Documenti di Didattica
Documenti di Professioni
Documenti di Cultura
DNL NAOC
Rev Date Description Prepared Checked Approved
Approval Approval
REVISION RECORD
3 21.07.09 Approved For Construction Added Oval Type Gasket and Changed Tube Size
2 14.03.09 Approved For Construction No Change
Modified Site Location and Changed Code for Weld
1 05.09.08 Issued For Approval
Fitting
0 11.08.08 Issued For Review First Issue
Rev. Date Reason for Revision Short Description of Changes
TABLE OF CONTENTS
1. GENERAL............................................................................................................................... 3
1.1. Order of Precedence for Documents......................................................................................3
2. GLOSSARY............................................................................................................................ 3
2.1. Terms......................................................................................................................................... 3
4. OPERATING CONDITIONS....................................................................................................3
4.1. Environment.............................................................................................................................. 3
4.2. Ambient and Design Conditions.............................................................................................. 3
5. SCOPE OF SUPPLY............................................................................................................... 3
5.1. Metering Skid............................................................................................................................ 3
5.2. Control System......................................................................................................................... 3
5.3. Materials.................................................................................................................................... 3
5.4. Compressed Air........................................................................................................................ 3
5.5. Protective Coating.................................................................................................................... 3
5.6. Galvanising................................................................................................................................ 3
5.7. Calibration................................................................................................................................. 3
5.8. Electrical Area Classification................................................................................................... 3
5.9. Skid Wiring and Utilities........................................................................................................... 3
7. QUALITY ASSURANCE......................................................................................................... 3
8. DOCUMENTATION................................................................................................................. 3
11. RESPONSIBILITIES............................................................................................................... 3
14. APPENDIX.............................................................................................................................. 3
14.1. Appendix A. PROCESS DATA SHEET......................................................................................3
14.2. Appendix B. INSPECTION DATA SHEET (IDS)........................................................................3
14.3. Appendix C. PROJECT GENERAL SPECIFICATION..............................................................3
14.4. Appendix D. PIPING AND INSTRUMENT DIAGRAM (P & ID).................................................3
14.5. Appendix E. COMPANY PIPING PROJECT SPECIFICATION.................................................3
14.6. Appendix F. COMPANY VALVE SPECIFICATION......................................................................3
1. GENERAL
The OGBAINBIRI Flow Station is located in NAOC’s OML 63 in the Swamp area of the
Niger Delta, Nigeria.
The existing 300lb rated metering system at Ogbainbiri flow station is to be replaced by a
new 600lb rated system due to the increase in export oil pressure.
This specification defines the functional requirements for the supply of an Oil Metering /
Prover System for installation and operation at NAOC’s Ogbainbiri flow station.
2. GLOSSARY
2.1. Terms
Term Explanation
Oil Metering / Prover Package The Scope Of Work Defined In This Specification
Process P&ID Instrumentation content for Oil Metering / Prover
Package
(P&ID 3225.03.DPFM.11410)
General Instrumentation Instrumentation in Packages Ogbainbiri Flowstation
Specification (specification 3225.03.DIST.24005)
Process Data Sheet Process datasheet for the oil metering package
220-XX-002
(Data Sheet 3225.03. DPGA.11519)
May One Possible Course Of Action
Should Preferred Requirement
Must / shall Mandatory Requirement
Purchaser EPC Contractor
(DAEWOO NIGERIA LIMITED)
Supplier The Vendor Appointed To Supply The Metering
Package
DCS Plant Distributed Control System
DPR Department of Petroleum Resources
FAT Factory Acceptance Test
The Oil Metering System shall be designed and produced in strict accordance with the
applicable and appropriate parts of the following documents. and general specification for
instrumentation in packages(3225.03.DIST.24005).
Operators Standards
Statutes (UK)
4. OPERATING CONDITIONS
The Supplier is responsible for ensuring that all equipment and components provided are
suitable for the operating conditions stated in this specification.
4.1. Environment
The package shall be suitable for the full exposure to the environment and climatic
conditions prevailing on the site.
The site lies in Bayelsa State, in the Swamp area of the Niger Delta of Nigeria. The
climate is tropical, being extremely humid during the rainy season.
The site is also subject to air born dust blown in on Northerly winds from the Sahara.
Design temperature
dry bulb temperature 34ºC
wet bulb temperature 28ºC
For engines/turbines/air coolers 36ºC
Internal design conditions
Control rooms 26ºC dry bulb – 50% Relative humidity
Equipment rooms 30ºC dry bulb – 50% Relative humidity
File Name : 459550134.doc
This document is property of NAOC Ltd. Who lawfully reserves all rights. Any unauthorised attempt to reproduce it, in any form, is strictly prohibited.
NAOC will safeguard its rights according to the civil and penal provisions of the law.
CUSTOMER JOB UNIT
Nigerian Agip Oil Company Limited DN-57
PLANT LOCATION
Code 3225.03. DIST.24028
Ogbainbiri, Nigeria
PROJECT/UNIT Revisions
Sheet
Swamp Area Gas Gathering for N-LNG Gas Supply T4/5
8 of 25 0 1 2 3
EPC for Upgrading of Ogbainbiri Flow-station
TECHNICAL SPECIFICATION FOR
TITLE OIL METERING PACKAGE
Rainfall
For 60 minutes 93 mm/h
For 30 minutes 140 mm/h
For 15 minutes 160 mm/h
Frequent lightning storms
Ultraviolet Radiation
10 to 12 hours/day of sunshine over 12 months with a maximum in June. All GRP and
other plastics exposed to direct sunlight shall contain a suitable ultraviolet barrier.
All outdoor equipment shall be suitable for the increase in temperature when exposed to
solar radiation
Winds
The highest mean velocity at 10m above ground level is 75km/h
The peak velocity as provided by the Nigerian Metrological Institute is 33m/s or (118.8
Km/h).
Earthquake
None
Elevation
Approx. 10m above sea level
Electromagnetic interference
The site had a number of high power motor drivers and generators. These may cause
local radio interference. New equipment Electromagnetic Compatibility shall comply with
IEC 61000.
5. SCOPE OF SUPPLY
The Package shall be completed and tested in accordance with the requirements
detailed herein, taking due account of preservation, transport and installation
requirements. The Oil Metering / Prover Package shall comprise the following major
equipment.
The Oil metering / Proving skid shall be provided with 3 x 75% fully equipped
parallel, flow lines together with a prover loop. Each meter run will consist of Inlet
Valve, Strainer, Positive Displacement Flow Meter, and down stream valves. A
common 6” prover take-off header for all meter runs shall be provided.
All other Instrumentation requirements and all interfaces on skid shall be as depicted
on process P&ID 3225.03. DPFM.11410
The skid shall be fully assembled, tested, and in an approved condition ready for
installation without any need for carrying out additional site work apart from
installation and commissioning.
The metering package is to be designed to provide the required process duty based
on data provided in Process Data Sheet 3225.03.DPGA.11519.
The skid shall have four (4) lifting lugs for lifting dry skid.
The flow meter shall have a turndown of 20:1 with an uncertainty of better than
0.25%.
The skid dimensions shall be 4572mm width and 10922mm length, unless otherwise
stated increment in dimensions shall not be allowed.
In locations where ball valves are installed exceeding 8”, monorails shall be installed
equipped with manual hoist for maintenance purpose.
The supplier shall provide the control system to interface with the purchasers DCS
system that is located in a local control room. The interface shall be hard wired. (see
process P&ID 3225.03.DPFM.11410.)
The supplier shall ensure that the Control System design is robust and as simple as
possible, for ease of maintenance and to minimise spares holdings.
The location of the controllers shall be decided by supplier to achieve the most
economic design solution, either locally mounted on skid or in a remote panel
located in the plant equipment room.
The supplier shall provide appropriate skid mounted junction box’s for interface
cables.
All interface cables between the skid and equipment room panels will be supplied by
purchaser. Supplier to advice number of cores / pairs required.
5.3. Materials
All referenced specifications shall be latest edition in effect at the time of manufacture.
Process Pipe:
Dimensions ANSI B36.10
Material API 5L Gr.B, seamless
Wall thickness ½” to 2” SCH 160
2 ½” to 14” SCH 80
Note: Prover measuring section, pre-run piping and elbows shall be inspected by
Supplier inspector and deemed “prover quality”
Flanges:
Dimensions ANSI B16.5
Material ASTM A105
½” to 1 ½” ANSI Class 600, RJ-SW (bored to match pipe)
2” to 14” ANSI Class 600, RJ-WN (bored to match pipe)
Exception: Flanges for prover measuring section are special machined O-ring
tongue and groove design. Skin edge drain flanges are ANSI 150
Weld Fittings:
Dimensions ½” to 1 ½” ANSI B16. 11/ B1.20.1
2” to 14” ANSI B16.9
Branch Connection:
When Pipe run and branch run are same size, use a straight tee. For all other
branches use weldolets (sockolet or threadolets for NPS 2” and smaller) or reducing
tee.
Nuts:
ASTM A194 gr. 2H; Zinc Coating (Hot-dip) to ASTM A-153.
Washers:
ANSI B18.22.1, Material: ASTM F436, Zinc Coating (Hot-dip) to ASTM A-153.
Washers Installed under nuts to minimise damage to painted surfaces.
Gaskets:
Oval ring with AISI 316 stainless steel or spiral wound with AISI 316L stainless steel
windings, 1/8 inch thick, with AISI 304 stainless steel inner and outer centering rings,
ANSI B16.20, Class to match flange rating.
Plugs:
3000lb, Hex Head Plugs
Tubing / Fittings:
AISI 316 stainless steel. All fittings shall be Swagelok or equal.
Tube diameter is 10mm or 6mm with 1mm wall thickness.
Structural:
Steel shapes and plates – ASTM A36 or equal
Fasteners:
All structural and miscellaneous bolting shall be ASTM A325; zinc coated per ASTM
A-153. All miscellaneous nuts shall be zinc coated;
Minimum diameter 3/8 inch. All U-bolt diameters to be per manufacture standard. All
U-bolts shall have sufficient additional thread for double nuts.
Grating:
Serrated, welded bar, 1-1/4 inch X 3/16 inch bearing bars spaced on
13/16 inch between bars with 4” cross bar centers, hot dipped galvanised carbon
steel. Width of grating as required.
Handrails:
A53 Gr. B pipe, galvanised.
Pipes:
Dimensions ANSI B36.10
Material API 5L GR.B GALV.
Fittings:
Dimensions ANSI B16.3
Material ASTM A 105 GALV.
External:
All painting shall be done in accordance with this specification. This applies to
process piping, valves, strainers, meters, and structural steel. Instruments, electrical
equipment and actuators shall be per manufacturer’s standard painting system.
Galvanised and stainless steel surfaces shall not be painted.
Prior to any protective coating all painted surfaces shall receive a near white blast to
SSPC-10.Coat as follows:
Prime coat:
Reinforced Inorganic Zinc Sillicate Devoe Catha Coat,
Nominal Thickness 50-75 micron DFT (2-3 mils).
Intermediate Coat:
Hi- build epoxy, Devoe Bar Rust 235,
Nominal Thickness 150-200 Micron DFT (6-8 mils)
Top Coat:
Polyurethane, Devoe Devthane 389,
Nominal Thickness 50-75 Micron DFT (2-3 mils).
Total DFT:
250-340 Micron (10-14 mils).
All painting shall be done by experienced personnel. The paint shall be mixed and
applied in strict accordance with manufacturer’s recommendations. Paint that has
been damaged shall be removed, surface cleaned, and then re-coated.
5.6. Galvanising
Grating will be hot dip galvanized. The hot dip process shall be in accordance with ASTM
A123-89. Thickness grade shall be 100 per Table 2. Galvanised assemblies that are bent
or welded after galvanising shall be coated with cold galvanising only when approved by
purchaser.
5.7. Calibration
All electrical wiring will be in accordance with IEC codes and practices.
All cabling shall be armoured and protected from forceful impact by cable tray work.
All AC and DC wiring will be run separately, sized and colour coded as per NAOC
standards.
Skid Power:
400V, 3 Phase, 50 Hz
The Supplier shall be responsible for the technical integrity of the system including but
not limited to:
The design life and availability and reliability of the system and it’s elements shall be
demonstrated by the Supplier. The whole package shall fulfil all performance
requirements of the DPR Nigeria and this specification. In making assessments of
availability and reliability, the Supplier will need to estimate repair times. For the purpose
of making such estimates the Supplier may assume a given sensible and realistic spares
holding: the Supplier is requested to provide details of it’s spares holding assumptions.
Delay caused by factors not directly related to the system in question may be neglected,
unless a basis for estimating such delays is provided by the purchaser. In the case of
failure modes that make a significant effect to the overall availability, the Supplier may be
required to demonstrate that it’s assumed repair times can be achieved.
The final acceptance criteria for the package shall be in accordance with the applicable
codes, standards and regulations in section 3 together with any additional requirements
noted in this document.
A full factory acceptance test must be carried out covering the entire package in
accordance with the approval FAT procedure, covering all hardware, software and safety
aspects. The FAT will be witnessed by the purchaser or their nominated representatives.
A full Site Acceptance test must be carried out covering the entire package in accordance
with the approval SAT procedure (prepared by the Supplier) covering all hardware,
software and safety aspects. The SAT will be witnessed by the purchaser or their
nominated representatives.
All test equipment shall have an uncertainty of calibration one order of magnitude lower
than the instrument being calibrated. All calibration equipment must have a valid
calibration certificate granted by approved authority like British Calibration Service (BCS)
or equivalent.
Dead weight testers must be calibrated in bar and compensated for local gravity at
Ob/Ob. Selection of weights to allow for steadily and uninterrupted rising and falling test
series.
Full details of the operating design life of all major components, which will be subject to
planned maintenance and replacement during the life of the package, shall be provided
by the Supplier.
All package components which require regular monitoring or maintenance shall be easily
accessible by operations personnel.
The package shall be designed to permit maintenance without the need for specially
designed facilities and space.
7. QUALITY ASSURANCE
The Supplier shall operate a quality system satisfying the applicable provisions of
ISO9001. The Supplier’s sub-Suppliers shall operate a quality system satisfying the
applicable provisions of BS5750 / ISO 9000 (series), or agreed equivalent standard,
commensurate with the goods and services provided.
Supplier shall permit Purchaser to, on a reasonable basis, carry out quality and technical
audits / reviews at both the Suppliers and sub-Suppliers works.
8. DOCUMENTATION
Documents shall be produced in accordance with the DPR Nigeria requirements and
SDRL (see section 13)
The Supplier shall be responsible for ensuring that the goods and services supplied shall
meet all applicable regulations on health, safety and environmental issues.
The list below outlines the deliverable from the Supplier in terms of packages, loose
items, services and documentation.
11. RESPONSIBILITIES
or at sub-suppliers factory item are closed out prior to any packing and
preservation of that package / loose item being
effected
Completeness at delivery Deliverable packages shall be shipped as
complete, whole units. Loose items intended for
site assembly onto packages should be kept to a
minimum
Packing, preservation and delivery NAOC specification requirements shall be met.
to the site Please refer to enclosed SDRL
Service life The metering system shall be designed for 25
years service
Spare capacity Metering panel and barrier rails trunking and
gland plates should permit future installation of
cabling for a further 20% I/O above the design
basis
Documentation As per SDRL section 13
Deviation / Clarification
Mechanical Commissioning
All and any other checks and running tests required by the Supplier/Vendor
representative who shall be present at site during pre-commissioning and
commissioning activity to secure a twenty-four month warranty on the equipment.
The cost of attendance of Vendor specialist during warranty period shall also be
included in the quotation, as optional. It shall include “Health Care Services” which
means servicing and maintenance at appropriate frequencies, carrying out major
overhauls, on site or at the nearest servicing center as appropriate, all as
recommended by Vendor and as agreed with the Customer. The cost shall cover all
necessary manpower, plant; equipment and tools for 24-month at the end of
warranty period. Supplier/Vendor shall provide per diem rate for the attendance of
the Vendor’s specialist at site for a period of twelve (12) months following the end of
warranty period.
Vendor shall provide a quotation to extend the “Health Care Services” for a further
five (5) years period, as optional.
Technical Literature
Supplier/Vendor shall include technical literature showing his capacity and capability
for the supply of quoted equipments/materials such as catalogues, brochures,
bulletins, and reference list in his quotation.
12.2. Spares
Commissioning and Start-up spare parts shall be quoted as a part of main quotation.
Two (2) years operation spare parts and Special tools shall be quoted as optional, with 6
months validity after placing of main equipments/materials.
Capital (Insurance) spare parts, if any, may be proposed on Vendor’s past experience, as
optional.
The Supplier/Vendor shall be responsible for the proper packing & marking of the
package as below;
- All gasket surfaces, flange faces and machined or ground metal surfaces shall be
thoroughly cleaned, greased & protected with suitable wood, metal, or substantial-type
covering to insure their full protection.
- All exposed threaded parts shall be greased and protected with metallic or other
substantial type protectors.
- All female threaded connection shall be closed with forged steel pipe plugs or snap-in
protection plugs. Case-iron pipe plugs will not be acceptable.
- Suitable weather protection, blocking straps and skids shall be provided to protect the
equipment from damage in transit and during storage.
The safe arrival at Nigeria Port of all materials in good and usable condition is essential.
The Supplier/Vendor shall provide suitable and adequate protection against corrosion,
high temperature, pilferage and possible rough handling during transshipment. Any
preservation shall be suitable for possible long-term storage at SITE including all
necessary instructions to ensure that the Materials are maintained in an “as new”
condition.
The COMPANY and/or Purchaser reserve the right to undertake inspection of packing
prior to dispatch. Any such inspection shall not relieve the Supplier/Vendor of any of their
responsibilities.
The Supplier/Vendor shall be responsible for ascertaining and complying with the current
Nigerian legislation with respect to import regulations and Pre-shipment Inspection. The
Purchaser shall not be held responsible for any additional costs or delivery delays due to
the Supplier/Vendor not being aware of or complying with these regulations.
Delivery condition shall be based on FOB near international port or CIF Nigerian port.
However, Bidder shall be separately provided the price schedule of the goods quoted
each delivery condition.
Packing, handling and transporting modules, skids involving heavy-lifts and over-sized
cargoes, may be subject to inspection by COMPANY and/or Purchaser prior to shipment.
The Supplier/Vendor shall arrange for the necessary details and advise Purchaser at
least thirty (30) working days in advance.
General
Quality Requirements
The preparation of documents shall comply with the requirements of the
CONTRACT and the format, sizing and method of presentation shall be approved
by Purchaser.
Multi-page documents shall be produced on the following software packages and
shall be capable of clear reproduction, microfilming and electronic storage:
Microsoft Word
Microsoft Excel
Microsoft Powerpoint
CAD/Autocad Latest Release
Single-page drawings shall be capable of clear photographic, microfilming and
electronic reduction to A3 size.
Language
The official language of the CONTRACT is English.
Size
Vendor shall propose size of documents to be produced, and obtain Purchaser
written approval prior to commencement of work scope.
Formats
Vendor shall propose format of documents to be produced and obtain Purchaser
written approval prior to commencement of work scope.
Format of documents shall be unique and homogeneous throughout the Project,
and used for all documents produced from or on behalf of the Vendor.
Information
Vendor shall propose the scope of information to be entered on documents.
Particular emphasis shall be placed on drawings with regard to data tables, notes,
and hold categories.
The scope of information to be entered on documents shall be homogeneous
throughout the Project.
Each document shall, at all stages of its life, bear an identification of the (internal
and external) cycle it is bound to undergo and a clear indication of those steps
which have already been passed.
Units of Measurement
All documents shall be produced using the unique units of measurement system
approved for the Project.
Confidentiality of Ownership
Each document and drawings shall contain a confidentiality statement as below:
“This document is property of NAOC Ltd. who lawfully reserves all rights. Any
unauthorised attempt to reproduce it, in any form, is strictly prohibited. NAOC will
safeguard its rights according to the civil and penal provisions of the law. “
Symbols
The symbols used in the drawings shall be in compliance with appropriate
specifications and recognised standards acceptable to Purchaser. The same
symbols shall be used throughout the Project.
Revisions
Vendor shall use revision characters starting from 0,1,2….. for Design issues of
documents.
Documents revised from previous approved levels shall have the affected areas
highlighted by 'clouding' or 'side-lining' and the use of a triangle denoting the
revision status. Previous revision highlighting shall be removed at subsequent
issues.
Operating Manual
Maintenance Manuals
The Supplier/Vendor shall prepare Maintenance Manual for the equipment. These
Manual shall include such items as maintenance schedules indicating
recommended minimum and maximum periods for implementation for routine test
and preventative maintenance; maintenance and test procedures; corrective
maintenance procedures, including removal, dismantling, overhaul, assembly,
replacement, repair, test and calibration; cleaning methods and materials,
fits/clearances and tolerances; details of access and lifting requirements; details of
special tools required for maintenance; safety precautions, spare parts details,
drawings, fault finding methods, etc.
Notes
(1) All document required dates are working weeks from the "Date of Purchase Order".
(2) For final documentation 8 hard copies plus CD Rom.
(3) Installation, Operation and Maintenance Manuals shall be Supplier's standard formats.
(4) First issue drawings to be provided on CD Rom
Symbol key
C = Dyeline/Xerox copy T = FAT
D = Agreed Delivery Date
X = Critical Document subject to specific Order conditions
14. APPENDIX