MVT Flow Meter
MVT Flow Meter
Document Title: RFQ FOR MVT & FLOW COMPUTER Project: PIPELINE REPLACEMENT
PROJECT - VII
Client: OIL & NATURAL GAS CORPORATION LIMITED APG Project No.: 2027
PC0PRP7001-00
Document no.: PRP-VII-APG-INS-RFQ-0006 Rev: A Sheet: 3 of 7
Document Title: RFQ FOR MVT & FLOW COMPUTER Project: PIPELINE REPLACEMENT
PROJECT - VII
Client: OIL & NATURAL GAS CORPORATION LIMITED APG Project No.: 2027
Document Revision
EDL
Sr. Document
No. Document Title
Number Rev. A B C D E F
No. of
Sheets
I TECHNICAL SCOPE
PRP-VII-APG-INS-
1 RFQ for MVT and Flow Computer 7 A
RFQ-0006
Annexure A to PRP-
2 Annexure A for MVT and Flow Computer VII-APG-INS-RFQ- 2 A
0006
II Forms A to K
PC0PRP7001-00
Document no.: PRP-VII-APG-INS-RFQ-0006 Rev: A Sheet: 4 of 7
Document Title: RFQ FOR MVT & FLOW COMPUTER Project: PIPELINE REPLACEMENT
PROJECT - VII
Client: OIL & NATURAL GAS CORPORATION LIMITED APG Project No.: 2027
TABLE OF CONTENTS
PC0PRP7001-00
Document no.: PRP-VII-APG-INS-RFQ-0006 Rev: A Sheet: 5 of 7
Document Title: RFQ FOR MVT & FLOW COMPUTER Project: PIPELINE REPLACEMENT
PROJECT - VII
Client: OIL & NATURAL GAS CORPORATION LIMITED APG Project No.: 2027
1.0 INTRODUCTION
Oil and Natural Gas Corporation Limited (ONGC), hereinafter called as ‘ONGC’, is engaged in exploration
and exploitation of Western Offshore Field in the Arabian Sea on the continental shelf of Western India.
PRP-VII scope of work is scattered in three different western offshore fields’ viz. Mumbai High; Neelam &
Heera and B&S Asset’s fields. Under this Contract about 110.4 km of subsea pipelines comprising of
about 21 no. of segments are required to be replaced Full & Partial replacement of some of its well fluid,
gas lift and water injection pipelines. Further, laying of new pipelines about 132.9 km of subsea pipelines
comprising of about 16 no. of segments.
The document is issued as a part of pre-bid engineering for the above scope.
2.0 SCOPE
The scope of this document includes design, manufacture, testing, supply and satisfactory performance of
MVT & Flow Computer at offshore platforms.
The MVT & Flow Computer shall be strictly supplied in accordance with the following documents
a) This document
b) Instrumentation Design criteria (Document Volume II Section 3.6).
c) Functional Specification for MVT with Flow computation (FS-3202 - Annexure-IV)
d) Functional Specification for Flow Computer (FS-3211)
e) Industry Codes and Standards
Whenever equal but conflicting requirements arise between this scope / specification and the referred
documents, such conflicts shall be brought to the attention of ONGC in writing. For resolution, unless
specified in the Vol-I of the bidding documents, the order of precedence shall be: -
1. National Statutory Requirements (The Law)
2. Basic bid work (Description of work)
3. Design Criteria
4. Functional Specifications
5. Industry codes and standards
Deviations, if any, shall be mentioned clause wise along with the quotation in the format attached with this
enquiry. In absence of deviation list, the offer shall be assumed to be complying with specification in
totality. Deviations submitted after purchase order shall not be entertained. Deviations listed in any other
manner than the prescribed format will not be considered as a valid list.
Any work not specifically mentioned but otherwise required, as per statutory rules/codes and
standards/specifications and/or for the completion and operation of equipment to the entire satisfaction of
Purchaser have to be done by the vendor without any commercial implications or schedule impact.
PC0PRP7001-00
Document no.: PRP-VII-APG-INS-RFQ-0006 Rev: A Sheet: 6 of 7
Document Title: RFQ FOR MVT & FLOW COMPUTER Project: PIPELINE REPLACEMENT
PROJECT - VII
Client: OIL & NATURAL GAS CORPORATION LIMITED APG Project No.: 2027
2.1 Definitions
Company : Oil and Natural Gas Corporation Ltd
Engg. Sub-Contractor : Aker Powergas Pvt. Ltd., Mumbai
Project : PIPELINE REPLACEMENT PROJECT – VII
The design, sizing, selection, manufacturing and testing shall be in accordance with the latest edition of
the codes & standards specified in clause no 3.6.3 of Instrumentation Design Criteria (Volume II Section
3.6) and in various specifications listed in EDL.
Vendor is also responsible for ensuring that all the requirements of local regulation, codes & standards
(required by local authorities, agencies or statutory bodies) are met & for obtaining and or submitting all
necessary documentation for certification.
4.3 Packing
Preparation for shipment shall be as per clause no.3.6.6.5 of ONGC Instrumentation Design Criteria
(Volume II Section 3.6).
PC0PRP7001-00
Document no.: PRP-VII-APG-INS-RFQ-0006 Rev: A Sheet: 7 of 7
Document Title: RFQ FOR MVT & FLOW COMPUTER Project: PIPELINE REPLACEMENT
PROJECT - VII
Client: OIL & NATURAL GAS CORPORATION LIMITED APG Project No.: 2027
Vendor shall also be responsible for the integrity of all items & services supplied by Sub-Suppliers and
establishing interface with third party systems and packages successfully. All these activities are to be in
accordance with the scope of supply, specification, project specifications and interface information
supplied by the purchaser.
a) For technical requirements of MVT please refer document (FS-3202-Annexure-IV) - MVT with Flow
computation.
b) For technical requirements of Flow Computer please refer document Functional Specification for Flow
Computer (FS-3211).
Refer to clause 3.1.2 of Vol. II, Section 3.1 for Site Condition Data.
7.0 SPARES
Vendor shall be responsible for supply of all spare parts required during hook-up, testing, pre-
commissioning and commissioning. Vendor shall furnish complete list with details for such spare parts.
Vendor shall also supply spare parts for one year of operation on cost plus basis. The spares shall be
listed as per the Form C and D attached with this document.
Inspection and testing of all components, sub-assemblies, and complete assemblies of items
manufactured at Vendor’s work, and other sub-Vendor’s works in accordance with approved QA/QC
procedure.
9.0 DEVIATION
List of deviations, if any, shall be submitted by vendor as per Form B. Any further deviation after order
quotation and subsequent claims for extra cost and time arising out of noncompliance with the
specification will not be considered.
The documents shall be submitted as per the design code, approved Inspection and Test Plan and the
drawing data schedule (Form I). Vendor shall furnish all data/drawings in proper form and quantity in
accordance with the requirements given in Form I. The Vendor shall also be accountable for the
documentation required from his sub-vendor.
PC0PRP7001-00
Please attach the typical datatsheet.
The Vendors for flow computer
and MVT transmitter are
Annexure-A to PRP-VII-APG-INS-RFQ-0006
different. Please separate the DESIGN DESIGN
WETTED PART NACE MR-01-75
MR Sr.for
No. FlowTAG
computer,
NUMBER MVT
PLATFORM INSTRUMENT DESCRIPTION P&ID NUMBER SERVICE DESCRIPTION EQUIP / LINE NO PROCESS FLUID PMS NO. PRESSURE TEMPERATURE DP RANGE TRANSMITTER OUTPUT
MATERIAL
MANFOLD / MATERIAL
COMPLIANCE
Remarks
kg/cm2 deg C
Transmitters
1 in-line with Aker
B147A-FC-900 B147A FLOW COMPUTER 7127-OD-1072
FROM LIFT GAS HEADER TO WELLHEAD
B147A-8"-P-E1N-XXXX LIFTGAS E1N 120 75 0-2500 mmH2O RS485 SS316 5 valve manifold / SS 316 Yes -
WH-110
original
2
deliverable
B149A-FC-900
list. B149A FLOW COMPUTER 7127-OD-1075
FROM LIFT GAS HEADER TO WELLHEAD
B149A-4"-P-E1N-XXXX LIFTGAS E1N 120 75 0-2500 mmH2O RS485 SS316 5 valve manifold / SS 316 Yes -
WH-110
FROM LIFT GAS HEADER TO WELLHEAD
3 BS13A-FC-900 BS13A FLOW COMPUTER 7127-OD-1074 BS13A-4"-P-E1N-XXXX LIFTGAS E1N 120 75 0-2500 mmH2O RS485 SS316 5 valve manifold / SS 316 Yes -
WH-110
FROM LIFT GAS HEADER TO WELLHEAD
4 B22A-FC-900 B22A FLOW COMPUTER 7127-OD-1073 B22A-4"-P-E1N-XXXX LIFTGAS E1N 120 75 0-2500 mmH2O RS485 SS316 5 valve manifold / SS 316 Yes -
WH-110
5 B28AA-FC-900 B28AA Flow computer is 7127-OD-1070
FLOW COMPUTER
FROM LIFT GAS HEADER TO WELLHEAD
WH-110
B28AA-4"-P-E1N-XXXX LIFTGAS E1N 93.7 75 0-2500 mmH2O RS485 SS316 5 valve manifold / SS 316 Yes -
DESIGN DESIGN
WETTED PART NACE MR-01-75
Sr. No. TAG NUMBER PLATFORM INSTRUMENT DESCRIPTION P&ID NUMBER SERVICE DESCRIPTION EQUIP / LINE NO PROCESS FLUID PMS NO. PRESSURE TEMPERATURE DP RANGE TRANSMITTER OUTPUT MANFOLD / MATERIAL Remarks
MATERIAL COMPLIANCE
kg/cm2 deg C
MULTI VARIABLE TRANSMITTER (With Flow FROM LIFT GAS HEADER TO WELLHEAD
48 B149A-MVT-332 B149A 7127-OD-1075 B149A-2"-P-E1N-XXXX LIFTGAS E1N 120 75 0-2500 mmH2O 4-20 mA SS316 5 valve manifold / SS 316 Yes -
Computation facility) WH-120
MULTI VARIABLE TRANSMITTER (With Flow FROM LIFT GAS HEADER TO R-12 WELL
49 HB-MVT-1341 HB 7127-OD-1077 HB-8"-P-E1N-XXXX LIFTGAS E1N 105 75 0-2500 mmH2O RS485 SS316 5 valve manifold / SS 316 Yes -
Computation facility) PLATFORM
1. Is the vendor in total agreement with his scope of supply as defined in the [ ] Yes [ ] No
Requisition?
If answer is 'Yes' for any of the above, exact deviation required shall be described in
detail indicating the appropriate clause(s). If no deviation are indicated, it will be
assumed that all the requirements of the subject Requisition shall be complied with
and no deviations whatsoever shall be accepted after the placement of order.
2. In case total system supply is in vendor's scope, are there any items vendor wishes
to add to achieve total system completion in all respects ?
(If 'Yes' details to be given ) [ ] Yes [ ] No
a) Commissioning [ ] Yes [ ] No
b) Maintenance ( year period) [ ] Yes [ ] No
[ ] Yes [ ] No [ ] NA
4. a) Are Mounting accessories included in bid ?
b) Are Special installation procedures, if any, included [ ] Yes [ ] No [ ] NA
in bid ?
a) Power requirement
b) Spl. Cable requirement
c) Spl. Calibration equipment [ ] Yes [ ] No [ ] NA
d) Spl. tools [ ] Yes [ ] No [ ] NA
[ ] Yes [ ] No [ ] NA
(Extra charges, if any, for the above to be indicated in the bid) [ ] Yes [ ] No [ ] NA
PC0PRP7002-00
Specification
(B) GENERAL:
C) INSPECTION/CERTIFICATE
1. Has vendor indicated in bid detailed inspection procedures being carried out
by him? [ ] Yes [ ] No [ ] NA
2. Have Extra charges, if any for any special inspection to be carried out (as
specified in Requisition) indicated in bid ? [ ] Yes [ ] No [ ] NA
3. Can vendor furnish certificate from competent authorities as indicated below:
[ ] Yes [ ] No [ ] NA
OTHERS:
PC0PRP7002-00
Specification
The Bidder should fill in this form for the deviations of his bid from the requirements as stated in the
Material Requisition. If no deviation is required, Bidder should fill in 'NIL' in the 'Deviation' column.
Bidder shall sign/date and affix his company seal.
PC0PRP7002-00
Specification
The vendor should state in this form a list of commissioning spares (along with other information asked) which in
his opinion are required for the purpose of commissioning. Vendor shall sign/date and affix his seal to this form.
* CURRENCY:
PC0PRP7002-00
Specification
The vendor should state in this form, List of spares required which in his opinion is essential for one year
operation/maintenance of the supply covered in the material requisition. This form should be duly signed/dated
and seal affixed by Vendor.
SL. PART DESCRIPTION QUANTITY UNIT
TOTAL
No. No. RATE *
PRICE *
* CURRENCY:
PC0PRP7002-00
Specification
The vendor should state in this form list of special Tools and Tackles which are essential for the
regular operation and maintenance of the supply covered in the Material Requisition. This form
should be duly signed/dated and seal affixed by Vendor.
* CURRENCY:
PC0PRP7002-00
Specification
The vendor should state in this form List of Consumables and any other items considered essential for
commissioning. Vendor shall sign/date and affix his seal to this form.
SL. ITEM/DESCRIPTION QUANTITY UNIT TOTAL
No. RATE * PRICE * REMARKS
* CURRENCY:
PC0PRP7002-00
Specification
PC0PRP7002-00
Specification
TEL. NO.:
± %
NOTE:-
RESULT OF WEIGHING
TOTAL EQUIPMENT DRY WEIGHT
(excluding packing, temporary METRIC TONNES
protection etc)
ALLOCATED WEIGHT
(weight estimate agreed by
purchaser and vendor based METRIC TONNES
on order specs).
Representative. Representative.
Signature. Signature.
Date:
PC0PRP7002-00
Specification
Item being purchased with this Requisition is referred here in Form-I as Equipment.
This form indicates the drawings and documents required with the proposal, approval and final
documents. The detailed vendor document control index shall be submitted as per attached format.
Bidder shall confirm that the total number of days indicated in schedule column are adequate to
furnish the information requested. (Example: D + 7 indicate 7 days after Purchase order / Letter of
Intent is mailed to Vendor).
PC0PRP7002-00
Specification
PC0PRP7002-00
Specification
NOTES :-
1 * Indicates at INSPECTION stage.
2 ** Indicates part of Final Dossier to be submitted 1 week after despatch of Equipment
PC0PRP7002-00
Project No./Title : PIPELINE REPLACEMENT PROJECT - VII
The vendor should state in this form List of Utilities required for start-up operation, normal operation, shutdown and
emergency including power consumption and Lubricant Schedule. Vendor shall sign/date and affix his seal to this form.
ITEM /
SL. SHUTDOWN / CONTINUOUS /
DESCRIPTION & UTILITY NAME UNITS START-UP NORMAL
NO. EMERGENCY INTERMITTENT
TAG NO
NOTES :
1.
2.
PC0PRP7002-00 Page 1 of 1
Offshore Design Section Volume II
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 1 of 43
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 2 of 43
CONTENTS
PAGE
SECTION ITEM
NO.
3.6.1 SCOPE OF THIS DOCUMENT 3
3.6.2 PURPOSE OF INSTRUMENTATION 3
3.6.3 Standards And Specifications 3
3.6.3.1 Codes and standards 3
3.6.4 INSTRUMENTATION SYSTEM PHILOSOPHY 9
3.6.4.1 Instrument philosophy 9
3.6.4.2 Instrument power supply systems 14
3.6.4.3 Instrument earthing system philosophy 15
3.6.4.4 Equipment protection philosophy 15
3.6.4.5 Instrument material selection philosophy 15
3.6.4.6 Instrument installation philosophy 17
3.6.4.7 Instrument inspection & testing philosophy 21
3.6.4.8 Instrument spares philosophy 23
3.6.4.9 Philosophy for future facilities 25
3.6.5 INSTRUMENT PROCESS CONNECTIONS 25
3.6.6 GENERAL REQUIREMENTS 25
3.6.6.1 Tagging and nameplates 25
3.6.6.2 Documentation 26
3.6.6.3 Review and approval 30
3.6.6.4 Vendor Selection / Pre-Qualification 30
3.6.6.5 Preparation for shipment 32
3.6.6.6 Receipt and storage 33
Annexure I Deleted -
Annexure II Deleted -
Annexure III Test and Calibration Form 34
Annexure IV Pneumatic Instrument Branching Connections 35
Annexure V Form B - Compliance to Bid Specifications 36
Annexure VI Form C – List of Commissioning Spares 37
Annexure VII Form D – List of One Year Spares 38
Annexure VIII Deleted -
Annexure IX Label Details for Instruments / Systems handling H2S 39
Annexure X Instrument Process Connection 40,41
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 3 of 43
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 4 of 43
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 5 of 43
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 6 of 43
(IP) codes
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 7 of 43
08
ISA 5.4 Instrument Loop Diagrams
S 7.0.01 Quality Standard for Instrument Air
ISA/ANSI-S 84.01 Application of Safety Instrumented Systems for the Process
Industry
ISA RP 12.4 Instrument purging for reduction of Hazardous area
Classification.
ISA RP 12.6 Installation of intrinsically safe Instrument systems in Class-I
Hazardous locations.
ISA RP 42.00.01 Nomenclature for instrument tube fittings
ISA S 50.02 Fieldbus Standard For Use In Industrial Control Systems Part
08
2: Physical Layer Specification And Service Definition.
ISA RP-60.1 Control Center Facilities.
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 8 of 43
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 9 of 43
08
b) Of latest Proven Design. (In continuous satisfactory service on offshore
Platform / facility for a minimum period of two years).
c) Instruments, bulk materials, accessories etc., shall conform to the various
relevant Functional Specifications issued.
d) The criteria, guideline and specifications do not absolve the vendor
/contractor/package of his responsibilities of providing the instruments with all
necessary hardware, cards and accessories for proper measurement & display
at field / control room, computation, power supplies, transmission of data /
signals for proper operation and for the intended purpose.
e) OIML Certification shall be furnished where the measurements are for custody
transfer applications.
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 10 of 43
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 11 of 43
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 12 of 43
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 13 of 43
k) For Control Room instrumentation, all the system cabinets for DCS, PLC,
RCP, Fire & Gas etc., shall be free standing cubicles with standard dimensions
of 800 mm depth. Rear door opening with clear working space of 1000 mm
behind the panel shall be provided for maintenance purpose. Marshalling racks
and third party control panels (UCP, RCP etc., which may have mounted
instruments on the panel front) however shall be preferably 1200 mm width &
800 mm depth for maintaining the dimensional aesthetics in the control room.
l) UCP (Unit Control Panels), mounted with packaged equipments or in
equipment room, shall be free standing, preferably individual panel for each of
the equipment or as a bank of interconnected panels common with walkway or
otherwise as per the equipment package vendor’s standards and bid
requirements. Vendors may provide the Control Panels (i.e., Unit Control
Panels) for the packaged equipments in the dimensions that are as a part of
standard supply in their job orders. However provision shall be made in the
UCP to provide facility to communicate all the electronic signals like DI, DO,
AI, AO etc., from this panel to the DCS (or any HMI / control system located
in the control room) by way of a communication port (serial interface as a
minimum) for ‘monitoring’.
m) All instruments, accessories, lamps, push button etc. shall be housed in these
panels in a logical fashion for easy operation monitoring and maintenance. No
instruments / components in panel front shall be located below 750mm. each
instrument shall have a name plate below them in rear and front indicating the
instrument tag number and service. Lamp test button shall be provided to
verify the working of the lamp.
n) For Well Head Platforms, if PLC based control system is envisaged for remote
monitoring and control on well head platform, then contractor shall provide
OPC enabled system in HMIs in well head platform end, (or on the Process
platform end if composite cable is provided between platforms), for
communication with other system(s). Communication shall be preferably
Ethernet based and not on "proprietary" protocols. HMI / MTU at process
platform shall be OPC enabled for data transfer and connectivity to DCS /
SCADA. If PLC communicates on proprietary protocols, then “in built” OPC
enabling is mandatory for that system. (PLC shall be OPC enabled for reading
writing into it from DCS / SCADA, with secure communication).
o) PLC system of well platform shall also have additional interfaces such as RS
485/Ethernet with TCP/IP & Modbus protocols for communication with other
supervisory systems.
p) PLC shall be suitable for operating in temperature range of 0o C to 60o C and
in Relative humidity of up-to 99%.
q) On Process Platform and on Well Head Platform, all the electronic cards
(CPU, Controllers, I/O cards, Power Supply cards, Communication cards,
08 etc.,) in DCS, OPC servers, ESD PLC, F&G PLC, F&G Controller cards,
HIPPS system, UCP and Packaged Equipment Control Panel shall be
compliant to All Electronic cards shall be G3/ GX compliant with conformal
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 14 of 43
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 15 of 43
b) Unless otherwise specified in the basic bid work, the optical fibre Cable shall
be corrugated steel tape armored comprising of minimum of 12 nos. single
mode fibres, complying with ITU-T-G-652/655/656 suitable for working in
the applicable wavelength region and shall be suitable for under-sea laying as a
part of the composite cable (refer FS – 4020 Sub-Sea Composite Cable). In addition
to the single mode fibres above, a minimum of 4 nos. fibres shall be part of the
cable conforming to ITU – T – G – 655 / 656 specifications for optical
wideband transport. Number of fibres of each kind and their construction shall
be selected so as not to load the individual fibres beyond 50% of their
bandwidth capacity, and 50 % of the number of each type of fibres shall be
available spare in the cable for future use.
c) The optical fibre shall be encapsulated in steel tube or armored during normal
handling which shall be filled with jelly to provide high degree of protection
from pressure and impact. Adequate free length of optical fibre shall be
provided to offset longitudinal stress.
d) Suitable material, like high density polyethylene, shall be used to protect
optical fibre from abrasion. Optical fibre shall be protected from water ingress
and shall have adaptable ‘ohmic’ resistance. Splicing and preparation of
optical fibres for termination shall be done with standard and approved /
certified equipments. All optical fibre cores coming shall be first terminated at
fibre termination cabinet. Terminals and adapters used shall conform to the
relevant specifications. Patch cable / extension cable from the Splitter JB (first
terminal box) to the terminal equipment (PLC cabinet / DCS cabinet / etc.)
shall be redundant, routed separately and adequately protected against physical
damage. Each fibre within the cable shall be uniquely colored and tagged for
identification.
e) Optical equipment for end-to-end communication shall be provided in a
redundant fashion. These shall be a part of the PLC / Control system for
communicating the ‘tags’ / ‘parameters’ from the unmanned platforms to the
main / process platform and also achieve control from the main platform as
described in the basic bid work. These systems shall be scalable and modular.
Suitable Fibre Optic interface modules / communication modules, standard
connectors, switches, network components and cross connect as required per
scope of work and specifications shall be provided for effective connectivity.
3.6.4.2 INSTRUMENT POWER SUPPLY SYSTEMS:
3.6.4.2.1 Pneumatic Supply:
a) For Pneumatic Instruments, dry instrument gas / air supply shall be as per
Clause 3.6.4.1.2.1 above.
b) Hydraulic power supply shall be as per the relevant Functional Specifications
for hydraulic systems envisaged on the platform.
3.6.4.2.2 Electric Power Supply:
a) Components of power supply system shall be of the highest available quality
for reliability and long service life.
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 16 of 43
b) Platform contractor will provide the power supply for all the instrumentation
power requirements from un-interruptible power supplies. i.e., field
instruments, control panels, DCS, F&G system, ESD system, control room
instrumentation, etc.
c) Power distribution to each consumer shall be through proper, independent
switch and fuse units. Protective fuses shall be of indicating cartridge type
mounted in fuse holders. Dual redundant power supply units shall be fed from
different power distribution boards. Where dual redundant power supply in
cards / modules / sub-systems is specified, the supply shall be fed from
different power supply units.
d) In general, the following Power Supplies shall be used:
1.0 For Process Platforms:
1.1 220 / 110V AC + 5%, 50Hz + 1% (UPS with ‘Maintenance free’
Battery Back-up) for all Instrumentation & Control System(s), (i.e.,
08
DCS, PLC, F&G, UCP, etc.). However, same instruments /
modules / packages using the UPS supply shall be suitable for 110
V + 10% AC, 50 Hz + 3%.
1.2 24V DC + 5% as applicable for field instruments, interrogation
voltage (Logic / Interlock systems), Solenoid valves, Detectors in
Fire & Gas system, etc. This voltage may be derived from the ‘110
V AC' UPS voltage by the respective system vendors in their
system panels, for use.
1.3 F&G system shall have floating power supply (with its ‘–ve’ not
earthed).
1.4 Non UPS power 110 VAC / 240 V AC 50 Hz, for level gauge
illumination and panel interior lighting.
1.5 230 V AC + 5%, 50Hz + 1% (Non UPS Utility Power) for
maintenance activities, miscellaneous requirements, Utility sockets,
etc.
2.0 For Well Platforms / Well Head Platforms / Unmanned Platforms:
2.1 24V DC + 5% Battery Negative earthed for Instruments, Logic /
Interlock system, solenoid valves, Fire and Gas system and status
lamps.
08
2.2 F&G system shall have floating power supply (with its ‘–Ve’ not
earthed).
2.3 Independent battery back-up shall be considered for 6 hours of
operation of F & G System for platform on FSD.
e) For details of electric supply system, refer Electrical Scope of work and
Electrical Design Criteria.
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 17 of 43
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 18 of 43
be put inside the bag and it shall be replaced when color of the indicator
changes from blue to pink Additional protection by other means such as
canvas shall be provided to prevent damage caused by welding during
construction work at nearby location. Labels and tags that may be exposed to
paint spray shall be temporarily masked with a transparent material during
construction activities, which shall be removed at the time of hand over of the
work. Plastic plugs shall be fitted to all instrument tubing and air, process and
cable entry ports until final connections are made.
e) Corrosion allowance shall be considered in addition to the design thickness of
all plates / sheets and materials used for installation, hand-wheel of valves,
weather hoods, mini shelters, stanchions, supports etc., to arrive at the
minimum thickness requirement, as the same are exposed to harsh marine
environment on the platform. Painting shall be done in line with the painting
specifications enclosed in the bid document.
3.6.4.4.2 Ingress Protection:
All field instruments shall have ingress protection to IP 65 or better.
Pneumatic field instruments used for control applications shall have ingress
protection to IP 55 or better. All instruments installed inside pressurized
equipment / control rooms shall have ingress protection to IP 42 as a
minimum.
3.6.4.4.3 Tropicalization:
All electrical components shall be tropicalized to protect against humidity,
moisture and fungal growth by means of hermetically sealed units, protective
coating on circuit boards, gold plated edge connectors, etc.
3.6.4.4.4 Hermetic Sealing:
All relays and switches shall be hermetically sealed, and those utilized in 24
V DC control logic circuits shall have gold plated contacts rated 0.5 Amp at
24 V DC. Those interfacing with field equipment shall be rated 24 V DC (2
Amp) / 110 V AC (5 Amps). All switch contacts shall be 2xSPDT or DPDT.
3.6.4.4.5 Hazardous Area Instrumentation:
a) The Contractor shall classify hazardous areas in accordance with API 505 or
NEC and specify various equipment accordingly. All instruments which are
08 mounted on platform but outside of normally pressurized control / equipment
rooms shall be certified by bodies such as IEC / FM / UL / BASEEFA /
CENELEC / CSA / DGMS / PTB / CMRI / ATEX for use in Class I, Zone 1
Group IIA & IIB, T3 / Class I Div. I Group C & D hazardous area, even if the
instrument’s location is classified as a normally non-hazardous area.
b) Additionally, “Intrinsically safe” protection using external barriers shall be
provided for all process transmitter loops in hazardous areas.
c) All other instrument loops (open or close) shall be provided with explosion
proof / flame proof protection i.e., Solenoid valves, gas detectors, UV , IR
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 19 of 43
fire sensors, intercom / paging system shall be explosion proof / flame proof to
Ex-d or NEMA-7.
d) Where instruments are not manufactured with enclosures suitable & certified
for Class I Zone 1 / Class I Div I by the manufacturers, enclosure suitable and
certified for the area classified as Class I, Zone 2 / Class I, Div II may be
08
accepted for installation in areas approved as “Class I, Zone 2 Group IIA &
IIB / class I Div II Group C &D. Apparatus certified for use in Class I,
Division II / Class I , Zone-II areas shall not be installed in Class I , Zone –I /
Class I Division I area.
e) Local Indicator, Transmitter, Input / output to peripheral devices like laptop
computers & networks, etc., shall be intrinsically safe.
f) All ‘enclosure type’ shall be certified by recognized bodies like IEC / FM / UL
/ BASEEFA / CENELEC / CSA / DGMS / PTB / CMRI / ATEX etc., for use
in the area applicable.
g) Intrinsic safety approval shall be based on entity concept and necessary
compatibility checks shall be carried out by Contractor before selecting any
loop component. Isolating barriers shall be normally active type unless
otherwise specified. It shall be plug-in type, mounted on modular back plane
termination units. Each individual input and output in a loop shall have its
separate barrier. No barrier shall be shared between any two loops.
3.6.4.4.6 R F, EM Interference:
All equipment shall remain unaffected by radio transmissions (Levels of
permissible RFI shall be as per IEC 801). Band-pass and / or band stop filers
08 shall be fitted, as necessary. All instruments shall be immune to EM, RF
interference as per IEC 801.
3.6.4.4.7 Sealing:
Seal systems shall be used to isolate instrument from the process fluid
encountered in the following services:
a) Wet gas, which may condense in the instrument lines.
b) Process fluids that vaporize, condense or solidify under operating
pressure and ambient temperature.
c) Process fluids that will subject the element to high temperature.
d) Corrosive process conditions.
e) Viscous liquids.
f) Sealing may be accomplished with diaphragm seals.
g) All venting instrument and pilot valves shall have bug screens fitted to
atmospheric vents.
3.6.4.5 MATERIAL SELECTION PHILOSOPHY:
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 20 of 43
All materials and equipment furnished shall be new and unused, of current
manufacture and the highest grade & quality available for the required service,
and free of defects. Materials shall be selected with regard to the following
criteria:
a) Suitability of wetted parts for the specified process conditions, with SS 316 as
the minimum for use outside pressurized rooms, except for salt-water service,
08
in which case, it shall be Monel. MOC - SS 316 shall be with carbon content
of 0.08% or better to improve resistance to corrosion.
b) Suitability of material for the corrosive effects of the harsh offshore
08
atmosphere.
c) Galvanic compatibility between dissimilar materials, with isolating bushes,
plates, used where necessary to prevent corrosion due to galvanic action.
d) Wherever process condition demands NACE quality Instrument fittings, the
same shall be provided as per NACE, latest standard with appropriate
material. For non NACE application, material for fitting shall be appropriate
for relevant process fluid with SS-316 as minimum.
e) Instrument Enclosures and JB boxes shall be constructed from 316 SS / epoxy
08
coated copper free (i.e. less than 0.4% copper by mass) die-cast Aluminum.
f) All proposed vendor standard plastic components if any shall be non-toxic and
fire resistant, UV stabilized and compatible with the environmental conditions.
g) All spindles, bushings, bolting, screws, brackets, etc., shall be manufactured
from a suitable grade of stainless steel as a minimum. All bolts and screws
shall have a flat 316 SS washer under the nut, and the thread length shall be
such that there is complete full engagement of the nut, with a minimum of two
threads protruding.
h) Stand pipes, supports for instruments and any other item directly welded to the
08 structure and shall be painted conforming to latest revision of Functional
Specification 2005.
i) All material for instrumentation, in contact with process fluid containing CO2
in excess of 2 PSI partial pressure, shall be as follows:
j) Moulded polyester parts shall be anti-static for hazardous area locations, and
in general be constructed from UV-stabilized glass reinforced polyester.
Surface resistance shall not be less than 109 Ohms. Impact resistance to be -
25% (EN 50.14)
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 21 of 43
k) The material of construction (MOC) for the wetted parts and the body of all
individual instruments shall be as per the material selection chart wherever
given in the annexure of the relevant Functional Specification. Where such
chart is not available in the respective FS, choice of MOC shall be consistent
with the above mentioned material selection charts and suitable for the fluid
composition and the process conditions. Proposed MOC shall be subject to
company’s review and approval.
l) The details of various piping classes mentioned in these material selection
charts shall be as per Piping Material Specifications (PMS) enclosed with the
‘Piping’ section of the bid document.
3.6.4.6 INSTRUMENT INSTALLATION PHILOSOPHY:
a) All work shall be of the highest quality craftsmanship and shall conform to the
best applicable engineering practices, and, relevant codes referred in the bid
document. Installation of field mounted instruments for process measurement
in general shall be in accordance with API-RP-551.
b) All instruments shall be installed in a neat workmanlike manner ensuring ease
of operation and maintenance.
c) The Contractor shall prepare hook-up and installation detail drawings
regarding each type of instrument for the Company’s approval, and shall carry
out the installation in accordance with these approved drawings.
d) The Contractor shall install instruments and equipment with due consideration
of the following:
i. No instrument with the exception of pressure gauges and temperature
indicators, shall be installed in such a way that it depends on its impulse
piping or electrical connections for its support.
ii. Positioning of equipment shall not constitute a safety hazard. Wherever
possible, instruments shall be mounted so that they are protected from
the effects of rain and sun, while maintaining the requirements for access
and visibility. Where this is not possible, the Contractor shall provide a
fixed cover or hood to protect instruments, without impairing access or
visibility
iii. Visibility and accessibility for both maintenance and operations purpose.
iv. Ease of access for lifting heavy items of equipment such as valves.
v. All installed instruments and valves shall be free from vibration.
vi. Instruments shall be mounted / connected so as not to stress vessel
nozzles or pipe tapping.
vii. All local process-connected instruments shall be located as close as
possible to the point of measurement while still being accessible from
the deck, ladder or a platform.
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 22 of 43
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 23 of 43
installation standards, and the same shall be submitted for information with all
necessary details of location and mounting.
3.6.4.7 INSTRUMENT INSPECTION & TESTING PHILOSOPHY:
3.6.4.7.1 General:
a) The Contractor’s quality plan shall include a comprehensive fully documented
inspection and testing plan specific to the project.
b) The contractor shall consider all the testing requirements as mentioned in the
08
individual IRTs for each type of instrument.
c) The procedures shall include inspection specifically for compliance with
hazardous areas requirements, including current certificate, without which no
circuit or loop shall be energized.
d) All testing, calibration and pre-commissioning shall be done by the
Contractor. The Contractor shall also provide assistance as required during
commissioning activities.
e) The Contractor shall provide suitable workshop facilities and shall provide all
necessary test and calibration instruments and equipment.
f) The Company reserves the right to reject any or all test and calibration work if
found not complying with the Specification requirement. The Contractor shall
complete and submit documentation for all calibration, testing and pre-
commissioning. Company Representative prior to shipment shall check out
panels, consoles, and packaged instrument assemblies for their compliance
with specification requirements.
g) The Contractor shall in the presence of the Company Representative, verify by
inspection, calibration and loop testing, that, all instrumentation in field and
control room including local and remote/central control panels, are complete
and operable as per specification requirement. All testing and calibration shall
be subject to approval of the Company.
h) In addition to calibration/testing, loop checking, setting for safety devices like
process switches, safety valves etc. and simulation testing of all interlock and
shutdown systems, done at fabrication yards, the same shall also be carried out
at offshore site as well.
i) In general, the pipes and tubes shall be cleaned before testing. They shall then
be subject to hydro-test (or other applicable tests) and then blow dried.
3.6.4.7.2 Flushing of Lines:
The Contractor shall remove in line instruments like flow meter, control
valves/safety valves, if necessary, and provide spool pieces/flanges prior to
flushing of lines.
3.6.4.7.3 Instrument Supply Lines:
a) Instrument air/gas piping and tubing shall be disconnected upstream of all
filter/regulators before testing, the piping and tubing shall then be hydro tested
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 24 of 43
as explained below and then shall be blown down to remove hydro test water,
slag and mill scale from lines.
b) Instrument air supply lines shall be blown with instrument air prior to
connecting to instruments. Instrument air/gas mains shall be isolated from the
instrument and pressurized to 11/2 times maximum working pressure with
instrument air, they shall be isolated from the pressure source and the pressure
reading on a test gauge shall not fall by more than one psig in ten minutes.
3.6.4.7.4 Instrument Signal Lines:
Instrument signal lines shall be blown with instrument air prior to connecting
to instruments. All air/gas tubing shall be tested and inspected by one of the
08 methods given in Instrument System & Automation Society (formerly known
as Instrument Society of America) Recommended Practice RP 7.1 “Pneumatic
control circuit pressure test”.
3.6.4.7.5 Impulse Lines:
a) All process impulse lines shall be disconnected and flushed with potable
water. Air lines shall be blown down with filtered air. Hydraulic lines shall be
flushed with hydraulic oil.
b) After flushing, process impulse lines shall be isolated from the instrument and
pressurized hydraulically to 11/2 times maximum working pressure corrected
for ambient temperature. They shall then be isolated from the pressure source
and the pressure reading on a test gauge shall not fall at a rate exceeding one
psig/hour.
3.6.4.7.6 Direct Mounted Instruments:
For the direct mounted instruments such as level gauges, level transmitters
(displacer type), level switches etc., the equipment shall be pressurized to the
maximum operating pressure gradually and steadily with the instrument on
line. The equipment shall then be isolated from main pressure source. The
pressure shall not fall at a rate exceeding one psig/hr.
3.6.4.7.7 Wiring:
Wiring shall be checked to ensure that it is correctly connected and properly
grounded. Insulation test shall be carried out on all wiring taking necessary
precautions. Correct connections of all switches shall be checked. Tests for
Cables and wiring shall be as per the specifications elaborated in the Electrical
section of the bid document. Wiring shall be ‘Megger’ tested as a minimum
for the rated voltage.
3.6.4.7.8 Calibration & Testing:
a) The Contractor’s instrument personnel shall calibrate instruments. This
calibration shall when possible, be done with the instrument or system in
place, otherwise calibration prior to installation or removal for calibration
shall be done. The Contractor shall provide written results of all instrument
calibration in prescribed format and shall submit such formats well in advance
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 25 of 43
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 26 of 43
3.6.4.8.3 All spare parts shall be marked with the manufacturer’s part number, name and /
or reference number.
3.6.4.8.4 All spare parts shall be packed separately from the main instrument, and shall be
properly protected to prevent deterioration and damage during shipment and
storage.
3.6.4.8.5 The spares requirement of individual systems shall be as per the relevant
functional specifications enclosed elsewhere in the bid document. However
unless otherwise mentioned the following shall be the basis for finalizing the
minimum requirements of spares for instrumentation:
a) Mandatory spare instruments shall be 10% minimum or 1 (one), whichever is
more of each type and range for PG, TG, T/C, Receiver switch, SOV, RTD,
08 AFR & I/P Convertor/Smart Positioner. It does not include PSV, CV, PCV field
transmitters, field switches, flow meters, LG. The mandatory spare instruments
shall be supplied along with each Platform (New as well as Modification).
b) It is vendor's responsibility to have commissioning spares as required for
commissioning of plant. It is deemed to be included in his firm scope of supplies
/ work.
c) For Control Panels, unless otherwise specified, 20% (or minimum one,
whichever is higher) installed spares for Indicating Lamps, Annunciation
Windows, Selector Switches, Relays, Power Feeders (AC & DC) (in ACDB &
DCDB and for instruments in panel), Switch Fuse units (for loop power supply),
shall be provided fully wired up-to the field terminals in the control panel.
d) In junction boxes, 20% spare terminals shall be kept as installed spares, Also,
while choosing multi-core cables / multi pair cables, minimum, 20% cores /
pairs shall be kept as spare, for future use. However the entire cable shall be
terminated at both ends (JB and Panel). Cable entries for spares shall be suitably
plugged.
e) For cable tray sizing, cable tray width shall be sized so that 50% space is free
and available for future use.
f) For pneumatic panels, 10% spare instrument air header branch lines and 15%
spare bulk heads and tapping points shall be provided in each panel.
g) Control panels shall have additional available ‘spare’ space for future and
expansion.
h) Consumable spares for a minimum of three months duration after
commissioning and shall include chart paper, printer paper, ink, cartridges.
Compact disc etc required for recorders, printers, soft data back up and hard
copier units.
i) All instruments shall be offered with an undertaking of “assured supply of
adequate spares in case of discontinuation of the product”.
3.6.4.9 PHILOSOPHY FOR FUTURE FACILITIES
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 27 of 43
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 28 of 43
“ABCD-EF-GH-IJ”
The first set of characters / digits ‘ABCD’ = Name or abbreviation of the Platform
08
The second set of characters / digits ‘EF’ = Name of the Instrument (FT, LT, etc.)
The third set of characters / digits ‘GH’ = Last two digits of the reference P&ID
The Last set of characters / digits ‘IJ’ = Instrumentation Identification Number
b) The tag number of every instrument shall appear on all relevant drawings and
documents that pertain to the specific instrument.
c) Nameplates and identification tags shall be provided to properly identify each
piece of instrumentation / equipment including instruments, Junction boxes,
bulkhead connections, cables, wiring, etc.
d) All instruments shall have SS tag or nameplate of a permanent type with
identification number and service description.
e) All panel instrument nameplates shall be constructed of white laminated
plastic plates with black engraved lettering and securely fastened with 316 SS
screws.
f) All front panel mounted equipment shall also be identified with a metal or
plastic nameplate attached to the rear of the device, and easily visible via the
rear access doors.
g) All wiring, cables, tubes, multi-tube bundles, junction boxes and auxiliary
equipment shall be suitably identified as per applicable codes and practices.
Plastic adhesive tapes shall not be used for identification. All wiring shall be
tagged with slip on or clip-on wire marker at both ends, with the wire number
specified on the drawing.
h) All site-mounted instruments, junction boxes, air/gas headers, tubing and
wiring terminations shall be labeled or tagged in manner approved by the
Company. Instruments shall be furnished with stainless steel nametags
containing tag number, manufacturer’s name, model number and serial
number. This tag shall be approximately 3” x 1” and shall be attached to the
instrument with 16 gauge stainless steel wire.
i) Labels shall be positioned directly on the equipment or immediately adjacent
for best visibility. Positioning the label to one side shall be done only when
other preferred positions are unavailable. Where label positioning is difficult,
the Company’s representative shall determine the final position. Junction box
labels shall be fitted on the lid in a central position.
j) Typical instrument label details shall be as per Annexure –IX of this
document.
3.6.6.2 DOCUMENTATION:
The contractor shall provide hard copies plus electronic copies on 1TB portable drive
for all the documents.
3.6.6.2.1 Equipment Documentation:
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 29 of 43
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 30 of 43
a) The contractor shall provide an Instrument Index. The index shall include the
information listed below:
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 31 of 43
b) The instrument index shall form the basis for documenting all instrumentation
and shall be listed in alphanumeric order of instrument tag number and shall
contain all relevant information for each instrument.
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 32 of 43
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 33 of 43
Where the product is not listed in the above said list of suggested vendors, the
new vendors proposed by the contractor for supply of the product shall conform
to the pre-qualification criteria followed for empanelment of new vendors in
Off-Shore Design Section, which is summarized herein, for approval of vendors.
The following is also applicable to Vendors who are not listed in the Suggested
Vendor List, but have proven track record, and the offered product meets the
relevant functional specifications issued by Off-shore Design Section. Above
vendors shall be subject to evaluation and approvals by the company. The
procedure for evaluation and approval of new vendors proposed by the
contractor shall be same as the procedure followed for the ‘empanelment of the
vendors’ in Off-Shore Design Section.
To evaluate the proposed vendors, the salient criteria but not limited to the
following, is laid out to assess their track record and evaluate the vendor and the
product:
a) The item /equipment must meet the “Functional specifications” and “Design
criteria” of Offshore Design Section.
b) The item/equipment should be as on date in continuous satisfactory service in
offshore oil & gas operations for a minimum period of 2 years. This shall be
08 supported with performance feedback from the end-users or suitable back-up
documentation (Repeat Purchase Order).
c) Purchase order copies should be submitted to establish the track record of the
equipment/items supplied to offshore oil & gas installations.
d) Ensuring provision for supply of spares for at least 10 years, and intimating
the company well in advance if there is a discontinuation of the model /
product / facilities for either upgrading or for planning and making purchase
of sufficient spares by the company before such actual discontinuation. (Refer
Clause 3.6.4.8.1)
e) Facilities or facilitating maintenance of the offered equipments / products in
India (for major items).
Notwithstanding the above,
f) The new Vendor shall furnish the past track record of similar material for
similar service in offshore application along with details of clients, type of
product, make, size, service, year of completion, and copies of any feedback
information received from clients regarding functioning of equipment /
material supplied.
g) Vendor shall furnish leaflets / catalogues / drawings / sketches of the particular
product being supplied
h) Vendor shall furnish the details of their Indian counter-parts / agents /
subsidiaries (in case of foreign vendors) and sub-suppliers, viz. the name(s) of
Manufacturer etc.
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 34 of 43
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 35 of 43
the box or crate with red letters, such as “Handle with Care” / “Keep Dry” /
“Fragile”, etc.
i) A suitable desiccant shall be placed inside those control panels or junction
boxes, which contain electronic or electrical components during shipment.
j) Each crate, bag or package shall be clearly identified with the purchase order
number and identification symbol.
k) The Contractor shall be solely responsible for the adequacy of the Preparation
for shipment in his Tender for review by Company. Contractor shall also state
in the Tender his recommendations for long term storage (up to 12 months) for
both indoors and open air storage.
l) It is Contractor’s responsibility to reassemble the instruments disassembled
during shipment after the packages or packaged equipment are positioned and
installed on site.
3.6.6.6 RECEIPT AND STORAGE:
a) The Contactor shall develop a comprehensive plan for receipt, storage and
release of all equipment released into his care, including items supplied by
others or free-issued by the Company. This plan shall provide means to
immediately establish the status and location of any item, which has been
issued to the Contractor.
b) The Contractor shall be fully responsible for equipment issued into his care,
and shall provide secure facilities to provide a storage environment, which
shall protect the equipment to the vendor’s requirements. Any equipment
damaged after issue to the Contractor shall be repaired, reinstated or replaced,
by the Contractor, at the Company’s discretion.
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
LOOP #
FORMAT No.
ODS/SOF/004
PRIMARY ELEMENT / TRANSMITTER / CONTROL VALVE /
LOCATION DESCRIP TEST CONTRACTO RECORDER / INDICATOR / ALARM SWITCHES /
INSTR. LOOP
MODULE TION DATE EQUIPMENT R/ TESTING Check ACCESSORIES REMARKS
TAGS CHECK
SYSTEM (ABBR) USED PERSONNEL
ISO – 9001:2008
ODS/SOP/023
Ref. PROCEDURE No.
Engineering Services
To Specs
Offshore Design Section
Installed
02
Piped/Wired
ISSUE No.
Calibrate
To Specs
DESIGN CRITERIA
INSTRUMENTATION
00
Installed
REV. No.
Rev
Page:
Section
Piped/Wired
Volume
Calibrate
II
08
3.6
21.07.2010
36 of 43
REV. DATE:
Offshore Design Section Volume II
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 37 of 43
Note: All connections shall be taken from the top of the header. Branch
connections from headers / sub-headers shall be with SS 316 instrument
isolation valves for air tubing to individual instruments.
ANSI class# ratings for air piping & pipe fittings on the air headers shall
be as per the piping specification, including that of the first block valve &
swage / pipe nipples.
As a minimum, tube fittings shall be rated for 3000# ANSI.
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 38 of 43
Vendor’s deviation
S. No. Document Clause No. Requirement
with reasons
(This form shall be submitted by Vendor and Contractor during project engineering
stage. This contractor is considered to have “no deviations” from the bid scope and
specification after all clarifications during the bidding (pre-award) stage “NO
DEVIATIONS” shall be written across the table. Same shall be attached with the
Purchase Specifications submitted for approvals during engineering stage. Where
minor deviations persist, same shall be listed for approvals before finalizing the PS
for approvals.)
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 39 of 43
Project:
CURRENCY
(The Vendor should state in this form, a list of commissioning spares and related
information, which in his opinion are essential for the purpose of commissioning of the
relevant item. This form shall be signed by Vendor and Contractor.)
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 40 of 43
ANNEXURE - VII :
FORM D – LIST OF ONE YEAR SPARES
Project:
CURRENCY
(The Vendor should state in this form, a list of spares, which in his opinion are essential
for one year operation / maintenance of the relevant item. This form shall be signed by
Vendor and Contractor.)
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 41 of 43
ANNEXURE - IX:
LABEL DETAILS FOR INSTRUMENTS / SYTEMS HANDLING H2S
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 42 of 43
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II
ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 43 of 43
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
FUNCTIONAL Spec. No. 3202
Offshore Design Section Rev. No. 7
SPECIFICATION FOR
Engineering Services Discipline Instt.
ISO – 9001:2008 FLOW TRANSMITTER
(ELECTRONIC) Page: 9 OF 9
ANNEXURE – IV
Multivariable Transmitter (MVT) with Flow Computation
Type Integral Display,
Service To measure Pressure, Differential Pressure & Temperature of line fluid & to calculate
flow as per AGA-3 with AGA-8 for Gas & ISO-5167 for Liquid.
Over-range 130% of designed process parameters.
Protection
DP range Maximum calibrated range of DP Transmitter will be of 400 inches of H2O column.
Units Engineering : T- Deg C, P - Kg/cm2g , Bar, DP- mmH2O, inches of H2O, PSI
O/P Analogue: 4-20 mA, HART/RS485/ Modbus TCP/IP
Connection ½” NPT conduit / ½” NPT
Electrical/Process
Local Indication 4-1/2 Digit LCD in engineering units at grade level,
Accuracy ±0.1% of FSD or better, repeatability- ± 0.25% or better,
RTD External, 3-wire platinum-100. MVT vendor shall be responsible for the supply and
testing the RTD along with the MVT
Supply 24V DC Typical
Weather-proof (NEMA 4X), Explosion-proof to NEMA 7 and certified by third party
Enclosure Class statutory bodies like UL/FM/BASEEFA/ATEX or equivalent for use in hazardous
area (CL 1, DIV.1, GR.C&D) or equivalent
Others 1. Refer FS-3202 for FT for Installation, Hook-up, mounting accessories & general
requirement.
2. The Calibration / configuration software, as loaded in the MVT, shall also be
supplied in DVD/USB drive. Industrial grade Laptop loaded with calibration and
configuration software shall be supplied with MVT,
3. Selection of Meter shall conform to P&IDs & process Design criteria.
4. MVT Vendor shall be responsible for the supply and testing the RTD along with
the MVT before despatch.
5. Refer RTD Specifications in FS for TT (FS-3302)
6. MVT Vendor shall be responsible for the supply of Thermowell (from TG/TT
vendor list) along with the wake frequency calculation. Data sheet and wake
frequency calculation sheet shall be signed and stamped by the Thermo-well /
MVT Vendor.
7. Where the MVT is in a flow control loop, the Compensated flow signal from
‘MVT with flow computer’ to ‘Process PLC/RTU’ shall be hardwired 4-20 mA for
the flow control purpose. Other parameters (pressure, temperature, DP etc.) may
be through MODBUS/ HART/FF as applicable.
8. Flow computation shall be achieved within the MVT or through a separate flow
computer. Where separate flow computer shall be provided same shall be as per
Flow Computer FS(FS-3211)
9. MVT with separate/ integrated flow computation facility shall have adequate data
storage facility (min 7 days).
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/023 ODS/SOP/017 01 00 21.07.2010
Spec. No. 3211
Offshore Design Section
Functional Specifications Rev. No. 5
Engineering Services
Discipline Instt
ISO – 9001:2000 FLOW COMPUTER
Page: 1 OF 7
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004B ODS/SOP/008 to 015 03 00 02.12.2008
Spec. No. 3211
Offshore Design Section
Functional Specifications Rev. No. 5
Engineering Services
Discipline Instt
ISO – 9001:2000 FLOW COMPUTER
Page: 2 OF 7
CONTENTS
3 Scope of Supply 4
4 Flow Computer 4
4.1 Purpose 4
4.3 Diagnostics 6
4.4 Accuracy 6
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004B ODS/SOP/008 to 015 03 00 02.12.2008
Spec. No. 3211
Offshore Design Section
Functional Specifications Rev. No. 5
Engineering Services
Discipline Instt
ISO – 9001:2000 FLOW COMPUTER
Page: 3 OF 7
1.1 This functional specification describes the essential design considerations for the selection of
Flow Computer for the intended purpose.
2.1 The following codes and standards (latest edition) are referenced to and make a part of this
specification.
Numbers Description
AGA -3 Orifice Metering of Natural Gas and Other Related Hydrocarbon Fluids
AGA-Report 7 Report No. 7, Measurement of Gas by Turbine Meters,
AGA-8 Compressibility factor of Natural Gas and other related Hydrocarbon
Gases
AGA- Report 9 Measurement of Natural Gas by Ultrasonic Meter
AGA- Report 10 Speed of Sound in Natural Gas & other related Hydrocarbon Gas,
May2003
AGA-Report 11 Measurement of Natural Gas by Coriolis Meter
API MPMS 11.1 Physical Properties Data Section 1—Temperature and Pressure Volume
Correction Factors for Generalized Crude Oils, Refined Products, and
Lubricating Oils
API MPMS Manual of Petroleum Measurement Standards Chapter 12—Calculation
Chapter 12 of Petroleum Quantities
API MPMS 21.1 Flow measurement using electronic metering system section-1
Electronic gas measurement
API MPMS 21.2 Flow measurement using electronic metering system section-2 - Inferred
mass.
ASTM D 1250 Standard Guide for Use of the Petroleum Measurement Tables
ISO 5167 Measurement of fluid flow by means of pressure differential devices
ISO 5168: 1998 Measurement of fluid flow – Evaluation of Uncertainties.
ISO 6976 Natural gas - Calculation of calorific values, density, relative density
and Wobbe index from composition
ISO 10723 Natural Gas-Performance Evaluation for On-line Analytical Systems
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004B ODS/SOP/008 to 015 03 00 02.12.2008
Spec. No. 3211
Offshore Design Section
Functional Specifications Rev. No. 5
Engineering Services
Discipline Instt
ISO – 9001:2000 FLOW COMPUTER
Page: 4 OF 7
3.1 The quantity to be supplied and installed shall be as per the requirements indicated in the Basic
Bid Work and the P & IDs.
3.2 The vendor shall be responsible for the selection of the Flow Computer suitable for its
intended application, its procurement, tagging, packing, testing & calibration, preparation for
shipment, along with accessories, spares, and assistance where required for its installation &
commissioning at site. This FS shall be read in conjunction with the Instrument Design
Criteria.
4.1 PURPOSE:
4.1.1 The purpose of Flow Computer is to perform flow calculations, data archival, data retrieval and
data transmission to the required destination.
4.1.2 For Gases, Flow Computer shall be used obtaining compensated flow, instantaneous flow,
cumulative flow and compensation parameters (Pressure and Temperature) , Molecular
weight , & Totalized flow ( Mass / Volume ).
4.1.3 For Liquids , Flow Computer shall be used for obtaining uncompensated flow , Compensated
flow , Instantaneous Flow , Compensation Parameters (Temperature, Viscosity) , Density ,
Totalized flow ( Mass / Volume ) and Net Oil and water cut ,wherever applicable.
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004B ODS/SOP/008 to 015 03 00 02.12.2008
Spec. No. 3211
Offshore Design Section
Functional Specifications Rev. No. 5
Engineering Services
Discipline Instt
ISO – 9001:2000 FLOW COMPUTER
Page: 5 OF 7
• With integral solar cells: This type of Field Mounted Flow Computer shall be provided
where power availability is a constraint.
• Without integral solar cells: This type of Field Mounted Flow Computer shall be
provided where power is available from the existing / new power supply system.
4.2.5 Deleted.
5
4.2.6 Deleted.
4.2.7 For field mounting, mounting accessories required for Flow Computer shall be 316SS or
better. All instrument supports for installation shall be galvanized.
4.2.8 Flow Computer shall be capable of archiving data for a minimum of 15 (fifteen) days for a
minimum of 10 (Ten) parameters.
4.2.9 The time interval of data capturing / frequency of data logging shall be user-programmable
with standard 1 hour, 10 minutes and 1 minute intervals.
4.2.10 Flow Computer shall be capable of providing data of trends displays over user selectable
time base.
4.2.11 Flow Computer shall have facility for changing the range selection, multiplication factor.
4.2.12 Necessary software shall be provided with the flow computer as per application.
Specific inputs that are to be connected to Flow Computer shall be as per P & IDs
and process requirement.
4.2.15 Outputs from Flow Computer:
4.2.15.1 Flow Computer shall be capable of generating following outputs:
• 4 – 20 mA analog signals
• Digital signals
• RS-232C / RS 485 Modbus or Ethernet TCP/IP protocol for RTU / DCS
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004B ODS/SOP/008 to 015 03 00 02.12.2008
Spec. No. 3211
Offshore Design Section
Functional Specifications Rev. No. 5
Engineering Services
Discipline Instt
ISO – 9001:2000 FLOW COMPUTER
Page: 6 OF 7
The specific outputs that are required from Flow Computer shall be as per P & IDs and
process requirements.
4.2.16.1 Flow Computer shall have in general two displays with LCD backlit screens, one resettable
for indicating instantaneous flow, compensated flow and compensation parameters
(minimum 6 digit) and other non resettable ( min 8 digits).
4.2.16.2 Flow computer shall have facility to configure engineering units required for display as per
requirement. Flow Computer unit shall have a user-friendly keypad for selection of
functions and displays. Calling up a function or a display shall not require more than 3 key
presses. The keypad shall suitable for performing simple programming / customization of
Flow Computer software. It shall be possible to configure certain keys on keypad for
launching quick functions.
4.2.16.3 The flow computer shall also have facility to input quality parameter such as N2, CO2,
specific gravity and detailed composition C1 to C6+ using keypad inputs etc.
4.3 DIAGNOSTICS:
4.3.1 Flow Computer shall be capable of performing self-diagnostics of electronics and software.
It shall also provide relevant error display.
4.3.2 ‘Low battery’ indication shall be generated on LCD screen.
4.4 ACCURACY:
4.4.1 The accuracy of the Flow Computer shall be ± 0.025% or better.
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004B ODS/SOP/008 to 015 03 00 02.12.2008
Spec. No. 3211
Offshore Design Section
Functional Specifications Rev. No. 5
Engineering Services
Discipline Instt
ISO – 9001:2000 FLOW COMPUTER
Page: 7 OF 7
FLOW COMPUTER
UNITS: Flow Liquid – M3/HR. Gas – NM3/HR. Pressure – Kg/cm2 Temperature – oC Level/Length - M
1 Tag Number
2 Display Capability:
a) Instantaneous Flow Data Required
b) Compensated Flow Data Required
GENERAL
c) Cumulative Flow Data Required
d) Compensation Parameters Required
e) Others (Specify)
3 Control Panel Mounted Yes / No
Wall Mounted Yes /No
TYPE OF FLOW 4 Field Mounted ( suitable for area classification) Yes / No
a) With Integral Solar Cell Array Yes / No
COMPUTER b) Without Integral Solar Cell Array Yes / No
c) With Integral Multi Variable Sensor Yes / No
5 Display:
a) No. of lines of display
FLOW COMPUTER b) No. of characters per line
CHARACTERISTICS c) Alphanumeric display Yes / No
6 Programmable Keypad Required
7 Diagnostics Required
8 Power Supply
POWER SUPPLY &
9 Battery Back-Up Type
BATTERY BACK-UP
10 If Permanent Battery, life of battery
11 4 – 20 mA signal (mention quantity of such I/O)
12 Pulse inputs (mention no. of such I/O)
INPUT TO FLOW 13 Digital inputs (mention no. of such I/O)
COMPUTER 14 RTD inputs (mention no. of such I/O)
15 0 – 5 V signal (mention no. of such I/O)
16 Serial inputs/Others, if any, with comm., protocol
17 4 – 20 mA signal (mention no. of such I/O)
OUTPUT FROM FLOW 18 Digital outputs (mention no. of such I/O)
COMPUTER 19 Communication Port (i.e. RS-232, etc.)with protocol
20 Others, if any, with no. of such I/O
21 No. of days for which data can be stored
DATA ARCHIVING
22 Frequency of data logging permissible
MATERIAL 23 Enclosure
ENCLOSURE 24 Rating
ACCURACY 25 Flow Computer Accuracy
26 Fluid State
27 Flow Min. Maximum
28 Flow Normal
29 Inlet Pressure Operating Maximum
SERVICE CONDITIONS 30 Temperature Operating Maximum
31 Sp. Gr. at Oper. Temp.
32 Molecular Weight
33 Operating Viscosity (CP)
34 Corrosive Content
35 IS Certification
36 Manufacturer
ITEM DETAILS
37 Model Number
38 Remarks
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004B ODS/SOP/008 to 015 03 00 02.12.2008
IRT No. ODS/INST/IRT/15
Offshore Design INSPECTION
Section REQUIREMENT
Engineering Rev No 1
TABLE
Services
(ISO – Discipline Instrumentation
9001:2008)
5. Certificates/compliance/Data/Information to be submitted by
vendor
for Review/ Approval
6. Stages of Inspection
General & documents- For Review/Approval /Information
1 A -- R H X Inspection Test Plan
2 R -- R H X Review of internal test, calibration reports.
3 R H X Type test certificates, confirmity certificate (As applicable) for specified
R --
enclosure class & Hazardous Area Classification.
Inspection & Testing- For Witness/ Random Witness
4 Final visual, dimensional ( 1 Pc Per Type/ Model ), nameplate check
-- -- W H X including process connection, cable entry, blind plugs, accessories check
etc.
5 -- -- RW H X Functional, Calibration check (*Random witness 10%).
6 -- Undertake any other Tests as stated in the relevant FS of the Item and Confirm
-- W W X
Compliance of the Item under Inspection to ONGCs FS.
IRN For issue by CA/TPI/Contractor IA
7 -- - Is H X Issue & Documentation at Vendor Place
IMIR/GIIR at Yard/Offshore
8 W W - H X Verification of items as per IRN along with all Inspection Report
9 IS R - - X IMIR/GIIR on the basis of IRN