fashion (within 7 days minimum) of CONTRACTOR’s need for such
clearances in order that the proper paperwork can be prepared and forwarded to
VAALCO Gabon personnel in Port-Gentil for proper scrutiny, verification of adequacy,
and approval and for arrangement of transportation.

5.8 CONTRACTOR shall insure prior to arrival of customs officials that its vessels and
equipment shall be available for inspection and are in a state of readiness for such
inspections. In order for same to be carried out in a timely fashion, CONTRACTOR
shall insure the following:

5.9 CONTRACTOR’s activities shall not interfere with any/all inspection required.
CONTRACTOR shall plan its schedule to allow for acceptance of custom officials
including standing by upon notification that custom officials are within thirty (30)
minutes of CONTRACTOR’s location and shall prepare all equipment for inspection.
Once custom officials are aboard, CONTRACTOR may continue its preparations for
the work insofar as such preparations do not hinder any inspections being performed.

5.10 If applicable and approved for use, CONTRACTOR’s heliport is available for
acceptance of COMPANY furnished air transport. CONTRACTOR shall insure that
access is not hindered by its equipment and activities and that proper firefighting
equipment is available, on line, and fit for purpose and required trained personnel to
operate such equipment are available and in place for arrival of such air transport.

5.11 CONTRACTOR’s vessels are alongside with gangway installed for easy and safe
Document Number: Revision Level
ETAME-100-3.1 A

ETAME EXPANSION PROJECT


Page of Pages
Offshore Installation
10 of 12
Commercial Instructions

ingress/egress to the respective vessels, equipment and materials requiring inspection.

5.12 All CONTRACTOR’s personnel shall have an up to date passport acceptable to the
Republic of Gabon and whose expiration date is at a minimum of six (6) months from
the date of this agreement.

5.13 All CONTRACTOR’s personnel shall have an up to date International Certificate of


Vaccinations with a minimum of six (6) months of immunization remaining on the
vaccination first to expire. In addition, Republic of Gabon requires a yellow fever
vaccination and must be included.

5.14 COMPANY will assist CONTRACTOR in the custom clearance process. However, it’s
the responsibility of CONTRACTOR to insure an uneventful exercise(s) and any/all
costs associated with customs inspections and clearances during this time including
the furnishing of meals to custom officials will be to CONTRACTOR’s account.

5.15 If during the performance of the work, CONTRACTOR requires any other customs
related clearances other than those stated above, CONTRACTOR will be responsible
for such including any/all costs for custom agents, health officials, merchant marine
representatives or their assigns or any other Gabon official required to allow
CONTRACTOR to continue and progress the work including their transportation. In all
cases, CONTRACTOR’s procedures for the furnishing and execution of proper
documents shall continue to be as stated and described above and CONTRACTOR
shall adhere to same to the satisfaction of COMPANY.

5.16 During any period when CONTRACTOR’S vessels are off-hire and are at any port of
call in the Republic of Gabon, then CONTRACTOR shall bear any/all costs for harbor
dues, pilotage fees, port fees, wharf fees, loading/unloading costs, gang fees and all
excesses for such dues, costs, or fees including stevedoring and local charges in the
Republic of Gabon. While CONTRACTOR’s vessels are on-hire by COMPANY, then
any/all costs for harbor dues, pilotage fees, port fees, wharf fees, loading/unloading
costs, gang fees and all excesses for such dues, costs, or fees including stevedoring
and local charges in the Republic of Gabon will be paid by COMPANY. This also
includes any/all costs for CONTRACTOR’s agent(s), assign(s) or agency to assist
CONTRACTOR in accessing the necessary space in any port to accomplish the Scope
of Work. COMPANY will pay these expenses per documented costs without any mark-
up.

6.0 COMPANY SUPPLIED ASSISTANCE

If during the course of the performance of Scope of Work or services in Republic of Gabon,
CONTRACTOR requests the assistance of COMPANY, CONTRACTOR shall present its
request(s) in writing and deliver same to VAALCO Project Manager. Request shall state the
need of CONTRACTOR and definition of any/all assistance required and the timing in which
CONTRACTOR expects company to complete its request(s). For assistance required in the
contract as part of the Scope of Work (ie., fuel, lubes and water excluding mobilization/
demobilization), COMPANY will bear all of the costs associated with such help. For
assistance outside of the contract as part of this Scope of Work, COMPANY will in turn either
Document Number: Revision Level
ETAME-100-3.1 A

ETAME EXPANSION PROJECT


Page of Pages
Offshore Installation
11 of 12
Commercial Instructions

accept or deny said request(s) and will furnish either lump sum value ($US) if accepted or
reasons for the denial. If accepted, and CONTRACTOR accepts COMPANY’s lump sum
value, then such value shall be accounted for in CONTRACTOR’s invoicing for payment due
to COMPANY.

7.0 INVOICING

On a monthly basis, or within thirty (30) working days after completion of the Work, Contractor
shall submit hardcopy invoices to Company at the following address:

VAALCO Energy, Inc.

Attn: Gayla Cutrer

Address: 4600 Post Oak Place, Suite 300

Houston, TX 77027

Invoices will be payable net 45 days. Invoices shall be based on the approved progress
assessment and the approved work breakdown structure and the lump sums agreed at the
time of the invoice.

Invoicing for the lump sum work scope shall be based on the CONTRATOR’s progress of the
work against the approved Lump Sum for providing the services under the CONTRACT.

COMPANY would prefer to negotiate lump sums for changes or additions to the scope of
work, not covered by the unit rate pricing basis.

Invoices must be hand delivered or sent via courier or the mail services, invoices may NOT be
submitted via facsimile or email, this is not acceptable. Invoices shall set forth the title, AFE # if
known and the Contract reference number under which compensation is payable; each invoice
shall be accompanied by a copy of the Service Order, Purchase, Work or Rental Order that is
being billed against plus, if applicable, any details to support Contractor’s charges, such as
approved delivery tickets, job sheets, work tickets, expense accounts (including appropriate
support vouchers), third party’s invoices and specific details on all other reimbursement costs
incurred.

For Invoices for labor or services that are submitted, and that are subject to the 10%
Gabonese withholding tax, each such invoice shall identify the following as separate line
items:

1. Subtotal subjected to the 10% Gabon Withholding Tax (WHT) – labor only
2. Subtotal exempted from the WHT – equipment and materials
3. A separate line item for the 10% Gabon WHT, which will be subtracted from amount
payable to Contractor
4. Amount payable to the Contractor
5. Approved Work Order / Purchase Order Amount
6. Expended Amount to date of the subject invoice
Document Number: Revision Level
ETAME-100-3.1 A

ETAME EXPANSION PROJECT


Page of Pages
Offshore Installation
12 of 12
Commercial Instructions

9.0 INSURANCE
CONTRACTOR shall maintain all required insurance as defied in COMPANY’s MSA.

CONTRACTOR shall provide the Builder’s Risk Insurance policy for the scope of the work
awarded. The Builder’s Risk Policy shall comply with the requirements as defined on
Attachment “A” to this Section.
ETAME EXPANSION PROJECT
Revision Level
OFFSHORE INSTALLATION
A
SCHEDULE REQUIREMENTS

Document Number: ETAME-100-4.0 Page of Pages


1 of 9
ETAME-100-4.0

ETAME EXPANSION PROJECT


Issue Purpose AFU Approved for Use
FI For Information
IFR Issued for Review

Rev Issue Description Prepared By Discipline Approval Dept/Project Approval


Purpose
Initials / Date Initials / Date Initials / Date
A IFB Issued for CD Devenney
Bid
01/30/13
ETAME EXPANSION PROJECT
Revision Level
OFFSHORE INSTALLATION
A
SCHEDULE REQUIREMENTS

Document Number: ETAME-100-4.0 Page of Pages


2 of 9
ETAME-100-4.0

TABLE OF CONTENTS

Section Page

1.  GENERAL ..................................................................................................... 3 

2.  SCHEDULES TO BE SUBMITTED WITH THE BIDDER’S PROPOSALS.... 5 

3.  CONTRACT INSTALLATION WINDOWS .................................................... 7 

4.  NOTIFICATIONS AND APPROVALS ........................................................... 8 


ETAME EXPANSION PROJECT
Revision Level
OFFSHORE INSTALLATION
A
SCHEDULE REQUIREMENTS

Document Number: ETAME-100-4.0 Page of Pages


3 of 9
ETAME-100-4.0

1. GENERAL

1.1 The COMPANY’s overall Project Execution Plan and Schedule is based on
having the two platforms and all sub-sea infrastructure completed before a
drilling rig is mobilized to the Etame Field to start/complete the drilling program.
The mobilization date for this drilling rig will depend on the construction schedule
for the Offshore Installation work.

1.2 The “Target” dates for delivery to CONTRACTOR of COMPANY Supplied


Structures and Materials is as follows:

1) WP-1: Jackets and Piling:

a) Etame Ready for Load-Out: 12/02/13


b) Etame Ready for Sail Away: 12/12/13
c) SEENT Ready for Load-Out: 12/13/13
d) SEENT Ready for Sail-Away: 12/23/13

Note: The Jackets and Piling will be fabricated at the Gulf Island Fabrication
Facility in Houma, La.

2) WP-2: Steel Pipelines:

a) 8” SEENT Sub-Sea Valve/WYE Skid:

 02/09/14 at US Gulf Coast Fabrication Facility (if transported to site by


CONTRACTOR, or
 04/06/14 at Port Gentile, Gabon (If transported to Gabon by COMPANY

Note: BIDDER/CONTRACTOR may elect to transport COMPANY Supplied


Materials from the COMPANY’S supplier/fabricator facilities

3) WP-3: Flexible Flowlines

a) Flexible Flowlines:
 02/24/14 at Manufacturer’s facility (European Location) if transported by
CONTRACTOR, or
ETAME EXPANSION PROJECT
Revision Level
OFFSHORE INSTALLATION
A
SCHEDULE REQUIREMENTS

Document Number: ETAME-100-4.0 Page of Pages


4 of 9
ETAME-100-4.0
 04/20/14 at Port Gentile, Gabon (If transported to Gabon by COMPANY

b) Etame Sub-Sea Valve/WYE Skid:


 02/09/14 at US Gulf Coast Fabrication Facility (if transported to site by
CONTRACTOR
 04/06/14 at Port Gentile, Gabon (If transported to Gabon by COMPANY

Note: BIDDER/CONTRACTOR may elect to transport COMPANY Supplied


Materials from the COMPANY’S supplier/fabricator facilities

4) WP-4: Decks Ready for Load-Out/Sail-Away


a) Etame Ready for Load-Out: 03/27/14
b) Etame Ready for Sail-Away: 04/09/14
c) SEENT Ready for Load-Out: 04/10/14
d) SEENT Ready for Sail-Away: 04/23/14

Note: The Jackets and Piling will be fabricated at the Gulf Island Fabrication
Facility in Houma, La.

1.3 BIDDER/CONTRACTOR may propose to transport COMPANY Supplied


Components to the installation site if this option fits the CONTRACTOR’S
mobilization plans.

1.4 Bidders are to propose their best schedules for the offshore installation work
based on these “Target” dates.

1.5 The COMPANY’S preferred plan is to install the jackets and piling (WP-1) as
early as possible in order to allow the installation of the steel pipelines (WP-2)
and flexible flowlines (WP-3) as soon as possible after the jackets and piling are
installed, and before the two decks (WP-4) are available on-site. The intent here
is to minimize field construction activities that would need to be implemented
after the decks are installed and while a drilling rig maybe on location at one of
the two platforms.

1.6 While schedule is important, commercial issues will so effect the selection of the
Installation CONTRACTOR(s) to be awarded work under this contract. Therefore
Bidders should propose their installation plans and schedules based on an “As
ETAME EXPANSION PROJECT
Revision Level
OFFSHORE INSTALLATION
A
SCHEDULE REQUIREMENTS

Document Number: ETAME-100-4.0 Page of Pages


5 of 9
ETAME-100-4.0
Soon As Possible” case based on the delivery dates listed above (as modified by
Bidder’s Marine Equipment availability) and an alternate case for a later
installation schedule if this may result in significant cost savings to COMPANY.
Alternate schedules with any costs savings should be linked to alternate
commercial proposals on the appropriate Alternate commercial bid form.

2. SCHEDULES TO BE SUBMITTED WITH THE BIDDER’S PROPOSALS

2.1 All Bidders’ schedules shall assume a CONTRACT Award Date of 05/03/13.

2.2 Bidders shall submit Target dates and schedules with their proposals that contain
the information as noted in the following paragraphs for each Work Pack that they
have submitted a proposal for:

2.3 Work Pack 1 (Jackets and Piling)

2.3.1 Define Bidders Target Dates/Durations for:


 Completion of Transportation and Installation Engineering and
Procedure Development (End Date)
 Arrival of Cargo Barges at Fabricator’s Facilities (Arrival Date)
 Sail-Away Date – Etame Jacket/Piles
 Sail-Away Date – SEENT Jacket and Piles
 Tow duration from Fabricator’s Facilities to Installation Site
 Start Of Offshore Installation of the Jackets and Piling (Date)

2.3.2 Provide a Bar Chart Schedule (in hours/days not dates) to define the work
sequence and durations:
 Set up on Etame Location
 Lift, Upend and Set the Etame Jacket
 Piling Installation, Drilling and Grouting of piles
 Leveling of Jacket and Weld-Out of Crown Shims
 Relocate to SEENT location
 Lift, Upend and Set the SEENT Jacket
 Piling Installation, Drilling and Grouting of piles
 Leveling of Jacket and Weld-Out of Crown Shims

2.4 Work Pack 2 (Steel Pipelines)

2.4.1 Define Bidders Target Dates/Durations for:


 Completion of Installation Engineering and Procedure Development
(End Date)
ETAME EXPANSION PROJECT
Revision Level
OFFSHORE INSTALLATION
A
SCHEDULE REQUIREMENTS

Document Number: ETAME-100-4.0 Page of Pages


6 of 9
ETAME-100-4.0
 Delivery Dates for CONTRACTOR Supplied Materials (Line Pipe,
Coatings, Fabricated Sub-Sea Pipe Spools)
2.4.2 Provide a Bar Chart Schedule (in hours/days not dates) to define the
work sequence and durations:
 Transportation of COMPANY Supplied Materials to the Installation
Site (if applicable)
 Transportation of CONTRACTOR Supplied Materials to Installation
Site
 Installation Sequence with detailed activities for:
 Pre-Installation Surveys
 Set-Up on Location(s)
 Installation (lay-out) of each pipeline
 Cleaning, pigging and gauging of each pipeline
 Disconnection and re-routing of the EV-1 flexible flowlines
 Installation of the SEENT 8” subsea valve/WYE skid
 Installation of subsea tie-in spools
 Hydrotesting
 Pre-Commissioning/Leak Testing
 Post-Installation Surveys

2.5 Work Pack 3 (Flexible Flowlines)


2.5.1 Define Bidders Target Dates/Durations for:
 Completion of Installation Engineering and Procedure Development
(End Date)
Delivery Dates for CONTRACTOR Supplied Materials

2.5.2 Provide a Bar Chart Schedule (in hours/days not dates) to define the work
sequence and durations:
 Transportation of COMPANY Supplied Materials to the Installation
Site (if applicable)
 Transportation of CONTRATOR Supplied Materials to the Installation
Site
 Installation Sequence with detailed activities for:
 Pre-Installation Surveys
 Set-Up on Location(s)
 Installation of the Etame 6” subsea valve/WYE skid
 Disconnection and re-routing of the ET-5H and ET-6H wellhead
flexible flowlines
 Installation (lay-out) of each flexible flowline segment
 Sub-Sea Connection of Flexible Flowlines at the Etame platform
risers ad the Etame subsea valve/WYE skid
 Pigging of each pipeline
ETAME EXPANSION PROJECT
Revision Level
OFFSHORE INSTALLATION
A
SCHEDULE REQUIREMENTS

Document Number: ETAME-100-4.0 Page of Pages


7 of 9
ETAME-100-4.0
 Pre-Commissioning/Leak Testing
 Post-Installation Surveys

2.6 Work Pack 4 (Decks)

2.6.1 Define Bidders Target Dates/Durations for:


 Completion of Transportation and Installation Engineering and
Procedure Development (End Date)
 Arrival of Cargo Barges at Fabricator’s Facilities (Arrival Date)
 Sail-Away Date – Etame Deck
 Sail-Away Date – SEENT Deck
 Tow duration from Fabricator’s Facilities to Installation Site
 Start of Offshore Installation of the Decks (Date)

2.6.2 Provide a Bar Chart Schedule (in hours/days not dates) to define the
work sequence and durations:
 Set up on Etame Location
 Lift and Set the Etame Deck
 Lift and Install the Etame Living Quarters Building and Flare Boom
 Completion of Structural Weld-Out
 Relocate to SEENT location
 Lift and Set the SEENT Deck
 Lift and Install the SEENT Living Quarters Building, Helideck and
Flare Boom
 Completion of Structural Weld-Out
 Demobilization

3. CONTRACT INSTALLATION WINDOWS

3.1 Prior to formal award of CONTRACT(s) for this work, COMPANY and the
selected CONTRACTOR(s) will meet to update schedules and to finalize
CONTRACT SCHEDULES.

3.2 COMPANY and CONTRACTOR shall establish “Contract Installation Windows” for
the execution of the work.
The CONTRACTOR shall maintain coordination with the COMPANY, and keep
the COMPANY advised of the status all other work commitments for other parties
that may be scheduled near or during the “Contract Installation Window”.
ETAME EXPANSION PROJECT
Revision Level
OFFSHORE INSTALLATION
A
SCHEDULE REQUIREMENTS

Document Number: ETAME-100-4.0 Page of Pages


8 of 9
ETAME-100-4.0
4. NOTIFICATIONS AND APPROVALS

4.1. The CONTRACTOR shall nominate the Barge ‘Sail-Away’ date required to meet
his nominated installation date, in writing, or by email, to the COMPANY in
accordance with the following schedule. At the time of each window nomination,
CONTRACTOR should estimate both transportation and installation durations.
Each successive Nominated ‘Sail-Away’ Date should be within the previous
window designation.

4.2. WORK PACKS 1 and/or 4: – NOMINATED BY CONTRACTOR (Note 1)

Time Before Previously Nominated ‘Sail-Away’ Window Definition


‘Sail-Away’ Date (Allowable Window Relative to
Nominated Date)
Contract Award -1 Week/ +2 Weeks
6 Months before Sail-Away -0 /+1 Week
30 Days before Sail-Away (*) -0/ +48 Hours
120 Hours before Sail-Away (*) Specific Date/Time

4.3. WORK PACKS 2 and/or 3 – NOMINATED BY COMPANY

Offshore Installation Start Dates Loadout Window Definition


(Allowable Window Relative to
Nominated Date)
Contract Award -2 Week/ +4 Weeks
6 Months before Installation Target -1/+1 Week
Date
30 Days Months before Installation -0/ +48 Hours
Target Date
48 Hours Months before Installation Specific Date/Time
Target Date

(*) May vary depending on additional work to barge prior to load-out

Note 1: Notified Sail-Away Date should allow for the arrival of the barge at the
Fabrication facility 21 Days prior to the day of ‘Sail-Away’. This also assumes that
Barge Deck will be clean, gas free, and clear of any debris.

4.4 CONTRACTOR shall identify the specific cargo barges to be used for each load-
out twelve (12) weeks prior to the nominated Loadout date. The
CONTRACTOR's shall notify COMPANY the current location of each barge a
minimum of eight (8) weeks prior to the nominated Loadout Date such that the
COMPANY can have each barge inspected by the COMPANY's Marine Warranty
Surveyor for a suitability survey.
ETAME EXPANSION PROJECT
Revision Level
OFFSHORE INSTALLATION
A
SCHEDULE REQUIREMENTS

Document Number: ETAME-100-4.0 Page of Pages


9 of 9
ETAME-100-4.0
4.5 CONTRACTOR shall provide the final cargo barge arrangements for approval by
the COMPANY at the time of his nomination of the cargo barge. COMPANY
shall approve, or comment on, such cargo barge arrangements within two (2)
weeks of receiving the cargo barge arrangements.

4.6 CONTRACTOR shall provide the detailed tie-down drawings for approval by the
COMPANY no later than twelve (12) weeks before nominated load-out date.
COMPANY shall approve, or reject the tie-down design within two (2) weeks after
receipt of these drawings from the CONTRACTOR.

4.7 Ocean tow Tugs shall be identified at least eight (8) weeks prior to Loadout so
that the Marine Warranty Surveyor can inspect and approve the nominated tugs.
Marine Warranty Surveyor must approve all tugs before they will be accepted for
use on the project.
VAALCO Gabon (Etame), Inc. Document Register
Etame Expansion Project Structural Work Packs 1 and 4
Offshore Installation Specification, Drawings and Technical Reports
RFQ Reference: ETAME-100

No. Document Number Document Title Rev # Work Packs

Drawings
09630-ET-1000 Jacket Drawing Index Rev B Drawings WP-1
09630-ET-1001 Jacket General Notes Rev B Drawings WP-1
09630-ET-1007 Jacket Isometric Rev B Drawings WP-1
09630-ET-1008 Jacket Vertical Framing Column Row A Rev B Drawings WP-1
09630-ET-1009 Jacket Vertical Framing Column Row B Rev B Drawings WP-1
09630-ET-1010 Jacket Vertical Framing Column Row 1 Rev B Drawings WP-1
09630-ET-1011 Jacket Vertical Framing Column Row 2 Rev B Drawings WP-1
09630-ET-1012 Jacket Horizontal Framing Plan at EL (+) 15'-0" Rev B Drawings WP-1
09630-ET-1013 Jacket Horizontal Framing Plan at EL (-) 44'-0" Rev B Drawings WP-1
09630-ET-1014 Jacket Horizontal Framing Plan at EL (-) 110'-0" Rev B Drawings WP-1
09630-ET-1015 Jacket Horizontal Framing Plan at EL (-) 181'-0" Rev B Drawings WP-1
09630-ET-1016 Jacket Horizontal Framing Plan at EL (-) 255'-6" Rev 0 Drawings WP-1
09630-ET-1021 Jacket Docking System Dwg 1 Rev B Drawings WP-1
09630-ET-1022 Jacket Docking System Dwg 2 Rev B Drawings WP-1
09630-ET-1027 Jacket Top of Jacket Grating Layout Rev B Drawings WP-1
09630-ET-1028 Jacket Top of Jacket Handrail Layout Rev B Drawings WP-1
09630-ET-1034 Pile Make-Up Detail Rev 0 Drawings WP-1
09630-ET-1035 Jacket to Pile Connection Details Rev B Drawings WP-1
09630-ET-1036 Pile Spacer Details Rev B Drawings WP-1
09630-ET-1037 Pile Closure Plate Detail Rev B Drawings WP-1
09630-ET-1038 Jacket Docking Pile Make-Up Detail Rev B Drawings WP-1
09630-ET-1039 Preferred Grouted Pile Installation Sequence Rev 0 Drawings WP-1
09630-ET-1040 Alternate Grouted Pile Installation Sequence Rev 0 Drawings WP-1
09630-ET-1041 Jacket Lifting Trunnion Details Dwg 1 Rev B Drawings WP-1
09630-ET-1042 Jacket Lifting Trunnion Details Dwg 2 Rev B Drawings WP-1
09630-ET-1043 Jacket Upending Padeye Details Rev B Drawings WP-1
09630-ET-1044 Jacket Pull Type Closure Plate Assembly Rev A Drawings WP-1
09630-ET-1045 Jacket Leg Closure Plate Detail Rev B Drawings WP-1
09630-ET-1052 Jacket Boat Landing Plan and Elevation Dwg 1 Rev B Drawings WP-1
09630-ET-1053 Jacket Boat Landing Plan and Elevation Dwg 2 Rev B Drawings WP-1
09630-ET-1054 Jacket Boat Landing Plan and Elevation Dwg 3 Rev B Drawings WP-1
09630-ET-1055 Jacket Boat Landing Plan and Elevation Dwg 4 Rev B Drawings WP-1
09630-ET-1056 Jacket Boat Landing Plan and Elevation Dwg 5 Rev B Drawings WP-1
09630-ET-1058 Jacket Boat Landing No. 2 Details Dwg 1 Rev B Drawings WP-1
09630-ET-1059 Jacket Boat Landing No. 2 Details Dwg 2 Rev B Drawings WP-1
09630-ET-1060 Jacket Boat Landing No. 2 Details Dwg 3 Rev B Drawings WP-1
09630-ET-1061 Jacket Boat Landing No. 2 Details Dwg 4 Rev B Drawings WP-1

1 of 3
VAALCO Gabon (Etame), Inc. Document Register
Etame Expansion Project Structural Work Packs 1 and 4
Offshore Installation Specification, Drawings and Technical Reports
RFQ Reference: ETAME-100

No. Document Number Document Title Rev # Work Packs

09630-ET-1062 Jacket Boat Landing No. 2 Details Dwg 5 Rev B Drawings WP-1
09630-ET-2000 Topsides Drawing Index Dwg 1 Rev 0 Drawings WP-4
09630-ET-2001 Topsides Drawing Index Dwg 2 Rev 0 Drawings WP-4
09630-ET-2002 Deck General Notes Rev 0 Drawings WP-4
09630-ET-2011 Deck Isometric Rev 0 Drawings WP-4
09630-ET-2012 Deck Loading Diagram Rev 0 Drawings WP-4
09630-ET-2013 Main Deck Overall Framing Plan Rev 0 Drawings WP-4
09630-ET-2018 Cellar Deck Overall Framing Plan Rev 0 Drawings WP-4
09630-ET-2023 Sub-Cellar Deck Overall Framing Plan Rev 0 Drawings WP-4
09630-ET-2028 Primary Steel Truss Row A Elevation Rev 0 Drawings WP-4
09630-ET-2029 Primary Steel Truss Row B Elevation Rev 0 Drawings WP-4
09630-ET-2030 Primary Steel Truss Row 1 Elevation Rev 0 Drawings WP-4
09630-ET-2031 Primary Steel Truss Row 2 Elevation Rev 0 Drawings WP-4
09630-ET-2086 Lifting Eye Details -- Dwg 1 Rev 0 Drawings WP-4
09630-ET-2090 Stabbing Guide Details Rev 0 Drawings WP-1 WP-4
09630-ET-2159 Stair System and Details -- Dwg 10 Rev B Drawings WP-4
09630-ET-4000 Equipment Arrangement Main Deck Rev E Drawings WP-4
09630-ET-4001 Equipment Arrangement Cellar Deck Rev E Drawings WP-4
09630-ET-4002 Equipment Arrangement Sub-Cellar Deck Rev E Drawings WP-4
09630-ET-4003 Equipment Arrangement Elevation Looking North Rev D Drawings WP-4
09630-ET-4004 Equipment Arrangement Elevation Looking South Rev D Drawings WP-4
09630-ET-4005 Equipment Arrangement Elevation Looking East Rev D Drawings WP-4
09630-ET-4006 Equipment Arrangement Elevation Looking West Rev D Drawings WP-4
09630-ET-4007 Equipment Arrangement Perspective Rev D Drawings WP-4
09630-ET-8000 Jacket Upending Sequence Dwg 1 Rev C Drawings WP-1
09630-ET-8001 Jacket Upending Sequence Dwg 2 Rev C Drawings WP-1
09630-ET-8009 Jacket Transport Arrangement Dwg 1 Rev C Drawings WP-1
09630-ET-8010 Jacket Transport Arrangement Dwg 2 Rev C Drawings WP-1
09640-ET-8005 Deck Transport Arrangement -- Dwg 1 Rev C Drawings WP-4
09640-ET-8006 Deck Transport Arrangement -- Dwg 2 Rev C Drawings WP-4
09640-SE-4000 Equipment Arrangement Main Deck Rev E Drawings WP-4
09640-SE-4001 Equipment Arrangement Cellar Deck Rev E Drawings WP-4
09640-SE-4002 Equipment Arrangement Sub-Cellar Deck Rev E Drawings WP-4
09640-SE-4003 Equipment Arrangement Elevation Looking North Rev A Drawings WP-4
09640-SE-4004 Equipment Arrangement Elevation Looking South Rev A Drawings WP-4
09640-SE-4005 Equipment Arrangement Elevation Looking East Rev A Drawings WP-4
09640-SE-4006 Equipment Arrangement Elevation Looking West Rev A Drawings WP-4
09640-SE-4007 Equipment Arrangement Perspective Rev A Drawings WP-4

2 of 3
VAALCO Gabon (Etame), Inc. Document Register
Etame Expansion Project Structural Work Packs 1 and 4
Offshore Installation Specification, Drawings and Technical Reports
RFQ Reference: ETAME-100

No. Document Number Document Title Rev # Work Packs

09640-SE-8000 Jacket Upending Sequence Dwg 1 Rev C Drawings WP-1


09640-SE-8001 Jacket Upending Sequence Dwg 2 Rev C Drawings WP-1
09640-SE-8009 Jacket Transport Arrangement Dwg 1 Rev B Drawings WP-1
09640-SE-8010 Jacket Transport Arrangement Dwg 2 Rev B Drawings WP-1
Flood&Vent.pdf Jacket Flood and Vent System (Representative sketch) Drawings WP-1
Helideck(SEENT).pdf Helideck Lift Arrangement (SEENT) Drawings WP-4
LQ Building Supports (Etame
LQ Building Supports (Etame and SEENT) Drawings WP-4
and SEENT).pdf
LQ&Helideck(Etame).pdf Living Quarters and Helideck Lift Arrangement Sketch (Etame) Drawings WP-4
LQ(SEENT).pdf Living Quarters Lift Arrangement Sketch (SEENT) Drawings WP-4
Mudmats.pdf Jacket Mudmats (Representative sketch) Drawings WP-1
Sling Protector.pdf Jacket Upending Sling Protector (Representative sketch) Drawings WP-1

Specifications
09630-GEN-261-01 Structural Materials Specification Rev 1 Specs WP-1 WP-4
09630-GEN-262-01 Structural Welding and Inspection Specification Rev 0 Specs WP-1 WP-4
09630-GEN-263-01 Fabrication of Offshore Structures Specification Rev 0 Specs WP-1 WP-4
09630-GEN-264-01 Drilled and Grouted Pile Installation Specification Rev 0 Specs WP-1
09630-GEN-801-01 Transportation and Installation Specification Rev 0 Specs WP-1 WP-4

Reports
09630-ET-NA-0002 Jacket Tow Motions and Stability Report Rev D Reports WP-1
09630-ET-NA-0007 Jacket Upending Report Rev C Reports WP-1
09630-ET-ST-0010 Jacket Loadout Transportation and Lift Analysis Report Rev B Reports WP-1
09630-ET-ST-0011 Jacket On-Bottom Stability Analysis and Mudmat Design Report Rev B Reports WP-1
09630-ET-ST-0014 Jacket and Piles Weight Report Rev C Reports WP-1
09640-SE-NA-0002 Jacket Tow Motions and Stability Report Rev C Reports WP-1
09640-SE-NA-0007 Jacket Upending Report Rev C Reports WP-1
09640-SE-ST-0014 Jacket and Piles Weight Report Rev B Reports WP-1
09630-ET-NA-0001 Deck Tow Motions and Stability Report Rev D Reports WP-4
09630-ET-ST-0002 Topsides Loadout Transportation and Lift Analysis Report Rev B Reports WP-4
09630-ET-ST-0007 Topsides Weight Report Rev C Reports WP-4
09640-SE-NA-0001 Deck Tow Motions and Stability Report Rev C Reports WP-4
09640-SE-ST-0007 Topsides Weight Report Rev B Reports WP-4
MS-OG10105-002 Method Statement -- Drilling Operations [by Large Diameter Drilling (LDD Ltd)] Rev 0
Reports WP-1

3 of 3
VAALCO Gabon (Etame), Inc. Document Register
Etame Expansion Project Sub-Sea Work Packs 2 and 3
Offshore Installation Drawings, Specification and Datasheets
RFQ Reference: ETAME-100

No. Document Number Document Title Rev # Work Packs

Drawings
09630-ET-3500 Drawing Index and General Notes Rev F Drawings WP-2 WP-3
09630-ET-3501 ETAME Field Layout Rev G Drawings WP-2 WP-3
09630-ET-3502 Etame Platform Approach Rev C Drawings WP-2 WP-3
09630-ET-3503 Subsea Layout at ET-5H & ET-6H Rev E Drawings WP-3
09630-ET-3505 Flowline Crossing Details Rev C Drawings WP-3
09630-ET-3506 ETAME3 Flowline Alignment Sheet Rev C Drawings WP-2
09630-ET-3510 Riser Layout - Leg A2 Section & Details - Sht. 1 Rev E Drawings WP-2 WP-3
09630-ET-3511 Riser Layout - Leg A2 Section & Details - Sht. 2 Rev D Drawings WP-2 WP-3
09630-ET-3512 Riser Layout - Leg B2 Section & Details - Sht. 1 Rev E Drawings WP-2 WP-3
09630-ET-3513 Riser Layout - Leg B2 Section & Details - Sht. 2 Rev D Drawings WP-2 WP-3
09630-ET-3514 Bracelet Anode Details for 4.5'' OD Pipe Rev E Drawings WP-2
09630-ET-3516 Field Joint Coating Details Rev C Drawings WP-2
09630-ET-3530 Subsea WYE Tie-In Skid General Arrangement Rev D Drawings WP-3
09630-ET-3531 Subsea WYE Tie-In Skid Framing Plan & Details Rev C Drawings WP-3
09640-SE-3500 Drawing Index and General Notes Rev D Drawings WP-2
09640-SE-3501 SEENT Field Layout Rev F Drawings WP-2
09640-SE-3502 SEENT Platform Approach Rev B Drawings WP-2
09640-SE-3503 Subsea Layout at ET-1V Rev C Drawings WP-2
09640-SE-3504 Subsea Layout at Avouma / SEENT Wye Tie-In Rev D Drawings WP-2
09640-SE-3505 SEENT1 Flowline Alignment Sheet -1 Rev B Drawings WP-2
09640-SE-3506 SEENT1 Flowline Alignment Sheet -2 Rev C Drawings WP-2
09640-SE-3507 SEENT2 Flowline Alignment Sheet Rev C Drawings WP-2
09640-SE-3510 Riser Layout - Leg A2 Section & Details Rev C Drawings WP-2
09640-SE-3511 Riser Layout - Leg B2 Section & Details - Sht. 1 Rev D Drawings WP-2
09640-SE-3512 Riser Layout - Leg B2 Section & Details - Sht.2 Rev D Drawings WP-2
09640-SE-3513 Bracelet Anode Details for 4.5'' OD Pipe Rev D Drawings WP-2
09640-SE-3515 Bracelet Anode Details for 8.625'' OD Pipe Rev D Drawings WP-2
09640-SE-3516 Field Joint Coating Details Rev D Drawings WP-2
09640-SE-3545 Subsea WYE Tie-in Skid / General Arrangement Rev B Drawings WP-2
09640-SE-3546 Subsea WYE Tie-in Skid / Framing Plan & Details Rev B Drawings WP-2

Specifications
ETAME-300-01 Rigid Risers & Linepipes Coating Specification Rev 1 Specs WP-2
ETAME-301-01 Flexible Flowlines Installation Specification Rev 1 Specs WP-3
09630-GEN-500-02 General Piping Fabrication Specification Rev 0 Specs WP-2

1 of 2
VAALCO Gabon (Etame), Inc. Document Register
Etame Expansion Project Sub-Sea Work Packs 2 and 3
Offshore Installation Drawings, Specification and Datasheets
RFQ Reference: ETAME-100

No. Document Number Document Title Rev # Work Packs

ETAME-306-01 Rigid Flowline Installation Specification Rev 1 Specs WP-2


Data Sheets
09630-ET-305-02 Linepipes and Bends Material Data Sheets Rev 0 Datasheets WP-2
09630-ET-305-06 Flexible Pipes Data Sheet Rev C Datasheets WP-3
09640-SE-305-02 Linepipes and Bends Material Data Sheets Rev 0 Datasheets WP-2

2 of 2
VAALCO Gabon (Etame), Inc. Document Register
Etame Expansion Project General All Work Packs
Offshore Installation Specifications, Drawings and Reports
RFQ Reference: ETAME-100

No. Document Number Document Title Rev # Work Packs

Drawings
09630-GEN-3500 Overall Field Layout Rev 0 Drawings ALL
Specifications
C56003 Fugro GEOS Metocean Design Criteria for the Etame Field Feb-99 Specs ALL
Reports
Advanced Final Engineering, Location: SEENT-1, Etame Marin, Offshore Gabon (by
Technical Note 0201-7263-1 Rev 0
Fugro) Reports ALL
Advanced Final Engineering, Location: ETAME12-1, Etame Marin, Offshore Gabon (by
Technical Note 0201-7263-2 Rev 0
Fugro) Reports ALL

Page 1 of 1

You might also like