exh6-provision of contractor (reroute)

82
EXHIBIT VI PROVISION BY CONTRACTOR

Upload: yanferizal-yuner

Post on 28-Jan-2016

17 views

Category:

Documents


4 download

DESCRIPTION

Tender

TRANSCRIPT

EXHIBIT VI

PROVISION BY CONTRACTOR

EXHIBIT VI – PROVISION BY CONTRACTOR

SECTION TITLE

A INTRODUCTION

B BARGE SPREAD

C ANCHOR HANDLING TUG (AHT)

D. TRANSPORTATION BARGE SPREAD

E. PROVISION OF TUG BOAT

F. PROVISION OF SUPPLY BOAT

G. PROVISION OF CREW BOAT

H. PROVISION OF MULTI-PURPOSE BARGE

AND DIVING SUPPORT VESSEL

I. PROVISION OF COMMUNICATION/

TELECOMMUNIVATION SYSTEMS

J. PROVISION FOR COMPANY’S PERSONNEL AT

THE CONTRACTOR SITE OFFICE

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 1 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

EXHIBIT VI

PROVISON BY CONTRACTOR

A. INTRODUCTION

Derrick Lay Barge (DLB) Spread

The Derrick Lay Barge (DLB) Spread shall include the necessary equipment, manpower, supervision, vessels, crews, consumables, and all other materials and services which are stated in this Contract Document, that are employed by CONTRACTOR at all times during any operation of WORK. Two (2) anchor handling tugs shall be in attendance at all times.

The Derrick Lay Barge (DLB) Spread shall include the minimum number of the following support vessels.

Number

Anchor Handling Tug (with crew) 7000 BHP(*) 1

Anchor Handling Tug (with crew) 4000 BHP(*) 1

Supply Vessel (with crew) 3000 BHP(*) 1

Crew Boat 1500 BHP(*) 1

Cargo Barge (Equipment Barge) CL 250 with towing tug boats(*) 1

*Note: For shallow water area, CONTRACTOR shall provide suitable vessel with an or higher specification

B. BARGE SPREAD

CONTRACTOR to furnish COMPANY’s following requirements for DLB:

1.0 AGE

The age of the Derrick Lay Barge (DLB) Spread preferably no more than twenty (20) years old or shall have undergone a major refit/conversion within the last 5 years.

2.0 CLASS, RULES AND REGULATIONS

Bidder shall note that in addition to the international regulation, all barges and marine vessels under the CONTRACT shall observe and comply to the following whichever apply, but not limited to :

o CONTRACTOR shall ensure full compliance with Class, Rules, Regulation and the AZAS CABOTAGE that is implemented in Indonesia.

o Biro Klasifikasi Indonesia (BKI).

o Classification Society which member to International Association of Class Society (IACS), and approved by COMPANY

o Indonesian Acts & Keputusan Direktur Jenderal Minyak & Gas Bumi Nomor 84.K/38/DJM/1998 – Tentang Pedoman dan Tata Cara Pemeriksaan Keselamatan Kerja Atas Instalasi, Peralatan dan Teknik yang Dipergunakan Dalam Usaha Pertambangan Minyak dan Gas Bumi dan Pengusahaan Sumber Daya Panas Bumi

o Peraturan Pemerintah No.11 Tahun 1979 - Tentang : Keselamatan Kerja Pada Pemurnian dan Pengolahan Minyak dan Gas Bumi

o Peraturan Pemerintah No.48 tahun 2011

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 2 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

o Peraturan Pemerintah No.20 tahun 2010 tentang Angkutan di perairan.

o Peraturan Pemerintah No.22 tahun 2011 tentang Angkutan di perairan

o Regulation: 068/0746/M.PE/1991

o Regulation: 05/P/II/Petronas/1977

o Indonesia Directorate General of Sea Transportations:

o Peraturan Menteri Perhubungan Nomor: KM 3 Tahun 2005 Tentang Lambung Timbul Kapal.

o Peraturan Menteri Perhubungan Nomor: KM 4 Tahun 2005 Tentang Pencegahan Pencemaran Dari Kapal.

o Peraturan Menteri Perhubungan Nomor: KM 6 Tahun 2005 Tentang Pengukuran Kapal.

o Peraturan Menteri Perhubungan Nomor: KM 7 Tahun 2005 Tentang Sarana Bantu Navigasi Pelayaran.

o Peraturan Menteri Perhubungan Nomor: KM 8 Tahun 2005 Tentang Telekomunikasi Pelayaran.

o Undang-Udang No. 17 Tahun 2008 Tentang Pelayaran

o Peraturan Menteri Perhubungan No. 71 Tahun 2005 tanggal 18 Nopember 2005 tentang Pengangkutan Barang/ Muatan Antarpelabuhan di Dalam Negeri

o Peraturan Menteri Perhubungan KM 66 Tahun 2005 Tentang Ketentuan Pengoperasian Kapal Tangki Minyak Lambung Tunggal (Single Hull)

o Keputusan Presiden No.: 46. Tahun 1986 Tentang Ratifikasi MARPOL 73/78

o Peraturan Pemerintah No. 51 Tahun 2002 Tentang Perkapalan

o Keputusan Menteri Perhubungan Nomor: KM 33/2001 Tentang Penyelenggaraan Dan Pengusahaan Angkutan Laut

o Peraturan Menteri Perdagangan No. 63/M-DAG/PER/12/2009 Tentang Ketentuan Impor Barang Modal Bukan Baru

o Peraturan Menteri ESDM No. 26 Tahun 2006 tentang Penyediaan Bahan Bakar Minyak Dalam Rangka Pmeberdayaan Industri Pelayaran Nasional

o Solas 1974 along with the 1978 protocol and all latest amendments for this type of vessel. (Solas 74)

o Internal Convention of Load lines 1966 o International Rules of Tonnage Measurement (both 1967 and 1969 Convention).

o Possession of a manned loadline certificate, for an accommodation work unit under

Maltese Cross Rules is preferred. As a minimum the vessel shall have a loadline certificate which bears no endorsements limiting manned operation.

o Current anti-pollution regulations for type of vessel - DOT and IMO

o International Convention for Preventation of Pollution from Ships 1973, along with the

1978 protocol, with subsequent amendments (Marpol 73/78)

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 3 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

o Internal Regulations for Preventing of Collisions at Sea 1972 with subsequent amendments.

A copy of the above documents can be obtained from the respective organizations.

3.0 GENERAL CONSTRUCTION ASPECTS

The Derrick Lay Barge (DLB) Spread shall, as a minimum, satisfy the following criteria:-

(a) Should be able to perform recovery and installation of pipelines and spools ranging from 8” to 16” diameter at water depth ranging from 50mtr to 60mtr.

(b) Have been designed as Derrick Lay Barge and accommodation unit. It shall be suitable for operations in a tropical climate.

(c) A double bottom to all machinery spaces, and below main deck accommodation and bulk compartments. (For self-propelled vessel only).

(d) Double sides to all machinery spaces and below main deck accommodation. (For self-propelled vessel only).

(e) Bow and stern collision bulkheads. (For self-propelled vessel only).

(f) Damage stability study performed by an independent third party and approved by a reputable classification society e.g. Lloyds, DNV, ABS, etc.

(g) There must be no direct communication between the accommodation spaces and any chain locker, stowage, or machinery space, except through solid, close-fitted watertight doors or hatches. Below decks accommodation shall be enclosed by water tight bulkheads.

(h) No access, vent, or sounding tube from a fuel or oil tank may open into any

accommodation space, except that access and sounding tubes may open into corridors, provided they are air tight sealed closed when not in use.

(i) Accommodation shall be of a permanent type, porta cabins will not be allowed.

(j) Accommodation space shall be constructed of steel wall and deck head covering shall be of fire retardant materials.

4.0 SAFETY EQUIPMENT

4.1 Emergency System

(a) The detection system shall be continuously operational and no action of the crew shall be necessary to set it in operation.

(b) The detectors shall include means for giving a visual and audible alarm signal

automatically at one or more indicating units whenever any detector comes into operation. Such units shall give an indication of any fire and its location in any space served by the system and shall be centralized on the navigating bridge or in the main fire control centre which shall be so manned or equipped as to ensure that any alarm from the system is immediately received by a responsible member of the crew 24 hours a day. Such alarm system shall be constructed so as to indicate if any fault occurs in the system.

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 4 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

The main fire control centre shall, as a minimum, have visual and audible indication of detectors activated for the following:-

(i) Accommodation fire and smoke detection. (ii) Accommodation fire door closures activation and air conditioning intakes

closed. (iii) Accommodation sprinkler system activation. (iv) Engine-room fire and smoke detection. (v) Engine-room fuel cut-offs. (vi) Engine-room forced draft air intakes closed. (vii) Engine-room water tight doors closed. (viii) Engine Room CO2 released. (ix) Paint store fire detection. (x) Paint store fan and louver closed. (xi) Paint store CO2 released. (xii) Break glass station color coding alarms.

(c) The system shall be operated by an abnormal air temperature, by an abnormal

concentration of smoke or by other factors indication of incipient fire in one of the spaces to be protected. The detection system shall not be used for any purpose other than fire detection.

(d) The detectors may be arranged to operate the alarm by the opening or closing of contacts or by other appropriate methods. They shall be fitted in appropriate methods. They shall be suitable for use in a marine atmosphere. They shall be placed in an open position clear of beams and other objects likely to obstruct the flow of hot gases or smoke to the sensitive element. Detectors operated by the closing of contacts shall be of the sealed contact type and the circuit shall be continuously monitored to indicate fault conditions.

(e) At least one detector shall be installed in each space where detection facilities are required and there shall be not less than one detector for each 37 sq.m (400 sq. ft) of floor area. In large spaces the detectors shall be arranged in a regular pattern so that no detectors is more than 9 meters (30 ft) from another detector or more than 4.5m ( 15 ft) from a bulkhead.

(f) There shall be not less than two independent sources of power supply for the electrical equipment in the operation of the fire alarm and fire detecting system, one of which shall be an emergency source. The supply shall be provided by separate feeders reserved solely for that purpose. Such feeders shall run to a change-over switch situated in the control station for the fire detection system.

(g) A list or plan shall be displayed adjacent to each indicating unit showing the spaces covered.

(h) Provision shall be made for testing the correct operation of the detectors and the indicating units by supplying means for applying hot air or smoke at detector positions.

(i) A spare detector heads shall be provided on board to replace every fifth detector.

4.2 Sprinkler System (Fire Protection)

The Derrick Lay Barge (DLB) shall be provided with a permanently installed fire protection system to meet the requirements of the relevant classification society. As a minimum, the installed fire protection system shall be as follows:

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 5 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

Location Type

Accommodation Cabins Automatic fire sprinkle Corridors and Stairways Automatic fire sprinkle Galley Automatic fire sprinkle Recreational Rooms Automatic fire sprinkle Laundry Room Automatic fire sprinkle Locker/Store Rooms Automatic fire sprinkle Office Spaces Automatic fire sprinkle Radio Room CO2 Engine Room CO2 Winch Room CO2 Derrick Crane Engine Room CO2 Paint Store Room CO2 Bridge/Tower/Control Room CO2

Automatic fire sprinklers shall conform to National Fire Protection Agency NFPA 13 standard for the installation of fire sprinkler. CO2 system shall conform to NFPA 12. The Derrick Lay Barge (DLB)’s fire fighting pumps shall be equipped with auto starts. The firewater ring main shall be fitted with isolation valves to allow for maintenance or modifications, or in case of rupture, to allow supply from an alternative pump. These valves should normally be kept locked open. A drawing of the layout of the vessels sprinkler system shall be the provided by the CONTRACTOR.

4.3 Engine Room - Fire Protection The engine room of the barge, winch room, derrick engine room and any other enclosed area containing diesel fire engines shall be provided with a permanently installed CO2 fire protection system. There shall be means outside the engine room to shutdown fuel pumps and isolate fuel tank.

4.4 Internal Fire Fighting

The internal fire fighting system shall comply with the requirement of a reputable classification society.

In addition to the Derrick Lay Barge (DLB)'s internal fire fighting equipment a minimum of ten (10) portable dry powder fire extinguishers (12 kg capacity) shall be provided for use on platforms. Portable fire extinguishers shall meet CONTRACT Specification requirements.

Fire and boat drills shall be displayed in all alleyways. The Derrick Lay Barge (DLB) shall be provided with:-

(a) At least two independently driven electrical fire pumps of sufficient capacity to satisfy

NFPA 13 or a minimum of 500 GPM each and one (1) diesel driven emergency pump of similar capacity. These pumps shall be equipped with auto start activated by the fire detection system via the main fire control centre.

(b) If a fire or flooding in any one compartment could put all the pumps out of action,

there must be an alternative means of providing water for fire fighting. This alternative means shall be a fixed pump independently driven which shall be capable of supplying two jets of water.

(c) Fire main a diameter of which shall be sufficient for the effective distribution of the

maximum required discharge from any tow fire pumps operating simultaneously.

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 6 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

(d) The number of fire hoses to be provided on deck each complete with couplings and

nozzles shall be on for each 30 meters (100ft) length at the ship and one spare. In no case shall the number be less than five in all on any deck. All hoses, couplings and nozzles to be in new or good condition.

Machinery spaces shall also be provided with fire hoses. Additional hoses shall be

provided of sufficient length to reach the WORKSITES. (e) The number and position of hydrants shall be such that at least two jets of water not

emanating from the same hydrant, one of which shall be from a single length of hose, may reach any part of the barge normally accessible to the barge.

(f) At least one international shore connection shall be provided complete with facilities

to enable such a connection to be used on either side of the crew. (g) Sufficient number of portable fire extinguishers to ensure that at least that one such

extinguisher will be readily available for use in any part of the accommodation or service space. The number of such extinguishers shall not be less than five per deck level.

(h) At least two set of firemen's outfits and six sets of breathing apparatus (BA) including

six (6) fully charged spare bottles stored so as to be easily accessible and ready for use. The BA sets shall be of a single make and model and shall meet COMPANY's satisfaction. The firemen's outfit shall consist of:-

(i) Protective clothing of material to protect the skin from the heat radiating from

the fire and from burns and scalding by steam. The outer surface shall be water-resistant.

(ii) Boots and gloves of rubber or other electrically non-conducting material. (iii) A rigid helmet providing effective protection against impact. (iv) An electric safety lamp of an approved type with a maximum burning period of

three hours. (v) An axe. (vi) A self-contained breathing apparatus of an approved type with positive face

mask pressure. (vii) Fireproof lifeline of sufficient length and strength capable of being attached by

means of a snaphook to harness of the apparatus or to a separate belt in order to prevent the breathing apparatus becoming detached when the lifeline is operated.

(viii) At least two fire control plans permanently exhibited in all barges for the guidance of the crew. It should consists of general arrangement plan showing clearly for each deck the control stations, particulars of the fire alarms, detecting systems, the fire extinguishing appliances, means of access to different compartments, deck etc.

4.5 Life Saving

Life saving EQUIPMENT specified hereinafter shall be installed according to SOLAS 1974 international laws along with the 1978 protocol and all latest amendments and classification society requirements. All life saving EQUIPMENT provided on board the Derrick Lay Barge (DLB) shall conform to CONTRACT Specifications. The number of each item to be provided shall be as follow:- Life boats (TEMPSCs) - 2 X 100% capacity of total number of POB Life rafts - 150% capacity of the total number of persons on board (POB).

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 7 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

Life jackets - Total number shall not be less than 200% of the total number of

persons on board.

Rings Life Buoys - Total number shall not be less than 10 and shall be fitted with water activated lights and life lines.

Work Vests - Requirement of work vests shall in accordance to PTS 60.2114-Personnel Protective Equipment and PETRONAS Carigali PPE Guideline.

CONTRACTOR shall endeavor to provide above life saving EQUIPMENT of the make and model preferred by COMPANY as stated in CONTRACT Specifications. Life jackets provided by CONTRACTOR shall be of one type only to avoid confusion in emergencies. Each person shall be provided with a life jacket which is stowed in this accommodation. Additional life jackets shall be store properly in clearly marked boxes at or near muster locations or at other strategic locations agreed by COMPANY. All life jackets shall be fitted with whistles, water activated lights, and reflector strips. A line throwing appliance of an approved type capable of carrying in line not less than 230 meters (250 yards) with reasonable accuracy and shall include not less than four projectiles and four lines. A muster list showing special duties to be undertaken in the event of an emergency shall be allotted to each member of the crew. It shall also specify definite signals for calling all the crew to their lifeboat, life raft and fire stations and shall give full particulars of those signals.

4.6 First Aid

First Aid Kit boxes for 25 survivors per box.The barge shall be equipped with First Aid Kit boxes for any work area that is not within easy reach of the barge clinic (ie. cannot be reached within approximately (4) minutes). Contents shall satisfy COMPANY specification and standard.

5.0 OPERATING MANUALS

The Derrick Lay Barge (DLB) Spread operation manual in English & Bahasa Indonesia containing guidance for the safe operation of the barge under normal and emergency conditions, should be on board and available to all concerned.

The operating manual, certified by a reputable classification society as being correct and up to date, should include the following information where applicable.

(a) a general description of the barge;

(b) general arrangement plans showing watertight compartments, closures, vents, permanent ballast, and allowable deck loadings;

(c) light ship data and hydrostatic curves or equivalents;

(d) capacity plan showing the capacity, centre of gravity and free surface correction for each tank;

(e) stability information setting forth the allowable maximum height of the centre

of gravity in relation to draught or other parameters;

(f) plans and instructions for the operation of the ballast system;

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 8 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

(g) derrick crane lifting capacities in chart and tabulated from based on radius of lift. Limiting seas, winds and barge motions on derrick crane lifting capacities shall also be provided and endorsed by the crane manufacturer.

(h) schematic diagrams of main and emergency power supplies and electrical installations including loadshedding system

(i) fire control plan including type and location of fire-fighting appliances and escape routes from all compartments. This safety plan is to be displayed in all alley ways and public places;

(j) safety provisions including location and operation of life saving appliances and a procedure for evacuation of personnel from the barge;

(k) procedures for anchor handling. (As per Contract Specification).

(l) procedures for adverse weather conditions; and limiting barge motions and seastate conditions.

(m) emergency pull off procedure.

In addition, planned maintenance schedules and plans for all key equipment shall be available and implemented.

6.0 CONSTRUCTION EQUIPMENT

6.1 Not Applicable

7.0 PIPELAY EQUIPMENT

All Pipelay EQUIPMENT and accessories proposed by CONTRACTOR shall be subjected to an inspection by the Pipelay EQUIPMENT manufacturers prior to each and every mobilization/interim mobilization. The purpose of the inspection is to ascertain that every Pipelay EQUIPMENT and its component are fit for operations. For this purpose, CONTRACTOR shall set up an inspection checklist and a copy of the inspection report shall be submitted to COMPANY at least eight (8) weeks prior to the mobilization.

7.1 Ramp, Launching Ramp and Stinger

The ramp shall be completely enclosed to eliminate the consequences of bad weather conditions. The pipe supports shall be adjustable and fitted with rubber coating. These rollers should be able to rotate freely to facilitate launching of the pipeline.

The launching ramp and stinger shall be fully equipped for safe installation whilst ensuring that the stresses in the pipeline being installed do not exceed the permissible limits. Controlling systems shall be provided to monitor that the pipeline is safely lowered on the seabed.

The stinger rollers shall be equipped with load cells to allow continuous monitoring of the pipeline configuration in relation with the stinger. Depth gauges shall be installed a the end of the stinger and at each articulation. The readings of these load cells and depth gauges shall be clearly displayed in the barge's control tower. In addition, the stinger shall be equipped with two video monitoring cameras installed at different locations (one of which shall show the last roller on the stinger tip) for monitoring the behavior and condition of the pipe in the stinger. The video monitoring shall remain in operation at all times during pipelay.

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 9 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

7.2 Line-up and welding station.

No welding station shall be located after the tensioner. The line up and welding stations shall be equipped with including but not limited to the following:-

� internal pneumatic line up clamps complete with a retrieval cable on backing shoe system.

� welding generators including remote control boxes

� automatic welding system if required including running rings, welding heads, connection boxes and control cabinets.

� portable power driven auxiliary tools for brushing, grinding and arc-gouging.

� facing machines including hydraulic power units.

� a hydraulic powered line up table which can be moved transversely and longitudinal relative to the linepipe for alignment of pipe strings.

7.3 Radiographic Inspection Stations

The radiographic inspection station shall be properly shielded and equipped with including, but not limited to, the following:-

(a) NDT Equipment and Facilities

� battery powered X-ray and Gamma-Ray internal crawlers

� remotely operated devices for external exposures

� ultrasonic flare detectors, probes with connection cables and calibration blocks.

� X-ray and Gamma-Ray lead clamps and shields

� radiation audio and visual warning signs

� Automatic ultrasonic testing equipment (AUT)

� magnetic particle equipment (MPI)

� dye penetrant equipment (DPI)

� radiation meter

� hardness test equipment

All radiography test to be performed outside designated station shall be fully protected. Radiation survey shall be performed to demonstrate safe working conditions.

(b) Dark Room

� fully equipped with facilities for automatic wet film processing and developing, reading and storing. Adjustable intensity viewers for wet and dry film viewing.

� the room shall be located near the shooting area and fully shielded with lead sheets.

� Densitometer

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 10 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

7.4 Field Joint Coating Station

The field joint coating station shall be equipped with, including, but not limited to the following:-

� diatermic oil type dope kettles with automatic loader and stirrers for the continuous heating and liquefaction of the joint filling MATERIAL.

� conveyor to transfer the filling MATERIAL from the barge deck into the kettles.

� hopper, hanging from a hoist which can run on a hail on top of the field joint station to pour the filling MATERIAL into the formwork (metal sheeting) placed around the pipe field joint area when this reaches the field coating station.

� air power strap tensioning machines to secure the steel bands fixing the metal sheeting around the pipe field joint.

� continuous hoses with running water for cooling the coated field joint.

7.5 Side Davits

� minimum of 5 davits shall be provided.

� these davits shall be controllable locally and from the central tower.

� load cells shall be fitted to these davits to continuously monitor the load and the wire length paid out on each hook.

� pneumo gauges and lines (with reel) shall be fitted.

7.6 Pipe Handling Facilities

The pipe handling facilities shall be provided, including, but not limited to, the following:

• the storage areas on the barge deck shall be capable to handle adequate linepipes for continuous pipelay operation.

• the pipe transfer racks shall be fitted on the barge to convey the pipes from the storage areas to the main conveyor rack ahead of the laying ramp.

• the pipe beveling station shall be equipped with beveling equipment, facing machines, etc. It shall be located on the main conveyor rack.

7.7 Tensioner Equipment

The tensioner shall be capable of handling the range of tensions likely to be experienced during the installation of the pipeline without exceeding the allowable stress limits. Controlling systems shall be provided to monitor the tension forces and pipe spread, with alarm systems which shall trigger when the specified safe limit is exceeded. A readout of tensions shall be available in the control tower of the pipelay barge. A continuos recording device shall be attached to the tension readout. Calibration of the tensioners shall be performed prior to the commencement of pipelaying to COMPANY approved procedures. As a minimum requirement, the tensioning device shall be calibrated over a range of tensions up to 20% above the nominal pipelay tension. This higher value shall be held for at least one hour.

The correct functioning of the tensioner when the pipe is pulled backwards and forwards shall also be checked. These checks and calibrations shall be performed with a joint of the line pipe to be laid in order to ensure that the tensioner is correctly

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 11 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

adjusted for the pipe and that no slippage between pipe and tensioner or damage to the coating occurs.

There shall be an automatic load transferring system between abandonment/recovery winch and the tensioners.

7.8 Abandonment and Recovery Equipment

The pipelay barge shall have adequate and satisfactory facilities for pipeline abandonment and recovery. The abandonment and recovery which shall be equipped to fully handle the range of tensions likely to be experienced during such operations. Control systems shall trigger when the specified safe limit is exceeded. The abandonment/recovery head shall be equipped with a pinger or similar locating device. The abandonment and recovery winch shall be calibrated to COMPANY approved procedures before commencement of pipelaying. Calibration of the winch against the tensioner or vice-versa is permissible providing the first of these to be calibrated is independently satisfactory tension on the pipeline shall be as specified hereinabove.

7.9 Measurement of Relevant Parameters

CONTRACTOR shall gather the following data during WORK.

- Current velocity and direction at 10m below the water surface at or near the location of the lay vessel.

- Water depth.

- Pipe tension, tensioner setting and deadband

- Relative position of the pipeline departure point.

- Depth of stinger tip and articulations, if any.

Load levels in stinger or ramp members, hitch points and support rollers.

- Real Time Scanning by means of "SEABAT" System.

This data shall be checked and evaluated as it is gathered to ensure that the installation is proceeding safely and satisfactorily within the specified limits of touchdown location, configuration and stresses.

Qualified engineering personnel shall be provided on the barge to conduct these tasks, to interpret the results of measurements and calculations and to advise the barge operating crew for safe and satisfactory installation.

The monitoring and control measures associated with maintaining satisfactory tension on the pipeline shall be as specified hereinabove.

7.10 PRE-COMMISSIONING SPREAD

CONTRACTOR shall propose the precommissioning spread based on its proposed method of installation and precommissioning work as per scope demarcation in Exhibit I-A.

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 12 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

8.0 BARGE MANNING CONTRACTOR shall provide as a minimum, the barge manning and personnel as specified in Exhibit V of this CONTRACT.

CONTRACTOR shall submit complete file to COMPANY certificates, international passport copy and resume for all personnel above for COMPANY approval. the resume shall shown each personnel qualifications, previous employment with dates, training courses attended and copies of all pertinent certification required. The mobilization of the above personnel shall be upon COMPANY's approval. One (1) copy of personnel files shall be kept at CONTRACTOR office on Derrick Lay Barge (DLB).

CONTRACTOR shall provide complete information as to the number of personnel to be employed on each spread, showing profession or category of labor, and qualifications fitting them for the WORKS.

9.0 CRANE EQUIPMENT SPREAD

9.1 DERRICK CRANE

The minimum crane capacity provided here shall be for guidance only. The CONTRACTOR shall study the Scope of Work and ensure that his crane is capable of performing all the required heavy lifts.

CONTRACTOR shall also provide limiting sea state or barge motion criteria for the operability of the derrick crane. Wind shall also be considered in limiting crane operations

(a) The crane shall be of a reputable make and be in good working order

throughout the CONTRACT period. The CONTRACTOR shall maintain up to date records of the following:-

• Inspection report by crane manufacturer certifying fitness of crane to perform

heavy lift. This inspection shall be done annually or after every major repair/refit.

• Authorized third party surveyor (e.g. Lloyds, DNV) inspection report of crane certifying its fitness to perform heavy lift. This inspection shall be done every six (6) months or prior to each interim mobilization. A copy of the crane inspection certificate shall be retained at the jobsite.

• Maintenance records shall be kept on board the barge and be made available for COMPANY inspection upon demand. Maintenance of derrick crane shall be according to API RP 2D.

• Load cell calibration report. This calibration shall be done annually and in accordance with manufacturer's recommendation.

• Load test report. Load test report shall not be more than two (2) years old. Load test shall be conducted at 10% above the Safe Work Load (SWL) of the crane.

• Man riding winch certification reports.

(b) The following HSE features shall be fitted on the crane as a minimum:

• Emergency brake facility (shall be fail safe type) • Load cell • Over hoist cut outs • Over booms cut outs • Slewing alarm (both visual and audio)

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 13 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

• Lifting angle indicator • Hook height indicator for each block • Radius indicator for each block • 2 radio sets with working frequency(s) • Hold-back cable arrangements for all blocks.

These features shall be checked to be in good working order at regular intervals. In addition to the above, the construction barge's derrick crane shall have a dual clutch-broke system. The operation of the crane shall comply with the following minimum requirements.

• Each hoist drum must be operated with two sets of friction clutches, each clutch

being capable of sufficient friction to operate the rated working load. Dual operation of the clutches is not a requirement; tandem operation is acceptable.

• Each hoist drum must be operated with two brakes, each brake being capable

the rated working load. Providing that at least one of the brakes can be applied with the foot pedal instantaneously without the hoist lever requiring to be positioned in neutral, both brakes may operate in tandem in conjunction with the clutch control or one may operate in conjunction with the clutch control and the other independently as the emergency brake.

(c) CONTRACTOR shall supply a crane lift chart showing lift capacity of each

block plotted against radius. On the same chart, the hook height vs. radius plot should be included for each block. The minimum capacity of the crane main block shall be sufficient to perform lifting for facilities as specified in scope of work. The crane shall be capable of working in a revolving mode. The CONTRACTOR shall study the scope of work and ensure that his crane is capable of performing all the required heavy lifts.

9.2 MOBILE CRANE

A mobile crane shall be provided complying with the following requirements:-

(a) Maximum capacity of at least 150 MT (b) Provided with pneumatic type/Wylie safe working load indicators on both

main and whip line hoists. (c) Provided with boom radius and angle indicators with both visual and

automatic Klaxon alarm indicator indicating maximum safe working load. (d) Provided with overhoist cut outs to main and whip hooks. (e) Provided with slewing alarm (audio and visual) (f) Provided with over-boom cut out. (g) Have valid annual inspection certificate for the unit issued by an

authorized third party surveyor e.g. Lloyds, DNV, etc. A copy of the crane inspection certificate shall be retained at the jobsite.

(h) To have communication equipment i.e. radio. (Note: Walkie Talkie not

allowed)

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 14 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

(i) Man riding certification reports to be provided. (j) Fitted with emergency brake facility. (shall be fail safe type). (k) Fitted with hold back cable arrangements for both blocks.

Mobile crane shall be maintained in good working condition and in accordance with recommendations of API RP 2D. A dedicated watch man/flag man shall be available at all time during operation to ensure clear passage for crane movement.

9.3 CRANE OPERATORS

Crane operators shall be medically fit, mature, trained, experienced and qualified in the type of crane they are employed to operate on COMPANY WORKS and shall have attended recognized crane operator's cour

10.0 BARGE UTILITIES AND FACILITIES

10.1 Clear Deck Space

The barge shall have a clear deck space of not less than 1500 m2 (16,000 sq. ft) with open stern and demountable HSE rails. All clear deck space shall have wooden deck sheeting. The clear deck space shall be in addition to HSE/access areas, storage/work areas provided on the barge and shall not be intruded upon by marine equipment. COMPANY reserves the right where reasonably practicable, to use this clear deck space for temporary storage of MATERIALS, whether or not the materials pertain directly to the WORK. (e.g. hook-up material).

Noise levels generated from permanent equipment on the barge shall be within acceptable limits, as set out in COMPANY HSE Manual (latest issue).

10.2 Fuel

Fuel storage capacity shall be sufficient for minimum 28 days working without re-supply or a minimum 1000 tonnes of fuel.

10.3 Potable Water Potable water storage capacity shall be sufficient for minimum 28 days

working with full marine and construction crew on board without re-supply or a minimum of 1000 tones.

10.4 Water Maker The barge shall have a minimum of 2 X 40 tones a day potable water

makers. The quality of water produced shall be to WHO standards. 10.5 Refrigeration and Provision Store Shall be capable of affording twenty-eight (28) days endurance with a full

marine and construction crew on board. 10.6 Compressor Minimum two (2) units, each having capacity of 30CFM

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 15 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

10.7 Oily Water Separator

Capable of minimum 3 tones/hr to comply with latest IMO at time of CONTRACT award with auto start and alarm. Any discharge to be in accordance with MARPOL requirements. CONTRACTOR shall submit test results of quality of discharge water to demonstrate compliance with this requirement prior to first and all interim mobilizations or after repairs to this machine.

10.8 Generator and auxiliaries The Derrick Lay Barge (DLB)'s main electrical generation shall be sufficient to

supply the full required maximum load when running at 80% capacity. The maximum load is to include all power required for the operation Work, including but not limited to pumps, compressors, winches, welding rectifiers, and main derrick crane

and deck lights, workshop equipment, water makers, laundry/kitchen equipment, air conditioners, living quarters, and other power requirements.

Independent stand-by generator(s) shall have a minimum capacity of 50% of

the maximum load and its shall be a diesel engine driven generator with electric start appropriately certified by ABS or other relevant authority. The stand-by generator(s) shall automatically start-up and synchronize to share the load. In this case, a non-essential load shedding system is required. This generator shall be housed in a separate compartment away from the main generators and have the facility for the electrical fire pump to automatically transfer to this generator. A battery back-up to power emergency and escape lighting to cover the period between total failure and cut in of emergency generator or an absolute electrical failure is required.

There shall be separate fuel supplies for each generator. A system to detect

contaminants in each fuel supply/storage shall be in place. The emergency power generation system for the diving systems (air, sat +

ROV) shall be independent from the aforementioned emergency supply system.

COMPANY's offshore oil and gas facilities operate with an electrical supply of

415 volt, 3 phase and neutral (4 wire system), at 50 hertz. During shutdown work the CONTRACTOR shall provide a compatible electrical supply to the platform. If the vessel electrical system is not compatible, and additional generator must be supplied to cover these requirements.

All electrical systems, including power supply to COMPANY's platforms shall

be protected by a 1.5 mA earth leakage circuit breaker (ELCB) system. The CONTRACTOR shall carry out scheduled HSE inspection and maintenance on all electrical equipment to ensure that all equipment is adequately maintained. All work carried out should be in accordance with the work permit system. The vessel shall at all times have the latest "as-built" documentation, drawings and wiring diagrams, and maintain comprehensive records of all maintenance work.

10.9 DECK LIGHTING

Lighting should be sufficient to illuminate the deck and the immediate surrounding water, and should be a minimum of 200 LUX on deck. A light meter shall be provided to assist COMPANY to assess adequacy of lighting.

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 16 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

11.0 MOORING SYSTEM

11.1 Mooring System A minimum of eight (8) point constant tension mooring system with winches

below decks shall be provided. No exposed anchor cables shall cross any part of the clear deck space.

Prior to first mobilization and subsequent interim mobilization(s), anchor wires

of no more than one (1) year old shall be fitted to the barge. The length and diameter of the anchor wires shall be compatible with the expected operational water depth and the size of the Derrick Lay Barge (DLB). CONTRACTOR shall propose, for COMPANY approval, the full details of the anchor wires to be provided on the Derrick Lay Barge (DLB) as per COMPANY anchor handling guidelines. Prior to each interim mobilization, qualified third party surveyor certification of fitness shall be provided for each anchor wire and their associated gears. The mooring wire length and size shall meet the requirement based on the mooring analysis performed for the works i.e. for the recovery and pipelaying activities.

All anchors wires shall be made of galvanized wires. The anchor end of each

anchor wire shall be terminated by spelter socket and connected by a swivel. It is preferred to have washdown and auto-lubricating facilities for each

anchor wire in service. It is preferred by COMPANY that anchor racks for storing anchors shall be

built into the barge for all anchors, including all spares. Where snatch-back arrangements are to be utilized, all associated equipment

(i.e. snatch blocks, fairleads, bollard, triangular plates etc.) shall be certified to be able to carry the maximum calculated shock load/tension. CONTRACTOR shall submit to COMPANY for approval a proposal on such arrangement prior to any such snatch-back to be carried out.

11.2 Mooring Operations

All winches shall be remotely operated from central console with closed circuit TV monitoring system and thus the Barge Master will be able to operate all winches from the one position.

Anchor handling procedures shall be as per COMPANY anchor handling guidelines. An electronic barge positioning systems shall be installed to enable all mooring operations to be carried out. This system shall be fully operational at all times and shall be manned by a qualified technician.

11.3 Tension and Payout Monitoring System

Tension Meters and recorders shall be available for all winches and are to be remotely controlled having central readout situated in the central console. They shall have recorders to enable hard copy records of anchors wire tension readings to be kept. Payout monitoring system shall also be available for all the anchor wires. CONTRACTOR to describe the above system. Tension tests shall be carried out at CONTRACTOR's SITE in a stand-off position prior to commencement of WORK.

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 17 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

11.4 Pennant Buoys, Parachute Buoys. CONTRACTOR shall provide sufficient no of pennant buoys of crucifix or

suitcase type, as described in COMPANY anchor handling guidelines, shall be provided. Two of the pennant buoys shall be spares and shall be stored properly on board the Derrick Lay Barge (DLB) on racks to ensure its safe keeping.

The pennant wires of suitable length and construction shall be provided for

each CONTRACTOR's WORKSITE based on anchor handler dimensions, water depth and sea bed conditions. Spare associated with loose mooring equipment e.g. shackles, hooking pins shall be provided. Pennant buoys shall be of such a capacity as to support the pennant wires required for the greatest depth of water. Diameter of each pennant wire shall be at least the same as the diameter of anchor wire.

The pennant line arrangement shall have a suitable length of chain pigtails

goings through the suitcase buoys. Adequate number of parachute buoys with accessories as described in anchor handling guidelines with sufficient buoyancy shall be available for anchor wire crossing the existing pipeline.

11.5 Anchors Ten (10) delta Flipper or equivalent anchors acceptable to COMPANY shall

be provided on board the Derrick Lay Barge (DLB). Two of the anchors shall be spares and shall be stored in a safe manner and shall be readily available for use as 'Piggy Backs'.

The weight of the anchors provided shall be suitable for the operational water depth, the size of the Derrick Lay Barge (DLB) and the sea bed soil conditions of each and every work site. The anchor specification shall meet the requirement based on the mooring analysis performed for the works i.e. for the recovery and pipelaying activities.

Mooring anchors and buoys shall be made available for mooring tugs,

barges, or other vessels. This mooring may also be used by anchor handling tug as and when required. However, no more than one tug/material barge combination is allowed to use a mooring buoy at any one time.

11.6 Towing Gear

If the vessel proposed is non-self propelled then it shall have a suitable towing arrangement, such as Smit towing brackets, minimum 2 1/2" diameter chain bridle connected to a delta plate. Towing arrangement to be certified by a classified society. A suitable towing bridle recovery system shall be provided. The following towing gear shall be available:

(a) Towing bridle consisting of 2 X 2.1/16"Ø X 60 ft length stud link chain together with SMIT brackets and fairleads. (b) Flounder plate (monkey face) (c) Towing pennant 200 ft long X 2 1/2"Ø (min.) (d) Air tugger winch for bridle recovery.

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 18 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

Emergency towing bridle to be provided in accordance with requirements of classification society which may be similar to the main towing arrangements or may consist of a single Smit Bracket arrangement fitted at the stern quarter of the vessel.

11.7 General Purpose/Rescue Boat

A rigid type rescue boat fitted with a minimum 2 x 50 H.P. inboard or outboard to assist with miscellaneous duties. Boat shall be stored in a cradle ready to be deployed and shall be maintained in a state of constant readiness for immediate use. A dedicated pedestal crane shall be installed near the boat storage area and shall be fitted with a suitable winch to facilitate deployment. The boat shall be constructed of fibre glass (GRP) material and fitted with permanent buoyancy tanks. Aluminum boat is not acceptable.

12 NAVIGATIONAL REQUIREMENT The Derrick Lay Barge (DLB) shall in addition to the standard navigation lights required, be equipped with the following navigation equipment, books and charts, these shall be on board at all times.

12.1. Positioning System (Differential Global Posit ioning System)

a) CONTRACTOR shall provide and operate all the required

navigation/positioning equipment onboard the Derrick Lay Barge (DLB) spread as outlined in SES 95.3 - Positioning and site investigation survey for offshore engineering and construction works.

b) The primary DGPS network shall have a minimum of 5 differential reference stations preferably located at the following sites: Kota Kinabalu, Miri, Singapore, Kuantan and one other station to be agreed. The distance between the reference station and the mobile receivers on the Barge and the supporting vessels shall preferably less than 500km and not more than 1000km.

c) The Barge shall be equipped with a second DGPS, which shall be

independent in terms of hardware and data link and shall be a different make/model from the primary system.

d) A medium frequency Long Base Line (LBL) acoustic positioning system

or equivalent acoustics system with capability of underwater tracking of three times water depth with accuracy of 2% of the slant distance shall be installed in the event that a structure has to be placed in the vicinity of an already laid-down pipeline end(s).

e) A hard-copy plotter shall also be provided on the Derrick Lay Barge

(DLB) to enable printouts of as-laid anchors against proposed positions of vessels, facilities and anchor patterns etc.

f) In addition, CONTRACTOR shall provide the following survey

equipment as a minimum:

i. A scanning sonar system shall also be made available on the main Barge in the event this is required to monitor the adjacent / existing pipelines.

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 19 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

ii. A portable survey type gyro compass, with absolute direction accuracy of +/- 0.5� (dynamic) and digital display of 0.1� to determine the Barge heading and fluxgate compass for AHTs

iii. An approved short-range calibrated Electronic Distance Measurement (EDM) instrument complete with prisms and 10” Theodolite

iv. An automatic leveling instrument complete with minimum two aluminum staves and steel tapes.

v. An automatic tide gauge capable of recording and transmitting water level reading in real-time mode.

vi. A hard-copy plotter to be installed on the Derrick Lay Barge (DLB) to enable printout online/offline of as laid against proposed positions of vessels, facilities and anchor pattern etc. Such plotter shall be capable of producing color plots on an A3 sized paper.

vii. Approved (license) real-time navigation software.

g) The Computer hardware component system shall minimally have a latest 2.4 GHz dual core processor, 4GB RAM, industry standard multi tasking Windows, must be able to interface to all instrument sensors, 500 GB storage media and backup 500GB external media space and continuous paper color laser printers.

11.2. Barge Management System

a) The navigation / positioning package on the Barge shall include a “Barge Management System” (BMS), capable of the following:

i. Monitoring and guiding movements of all anchor handling tugs

(AHTs) during anchoring operation from the master unit on the Barge in real-time;

ii. Displaying features such as existing pipelines, structures and wellheads to allow visual control to the surveyors and anchor winch personnel at all time;

iii. Positioning and surveying of new structures and substructures and underwater facilities; and

iv. General navigation

b) The main DGPS package shall be installed and operated on the Derrick Lay Barge (DLB). All supporting AHTs in the construction spread shall be equipped with computer system incorporated with the BMS, with remote controlled from the main construction Barge using radio telemetry link with minimum working distance of 15km apart throughout the operation, for the purpose of deploying and taking position of anchors in relation to existing facilities.

c) The BMS shall be capable of tracking and provides continuous position

of all mobile units in the spread. These positions shall be updated and display on navigation computer in real time mode.

d) The proposed system shall be able to display on a color video monitor,

the real-time positions of the Derrick Lay Barge (DLB), anchor handling tugs, all proposed and as-laid anchors and anchor cables, existing structures/pipelines/facilities, online seabed information for AHT. The system must be able to track more than one USBL beacon at one time, online parachutes buoy position, online QC analysis for final jacket

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 20 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

position, intended Barge heading during the curve section and online calculated final joint.

e) Sufficient number of the helmsmen color monitors, each of minimum 17"

size, shall be installed on the control tower, surveyor's office onboard the Derrick Lay Barge (DLB) and on the bridges of all anchor handling tugs.

12.3 Navigation Equipment

(i) Radars

2 x independently operated radars. Minimum range 48 n.m. at least one (1) radar to be of 3 cm type c/w reflection plotter facility.

(ii) Gyro Compass

1 gyrocompass plus at least one (1) repeater c/w azimuth mirror.

(iii) Magnetic Compass

1 wheelhouse top type magnetic compass with reflector in front of maneuvering stand in the wheelhouse.

(iv) Satellite Navigator

One Global Positioning System (GPS) satellite navigator equipment is required.

(v) Weather Facsimile

Weather facsimile facilities shall be available onboard the barge. CONTRACTOR shall arrange to receive twice-daily weather, forecasts from a reputable meteorological CONSULTANT to enable CONTRACTOR to plan the work appropriately.

(vi) Search Lights

Min. 2 X 1500 watts, capable of 360º rotation c/w beam width variation facility, search lights shall be fitted on top of the wheel house (or tower) and controlled from maneuvering stands (forwards and aft stands) inside wheel house/tower.

(vii) Additional Items Required

Sextant 1 unit (for self propelled vessel only) Chronometer 1 unit Aldis Lamp 1 unit c/w portable battery in a box Flag 1 complete set of signal flags Barometer 1 unit (with graphical readout) Thermometer 1 unit Anemometer 1 unit (with graphical readout)

(viii) Manual

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 21 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

All navigational equipment shall be provided with an operating manual in English.

12.4 Books Items Required

(i) Mariners Charts

At least 1 set (up to date) covering total area of operations.

(ii) Notice of Mariners • Weekly notices • Local notices

(iii) Admiralty Sailing Directions

Relevant volume covering the Home. Trade Limit. (iv) List of Lights Relevant volume for the Andaman Sea area.

v) COMPANY's Hydrographic Maps

At least 1 set of relevant COMPANY's supplied hydrographic Maps shall be available on the barge. Similarly, all support vessels shall each carry 1 set of the aforementioned maps.

(vi) List of Radio Signals Latest edition. (vii) Tide Tables Myanmar tide tables. (viii) International Code of Signal 1 copy (latest edition) (ix) Mariners Hand Book 1 copy (latest edition) (x) Nautical Almanac 1 copy (latest edition) (xi) Navigational Tables 1 copy (latest edition) (xii) Compass Deviation Card 1 copy to be prominently displayed (xiii) Compass Error Book

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 22 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

1 copy to be on board and a deviation reading to be taken and recorded in the book once per day.

(xiv) Masters Standing/Night Order Book 1 copy (xv) Owners Standing Instruction Book 1 copy (xvi) Oil Record Book Part I and II 1 copy (xvii) Deck Log Book 1 copy

(xviii) Official Log Book 1 copy

(xix) Stability Booklet 1 copy

13.0 COMMUNICATIONS SYSTEM

CONTRACTOR shall provide and/or operate the communication as stated herein below

13.1 Radio Room The radio room is to be air-conditioned and measuring at least 10 ft x 14 ft. 13.2 Communications Equipment to Be Provided by CONTRACTOR

CONTRACTOR shall supply the mandatory communication equipment required by SOLAS/IMO for the registration class of and country of origins of the vessels involved.

13.3 HF Back Up System

Four sets of HF single side band transceivers complete with microphones, antenna couplers, whip antennae, control cables and coaxial cables.

13.4 INMARSAT/ VSAT for COMPANY's Use

CONTRACTOR shall provide INMARSAT/VSAT terminal (or other system with latest technology), dedicated for COMPANY's use, complete with stabilized antenna unit in Radome, control unit, operator console with keyboard. VDU, desk telephone and teleprinter/modem to provide following associated equipment in the Engineer's office. - one set telephone unit - one unit fax machine

All equipment to be operational and linked to the INMARSAT/VSAT central control console. CONTRACTOR shall have its own INMARSAT/VSAT set(s)

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 23 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

for its own specific use and shall be independent from the set dedicated to COMPANY.

13.5 International Marine VHF HAGUE Plan Transceiver

2 sets International Marine VHF Hague Plan transceiver, one of which shall

equipped with a guard receiver on channel 16, Transmitter RF output power shall be 25 watts. The radio shall operate on the following VHF Maritime Hague Plan channels:-

6, 12, 14, 18, 19, 20, 22, 24, 25, 27, 70, 72 and 73.

13.6 Telex System

a. Teleprinter: One unit teleprinter equipped with VDU editing and disk storage facilities. Teleprinter speed should be 100 bauds and shall be able to interface to VFT equipment and V22 dail-up modem.

b. VFT Equipment:

One unit of VFT equipment, centre frequency is 200HZ and frequency shifts +/- 425 HZ (Mark frequency is 2425 HZ and Space frequency is 1575 HZ). Unit to be wired to the teleprinter and one of the HF SSB transceivers (Item 3.1 above).

13.7 Helicopter Communication Equipment One set VHF AM transceiver, simplex operation complete with fist

microphone, coaxial feeder and external antenna. Operating frequency of the transceiver is 131.00 MHz.

13.8 Non - Directional Radio Beacon (NDB) One set of 100 watts NDB complete with coupler and antenna capable of

transmitting A4 letter or figure morse code as identification signal. Operating frequency and identification code will be advised. The NDB power supply "On/Off" switch shall be located in the radio room. The NDB also shall be provided with an updated E.P.I.R.B. (Emergency Positioning Indicator Radio Beacon).

13.9 Personal Computer One (1) set of personal computer (IBM compatible) to be installed at the

Radio Room with internet connection, complete with printer. 13.10 Intercom/P.A System PA with minimum of 2 'private talk' lines, talk back system to be installed

throughout the Derrick Lay Barge (DLB) with main control at the radio room. All COMPANY offices shall be equipped with Intercom Systems. Loud speaker facility shall be available separately to the main deck and living quarters and recreation areas.

13.11 Walkie Talkies CONTRACTOR shall provide adequate intrinsically safe walkie talkies for his

own use on platforms that are not shutdown and in any areas that are classified hazardous zones.

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 24 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

13.12 Facsimile and Telex Equipment The Derrick Lay Barge (DLB) shall be equipped with facsimile and telex

equipment capable of transmission of documents to/from COMPANY's, CONTRACTOR's, CONTRACTOR's Technical Services offices.

This equipment should be operated on independent telephone line.

COMPANY shall be afforded use of these facilities free of charge. 13.13 Weather Monitoring Equipment The barge shall be equipped with a direct and graphical read out recorders for

wind force and direction, barge pitch, roll and heave, current meter shall also be provided to measure ocean current a 6 hour intervals.

14.0 HELIDECK

A helideck suitable for the operation of PUMA and Sikorsky S61N helicopters shall be provided with a minimum of 2 personnel fully trained as helicopter landing officers (HLO) and a trained fire fighting crew of 3 minimum onboard the Derrick Lay Barge (DLB) at all times. The helideck is defined as a high frequency landing helideck and hence it shall fully comply with the provisions of COMPANY specification. No refueling facilities will be required and the use of timber in lieu of the helideck rope net will not be allowed. CONTRACTOR shall provide the latest helideck aviation approval certificate from Local Regulatory body (Dit Jen HUBUD).

15.0 ACCOMMODATION

The accommodation area shall be a permanent type, (portacabins will not be allowed) and shall be able to accommodate a minimum of 260 CONTRACTOR personnel plus a maximum of 20 COMPANY personnel.

15.1 Muslim Prayer Room (SURAU)

There shall be a Muslim prayer room (Surau) to allow Muslim to pray in a quiet environment. The prayer room shall be large enough to accommodate the needs, and shall be equipped with the required amenities (e.g. carpets, prayer mat, compass).

15.2 Restrictions

(a) There shall be no direct communication between the accommodation spaces and any chain locker, stowage, or machinery space, except through solid, close-fitted doors or hatches.

(b) No access, vent, or sounding tube from a fuel or oil tank may open into

any accommodation space, except that access and sounding tubes may open into any accommodation space, except that access and sounding tubes may open into corridors, provided they are air tight sealed closed when not in use.

15.3 Construction of Accommodation Spaces

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 25 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

(a) Each sleeping, mess recreational, or hospital (sick bay) space that is adjacent to or immediately above stowage, or machinery space, paint locker, drying room, washroom, toilet space, or other odor source must be made odor proof.

(b) Each accommodation space that is adjacent to or immediately above a

galley, machinery space, machinery casing, boiler room, or other noise or heat source, must be protected from the heat and noise. The maximum allowable temperature/noise level within accommodation spaces shall be 25ºC/55dB respectively.

(c) Where the shell or an unsheathed weather deck forms a boundary of an

accommodation space, the shell or deck must have a covering that prevents the formation of moisture.

(d) The bulkheads and deck heads of each accommodation space must be

a light color. (e) Each accommodation space in which water may accumulate must have

a drain scupper located in the lowest part of the space, considering the average trim of the barge.

(f) Each public toilet space must be constructed and located so that its odor

do not readily enter any sleeping, mess, recreational, or hospital (sick bay) space.

(g) Corridors, escape routes and other passages shall comply with the rules

of reputable classification societies, and shall have luminous directional arrows at low levels.

15.4 Arrangement of Sleeping Spaces To the extent practicable, crew from the same shift should be berthed together

in sleeping spaces arranged to minimize disturbance created by personnel leaving for or arriving from a working period.

15.5 Size of Sleeping Spaces for CONTRACTOR Personnel

(a) No sleeping space shall berth more than four persons. (b) Without deducting any equipment used by the occupants, each sleeping

space shall have for each occupant:- (i) 2.8 square meters (approximately 30 sq. ft) of deck area and (ii) 6 cubic meters of volume.

(c) Each sleeping space shall have at least 191 centimeters (approximately) 6 ft 3 inches) of headroom over clear deck areas.

15.6 Berths and Locker

(a) Each sleeping space shall have a separate and dedicated berth for each

occupant, i.e. no "hot bedding" shall be allowed. (b) No more than one berth shall be placed over another. (c) Each berth shall have a framework of hard, smooth, material that is not

likely to corrode or harbor vermin.

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 26 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

(d) Each berth shall be at least 76 centimeters (approximately 30 inches) wide by 193 centimeters (approximately 76 inches) long.

(f) Adjacent berth shall be separated by a partition that extends at least 46

centimeters (approximately 18 inches) above the sleeping surface. (g) The bottom of a lower berth shall be at least 30 centimeters

(approximately 12 inches) above the deck. (h) The bottom of an upper berth shall be at least 76 centimeters

(approximately 2 feet 6 inches) from the bottom of the berth below it and from the deck or any pipe, ventilating duct, or other overhead installation.

(i) Each berth shall have a berth light, a foam mattress of at least 6 inch

thickness, 2 pillows, at least 1 pc of blanket and a duvet. (j) Each occupant of a sleeping space shall have a readily accessible locker

of hard, smooth material. (k) Each locker shall be at least 0.194 square meters (approximately 300

square inches) in cross section and 1.53 meters (approximately 60 inches) high.

(l) Berths and lockers shall be constructed from non-combustible material. (m) All bunks other than single occupancy shall be provided with curtains.

15.7 Wash Spaces, Toilet Spaces and Shower Spaces

(a) For the purposes of this section:-

(i) "Private Facility" means a toilet, washing or shower space that is

accessible only from one single or double occupancy sleeping spaces.

(ii) "Semi-Private Facility” means a toilet, washing or shower space that is accessible from no more than two adjoining cabins; and

(iii) "Public Facility" means a toilet, washing or shower space that is not private or semi private.

(b) Each private facility shall have one toilet, one shower and one wash

basin, all of which may be in a single space. (c) Each semi-private facility shall have at least one toilet and one shower,

which may be in a single space. (d) Each room adjoining a semi-private facility shall have a washbasin if a

washbasin is not installed in a semi-private facility (e) Each unit shall have enough public facilities to provide at least one toilet,

one shower and one wash basin for each six persons who occupy sleeping space that is serves.

(f) Urinals may be installed in toilet rooms, but no toilet required in this

section shall be replaced by a urinal. (g) Each public toilet space and washing space shall be convenient to the

sleeping space that is serves.

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 27 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

(h) No public facility shall open into any sleeping space. (i) Each washbasin, shower and bathtub shall have hot and cold running

water. (j) Adjacent toilets shall be separated by a partition that is open at the top

and bottom for ventilation and cleaning. (k) Public toilet facilities and shower facilities shall be in separate rooms. (l) Each public facility that is a toilet space shall have at least one

washbasin unless the only access to the toilet space is through a washing space.

(m) Each washing space and toilet space shall be constructed and arranged

that it can be kept in a clean and sanitary condition and the plumbing and mechanical appliances kept in good working order.

(n) Washbasin may be located in sleeping space. (o) Toilet bowls shall be a mixture of Asian Type and sit-on (i.e. Western)

type. (p) All public and private facilities shall have good forced ventilation system.

15.8 Air Conditioning The accommodation and office spaces on board the barge shall be fully and

centrally air-conditioned. No window type air conditioners within permanent structure of the barge shall be permitted.

15.9 Operations Conference Room One operation/conference room suitable for a meeting of 12 people shall be

provided complete with fitted tables, chairs and lockers. This room should be fitted with PA, telephone, one(1) unti of latest Laptop (included authentic software installed, minimum Microsoft Office Application, Microsoft Window 7), LCD projector and screen, DVD players and 40" LCD TV

15.10 Catering

(1) Galley

CONTRACTOR shall provide a galley both to be well equipped to a good modern standard and capable of providing daily meals on a 24-hour basis for the vessels full complement of men. The galley shall be for the preparation of halal Muslim food only and by Muslim chef/cooks. The equipment, utensils, crockery and cutlery used shall be of good standards. Prior to each interim/mobilization, CONTRACTOR shall perform cleansing on above equipment/utensils in accordance with the Muslim practice and be certified by an acknowledge Islamic Body. There shall be no non-halal food onboard the Derrick Lay Barge (DLB) at all times. HALAL certificate from authorize and recognize Islamic body in food preparation and etc. shall be place at the galley at all time.

(2) Mess Room

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 28 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

The Derrick Lay Barge (DLB) shall have one (1) large mess room to accommodate half the total number of persons on board at one time. The mess shall be installed with all modern amenities to include ice and ice cream making machine, coffee/tea making machine, juice fountains, toasters and refrigerators.

CONTRACTOR shall ensure the room be kept clean and tidy at all time. Only personnel with clean attire are allowed in the mess room.

CONTRACTOR shall provide full hotel and catering services, to cover 24 hour working, the shift periods of work will vary for various categories e.g. 0600 to 1800, 1800 to 0600, 1200 to 2400 and 2400 to 1200, these services shall include:

(a) A varied menu of quality Asian and Western food shall be served at

all meal times. The quality and quantity of food served shall be to the satisfaction of COMPANY. No consumed food or left overs from one meal time shall be served at a later meal time. All food shall be freshly prepared.

(b) Video screening 4 times a day in video room, also to be relayed to

rooms with television, HSE films to be shown on a regular basis. (c) Book and video library with books and videos in English shall be

provided. (d) Shop to sell cigarettes, toilet requisites, stationery, sundry items,

envelope, stamps, etc. (Strictly no alcohol) shall be operated by CONTRACTOR at reasonable prices.

(e) A regular supply of and several copies of up-to-date local and

international newspapers and magazines shall be provided.

(f) Laundry service for all personnel. (3) Refrigeration and Provision Store

Refrigeration and provisions store shall be capable of affording a minimum of 31 days endurance with a full marine and construction crew and COMPANY personnel on board.

(4) Linen and Laundry

(a) Laundry facilities with same day laundry service for all personnel on board are to be provided.

(b) The vessel must have enough equipment and space to provide 24-

hour clothes drying service for all personnel on board. (c) CONTRACTOR shall provide the following linen and cleaning

services for all personnel on board:

(i) Clean bedding linen (two flat sheets, one pillow case, one or more blankets) to be changed at least once weekly when soiled or when a new occupant has been assigned to that birth.

(ii) Provide and clean bath towels daily. (2 towels per person). (iii) Clean all accommodation and office rooms at least twice daily.

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 29 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

(iv) Provide adequate toilet rolls and soap to all toilet/shower facilities.

(5) Recreation Facilities

A video room with fifty (50) men seating capacity with 50" (min.) television with satellite channel network and DVD. Two recreation rooms one for the work force, minimum 36sq. m and one for supervisory personnel, minimum 24sq. m, each with easy chairs and coffee tables with games (chess, backgammon, cards, darts etc.), and a large industrial coffee urn/machine. These rooms are to be separated from the video room. The larger recreation room shall be equipped to function as a lecture room, as minimum a large notice board and large whiteboard will be supplied. Book, VCD and DVD library in Malay, Thai, Myanmar and English shall be provided. A regular supply of and several copies of up-to-date local and international newspapers and magazines shall be provided.

A separate air conditioned room equipped with exercise and weight lifting equipment shall be provided. Weight lifting equipment shall be fixed weight type (e.g. universal gym). This exercise room shall be able to accommodate at least 5 men comfortably.

15.11 Hospital (Sick Bay) A hospital (sick bay) space shall be provided as specified under international

regulation.

Each hospital (sick bay) space must be suitably separated from other spaces. No sick bay space may be used for any other purpose, when used for care of the sick. Entrance to each sick bay space must be wide enough and arranged to readily admit a person on a stretcher. Each berth in a sick bay space must be made of metal. Each upper berth must be hinged and arranged so that it can be secured clear of the lower berth. Each sick bay space must have at least one berth that is accessible from both sides. Each sick bay space must have a toilet, washbasin and bathtub or shower accessible from the sick bay space. Each sick bay space must have lockers, table and seats

Each sick bay space must have one berth for every 50 persons or portion thereof on board, who are not berthed in single occupancy rooms, but the number of berths need not exceed two (2). Medical Supplies and Equipment

CONTRACTOR shall provide all medical supplies as specified in PART 7 SPECIFICATIONS. CONTRACTOR shall ensure that minimum quantities of medical supplies are always onboard by regularly replenishing those supplies which are either used or expired.

15.12 Incinerator and Compactor The Derrick/barge shall be equipped with an incinerator of sufficient capacity to

dispose of the total combustible waste generated by the barge. This incinerator shall be installed to the requirements of the classification society and located in a suitable area. A compactor shall be supplied to compact non-combustible

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 30 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

waste to be returned to shore in COMPANY approved metal rubbish skips at regular intervals.

Only food wastes, described as any spoilt or unspoiled victual substances such

as fruits, vegetables, dairy products, poultry, meat products, food scraps, food particles and all other materials contaminated by such wastes generated in the galley an dining areas, may be disposed into the sea but only after passing through a grinder and 25mm sieve which shall be supplied by CONTRACTOR.

15.13 Central Engine Control Room

The barge shall be equipped with an air conditioned central engine control room with sufficient insulation to reduce the noise level to acceptable levels.

The central engine control room shall be set up to monitor the operations of the following barge facilities:

- barge generators and electrical supply system - water makers - boilers (if any) - vessel propulsion system (for self-propelled vessel) - freshwater supply system - air-conditioning system

An alarm system shall be provided in the main machinery control system giving audible and visual indication of any fault requiring attention. A safety system shall be provided to ensure that serious malfunction in machinery which presents an immediate danger, should initiate the shutdown.

16.0 OFFICE, FACILITIES AND SERVICES FOR COMPANY PE RSONNEL

16.1 Accommodation

CONTRACTOR shall provide the following centrally air conditioned accommodation for COMPANY personnel.

(i) One (1) single room with attached private facilities, as described in Clause 15.7

a (1) for the COMPANY Company Site Representative (CSR.). The room shall have the following furniture facilities:

� one working desk with drawers and table lamp � one executive desk chair � sofa and coffee table � refrigerator � 32" colour TV complete with Cable TV and CD/VCD/DVD Player � Hi-fi set with radio, cassette and CD/VCD/DVD � intercom/PA system. � a single bed � a single seater sofa or easy chair � a closet for personnel effects � 240V 50/60Hz power mains

(ii) Ten (10) two (2) man rooms with semi private facilities as described in Clause 15.7(a) with the following furniture:

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 31 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

� two (2) sleeping berths (one of which may be placed over the other subject to at least 3' - 0" vertical clearance between the two berths). � two (2) desks with drawers and table lamp � two (2) executive chairs � two (2) single seaters sofas or easy chairs. � two closet for personnel effects � 240V 50/60Hz power mains. � Refrigerator

Four (4) of these ten rooms shall each have 32" color TV and DVD Player installed.

Note: COMPANY will not accept rooms other than those specified

hereinabove. All rooms specified above shall be located adjacent to each other on the same level.

All COMPANY accommodation shall be to a standard that satisfies COMPANY. CONTRACTOR shall undertake to upgrade all rooms designated to COMPANY prior to all mobilizations to the satisfaction of COMPANY and at no additional cost to the CONTRACT.

CONTRACTOR shall extend all laundry and stewardship services to COMPANY. All COMPANY accommodation and offices shall be cleaned daily.

16.2 Offices

Contractor shall provide the following offices for COMPANY's exclusive use: The office shall be located with effective view of the WORK in progress (i.e. facing deck). Each office shall be fully air conditioned with dimensions of at least 5m x 5m and shall be located adjacent to each other.

1. CSR/Engineer's Office

A suitable office with a window overlooking the main barge deck shall be assigned to COMPANY’s engineer. It shall, as a minimum, contain the following equipment/furniture:

� 4 executives desk with drawers and executive chair � 2 work desks, 2 visitor chairs � A4 file shelves (at least 30 feet cumulative length) � 1 refrigerator, 1 coffee machine c/w coffee table � Intercom/PA � Shipmate RS 8000 VHF radio (minimum six channels) � Whiteboard � Clock + barometer � 240V 50/60 Hz mains (minimum 6 nos.) � Hi-fi Set with radio, cassette and CD/VCD/DVD � ROV and Diver’s camera with voice link � 1 photocopy machine (up to A3 size) with auto feed � 1 steel cabinet (4 drawer type) � 2 Book/File shelves � 1 facsimile machine with a dedicated line � 1 dedicated telephone phone and line � 1 set of Multimedia personal computer (PC), internet-ready, with the

following specifications as a minimum: � Intel Pentium Dual Core Processor 2.4 GHz or latest � 4 GB RAM, 500 GB Hard disk � Preinstalled Microsoft Windows latest version

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 32 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

� Preinstalled Lotus SmartSuite latest version Preinstalled Microsoft Office latest version

� Branded VDSL High Speed/data modem � One Laserjet color printer � A4 size Color Scanner with Optical Resolution 2400 dpi (3-in-1 color

printer, scanner & fax machine is acceptable) For pipelay barge:

o Minimum 4 units of 14” CCTV monitors for viewing the welding stations; line-up station, root/hot pass, welding station, x-ray station and field joint station.

o ROV monitor with voice link

o Diving monitor with voice link

o Back End Roller monitor with voice link

The walkie-talkies provided shall be compatible with all channels (frequencies) used by CONTRACTOR to allow COMPANY to monitor the WORK. � One (1) Digital Video Camera complete with all accessories,

three (3) (90 minutes) video media cassette per project, batteries (plus 1 spare minimum 2 hours battery) and a spare 32 GB memory stick.

� One (1) Digital Camera with minimum 15 mega pixels capture

capabilities complete with accessories, memory sticks (10 GB min) and one spare batteries

� 32” TV with Cable TV and CD/VCD/DVD Player

2. COMPANY Inspector Office

� Three (3) desks with drawers and three (3) executive chairs � Two (2) book shelves � Two (2) drawing racks � One (1) drawing table � Intercom/PA � Coffee machine and refrigerator � White board � 240v 50/60 Hz mains (min. 6 nos.) � 2 steel cabinet (4 drawer type) � 1 set of Multimedia personal computer (PC), internet-ready, with the

following specifications as a minimum: � Intel Pentium Dual Core Processor 2.4 GHz or latest � 4 GB RAM, 500 GB Hard disk � Preinstalled Microsoft Windows latest version � Preinstalled Lotus SmartSuite latest version � Preinstalled Microsoft Office latest version � Branded VDSL High Speed/data modem � One LaserJet color printer This office shall be located near to the CSR/Engineer's Office.

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 33 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

16.3 Facilities and Services for COMPANY Personnel

CONTRACTOR shall provide the following facilities and services for COMPANY personnel on board the derrick vessel

• All meals for COMPANY personnel staying on board and for visiting

COMPANY personnel or their guests.

• A recreational room dedicated only to COMPANY personnel equipped with 25" CTV, Cable TV and CD/VCD/DVD Player, Hi Fi Stereo c/w cassette and CD/VCD/DVD player, refrigerator, coffee maker, dart board, carom set, video games and sofas to seat at least eight persons. This room shall be at least 6m X 6m in size. Regular supply of up-to-date newspapers (local, national and international) shall be provided exclusive for COMPANY use.

• First aid and medical attention from barge medic shall be made

available to COMPANY personnel or their guests at any time. • Stationery shall be provided for COMPANY use including dry cell

battery of any size.

17.0 ELECTRONIC POSITIONING SYSTEM

CONTRACTOR shall provide and operate an electronic positioning system onboard the Derrick Lay Barge (DLB) spread principally for:

(i) Monitoring, controlling and positioning of construction vessel's position, and of

the construction vessel's anchors and anchor's handler's position. (ii) Positioning and surveying of new substructures. (iii) General navigation.

The primary system shall be the QC Differential GPS multiple reference station, with one Network Control Center with minimum of two reference station. The distance between reference station and mobile receivers is kept operationally feasible preferably less than 500km and not more than 1000km. The main system for the positioning and navigation system shall be set-up and operated on the Derrick Lay Barge (DLB). Both anchor handling tugs (AHTs) shall be set-up with computer system incorporated with Tug Management System (TMS), remote control from the construction barge using radio wave transmission with minimum working distance 15km apart through the operation, to fix position of anchors in relation to existing facilities. The system shall be able to track the mobile unit on real time with DGPS accuracy and provides continuous position of all mobile units. The position shall be updated and display on navigation computer not more than 3 seconds. The proposed system shall be able to display on a colour video monitor, the real-time positions of the Derrick Lay Barge (DLB), anchor handling tugs, all proposed and as-laid anchors and anchor cables, existing structures/pipelines/facilities, online seabed information for AHT. The system must be able to track more than one USBL beacon at one time, online parachutes buoy position, online QC analysis for final jacket position, intended barge heading during the curve section and online calculated final joint.

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 34 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

Sufficient number of the colour monitors, each of minimum 17" size, shall be installed on the control tower, surveyor's office onboard the Derrick Lay Barge (DLB) and on the bridges of both anchor handling tugs. A medium frequency Long Base Line (LBL) acoustic positioning system with capability of underwater tracking of three-time water depth with accuracy of 2% of the slant distance shall be installed in the event that a structure has to be placed in the vicinity of on already laid-down pipeline end(s).

Hard-copy plotter shall also be provided on the Derrick Lay Barge (DLB) to enable printouts of as-laid against proposed positions of vessels, facilities and anchor patterns etc. A scanning sonar system shall be installed to monitor the adjacent pipeline. The system shall include a portable gyro compass with absolute direction direction accuracy +/- 0.75O (dynamic) digital display 0.1O to determine the barge heading and fluxgate compass for AHTs An approved short-range calibrated Electronic Distance Measurer (EDM) complete with prism and 10” Theodolite. Auto level complete with two aluminium staff, staff bubble and steel tape.

Automated water level reading. A hard-copy plotter shall also be provided on the Derrick Lay Barge (DLB) to enable printout online/offline of as laid against proposed positions of vessels, facilities and anchor pattern etc. Such plotter shall be capable of producing color plots on an A3 sized paper. The hardware component system shall include 2.4Ghz processor, 4 GB RAM, industry standard multi tasking Windows, must be able to interface to all instrument sensors, 500 GB storage media space and continuous paper feed printers. Approved (licences) navigation software. CONTRACTOR shall provide full details of the proposed electronic positioning system to COMPANY at least four (4) weeks before any mobilization or interim mobilization.

18.0 PRE AND POST INSTALLATION SURVEY EQUIPMENT.

CONTRACTOR shall provide all survey equipment as outlined in SES 95.3 - Positioning and Geophysical Survey Procedures for offshore engineering works. CONTRACTOR is responsible for ensuring all survey equipment are in good working condition and CONTRACTOR shall ensure adequate spares and back-up are available in the SPREAD at all times to enable uninterrupted survey operations to be carried out. CONTRACTOR shall also be responsible for carrying out regular, calibrations of all its equipment.

CONTRACTOR shall provide the following survey equipment as a minimum:

� Dual Frequency Echo Sounder � Dual Frequency Side Scan Sonar � High resolution shallow seismic reflection � Gyro Compass

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 35 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

� Acoustic Tracking System � Approved (licensed) navigation software � Data processing equipment including plotter � Remote Operated Vehicle (ROV)

19.0 SCAFFOLDINGS

CONTRACTORS shall provide sufficient scaffolding material for safe means of access during installation of structures. All scaffolding material, erection, maintenance and inspection shall comply with COMPANY's requirements and Exhibit IX. Transfer of scaffolding material shall be in steel half-containers. CONTRACTOR shall provide minimum 2 nos. of these half-containers for any transfer of scaffold material at the WORKSITE. Transfer of scaffold tubes or boards in open bundles will NOT be allowed. CONTRACTOR shall provide sufficient scafftags for use at the WORKSITE.

20.0 RIGGING AND SLING MATERIAL CONTRACTOR shall provide sufficient rigging and sling material for the safe means

of lifting, tie-down or hold-back purposes.

All slings and shackles shall comply with COMPANY's Procedure/Specification for the Registration, Inspection and Maintenance of slings and other Lifting Shackles. CONTRACTOR shall follow COMPANY color code for any lifting procedure during any lifting work at offshore.

21.0 GANGWAY

CONTRACTOR shall provide one (1) nos. of gangway for access between vessel and platform. The gangway shall be 60 ft length (min) by 6 ft width (min) and of sufficient robust design to safely support and impact load of 500 kg being lowered quickly by a deck crane. The gangway shall be designed with a fixed end for the platform side, and a roller or sliding-end for the vessel side.

The gangway shall be subjected to a minimum three-monthly inspection during which the lifting padeyes shall be subjected to an MPI test. The gangway should be installed with facilities to support oxy-acetylene, welding and electrical cables. These should be supported away from the gangway floor grating in order to avoid any tripping or stepping hazards. In addition, a second (back-up) gangway shall be provided onboard the construction vessel.

22.0 DIVING EQUIPMENT

22.1 Surface/Air Diving Equipment

CONTRACTOR shall provide one set of surface/air diving spread; it shall conform to the specifications, described herein. The Surface Diving Systems shall include sufficient deck decompression chambers, compressors, communication sets, umbilical supplied breathing apparatus, power generators, diver's equipment including the fully enclosed suits, work boat fully plumbed for support surface diving operations, and the like, to adequately support surface diving operations to 50 MSW.

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 36 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

22.1.1. Containerized Deck Decompression Chamber The EQUIPMENT shall consist of a double-lock air compression

chamber with a minimum internal diameter of 60 inches and a medical lock on the inner chamber. General specifications are to be in accordance with Operating PETRONAS Diving Procedure 5.1.5. - Diving Operations. The chamber and its control panel are to be secured in an air-conditioned container. The container is plumbed so that independent air diving operations may be supervised from it. It should be fitted with lifting arrangements and have its own tested and certified slings. In addition, it shall be provided with independent power generation sufficient for detached diving operations for the whole element.

22.1.2 Diver Launching/Recovery System Complete with Handling Frame The system shall comprise an open bell/cage complete with

emergency gas supplies, communication, lighting, umbilicals etc. and a handling frame with lifting wire and manrated tugger. The system as a whole shall be tested and certified in accordance with PETRONAS Diving Procedure, Operating Procedure 5.1.5 - Diving Operations.

22.1.3 Divers Personal equipment, sufficient sets to support the number of

divers required as a minimum by COMPANY as detailed in item 8.0 consisting of the following: � Suits. � Boots � Gloves � Weight belts including weights � Fins (spare straps) � Knives (spare straps) � Torches - batteries � Bailout bottles plus whips - regulators � Masks KMB 17 + spares � Contents gauges � Depth gauge � Divers harnesses � Helmet mounted TV camera � Canoe hats

The TV camera shall be new and able to offer high resolution color picture with good light sensitivity and voice link and variable lighting control. The TV camera (C) is to be suitable for general observation and inspection of tasks carried cut by diver to 150 meters of water and shall be used in all types of diving operation. The camera shall be fitted with auto iris and focus can be controlled by surface control unit.

22.1.4 HP Compressor

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 37 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

The compressor shall be suitable for providing breathable air to divers with minimum working pressure of 3000 psig at 750 cfm.

The compressor is preferably be of electrical driven type and shall be

in good working condition. 22.1.5 LP Compressor The compressor shall be suitable for providing breathable air to divers

with a minimum working pressure of 200 psig at 125 cfm. The compressor is preferably be of electrical driven type and shall be

in good working condition. 22.1.6 LP-GP Compressor The compressor shall be suitable for providing air for work equipment

on deck e.g. dries grit blaster, tugger/winch etc. with minimum working pressure of 300 psig at 750 cfm. The compressor shall be provided in good working condition.

22.1.7 Diver Timing-depth Recorder The diver timing depth recorder shall be 'SAT' system or equivalent

and shall be based on IBM-PC/AT or compatible with 101-keyboard, EGA monitor, X-Y plotter and sensors for depth and temperature and suitable for diving operation up to 50 meters of depth. The system shall be complimented with 2.4 GHz Dual Core Processor, 4 GB RAM , and 500 GB hard-disk. In addition, the system shall be suitable for offshore operations in tropical climate and shall comply with the followings:-

1. Minimum 0.1% depth resolution 2. Minimum 200% safe overload pressure 3. Sensors with internal rechargeable batteries 4. User friendly software with pre-formatted dive sheet

22.1.8 Diver's Boat The boat should be able to carry a coxswain, diving tender, diving

supervisor and 2 fully equipped divers complete with air banks, umbilicals, walkie-talkie, dive control panel and diver's communication. It shall be of GRP/Aluminum construction with rigid hull of not more that 6 meter in length and equipped with two (2) 50 HP outboard engines with steering panel. The outboard engines shall be fitted with propeller guards. A launching/recovery for all weather operations is required.

In addition, a mast of suitable height shall be fitted to accommodate

diving flag and lights, it is preferable that the boat has a frame with awning fitted.

22.2 Saturation Diving System

CONTRACTOR shall provide the saturation diving equipped spread as specified herein, onboard the Derrick Lay Barge (DLB).

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 38 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

The system shall be a 6-man Saturation Diving System rated to 1000 FSW, and Classed by IACS. The system comprises tow (2) double lock DDC's two (2) man SDC and a six (6) man. Hyperbaric Evacuation facility. All associated equipment is to be provided and shall include; SDC Control Room, Saturation Control Room, SDC launching system, SDC umbilical and winch, SDC liftwire winch complete with pressure lubrication system, SDC heave compensation (preferably), guide wire system and winch, environment control, hot water units, Gas Miser or equivalent diver Gas Recovery System, gas distribution system, gas storage for 12,000 cubic meters, compressors and communications. The system shall be capable of air diving mode. It is advantageous that a cross-haul facility be available. The systems shall be suitable for operation in a tropical climate.

22.2.1 2-man SDC

The SDC shall have a minimum volume of 3.0 cu. meters and fitted with all necessary fittings and equipments necessary for safe diving operations. Contractor to propose details, as follows:

SDC Equipment � 1 X 29 meter Diver umbilicals � 1 X 31 meter diver umbilicals � 2 Emergency respirators � 2 Survival Suits � 2 Luciole strobes � Emergency bell tool kit � Huskey wire cutters � 2 internal oxygen bell analysers � Bell Draeger kit (pumps tubes) � First aid bell kit � Charging whips

22.2.2. 6 Man DDC Complex

The DDC shall have an internal diameter of not less than 2 meters, fitted with necessary fittings and equipments, complimented with transfer under pressure chambers for SDC and hyperbaric evacuation and sanitary facilities.

It is preferable that the complex be fitted with internal and external firefighting capabilities.

CONTRACTOR to propose details.

22.2.3 Hyperbaric Evacuation Facilities

CONTRACTOR shall provide Hyperbaric Evacuation facilities for the evacuation of all divers under saturation from the vessel.

Such facilities can be in the form of a Hyperbaric lifeboat which shall be totally enclosed motor-propelled. Alternatively, CONTRACTOR may propose a non-propelled Hyperbaric Rescue Chamber (HRC). In either case, there shall be sufficient gas onboard for life support.

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 39 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

The Hyperbaric Evacuation facilities shall be mated (connected) to the DDC complex at all times and in a state of readiness. The SDC mentioned hereinabove shall not be utilized as a hyperbaric evacuation chamber. The hyperbaric evacuation facilities proposed shall have both primary and secondary methods of launching. It shall also be capable of self-launching.

Contractor to propose full details of said facilities.

22.2.4 Environmental Control System The system shall comprise of a minimum of three (3) independent

units. In, addition, two (2) gas transfer pumps shall be available to transfer bulk supplies of oxygen, helium or mixed gases to pump down small amount of gases left in storage cylinders. It must be design for safe operations with oxygen.

22.2.5 Diving Gas Reclamation System The CONTRACTOR shall supply a complete Helium diving gas

reclamation system onboard the Derrick Lay Barge (DLB). The system shall be capable of reclaiming 80% of the diver's gas.

22.2.6 Gas Storage Facility Shall be preferably below deck with a minimum storage capacity of

12,000 cubic meters of gas, fitted with gauges, gas transfer facility and safety equipment as necessary e.g. oxygen high/low alarm, heat sensors, breathing apparatus, fire suppression system.

22.2.7 Divers Personal Equipments

As per 21.1.3 but also including:- � Hot water suit � Under suit � Boots � Gloves (hot water) � Gas reclaim band masks

22.2.8 Monitoring Equipment

CONTRACTOR to propose, in line with PETRONAS Diving Procedure.

22.3 Remotely Operated Vehicle (ROV) System

CONTRACTOR shall provide one (1) totally independent units of Remotely Operated Vehicle (ROV) as specified herein, onboard the Derrick Lay Barge (DLB) with adequate spares. The ROV shall be suitable for offshore construction support and shall be capable of working at varying water depth and output of 100 hp minimum. The ROV system shall be operated from the Derrick Lay Barge (DLB) with one handling system, control van, workshop, power generator etc. The ROV

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 40 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

system shall be capable of operating in up to 3 kts of current for 24 hrs continuous operation. It shall also have:

22.3.1 Tether management system, with 100m tether.

22.3.2 The TV system shall incorporate a time recorder and alpha numeric

generator for displaying date/time/location/CP reading/heading and interface with surface barge positioning system with continuous display on monitor and video recording with voice link.

22.3.3 Color imaging sonar - preferably mesotech, minimum range 500m. 22.3.4 1 X 7 function manipulator and 1 X 5 function manipulator. 22.3.5 Underwater T.V. System with a minimum capability to take color.

SIT black and white video, still photography through the same camera (TVP type). The camera features must include remote adjustment of focus and aperture settings and a data chamber giving full alphanumeric information. An adequate number of cameras (min 2) should be provided with the underwater T.V. system.

The underwater TV system shall be compatible with Super VHS PAL standard video recording facility and Super VHS PAL Standard video copying facilities to transfer Super VHS to standard VHS.

The recording facility shall be capable of parallel recording (simultaneous).

22.3.6 Platform holding attachment frame with holding/pad suitable for

underwater pile driving observations. 22.3.7 Power generator to ensure independent power supplies to all ROV

EQUIPMENT supplied under the CONTRACT. 22.3.8 Spares as necessary. 22.3.9 Safety systems i.e. ground fault indicator, ELCB, isolating

transformer and guard. 22.3.10 Short base line tracking system which shall be compatible with the

Derrick Lay Barge (DLB) positioning system and capable of producing input signals to a universal interface of the barge navigation system.

22.3.11 Underwater cable cutter for cable up to 2 1/2 inch diameter. 22.3.12 Auto altitute/auto position to ensure the ROV maintain itself in a

steady and constant position to observe pile driving and pile blowcounts.

CONTRACTOR to propose full details of the aforesaid equipment.

23.0 NDT EQUIPMENT

CONTRACTOR shall provide the following NDT equipment as minimum onboard the Derrick Lay Barge (DLB):

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 41 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

(a) Ultra-sonic equipment (UT equipment) (b) magnetic particle equipment (MPI equipment) (c) Dye penetrant equipment (d) Radiation meter (e) Set paint inspection equipment. (f) Radiographic Test Facilities and Equipment All NDT consumables, calibration blocks and equipment shall be provided by CONTRACTOR.

24.0 STORES

24.1 Fabrication/Welding Shop

A fabrication /welding shop with adequate weather protection located on main deck approx. 15 m (30 ft) long 4.5 (15 ft) wide 3 m (10 ft) high with a monorail over the entire length with minimum 5 ton lifting capability , and storage facility above for EQUIPMENT such as scaffolding with approx. weight 20 tons. The shop shall be supplied with compressed air.

24.2 Storage for COMPANY Supplied MATERIALS

The following storage facilities shall be provided by CONTRACTOR if required by COMPANY.

(a) The Derrick Lay Barge (DLB) shall have an enclosed, storage area for

COMPANY Supplied Materials. The store should be a minimum of 9m (30 ft) long X 4.5m (10 ft) high and may be located above or below decks. The store must have adequate shelving for proper storage of the materials.

(b) Deck storage capability for COMPANY supplied MATERIALS shall also

be provided. Such MATERIAL may be shiploose materials for installation or for hook-up and commissioning by others.

CONTRACTOR, in addition to provide deck storage space for said

MATERIALS shall also handle same at no additional cost to COMPANY. Such handling shall include, but not be limited to, removal from/to

transportation vessel and transferring to/from deck storage area, removal from/to transportation vessel or deck storage area to/from offshore platform, etc.

(c) An office adjacent to the storage area shall be available for the

MATERIALS controller to operate a filing system for COMPANY materials.

24.3 Paint Store

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 42 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

Above or below deck storage (area of approx. 6m (20 ft) x 3m (10 ft) X 4.5m (15 ft) high with security gates, shelving, forced ventilation, fire protected with CO2 flooding system and temperature control for storage of paints.

24.4 Blasting Area

The Derrick Lay Barge (DLB) may occasionally require an area of approximately 15m (50 ft) X 6m (20 ft) screened off from the main deck for blasting and painting, the screening shall be of adequate quality to prevent grit blowing across the rest of the vessel.

24.5 Workshop Below deck workshop area 20' X 20' minimum for housing of lathes, pillar drill,

threading machine, grinders, shop to include workbench vices, tool lockers, filing system. Shop to have security gates and power supply 415V 3PH 50Hz. The following EQUIPMENT is recommended to be available in the workshop:

• Large screw threading/centre lathe 16" swing X 12 ft bed • Myford M7 or similar lathe • Pedestal grinder pillar drill up to 1" dia. • Air compressor for air driven tools • Comprehensive mechanical tool kit • Magnetic based dial test indicators • Coupling alignment kits • Reverse peripheral alignment equipment • Tap and die sets 3/16" to 1" UNC with tap nipple attachment • Abrasive wheel cutting saw • Electric powered hack saw (8" cutting capacity) • etc.

25.0 WEATHER MONITORING

25.1 Minimum requirements for offshore operations

The Barge must be able to ascertain, report and record the following for their offshore operations a) Wind speed and direction b) Sea state (significant wave height and period) c) Pitch (maximum up and down values over the proceeding 30 minute

period) about the true vertical axis and expressed in relation to the vessel’s head

d) Roll (maximum left and right roll over the proceeding 30 minute period) about the true vertical axis and expressed in relation to the vessel’s head

e) Heave (maximum heave over the over the proceeding 30 minute period)

25.2 Minimum requirements for helicopter landing

The Barge must be able to ascertain report and record the following for their helicopter landing areas in compliance with the SPECIFICATIONS. a) Wind speed and direction b) Air temperature c) Barometric pressure d) Visibility and cloud base and cloud cover

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 43 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

e) Sea state f) Pitch at the helideck location (maximum up and down values over the

proceeding 10 minute period) about the true vertical axis and expressed in relation to the vessel’s head

g) Roll at the helideck location (maximum left and right roll over the proceeding 10 minute period) about the true vertical axis and expressed in relation to the vessel’s head

h) Heave at the helideck location (maximum heave over the over the proceeding 10 minute period)

C. ANCHOR HANDLING TUG (AHT)

1.0 INTRODUCTION

This section shall be read in conjunction with the Petronas Technical Standards, PTS 20.109. All items as specified herein shall prevail in the event any conflict exists between these documents.

2.0 AGE

Age shall be no more than eight (8) years old.

3.0 CLASS, RULES AND REGULATIONS

The AHT shall be designed and constructed to the requirement of an internationally recognized classification society e.g. Lloyds, A.B.S., or D.N.V. CONTRACTOR shall ensure full compliance with Class, Rules, Regulation and the AZAS CABOTAGE that is implemented in Indonesia

In addition the AHT should comply with the following International regulations and recommendations. All AHT certificate, shall be valid at the time of commencement of the CONTRACT and shall be renewed in a timely manner. Details of the last and future required dry dockings shall be supplied.

(a) Possession of a manned loadline certificate, for an anchor handling tug unit is

required. As a minimum the AHT shall have a loadline certificate which bears no endorsements limiting operation and meets the following criteria:-

(i) Have been originally designed as an anchor handling tug and the

design must include all safety factors required for manned operation including bulkhead and hull plate thickness/construction.

(ii) Double bottoms are required to all machinery spaces and any below deck accommodation and, preferably, bulk compartments.

(iii) Double sides to all machinery spaces and any below deck accommodation, these wing tanks may be used for storage of either ballast or other liquids.

(iv) Side, bow and stern crash tanks. (v) An inclination experiment must be conducted by an approved third

party to determine the down flooding angle of the tug.

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 44 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

(vi) Accommodation shall be of permanent type, porta cabins will not be allowed.

(vii) Accommodation spaces shall be constructed of steel wall and deckhead, any coverings shall be of fire retardant materials.

(b) In addition, CONTRACTOR shall provide all required certification and

technical data details of the nominated barges. This shall include but not limited to: (i) SOLAS 1974/83 and all latest amendments for this type of vessel. (ii) International Convention of Loadline 1966. (iii) International Rules of Tonnage (both 1967 and 1969 Convention). (iv) Current anti-pollution regulations for type of vessel - DOT, IMO. and

MARPOL. (v) International Convention for Prevention of Pollution from Ships 1973,

along with 1978 protocol. (vi) International Regulations for Preventing Collisions at Sea 1972 with

subsequent amendments. (vii) Maritime Laws and Regulations at Myanmar. (viii) Nautical publications. The AHT shall carry adequate and up to date

charts, sailing directions, lists of lights, notices to mariners, tide table for all Myanmar locations and all other nautical publications necessary.

(ix) The AHT shall carry the latest edition of the International code of signals.

(x) A valid domestic shipping license shall be in force during performance of the work.

The CONTRACTOR and any SUBCONTRACTOR shall have proven experience of successfully operating this type of AHT in remote areas for a minimum period of three (3) years.

4.0 MODE OF OPERATION

The AHT shall be dedicated to operate with either Derrick Lay Barge (DLB) and shall remain therewith at all times during performance of the work. The tugs will run and retrieve all anchors, tow the barge between locations and carry out standby duties.

5.0 DRY DOCKING

The AHT shall have been recently dry docked to meet vessel classification requirement before commencing the CONTRACT to eliminate disruption to the works. The date of the next dry dock requirement shall be stated by the CONTRACTOR.

6.0 BASIC REQUIREMENT

The number of AHT and engine capacity required shall be in accordance with CONTRACT requirement.

6.1 Dimension

Length Overall : 40m. Beam, Molded : 10m Depth, Molded : 5m

6.2 Machinery

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 45 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

Propulsion System : Two (2) main engines each driving a separate propulsion system with controllable pitch propellers and kort nozzle type.

Bow Thruster : 6 tons thrust.

Generators : Two (2) independently driven generators with sufficient, power to supply the full required maximum load when running at 80% - 90% capacity.

One (1) emergency harbor generator with minimum capacity of 50% of the required maximum load. The emergency generator shall be fitted with auto start, auto synchronization and non-essential load shedding system facilities.

6.3 Minimum Towing / Anchor Handling

Bollard Pull : 80 ton. Propulsion : At least 2 main engines each driving a separate

propulsion system. Capstan : 2 x 5 tons minimum.

7.0 MOORING AND ANCHOR HANDLING

7.1 Mooring System A two point mooring system is required to allow safe mooring along side the

COMPANY's platforms when assisting with project work. All polypropylene mooring lines required for cargo barge handling and AHT

own mooring alongside the Derrick Lay Barge (DLB), are to be carried and maintained on board, including spares.

7.2 Anchor Handling Winches The AHT shall have the following towing and anchor handling winches; and

accessories:

(a) Towing Winch:

� minimum pull 100 tons � minimum brake capacity 315 tons � minimum ratchet capacity 315 tons

(b) Anchor Handling Winch:

� minimum pull 150 tons � minimum brake capacity 200 tons � minimum ratchet capacity 180 tons

(c) Capstan:

2 x 5 tones minimum

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 46 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

(d) Tugger Winch:

2 x 5 tones minimum

7.3 Anchor Wire Stoppers The AHT must be fitted with a remotely operated anchor wire-securing device

such as Triple Shark Jaw or equivalent. Such device shall be capable of handling wire of 1 1/4" to 30" diameter and Chain size of 2" to 3 1/4". Static load capacity: 100 tons (minimum). Pelican hooks shall not be used.

7.4 Towing The AHT which be used for towing the Derrick Lay Barge (DLB) shall be

capable of towing the Derrick Lay Barge (DLB) at a speed of 5 KTS in sea conditions of up to 5 feet swell and 2 feet seas.

7.5 Positioning System Positioning equipment shall be supplied on the bridge for laying anchor

patterns and assisting in navigation system. This equipment shall be linked/interfaced with Derrick Lay Barge (DLB) system.

8.0 COMMUNICATIONS AND NAVIGATION

8.1 Telecommunication Equipment

The AHT shall be fitted with radio equipment as specified below. These shall be capable of ship to ship and ship to shore two way communications. The following radios are to be provided onboard:-

(a) Communications Equipment to be provided by CONTRACTOR

The CONTRACTOR shall supply the mandatory communication

equipment required by SOLAS/IMO for the registration class of and country of origins of the supply/crew/tug/anchor handler/standby boat involved. This will either include or be additional to the equipment specified below:-

(b) HF-Back-up System

1 set of HF single side-band transceiver with 10 channels completely wired up for half duplex on USB operations, 125 watts PEP and AM mode for 2182 KHz only, microphone, including antenna coupler, whip antenna control and coaxial cables. Unit to be programmed to operate on the following frequencies:

Channel Transmit (KHz) Receive (KHz)

1 2182.00 2182.00 2 3882.50 3222.50 3 3838.50 3382.50 4 3782.50 3193.50 5 4028.50 4028.50 6 4393.10 4393.10

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 47 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

7 4400.00 4400.00 8 4512.60 4512.00 9 4613.00 4613.00 10 5468.00 4568.00

(c) International marine VHF Hague Plan Transceiver

1 set International Marine VHF Hague Plan transceiver. The radio is to be equipped with or guard receiver on channel 16. Transmitter RF output power 25 watts/2 watts selectable. Unit to be crystallized on the following VHF Maritime Hague Plan channels:-

6, 12, 14, 16, 18, 19, 20, 22, 24, 25, 27, 70, 72, 73.

(d) Walkie Talkie

The AHT shall have three (3) sets of walkie-talkies with multichannel facilities and compatible with the working channels of the Derrick Lay Barge (DLB).

(e) General

The COMPANY representative or its appointed delegate shall have access to the radio facilities.

Equipment provided by the CONTRACTOR is to be installed, commissioned and maintained by the CONTRACTOR. Inspection and acceptance tests of the complete system shall be performed by COMPANY.

CONTRACTOR supplied equipment must be type approved by Myanmar Regulation Body. CONTRACTOR is responsible for arranging licenses with VT as necessary.

8.2 Navigational Aids.

In addition to the standard navigation lights required, the following navigation equipment shall be provided to allow safe passage through and in between fields:-

(i) Search Lights

Min. 2 X 1500 watts, capable of 360º rotation c/w beam width variation

facility, search lights shall be fitted on top of the wheelhouse and controlled from maneuvering stands (forward and aft stands) inside wheelhouse).

(ii) Radars

2 X independently operated radars. Minimum range of 48 n.m. At least one (1) radar to be of 3cm type c/w reflection plotter facility.

(iii) Gyro compass

1 gyro compass plus at least one (1) repeater c/w azimuth mirror. 1 X repeater shall be fitted for aft maneuvering station.

(iv) Magnetic compass

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 48 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

1 wheelhouse top type magnetic compass with reflector in front of maneuvering stand in the wheelhouse.

(v) Automatic pilot

1 autopilot compatible with gyro compass.

(vi) Echo sunder 1 echo sounder with a repeater at the aft maneuvering stand.

(vii) Satellite navigator

(viii) Radio direction finder (ix) Additional Equipment

1 unit Sextant 1 unit Chronometer 1 unit Aldis Lamp c/w portable battery in a box 1 complete set of signal flags 1 unit Barometer 1 unit Thermometer 1 unit Anemometer

9.0 MANNING

The AHT crew shall as a minimum comprise :

2 Master 1 Chief Engineer 1 Bosun 1 Chief Officer 1 2nd Engineer 4 General Purpose Seaman 1 2nd Officer 1 Cook

The Master shall have at least 5 years experience in anchor handling operations and be in possession of a master foreign-going certificate of competency (or equivalent) which shall be other than a Liberian or Panamanian origin. The Chief Officer shall have at least 2 years equivalent experience.

10.0 DECK REQUIREMENTS

10.1 Clear Deck Space

The COMPANY requires a clear deck space of 3000 ft² with open stern and removable safety rails. All clear deck space shall be suitable for loading cargo and should therefore be sheathed with wood minimum 3" thick.

10.2 Stern Rollers

The AHT shall have a stern roller of minimum size 4m x 2m and capacity 200 tones suitable for all anchor handling operations.

11.0 POTABLE WATER STORAGE

Sufficient storage for a minimum of 31days.

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 49 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

12.0 SAFETY

12.1 Lifesaving

All life saving appliance to comply with SOLAS 1974/83 and amendments where applicable in addition to national regulations.

(a) Life-rafts

At least two (2) inflatable liferafts of approved marine type with manual and automatic hydrostatic release capable of carrying at least 200% of the registered crew and passenger allowance.

(b) Life-Jackets

One (1) lifejacket for each crewmember and passenger allowance plus at least six (6) spare.

(c) Life-buoys

Eight (8) lifebuoys of plastic type unaffected by atmospheric deterioration. All associated lines should be of corlene, minimum length 15 m (45 ft).

(d) Line Throwing Apparatus

To comply with SOLAS 1974/83 (e) Retro Reflective Tapes To be fitted on all life saving appliances as contained in Merchant Shipping

Notice No. M1056.

12.2 Emergency Lighting

To be provided at essential locations, wheelhouse, engine room, alleyways, liferaft launching areas etc.

12.3 Scrambling Nets One (1) on each side of aft open deck area, to be rolled up when not in use. 12.4 Work Boat/Rescue Boat

One (1) zodiac type semi rigid dinghy c/w 25 HP outboard motor and capable of carrying 6 persons. Shall be fitted with proper and efficient securing and quick launching and recovery facilities or board.

12.5 External Fire Fighting

Facilities must as a minimum comply with 1/2 FF1 of Lloyds including pump capacity of 1200m³/hr and two monitors.

12.6 Boat Hooks

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 50 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

Two (2) boat hooks c/w approx. 8 ft handle. 12.7 CO² Smothering System

In addition to the requirement of classification society, the AHT's engine room(s) shall be fitted with a CO² smothering system.

13.0 MEDICAL

Two (2) qualified First Aiders shall be onboard at all times. The following medical equipment shall be kept on board at all times.

13.1 Splints

Six (6) sets airsplints. 13.2 Stretcher At least one (1) paraguard rescue stretcher MK. 3 c/w carrying case and 4

pints lifting sling. 13.3 Oxygen Resuscitator

One (1) oxygen resuscitator set c/w oxygen cylinder in carrying case plus two spare oxygen cylinders.

13.4 First Aid Kit At least two (2) 25 men first aid kits the contents of which shall conform to the

medical scales as stated in the SOLAS. 13.5 Antiseptic Lotion 10 litres of Aqua Centrimide (Savalon) 1 % for cleaning skin/antiseptic lotion

to be in a sealed locker. 13.6 Breathing Apparatus At least one (1) set of breathing apparatus with two spare compressed air

bottles.

14.0 ANTI POLLUTION

The AHT must have a pump capable of delivering both neat and diluted dispersant of 0 - 30% at a pressure between 80 - 100 psig and a dispersant tank of 1000 litre capacity. A spray arm of minimum 5 m length is to be located on each side of the forecastle of the AHT.

D. TRANSPORTATION BARGE SPREAD

1.0 INTRODUCTION This FACILITIES shall inclusive but not limited to topside, jacket, Topside Support

Frame (TSF), piles, conductors, boatlandings, concrete sleepers, linepipes, bends and shiploose materials.

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 51 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

2.0 WORK REQUIREMENTS 2.1 CONTRACTOR shall furnish all labor, transportation barges/vessels, tug boat

including certification, supervision, materials, and equipment necessary to transport the FACILITIES from loadout sites to the installation sites. All barges supplied by the CONTRACTOR shall be compatible in all aspects

of load-out facilities and arrangements at the loadout site, which shall not be limited to yard skid spacings and elevations, weather conditions and tidal movements and availability of electricity, fuel, water, lubricants and other consumables.

2.2 The CONTRACTOR shall be responsible for a detailed barge general

arrangement plan and detailed drawing of the tiedown braces. The CONTRACTOR, with the approval of COMPANY shall determine the location and position of all components and appurtenances on the transportation barge (s). The CONTRACTOR shall prepare design calculations and methods of tiedown of design calculation and methods of tiedown of all components and appurtenances on the barges and stability calculation for approval by COMPANY and the approved Marine Surveyor.

2.3 CONTRACTOR shall assist the FABRICATOR with regard to

ballasting/deballasting and other necessary work during load-out. 2.4 CONTRACTOR shall at his own risk and expense obtain any port license or

other governmental authorization necessary for the FACILITIES, but not limited to port clearance and charges, permits, agency fees, etc. incurred in respect of the vessel(s) and FACILITIES.

2.5 The CONTRACTOR shall provide and pay for all provision, subsistence,

wages, bonuses and all other charges appertaining to the Master, officers and crew (including any taxes relating to them in the Area of Operations), all insurances on the Vessel(s) and crew, all steel wires, towing wires (including one spare towing wire), tarpaulin, shackles and ropes, all the cabin, deck, engine room and other necessary stores including a complete set of battery operated navigation lights (to meet International Regulations for Preventing Collisions at Sea).

2.6 The CONTRACTOR shall at his own cost and expense, man, operate,

victual, maintain and repair the Vessel(s) during the service. The CONTRACTOR shall maintain the Vessel(s) in a condition acceptable to the COMPANY and shall keep the Vessel(s) in thoroughly efficient state in terms of hull, machinery and equipment for and during the services.

2.7 The CONTRACTOR shall provide and pay for all certificates , licenses ,

etc., required for the operating the said Vessel(s/) . Throughout the work the CONTRACTOR shall maintain at all times all document s which may be required by the Vessel's country of registration in full force and effect as well as all permits, certificates and licenses required by laws or regulations applicable to the Vessel or her crew to enable the Vessel(s) to fulfill lawfully all the purposes for which she was chartered hereunder . All relevant ships documents and certificates including the Master and Chief Engineers certificates including but not limited to those specifically described herein are to be sighted by COMPANY five weeks in advance of mobilization.

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 52 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

3.0 AGE

Age of the transportation barge shall be no more than 10 years from date-of-built.

4.0 CLASS, RULES AND REGULATIONS

The barge shall be designed and constructed to the requirements of an internationally recognized classification society e.g. Lloyds, ABS or DNV. CONTRACTOR shall ensure full compliance with Class, Rules, Regulation and the AZAS CABOTAGE that is implemented in Indonesia In addition, CONTRACTOR shall provide all required certification and technical data details of the nominated barges. This shall include but not limited to: Certification a. Certification of Classification. b Record of Statutory Certificates. c. Towing Inspection Certificate. d. International Load Line Certificate. e. Annual and Intermediate Survey Certificate. f. Certificate of Test of Chain Cable. g. Certificate of Vessel Nationality. h. Derating Certificate. i. Certificate of Registry. j. Gas free Certificate (as requested by specific ports). k. Maritime Laws and Regulation of Myanmar. l. Seaworthy Certificate. m. Suitability Survey report (by Marine Warranty Surveyor) n. Launch Barge Winch and Rigging Drawings. o. Safety Equipment Certificate p. Seaworthy Certificate Technical Data a. Barge General Arrangement Drawing b. Construction Profile Drawing. c. Midship Sections Drawing. d. Capacity Plan.

e. Piping Diagram, Ballast and Deballasting System inclusive of integralauxiliary and standby pumps and piping hoses.

f. Cross Curves g. Hydrostatic Curves. h. Lightship weight & centre of gravity with lightship draft. i. Curves of Form (Hull Line). j. Capacity charts for ballast pump system.

k. Rocker Arm and Launchway Detail Drawings (Launch Barge Only)

5.0 EQUIPMENT AND OPERATION REQUIREMENTS

5.1 Deck Strength

Deck strength shall be 10 MT/sq meter minimum. If required, CONTRACTOR shall repair, strengthen and adopt barges at CONTRACTOR's expense to handle high point loading for the transportation (i.e. either by internal strengthening of the barge or by supply and installation of grillage on deck for loads especially prior to loadout).

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 53 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

5.2 Ballasting Equipment

In general, all transportation barges have a minimum of two pumps in excellent working condition and solely dedicated to the ballasting of the barge. For launch barge, the ballasting capacity of the barge shall be at least 200% of the ballasting capacity stipulated in the approved launch procedure.

Each pump should have its own dedicated primary and backup power unit. Each tank in the barge should be hooked up to central pump manifold.

The barge shall have an internal ballast transfer system capable of using seawater for ballast.

All ballast pumps shall be located below deck in a pump room which shall be well ventilated and well lighted.

CONTRACTOR shall demonstrate to COMPANY and to the Marine Surveyor that all transportation barge equipment is in reliable working order and capable of loadout and transport of the FACILITIES. Pumps shall be tested, piping and valves operating correctly, portable pumps and hoses tested and all components cleaned and greased. Rigging tackle and wire ropes shall be inspected and free of defects and winches shall pass the pull test. Any and all delays associated with barge equipment testing shall be the responsibility of the CONTRACTOR. Arrangement of ballast pump must have a primary and a backup power source. Where centrifugal pumps are used, each must be fitted with a priming pump in the event suction is lost. Finally, each ballast pump must be capable of performing pumping operations with all ballast tanks. COMPANY will utilize the aforesaid ballast pumps to effect the loadout of the FACILITIES at loadout site. COMPANY may require CONTRACTOR to mobilize additional pumps and provide ballast engineers to operate all the pumps during loadout. Stowage on the barge should be such that the longitudinal centre of the weights is on the barge centre and the barge is on even trim, adjustments can be made in order to increase the stern draft.

5.3 Generator

The barge shall have a generator set capable of supplying sufficient power to operate the barge in a safe and efficient manner.

5.4 Batteries

The barge shall have a battery pack or emergency generator capable of supplying electricity to all emergency lighting, navigation lighting and all other emergency power supplies shall be automatic.

5.5 Navigation lights and shapes The barge shall be fitted with battery, operated navigations lights and shapes.

These lights shall be in accordance with the requirements of the International Regulations for Preventing Collisions at Sea.

Each light shall be fitted with light sensor switches and all batteries fully

charged before departure.

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 54 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

5.6 Anchor Each barge shall be fitted with at least one storm anchor of minimum 3 MT

weight with a sufficient length of wire spooled onto a power operated winch. (minimum: 1 1/2" diameter X 1000ft).

5.7 Deck Cargo Stanchions These to be of sound construction and sufficiently braced back. 5.8 Emergency Towing Connection An emergency towing wire rope of minimum length 75 meters is to be

connected to a bridle or single leg connection and lashed to the barge deck for easy release. For recovering, a trailing line with a pick-up buoy is to be fitted to the emergency towing rope. The trailing line is to be floating material and is to have a breaking strength of not less than 30 MT. The distance from the aft extremity of the barge deck to the buoy is not being less than 50 meters. In addition to the trailing line, a messenger line of 100 meters may be required between the buoy and the trailing line.

The strength of emergency connections and equipment should be equal to

that of the main towing gear.

5.9 Towing Clench Plates Towing clench plates should be of the Smit quick release type or similar. The

strength of these and attachments to the deck should be of a similar ratio of 3:1 of the tug bollard pull.

5.10 Fairleads Fairleads of adequate construction to be sited at the bow deck edge in line

with the towing smit bracket. 5.11 Towing Bridle The minimum required is a composite chain/wire bridle with the chafing

chains connected to the smit bracket led through the fairlead and connected into two legs of wire rope which again is to be connected into a delta plate, towing ring or a shackle.

The breaking strength of the bridle to be at least 2.5 times the tugs bollard

pull. 5.12 Towing Pennant Wire A towing pennant wire of identical strength to that of the tugs main tow wire or

towing rope, should be connected between the bridle and tugs main towline. 5.13 Bridle Recovery Arrangements A bridle recovery system shall be fitted, but will depend on size of barge and

type of bridle being used. This can be a hand operated winch with recovery wire spooled onto the drum and attached to the apex of the bridle.

5.14 Hard Eyes

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 55 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

All towing lines, pennant wires or nylon stretchers used shall be fitted with hard eye thimbles.

5.15 Skid Beams The skid beams of the barges need to be fully compatible with the load-out

transitions beams which support the FACILITIES between quay and barge during load-out. The structural members need to give adequate support without any need for internal stiffening.

5.16 Mooring Ropes

At least six (6) Polypylene mooring ropes of minimum 6 in diameter, length 150ft each and four (4) pieces spares shall be provided onboard the barge at all times. All rope shall be in good condition.

5.17 Fendering Strong and rigid side fendering shall be provided by means of chafing bars,

timber, and/or rubber fenders. 5.18 Miscellaneous Equipment & Materials

The following equipment and material shall be provided as a minimum onboard each transportation or launch barge at all times:

� 6 sets (min) oxy-acetylene bottles complete with fire-retardant hoses,

torches and flash back arrestors. All bottles to be racked. � 2 numbers (min) 400 Amp diesel welding machine complete with welding

cables and electrode holders. � 10 numbers floodlights, each of 150 watt minimum, complete with stand

and 100 ft cable. A dedicated generator shall be provided for the floodlights.

� 1 number Air compressor

� 1 numbers. 5 ton air tugger � 1 piece air volume tank � 1 spool each of 1" diameter nylon rope, 1/2" manila rope and 1" manila

rope. � 5 pieces 10 ton come-along. � Scaffolding materials adequate for safe access to seafastenings.

� Arc-gouging equipment complete with burning gears. � Adequate number of 300 MT hydraulic jacks and power units. � Small tools (e.g. sledge hammers, clipping hammers, grinders, wrecking

bars) � One nos. First Aid Kit � All consumables i.e. gasoline, diesel fuel, lube oil, hydraulic oil, grease,

gouging rods, welding electrodes, oxy-acetylene gas.

5.19 Safety Equipment The following safety equipment with the valid certification shall be provided on

board the barge at all times.

• minimum four (4) portable fire extinguishers • minimum four (4) life-buoys of plastic type, complete with corlene

lines

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 56 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

• minimum length 15m per life buoy. • minimum one (1) set breathing apparatus with two spare compressed

air bottles. • torchlights

5.20 Drawings and Operating Instruction Barge shall have up-to-date drawings and operating instructions for all the

ballasting equipment aboard. Operating instructions, shall be displayed in the machinery room of the barge is a prominent position with pump capacities sown on liters/min and tones per hour. Written instructions shall be on the language of the try/barge crew and English.

5.21 Ballast Tanks Barges shall have variable ballast tanks for loadout and trimming for

transportation. Barges with non-water ballast system shall not be used unless approved by COMPANY.

6.0 PUBLICATIONS AND CALCULATIONS

CONTRACTORS shall provide the following publications and calculations pertaining to the proposed transportation or launch barge.

6.1 Information Booklet Containing

• Inclining report • Lightship calculation curve of maximum KG • Profile and plan view • Stability criteria • Stability criteria • Various loaded, Ballast, Trim and full stability calculations • Tabulated hydrostatic curves • Tank calibrations and cross curves

6.2 Structural details of barge, bulkheads, longitudinal/transverse beam. 6.3 Full sets of standard size and A3 size construction drawings.

E. PROVISION OF TUG BOAT

1.0 AGE Age shall be no more than eight (8) year old.

2.0 CLASS, RULES AND REGULATIONS

The tug boat shall be designed and constructed to the requirement of an internationally recognised classification society e.g. Lloyds, A.B.S. or D.N.V. CONTRACTOR shall ensure full compliance with Class, Rules, Regulation and the AZAS CABOTAGE that is implemented in Indonesia In addition the tug boat should comply with the following International regulations and recommendations . All tug boat certificate, shall be valid at the time of

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 57 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

commencement of the CONTRACT and shall be renewed in a timely manner. Details of the last and future required dry dockings shall be supplied. a) As minimum the tugboat shall have a loadline certificate which bears no

endorsements limiting operation and meets the following criteria:-

i. The design must include all safety factors required for manned operations including bulkhead and hull plate thickness/construction.

ii. Double bottoms are required to all machinery spaces and any below deck

accommodation and preferably, bulk compartments. iii. Double sides to all machinery spaces and any below deck accommodation,

these wing tanks may be used for storage of either ballast or other liquids. iv. Side, bow and stern crash tanks. v. An inclination experiment must be conducted by an approved third party to

determine the down flooding angle of the tug. vi. Accommodation spaces shall be constructed of steel wall and deckhead,

any coverings shall be fine of fire retardant materials.

b) CONTRACTOR shall provide all required certification details of the nominated tug boat. i. SOLAS 1974/83 and all latest amendments for this type of vessel. ii. International Convention of Loadline 1966. iii. International Rules of Tonnage (both 1967 and 1969 Convention). iv. Current anti-pollution regulations for type of vessels-Dot, IMO and

MARPOL. v. International Convention for Prevention of Pollution from Ships 1973, along

with 1978 protocol. vi. International Regulations for Preventing Collisions at Sea 1972 with

subsequent amendments.

vii. Nautical publications. The vessel shall carry adequate and up to date charts, sailing directions, lists of lights, notices to mariners, tide table for loadout site water and all other nautical publications necessary.

viii. The tugboat shall carry the latest edition of the International code of

signals. ix. A valid domestic shipping license shall be in force during performance of the

work. x. Annex V of Marpol 73/78-Garbage Disposal.

The CONTRACTOR and any SUBCONTRACTOR shall have proven experience of successfully operating this type of vessel in remote areas for minimum period of three (3) years.

3.0 MODE OF OPERATION

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 58 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

The tug boat will operate primarily to tow transportation /launch barge with

project FACILITIES from loadout sites to installation sites. It will also be required to return surplus materials to the loadout sites, as specified in the CONTRACT.

4.0 DRY DOCKING The tug boat shall have been recently dry docked to meet tug boat classification

requirement before commencing to CONTRACT to eliminate disruption to the works. The date of the next dry dock requirement shall be stated by the CONTRACTOR.

5.0 EQUIPMENT AND OPERATION REQUIREMENTS The number of tug boat and engine capacity required shall accordance with the

requirement of the CONTRACT.

5.1 Dimension Length Overall : 40m Beam Molded : 10m Depth, Molded : 5m 5.2 Speed The tug boat shall be capable of cruising at economical speed of 12 KTS

(minimum) without a tow . During tow, the tug boat shall be capable of towing the transportation /launch barge at a speed of 5 knots in sea conditions of up to 5 feet seas.

5.3 Range The tugboat shall be able to maintain a continuous tow from loadout

location to work site.

5.4 Bow Thruster The tug boat shall have bow thruster of minimum 5.0 tonnes thrust. 5.5 Size Relative to Load Calculations shall be forwarded to COMPANY for approval showing that

the size of the tug boat is adequate to carry out the tow. The calculations take the possible weather condition and the various sea

states into account ; and if e.g. towing in the typhoon season CONTRACTOR should consider max. wind speeds. It must be shown that a minimum speed of 5 knots can be maintained during moderate weather/sea condition. Tandem tows (one tug boat towing two or more barges ) are not permitted for the transportation of any project materials unless explicitly permitted by the COMPANY in writing .

6.0 COMMUNICATIONS AND NAVIGATION

6.1 Communication Equipment

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 59 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

The tugboat shall be fitted with radio equipment as specified below. These shall be capable of ship to ship and ship to shore two way communications. The following radios are to be provided onboard:

(a) Communications Equipment to be provided by CONTRACTOR

The CONTRACTOR shall supply the mandatory communication equipment required by SOLAS/IMO for the registration class of and country of origins of the supply/crew/tug/anchor handler/standby boat involved. This will either include or be additional to the equipment specified below:-

(b) HF-Back-up System

1 set of HF single side-band transceiver with 10 channels completely wired up for half duplex on USB operations, 125 watts PEP and AM mode for 2182 KHz only, microphone, including antenna coupler, whip antenna control and coaxial cables. Unit to be programmed to operate on the following frequencies:-

Channel Transmit (KHz) Receive (KHz)

1 2182.00 2182.00 2 3882.50 3222.50 3 3838.50 3382.50 4 3782.50 3193.50 5 4028.50 4028.50 6 4393.10 4393.10 7 4400.00 4400.00 8 4512.60 4512.00 9 4613.00 4613.00 10 5468.00 4568.00

(c) International marine VHF Hague Plan Transceiver

1 set International Marine VHF Hague Plan transceiver. The radio is to be equipped with or guard receiver on channel 16. Transmitter RF output power 25 watts/2 watts selectable. Unit to be crystallized on the following VHF Maritime Hague Plan channels:-

6, 12, 14, 16, 18, 19, 20, 22, 24, 25, 27, 70, 72, 73.

(d) Walkie Talkie

The vessel shall have three (3) sets of walkie-talkies with multi channel facilities and compatible with the working channels of the construction vessel.

(e) General

The COMPANY representative or its appointed delegate shall have access to the radio facilities.

Equipment provided by the CONTRACTOR is to be installed, commissioned and maintained by the CONTRACTOR. Inspection and acceptance tests of the complete system shall be performed by COMPANY. CONTRACTOR supplied equipment must be type approved by Myanmar Telecom. CONTRACTOR is responsible for arranging licences with VT as necessary.

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 60 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

6.2 Navigational Aids.

In addition to the standard navigation lights required, the following navigation equipment shall be provided to allow safe passage through and in between fields:-

(i) Search Lights

Min. 2 X 1500 watts, capable of 360º rotation c/w beam width variation facility, search lights shall be fitted on top of the wheelhouse and controlled from maneuvering stands (forward and aft stands) inside wheelhouse).

(ii) Radars 2 X independently operated radars. Minimum range of 48 n.m. At

least one (1) radar to be of 3cm type c/w reflection plotter facility. (iii) Gyro compass 1 gyro compass plus at least one (1) repeater c/w azimuth mirror. 1 X

repeater shall be fitted for aft maneuvering station.

(iv) Magnetic compass 1 wheelhouse top type magnetic compass with reflector in front of

maneuvering stand in the wheelhouse.

(v) Automatic pilot 1 autopilot compatible with gyrocompass. (vi) Echo sunder 1 echo sounder with a repeater at the aft maneuvering stand. (vii) Satellite navigator (viii) Radio direction finder (ix) Additional Equipment

1 unit Sextant 1 unit Chronometer 1 unit Aldis Lamp c/w portable battery in a box 1 complete set of signal flags 1 unit Barometer 1 unit Thermometer 1 unit Anemometer

7.0 MOORING AND TOWING ARRANGEMENT

7.1 Mooring System

A two point mooring system is optionally required to allow safe mooring along the COMPANY platforms when assisting with project work.

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 61 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

All polypropylene mooring lines required for cargo barge handling and vessel own mooring alongside the Derrick Lay Barge (DLB), are to be carried and maintained on board, including spares.

7.2 Towing Winches and Gear

The tug boat shall have the following winch and accessories:

a) Towing Winch

� minimum pull 100 tons � minimum brake capacity 315 tons � minimum ratchet capacity 315 tons � heavy duty towing drum to have capacity for 1000m x 7 1/4 � Circumference towing wire, and to have spooling gears.

b) Towing Gear:

� 1 x 3" recessed hinged go-line shackle (gob-eye). � 2 x 1000m x 2 1/4" diameter towing wire. � 1 x 125m x 2' diameter steel wire pennant. � 2 x 62m x 2" diameter steel wire pennant. � 3 x 60m x 1 1/2" diameter cobra gob lines � 2 x 25m x 15" circumference double nylon springs. � 2 x 18m x2 1/4" diameter wires. � 2 x 9m x 2 1/4 " diameter wires.

c) Sufficient quantities of towing chain wire protectors, towing saddles and various towing shackles shall provided.

7.3 Wire Stoppers

The tug boat must be fitted with a remotely operated wire securing device such as Triple Shark Jaw, or equivalent . Minimum capacity 100 tons static load for wire size 1 1/4'-3" and chain size 2" to 3 1/4"

Pelican Looks shall not be used.

7.4 Stern Control Both the tugboat and the towing winch control will be from an after facing

console at the rear of the wheelhouse in addition to the normal bridge mounted control. “Full sight” operation of the stern deck to be available.

8.0 MANNING

The tug boat crew shall as a minimum comprise: 1 Master 1 2nd Engineer 1 Chief 1 cook 1 2nd Officer 1 Bosun 1 Cheif Engineer 3 General Purpose Seamen The Master shall have 5 years experience in towing operations and in possession of a Master foreign-going certificate of competency (or equivalent ) which shall not

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 62 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

be Liberian or Panama origin. The chief officer shall have 2 years of equivalent experience.

9.0 POTABLE WATER STORAGE

Sufficient storage for a minimum of 31 days.

10.0 SAFETY

10.1 Lifesaving

All life saving appliances to comply with SOLAS 1974/83 and amendments where applicable in addition to national regulations.

a) Life -rafts

At least two (2) inflatable liferafts of approved marine type with manual and automatic hydrostatic release capable of carrying at least 200 % of the registered crew and passenger allowance.

b) Life Jackets

One (1) life jacket for each crew member and passenger allowance plus at least six (6) spare.

c) Life-buoys

Eight (8) lifebuoys of plastic type unaffected by atmospheric deterioration. All associated lines should be of corlene minimum length 15m (45ft).

d) Line Throwing Apparatus

To comply with SOLAS 1974/83. e) Retro Reflective Tapes

To be fitted on all life saving appliances as contained in Merchant Shipping Notice No. M 1056.

10.2 Emergency Lighting To be provided at essential locations, wheelhouse, engine room, alleyways,

liferaft launching areas etc. 10.3 Scrambling Nets One (1) on each side of aft open deck area, to be rolled up when not in use. 10.4 Boat Hooks Two (2) boat hooks c/w approx. 8ft handle. 10.5 Work Boat /Rescue Boat

One (1) zodiac type semi-rigid dinghy complete with 25 hp outboard engine and capable of carrying at least 6 persons shall be provided. Proper and efficient securing and quick launching and recovery facilities for this workboat shall be fitted onboard the vessel.

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 63 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

10.6 CO2 Smothering System

In additional to the requirement of classification society the vessel's engine room(s) shall be fitted with a CO2 Smothering System.

10.7 Firemen Outfit

At least one (1) set of firemen outfit complete with lifeline , fire axe , suit boots, hat , gloves and flash light shall be provided onboard at all times.

11.0 MEDICAL

At least two (2) of the crew member shall be qualified First Aiders. The following medical equipment shall be kept on board at all times.

11.1 Splints Two (2) sets airsplint 11.2 Stretcher At least one (1) paraguard rescue stretcher MK.3 c/w carrying case plus two

spare oxygen cylinders. 11.3 Oxygen Resuscitator

One (1) oxygen resuscitator set c/w oxygen cylinder in carrying case plus two spare oxygen cylinders.

11.4 First Aid Kit

At least two (2) 25 men first aid kits the contents of which shall conform to the medical scales.

11.5 Antiseptic Lotion

10 liters of Aqua Centrimide (Savalon) 1% for cleaning skin/antiseptic lotion to be in a sealed locker.

11.6 Breathing Apparatus

At least one (1) set breathing apparatus with two spare compressed air bottles.

11.7 Automatic External Defribillator

1 unit Automatic Defribillator Approved type “Laerdal Hearstart 2” or equivalent

F. PROVISION OF SUPPLY BOAT

1.0 INTRODUCTION

1.1 Mode of Operation The Supply Boat will operate as part of the spread supporting the Derrick Lay

Barge (DLB). It shall primary be utilized to transport items of material and

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 64 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

food supplies for the Derrick Lay Barge (DLB). It may also be used when necessary (upon COMPANY approval) to transport crew and perform miscellaneous WORK.

1.2 Classification The Supply Boat shall be designed and constructed to the requirements of

recognized classification society (Lloyds/ABS), and classified, manned for local trade limits.

CONTRACTOR shall ensure full compliance with Class, Rules, Regulation

and the AZAS CABOTAGE that is implemented in Indonesia 1.3 A valid domestic shipping license is required.

2.0 BASIC REQUIREMENTS

The Supply Boat is to be less than eight (8) years old; if older have had a major re-furbishment to bring it up to current standards of utilities and comfort. The fuel capacity should be sufficient to give the boat a range of 400 nautical miles at an economical cruising speed. It shall be built to the requirements of one of the reputable classification societies (Lloyds/ABS/DNV) classed, manned for local trade limits and shall comply with stability requirements as laid down by the IMO regulations.

2.1 Size The hull and superstructure shall be of aluminum alloy all welded in

accordance with approved codes. The approximates size of the Supply Boat will be: Length Overall 24m - 30m (80ft - 100 ft) Beam 6.7m (22ft) Moulded Depth 2.4m (8ft) Draft Loaded 1.2m (4ft) The engine capacity shall be in accordance with the requirement of the

CONTRACT. A clear deck area of approximately 2000 ft2 is required for cargo. The clear deck area to be covered with timber. The cargo capacity wills approximately 6 s.ton. For safe embarkation/disembarkation the freeboard at the deck should be approximately 1.2m (4ft).

2.2 Power/Speed The Supply Boat shall have sufficient power to maintain speed (12 KTS) in

moderate weather conditions. It shall have three diesel engines driving three water jet propulsion units. Alternatively, twin-screw type, propellers are also acceptable. For twin screw, the Supply Boat shall have two diesels with twin disc reverse/reduction gear.

2.3 Stability The Supply Boat shall comply with the stability requirements as laid done by

the IMO regulations.

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 65 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

2.4 Seakeeping Characteristics Natural Periods and Motion Characteristics for heave roll and pitch (beam and

head seas) during transportation operations.

� Natural heave period (beam seas) (sec.) � Natural roll period (beam seas) (sec.) � Natural pitch period (head seas) (sec.) � Estimated limiting sea/swell conditions.

3.0 DETAILED REQUIREMENTS

3.1 Controls In addition to the normal wheelhouse the supply boat shall be equipped with

aft facing control gear in order to improve supply boat control when close to fixed platforms and Derrick Lay Barge (DLB) making materials transfers.

3.2 Navigation Equipment The following navigation equipment shall be available on the Supply Boat:

a) Detailed requirements

i) One standard magnetic compass with reflector or compass

at the bridge console. ii) One radar iii) One echo sounder iv) One speed indicator v) One rudder angle indicator

vi) Search light at least one of min. 500W, preferably two. Two flood lights to cover the stern deck area.

vii) Clear view screen viii) Binoculars Marine type (7X50) ix) National and International code flags x) One anemeter xi) Signaling lamp (Aidis type) xii) Navigation lights and shapes xiii) One horn (electric or air) xiv) One pelorus (cook type) complete with brackets. b) Charts and Logbooks i) Charts Complete updated set to be provided covering offshore

Myanmar coastal waters. ii) Logbooks Ship's and engine logbook to be kept in accordance with

COMPANY's requirements.

3.3 Communications Equipment The CONTRACTOR shall supply the mandatory communication equipment by SOLAS/IMO for the registration class of and country of origins of the

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 66 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

Supply Boat involved. This will either include or be additional to the equipment specified below.

3.4 HF-Back-up System

1 set of HF single side-band transceiver with 10 channels completely wired up for half duplex on USB operations, 125 watts PEP and AM mode for 2182 KHz only, microphone, including antenna coupler, whip antenna control and coaxial cables. Unit to be program to operate on the following frequencies:- Channel Transmit (KHz) Receive (KHz) 1. 2182.00 2182.00 2. 3882.50 3222.50 3. 3838.50 3382.50 4. 3782.50 3193.50 5. 4028.50 4028.50 6. 4393.10 4393.10 7. 4400.00 4400.00 8. 4512.60 4512.60 9. 4613.00 4613.00 10. 5468.00 4568.00

3.5 International Marine VHF Hague Plan Transceiver 1 set International Marine VHF Hague Plan transceiver. The radio is to be

equipped with or guard receiver on channel 16. Transmitter RF output power 25 watts/2watts selectable. Unit to be crystallized on the following VHF Maritime Hague Plan channel:

6, 12, 14, 16, 18, 19, 20, 22, 24, 25, 27, 70, 72, 73.

4.0 DECK REQUIREMENTS

4.1 Fendering A rub rail of 6 in split pipe and tyre fenders to be all around the supply boat. 4.2 Padeyes/Ring Adequate number of padeyes or rings on deck to be available for lashing of

deck cargo. 4.3 Deck The stern deck to be covered with hardwood where possible. Any

unavoidable steel surfaces to be covered with anti-slip coating. 4.4 Anchor The Supply Boat shall be equipped with at least one anchor of approximately

150 kg. connected to 30 ft or 3/4 in studlink chain and 570 ft of 1/2 in galvanized wire rope.

The anchor winch to be power operated. 4.5 Deckspace

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 67 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

The free, unobstructed deck area for carrying cargo to be approximately 2000 ft2 the maximum deck load is not expected to exceed 6 s. ton.

4.6 Mooring Lines At least three (3) 1 1/2 in X 80 ft rope mooring lines to be supplied and

maintained.

4.7 Railing A longitudinal removable hand railing shall be fitted at approximately 3 ft.

from the stern (for safe embarkation from platform landings). 4.8 Tankage Fresh water tanks to be coated and clean with a capacity of approximately 2

ton (530 USG). 5.0 SAFETY

5.1 General

All lifesaving equipment (quality and quantity) shall be in accordance with SOLAS 1974.

5.2 Liferafts

At least 2 inflatable liferafts for 200% of total compliment (crew and passengers) and shall be of the RFD type stowage shall be fitted with quick release hydrostatic gear.

5.3 Lifejackets A minimum of one (1) lifejackets, SOLAS approved, for each crewmember

and maximum number of passenger certified to be supplied and stowed in racks in the relevant accommodation + 25% spare.

Work vests are to be available to transfer pf personnel to and from the Supply

Boat. Type of work vests to be same as for the Derrick Lay Barge (DLB). 5.4 Lifebuoys A minimum of six (6) lifebuoys, rot proof moulded plastic to be supplied. One (1) buoy on each side with 15m (45ft) lifeline and one on each side with

man overboard smoe and light marker. 5.5 Distress Flares One (1) set if distress rockets to be supplied and stowed in suitable

(protechnics) locker. 5.6 Fireman Outfit One (1) complete firefighter outfit complete with one set self-contained

(compressed air) breathing apparatus with two spare bottles, boot, hat, suit, axe and flash light.

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 68 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

5.7 Fire Pump One dedicated fire pump to be fitted with a minimum capacity of 50 gpm @

psi. 5.8 Fire Hoses At least two fire stations to be located on the main deck (Port and starboard)

with 15m (50 ft) hoses with nozzles stored on reels. 5.9 Extinguishers

The following minimum number of extinguishers to be provided:- CO2 : 4.5 kg - 1 X Accommodation 1 X Bridge 1 X Engine Room Foam : 9 liter - 1 X Accommodation 1 X Engine Room Extinguishers to be stowed on brackets in readily accessible positions. 5.10 Equipment The following minimum equipment to be stored in a locker.

i) One hand safety lamp ii) One fire axe iii) One fire bucket

5.11 Emergency Lights Emergency lights are to be fitted to provide adequate illumination for the

wheelhouse, engine rooms, E/R entrance, steering compartment and engine controls.

6.0 MEDICAL 6.1 First Aid Kit

At least one first aid of 25-person type the contents of which shall conform to the medical scales as stated in the SOLAS.

6.2 Stretcher

One "Paraguard" stretcher complete with carrying case and four-point lifting sling to be supplied.

6.3 Oxygen Resuscitator

One set of oxygen resuscitator complete with oxygen cylinder in carrying case plus 2 spare oxygen cylinders to fit in above resuscitator.

6.4 First Aiders A minimum two (2) crew personnel shall be qualified in First Aid.

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 69 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

6.5 Food Grinder

The galley to be fitted with a food grinder for comminuting prior to disposal, in accordance with Annex V Marpol 73/78 - Prevention of Pollution by Garbage from ships.

6.6 Splints

Six (6) sets airsplints

6.7 Antiseptic Lotion

10 litres of Aqua Centrimide (Savalon) 1 % for cleaning skin/antiseptic lotion to be in a sealed locker.

6.8 Breathing apparatus

At least one (1) set of breathing apparatus with two spare compressed air bottles

6.9 Automatic External Defribillator

1 unit Automatic External Defribillator. Approved type “Laerdal Hearstart 2” or equivalent.

G. PROVISION OF CREW BOAT

1.0 INTRODUCTION

The following specification is a guideline regarding specific COMPANY requirements for the crew boat, to transport personnel required to operate the Derrick Lay Barge (DLB).

1.1 Mode of Operation The Crew Boat will operate as part of the spread supporting the Derrick Lay

Barge (DLB). It will be used for crew changes of the CONTRACTOR's personnel and as and when necessary, COMPANY's personnel. In addition, it will be utilized (upon COMPANY approval) to transport items of material, transport work crew and may be used to act as a standby boat.

1.2 Classification The Crew Boat shall be designed and constructed to the requirements of

recognized classification society (Lloyds/ABS), and classified, manned for local trade limits.

CONTRACTOR shall ensure full compliance with Class, Rules, Regulation

and the AZAS CABOTAGE that is implemented in Indonesia

2.0 BASIC REQUIREMENTS

The Crew Boat required is a high-speed (18 KTS) shallow draft 1.2m maximum (4.0ft) water jet, aluminum boat or can be twin screw, diesel powered. It should be able to carry 50 passengers in an air conditioned cabin. The boat is to be less than ten (10)

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 70 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

years old, or if older have had a major re-furbishment to bring it up to current standards of utilities and comfort. The fuel capacity should be sufficient to give the boat a range of 400 nautical miles at an economical cruising speed.

2.1 Size

The hull and superstructure shall be of aluminum alloy all welded in accordance with approved codes. The approximates size of the Crew Boat will be: Length Overall 24m - 30m (80ft. - 100ft.) Beam 6.7m (22ft.) Moulded Depth 2.4m (8ft.) Draft Loaded 1.2m (4.0ft.)

A clear deck area of approximately 7.6m X 4.6m (25ft. X 15 ft.) is required for cargo. The clear deck area to be covered with timber. The cargo capacity will be approximately 6s. ton. For safe embarkation/disembarkation the freeboard at the aft should be approximately 1.2m (4ft.)

2.2 Power/Speed

The Crew Boat shall have sufficient power to maintain high speed (18 KTS) in moderate weather conditions. It shall have three diesel engines driving three water jet propulsion units. Alternatively, twin-screw type, propellers are also acceptable. For twin screw, the vessel shall have two diesel engines with twin disc reverse/reduction gear.

2.3 Stability

The Crew Boat shall comply with the stability requirements as laid down by the IMO regulations.

2.4 Seats

Passenger seats (airline type forward facing) for a minimum of 50 passengers complete with seat belts (for high speed cruising) shall be provided. Seats shall be padded as much as possible to avoid injuries when traveling in rough weather. Lifejackets will be provided for each passenger seat on board.

2.5 Seakeeping Characteristics

Natural Periods and Motion Characteristics for heave roll and pitch (beam and head seas) during transportation operations.

� Natural heave period (beam seas) (sec.) � Natural roll period (beam seas) (sec.) � Natural pitch period (head seas) (sec.) � Estimated limiting sea/swell conditions.

3.0 DETAILED REQUIREMENTS

3.1 Controls

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 71 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

In addition to the normal wheelhouse, the Crew Boat shall be equipped with aft facing control gear in order to improve Crew Boat control when close to fixed platforms or Derrick Lay Barge (DLB) making personnel transfers.

3.2 Navigation Equipment The following navigation equipment shall be available on the Crew Boat:

a) Detailed requirements

i) One standard magnetic compass with reflector or compass at the bridge console.

ii) One radar iii) One echo sounder iv) One speed indicator

v) One rudder angle indicator vi) Search light at least one of min. 500W, preferably two. Two flood lights to cover the stern deck area. vii) Clear view screen viii) Binoculars Marine type (7X50) ix) National and International code flags x) One anemeter xi) Signaling lamp (Aidis type) xii) Navigation lights and shapes xiii) One horn (electric or air) xiv) One pelorus (cook type) complete with brackets.

b) Charts and Logbooks i) Charts

Complete updated set to be provided covering offshore Myanmar coastal waters.

ii) Logbooks Ship's and engine logbook to be kept in accordance with

COMPANY's requirements.

3.3 Communications Equipment The CONTRACTOR shall supply the mandatory communication equipment by SOLAS/IMO for the registration class of and country of origins of the Crew Boat involved. This will either include or be additional to the equipment specified below.

3.4 HF-Back-up System 1 set of HF single side-band transceiver with 10 channels completely wired up

for half duplex on USB operations, 125 watts PEP and AM mode for 2182 KHz only, microphone, including antenna coupler, whip antenna control and coaxial cables.

3.5 HF-Back-up System

1 set of HF single side-band transceiver with 10 channels completely wired up for half duplex on USB operations, 125 watts PEP and AM mode for 2182

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 72 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

KHz only, microphone, including antenna coupler, whip antenna control and coaxial cables. Unit to be program to operate on the following frequencies:-

Channel Transmit (KHz) Receive (KHz) 1. 2182.00 2182.00 2. 3882.50 3222.50 3. 3838.50 3382.50 4. 3782.50 3193.50 5. 4028.50 4028.50 6. 4393.10 4393.10 7. 4400.00 4400.00 8. 4512.60 4512.60 9. 4613.00 4613.00 10. 5468.00 4568.00

3.6 International Marine VHF Hague Plan Transceiver

1 set International Marine VHF Hague Plan transceiver. The radio is to be equipped with or guard receiver on channel 16. Transmitter RF output power 25 watts/2watts selectable. Unit to be crystallized on the following VHF Maritime Hague Plan channel:

6, 12, 14, 16, 18, 19, 20, 22, 24, 25, 27, 70, 72, 73.

4.0 DECK REQUIREMENTS

4.1 Fendering A rub rail of six in split pipe and tyre fenders to be all around the Crew Boat. 4.2 Padeyes/Ring Adequate number of padeyes or rings on deck to be available for lashing of

deck cargo. 4.3 Deck The stern deck to be covered with hardwood where possible. Any

unavoidable steel surfaces to be covered with anti-slip coating. 4.4 Anchor

The Crew Boat shall be equipped with at least one anchor of approximately 150 kg. Connected to 30 ft or 3/4 in studlink chain and 570 ft of 1/2 in galvanized wire rope.

4.5 Deckspace The free, unobstructed deck area for carrying cargo to be approximately 2000

ft2 the maximum deck load is not expected to exceed six s. ton. 4.6 Mooring Lines

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 73 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

At least three (3) 1 1/2 in X 80 ft rope mooring lines to be supplied and maintained.

4.7 Railing A longitudinal removable hand railing shall be fitted at approximately 3 ft. from

the stern (for safe embarkation from platform landings). 5.0 ACCOMMODATION AND CATERING

5.1 Berths Sufficient cabin/berths for crew and preferably two additional for emergency

requirements shall be provided. 5.2 Galley The Crew Boat to be equipped with electric stove, immersed elements type,

to provide sufficient cooking facilities for crew. A large catering type water boiler shall be supplied to provide hot tea/coffee to an installation crew being transferred with the boat and carrying a packed meals.

5.3 Refrigerator The refrigerator to include a freezing compartment and to be of sufficient

capacity for one-week food supplies for the entire crew. 5.4 Tankage

Fresh water tanks to be coated and clean with a capacity of approximately 5 MT 2 ton (530 USG).

5.5 Air Conditioning

Air conditioning system of sufficient power to keep the temperature to 750F (240C).

5.6 Shower/Toilets At least one shower and toilet for crew and an additional two toilets for

passengers to be available and all to be kept clean and hygienic. 5.7 Insulation Passenger accommodation to be sufficiently insulated to obtain a noise level

below 85dB, with engines running at full speed. 5.8 Windows All windows glass shall be of the approved laminated safety type. All

windows in passenger cabin to have curtains. 5.9 Video

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 74 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

A video and T.V. are required to show safety films, briefings and movies in transit.

5.10 Catering Services Ready-to-eat meal packages shall be provided for all passengers in the event

the journey exceeds 6 hours. These meals shall be available and served every 6 hours of the journey.

The quality, quantity and variety of each meal package shall be the same as

the meal served onboard the Derrick vessel.

6.0 SAFETY 6.1 General All lifesaving equipment (quality and quantity) shall be in accordance with

SOLAS 1974.

6.2 Liferafts At least two inflatable liferafts for 200% of total compliment (crew and

passengers) and shall be of the RFD type stowage shall be fitted with quick release hydrostatic gear.

6.3 Lifejackets A minimum of one (1) lifejackets, SOLAS approved, for each crew member

and maximum number of passenger certified to be supplied and stowed in racks in the relevant accommodation + 25% spare.

Work vests are to be available to transfer pf personnel to and from the Crew

Boat. Type of work vests to be same as for the Derrick Lay Barge (DLB). 6.4 Lifebuoys A minimum of six (6) lifebuoys, rot proof moulded plastic to be supplied. 6.5 Distress Flares One (1) set if distress rockets to be supplied and stowed in suitable

(protechnics) locker. 6.6 Fireman Outfit One (1) complete firefighter outfit complete with one set self-contained

(compressed air) breathing apparatus with two spare bottles, boot, hat, suit, axe and flash light.

6.7 Fire Pump One dedicated fire pump to be fitted with a minimum capacity of 50 gpm @

psi. 6.8 Fire Hoses

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 75 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

At least two fire stations to be located on the main deck (Port and starboard)

with 15m (50 ft) hoses with nozzles stored on reels. 6.9 Extinguishers The following minimum number of extinguishers to be provided:- CO2 : 4.5 kg - 1 X Accommodation 1 X Bridge 1 X Engine Room Foam : 9 liters - 1 X Accommodation

1 X Engine Room Extinguishers to be stowed on brackets in readily accessible positions.

6.10 Equipment The following minimum equipment to be stored in a locker. i) One hand safety lamp ii) One fire axe iii) One fire bucket 6.11 Emergency Lights Emergency lights are to be fitted to provide adequate illumination for the

wheelhouse, engine rooms, E/R entrance, steering compartment and engine controls.

6.12 Line Throwing Apparatus Minimum 4 Sets complying woth SOLAS requirement 6.13 Retro Reflective Tape To be fitted on all life saving appliances as contained in Merchant Shipping

Notice No M 1056 6.14 Distress Rocket Distress Rocket complying to SOLAS requirement to be supplied and stowed

in suitable (pyrotechnics) locker

7.0 MEDICAL 7.1 First Aid Kit At least one first aid of 25-person type the contents of which shall conform to

the medical scales as stated in the SOLAS. 7.2 Stretcher One "Paraguard" stretcher complete with carrying case and four points lifting

sling to be supplied.

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 76 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

7.3 Oxygen Resuscitator One set of oxygen resuscitator complete with oxygen cylinder in carrying case

plus 2 spare oxygen cylinders to fit in above resuscitator. 7.4 First Aiders A minimum two (2) crew personnel shall be qualified in First Aid. 7.5 Food Grinder The galley to be fitted with a food grinder for comminuting prior to disposal, in

accordance with Annex V Marpol 73/78 - Prevention of Pollution by Garbage from ships.

7.6 Splints

Six (6) sets airsplints

7.7 Antiseptic Lotion

10 litres of Aqua Centrimide (Savalon) 1 % for cleaning skin/antiseptic lotion to be in a sealed locker.

7.8 Breathing apparatus

At least one (1) set of breathing apparatus with two spare compressed air bottles

7.9 Automatic External Defribillator

1 unit Automatic External Defribillator. Approved type “Laerdal Hearstart 2” or equivalent.

H. PROVISION OF MULTI-PURPOSE BARGE AND DIVING SUPP ORT VESSEL Provision of Multi-Purpose Barge (MPB) and Diving Support Vessel (DSV) shall be subject to

COMPANY’s approval. Reference shall be made to the requirement set forth in this Exhibit, where in the opinion of COMPANY is necessary and/or applicable. The proposed barge or vessel shall be fit for the WORKS and in compliance to the international rules and regulations and contractual requirements of this CONTRACT.

I. PROVISION OF COMMUNICATION/TELECOMMUNICATION SYS TEMS CONTRACTOR shall provide the following facilities and services for sole use of COMPANY

representatives in managing this CONTRACT. The facilities and services shall be inclusive of all associated costs and charges as required. Provision of these facilities and services shall be at no extra cost to COMPANY:

1.0. Communication/Telecommunication System CONTRACTOR shall make available a dedicated internet connection, complete with

electronic-mail (e-mail) account, to the computer in the CSR’s office on the Derrick Lay Barge (DLB), Pipelay Barge or Workboat, capable of transmitting data via V-SAT,

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 77 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

INMARSAT or other latest wireless technology system at a minimum speed of 100 Mbps.

VSAT

CONTRACTOR shall provide VSAT systems as specified elsewhere in the CONTRACT. The VSAT network design shall be able to provide satellite communications between COMPANY onshore offices and the offshore vessels. Data communication shall be in full-duplex communication scheme between the offices and the offshore vessels utilizing 4 voice circuits and 100 Mbps for data. All outdoor equipments shall be sealed to prevent moisture penetration, all metal structures and fasteners shall be hot-dipped galvanized and fasteners made of stainless steel materials to prevent corrosion due to salination and adverse exposure to all weather conditions. The system shall employ the latest technology for closed system encryption and security purposes, including fast switching response times for redundant systems, monitor 7 alarms system at user-friendly environment.

VSAT Stabilized Antenna Terminal for Offshore vess els

The Antenna Stablized System shall consist of the outdoor unit (ODU) and the indoor unit (IDU) interconnected by swift velocity coaxial cables and UL standard power cables. The outdoor unit shall consist namely the antenna, antenna pedestal mount, servomechanism module, and the RF transceiver system to be housed inside the radome. The satellite pedestal shall maintain the required pointing accuracy throughout the vessel motion and shall be able to compensate on the pitch, roll, and yaw translation of the moving vessel. Proper installation by qualified technical personnel shall ensure that the stabilized system will perform automatic satellite acquisition and at par for long periods of unattended operation.

The antenna is housed inside the radome with antenna movement ranging from 5 to 110 degrees elevation angle, roll at +/- 20 degrees, and azimuth at +/- 270 degrees. To compensate for ship headway movements of approximately 30 knots, the system shall respond to ship movements at 8 degrees per second for the pitch, roll and yaw parameter translation.

The indoor unit shall comprise namely the tracking receiver, satellite modem and multiplexer, all housed in equipment rack mount. The multiplexers shall be interfaced to the telephones or faxes line for voice and fax communications. Data channels are established via router interfaced to the multiplexer data ports or through dial-up data connections.

Internet Connection

CONTRACTOR shall make available a dedicated internet connection, complete with electronic –mail (email) account, to the computer in the CSR’s office on the Derrick Lay Barge (DLB) and Pipelay Barge or workboat, capable of transmitting data via V-SAT, INMARSAT or other latest wireless technology system at a minimum speed of 100 Mbps.

Portable LCD

CONTRACTOR shall provide one unit of portable LCD projector complete with accessories and compatible with the specified Personal Multimedia Desktop

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 78 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

Computer and Personal Multimedia Laptop Computer systems. LCD will be for the sole use of COMPANY representatives in managing this CONTRACT

J. PROVISION FOR COMPANY’s PERSONNEL AT THE CONTRACTOR SITE OFFICE

CONTRACTOR shall provide office space, associated facilities and services for

COMPANY's personnel at the CONTRACTOR site office during the project execution. It shall

be safe for occupancy and equipped with proper earthing/bonding and lightning protection,

fire fighting equipment and escape routes in case of fire or emergency.

The facilities shall be fully carpeted and supplied with standard utilities such as lighting,

emergency lighting, electrical power sources, air-conditioning and office supplies. All offices,

conference rooms and store cupboards shall be fitted with lockable doors. These facilities

shall be new and wholly dedicated for COMPANY's use reasonably proximate to the area

where WORKS are to be carried out and shall include the following:

3.1 Company Representative's Office (2 no.)

a) Minimum area of 15 sq. meters with lockable door.

b) 1 large desk c/w glass on top, 1 side table, 1 executive chair

c) 2 four-lockable drawer filing cabinets

d) 3 book cases

e) 1 wall mounted clock

f) 1 large white board

g) 2 telephones (one with direct line facility able to call any international and local

phone numbers complete with speaker phone and CLIP facility link to secretary

phone and one with internal extension for communication between COMPANY

personnel and CONTRACTOR’s personnel).

h) 1 Colour Printer

i) 1 white board - stand type with flip chart

j) 1 hot and cold water dispenser with continuous supply

k) 1 Extrenal Hardisk with minimum capacity 1 Terabyte

l) 1 Notebook.

CONTRACTOR shall supply 3 nos lightweight (<2.2kg including standard 6 cells

battery) notebook for COMPANY Representative. The minimum configuration (each

notebook) is as follows:

� Minimum Intel® Core™ i7-620M Processor 2.66 GHz with Turbo Boost up to 3.33 GHz, 4MB Cache

� Recommended brand: SONY or TOSHIBA � Minimum of 4GB system DDR3 1333 MHz SDRAM. � Minimum 500 GB hard drive 7200 RPM. � DVD±RW and DVD combo. � Built-in 802.11 n wireless networking. � Bluetooth version 2.1+EDR. � Built-in 10/100/1000 Ethernet controller. � Minimum 13.3" wide (WXGA: 1366 x 768) TFT colour display WLED backlight. � Minimum NVIDIA GeForce GT 430M GPU with dedicated 1 GB video memory or

ATI Mobility Radeon HD 5650 with dedicated 1 GB video memory. � Card Reader : SD, MMC, Memory Stick / Stick PRO, xD-Picture Card � Licensed Microsoft Windows 7 Professional (64 bit).

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 79 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

� Licensed Anti-Virus with Internet Security Software with valid license for entire CONTRACT duration.

� Licensed Microsoft Office 2010 Small Business Edition. � License Adobe Acrobat Professional. � Notebook combination type lock. � Samsonite Backpack carrying case. � Cordless bluetooth Microsoft mouse. � Minimum 16GB USB portable thumb drive. � Minimum 1 TB portable hard disk

3.2 COMPANY Inspector’s Office (3 nos.) Not applicable

a) Minimum area of 9 sq. meters with lockable door.

b) 1 desk with 1 side table and 3 chairs

c) 1 four-lockable drawer filing cabinet

d) 2 book cases

e) 1 wall mounted clock

f) 1 white board

g) 1 telephone with speaker with direct line facility able to call any local numbers in

Indonesia and internal extension for communication between COMPANY and

CONTRACTOR personnel.

h) 2 Personal Computer

Personal Desktop Computer specification and details: CONTRACTOR shall provide 2 nos personal desktop computer for COMPANY’s Inspector used. The minimum configuration is as follows:

� Intel® Core™ i5-750 Processor (2.66GHz, 1333MHz FSB, 8MB Cache) � Minimum of 4GB system DDR3 1333MHz SDRAM. � Recommended Brand : HP or Dell � Minimum 500GB hard drive 7200 RPM. � DVD±RW Light Scribe (Double Layer/Dual Format). � Wireless A+G+N PCI Card wireless networking. � Minimum Intel 82566DM gigabit network connection. � 16-in-1 media reader. � Minimum NVIDIA GeForce GT 4000 series with dedicated 1 GB memory. � Minimum 20” Widescreen LCD display size. � Licensed Microsoft Windows 7 Professional (64 bit). � Licensed Anti-Virus with Internet Security Software. � Licensed Microsoft Office 2010 Small Business Edition. � License Adobe Acrobat Professional. � Wired Keyboard and Wired Laser Mouse. � Minimum 16GB USB portable mass storage device.

3.3 Conference Room

a) Minimum area of 20 sq. m

b) Conference table and chairs with normal seating for 10 persons capable of up

to 20 persons

c) 2 large whiteboards and 2 book cases

d) 1 infocus LCD projector + Automatic LCD rolled screen.

e) 1 wall mounted clock

f) 1 telephone extension complete with teleconference facility.

g) 1 line of ISDN

h) 1 electronic white board (900 x 1700mm min), dual panel, copy system plain

paper, PC interface USB include stand lock.

EXHIBIT VI – PROVISION BY CONTRACTOR

Tender No. 10891 Page 80 of 80 Provision of Transportation and Installation of BTJT–A 12 inch Export Pipeline Re-route and Pre-commissioning

Rev.0

i) 1 white board - stand type with flip chart.

3.4 IT requirement .

All work stations shall have individual internet connection with minimum speed of 1

Mbps per workstation for use by COMPANY personnel. Intranet connection within

COMPANY’s office to all COMPANY personnel to be provided by CONTRACTOR

with minimum speed of 100 Mbps.

3.5 Secretarial Service

During this project, CONTRACTOR shall provide full time and dedicated of one (1)

secretary, one (1) technical clerk and one (1) document controller.

Notwithstanding the above, the secretary, clerks and document controller shall be

computer literate and fully conversant with the related office software.

CONTRACTOR is required to provide dedicated personal desktop computers for

each secretary, technical clerks and document controller. The hardware and

software for each personal desktop computer shall be sufficient to for each

individual to perform their job function.

CONTRACTOR is required to submit resume to COMPANY for each proposed

candidate. COMPANY shall have the right to conduct interview with no additional

cost to COMPANY. COMPANY shall have the right to accept or reject the proposed

candidate based on the interview sessions. If the proposed candidate is rejected by

COMPANY, CONTRACTOR shall propose new candidate with no additional cost to

COMPANY.

All CONTRACTOR supplied personnel shall be fluent in Bahasa Indonesia and/or

English.

CONTRACTOR shall provide transportation for COMPANY Representatives at CONTRACTOR base office and site office onshore during the project execution when requested. Provision of these facilities and services shall be at no extra cost to COMPANY.