Download as pdf
Download as pdf
You are on page 1of 99
[ST det (von iT] General — | ADDENDUM | Eis dccumens | | acini | ' | Ensing Clauseientnes Page No, Clause No | Paragraphiting) a | The company eater name OV natural gas commission _| hasbeen used tender dooument at some paces | Tectricai Specticaten and Descrpion of work | suppy and insataton of Hypochonte Generator a BPA HEERA, GHW, SCA & WN Patoms ‘Doc. No -4808-00-1. 4-SP-4500 Rev. | Page No.6 | Doc: No 4805-00-16: This specifeaton outines te minimum requirements 44-5°.4500Rov-A for design, engineering, manufacture, procurement supply, inspection and testing, installation commissioning and performance testing of new ypochlonite Generalor (also caled Criorinator) at “BPA, HERA NEELAM, SHW SCA-& WIN complex. "afte: removal of the exsing off equipment / sk as fer the specification ince inthe bidding document Page No 7. Clause 1 ‘Boz No. 4805.00-16. Oe Hypoctioie Generar af BPA platform shall be A4SP-ASOOReV-A removed. alr sutressbl_conmssionng. of new | typoctionte Generator at SCPA plato On other | fe plaforns tte new Hypochlote Generate std | (one each as pet speciaten) shal be male on the deck space vacated ae the removal of og Pypocnone Generator sks Page No 7. Clause ‘Hi para? ‘Doc No -4805-00-16- t Existing pipe nel work for injecting hypo chante from 44SP-4500 Rev new Rypacrone generators to four number fre tale ums (two at HERA, one a WIM and one SY HRG) three nurbers see waler Mt pumes at IH nd one number uty wate” pump at Wl and one rumor tity waler pimp anc one umber wash down pump at HEERSA wes be eared win new | Page No 8 Ciawse No | 24. paraz { Projet Nome | anteesictaeeeter| Project Name. | Replacement of CChionnator packages | atNeetam &Heera * Corp sme may b ead a Natu gas corporation Fecal Specfeaon and [Desc tnx fr i | instalation ol Hypochlonte | Generator at NEELAM HEERA | Paton, 1 Ths speatcabon aatines ie | minimum requrements desi} | engineering manufac | procoremen, supply mspecton and tesing. sation gaskels etc. Accordingly disconnection, dismantling, storage and re-inst reconnection, change of pipe routing, piping fitings, flanges, stud-bolts 1 etc (if required, of similar specification) shall be supplied and instalied by ! Bidder shall provide painting of equipment. piping, valves, skid base. sirm-ads 6 ladder and other surfaces not covered by insulation as per specification --i. bidding document Bidder shall be fully responsible for inerting, flushing, cleaning and cle including supply of gaskets, stud boll and nuts, blinds, chemicals etc system gas free and sale to take-up the modification work as per specitic Copyngin BL Fa «é & my == INDIA LIMITED FOR 4805-00-16-44-SP-4500 eae one ‘SUPPLY & INSTALLATION OF Rev A : HYPOCHLORITE GNERATOR Page 7 fo ? —— —— = = 2.26 227 2.28 229 2.30 231 3.0 40 44 42 Format No EIU 1641-1924 Rev 1 ‘Bidder shall provide commissioning spares required during pré-commissioning, Jcommissioning of package skid at offshore platform and provide list of commissioning spares (platform-wise) included in the lumpsum quoted prices in,his offers. Bidder shall supply mandatory spares for five platforms within lumpsum quoted prices as per-the list given at (Spec no: 4805-00-16-44-MSP-4500 and specified in cl. 2.3.2 of ‘specification no: 4805-00-16-44-S-4501) per platform. Bidder shall also' supply two years consumable operation spares as mandatory spares (refer cl 4.17.17) for instruments such as chlorine analyzer, pressure and temperature switches etc within the lumpsum quoted prices. Bidder shall also furnish recommended list with itemized unit rates for supply of one-year operational spares to be ordered separately in his offer. Bidder shall procure Equipment, Electrical, Instrumentation; piping material etc from Company's approved vendor / sub vendors (from the suggested Vendor List included in bid specification) only. Successful bidder shall submit Purchase Specification for Hypochlorite Generator major equipments namely electrolytic cells, TR-RC unit, degas vessel, dosing pump, blower fans, filters etc Electrical, Instrumentation, piping material etc for Company's review / approval before release / placement of Purchase Order by him on approved Vendor. Purchase Specification shall include as a minimum the selected vendor technical offer, technical deviation (if any), equipment selection basis / criteria, technical catalogue / literature for the selected equipment / items, material of construction, performance curves / data, copy of equipment certification etc required as per specification alongwith necessary inspection and testing requirements, inspection agency etc. Necessary tests / inspection certificates / reports and associated documents shall be furnished / submitted to Inspector (with Copy to Company) for inspection as per specification ‘Any other work required for dismantling, removal of existing skid, and installation, ‘commissioning. performance testing of new skid and smooth functional operation of other associated facilities not specified specifically in this specification but required for the completion of installation of new skid shall be in the scope of the Bidder ELECTRICAL SCOPE OF WORK AND TECHNICAL REQUIREMENTS. Refer Electrical portion of the Bid Package OTHER WORKS, Bidder shall submit his schedule and sequence of procurement, fabrication, dismantling, removal of material, installation, commissioning and testing at offshore after assessing thoroughly the requirements nature and quantum of work. This schedule shall be prepared separately for offshore and onshore part of work and submit for approval during post order stage Bidder shall obtain work permits from Company prior to taking up of any hot work and other works to be carried out on the platform as per the rules and requirement of the Company. a Cyan A esa " TECHNICAL SPECIFICATION & ‘STANDARD SPECIFICATION SSHRC a ENGINEERS DESCRIPTION OF WORK sar elliés = NDA UMITED FOR 4805.00-16-44-SP.4500 een — sabes nanincmaew, ‘SUPPLY-& INSTALLATION OF Rov A HYPOCHLORITE GNERATOR Page Bal 3._ Bidder and his representative, workmen shall observe ONGC safety norms and requirements as per the instruction of Engineer-in-charge to execute the job safely and without any operational hazards. The bidder shall provide personnel protection equipments necessary for the safety of workmen and supervisory personnel necessary for the execution of work at platform. - Bidder shall specify in his bid the total time required separately for carrying out the removal of redundant skid, piping, valves, instrumentation, cable, cable trays, supports platforms, ladders etc. and installation of new skid at the proposed location as per specification, hook-up with the platform facilities, testing, commissioning, performance testing and handing over of the equipment to the Company 44 Erection and dismantling scheme shall be planned keeping in view the operational fequirements of the platform and in consultation with the Engineer in charge of Company at site. Erection scheme and sequence of erection and installation activities shall be submitted for Company's review and approval at least three months prior to start of the off shore activities. For use of any platform facilities e.g. deck crane etc, Bidder shall make request in advance and when permission is granted, he shall adhere to the agreed schedule. However Company may withdraw the facilities in the middie of Contractor's work, if emergency occurs and use of the facility becomes unavailable due to any reason. 46 47 Bidder shall carryout necessary rework job of existing facilities where insulation is opened up or painting is damaged during hook-up or tapping of connection is being cartied out during pressure test or leak tests etc as specified Incase of any interference in mechanical, electrical and instrumentation work is noted at site with existing facilities the same shall be removed and rectified by the installation Bidder as per the instruction of Engineer in-charge at site. ¢ 4.8 Bidder shall arrange inspection for imported equipments / items required as per specification prior to their dispatch from his / his sub vendor shop / workshop. Inspection of all imported & indigenous equipments / items / material shall be by reputed third party inspection agency namely CEL / LRS / DNV / ABS etc or any other agency approved by the Company. Third party inspection charges including fee etc shall be born by the bidder. 49 Contractor shall deliver his material at ONGC, Nhaya / helibase. Transportation of materials from Nhava / helibase to Offshore shall be arranged by ONGC. However, Contractor shall ensure necessary cooperation with ONGC, NHAVA Port to facilitate loading / unloading and dispatch of project materials including his tools & tackles for timely shipment to platform. Maintenance and operating manuals of equipments provided by bidder / manutacturers ~ shall be elaborate and descriptive giving full details on equipment operation and maintenance requirement, including check lists and schedules for the preventive maintenance of equipments, equipment part numbers. part drawings, sequences for assembly and dismantling of parts for maintenance etc, list and quantity of consumables required for the equipments 4.10 4.11 Bidder shall provide their experience record of carrying out similar offshore works and proposed organization chart for the execution such type of works and experience profile of personnel to be deployed by him for this project alongwith bid for the purpose of qualification. Bidder shall also provide list of equipment, tools & tackles and marine spread that he proposes to deploy for the execution of this project Foumai No EIL 1641-1924 Rev 1 3 Conyighl EL ~ Al aghis reserved ee areata (4B0S-00-16-44-SP-4S00 | j =e surrey nstusanon or a ae __WYPo6 i | FOR Rev A HYPOCHLORITE GNERATOR Page Sot 4.12 Bidder shall provide soft and hard copies of as buill hook up details, skid GA drawing, equipment data sheets, cable layout drawing, piping isomettrics, electrical equipment data { sheets and instruments data sheets and hook-up drawings as stated in Vendor Data Requirement no: 4805-00-16-44-VDR-4500 included in bid package. Process Design Criteria (Document no: 4801-02-PDC-04; 12 sheets) typically prepared for BPA Complex is included in the bid for implementation. The successful bidder shall prepare Process Design Basis on similar basis separately for all other platforms post order stage and submit for the review by the Company. Any additional information ¢ details required for preparing Process Design Criteria shall be collected by the bidder from platform during pre bid survey. Bidder shall submit documentation platform wise as listed for BPA Complex Process Design Criteria. 4.13 Safe charts (Drg no: 4801-02-41-10-5001; 4sheets) typically prepared for BPA Complex is included in the bid for implementation. The successful bidder shall prepare safe charts on similar basis separately for all other platforms post order stage and submit for the review by the Company. Any additional information / details required for preparing Safe charts shall be collected by the bidder from platform during pre bid survey. 4.14. Seawater analysis is given in bid package typically for BPA Complex. The bidder shall collect seawater analysis as applicable for other complexes from respective platform(s) during pre bid survey. 4.15 4.16 Acid cleaning system (portable type mounted on separate car) as recommended by the hypochlorite generator package manufacturer for periodic cleaning of cell shall be supplied as an optional item. Bidder shall submit separate price for acid cleaning system in price bid format for the purpose of evaluation Bidder shall provide the services of equipment manulacturers commissioning engineers during commissioning and performance run test of hypochlorite generator al respective platforms within the lumpsum quoted prices. Equipments shall be handed over after their successful commissioning and performance run test at platform. Commissioning engineers shall be present at platform during the entire period of commissioning and performance run test of hypochlorite generator package. € 4.18 Bidder shall quote separately for firm scope of work for providing training of operation and maintenance staff in two groups for minimum period of four days each by hypochionte geferator manufacturer separately al each platform. Equipment manufacturer shall provide ‘Certificate’ to operating aftd maintenance staff trained by them at platform. Bidder | manufacturer shall profide brief detail / copy of the typical training module offered by him for the training of operating and maintenance staff at platform along with bid Bidder shall furnish skid sizes and skid general arrangement drawing for all six platforms 4.19 separately alongwith bid for the evaluation of the technical proposal : NOTE: In following construct P&ID where ever two chlorinator packages are stated the same shall be read as single chlorinator package with equipment details as per the respective equipment data sheets and specifications: Neelam: 4805-00-05-45-87-C (Package with Tag No: CH-6250 stands deleted) Wit: 4805-10-05-45-86-C (Package with Tag No: CH-1070 stands deleted) SHW: 4805-20-05-45-87-C (Package with Tag No: CH-6250 stands deleted) WIN: 4805-30-05-45-87-C (Package with Tag No: CH-1070 stands deleted) ae oF Copyright EL ~ Aivighes exened Format No EIt 1681-1924 Rev 1 TECHNICAL SPECIFICATION & STANDARD SPECIFICATION Oe ran ote-a4'sP 4804 HYPOCHLORITE GNERATOR areal vag 19 SPECIFICATION FOR HYPOCHLORITE GENERATOR (CHLORINATOR) FOR OIL & NATURAL GAS CORPORATION LTI& INDIA Format No EN 164-1924 Rey 1 ‘SUBPLY KINSTALLATION OF — oe = ea ORD FOR (4805-00-16-44-SP-4501— nN SUPPLY A NSTALLATION OF Reve SYPCCHLORTE GNERATOR page et CONTENTS ‘S.NO. DESCRIPTION Page no 1.0 SCOPE 3 20 GENERAL 3 3.0 DESIGN CRITERIA. 4 40 DESIGN AND CONSTRUCTION 5 50 PROTECTIVE COATING n 60 INSPECTION AND TESTING 12 7.0 WARRANTY 12 80 ‘SPARES 12 90 PACKING AND TRANSPORT 13 10.0 VENDOR DATA REQUIREMENT 13. 11.0 ATTACHMENTS 13 < & Foor no EA Wats5@4 Rew 1 “Te Canmngn BAY esened TECHNICAL SPECIFICATION & 'STANDARO SPECIFICATION kg + po SSR @ evareeRs BEscRIRON Or WORK leet re ie . terre “SUPPLY INSTALLATION OF. ———RevB-— HYPOCHLORITE GNERATOR Page dot 14 — 1.0 SCOPE: - This specification outlines the minimum requirements for the design, manufacture, testing and supply of Hypochlorite Generator (Chlorinator), to be installed on an offshore platform. 2.0 GENERAL: - 24 Purpose The Hypochlorite Generator (Chlorinator) shall generate sodium hypochlorite solution by electrolysis of seawater and thereby control the marine growth of seawater for utility water, firewater, water injection and other water services of platform. 2.2 Codes and Standards The following codes and standards (latest edition) are referenced to and made a part of this specification: - Analysis, Design, Installation and Testing of Surface Safety APLRP-14C System on Offshore Production Platforms ASME, Sec. Vill: Boiler and Pressure Vessel Codes. Oi. BS 4994 Design & Construction of Vessels and Tanks in reinforced Plastics APL610 Centrifugal Pumps for General Refinery Services Is 4894 Specification for Centrifugal Fans ASTM ‘American Society for testing and materials. E NEC National Electrical Code lec International Electro Technical Commission, NEMA © _ National Electrical Manufacturer's Association 2.3. Equipment furnished Vendor shall supply all the items as described herein after to make the system complete and unit operable safely. The Hypochlorite Generator (Chlorinator) unit shall include but not limited to the following ~ 234 These shall include but not be limited to the following: . Seawater filters electrolytic cells, hydrogen gas uetection and removal system, FRP hypochiorite dosing pump, and air blowers (one working + one standby) Transformer Reclilier for power supply and control panel assembly Hydrogen dilution with necessary stainless steel ducting, flame arrestors for ——___________venling hydrogen in safe area ___ {7 Foumat No EW 168-1924 Rev 1 | TECHNICAL SPECIFICATION & STANDARD SPECICATION ayaa yENGNERRS- DESCRIPTION OF WORK alate eae ORM “FOR ‘OED EP oS Oe SUPPLY & INSTALLATION OF RevB HYPOCHLORITE GNERATOR Page of Auxiliagy dilution of hydrogen from platform utility air supply system Interconnected piping, electrical, instrumentation and controls, hydrogen detectors, alarms and shut down: Acid cleaning system complete with acid tank, piping, instrumentation, circulation pump and transfer facility to transfer acid from drums to acid tank ete - Pressure control valve, shut down valves, flow indicators, injection spargers, on line residual chlorine analyzers as per specification Auto flushing of hypochlorite injection lines with seawater as per specification Access ladders and maintenance platforms required for normal operational and maintenance. Any other items not described in specification and data sheet but required to make the system complete and efficiently operable. All above iterns / components shall be mounted on a structural skid, fully assembled. and piped with iniet and outlet piping terminated at the skid edge with appropriately rated flanges, wired, tested and painted for marine environment. Electrolytic cells, transformer- rectifier units shall be enclosed in a stainless steel enclosure individually, as per the oN Specification. Vendor shall also supply following mandatory spares (loose) separately for each unit of {232 \ hypochlorite generator (chlorinator): ~~ -_ One (1) spare electrolytic call Flame arrestor One contro! card.& one full set of thyristor firing cards 24 — Acceptance Criteria As @ minimum requirement, the offered equipment or the equipment of similor design manufactured by the same supplier: - Z - shall have been type tested; and * Shall have been in continuous satisfactory service on offshore for : -inimum period of two (2) years. 3.0 DESIGN CRITERIA: - 3.1 Conditions of Service ah site 3.1.1 Equipment shall be designed tor outdoor location on an offshore plat 18) conditions as detailed in attached General Specification 4805.00-16-44-SP-07 + 3.1.2. The equipment shail be located in hazardous area as delined in the Scop 6 work and design criteria (Electrical) 32 Utilities Format Wo. Et 1647 Copyngn En Ave TECHNICAL SPECIFICATION & ‘STANDARD SPECIFICATION DESCRIPTION OF WORK FOR 14805-00-16-44-SP-4501 SUPPLY.LINSTALLATION OF __ Reve YPOCHLORITE GNERATOR. Bape Sof 14 3.24 322 33 334 332 333 33.4 338 336 34 40 a4 42 43 Format No EM 1643-1924 Rew 1 Utilities available are indicated in the attached data sheet. The Vendor shall specify the utilities required alongwith their rate of consumption in his bid. Safety Itis the intent 6f the Company that operational hazards be reduced to a minimum. Vendor shall use sound engineering judgment to complete an installation that will perform the required process function without compromising this aim. The design shall meet the requirements of API-RP-14C. ‘All electrical equipment installed in hazardous area shall meet the requirements for hazardous area All controls shall operate in a fail-safe mode. ‘All couplings, gears and exposed rotating parts shall be provided with adequate guards of non-sparking construction. Drive belts if used shall be antistatic type. Piping shall be arranged in a manner so as to avoid tripping of headroom problems. Piping or tubing of insufficient mechanical strength for standing or hanging shall be protected from personnel traffic. The requirements of noise limits and equipment vibrations as defined in the attached General Specifications 4805-00-25-54-SP-01 (GS-17) & 4805.00-25:54-SP-01 (GS-22) shall be met. Conflict In the event of conflict between this specification and other documents listed herein, the folowing order of precedence will govern: - - Data Sheets Paid. This Specification and attached job specifications - General Specifications Codes and Standards DESIGN AND CONSTRUCTION: - Hypochlorite Generator (Chiorinator) units shail be designed for the @esign and operating requirement as given in data sheet. The unit shall supply sodium hypochlorite using once through type seawater feed trom utility water supply header The unit design requirement shall be based on the maximum hypochlorite dosage rate (of all injection points) in treated seawater as per the data sheet. Typical Seawater analysis is as per Anexure-1 included in bid document. The hypochlorite generator shall consist of number of cells constructed of titanium material with inert plastic and stainless steel hardware. Anodes and cathodes of cell assembly shail be provided with coating of adequate thickness to have minimum useful life of five years and shall be assembled in unitized electrode assembly located in stainless steel enclosures suitable for the area classification — 17 Caran Emad ® ‘TECHNIGAL SPECIFICATION & STANDARD SPECIFICATION y# "DESCRIPTION OF WORK a : eae OR UMD ~ FOR -4805-00-16-44-SP-4501 sone meme ‘SUPPLY & INSTALLATION OF RevB HYPOCHLORITE GNERATOR Page 6 of 14 44 45 46 ar 48 49 4.10 Format No EW 1641-1924 Rew 1 Configuration of Cell module for the skid shall be of 3 x 50% capacity with individual TR- RC set for each cell module. Bidder shall give electrical scheme for the above arrangement along with the bid. Cell modules shall have its elements interconnected hydraulically in series. They shall bé connected electrically in series and / or parallel as per the system requirement Cells shall be capable of being refurbished. The cell banks shall preferably self-cleaning type requiring no acid cleaning. Vendor shall supply the unit accordingly. However for units where acid cleaning facility is recommended by the manufacturer the same shall be supplied alongwith the unit by the manufacturer / vendor for the periodic Cleaning of the unit (with separate price as a optional item). Bidder / vendor shall specify the frequency and the duration of each acid cleaning cycle. Further, bidder / vendor shall ensure that full capacity of the unit is available during acid cleaning cycle of the unit Bidder / vendor shall select the number of cell banks / units accordingly to comply with the above requirement. Uniform velocity shall be maintained through the electrolyser cells to avoid fouling of cells and reduce maintenance. Gap between electrodes and the wall of cell box should be Uniform to avoid precipitation and deposition of salts. Cell banks selected shall be capable refurbishing at platform with minimum requirement of tools and tackles. Hypochlorite Generator units shall be capable of working at constant power constant with full capacity at all times. The hypochlorite generator shall be provided facility for auto flush of down stream hypochiorite supply lines with uliity water. This feature shall be provided in the control logic of the system and providing requisite contro! / shut down valves as required for Periodic cleaning (once in a day) and cleaning immediately ater the shutdown gf the uit The hypochlorite generator unit shall be provided with facilities for disengagement of hydrogen through an atmosphere vessel and air blowers (working & standby) for dilution of hydrogen. All safety alarms and shut down required in control system to make sysiem sale as per API - RP - 14 C, shall be provided by the vendor. The hydrogen disengagement vessel as a minimum shalt have minimum of five minutes liquid hold up volume between normal and low levels at design flow rates. Vessel shall be designed for minimum internal pressure of 200 mm of water or as defined in data sheet Hydrogen dilution standby air blower fan shall have auto start facility in the event of blower low discharge pressure. low flow rate and high hydrogen concentration in diluted vent gas. Vendor shall supply utility air from platform ulility air supply header for auxiliary dilution of hydrogen in case of failure of both the air blower fans of hypochlorite generator tor safe shutdown of the unit. Necessary piping. instrumentation, pressure regulators. safety valves. on / off valves etc as required to supply platform utility air for auxiliary hydrogen dilution shall provided by the vendor. Adequate size and length of stainless steel construction ductwork or piping with flame arrestors shall be provided for venting of produced hydrogen to a safe area near edge of platform. Calculation for sizing of vent duct and pressure drop through the exhaust system shall be submitted post order stage Material of construction of air blower casing. impeller and base plate shall be in stainless steel, Air blower fan sizing calculation for dilution of hydrogen shall be submitted post order stage for review of Company. Inlet filer shall be provided at suction of air blower fans. Zo Comyrigh EIL ~ Adige Caer 8 TECHNICAL SPECIFICATION [STANDARD SPECIFICATION PNONERRS DESCRIPTION OF WORK _ BE ORR RETIN OF 4905-00-16-44:5P-4501 Re aS wrens SUPPLY EINSTALLATION OF Revo HiyBOCHLORITE GNERATOR Page Pot 14 4 412 413 Format Mo Ei 1641-1994 Rev 4 n of supply lines of both blower fans shall be provided for Diverter damper(s) for isolatior maintenance. Hypochlorite dosing pump shall preferably be single stage centrifugal pump to ANSI B.73.1 using FRP casing (compatible with CPVC piping), flanged ends with stainless steel shaft and mechanical seal. Dosing pump preferably shall have arrangement for extemal flushing of pump. Hypochlorite generator shall be capable of operating continuously at any capacity between 10% to 100% range of the rated dosing capacity without any let off. The thyristor controlled power supply shall be operated at constant current mode to maintain a preset level of hypochlorite output under changing water conditions. Chlorine generation monitoring shall be done through flow, level and pressure indicators and switches installed at inlet and outlet of cell assembly. All safety alarms and shut down required in control system to make system safe as per API - RP - 14 C, shall be provided by the vendor. Electrical of electrolytic cells assembly shall be as per enclosed electrical specification Al piping, valves and fitings in sodium hypochlorite service shall be of CPVC construction ‘as per piping specification included in bid specification All interconnected CPVC piping between the skid and up to the injection shalll be encased in GI pipe (diameter of encased metallic pipe at least 2 size higher the CPV pipe) for protection of CPVC pipes from any mechanical damage. Skid: - The skid shall be designed and built to ensure that all the equipment alongwith accessories, panel and piping are mounted suitably for convenient operation. The skid shall be designed and built in accordance with the attached General Specification 4805-0016-56- SP-01 (GS-2). All welding shall be in accordance with the attached General Specification 4805-00-06-41-SP-04 (GS-10) Bidder shall provide suitable heavy duty cover / shed protection for weather protect of electrical and instrumentation items from rain ete. Pipin The seletion, fabrication and installation of piping works shall meet the minimum requirements defined in the attached Design Criteria of Piping, General Spagification 4805- 00-16-43-SP-01 (GS-5), 4805.00-16-43-SP-02 (GS-6) and 4805.00-16-43-SP-04 (GS-8) 5.0 GRE Piping 1. Design life for GRE piping system shall be 20 years, 2. The piping and fittings shall be manufactured as per ASTM D 2996 with thickness to suit the maximum design pressure of the class, taking ino account the hydrostatic test pressure at the time of installation ie 1.5 times the design pressure 5.3 The manufacturer shall give full details of the methodology of arriving at the quoted thickness, including lower confidence limit static (LCLs) & Nominal Pressure rating (NPRs). For determination of NPRs a service factor of 0.5 shall be applied. However ail the components of piping system shall have minimum 3.0 mm reinforced wall thickness. ar Copyngh Ei Aighis reserved [STANDARD SPECIFICATION ee rece srecneain : isan SPeCATONS ae OAR Eno ESTE TOR 14805-00-16-44-SP-4501 ae een SUPPLY & IMSTALLATION OF RevB ___tivPochonite GNERATOR Paget 4 4.15.4 The piping and fittings shall be manufactured by using epoxy resin and the structural fiber shall be E-glass. 4.15.5 Inner surface of piping and fittings shall have at least 0.5 mm thick reinforced resin rich liner with C — glass or non ~ woven polyester, and resin content at least 65%. 4.15.6 For UV protection, UV stabilizer shall be added. | : | 4.18.7 Filler shall not be used. 4.15.8 The fittings shall be manufactured by the same piping manufacturer and compatible adhesives shall also be supplied by the manufacturer 4.15.9 The piping and fittings shall be joined by the bell & spigot joint using adhesives or butt and strap joint 4.15.10 Flanges shall be heavy ~duty filament wound as per ASTM D 4024 and ASME B16.5 ( 4.15.11 Manutacturer of CPVC pipes & fittings shall provide thickness calculations of pipes and fittings along with test reports 4.15.12 The piping and fittings shall be qualified for pressure rating as per ASTM D 2992. For quality control the short term hydrostatic pressure (STHP) of at least one sample per Production lot shall be determined in accordance with ASTM D 1599 at standard | laboratory ternperature and the value shail not be less than 85% of the mean of STHP for the representative product established in the qualification test. The test report for qualification and quality control shall be certified by reputed certitying agencies like LS, i DNV, BY, ABS, TUV, Velco Tuboscope | 4.15.13 The piping and fittings shall be fabricated and installed as per UKOOA’S Specifications and recommended Pradiice for the use of GRP piping offshore, March 1994 | | 4.15.14 Offered product shall have valid class and type certificate from reputed certifying agencies like LRS, DNV, BV, ABS. 4.16 Electrical: 4.16.1 Electrical equipment and material shall be in accordance with enclosed General specification 4805-00-16-50-SP-01 (GS-12) and specification no: 4805-00-16-50-DG-05. ‘Motors shall be in accordance with enclosed motor data sheet and general specifitation 4805-00-16-50-SP-05 (GS-29). | 416.2 All out door equipments shail, as a minimum is suitable for hazardous area specified else where in bidding document and shall be certified by BASEEFA, UL or equivalent | international testing agency for the service and area in which il 1s to be used. | 4.16.3 Reler Scope of work and design criteria (Electrical) document no. 4805-00-16-50-DC-05 Rev 1 447 Instrumentation and controls: - The selection and installation of instrumentation work. as a minimum shall meet the requirements defined in enclosed General specification 4805-00-16-51-SP-01 (GS-9) & 4805-00- 16-51-SP-02 (GS-23), aq Format No GIL 164-1924 Rev 1 Copyaghi FI Alraghis reserved TECHMCALSPECIRCATION2 —_sranoano sPECIFICA DESCRIPTION OF WORK _ a 4.17.2. All out door electrical, instrumentation / equipments shall, as a minimum is certified for * NEC class I Div.1 Gas group B, C, D. The controls & indications that are required to be connected to Company's remote control shall be terminated in a junction box with terminal strip located at the edge of skid by the manufacturer and shall be interfaced with control room by the Contractor/ bidder. 4.17.3 Modular, single front, skid mounted control panel shall control the operation of the package. Pan&! construction shail be of SS 316. Panel shall be weatherproof to NEMA-4 and purged or flameproof, suitable for area classification mentioned above and with hermetically sealed components. PLC and other hardware that are required to facilitate contro! and operation of Hypochlorite generator shall be housed in this control panel. All signal termination shall be in this panel. Easy access shall be available to PLC 10 ‘modules and their terminations, 4.17.4 Hypochlorite Generator.shall have self-sufficient PLC based control & monitoring system. All shut down logics interlocks and controls shall be located and performed in this dedicated PLC. Bidder / Contractor shall be responsible for coordination with platform representatives for proper implementation controls. The shut down logics and interlocks in PLC shall be designed with fail-safe features as a minimum, The PLC based contro! system as a minimum shall have the following features: - -PTR of satisfactory operation for one year -Redundant Processor, communication & 10 -The control system PLC shall be dual redundant with redundancies in Processor, 10, communication and power supply -Seff-diagnostics facility -Terminal capable of programming, program storage, operation & monitoring and program modification -History module capable of storing data for six months, -PLC programming and Diagnostics Laptop with licensed software to be provided, “Two sets of loaded software in CD's -CD read & writes facility -Company approved Make of standard PLC (As per suggested Vendor List of Bid Package) shall be provided € All necessary monitoring, indication and alarm parameters as well as selector switches and push buttons shall be available in Hypochlorite Generator control Panel. Hook up and inter-connection, commissioning of new Hypochloriote Generator contro! pane! and its interfacing with existing plationm control system jin firm scope of Bidder / Contractor. 8 The controls & indications that are required to be connected to Company's remote platform control panel, shall be terminated in a junction box with terminal stp Weated at the edge of skid by the manufacturer and shal be interfaced with plationn control panel in contol room by the Contractor bidder All necessary hardware and soit ware in Purchaser's DCS / PLC for such interfacing shall . also be in Bidder’s scope. Bidder to camyautthe required modifications in the existing soft hard copies of platform documents as per the new system supplied by the bidder. : 4.17.5 Alarms & shutdown devices shall be wired through first-out fault indicator. Visual indication for all alarms & shutdowns and a common audible alarm shall be provided in control panel Packager ! vendor shall provide extra terminals to allow Contractor to connect common remote alarm in central control panel. The remote alarm shall be provided and wired by the Contractor. Format No EW 1641-1924. 1 73 Copyright ER — AW ants reserved ‘SUPPLY & INSTALLATION OF HYPOCHLORITE GNERATOR Page 10 of 4 : Vendor standard control system as a minimum shail include the foliowing indication atarms and shut down for the unit . Status signal for run, trip and other critical status signals with common fault . alarm for the unit shall be interfaced with DCS / PLC in control room ‘Unit should trip on FSD (Fire Shut Down) signal ‘*Unit should trip on ESD (Emergency Shut Down) signal ¥ «Standby seawater inlet shut down valve XSDV provided shail be integrated with PLC so that one XSDV shall be available online all the time. Bidder shall provide safe charts and cause and effect matrix / diagram for safe operation of unit during post order stage for review / approval of. Company without any reservation. Logic for automatic switching of Auxiliaries like dosing pumps and blowers shall be made available in the PLC. Online monitoring of chlorine concentration to be made available. Status and summary 4.176 signals shall be transmitted to Central Control room. i 4.17.7 PLC control panel shall be separate from electrical system control panel in the skid. The control cabinet shall be agronomical & safe for @ person to work in it. The cable entries shall be from top or side of the panel. Suitable power supply plug point shall be provided in the control panel for Laptop power supply. 4.17.8. All Limit Switches (XVPI) shall be non-contact type | 4.17.9 All electronics instruments shall be designed for immunity from EM & RF interferences as | per IEC-801 | 4.47.10 Method of protection to be followed in general for electronic instruments shall | be as per the requirements given below: - Switches & solenoid valves Explosion proof & weather proof | Transmitters, transducers & Intrinsically safe & weatherproof ‘Temperature elements. 4.17.11 Power for Instrumentation & control shall be supplied from platform power system at 0 ari Material of construction of instruments, instrument fittings, valves and other relat ssingle point, all further distribution shall be in bidder / contractor scope, Platform power supply for instrumentation and controls is as follows: ~ | c 24V DC # 5% negative earthed for all instruments controls & interlock % | system. = 220V AC 50 Hz (Non ups) for level gauge illumination if required. Bidder | Contractor shall indicate estimated power consumption for start up & normal operation of instruments and controts along with bids. . accessories shall be SS-316 as a minimum. However appropriate selection of material instruments for the application shall be Bidder’s responsibility. Company shall review ti, | material of instruments proposed by the Bidder during post order stage. Non-stainte: steel exposed surfaces shall be painted as per GS-13. All tubing & fittings to be of Swaz Lok or Parker makes only. 4a7.13 Make / selection of instrument vendor & instruments shail be subject to Company's approval. Bidder shall furnish proposed sub vendors list of instruments along with bids. a ZG Coyagn En Tened i Foamat No EN 1643-1924 Rev. 4 TECHNICAL SPECIFICATION & STANDARD SPECICATION eABEORR “A ocicleen ae = aR ncn SUPPLY & INSTALLATION OF. - HYPOCHLORITE GNERATOR. Page 11of 4 447.14 All instruments shall be suitable for use in a humid and tropical offshore climate. All necessary weather and anti corrosion protection to instruments shall be provided to prevent damage from saline and corrosive process atmosphere. All field instruments shall be enclosed in suitable weatherproof NEMA-4X enclosures as a minimum to protect them from site conditions specified in GS -18. Plastic bags shall be provided with all field instruments to protect them during handling installation and commissioning, 4475 Bidder ¥ Contractor's scope of supply shall include all new instruments and control items as per this specification including all cables, FRP cable / tube trays, trays supports, pipes, tubes, fittings, junction boxes & cable glands & other erection material as required for the implementation of the above work. 447.16 Bidder shall prepare detailed P&ID (Piping & instrument Diagram) of the package showing details of instruments, interlocks, alarm and shut down etc and submit to Company for review during post order stage. Bidder shall fumish list of drawings & documents to be prepared by him and submitted for Company's review and approval Instrument specification & data sheet shall be prepared by the bidder / contractor as per ISA $20 & submitted for Company's review and approval The selection and installation of instrumentation work, as a minimum shall meet the _____ fequirements defined in enclosed General specification GS-9 & GS-23. 4a7A7 Bidder shall supply two years consumable operation spares as mandatory spares instruments such as residual chlorine analyzer, pressure and temperature switches etc with in the quoted lump sum price. Bidder shall provide recommended list of mandatory spares included by him for above instruments in the offer 4.17.18 The typical instruments data sheets included in this bid package and pertaining to the scope as per this bid package requirement and attached P&ID's are for establishing @ minimum level of quality and service requirements,and shall be followed by the bidder / contractor while making his own data sheet(s). THese specifications do not include any detail for the instrumentation required to be Supplied by the bidder / contractor. Contractor shall be responsible for the complete design, installation and workability of instruments and contro! system, 4q7.19 ‘The contractor's instrumentation and control system shall met the requirements of the following documents also which are attached with this specification Material selection chart (51-A3-500A) Instrument hook up drawings as per " IMtrument hook up drawing index” 51-A3 SBOA & 51-A3-500B. Thermo-well drawing: “TW-01 4 4.17.20 All electronic transmitters shall be microprocessor based non-retro-fit smart type with an accuracy of + 0.01 % of span. Necessary hand held communicators shall be provided by the Bidder for the pack 5.0 PROTECTIVE COATING: - All carbon steel surfaces. piping, vessels, fittings, supports and structural ste! skid shall be coated in accordance with the attached General Specification 4805-00-06-42-SP-01 (GS-13) Format No Ell 1643-1924 Rev 7 IS Tooynghi El Airaghs exerved TECHNICAL SPECIFICATION & STANDARD SPECICATION 4, edt ORD \ UMITED acal liial 00500-1644 Sh-4501 6.0 64 62 63 64 65 654 65.2 65.3 7.0 80 81 Format No EW 1643-1924 Rev 1 INSPECTION AND TESTING: - ee tcee mae [SUPPLY & INSTALLATION OF HYPOCHLORITE GNERATOR Page 12 of 14 Vendor shall carry out various tests as per data sheet & applicable code / standards. Test certificates shall be submitted for Companys approval. Company / its authorized representative or certifying agency shall have access to inspect the equipment at any stage during manufacture. Company shall specify hold points / witness points while approving purchase specification during project execution. During inspection, material certificates, shop test data, certificates for bought out components and other relevant information shall be furnished for company’s perusal so as {0 ascertain that the specifications and quality are complied with. In case Manufacturer / their sub vendors of equipments / packages have in-house elaborate Quality Assurance Systems (operating in their shop) for Inspection & Testing of equipments / packages, the witnessing of inspection and testing by Company is not necessary. However, witnessing of inspection and testing by Third Party Inspector of Contractor is required as per approved Quality Assurance System. Manufacturer / sub vendors of equipments / packages shall obtain approval of their Quality Assurance System from the Company prior to commencement of manufacturing activities, Where such Quality Assurance System is not in operation with the manufacturer / their sub-vendors, the Tests specified as “witnessed” in the Specification shall be carried out in presence of the Company/ its authorized representative or certifying agency. The cost of preparation for shop testing of equipments / packages including inspection fee etc. shall be borne by the Contractor. Vendor / Contractor shall give minimum 15 days’ prior intimation to the Company regarding testing schedules, Performance run Test Performance run test of hypochlorite generator (Chlorinator) shall be performed at platform on successful commissioning at platform Performance test duration shall be 72 hours of continuous run at the design conditions, turn down conditions. injection rates and other performance requirements specified in respective attached data sheet(s). ‘Vendor shall arrange necessary personnel, material, equipment, apparatus. instruments etc and tools tackles as required by him to camy out performance test of hypochlorite generator at platform. WARRANTY: - ‘Vendor shall have final and total responsibilty for the design and mechanical performance of all equipment supplied under this specification. Vendor shall warrant the equipment furnished by him and the performance of the said equipment in accordance with this specification and attached General Specification 4805-00-16-44-SP-01 (GS-1) SPARES: - Vendor shall recommend and provide spare parts needed for start-up and commissioning In addition, Vendor shall also furnish a separate itemized priced list of recommendec Spates for two (2) year’s normal operation and maintenance Recommended spares Should take into account related factors of equipment reliability. effect of equinment downtime upon production of safety, cost of parts and availability of equipment service facilites. TA agi feses TECHNICAL SPECIFICATION & STANDARD SPECIFICATION 5 S56 RD DESCRIPTION OF WORK - e Soegt akie~ Sermo SUPPLY BINSTALLATION OF —— Rev B HYPOCHLORITE GNERATOR Page-130l 4 8.2 All'spares parts furnished by Vendor should be wrapped and packed so that they wil be preserved in original 2s new condition under the normal conditions of storage 10 be Entiipated in India and shall be properly tagged and coded so that later identification aS 10 intend equipment usage will be faciitated. They shall be packaged separately. clearly marked us ‘Spare Paris” and shipped at the same time as the equipment. Packing ists Shall be fumished so that the parts are handled without uncrating if desired. Start-up spares shall be packed and identified separately. 9.0 PACKING AND TRANSPORT: - ‘The offered equipment along with their accessories shall be a shipped packed in wooden Grate. They shall be wrapped with polythene sheets, before being placed in the crates to prevent damage to finish, Crates shall have skid bottom for handling. 40.0 VENDOR DATA REQUIREMENT: - 10.1. With Proposal Equipment specifications, catalogues, data sheets, deviation schedule and other relevant Gata a5 per attached ‘Vendor Data Requirement’ sheet, to faciilate the Company in evaluating the equipment selection 10.2. After Order Placement 40.2.4 Drawings and data to be furnished for Company's review / approval, as outlined in the attached ‘Vendor Data Requirement’ sheet 41.0 ATTACHMENTS: - The following attachments form a part of ths specification: - 11.1 List of General Specification Fomat io EN 1641-1924 Rew # Specification no Specification Revision no 4905.00-16-44-SP-01 (GS-1) General Specification- Definition ° 4805-00-16-56-SP-01 (GS-2) Skid Mounted Assemblies oO £805-00-16-43-5P-01 (G55) Piping Design & Insalatin o 4805-00-16-43-SP-02 (GS-6) Piping Fabrication oO 4905.00-16-43-SP-03 (GS-7) Piping and Drawing Standards o 4805.00-16-43-SP-04 (GS-#) Piping Material o 4805-00-16-51-SP-01 (GS-9) Installation of Instruments & Controls: oO 4805-00-06-41-SP-04 (GS-10) Welding & weld inspection ° 4805-00-16-50-SP-01 (GS-11) Specification for Electrical ‘Work 1 14805-00-16-50-SP-02 (GS-12) Electrical for Skid mounted Equipment 1 4805-00-06-42-SP.01 (GS-13) Protective Coating Q ae onprapr EI Aaah eserves 8 "® Tecemacat SPECICATION & STANDARD SPECIFICATION Shier ONS o sar eles SNA UMITED: FOR 14805-00-16-44-SP-4501 ae Merereemmee ‘SUPPLY & INSTALLATION OF RevB HYPOCHLORITE GNERATOR Page 14 of 4 4805-00-25-54-SP-01 (GS-17) Equipment noise limits 0 4805-00-16-56-SP-03 (GS-18) Site Condition & Climate 0 4805-00-25-54-SP-01 (GS-22) Equipment vibration 0 4805-00-16-51-SP-02 (GS-23) Design of Instruments & Controls o 4805-00-16-50-SP-05 (GS-29) Medium Voltage Motors 1 4805-00-16-50-SP-13 Medium Voltage Switchgear 1 4805-00-16-50-SP-20 ‘Specification for Flame proof Control Stations 1 4805-00-16-50-SP-23 Specification for Div 2 & Flame proof Light fittings ‘And Junction boxes 4805-00-16-50-SP-32 Specification for FRP cables Trays 4805-00-16-50-SP-25 Specification for Medium and High Voltage Cables 1 And accessories foimar ho i wei Rew 1 aa Coop nae starkiees' ‘EMETED SECTION - 2 PROCESS DOCUMENTS 8 Jo ER 1641-1924 Rev 1 PROJECT : HYPOCHLORITE GENERATOR AT BPA COMPLEX JOB NO. 4801 CLIENT: ONGCL PLATFORM : BPA PROCESS DESIGN CRITERIA FOR HYPOCHLORITE GENERATOR AT BPA COMPLEX DOCUMENT NO ENGINEERS INDIA LTO, PROCESS DESIGN eager NeW DELHI camenia ssoronanrpcos | 1 SHEET 10612 | ‘Client: Oi & Natural Gas Corporation Ltd- -—— Process Design Criteria” | Project = Hypo chlorite generator BPA Complex | Job No. : 4801 Dot No.: 4801-02-41-PDC-04, Rev. 0, Sheet 2 of 12 INDEX CONTENTS PAGE NO. | : | 1 INTRODUCTION 3 { 2 DESCRIPTION OF EXISTING HYPOCHLORITE SYSTEM 4 i 3 DESCRIPTION OF NEW HYPOCHLORITE SYSTEM 4 | 4 MODIFICATIONS 6 z| 5. GENERAL REQUIREMENTS 8 ‘ ANNEXURES. ANNEXURE-I: SEA WATER ANALYSIS. New Dethi 31 | | | | Eugincers India Limited | | Client - : Oil & Natural Gas Corporation Ltd. Process Design Criteria Project : Hypo chlorite generator BPA Complex Doc No.: 4801-02-41-PDC-04, Rev. 0; Sheet 3 of 12. | Job No. : 4801 1.0 INTRODUCTION BPA complex comprises of following existing platforms in the Bassein field { + BA well platform + BPA process platform + BCPA process platform + BLQ- living quarter platform BPA process platform is bridge connected to BA well platform at one end and to BLQ-1 living quarter platform at other end. BCPA process platform is bridge connected to BLQ-1_ | platform at one end and BPA process platform at the other end | A new “BSEP” process cum water injection platform 1s envisaged in the BPA complex, which shall be bridge connected to BCPA process platform at one end end to BLQ-Iplatform at the | | other end | | | This section of Bid Package defines design criteria for Hypochlorite generator system requited to be provided at BCP-A platform under Hypochlorite generator Project. This Hypochlorite generator system shall cater to all the existing cogsumers of BPA complex and also to the new consumers of BSEP Process cum water injection platform. Under this project, the scope of work includes (but not limited to following) (A) Dismantle existing hypochlorite generator system (located at BPA process platform) installed | along with associated hypochlorite supply lines, utility ines & instrumentation Z (B) Installation of new Hypochlorite generator at BCP-A platform along with associated hypochlorite supply lines, utility lines, instrumentation é& control and hook ups with existing facility. The new Hypochlorite generator shall be designed to supply chlorine requirement to existing consumers as well as new consumers of BSEP platform Engineers India Limited New Dethi 382 ms Client Project Job No. 20 3.0 Oil & Natural Gas Corporation Lid. Process Desir Crit, | Hypo chlorite generator DESCRIPTION OF THE EXISTING HYPOCHLORITE SYSTEM At present, the existing hypochlorite generator is-located-at BPA platform, which caters to the chlorine requirement of the following existing consumers: ‘Location BPA SNo. | Service. | [Tabnon 7 ‘Sea water lift pumps | P-2611 A/B/C (2Working+1 Standby) 2 Service water pumps. | P-2629 A/B (1Working+IStandby) P2613 847 m/e P2614 847 m 5. Fire water pump P2681 846 m/e DESCRIPTION OF THE NEW HYPOCHLORITE SYSTEM New hypochlorite generator shall be located at BCP-A platform. The design capacity of new hypochlorite generator shall be 18 kg/hr of available free chlorine (Cla) generation on continuous basis. New Hypochlorite generator shall meet the continuous chlorine requirement of the following continuous consumers at existing BPA complex as well as continuous consumers at BSEP platform. This system shall also meet the chlorine requitement of one intermittent consumer (of highest capacity) like fire water pump for periodic pump testing purpose. It may also be noted that new system is adequate to meet the chlorine requirements of all fire water pumps during FSD condition when all other consumers are down. Turndown for the each generator shall meet the minimum chlorine requirement, © Engineers India Limited New Dethi 33 BPA Comple: | 801 Doc No.: 4801-02-41-PDC-04, Rev. 0, Sheet 4 of 12" | | | ++ Client: Oil & Natural Gas Corporation Ltd Process Design Criteria L i Project : Hypo chlorite generator 7 BPA Complex | Job No. : 4801 Doc No.: 4801-02-41-PDC-04, Rev.-0; Sheet 5 of 12 | [S.No. | Service ___[ Tag no. Capacity” [Location] | H Continuous consumer: : | T. [Sea water lift pumps | P-2611 A/B/C "| 1806 mi7hr (each) [BPA ; (2Working+1Standby) 2. | Service ~~ water | P-2629 A/B 34 m3/ir (each) BLOT | | pumps (1Working+1Standby) ‘Sea water lift pumps | P-3210/3220 660 m3/hr (each) | BSEP | (1Working+ Standby) (Future) { 4 | Utility water pump |P-4280 ———«(« 25 m3 =—SSC~C*~SSCBSEP YC (Future) i y B47 mah | EL } [2] Fire water pump B46 mdr Ss | Fire water pump 847 mar { _ (Future) : CHLORINATION: Chlorination of sea water shall be done by insitu electrolytic chlorination to chlorinate sea water @ 3 ppmw (approx.) free chlorine (Cl) continuously based on sea water intake flow rate. Actual dosing will be based on mamtenance of residual chlorine content of 0.3 to 0.6 ppm fice Ch in the sea water header. Refer Annexure-I for sea water analysis 0M DESCRIPTION: < It has been envisaged that chlorine shall be dosed into suction of operating pumps only. For this, purpose shutdown valves have been provided on hypochlorite supply lines which shall open when respective pump starts and shall close when the pump stops Accordingly, control logic shall be provided Enginecrs India Limited New Deli 34 Client Project Job No. 4.0 is =-Oil & Natural Gas Corporation Ltd. 2 4801 Hypo chlorite generator Contractor shall provide the following facilities under the present scope of work: a) New Hypochlorite generator package of 18 kg/hr of available free chlorine (C!:) generation on continuous basis to meet the chlorine requirement of consumers at existing BPA complex as well as consumers at BSEP platform as listed under clause 3.0. b) Complete distribution network of hypochlorite supply lines up to intake point of each existing consumers at BPA complex including hook ups with existing system. c) Instrumentation’ & control system as per P&IDs. d) 2Nos. 2 inch future connections (one for BSEP platform & one spare) with valve and blind flange. ©) Any other facilities requited to complete this project. MODIFICATIONS For new hypochlorite generator system, all the required utilities shall be tapped from the existing system for which following modifications are required to be carried out by the contractor: + Dismantle existing hypochlorite generator system (located at BPA platform) along with associated hypochlorite supply lines, Instrument air line, utility water lines, instrumentation & control. All the end connection shall be blinded with suitable blind flange. Install new hypochlorite supply lines and hook up to the intake point of existing, consumers Install 3” two new utility water lines and hook up to the existing utility water lines. One 3 inch hook up shall be taken from Sea Water Lift Pump discharge header (line no. 600-WR-AS-1505) and another 3 inch hook up shall be taken from Service Water Pump discharge header (line no. 80-WR-AS-1527). Operating pressure of these two utility lines are different. Vendor to provide suitable pressure control system, if required, to meet the downstream pressure requirements Enganers bistia Limued New Delhi 35 ie Process Design-Criteri BPA Complex Duc No.: 4801-02-41-PDC-04, Rev. 0, Sheet 6 of 12 Lu ® Client > ~Projeet-+Hypo chlorite generator Job No. = Process Design Criter = Oil. & Natural Gas Corporation Lid. ~—-BPA-Comple: Operating and design conditions of two utility water sources are given below. These conditions are to be verified & confirmed by the Contractor during pre-engineering survey before proceeding with the detailed design. | Operating conditions | Design conditions — Utility water from sea water lift pumps: Pressure, Kglem2g 6 10.5 Temperature, °C Ambient 65 Pressure, Ko/em2g Ambient 65 Dee No. 4801-02: aTPDCOE, Rev-0, Sheet 7 of 12+ Temperature, °C . | Install 1.5" new instrunent air line aud hook up to the existing Instrument air header (line no. 3°-AI-A3-5005). Operating and design conditions of instrument air system at hook up point are given below. These conditions are to be verified & confined by the Contractor during pre- engineering survey before proceeding with the detailed design instrament air ‘Operating conditions | Design conditions Pressure, Kglem2g Temperature Dew point: (-) 40 °C at 95 atmospheric pressure Engineers India Limited New Delhi : 36 HoH i a an | I Chien > Of& Natural Gas-Corporation Ltd-—————— tt Project : Hypo chlorite generator ~ - ~~ BPA Comp it Job No. : 4801 Doc No.: 4801-02-61-PDC-04, Rev. 0, Sheet 8 of i + Install 2” new utility air line and hook up to existing Utility ait header (line no. 3”- AU-A3-5118) si Operating and design conditions of utility air system at hook up point are given below. Thése conditions are to be verified & confirmed by the Contractor during pre- engineering survey before proceeding with the detailed design. ity air Operating conditions | Design conditions Pressure,. Kg/cm2g 6-9 13.5 Temperature, °C Ambient 150 Provision of utility air connection is only during emergency for short duration. Vendor shall provide blower for normal operation. 5.0 GENERAL REQUIREMENT ‘The sizes, specifications / drawings furnished in this bid package ave indicative & minimu: to be provided by the Contractor. It is the Contractor’s responsibility to verify all the design data before proceeding with the detailed design and engineering. Under the scope of contract, Contractor shall perforin all necessary design calculations and consider adeque* margins while specifying equipments / instrumentations. Contractor's responsibility als ® % includes seview of safety and operability aspect of the facilities under the scope of thi contact. Any deviation shall require Company's approval Contractor shall develop detailed process design basis and process flow diagram shall be usec Ss ane ¢ for detailed design under the scope of this contract. The process, associated utiiit modification at the existing BPA complex shall be suitably designed Accordingly Comr3ctor » shall develop detailed utility balance Engineers India Limited New Delhi " Client Project. : Hypo chlorite generator Job No. : 4801 +Oil & Natural Gas Corporetion Lid Process Design Criteria BPA Complex| Doc No.: 4801-02-41-PDC-04, Rev. 0, Sheet 9 of 12 Further, Contractor shall develop detailed Piping and Instrumentation Diagrams and control logics, incorporating all suppliers’ information. Contractor shall prepare data sheets / specifications for all items (equipments / instruments, specialty items ete.). Contractor shall also prepare line schedule for the new lines. Routing / distribution of various utilities (namely Instrument Air, Utility Air, Utility: water etc.) shown in this Bid P&ADs are indicative. Contractor shall develop and finalize the same during detailed engineering. Contractor shall ensure that design shall meet the relevant code requirements. Any deviations from applicable codes shall require Companys approval, Adequate care shall be exercised while developing the existing platfonn modification requirements with special emphasis towsrds safety, operability and hook ups. Existing system should require minimum shut down for the intended modifications. It shall be enswed that the modification to be implemented do not affect the safety and operability of the existing system of the complex. The various process and utility system hook ups shown for the existing platform included in this Bid package are indicative only. Contractor shall visit the platform, carryout pre engineering survey of the existing facihties, verify the hook up points / routing of the lines and finalize all essential aspects of modifications before leaving the platform Wherever as- built drawings of existing facilities are not available, Contractor shall develop the existing drawings relevant for the intended modifications to an as built status for the detailed engineering. Special attention shall be given to minimize the shut down tirffe required at-each platform. Adequate safety precaution shall be considered for executing the modifications. before finalizing the Deck extension requited, if any shall be brought to the company’s noti. modifications Engincers bnilza Limited New Detht 38 Client Project Job No. Process Design Cras BPA Comp. Doc No.: 4801-02-41-PDC-04, Rev. 0, Sheet 10 of Oil & Natural Gas Corporation Lid. Hypo chlorite generator 4801 Alll the process, utility, safety and instrumentation systems must meet the requirement API-RP-14C “Recommended Practice for Analysis, Design, Installation and Testing of Ba: surface safety systems on offshore production platforms — Latest Edition”. Contractor shall submit calculations reports / documents / drawings as per list given belo for Company’s review and approval Any changes arising due to Company’s review for whatsoever reason shall be implemented in the design of the facilities under tt approw scope of this contact without any cost / schedule impact. Process Design Basis PFDs / UFDs Process Calculation Report P&IDs (1" submission & subsequent revisions) Eqitipment data sheets Instrument data sheets Cause & Effect Diagram SAFE chants ¢ Process calculation report shall include sizing calculations for process / utility piping, However, equipments / vessels, safety / relief valves, control valves, flov: instrument etc sizing of equipments / instruments for which vendor's information are required, prelimina. calculations shall be submitted initially. Subsequently, the same shall be updated by th ontractor based on vendor% information and shail be resubmitted for Company's review Sand appioval Also hydraulic calculations shall be updated based on final routing / layout ete. Contract to note that based upon review and approval of aforesaid calculation 1eport / documents / drawings only, P&IDs shall be “Approved for Construction (AFC)". : Engincerng shall also be done for future facilities where ever required. Engineers India Limited New Delhi 39 a Process Design Criteria Client: Oil & Natural Gas Corporation Ltd. * Project: : Hypo chlorite generator - BPA Complex Tob No. : 4801 Doc No.: 4801-02-41-PDC-04, Rev, 0, Sheet 11 of 12 DOCUMENTATION Contractor shall submit all documentation as per the requirements given elsewhere in the bid document. In addition, Contractor shall prepare process package and submit to the Company & their Consultant, within one month of approval of all these documents. The process package shall consist of the following documents: Design basis (with approved deviations, if'any) AFC Pé&lDs / Suppliers’ P&IDs (A3 size & bound together) AFC Equipment Layouts, (A3 size & bound together) PEDs, UFDs including Heat and Material Balance Cause and Effect Diagram Data Sheets for Equipments Data Sheets for Instruments Line List Process calculation report c SAFE chart ® Engineers India Limited New Dethi Client: Oit& Natural Gas Corporation Ltd: Project : Hypo chtorite generator Process Design Critd BPA Compl Job No. : 4801 Doc No.: 4801-02-41-PDC-04, Rev. 0, Sheet 12 of ANNEXURE SEA WATER ANALYSIS "a Water Winning Depth ~30 meter chart datum = Ton Concentration (ppm Na” (Gpleulatedh Ta =] Ca 440 ‘Mg 4,272, I ci - 20,945 = HOO (Biestbonates| 73 I “CO (Carbonates) Nik | 8% O77 | Jomand (TO manatee), pom — nded Solids (TSS). mofliter Particle size Analysis Granulaimatie Distebution (Number per mt) _ Panicle Size 726 micron & above —1.58 micron 6 above. “2.0 micron & above 3.0 micron & above | 5.0 micron & above 625704 hormal : 26 2h ‘micron & above ‘O micron above ‘Omicron & above Engineers India Limited New Delt SECTION-3 ? DATA SHEETS FOR HYPOCHLORITE GENERATOR ne.aRn0 DATA SHEET = + SRA ror 405-00-46-44-05-4500 ee ese HYPOCHLORITE GNERATOR Rev. (CHLORINATOR) eae DATA SHEET FOR HYPOCHLORITE GENERATOR (CHLORINATOR) FOR NEELAM COMPLEX “Approved ‘Checked Prepared by ty by ISSUED FOR IN ‘Copynght E1L— AW ngns reserved Toate rupee Formato E1641 1820 Rew #1 ® ENGINEERS, eee mar an.4R-dh-DS-4509 FOR 4906-00-16-44:08-4500, RABE ORAM —rrccwwortt oenenaTon ae ST oe me, 05. ‘OFFSHORE (x pRovECT— 2] CLIENT. 3] PURCHASER, ical specication — 2.0 Kg/ hr of fee chlorine Solution in seawater skid @ 3x 4.5 Kg /hr_ Electrolytic Celis tut Number of modules per unit ‘Number of cells per module "Number of modules in operation — ‘Number of standby unit / module Refers no ‘Minimum guaranteed life of cells Five years minimum Current densi Maximum continue chlorine concentration + Design flow rate Normal flow rate 3X 50% capacity “AS per the location of injection points | ‘As per the location of injection points } typ. pre [23 [Design pressure of hypochionite supply pipe | net work down stream the skid ves { eee | aration Eee on ‘Rutomatic control & monitoring of seawater | YES - through pressure contol valves and flow, _pressure and flow at inlet to skid pressure indicators Residual presence of chlorine in weated ppm Continuous monitonng of residual chionné | YES-through online residual chlonne analyzer with | present in veated water required al probes I 37 | Automatic control & monitoring of iquid at let | YES - through flow, pressure & | and out of cells module required | indicators, switches, alarms and shut down ete [Automatic control & monitoring of hydrogen | YES i | level inside the hypochionte cells module enclosures within the safe permissible limits / ___| levels required 3] Sample collection of seawater at inlet and | VE outlet of hypochionite cells module required 34 [Provision for auto collection of leaked | | hypochlorite generator solution fom cells ‘module required 35 [Hydrogen disengagement for solution required _ automat mondring of conbnvous operaied blower fans required 37 | Automatic Mushing of hypochlorite injection | YES lines down seam of skid (through control | logic) by seawater on tripping of consumer pump / dosing pumps required - '36_| Flushing of hydrogen degas tank by seawater | VES |__| required _ _ 35__| Shut down valve assembly & fw insttument | VES Format No EIL 1641-1924 Rev. 1 through basket Titer Copynght EN Al aghts reseed (DATA SHEET an 46.44-DS-4500 ear FoR 14805-00-16-44-D8-4500 ere HYPOCHLORITE GENERATOR RevB Page 35 [_ [assembly for hypostionte supply ines O-"| Operation of twansformer - rectifier power | Aulomalic supply uni [3 [Transtormer= rectifier cooling 42. | MOC of cells module enclosures 43. | MOC of Transformer - rectifier power supply unit enclosures [#4 | MOC of Hydrogen exhaust duct work 5 [Auto switch over to platform lity air supply system (on failure of Both blower fans) for safe shut down ofthe unit 46 | Requirements | requirements for safe operation of the ur jing system manufacturer of the package. Recommer within the quoted prices if recommended by | Design Code HYDROGEN REMOVAL VESSEL / TANK _ ‘ASME Sec Vill ‘i_| Capacity Maximum operating press ‘As @ minimum five minutes hold up belween high & low level of tank ‘Design / Test pressure (1.3 x static head) ‘Number of vessel / tanks required ial ofeonstruction ‘Vessel /tank diameter x height (T1-TL) Vessel /tank configuration lushing of vessel wit Testing Manufacturer ‘Size of Hydrogen exhaust duct stage during detail engineering DILUTION AIR BLOWERS __ Make. ‘Number of air blowers Material of construction Impeller diameter & number of blades Inlet & outlet connections Gi | Performance curves of blower fans [Yves ‘82_| Filler inlet to blower “Mesh iype ia stainless steel consi Legend: * Bidder / Manufacturer to specify Format No. EL 1647-1824 Rev + ‘Copymani Ei — Al ngs reserved eee = an 00-44-15 -4500 FOR 4805.00-16-44-08-4500 HYPOCHLORITE GENERATOR RevB. (CHLORINATOR) Page sofS ___ HYPOCHLORITE DISING PUMPS ‘ANSI B 7: Centrifugal ‘hr (minimum) a ‘Single slage "Two - One Operating & One Standby FRP LS — ee se plate Se ‘97 | Mechanical seal Requifed_ 98 External flushing — Required - Flanged TH [Flow rate Nét basket area (Min. 300% of inlet nozzle area) s | 125} inlet 7 Outlet nozzle conn rating _ Drain 7 Vent nozzle connection size 7 rating “size / Testing Hydro testing Required + Radiography ‘Overall Dimension Legends: * Bidder / Manufacturer to specify Required Format No, EIL 641-1024 Rew ¢ enbted ose re al Ben on Wi forma ar the ropaty of ENGNEERS INDIA LMTED They are mare are on he Barons exes Sree at ‘hey wi not be reproduced, copied. ‘rnb or use excent inte ita way pemites bya wien corset gen ty he ender borower forthe ended we FIL GSES 101 Renee ro noo = m7aa MaN G3LIWI VIGNI SU3ANIONA “ Goyeupor4d) sore1su99 auOHoOdkn suey ered Aiojepuew S1LUWd JYVdS ANOLVONVIN loosr-asw-rt-91-00-soay ‘ON NOLLVOIsIDads: a Agu < DATA SHEET UTILITIES AVAILABLE ELECTRICITY, Power supply ~ Voltage, Frequency, phase Pump motor rating : Dilution fan Blower Transformer rectifier Control & Instrumentation GiS2 5% Snes IPH Pressure Temperature ‘Consumption = Continuous intermittent UTILITY AIR Pressure ‘Consumption ‘= Continuous intermittent : | { DIMENSIONS & WEIGHTS (As butt etais for reference of bidder) Weight (Ka) Hypochiorite Generator Package ‘Generator Assembly — Transformer Rectifier Control Panel Assembl ‘Hydrogen removal tank [[Bosing Pum, 161___| Dilution Blower Fans: _DIMENSIONS & WEIGHTS. Hypochlorite Generator Package Generator Assembly 167. | Transformer Rectifier / Conirol Panel Assembly _ | 788. [ Hydrogen removal tank : | < 169 | Dosing Pump. = | | 170 [Dilution Blower Fans | 7 i Of aaa } Legends: * Bidder / Manufacturer to speciy - NOTES: 1.0 Bidder / Manufacturer to submit filled-in data sheet alongwith bid. | 2.0 Bidder / Manufacturer to submit technical catalogue of hypochlorite Generator | | Package alongwith bid. 3.0 Bidder / manufacturer to provide details of auto collection & disposal of leaked hypochlorite solution from cell enclosures 4.0 Residual presence of chlorine in treated water shall be monitored and recorded | online with individual probes at pump(s) discharge (location shall be decided at site during detail engineering) Format No. EW. 1641-1924 Rev 1 ‘Copigh EN — Ai igs veserved {4 0 L DATASHEET staNDanD SPECICATION FOR _-4B05-00-16-44-DS-4502 : HYPOCHLORITE GNERATOR noel feLonNAToR) ee DATA SHEET FOR HYPOCHLORITE GENERATOR (CHLORINATOR) FOR HEERA COMPLEX 8 Cony EN — At nus served bassase smu ny ~ Na Nouseon Stl 4 nou 4251 traL 1a on ewes SK aeAeTS TH 59 Vabo phy jo Busts | anntar sduind | | Susp ctund sownsuo> jo Gude uo saeweos fg (01601 1409 UBAO.) |S > Ure—Hs UNEP “ 524 | s2uy uorDatun amonssodKy yo Gurysey anewsiny |e — “panda: suey 1370019 | 534 | paiesado snonuiuo> yo Gunma sHeUDINY gpa | ences renner posnbos uoKini ayooodKy_uiog p_uaBosDAy, Powitas ainpaur S129 Woy ons sore:auab aWoRMOdK pave _J0_vond9yoo cine 40) _vOssHoig | Hg asin a iOu Sas 3;veRDOSKy 0 Jojne pue yu re sa}eMess jo voRaNeD axsWeS | oe > pana ibaa | 1 syn assiud ayes au vue samnsoous 2inpew sI29 9}oKDOIKY But BPSUI roAdt | wabounky yo Guvoquow y nue onewoiny | ce | Sis Uap IGS UE BUTE "SaLaiNs ‘SiOIEDpur ‘Banna jrpow 5445 0 190 aumesoduay g ainssaid “Moy yEnong - S3A | YIU Ye pInby Jo Suso}uOW ¥ jomuca ayewoInY | Ie “Siviod uoqoalu je sau aje90) Seqoxd eApIApUl ‘Paanber Jeyem paieaisu|wesad ‘que sazkreve ausoqys fenpisas auquo yBrON-SaA | auyo;QD _enpsos jo Guvoyuow snonunLeD | oe. wad goo WAT EO Bojean ur ausOIa jo aousseHT eMpEON | 52 Siojeapur omsserd ‘igs oF YUN 1 wO DUE emNSSaIT | sprees jo Soyowou y loning ajeuDyn S32 eae i" i ubis3a + i ares nop sojemeag | 92 se RR Ra AAR sigap s85001d pub Grea 1) 3 194 aud Kidd awonsoocAy Jo aunssant ia pve ainssad ay49, se OH IeUION « 212) 04 WOIS—G + twoyenveoua9 auvoy9 anuiuos wnwxeyy | 42 | | ———fasuap wasing | oe ‘anan SreaK Brea | al BORE SL ¥ OF OU 75 IPM | a} ~~ oo 7 a ca = nee aL Tipped OE KE “si snore | woes | nh Tag = Sas auTIONDAIS | aki ttt TERED Teas | 21 ise oer BLo Buea | ee Sas uel aw O| Seynpour LOEXE WUT BH OE XE Gras Bu | TaiewESS Ur UOTMS BuO Bay, 1014 7BY 9 7aQuiON | 6 ie pa 806“ GRITTSA ON WoieSUECS TESTIBAIS TPS NOULVIINISSVIO VIET on ‘OOGING ——NOHYOOT BUOHS40 "3 soar gor xedwog vega __u9aroua |! J OLWNRNOTHD) a . nee a See an anion s= ‘StEENIDNG! Nouvoutoads axvanvis saaus viva exciewos fyo06s 01 omo2ypvew 29008 «949607 | oj aut 3905 | “Za | Tew 734d | ik 19 Wu EOE Tuna) 7 WS ——— | Sseieins MoT BRON aTEHOITE ————aorese86 = (pais eros —areironeg = ew Sees — Sra] ——tuse5 = aS EH, ‘Bin aoUibiia Teiap BuLMp aBEis | ysneyx9 Jo BuIZ1S 405 voHe! SINYL 7aSS3A TWAOWSY NI9ONGAH fq papuowuiosa: #1 saoyid payonb oy unnm waisks Suues}> poe Aides yeus s9ppIa Papuawilicdal uy papuBUUeGSY | s2y10 We 405 a1e9 ayer NIeYS JaIMIDeINUERY / 19PPIE ‘NUTUW B10 paJe>!pUI sjauanNbsy __Aroeden 3 WIG, ~~ abeped sy) jo TaNyoUEw ~~ Syj99 Jo Bure prov | "yun sip Jo oHeTad ayes 303 sjuawasinba! paynieo v4assve - 1961s ssojuiers ‘yes 10) (Suz) 1377053 ylog Jo ames uo) waysKs h Addins sastod soyioay - souuojsuer Jo 90W | ‘tr "Wun a 8 MOD TUS 16.0} s0N0 wos Oy | cy vaborpkt JO 50M | Samnsopus wut | “paynias WITSSwS = als SSUES aneworny s2yyj2a1 -sauojsues yo wogeredo | oy i Addins ayo; BOAR Soy rawWASSE $34 wounssu noy 9 Aqwosse omen unop nus | oe = = _. ‘pannbar Taras Giouvawowo) UOLENEDSUNO WOO Name cee Zosr-sorr-et-00-s0er aan" wa oe Rare Nomvouazes onvanS ans viva SUNOS = w ote 1 soy pest-ap9t Wa ow iewes f A999 01 ameenueNN 88 502801 | orsuatuig 18:20 —RadeBopey + Basar OBR | TT Bunssl | “Bue a _ or 12215 vouroWUeD aIZz0U WEA | {828 uonseuuos azzou yaiino j*toKut ee (eare ope70u yeyseq_ aN ~B8i8 TaHSET S015 a8 WW) ear eats aH ete) > rRSASHRS Jo TUS anes % {S573 TOROS WORE | Tip aiS3638 feiion B16 7} laid] BUNTEIBT | UBSSC Stig Guljeiedo / Bisa Banas suo 008 | a TENSE TaeMeoS amass awsv | MAL Td YaLVMVAS BusijsasTSS Tao TNT | a = qeurica aay paras feos eonBooii | = fd wadeegs [S sess} Was us eda us = tases | : oS yo eA, rg 30 RG 310 = | an S oA j a 8S | sabe J oq = a pearenee ns T+ Teunaaponis) 37 env Ror’ & Ter aisny eae i SdWNd ONISIG SLO IHIOdAH . SINAINSYINDAY WYANIO vy -NOMLOSS Se Goveuniooy ~ 8 _[o0sr-dsw-vy-91-00-s08y 4oes8ue9 ewuolyoodsH 1H130 MaN Agu | “ON NOMVoIsID3ds sued sedg Asorepuew QALINI VION! SU33NIONS: ‘g0ud pajonb winsduiny aun ut way Gurpnjout atm enoge ‘a1qer siUt Ut Ajereedas jwawns su ‘sane 40} sjuauodwoa pue sued {fe Jo ISI) EUS Jeppig “SIEEK OM) 40} JUOUINNISU Jo UoHEsado Jeuou 40} pauinbas ave Yeu) sjuauoduios pue syed soy) fe BPNIOU! feYs TUALUNISU! Jo ,1n4 eda, *y quawyean yay 9 UONINW)suOO Jo jeNa}eUs "sUOISUAUAP Surpnyput ‘juewdinba uew ax uo pany syed ay) 0} si2adsai je UI \eaNUAp! aq Heys Led aueds “¢ ‘uoneueidxe jearuysar sado.d yum payoddns aseds yeut istiebe ayqeauddy ION. Se palyBiyB1y 2q yeys ewes ay) ‘uaUIdiNba 24) Jo UBISep/uoHINUisUED ayloads 0} anp ajqeoidde JOU 3nq ISIPaYD UI UI Parsi! S!_YoIYM Beds Aue ‘ese UI IUaLIINbe au) Jo UGISep Pasodoid eu) 0} aigeaidde se gy anoge pauyep se saseds Aiojepuew aut fe 404 aonb jTeys JaPPIG SUL “Z, ‘eUIYJEW BuO UI Wed Je4) Jo uaWEDe|dax |Ny 10} pasinbas ANUENb ay SUEALW JOS. PIOM UL “L w 16 wosuno veuum e fq pamuued fem payus uu Keoxs ‘pes 20 Dance ='83)0N ae KLIN VION SH3BNION 1 Muadosd au av eu} sta uo LONE Seley pu aBieap Common ee 2420} 0a09 4 01 969 9 ee aT SAUTE UNIUEHT pUE aIGeD UAE WOME TEAST] OCT yoea 78S f —«SSBU|G JO}OW Ue} pue Ue Oz out “payegied - yous Os | OLE our ajqeardde se payesqyes - saWUISUER/YOIMG ainssaxd UB | OO [a ‘aiqeaydde: 06 08 nfoviuOd FAST | OW wouns asnssid | Of ‘Woums (anoT | 07 ‘sz X012 Wy ‘Ae LOL-SHESPOL 1a “28m Depur us wowoaibe seardre song a vo povear —_aiqeaidde se vamwusueniuan: oF ‘eiqeoudde _ you uuopeyd gouysea | sod posnboy wondusseg Hed "ON'S. payond: Aguend | a _ — ANAWdINDA 3OVHOVd ANMTdIOSIO ‘SUUOE|d WEIBAN 8 E498} JE YDS “OULD ) ON ZO ‘SHUN aVO]YDOUAH Jo ON [E}O,. nl —— - “ou 62} juawidinb3 eo nga 2904 Wf a ase ‘Te eawing. design and detats given on [exmnmtes or uses, excent int format he proper of ENGINEERS INDIA LIMITED. They are meray loaned onthe bonower’s express agreement ha they will net be reproduc, opie, ried by wien consent given by the lender tothe Borowor forthe intended use Ell 1646-S-104 Rew, Ad 2101 297, on Z| | a za 53 a) 22 BS 55 2 5 5 = 7 5 2 S 2 = # 9 if 2 jes og es 8 z 25 | a Ro F m Sz ¢ 2 na 3 g a al ol ® a] 3 g) 4 a} 3 a 3 | gg g| 2 8 q 3 S| o| 8 ; 7 3 ~ | I

You might also like