ANNEXURE IVScope of Work AMC CP MonitoringMaintenance of PipelinesSection 3CR 365c56

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 41

AMC FOR CATHODIC PROTECTION MONITORING &

MAINTENANCE OF PIPELINES

SCOPE OF WORK
“AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF BPCL PIPELINES”
SECTION – 03
CENTRAL REGION

Digitally signed by
KESHAV KUMAR Page 1 of 41
DEWANGAN
AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF PIPELINES

TABLE OF CONTENTS

Clause No Contents Page No


1 Introduction 3
2 Definitions & abbreviations 3
3 Summary of Work 5
4 Detailed Scope of Work 5
4.1 PART A 5
4.2 PART B 6
5 Details of Controlling Span for base locations 6
5.1 Details of minimum resource deployment for Part A Activities 6

6 Scope of Supply 9
7 Contract Execution 11
8 Contractors Responsibility on Statutory Obligations 14
9 Special Conditions of Contract 15
10 Payment Terms 16
11 Penalty for non-performance 16
12 Contract Period 17
13 Mobilization time 17
Annexure 2.1 - Scope for CP Monitoring & Maintenance – 19
Preventive maint. Schedule, Work procedures & Details of
equipment for Section 3

Annexure 2.2– Schedule of Items Part A for Section 3 28

Annexure 2.3 – List of Tools & Instruments (in Scope of the 29


contractor for pipeline location) for Section 3
Annexure 2.4– Scope of work in Part B for Cathodic Protection 30
maintenance related jobs for Section 3

Page 2 of 41
AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF PIPELINES

1 INTRODUCTION –

M/s. Bharat Petroleum Corporation Ltd. is operating multiproduct cross country pipeline across India for
transportation of petroleum products from refinery to downstream locations. These pipeline are underground,
provided with protection coating (3 LPE / CTE) & provided with impressed current Cathodic Protection System
for protection against external corrosion.

BPCL intends to have AMC for Cathodic Protection System of various equipment, components, subsystems &
equipment etc under jurisdiction of various regional setup namely Western, Central, Northern & Southern region.
The jurisdiction of regional group are given in below table,
Sr No Region Pipeline Details State
1 Western Region MMBPL (Ch 0.00 – 419 KM), Maharashtra
(Section 1) MSPL (Ch 0.00 – 14.5 KM,
MUPL (Ch 0.00 – 29.7 KM),
LOBS (Ch 0.00 – 12.7 KM)
MMBPL (Ch 419 – 752.8 KM) Madhya Pradesh
2 Northern Region MMBPL (Ch 1030 – 1199 KM) Rajasthan
(Section 2) MMBPL (Ch 1199 – 1272 KM) Uttar Pradesh
MMBPL (Ch 1272 – 1378 KM) Haryana
MMBPL (Ch 1378 – 1389 KM) Delhi
BPPL (Ch 181 – 356 KM) Uttar Pradesh
3 Central Region MMBPL (Ch 752.8 – 1030 KM), BKPL (Ch 152 – Rajasthan
(Section 3) 259.5 KM), KJPL (Ch 0.00 – 211.5 KM)
BKPL (Ch 0.00 – 152 KM) & BPPL (Ch 0.0 – 181 KM) Madhya Pradesh
4 Southern Region CCKPL (Ch 0.00 – 147.5 KM), Kerala
(Section 4) KR-ATF (Ch 0.00 – 33.4 KM),
CCKPL (Ch 147.5 – 292.5 KM) Tamilnadu

The brief scope of work under this contract is monitoring and maintenance of impressed current cathodic
protection system of Section 03 (Central Region) which involves preventive and breakdown maintenance as well
as minor maintenance job as & when required. For monitoring & maintenance work, the contractor shall arrange
skilled & unskilled manpower, vehicle, necessary tools & tackles. On completion of monitoring & maintenance
work, contractor shall submit the detailed report in appropriate format with in stipulated time.

2 DEFINITIONS & ABBREVATIONS –

2.1 DEFINITIONS:
2.1.1 ENGINEER – IN – CHARGE (EIC)
The BPCL Regional Managers (RMs) shall be Engineer – In – Charge for all the Monitoring &
Maintenance activities covered under this contract for their respective regions.

Page 3 of 41
AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF PIPELINES

2.1.2 BREAKDOWN MAINTENANCE


A breakdown is defined as failure of an equipment or facility that may lead to disruption of CP
potential and which can be attended by troubleshooting and corrective action with use of
contractor technician and without any additional resource. Any replacement of spares /
consumable for this shall be supplied by BPCL if it is not specified in the contract.

2.1.3 PREVENTIVE MAINTENANCE


Preventive maintenance is defined as a maintenance technique that is performed at a fixed time
intervals on an equipment to lessen the likelihood of its failure. Preventive maintenance is
carried out while the equipment is still working, with the objective that it does not break down
unexpectedly. Cathodic Protection Monitoring activities shall come under preventive
maintenance job.

2.2 ABBREVIATIONS:
 BPCL – Bharat Petroleum Corporation Limited
 MMBPL - Mumbai-Manmad-Bijwasan Pipeline
 MUPL - Mumbai-Uran LPG Pipeline
 MSPL - Mahul-Santa Cruz ATF Pipeline
 MWPL - Mahul-Wadilube LOBS Pipeline
 CCKPL – Cochin Coimbatore Karur Pipeline
 BKPL – Bina Kota Pipeline
 KJPL – Kota Jobner Pipeline
 EIC – Engineer In Charge
 PM – Preventive Maintenance
 SOR – Schedule of Rate
 SV – Sectionalizing Valve Station
 MDT – Mumbai Dispatch Terminal
 WIPS – Washala Intermediate Pumping Station
 MMT – Manmad Receipt/Dispatch Terminal
 SIPS - Sanghvi Intermediate Pumping Station
 GIPS – Gujri Intermediate Pumping Station
 MGT – Mangalya Receipt/Dispatch Terminal
 UOM – Unit of Measure
 TLP – Test lead point
 CPPSM – Cathodic Protection Power Supply Module
 TRU – Transformer rectified unit
 CJB – Cathode Junction Box
 AJB – Anode Junction Box
 SSPC – Solid State Polarization Cell
 MOV – Motor operated valve

Page 4 of 41
AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF PIPELINES

3 SUMMARY OF WORK:

The scope of work under this contract is broadly divided into three categories,
a) Preventive Maintenance Jobs
b) Breakdown Maintenance jobs
c) Planned maintenance jobs

3.1 Preventive Maintenance Jobs:

Monitoring of Cathodic protection system is required to carried out as defined by OISD & PNGRB Standards,
For monitoring activity, the contractor shall engage his skilled technician with vehicle, tools & tackles etc.

3.2 Breakdown Maintenance Jobs:

In case, if it observed that there is any breakdown maintenance required to be carried out in the ICCP system
at any CP station/TLP location or Pipeline locating job on emergency, the contractor shall be informed to
attend the same on priority.

3.3 Planned Maintenance Jobs:

Minor maintenance jobs which does not required immediate attention but required to be carried out with in
stipulated time frame. These jobs includes TLP Maintenance, Shifting of TLP’s, TLP Painting, laying of cables,
Pin brazing etc. These are part of SOR items & given in detailed scope of work.

4 DETAILED SCOPE OF WORK:

Scope of work is divided into two Parts (Part A & Part B)


PART A – Services for Preventive & breakdown maintenance activities
PART B – Planned Maintenance Jobs

The detailed scope of work for CP Monitoring & maintenance shall be as follows,

4.1 PART A :
Lump sum fixed monthly charges shall be paid separately towards services for Cathodic Protection
monitoring (Preventive Maintenance), regular troubleshooting, minor breakdown maintenance for Cathodic
protection jobs covered under part A.

Detailed scope of work for CP Monitoring & Maintenance services for Pipeline is defined in following
Annexures:-

Page 5 of 41
AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF PIPELINES

Annexure 2.1 - Scope for CP Monitoring & Maintenance – Preventive maint. Schedule, Work procedures &
Details of equipment for Section 3

Annexure 2.2– Schedule of Items Part A for Section 3

Annexure 2.3 – List of Tools, Consumables & Instruments (in Scope of the contractor for pipeline location)
for Section 3

4.2 PART B :
All the non-routine maintenance jobs excluding Preventive Maintenance (PM) / breakdown jobs shall be
carried out under various schedule of rates enclosed as follows:

Annexure 2.4– Scope of work in Part B for Cathodic Protection maintenance related jobs for Section 3

5 DETAILS OF CONTROLLING SPANS OF BASE LOCATIONS:

Sr. Base Pipeline Section SV station / IP station Location


No Location
1 Kota MMBPL (Ch 752.8 – 1030 KM), KJPL (Ch 0.00 – MMBPL (SV33-SV40) & IP1
211.5 KM), BKPL (Ch 152 – 259 KM) Sherpur & IPS Malarna, KJPL
(SV01 – SV06), BKPL (SV05-
SV07)
2 Bina BKPL (Ch 0.00 – 152 KM), BPPL (Ch 0.00 – 356 BKPL SV01-SV04 & IP1, BPPL
KM) SV01 – SV10)

Note: - Above location details can be altered as and when required for better monitoring / control.

5.1 DETAILS OF MINIMUM RESOURCE DEPLOYMENT FOR MAINTENANCE ACTIVITIES FOR PART A

5.1.1 Contractor has to deploy minimum maintenance crew with tools-tackles as indicated in table 2 & 3 for
various jobs related to CP Monitoring & maintenance activities.

STATE RAJASTHAN MADHYA PRADESH

Location KOTA
MIPS JOBNER BINA TOTAL
Trade/Grade (MMBPL/KJPL)
Cathodic
Technician
Protection 1 - - 1 2
Cathodic Tech.
Protection Assistant. 1 - - 1 2

5.1.1.1 Manpower services as indicated above shall be engaged by successful bidder for carrying out preventive
and breakdown maintenance activities, either independently or as support to OEMs / various specialized

Page 6 of 41
AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF PIPELINES

agencies appointed by BPCL for carrying out preventive maintenance activities not covered in scope of
this tender and major breakdowns. Minor breakdowns which don’t require specialized agencies will be
attended by above crew. The primary job of above crew will be to attend to preventive maint activities
as per the preventive maint schedule specified in this tender. However, since above crew is envisaged to
be available at BPCL location for all the working days, their services will also be used for attending to
minor breakdowns and providing support for major breakdown activities. BPCL EIC shall prioritize the
activities of the work to be carried out by the crew.
As per our past experience the manpower indicated in the above table is adequate for attending to
preventive maint activities, minor breakdown activities and support for major breakdown activities. The
contractor however, may deploy additional crew members / resources as per the job requirement as
deemed fit, with no additional cost to BPCL for executing the preventive maintenance job as listed in the
scope of work. Bidder is not expected to estimate additional manpower required for carrying out
breakdown activities. In case above manpower is not available for attending to breakdown jobs,
successful bidder shall arrange the competent technician with prior approval of BPCL EIC.

5.1.1.2 However in case, resources are engaged separately on intimation of BPCL EIC beyond their normal
working hours for breakdown jobs only, then it shall be paid through relevant Schedule of rates as per
Part B.
No over time charges and night stay charges will be paid by BPCL for carrying out preventive
maintenance jobs. Bidder is expected to estimate and built this cost into lump sum monthly cost for
Part A. Contractor to refer Clause 9.2 of Special Terms & Conditions.

5.1.1.3 The suitability of the manpower deployed to carry out work efficiently & safely shall be reviewed by the
Engineer-in-charge and in case, in the opinion of the Engineer in Charge, the deployed persons are found
to be unsuitable for the work, the contractor shall ensure immediate replacement of person(s).

5.1.1.4 The vendor shall provide an emergency contact no. on which the Project manager should be reachable
any time / in case of any emergency. In such an event respective Project manager shall respond at short
notice and mobilize the manpower and tools and tackles as per the requirements and make all out efforts
to make the situation normal at the earliest.

5.1.1.5 MINIMUM QUALIFICATION & GENERAL REQUIREMENT OF CREW ENGAGED TO CARRYOUT THE
CONTRACT SERVICES

5.1.1.5.1 Technician:
a. Technician shall carry out all the preventive / breakdown maintenance given in Annexure 2.1.
b. Maintaining log books and records of maintenance.
c. Technicians shall also be conversant with BPCL Software CATHOPRO for logging the data in
mobile link & updation in Web based system. Necessary training shall be given by BPCL.
Technician should have knowledge of MS office for preparation of various reports and
submission to BPCL.
d. The technician shall be available for minimum 8 hours working excluding lunch time for 6 days
of a week.
e. Skilled Technician (Cathodic Protection): Minimum qualification shall be Diploma Engineer in
Electrical with at least 1 year of experience or ITI in Electrical stream with minimum 3 years’
experience in field of Cathodic protection works.

Page 7 of 41
AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF PIPELINES

5.1.1.5.2 Technician Assistant:


a. Technician Assistant shall carry out all the preventive / breakdown maintenance given in
Annexure 2.1.
b. The technician assistant shall be available for minimum 8 hours working excluding lunch time for
6 days of a week.
c. The person engaged for carrying out the job should be able to communicate (read, write and
speak) in Hindi.
d. Working knowledge in Hindi, English is essential.
e. Technician Assistant (Cathodic Protection): Minimum qualification shall be Higher Secondary
education with 3 years of experience in field of Cathodic Protection works.
f. Technician assistant should be able to work independently at locations under guidance of
technician.

5.1.1.6 Contractor shall be responsible for arranging alternate manpower in case of leave of deployed person.
All personnel shall avail OFF after 48 hours of work in week. Contractor shall note that no extra
hours/overtime payment shall be paid for Part A crew for attending preventive maintenance jobs.

5.1.1.7 The timing of the shift (start time of the shift and end time of the shift) shall be decided by the BPCL
Location In-charges based on the requirement of the location and shall be abided by Contractor.

5.1.1.8 All manpower should have sound physical health with no physical disability. On award of the job, the
contractor shall submit the testimonials of the manpower provided within 10 days of award of PO as per
the list mentioned below:-
1. Bio-data of the person deployed.
2. Qualification / Experience certificate.
3. Medical certificate.
After the award of the contract, the deployed staff will have the following documents ready (at this own
cost), which will be required to prepare the entry pass to the Pipeline locations of BPCL. Contractor shall
submit the same within 10 days of award of PO.
1. Police verification
2. Medical fitness certificate
3. ESI/ PF
4. Photo ID & any other necessary documents required to make the gate pass.

5.1.1.9 SAFETY COMPETENCY REVIEW OF CREW TO BE DEPLOYED BY THE CONTRACTOR:

5.1.1.9.1 The persons deployed to execute the job shall strictly meet the requirement of the work
contracted to the contractor. The suitability of the persons deployed to carry out work safely shall
be reviewed by the Engineer-in-charge and in case, in the opinion of the Engineer in Charge, the
deployed persons are found to be not suitable for the work, the contractor shall ensure immediate
replacement of person. The additional persons deployed will also have to meet the safety
requirements.
5.1.1.9.2 For the safety & proper work & system, contractor shall ensure the person deployed continues in
work for adequate period.
5.1.1.9.3 Preferably the person deployed shall be having adequate experience & young/physically fit.
5.1.1.9.4 Contractor shall arrange regular First Aid/safety training for their workforce.

Page 8 of 41
AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF PIPELINES

5.1.1.10 MANPOWER & TOOLS TRANSPORTATION REQUIREMENTS FOR PREVENTIVE MAINTENANCE


(PART A JOBS)

5.1.1.10.1 Contractor shall arrange necessary vehicle / any other suitable means of transport for Preventive
maintenance activities of Cathodic Protection works for manpower & tools mobilization from base
maintenance location to adjoining pipeline stations/ SV / IP stations/TLP’ / Pipeline ROU. It is
contractor’s responsibility to arrange the required means of transport including payment of all
charges towards transport fare, fuel cost, toll charges, all type of taxes and fines and levies if any and
any other incidental expenses towards transportation of preventive maintenance crew.
Documentation related to vehicle shall be maintained by contractor.
5.1.1.10.2 Any delay in carrying out Preventive maintenance activities (CP Monitoring) due to unavailability of
vehicle/transport means shall be on contractor’s account. Contractor shall plan the timely execution
of preventive jobs arranging suitable transportation for his personnel.
5.1.1.10.3 For executing breakdown maintenance activities of Cathodic Protection works, BPCL shall provide
the vehicle from nearest base station.
5.1.1.10.4 As per our past experience, minimum vehicle running is approx. 3000 km per month on average for
Section 3 (Central region) for manpower & tools mobilization from base maintenance location to
adjoining pipeline stations/ SV / IP stations to attend preventive maintenance activities. In addition
to above minimum requirement envisaged by BPCL, contractor however, may have to arrange any
suitable means of transport as per the job requirement as deemed fit, with no additional cost to BPCL
for executing the preventive maintenance job as listed in the scope of work. Considering above
mentioned factors, contractor may suitably estimate charges towards manpower and tools
mobilization while quoting for lump sum maintenance support services on monthly basis.

6 SCOPE OF SUPPLY

6.1 BPCL SCOPE:


6.1.1 Necessary work permit & clearance.
6.1.2 Necessary approvals for qualification of materials and procedures.
6.1.3 Relevant drawings as per scope of work. This is private property of BPCL and shall not be shared to any
external agency.
6.1.4 The issue of spares and consumables required for the execution of the job shall be provided by BPCL as
per the job requirements. However the contractor shall make arrangement for the withdrawal of these
spares and consumables from the warehouses or store rooms at the locations and shall be part of the
scope of work and no additional payment shall be made to the contractor.
6.2 CONTRACTOR'S SCOPE:

6.2.1 Monitoring & maintenance services as defined in the scope of work including their lodging, boarding,
travel, food etc.
6.2.2 CP Format/Stationary requirement for monitoring & maintenance works.
6.2.3 Calibration certificate of tools and measuring instruments.
6.2.4 Necessary tools & consumables which shall be supplied by Contractor are provided in detailed list of tools
and consumables in Annexure 2.3
6.2.5 All the necessary PPEs shall be provided to the manpower crew as per the job requirements. The list of
mandatory safety gears which each manpower should have is as follows:-

Page 9 of 41
AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF PIPELINES

1. Helmets,
2. Safety Shoes.
3. Boiler suit/ Aprons,
4. Gloves (general and insulated type).
5. Safety goggles
6. Ear muffs

6.2.6 Documents for manpower deployed


 Police verification
 Medical fitness certificate
 ESIC / PF
 Insurance under Pradhan Mantri Suraksha Bima Yojna
 Photo ID & any other necessary documents required to make the gate pass.

6.2.7 After award of contract, Contractor shall submit following documents with each RA Bill monthly. Formats
shall be maintained as per state rules where bill is to be submitted.

 After Original Bill – minimum 2 copies


 PF Transaction Challan
 PF Electronic Challan cum return
 ESIC Gross Amount Challan
 ESIC payment manpower wise breakup
 Employee Register form A
 Wage Register form B
 Loan register form C
 Attendance register form D
 NEFT Details / Bank statement of payment to staff
 Salary Slip

6.2.8 Identity Badges: All Contractors personnel entering upon the Corporation’s premises shall be properly
identified by badges [meant for Contractor’s employees] which must be worn by them at all times while
on Corporation's premises

6.2.9 Obtaining labor license for contracted services, if applicable.


6.2.10 All other materials not specifically mentioned in BPCL scope of supply but required to complete the work
as stated in the scope of work and schedule of quantities/ rates shall be supplied by the contractor.

7 CONTRACT EXECUTION

7.1 The contractor at all-time shall maintain a site instruction book for noting down any job specific
instructions given by the BPCL Engineer-in-Charge from time to time and the whole document shall be
preserved and shall be produced whenever asked for.

Page 10 of 41
AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF PIPELINES

7.2 The contractor shall submit in advance in the last week of previous month the PM execution plan in line
with BPCL’s PM schedule for review to Engineer in Charge.
7.3 The contractor supervisor shall submit to the BPCL engineer-in-charge the daily status of the activities
carried out.
7.4 At the end of each month the contractor shall submit a monthly report detailing the PM activities carried
out in the month. The activities which are carried out against SOR jobs shall also be submitted along with
the monthly report.
7.5 Preventive maintenance report as per BPCL formats shall be submitted against completion of each
activity. BPCL shall provide necessary formats.
7.6 The contractor shall be responsible for the proper behavior of all the staffs deployed, and shall exercise
a proper degree of control over them and in particular, the contractor shall be bound to prohibit and
prevent any employees from trespassing or acting in any way detrimental or prejudicial to the interest
of the community or of the properties or occupiers of land and properties in the neighborhood and in
the event of such employee so trespassing, the contractor shall be responsible therefore and relieve the
Owner of all consequent claims or actions for damages or injury or any other grounds whatsoever. The
decision of the Engineering-in-Charge upon any matter arising under this clause shall be final. Contractor
shall ensure that none of their employees are ever engaged in any anti-national activities.
7.7 The bidders shall note that they shall have to carry out their work in close co-ordination with other
contractors' agencies working in the same premises.

7.8 CONTRACT EXECUTION : DEPLOYMENT OF RESOURCES:

Contractor shall be required to deploy all requisite resources timely in sufficient quantities so that the
awarded work can be executed simultaneously on different pipelines without affecting the progress as
per site requirements.

Contractor shall deploy dedicated team for execution of CP monitoring & maintenance activity. Team
shall have Project manager & monitoring crew. Project manager will be responsible for overall execution
of contract & coordination with BPCL SIC/EIC & contractor site team. Monitoring crew shall have 1
technician and 1 technician assistant with tools, tackles & vehicle etc. who will be looking after Preventive
maintenance activities of regional pipelines.
For planned maintenance job, contractor shall arrange technician, helper & other resources as per job
requirement with in the stipulated time frame as & when instructed by BPCL SIC/EIC without affecting
the preventive maintenance schedule. If required separate competent team shall be deployed for
planned job execution.

Reports of Monitoring and Maintenance activities carried out shall be submitted to EIC/SIC as per
instruction. Contractor has to analyze the maintenance works as per Schedule issued from time to time
and as per Time period defined.

Contractor shall hire CP Expert having CP Level 3 certificate for review & validation of monitoring reports.

Page 11 of 41
AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF PIPELINES

Technical Qualification:

Project Manager:
1. Minimum qualification degree in Bachelor of Engineering having valid “NACE International CP- Level
2 Technician”.
2. Project Manager is responsible for overall execution of CP Monitoring & maintenance jobs in BPCL
Pipelines. Project manager need not to report at BPCL location. However they shall be available on
call basis for execution of contract & for attending any breakdown.
3. Provide guidance/assistance to Monitoring crew in execution of field monitoring jobs.
4. Provide training to his crews (Technician and technician assistant), as & when required at site for
effective execution of jobs.
5. Project manager shall prepare all the reports related to Monitoring & maintenance and also maintain
the history of maintenance jobs carried out throughout contract period.

CP Expert:
1. Minimum qualification degree in Bachelor of Engineering having valid “NACE International CP- Level
3 Technologist”
2. CP Expert shall review & approve the reports prepared by Project manager on quarterly basis and
also give the recommendation for corrective action, if required. CP expert need not be report at BPCL
location, however he/she shall be available for any assistance/guidance for attending any breakdown
jobs.
3. Provide guidance to Project manager, as & when required.

Bidder shall note the following,


A. Project manager & CP Expert (Level 3) shall not be deployed at BPCL location on monthly basis.
They will be associated as expert for monitoring & maintenance of CP System.
B. Contract shall engage Project Manager & CP Expert for awarded section. In case bidder has been
awarded more than one section, then successful bidder may engage same team of Project Manager
& CP Expert for all awarded sections.

All the required certificate for meeting the qualification requirements for the above shall be submitted
by successful bidder after award of job.

 It may be noted that above requirement is indicative only and the contractor may be required to
augment the resources to complete the awarded work within scheduled time.
 Only calibrated equipment/instrument as applicable shall be deployed for the work. Calibration
certificate of equipment/instrument shall be submitted.
 The contractor shall make sure availability of vehicle with monitoring & maintenance crew for
transportation of materials, manpower, tools, tackles etc. required for execution of work.
 BPCL reserves the right to cross check the monitoring activities and field readings anytime during
the period of the contract and if It is established that monitoring activities are not carried out as
per terms of the contract EIC has right to instruct for re‐monitoring against the particular pipeline
without any extra charge.

7.9 REPORTING:

Page 12 of 41
AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF PIPELINES

Reports of Monitoring and Maintenance activities carried out shall be submitted to EIC/SIC as per
instruction. Contractor has to analyze the maintenance works as per Schedule issued from time to time
and as per Time period defined.

After completion of each job, vendor shall submit detailed & summary report for pipeline section, Report
shall be prepared by NACE “International CP‐2 - Cathodic Protection Technician & reviewed by NACE
“International CP‐3 Cathodic Protection Technologist. The vendor shall also submit the
recommendations for mitigation measures after Monitoring of CP Units / monitoring of ON‐PSP, ON‐OFF
PSP/ Anode Bed Monitoring / CIPL/CAT/DCVG Survey/modifications required for maintaining Integrity of
CP System from a “NACE “International CP‐3Cathodic Protection Technologist”. The recommendations
shall be given by a CP expert / specialist (as mentioned above) along with the Monitoring or TR /CP
System Breakdown Maintenance Reports & it will be part of summary report. The cost of hiring CP
expert/specialist (traveling, lodging & boarding if required) shall be borne by the Contractor and is
deemed to have been included in the offered/accepted rate.

The Vendor in his recommendations for mitigation measures shall submit the detailed drawing,
Specifications, location for installation, quantity required etc. of the mitigation measures and
equipment’s to maintain Integrity of our CP system.

Various monitoring and maintenance reports shall be submitted in soft (preferably excel format) as well
hard copies/Print‐outs as per the BPCL Approved format. However, RAW data files shall also be
submitted for GPS based ON‐OFF PSP Monitoring and GPS Based ON‐PSP monitoring in addition to other
form of reports. Contractor shall submit the 2 set hard copy of report after approval of BPCL.

Material composition certificate, Test reports from reputed test laboratories, Manufacturer’s Test
reports shall be submitted for all type of anodes supplied i.e. Magnesium, Zinc, MMO Anodes.

The monthly/quarterly/ maintenance reports as per the schedule of each section shall consist of the
monitoring and maintenance carried out of the ICCP system during the period as per schedule.

(a) Executive Summary - The executive summary shall present the highlights of the monitoring and
maintenance activities which includes,

(i) Item-wise specific observations / comments with regards to status /performance of,
(1) Overall CP System
(2) ICCP Stations
(3) Test Stations
(4) Specific observations / comments with regards to interference problems due to
(i) DC traction system
(ii) HVDC system and
(iii) Other sources noticed during monitoring.
(5) Any maintenance carried out during the month.
(6) Any Special observation related to C.P. Monitoring.
(7) Area of concern.

(ii) Date wise visit details of the contractor's team during the month for ICCP maintenance.

Page 13 of 41
AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF PIPELINES

(iii) Detailed data, item-wise, with a separate Data Sheet for the presentation of complete data collected
during maintenance of the items mentioned below,

1. TRU / CPPSM/A.C. D.C. UNITS


2. Reference Cell Junction Box
3. Anode Junction Box
4. Cathode Junction Box
5. Permanent Reference Cells
6. TLP's
7. Kirk Cells, Polarization cell, grounding electrodes, grounding cells.
8. ON - OFF Survey
9. Insulating Joints and surge arrestors

(iv) 24 Hrs. CP recording data in graphical form with the details of date and time of recording.

(v) Details of the maintenance work carried out during the month.

(v) Item-wise status of the quantities of Monitoring Works and Maintenance works with reference to
quantities specified in the contract document to be submitted as BOM on Monthly basis.

(B) Any special report that BPCL may require from CP Expert Level 3 for review / analysis of status /
performance of equipment / system with reference to results of monthly monitoring / maintenance works

8 CONTRACTORS RESPONSIBILITY ON STATUTORY OBLIGATIONS: -

8.1 The contractor shall conform in all respects with the provisions of any statutory regulations, ordinances
or by laws of any local or duly constituted authorities or public bodies which may be applicable from time
to time to the works or any temporary works. The contractor shall keep the owner indemnified against
all penalties and liabilities of every kind arising out of non-adherence to such statutes ordinances, laws,
rules, regulations, etc.
8.2 The contractor shall ensure compliance of provisions of all central/state labour laws applicable from time
to time. Any liability incurred by Company (BPCL) on account of non-compliance/violation of labour laws,
an equivalent amount along with Fine shall be recovered from any dues payable to the contractor. The
contractor should ensure compliance of Labor Laws.
8.3 The contractor personnel shall abide by and follow all the safety rules and regulations laid down by BPCL
from time to time. Any violation of our safety rules and regulations shall be dealt with very strictly and
stringent action shall be taken as per the company policy.

8.3.1 OBSERVANCE OF SAFETY PRECAUTIONS: The contractor shall abide with all the safety regulations
as included in the safety guide for works contract at site as well as all statutory regulations relevant for
maintenance works. The contractor shall comply with all applicable provisions of the safety regulations,
clean-up program and other precautionary measures, which the Engineer-In-charge has in effect at the
site. The contractor shall comply with all instructions given by the safety engineer or his authorized
representatives regarding safety precautions, protective measures, clean up and all the other practice
which in the opinion of the Engineer or his authorized representative might be hazardous.

Page 14 of 41
AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF PIPELINES

8.3.2 SECURITY: The contractor shall follow all security rules as may be framed by BPCL from time to time
regarding removal of material from site, issue of identity cards, control of entry of persons and other
similar matters. The contractor's personnel shall abide by all security measure imposed by the Engineer-
In-Charge or his duly authorized representative from time to time. The Contractors' personnel shall not
disclose any information or drawings furnished to him by BPCL. Any drawings, records and other
information's prepared by the contractor or by BPCL or jointly by both for the execution of the works
shall not be disclosed without the prior approval of the engineer. No photograph of the sub-station or
any other place within the premises of BPCL shall be taken without the prior approval of the Engineer-
In-Charge. The cost incurred if any for making the Gate pass of the vehicles as well the personnel to enter
in the BPCL premises will be borne by the contractor. The contractor has to make the necessary
arrangement of the stand by personnel with the gate pass in case of the emergency.
8.3.3 LIABILITY FOR LOSS, DAMAGE, ACCIDENT ETC. The contractor must have a third party insurance and
insurance for workman compensation. The policy should include holidays also. In case there is a failure
of keeping the insurance policy in force the contract will be terminated without giving any notice to
the contractor. In this case the contractor shall be liable for the consequential losses that BPCL will
be subjected to. If the policy was not in force for the intervening period the contractor shall be required
to renew it without any delay and he shall be liable for consequential losses for not renewing it in time.
In addition to above, contractor will also provide insurance to engaged persons as per Pradhan Mantri
Insurance scheme.

9 SPECIAL CONDITIONS OF CONTRACT

9.1 ESCALATION: No escalation in rate is applicable throughout the contract period. However contractor has
to quote separate rates for 1st year and 2nd year of contract for Part A schedule of Items.
9.2 For CP Monitoring & maintenance jobs, Technician and technician assistant are required to visit other
than base locations for carrying out the maintenance works and if they are required to stay overnight
then prior approval from BPCL Site in charge shall be obtained. For Preventive maintenance job, No
Night stay charges shall be paid but for breakdown maintenance jobs only, Night stay charges shall be
paid as per respective SOR item of PART B.
9.3 PAYMENT TO WORKMEN: Contractor shall pay the minimum remuneration vide Govt. Notification on
Minimum wages Act 1948 to his staffs deployed at the pipeline locations. All statutory requirements
related to labor law, Provident fund, ESIC, Factory act/ rules, labor act and as per relevant acts shall be
complied by contractor at his cost. On working of holiday, Worker/staff working under operation support
services shall be paid suitable wages as per Industrial Establishments (National and Festival) Holdings
Act, 1974. Also, contractor shall see to it that each workmen he/she is employing shall have his/her own
bank account and payment shall be made to bank account of respective workmen by the contractor.
The component of the salary of workmen should be:
I. Basic Minimum wage & Dearness allowance (as notified by Central Government/ State
Government whichever is higher)
II. Provident Fund
III. ESIC
IV. Leave wages
V. Ex-gratia/ Bonus

Page 15 of 41
AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF PIPELINES

9.4 Any increase in the upward direction in minimum wages and statutory levies / taxes shall be paid to the
workmen by Contractor as and when required without any additional cost to BPCL account.
9.5 Contractor shall submit the break up salary paid to his staffs deployed at BPCL locations for subject job.
The Payment for the persons deployed shall be made by Contractor through E-payment/ NEFT or Cheque
in their respective bank accounts and the proof of salary and statutory provisions shall be produced along
with monthly RA Bills for processing of next RA Bill without any variation in contract rate.
9.6 TERMINATION OF CONTRACT: In the event of contractor showing lack of attendance to the work
or negligence or unfair performance in the opinion of Engineer-In-Charge, then he may terminate
the contract at any stage without prejudice to the right by action under any other relevant clause of
the contract by giving him suitable notice and at his risk and cost.
9.7 SUB-CONTRACTS: The contractor shall not sublet the whole or any part of the work to sub-contractor.

10 PAYMENT TERMS

10.1 PART A JOBS - The contractor shall submit monthly payable Running Account (RA) bills (along with proof
of payment of salary / PPF/ ESIC as applicable for the manpower provided) immediately after completion
of the month. 100 % payment towards monthly RA bill shall be done within 30 days of certification of
bills by Engineer-In-Charge. Monthly reports of preventive maintenance jobs shall be mandatorily
submitted along with the running bills.
10.2 PART B SOR JOBS - 100 % payment shall be done as per actual executed quantities in particular month,
within 30 days on certification of bills by Engineer-In-Charge. Detailed measurement sheet along with
supporting drawings shall be mandatorily submitted in soft copy (Excel sheets) and hard copy along with
the bill.
10.3 Payment for the monthly bills will be subject to fulfillment
of all the terms and conditions of the contract to the complete satisfaction of BPCL. BPCL reserves
the right to hold the last payment till the contractor completes the pending job if any.
10.4 Any due amount / penalty charges will be deducted by BPCL from the contractor’s monthly bills.
10.5 Monthly RA bills shall be submitted to respective sections/base location’s Engineer In Charge.

11 PENALTY FOR NON PERFORMANCE

11.1 Delay in carrying out each PM jobs - Rs. 1500/- per week of delay per location subject to a maximum of
5% of basic item value of respective SOR for Part A for delay in carrying out each PM Job of that location
as listed in the scope of work. If more PM jobs are delayed in that location, then the cumulative % shall
be applicable. Penalty clause for delay in carrying out PM jobs shall be applicable after the respective job
has been delayed for more than 2 weeks from its schedule.
11.2 Absence of manpower support - In case of non-availability of any technician/ technician assistant, Rs
1500/day/person shall be deducted for absence of maintenance crew member provided at that location.
11.3 SOR JOBS FOR PART B - 0.5 % of item value per week of delay subject to a maximum of 5% for carrying
out the jobs as per BPCL issued PO against SOR rate list OR Confirmation over mail for execution of job.
11.4 Non availability of tools and tackles- In case of non-availability of tools and tackles which are required
for the satisfactory completion of the job, Rs. 500/day/location shall be deducted.

Page 16 of 41
AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF PIPELINES

12 CONTRACT PERIOD

Contract period shall be 2 years from date of award of job/LOA/OA or as directed by EIC whichever is later.

13 MOBILISATION TIME:

Contractor shall mobilize all resources including manpower within 10 days from the date of PO / award of job.
Effective date of start of job will be reckoned from the date when all resources including manpower stand
deployed and the contractual obligations are met / complied in accordance with terms and conditions of the
tender. At the time of commencement of the contract, short coming / deficiency if any, found in terms of
deployment of resources / manpower, suitable deduction shall be made in the running bill(s) as per rates
applicable/mentioned in the contract.

Page 17 of 41
AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF PIPELINES

ANNEXURE

Page 18 of 41
AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF PIPELINES

ANNEXURE 2.1 - SCOPE FOR CATHODIC PROTECTION WORKS


(PART A OF AMC FOR CATHODIC PROTECTION MONITORING & MAINTENANCE OF PIPELINES)
SECTION 3 - MMBPL CP FACILITIES FROM SHERPUR IPS TO MALARNA PS, BKPL, KJPL, BPPL

This document consists of following documents -


A) Preventive Maintenance Schedule for Cathodic Protection
B) Details of Equipment’s for Cathodic Protection
C) Scope of work/Procedures.
D) Location Details of ICCP System

A. PREVENTIVE MAINTENANCE SCHEDULE:

1. PM Schedule Common for all locations MMPL, BKPL, KJPL:

SR.NO. EQUIPMENT PM FREQUENCY


1 CP Panel Quarterly monitoring
2 TLP’s ON PSP Quarterly monitoring
3 Polarization cell (KOH/SSPC) Quarterly monitoring
4 ON OFF TLP/ Current measurement at B Type TLP’s Yearly monitoring
5 Insulating Joint & Surge diverter Quarterly monitoring
6 Anode bed Quarterly monitoring

Note: The above Preventive maintenance schedule is tentative only & detailed equipment wise preventive
maintenance schedule with scheduled dates for the execution of the work shall be given once the PO is
placed.
B. LIST OF DETAILED EQUIPMENTS:

1. MAJOR EQUIPMENT LIST OF CATHODIC PROTECTION EQUIPMENTS:


Following are the list of all major cathodic protection system related equipment which are installed at
various pipeline locations:

i. CP Panel
ii. Test lead point [TLP]
iii. Insulating Joint [IJ]
iv. Surge diverter
v. Polarization cell [Kirk cell/ Solid state type]
vi. Anode bed

The above list is not exhaustive and it is only indicative. BPCL shall not be responsible for loss of any tools.
Contractor to replace any tools if damaged or lost during the contract period.

Page 19 of 41
AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF PIPELINES

1. LOCATION WISE EQUIPMENT LIST:

LOCATION CP TEST INSULATING SURGE POLARIZATION ANODE


PANEL LEAD JOINTS DIVERTER CELL BED
POINT
[TLP]
SHERPUR 1 0 2 2 0 1
MMBPL 0 0 4 4 0 0
KOTA
MALARNA 0 0 2 2 0 0
SV33-SV40 07 0 0 0 0 07
CH 752.8 – 0 404 0 0 26 0
1030.1 KM
BKPL BINA 0 0 1 1 1 0
BKPL KOTA 1 0 1 1 1 1
BKPL GUNA 1 0 2 2 2 1
BKPL SV01- 4 0 0 0 4 4
SV04
BKPL SV05- 3 0 0 0 3 3
SV07
BKPL CH 0 173 0 0 2 0
0.00 – 152
KM
BKPL CH 0 130 0 0 7 0
152 – 259
KM
KJPL KOTA 1 0 3 3 1 1
KJPL 1 0 3 3 1 1
JOBNER
KJPL SV01- 2 0 12 12 6 2
SV06
KJPL CH 0 237 0 0 4 0
0.00 – 210
KM
BPPL CH 10 400 12 12 25 10
0.00-356

BINA – PANKI PIPELINE IS UNDER COMMISSIONING STAGE, TOTAL LENGTH OF PIPELINE IS 356 KM IN MADHYA
PRADESH & UTTAR PRADESH.

C. SCOPE OF WORK
The Scope of work is monitoring of ICCP system and minor breakdown maintenance of the ICCP system
by necessary deployment of manpower and tools as mentioned in tool list. Any additional resource
requirement for execution of maintenance jobs shall be dealt in SOR part B.

Page 20 of 41
AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF PIPELINES

Contractor shall note that the monitoring of all the above locations mentioned in Clause No. B shall be
carried out as per the monitoring schedule mentioned all sections in Clause No. A. The detailed
procedure for the jobs to be carried out is mentioned in Clause No. C (I), C (II), C (III). The ICCP system
details of SHERPUR IPS – MALARNA PS, MMBPL are mentioned in Clause no D.

Any critical information shall be reported to BPCL immediately on phone/ e-mail.


The contractor shall arrange manpower consisting of technician and Technician Assistant with vehicle for
monitoring and maintenance. The contractor personnel shall carry monitoring tools, instruments, half
cells, multi- meter, tool box etc. with safety PPE's. The monitoring of ICCP system includes the monitoring
of the various units related to ICCP system existing in the CP stations (TRU/CPPSM/ACDC Units, Anode
Junction Box, Cathode Junction Box, Reference Cell Junction Box, Testing of Permanent Reference Cells)
and monitoring various units like Test Lead Posts, Diode Stations, cased crossings, Insulating Joints, Kirk
/Grounding Cells along the pipeline route at various locations as mentioned in the scope).
The contractor shall also require to carry out various minor breakdown maint. Jobs during CP monitoring
related to ICCP system mentioned below.
The contractor shall prepare and submit the reports within ten days after completion of monitoring of
the subsection as per the frequency mentioned. Two hard copies of report along with one soft copy to
be submitted to our Mumbai office.

(I) ICCP SYSTEM MONITORING:


The detail of jobs to be carried out under these item shall be as follows,

A. MONITORING OF TRU /CPPSM UNIT:


The following jobs have to be carried out and all the listed parameters have to be noted.
a) Measure Input AC voltage
b) Measure Input AC current
c) Measure Input DC voltage
d) Measure Input DC current
e) Measure Output DC Voltage
f) Measure Output DC Current
g) Measure all Reference Cell potentials and check them with respect to internal pre-set potential
h) Measure PSP at nearest Test station and check it with respect to external calibrated RE cells
simultaneously.
i) Check AVCC / Auto Modes Operation.
j) Check Current Limit, Note coarse and fine settings.
k) Check accuracy of panel meters by using a portable meter, any noticeable variation to be noted.
l) Malfunctioning of any card/ display to be reported to BPCL for necessary action. BPCL shall
arrange the same through equipment manufacturer.
m) Adjustment of TR / CPPSM Settings, if and when required, for maintaining the lowest RE
measured PSP between (-) 0.85 and (-) 1.20 volts range
n) Minor problems occurring due to fuse blowing, cable connections etc shall be rectified
immediately.
o) All electrical / mechanical maintenance including cleaning of CP panel, boxes, terminals etc shall
be carried out.
p) Check the back EMF and AC pick up in the DC output of the panel.
q) Check the tightness of earthing cable/strip.
r) Testing of Lightening arrestor in the CP panel

Page 21 of 41
AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF PIPELINES

B. MONITORING OF PERMANENT REFERENCE CELL:


The following jobs have to be carried out and all the listed parameters have to be noted.
a) Check the reference cell connections
b) Check the PSP reading with respect to the Permanent reference cells by measuring the voltage
across the Fe cable and the Permanent reference cable.
c) The PSP measurement shall be done using the calibrated reference cell near the Reference cell
junction Test post and the comparison shall be made by the calibrated reference cell.
d) Minor problems occurring due to cable connections etc shall be rectified immediately.

C. MONITORING OF ANODE AND CATHODE JUNCTION BOX:


C.1 Monitoring of Anode Junction Box:
The following jobs have to be carried out and all the listed parameters have to be noted.
a) Put on the AVCC mode at the TRU end check/set the current value. Measure the current at DC
output at the TRU/ CPPSM.
b) Measure output current of all anodes through the measurement of mV at the Shunt.
c) Check if the summation of current at AJB is matching with set value at TRU.
d) Check the resistor condition
e) Check main anode header cable and anode lead cables connections
f) Check conditions of AJB enclosure, door, mounting frame etc.
g) For anode ground beds that show break down of anode circuit devices / continuity of cable
circuits / relatively high resistance of anode circuits / anode bed carry out tests to check the
existing performance of anode ground bed.
h) Repair cable terminations inside anode junction box, if required.
i) Repair cable terminations at TRU / CPPSM, if required.
j) Check / clean / repair (if possible) to reduce contact resistance at shunt and resistor terminals.
k) Make the anode circuit electrically continuous to make the anode operative till its circuit devices
are repair / replaced.
l) Provide (if possible) some temporary arrangement for closing the door of anode junction box till
its damaged door / lock is replaced
m) Minor problems occurring due minor cable connections etc shall be rectified immediately.
n) Check the ground anode bed resistance

C.2 Monitoring of Cathode Junction Box:


The following jobs have to be carried out and all the listed parameters have to be noted.
a) Check proper connection between main cathode header cable and pipe cathode lead cable.
b) Check conditions of AJB enclosure, door, mounting frame etc.
c) Minor problems occurring due minor cable connections etc shall be rectified immediately.
d) Take reading at the nearest TLP at the CP station.

(II) TLP MONITORING:


The contractor’s scope includes recording of Pipe to Soil Potential (AC & DC) of carrier pipelines using
GPS Based data logger of standard make at all the Test lead points of pipelines.
Monitoring team shall carry Data Loggers with built‐in GPS System during PSP monitoring activities for
recording the PSP data (AC & DC) and GPS Coordinates in real time with time stamp. Reports containing
PSP Data & Coordinates (Latitude‐Longitude) details with time stamp shall be submitted to EIC in RAW
data files on daily basis & detailed report (soft & hard) after completion of monitoring activity.
Following jobs to be carried out as per the frequency mentioned in each section for monitoring of TLP,
Kirk Cells and Surge diverter testing as per the frequency mentioned in each subsection.

Page 22 of 41
AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF PIPELINES

A. TEST STATIONS - PSP MEASUREMENTS:


The following jobs have to be carried out and all the listed parameter has to be noted.
a) Measure carrier line PSP & AC Voltage at all test stations using calibrated portable copper-copper
sulphate half-cell.
b) List the fluctuation in PSP observed.
c) The PSP has to be put in graphical form.
d) Measure casing pipe PSP using calibrated portable copper-copper sulphate half-cell at cased –
crossing type test stations.
e) Check cable lead terminations
f) Check conditions of Test Station Box enclosure, door, mounting frame etc

B. TEST STATIONS - KIRK CELL/ SSPC/GROUNDING ELECTRODE:


The following jobs have to be carried out and all the listed parameter has to be noted.
a) Measure carrier line PSP, AC Voltage using calibrated portable copper-copper sulphate half-cell.
b) Grounding Electrode- Measure potential of grounding electrode using portable copper - copper
sulfate half -cell.
c) Measure the AC Current density wherever Coupon is installed
d) Grounding Electrode - Measure resistance between grounding cell electrodes where applicable.
e) Kirk Cell/SSPC - Check KOH level and take necessary action to maintain KOH level as required.
f) Check cable lead terminations
g) Check conditions of Test Station Box enclosure, door, mounting frame etc.
In case the Kirk Cell electrolyte is found contaminated. The contractor shall remove the existing
electrolyte and replace it with new electrolyte topped up till higher level of the electrolyte level marked
on the cell.

C. TESTING OF SURGE DIVERTER:


The following jobs have to be carried out and all the listed parameter has to be noted.
a) Measure the resistance across Surge diverter terminals in open circuit & closed circuit conditions
[By applying 500V DC]
b) Check physical condition of Surge arrestor

D. TESTING OF INSULATION JOINTS:


The following jobs have to be carried out and all the listed parameter has to be noted.
a) Measure carrier line PSP on Upstream and Downstream side of Insulating Joint using calibrated
portable copper-copper sulphate half-cell. The potentials shall be measured during both instant
ON and instant OFF conditions of local ICCP Station
b) Measure resistance between Upstream and downstream sides of Insulating Joint (the report
should include detail whether the insulation joint is normal (open) or has been externally short-
circuited)
c) Check cable lead terminations
d) Check conditions of Test Station Box enclosure, door, mounting frame etc.
e) Check condition of Surge arrestor.

E. INTERFERENCE BONDS AT FOREIGN LINE CROSSING


Following job to be carried out & parameter to be noted,
a) Check the bonding, if any at foreign line crossing
b) Measurement of Foreign line pipeline potential

Page 23 of 41
AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF PIPELINES

F. CURRENT DENSITY ANALYSIS:


Contractor shall carryout Current density analysis of pipeline based on current consumption data
recorded during ICCP Monitoring, Format for current density shall be provided by BPCL.
Current density analysis shall be carried out quarterly & comparison to be made quarter wise with
respect to design current density of pipeline section & report submitted.

(III) ON – OFF SURVEY:


The contractor’s scope includes recording of ON-OFF Pipe to Soil Potential & AC voltage of carrier
pipelines using GPS Based data logger of standard make at all the Test lead points of pipelines.
Monitoring team shall carry Data Loggers with built‐in GPS System during PSP monitoring activities for
recording the ON-OFF PSP data & AC Voltage and GPS Coordinates in real time with time stamp. Reports
containing PSP Data & Coordinates (Latitude‐Longitude) details with time stamp shall be submitted to
EIC in RAW data files on daily basis & detailed report (soft & hard) after completion of monitoring activity.
Following jobs to be carried out as per the frequency mentioned in each section for carrying out ON- OFF
Survey, Line current measurement, Insulation joint as per the frequency mentioned in each subsection.
A. ON-OFF SURVEY:
The following jobs have to be carried out for the ON-OFF Survey of the pipeline.
a) Put the GPS Interrupter/Timer at two CP Stations between which the survey has to be carried
out.
b) Synchronize the timer. Adjust the DC Output current in AVCC mode (normally observed in
Auto Mode or required for meeting the Internal Reference Voltage setting in AVCC mode.
c) Take the PSP ON-OFF (16:4) Potential at all the CP Test Posts, also measure the AC Voltage at
each TLP Locations & AC current density wherever coupon is installed
d) Display in the graphical form. The Graph shall be drawn in the region between the two stations.
The contractor shall carry GPS Interrupter, necessary tools & tackles while survey.

B. TEST STATIONS – PIPELINE CURRENT MEASUREMENT (AT B TYPE TLP’S) :


The following jobs have to be carried out and all the listed parameter has to be noted.
a) Measure carrier line Potential using calibrated portable copper-copper sulphate half-cell.
b) Determine line current calibration factor (Amps per Millivolt) for the measurement section
c) Measure magnitude and polarity of potential drop across the cable terminals for line current
measurements
d) Calculate magnitude of pipeline current flowing in the test section (the report shall include both
magnitude current and direction.
e) Check cable lead terminations.
f) Check conditions of Test Station Box enclosure, door, mounting frame etc.

D. ICCP SYSTEM DETAILS OF PIPELINE SECTION:

MMBPL [SHERPUR – MALARNA]


(i) CP STATION DETAILS

SHERPUR – MALARNA, MMBPL RAJASTHAN


1 IP01 Sherpur 760.29 Pidawa Jhalawar Rajasthan
2 SV33 Dablikala 795.93 Jhalara Patan Jhalawar Rajasthan
3 SV34 Panwar 835.02 Khanpur Jhalawar Rajasthan
4 SV35 Kurad 868.77 Sangod Kota Rajasthan

Page 24 of 41
AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF PIPELINES

5 SV37 Kesoraipatan 903.7 Kesoraipatan Bundi Rajasthan


6 SV38 Laban 943.78 Indargarh Bundi Rajasthan
7 SV39 Rawanjanchod 984.69 Sawai Madhopur SawaiMadhopur Rajasthan
8 SV40 Badolas 1023.86 Sawai Madhopur SawaiMadhopur Rajasthan

(ii) CP UNIT DETAILS


The details of the TRU/ CPPSM are as follows,

S.NO. CP STATION CAPACITY UNIT QTY

1 IP01 40V/25A TRU 1

2 SV33 40V/25A CPPSM 1

3 SV34 40V/25A CPPSM 1

4 SV35 40V/25A CPPSM 1

5 SV37 40V/25A CPPSM 1

6 SV38 40V/25A CPPSM 1

7 SV39 25V/25A CPPSM 1

8 SV40 25V/25A CPPSM 1

(iii) DETAILS OF INSULATING JOINTS

Chainage in KM
Sr No Station Location from BPCL No of IJ's
Mumbai Refinery
Sherpur – Malarna, MMBPL Rajsthan
1 IP01 Sherpur 760.29 2
2 KOTA TOP Chulli 1064.46 4
3 IPS MALARNA Patonda 1100.47 2

BKPL
(i) CP STATION DETAILS

CHAINAGE 0.00 - 152 KM – MP


1 SV01 Pipariya 624.7 Sanwer Indore MadhyaPradesh
2 SV02 Belai 655.65 Dewas Dewas MadhyaPradesh
3 SV03 Vijayapura 685.35 Tarana Ujjain MadhyaPradesh
4 SV04 Maharajpura 107.85 Agar Shajapur MadhyaPradesh
Chak
5 IP01 Churela 133.13 Guna Guna MadhyaPradesh
CHAINAGE 152 - 259 KM - RAJASTHAN

Page 25 of 41
AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF PIPELINES

1 SV05 Barla 172.427 Atru Baran Rajasthan


2 SV06 Bamla 201.101 Baran Baran Rajasthan
3 SV07 Gulabpura 230.403 Anta Baran Rajasthan
4 KRT Brijeshpura 259.356 Tathed Kota Rajasthan

(ii) CP UNIT DETAILS

CHAINAGE 0.00 - 152 KM – MP


1 SV01 50V/50A CPPSM
2 SV02 50V/50A CPPSM
3 SV03 50V/50A CPPSM
4 SV04 50V/50A CPPSM
5 IP01 50V/50A CPPSM
CHAINAGE 152 - 259 KM - RAJASTHAN
1 SV05 50V/50A CPPSM
2 SV06 50V/50A CPPSM
3 SV07 50V/50A CPPSM
4 KRT 50V/50A TRU

(iii) DETAILS OF INSULATION JOINTS

CHAINAGE 0.00 - 152 KM – MP


1 BDT Bina 0 1
2 IP01 Chak Churela 133.13 2
CHAINAGE 152 - 259 KM - RAJASTHAN
Brijeshpura,
1 KRT Kota 259.468 1

KJPL

(i) CP STATION DETAILS

CHAINAGE 0.00 - 210 KM – RAJASTHAN


1 KDT Pipariya 0 Tathed Kota Rajasthan
2 SV04 Belai 89.66 Deoli Tonk Rajasthan
3 SV06 Vijayapura 167.84 Phagi Jaipur Rajasthan
4 JRT Maharajpura 210.34 Jobner Jaipur Rajasthan

(ii) CP UNIT DETAILS


The details of the TRU/ CPPSM/A.C. D.C Units are as follows,
S.NO. CP STATION CAPACITY UNIT QTY

1 KDT 25V/25A TRU 1

2 SV04 48V/25A CPPSM 1

Page 26 of 41
AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF PIPELINES

3 SV06 48V/25A CPPSM 1

4 JRT 25V/25A TRU 1

(iii) DETAILS OF INSULATION JOINTS


Insulating Joints are installed at following locations,
S.NO. CP STATION CH (KM) NO OF IJS

1 KDT, Brijeshpura, Kota 0 1


2 JRT, Jobner 210.34 1

BINA – PANKI PIPELINE: (UNDER COMMISSIONING STAGE)

(I) CP UNIT DETAILS

Page 27 of 41
AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF PIPELINES

ANNEXURE 2.2 – PART A SCHEDULE OF ITEMS


(PART A OF AMC FOR CATHODIC PROTECTION MONITORING & MAINTENANCE)
SECTION 3 - MMBPL CP FACILITIES FROM SHERPUR IPS TO MALARNA PS, BKPL, KJPL
1 SCHEDULE OF ITEMS:
Contractor shall quote lumpsum rate on monthly basis for below mentioned Schedule of items as per Part A
detailed scope of work for BPCL Pipelines locations & facilities in Section 3 which are falling in Madhya Pradesh
(MP) and Rajasthan (RAJ), states.

ITEM 10 | 10: SERVICES FOR MAINT ACTIVITIES 1st Year (MP) [UOM – MONTH]
PROVIDING SERVICES FOR MAINTENANCE ACTIVITIES FOR CATHODIC PROTECTION WORKS (in MADHYA
PRADESH state) at Bina and corresponding SV/IP station as per Part A detailed scope of work of Pipeline Sections
and locations.
Rates quoted shall include contractor deployed personnel’s salary, labor, accommodation, boarding and
lodging, all material, tools, consumables, appliance, transport, equipment, taxes, levies, contractor's supervision
overhead and profit and all that are necessary for satisfactory completion of the Maintenance activities as per
scope of work.

ITEM 20 | 10: SERVICES FOR MAINT ACTIVITIES 1st Year (RAJ) [UOM – MONTH]
PROVIDING SERVICES FOR MAINTENANCE ACTIVITIES FOR CATHODIC PROTECTION WORKS (in RAJASTHAN state)
at Kota and corresponding SV/IP station as per Part A detailed scope of work of Pipeline Sections and locations.
Rates quoted shall include contractor deployed personnel’s salary, labor, accommodation, boarding and
lodging, all material, tools, consumables, appliance, transport, equipment, taxes, levies, contractor's supervision
overhead and profit and all that are necessary for satisfactory completion of the Maintenance activities as per
scope of work.

ITEM 30 | 10: SERVICES FOR MAINT ACTIVITIES 2nd Year (MP) [UOM – MONTH]
PROVIDING SERVICES FOR MAINTENANCE ACTIVITIES FOR CATHODIC PROTECTION WORKS (in MADHYA
PRADESH state) at Bina and corresponding SV/IP station as per Part A detailed scope of work of Pipeline Sections
and locations.
Rates quoted shall include contractor deployed personnel’s salary, labor, accommodation, boarding and
lodging, all material, tools, consumables, appliance, transport, equipment, taxes, levies, contractor's supervision
overhead and profit and all that are necessary for satisfactory completion of the Maintenance activities as per
scope of work.

ITEM 40 | 10: SERVICES FOR MAINT ACTIVITIES 2nd Year (RAJ) [UOM – MONTH]
PROVIDING SERVICES FOR MAINTENANCE ACTIVITIES FOR CATHODIC PROTECTION WORKS (in RAJASTHAN state)
at Kota and corresponding SV/IP station as per Part A detailed scope of work of Pipeline Sections and locations.
Rates quoted shall include contractor deployed personnel’s salary, labor, accommodation, boarding and
lodging, all material, tools, consumables, appliance, transport, equipment, taxes, levies, contractor's supervision
overhead and profit and all that are necessary for satisfactory completion of the Maintenance activities as per
scope of work.

Page 28 of 41
AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF PIPELINES

ANNEXURE 2.3 – LIST OF TOOLS & INSTRUMENTS


(PART A OF AMC FOR CATHODIC PROTECTION MONITORING & MAINTENANCE OF PIPELINES)
SECTION 3
Following list of tools, instruments, consumables which are required for CP monitoring & maintenance shall be
made available to contractor monitoring crew at Maintenance base location (Bina & Kota for section 3) by the
contractor for entire duration of contract for all locations in section 3.
1. CP TOOLS & CONSUMABLES
SR.
TOOLS DESCRIPTION BINA KOTA
NO.
1 MULTIMETER 2 NOS 2 NOS
2 CLAMP METER 2 NOS 2 NOS
3 PORTABLE CU-CUSO4 HALF CELL 2 NOS 2 NOS
PORTABLE GPS SYNCHRONIZING INTERRUPTER
4 FOR CP PANEL BOTH IN DC AND AC INPUT SUPPLY 4 NOS 4 NOS
TYPE DURING ON-OFF SURVEY
5 EARTH RESISTANCE METER 2 NOS 2 NOS

6 MEGGER 2 NOS 2 NOS

PANEL KEY AND TLP KEY (BOTH ALLEN KEY AND


7 2 NOS 2 NOS
SIEMENS KEY)

8 SCREW DRIVER 2 NOS 2 NOS

9 SPANNER (17-18 NO) 2 NOS 2 NOS

10 PLIERS 2 NOS 2 NOS

11 1 SQ MM CABLE WIRES 200 M 200 M


12 GPS BASED MULTIMETER 01 NO 1 NO

BPCL has taken all efforts to complete the list for CP Works to suit the site requirements, however there is a
possibility that some of the tools are missed out in this list. Hence the contractor shall arrange for any additional
tools if required for the execution of the work apart from the tools mentioned above.

Page 29 of 41
AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF PIPELINES

ANNEXURE 2.4
SCOPE OF WORK FOR SOR ITEMS FOR MAINTENANCE WORKS
(PART B OF AMC FOR CATHODIC PROTECTION MONITORING & MAINTENANCE OF PIPELINES)
SECTION 3 - MMBPL CP FACILITIES FROM SHERPUR IPS TO MALARNA IPS, BKPL, KJPL
Item wise detailed scope of work for Part B SOR items are given below. These items are segregated for Madhya
Pradesh (MP) and Rajasthan (RJ) state wise for Section 3 for the purpose of quoting.
A. PROVISION FOR ADDITIONAL DUTY HOURS & NIGHT CHARGES:
1. NIGHT STAY CHARGES

a. In the event of the Technician, Technician assistant are required to visit other locations in his region for
carrying out the breakdown maintenance work and if they are required to stay there, then additional
night stay charges shall be paid. (No night stay charges shall be paid for CP Monitoring jobs)

b. The payment of the same shall be made as per the no. of night stays done and shall be paid separately
on actual night stays performed. Prior approval of the BPCL Engineer in charge shall be taken before the
night stay of any of the contractor staff and the night stay charges shall be paid only after the approval
of the BPCL engineer in charge.

c. Contractor shall quote rates per night stay as per below categories-
1.1 NIGHT STAY CHARGES - SKILLED (UOM – EA)
Night Stay Charges for Skilled technician

2.2 NIGHT STAY CHARGES – SEMI SKILLED (UOM – EA)


Night Stay Charges for Semi-skilled technician
2. EXTRA HOUR CHARGES
a. In the event of the Technician, technician assistant are required to visit other locations in his region for
carrying out the breakdown maintenance works and if the work exceeds beyond the normal working
hour, then overtime charges shall be paid.
b. The payment of the same shall be made on per hour basis based on duration of extra hour worked. Prior
approval of the BPCL Engineer/Site in charge shall be taken before the overtime of any of the contractor
staff and the overtime charges shall be paid only after the approval of the BPCL engineer/site in charge.
c. Contractor shall quote rates per hour as per below categories-
2.1 PLM-MAINT VISIT EXTRA HR TECH.SKILL (UOM – HR)
Over time Charges for Skilled technician on per hour basis
2.2 PLM-MAINT VISIT EXTRA HR GEN-WORKER (UOM – HR)
Overtime charges for Semi-skilled technician on per hour basis
B. VEHICLE CHARGES FOR ADDITIONAL REQUIREMENT
a. Hire charges towards supply of good conditioned, closed body, Air-conditioned Diesel MUV (Multi Utility
Vehicle) on daily basis. Quoted rate should include running cost of the vehicle including fuel, oil,
lubricants, repairs and maintenance services and driver's salary, bhatta, road tax, insurance and other

Page 30 of 41
AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF PIPELINES

statutory requirements/ cost of running the vehicles etc. complete in all respect. Quoted rate shall be for
per Vehicle and no additional payment shall be made other than this SOR rate.
Rates quoted under following categories shall be valid at all Pipeline location / ROU site (Right of Use –
Any Pipeline Chainage for that state).
1. HIRING VEHICLE PER DAY. 8 HRS 80 KMS (UOM – EA)
VEHICLE CHARGES PER DAY 8 HRS 80 KMS
Contractor shall quote rates per day basis for supply of vehicle on hire basis for 8hrs/80Kms at any
Pipeline location / ROU site (Right of Use – Any Pipeline Chainage).
2. HIRING VEHICLE PER DAY 12 HRS 200 KMS (UOM – EA)
VEHICLE CHARGES PER DAY 12 HRS 200 KMS
Contractor shall quote rates per day basis for supply of vehicle on hire basis for 12hrs/200Kms at any
Pipeline location / ROU site (Right of Use – Any Pipeline Chainage).
3. VEHICLE EXTRA KMS (UOM – KM)
VEHICLE CHARGES FOR EXTRA KMS
Contractor shall quote rates per KMs basis for vehicle provided on hire basis for extra KMs. In the event
of the vehicle required for KMs more than the 80km/200 km category then additional KMs charges shall
be paid for hiring of vehicle. Prior approval of the BPCL Engineer/site in charge shall be taken before the
vehicle is made to use for extra Kms.
4. VEHICLE EXTRA HOURS (UOM – HR)
VEHICLE CHARGES FOR EXTRA HOURS
Contractor shall quote rates per hour basis for vehicle provided on hire basis for extra hours. In the event
of the vehicle required for hours more than the 8hours/12hours category then additional hours charges
shall be paid for hiring of vehicle. Prior approval of the BPCL Engineer/site in charge shall be taken before
the vehicle is made to use for extra hours.
5. VEHICLE CHARGES NIGHT STAY (UOM – EA)
VEHICLE CHARGES FOR NIGHT STAY
Contractor shall quote rates per Night stay of vehicle provided on hire basis. In the event of the vehicle
required for extended hours in the night and if they are required to stay there, then additional night stay
charges shall be paid for hiring of vehicle. Prior approval of the BPCL Engineer/site in charge shall be
taken before the night stay of any of the vehicle and the night stay charges shall be paid only after the
approval of the BPCL engineer in charge.
C. CATHODIC PROTECTION MAINTENANCE WORKS:
1. PL LOCATION SERVICES (UOM – DAY)
PIPELINE LINE LOCATION WITH DEPTH
The contractor shall quote the rate per day basis for identification of pipeline location or locations for a
period of maximum 8hrs from the reporting at first location. Lodging, Boarding and mobilization shall
be arranged by the contractor for transportation of his personnel and instruments.
The contractor shall assist in pipeline alignment location with identification of its depth and submit
drawing of the pipeline in printable format as located from the nearest reference markers onsite to easily

Page 31 of 41
AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF PIPELINES

locate the pipeline from drawing with required pipeline locating instruments and measurement
instruments within 24 Hrs to 48 Hours from the time of instruction by BPCL Engineer In Charge at any
location along the pipeline route. The drawing to be submitted within 96 hours of the line location
completed.
Local posted BPCL representative of that area shall assist the contractor personnel and show them the
location along the pipeline route wherever pipeline needs to be located. For pipeline route identification
contractor shall bring his precision pipeline locator with his qualified and experienced personnel for
pipeline location and depth of soil cover.
2. PL-CP DATA RECORDING - DATA RECORDING (UOM – EA)
24 HRS DATA RECORDING
The contractor shall arrange for 24 -Hour Record of Pipe-to - Soil Potential AC and DC & Current in Amps
at any TLP location of Pipeline Section as mentioned in the schedule of items as per the direction of
Engineer In Charge and submit the recording data with a summary sheet containing details of
measurements and high / low / average values of potentials with graph indicating the details of record
time and PSP. PSP data recorder shall be arranged by the contractor. The contractor shall quote for this
item separately as per the schedule of quantity including mobilization and Demobilization charges. No
visit charges of manpower shall be paid separately. Security guard if required will be provided by BPCL
at site

3. PL-CP MAINT - PL-CBL CONN (UOM – NO)


PIPELINE TO CABLE CONNECTION
The Scope covers making pipe to cable connection using Pin Brazing method, its encapsulation using
Hardener‐ Epoxy based mix and holiday detection as per type of coating, including excavation, backfilling
and restoration etc. complete with supply of all requisite material, consumable, battery of required
capacity/rating and equipment required for carrying out Pin Brazing.
Contractor shall remove pipeline coating 25 mmx25 mm size & connect bare end of Measurement cable
of size upto 35 sq.mm by Pin Brazing & sealing the pipeline bare opening by providing PVC pipe, properly
sealed with M-Seal and filled with the liquid epoxy / araldite compound. The other end of the cable to
be terminated in the TLP Box with proper lugs and insulation tape. Defects if any, observed during the
work shall be repaired without any cost implication to BPCL. Holiday machine shall be provided by BPCL.
Excavation of pit and the length of the cable are not considered in this item and shall be paid separately
under different items.

4. PL-CP MAINT - SUPLY/INST OF TLP (UOM – NO)


SUPPLY & INSTALLATION OF TLP AS PER INDUSTRIAL STANDARD
The scope shall include excavation of pit of size 0.45 meter x 0.45 meter x 0. 45 meter, supply and
installation of TLP [Type A – Normal size TLP Size 0.25 m x 0.25 m x 0.2 m] and concreting the same with
PCC 1:2:4 with shoring and strutting in a size 0.3 meter x 0.3 meter x 0.3 meter and backfilling the pit
after proper curing of the concrete.

SPECIFICATIONS OF TEST STATION:


Test station shall be a standard product of the manufacturer regularly used for impressed current
cathodic protection system. The weatherproof junction boxes shall be supplied in accordance
with the following specifications and data sheets.
o Indian Standards Institution (ISI)
o International Electro Technical Commission (IEC)
o American National Standards Institution (ANSI)

Page 32 of 41
AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF PIPELINES

o British Standards Institution (BS)


Enclosure: Shall be completely enclosed, Outdoor type, 3 piece post mounted type, natural air
cooled IP55 construction. The cabinet shall be made from 10 SWG/3mm mild steel. The cabinet
has hinged front door with neoprene gasket and pad lockable.
Cable Entries: Cable entries shall be through pipe.
Painting: Surface preparation SA½ One coat Epoxy Primer, Two coat of Epoxy Paint IS 631 Shade.
Name Plates and Labels: All internal component identification labeling is done using Permanent
screening/ marker
Input/ Output Terminals: Stainless steel stud with nut, spring and plain washer Insulation Level
in between terminals & body 2KV for 1 minute at 50Hz.
5. PL-CP MAINT - SUPLY/INST OF TLP –TYPE M (UOM – NO)
SUPPLY & INSTALLATION OF TLP AS PER INDUSTRIAL STANDARD
The scope shall include excavation of pit of size 0.45 meter x 0.45 meter x 0. 45 meter, supply and
installation of TLP [Type M – HT LINE – Size 0.480 m x 0.400 m x 0.225 m] and concreting the same with
PCC 1:2:4 with shoring and strutting in a size 0.3 meter x 0.3 meter x 0.3 meter and backfilling the pit
after proper curing of the concrete.
SPECIFICATIONS OF TEST STATION:
Test station shall be a standard product of the manufacturer regularly used for impressed current
cathodic protection system. The weatherproof junction boxes shall be supplied in accordance
with the following specifications and data sheets.
o Indian Standards Institution (ISI)
o International Electro Technical Commission (IEC)
o American National Standards Institution (ANSI)
o British Standards Institution (BS)
Enclosure: Shall be completely enclosed, Outdoor type, 3 piece post mounted type, natural air
cooled IP55 construction. The cabinet shall be made from 10 SWG/3mm mild steel. The cabinet
has hinged front door with neoprene gasket ad pad lockable.
Cable Entries: Cable entries shall be through pipe.
Painting: Surface preparation SA½
One coat Epoxy Primer, Two coat of Epoxy Paint IS 631 Shade.
Name Plates and Labels: All internal component identification labeling is done using Permanent
screening/ marker
Input/ Output Terminals: Stainless steel stud with nut, spring and plain washer Insulation Level
in between terminals & body 2KV for 1 minute at 50Hz.

6. PL-CP MAINT - CONCRETE OF TLP (UOM – NO)


CONCRETE WORK OF TLP
Protecting TLP Box by providing concreting M-20 with Reinforcement cage 6 mm thick and proper
shuttering 250 mm x 250 mm and as per the length of TLP including curing as directed by Engineer In
charge. The material, manpower and mobilization and demobilisation charges required for the job shall
be considered in the quote to complete the job
7. PL-CP MAINT – MAINT OF TLP (UOM – NO)
TLP REPAIR & MAINTENANCE
The scope of work under this item is to maintain the existing installed TLP, the contractor shall repair &
maintain the TLP by installation of termination board (Bakelite plate), terminate all the cable with proper
lugs & feruling in the TLP, filling of putty either at the TLP bend or inside TLP, provide the links for

Page 33 of 41
AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF PIPELINES

connection between two cables & also provide the Allen screws of 6 mm size for closing of TLP Door.
Mobilization of tools, material, manpower to site is in contractor scope.
8. PL-CP MAINT – SHIFTING OF TLP (UOM – NO)
TLP BOX SHIFTING
The scope of work under this item is to shift the existing TLP box along with its foundation from existing
location to proposed new locations, the contractor shall remove the cables from existing TLP & Shift the
TLP at new locations, further cable jointing, cable laying & cable termination to TLP shall be done by
contractor.
Excavation & backfilling for cable trench, Supply & laying of cables, cable jointing shall be paid separately
under different items.

9. PL-CP MAINT – KIRK CELL MAINT (UOM – NO)


KIRK CELL MAINTENANCE
The scope of work under this item is to supply the level of KOH (Potassium hydroxide) & replacement in
the existing installed Kirk cells during every routine CP monitoring activity. Contractor shall quote for
supply of KOH for Kirk cells.

10. PL-CP MAINT – SUP N INSTALL POL COUPON (UOM – NO)


SUPPLY & INSTALLATION OF POLARIZATION COUPON
The contractor shall quote for Supply & installation of polarization coupon at each location in
consultation with BPCL EIC. Supply & installation of polarization coupon of adequate size at test station
as per NACE SP 0104‐2014, Magnetic Read Switch, Magnet and associated consumables etc. are in the
scope of contractor.

Installation shall include all associated electrical, civil (excavation) & mechanical works. Polarization
coupons with measurement cables shall be installed at identified susceptible locations in co-ordination
with BPCL EIC and shall be installed for verification of field data with calculated value. Polarization
coupons shall be used for establishing/ measurement of current densities at all susceptible locations
location as per NACE SP 0104‐2014 i.e. HT/EHT lines, AC traction, Foreign utility/structure, HVAC/HVDC
line etc. crossings / length of parallelism. AC/DC current density & AC, DC PSP shall be measured on a
representative holiday by installing of metallic polarization coupons of the same pipe material, with a
known coating holiday of size in the range of 1 Cm2. Coupons shall be installed for measuring AC Current
Densities, and finding ratio of AC/DC Current Densities etc. Coupon installed for measuring current
density must be supplied with connected to the pipeline through appropriate zero resistance ammeter
(having least count 0.001 Amps) in TLP. The methodology for coupon installation & commissioning shall
be as per ISO 18086:2015. Polarization coupon shall be positioned in ground near to pipeline at the same
depth (within 200 mm from Pipeline), a wire connected to the coupon, routed to the surface to Test
Station (TLP) and connected to the pipeline through appropriate shunt in TLP.
(Excavation & backfilling for coupon installation shall be paid separately under different item.)

11. PL-CP MAINT - SUPnLAY REF CELL (UOM – NO)


SUPPLY & INSTALLATION OF REFERENCE CELLS
The contractor shall arrange to supply and install permanent reference cells as per instruction of BPCL
Engineer In-Charge including excavation, laying of reference cell near to the pipeline within 200 mm from
the pipe and backfilling the entire trench and restore the site nearer to its original condition.
Contractor shall supply and install permanent Ref. Cells as per the following specification:

Page 34 of 41
AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF PIPELINES

Copper -Copper Sulphate (Cu-CuSO4) Permanent reference cells with 10 Mtr cable(XLPE ,4 sq. mm) pre-
packaged with backfill and of make Mc Miller/Tinker & razor or equivalent including excavation and
backfilling of trenches, reference cell cable laying up to test station as per procedure , termination of
lead cable in the test station, labour, tools-tackles, consumables like sand, bricks, lugs, MS/Brass nuts,
bolts, washers insulating tapes etc. complete in all respects as per specifications and the direction of EIC.
The permanent reference cell shall be installed close to the pipeline usually 200mm in horizontal position
and at the same depth as of the pipeline or 200mm above the pipeline. QC/Calibration certificates of the
Reference Cell shall be submitted by the contractor.
Features Required for the Reference Cell:
Permanent reference cell shall require following features,
(i) Rugged Ultraviolet and chemically resistant inert ceramic tubing.
(ii) Continuous moisture retaining capability with preheated uniform, controlled ceramic porosity.
(iii) The gel to be filled up to the standard level and no requirement of external moisturing.
(iv) Excellent shelf life
(vi) Stability +/- 5 mv
(vii) It shall withstand temperature from -15 C to 90 C
(viii) Each Cell shall be tested and provided with batch test certificate.
(ix) It shall be packed properly so that shall not get damaged during transportation.
Application:
Direct burial near the underground pipeline for permanent arrangement of pipe to soil potential
measurement at test station as well as to connect the cable tail of TRU/CPPSM/ ACDC Unit Reference
Cell point in reference cell junction box.
The contractor shall arrange to supply & install direct burial type permanent reference cells as per
instruction of BPCL Engineer In-Charge .Contractor shall supply permanent Ref. Cells as per the following
specification:
Copper -Copper Sulphate (Cu-CuSO4) Permanent reference cells with 10 Mtr cable (XLPE ,4 sq mm) pre-
packaged with backfill and of make Mc Miller/Tinker & razor or equivalent
The material, manpower and mobilization and demobilisation charges required for the job shall be
considered in the quote to complete the job

12. PL-CP MAINT - SUP INST SSPC(UOM – NO)


SUPPLY & INSTALLATION OF SOLID STATE POLARIZATION CELLS
The contractor shall quote for supply & installation of Solid State Polarization cell of Make Dairyland,
Dehn, Kristron or equivalent at TLP locations.
SPECIFICATIONS OF SOLID STATE POLARISATION CELL
The solid state polarization cell shall be capable of blocking stray DC Voltages & shall be used for DC
isolation & for AC Interference mitigation for cathodically protected pipelines.
Make Kristron Systems / Dairyland / Dehn or equivalent
Steady State AC Current rating 45 A Nominal
Max DC Blocking voltage ± 2 Volts
Short duration fault current 5 KA @ 30 Cycles
Lightening Surge current 100 KA crest for 4 x 10Üs waveform
Degree of Protection IP 65
Ambient temperature (◦C) -10 Deg C to +65 Deg C

Polarization cell shall be utilized for passage of AC induced voltage on the pipeline in the vicinity of AC
transmission lines to earth during normal as well as fault conditions. It shall maintain the isolation

Page 35 of 41
AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF PIPELINES

between grounding anode and pipeline so that CP current shall not be consumed by grounding anode.
Polarization cell shall be installed in vandal proof areas in an IP-65 enclosure. Contractor to supply Solid
state Polarization Cell with enclosure and necessary material required for making connection
arrangement between Polarization cell and grounding anode inside enclosure as per requirements of
polarization cell manufacturer.
The contractor shall arrange his teams for replacement of existing electrolytic Kirk cell (KOH Based) with
installation of SSPC at required locations & also at new TLP locations
Contractor shall also submit the Inspection & test plan for Solid state polarization cell & after approval
from BPCL & getting the clearance for dispatch, contractor shall deliver the material at locations. BPCL
reserve the right to inspect the material & may witness the final inspection before dispatch from vendor
workshop/site.
The contractor shall submit Test certificate, Inspection record & data sheet of material.
Please note, Installation of any TLP’s & Grounding cell, if required shall be separately paid under different
items.
13. PL-CP MAINT – ANODE BED MAINT (UOM – EA)
ANODE BED MAINTENANCE
The scope covers carrying out maintenance of Anode Ground Bed of Horizontal / shallow vertical Anode
Bed complete with providing earth activation compound, coke‐breeze, salt, Water as per requirement,
including excavation of trench for creating bund (approximately 2.5 m depth x 1.5 m width x 60 m Length)
& backfilling and restoration so as to reduce the Anode Bed‐to‐Earth resistance within acceptable limit
of 1 ohm or less. The Vendor/Contractor is required to measure/record the individual Anode to earth
resistance and total Anode bed to Earth resistance prior to and after carrying out the maintenance of the
Anode Ground Bed. The Vendor/Contractor is required to submit the detailed procedure based on the
data, input from site, before carrying out the work at site. Providing and making all requisite material of
best quality, consumables, manpower etc. available at site is in the scope of this item.
Supply of new TLP door as per direction of Engineer In Charge.

14. PL-CP MAINT – SUP & INSTALL SURGE DIVERTER (UOM – EA)
SUPPLY & INSTALLATION OF SURGE DIVERTER
Supply and installation of spark gap arrestor rated for Lightning impulse current 50kA, 10/350 micro‐sec,
(make ‐ OBO Betterman / DHEN GMBH/ Dairyland or any other standard make) across M IJ’s/FIJ’s,
complete in all respect including providing necessary hardware, consumable are covered in the scope.
Spark Gap Arrestor shall be re‐usable type within their rating/ capacity

15. PL-CP MAINT – TLP DOOR (UOM – EA)


TLP DOOR REPLACEMENT
Supply & replacement of Metallic Door for TLP (suitable for any type of existing TLP) shall be carried out
using 4 (four) Allen head screws (6mm) including drilling, tapping work in TLP body. The size of door shall
be suitable for the existing TLPs. Scope includes supply and fixing of rubber Gaskets, all requisite
hardware material.

16. PL-CP MAINT - JOINTING OF CABLE (UOM – NO)


JOINTING OF CABLE: (UOM – NO)
Jointing of any cable (1c x 4sq.mm/ 1c x 10Sq .mm/ 1CX 35 Sq.mm/4C x 10 Sq. mm) by supply of jointing
kit of proper size and sealing the kit with epoxy araldite compound.
The scope covers Supplying of complete cable jointing kit & making underground joint using supplied
jointing kit consisting of mould, epoxy /Resin/Hardener and ferrules, lugs, sleeves etc. Cable joint kit shall

Page 36 of 41
AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF PIPELINES

suit to and shall be as per the size and type of the cable. Reputed and proven make of Cable jointing kit
shall be used.

17. PL-CP PMT COATING SURVEY CIPL (UOM – KM)


CIPL COATING SURVEY
The scope covers carrying out CIPL Survey at every ONE Meter along pipelines having ICCP System using
GPS Synchronized current interrupters including supply of reliable and accurate equipment/data loggers,
consumables, trained/skilled manpower & transportation etc. (including Locating the exact position of
buried pipeline) Complete in all respect. The scope also covers synchronizing the GPS based current
interrupters and to ensure that these interrupters remain synchronized during the period of complete
survey. The interrupters shall be synchronized to the interruption cycle “4sec ON ‐ 1sec OFF” or “8 sec
ON–2 sec OFF”. The vendor/contractor shall have at least ONE spare interrupters of suitable rating, input
voltage, as a replacement unit during survey on PLs having ICCP system, however the vendor/Contractor
has to provide GPS synchronized Current Interrupters in sufficient quantities for carrying out CIPL survey.
Survey report shall be submitted in soft and hard copies for each surveyed pipeline.

18. PL-CP PMT COATING SURVEY CAT (UOM – KM)


CAT COATING SURVEY
This job shall include carrying out CAT survey with A Frame for locating or Pin pointing the coating defect
as per the standard Industrial practice with supply of CAT tools, A Frame instruments and manpower as
per the direction of Engineer In Charge and submission of the report.

19. PL-CP PMT COATING SURVEY DCVG (UOM – KM) [ITEM NO 60|430 & 70|410]
DCVG COATING SURVEY
The scope covers carrying out DCVG for pin pointing the exact Locations of the coating defects including
supply of equipment, consumables, trained/skilled manpower & transportation thereof etc. Defects shall
be categorized as SEVERE, MODERATE and MINOR based on the voltage‐drop value as per the standard
engineering practice and codes. Coating defects shall be marked with GPS coordinates of all defect
locations and report on each defect shall be submitted in Soft and Hard copies for each surveyed pipeline.

20. PL-CP MAINT - SUP-LAY-GRUND ANODE (UOM – NO)


SUPPLY & LAYING OF GROUNDING CELLS
The contractor shall quote for Supply & installation of Zinc anode/Magnesium grounding cell 11Kg with
minimum 10 meter length cable including all tools, tackles, consumables, labour ,chemical back fill,
backfilling, cable to insert joint , laying of tail cable, cable termination at Test station complete and in all
respect as per drawing, specification and as per direction of Engineer In charge,
Excavation, boring, backfilling etc for installation of grounding cells shall be paid separately under
different items.

21. PL-CP MAINT - SUP-LAY-MMO ANODE (UOM – NO)


SUPPLY & LAYING OF MMO ANODES
Supply and laying of MMO Anodes with canister and carboneous backfill. The anodes to be provided with
1c x 10 sq.mm anode cable with proper sealing of minimum length 10 meter.
Specifications of MMO Anode:
Type – MMO Coated tubular titanium anode
Length – 1 meter, Diameter – 16 mm
Current output per anode – 8 Amps

Page 37 of 41
AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF PIPELINES

Current density (max) – 100 Amp/m2


Design life at max output – 40 years
Anode cable – 1 core x 10 sq mm
Excavation & backfilling for installation of MMO Anode shall be paid separately under different items.

22. PL-CP MAINT - SUP-LAY ZN RIBBON ANODE (UOM – RM)


SUPPLY & LAYING OF MMO ANODES
The contractor shall supply Zinc ribbon anode as per ASTM B418 Type II of M/s Yuxi, China/Tlatine Bros,
USA or equivalent manufacturer.
Specification of Zinc ribbon anode are as follows,
Dimensions:
Cross section: 12.7 x 14.3 mm (Approx)
Diameter of wire core: 3 mm (Approx)
Weight: 0.893 Kg/m
Composition:
Fe 0.0014% Max.
Pb 0.003% Max.
Cu 0.002% Max.
Al 0.005% Max.
Cd 0.003% Max.
Zn Remainder
The contractor shall lay Zinc ribbon anode in pipeline ROU as per the requirements as directed by BPCL
site in charge and termination point on the top of the pipeline by pin brazing. The pin brazing, Excavation
& backfilling for laying shall be paid separately under different item.

23. CARP P/F SHEET POLYCARB 6mm (UOM – M2)


SUPPLY & LAYING OF HDPE SHEET 6 MM
The Contractor shall quote neoprene sheet of 6 mm thickness.
Sheet will be laid below the HT line for its effect mitigation in the pipeline as described in the scope of
work. Excavation shall be paid separately under different items.

24. DEPTH OF SOIL COVER (UOM – KM) [ITEM NO 60|460 & 70|440]
DEPTH OF SOIL COVER SURVEY
The Contractor shall quote to move along the pipeline for depth measurement using receiver and record.
The material, manpower and mobilization and demobilisation charges required for the job shall be
considered in the quote to complete the job in format. The depth measurement shall be carried out at a
regular interval of 5 mtr. Along the route of pipeline along with GPS Coordinates and record details like
river crossing, road crossing & all major landmarks. Any point with soil cover less than 1.2m to be
informed in the report with GPS coordinates. The quote shall include material, manpower and
mobilization and demobilisation charges required for the job.

25. PL-EXCAVATION-1.5M (UOM – M3)


EXC ORD SOIL UPTO 1.5 M
PIT DEPTH UPTO 1.5 M FROM AVERAGE NATURAL GROUND LEVEL
Cleaning the bushes, shrubs, etc./ Clearing encroachments, if any for clearing the site for excavation on
the proposed pit. Excavation of pits as per requirement in all types of soil incl. slushy, marine, filled up
soils, soft rock, murrum etc. excluding hard rock, for exposing the existing pipeline as directed inclusive
of both the sides of the pipeline at same level , providing gunny bags filled with soil for support beneath

Page 38 of 41
AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF PIPELINES

the pipeline for continuous exposure beyond 5 m or as directed by Engineer In Charge ,barricading the
excavated trench with wooden planks, providing arrangement for diversion for the traffic as directed by
Engineer -in-Charge. The excavated earth shall be stacked/ heaped properly in such a manner that the
trench shall not be collapsed. The contractor shall make the pit ready as directed for maintenance job
and maintain the pit in neat and clean condition. The contractor shall carry out the above mentioned
jobs under this item and quote lump-sum charges M3 basis.

26. PL-EXCAVATION 1.5- 3M (UOM – M3)


EXC ORD SOIL FROM 1.5 TO 3M
PIT DEPTH UPTO 1.5-3 M FROM AVERAGE NATURAL GROUND LEVEL
Cleaning the bushes, shrubs, etc./ Clearing encroachments, if any for clearing the site for excavation on
the proposed pit. Excavation of pits as per requirement in all types of soil incl. slushy, marine, filled up
soils, soft rock, murrum etc. excluding hard rock, for exposing the existing pipeline as directed inclusive
of both the sides of the pipeline at same level , providing gunny bags filled with soil for support beneath
the pipeline for continuous exposure beyond 5 m or as directed by Engineer In Charge ,barricading the
excavated trench with wooden planks, providing arrangement for diversion for the traffic as directed by
Engineer -in-Charge. The excavated earth shall be stacked/ heaped properly in such a manner that the
trench shall not be collapsed. The contractor shall make the pit ready as directed for maintenance job
and maintain the pit in neat and clean condition. The contractor shall carry out the above mentioned
jobs under this item and quote lump-sum charges on M3 basis.
For measurement:
Excavation up-to 1.5 meter: 11.25 – Cu. M shall be paid under Line item for excavation up-to 1.5 m depth
AND
Excavation 1.5 – 3 meter: 7.5 Cu. M shall be paid separately under Line item for exaction depth 1.5 – 3.5
meter)

27. PL-BORING UPTO DEPTH 3 M - (UOM – EA)


BORING UPTO 3 M DEPTH
The scope includes boring in all types of soil including hard rock with minimum diameter 150 mm bore
hole up to different depth for installation of grounding electrode for mitigation of interference.

28. PL-BORING UPTO DEPTH 6 M - (UOM – EA)


BORING UPTO 6 M DEPTH
The scope includes boring in all types of soil including hard rock with minimum diameter 150 mm bore
hole up to different depth for installation of grounding electrode for mitigation of interference.

29. PL-CP S/L CABLE - 1C X 6 SQ.MM (UOM – M)


SUPPLY & LAYING OF CABLE 1C X 6 SQ.MM
The contractor shall supply and lay cables of different sizes (1C X 10 Sq. mm, 1C X 6 Sq mm, 1C X 35 Sq
mm, 4C X 10 Sq mm). Cables shall be armoured, annealed high conductivity, tinned, stranded copper
conductor, 1100V grade, XLPE insulated, PVC sheathed make POLYCAB/NETCO or equivalent of
required length as required by BPCL, EIC.

Supply & Laying of cable of size 1C X 6 SQ.MM in the existing trench. Civil jobs involved shall be paid
separately.

30. PL-CP S/L CABLE - 1C X 10 SQ.MM (UOM – M)

Page 39 of 41
AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF PIPELINES

SUPPLY & LAYING OF CABLE 1C X 10 SQ.MM


Supply & laying of cable of size 1C X 10 SQ.MM in the existing trench. Civil jobs involved shall be paid
separately.

31. PL-CP S/L CABLE - 1C X 35 SQ.MM (UOM – M)


SUPPLY & LAYING OF CABLE 1C X 35 SQ.MM
Supply & laying of cable of size 1C X 35 SQ.MM in the existing trench. Civil jobs involved shall be paid
separately.

32. PL-CP S/L CABLE - 4C X 10SQ.MM (UOM – M)


SUPPLY & LAYING OF CABLE 4C X 10 SQ.MM
Supply & laying of cable of size 4C X 10 SQ.MM in the existing trench. Civil jobs involved shall be paid
separately under respective items.

33. PL-CP TLP PAINT (UOM – NO)


PAINTING OF TLP, CJB & AJB
SPECIFICATION FOR PAINTING OF TEST LEAD POST (TLP), CJB (CATHODE JUNCTION BOX), ANODE
JUNCTION BOX
Surface Preparation: Removal of dust, grease, dirt, loosely adhering paint with wire brush, emery paper
cleaning with lint free cloth and apply rust converter Primer: One coat of zinc phosphate primer Finish
Coat: Two coats of synthetic enamel Paint
Name of Pipeline and the TLP, CJB, AJB should be painted on the Junction box / test station .BPCL LOGO
stickers shall be pasted.
The contractor shall quote inclusive of supply of paint, metal brush, sand paper, all tools & tackles.

34. PL-CP HIRE COMRESSOR (UOM – S08)


HIRING OF COMPRESSOR FOR CARRIER-CASING ANNULUS CLEANING
The scope of work under this item is to hire the compressor of suitable capacity to clean the annulus
between carrier & casing pipe, the contractor is required to make the connection for compressor to vent
pipe for through hoses & exert the required air pressure by compressor in order to clean the passage
between carrier and casing pipe. All the consumables, manpower required for job shall be in scope of
contractor.

35. PL-CP SOIL RESISTIVITY SURVEY (UOM – EA)


SOIL RESISTIVITY SURVEY
The job includes,
 Measurements of the soil resistivity’s shall be taken at desired intervals and at sites where it is
estimated that changes in the physical layout of the corridor would produce significant amount
of induced voltages on the pipeline.
 The Wenner method employing four pins shall be used for measurements. The two outer
electrodes were used to inject current into the ground and the two inner electrodes were used
to measure earth potentials. By using this method, the soil resistivity approximately at a depth
of three quarters of the distance between two electrodes can be assessed.
 Soil measurements shall be made in ROU over the pipeline and at critical locations in the shared
corridor at the location instructed by BPCL Site in charge

Page 40 of 41
AMC FOR CATHODIC PROTECTION MONITORING &
MAINTENANCE OF PIPELINES

 The soil resistivity shall be measured by 4 pin‐Wenner method with pin spacing 0.5,1,2,3,5, 10,
15, 30 m.

36. PL-CP TLP CIRCUIT DIAMGRAM (UOM – EA)


SUPPLY OF METALLIC CIRCUIT DIAGRAM
The scope under this item is to Supply Printed Circuit diagram plate having thickness approximately 1.5
mm as per the connection scheme of the various type of TLP for CP system. The size of Anodized
aluminum plate shall be suitable for fixing inside the door of the TLP. The supplied plate shall be fixed to
the door inside the TLP with good quality adhesive. The quality of plate shall be such that the
written/printed matter should not fade away over a period of time. The diagram plate shall have the
details like – Name of PL, S No., type, chainage TLP, and diagram of complete connection scheme showing
PL, Ref Cell, Anode, and Coupon etc.

37. PL-CP SUP & INSTALL SHUNT (UOM – NO)


SUPPLY & INSTALLATION OF SHUNT
The scope covers supply and installation of Shunt 5 Amp 50 milivolt rating as specified by EIC for
measurement of DC or AC current .The Scope includes measurement of actual current across electrical
circuit through clamp meter or through precision shunt. Maximum range of current through circuit to be
ascertained & properly rated shunts to be installed or as specified by EIC. Shunt to be installed at AJB or
CJB or any TLP & termination with supply of all requisite hardware is also a part of the scope. Report on
Measurement of parameters with error at each installed location shall be submitted along with the
technical specification, data.
Specifications of Shunt: High precision shunt in high temperature variations. Current rating as per actual
current measured with clamp meter /portable precision shunt & with +/‐ 25% band range. The Shunt
found defective/non-functional during the period of AMC shall be replaced free of cost, without any cost
implication to BPCL.

38. PL-CP SUP & INSTALL VAR RESISTOR (UOM – NO)


SUPPLY & INSTALLATION OF VARIABLE RESISTOR
The scope covers supply and installation of Variable resistor of Resistance of rating 10 Ohm as specified
by EIC for voltage drop of potential .The Scope includes measurement of actual current across electrical
circuit through clamp meter or through precision shunt, calculation of value of resistance & wattage
required as per measurement. Maximum & minimum range of current & voltage drop through circuit to
be ascertained & properly rated resistance with variable setting either through pots or sliding contacts
to be installed or as specified by EIC. Calculation data /design is in the scope of contractor & must be
approved by EIC & Voltage drop required across circuit will be specified by EIC/ Site Engineer. Equalizing
resistance to be installed at AJB or CJB or any TLP (For Foreign P/L crossing Equalizing) & termination
with supply of all requisite hardware is also a part of the scope. Report on Measurement of parameters
with error at each installed location shall be submitted along with the technical specification, data. The
Equalizing resistance found defective/non-functional during the period of AMC shall be replaced free of
cost, without any cost implication to BPCL.

Page 41 of 41

You might also like