Sei sulla pagina 1di 33

WGE - BP

SULLOM VOE TERMINAL

PROJECT AURORA

SPECIFICATION FOR
DEHYDRATION PACKAGE

Document No. : 37SVT-S080F0312-M-SE-0004-000

TAG No. A - 6502

WOOD GROUP ENG. (NORTH SEA) LTD


1 THE OVAL,
NOVA TECHNOLOGY PARK,
GLASGOW.
G33 1AP

Project Accepted
Rev Date Description Originator Checked Approved
Approval (Client)

C 22.05.08 Issued for Purchase G. McLellan M.McGuire G. McLellan P.Neilson B. Manson

B 10.12.07 Issued for Enquiry M.McGuire G.McLellan M.McGuire P.Neilson N/A

A 21.11.07 Issued for IDC M.McGuire G.McLellan M.McGuire - -


Page 2 of 33

BP SULLOM VOE
PROJECT AURORA
SPECIFICATION FOR DEHYDRATION PACKAGE
Document No: 37SVT-S080F0312-M-SE-0004-000

TABLE OF CONTENTS

1.0 INTRODUCTION.................................................................................................................................. 3
2.0 SPECIFICATIONS and STANDARDS................................................................................................. 3
3.0 REQUISITION REQUIREMENTS....................................................................................................... 7
4.0 TECHNICAL DESIGN REQUIREMENTS ........................................................................................ 11
5.0 IINSPECTION and TESTING REQUIREMENTS ............................................................................. 13
7.0 INSTRUMENTATION........................................................................................................................ 19
8.0 ELECTRICAL ..................................................................................................................................... 28
9.0 PRESERVATION, PACKING and STORAGE .................................................................................. 28
10.0 DOCUMENTATION........................................................................................................................... 29
11.0 GUARANTEES ................................................................................................................................... 29
APPENDIX 1 .................................................................................................................................................. 30
SPECIFICATIONS/ DATA SHEETS............................................................................................................. 30
APPENDIX 2 .................................................................................................................................................. 31
SUPPLIER DATA REQUIREMENT LIST (SDRL) ...................................................................................... 31
37SVT-S080F0312-M-VL-0004-000.............................................................................................................. 31
APPENDIX 3 .................................................................................................................................................. 32
EXCEPTIONS AND DEVIATIONS LIST..................................................................................................... 32
APPENDIX 4 .................................................................................................................................................. 33
METEOROLOGY DATA............................................................................................................................... 33
Page 3 of 33

BP SULLOM VOE
PROJECT AURORA
SPECIFICATION FOR DEHYDRATION PACKAGE
Document No: 37SVT-S080F0312-M-SE-0004-000

1.0 INTRODUCTION

This Specification defines the minimum technical requirements for the supply of the following items of
equipment:
1-No Skid Mounted Molecular Sieve Dehydration Package.

The Package will be installed at BPs Sullom Voe Terminal (SVT), Shetland. Installation and commissioning
will be by others.

2.0 SPECIFICATIONS AND STANDARDS

2.1 Applicable Specifications and Standards

All Vendor supplied equipment shall comply with the requirements of the standards and specifications listed
below. National Codes and Standards shall be read in conjunction with the relevant BP Engineering Technical
Practices (ETPs).

The order of precedence of Referenced Documents shall be as follows:

1. Statutory Regulations
2. This Specification
3. Equipment Data Sheets
4. WGE/Client Standards and Specifications
5. International and National Codes and Standards

In case of ambiguity or conflict between the applied specifications and national codes and standards, the
Vendor shall make a written submission to WGE for resolution.

DOCUMENT DESCRIPTION DOCUMENT REV. DATE


NUMBER
WGE Process Data Sheet for Dehydration 37SVT-S080F0312-P- C 22/05/08
Package DS-0001-000
Specification for Structural Steel 37SVT-80F0312-S-ST- B1 09/11/07
0001-000
Specification for the Design of PAUs and PARs 37SVT-80F0312-S-ST- B 09/11/07
0002-000
Design Data Sheet for Low Voltage Motors 37SVT-S080F0312-E- B 08/11/07
DS-0008-000
Specification for Thermal Insulation and PFP 37SVT-S080F0312-M- A 28/11/07
ST-0001-000
General Steelwork Notes 37SVT-S080F0312-S- C
GA-0400-001
Typical Steelwork Handrail Details 37SVT-S080F0312-S- C
GA-0400-002
Typical Steelwork Stair Details 37SVT-S080F0312-S- C
GA-0400-003
Typical Steelwork Ladder Details 37SVT-S080F0312-S- C
GA-0400-004
Page 4 of 33

BP SULLOM VOE
PROJECT AURORA
SPECIFICATION FOR DEHYDRATION PACKAGE
Document No: 37SVT-S080F0312-M-SE-0004-000

DOCUMENT DESCRIPTION DOCUMENT REV. DATE


NUMBER
BP Standards and Specifications:
Painting of Metal Surfaces GIS 06-601 21-Jun-07
Painting of Metal Surfaces HOLD HOLD
Guidance on Practice for Materials for Sour GP 06-20 25-Oct.-05
Service
Low Voltage Induction Motors (IEC) GIS 12-201 04-Dec-03
Motors GP 12-20 30-Sep-03
Low Voltage Power and Control Cable(IEC) GIS 12-151 09-Sep-03
Instrumentation Cable (IEC) GIS 12-155 04-Feb-03
Wire and Cable GP 12-15 03-Dec-03
Earthing/Grounding GP 12-25 14-Nov-03
Electric Trace Heating GP 12-40 02-Dec-03
Electrical for Packaged Equipment GP 12-45 27-Jan-04
Variable Speed A.C. Drives GP 12-50 30-Jul-03
Hazardous Area Electrical Installations GP 12-60 25-Nov-03
Cable Trays and Raceways GP 12-75 12-Dec-03
Noise Control GIS 14-011 04-Nov-05
Welded Fabrication and Construction GIS 18-011 22Aug-06
Air Cooled Heat Exchangers GIS 26-103
Temperature Instruments GP 30-01 10-Mar-03
Pressure Instruments GP 30-05 18-Feb-03
Non-Fiscal Flow Instruments (Class 2 and 3) GP 30-10 30-Jun-02
Level Instruments GP 30-15 07-Mar-03
Miscellaneous Field Instruments GP 30-20 19-Aug-02
Field Instruments - General GP 30-25 31-Jul-02
Field Communication Buses GP 30-30 10-Sep-03
Control Valves and Pressure Regulators GP 30-35 31-May-02
E&P Automation Blueprint EP GP 30-43 01-Oct-07
Control and Instrumentation in Vendor Packaged GP 30-70 05-Sep-02
Equipment
Management of the Safety Lifecycle GP 30-75-SIS 10-Apr-03
Development of the Process GP 30-76-SIS 01-Jul-03
Implementation of the Process Requirements GP 30-80-SIS 06-May-03
Specification
Fire and Gas Detection GP 30-85-SIS 29-Jan-03
Pressure Gauges GIS 30-051 28-Aug-03
Design and Engineering of Logic Solvers GIS 30-801 23-May-03
Fire and Gas Detection GIS 30-851 23-Jan-03
Page 5 of 33

BP SULLOM VOE
PROJECT AURORA
SPECIFICATION FOR DEHYDRATION PACKAGE
Document No: 37SVT-S080F0312-M-SE-0004-000

DOCUMENT DESCRIPTION DOCUMENT NUMBER REV. DATE


PMI for Pressure Vessels, Piping and GIS 36-103 30 Aug 06
Other Components
Skid Mounted Units Procurement GIS 40-101 16-Dec-05
Skid Mounted Units Lifting & Rigging GIS 40-102 16-Dec-05
Requirements
New Pressure Vessels GIS 46-010 03May-05
Standard Vessel Details GIS 46-020 04-Dec -06
Valves GP 62-01 27-Apr-06
Relief Valves GP 62-04 31-Dec-05
Piping Specifications
BP Piping Specification D1P 6 01.11.99
Supplement to BP Pipe Spec D1P 37SVT-S080F0312-L-ST-0005 C01 May 08
BP Piping Specification D3E 6 01.11.99
Supplement to BP Pipe Spec D3E 37SVT-S080F0312-L-ST-0007 C01 May 08
BP Piping Specification D3J 6 01.11.99
Supplement to BP Pipe Spec D3J 37SVT-S080F0312-L-ST-0009 C01 May 08
BP Piping Specification D3K 7 17.05.01
Supplement to BP Pipe Spec D3K 37SVT-S080F0312-L-ST-0010 C01 May 08
BP Piping Specification D3L 6 01.11.99
Supplement to BP Pipe Spec D3L 37SVT-S080F0312-L-ST-0011 C01 May 08
BP Piping Specification E3E 0 13.02.03
Supplement to BP Pipe Spec D3L 37SVT-S080F0312-L-ST-0020 A May 08
BP Piping Specification AU-S3X C01 May 08
International & National Standards
Unfired Fusion Welded Pressure Vessels PD 5500-2006 4 Jan 2006
Steel Pipe Flanges and Flanged Fittings ASME B16.5 29 Oct 2004
Large Diameter Carbon Steel Flanges ASME B16.47 Series B 31 May 2007
Loadings for Buildings. Code of Practice BS6399 Part 2 1 31 Jul 2002
for Wind Loadings
Materials in use for H2S Containing BS EN ISO 15156 Pt 1 2 30 Jun 2006
Environments General
Materials in use for H2S Containing BS EN ISO 15156 Pt 2 1 29 Sep 2006
Environments Carbon and Low Alloy
Steels
Materials in use for H2S Containing BS EN ISO 15156 Pt 3 1 29 Sep 2006
Environments Corrosion Resistant
Alloys
Metallic Products Types of Inspection BS EN10204 25 Oct 2004
Documents
Air Cooled Heat Exchangers API 661 6th Edition Feb 2006
Sizing, selection and Installation of API RP 520 Latest
Pressure-Relieving Devices in Refineries
Parts I & II
Guide for Pressure-Relieving and API RP 521 Latest
Depressurising Systems
Functional Safety of Electrical / Electronic IEC 61508 Latest
/ Programmable Electronic Safety Related
Systems
Page 6 of 33

BP SULLOM VOE
PROJECT AURORA
SPECIFICATION FOR DEHYDRATION PACKAGE
Document No: 37SVT-S080F0312-M-SE-0004-000

Safety Instrumentation & Emergency IEC 61511 Latest


Shut-Down Systems for Process Industries

DOCUMENT DESCRIPTION DOCUMENT REV. DATE


NUMBER
Statutory, National and Local Authority Requirements
EC Directives including but not limited to:
Machinery Directive 98/37/EEC
Pressure Equipment Directive, PED 97/23/EC and Latest
Amendments
Electromagnetic Compatibility (EMC) Directive 2004/108/EC and Latest
Amendments
The Low Voltage Directive 2006/95/EC and latest
Amendments
Equipment and protective Systems intended for ATEX 94/9/EC and
use in potentially explosive atmospheres latest Amendments
Directive
Safety and health Protection of Workers ATEX 1999/92/EEC and
Potentially at Risk from Explosive Atmospheres Latest Amendments
th
IEE Regulations (16 Edition) BS 7671: 2001 and latest
amendments
WEEE (Waste Electrical and Electronic 2002/96/EC and latest
Equipment Directive amendments
Lifting Operations & Lifting Equipment LOLER 98
Regulations
The Provision and Use of Work Equipment PUWER 98
Regulations 1998
COSHH Control of Substances
Hazardous to Health
Regulations 2002

2.2 EC Legislation

The Vendor shall supply an EC Declaration of Conformity together with a CE mark permanently fixed to
the equipment to confirm compliance with all relevant European Directives. Note that an EC Certificate of
Incorporation is not acceptable.

The Vendor and all sub-Vendors shall provide all documentation and certification necessary for the design,
installation, operation and maintenance of all items of equipment within the specified scope of supply.

2.3 Compliance

All Vendor supplied equipment shall be in strict accordance with this specification, referenced BP Guidance
Documents, and National Codes and Standards. .

Exceptions and deviations are defined as follows:


Deviations: Prefer not to comply with and have own proposed substitute.
Exceptions: Unable to comply with.
Page 7 of 33

BP SULLOM VOE
PROJECT AURORA
SPECIFICATION FOR DEHYDRATION PACKAGE
Document No: 37SVT-S080F0312-M-SE-0004-000

3.0 REQUISITION REQUIREMENTS

3.1 Scope of Supply

All equipment shall be designed and manufactured by the Vendor to satisfy the criteria specified in WGE
Process Data Sheets attached in Appendix 1 of this specification.

The Vendor is deemed to be an expert in relation to the equipment in his scope of supply and has the
responsibility to seek clarification if the requirements of this specification are not fully understood.

The Vendors scope of supply shall include, but not necessarily be limited to the process and mechanical
design, supply of materials, fabrication and assembly, inspection and testing, preparation and coating,
protection for shipment and delivery to (HOLD LOCATION) for the following items of equipment:

Item Tag No Description


1 A-6502 Skid Mounted Molecular Sieve Dehydration Package.
2 - Documentation (as indicated on the SDRL).
3 - Recommended Commissioning Spares. -

3.2 Base Scope

The Vendors scope of supply shall include but not necessarily be limited to, the following:
Skid Mounted Molecular Sieve Gas Deyhdration Package c/w all process related equipment
First fill of dryer internal media. (supplied loose for on-site filling by others)
Air cooled (fin fan type) exchangers c/w variable frequency drives
All necessary product filter vessels
All necessary separator vessels
Electric drive motors
Variable frequency drives (ABB ACS800 range) for speed control of air cooled fin fans supplied
loose for installation in substation by others.
Electric type process heater
Thyristor control panel for temperature control of process heater supplied loose for installation in
substation by the Purchaser.
Local Stop/Start/Emergency pushbutton control stations.
All instrumentation and local control equipment necessary for the safe and efficient functioning of the
package, all cabled to skid edge junction boxes.
Safeguards and relief devices on equipment where necessary to protect personnel, equipment and
piping.
All necessary on-skid interconnecting piping and valves, including process and instrumentation tubing
and fittings.
All necessary electrical and instrument cabling and cable trays (including supports for cable trays)
All required insulation provisions for safe, economical and reliable service including suitable facilities
for personnel protection.
Electrical trace heating provisions for winterisation. (Inlet & Regen Gas Separators vessel
instrumentation trim)
Fabricated modular steel skid complete with all necessary access ladders, platforms, grating, hand
railing and walkways (Note extent of ladders and platforms shall permit full access to all instruments
and valves).
Preparation and coating
Noise attenuation as required to meet legislation
Earth Bosses
Lifting beams, slings, shackles, etc. to allow safe lifting of all equipment during transportation and site
installation.
All required first fill lubricants and consumables
Page 8 of 33

BP SULLOM VOE
PROJECT AURORA
SPECIFICATION FOR DEHYDRATION PACKAGE
Document No: 37SVT-S080F0312-M-SE-0004-000

Nameplates and identification/tagging of equipment


Commissioning and start-up spare parts
Option for operational spare parts, to cover for 2 years operation
Special tools required for operation and maintenance of the equipment
Drawings and documentation as requested in this specification and its attachments
Schedule of rates for the provision of qualified site engineer(s) to supervise installation, first fill of
media in dryers, start-up and commissioning
Preparation of package for road and sea transportation (supply of blanks, etc.)
Delivery FOB to UK mainland port
Notified Body/Third Party Inspection

3.3 Project Co-ordinator

The Vendor shall assign a project co-ordinator responsible for the following activities:

Act as a single point contact for all communication between Purchaser and Vendor.
Monitor and expedite all Vendors and sub-Vendors activities to ensure compliance with the agreed
schedule and the requirements stated in this requisition and its reference documents.
Attend an order kick-off meeting at Purchasers office. Purchaser however reserves the right to hold this
meeting at the Vendors office, if considered more appropriate.
Attend technical and progress meetings at Purchasers office with appropriate technical support
personnel, these shall include HAZOPs, Safety Integrity Level, Plot Plan reviews, constructability and
operability, maintenance and safety reviews.
Monitor and expedite responses to Purchasers communications with the Vendor.

3.4 Field Services

The Vendor shall make provision for suitably qualified and experienced personnel for the supervision of field
services for the following:
Installation
Commissioning.
Training
Page 9 of 33

BP SULLOM VOE
PROJECT AURORA
SPECIFICATION FOR DEHYDRATION PACKAGE
Document No: 37SVT-S080F0312-M-SE-0004-000

3.5 Commissioning Spare Parts


The Vendor shall include for all spare parts required to install and commission the equipment. These shall
include any consumables, disposable filters, etc. Supplied spares should be suitably packed for storage and
should be clearly and individually labelled with WGE/Client purchase order number, requisition number and
item number, and part description.

3.6 Operational & Capital Spares


The Vendor shall submit price listing for all spare parts required during normal operation of the equipment for
2 years. These shall include any consumables, disposable filters, lubricants etc.

The Vendor shall also include for and price separately all spare parts that are on long delivery and may be
required to maintain the operation of the equipment for one year.

3.7 Consumables
3.7.1 First Fill:
The Vendor shall include for the supply of first fill of all lubricants, consumables, etc required to put the
equipment into operation. First fill of dessicant shall be carried out on site.

3.7.2 Operational Consumables


The Vendor shall provide the Purchaser with a list stating the specification, quantities, and replacement
frequency of all operational consumables required for the equipment.

3.8 Special Tools


The Vendor shall include for and price separately, any special tools required for installation, commissioning,
field testing, operation and maintenance of the equipment. These shall include any special lifting facilities
which may be required, e.g. a certified lifting frame or beam(s), including slings and shackles.

3.9 Pre-assembly
Due to the remote location of the Clients site, it is a requirement to minimise the extent of site works
associated with this package. Consequently, the package shall be designed and fabricated by the Vendor as a
single skid unit maximising the extent of shop assembly recognising the limits imposed by shipping from the
Vendors works to the Clients site and through the Clients site to the workface.

Maximum skid dimensions for transportation through the Clients site are 8500 wide x 8000mm high.
Page 10 of 33

BP SULLOM VOE
PROJECT AURORA
SPECIFICATION FOR DEHYDRATION PACKAGE
Document No: 37SVT-S080F0312-M-SE-0004-000

3.10 Exclusions

The following items are excluded from Vendors scope of supply:

Civil works
Offloading and Erection of equipment at site
Foundations, holding down bolting and grout
Passive Fire Protection
Interconnecting pipework and wiring / cabling from the compressor package limits
Gaskets and bolting for equipment termination points
Control systems.
Supply of package utilities (air, water, nitrogen, steam etc)
Electrical and control cabling external to the package
Electric motor starters.
Electrical cabling to MCC
Lighting Refer to section 8.0 of this specification.
On site testing and commissioning (site attendance by Vendor)

3.11 Technical Information Required with Quotation


Price and delivery timescales for Skid Mounted Dehydration Package including listing of all items in
scope of supply
List and individual cost options for special tooling
List and individual cost options for installation/lifting equipment
List and individual cost options for installation spares and consumables
List and individual cost options for commissioning spares and consumables
List and individual cost options for 2 years process operational spares and consumables
List and individual cost options for provision of engineering staff for supervision of unloading,
installation, commissioning and start-up activities
List and individual cost options for provision of engineering staff for operator training in equipment
maintenance and operation
Completed Supplier Document Index
Completed Motor Data Sheets
Equipment Operating Description. Proposed control/operating philosophy
Preliminary General Arrangements of proposed equipment c/w foundation loads/weights
Preliminary Piping and Instrument Diagram(s)
Purchaser piping interface connections
Instrumentation Suppler list/schedule
Utility and electrical power requirements
Delivery breakdown of equipment to site (approx sizes & weights)
Vendor Experience/Reference List
Page 11 of 33

BP SULLOM VOE
PROJECT AURORA
SPECIFICATION FOR DEHYDRATION PACKAGE
Document No: 37SVT-S080F0312-M-SE-0004-000

4.0 TECHNICAL DESIGN REQUIREMENTS

4.1 Mol Sieve Media Design

The molecular sieve shall be designed based on the following parameters:

A 12 hour step at the maximum flow rate for the year 2010, refer to WGE Process Data Sheet,
37SVT-S080F0312-P-DS-0001-000.
A bed life time of 3 years minimum.
Designed for minimum COS formation and have a proven Binder Formation

4.2 Adsorber Internals

The inlet distributor shall be top entry type.


The bed support shall be Johnson screen type or equivalent

4.3 Switching Valves

Switching valves shall be Cameron Orbit rising stem type c/w proximity switches and Metso
switchguard units.

4.4 General

The Vendor shall provide all the necessary services and be responsible for the complete process and
mechanical design, supply of all materials, fabrication, assembly, inspection, testing, coating and shipping to
site of the equipment. This shall also include the provision of information to the Purchaser to design the
interfaces and verify the overall design of the equipment supplied.
The Vendor shall be responsible for the coordination of sub-Vendors and the proper functioning of the
complete package.
All equipment shall be designed for a minimum service life of 20 years and will be located in an unsheltered
outdoor location within a coastal, wet, corrosive, chemical and marine environment and will take account of
weather conditions as described in Appendix 4.
The Vendor shall not offer prototype or unproven equipment that has not been previously supplied for similar
service.
The package shall be designed for safe and convenient start-up, operation, shutdown and maintenance. Ease of
maintenance and standardisation of spares is required.
The Vendor shall guarantee a sound pressure level of 80 dBA at 1m from the source.
The Vendor shall advise extent of modelling proposed during design (3D or 2D CAD).
The Vendor shall include all necessary piping supports, electric motor drives, instrumentation including
junction boxes, coating and insulation.

The Vendor shall be responsible for the equipment layout within the packages and the design of the packages
shall take into account requirements for operation, maintenance and cleaning of the equipment i.e. provide
suitable clearance between equipment for access and maintenance.

All terminal connections, including drains and vents, shall be supplied with RFWN flanges in compliance with
ASME B16.5.
Page 12 of 33

BP SULLOM VOE
PROJECT AURORA
SPECIFICATION FOR DEHYDRATION PACKAGE
Document No: 37SVT-S080F0312-M-SE-0004-000

All equipment shall be designed to accommodate local loads as specified in GIS 46-010, para.7.6.3, without
the use of compensation pads.

4.5 Materials of Construction

All materials of construction in contact with Process hydrocarbons, shall comply with the requirements of BS
EN ISO 15156
Materials welded to pressure containing parts, e.g. vessel saddle wrapper plates, shall be of the same
specification as the material of the pressure containing part.

Selected equipment materials are as follows:

Adsorbers : Carbon Steel


Inlet and Regen.Gas Separators: 316L stainless steel
Regen. Heater: Carbon steel c/w Incoloy 625 element
Regen Air Cooler: Headers and tubes Incoloy 825
Dry Gas Outlet Filters: Carbon steel
Orbit valves: Inlet switching valves in contact with wet gas stainless steel. All
others carbon steel

4.6 Material Certification

Material certification shall meet the requirements of BS EN10204-2004. For pressure containment / wetted
parts and for materials welded to pressure containing parts, Type 3.1 certification shall be supplied. For other
components, Type 2.1 certification may be supplied.
For all materials, the Vendor shall maintain suitable control to ensure traceability to the original cast.

4.7 Positive Material Identification (PMI)

The Vendors scope of supply shall include for the PMI of all high alloy materials and consumables
strictly in accordance with BP Standard GIS 36-103

4.8 Hazardous Materials


Substances Hazardous to Health:- the Vendor shall provide full information about any substance supplied as
part of the Goods, which could be harmful to a person installing it, or using it in connection with his or her
work.

4.9 Piping and Valves

The Vendor shall supply all piping and valves required for safe operation and maintenance of the equipment.
Pipework and valves shall comply with the requirements of the project specifications and standards for piping
and valve materials, and shall be neatly arranged to provide good operation and to afford adequate access for
routine servicing.
All piping liable to accumulate condensate shall be free draining.
Page 13 of 33

BP SULLOM VOE
PROJECT AURORA
SPECIFICATION FOR DEHYDRATION PACKAGE
Document No: 37SVT-S080F0312-M-SE-0004-000

All connections including drains and vents shall be supplied c/w RFWN flanges in accordance with ASME
B16.5. All connections except main suction and discharge nozzles shall be supplied with an isolation valve
and blanked. Major equipment shall be furnished with vents and drains complete with flanged shut-off valves
and spectacle plates/blinds to allow for in-situ maintenance or removal. Vents and drains shall be manifolded
together wherever possible and shall terminate at skid edge.
Piping connections for the packages shall terminate at the skid(s) edge.
Vendor shall advise maximum allowable forces, moments and displacements at the piping termination points.
Zero loading is not acceptable.
Purchaser shall review all stress calculations.
Pipework shall be installed and supported such that excessive loads are not imposed on equipment.
All auxiliary piping shall be suitably braced. Flexible piping elements (bellows) shall not be used.
On all process pipe work butt welded or flanged connections shall be used, socket welds or screwed fittings
shall not be used.

4.10 Structural

Requirements for the design and fabrication of support steelwork shall be in accordance with the Specification
for the Design of PAUs and PARs, Doc No. 37SVT-S080F0312-S-ST-0002-000, Specification for Structural
Steel, Doc. No. 37SVT-S080F0312-S-ST-0001-000 and the codes and standards referenced therein.

4.10.1 Platforms and Access

The layout of the skid mounted package shall ensure easy access to equipment to facilitate operation and
maintenance. Access platforms/walkways and ladders shall be provided wherever an instrument or valve is
required to be accessed / viewed as part of normal operation. Access platforms shall be provided for all relief
valves not accessible from grade.

4.11 Insulation / Winterisation

The Vendor shall be responsible for the design, supply and installation of all heating, immersion/ trace heating,
and thermal insulation on the package. Supply and installation of thermal insulation shall be in accordance
with Specification Doc. No. 37SVT-S080F0312-M-ST-0001-000. The Vendor shall provide full details of the
proposed systems. The Vendor shall also detail all procedures for insulation/winterisation in the operating
manual.
All equipment/piping nozzles and supports, etc. shall, where applicable, be adequately sized to allow for the
installation of insulation whilst making suitable provision for the equipment installation (e.g. access for
bolting, etc.), operation (e.g. valve actuation/operation) and for maintenance.
All hot surfaces (above 60oC), pipework and equipment, which could be contacted by personnel, will have
personnel protection to a level to prevent burns on accidental contact.
Personnel protection cages shall be installed in lieu of thermal insulation if personnel protection is the only
requirement.

5.0 INSPECTION AND TESTING REQUIREMENTS

5.1 Quality Assurance


Page 14 of 33

BP SULLOM VOE
PROJECT AURORA
SPECIFICATION FOR DEHYDRATION PACKAGE
Document No: 37SVT-S080F0312-M-SE-0004-000

The Vendor shall operate a Quality Assurance system in line with the appropriate ISO 9000 series standard or
equally recognised international QA standard commensurate with the type of goods and scope of services
provided. Details shall be provided with the Vendors quotation for WGE review.
WGE/Client and/or appointed representative, reserves the right to carry out Quality audits at the Vendors
works.

5.2 Shop/General Inspection

The Vendor shall provide an outline Inspection and Test Plan (ITP) with the quotation. The ITP shall list
documentation/design reviews and shall include the principal manufacturing steps, all NDE and testing
activities, the controlling procedures, the acceptance standard, and will be subject to WGE/Client approval.

The ITP will be discussed with the Vendor during the pre-production meeting at the Vendors works. The
agreed ITP will be held by the Vendor and initialled progressively by the Vendor, WGE/Clients and the
nominated Notified Body to demonstrate successful completion of each inspection activity.

The Vendor shall provide projected shop schedules with the appropriate fabrication stages at the time drawings
are submitted for approval, to highlight the inspection activity schedule.

Inspection and testing at Vendors Works shall include but not be necessarily limited to the following:
Hydrotest of all pressure retaining parts in accordance with the requirements of the relevant project
specifications and international codes and standards.
4 hour run test of all electric drive motors
All skid mounted equipment shall be low pressure gas tested to prove the integrity of all piping and
equipment joints.
Continuity checks on all electrical and instrument cabling shall be performed and documented.
Functional testing of installed instruments and control valves shall be performed and documented
Assembly of all components and ancillaries
Rotational checks of motors and run test for fans.
Functional testing of control system
Function tests of safety devices, interlocks, etc.
Flush and cleanliness of assembled fluid systems

The Vendor shall provide all equipment necessary to undertake the above.
Repair work, where permitted, may only be carried out with the agreement of WGE. In the case of weld
repairs, the weld procedure shall be submitted for WGE approval prior to any repairs being carried out.
Final acceptance by WGE/Client of the test results will be required prior to release of any equipment for
shipment.
The approval of, or release of, any work by WGE or his authorised representative shall in no way relieve the
Vendor of any responsibility for carrying out the provisions of this specification.

The responsibility for inspection lies with the Vendor. However, WGE/Client or his authorised representative
reserves the right to inspect Vendors standard equipment at any time during fabrication to the extent described
in this Material Requisition and to perform technical audits to ensure compliance with the relevant project,
national or international standards.
Page 15 of 33

BP SULLOM VOE
PROJECT AURORA
SPECIFICATION FOR DEHYDRATION PACKAGE
Document No: 37SVT-S080F0312-M-SE-0004-000

The Vendor shall be responsible for obtaining the test certification for all piping, electrical equipment, etc., as
required by the specifications.

5.3 Field Testing

5.3.1 Acceptance Trial/Performance Test.

The acceptance trial will be carried out by WGE/Client or authorised representative, in accordance with the
agreed test procedure. Vendor's quotation shall include for their costs associated with witnessing the test and
providing commission support.

5.4 Baseline Thickness Checks

For all fabricated equipment associated with the Dehydration Package, the Vendor shall include for the
provision of baseline thickness data obtained by UT testing prior to shipment of the completed package. Test
locations will be identified on Vendors G.A. drawings by WGE/Clients Inspection Engineer

6.0 Preparation and Coating

6.1 All stainless steel surfaces and all carbon steel surfaces, insulated and uninsulated, shall be prepared and
coated by the Vendor using a sealed Thermally Sprayed Aluminium (TSA) coating system as follows:
Blast ISO 8501-1 Sa 3 with a minimum angular profile of 75 microns
TSA 99.5% aluminium (250 micron DFT)
Seal Coat Heat resistant silicone (25 DFT)

All carbon steel surfaces that are to be insulated shall be prepared and coated by the Vendor using an Epoxy
Phenolic coating system as follows:

Blast ISO 8501-1 Sa 2.5


First Coat Intertherm 228 (100 micron DFT)
Final Coat Intertherm 228 (100 micron DFT)

The Vendor shall submit proposed preparation and coating procedures for Purchaser review/comment.
The Vendor shall submit proposals for repair of painting/coating at site.
6.2 Support and Structural Steelwork.
All support and structural steelwork shall be galvanised to a thickness of 140m.
Ladders, cages, handrails, standards and gates shall be galvanised to a thickness of 85m and over painted,
colour tangerine, BS colour 06E51.
All galvanising shall be in accordance with BS EN ISO 14713.
Page 16 of 33

BP SULLOM VOE
PROJECT AURORA
SPECIFICATION FOR DEHYDRATION PACKAGE
Document No: 37SVT-S080F0312-M-SE-0004-000

7.0 Instrumentation

7.1 General

7.1.1 Instrumentation shall be provided in accordance with the referenced standards listed in section 2.1 of
this document.

7.1.2 One of the Aurora project objectives is to have the same instrument make and model numbers for
each type installed across the entire new plant this reduces spares holdings and increases
familiarity for maintenance purposes. The vendor shall for the purposes of their bid proposal; select
field instruments form the following Vendors List. This list may be subject to change prior to order
placement once the Preferred Vendors List for the Aurora project has been agreed and vendors for
each instrument type have been through the selection process. This will be handled via the relevant
change process at that time: -

Instrument Type Preferred Supplier


Pressure & DP Transmitters Emerson
Temperature Transmitters Emerson
Radar Level Transmitters Emerson
Guided Wave Radar Level Transmitters Emerson
DP Level Transmitters Emerson
Displacer Level Transmitters Emerson
Magnetostrictive Level Transmitters Magnetrol
Coriolis Mass Flow Meters Yokogawa
Vortex Flow Meters Yokogawa
Magnetic Flow Meters Yokogawa
Variable Area Flow Meters Krohne
Orifice Plates Solartron ISA
Pressure Gauges Wika
Temperature Gauges Wika
Level Gauges Klinger
Control Valves Emerson
ESD/Blowdown Valves Metso Automation
ESD/Blowdown Valve Actuators Metso Automation
Automated ESD/Blowdown Valve Testing Units Metso Automation
On/Off Valves Cameron Orbit
On/Off Valve Intelligent Controllers Metso Automation
Foundation Fieldbus Device Couplers MTL-Relcom
Tubing & Fittings Swagelok
2/3/5 Instrument Valve Manifolds Swagelok - Whitey
ESD Pushbuttons MEDC
Page 17 of 33

BP SULLOM VOE
PROJECT AURORA
SPECIFICATION FOR DEHYDRATION PACKAGE
Document No: 37SVT-S080F0312-M-SE-0004-000

Instrument Type Preferred Supplier


Manual Alarm Call Points (Break Glass) MEDC
IR Open Path Gas Detectors Zellweger
IR Point Gas Detectors Zellweger
IR Flame Detectors (Single Frequency) Detronics
Audible/Visual Alarms MEDC
Local Annunciator Panels Omniflex
Junction Boxes Klippon
Cable Glands Hawke

Any additional requirement or deviation from the above Vendors list must be agreed in writing with
the Purchaser.

7.1.3 Field instrument selection and installation shall meet the requirements of BP ETP GP 30-25:
Guidance on Practice for Field Instruments General.

7.1.4 The preference shall be to use non-intrinsically safe field electronic instrumentation. The preferred
method of protection shall be EEx d. All instrumentation shall be certified, by a relevant approvals
authority e.g. BASEEFA, PTB, CENELEC etc. for use in Zone 1, Gas Group IIA, Temperature
Class T2 and shall carry the ATEX certification II 2G as a minimum.

7.1.5 Separate field instruments, from separate connections shall be provided for process control and ESD
service.

7.1.6 Control valves shall not be used for emergency shutdown duty.

7.1.7 All field instrumentation and junction boxes shall have a minimum ingress protection rating of IP
67. All field instrument housings shall be manufactured from Stainless Steel. Cable entries shall be
ISO M20 x 1.5mm.

7.1.8 All field instrumentation and junction boxes shall be fitted with a permanently fixed stainless steel
label clearly identifying the equipment tag number.

7.1.9 Foundation Fieldbus technology shall be the preferred means of communication between field
devices and the Purchasers DCS for the transmission of process variables and modulating control
valve signals. Fieldbus design shall meet the requirements of BP ETP GP 30-30: Guidance on
Practice for Field Communication Buses. The maximum number of field devices connected to a
single segment shall be 12. Segments shall be designed with 25% spare capacity. The devices shall
be connected to the host using a tree-branch (chicken-foot) topology. Foundation Fieldbus device
couplers shall be mounted within stainless steel junction boxes. These junction boxes shall be
mounted in either a safe area or Zone 2 hazardous area.

7.1.10 Field signals shall be marshalled in the appropriate junction boxes located on a mounting frame on
the boundary of each package for connection on site of the Purchasers DCS and ESD System multi-
core cables. DCS, ESD, Fire & Gas and Condition Monitoring System signals will be segregated in
separate junction boxes and multi-core cables. Foundation Fieldbus, Analogue, Digital and
Automated ESD Valve Testing Unit signals will also be segregated from each other. Foundation
Fieldbus segments will be connected back to a dedicated junction box to allow the individual
segments to be connected to dedicated pairs within the Purchasers multi-core cable, which will be
connected on site.
Page 18 of 33

BP SULLOM VOE
PROJECT AURORA
SPECIFICATION FOR DEHYDRATION PACKAGE
Document No: 37SVT-S080F0312-M-SE-0004-000

7.1.11 For monitoring and process control, transmitters with 4-20 mA output signals shall only be used for
specialised instruments where Foundation Fieldbus technology is unavailable. These transmitters
shall preferably be loop-powered and shall include HART protocol if available.

7.1.12 Analogue transmitters shall be used in preference to switches for all of the Purchasers ESD system
process trip inputs. These devices shall be specified with 4-20 mA output signals, HART protocol
and shall be loop-powered.

7.1.13 DELETED

7.1.14 Instrument wetted parts shall be manufactured from 316L stainless steel. Control and
ESD/Blowdown valves shall be manufactured from the line material, with internal trims
manufactured from 316L stainless steel. All parts exposed to process fluids that contain hydrogen
sulphide shall be specified to comply with NACE MR0175.

7.1.15 The use of threaded process connections on instruments or impulse lines shall be avoided.

7.1.16 All field instruments and control valves shall be accessible for maintenance. Non in-line instruments
shall be installed on mounting stands at a height of 1.4m above grade. Where there are space
constraints and lack of accessibility, non in-line instrumentation on shall be mounted remotely on a
local panel at the package boundary.

7.1.17 All instrumentation shall be equipped with the required testing facilities.

7.1.18 Instrument tag numbers and junction box numbers will be provided by the Purchaser post order
placement. The vendor shall submit an Instrument Schedule and Junction Box Schedule for
allocation of these tag numbers, which will be incorporated into their drawings and documentation.

7.1.19 The vendor shall submit all instrument data sheets to the Purchaser for approval prior to the issue of
any sub-orders to instrument Vendors.

7.2 Flow Instruments

7.2.1 Flow meter types shall be selected and installed in accordance with the criteria outlined in BP ETP
GP 30-10: Guidance on Practice for Non-Fiscal Flow Instruments (Class 2 & 3).

7.2.2 In-line flow meters such as vortex, coriolis etc. shall be preferred over differential pressure flow
meters for line sizes up to NPS 8. These meters have a higher rangeability and require less upstream
and downstream straight lengths than differential pressure flow meter installations. All in-line flow
meters shall be supplied with flanged connections at the relevant pressure rating of the pipeline in
which they are to be installed.

7.2.3 Vortex meters shall be sized such that the maximum measured flow rate is between 75% and 90% of
the flow meter rated maximum flow rate.

7.2.4 Vortex meters shall normally be mounted in horizontal runs. If there is a requirement to mount in
vertical runs, flow for gas or steam installations may be upwards or downwards, whereas flow for
liquid installations must be upwards.

7.2.5 Vortex meters shall require 10D straight lengths upstream and 5D straight lengths downstream
where D is the pipeline internal diameter.

7.2.6 Where coriolis meters are selected for duty, the meter outer case shall be capable of safely
containing the line pressure in the event of a tube failure.
Page 19 of 33

BP SULLOM VOE
PROJECT AURORA
SPECIFICATION FOR DEHYDRATION PACKAGE
Document No: 37SVT-S080F0312-M-SE-0004-000

7.2.7 Coriolis meter installations shall have rigid mountings such that they are isolated from plant
vibrations.

7.2.8 Coriolis meters on gas service shall be mounted in horizontal runs with tubes up, or in vertical runs
with flow upwards through the tubes.

7.2.9 Magnetic flow meters may be selected for liquid service with an electric conductivity greater than
5S/cm.

7.2.10 Magnetic flow meters shall normally be mounted in horizontal runs. If there is a requirement to
mount in vertical runs, flow shall be upward to ensure that the meter is always liquid full.

7.2.11 Magnetic flow meters shall be properly grounded as per the manufacturers installation instructions.

7.2.12 Magnetic flow meter liner selection shall be dependent upon operating temperature and resistance to
deterioration by the flowing liquid. Electrode material shall be non-corrosive.

7.2.13 Magnetic flow meters shall require 5D straight lengths upstream and 2D straight lengths
downstream where D is the pipeline internal diameter.

7.2.14 Variable area meters shall be used where local indication only is required, and shall be metal tube
types with magnetic followers. Variable area meters shall be mounted with flow vertically upwards.

7.2.15 Coriolis meters and variable area meters do not require upstream and downstream straight lengths.

7.2.16 Square-edge concentric orifice plate assemblies with flange taps shall be the first choice primary
device, if process conditions allow, for differential pressure flow measurement in line sizes NPS 2
and above. Other primary devices such as venturi tubes, averaging pitot tubes, flow nozzles etc. will
be considered only if and when process conditions dictate.

7.2.17 Orifice flanges shall be manufactured as per GP 30-10 figure A2 with flange tap positions as per
figure A3. Orifice flanges shall be provided with two sets of flange taps, socket welded into the NPS
pipe connections. The NPS pipe from each tap shall be provided with a NPS flange of the
required pressure rating and type for connection of a double block & bleed valve manifold.

7.2.18 Minimum straight run lengths for orifice plates and other flow elements shall be as stated in ISO
5167.

7.2.19 Orifice plate sizing calculations shall be provided by the vendor for each flow element. Beta ratios
shall be between 0.2 and 0.7 for selected differential pressure at maximum design flow.

7.2.20 Standard differential pressure ranges shall be used for orifice sizing to ease calibration of
transmitters. The preferred differential pressure range for orifice sizing shall be 0 250 mbar,
although 0 50, 0 100 and 0 500 mbar may also be used.

7.2.21 Where mass flow or standard volume flow rates are required, pressure and temperature
measurements will be made to allow velocity measurements to be compensated within the
Purchasers DCS.

7.3 LEVEL INSTRUMENTS

7.3.1 All level measurement shall be continuous. Level instrument type selection and installation shall be
based on BP ETP GP 30-15: Guidance on Practice for Level Instruments.
Page 20 of 33

BP SULLOM VOE
PROJECT AURORA
SPECIFICATION FOR DEHYDRATION PACKAGE
Document No: 37SVT-S080F0312-M-SE-0004-000

7.3.2 Each vessel shall have a level gauge fitted for local indication. Magnetic type level gauges shall be
preferred over glass gauges. Level gauges and level transmitters shall cover the same measurement
ranges.

7.3.3 Separate level instruments shall be provided for process indication/control and ESD trips. These
instruments shall have separate vessel connection flanges and shall cover the same measurement
ranges. The use of level bridles shall be avoided, although process control level transmitters and
level gauges may share the same vessel connections due to space constraints.

7.3.4 All level instruments will be located within their own cage external to the vessel. Cages shall be
fabricated from NPS 4 Schedule 80 pipe and shall have flanged vessel connections of NPS 4 at the
appropriate pressure rating and flange type on main process vessels. On smaller vessels, NPS 2
flanged vessel connections may be used. Isolation shall be via piping double block & bleed valves.

7.3.5 Drain and vent connections shall be provided for each level transmitter. Drain and vent connections
will be flanged NPS 1.

7.3.6 Level gauges and transmitters shall span the full working range of the vessel. Separate level
instruments shall be used for liquid upper level and interface level measurements.

7.3.7 Contacting radar type level transmitters shall be preferred for liquid upper level measurement
providing that the fluid dielectric constant is sufficient to prevent detection problems (i.e. normally >
1.6). Guided-wave radar type level transmitters shall be preferred for interface level measurements
providing that the upper liquid dielectric constant is sufficiently less than the lower liquid dielectric
constant (i.e. typically upper < 3, lower > 20, although dependent on application) and there is no
emulsion layer present at the liquid interface. These instruments are unaffected by changes in liquid
density.

7.3.8 Where non-contacting radar and guided-wave radar type level transmitters are deemed unsuitable for
liquid upper level and/or interface level measurements, displacer or magnetostrictive type level
transmitters shall be considered.

7.3.9 Differential pressure transmitters shall only be considered for use for liquid upper level
measurement, also where there are only small changes in fluid density. Where freezing may occur,
these devices shall be fitted with diaphragm seals and capillaries.

7.4 Pressure Instruments

7.4.1 Pressure and differential pressure instruments selection and installation shall be based on the
requirements of BP ETP GP 30-05: Guidance on Practice for Pressure Instruments.

7.4.2 All pressure transmitters shall be fitted with local LCD indicators. This will remove the requirement
of using pressure gauges for local indication on the same service.

7.4.3 The following standard pressure ranges shall be used for pressure measurement (mbar & bar): -

01 0 10 0 100
0 1.6 0 16 0 160
0 2.5 0 25 0 250
04 0 40 0 400
06 0 60 0 600

7.4.4 Pressure instrument ranges shall be selected such that the normal operating pressure is within the
middle third of the range/scale.

7.4.5 Pressure gauges shall have an accuracy of at least +/-0.5% of full scale range.
Page 21 of 33

BP SULLOM VOE
PROJECT AURORA
SPECIFICATION FOR DEHYDRATION PACKAGE
Document No: 37SVT-S080F0312-M-SE-0004-000

7.4.6 Pressure gauges shall have a nominal 150mm diameter dial, with a white background and black
numerals and graduations, and shall have glycerine-filled cases for vibration damping.

7.4.7 Pressure gauges shall be provided as a complete assembly with a block & bleed valve manifold and
a swivel adaptor to allow 360 orientation of the gauge.

7.4.8 Process connections for pressure instruments will via a NPS 1 flange of the required pressure rating
and type for connection of a double block & bleed valve manifold.

7.4.9 Pressure transmitters and gauges shall be close-coupled, via instrument double block & bleed valve
assemblies, to the process connection where practicable.

7.5 Temperature Instruments

7.5.1 Temperature instruments selection and installation shall be based on the requirements of BP ETP GP
30-01: Guidance on Practice for Temperature Instruments.

7.5.2 All temperature transmitters shall be fitted with local LCD indicators. This will remove the
requirement of using temperature gauges for local indication on the same service.

7.5.3 The use of 8-way temperature transmitters will be considered for the grouping together of non-
control measurements in the same area to reduce cable requirements.

7.5.4 The following preferred temperature ranges shall be used for temperature measurement: -

-50 to 50 C
0 to 50 C
0 to 100 C
0 to 200 C
0 to 300 C

7.5.5 All temperature instruments which are in contact with process fluids shall be provided with
thermowells.

7.5.6 Process connections for thermowells will be via a NPS 2 flange of the required pressure rating and
type.

7.5.7 Thermowells shall be tapered and shall be bored from solid barstock. For ratings up to Class 600,
flanges may be attached by a full penetration weld. The NDT on the flange weld shall be dye
pentrant. For ratings above Class 600 through to Class 1500 a Van Stone thermowell with a
retaining flange shall be provided.

7.5.8 Thermowells shall have insertion (U) lengths of 190, 220 or 440 mm.

7.5.9 Thermowells shall be assessed for resonance if the fluid stream velocity exceeds the following
values: -

Thermowell length Maximum Fluid Velocity


250 mm 18 m/s
300 mm 11 m/s
500 mm 5 m/s

The vendor shall provide wake frequency to natural frequency calculations for each thermowell, as
per ASME PTC 19.3 to confirm that the ratio is less than 0.8.
Page 22 of 33

BP SULLOM VOE
PROJECT AURORA
SPECIFICATION FOR DEHYDRATION PACKAGE
Document No: 37SVT-S080F0312-M-SE-0004-000

7.5.10 Thermowell insertion lengths shall be calculated such that the tip is immersed in the middle third of
the pipe internal diameter. The minimum pipe diameter for thermowell installation shall be NPS 3.

7.5.11 Thermowells shall be installed in pipelines in one of the following orientations: -

i) For pipelines NPS 3 & 4, at 45 degrees against the flow.


ii) For pipelines NPS 6 and larger, at 90 degrees against the flow.
iii) For pipelines NPS 3 through to NPS 12, in an elbow pointing against the flow

7.5.12 Bi-metallic dial thermometers shall be used for local indications. These shall have an accuracy of at
least +/-1% of full scale range.

7.5.13 Bi-metallic dial thermometers shall have a nominal 150mm diameter dial, with a white background
and black numerals and graduations, and shall have an any-angle head orientation adjustment.

7.5.14 Nominal 100 ohm at 0 C, platinum, metal sheathed, mineral insulated resistance temperature
detectors (RTD) shall be used as the temperature sensing device for remote transmission.

7.5.15 RTD elements shall be to IEC 60751 Class A.

7.5.16 RTD elements shall comply with the IEC 60751 calibration curve and shall be 3 wire grounded
elements, in a duplex configuration.

7.5.17 Temperature transmitters shall be direct mounted on to the RTD element and shall have resistance
element linear characterisation.

7.6 Control Valves

7.6.1 Control valve selection and installation shall be based on the requirements of BP ETP GP 30-35:
Guidance on Practice for Control Valves and Pressure Regulators.

7.6.2 Globe style valve bodies with either stem or cage guided plugs, shall be the preferred type for
control valve selection for general process control applications, where the pressure drop across the
valve is at least 0.7 bar. Valve body styles will be selected from GP 30-35 Table 1 for special
control applications.

7.6.3 Control valve inherent characteristics (i.e. Linear, Equal Percentage, Quick Opening etc.) shall be
selected in accordance with GP 30-35 Tables 3, 4 and 5.

7.6.4 Control valve body sizes shall normally be one line size smaller than the inlet pipe. No control valve
body size shall be more than two line sizes smaller than the inlet pipe.

7.6.5 The vendor shall provide calculations covering valve sizing (Cv) and noise prediction. Control
valves shall be sized in accordance with IEC 60534-2-1. Control valve noise prediction for
gas/vapour service shall be in accordance with IEC 60534-8-3, and for liquid service shall be in
accordance with IEC 60534-8-4.

7.6.6 Control valve capacity shall be between 120% and 140% of design for linear trim, and between
130% and 160% for equal percentage trim. Valves shall be sized such that normal operation is
between 15% at minimum flow and 80% at maximum flow. If the required control range is greater,
consideration will be given to using two valves in parallel.

7.6.7 Globe valves shall be flanged to ASME B16.5 and face to face dimensions shall comply with IEC
60534-3. Control valve body sizes shall be selected from NPS 1, NPS 2, NPS 3, NPS 4, NPS 6, NPS
8 and NPS 10.
Page 23 of 33

BP SULLOM VOE
PROJECT AURORA
SPECIFICATION FOR DEHYDRATION PACKAGE
Document No: 37SVT-S080F0312-M-SE-0004-000

7.6.8 Control valve seat leakage rates shall be specified in accordance with ANSI/FCI 70-2. Shut-off
classes shall be as per GP 30-35 Table 6. Control valves shall not be used for critical tight shut off
duty.

7.6.9 Control valve noise shall be limited to 85 dB(A) for continuous service, with a maximum of 95
dB(A) for intermittent service, at a distance of 1 m.

7.6.10 Digital valve positioners, using Foundation Fieldbus protocol, shall be used on all control valves,
including on/off valves controlled via the Purchasers DCS. Positioners shall have gauges to indicate
supply pressure and output pressure. An air filter/regulator shall be fitted to the air supply to each
control valve positioner. The air filter/regulator shall be rated for a supply pressure of 10 bar.

7.6.11 On/Off valves shall be used for sequence switching. These valves shall be rising stem, top entry ball
valves and shall be self-cleaning. On/Off valve actuators will also be provided with open and closed
limit switches.

7.6.12 Control valve and on/off valve actuators shall be spring return pneumatic type sized to provide full
functionality from an air supply of 4 bar.

7.7 ESD/Blowdown Valves

7.7.1 Emergency shutdown (ESD) and automatic blowdown valve selection and installation shall be based
on the requirements of BP ETP GP 62-01: Guidance on Practice for Valves.

7.7.2 ESD valves shall be full bore trunnion mounted ball type. These valves shall be normally open and
fail closed.

7.7.3 ESD valve actuators shall normally be the fail-safe pneumatic type, quarter-turn, spring return. Fail-
safe hydraulic actuators shall be considered where any pneumatic actuators are deemed to have
insufficient torque to operate the valve over its full operating cycle.

7.7.4 Actuators shall be capable of applying a torque of at least twice the maximum valve requirement
throughout the open/close cycle. The vendor shall provide valve and actuator torque figures for each
valve.

7.7.5 ESD valve closing times shall generally be specified to close at a rate equal to their NPS in seconds
(e.g. 10 s for a NPS 10 valve). The vendor shall detail any faster closure requirements.

7.7.6 Automated ESD/Blowdown valve testing units (e.g. Neles ValvGuard) shall be used in preference to
solenoid valves for the activation of the ESD/Blowdown valve during an emergency situation. These
units will carry out valve testing automatically, using partial stroke testing to move the valve 10%
from its normal operating position thus not affecting the flow in the pipeline. The prefixed test
interval will be programmed into each device to match the SIL requirement of the particular
application.

7.7.7 On ESD valves, fusible links shall be installed in the main air or hydraulic supply to the valve
actuator.

7.7.8 Actuated ESD valve actuators will be provided with the following ancillary equipment: -

Air Pressure Filter/Regulator


Automated ESD Valve Testing Unit
Fusible Link
Variable Flow Restrictors (to adjust cycle times)
Quick Exhaust Valve (if required)
Open & Closed Limit Switches
Page 24 of 33

BP SULLOM VOE
PROJECT AURORA
SPECIFICATION FOR DEHYDRATION PACKAGE
Document No: 37SVT-S080F0312-M-SE-0004-000

7.7.9 Blowdown valves shall be standard ball valves at pressures up to Class 600. Special designs as
referenced in GP 62-01 section 8.2.2 shall be considered for high pressure service.

7.7.10 Blowdown valves shall be normally closed and fail open. They shall be capable of opening against a
differential pressure equal to the normal system operating pressure and withstanding sonic velocity
across the seat during opening.

7.7.11 Blowdown valve actuators shall be the fail-safe pneumatic type, quarter-turn, spring return.

7.7.12 Automatic blowdown valve actuators will be provided with the following ancillary equipment: -

Air Pressure Filter/Regulator


Automated ESD Valve Testing Unit
Variable Flow Restrictors (to adjust cycle times)
Quick Exhaust Valve (if required)
Open & Closed Limit Switches

7.7.13 All ESD and blowdown valves shall have metal seats.

7.7.14 Automated ESD valve testing units, or for blowdown valves, automated ESD valve testing units
shall be piped in series in the main air or hydraulic supply to the valve actuator.

7.7.15 ESD and blowdown valve actuators shall be spring return pneumatic type sized to provide full
functionality from an air supply of 4 bar.

7.7.16 Automated ESD valve testing unit voltages will be 24V DC.

7.7.17 Blowdown valves shall be provided with a back-up air reservoir, which will be sized to allow three
operations of the valve upon air supply failure. Air reservoirs will be provided with thw following
ancillary equipment:-

Pilot operated pneumatic valve (to shut off the air supply in the event of low air supply
pressure and to allow the volume tank to be vented to atmosphere)
Pressure Gauge c/w block & bleed valve manifold
Pressure Safety Valve
Lockable isolation valve and check valve in main air supply to actuator (to allow air reservoir
inspection without disturbing the air supply to the valve actuator)

7.7.18 ESD and blowdown valves shall have a tight shut-off rating to ISO 5208 Rate C.

7.7.19 ESD and blowdown valve actuators shall be painted yellow.

7.7.20 ESD pushbutton units shall be manufactured from marine grade alloy and shall be coloured
black/yellow stripes. These will be located at each exit from each package, and shall be connected in
series within a single circuit to a local junction box at the package boundary. Connection should be
via normally closed contacts, with contacts latching open when the unit is activated. Pushbutton
reset shall be via a key. Pushbuttons shall be protected from accidental operation by a lift flap. Each
ESD pushbutton unit shall have a stainless steel plate engraved with Emergency Shutdown
permanently fixed in addition to its tag number plate.

7.8 Fire & Gas Field Equipment

7.8.1 The Vendor shall be responsible for determining the numbers and types of, and the final location of
fire and gas detection equipment within each package, including manual alarm call points and
audible/visual alarms.
Page 25 of 33

BP SULLOM VOE
PROJECT AURORA
SPECIFICATION FOR DEHYDRATION PACKAGE
Document No: 37SVT-S080F0312-M-SE-0004-000

7.8.2 The vendor shall allow sufficient numbers of flame and gas detectors to allow these devices to be
voted.

7.8.3 Flame detectors shall be infra-red single frequency type. These shall be 4-wire devices operating via
a 24V DC nominal power supply with a 4-20mA isolated passive output connection to a local
junction box on the package boundary.

7.8.4 Flame detectors shall also be provided with a RS-485 output for diagnostics. These outputs shall use
Modbus protocol with the field devices configured as slaves and connected together in a RS-485
multi-drop arrangement with a single pair being connected within the local junction box on the
package boundary for connection to the site Fire & Gas system by the Purchaser. The Purchaser will
be responsible for software configuration.

7.8.5 Flame detectors should be capable of detecting a fire of 10 kW radiant heat output (RHO) at a
distance of 10 m.

7.8.6 Flame detectors shall have at least a 90 degree field of view in the horizontal axis.

7.8.7 Flame detector response time shall be less than 10 s.

7.8.8 Flame detectors will be suitable for operation in the Sullom Voe, Shetland Islands environment.
These shall have heated optics and a weatherproof shield fitted ensuring that the detector will
function under adverse weather and sunlight conditions.

7.8.9 Flame detectors shall have an optical integrity fault alarm with the option for automatic or manual
optical integrity testing.

7.8.10 Flame detectors shall respond to fire in the presence of modulated blackbody radiation (e.g. heaters
etc.), solar interference or artificial lighting without false alarm.

7.8.11 All flame detectors shall be mounted on a stainless steel swivel, lockable mounting bracket.
Detectors should be mounted on a rigid surface in a low vibration area.

7.8.12 The vendor shall pay particular attention to the mounting proper orientation of the detector to
minimise the accumulation of moisture and contaminants on the detector viewing window.
Detectors should be aimed downwards at least 10 to 20 degrees to allow lens openings to drain.

7.8.13 Local flammable gas detection at any potential leak sources within the package shall be provided by
point infra-red gas detectors. Perimeter flammable gas detection around the package boundaries
shall be provided by open path infra-red gas detectors. These shall be 4-wire devices operating via a
24V DC nominal power supply with a 4-20mA isolated passive output connection to a local junction
box on the package boundary.

7.8.14 Flammable gas detectors shall also be provided with a RS-485 output for diagnostics. These outputs
shall use Modbus protocol with the field devices configured as slaves and connected together in a
RS-485 multi-drop arrangement with a single pair being connected within the local junction box on
the package boundary for connection to the site Fire & Gas system by the Purchaser. The Purchaser
will be responsible for software configuration.

7.8.15 Flammable gas detectors shall have a response time to reach 90% of scale (T90) of less than 5 s.

7.8.16 The standard sensitivity range for open path gas detectors shall be 0-5% lower explosive limit metre
(LELm). The standard sensitivity range for point gas detectors shall be 0-100% lower explosive
limit (LEL)..

7.8.17 Open path and point gas detectors shall have an optical fault alarm.
Page 26 of 33

BP SULLOM VOE
PROJECT AURORA
SPECIFICATION FOR DEHYDRATION PACKAGE
Document No: 37SVT-S080F0312-M-SE-0004-000

7.8.18 Split transmitter and receiver types shall be used for open path gas detection; the use of reflector
panels shall be avoided.

7.8.19 The Purchaser shall be responsible for the alignment of open path gas detector transmitters and
receivers on site.

7.8.20 Manual alarm call points shall be break-glass type units. These units shall be manufactured from
marine grade alloy and shall be coloured red. These will be located at each exit from each package,
and shall be connected in parallel within a single circuit to a local junction box at the package
boundary. Connection should be via normally open contacts, with contacts latching closed when the
unit is activated. The Purchaser will install end-of-line (EOL) resistors during commissioning on
site. Each manual alarm call point shall have a stainless steel plate engraved with Fire
permanently fixed in addition to its tag number plate.

7.8.21 A combined audible/visual alarm shall be located at a suitable high point within the package. This
unit shall be suitable for operation via a 24V DC nominal power supply. Audible/visual alarm units
shall be coloured red and shall be manufactured from marine grade alloy.

7.8.22 Visual alarms shall be provided via xenon beacons with a red lens. Audible alarms shall be provided
via sounders with configurable tones (e.g. steady, intermittent etc.) up to a sound pressure level of
115 dBA.

7.9 Instrument Installation

7.9.1 Instrument cable selection shall be based on BP ETP GIS 12-155: Guidance on Industry Standard
for Instrumentation Cable (IEC). General instrument installation shall be based on BP ETP GP 30-
25: Guidance on Practice for Field Instruments General.

7.9.2 All instrument cables shall be segregated from electrical power cables. Intrinsically safe signal
cables (Condition Monitoring sensors etc.) shall be segregated from non intrinsically safe signal
cables.

7.9.3 All instrument cable shall be rated to 300 V. All cables shall have 1.5 mm multi-strand, twisted pair
conductors with the exception of automated ESD/Blowdown valve testing unit cables these shall
have 2.5 mm multi-strand, twisted pair conductors.

7.9.4 The vendor shall allow in their design for 20% allocation of spare cores within the Purchasers
multi-core cables.

7.9.5 All single pair cables shall be shielded. Where multi-pair cables are used for analogue or serial
transmission these shall have each pair individually shielded.

7.9.6 Process control and ESD field cables shall have a black outer sheath. Fire and gas field cables shall
have a purple outer sheath.

7.9.7 All field cable main routes from instruments located within the package shall be run on perforated,
return flanged cable tray. Unistrut channel may be used for final runs to field instruments. All cable
tray, fittings, unistrut channel and fixings shall be of stainless steel construction.

7.9.8 All cables shall be fire resistant in accordance with the applicable parts of IEC 60331.

7.9.9 Junction boxes will be of stainless steel construction and will be based on the Klippon TB range.

7.9.10 Instrument tubing, for instrument air supplies and process impulse lines, as a minimum shall be
ASTM A269 316 stainless steel. All tubing shall be seamless. Connections shall be via Swagelok
stainless steel double ferrule compression fittings this is the SVT site standard.
Page 27 of 33

BP SULLOM VOE
PROJECT AURORA
SPECIFICATION FOR DEHYDRATION PACKAGE
Document No: 37SVT-S080F0312-M-SE-0004-000

7.9.11 10mm OD x 1.5mm WT tubing shall be used for air supplies to on/off and control valve pneumatic
actuators and process impulse lines on clean service. 12mm OD x 1.5mm WT tubing shall be used
for process impulse lines on dirty service.

7.9.12 Instrument air will be supplied to the required locations on the package via branches from the main
instrument air header on site. The vendor shall provide and install instrument air distribution
manifolds as required. Air supplies to individual items will be connected via a separate isolation
valve on the manifold.

7.9.13 Instrument tubing shall be supported using tubing supports every 1m on vertical runs and every
2.5m on horizontal runs.

7.9.14 Following installation completion, each individual loop shall be powered up and checked back to the
relevant junction box terminals on the package boundary.

7.10 Control

7.10.1 The BP SVT Aurora Gas Plant will be controlled by a Honeywell Experion R310 DCS, which will
interface with the existing Honeywell TDC 3000 DCS on SVT. The dehydration package will be
controlled via the DCS.

7.10.2 The vendor will be responsible for providing a fully detailed Functional Design Specification to
enable the DCS vendor to provide suitable hardware in terms of I/O quantity and types, and to fully
configure database points, sequence control, process variables and control functions, interlocks,
alarms and graphics within the DCS software.

7.10.3 The vendor shall allow within their proposal, costs for an engineer of suitable experience to provide
support for technical queries etc and for attendance, if required, during the DCS Factory Acceptance
Test at Honeywell Process Solutions, Newhouse, Lanarkshire, UK.

7.11 ESD System

7.11.1 A Honeywell Safety Manager ESD system will be provided for the BP SVT Aurora Gas Plant. The
emergency shutdown of the dehydration package will be handled by this system.

7.11.2 The vendor will be responsible for providing a fully detailed ESD Cause & Effect Chart covering all
trips and their resultant actions to enable the ESD system vendor to provide suitable hardware in
terms of I/O quantity and types, and to fully configure database points, shutdown logic and graphics
within the ESD system software.

7.11.3 Each process trip will be subject to a SIL Review. The vendor shall include for participating in the
SIL Review, which will be facilitated by BP. The vendor should be aware that following the SIL
Review and subsequent Reliability of Protective Instruments Assessment, which will be carried out
by the Purchaser, the quantity of field instruments may increase.

7.11.4 The vendor shall allow within their proposal, costs for an engineer of suitable experience to provide
support for technical queries etc and for attendance, if required, during the ESD System Factory
Acceptance Test at Honeywell Process Solutions, Newhouse, Lanarkshire, UK.

7.12 Fire & Gas System

7.12.1 All fire and gas detection equipment and alarms will be connected directly, by the Purchaser, to the
BP SVT Aurora Fire & Gas system, which will be a Honeywell Safety Manager, from the package
junction boxes.
Page 28 of 33

BP SULLOM VOE
PROJECT AURORA
SPECIFICATION FOR DEHYDRATION PACKAGE
Document No: 37SVT-S080F0312-M-SE-0004-000

8.0 ELECTRICAL

All electrical equipment and installations shall be provided in accordance with the referenced standards and
data sheets listed in Section 2.1 of this document.
All equipment shall be ATEX Certified for the hazardous area described in this document.
Electrical cabling to the skid will be by others.
The Supplier shall supply and install galvanised mounting stands and erect free issue CEAG type push
button control units adjacent to all motors and process heaters.

The Purchaser will install, gland and terminate cables directly to all electric motors, process heaters and
associated free issue push button control units, i.e. without the use of intermediate skid junction boxes.
The Supplier shall install stainless steel cable tray to support these cables from the skid edge to the respective
points of termination.

The Supplier shall install skid edge junction boxes for the termination of the Purchasers cables for lighting and
trace heating supplies. See 8.2 and 8.3 below.
The drive motor(s) shall be mounted and aligned by the Vendor.

For each motor being supplied, the Vendor shall specify the motor type, model number, frame size, absorbed
power of the driven equipment, the starting current and run up time, the rated power of the motor and full
details of the applicable ATEX Certification.

The preferred motor vendor is ABB. The Vendor shall fully detail any alternative offer.
The Supplier shall supply variable speed drive (VSD) units for any fin fan motors which require speed control.
VSDs shall be of the ABB ACS800 type.
VSDs will be mounted in a non-hazardous substation by the Purchaser.

BP SVT preferred vendors for cable glands and junction boxes shall be those listed in the Instrumentation
Section (7.1).

8.1 Hazardous Area


The package shall be certified for operation in a zone 2, gas group IIB, and temperature class T3 electrically
hazardous area. The ATEX designation shall be shown on the overall package nameplate.
8.2 Lighting
The Vendor shall install free issue lights, mounting poles, junction boxes (including a skid edge box), cables,
glands, trays and one 110V socket.
The Purchaser shall advise locations on the skid for all of these items on receipt of the Vendors G.A.
8.3 Trace Heating
Electric trace heating on the skid shall be designed, supplied and installed by the Vendor.
The Vendor shall supply and install a skid edge junction box for the termination of the Purchasers trace
heating supply cable.

9.0 PRESERVATION, PACKING AND STORAGE

9.1 Packing and Shipping

Following final testing, the equipment shall be cleaned thoroughly and dried. Items that are vulnerable to
damage during transport shall be removed and separately packed.
Page 29 of 33

BP SULLOM VOE
PROJECT AURORA
SPECIFICATION FOR DEHYDRATION PACKAGE
Document No: 37SVT-S080F0312-M-SE-0004-000

All equipment and materials shall be prepared by the Vendor for shipment and subsequent storage at site so as
to endure the rigours of loading, road and sea transportation, unloading and reloading, handling and off-loading
at site. The Vendor shall ensure that all deliverables are designed and packed for transit to site and that
packing conforms to the requirements of this material requisition and referenced standards.
The Vendor shall advise any requirements for preservation of materials should they require long term storage
(up to 12 months) after delivery for open air storage in an unsheltered, coastal, damp and marine environment.
The Vendor shall provide all preservation and protection required for shipment and storage on site prior to
installation
All items shall be properly packed and protected from damage during shipment. Each crate, bag or package
shall be clearly identified with the item number and purchase order number to facilitate installation in the field,
and shall be securely fastened to the item. Tags and wire shall be stainless steel. Suitable warnings about
lifting limitations shall also be clearly indicated. The Vendor shall provide all necessary instructions to
safeguard against possible damage during off loading of the equipment at site.
All instruments, and any equipment which extends beyond the skid edge, shall be removed, tagged and crated
in water-proof boxes. The boxes shall be securely attached to the skid for transport. The content of each box
shall be clearly stated on the outside of that box.
All machined and threaded surfaces shall be protected by coating with rust preventative.
Critical surfaces, for example flange faces, which if damaged during handling, could incur program delays or
cost should be covered with steel plates, not plastic or wooden covers. This would generally only apply to
surfaces at the perimeter of the skid.

10.0 DOCUMENTATION

10.1 Requirements / General

The Vendor shall supply the Engineering Documents detailed in Appendix 2 Vendor Data Requirement List
(SDRL)

10.2 Approved for Construction Drawings

All fabrication and assembly shall be performed using only drawings marked "Approved for Construction" or
equivalent by WGE Such approval shall not relieve the Vendor of any of his obligations, nor constitute
WGEs assumption of responsibility for the accuracy or adequacy of any of the Vendor's information of work
incorporated in such documents.

The Vendor shall maintain a complete and current set of Approved for Construction drawings.

11.0 GUARANTEES
The Vendor shall provide a written process guarantee that each item of equipment will meet the performance
specified in the process Specification and all of the requirements of this requisition and its referenced
documents. The warranty period against breakdown shall be as outlined in the commercial requirements.
Page 30 of 33

BP SULLOM VOE
PROJECT AURORA
SPECIFICATION FOR DEHYDRATION PACKAGE
Document No: 37SVT-S080F0312-M-SE-0004-000

APPENDIX 1

SPECIFICATIONS/ DATA SHEETS

PROCESS DATA SHEET

Dehydration Package 37SVT-S080F0312-P-DS-0001-000


Page 31 of 33

BP SULLOM VOE
PROJECT AURORA
SPECIFICATION FOR DEHYDRATION PACKAGE
Document No: 37SVT-S080F0312-M-SE-0004-000

APPENDIX 2

SUPPLIER DATA REQUIREMENT LIST (SDRL)

37SVT-S080F0312-M-VL-0004-000

This appendix contains the minimum acceptable scope of documentation, the number of documents required
and submittal timescales for all Vendor supplied documents.

The number copies of document may be adjusted and submittal dates amended, with agreement, before
purchase order placement. Vendor is requested to critically review and comment/accept as these documents
and submission dates will form the basis of WGE purchase order conditions and subsequent engineering
activities.
Page 32 of 33

BP SULLOM VOE
PROJECT AURORA
SPECIFICATION FOR DEHYDRATION PACKAGE
Document No: 37SVT-S080F0312-M-SE-0004-000

APPENDIX 3

EXCEPTIONS AND DEVIATIONS LIST

The following is an agreed list of deviations to the material requisition and referenced documents. The
Vendors scope of supply shall comply with the requirements of this specification except the deviations listed
in the following table.

Document Rev Reference Deviation/Detail of Substitution


No deviation highlighted by the vendor during bid
clarification.
Page 33 of 33

BP SULLOM VOE
PROJECT AURORA
SPECIFICATION FOR DEHYDRATION PACKAGE
Document No: 37SVT-S080F0312-M-SE-0004-000

APPENDIX 4

METEOROLOGY DATA

From Genesis Report J70256-H-A-TN-003-R0, Section 9, Meteorological Data including Appendix D.

Potrebbero piacerti anche