You are on page 1of 31

NEW 24” LEAN GAS PIPELINE

 
FROM BUHASA TO BAB & BAB
TO THAMMAMA C  

SCOPE OF WORK FOR                    
Rev. 0  Date: 21.04.2013 
  CATHODIC PROTECTION  
Agreement No.  TP.12.062 
Doc. No.: 0300526‐RT‐GEN‐16‐002  Doc. Class:  2  Page 1 of 30 
Project No:  0300526 
 

NEW 24” LEAN GAS PIPELINE FROM BUHASA TO


BAB & BAB TO THAMMAMA C

SCOPE OF WORK FOR CATHODIC PROTECTION

DOCUMENT NO: 0300526-RT-GEN-16-002

COMPANY : ABU DHABI GAS INDUSTRIES LTD. (GASCO)

EPC CONTRACTOR : AL ASAB GENERAL CONTRACTING


NEW 24” LEAN GAS PIPELINE
 
FROM BUHASA TO BAB & BAB
TO THAMMAMA C  

SCOPE OF WORK FOR                    
Rev. 0  Date: 21.04.2013 
  CATHODIC PROTECTION  
Agreement No.  TP.12.062 
Doc. No.: 0300526‐RT‐GEN‐16‐002  Doc. Class:  2  Page 2 of 30 
Project No:  0300526 
 
This page is a record of all revisions of this document. All previous issues are hereby superseded and are
to be destroyed.

Approved
Reason for
Rev Date Prep Chkd Apprd
Issue EM – PM –
Company
AL ASAB AL ASAB
Issued for
A 01.04.2013 RN IP NRR
Client Review
Issued for
0 21.04.2013 RN IP NRR
Construction

NOTES:
1. Revisions are denoted as follows:
a) By a vertical line in the right-hand margin against the revised text.
b) By a triangle symbol for graphics, the revision number being denoted within the symbol.
Revision symbols are positioned adjacent to revision.
2. Prep = ENGINEERING SUB-CONTRACTOR'S specialist
Chkd = Checked by ENGlNEERlNG SUB-CONTRACTOR'S specialist
Apprd = Approval by ENGINEERING SUB-CONTRACTOR'S Project Manager
NEW 24” LEAN GAS PIPELINE
 
FROM BUHASA TO BAB & BAB
TO THAMMAMA C  

SCOPE OF WORK FOR                    
Rev. 0  Date: 21.04.2013 
  CATHODIC PROTECTION  
Agreement No.  TP.12.062 
Doc. No.: 0300526‐RT‐GEN‐16‐002  Doc. Class:  2  Page 3 of 30 
Project No:  0300526 
 

PARAGRAPHS REVISED IN THIS ISSUE

Para No. Page No. Reasons for Change

Cl. 4.5 11 GASCO comments incorporated


Cl. 2.2 9 GASCO comments incorporated
Cl. 4.4 11 GASCO comments incorporated
Cl. 5.5 12 GASCO comments incorporated
Cl. 6 13,14 GASCO comments incorporated
Cl. 6.1.1 14 GASCO comments incorporated
Cl. 6.1.4 16 GASCO comments incorporated
Cl. 6.1.5 17 GASCO comments incorporated
Cl. 6.1.6 17 GASCO comments incorporated
Cl. 6.1.7 18,19 GASCO comments incorporated
Cl. 6.3 20 GASCO comments incorporated
Cl. 6.4 20 GASCO comments incorporated
Cl. 6.5 21 GASCO comments incorporated
Cl. 6.8 22 GASCO comments incorporated
Cl. 6.9 22 GASCO comments incorporated
Cl. 6.11 23 GASCO comments incorporated
Cl. 6.12 23 GASCO comments incorporated
Cl. 10 25 GASCO comments incorporated
Cl. 10.1 25,26 GASCO comments incorporated
Cl. 6.13 23 GASCO comments incorporated

PARAGRAPHS HOLD IN THIS ISSUE

Para
Page No. Holds List
No.
NEW 24” LEAN GAS PIPELINE
 
FROM BUHASA TO BAB & BAB
TO THAMMAMA C  

SCOPE OF WORK FOR                    
Rev. 0  Date: 21.04.2013 
  CATHODIC PROTECTION  
Agreement No.  TP.12.062 
Doc. No.: 0300526‐RT‐GEN‐16‐002  Doc. Class:  2  Page 4 of 30 
Project No:  0300526 
 

TABLE OF CONTENTS

1.  GENERAL ........................................................................................................................... 6 

1.1  Introduction ........................................................................................................................................ 6 


1.2  Purpose.............................................................................................................................................. 6 
1.3  Definitions .......................................................................................................................................... 7 
1.4  Acronyms and Abbreviations ............................................................................................................. 7 

2.  REFERENCE DOCUMENTS .............................................................................................. 8 

2.1  Order of Document Precedence ........................................................................................................ 8 


2.2  Industry Standards............................................................................................................................. 9 
2.3  Company Standards .......................................................................................................................... 9 
2.4  Guidelines for Standards ................................................................................................................... 9 

3.  REFERENCE DRAWINGS ................................................................................................. 9 

4.  GENERAL CONDITIONS ................................................................................................. 10 

4.1  Units of Measurement...................................................................................................................... 10 


4.2  Site Location .................................................................................................................................... 10 
4.3  Environmental Data ......................................................................................................................... 10 
4.4  Design Life ....................................................................................................................................... 11 

5.  SCOPE OF WORK ........................................................................................................... 12 

5.1  General ............................................................................................................................................ 12 

6.  WORK DESCRIPTION ..................................................................................................... 12 

6.1  CP Survey and Design Requirements ............................................................................................. 14 


6.1.1  Pre-design Site Survey .................................................................................................................... 14 
6.1.2  Site Survey and Data Collection Report .......................................................................................... 15 
6.1.3  Co-ordinate System ......................................................................................................................... 15 
6.1.4  CP System Design........................................................................................................................... 15 
6.1.5  Cathodic Protection Design Parameters ......................................................................................... 17 
6.1.6  AC Interference Study ..................................................................................................................... 17 
6.1.7  Cathodic Protection System Implementation Guidelines ................................................................ 18 
6.2  Project Management........................................................................................................................ 19 
6.3  Engineering Services ....................................................................................................................... 20 
6.4  Material Supply ................................................................................................................................ 20 
6.5  Interface with RTU System .............................................................................................................. 21 
6.6  Spare Parts and Special Tools ........................................................................................................ 21 
6.7  Operation and Maintenance Manual ............................................................................................... 22 
6.8  Personnel ......................................................................................................................................... 22 
NEW 24” LEAN GAS PIPELINE
 
FROM BUHASA TO BAB & BAB
TO THAMMAMA C  

SCOPE OF WORK FOR                    
Rev. 0  Date: 21.04.2013 
  CATHODIC PROTECTION  
Agreement No.  TP.12.062 
Doc. No.: 0300526‐RT‐GEN‐16‐002  Doc. Class:  2  Page 5 of 30 
Project No:  0300526 
 
6.9  Equipment ........................................................................................................................................ 22 
6.10  Supervision ...................................................................................................................................... 23 
6.11  Pre-commissioning .......................................................................................................................... 23 
6.12  Post Installation Surveys ................................................................................................................. 23 
6.13  Commissioning ................................................................................................................................ 23 
6.14  Decommissioning and Demolition ................................................................................................... 23 

7.  PERFORMANCE GUARANTEE ...................................................................................... 23 

7.1  Mechanical Guarantee..................................................................................................................... 23 


7.2  Warranty .......................................................................................................................................... 24 

8.  QUALITY ASSURANCE ................................................................................................... 24 

9.  HSEQ ................................................................................................................................ 24 

10.  SUBMITTALS ................................................................................................................... 25 

10.1  Deliverables ..................................................................................................................................... 25 


10.2  Draft Report ..................................................................................................................................... 26 
10.3  Final Report ..................................................................................................................................... 26 
10.4  Electronic Media .............................................................................................................................. 26 

APPENDIX-A .............................................................................................................................. 27 

APPENDIX-B .............................................................................................................................. 30 


NEW 24” LEAN GAS PIPELINE
 
FROM BUHASA TO BAB & BAB
TO THAMMAMA C  

SCOPE OF WORK FOR                    
Rev. 0  Date: 21.04.2013 
  CATHODIC PROTECTION  
Agreement No.  TP.12.062 
Doc. No.: 0300526‐RT‐GEN‐16‐002  Doc. Class:  2  Page 6 of 30 
Project No:  0300526 
 
1. GENERAL

1.1 Introduction

Abu Dhabi Gas Industries Ltd (GASCO) hereafter called as “COMPANY” has a two turbine
powered compressor station that compresses 100% of the residue gas produced in Bu Hasa NGL
trains. The residue gas contains high amount of H2S, therefore gas is not sent to the consumers,
but re-injected. Gas is sent to the ADCO re-injection compressor station at Bu Hasa and / or sent
to Bab manifold via the 20” Bu Hasa – Bab lean gas pipeline. From Bab manifold gas is further
sent to Habshan re-injection compressor system via the 20” Bab – Thammama C gas pipeline.

Due to external corrosion, the existing 20” Bu Hasa – Bab and the Bab – Thammama C lean gas
pipelines shall be replaced with a new 24” pipeline. The new 24” lean gas pipelines (Bu Hasa –
Bab and Bab – Thammama C) will be commissioned and put into service, whilst maintaining the
existing 20” gas pipeline in service. The existing 20” pipelines will remain operational until
changeover of all the new facilities is completed and stable operation established. Thereafter,
existing 20” pipelines will be decommissioned and demolished.

As a part of this project, both Bu Hasa – Bab pipeline and Bab – Thammama C pipeline shall be
equipped with new pig launching and receiving facilities. The total pipeline from Bu Hasa – Bab of
length 45.6 Km has been divided into three sections with Sectionalizing Valve (SV) stations
namely SV1 at 1.2 km, SV2 at 21.5 km and SV3 at 43.2 km.

The sectionalizing valve station SV1 is located at 1.2 KM, a branch connection is provided to
supply gas to ADCO Injection Compressors. In case of supply from Bu Hasa Compressor station
is disrupted, gas supply to ADCO system is guaranteed by back flowing the line packed gas from
Bab manifold to Bu Hasa Compressor station by the second branchline at SV-1. The back flown
gas is compressed in Bu Hasa Compressor and sent to ADCO through Bu Hasa to Bab pipeline.

In addition, the Bu Hasa compressed gas is also sent to Habshan via Bu Hasa – Bab pipeline,
Bab Manifold header II, Bab – Thammama C pipeline then for onward transmission to Habshan
Re-injection Compressor station. In case of emergency, the gas from Bu Hasa to Thammama C
shall be diverted to 42” Thammama C - Maqta pipeline instead of Habshan Re-injection
Compressor.

Al Asab General Contracting has been appointed by the “COMPANY” as an EPC CONTRACTOR
for New 24” Lean Gas Pipeline from Buhasa to Bab & Bab to Thammama C. JP Kenny Limited
(Abu Dhabi) is appointed as an Engineering SUBCONTRACTOR to carry out required Detailed
Engineering.

1.2 Purpose

This document describes the minimum requirements for the CP SUB-CONTRACTOR Scope of
Work for Cathodic Protection System for ‘New 24” Lean Gas Pipeline from Buhasa to Bab and
Bab to Thammama C’ related works and services.
NEW 24” LEAN GAS PIPELINE
 
FROM BUHASA TO BAB & BAB
TO THAMMAMA C  

SCOPE OF WORK FOR                    
Rev. 0  Date: 21.04.2013 
  CATHODIC PROTECTION  
Agreement No.  TP.12.062 
Doc. No.: 0300526‐RT‐GEN‐16‐002  Doc. Class:  2  Page 7 of 30 
Project No:  0300526 
 
1.3 Definitions

For the purpose of this document, the following definitions apply:

COMPANY : Abu Dhabi Gas Industries Ltd (GASCO)

PMTC : Project Management Team Company (assigned by


GASCO)

EPC CONTRACTOR : Al Asab General Contracting (herein called as


contractor)

ENGINEERING : J P Kenny Ltd. Abu Dhabi


SUB-CONTRACTOR

CP SUB-CONTRACTOR : The individual, partnership, firm or corporation qualified to


practice soil resistivity survey and specializes in the field
of corrosion control and qualified to perform accurate
Cathodic Protection design and work effectively in any
type of corrosion related projects.

PROJECT : New 24” Lean Gas Pipeline from Buhasa to Bab


& Bab to Thammama C

VENDOR/ MANUFACTURER : is the Party (Parties) which manufactures and/or


supplies materials, equipment, technical documents or
drawings and/or services to perform the duties specified
by the COMPANY/EPC CONTRACTOR.

Shall : is to be understood as mandatory in relation to the


requirements of this specification

Should : is to be understood as recommended in relation to the


requirements of this specification

1.4 Acronyms and Abbreviations

AC : Alternating Current

API : American Petroleum Institute

CIPS : Close Internal Potential Survey

CP : Cathodic Protection

CP TR : Cathodic Protection Transformer Rectifier

DC : Direct Current

DCVG : Direct Current Voltage Gradient


NEW 24” LEAN GAS PIPELINE
 
FROM BUHASA TO BAB & BAB
TO THAMMAMA C  

SCOPE OF WORK FOR                    
Rev. 0  Date: 21.04.2013 
  CATHODIC PROTECTION  
Agreement No.  TP.12.062 
Doc. No.: 0300526‐RT‐GEN‐16‐002  Doc. Class:  2  Page 8 of 30 
Project No:  0300526 
 
DWGB : Deep Well Ground Bed

EPC ; Engineering, Procurement, Construction

ETP : Equipotential Test Post

HSEQ : Health Safety and Environmental Quality

ICCP : Impressed Current Cathodic Protection

ITP : Inspection and Test Plan

3LPE : Three Layer Poly Ethylene

MMO : Mixed Metal Oxide

MTO : Material Take-off

PCP : Permanent Cathodic Protection

QA/QC : Quality Assurance / Quality Control

RTU : Remote Terminal Unit

SMC : Supervisory, Monitoring and Control

SOW : Scope of Work

SV : Sectionalizing Valve

TCP : Temporary Cathodic Protection

UTM : Universal Transverse Mercator

VDRL : Vendor Data Requirements List

2. REFERENCE DOCUMENTS

The latest edition of the following codes and standards shall establish the minimum standards for
the execution of the work. CONTRACTOR / VENDOR may use alternate standards that meet or
exceed those listed upon COMPANY’s approval.

2.1 Order of Document Precedence

In case of any conflict between the requirements of the referenced codes, standards and
specifications, the following order of precedence shall be applied:

 National and/or Local Regulations

 Electrical Design Basis


NEW 24” LEAN GAS PIPELINE
 
FROM BUHASA TO BAB & BAB
TO THAMMAMA C  

SCOPE OF WORK FOR                    
Rev. 0  Date: 21.04.2013 
  CATHODIC PROTECTION  
Agreement No.  TP.12.062 
Doc. No.: 0300526‐RT‐GEN‐16‐002  Doc. Class:  2  Page 9 of 30 
Project No:  0300526 
 
 Equipment Data Sheets

 Project Specifications

 COMPANY Standards / Specifications

 Other International Codes and Standards

In all cases where more than one code and/or standard and/or specification applies to the same
conditions, the more stringent shall apply.

2.2 Industry Standards

National Association of Corrosion Engineers Standards (NACE)

NACE SP0169-2007 - Control of External Corrosion on Underground or


Submerged Metallic Piping Systems.

NACE SP0177-2007 - Mitigation of Alternating Current and Lightning Effects


on Metallic Structures and Corrosion Control Systems

NACE SP0286-2007 - The Electrical Isolation of Cathodically Protected


Pipelines.

NACE SP0572-2007 - Design, Installation, Operation, and Maintenance of


Impressed Current Deep Ground Beds.

2.3 Company Standards

DGS 1630 003 - Electrical Engineering Guidelines

DGS 1674 002 - Design, Installation, Commissioning and Monitoring of


Cathodic Protection for Pipelines

DGS 1482 004 - Geotechnical Investigation

2.4 Guidelines for Standards

ADNOC/GASCO Engineering Specifications, Procedures and Standards as listed in GASCO


Procedure no. E201 “Engineering Codes & Standards” shall be used and have preference to the
international standards mentioned.

3. REFERENCE DRAWINGS

0300526-GEN-A1-0-002 - Process Flow Diagram – Buhasa to Thamama C

0300526-RT-GEN-16-001 - Electrical Design Basis

0300526-584-A1-5-032 - Overall Pipeline Route Map


NEW 24” LEAN GAS PIPELINE
 
FROM BUHASA TO BAB & BAB
TO THAMMAMA C  

SCOPE OF WORK FOR                    
Rev. 0  Date: 21.04.2013 
  CATHODIC PROTECTION  
Agreement No.  TP.12.062 
Doc. No.: 0300526‐RT‐GEN‐16‐002  Doc. Class:  2  Page 10 of 30 
Project No:  0300526 
 
0300526-000-A1-5-001 - Pipeline Alignment Sheets (FEED documents)

4. GENERAL CONDITIONS

4.1 Units of Measurement

The metric system of units shall basically be used on documents. Following table gives the units
that shall preferably be used:

Measurements Units Symbols


Length Meter/ Kilometres/ Millimetres m/ km/ mm
Cross Sectional Area Square Millimetres mm2
Power Watt/ Kilowatt or Mega watt/ Kilovolt Ampere W/ kW or MW/ kVA
Current Ampere A
Voltage Volts V
o
Temperature Degree Celsius C

4.2 Site Location

The project area is located in Buhasa, Bab and Habshan areas.

4.3 Environmental Data

SL. NO. DESCRIPTION DATA


1 Wind
Maximum / Design Speed (m/s) 48.6
Prevailing direction From NW
Category (as per ANSI / ASCE 7.93) 1
Exposure (as per ANSI / ASCE 7.93) C
Importance factor (as per ANSI / ASCE 7.93) I
2 Temperature (ºC)
Maximum Summer (Dry Bulb) 60
Minimum Winter (Dry Bulb) 5
Summer Mean 25
Winter Mean 22
Max. at 1 m depth of soil 38
Min at 1m depth of soil 13
Average annual temperature 26
Max. solar temperature 85
NEW 24” LEAN GAS PIPELINE
 
FROM BUHASA TO BAB & BAB
TO THAMMAMA C  

SCOPE OF WORK FOR                    
Rev. 0  Date: 21.04.2013 
  CATHODIC PROTECTION  
Agreement No.  TP.12.062 
Doc. No.: 0300526‐RT‐GEN‐16‐002  Doc. Class:  2  Page 11 of 30 
Project No:  0300526 
 
SL. NO. DESCRIPTION DATA
Instrument solar max. 87
Instrument shade min. 54
Instrument (indoor with HVAC) 30
3 Humidity (%)
Annual average relative humidity 70
Max. relative humidity at 54 oC 60
Max. relative humidity at 43 oC 95
Min. relative humidity 20
4 Solar Radiation (W/m2) 946
5 Rainfall (mm/year)
Frequency Infrequent
Maximum 51
Minimum Trace
January – April, 25 mm in
Highest rate
24th
5 Dew Heavy dew daily
Early morning mists
6 Mists causing evaporate cooling
loss
As per IBC Chapter 16 /
7 Seismic Consideration
ASCE 7

4.4 Design Life

Design life of Permanent CP system shall be 30 years and that for Temporary CP system shall be
2 years.

4.5 Pipeline Details

SL.NO Pipeline Line Service Length Operating External


. Description Size (km) Temperature Coating
1 Bu Hasa – Bab 24” Sour Gas 45.6 52 Deg C 3LPE
2 Bab – Thammama C 24” Sour Gas 4.66 52 Deg C 3LPE
NEW 24” LEAN GAS PIPELINE
 
FROM BUHASA TO BAB & BAB
TO THAMMAMA C  

SCOPE OF WORK FOR                    
Rev. 0  Date: 21.04.2013 
  CATHODIC PROTECTION  
Agreement No.  TP.12.062 
Doc. No.: 0300526‐RT‐GEN‐16‐002  Doc. Class:  2  Page 12 of 30 
Project No:  0300526 
 
5. SCOPE OF WORK

5.1 General

CP SUB-CONTRACTOR shall:

a. Perform the work in accordance with this scope of work.

b. Provide all personnel, supervision, professional and technical services, materials, equipment
and support services to perform the work in accordance with this scope of work.

c. Follow work procedures that ensure no damage is caused to existing pipelines, facilities,
utilities, structures, environment etc. or the land owner’s property during site survey.

d. Mobilize an experienced engineering and procurement team for engineering, design of the
temporary and permanent Cathodic Protection system for the gas pipeline as per DGS 1674-
002 Rev 1.

e. Include CP materials procurement and supply to jobsite.

f. Provide installation, construction, pre-commissioning and commissioning of CP system.

g. Provide sufficient information and documentation for a Cathodic Protection system design
package to permit a successful installation during the construction stage.

h. Decommissioning and demolition of existing CP system associated with the 20” Lean Gas
Pipeline.

The CP SUB-CONTRACTOR’s scope of work includes the Temporary Cathodic Protection by


sacrificial anodes and Permanent Cathodic Protection by ICCP system. Temporary CP system
shall be made for the pipelines during construction until commissioning of the permanent CP
system is done. CP system shall be designed in accordance with project specification and other
international standards.

CP SUB-CONTRACTOR shall note that civil works such as trench excavation and backfilling,
pedestal for junction boxes and test post, foundation for CP T/R (if required), drilling of DWGB are
excluded from CP SUB-CONTRACTOR scope of work. CONTRACTOR shall carry out these
works as part of their scope.

6. WORK DESCRIPTION

The pipeline route map for the gas pipeline is attached in Appendix-B of this document. The
pipeline total length is approximately 45.6 km from Buhasa to Bab and Bab to Thammama C.
There are three (3) Sectionalising Valve Stations namely SV1 at 1.2 km, SV2 at 21.5 km and SV3
at 43.2 km along the pipeline route.

The general description of the work to be performed by the CP SUB-CONTRACTOR consists of


the following:

a. All work consisting of site survey, stray current analysis, system selection, system design,
installation and commissioning shall be carried out by a reputed CP Consultants / Contractors
NEW 24” LEAN GAS PIPELINE
 
FROM BUHASA TO BAB & BAB
TO THAMMAMA C  

SCOPE OF WORK FOR                    
Rev. 0  Date: 21.04.2013 
  CATHODIC PROTECTION  
Agreement No.  TP.12.062 
Doc. No.: 0300526‐RT‐GEN‐16‐002  Doc. Class:  2  Page 13 of 30 
Project No:  0300526 
 
Professional Corrosion Engineer of a NACE certified Cathodic Protection / Corrosion
Specialist / CP technologist

b. Education and experience data (CV or resume) of CP SUB-CONTRACTOR’S Corrosion


Engineer / Specialist shall be forwarded to COMPANY for approval before work commences
and he shall be available full time on site till commissioning of the project

c. Data collection of the existing CP system for the 20” Lean Gas Pipeline from Buhasa-Bab &
Bab-Thammama C. Locate the existing CP T/R and verify the spare capacity if adequate for
the new 24” Lean Gas Pipeline.

d. A detailed site visit report shall be submitted including identification of sites for new
installations

e. Site visit, conduct soil resistivity survey for the CP (Temporary and Permanent) system for
the selected pipeline route.

f. Provide engineering, design services for Temporary & Permanent Cathodic Protection
system for gas pipeline.

g. Design calculation shall be based on CP SUB-CONTRACTOR’s conducted soil resistivity


survey report.

h. Identification and recommendations for the location of CP transformer / rectifier, Anode bed,
test stations, bonding and other details as required.

i. Carry out AC interference study and computer modelling.

j. Provide design package, installation drawings, calculations, installation methods, procedures,


specifications and parameters required for complete CP system of the entire pipeline and
sectionalizing valve stations.

k. Written procedure for installation of AC Interference Mitigation systems if applicable

l. Carry out AC mitigation study where pipeline shares the same ROW as power lines.

m. Test for, locate and mitigate any shorts in the CP system.

n. Test for, evaluate and mitigate possible interference caused by CP system on communication
and low energy control system.

o. Test for, evaluate and mitigate stray currents generated by newly installed CP system

p. Submit full construction details for CP system for CONTRACTOR/ COMPANY approval.
These shall include all relevant construction drawings including but not limited to plot plans,
locations of Cathodic Protection stations and test facilities, cable routing, single line
schematics, wiring diagram, ground bed construction and civil works.

q. Provide all equipment and materials from a reputed manufacturer with proven quality /
performance track record as per DGS 1674-002 Rev.1 from COMPANY approved vendor list.
NEW 24” LEAN GAS PIPELINE
 
FROM BUHASA TO BAB & BAB
TO THAMMAMA C  

SCOPE OF WORK FOR                    
Rev. 0  Date: 21.04.2013 
  CATHODIC PROTECTION  
Agreement No.  TP.12.062 
Doc. No.: 0300526‐RT‐GEN‐16‐002  Doc. Class:  2  Page 14 of 30 
Project No:  0300526 
 
r. Shall carry out a survey for stray currents generated by existing CP systems to the new
pipelines, other man-made current sources and telluric currents, etc.

s. Shall test and implement any required remedial action to mitigate stray DC interference from
existing CP systems for the new CP system or circuitry, or by other sources. The criteria for
interference requiring mitigation shall be determined during detailed design after discussion
with COMPANY.

t. Shall notify the COMPANY of any interference situation, and submit commissioning,
interference testing and mitigation reports to the COMPANY for review and approval.

u. The stray currents generated by the newly installed Cathodic Protection systems shall be
eliminated at the source by suitable insulation or other measures such as installation of a
current drainage system shall be designed and installed.

v. All original documents, drawings and materials test certificates of Transformer Rectifiers,
chemical composition, current rating of anodes (all types), cables, coke breeze and other
materials shall be submitted to COMPANY.

6.1 CP Survey and Design Requirements

6.1.1 Pre-design Site Survey

CP SUB-CONTRACTOR shall conduct a pre-design Soil Electrical Resistivity Survey to ensure


an accurate Cathodic Protection design. The Electrical Resistivity Survey shall be conducted in
accordance with Design General Specification for Geotechnical Investigation (DGS-1482-004).

Soil Resistivity shall be carried out at every 2 km interval along the pipeline route. At each test
location, soil resistivity shall be measured for pin spacing of 1m, 2m and 3m.

In addition, Soil resistivity measurements shall be carried out at the following locations,

a. 20m from the beginning and end of the pipeline route

b. 20m from the major road crossing of the proposed ROW

c. Within 20 m of foreign pipeline crossing

d. At High voltage power line crossing and parallel locations.

e. At sectionalizing valve stations.

f. Where the area major changes in soil/rock type or major transitions in geology. The
measurements shall at least be carried out for each type of soil

At permanent anode ground bed location, the soil resistivity shall be recorded at 7.5m, 15m, 30m,
40 m and 60m using the EM34 (Geonics) instruments.

Wenner four pin method is not acceptable for permanent anode ground bed location.
NEW 24” LEAN GAS PIPELINE
 
FROM BUHASA TO BAB & BAB
TO THAMMAMA C  

SCOPE OF WORK FOR                    
Rev. 0  Date: 21.04.2013 
  CATHODIC PROTECTION  
Agreement No.  TP.12.062 
Doc. No.: 0300526‐RT‐GEN‐16‐002  Doc. Class:  2  Page 15 of 30 
Project No:  0300526 
 
The results of the site survey work should be used to identify possible sites for ground beds.
These locations should then be investigated in greater details to confirm their suitability.

During the site survey, information such as existing CP systems, road crossings, existing foreign
structures/pipelines, possible sources of detrimental D.C. and A.C. interference currents shall be
investigated.

Description of Cathodic Protection D.C sources and monitoring facilities, including readings of
D.C sources operating data and protection level on existing buried pipelines in the pipeline
corridors shall be evaluated.

Pipe to soil potentials shall be recorded at a representative selection of test posts wherever
existing pipelines either cross and/or are parallel to the proposed route of the new pipeline. The
results shall be recorded using a standard digital multimeter and a Cu/CuSO4 (copper sulphate)
reference electrode.

6.1.2 Site Survey and Data Collection Report

CP SUB-CONTRACTOR shall review and evaluate all soil resistivity data and soil pH and
recommendations shall be made for CP design and appropriate location for anode bed stations. A
detailed site survey report shall be produced that would present and discuss the results in detail.
Appropriate soil resistivity’s should be analyzed and presented graphically. The implications of
the soil resistivities recorded at the possible ground bed locations with respect to the actual
design of the ground bed shall be discussed.

All other results should be presented as appropriate and discussed in detail according to their
potential impact upon the design of the Cathodic protection system for the proposed gas pipeline.

6.1.3 Co-ordinate System

CP SUB-CONTRACTOR shall perform the surveys using UTM Clarke 1880 Nahrwan Zone 39N.

6.1.4 CP System Design

CP SUB-CONTRACTOR shall prepare a comprehensive CP Detailed Design Package, based on


the data collected during the pre-design investigation and as per instruction given in section 6.1.1.
The gas pipelines shall be protected by a Permanent Cathodic Protection (PCP) System
(Impressed Current) and electrically isolated from adjacent facilities by the use of electrical
isolation joints.

All design, installation, equipment and materials shall be suitable for continuous operation under
U.A.E environmental conditions during the stated design life of the Cathodic Protection System.

Equipment, materials, design, installation, testing and commissioning practices shall conform to
the codes and standards listed in this document, other requirements stated in this document and
all relevant project drawings.

The design shall take into account all pipeline features including the proximity, and CP system
operating details for the parallel pipelines, electrical isolation, proximity and crossings of overhead
high voltage power lines, sectionalising valves and road crossings, and CP remote monitoring via
Remote Terminal Unit (RTU).
NEW 24” LEAN GAS PIPELINE
 
FROM BUHASA TO BAB & BAB
TO THAMMAMA C  

SCOPE OF WORK FOR                    
Rev. 0  Date: 21.04.2013 
  CATHODIC PROTECTION  
Agreement No.  TP.12.062 
Doc. No.: 0300526‐RT‐GEN‐16‐002  Doc. Class:  2  Page 16 of 30 
Project No:  0300526 
 
CP design shall propose deep well or shallow impressed current ground-bed(s) at one or both
ends of the pipeline and at Sectionalising Valve Stations (SV) as determined by the CP design
study. The ground-bed(s) and rectifier station(s) shall be powered by solar or AC transformer
rectifiers(s) available.

The Detailed Design documentation should include, but not limited to the following:

a. Design calculations of current requirements, potential attenuation, electrical resistance,anode


design life, electrical remoteness calculation and current output of ground beds with summary
of the used Formula and standard

b. CP system description and a schematic diagram

c. Design and Mitigation measures for AC interference and stray currents

d. List of the estimated number and types of CP monitoring facilities

e. CP equipment and materials specification (including any addendums to COMPANY


specifications)

f. CP rectifier / panel capacity requirement and locations

g. Anode Bed location drawings

h. Equipment and materials data sheets

i. Design drawings

j. Construction drawings and layouts indicating location of CP stations, ground bed, junction
box, cable routing etc

k. Electrical Schematic & Detailed Wiring Diagram

l. Temporary CP System details

m. Bill of Materials

n. Cable Sizing Calculation

o. Voltage Drop Calculation

p. Summary of the used Formula and standard

q. Installation and Construction Procedure

r. Quality Control Documents

s. Commissioning Procedure

t. Operation and Maintenance Instruction


NEW 24” LEAN GAS PIPELINE
 
FROM BUHASA TO BAB & BAB
TO THAMMAMA C  

SCOPE OF WORK FOR                    
Rev. 0  Date: 21.04.2013 
  CATHODIC PROTECTION  
Agreement No.  TP.12.062 
Doc. No.: 0300526‐RT‐GEN‐16‐002  Doc. Class:  2  Page 17 of 30 
Project No:  0300526 
 
6.1.5 Cathodic Protection Design Parameters

The CP system design shall be strictly as per GASCO DGS-1674-002 Rev 1.

Equipment, materials, design, installation, testing and commissioning practices shall conform to
the codes and standards listed in Section 2.

An impressed current Cathodic protection system shall be provided to protect the external
surfaces of the complete pipe line installation as specified.

Design Current Density as per DGS-1674-002 Rev 1 for Pipeline having 3 layer polyethylene
coating shall be 0.40 mA/m2. :

The above current density is for estimation purpose only. The CP SUB-CONTRACTOR may have
to increase current densities if he finds that they are required for the design life. Other parameters
for CP design are;

 Anode Material for permanent CP : Mixed Metal Oxide (MMO)

 Anode Material for temporary CP : Zinc or Magnesium anodes

 Design life of Permanent CP system : 30 years

 Design life of Temporary CP system : 2 years or until the commissioning of


the permanent impressed current
system

6.1.6 AC Interference Study

In cases where the pipeline runs parallel or crossing to an overhead high-voltage power line with
an inadmissible interference, CP SUB-CONTRACTOR shall provide the following for AC
interference study.

a. Site survey and data collection report

b. Overhead power lines data collection and their owners

c. AC interference design basis report

d. AC interference computer modelling

e. AC interference study report and mitigation system

f. Touch potential calculation on pipelines and above ground equipment associated with this
project

g. Written procedure for installation of mitigation system of AC interference

h. Design drawings for mitigation of AC interference


NEW 24” LEAN GAS PIPELINE
 
FROM BUHASA TO BAB & BAB
TO THAMMAMA C  

SCOPE OF WORK FOR                    
Rev. 0  Date: 21.04.2013 
  CATHODIC PROTECTION  
Agreement No.  TP.12.062 
Doc. No.: 0300526‐RT‐GEN‐16‐002  Doc. Class:  2  Page 18 of 30 
Project No:  0300526 
 
CP SUB-CONTRACTOR shall furnish track record of past experience for detection and mitigation
for possible interference sources such as high voltage transmission lines, manmade stray
currents or adjacent buried metallic structures or piping, etc. In case CP SUB-CONTRACTOR on
his own does not possess the adequate experience in DC interference detection/ mitigation and
AC high induced voltage detection/ mitigation work as stipulated above, CP SUB-CONTRACTOR
shall include the services of specialist agencies for doing interference survey and implementing
the mitigation measures.

6.1.7 Cathodic Protection System Implementation Guidelines

 Temporary cathodic protection may be achieved by sacrificial anodes that have to ensure
protection until the commissioning of the permanent system.

 CP systems shall be designed to provide sufficient current to the pipeline over its design life
to meet the criterion for protection which is an Instantaneous Off/polarized potential -0.950V
(min) and -1.200V (max) measured with respect to a standard copper-copper/sulphate
reference electrode.

 A deep well or horizontal groundbed utilizing Mixed Metal Oxide (MMO) shall be installed as
a part of the cathodic protection system. The type of groundbed shall be determined on the
basis of soil resistivity readings and CP T/R current output. The groundbed shall be installed
at approximately 100 to 150m away from pipeline.

 Cable connections for all facilities like test posts, drain cables, isolating spark gaps,
equipotential test post (ETP), existing pipeline crossing (EPC) etc, shall be installed during
the construction phase.

 Test stations shall provide sufficient room for the termination of test cables and for the
installation of bonding cables and/or resistors. Test posts head shall be orange color. Big
Fink type test station with upright post shall be used in all areas except directly in the traffic
path. Test stations shall be provided at approximately 1 Km intervals along the pipeline
routes.

 In case of cased road crossings, supplementary sacrificial anodes shall be protecting the
external surface of the casings and zinc ribbon shall be installed to cater for the protection of
carrier pipeline inside the casing. Casing and carrier shall be separated with non-metallic
runners and end-seals shall be installed to stop the ingression of water in the annular space
between carrier and casing.

 The pipeline shall be isolated from other structures by installation of isolating joints. Two sets
of cable connection lugs externally welded on doubler plates. One set (for electrical
measurement) to be located equidistant from the end of pipe section and the joint. One set
(for surge diverter mounting) to be welded asymmetrically over the joint with one lug being
welded onto the body of the joint, in close proximity to the other mounted on the pipe section
directly adjacent to the joint sufficiently close so as to satisfy mounting distance requirements
for diverter installation (300 mm max).

 The design, materials, dimensions and construction of the isolating joints shall meet the
design requirements of the pipeline. The isolating joints shall withstand a voltage of 1500 volt
AC, 50 Hz, across the joint for 5 minutes without bridging or reduction in electrical resistance.
NEW 24” LEAN GAS PIPELINE
 
FROM BUHASA TO BAB & BAB
TO THAMMAMA C  

SCOPE OF WORK FOR                    
Rev. 0  Date: 21.04.2013 
  CATHODIC PROTECTION  
Agreement No.  TP.12.062 
Doc. No.: 0300526‐RT‐GEN‐16‐002  Doc. Class:  2  Page 19 of 30 
Project No:  0300526 
 
The electrical resistance across the joint shall be more than 1 mega ohm (106 Ohm)
measured at 1000 V DC in dry air.

 The pipeline may be bonded to the foreign pipelines (only if required to mitigate interference
and only if that does not affect the overall efficiency of the pipeline cathodic protection
system) during the commissioning of the cathodic protection system. Bonding shall be done
after permission from the owner of the foreign pipeline.

 The pipe-to-cable connections shall be made by Pin Brazing. Where the connection is made,
epoxy compound shall be used for sealing the connection and coating repairs shall be made
to the coating followed by the coating inspection.

 Permanent reference cell shall be installed at the drain point along the pipeline and coupon
location. The CP design shall ensure a minimum of 100 mV of cathodic polarization between
the structure surface and a reference electrode.

 Junction/NDBB (Negative Distribution Box)/Terminal boxes of suitable sizes with stainless


steel 316 L degree of protection IP54 in accordance with IEC 529 for stand alone outdoor
purpose shall be provided for the following:

- Anode (Positive) Junction / Terminal Box

- Cathode Junction (Negative drain)/ Terminal

- Equipotential Bond Box / Test Station

- Road crossing Test Station

- Foreign line crossing Bond Box /Test Station

- HT power line crossing Bond Box / Test Station

 Bond box, coupons and permanent reference cell shall be installed as per DGS-1674-002
Rev 1

 New CP test facilities shall be provided for monitoring. Where it is possible, the new CP test
facilities shall be installed adjacent or at the same locations where the existing CP facilities
are installed.

 The pipeline shall be isolated from the concrete foundations at Tap-Off/Tie-Off, valves, vents,
chambers, stacks, scraper traps, casings, earthing and all other locations.

 CP remote monitoring through RTU system apart from being controlled and monitored locally
by the system itself. This shall be as per the COMPANY requirements.

6.2 Project Management

CP SUB-CONTRACTOR shall provide, maintain and be responsible for management and control
of all resources and personnel. CP SUB-CONTRACTOR shall co-ordinate and interfaces daily
with CONTRACTOR on site work and design activities. CP SUB-CONTRACTOR shall submit
NEW 24” LEAN GAS PIPELINE
 
FROM BUHASA TO BAB & BAB
TO THAMMAMA C  

SCOPE OF WORK FOR                    
Rev. 0  Date: 21.04.2013 
  CATHODIC PROTECTION  
Agreement No.  TP.12.062 
Doc. No.: 0300526‐RT‐GEN‐16‐002  Doc. Class:  2  Page 20 of 30 
Project No:  0300526 
 
progress report (weekly & monthly) listing the activities performed, progress report and activities
delayed.

Prior to commencement of the work, CP SUB-CONTRACTOR shall conduct a readiness review


meeting with CONTRACTOR and demonstrate that the personnel are knowledgeable of and
prepared for the work. The documentation relevant to this work scope will be reviewed during this
meeting.

6.3 Engineering Services

CP SUB-CONTRACTOR shall provide the following engineering services but not limited to the
following:

a. Perform engineering calculation and produce documents as indicated in this scope of work.

b. Provide detailed design for Temporary and Permanent Cathodic Protection System in
compliance with this scope of work, COMPANY specification, and reference standard
suitable for the project environment condition.

c. Ensuring that all equipment supplied and the system installed meets the requirements of the
specifications reference herein.

d. Resolving engineering queries related to engineering, procurement, installation, testing and


commissioning.

e. Providing and coordinating detailed design of all equipment and components within the scope
of supply.

f. Provide AC interference detection and mitigation study.

g. Carry out DC interference study and provide remote monitoring

h. Attend kick-off and coordination meetings, design review meetings and technical sessions
with the COMPANY as necessary.

i. Updating / preparing of specifications for all CP related Materials, Construction, Testing, Pre-
commissioning and Commissioning.

6.4 Material Supply

All equipments and materials for TCP and PCP shall be supplied in accordance with COMPANY
DGS-1674-002, Rev. 1. CP SUB-CONTRACTOR scope of supply shall include but not limited to
the following:

1. MMO Anode system for buried piping

2. Zinc ribbon

3. Magnesium anode

4. Cables
NEW 24” LEAN GAS PIPELINE
 
FROM BUHASA TO BAB & BAB
TO THAMMAMA C  

SCOPE OF WORK FOR                    
Rev. 0  Date: 21.04.2013 
  CATHODIC PROTECTION  
Agreement No.  TP.12.062 
Doc. No.: 0300526‐RT‐GEN‐16‐002  Doc. Class:  2  Page 21 of 30 
Project No:  0300526 
 
5. Test stations as required

6. Transformer / Rectifier

7. Bond Box

8. Surge Diverter for isolating joints

9. All materials required as per AC Mitigation Study

CP SUB-CONTRACTOR shall provide material schedule or bill of materials with description and
quantities of all materials to install the CP system along with the technical bid document. CP
SUB-CONTRACTOR shall provide vendor list for supply of all CP system equipment and
materials. Vendor list shall be from GASCO approved vendors.

6.5 Interface with RTU System

CP SUB-CONTRACTOR / VENDOR shall provide potential free and analog for the following
signals to RTU;

 Rectifier output voltage

 Rectifier output current

 Pipe to soil reference potential

 AC power indication before main circuit breaker

 AC power indication after main circuit breaker

 Rectifier remote On/Off switch

 Rectifier low/high temperature

 Drain point potential

 Common alarm indication

 Low voltage/high current alarms

6.6 Spare Parts and Special Tools

CP SUB-CONTRACTOR shall provide in his quotation, the price with a list for the following spare/
tools together with the relevant drawings.

 Commissioning Spares - parts needed to adequately cover the requirements of


day to day maintenance and any premature failures for
the period of start-up and trial run operation.
NEW 24” LEAN GAS PIPELINE
 
FROM BUHASA TO BAB & BAB
TO THAMMAMA C  

SCOPE OF WORK FOR                    
Rev. 0  Date: 21.04.2013 
  CATHODIC PROTECTION  
Agreement No.  TP.12.062 
Doc. No.: 0300526‐RT‐GEN‐16‐002  Doc. Class:  2  Page 22 of 30 
Project No:  0300526 
 
 Insurance Spares - parts of equipment, equipment assemblies, or complete
items of equipment having long delivery time that are
required for replacement of items not subject to
deterioration by normal use but failure of which is critical
for continuous safe operation of the plant.

 Special Tools - Any specific / custom tools, items, jigs, etc required for
installation, commissioning, repair, or maintenance of
the equipment, that are unique or unusual and not
commercially available in Abu Dhabi.

 2 years Operation Spares - parts or assemblies normally used or consumed on the


basis of scheduled maintenance, overhauls, inspection,
wear, corrosion, erosion or deterioration in normal
service for a period of 2 years after start-up.

6.7 Operation and Maintenance Manual

CP SUB-CONTRACTOR shall prepare and submit operation and maintenance manual, in


accordance with Design General Specifications DGS 1674 002.

6.8 Personnel

All key personnel deployed on the proposed site works/survey shall be as a minimum; NACE
accredited Corrosion Technicians with minimum level 2 and shall have a minimum of five (5)
years direct experience in similar position/performing similar works in similar environmental
conditions.

A Corrosion Specialist, accredited by NACE shall be used by CP SUB-CONTRACTOR as a


Senior Corrosion Technologist/ Specialist or Cathodic Protection Specialist and shall be
responsible for providing all Design, Installation & Commissioning services. The Corrosion
Specialist shall have minimum experience of 10 years in Cathodic Protection design for
Hydrocarbon pipelines. The Corrosion Specialist shall design the system to provide effective
corrosion control in accordance with the criteria for protection.

All personnel used to perform the work shall be listed in the CP SUB-CONTRACTOR’s Project
Execution Plan.

CONTRACTOR shall have the right to review and approve the qualifications and performance of
all key personnel provided by CP SUB-CONTRACTOR to perform the work.

6.9 Equipment

CP SUB-CONTRACTOR shall supply all CP materials and equipments as per DGS-1674-002


Rev.1, approved vendor list and specifications.
NEW 24” LEAN GAS PIPELINE
 
FROM BUHASA TO BAB & BAB
TO THAMMAMA C  

SCOPE OF WORK FOR                    
Rev. 0  Date: 21.04.2013 
  CATHODIC PROTECTION  
Agreement No.  TP.12.062 
Doc. No.: 0300526‐RT‐GEN‐16‐002  Doc. Class:  2  Page 23 of 30 
Project No:  0300526 
 
6.10 Supervision

CP SUB-CONTRACTOR shall provide a qualified CP specialist with registered certification


through IC or NACE to carry out supervision during installation, construction, testing, pre-
commissioning and commissioning of the CP System.

6.11 Post Installation Surveys

CP SUB-CONTRACTOR shall carry out all the following post installation surveys.

 Direct Current Voltage Gradient survey (DCVG) shall be carried out before pre-
commissioning.

 Close Interval Potential survey (CIPS) shall be carried out along the pipeline at every 1 m
interval. CIP survey shall be carried out after ICCP commissioning

 A consolidated plot for CIPS, DCVG, soil resistivity, potential measurements on permanent
reference electrodes shall be submitted for interpretation of CP data.

6.12 Precommissioning and Commissioning

CP SUB-CONTRACTOR shall perform Precommissioning, Commissioning and trial run of


installed CP system to the satisfaction of COMPANY/CONTRACTOR.

CP SUB-CONTRACTOR shall submit precommissioning and commissioning procedures for CP


system in accordance with Design General Specifications DGS-1674-002 and same shall be
subject to COMPANY approval.

6.13 Testing Requirements

CP SUB-CONTRACTOR shall submit testing and inspection plan for CP system materials to be
tested at manufacturer works for COMPANY approval.

6.14 Decommissioning and Demolition

CP SUB-CONTRACTOR shall perform Decommissioning and Demolition on the existing CP


system associated with the existing 20” Lean Gas Pipeline.

7. PERFORMANCE GUARANTEE

7.1 Mechanical Guarantee

CP SUB-CONTRACTOR shall provide Mechanical Guarantees for the equipment, in accordance


with the design conditions given as DGS requirements.
NEW 24” LEAN GAS PIPELINE
 
FROM BUHASA TO BAB & BAB
TO THAMMAMA C  

SCOPE OF WORK FOR                    
Rev. 0  Date: 21.04.2013 
  CATHODIC PROTECTION  
Agreement No.  TP.12.062 
Doc. No.: 0300526‐RT‐GEN‐16‐002  Doc. Class:  2  Page 24 of 30 
Project No:  0300526 
 
7.2 Warranty

The materials, integrity of construction and workmanship, and satisfactory operation of the
complete equipment in accordance with requirements in the requisitions shall be guaranteed for a
period of 12 months after commissioning or 24 months after delivery which ever occur first.

CP SUB-CONTRACTOR shall guarantee all works and materials supplied against defects, poor
workmanship, improper design and packaging, and failure in normal use. All equipment and
material shall be new and unused. If material found to be defective within the guaranteed period,
CP SUB-CONTRACTOR shall repair or replace within one week without any charge to the
CONTRACTOR.

CP SUB-CONTRACTOR shall warrant the design of the CP system and the mitigation system
against AC Interference as per the codes and standards, material selection and workmanship.

8. QUALITY ASSURANCE

The VENDOR shall have in effect at all times, a QA/QC program, which clearly establishes the
authority and responsibility of those responsible for the quality system. Persons performing
quality functions shall have sufficient and well defined authority to enforce quality requirements
that initiate, identify, recommend and provide solutions to quality problems and verify the
effectiveness of the corrective action.

A copy of the VENDOR’s QA/QC program shall be submitted to the CONTRACTOR / COMPANY
with its quotation for the CONTRACTOR / COMPANY’s review and concurrence prior to award. If
the VENDOR‘s QA/QC program and facility, where the work is to be performed, is ISO 9001-2008
certified, then only a copy of the VENDOR’s ISO 9001-2008 certificate is required. In addition, if
the VENDOR’s facility is ISO 9001-2008 certified, the VENDOR’s QA audit requirements will be
waived in favour of ISO 9001-2008 registrar audits, unless the VENDOR’s trend analysis program
indicates areas of concern.

The VENDOR shall identify in purchase documents to its SUB-VENDORS/ SUB-


CONTRACTORS all applicable QA/QC requirements imposed by the VENDOR, and shall ensure
compliance thereto. On request the SUB-VENDORS/ SUB-CONTRACTORS shall provide
objective evidence of its QA/QC surveillance of its SUB-VENDORS/ SUB-CONTRACTOR’s
activities.

The CONTRACTOR / COMPANY reserves the right to inspect materials and workmanship at all
stages of manufacture and to witness any or all tests. The VENDOR shall provide the
CONTRACTOR / COMPANY with a copy of its Manufacturing and Inspection Plan for review and
inclusion of any mandatory CONTRACTOR / COMPANY witness points 30 days after award but
prior to the pre-inspection meeting.

9. HSEQ

The work will be performed in accordance with the COMPANY / CONTRACTOR’s and Project
safety policies and procedures, which will be reviewed by the CONTRACTOR prior to start of the
work. Personnel will at all times obey the safety requirements of COMPANY facilities and
landowners while performing the work.
NEW 24” LEAN GAS PIPELINE
 
FROM BUHASA TO BAB & BAB
TO THAMMAMA C  

SCOPE OF WORK FOR                    
Rev. 0  Date: 21.04.2013 
  CATHODIC PROTECTION  
Agreement No.  TP.12.062 
Doc. No.: 0300526‐RT‐GEN‐16‐002  Doc. Class:  2  Page 25 of 30 
Project No:  0300526 
 
CONTRACTOR has the right to instruct the CP SUB-CONTRACTOR to stop the work or remove
individuals acting in an unsafe manner as determined by the CONTRACTOR.

10. SUBMITTALS

All reports and drawing text, dimensions and elevations shall be expressed in the English
language and shall be in metric system. Pipe sizes shall be in inches.

The following are the minimum documents to be submitted with the bid.

a) Commercial and technical proposal

b) Compliance statement

c) Deviation list and exclusion list

d) Bill of materials and datasheets

e) Personnel resume and certificate

f) Vendor list for all materials supplied

g) CP SUB-CONTRACTOR scope of matrix

h) CP document deliverable list

i) GASCO registration number

10.1 Deliverables

CP SUB-CONTRACTOR shall prepare and submit as a minimum, the following deliverables:

a) CP predesign survey procedure

b) AC Interference study / modelling procedure and report

c) Field survey and testing report

d) Design report with General Overview and introduction, summarising design requirements,
results / calculations, Recommendations and conclusion

e) Design calculations for CP transformer capacity, groundbed, Pipe line current demand and
pipeline current attenuation

f) Detailed design of the CP system including CP layout drawings showing location of


Transformer rectifier, test posts, groundbed and other CP facilities, CP cable routing
drawings, cable schedule and drawings for test posts, groundbed installation
NEW 24” LEAN GAS PIPELINE
 
FROM BUHASA TO BAB & BAB
TO THAMMAMA C  

SCOPE OF WORK FOR                    
Rev. 0  Date: 21.04.2013 
  CATHODIC PROTECTION  
Agreement No.  TP.12.062 
Doc. No.: 0300526‐RT‐GEN‐16‐002  Doc. Class:  2  Page 26 of 30 
Project No:  0300526 
 
g) Schematic of the CP system and single line diagrams indicating the position of all CP
stations.

h) CIPS/DCVG survey procedure and report

i) Installation instructions including typical mounting details

j) Commissioning and start up procedure

k) System operation and maintenance manuals

l) Commissioning reports including records of tests

m) As Built drawings

n) Material specifications, data sheets and quantities

o) Material Acceptance certificates

p) CP material bill of quantities/MTO

q) Installation procedures and method statements.

r) ITP for installation and commissioning

s) FAT procedure and report for TR unit

10.2 Draft Report

CP SUB-CONTRACTOR shall present the results of CP design in a written draft report with three
(3) copies to CONTRACTOR within the time specified in the sub-contract. The report shall include
a site plan showing the location of all field tests. Reports shall be issued for
CONTRACTOR’s/COMPANY’s for review and approval. This draft report shall be complete in
itself. It shall include, but not necessarily be limited to the deliverables mentioned in section 10.1.
All documents will be reviewed by the CONTRACTOR and COMPANY. CP SUB-CONTRACTOR
shall incorporate all comments and obtain approvals in all documents.

10.3 Final Report

Submit five (5) bound copies and one (1) unbound reproducible copy of the final CP design report
to CONTRACTOR within two (2) weeks of the receipt of the review comments on the draft report.

10.4 Electronic Media

All documents required by the SOW shall be provided in the form of a hard copy and electronic
file(s) in native and PDF formats. Electronic files shall be furnished on compact discs.

Reports and other documents shall be prepared using Microsoft Word/EXCEL software. All
reports shall be expressed in the English language and shall be in the metric system.

Drawings shall be compatible with AutoCAD 2012 version. AutoCAD files shall be DWG format.
NEW 24” LEAN GAS PIPELINE
 
FROM BUHASA TO BAB & BAB
TO THAMMAMA C  

SCOPE OF WORK FOR                    
Rev. 0  Date: 21.04.2013 
  CATHODIC PROTECTION  
Agreement No.  TP.12.062 
Doc. No.: 0300526‐RT‐GEN‐16‐002  Doc. Class:  2  Page 27 of 30 
Project No:  0300526 
 

APPENDIX-A

BILL OF QUANTITIES
NEW 24” LEAN GAS PIPELINE
 
FROM BUHASA TO BAB & BAB
TO THAMMAMA C  

SCOPE OF WORK FOR                    
Rev. 0  Date: 21.04.2013 
  CATHODIC PROTECTION  
Agreement No.  TP.12.062 
Doc. No.: 0300526‐RT‐GEN‐16‐002  Doc. Class:  2  Page 28 of 30 
Project No:  0300526 
 
Item No. Description Quantity Prices in
AED
1. Site survey and data collection Lump
(Inclusive of soil resistivity measurement, identification of anode bed sum
location, DC and AC interference investigation, location of road
crossing, foreign pipeline crossing and overhead ling crossing /
parallelism)

2. Detailed design and engineering (TCP and PCP) Lump


(Inclusive of all deliverables required by COMPANY/ CONTRACTOR) sum

3. AC interference study and mitigation design with modelling Lump


sum
4. CP material supply to jobsite (TCP and PCP) Lump
(Inclusive of all materials required as per the final approved CP sum
design package by COMPANY/ CONTRACTOR)

5. CP system installation, supervision and construction Lump


(Inclusive of equipment and personnel) sum

6. Testing, pre-commissioning and commissioning (TCP and PCP) Lump


(Inclusive of all documents required by COMPANY) sum

7. Spares Lump
 Commissioning sum
 Insurance
 Special tools
 Two(2) years operation

8. Post installation surveys (DCVG and CIPS) Lump


sum

9. Demolition of existing CP system associated with the 20” Lean Gas Lump
Pipeline sum

10. All documentations for engineering, procurement, installation, Lump


construction, pre-commissioning & commissioning, post installation sum
surveys

11. Project management Included


in lump
sum
12. Guarantee and Warranty of materials/equipments for a period of Included
twelve (12) months after commissioning. In case any defect in the in lump
equipment/work, the twelve (12) months guarantee-period of the sum
replaced items shall be applicable from the date of
replacement/repair of the items and acceptance of the COMPANY.
NEW 24” LEAN GAS PIPELINE
 
FROM BUHASA TO BAB & BAB
TO THAMMAMA C  

SCOPE OF WORK FOR                    
Rev. 0  Date: 21.04.2013 
  CATHODIC PROTECTION  
Agreement No.  TP.12.062 
Doc. No.: 0300526‐RT‐GEN‐16‐002  Doc. Class:  2  Page 29 of 30 
Project No:  0300526 
 
OPTIONAL (if required)
1. CP material supply to jobsite for AC mitigation Optional
2. New CP transformer / rectifier is optional based on the spare capacity Optional
of the existing.

Notes:

1. Any inclusions and exclusion in the bill of quantities shall be highlighted clearly.
2. Rates and charges shall be in lump sum basis, no additional charge per unit during construction.
NEW 24” LEAN GAS PIPELINE
 
FROM BUHASA TO BAB & BAB
TO THAMMAMA C  

SCOPE OF WORK FOR                    
Rev. 0  Date: 21.04.2013 
  CATHODIC PROTECTION  
Agreement No.  TP.12.062 
Doc. No.: 0300526‐RT‐GEN‐16‐002  Doc. Class:  2  Page 30 of 30 
Project No:  0300526 
 

APPENDIX-B

PIPELINE ROUTE MAP


AY)
HW
HIG
ILA
BI-S
A
DH
BU
OA
D (T
OA
THAMMAMA C PLANT

IF R
RECEIVER STATION
NEW 24" LEAN GAS PIPELINE (UNIT NO. 601)

TAR
KP
4+6
BAB TO THAMMAMA C 62
(UNIT NO. 585) GASCO COMPOUND ACCESS
SECTION 'B-B' SECTION 'A-A' E E ROAD, RDX-05 (KP: 3+620)
HABSHAN COMPOUND
ROAD, RDX-03 (KP: 45+346) GASCO THAMMAMA C ACCESS
ROAD, RDX-04 (KP: 2+679)

KP P 4
K
HABSHAN-MADINAT ZAYED

0+ +5
00 66
ROAD, RDX-02 (KP: 44+198) BAB-MANIFOLD

0
584-SV-03 RECEIVER/LAUNCHER STATION

HA
KP: 42+461.3 (UNIT NO. 600)
E: 765723.23

BS
N: 2634752.93 D

KP

HA
40

N-M
+0
D

00
AD

AD
CNIA FENCE

RO

IN
KP 39+315

AN

AT
SH

Z
AB

AY
SECTION 'C-C'

-H

ED
SA

R
HA
NEW 24" LEAN GAS PIPELINE

OA
BU
BUHASA TO BAB

D
KP
30
(UNIT NO. 584)

+0
00
584-SV-02 C R OAD
YE D
KP: 20+858.6
A T ZA
E: 751207.77 IN
C AD
N: 2618840.16
AS A-M
B U H

BUHASA-MADINAT ZAYED
KP

ROAD, RDX-01 (KP: 20+461)


20
+0

SECTION 'D-D'
00

132kV OVER HEAD LINE B


400kV OVER HEAD LINE

NEW OVER HEAD LINE


584-SV-01 POWERLINE
KP

KP: 01+205.0
10

E: 736876.00
+0
00

N: 2605902.00

CNIA FENCE
A KP 4+050

A WELL HEAD
KP

LAUNCHER STATION
0+

BUHASA PLANT
00
0

(UNIT NO.402)

NEW 24" LEAN GAS PIPELINE


FROM BUHASA TO BAB & BAB TO THAMMAMA C
SECTION 'E-E'
OVERALL PIPELINE ROUTE MAP
054098.01 1 AS SHOWN

0300526 0300526-584-A1-5-032 1 of 1 A

You might also like