LAYING AND ASSOCIATED WORKS FOR SULTANPUR JHAJJAR...

117
LAYING AND ASSOCIATED WORKS FOR SULTANPUR JHAJJAR HISSAR PIPELINE(SJHPL) PROJECT Project No. P.013312 Document No. P.013312 D11031 001 E - Tender No. 8000014928 GAIL (India) Ltd. Noida | INDIA PUBLIC 31 July 2019 TECHNICAL DOCUMENTATION Technical Vol IIA of II, Rev. 0

Transcript of LAYING AND ASSOCIATED WORKS FOR SULTANPUR JHAJJAR...

LAYING AND ASSOCIATED WORKS FORSULTANPUR JHAJJAR HISSARPIPELINE(SJHPL) PROJECT Project No. P.013312Document No. P.013312 D11031 001E - Tender No. 8000014928

GAIL (India) Ltd.Noida | INDIA

PUBLIC

31 July 2019

TECHNICAL DOCUMENTATIONTechnical Vol IIA of II, Rev. 0

SCOPE OF WORK P.013312

D 11039

001

GAIL (INDIA) LIMITED

SULTANPUR-JHAJJAR-HISAR PIPELINE PROJECT

TRACTEBEL ENGINEERING PVT. LTD.

SCOPE OF WORK

NATURAL GAS PIPELINE FROM

SULTANPUR TO HISAR

1 31.07.2019 Issued for Tender MS NC AR

0 17.07.2019 Issued for Tender MS NC AR

Rev. Date Subject of revision Prepared By Checked By Approved By

Page 1 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 2 of 93

TABLE OF CONTENTS

1.0 PROJECT GENERAL DESCRIPTION .................................................................................... 3

2.0 BRIEF SCOPE OF WORK OF CONTRACTOR ........................................................................ 8

3.0 FREE ISSUE MATERIAL AND SCOPE EXCLUSIONS .......................................................... 12

4.0 DETAILED SCOPE OF WORK FOR CONTRACTOR ............................................................. 14

5.0 PROCUREMENT AND SUPPLY .......................................................................................... 17

6.0 ROUTE SURVEY AND VERIFICATION BY CONTRACTOR .................................................. 23

7.0 PIPELINE CONSTRUCTION .............................................................................................. 28

9.0 PIPELINE BURIAL ............................................................................................................ 41

10.0 CATHODIC PROTECTION (CP) .......................................................................................... 42

11.0 ADDITIONAL ACTIVITIES INVOLVED IN THE SCOPE OF CONTRACTOR .......................... 43

12.0 SCOPE OF WORK - STATION WORKS AND FACILITIES .................................................... 48

12.1 STATION WORKS - MECHANICAL AND PIPING ................................................................ 48

13.0 STATIONS WORKS - CIVIL SCOPE OF WORK ................................................................... 52

14.0 STATIONS WORKS – ELECTRICAL SCOPE OF WORK ........................................................ 69

15.0 STATIONS WORKS – INSTRUMENTATION SCOPE OF WORK ........................................... 73

16.0 QUALITY ASSURANCE AND QUALITY CONTROL .............................................................. 88

17.0 PROJECT MANAGEMENT ................................................................................................... 88

Page 2 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 3 of 93

1.0 PROJECT GENERAL DESCRIPTION

1.1. Scope

GAIL (India) Limited is planning to lay a 135.00 kms (approx.) Natural Gas Pipeline, with Dispatch Station (DT) at

Sultanpur in Haryana State and Receipt Station (RT) in Hisar District of Haryana State. This proposed pipeline is

hereinafter referred to as Sultanpur-Jhajjar-Hisar Pipeline (SJHPL).

The Pipeline Size has been finalized as 12” NB, with a total Flow capacity of 1.00 MMSCMD (0.5 MMSCMD for

Hisar, and 0.5 MMSCMD for Jhajjar).

The 135.00 km Mainline from Sultanpur to Hisar shall have a Dispatch Station (DT) at Sultanpur, a Receiving Station

(RT) at Hisar, an IP Station (IP) at Chainage 69.8 Kms (approx.) and Four (4) nos. of Sectionalizing Valve (SV)

Stations along the route, with a Tap-Off for Jhajjar CGD at SV-1. The Pipeline shall be piggable.

This document describes the Scope of Work for the proposed Pipeline laying along with associated equipment/ station

facilities construction / installation works, proposed to be carried out as part of this project.

The details provided in this section are indicative only and are intended to provide a basic understanding of the

Project and the proposed 12” Pipeline Laying and associated station facilities development work. However, for

details, the contractor must refer the complete Tender Documents especially all Specifications (including GTS and

PTS), Design basis and all Project Drawings.

The scope of work in general includes scope of work specified in Technical Documents (including Design basis,

PTS, GTS, Drawings, Datasheet etc.) and Schedule of Rates enclosed in the Tender Document. Further, it includes

any other work not specifically mentioned here, but required to complete the work as per specifications, drawings

and instructions of Engineer-in-Charge.

Scope of work shall be read in conjunction with item description of Schedule of Rates and Contractor's scope shall

include all activities of work specified in the item description of Schedule of Rates. Rates shall include all cost for

the performance of the item considering all parts of the Bidding Document. In case any activity though specifically

not covered in description of item under 'Schedule of Rates’ but is required to complete the work which could be

reasonably implied/ informed from the content of Bidding Document, the cost for carrying out such activity of work

shall be deemed to be included in the item rate.

This document shall be read in conjunction with Design Basis, Schedule of Rates, Specifications including PTS and

GTS, Standards, Drawings, P&IDs and other Documents/ Drawings forming part of Tender Document.

Details of associated Civil, Structural, Architectural, Electrical, Mechanical, Instrumentation/Telecom and Survey

etc. related works, are covered elsewhere in the Tender document.

1.2. Introduction

The Project envisages setting up a 12” NB Natural Gas Pipeline from Sultanpur (existing SV-4 station of existing

Chainsa-Sultanpur Pipeline of GAIL), to proposed Receipt Station at Hisar (hereinafter referred to as Sultanpur-

Jhajjar-Hisar Pipeline (SJHPL).

The scope of this project comprises Engineering, Procurement, Fabrication, Construction, Installation, Testing, Pre-

commissioning and Commissioning of 12” inch x 135 kms (approx.) long Natural Gas Pipeline and associated station

Page 3 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 4 of 93

facilities. The tap-off shall be taken from GAIL’s existing Chainsar-Sultanpur Pipeline CSPL) at Sultanpur in

Haryana State to proposed receiving station at Hisar in Haryana State.

Following are the pipeline details:

Mainline Sultanpur to Hisar

Nominal Diameter : 12” NB

Length : 135 kms (approx.)

In addition to the 12” inch Main Pipeline, the following station facilities are proposed to be constructed as part of

the project:

Dispatch station (DT): A Dispatch Station is proposed at existing GAIL station at Sultanpur, with Pig

Launcher facilities for the proposed pipeline. Tap-Off for the proposed pipeline shall be taken from existing

12” Tap-Off Valve provided on Chainsar-Sultanpur Pipeline (CSPL). Matching flange and Spectacle to

connect existing Tap-Off Valve shall be provided by contractor.

Sectionalizing Valve (SV) Stations: Four (04) Nos. Sectionalizing Valve (SV) Stations, with underground

(buried) Sectionalizing Valves, are proposed along the pipeline route, with spacing as per PNGRB & ASME

B31.8 requirements.

SV cum Tap-Off for Jhajjar: SV-1 shall also have a Tap off proposed (at Ch. 22.5 km (approx.) from the

Dispatch Terminal at Sultanpur), for proposed CGD network at Jhajjar. Downstream of the Tap Off Valve,

the station shall also have a Filtering, Metering and Pressure reduction Skid, to be installed as part of this

project, for Jhajjar CGD Netwrok.

Intermediate Pigging station (IP) at Ch 69.9 KM : An Intermediate Pigging (IP) Station is proposed on the

pipeline, approximately at Chainage 69.9 kms, for facilitating pigging operation of the Pipeline. The IP Station

shall have a set of Pig Receiver and Pig Launcher, along with associated Station Piping.

Receiving station (RT) at Hisar: A Receiving Station is proposed in the Hisar district, with Pig Receiver

facilities for the proposed pipeline. Matching flange and Spectacle to connect existing Tap-Off shall be

provided by contractor.

Tap Offs : Tap Off valves shall be provided at all the SV Stations, and also at DT, RT and IP Stations, as per

details given later in this Chapter.

For further details on station facilities and pipeline system configuration, please refer Section 1.5 : ‘Pipeline

System Configuration’ of this document.

1.3. Route Map

An indicative Route map of the Proposed Sultanpur–Jhajjar-Hisar Pipeline, is as given below :

Page 4 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 5 of 93

1.4. PIPELINE PARAMETERS

1.4.1. Pipeline Design Parameters

Following basic data are to be considered for pipeline and associated facilities design:

Design Data Value

Design Gas Flow 1.0 MMSCMD

Design Pressure, bar g 98

Design

Temperature,

(oC)

Underground Services (-) 20 to 60 (min / max)

Aboveground Services - CS (-) 20 to 65 (min / max)

Aboveground& Underground

Services - LTCS (-) 45 to 65 (min / max)

Design Life, Years 25

Page 5 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 6 of 93

1.4.2. Pipeline Facilities

A. Mainline (Sultanpur to Hisar – 12” x 135 KM Pipeline)

Natural Gas Supply Point : Sultanpur (GAIL’s existing SV-4 station on CSPL), Sultanpur

Receiving Point : Hisar, Haryana

No. of Dispatch Station : 1 (at Sultanpur, Haryana)

No. of Receiving Station : 1 (at Hisar, Haryana)

Pigging Facility : 1 no. PIG Launcher at Sultanpur Dispatch Terminal,

1 no. PIG Receiver at Hisar Receipt Terminal

1 set of Pig Receiver and Pig Launcher at IP Station,

Hook-up (at DT) : Hook-up from 20” Tap-Off Valve provided on existing 36”

Chainsa-Sultanpur Pipeline (CSPL) of GAIL, at Sultanpur.

Total No. of SV Stations : Four (4) nos.

Tap Off and Skid for Jhajjar CGD : SV-1 (proposed at Ch. 22.5 kms) shall also have a tap-off for

Jhajjar CGD. A Filtering, Metering and PRS skid for Jhajjar

CGD network shall be provided at SV-1, downstream of the Tap

Off Valve.

1.4.3. Process Parameters

Pipe Line Length : 135.000 KM (approx.)

Pipeline Size : 12” Inch

Pipeline Throughput : 1.00 MMSCMD

Gas Supply Pressure : 35- 95 Bar g (max. at Sultanpur)

Gas supply temperature : 10-25 °C (min / max.) at Jwalapur, Sultanpur

Design Pressure : as listed in Section 4.0 above

Design Temp : as listed in Section 4.0 above

Material Grade of Mainline Pipe : API 5L Gr. X70, PSL2, HFW (for Size 12”).

Material Grade of Station Piping : ASTM A333, Gr.6 (Seamless) (for size ≤ 12”)

Material for Instrument Impulse : SS 316

Tubing

Location Class : 1, 2, 3 and 4

Location Class 1, 2 & 3 shall be used for:

Pipeline laying along the proposed pipe route, which falls in Location Class-1, 2 & 3.

Location Class-3 shall be used for:

all Location falling in Class-3

all Station Piping

all crossings by HDD in Location class-1, 2 & 3

some crossing in Class-2 which require design factor of 0.5

Location Class-4 shall be used for:

Page 6 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 7 of 93

Areas falling in Location Class-4 and

All Railway crossings, and pipeline laid within the ‘risk radius’ on both sides of Railway Crossings,

Corrosion Allowance : ‘0.5’ mm for 12” Inch Mainline Pipe (API5L, Gr.X70)

: ‘1.6’ mm for all Station Piping, including:

ASTM A 333, Gr. 6 Piping (Size 12” and below)

External Coating : 3LPE as per PTS/GTS coating

Manufacturing Tolerance for Wall : ‘Zero’ Negative tolerance on wall thickness for 12”

Thickness Mainline Pipe (API 5L Gr. X70)

: (+/-) 12.5% for ASTM A333, Gr.6 Piping

(all Station Piping 12” and below)

Coating/Painting for Station Piping : as per PTS/GTS coating

1.5. PIPELINE SYSTEM CONFIGURATION

The Pipeline System configuration was finalized based on Route Survey details, and the locations of intermediate

SV Stations were determined as per PNGRB and ASME B31.8, based on location class.

Based on spacing requirements of SV stations, as per ASME B31.8 and Location Class of Pipeline route, Four (4)

SV Stations and one IP Station have been proposed along the Piepline Route (approx. 135.000 kms length).

Additionally, there will be Pig launcher/Pig receiver facility at Dispatch and Receiving Station respectively for

Mainline pigging and a set of Pig Receiver and Launcher at IP Station for Intermediate Pigging.

In addition a Set of Filtering, Metering and PRS skid shall be provided at SV-1 for Jhajjar CGD Netwrok.

The table below summarizes the Location Chainage of each station, and a summary of equipment/facilities

proposed to be installed at each station, along the proposed 135.000 kms Pipeline from Sultanpur to Hisar :

S. No. Station Description

Proposed

Chainage*

(km)

Proposed Facilities

A. Mainline (Sultanpur to Hisar – 12” x 135 KM Pipeline)

1

Dispatch Terminal (DT)

at Sultanpur,

with 12” Future TOP.

(Hook-up from existing

Chainsa-Sultanpur Pipeline

CSPL of GAIL)

0.000

Hook-up with 20” Tap-Off Valve provided on

existing 36” inch Chainsa-Sultanpur Pipeline

(CSPL), Dispatch Station facility with Pig

Launching facility, QOEC, Pig Handling

system, GOV, 12” future Tap Off Valve, blow

down system and all associated station Piping,

Instrumentation & Controls, Civil & Electrical

works, as required.

2

SV – 1

with 2 nos. 8” Tap Offs,

for Jhajjar and Bahadurgarh

CGDs, and Filtering,

Metering and PRS Skid for

Jhajjar CGD

23.256

For all Four (4) SV Stations:

Buried Sectionalizing Valve (SV) with bypass

arrangement, blow down piping and all

associated Piping and Instrumentation &

Controls, Tap-Off points for future CGD

Page 7 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 8 of 93

3 SV – 2

with 8” Tap Off,

for Beri CGD

46.194 entities, civil & electrical works as required.

Skid for Jhajjar CGD :

A Filtering, Metering and PRS Skid shall be

installed at SV-1, for Jhajjar CGD Network,

downstream of the Tap Off Valve.

For IP Station:

Intermediate Pig Launcher and Receiver, with

Pig Handling system, GOV, with

interconnecting Piping and Isolation Valves,

blow down piping, all associated Piping and

Instrumentation & Controls, Tap-Off points for

CGD entities, civil & electrical works, as

required.

4

IP Station

With 3 Nos. 12” Tap Offs

for Rohtak, Bhiwani and

Charkhi Dadri CGD

69.8

5 SV – 3

with 8” Future Tap Off

89.688

6 SV - 4

with 8” Future Tap Off

112.102

5

Receiving Terminal (RT)

at Satrod Khas Village in

Hisar, Haryana with 12”

future TOP

135.000

Receiving Station with Pig Receiver with all

associated piping and valves, QOEC, pig

handling system including jib crane, , Filtering,

Metering and Pressure Reducing Skid (PRS),

all associated hook-up and station piping,

bypass and blowdown piping for

depressurizing the pipeline section, all required

instrumentation and controls, associated

station works and all electrical and civil works

required for the facility.

*Note : The location chainages given above, for all SV, IP, TOP and RT stations, are tentative only. The same

shall be finalized based on final route, and details of actual plots acquired by GAIL.

In addition to the above, all required Electrical and Civil works including Foundations for Piping and Equipment,

Approach Roads, Plot Development and Civil facilities like Buildings, sheds, boundary, drains etc. Electrical

system including area lighting, required electrical facilities with back-up arrangement etc, shall be provided.

For more clarity on proposed pipeline system configuration, please refer to the Pipeline Overall Schematic

Diagram (Dwg. No.: P.013312 D 21004 001, Sh 1 & 2).

2.0 BRIEF SCOPE OF WORK OF CONTRACTOR

This section provides a Brief Scope of Work for the contractor. The description given in this section is indicative

in nature, and is intended to provide a basic understanding of the project, the work and activities involved, and

the facilities and installations proposed to be constructed as part of the project.

The details given in this section are the minimum required activities and are not an exhaustive list. For a complete

understanding of the Project scope, the contractor must go through the all the sections of this document, as well

as complete Tender document including Design Basis, Project Specifications (including GTS and PTS) and

Drawings, SOR and all associated documents.

2.1 Project Scope And Battery Limits

The Project envisages setting up of 12” NB Natural Gas Pipeline from Dispatch Station at Sultanpur to Receipt

Page 8 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 9 of 93

Station at Hisar, along with construction / installation of associated station facilities including Dispatch (DT),

Receiving (RT), IP Station and Sectionalizing Valve (SV Stations), along the proposed Pipeline Route.

All pipelines and systems shall be designed, constructed and tested as per the PTS (Particular Technical

Specifications) and GTS (General Technical Specifications) attached in Tender Document and also the latest

edition of ASME B 31.8, PNGRB Regulations - GSR 808 (E), and other relevant applicable codes and standards.

The scope of work broadly consists of laying of 12” diameter, Carbon Steel Pipelines which includes supply (as

defined in Contractor’s scope in bid document), fabrication, installation, testing and commissioning of the

underground pipeline including all associated mechanical, civil, structural & instrumentation works.

Scope also include taking delivery of free issue items from Owner’s stores, transportation to site, storage,

installation, testing & commissioning etc.

Complete scope of work is divided into two Spreads as below,

Spread A: Chainage 0.00 Kms to 70.00 Kms (approx.) including 12” x 70Kms Mainline and Dispatch Terminal

(DT) Sultanpur, SV1 (including TOP and skids for Jhajjar CGD), SV2 and Intermediate Pigging (IP) station.

Spread B: Chainage 70.00 Kms to 135.00 Kms (approx.) including 12” x 65Kms Mainline and SV3, SV4 and

Receiving Terminal (RT) Hissar.

The contractor shall quote separately for both the spreads, and may be awarded any one, or both spreads. The

scope of work given below is for the entire proposed pipeline (i.e. for both the spreads). The contractor shall refer

the SOW applicable for each Spread, as per the Chainage details given above.

The scope of work of Contractor, for this project, comprises of residual engineering, Procurement, Supply,

Fabrication, Installation, Testing, Construction, pre-commissioning and Commissioning activities required, for

successful laying of 12” diameter Natural Gas Pipeline starting from proposed Dispatch Terminal at Sultanpur in

Haryana State and running upto proposed Receiving Terminal at Hisar in Haryana State, along with all associated

station facilities, included in the battery limits of this project.

The configuration of the proposed pipeline system, and the details of associated station facilities, proposed to be

installed along with the pipeline, shall be as described in Section 1.3, 1.4 and 1.5 of this document, and route

description shall be as per details provided in Section 6.0 of this document. Additionally, all the works described

in subsequent sections of this document, as forming part of Contractor’s scope of work, shall be included in

contractor’s scope of work.

2.2 Brief Scope Of Work

The following section provides a brief Scope of Work for the Contractor, for this project. The details provided in

this section are indicative only and are intended to provide a basic understanding of the Project and the proposed

12” Pipeline system.

The brief Scope of Work for Contractor, for this project, shall be as summarized below:

Page 9 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 10 of 93

2.2.1 Site survey & validation:

Carry out detailed route survey of the entire pipeline route, including visit to all Station facilities / hook-

up locations & proposed plot locations.

Collect & record all required details / information, validate information provided in Route Validation

Survey Report (RVSR) and Tender document, and update / revise the same where required.

Visit all crossings locations and finalize type of crossings, acquaint himself well with all existing /

prevailing conditions at site and site specific requirements

Understand the hook-up requirements with existing facilities, at the stations, and

Update alignment sheets, crossing drawings, Survey data and project drawings / documents based on the

same.

2.2.2 RESIDUAL ENGINEERING:

Residual engineering activities including construction engineering, planning, calculations, preparation of

Construction documents and Drawings including GADs, Plot Plan, Isometric drawings etc. as required for

successful completion of work

Procurement engineering for materials in the scope of contractor based on the tender specification and

PTS, Datasheet, QAP provided in the tender document.

Preparations of Procedures, Fabrication & Construction drawings & Documents

Inspection & test Plans, QAP and Pre-commissioning & Commissioning procedures.

Preparation of all As-Built Drawings and Documents.

Contractor shall submit a detailed schedule for preparation and submission of drawings during the kick-

off meeting or latest within one week thereof which shall be reviewed by Owner/ Consultant.

Contractor shall prepare and submit a complete list of drawings/documents for review by Owner/

Consultant.

Contractor shall incorporate all the comments, if any without any cost implication. Such review by Owner/

Consultant shall, however, not relieve the Contractor of his responsibilities to comply with the

requirements as per Contract and requirements arise out of statutory permissions on grant of permission.

2.2.3 PROCUREMENT:

Procurement, Supply and Inspection, testing, Dispatch & transportation of all Contractor Supplied

equipment, materials & consumables include Construction materials.

Procurement and supply of All Station Pipes (all sizes), as per project requirement, for construction and

installation of all station piping as per project specifications and drawings.

Procurement and Installation of all kind of Coating, Heat Shrink Sleeve and Painting for underground,

joint coating and above ground piping.

Procurement and supply of All valves of size 2” and below, as per PIDs and project requirement.

Procurement and supply of assorted items like weldolets, studs, bolts, gaskets etc (all sizes) as required,

for station works for the project.

Procurement and Installation of all the fittings and flanges of size 2” and below.

Procurement and Installation of QOEC for Vent line.

Procurement and supply of OFC cable, OFC Manhole, Coupling and HDPE Ducts, etc. for OFC along the

proposed pipeline route, as per project specifications, drawings / documents and SOR.

Procurement of all bought out items required for the project including preparation of MRs, with

specification/datasheets/MTO for all items.

Page 10 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 11 of 93

Procurement of all Instrumentations and Controls, Wiring cabling etc including Cable Trays, JBs, Control

Panels etc. required for the project

Procurement of all Electrical Items Including Generator set, Lamps, Wiring, Cabling, Switchboards,

Panels, Cable trays, UPS, Batteries, etc. required for Electrical works related to the Project

Procurement and Supply of Pressure Gauge, Temperature Gauge, Temperature Transmitter, Gas Detector

etc, Instrument Cable, instrument fittings etc required for completion of Instrument work as per tender

drawings and documents.

Procurement of all Civil and Structure related supplies including steel, paving blocks, cement, bricks, etc.

for civil works

Procurement and installation of all items required for Temporary Cathodic Protection.

Procurement of all items required for execution of project including consumables / non- consumables /

spares etc.

Procurement and supply of mandatory spares, special tools and tackles and commissioning spares

necessary for commissioning is also in the scope of the Contractor.

Contractor shall carry out procurement of all materials/items required for completion of works including

ordering and supply, inspection, testing, expediting, custom clearance wherever applicable, transportation

to site, stores management which includes preservation and storage of equipment and materials in covered

shed and open storage and insurances of material including transit insurance.

Before ordering, clearances shall be obtained from Owner/ Consultant. However, it shall be Contractor’s

responsibility to ensure that the ordering is in accordance with the data sheets, drawings, standard,

specifications and vendor list. Any item ordered which does not conform to the contractual requirements,

identified at any stage of the Project shall be rejected. Replacement/ modification and the cost impact,

project delay arising out of such rejection shall be solely on account of the Contractor.

2.2.4 PIPELINE CONSTRUCTION :

Construction of 12” NB x 135 kms long buried Natural gas pipeline, from Dispatch Station at Sultanpur

to Receiving Station at Hisar, along the proposed pipeline route.

Receiving, taking-over, handling, loading, transportation and unloading of Owner supplied coated line

pipes and other Free Issue Materials including Skids.

Arrangement of all additional land required for Contractor's storage, arrangement of working RoU if RoU

width is not sufficient for equipment/ vehicle movement etc.

Laying of OFC Cable, adjacent to the proposed pipeline, along the entire pipeline Route.

Site preparation including Cleaning, Grading, Trenching, Pipeline Laying, Backfilling & Restoration.

Pipeline Stringing, Welding, FJ Coating, Radiography and NDT testing.

Hydrotesting, Pre-commissioning & Commissioning of the Pipeline.

Mechanical Completion of Pipeline and all associated Station Facilities.

For details of activities included in Mechanical Completion, Pre-commissioning and Commissioning,

Refer ‘PTS Construction: Doc No - P.013312 D 11077 101.

Contractor shall prepare and submit quality assurance plans for all activities, for Owner/ Consultant

review. The QAP shall be prepared in line with the following document of PEP: ‘Typical Inspection

Methodology (QA-QC)’.

2.2.5 STATION FACILITIES CONSTRUCTION:

Construction of the Following Station facilities, along with all required Mechanical and Piping works, associated

Page 11 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 12 of 93

Instrumentations and controls, all required Civil and Electrical works as per project scope of work.

1. Dispatch Station (Sultanpur)

2. SV-1 cum Tap Off Station, with Filtering Metering and PRS Skid for Jhajjar CGD,

3. SV-2, SV-3 and Sv-4 Stations

4. IP Station

5. Receiving Station (Jhajjar)

6. Installation of required Filtering, Metering and PRS Skids at Receiving Station Hisar and at SV-1 for

Jhajjar CGD.

The configuration of the proposed pipeline system, and the details of associated station facilities, proposed to be

installed along with the pipeline, shall be as described in Section 1.5 and Section 12.0 of this document and the

details provided below. Additionally, all the works described in various sections of this document, as forming

part of Contractor’s scope of work, shall be included in contractor’s scope of work.

The Scope of work of Contractor, for Station Works includes all Mechanical and Piping related activities required

to be carried out for successful construction, installation and commissioning of all station facilities, proposed as

part of this project, along the route of proposed 12” diameter x approximately 135 kms long, Natural Gas Pipeline

from Sultanpur to Hisar, including residual engineering, Procurement, Supply, Fabrication, Installation, Testing,

Construction, pre-commissioning and Commissioning activities.

Additionally, all the works described in various sections of this document, as forming part of Contractor’s scope

of work, shall be included in contractor’s scope of work.

3.0 FREE ISSUE MATERIAL AND SCOPE EXCLUSIONS

3.1 Free issue materials (fim)

The following items shall be issued to the contractor as ‘Free Issue Item (FIM), for installation at stations, as

part of the project.

S. No. Item

1 12” Mainline 3 LPE Coated and Bare Line Pipes API 5L Gr. X-70 (6.4 mm, 8.7 mm

and 10.3 mm wall thickness).

2 All Ball, Plug and Check Valve (including all Actuated valves) above 2” size

3 Insulating Joints – all required sizes

4. Pig Launchers / Receivers ( Scrapper Trap ) for 12” dia Pipelines including handling

system and Pig signaller as required

5. Flow Tees of all required sizes. (12” Mainline x 12” and 8” Branch size)

6. Fittings and Flanges above 2” diameter

7. All Skids (including Filtering, Metering and Pressure regulating (PRS) skids for RT –

Hisar and CGD Jhajjar (at SV-1).

Page 12 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 13 of 93

With respect to the Free Issue Materials issued to the Contractor, the scope of work includes loading, un-

loading, handling, storage, preservation, transportation and installation of Free issue as well as other material

required for the project. Civil Works including foundations, piping hook-up and interconnections, co- ordination

with system / package vendors etc. to render the system completely functional, as per project requirement, is

also included in the scope of Contractor.

The contractor shall provide full co-operation and support to the Package Vendors supplying the FIM like skids

etc., for integration of these systems with the proposed Pipeline facilities.

Further, Installation and integration of all package items (FIM), with the facilities at all stations, shall be in in

the scope of contractor, even though the supply is in Client scope.

All other items, not listed in the Table of FIM above, shall all be included in Contractors scope of Supply.

3.2 SCOPE EXCLUSIONS

(ITEMS Not in the scope of contractor)

3.2.1 ITEMS EXCLUDED FROM CONTRACTORS SCOPE OF SUPPLY:

The following items are excluded from Contractors Scope of Supply:

All items listed under Free Issue Items (FIM) above.

3.2.2 ITEMS EXCLUDED FROM CONTRACTORS SCOPE OF WORK:

The following items are excluded from Contractors Scope of Work:

Any work in existing station area, outside the designated ‘Project Battery Limits’ at :

o Existing Sultanpur Station (existing SV-4 of GAIL on Chainsa-Sultanpur Pipeline),

Items excluded from Civil Scope of Work:–

Plot Development at existing stations of GAIL – Plot development is not required at existing Sultanpur station.

Further development work within process area only, shall be in Contractor’s Scope.

Construction of the following at existing Sultanpur station of GAIL :

o Control room Building, Guard Room Building, Boundary Wall, Storm water Drain, Recharge well,

OH & Underground water Tank, Water supply & drainage works, Bore well, DG set foundation, etc.

Note: Plot Development shall be required at all new plots including all SV stations, IP Station and Receiving

Terminal at Hisar.

3.3 BATTERY LIMIT :

At Sultanpur:

Page 13 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 14 of 93

Project Battery Limits starts from Blind Flange downstream of 20” Tap-Off Valve, available in station Piping, on

existing 36” Chainsa-Sultanpur Pipeline, at Sultanpur station of GAIL.

The downstream piping, supplying gas to the Pig Launcher of the proposed 12” Sultanpur-Jhajjar-Hisar Pipeline,

shall be hooked up to this Point. The proposed Pipeline from Sultanpur to Hisar, shall be fed from this station.

4.0 DETAILED SCOPE OF WORK FOR CONTRACTOR

4.1 PROJECT SCOPE AND COVERAGE

The project envisages carrying out the following works, for proposed Sultanpur-Jhajjar-Hisar Pipeline project:

1. Development of new process area and dispatch facility (DT) at existing Sultanpur station of GAIL.

2. Laying of 135 kms approx. of 12” Pipeline, from DT at Sultanpur to proposed Receiving Terminal (RT) at

Hisar, along the proposed pipeline route, in the corridor provided by GAIL.

3. Laying/ installation of coated line pipe, associated fittings and accessories, etc. as per specifications,

drawings, other provisions of Contract and instructions of Engineer-in-Charge

4. Supply of all materials (except Owner supplied materials (Free Issue Material)), consumables, equipment,

labour, etc.).

5. Receiving, taking-over, handling, loading, transportation and unloading of Owner supplied coated and bare

line pipes and other Free Issue Materials.

6. Arrangement of all additional land required for Contractor's storage, arrangement of working RoU if RoU

width is not sufficient for equipment/ vehicle movement etc.

7. Staking and installation of construction markers, clearing, grubbing, grading (as required in tender

document)

8. Thorough internal cleaning of all pipes by suitable methods to remove debris, shots, grits etc.

9. Stringing of line pipes along ROU including providing straw bags, soft padding/sand padding; Aligning,

cold field bending, cutting and beveling (as required) of pipes for welding and field adjustments.

10. Carrying out destructive & non- destructive testing of welds required as per approved NDT specifications

(including radiography).

11. Installation of carrier pipe including concrete coated pipes (wherever required).

12. Supply and installation of Warning Mat etc.

13. Coating of all field weld joints, long radius bends, buried fittings and Valves.

14. Supply and installation of slope breaker as per specifications and drawings in steep slope areas, wherever

required

15. Laying of OFC Cable, adjacent to the proposed pipeline, along the complete stretch of proposed Pipeline route

from Sultanpur to Hisar, in the same trench (except crossing locations) and as per project specifications along

all crossings and HDD etc.

16. Supply, fabrication and installation of reinforced concrete weights. Reinforced steel size should be 8 mm.

top and bottom at a rate of 200 mm c/c of precasted RCC 1:2:4 on pipeline of wall thickness of 75 mm thick

and size as per specifications & Standard drawings and instructions of Owner/ Owner’s representative

including supply of consumables, materials, equipment, labor, supervision, all associated civil works.

Page 14 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 15 of 93

17. Supply of all consumables and materials, equipment, manpower, submission of application procedure with

calculations for anti-buoyancy, design mix procedure qualification and application of continuous concrete

weight coating thickness mentioned below (higher also, in case design requirements) on pipeline of all

thickness, concrete weight coating of the field joints thereof, and performing all works as per specifications

and instructions of Owner/Owner’s representative and other provisions of CONTRACT DOCUMENT.

18. Carrying out hydrostatic testing including air cleaning, flushing, filling, gauging, pressurization of

complete pipeline in various test sections as approved by Engineer-In-Charge to the specified test

pressure

19. Development of 4 Nos SV Stations and 1 No., IP Station, in the new plots procured for the purpose, along

with construction of all required piping, facilities and installations, as per project requirement.

20. Development All associated station works at all proposed station locations, including installation of new skids

/ facilities associated with the above pipeline project, all required civil works, electrical works and

Instrumentation and Control works required for successful completion of the above activities, as per project

requirements.

21. Final clean-up and restoration of right of use including obtaining NOC from respective statutory authorities

as required and disposal of debris.

22. Returning all surplus material to designated disposal areas/storage yard, as directed by Engineer-In-

Charge

23. Preparation of as-built drawings, pipe-book and other records

The scope of this project comprises all construction related activities, required to be carried out within the

described battery limits, for successful completion of the project. The activities include residual Engineering,

Procurement, Fabrication, Construction, Installation & Testing, Pre-commissioning and commissioning of the

proposed Pipelines and associated Station facilities, including required Instrumentation & Control, civil and

electrical works, which are required to be carried out as part of this project.

Work tendered as a part of this Tender Document consists transportation of Company supplied free issue materials

to worksite(s) including all intermediate storage, Laying of new 12” pipeline along the proposed route,

construction of all proposed station facilities, tie-in/ hook-up of new Pipeline and existing facilities, all associated

civil, electrical and instrumentation works, testing of all new installations and commissioning of the system,

procurement and supply of all materials (as per scope of supply); preservation (if required), Electronic Geometric

Pigging (EGP), pre-commissioning & commissioning for the new pipeline system and associated station

facilities, developed as part of the project.

The scope of work in general includes scope of work specified in Technical Documents (including Design basis,

PTS, GTS, Drawings, Data sheet etc.) and Schedule of Rates enclosed in the Tender Document. Further, it

includes any other work not specifically mentioned here, but required to complete the work as per specifications,

drawings and instructions of Engineer-in-Charge.

Contractor throughout the execution of the contract shall take all necessary steps to maintain the safety and

integrity of all existing installations / utilities / structures etc. in the vicinity of the proposed pipeline route. All

the materials / preparatory works/ safety measures as deemed necessary for the protection of existing installations

/ utilities / structures shall be arranged by contractor without any cost and time implications.

4.2 DETAILED SCOPE OF WORK

Page 15 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 16 of 93

The Detailed Scope of Work for contractor has been split in the following 4 Parts:

1. Procurement

2. Mainline Construction

3. Station Works

4. Project Management

Each part is further spread, in the following sections of this document, as per details given below. The contractor

shall refer all the following sections for understanding the detailed scope of work:

Part Activity Scope of Work detailed in Section

1 Procurement Section 5.0 – Procurement Scope of Work

2

Mainline

Construction

(Further divided

in 6 Sections,)

Section 6.0 – Route Survey and Verification

Section 7.0 – Pipeline Construction

Section 8.0 – Crossings

Section 9.0 – Pipeline Burial

Section 10.0 – Cathodic Protection

Section 11.0 – Additional Requirements

3

Station Facilities

(Further divided

in 4 Sections,

discipline wise)

Section 12.0 – Piping & Mechanical Scope of Work

Section 13.0 – Civil Scope of Work

Section 14.0 – Electrical Scope of Work

Section 15.0 – Instrumentation & Control Scope of Work

4 Project

Management Section 16.0 – Quality Control and QA

Section 17.0 – Project Management

4.3 SCOPE INCLUSIONS

The scope of work detailed herein shall be read in conjunction with the Design Basis, Schedule of Rates,

Specifications including PTS and GTS, Standards, Drawings, P&IDs and other Documents/ Drawings forming part

of Tender Document.

Details of associated Civil, Structural, Architectural, Electrical, Mechanical, Instrumentation/Telecom, survey

drawings, etc. are covered elsewhere in the Tender document.

The Contractor's Scope of Work for the pipeline shall consist of, but not limited to mobilization/Demobilization,

Site Survey, locating existing pipelines & other facilities before excavation, Transportation of Company supplied

free issue materials to Worksite(s) including storage, procurement and supply of all materials (as per scope of

supply), installation, tie-in/ hook-up with existing facilities; preservation (if required), fabrication, installation,

testing, swabbing, EGP, pre-commissioning and commissioning of the new proposed pipeline systems including

terminal piping works and hook-up works at terminal along with all associated mechanical, civil, structural,

architectural, electrical, telecom & instrumentation works. Scope of work and details for Civil, Structural,

Architectural, Electrical, Mechanical, Instrumentation/ Telecom etc. are covered elsewhere in the Tender Document.

All such works that are not indicated herein below but are required to complete the work in all respects shall form

Page 16 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 17 of 93

part of Contractor's Scope of Work.

4.4 REFERENCE DOCUMENTS

Scope of work shall be read in conjunction with item description of Schedule of Rates and Contractor's scope shall

include all activities of work specified in the item description of Schedule of Rates. Rates shall include all cost for

the performance of the item considering all parts of the Bidding Document. In case any activity though specifically

not covered in description of item under 'Schedule of Rates’ but is required to complete the work which could be

reasonably implied/ informed from the content of Bidding Document, the cost for carrying out such activity of work

shall be deemed to be included in the item rate.

The details provided in this document are indicative only and are intended to provide a basic understanding of the

Project, its coverage, proposed 30” Pipeline system and the Scope of work of the Contractor. For a complete

understanding of Scope of work however, the contractor must read this documents and all the details mentioned

herein, in conjunction with complete Tender Document, Schedule of Rates, Specifications including PTS and GTS,

Standards, Design Basis, Drawings, P&IDs and other Documents/ Drawings forming part of Tender Document,

including the following critical documents :

Pipeline & Piping Design basis : Doc No : P.013312 D 11062 001 (latest revision)

Electrical Design basis : Doc No : P.013312 D 11064 001 (latest revision)

Cathodic Protection Design basis : Doc No : P.013312 D 11064 002 (latest revision)

Instrumentation Design basis : Doc No : P.013312 D 11065 001 (latest revision)

Civil Design basis : Doc No : P.013312 D 11063 001 (latest revision)

Project Schematic Drawing : Doc No : P.013312 D 21004 001 (latest revision)

Project PIDs : Doc No : P.013312 D 21095 102 to 110 (latest revisions)

PTS - Construction of Natural : Doc No : P.013312 D 11077 101

Gas Pipeline

Project Execution Plan – Scope and Responsibility of Contractor

All PTS and GTS included in the Tender Document, for the following :

o Pipeline Construction

o Piping

o Civil

o Electrical

o Instrumentation & Control

Refer TOC (Table of Contents) included with Tender document, for detailed list of all PTS/GTS.

5.0 PROCUREMENT AND SUPPLY

Procurement and supply of all contractor supplied items, including all items other than Free Issue Material (FIM),

shall be in the scope of supply of Contractor.

Procurement of all bought out items required for the project and mentioned in the SOR including ordering and

supply, inspection, testing, expediting, custom clearance wherever applicable, transportation to site.

Procurement of all Civil and Structure related supplies including steel, paving blocks, cement, bricks, etc. for

civil works

Procurement of all items required for execution of project including consumables / non- consumables / spares

etc.

Procurement and supply of mandatory spares, special tools and tackles and commissioning spares necessary for

commissioning is also in the scope of the Contractor.

Page 17 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 18 of 93

Preservation and storage of equipment and materials in covered shed and open storage and insurances of material

including transit insurance.

Before ordering, clearances shall be obtained from Owner/ Consultant. However, it shall be Contractor’s

responsibility to ensure that the ordering is in accordance with the data sheets, drawings, standard, specifications

and vendor list. Any item ordered which does not conform to the contractual requirements, identified at any

stage of the Project shall be rejected. Laying/ Construction and the cost impact, project delay arising out of such

rejection shall be solely on account of the Contractor.

5.1 PROCUREMENT MANAGEMENT

Contractor shall, as part of his detailed Project Execution Plan (PEP) submit a detailed Procurement Execution

strategy document which, as a minimum, shall cover the activities listed below, but shall also address all other areas

of Procurement, which the Contractor will require to be carried out to successfully execute the Work.

Identify procurement interfaces with Owner (both Project office and field)

Management of Owner Free Issue Materials

Provide the following details to Owner for approval :

o Organization charts

o Procurement Procedures - including Procurement Systems, Procurement Evaluations

o Details of Sub Contracts

In Addition, The Contractor Shall:

Ensure that all Procurement and subcontracting activities on the project are carried out in an ethical and

transparent manner.

Procure materials and services only from those vendor listed in Owner’s Approved Vendor

Contractor may propose additional vendor in case listed vendors are not in a position to meet the Project

requirement. Contractor proposal shall be supported by justification, including PTR of vendor, copies of

QA Plans, international certifications, technical references and other prequalification data requested.

Carry out Technical evaluations for all equipment and materials to be purchased for the Work.

Submit to Owner a schedule of Procurement Milestones (including any proposed subcontract activity) that

Contractor shall meet in order to support Contractor’s overall Project schedule.

With the exception of Owner s up p l i ed Free Issue Material, Contractor shall be responsible for procurement of

all materials and equipment and services, both temporary and permanent, required to complete the Work.

Expediting shall be carried out by Contractor in an effective and proactive manner in order to ensure timely

deliveries from suppliers adhering to Project schedule.

Contractor shall hire Third Party Inspection Agency (TPIA) from the approved TPIA list for carrying out the

inspection at their supplier’s works as per approved QAP based on attached Data sheets / PTS / QAP /

Page 18 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 19 of 93

Specifications with the tender document. TPIA charges shall be borne by the Contractor.

Spares:

Contractor shall procure all spare parts as specified in the bid document.

Procurement of construction, pre-commissioning, commissioning spare parts.

Spare parts shall be suitably packed / preserved for storage in the climate at Site. The estimated storage period

shall be three (3) years. Each part shall be marked with its description and purpose and stock number on the

outside of the packaging. Packaging shall be for long term outdoor storage.

Mandatory Spares:

Contractor shall also supply mandatory spares as indicated in the SORs attached with the Bid Package. All

associate spares shall also be supplied by the Contractor.

This quantity shall be procured as surplus material only, not as contingency with the scope of supply.

Mandatory Spares shall be procured and stored by the Contractor in Contractor’s store till commissioning &

subsequently the same shall be transported by the Contractor to Owner’s store.

Storage & proper upkeep of the mandatory spares shall be the responsibility of the Contractor till it is handed

over to Owner.

5.2 FREE ISSUE PIPES FOR - PIPELINE CONSTRUCTION

The following Mainline pipes shall be provided to the contractor as Free Issue:

Material for 12” Main Line Pipe : API 5L X70, PSL 2

Wall Thickness for 12” Line Pipe :

Location Class of Pipeline Route Selected Wall Thickness

Location Class 1 and 2 6.4 mm

Location Class 3 and 4 8.7 mm

All above pipes will be free issued to the Contractor.

Additionally all 12” mother pipes required for fabrication of Hot Induction Bends, shall be free issued to the

contractor. However fabrication of induction bends shall be in Contractors scope.

Also, 12” pipe for above ground (Mainline) station piping, shall be free issued to the contractor.

5.3 CONTRACTOR SCOPE OF SUPPLY FOR - PIPELINE CONSTRUCTION

This section lists the major items required to be procured / activities required to be carried out for Construction of

proposed Pipeline and associated Station Facilities. The List is Indicative only, and is not exhaustive. Contractor

shall identify and procure all necessary items required for successful completion of the job, without any time and

cost implications:

Page 19 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 20 of 93

Fabrication of Hot Induction Bends from Mother Pipes supplied as FIM.

Coating Removal of all 12” Coated pipes supplied for fabrication of Hot Induction Bends, and for aboveground

station piping.

Supply of - All Station Pipes (all sizes upto 12” NB – expect 12” NB Mainline Pipe at stations)

All Station Piping items as listed in the SOR

All Ball and Check Valves upto 2” diameter

All Globe Valve of all sizes

Transition piece, if required

All fittings and flanges upto 2” diameter

Weldolets, Stud bolts and Gaskets of all sizes as required.

5.4 COATING REMOVAL OF FREE ISSUE PIPES

Coated 12” NB Pipes shall be Free issued to the contractor for :

Fabrication of all Hot Induction Bends and

For 12” Above Ground Mainline Station piping

The removal of coating from the above free issue pipes, and required surface preparation for fabrication of hot

induction bends, and for aboveground station piping, shall be in contractor’s scope of work.

5.5 FABRICATION OF HOT INDUCTION BENDS

Fabrication of Hot Induction Bends, from mother pipes supplied by GAIL as FIM, shall be in Contractors scope.

The Free issue pipes shall be coated pipes, and the Contractor scope shall include removal of Coating and surface

preparation for fabrication of Hot Induction bends.

The pipes used for manufacturing of Hot Induction Bends will be coated afterwards with wrap around sleeves at

site, as per project specifications.

Pipe to be used for fabricating Hot Induction bends, shall be as below:

Pipe Thickness required for fabricating Hot Induction Bends – 12” Mainline

Location of Bend Location Class of

Pipeline Route

Pipe Wall Thickness to be used,

for fabricating Hot Induction

bends

Along Pipeline route :

12” NB Main line Location Class-1, 2 and 3 8.7 mm

12” NB Main line Location Class-4 10.3 mm

At Station Locations:

12” NB Hot Induction

Bends at Stations

All Stations considered as

Location Class-3 8.7 mm

Page 20 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 21 of 93

Please note that for all Railway Crossings, and for pipeline laying within Railway Risk radius, including HDD,

Location Class-4 is considered

5.6 STATION PIPES TO BE SUPPLIED BY CONTRACTOR:

A. 12” NB Mainline Piping at Stations (upto Pig Launcher /Receiver):

The material considered for 12” NB Mainline Pipe at stations (from Launcher upto Receiver) is API 5L, Gr. X-

70; PSL-2. The Wall thicknesses to be used in Station Facilities, for 12” Mainline, shall be as summarized below:

12” Mainline at Stations : API 5L X 70, PSL 2 - (8.7 mm WT)

12” Hot Induction bends at Stations : API 5L X 70, PSL 2 - (8.7 mm WT)

(Fabrication of Hot Induction Bend shall be by Contractor).

B. All Station Pipes upto 12” NB (Other than 12” Mainline) :

The pipes for all other station piping of size upto 12” NB, (other than 12” mainline pipe), shall be LTCS Seamless

pipes of material ASTM A 333 Gr. 6. All LTCS Pipes shall be Charpy Impact tested at (-45 °C).

The wall Thickness

The following Table summarizes the Wall Thickness and Material requirements for all for all Station Piping (12”

and below) shall be as summarized below :

Material for Station pipes (upto 12” NB) : ASTM A333, Grade 6.

Wall Thickness for Station pipe :

o Pipe sizes ½” to 2” NB Pipe - Schedule 160

o Pipe Sizes 3” to 12” NB - Schedule 80

Station Piping :

Thickness Summary for Station Piping

Station Pipe Detail

Location

Class

considered

for WT

Material for Station

Piping

Wall

Thickness

Selected

12” NB - Mainline Pipe at Stations Class-3 API 5L, Grade X-70, PSL-2 8.7 mm

12” NB - Hot Induction Bends at

Stations Class-4 API 5L, Grade X-70, PSL-2 8.7 mm

Station Piping - 3” NB to 12” NB Class-3 ASTM A 333, Grade 6 Sch. 80

Page 21 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 22 of 93

Station Piping - 1/2” NB to 2” NB Class-3 ASTM A 333, Grade 6 Sch. 160

5.7 ADDITIONAL ITEMS TO BE SUPPLIED BY CONTRACTOR :

The following additional items shall be supplied by the contractor for the project. Please note that the below list is

minimum and indicative, and is not an exhaustive list. All items required for successful execution of the project,

which can be reasonable deemed to be in contractor’s scope of supply, shall be supplied by the contractor:

Continuous Concrete Weight Coated Pipes / geo textile bags, for installation at Water body Crossings, marshy /

water logged areas, where required, as per Specifications. However, Contractor shall have to take prior approval

of providing of concrete coating or geotextile bags as anti-buoyancy for any locations.

Pipeline & Piping test medium (Water/air as applicable), complete with test headers, corrosion inhibitors, oxygen

scavengers, biocides & Pigs (Cleaning, gauging, swabbing & calliper pigs).

All Consumables (including Welding & NDT Consumables, Field Joint Coating material etc.).

OFC cables, along with 2” HDPE Duct, Jointing closures, FTC and other accessories.

6” Steel Casing (API 5L Grade-B, 6.4 mm thk, external epoxy coated, 500 micron thk) for housing Spare

OFC/HDPE Duct at crossings, along with required accessories.

Pipeline markers/Warning signs, Warning tape/ribbon.

Rock shield, Pre-cast Concrete Slabs, HDPE Sheet, trench padding/soft padding, select backfill material etc. for

Pipeline Laying.

Stud Bolts, Nuts & gaskets as per requirement

Paint and Coatings as required for Station Piping and civil structures

All required Instrumentation and Controls for Station facilities and Pipeline

Fire Suppression system for Control Room Building.

Pre-cast Inspection Chambers, electronic markers and locators (for OFC).

Supply of all Equipment’s, materials & consumables for related to Electrical/ Instrumentation/ Cathodic

Protection packages etc. as specified in corresponding PTS.

All other items including Instrumentation and Controls, Electrical Lightings, fixtures, cables & Cable Trays, OFC

and Communication Cables, Civil construction material, structural steel, concrete slabs etc., material required for

installation of PCP and TCP etc. i.e. all material required for construction of Pipeline along with associated

Station facilities, complete in all respects, as per Tender requirements, shall all be included in Contractors scope

of Supply.

All materials for all types of pipeline markers including cement, sand, reinforcements, structural steel, etc.

Supply of Warning Tape. The details of warning tape shall be as per PTS-Warning mats (Doc No. P.013312 D

11077 004)

Page 22 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 23 of 93

Supply of all materials (except Owner supplied materials), consumables, labour and other incidental works; return

of the surplus free issue materials to the Owner's designated stockyard(s); carrying out all temporary, ancillary,

auxiliary works, assistance for hook-up works at both end with adjacent pipeline required to make the entire

pipeline including pipeline section laid by normal open cut method,

All safety tools, tackles, devices, apparatus, equipment etc. including ladders and scaffolding complete as

required.

Other Supplies

- All Consumables required in the project (including Electrodes, Joint Coating materials etc.) & utilities whatever

are required for complete execution, testing and completion of the project.

- All civil, structural, steel material required to complete the buildings, roads, plumbing system etc.

- All Nuts, Bolts including Foundation Bolts, Galvanized Bolts, Gaskets (as per specifications), Copper jumpers

etc.

- Paint /coating for above ground and underground piping and steel structure.

Material for Electrical/Instrumentation/Civil Works:

The above list is indicative only. Contractor shall refer to other sections of these documents for Discipline wise Scope

and Work and Supply, and all required items for the project, mentioned elsewhere in this document and the Tender,

shall be included in Contractors scope of Supply.

5.8 CONTRACTOR MTO

Based on Tender requirements and Site survey / requirements, the Contractor shall prepare detailed MTO for all

items required for the Project, from the drawings, specifications, contract documents and field measurements.

Contractor shall also identify any shortfall or future potential shortfall of Owner Free Issue Materials and shall

promptly advise Owner of such shortfall.

6.0 ROUTE SURVEY AND VERIFICATION BY CONTRACTOR

The details provided in this section, the Tender document, and in Route Validation Survey Report (RVSR) are based

on preliminary route survey validation exercise and observations, and given for information only.

The Contractor, as part of his scope of work, shall carry out detailed site survey, collect and record all the findings

and update Survey data / drawings based on his own detailed site verification survey.

For scope of work of contractor for route survey, please refer section 6.5.

6.1 PIPELINE ROUTE DESCRIPTION

The details provided in this section are indicative only and are intended to provide a basic understanding of the

proposed route of 12” Sultanpur-Hisar Pipeline. The contractor must refer the “Revalidation Survey Report for

Connectivity from Sultanpur to Hisar Mainline” attached with the Tender Document for more information.

Additionally, the contractor has to carry out his own detailed survey, to validate all the details provided in Tender

Page 23 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 24 of 93

document.

6.2 A. Mainline (Sultanpur to Hisar – 12” x 135 KM Pipeline)

ROUTE PROFILE

The proposed 12” Pipeline route take off point from SV-4 Sultanpur, Sultanpur Village, Gurgaon Talika of Gurgaon

District, Haryana and Terminal Point at Proposed RT Hissar, in Satrod Khas village, Hisar Taluka of Hisar District,

Haryana. (Length of the Route is 134+940 km). Proposed Pipeline is having ROU of 15 meters.

The proposed 0-point SV-4 Sultanpur (KP 000+000 KM) to Proposed RT Hisar (KP 134+940 km) pipeline traverses

through 8 taluka. Gurgaon Taluka (Gurgaon District), Jhajjar and Beri Taluka (Jhajjar District), Beri Taluka (Jhajjar

District), Rohtak Taluka (Rohtak District), Bhiwani and Bawani Khera (Bhiwani District), Hansi and Hisar Taluka

(Hisar District) of Haryana State. Pipeline generally runs in South-East to North-West direction.

The proposed route runs in south-east to north-west direction from Gurgaon district for the length of 6.667 km.

Running in the same direction proposed route enters and passes through Jhajjar district for the length of 46.739 km,

Rohtak district for the length of 21.802 km, Bhiwani district for the length of 37.030 km and Hisar district for the

length of 22.700 km.

The Coordinates of tap-off point at SV-4 Sultanpur at Ch. 00+000.00 km is Latitude: 28°27' 54.0699" & Longitude:

76°51' 41.4456". The Coordinates of the terminal point at proposed RT Hisar at Ch. 134+940.51 km is Latitude : 29°

06' 54.6440" & Longitude: 75° 46' 46.6465" .

TERRAIN & SOIL TYPE

The proposed pipeline route passes through Flat Terrain. Soil consist of mainly Sandy clay. Rock is not encountered

at the pipeline route. The proposed pipeline route does not pass through any hilly terrain.

ELEVATIONS

Elevation is nominal at certain range. From tap-off point, Pipeline runs in flat terrain. Elevation at Ch. 00+000.00

km is 210.65 m and elevation at the termination point at Ch. 134+940.51 is 215.682 m. The highest level in the entire

route is 222.60m at Ch. 45+106.23 km and the lowest level in the entire route is 208.070m at Ch. 19+242.23 km.

FOREST AND WILDLIFE SANCTUARY

The forest details shall be provided after conformation of Land owner details. The proposed SV-4 Sultanpur to

proposed RT Hisar pipeline route passes through Sultanpur bird sanctuary within 10 km Buffer zone in Gurgaon

District.

Sultanpur Bird Sanctuary is at a distance of 2.16 km away from tap off point.

CROSSINGS ALONG THE ROUTE

The Proposed Pipeline route crosses 3-Railways, 1-National Highways, 7 State Highway, 84-MDR / Asphalt Roads

/ Metal Roads / RCC Roads, 181-Cart Tracks, 241-Canals / Channels, 22-Nalas / Drains, 20 - U/G Pipeline &

Page 24 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 25 of 93

Utilities and 1-Fault Lines Crossings.

EXTENT OF VEGETATION AND LAND USE PATTERN

The proposed route of pipeline from take-off point at SV-4 Sultanpur to proposed RT Hisar passes through cross

country, so mainly encounter cultivated land. The route passes through the mainly flat terrain. Soil consist of mainly

Clay & Murrum. Rock is not encountered at the pipeline route. Cash crop are taken in the area because of plenty

of water available. Paddy, Bajra, Juwar, Wheat and seasonal vegetables are cultivated. Communication network is

good.

SEISMIC ZONE

The entire route of Pipeline mainly falls in Zone III & IV and crosses faults at 1 location along the route.

Accordingly, all necessary precautions shall be taken during design, engineering and construction of the Pipeline,

and civil works at various station facilities along the Pipeline route. Additionally, the contractor shall take care of

all recommendations and mitigation measures required to safeguard the pipeline and associated installations from

effects of possible seismic activity.

6.2 SALIENT FEATURES OF PROPOSED ROUTE

Take-off point at SV-4 Sultanpur, Sultanpur Village, Gurgaon Tehsil, Gurgaon District (Haryana) to terminated point

at proposed RT Hisar, Satrod Khas village, Hisar Tehsil, Hisar District (Haryana). Total Length of Proposed pipeline

is 134+940.51 Km.

Pipeline runs through Plain terrain.

The proposed route runs throughout cross country. ROU of pipeline is 15m.

The Pipeline shall be laid at 5 meters from the left edge of the ROU (in direction of flow), and the balance

10 meters shall be used for machine movement, and future pipeline laying.

The proposed route of Pipeline cross Minor Lineament and Subsurface Fault (Mahendragarh Dehradun

Fault) fault lines.

The proposed Pipeline route crosses NH, SH, Canal & Railway as major crossing.

Permission from Highway Authority, PWD, 3/1 & 6/1 & Forest division is to be Obtained.

The proposed route alignment passes through Sultanpur Bird Sanctuary is at a distance of 2.16 km away

from the tap point.

Pipeline will not pass through areas which are sensitive from environmental angle such as reserved forest,

mining area, breeding places, national park etc.

6.3 SITE SPECIFIC REQUIREMENTS

As indicated above, the proposed pipeline route passes through various stretches, and the width of corridor available

for pipeline laying, varies along various stretches. At all such locations, where the available corridor width is not

adequate, for pipeline construction activity, temporary working ROU shall be acquired by the Contractor, as required,

Page 25 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 26 of 93

for Pipeline Construction Activities.

Additionally, the pipeline crosses various Highways, Railway Lines, Canals etc. Extra care shall be required in design

and construction of the pipelines in all such stretches.

All necessary precautions shall be taken into account during residual engineering, planning, and execution of pipeline

laying and construction works, for working in the ROU, especially near populated and urban areas.

In areas where, seepage of water is expected, the trenching and Pipeline laying operations shall be planned carefully,

with all necessary precautions and arrangements. Requirement of dewatering and Trench stabilization measures shall

be taken into consideration, where required.

The details provided above are Indicative in nature. Contractor shall refer to the Route Validation Survey Report, for

details of the proposed route including terrain, land use, crossings and other data.

6.4 CORRIDOR WIDTH

The width of ROU along the entire stretch of proposed Pipeline route, shall be 15 meters. The contractor shall lay

the pipeline at 5 meters distance from left edge of the ROU (in direction of flow), and balance 10 meters shall be

used for machine movement, and future pipeline laying.

1. In all such stretches where available space for laying new Pipeline is restricted, the proposed Pipeline shall be laid

in the limited corridor available.

2. The proposed trench cross section with pipeline location shall be as per project standard drawings.

3. In some areas due to several underground obstacles encountered during construction, mechanical trenching may

not be possible. In such cases Contractor shall perform the work by manual means without any cost as well as

time implications.

4. In areas, where subsurface hard rock may be encountered, where Control rock blasting method of trenching,

padding /backfilling with soft select material & suitable rock shield protection will be carried out.

5. The Owner/Consultant shall provide to the Contractor free of cost, the ROU for the pipeline, and permissions and

permits (if any) necessary to lay the pipeline & optical fiber cable (OFC) as governed by the clauses defined

elsewhere in the Tender document.

6. Contractor’s scope also include to arrange the working ROU to lay the new 12” diameter pipeline along the

proposed route, including additional land / working space required for all crossings / HDD. The price incurred in

the same shall be included in the quoted rate for Pipe laying work and no extra amount will be paid to the contractor

on this account.

7. All other permissions, permits and licenses necessary for the performance of the work shall be obtained by the

Contractor at his own cost and initiative. In so far as any such permission, permit or license required for the

Page 26 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 27 of 93

performance of the work by the contractor can only be granted at the request or recommendation of the Owner,

the Owner shall at the request of the Contractor, provide recommendatory letters to the contractor to obtain or

procure the same.

8. For access route to the working strip the Contractor will be responsible to negotiate with the relevant Owner,

tenant or authorities. Any deemed compensation will be borne by the Contractor.

9. Contractor throughout the execution of the contract shall take all necessary steps to maintain the safety and

integrity of the proposed pipeline system, and any existing installations in the vicinity of the pipeline route.

6.5 SCOPE OF WORK OF CONTRACTOR

Owner has performed the Survey for the pipeline route, pipeline Crossings Surveys. These survey details are

incorporated in Alignment & Crossing Drawings enclosed with the Tender Document for reference. However,

contractor shall carry out further verification/detailing survey of available Alignment & Crossing Drawings.

The following activities shall form integral part of contractors scope of work :

6.5.1 ROUTE SURVEY AND VERIFICATION

The details provided above, and in Route Validation Survey Report (RVSR) are based on preliminary route survey

validation exercise and observations, and given for information only. The Contractor shall carry out detailed site

survey, collect and record all the findings and update Survey data / drawings based on his own detailed site

verification survey.

The scope of work shall cover & but not limited to the following:

Detailed Pipeline Route Survey: Carrying and/or verification of pipeline route surveys & detailing the same

covering topography, type of land, strata details, details of surface features and UG utilities, cadastral survey,

village maps. Any new/forthcoming crossing not identified in the crossing list but necessary for laying the

pipeline shall be surveyed.

Topographic, Hydrographic & Geotechnical Survey for water Crossings: shall cover the extent of water

crossing, identification of HFL/Flood Plains, River bed scour depth.

Soil Investigation for Pipeline Route: Boring/Sampling survey along the pipeline to ascertain the surface/sub-

surface strata and soil resistivity /Corrosively for Design of Cathodic Protection system.

Topographical and Geotechnical investigation for Station plots: Includes detailing, contouring for new

station plots and extension of existing plots. The scope also includes carrying out bore logs, performing field

and lab tests for design of civil /structural foundations.

Following are included in the Contractor’s scope of work

Collect & record all required details / information, validate information provided in DERS and update / revise

the same where required

Visit all crossings locations including all HDDs, and finalize type of crossings, acquaint himself well with all

existing / prevailing conditions at site and site specific requirements

Page 27 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 28 of 93

Update alignment sheets, crossing drawings, Survey data based on the same.

Visit all station / terminal locations and acquaint himself well with all existing / prevailing conditions and

specific requirements at all stations / terminals / new proposed station locations.

Understand the hook-up requirements with existing facilities, at all the stations / terminals, and

Update all engineering drawings, where required, for successful execution of the project.

The contractor must acquaint himself well with the existing / prevailing site conditions and requirements, proposed

route and terrain land use and crossings etc. Further, the contractor shall determine the exact quantum of work

required for each activity, including the quantity for each item, based on his detailed site survey including soil

investigation report, bore hole reports, site visits and information obtained from other resourses.

The contractor will not be entitled for any compensation or raise extra cost if the terrain or site conditions encountered

alongside the length of the pipeline route are different than what has been reported in Tender document, including

requirements of rock blasting or control blasting or change in properties of rock encountered. The rate quoted for

pipe laying shall be inclusive of excavation in all type of soil, soft and hard rocks and all depths, dewatering

requirements, pre & post padding etc. and shall take care of all such possible variations during project execution

7.0 PIPELINE CONSTRUCTION

7.1 Brief Description Of Pipeline Construction

KEY DELIVERABLES:

Construction of new 12” NB buried natural gas pipeline from Sultanpur, to Hisar as per details provided in

this Document.

Survey and Site preparation including Cleaning, Grading, Trenching, Pipeline Laying, Backfilling &

Restoration

Pipeline Stringing, Welding, FJ Coating, Radiography and NDT testing.

Carry out all Crossings along the route as per Project Specifications / Drawings and Tender requirements.

Provide Special Measures such as Casing, Concrete Coating, Concrete Slabs and other Protective Measures,

as per Project Specifications & tender requirements

Hydro testing, dewatering, swabbing, caliper pigging

Mechanical Completion of Pipeline and all associated Station Facilities.

Hook –up at all stations and Terminals, as per Tender requirements.

Pre commissioning and commissioning.

For details of activities included in Mechanical Completion, Pre-commissioning and Commissioning, Refer

PTS – Construction of Natural Gas Pipelines.

Page 28 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 29 of 93

7.2 Mainline Work

The present specification envisages construction requirement for 12” NB, API5L Grade X70 pipeline from Sultanpur

to Hisar.

Chainage-wise details of line pipes, and thickness to be used in the mainline construction, is provided in Alignment

Sheets and Line Pipe MTO included in the Tender Document. This MTO is tentative and shall be finalized by the

contractor, based on actual site requirement. Contractor to construct the mainline accordingly and SOR rate will be

applicable as per the actual thickness of line pipe. Final detail of the same shall also be marked in the as-built

Alignment drawings to be prepared by contractor based on Alignment sheets provided with the tender document.

While working out the cost of the SOR (as per tender documents), the contractor should take into consideration the

following:-

i) The number of crossings/obstacles encountered at site may differ from the one mentioned in Alignment

drawings/Crossing drawings/ crossing details provided in the tender document.

ii) The width, depth, nature of crossings/obstacles may differ from the one reported on alignment sheet and/or

crossing drawings.

iii) Based on the above, the contractor shall determine the characteristics, depth, width, nature of

crossing/obstacles, etc. based on site visit or any other evidences or materials he may have.

In addition to above, the contractor should take into account all such variations and must include it in the quoted

price of relevant SOR item. Payment will be made as per actual length executed (as per SOR) and in line with

approved crossing drawing by GAIL/PMC. Contractor will not be entitled for any compensation or raise extra cost

for discrepancies between what has been reported in scope of work, PTS & its annexure or reports/drawings and the

reality of the terrain.

7.3 MAIN LINE PIPES

Material for 12” Main Line Pipe : API 5L X70, PSL 2

Selected Wall Thickness for 12” Line Pipe :

Location Class of Pipeline Route Selected Wall Thickness

Location Class 1 and 2 6.4 mm

Location Class 3 and 4 8.7 mm

Pipe Thickness to be used at all crossings shall be as per details provided in subsequent sections.

The following thickness shall be used for fabrication of hot induction bends:

For Location Class-1, 2 & 3 : Thickness to be used for fabrication of Hot Bend – 8.7 mm

For Location Class-4 (Within Railway Risk Radius) : Thickness to be used for fabrication of Hot Bend 10.3

mm

For all Stations (Location Class-3) : Thickness to be used for fabrication of Hot Bend 8.7 mm

Page 29 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 30 of 93

7.4 IMPORTANT REMARKS:

a) Unless otherwise stated in particular cross section drawings, the clear spacing between the gas pipeline and

utilities will be min. 500 mm at the crossing point, and clear horizontal spacing of min. 500 mm, when the

pipeline is running parallel to any exiting utility. Wherever it is possible, the minimum distance must be

increased.

b) If any crossing due to site conditions, statutory authority requirements or project schedule requirements (at sole

discretion & prior approval of Owner’s representative) is required to be done by trenchless method, it shall be

paid as per relevant SOR item.

c) Apart from this the pipeline may also cross existing pipelines / utilities at some locations; Contractor shall take

necessary precautions to protect the existing pipelines.

d) If any, hard rocks may be encountered, Control rock blasting method of trenching / back filling must be taken.

e) In Rocky area if backfilling material does not meet the condition specified in GTS (Part 10) & PTS, the

contractor must propose & provide a suitable rock shield protection (6 mm thk.) to be approved by Owner and

Engineer, without extra cost or time implication.

f) To comply with the agreed work schedule the contractor may have to work in shift or extended hours without

any cost implication.

g) The Contractor shall be deemed to have taken into account all variations as mentioned above at the time of

formulating his bid and no extra compensation either by way of time or cost shall be admissible.

7.5 DETAILS OF PIPELINE CONSTRUCTION

The following major activities shall be carried out by the contractor as part of Pipeline Construction. The below list

is indicative in nature and is not an exhaustive list of scope of work:

i. Surveying, marking-out of proposed pipeline ROU.

ii. Survey for locating any existing utilities / pipelines in the ROU, and other installations / structures in the

vicinity of ROU.

iii. Obtaining work permits/ NOC from various statutory authorities having jurisdiction, before execution of the

work, and complying with all stipulations/ conditions/ recommendations of the authorities;

iv. Performing the additional survey wherein survey data is not sufficient in the opinion of Contractor,

arrangement of working RoU if available width is not sufficient for equipment/ vehicle movement etc.

v. Clearing and grading of ROU;

vi. Trenching to all depths including excavation in all types of soils including chiselling as required, for pipeline

laying along the route.

vii. Fencing, barricading, display of appropriate warning signs/notices as applicable.

viii. It will be the responsibility of the Contractor to maintain the ROU in motorable condition until completion of

the work. The ROU damaged especially due to movement of crawler mounted heavy equipment shall be

Page 30 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 31 of 93

regularly graded, levelled & sprinkled with water for dust suppression.

ix. Liaisoning with Owner, villagers, land Owners and concerned authority etc. for ROU or and working ROU

related activities shall be in the scope of Contractor.

x. The ROU for laying the pipeline will be provided by the Owner. However, Owner shall not be responsible

for any obstruction/hindrance by any individual or group in laying of pipelines by contractor. Responsibility

to clear the obstruction is in contractor’s scope without any time & cost compensation.

xi. Any extra land needed during construction beyond stipulated width of ROU, it will be the sole responsibility

of the Contractor to arrange the same and to relocate all issues (including any compensation) with the relevant

land Owner, tenant or authorities. All related cost will be borne by the Contractor.

xii. Removal and reinstatement of construction survey markers as installed by survey agency engaged by Owner.

Installation of ROU boundary markers for new ROU.

xiii. Top-soil preservation: Contractor shall have to preserve top soil dug and shall be restored to original condition

on completion of the work. The top-soil excavated during trenching /stripped during grading for entire width

of ROU shall be stored separately to avoid mixing with subsurface strata and reused for reinstatement at later

stage.

xiv. Controlled rock blasting if required (Refer PTS/GTS - Controlled rock blasting).

xv. Trenching in all types of soils & strata (sand/clay/rock, soft/hard etc. complete) to the design depth and width

and in all types of terrains (flat/undulating/sand-dunes etc. complete with side-cutting, as required).

xvi. The Contractor shall exercise extreme caution while trenching/excavation in areas, where presence of other

utilities / pipelines in the ROU is expected / indicated in documents / drawings / survey data. This may also

involve manual trenching/barricading/trench wall protection/shoring as well as trenched-spoil management

to enable access/inspection/maintenance of existing utilities

xvii. Hauling & Transport of Bare/Coated line pipes from the different Owner store to Contractor’s pipe storage

yard.

xviii. Transportation of Pipes to site for laying. Complete repairs to damage of the line pipe coatings after transfer

of Pipes to site, as per the Owner approved repair and QA/QC procedures.

xix. Induction Bends: Fabrication, shifting, loading/unloading and transportation from fabricator premises to

contractor’s storage yard, testing, coating/painting of Induction bends using bare 12” line pipes. Mother Pipe

for Induction bend will be supplied by Owner as Free Issue Material.

xx. Stringing of line pipes, cold & hot bends (side/sag/over type) edge preparation aligning, fit-up,

cutting/bevelling, and as required.

xxi. Cold Field Bending: Provide cold bending equipment at the on-site locations. The Contractor shall

arrange/mobilize the pipe bending machine of adequate size and capacity for fabrication of cold-field-bends,

as required.

xxii. Contractor shall provide concrete coating or geotextile bags as anti-buoyancy based on prior approval from

PMC / Owner.

Page 31 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 32 of 93

xxiii. Complete all cold bends using 12” Coated line pipe.

xxiv. Idle time preservation by filling Nitrogen at a positive pressure of 2 bar (g) as per specification, if required,

including supply of Nitrogen.

xxv. Carrying out Welding ONLY as per WPS (Welding Procedure Specification) duly approved by

Owner/Owner’s representative

The brief scope covers manual welding of all types (root pass, filler pass, reinforcement welds, as applicable)

and all methods (electric arc/TIG/MIG etc. as applicable) as per approved documents and approved

welder/welding qualifications requirements (WPS/WQT) including welding of all

types/sizes/rating/edge/material of pipes/fittings/flanges/valves etc. as applicable.

The welding works shall also include the applicable weld-spool protection against external environment

(air/moisture/dust/wind/rapid cooling etc.) by provision of surrounding flux and/or controlled environment

(welding chambers/thermal blankets), as applicable. If required, the welding works shall also include pre-

treatment/pre-heating/drying of welding electrodes to avoid damage to electrodes due to environmental

degradation. The welding works shall also include stress-relieving of weld/parent metal, as required.

xxvi. 100% Non-Destructive-Testing (NDT) of welds including providing all types of

consumables/equipment/testing facilities. The inspection and test results of the NDT of welds shall be

evaluated/recorded and the Contractor shall remove/rectify the defects, as applicable.

xxvii. Safe and licensed storage and movement of radiographic material including radio isotopes / cameras etc. for

field radiography jobs under statutory regulations including safe disposal.

xxviii. Cutting/removal of defects, re-working, as approved by Owner.

xxix. Surface preparation for application of external Field Joint Coatings (FJC).

xxx. External Field Joint Coating (E-FJC) of the girth welds including provision of all

equipment/consumable/resources. The external field joint coating shall include a proven system (e.g. heat

shrink sleeves) to ensure its effectiveness for the design life of the facilities and compatible with the adjoining

steel/anti-corrosion coatings and operating parameters. The Contractor shall evaluate and submit the proposal

for the proposed external field joint coating system for approval of the Owner.

xxxi. External Field Joint Coating of anti-buoyancy type (Concrete Weight Coating) for the applicable sections of

water/MFL crossing.

xxxii. Inspection of trench (trench bottom/side walls) to ensure that it is free from sharp objects which may damage

the pipelines/coatings. The trench inspection shall also cover the levelling of the trench bottom to avoid any

free spans in the pipeline. Any such anomalies shall be corrected before lowering-in so as to have continuous

resting of pipeline in the trench.

xxxiii. Providing soft/sand padding as required to required depth and extent.

xxxiv. Holiday detection and repair of damaged coating of pipelines prior to lowering.

xxxv. Lowering of pipeline inside the trench including Tie-ins / jointing of either ends at the respective crossings so

as to make the pipeline continuous complete with external field joint coatings at such locations.

Page 32 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 33 of 93

xxxvi. Laying of Optic Fibre Cable (OFC), placed inside a HDPE Conduit, and buried in the same 12” pipeline

trench, complete with jointing of ends so as to make it a continuous cable. The jointing testing, Commissioning

and termination of OFC cable shall be as per approved scheme.

xxxvii. Supply and installation of 6” CS Conduit and spare HDPE duct for housing OFC Cable, at all crossing

locations as per project specifications.

xxxviii. Installation of warning tapes. The size/material of tape and the information to be inscribed shall be approved

by Owner.

xxxix. Backfilling the trench to required depth and compactness including backfilling with special/select/engineered

back-fill material at specific locations as may be required (e.g. station approach, fault crossings etc.). The

backfilling shall be performed uniformly in layers to ensure continuous backfill free from voids and pockets

which could be potential harmful leading to subsidence and collapse of backfill. The backfilling shall be

provided in such a manner that it leaves a reinforcement crown at the top of the trench to allow for future

settlement of the backfill. The top layer of the soil which was earlier stored separately for re-use, shall be

replaced while backfilling the top layers of trench. The surplus material shall be removed from the site and

disposed-off appropriately.

xl. For Backfilling in rocky areas, Contractor to propose the innovative / mechanized solution such as padding

machines for carrying out loading, crushing screening of excavated material. (viz. ALLUVIAL BUCKET or

equivalent)

xli. Select Backfilling in Seismic Areas shall be as per provision given in the PTS Construction of natural gas

pipelines and the recommendations of seismic analysis, if any.

xlii. Install all Pipeline signage and markers: Fabrication & Installation of new Pipeline markers as per Alignment

sheets & as per specifications.

xliii. Testing & Pre-commissioning of 12” Cross-country pipeline and associated Above Ground Installations shall

be carried out as per Hydrotest Procedure and Pre-Commissioning plan as proposed by contractor and duly

approved by owner/Owner’s representative. The Brief scope of Hydrotest shall be as below,

Installation of test headers for the fabricated assemblies/sections at the crossings as well as for continuous

pipeline sections complete with associated pumping equipment with adequate capacity to pump the test water

to required pressure/duration, pressure and temperature recorders and associated instruments.

The Contractor shall prepare all documents/drawings/reports/sketches/procedures/method statements for

cleaning/flushing/gauging/filling/hydrotesting/dewatering / Swabbing of the pipeline complete with

identification/repair/rectification of leaks and bursts and submit for Owner approval prior to performing such

activities.

The Underground pipeline sections shall be hydrotested after backfilling only. Cleaning, flushing of the

pipeline for removal of construction debris, gauging to ensure the pipeline free from any anomalies

(dents/buckles etc.) and to have an unobstructed pigging run.

Filling the pipeline/piping sections with test water duly mixed with approved dosages of corrosion

inhibitors/biocides/oxygen scavengers.

Hydrotesting of the pipeline/piping sections to the required test pressure/duration including holding the

pressure for specified duration. (Separate 24 Hours Hold duration for Strength and Leak Tests) Inspection

Page 33 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 34 of 93

during test and repair/rectification of leaks/defects as per Hydrotest Specifications (PTS: Construction of

Natural Gas Pipeline).

Dewatering/Swabbing of Hydrotest water after successful hydrotesting, removal of test apparatus and

appurtenances and making the pipeline system ready for tie-in/hook-up/jointing with the respective

sections/pre-commissioning.

xliv. During Hydrotesting gauge plate to be inserted to ascertain the geometrical deformation of the pipeline.

During Pre-commissioning a gauging electronic device (GED) will be used to ascertain the physical integrity

of the pipeline.

xlv. In addition to above, all above ground/ underground piping at stations (Despatch/Receipt/Tap Off) & SV

station shall be pneumatically tested with nitrogen at 7 bar (g). Functional test of valves shall also be carried

out during pneumatic testing. The contractor shall lay, test, clean and dry the pipeline before inserting (SV)

or connecting the natural gas stations to the main pipeline.

xlvi. Golden-Tie-ins: All natural gas stations will be tested, cleaned, dewatered and dried prior to be golden tie-in

joints with the pipeline.

xlvii. Hook-up/tie-in of the buried/above ground system so as to make the system continuous for pre-

commissioning.

xlviii. Construction works required at the stations: Construction work required at stations for Hook-up, installation

and construction of proposed Pipeline system, as per project requirements.

xlix. Final Drying shall be carried out using the continuous supply of super-dry air (having temp. significantly

below dew point) with the repeated cycle of operations from one scrapper trap to another till the pipeline is

dried up to acceptable conditions of -8 degree C.

l. Nitrogen Purging (Inertization) shall be carried out if the final drying is achieved by using the super-dry air.

Contractor shall submit the Final Drying & Inertization procedure in line with bid specifications and Owner’s

guidelines.

li. Pre-commissioning Audits: Contractor shall participate and provide all assistance to Owner for carrying out

Pre-commissioning Audits. The scope of contractor also includes closure/compliance of all audit

observations. Any alteration in design/ Construction in already constructed facility if necessitated by statutory

authorities shall be carried out by Contractor without any additional cost implication to Owner.

lii. Commissioning and Gas-in: Contractor scope shall include commissioning of pipeline from DT to RT station.

liii. Carrying out Magnetic Cleaning (pigging with the help of magnetic pig to remove steel debris), Electronic

Geometric Pigging (EGP).

liv. Carrying out repair of all defects found during Electronic Geometric Pigging including locating, digging,

cutting, welding, NDT, etc.

lv. Restoration/Reinstatement: Reinstate & make good all areas used for Construction, Storage, and

transportation purposes to original condition. Contractor shall reinstate the entire Corridor. Reinstatement

shall be performed in accordance with all measures and recommendations as well as the Project HSE

Construction Requirements and specific requirements stipulated by the regulatory authorities / government

bodies.

Page 34 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 35 of 93

8.0 CROSSINGS

The following requirements shall apply to all the crossings, along the proposed 12” pipeline route:

Where HDD is required, the Contractor shall be responsible for complete design of HDD Crossing including

performance of requisite surveys, performing of calculations, profiling, pull load calculations and hook-up of the

crossing pipe on upstream and downstream. Any additional land required for execution of HDD shall be in the firm

scope of contractor.

The change of Crossing Methodology especially for Waterbody/canal crossing (from open-cut to HDD) is subject to

approval from Owner/PMC and does not entitle contractor for claiming any additional time and cost implications.

The Contractor is deemed to have made due provisions in his bid for all such works.

a. Foreign Pipeline Crossing

In case any existing pipeline needs to be crossed, the new pipeline shall be laid at least 500 mm below such

existing pipeline, and a physical barrier in the form of 80 mm thick concrete slab shall be provided. The existing

pipeline shall be properly supported during and after the construction.

b. Over Head Power Transmission Line Crossing

Where overhead Power Transmission line equal to and above 11KV and less than 66KV needs to be crossed,

plastic grating of minimum 6 mm thickness shall be provided. For 66 KV and above power line crossings,

concrete slab of thickness 100 mm shall be provided over pipe trench.

c. The supply & installation of all special measures at Crossing such as Concrete Coating, Concrete Slabs,

Gabions, Casing Pipes, Steel Conduit, HDPE Sheet, Gabion wall / Gabion mattress etc. shall be carried out as

per approved Crossing methodology and shall be the scope of contractor.

d. The details shown in Alignment Sheets and crossing lists, such as Crossing methodology, Overall Crossing

length, quantity of special measures are indicative. However, contractor is required to carry out detailed survey,

obtain local information, verify geotechnical/hydrological soundings and submit the working drawing based on

detailed engineering before the start of crossing execution.

e. Contractor shall note that the “Limits of Crossings” shall be as per the crossing width finalized after detailed

survey by Contractor and as approved by the statutory authorities/Owner/PMC. The “Limits of Crossings” shall

broadly include the “Width of RoW of the facility to be crossed + Installation Allowances + any additional

length as suggested by the authorities”. Execution of crossings within the approved “Limits of Crossings” will

constitute firm Scope of Work of Contractor.

f. Pre-Hydrotesting/ Post-Hydrotesting of pipeline section as per bid specification for major

River/Waterway/Canal Crossing and all Cased Crossing shall be in scope of contractor.

g. Since the crossing activities are to be started immediately, the acquisition of Land/ Approach if required to

crossing locations and additional working strip to be acquired by contractor without any extra time and cost

implication. The contractor shall not insist on opening of Corridor for crossing.

h. After crossing construction, the site shall be restored to the satisfaction of authorities having jurisdiction &

NOC to be obtained from respective authorities.

i. Supply & installation of 6” CS conduits and spare HDPE duct & OFC for the entire Crossing length, at all

Page 35 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 36 of 93

crossings executed by Boring & Casing and HDD Methodology, for the purpose of future use by Owner.

Accordingly, the Contractor shall implement additional trenching/backfilling works and/or trenchless

construction and associated works at such locations for installation of spare casings/conduits/ducts while

maintaining the specified gaps.

j. After crossing execution, the spare conduits, duct & OFC shall be adequately cleaned, preserved and capped at

the ends. Contractor shall supply and install the pre-cast chambers and electronic locator for the termination of

6” CS conduits, HDPE & OFC at crossing extremities (beyond which the pipeline follows the normal cover).

8.1 Crossing Methodology

All major crossings like Highways, Railways, Lined Canals and MDR / ODR shall be laid by Boring wherever

imposed by concerned authority.

For this project, at many locations the crossings shall be done by HDD, as per site requirements. The actual

methodology for crossing shall be finalized by contractor based on site requirements.

At all crossings where Carrier / Casing pipe is installed by using Boring & Casing method, a separate 6” Casing

Pipe (API 5L Grade B, 6.4 mm thk, epoxy coated, 500-micron thick), shall be installed, for housing 2 nos. of 2”

HDPE ducts (with main OFC laid inside one of the HDPE ducts and if the length is greater than 500 m then in that

case OFC shall also be laid in the spare duct.). The 6” Casing pipe shall be installed through the same bore by Bundle

pulling as shown in the standard drawings.

For all HDD crossings, Carrier pipe along with 6” CS Pipe, consisting of 2 Nos. of 2” HDPE ducts (with main OFC

cable laid inside one HDPE duct and spare OFC laid in second HDPE duct) shall be bundled along with the Carrier

pipe and shall be installed by bundle pulling method.

The Wall Thickness of Pipes to be used at all the crossings shall be as per Alignment sheet.

The Table Below summarizes the suggested methodology for crossings for various types of crossings encountered

in this project:

Type of Crossing as per Detailed Survey

Report (DRS) Proposed Crossing Methodology

& Crossing Type S.No

Crossing

Code

Crossing

Description

Uncased Crossing (Open Cut)

1 AR Asphalted Road Uncased - Road, Highway, Public Street with Hard Surface

2 MR Metalled Road Uncased - Road, Highway, Public Street with Hard Surface

3 MUR Mud Road Uncased - Un-improved Public Roads

HDD / Cased Crossing (Boring + Casing)

4 ODR Other District Road Road, Highway, Public Street with Hard Surface

5 MDR Major District

Road Road, Highway, Public Street with Hard Surface

6 SH State Highway Road, Highway, Public Street with Hard Surface

7 NH National Highway Road, Highway, Public Street with Hard Surface

8 LC Lined Canal HDD / Cased Crossing

HDD Only

Page 36 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 37 of 93

9 Ry Railway Railway Crossing – considering Location Class-4

(As Per Railway requirement)

10 Rl River All River Crossing - HDD (depending on site conditions)

11 ULC Unlined Canal All major Waterbody crossings, including Unlined Canals, Major

Drains & Nalas.

Open Cut

11 NL Nala Uncased Crossing - Open Cut

12 DR Drain Uncased Crossing - Open Cut

For conservative design, all Mud Road / Cart Tracks shall be considered as Uncased ‘Public Road’, and design factor

shall be considered accordingly.

Applicable Design factor for each type of crossing listed above, shall be as given in PNGRB Table-1.

For Railway Crossings ‘Location Class-4’ shall be considered, as per Requirement of Railway Circular BS-105, and

its Addendum-4 dated April 2014.

Further, for all crossings done by HDD, in location class-1, 2 and 3, Pipe Thickness as per Location Class-3 shall

be considered. However, for HDD carried out within Railway Risk Radius area, including Railway Crossings, Pipe

thickness as per Location Class-4 shall be used.

Hence, in line with requirements of PNGRB Regulations, Railway Regulation and Project Specifications, the Wall

Thickness of Pipes to be used at all crossings, along the proposed 12” Pipeline Route, shall be as summarized in

table below:

‘Pipe Wall Thickness’ to be used at various Crossings, along 12” Sultanpur-Hisar Pipeline Route:

(All wall thickness mentioned in the Table below, are in ‘mm’)

Facility

Pipe Wall Thickness to be used,

for each Location Class

considered in this project (in mm)

1 2 3 4

Pipeline 6.4 6.4 8.7 8.7

Crossings of roads, without casing:

(a) Private roads 6.4 6.4 8.7 8.7

(b) Unimproved public roads (including Cart Tracks) 6.4 6.4 8.7 8.7

(c) Roads, highways, or public streets, with hard surface

(Including all Mud Roads and Village Roads) 6.4 8.7 8.7 8.7

Crossings of roads, with casing:

(a) Private roads 6.4 6.4 8.7 8.7

(b) Unimproved public roads 6.4 6.4 8.7 8.7

(c) Roads, highways, or public streets, with hard surface and

Railway crossings 6.4 6.4 8.7 8.7

Parallel Encroachment of pipeline on roads and railways

(a) Private roads 6.4 6.4 8.7 8.7

(b) Unimproved public roads 6.4 6.4 8.7 8.7

Page 37 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 38 of 93

(c) Roads, highways, or public streets, with hard surface and

Railway crossings 6.4 6.4 8.7 8.7

All Railway Crossings 8.7 8.7 8.7 8.7

Pipeline laid in area within 'Risk 102 m, on both sides) of

Railway Crossings 8.7 8.7 8.7 8.7

River Crossing - open cut 6.4 6.4 8.7 8.7

Horizontal Direction Drilling (HDD) 8.7 8.7 8.7 8.7

Fabricated assemblies (scraper traps, SV stations,

pressure/flow control and metering facilities, etc.) 8.7 8.7 8.7 8.7

Near concentration of people in Location Classes 1 and 2 8.7 8.7 8.7 8.7

8.2 HDD Crossings

Many HDD crossings are expected along the proposed pipeline route.

For all crossings done by HDD, in location class-1, 2, 3 and 4, the thickness of pipe used for HDD crossing

shall be as below :

o All Sections in Location Class 1, 2, 3 & 4 : Pipe Thickness shall be 8.7 mm,

For all HDD carried out within Railway Risk Radius area, including Railway Crossings, the Pipe thickness

shall be 8.7 mm, as per Location Class-4.

The following guidelines shall be followed for all HDD crossings carried out as part of this project:

1. The exact location, length and starting & end points of the HDD crossings shall be determined based on

actual site conditions, and availability of space and permissions for carrying out HDD operation, and ease

of installation and movement of required equipment.

2. The sections where major construction constraints are likely, may also be crossed by HDD.

3. The no. and locations of HDD crossings shall be decided based on site conditions and requirements,

availability of adequate space for carrying out the operation, movement and installation of equipment, and

ease of hooking up of upstream and downstream pipeline sections.

4. The depth, routing and exact profile of the HDD shall be finalized by the contractor, based on site conditions

and actual site requirements.

5. Upstream and downstream pipeline sections shall be hooked-up with HDD sections, ensuring a smooth

pipeline profile, for ensuring that all pipeline stresses are within design limits.

6. Adequate protection against earth/vehicular loads in form of concrete slabs etc. and adequate anti-buoyancy

measures like concrete-coating or saddle bags etc. shall be provided for adjacent pipeline sections, wherever

required, as per site requirements.

7. All HDD crossings shall be planned and designed carefully, considering site conditions, existing constraints,

type of soil or high water table in the existing ROU. Where required, additional RoU for carrying out the

HDD shall be arranged.

The Design of all HDD operations, including design of all materials, all engineering calculations, execution,

installation and testing etc. shall be carried out in full compliance to all applicable codes and standards, statutory

Page 38 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 39 of 93

requirements and in line with project specifications and requirements. Best practices from the industry shall be

considered and followed where deemed suitable.

8.3 Major Crossings

The following crossings methodologies are proposed for the project :

Proposed Crossing Methodology for the Sultanpur-Jhajjar-Hisar Pipeline (SJHPL) Project:

Proposed HDD Crossings (Approx. 2.9 kms straight line length) along the Pipeline Route:

1. HDD from Ch. 0.74773 kms (Landmark: By Pass Road (Kundli to Palwal)) to Ch. 0.84396 kms.

2. HDD from Ch. 4.7312 kms (Landmark: Unc New Minor Canal (Lined)) to Ch. 4.76619 kms.

3. HDD from Ch. 7.59108 kms (Landmark: Najafgarh Drain No. 8) to Ch. 7.64066 kms.

4. HDD from Ch. 22.50486 kms (Landmark: MDR-123Road (Jhajjar to Badli)) to Ch. 22.53675 kms.

5. HDD from Ch. 24.88923 kms (Landmark: State Highway-22 (National Highway-71 to Kablana) [NH-

352R]) to Ch. 24.91095 kms.

6. HDD from Ch. 29.38866 kms (Landmark: State Highway (Jhajjar to Sampla) [NH 334B]) to Ch.

29.41118 kms.

7. HDD from Ch. 32.20822 kms (Landmark: Northern Railway (Rohtak to Jhajjar)) to Ch. 32.23842 kms.

8. HDD from Ch. 33.21764 kms (Landmark: National Highway-71 (Jhajjar to Jalandhar)) to Ch.

33.23799 kms.

9. HDD from Ch. 38.27833 kms (Landmark: Jhajjar Sub Branch Canal) to Ch. 38.32572 kms.

10. HDD from Ch. 45.06566 kms (Landmark: Jhajjar Main Line Canal) to Ch. 45.10355 kms.

11. HDD from Ch. 47.0327 kms (Landmark: DRC Main Drain No.8) to Ch. 47.08257 kms.

12. HDD from Ch. 67.96391 kms (Landmark: Asphalted Road (Jinedpur to Mubarakpur) MDR-124) to

Ch. 67.99398 kms.

13. HDD from Ch. 69.2711 kms (Landmark: Dadri Distributory Lined Canal) to Ch. 69.31271 kms.

Note : The above crossing methodology are tentative. The actual crossing methodology shall be finalized by

contractor based on actual site conditions and requirements and shall be firmed up based on execution

methodology proposed by Pipe laying Contractor, and permissions obtained from the concerned Authorities.

8.4 Railway Crossings

Rail crossing shall comply with the requirements of API RP 1102 and Indian Railway Authorities recommended

guidelines (Report No. BS-105 and Addendum Slip-4 and 5).

For this project all the Railway Crossings are proposed to be installed by HDD Methodology.

However, if based on site conditions, any crossing is required to be done by Boring & Casing Methodology, then

the requirements as listed below shall be followed :

Crossing Type

Details of Casing Pipe to be Used

Casing Pipe Size

(inch NB) Casing Pipe Material

Casing Pipe Wall

Thickness (mm)

Railway Crossing 18” API 5L, Gr. B As per API 1102

The casing thickness shall be calculated by the contractor, as per API 1102 requirements.

Page 39 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 40 of 93

8.5 Highway Crossings

In this project, all major road crossing including all National and State Highways, ODR and MDR crossing and

all lined and major unlined canal crossings shall be done by HDD Methodology. Cased crossings shall be avoided.

However, in case due to site or any other constraints, any road / lined canal crossing is carried out by Boring &

Casing, then the following requirements shall be applicable :

Carrier pipe shall be electrically insulated from the casing pipe and casing ends shall be sealed using durable,

electrically non-conducting materials. Suitable measures shall be taken for anti-corrosive coating/painting of

Casing pipes and/or as directed by concerned authorities. Annular space between casing and carrier pipe shall not

be filled.

Casing pipe size for 12” NB (Main Line) shall be 18” NB. All applicable Statutory Authorities’ codes and

requirements shall be complied.

Provisions shall be kept for additional length/ increased width of crossing lengths of HDD crossings/ jacking +

boring lengths to take care of restricted space availability or land issues.

Based on Casing Thickness Calculations carried out for the proposed Pipeline, the Material and Wall Thickness

to be used for Casing Pipe shall be as summarized below:

Crossing Type

Details of Casing Pipe to be Used

Casing Pipe

Size(inch NB) Casing Pipe Material

Casing Pipe Wall

Thickness(mm)

Highway

Crossing / Lined

Canal Crossing 18” API 5L, Gr. B 6.4

However, Final size and Thickness of the Casing Pipe shall be determined based on actual site requirements.

8.6 River / Canal / Channel Crossings

Major water crossings shall be installed by Horizontal Directional Drilling (HDD) method. Lined and major unlined

canals shall also be done by HDD Method.

Minor water crossings shall be installed by open cut or boring methods. The banks shall be protected by using gravel

and boulders filled embankment mattresses of galvanized iron wire to be laid over the backfilled, compacted and

graded banks.

The protection of the banks shall be carried out across the ROU width plus three meters on either side of ROU or

actual distributed bank during construction whichever is higher. All lined canal/drains/nala will be restored to the

original condition.

Based on the above points, and in addition, the information received during site visit, all major River / Canal /

Waterbody crossings of proposed Sultanpur-Jhajjar-Hisar Pipeline (SJHPL), are proposed to be carried out by HDD

method. For a list of crossings proposed by HDD, see section 8.7.

Other smaller water bodies likes small drains and nalas can be crossed by Open cut / other suitable measures based

on actual site conditions & requirements. In case, HDD is found to be more suitable alternative for any of the Canals

/ Channels, the same shall be finalized by pipe laying contractor, based on actual site conditions, in agreement with

the Client.

The design and execution of all HDD crossings shall take care of requirements listed in Section 8.2

8.7 Anti-Buoyancy Requirements

As most of the major waterbody crossings, including all river crossings in this project, shall be done by HDD, the

requirement of Anti-Buoyancy shall not be applicable for most crossings.

Page 40 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 41 of 93

However, if anti-buoyancy measures are required, for any location as per site conditions, then the following shall be

considered:

Concrete weight coating will be used over and above Pipe External Coating in areas prone to flooding, area with

waterlogging & marshy soil, and at water body crossings and other areas requiring anti-buoyancy measures.

Use of Geo-Textile Bags may be considered where concrete coating is not possible due to site conditions, However

the preferred method of providing anti-buoyancy shall be Continuous Concrete Coating. Where geo-Textile bags

are used, the same shall be selected to provide anti-buoyancy equivalent to the required concrete coating thickness,

as given in table below.

For Rocky River (if any) concrete coating with gabion arrangement, shall be provided.

Based on Buoyancy calculations carried out for the Pipeline, the Concrete Coating thicknesses, to be used for SJHPL

Pipeline, shall be as below:

Concrete Coating Thickness for 12” Line Pipe (API 5L, Gr. X70, PSL-2)

Crossing Location Class Wall Thickness of

Pipeline to be used

Thickness of Concrete

Coating Required

Location Class 1 6.4 mm 35 mm

Location Class 2 6.4 mm 35 mm

Location Class 3 8.7 mm 25 mm

Location Class 4

(pipeline laid within Railway ‘risk radius’) 8.7 mm 25 mm

8.8 Other Crossings

Foreign Pipeline Crossing

In case any existing pipeline needs to be crossed, the new pipeline shall be laid at least 500 mm below such existing

pipeline, and a physical barrier in the form of 75 mm thick concrete slab shall be provided. The existing pipeline

shall be properly supported during and after the construction.

Over Head Power Transmission Line Crossing

Where overhead Power Transmission line equal to and above 11KV and less than 66KV needs to be crossed, plastic

grating of minimum 6 mm thickness shall be provided. For 66 KV and above power line crossings, concrete slab of

thickness 100 mm shall be provided over pipe trench.

9.0 PIPELINE BURIAL

The minimum ROW requirement for laying of proposed pipeline shall be of 15 M width, with 7.5 meters on the left

and 7.5 meters on the right side of the center line of alignment.

Pipeline burial depth shall be appropriate for the route, surface, and use of land, terrain features and external loads

imposed. In areas likely to have an increased risk of impact damage or third-party interference, the pipeline shall be

buried with a minimum depth of cover as given below:

Location Minimum Cover (m)

a. Normal terrain 1.2

Page 41 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 42 of 93

b. Industrial, Commercial and Residential areas 1.2

c. Rocky terrain 1.2

d. Minor stream crossing/Canal (lined/unlined) (Below scour depth) 2.5

e. Drainage, ditches at roads/railway crossings 1.5

f. Uncased road crossings 1.2

g. Cased road crossings 1.5

h. Cased railway crossings 1.7

i. Railway crossing by HDD 7.0

j. Highway crossing by HDD 5.0

k. River Crossings by Open Cut (Below lowest scour depth) 3.5

l. River Crossings by HDD (Below lowest scour depth) (also see Note-ii) 3.5

m. Marshy Area 1.5

n. Others 1.2

The minimum cover may further be increased based on the safety and risk assessment.

NOTES:

i. Cover shall be measured from the top of coated pipe to the top of the undisturbed surface of soil or the top of

graded working strip, whichever is lower. The fill material in the working strip shall not be considered in the depth

of cover.

ii. For river/watercourses that are prone to scour and/or erosion, the specified cover shall be measured from the

expected lowest bed profile after scouring / erosion. Where scour level is not known, the scour depth shall be

assumed at least 5 meters below the existing bed of the river/water course, except in case of Rocky bed. The cover,

as mentioned in the Table above, shall be provided in addition to this, from bottom of this assumed scour level.

iii. Whenever the above provisions of cover cannot be provided due to site constraints, additional protection in form

of casing/ concreting, soil bags, etc. shall be provided.

iv. When insisted by authorities, the depth shall be maintained as per the directions of the concern authorities.

In case, any private dwelling, industrial building or place of public assembly falls within 15 M of pipeline, additional

cover of minimum 300 mm shall be provided over and above the cover indicated in the Table above, up to a distance

of 15 M from last building on either side

Where buried pipes come above ground, the anti-corrosion coating on the buried pipe will continue for a length of at

least 300 mm above ground.

10.0 CATHODIC PROTECTION (CP)

a. Key deliverable

Supply & Installation of TCP system for 12” NB x approx. 135 km Natural gas Pipeline from Sultanpur to Hisar,

including requirements at Station facilities, as per Project specifications and Tender requirements.

b. Scope of Work

TCP (Temporary Cathodic Protection): Scope of work includes Survey, Design Supply, Installation, Testing &

Commissioning of TCP including all civil works associated with CP i.e. cable trenches, foundation for equipment

and all test stations. (Refer PTS: CP for detailed scope of work).

Page 42 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 43 of 93

For Details, Please refer to the following:

1. Design Basis – Cathodic Protection (CP) – Doc No : P.013312 D 11064 002

2. PTS – Cathodic Protection (CP) – Doc No : P.013312 D 11077 061

11.0 ADDITIONAL ACTIVITIES INVOLVED IN THE SCOPE OF CONTRACTOR

11.1 General

In order for the tender to be valid, the bidder must forward to the Owner at least the following documents, correctly,

completely filled in and clearly legible:

a) A detailed methodology of the works drawn up on the basis of the start and end dates for the works as stipulated

in the special condition of contract (SCC). The various phases of the work must be included in this programme

in so far as they are applicable to the works.

b) An explanatory note must be attached describing the organisation of the Construction Site, as well as the methods

and phases of execution, the complete inspection plan that the Bidder intends to follow, the qualitative and

quantitative description of the means of execution, the installations, the equipment, the material, the tools and the

personnel that he is to employ in each phase in order to complete the Works within the planned schedule.

The Contractor must draw up working methodologies including equipment, man power and material needed

for all phases of the construction of the pipeline and Natural Gas stations.

The Contractor must draw HSE execution plan for all phases of construction of the pipeline and natural gas

stations as illustrated in HSE document provided in the tender document and requirement of the site.

All working methodology must get approved by the Owner and the Engineer before starting work.

Only approved working methodology will be strictly implemented at site during all construction stages.

The Contractor shall deploy all equipment and material required to achieve the work as per his detailed

methodology and agreed schedule.

Contractor shall mobilise (equipment, manpower) simultaneously for (a)main line (b) all crossings and (c)

Natural Gas Stations in order to achieve pre-commissioning activities in due time as specified in the SCC

(Special condition of contract). Deployment of equipment shall be done as defined in the tender document.

The minimum equipment to be deployed are listed with S.C.C. If equipment pertaining to a particular activity

which has been completed, those particular equipment may be demob provided that request made by the

contractor has been approved by Owner/Owner’s representative.

If deemed necessary as per the working methodology and/or at the request of the Owner, Contractor must

deploy extra equipment without being entitled to raise any compensation.

The Bidder must provide a detailed organisational chart indicating the organisation or personnel and

equipment for each phase of the Works.

Key persons shall be deployed during the entire duration of the work till completion of all works. Non

deployment of key persons will be subject to recovery as elsewhere defined in bid.

Page 43 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 44 of 93

There will be separate in charges for mainline and station works.

This description is only binding upon the Contractor. He must provide, at his own expense, all the necessary

equipment, machinery and personnel even in addition to those indicated in the offer.

11.2 Major Activities

The Contractor scope of work shall consist, but not limited to the following. However, all such works, which are not

listed below but are otherwise required to complete the work in all respects shall form part of the Contractor’s scope

of work. In addition to this, the scope indicated below shall be read in conjunction with the price schedules, drawings,

PTS and GTS etc. forming part of the contract document. In case of contradiction the most stringent shall be

applicable in consent with Owner/Owner’s representative:

Construction & maintenance and dismantling of the site camp, site offices for contractor’s workshops etc.

Marking out and clearing out of the ROU

The ROU will be provided by the Owner. If for some unforeseen reason which is not attributable to contractor,

the pipeline has to be re-routed it will be the sole responsibility of Contractor to make all arrangement to provide

new ROU. Contractor shall carry out all necessary survey work as per requirements of site conditions. It will be

the responsibility of the Contractor to maintain the ROU until completion of the work. Liaoning with Owner,

villagers, land Owners and concerned authority etc. for ROU related activities shall be in the scope of Contractor.

Sufficient ROU width may not be available in the required width in certain stretches, in such cases the work shall

be carried out in the ROU width.

In case of encroachment on the ROU or extra land needed during construction, it will be the sole responsibility

of the Contractor to relocate all issues (including any compensation) with the relevant land Owner, tenant or

authorities. All related cost will be borne by the Contractor within the quoted rate of mainline work.

All other permissions, permits and licenses necessary for the performance of the work shall be obtained by the

Contractor at his own cost and initiative. In so far as any such permission, permit or license required for the

performance of the work by the contractor can only be granted at the request or recommendation of the Owner,

the Owner shall at the request of the Contractor, provide recommendatory letters to the contractor to obtain or

procure the same.

For access route to the working strip the Contractor will be responsible to negotiate with the relevant Owner,

tenant or authorities. Any deemed compensation will be borne by the Contractor and no extra payment will be

given by the OWNER.

Fabrication, testing, coating/painting of Induction bends from Owner supplied bare coated line pipes. In case of

coated line pipes, contractor will bear the cost for striping of external coating of line pipes and no extra payment

will be given by the OWNER.

All civil work for cross country pipeline like soil investigation (if deemed necessary), levelling, fencing,

architectural works, access road construction, sewerage, etc. (Refer PTS Construction – Civil and Design Basis-

Civil).

All works for cross country pipeline related to material handling, stringing of pipes, trenching, welding, testing,

inspection of welds, coating, earthworks, lowering-in and ballasting, Crossings (Including HDD), site restoration,

Page 44 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 45 of 93

etc.

All safety practices/standards as illustrated in Present PTS and GTS Building site regulation (70000/740/0503)

shall be strictly followed during construction.

11.3 Station Works

All natural gas stations for this pipeline are to be constructed as indicated in the tender drawings.

All civil work for Natural Gas Stations like soil investigation if deemed necessary, levelling, fencing, architectural

works, access road construction, sewerage, etc. (Refer PTS Construction – Civil.).

All works at Natural Gas Station related to material handling, bending, welding, inspection of welds, testing,

coating, painting, earthworks, preparation of shop/assembly/as – built drawing etc.

Contractor shall carry out displacement / relocation of various existing equipment such that fencing, Gas detector,

electrical Poles, etc. if required for installation of new facilities without any extra cost implication. Contractor

shall also carry out restoration work which has been dismantled / damaged during work such as RCC pavements,

shifting / relocation of Electrical / Instrumentation cabling, etc. including testing. Re – Commissioning of such

equipment/facility to the satisfaction of Owner is in scope of Contractor.

Providing Portable fire extinguisher at stations as detailed in the tender document.

Dismantling of existing fencing, providing provisional fencing for existing facilities and installation of new

fencing shall be in the scope of Contractor as mentioned in the drawings.

The instrumentation/Electrical panel shall be provided in all existing control rooms, if applicable and in new

control room. Contractor shall obtain all necessary permits/approvals viz. work permit, hot permit,

equipment/machine movement permit from the concerned authority. Contractor Scope also includes obtaining

necessary work permits for all existing stations.

The contractor shall lay, test, clean and dry the pipeline before inserting (SV) or connecting the natural gas stations

to the main pipeline.

All natural gas stations will be tested, cleaned and dried prior to be golden tie-in joints with the pipeline.

Geo textile membrane of 8 mm thk or PE sheet (1000 micron thk) shall be provided below the gravel filled in

process area mainly at SV stations for protecting the grasses growing.

Lightening arrestor shall be provided at the stations wherever earthing is not provided.

Safety sign boards displaying use of extinguisher, first aid, emergency procedure etc. shall be provided at control

rooms at each station. Also refer GTS 70000/740/0503 Building site regulations.

The Contractor will also carry out the testing, cleaning & drying of the pipeline (Pre-commissioning activities as

detailed in PTS).

Receiving and taking over of Owner’s supplied free issue materials.

Contractor shall supply items such as ball valves (2”and below), Check Valves (2”and below), Globe Valve all

Page 45 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 46 of 93

size, fittings and flanges (2”and below), Assorted Pipes (12” and below), Welding Consumables, Fasteners,

Gaskets, foundation bolts/holding down bolts/nuts, Warning tape, rock shield, OFC & HDPE Duct, end seals,

casing insulators etc., as per specifications enclosed in bid document. Contractor shall procure all supply items

only from manufacturer/suppliers listed in approved vendor list, enclosed with bid document.

In principle most of the statutory permissions from the concerned authority have already been obtained by Owner.

However, all activities related to liaison, co-ordination etc. with authorities needed to achieve the work as per

schedule will be under Contractor’s scope including work permit before commencement of work. In case, some

of the permissions are not received by Owner, Contractor to take necessary action for obtaining the same.

Contractor shall also refer to provisions of Commercial part of the tender.

Obtaining all necessary approvals and work permits from concerned local authorities having jurisdiction

including hot work permit as applicable for performing the work in existing station facilities. Arranging of

adequate firefighting equipment viz. fire brigade, fire extinguisher, shielding from existing facilities, oxygen

mask etc. for carrying out the work safely to the satisfaction of Owner.

The Contractor will assure the interface and the coordination of his approved sub-contractors and also other

contractors who may be working on different packages.

During Pre-commissioning a gauging electronic device (GED) will be used to ascertain the physical integrity of

the pipeline.

Pipe laying Contractor scope shall also include commissioning. Commissioning of pipeline shall be from

Despatch to receiving station.

Removal/displacement of existing ROU boundary marker and providing the new boundary markers.

Fabrication & Installation of new Pipeline markers for proposed pipe line. Removal of existing ROU boundary

markers and fabrication, installation of new ROU boundary marker is in scope of Contractor.

Supply and installation of HDPE duct & OFC cable as per present PTS and PTS-Instrumentation

6” Carbon steel pipe (API 5L Gr. B, 6.4 mm thk, epoxy coated, 500 micron thk) for housing HDPE duct and OFC

at crossings.

Providing Concrete slabs or HDPE sheet (6 mm thk) at road crossings as per approval of concerned

authority/Owner’s representative.

Providing Concrete coating as per requirement

The Contractor will also submit as built documents/drawings for the entire work under his scope as indicated by

Consultant. Any Construction in the drawing after issuance of RFQ drawings shall not cause any cost implication.

Supply, Installation, Testing, Inspection, transportation & Commissioning of Electrical Equipment (SFU, MEDB,

OLDB, ILDB, SSDB, AC UPS system with UPSDB and Battery Bank, DG set with AMF Panel etc.), Lighting,

Earthing & Lightning Protection, Trenching, Cabling and all the electrical works related to stations. (Refer SLD

and PTS- Electrical).

TCP (Temporary Cathodic Protection) and PCP (Permanent Cathodic Protection). Supply, Installation, Testing,

Commissioning of TCP including all civil works associated with CP i.e. cable trenches, foundation for equipment

and all test stations.

Page 46 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 47 of 93

11.4 Other activities:

Soil investigation (If required)

HDD

HDD to be carried out for crossings as listed in section 8.0 of this document. However, Contractor may propose

additional HDD for other crossing, which shall be done without any cost implication and prior approval of

Owner/Engineer.

Contractor shall ensure proper disposal arrangement of Bentonite during HDD operation. Any damages due to

seepage of bentonite shall be borne by contractor.

Controlled rock blasting (Refer PTS/GTS - Controlled rock blasting, if applicable)

Transition piece requirement

Contractor shall take very special precaution while stringing of the pipes. However extent of thickness-wise

material use shall be intimated to successful bidder.

Transition piece requirement other than those indicated above if deemed necessary by the Contractor during

construction stage, shall be subject to approval of Owner/Engineer.

The contractor shall develop “Pipeline information system” including terrain mapping, land holder records,

welding report (welding log book), as built alignment sheet, entire pipeline route video report, length profile for

the as built pipeline utilities mapping. The pipeline information system must be approved by Owner prior to

commencement of work.

Digitized map to be used for as built documentation.

For all supports, neoprene sheet shall be provided.

Design, supply and installation of electronic markers and locators (for OFC) duly approved by Owner/Engineer

shall be executed by contractor.

11.5 Particular instructions:

For access route to the working strip the Contractor will be responsible to negotiate with the relevant Owner,

tenant or authorities. Any deemed compensation will be borne by the Contractor.

Since the crossing activities are to be started immediately, the acquisition of additional Corridor for approach

to crossing locations and additional working strip to be acquired by the laying contractor without any extra time

and cost implication. The pipe laying contractor shall not insist on opening of Corridor for crossing. Further,

all necessary actions including providing additional Corridor for approach for crossing is in scope of Contractor

at no additional time and cost to Owner.

Contractor proponent shall have to take prior approval of providing of concrete coating or geotextile bags as

anti-buoyancy for any locations.

Contractor proponent shall have to take prior approval of concerned Government agencies while carrying out

Page 47 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 48 of 93

blasting wherever required.

Contractor proponent shall have to preserve top soil dug and shall be restored to original condition on

completion of the work. The excavated soil may be stored over the existing pipelines after written approval

from the Owner.

Contractor proponent shall have to obtain clearance from the Forest Department for the portion of pipeline

passing through reserve forest or any other type of Forest or wild life sanctuary, national park of other prohibited

areas.

Contractor may propose additional HDD for other crossing, which shall be done without any cost implication

and prior approval of Owner/Engineer. If HDD is proposed for crossing of fish ponds or any other crossings,

Contractor shall ensure proper disposal arrangement of Bentonite during HDD operation. Any damages and

implication of cost due to seepage of bentonite shall be borne by contractor.

For the waste generated from the pigging and any other operation contractor proponent shall have to provide

sludge collection storage and disposal facility complying EPA-1986 with Hazardous Waste (M&H) Rules 1989

amended further in 2000 and 2003 and rules made there under as amended from time to time.

The applicant shall have to submit the returns in prescribed form regarding water consumption and shall have

to make payment of water cess to the Board under the Water Cess Act – 1974.

Contractor proponent shall construct the pipeline and other infrastructure, and adopt safety measures as per the

standards & specification laid down by the concerned agencies from time to time.

Contractor proponent is required to comply with the manufacturing, Storage and Import of Hazardous

Chemicals Rules-1989 framed under the Environment (Protection) Act-1986.

On completion of all temporary work structures, surplus materials and wastes shall be suitably disposed off.

An Onsite-Offsite Emergency plan shall be prepared & submitted to Disaster Management Authorities under

intimation to respective state authorities.

The contract shall act as per recommendation of the concerned authorities regarding safety measures and

OHSAS-18002.

12.0 SCOPE OF WORK - STATION WORKS AND FACILITIES

Total 7 number stations (DT - Sultanpur, RT – Hisar, IP Station and 4 Nos. SV Stations) are required to be developed

for proposed pipeline works as part of this project.

Key Activities and Deliverable for each station facility shall be as per the details provided in Sections 1.0 and 2.0 of

this document and the details given below.

12.1 Station Works - Mechanical and Piping

The Scope of work of Contractor, for Station Works includes all Mechanical and Piping related activities required

to be carried out for successful construction, installation and commissioning of all station facilities, proposed as part

of this project, along the route of proposed 12” diameter x approximately 135 kms long, Natural Gas Pipeline from

Sultanpur to Hisar, including residual engineering, Procurement, Supply, Fabrication, Installation, Testing,

Page 48 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 49 of 93

Construction, pre-commissioning and Commissioning activities.

The configuration of the proposed pipeline system, and the details of associated station facilities, proposed to be

installed along with the pipeline, shall be as described in Section 1.5 and Section 2.2 of this document and the details

provided below. Additionally, all the works described in various sections of this document, as forming part of

Contractor’s scope of work, shall be included in contractor’s scope of work.

The following section lists the key activities to be carried out by the Contractor, as part of Station Works. The details

provided in this section are indicative only and are intended to provide a basic understanding of the works required

for construction of station facilities proposed along the 12” Pipeline system.

The following Key activities shall be carried out by the contractor, as part of Station Works, at all proposed stations

facilities along the pipeline:

A) At Despatch Terminal (Sultanpur) :

Construction of new Dispatch facility (DT), at existing GAIL Station at Sultanpur, and develop new

process facility complete with all piping, instrumentation & controls, electrical and civil works, required

as per project PIDs, GADs and Tender requirements, along with all associated station piping and

facilities, including :

o Development of process area (DT), Installation of Pig Launcher, interconnecting piping and pig

handling system including removable trolley.

o Installation of Hook-up Piping, for taking tap-off from the existing 12” Tap Off Valve provided

on Saharanpur- Sultanpur Pipeline, for the proposed 12” NB Sultanpur-Hisar Pipeline, along with

all interconnecting piping,

o Installation, hook-up and integration of all Package items with station piping, as per project

requirements.

o Installation of all Station Piping with Fittings and Flanges, Stud, Bolts & Gaskets, as per project

Drawings and Scope.

o Installation of all associated Valves with /without Actuators as per PIDs

o Installation of IJs, Flow tees and required Instrumentation & Controls

o Integration of new piping and proposed SJHPL, with existing Station Piping.

o Integration of Instrumentation & Control and Electrical systems as required,

o All associated works including required Civil, Mechanical, Electrical, Instrumentation & Control,

Cathodic Protection work and associated activities required for successful completion of the

project.

B) Sectionalizing Valve SV-01, and TOP for Jhajjar

Construction of new Sectionalizing Valve Station (SV-01), (including TOP and skids required for

Jhajjar) at new plot procured at CH 22.53, and develop new process area complete with all piping,

instrumentation & controls, electrical and civil works, required as per project PIDs, GADs and Tender

Page 49 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 50 of 93

requirements, along with all associated station piping and facilities, including :

o Installation of all Station Piping with Fittings and Flanges, Stud, Bolts & Gaskets, as per project

Drawings and Scope.

o Installation of Filtering, Metering and PRS Skid for Jhajjar CGD, downstream of Tap Off Valve

for Jhajjar.

o Installation, hook-up and integration of all Package items including skids (FIM) with station

piping, as per project requirements.

o Installation of all associated Valves with /without Actuators as per PIDs

o Installation of IJs, Flow tees and required Instrumentation & Controls

o All associated works including required Civil, Mechanical, Electrical, Instrumentation & Control,

Cathodic Protection work and associated activities required for successful completion of the

project.

C) At SV Stations:

Construction of the following SV stations, along the proposed pipeline route, at plot locations finalized

by the Client, complete with all station piping, instrumentation & controls, electrical and civil works,

required as per project PIDs, GADs and Tender requirements :

SV-2

SV-3

SV-4

Installation of all required Piping, Valves with / without Actuators, fittings / flanges, hardware,

Instrumentations & Controls etc, at each location, as per PIDs & project requirement,

Installation of all required Instrumentation & Controls, Electrical systems and civil supplies, as

required,

All associated works including required Civil, Mechanical, Electrical, Instrumentation & Control,

Cathodic Protection work and associated activities required for successful completion of the project.

D) At Receiving Terminal (Hisar) :

Construction of new Receving Terminal (RT), at new plot procured at Hisar, and develop new process

area complete with all piping, instrumentation & controls, electrical and civil works, required as per

project PIDs, GADs and Tender requirements, along with all associated station piping and facilities,

including :

o Development of new plot and process area (RT), Installation of Pig receiver, interconnecting

piping and pig handling system including trolleys and Jib Crane.

o Installation of all Station Piping with Fittings and Flanges, Stud, Bolts & Gaskets, as per project

Drawings and Scope.

o Installation of Filtering, Metering and PRS Skid for Hisar Receiving Terminal.

o Installation, hook-up and integration of all Package items including skids (FIM) with station

piping, as per project requirements.

Page 50 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 51 of 93

o Installation of all associated Valves with /without Actuators as per PIDs

o Installation of IJs, Flow tees and required Instrumentation & Controls

o All associated works including required Civil, Mechanical, Electrical, Instrumentation & Control,

Cathodic Protection work and associated activities required for successful completion of the

project.

E) At Intermediate Pigging Station (IP Station) :

Construction of new IP Station (IP), at existing GAIL Station at designated plot, and develop new

process facility complete with all piping, instrumentation & controls, electrical and civil works, required

as per project PIDs, GADs and Tender requirements, along with all associated station piping and

facilities, including :

o Development of process area (IP), Installation of Pig Launcher and Receiver, all interconnecting

piping and pig handling system including removable trolley.

o Installation of all interconnecting Piping, between the two Piggable sections of the proposed

pipeline, as per project drawings.

o Installation, hook-up and integration of all Package items with station piping, as per project

requirement.

o Installation of all Station Piping with Fittings and Flanges, Stud, Bolts & Gaskets, as per project

Drawings and Scope.

o Installation of all associated Valves with /without Actuators as per PIDs

o Installation of IJs, Flow tees and required Instrumentation & Controls

o Integration of Instrumentation & Control and Electrical systems as required,

o All associated works including required Civil, Mechanical, Electrical, Instrumentation & Control,

Cathodic Protection work and associated activities required for successful completion of the

project.

The above details are indicative only and are intended to provide a basic understanding of the works and activities

required for proposed station facilities development work along the proposed pipeline. However, for details, the

contractor must refer the complete Tender Documents especially all Specifications (including GTS and PTS), Design

basis and all Project Drawings.

Contractor's scope shall include all activities of work specified in the item description of Schedule of Rates and in

Tender document. In case any activity though specifically not covered in description of Tender document but is

required to complete the work which could be reasonably implied/ informed from the content of Bidding Document,

the cost for carrying out such activity of work shall be deemed to be included in the item rate.

Additionally, all the works described in various sections of this document, as forming part of Contractor’s scope of

work, shall be included in contractor’s scope of work. The Contractor shall also provide full co-operation and

support for Integration of the new Piping Installations with existing systems / installations at all locations.

Page 51 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 52 of 93

13.0 STATIONS WORKS - CIVIL SCOPE OF WORK

The Scope of work for Civil Engineering shall be as per the details provided in the following document, attached in

the Tender Document:

13.1 Introduction

This document establishes the basis for Civil/Structural Design and Engineering for the proposed Pipeline from

Sultanpur to Hisar, and the associated equipment/ station facilities proposed to be installed, along with the Pipeline.

This document shall be read in conjunction with Index for request for Scope of work, proposal (RFP), Design Basis,

Schedule of Rates, Specifications, Standards, and Drawings of all disciplines and other Documents forming part of

Tender Document.

13.2 Abbreviation

ACP : Aluminum Composite Panel

AFC : Approved For Construction

A/G : Above Ground

AHU : Air Handling Unit

CCE : Chief Controller of Explosives

CL : Centre Line

CP : Cathodic Protection

DT : Dispatch Terminal

ECS : Emergency Control Station

EPC : Engineering Procurement Construction

ERC : Electrical Road Crossing

FC : False Ceiling

FF : False Flooring

FGL : Finished Ground Level

GAIL : GAIL (India) Limited

HFL : High Flood Level

HM HDPE : High Molecular Weight High Density Polyethylene

HSE : Health Safety Environment

HVAC : Heating, Ventilation &Air Conditioning

IRC : Instrument Road Crossings

IS : Indian Standard

Page 52 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 53 of 93

LAN : Local Area Network

MMSCMD : Million Metric Standard Cubic Meter per Day

MR : Main Room

MSL : Mean Sea Level

NGL : Natural Ground Level

PCC : Plain Cement Concrete

PESO : Petroleum and Explosives Safety Organization

P/L : Pipeline

PNGRB : Petroleum And Natural Gas Regulatory Board

QA : Quality Assurance

QAP : Quality Assurance Plan

QC : Quality Control

RCC : Reinforced Cement Concrete

RL : Reduced Level

ROW : Right Of Way

RR : Random Rubble

RT : Receipt Terminal

RTU : Remote Terminal Unit

RWS : Remote Work Station

SCADA : Supervisory Control And Data Acquisition System

SCRC : Street Light Cable Road Crossing

SD : Scour Depth

SMCS : SCADA Master Control Station

SOW : Scope of Work

SV : Sectionalizing Valve

TAC : Tariff Advisory Committee

uPVC : Un-plasticized Polyvinyl Chloride

WAN : Wide Area Network

WBM : Water Bound Macadam

WMM : Water Mixed Macadam

Page 53 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 54 of 93

13.3 General Requirement of Work

The scope of general civil, structural & architectural works shall include construction of civil works based on Issued

for construction drawing by Owner / consultant.

Supply of all required materials, consumables, tools, tackles, machinery, equipment, manpower etc. required for

construction, execution and construction of all relevant civil structural steel and RCC works, fabrication, erection,

installation, painting, testing, guarantying, commissioning and supervision of all General Civil, Structural &

Architectural works for terminal/Building as required for successful completion of works as per specifications and

standards enclosed with the Bid document.

The Contractor shall provide one table of adequate size (having decorative fascia Including Mobile Drawer unit),

18” depth Storage units having shutters (approx. 24 Sq. ft.) and four chairs (one for an official & three for visitors)

in the room marked as control room in each building. The Contractor shall provide one chair for Guard room.

The work shall be carried out for installation of proposed pipeline & its facilities such as Dispatch terminal, Receiving

/ Customers end stations as per arrangement of plot layout plan / Process area development diagram provided in bid

which is tentative as per Annexure –I & relevant tender drawing provided in BID.

All General work shall be executed as per Scope of work mentioned in Layouts/ Drawings/ documents, Design Basis

(Document No. P.013312 D 11063 001), Particular and General Technical specification and Standards, relevant

applicable BIS/ International Codes and direction of owner / Owner’s representative.

Any other work not listed below but required to be executed for completion of the work shall deemed to be included

in Contractor’s scope of work.

Signage for Building

Required Suitable Internal and external signage shall be provided for:

All the signboards of OWNER shall be Neon Lighted. Hence for every building at least one rectangular pedestal

shall be provided at the top of the building for OWNER Logo.

Building names on building and directions on roads at important points, crossings.

Space/ Room name plates for each Room/ cabins etc.

13.4 Detailed Scope Of Work

13.4.1 Requirement Of Stations

The different types of stations are required to be built at the site locations. Details of stations are defined as below:

Despatch Station : 1 (Existing) at sultanpur

No of SV stations : 4 (New)

No of IP station : 1 (New)

Receiving Station : 1 (New) at Hisar

Despatch Station (existing) at Sultanpur

It will be built to house the process area, Pig Launcher/ Receiver Support, Pipe & valve support, approach road,

Page 54 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 55 of 93

Platform & cat ladder.

SV Stations (SV1)

It will be built to house the process area, Pipe & Valve support, PRS / metering & filtering skid foundation, control

room building, guard room, transformer area, DG foundation, inspection chamber, septic tank & soak pit,

footpaths, box / pipe culverts, Platform & cat ladder, boundary wall, chain link fencing (if required near

transformer or other equipment), bore well, Recharge well, U/G water tank, water drainage system, main gate

(Sliding), wicket gate, ERC/IRC etc.

SV Stations (Typ.)

It will be built to house the process area, Pipe & Valve support, control room building, guard room, transformer

area, DG foundation, inspection chamber, septic tank & soak pit, footpaths, box / pipe culverts, Platform & cat

ladder, boundary wall, chain link fencing (if required near transformer or other equipment), bore well, Recharge

well, U/G water tank, water drainage system, main gate (Sliding), wicket gate, ERC/IRC etc.

IP Stations (Typ.)

It will be built to house the process area, Pipe & Valve support, Pig Launcher/ Receiver Support, control room

building, guard room, transformer area, DG foundation, inspection chamber, septic tank & soak pit, footpaths, box

/ pipe culverts, Platform & cat ladder, boundary wall, chain link fencing (if required near transformer or other

equipment), bore well, Recharge well, U/G water tank, water drainage system, main gate (Sliding), wicket gate,

ERC/IRC etc.

Receiving Station at Hisar

It will be built to house the process area, Pipe & Valve support, Process area, Pig launcher/receiver, control room

building, guard room, transformer area, inspection chamber, septic tank & soak pit, footpaths, box / pipe culverts,

Platform & cat ladder, chain link fencing (if required near transformer or other equipment), water drainage system,

main gate (Sliding), wicket gate, ERC/IRC etc.

NOTE (For All Station): - High Strength Deformed (TMT) bars of grade Fe 500D conforming to IS: 1786 shall

be used for all structures above FGL at all stations/terminals. However, at stations/ terminals where ground water

table is at a shallower depth or near coastal area causing submergence of foundations, Corrosion Resistant Steel

(CRS) bars shall be used for all structure below ground Level (FGL) or as per geo-tech recommendation.

General Civil

The following works are also included under Civil Scope Works:

Conducting Topographical Survey

Conducting topographical survey and preparation of survey map for stations , pipeline installations, collection of

all relevant data, CBR values for road work, water table data, HFL, existing nearby access road top level etc.,

identifying nearest existing drain/nallah with feasible location for connecting proposed drains outfalls, identifying

and locating all existing geographical features in proposed station and in surrounding area etc., preparation of

survey drawings and documents as required and submitting the same for review/ information for each Stations and

incorporating the modification /changes/suggestions if any from Consultant/ Owner, including supply of all

materials as required all complete as per Specifications, addendum the standard specification and direction of

Owner / Owner’s representative.

Plot area of Clearing and stripping

All the areas, including depressions, where filling or cutting is to be carried out shall be cleared and stripped

completely of bushes, roots, vegetation, plantation trees, shrubs, trees up to 30 cms girth, organic and other

objectionable materials. All these shall be completely uprooted and virgin soil exposed and not merely scrapped

at the surface. The roots of trees of girth up to 30 cms shall be removed to a minimum depth of 1M below existing

ground level and holes, hollows filled up with selected approved available soil within all leads and lifts and

compacted to obtain 95% of laboratory dry density of soil as per IS: 2720, Part VII and leveled as directed by

Owner / Owner’s representative. All soft patches must be worked out to remove soft soil and selected approved

Page 55 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 56 of 93

earth must be filled back and the areas (areas coming under filling) compacted to obtain 95% of maximum

laboratory dry density of soil, as per IS: 2720 Part VII. The depth of stripping shall be generally 50 to 150 mm as

decided by Owner / Owner’s representative.

Site Grading

Site grading, cutting of trees (wherever required after obtaining approval from statutory authority) including

stripping and clearing of areas, earthwork in cutting, cutting and filling, filling with approved non-expansive soil

with borrow earth (as the case may be), transportation, spreading of earth in layers, watering, rolling, disposal of

surplus / unserviceable earth all complete as per drawings, specifications, documents and direction of Owner /

Owner’s representative. The scope of work also includes micro grading of whole area after erection of equipment

/ completion of other civil works. (Borrow area/earth shall be arranged by contractor on his own without additional

cost to Owner).

Sand filling for process area and building

Process area and building area within station/terminal shall be filled with clean and well graded sand conforming

to IS: 383 with grading zone-II or III from natural ground level (NGL) up to the finished grade level (FGL),

transportation, spreading of sand in layers, watering, rolling/ compacted to relative density of 85% conforming to

IS: 2720 part-XIV all complete as per drawings, specifications, documents and direction of Owner / Owner’s

representative. (Borrow area/Sand shall be arranged by contractor on his own without additional cost to Owner)

Stone/rubble pitching

Providing Stone/Rubble pitching for embankment slope protection for road and site grading and other places (if

embankment heights more than 1000mm) including supply of all related material etc., all complete as per

drawings, specifications, documents and direction of Owner / Owner’s representative.

Boundary / Compound Wall Construction

Construction of Compound wall with Brick masonry filler wall type along with its foundation including providing

PCC coping, ‘Y’ shape structural steel supports (grouted on top of the wall) for barbed wire overhang fence,

Concertina wire fence, cement plaster in the super structure of the wall including executing all other associated

work including supply of consumables and tools etc., all complete as per drawing & PTS, Civil works

specifications -Civil Design Basis). Also, Providing welded bar mesh with Angle Iron frame and lugs in storm

water drain outlet point under compound wall including providing RCC beams/ frame as required for opening in

compound wall all complete as per drawings, specifications, documents and direction of Owner / Owner’s

representative.

In general brick shall be considered for construction of compound wall, in case bricks (of required quantity) are

not available, then other options mentioned in design basis shall be considered.

Entrance gates

Steel entrance Gate shall be designed as per the attached drawing No.: GGNG–C–20109-016 & GGNG–C–20109-

018 broadly showing the minimum member sizes, details etc. except that the Entrance gate shall consists of a main

gate and a wicket gate. Wicket gate of approx. 1.2m width shall be openable type and shall be provided adjoining

Guard Room building. Main gate shall have provision for the logo of the Owner. The contractor shall provide

sizes and details as per functional and structural safety requirements and submit the consolidated design of

Entrance Gate & wicket gate to the Owner/ Consultant for approval.

Chain-link fencing

Providing Chain link fencing with barbed wire overhang with steel line post/ stretcher posts and strut and PCC

block foundations/ seal beam including painting on steel members of fencing around transformer, electrical two

pole structure and other area within station/terminal, earth work in excavation for PCC block foundations/ seal

beam, backfilling with excavated/ borrow good earth, transportation including supply of all related material,

consumables etc., including providing Wicket Gate in RCC all complete as per drawings, specifications,

documents and direction of Owner / Owner’s representative (Ref. Drg. no GGNG–C–20109-010).

Page 56 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 57 of 93

Concertina fence

Concertina fencing (made as per following: Diameter of the wire: 2.56mm, Blade thickens: 0.53mm, Blade length:

12.60mm, Blade width: 12.73mm, Blade spacing 25.00mm (Average), Diameter of ring:450mm, Spacing of each

ring / coil: 150mm) on longitudinal runs of Barbed wires supported on angle iron frame over compound wall for

all height.

Earthwork for Road

Earthwork in cutting, cutting and filling, filling with approved borrow earth (as the case may be) for all heights

and depths for road sub-grade / shoulders or any other place as directed to proper levels, slopes, grades and camber

including box cutting (if required in case of level difference between NGL and FGL is nil), clearing and stripping

the area, uprooting of vegetation, roots and disposal of the shrubs, bushes, roots etc., for construction of Main

Plant Road and Access road outside the plant up to main road. (Borrow earth shall be arranged by contractor on

his own without additional cost to Owner)

Construction of RCC Road

Construction of RCC road (Type-I) with WBM/WMM base Courses in layers including watering, rolling,

transportation including providing RCC finish, PCC layer, pre-cast PCC interlocking paver blocks top on road

berm(s) (for plant road only) all complete as required for Main Plant Road and Access road outside the plant up

to main road (Ref. Drg. No. GGNG–C–20109-002), Civil works specifications Doc. No Z/02 0021).

Bituminous Road, if applicable

Construction of Bituminous road with WBM /WMM base Courses in layers including watering, rolling,

transportation including providing bituminous premix carpet layer with seal coat all complete as required for

access road outside the plant (Ref. Drg. No.: GGNG–C–20109-027), Civil works specifications Doc. No. Z/02

0021).

Gravels finishing in pipeline process area

Providing and laying crushed graded gravel layer (Size of gravel 40mm down laid over layer of sand) and 250

micron thick HM HDPE Grade-I film (conforming to IS:10889) for Pipeline process areas including construction

of peripheral retention brick/ Course rubble masonry wall with its foundation, supply of all other materials and

consumables etc., all complete as per drawings, specifications, documents and direction of Owner / Owner’s

representative (Ref. Drg. No.: GGNG - C - 20709 - 025), (PTS –Gravel filling Doc. No. P.013312 D 11077 002),

for details, Piping general arrangement drawing shall be referred which is attached elsewhere in the bid document.)

Gravels

The material to be used for gravel filling shall be either gravel or hard durable crushed stone from source/ quarries

approved by Owner / Owner’s representative. It shall be free from flat, elongated, soft and disintegrated particles

without any fissures. It shall also be free from clay and weathering action. The size of gravel/ crushed stone shall

40 mm down for process area and 40mm to 60mm below pipe sleeper and transformer area/electrical two pole

area.

RCC Pavement

Construction of RCC pavement (Type-II) including preparation of sub-grade for operating area of P/L Process

area including providing PCC base, reinforcement steel, reinforced cement concrete, joints with joint sealing

compound etc. including supply of all other materials and consumables etc., all complete as per drawings,

specifications, documents and direction of Owner / Owner’s representative (Ref. Drg. No. GGNG–C–20109-001

, Civil works specifications Doc. No. Z/02 0021,).

Also, required foundations for installation of above ground pipelines’ supports, Metering Skids, DG set, other

allied Equipment, etc. are to be constructed including providing PCC base, reinforcement steel, reinforced cement

concrete, joints with joint sealing compound, insulation/isolation works as required, etc. including supply of all

other materials and consumables etc., all complete as per drawings, specifications, documents and direction of

Owner / Owner’s representative (Ref. Drg. No. GGNG–C–20109-017& GGNG–C–20109-008). (For details,

Page 57 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 58 of 93

Piping general arrangement drawing shall be referred which is attached elsewhere in the bid document.)

Storm Water Drain

Providing rectangular Brick masonry storm water drains with starting depth of 300mm and min. 500mm wide

with drain bed slope 1:750 (Ref. Drg. No. GGNG–C–20109-021), Design basis Doc. No. P. 013312 D 11063 001.

In general brick shall be considered for construction of storm water drain, in case bricks (of required quantity)

are not available, then other options mentioned in design basis shall be considered.

Pipe Culvert

Construction of Pipe Culverts using RCC pipes (IS: 458, Class- NP3) within the station area including providing

PCC base, RCC encasement to pipes (if required), parapet walls including supply of all other related material and

consumables etc., all complete (Ref. Drg. No. TE IND - STD - G - C - 1006) & Design basis Doc. No. P. 013312

D 11063 001).

Box Culvert

Construction of RCC Box Culverts under access road outside the plant including providing PCC base,

reinforcement steel, reinforcement concrete, parapet wall including centering and shuttering, supply of all other

related material and consumables etc. all complete (Ref. Drg. No. GGNG–C–20109-005 and Design Basis _ Civil,

Doc. No. P. 013312 D 11063 001).

Electrical/ instrumentation cables road crossings

Construction of Electrical/ Instrumentation Cables Road Crossings using RCC pipes (IS: 458, Class-NP2),

providing PCC for encasement of pipes including excavation in road, restoration of road & the making the same

good in case of existing road all complete. (Refer Design Basis _ Civil, Doc. No. P. 013312 D 11063 001).

Sewerage System

Providing plumbing & drainage system for building toilet block in reference to Architectural Drawing,

construction of sanitary waste collection & disposal system consisting Gully Traps, Inspection Chambers,

Manholes, Vent pipes, Septic Tank and Soak Pit combination (or Septic Tank and up flow Anaerobic filter

combination with Bleaching tank in case of high water table or soil with less permeability) including providing

all necessary sewer piping (RCC, C.I., Stoneware) all complete. (Preparation of the details drawing for building

plumbing for sanitary waste system for/within the building shall be in contractor scope for work).

Drinking Water System

Plumbing in Building for drinking water piping system (Conceal in building walls), with uPVC piping

(Conforming to IS: 4985, BS: 3505 and ASTM D-1785 for pressure rating up to 4kgf/cm2) with all fittings

(Conforming to relevant IS/BS/ASTM code). Laying feeder underground and riser pipe (uPVC Conforming to IS:

4985, BS: 3505 and ASTM D-1785 for pressure rating up to 4kgf/cm2) with all fittings (Conforming to relevant

IS/BS/ASTM code), providing valves, valve pits (wherever required) from tube well output nozzle to inlet of

HDPE water storage tank (to be placed on Roof slab of station buildings with toilet facilities) including supply of

all materials and consumables all complete.

(Preparation of the details drawing for building plumbing for water system for/within the building shall be in

TEPL scope).

Tube Well (Casing Pipe dia 150mm)

Providing tube wells (with sufficient depth in all type of soil including hard rock) with electric submersible pump

(approved quality) (Pump & motor as per IS: 8034 & IS: 9283 of a pumping capacity of 5m3/hr. for a head of

50m at grade level) including providing Bore wells, housing pipes, blank pipes, slotted well pipes, clamps, cap,

plugs, spacers including painting on externals surface the pipes and fitting, packing with gravel, developing/

cleaning of tube wells, conducting draw down test, testing of water quality, testing for total yield and

commissioning of tube well system and pumps, providing GI riser pipes in tube well including supply and

Page 58 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 59 of 93

installation of gate valve, check valve, pressure gauge, providing and laying associated power and control cables

including supply and installation of control panel with steel canopy etc. all complete. (Ref. Doc. No. 013312 D

11063 001).

Hiring district level groundwater surveyor (available with the district administration) for finalization of the

location of proposed Tube wells within the station complex limit with all charges payable to the authority/

personnel for hiring of services/ consultation for finalization of location of Tube wells/ use of their records,

conveyance etc. all complete. Scope also include preparation of report on groundwater survey required for

submitting to respective authority for grants of installing and operating the tube well including taking approval

required from the respective authority installing and operating the tube well .

Electro Logging survey of bore well is to be done through Government Department (in presence of Superintending

Geologist). As per the report and recommendation submitted by them, the pipeline assemblies (combination of

Blank pipe and slotted pipes) are to be made and lowered (Fee payable to the authority/ agency shall be built in

the overall cost of the system).

Supply and laying water supply pipes (uPVC Conforming to IS: 4985, BS: 3505 and ASTM D-1785 for pressure

rating up to 4kgf/cm2) with all fittings (Conforming to relevant IS/BS/ASTM code) including valves and valve

pit (wherever required) from tube well output nozzle/discharge nozzle of the pump installed for RCC water storage

tank/sump including supply of all materials and consumables all complete. [Combined water supply line (uPVC)

to be provided downstream of Tube well nozzle and Pumps discharge nozzle (installed in RCC storage

tank/sump)].

Auto On/Off system for tube well shall be installed on filling and emptying of overhead water tank.

Raw water system for Horticulture

Supply and laying water supply pipes (uPVC Conforming to IS: 4985, BS: 3505 and ASTM D-1785 for pressure

rating up to 4kgf/cm2) with all fittings (Conforming to relevant IS/BS/ASTM code) including valves and valve

pit (wherever required) for horticulture and tapping point with valve shall be provided @ 50m in horticulture water

supply line including supply of all materials and consumables all complete (System shall be hookup with drinking

water system installed).

RCC water storage tank

Providing RCC water storage tank (Capacity= 5 Cu m) with pre cast RCC cover slab, inlet, outlet, Vent, overflow

nozzles, float valve all complete. Supply and installation of self-priming horizontal centrifugal pump for

supplying/ lifting stored water to HDPE water tank placed on roof top of the building shall be provided.

Tank shall be proposed U/G] (RCC water storage tank and HDPE tank shall be provided with level transmitter &

preparation of the P&ID /GA for water system shall be in contractor scope).

HDPE water storage tank

Providing HDPE water storage tanks (1000 liters) for Control room / Equipment building, in elevated platform

on the Building roof with all accessories i.e. manhole with cover, Float Valve, Inlet, Outlet and Over flow nozzles,

connections with the respective piping system all complete.

Reverse osmosis (RO) machine

Design, Detailed Engineering, Supply of all materials, fabrication, installation, erection, testing, Commissioning,

guaranteeing of five stage Reverse Osmosis (RO) water purifier machine/seven stage Reverse Osmosis (RO) water

purifier with cooling facilities machine including all accessories and fittings. Capable of removing excess TDS

from hard water to make safe water for drinking.

Reverse osmosis water purifier should have self-cleansing mechanism for RO membrane. Installation of reverse

osmosis machine complete with membranes, housings and control system for new Dispatch Station & customer

end station.

Page 59 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 60 of 93

UV type water purifier machine

Design, Detailed Engineering, Supply of all materials, fabrication, installation, erection, testing, commissioning,

guaranteeing of three stage online/ storage ultra-violet (UV) water purifier machine, with iron remover filter unit

including all accessories and fittings.

Capable of removing odors, organic impurities and traces of chlorine to make safe for drinking water. Must be

capable of discharging water at the rate of 1 liter per minute.

Installation of water purification device with ultra violet technology shall be applicable new Dispatch Station &

customer end station.

Rain water harvesting system

Providing Percolation Pit for Rain Water Harvesting system (Consisting water collection cum filtration pit as per

drawing), PVC well casing and screen pipes (dia. 200mm) (AS PER ASTM-D- 1785, DIN 4925 and IS: 12818)

and bore hole dia. 450mm including drilling for water injection pipe, earthwork in cutting for pit, providing filter

layers inclusive of supply of all other required materials, consumables and tools etc., all complete (Ref. Drg. No.

GGNG–C–20109-022and Design Basis_ Civil, Doc. No.: P. 013312 D 11063 001).(For plot size up to 500 q. M

1 no. unit of Rain water harvesting system shall be provided. In case of more than 2500 sq m. Plot size, 2 no. units

shall be provided).

Precast PCC paver block footpath

Construction of footpath with precast PCC interlocking paver block including providing sand base course,

watering for compaction etc., supply of all other materials as required all complete (Ref. Drg. No. GGNG–C–

20109-025 and Design Basis_ Civil, Doc. No.: P. 013312 D 11063 001).

PCC parking area

In PCC parking area, Pavement of 150mm thickness of m25 grade concrete over 75mm thick PCC (M7.5) shall

be laid near entrance gate as shown in the plot plan.

Cat Ladder

steel cat ladder shall be provided for access to the flat roofs for maintenance. Anti-slippery strips to be

provided. supply of all other materials as required all complete (Ref. Drg. No. GGNG–C–20109-006).

Valve chamber

Construction of RCC valve chamber of different size shall be as per drawing no (Ref. Drg. No. GGNG–C–20109-

032/033.)

Site finish with gravel

Providing and laying 100mm thick crushed graded gravel layer (Size of gravel 40mm to 60mm) over 100mm thick

sand layer below pipe sleeper and transformer area/electrical two pole area/customer end area with retention walls

including supply, transportation stacking spreading in layers all complete as per drawing and direction of Owner

/ Owner’s representative.

Earthwork

Earthwork in excavation for all type of soil, backfilling with approved excavated available earth / borrowed earth

(wherever required, to be arranged by the Contractor) in foundation and trenching for all General civil works/

facilities i.e. RCC pavement, Drains, Culvert, Road crossings for Electrical / Instrument cable, sewage system,

drinking water system etc.

Borrow Area /Earth /Sand /Stone

Borrow area for earth/sand/stone with all leads shall be arranged by contractor on his own including taking

approval from statutory and local authority, paying royalty and services taxes to local authority.

Page 60 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 61 of 93

Disposal of Surplus earth

Disposal of surplus/ unusable earth/ debris anywhere outside the plant limit (area shall be arranged by the

contractor on his own) including transportation, loading, unloading, clearing of site etc. all complete as per

direction of Owner / Owner’s representative.

Green Belt Development

Contractor to ensure that there shall be minimum percentage of green belt area in the plot of stations as per the

norms / standards specified by the state government / environmental specifications. Type of trees shall be as per

client recommendations. Development of green belt with carefully selected native plant species is of prime

importance due to their capacity to reduce noise and air pollution impacts by attenuation / assimilation and for

providing food and habitat for local macro and micro fauna. Survival rate of the planted trees are be closely

monitored in the green belt and the trees which could not survive are to be counted during the contractual period.

Preparation of Sub grade

The area to be filled with gravel shall be cleared of all loose material and virgin soil shall be exposed. Such exposed

surface shall be consolidated properly to obtain 95% of maximum laboratory dry density of the soil as per IS:

2720 Part VII.

All soft patches shall be worked out to remove the soft soil and selected approved earth shall be filled back and

compacted. The sub grade shall be free from sharp objects such as stone, weed roots etc. and shall be smooth

without any depressions and humps etc. The surfaces so prepared shall be levelled and sloped as per drawings, for

effective drainage.

PVC pipe and fittings

All uPVC pipes shall conform to IS: 4985-2000 and fittings shall conform to IS: 7634(Part I) for water supply

system.

The pipe laying and jointing shall be done in accordance with IS 7634 (Part-III) – 1975. Pipes shall be cut to size

and chamfered well. Burrs if any shall be removed. Pipes and fittings shall be jointed using solvent cement or

rubber ring joints. The pipes and fittings shall be jointed accurately without any stress to achieve leak proof joints.

All pipes above ground shall be fixed with G.I. holder bat clamps, clear off the wall, at 1.2 m center. If the pipes

are encased or embedded in wall, they shall be secured in position by iron hoops at 1.2 m center. No extra payment

shall be made for clamps, hooks, cutting holes in walls, chasing and making good the same.

All underground pipes shall have a minimum earth cover of 600mm or as directed by the Owner / Owner’s

representative. No extra payment shall be made for excavation in trenches, backfilling the same and removal of

surplus earth. Before any pipes are covered up, they shall be tested to a hydrostatic pressure of 5 kg/ sq. cm for

half an hour.

Testing

The method which is commonly in use is filling the pipe with water, taking care to evacuate any entrapped

air and slowly raising the system to the test pressure. The test shall be done in accordance with IS:2065

- 1983 - code of practice for water supply in buildings.

The test pressure shall be 5 kg/cm2 or the maximum working pressure plus 50%, whichever is greater. The

pressure shall be maintained for at least half an hour.

Wind Sock

Design, engineering, supply, installation of Wind sock with collapsible pole including base plate, anchor bolts,

casting of pedestal over roof top of control room/ equipment room building/porta cabin etc. with all labour,

materials, equipment, all accessories necessary to completely install wind sock system on the top of roof of control

room / equipment room/porta cabin including testing methods/procedures (as per IS codes) of completed windsock

system to indicate wind strength and wind direction.

Page 61 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 62 of 93

Restoration of Civil works at Gas-in / Source facilities and Receipt / Customer station

Contractor shall carryout all required civil works for restoration of facilities / existing station / under construction

station which are affected / damaged due to pipeline works carried out by the Contractor.

13.5 Structural Works

Supply and Construction of foundations and/or super structure for

i. All buildings i.e. control room & Guard Room at respective Stations as per Architectural drawing:

ii. Compound wall including RCC Retaining Wall (wherever required) at respective stations

iii. Underground water retaining structures.

iv. Pipe Supports & Equipment Foundations at all stations etc.

v. Trenches, pits, sheds and other miscellaneous structures.

13.5.1. Preparation of bar bending schedule for all RCC works before construction is taken up.

13.5.2. Supplying, fabricating and erection of Structural steel works in super structure including platforms and ladders

around equipments, cable racks, instrument supports, hand railings, crossovers, pipe supports and operating

platforms from grade.

13.5.3. Preparation of fabrication drawings for all structural steel works.

13.5.4. Providing Electro-forged galvanized MS grating, Chequered Plate and painted handrails on platforms/ stairs.

13.5.5. Painting on structural steel and coating of RCC works including shop primer shall be done as per Painting

specification attached elsewhere in the bid document.

13.5.6. Piling works (Bored/ Driven Cast-in-situ), wherever required as per the recommendation of Soil Investigation

report(s) shall be carried out by the Contractor. Piling works including pile testing shall be submitted by the

Contractor to Owner/Consultant for review & record before starting the construction activities.

13.5.7. For Geotechnical scope of station & Customers end stations & River/ Water crossings along pipeline. Doc. No. P.

013312 D 11063 001 of SOW shall be referred.

13.5.8. Dismantling/Demolishing of existing PCC, RCC, Brickwork, Structural Steel, Sheeting, etc. for all heights &

depths at NO extra cost to Owner.

13.5.9. Furnishing activity wise work program and taking necessary approvals from the related department before carrying

out any activity in existing structure. Any statutory approval from authorities including submission of stability

certificate after completion of construction, if required, shall also be provided.

13.5.10. Documentation of “AS BUILT” drawings/ details for all works as specified elsewhere in this Bid.

13.5.11. Bank protection/ bank erosion control/ slope stabilization measures viz. Gabion/ Diversion Berms/ Sack Breakers,

etc. shall be carried out by the Contractor wherever required as necessitated by prevailing site conditions and/ or

as specified in the Bid elsewhere. Details of the proposed method along with technical specifications and execution

methodology shall be submitted by the Contractor to Owner/ Consultant for review & record before starting the

construction activities.

13.5.12. Any other civil and structural works required/ directed by Owner/ Consultant for the satisfactory and successful

completion of the Project.

ARCHITECTURAL WORKS

Page 62 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 63 of 93

Owner / PMC shall issue architectural drawings and respective documents as relevant up to Approved for

Construction (AFC), considering the detailed requirements of the bid drawings, Civil Design Basis (Doc. No.

P. 013312 D 11063 001), Project drawing of architectural for control room & Guard room building (Drawing

No. All buildings i.e. control room & Guard Room at respective Stations as per Architectural drawing and

Standard specification for architectural works.

The architectural drawings provided in bid for the listed buildings facilities are primary and indicative only.

The changes in scheme of design and drawings of the buildings as per Owner/ Consultant shall be implemented

without any additional time and cost implication.

13.6 Special Requirement

13.6.1. Structural work

In addition to the Compound wall typical drawing, following shall be strictly follow to.

Ordinary Portland Cement (53 Grade)/ Portland Pozzolana Cement/ Sulphate Resisting Cement shall be used.

Contractor shall make necessary arrangement for placing the anchor bolts in position before concreting. Whenever

there are more than four foundation bolts, these shall be fixed by using template. In case bolts are not available at

site at the time of casting of foundation, proper pockets shall be left as per direction of the Owner/Consultant.

Contractor to ensure isolation of structures/ equipment with difference of temperature for free expansion while

providing interconnecting platform and for connection to stair structures.

Contractor shall ensure lateral stability by providing box/built-up sections for columns wherever it is not feasible

to provide vertical bracing in either direction.

All construction shall strictly conform to enclosed standards, specifications &drawings and issue for construction

time to time.

Filler walls in Compound wall shall be of brick or stone masonry depending upon the material availability at

particular site. RCC Retaining wall shall be used in case difference in elevation of FGL & NGL exceeds 1.5m or

as mentioned in design basis.

For underground water retaining structures, un-cracked design shall be done with Corrosion Resistant Steel bars

and water stops shall be provided at construction joints.

13.7 Structural Requirement of Control Room & Guard Room Building For Understanding Of Contractor

Architectural works with interior shall be executed by contractor with engaging approved Architect/ Architectural

organization which shall have similar kind of works experience & approved by Owner/ Consultant.

Landscape works shall be shall be executed by contractor with engaging approved Landscape Architect/

organization which shall have similar kind of works experience & approved by Owner/ Consultant.

13.8 Scope of Supply For Civil, Structural & Architectural Works

13.8.1. OWNER SCOPE OF SUPPLY

NIL

CONTRACTOR SCOPE OF SUPPLY

All materials and consumables required for satisfactory completion of the work shall be supplied by contractor.

Contractor’s scope shall also include arranging of all tools, tackles, Equipment, machinery and labor required for

satisfactory completion of the job.

Page 63 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 64 of 93

13.9 Construction

General Civil, Structural & Architectural construction and execution of work shall include supply of all materials,

labors, plants, tools & tackles by the Contractor unless specifically mentioned elsewhere in bid documents.

The Contractor is responsible to strict to conformity with Owner/ Consultant reviewed/ approved construction

drawings, using materials as per Civil Design Basis, Specifications, List of Approved Manufacturers / Vendors

and finishing schedule enclosed in the Tender Documents.

Contractor shall carry out construction including construction supervision.

13.10 Deliverables By The Contractor

The Contractor shall submit a detailed schedule of submission of deliverables is in scope of contractor as an

indicative for review by Owner/ Consultant as per agreed schedule. Such a schedule shall be made in line with the

overall time schedule indicated elsewhere in the Tender Documents.

Submission of all such deliverables shall be as per the said schedule as reviewed by Owner/ Consultant.

All such deliverables shall be prepared using Computer software and shall be complete in all respects including

correct titles indicating Owner, Consultant, Contractor, Project name, Project No., Dates, Issues, Revisions and

signatures of Performer, Checker & Approver of the Contractor.

Incomplete, unsigned & unchecked Documents/ Drawings shall not be accepted and shall be returned.

All revisions shall be clearly pointed out clouded for easy identification/ review.

All such deliverables shall be submitted in requisite number of prints as per methodology mentioned elsewhere in

the Tender Documents.

• Specifications

The Contractor shall prepare & submit specifications of materials and site related procedures etc., which are not

covered or attached in the Tender Documents for review by Owner/ Consultant

13.11 Statutory Approval

Any liasoning and other support services required to client for getting statutory approvals including town planning

and other approvals shall be in the scope of contractor.

The Contractor shall obtain all necessary approvals from statutory authorities such as Factory Inspector, Local

Municipal or Development Authorities for the design and construction. Contractor shall comply with the

requirement of local Authorities/ bodies including preparation of required drawings/ documents

The Contractor shall also prepare and submit all drawings, documents as required for obtaining such approvals in

accordance with the statutory requirement for Information/ Record of Owner/ Consultant.

Any changes/ modifications etc. in design/ construction required for obtaining such approvals shall also be done

by the Contractor without any time & cost implication to the Owner or Consultant.

13.12 As-built drawings:

The Contractor shall prepare & submit As-built drawings both in requisite no. of hard prints as well as in form of

computer files for Information/Record of Owner/ Consultant.

13.13 List Of Sub- Vendors/ Authorised Applicators For Specialised Items

Execution of Specialized works / items such as like Waterproofing on roof, False Ceiling, False Flooring,

Page 64 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 65 of 93

Underdeck Insulation etc. shall be done from recommended / approved vendor list.

Any vendor for specialized works / items as mentioned above shall not mentioned in the bid, Contractor shall

submit list of all Vendors or Sub- vendors/ authorized representatives credential which is to be engaged for the

execution of specialized items for Owner/ Consultant review and approval.

13.14 List Of Attachments

All works shall be carried out by the Contractor strictly in accordance with the drawings/ documents/

specifications/ standards as attached in the Tender

13.15 Document Preferences

In case of conflict between the requirements given in this document and the requirements of other specifications

enclosed with the tender document, the requirements specified in the scope of work document shall govern.

Should there be conflict, discrepancy, inconsistency or dispute between the various documents, they shall be

specifically brought into the notice of Owner /Consultant and the most stringent of all shall be followed:

i. Scope of Work

ii. Design Basis

iii. Particular Technical Specification and Project

iv. Typical Drawings

v. General technical Specification

vi. Standard Specifications

If any dispute arises with regards to the interpretation of any of the clauses/ detail of the bid document, the decision

of the Owner/Consultant shall be final.

All standard specifications, Particular & General Technical specifications, standards, drawings, etc. pertaining to

General Civil Engineering are included in Bid.

∑ ∑ ∑

Page 65 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 66 of 93

ANNEXURE – I: SUMMARY FOR SCOPE OF WORKS FOR CIVIL WORKS

List of Civil Works

Sl.

No.

Scope of works Sl.

No.

Scope of works

1 Layout Plan 20 Electrical/Inst. Cable crossing

2 Topographical Survey 21 Sewerage System

3 Site Grading 22 Drinking water system

4 Earth / Sand Filling 23 Tube Well

5 Control Room with RO system 24 Raw Water System for Horticulture

6 Guard Room 25 Rubble Pitching

7 Compound wall 26 RCC Water Storage Tank

8 Misc. RCC work 27 HDPE Water Storage Tank

9 Chain Link Fencing 28 Rain Water Harvesting System

10 Approach RRC Road 29 Footpath with Precast Tiles

11 Internal RCC Road 30 Site Finish with Gravel

12 Process area with Gavel Filling 31 Earthworks

13 RCC Pavement 32 Green Belt Development

14 Storm Water Drain 33 Windsock

15 DG foundation 34 Restoration of Civil works at Gas-in / Source facilities

16 Pig Launcher / receiver foundation

17 Skid foundation

18 Pipe Culvert / Box Culvert

19 Pipe supports & foundation

∑ ∑ ∑

Page 66 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 67 of 93

ANNEXURE – II: CIVIL SCOPE OF WORK FOR STATIONS / TERMINALS

S.N

. Description G/R C/R

Porta

Cabin

B / W

with

Gate

Fencing

with

Gate

RCC

Approach

Road

RCC

Internal

road

External

drain

Internal

drain Culvert

Process

area

develop

ment

Pipe

support

Founda

tion of

skids

Valve

Chamb

er

Misc.

Works

1

Despatch

Station

(Existing)

X X X X X X √ X X X √ √ X X √

2 SV Station

(SV1) √ √ X √ X √ √ √ √ √ √ √ √ X √

3

SV Station

(SV2,SV3&S

V4) √ √ X √ X √ √ √ √ √ √ √ X X √

4 IP station √ √ X √ X √ √ √ √ √ √ √ X X √

5 Receiving

Station √ √ X √ X √ √ √ √ √ √ √ √ X √

Page 67 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 68 of 93

NOTES -

i. This summary gives only indicative scope of work. It has to be read in conjunction with Scope of work for CIVIL

& ASSOCIATED WORKS, relevant

ii. Tender specification/drawing. In case of any contradiction more stringent shall prevail.

iii. Miscellaneous works means the balance work shown in the plot plan drawing and in any other work required to

complete the station works.

iv. Internal approach road shall be constructed for new process area.

v. √-indicates Yes, X -indicates No.

vi. G/R – Guard Room; C/R – Control Room, B/W – Boundary Wall

vii. Guard room as per architectural drawing and associated drainage facilities like septic tank, soak pit, UG water

tank, bore well with submersible pump for water arrangement etc.

∑ ∑ ∑

Page 68 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 69 of 93

14.0 STATIONS WORKS – ELECTRICAL SCOPE OF WORK

14.1 GENERAL

The scope of work is divided into two parts as per the following-

i. Spread A: CH.0.00 KM (SULTANPUR) to CH. 70 KMS INCLUDING DT, SV-1, SV-2,

and IPS STATIONS.

ii. Spread B: MAINLINE CH.70.00 KM to CH. 135 KMS INCLUDING SV-3, SV-4

STATIONS & RT HISSAR.

The details provided in this section are Indicative only and are intended to provide a basic understanding of

the Project and the proposed 12” Pipeline system. However, for details, the contractor must refer the complete

Tender Documents especially all Specifications (including GTS and PTS), Design basis and all Project

Drawings.

The scope of work in general includes scope of work specified in Technical Documents (including Design

basis, PTS, GTS, drawings, datasheet etc.) and Schedule of Rates enclosed in the Tender Document. Section

of the Bidding Document. Further, it includes any other work not specifically mentioned but required to

complete the work as per specifications, drawings and instructions of Engineer-in-Charge.

Scope of work shall be read in conjunction with item description of Schedule of Rates and Contractor's

scope shall include all activities of work specified in the item description of Schedule of Rates. Rates shall

include all cost for the performance of the item considering all parts of the Bidding Document. In case any

activity though specifically not covered in description of item under `Schedule of Rates' but is required to

complete the work which could be reasonably implied/ informed from the content of Bidding Document,

the cost for carrying out such activity of work shall be deemed to be included in the item rate.

This document shall be read in conjunction with Design Basis, Schedule of Rates, Specifications including

PTS and GTS, Standards, Drawings, P&IDs and other Documents/ Drawings forming part of Tender

Document.

The instrumentation/Electrical panel shall be provided in all existing control rooms, if applicable and in new

control room. Contractor shall obtain all necessary permits/approvals viz. work permit, hot permit,

equipment/machine movement permit from the concerned authority. Contractor Scope also includes obtaining

necessary work permits for all existing stations.

Supply, Installation, Testing, Inspection, transportation & Commissioning of Electrical Equipment (SFU,

MEDB, OLDB, ILDB, SSDB, AC UPS system with UPSDB and Battery Bank, DG set with AMF Panel etc.),

Lighting, Earthing & Lightning Protection, Trenching, Cabling and all the electrical works related to stations.

(Refer SLD and PTS- Electrical)

The Owner shall arrange the power supply from State Electricity Board (SEB) at each station however,

liasioning and approval part with SEB to be executed by contractor. SEB shall install and supply the power

through Distribution transformer up to each station.

Distribution Transformer shall be provided by State Electricity Board (SEB) and liaisoning activities for

station’s Power supply shall be done by EPC contractor.

The contractor shall supply, lay & terminate 1.1 KV grade power & control cable from SEB pole mounted

transformer to SFU (bidder to supply) to MEDB, including Earthing of all SEB supplied equipment.

Design, detailed Engineering of whole Electrical system and approval from PMC/client representative

Including formulae used, design calculations, BOQ, Technical Specifications and Job/Commissioning

Methodology, Data Recording Formats, Quality Assurance Control [QA/QC] methodology.

Supply, installation, Testing and commissioning of SFU, MEDB, DG Set with AMF panel/Control panel

as per the tender specification. Contractor shall also responsible for interconnection cable laying

between MEDB to DG Set & AMF Panel/Control panel.

Supply, installation, Testing and commissioning of Parallel Redundant UPS system with UPSDB and

Page 69 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 70 of 93

Battery bank (Two source of battery bank) as per the tender specification. UPSDB shall have special

provision for converting of 48 V and 24 V DC supply for instrument load. Refer SLD for further details.

Supply, installation, Testing and commissioning of Indoor lighting system with Indoor lighting

DB/Switch socket DB/ACDB/Inverter for critical lighting/ LED lighting fixtures/switch socket /wiring

& conduiting /exhaust and ceiling fans etc. Refer PTS Electrical Package for further detail.

Supply, installation, Testing and commissioning of five star 1.5 Ton split AC with outdoor compressor

unit.

Supply, installation, Testing and commissioning of Outdoor lighting system with Outdoor lighting

DB/LED lighting fixture for safe area /Hazardous area with 4.5 meter,9 meter & 11 meter lighting pole

/Junction box.

Supply, installation, Testing and commissioning of indoor earthing system & Outdoor earthing system

with plant /control building’s lightning protection system. Refer earthing layout for further details.

Supply, installation/laying, Testing and commissioning of all Power & Control cable with required all

accessories like cable glands/copper lugs/ ferruling /route marker /WARNING TAPE/Cable tiles or

bricks inside & outside of control building /Process area.

All civil works associated with the complete Electrical work shall be included in the scope of contractor.

This shall include providing cable trenches, Buried cable trenches/backfill /DG Set & AMF

Panel/control panel’s shed or foundation for Electrical equipment etc.

Supply, installation of Structural steel, cable trays, other miscellaneous items etc.

Electrical work associated at all the stations shall be consisting of (but not limited to):

All cable work including earthing and system ground earth associated with the installation of the

supplied equipment.

Any temporary electrical works associated with the installation and commissioning of the system.

Testing and certification of all electrical works.

Supply of mandatory spares mentioned later.

14.2 The following electrical equipment / systems are envisaged in this project for existing despatch terminal

at sultanpur but not limited as per below:

(i) OLDB

(ii) UPS DB for new panels. Spare capacity is available in the existing UPS system to cater the new UPS

DB.

(iii) Solar based Lighting system is envisaged for the new skid area/ street light as applicable. Number of

lighting fixtures/poles will be decided during detail engineering.

(iv) Power & Control FRLS Cables.

(v) Earthing, bonding of new light pole/equipment shall relate to existing earthing/ main grid of station.

(vi) Conduit and associated hardware for concealed /surface mounting & wire (to be laid in the concrete

slab/other civil construction) for electrical system.

(vii) T-R set for Cathodic Protection System as applicable.

(viii) Structural steel, cable trays, miscellaneous items etc. as required.

14.3 The following electrical equipment / systems are envisaged in this project for each sv stations (total 4 nos.)

And one ip station but not limited as per below:

(i) Main Electrical Distribution Board (MEDB)

(ii) 415 V , TPN, SFU

Page 70 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 71 of 93

(iii) 415 V (3 Ph, 4W) 50 Hz Main Power Supply shall be from SEB arranged by M/s GAIL & Emergency

Power supply shall be feed by DG Set.

(iv) 40 KVA (min.), 415 V, 50 Hz, 0.8 PF, 3 Phase, 4Wire Silent Gas Engine Generator Set, Air Cooled

type, Auto /manual start facility from local / through SCADA upon grid failure. Rating to be finalized

during detail engineering.

(v) 5 KVA (min.), 230 V AC output, 50 Hz parallel redundant (2x100%) UPS with static stabilizer for

by pass supply with Ni-Cd VRPP battery (02 x 50% of Battery Bank) & UPS Distribution Board (UPS

DB).

(vi) OLDB, ILDB, SSDB & ACDB

(vii) Bore Well Pump, Water Tank Pump

(viii) Power & Control FRLS Cables

(ix) Indoor /Outdoor Lighting system

(x) Earthing, Bonding and lightning protection system

(xi) Split AC system

(xii) 2KVA Inverter with inverter DB

(xiii) Solar Lighting system.

(xiv) Structural steel, cable trays, miscellaneous items etc.

(xv) Conduit and associated hardware for concealed /surface mounting & wire (to be laid in the concrete

slab/other civil construction) for electrical system.

(xvi) T-R set for Cathodic Protection System as applicable.

14.4 The following electrical equipment / systems are envisaged in this project for receiving

terminal at hissar but not limited as per below:

i. Main Electrical Distribution Board (MEDB)

ii. 415 V, TPN, SFU

iii. 415 V (3 Ph, 4W) 50 Hz Main Power Supply shall be from SEB arranged by M/s GAIL & Emergency

Power supply shall be feed by DG Set.

iv. 40 KVA (min.), 415 V, 50 Hz, 0.8 PF, 3 Phase, 4Wire Silent Diesel Engine Generator Set, Air

Cooled type, Auto /manual start facility from local / through SCADA upon grid failure. Rating to be

finalized during detail engineering.

v. 7 KVA (min.), 230 V AC output, 50 Hz parallel redundant (2x100%) UPS with static stabilizer for

by pass supply with Ni-Cd VRPP battery (02 x 50% of Battery Bank) & UPS Distribution Board

(UPS DB).

vi. OLDB, ILDB, SSDB & ACDB

vii. Bore Well Pump, Water Tank Pump

viii. Power & Control FRLS Cables

ix. Indoor /Outdoor Lighting system

x. Earthing, Bonding and lightning protection system

xi. Split AC system

xii. 2KVA Inverter with inverter DB

xiii. Solar Lighting system.

xiv. Structural steel, cable trays, miscellaneous items etc.

Page 71 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 72 of 93

xv. Conduit and associated hardware for concealed /surface mounting & wire (to be laid in the concrete

slab/other civil construction) for electrical system.

xvi. T-R set for Cathodic Protection System as applicable.

14.5 Mandatory Spares

Sr.

No. Item description Unit Quantity

ELECTRICAL SPARES

E.1

Spares for UPS (One set for each UPS as supplied for SV/IP & RT are to be supplied)

(Note- Quantities mentioned against each item are for one set only)

1 System Control Card of each type Nos. 1

2 SMPS Card of each type Nos. 1

3 1-phase Charger Card of each type Nos. 1

4 Gate Drive Card of each type Nos. 1

5 Thyristor (Charger) of each rating and each type Nos. 1

6 Thyristor (Static Switch) of each type Nos. 1

7 DC capacitor of each rating and each type Nos. 1

8 AC capacitor of each rating and each type Nos. 1

9 Free Wheeling Diode (Charger) of each rating and each type Nos. 1

10 IGBT of each rating and type Nos. 1

11 Rectifier Input Fuses (Fast acting) of each rating and

each type Nos. 1

12 DC Fuses of each rating and each type Nos. 1

13 By pass fuses of each rating and each type Nos. 1

14 Choke of each rating and each type Nos. 1

15 Cooling Fan Nos. 1

16 Indication LED Lamp of each type Nos. 1

0

E.2

Spares for DG Set (One set for each DG Set as supplied for SV/IP and RT are to be

supplied).

(Note- Quantities mentioned against each item are for one set only)

1 Generator relay each type and each make Nos. 1

2 DVR- all control card of each type Set 1

3 Automatic Voltage Regulator of each type Nos. 1

4 Engine Safety -- for Lube oil Nos. 1

5 Rotating Rectifier Assembly with surge suppressor set 1

Page 72 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 73 of 93

15.0 STATIONS WORKS – INSTRUMENTATION SCOPE OF WORK

15.1 Introduction

This document details the scope of work to be carried out by works contractor for this Project.

15.2 Special Instructions To Contractor

Bidder shall submit their offer in a well-documented manner with all required documents.

The language of bidder’s offer including catalogue, technical literature or any other documents or any

software shall be English language only. This shall be applicable for bought out items also.

Spread A include : Despatch station, SV-1, SV-2 & IP station. Chainage 0Km to 70Km length.

Spread B include : SV-3, SV-4 & Receiving station. Chainage 70Km to 135Km length.

Scope of the bidder shall be as per the tender specification. Any other activities not specifically mentioned

/covered in the tender documents but otherwise required for satisfactory completion /safety of work has

to be carried out by the contractor within specified schedule at no extra cost to owner.

Bidder shall strictly follow the Recommended Vendor List attached with the tender document for various

items.

15.3 Reference

PTS – Instrumentation with appendices – P.013312-D-11077-081

Appendix -1 – Spare capacity

Appendix- II – Instrument Index

Appendix – III – Instrument Data sheets

Material Requisition – P.013312-D-11071-101

PTS – Optical fiber cable – P.013312-D-11077-083

E.1.4

Spares for Electrical Switch Board / MEDB (One Set for Each Switch Board /

MEDB as supplied for SV/IP and RT are to be supplied).

(Note- Quantities mentioned against each item are for one set only)

1 MCCB of Each Rating Nos. 1

2 Power Contactor of Each Rating Nos. 1

3 Indicating lamp of each type Nos. 1

0 4 Push button & switches (Set) of each type Nos. 1

0 5 MCB of each rating Nos. 1

6 ELCB/RCBO of each rating Nos. 1

7 Timer Switch of each type Nos. 1

8 Switches of each rating

Nos. 1

9 HRC Fuses of each rating and each type Nos. 10

10 Multi function Meter Nos. 1

11 Megger – 500V Nos. 1

Page 73 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 74 of 93

PTS – HDPE Duct – P.013312-D-11077-084

PTS – Metering System – P.013312-D-11077-301

Instrumentation operational philosophy- P.013312-D-11077-085

15.4 Instrumentation System Summary

The entire project is comprised of dispatch station, receiving station, IP station and remote operated SV(4

nos.) with along with associated instrumentation and protection system.

Following facilities shall be provided at stations

1. DESPATCH STATION- SULTANPUR

a. Field instruments as per P&ID.

b. New LCP is not envisaged.

Existing local control panel of CJPL will be used for SJPL interface. In CJPL LCP, spare cut outs/

slots are available for mounting pressure & temperature dual channel indicator and GOOVA

ON/OFF status LED, Open/Close push button & three position switch and pig indication LED.

Addition barriers, relay and terminal block & wiring will be done in available spare space.

All the hardwire signals from gas detection system, fire detection, cathodic protection system,

Corrosive monitoring system, electrical signals and commination cables (Refer instruments index

for details) shall be terminate in local control panel, thereafter all these signals shall be integrated in

RTU by RTU vendor. Vendor shall provide dedicated terminal block for each system with

identification label.

c. Addressable type Gas detection system with point gas detectors & Open Path Gas Detectors

(OPGD).

d. Corrosion monitoring system along with corrosion probe and corrosion coupon.

e. Armored 24 core optical fiber with FTC, joint chamber, joint closure, electronic router marker and

locator, manual route marker. OF cable shall be laid inside the HDPE duct from Sultanpur to Hisar.

f. New Optical fiber cable shall be connected at Sultanpur and interface with existing system.

2. SV STATION

a. New control room will be provided.

b. Field instruments as per P&ID as per recommended vendor list.

c. New Standalone local control panel provided in control room for monitoring the process parameters

and GOOVA operation.

d. All the hardwire signals from gas detection system, fire detection, cathodic protection system,

Corrosive monitoring system, electrical signals and commination cables (Refer instruments index

for details) shall be terminate in local control panel, thereafter all these signals shall be integrated in

RTU by RTU vendor. Vendor shall provide dedicated terminal block for each system with

identification label.

e. Conventional type Fire detection including smoke and heat detector (Multi-sensor detectors)..

f. Addressable type Gas detection system with controller, controller cabinet, point gas detectors &

Open Gas Detectors.

METERING SYSTEM shall be consisting of following facility at JHAJJAR (SV-1) (Free issue items

supplied by GAIL)

a. Dual stream coalescent dual chamber filtration skid with instruments.

b. Single stream Turbine flow metering skid with flow computers for each stream and metering

cabinet.

Page 74 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 75 of 93

c. Dual stream pressure reduction skid with active & monitor valve and slam shutoff valve.

3. IP STATION

a. New control room will be provided.

b. Field instruments as per P&ID as per recommended vendor list.

c. New Standalone local control panel provided in control room for monitoring the process parameters

and GOOVA operation.

d. All the hardwire signals from gas detection system, fire detection, cathodic protection system,

Corrosive monitoring system, electrical signals and commination cables (Refer instruments index

for details) shall be terminate in local control panel, thereafter all these signals shall be integrated in

RTU by RTU vendor. Vendor shall provide dedicated terminal block for each system with

identification label.

e. Conventional type Fire detection including smoke and heat detector (Multi-sensor detectors).

f. Addressable type Gas detection system with controller, controller cabinet, point gas detectors &

Open Gas Detectors.

4. RECEIVING STATION-HISAR

a. New control room will be provided.

b. Field instruments as per P&ID as per recommended vendor list

c. New Standalone local control panel in control room for monitoring the process parameters and

GOOVA operation.

d. All the hardwire signals from gas detection system, fire detection, cathodic protection system,

Corrosive monitoring system, electrical signals and commination cables (Refer instruments index

for details) shall be terminate in local control panel, thereafter all these signals shall be integrated in

RTU by RTU vendor. Vendor shall provide dedicated terminal block for each system with

identification label.

e. Conventional type Fire detection including smoke and heat detector (Multi-sensor detectors)..

f. Addressable type Gas detection system with controller, controller cabinet, point gas detectors &

open path gas detectors.

g. Corrosion monitoring system along with corrosion probe and corrosion coupon.

METERING SYSTEM shall be consisting of following facility at HISAR (Free issue items supplied

by GAIL)

a. Dual stream coalescent dual chamber filtration skid with instruments.

b. Single stream Turbine flow metering skid with flow computers for each stream and metering

cabinet.

c. Dual stream pressure reduction skid with active & monitor valve and slam shutoff valve..

15.5 SCOPE OF WORK

The Contractor’s scope of work shall include but not limited to the following:

15.5.1 This document shall read in conjunction with material requisition and other specification enclosed with

tender document.

15.5.2 Scope of work shall comprise of Total Project Management and execution including, System Design, Detail

Engineering, Procurement of Materials, manufacturing or fabrication, Supply, Installation, Inspection &

Factory Acceptance Testing (total Equipment & System Integration) & Testing of system, Packaging,

forwarding, Insurance, Shipping related all formalities, Inland Transportation to site, and Supply of all related

goods including Mandatory, Commissioning consumables spares, Handling, Storage & Safe custody, Supply

of all type of Erection Items, site engineering, Pre-Commissioning activity, Testing, Interconnection and

Page 75 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 76 of 93

interfacing with Telecommunication System, Trial Run, Commissioning, Training, support and Warranty

Including any civil works etc., & documentation of total system, Testing certificates, calibration certificates

of equipment required to complete in all respect.

15.5.3 Contractor shall collect all the necessary existing system documents and information require for interfacing

with their system. It is contractor’s responsibility to interact or co-ordinate with existing equipment supplier

for technical details require for interface with existing system and local control panel/gas detection system

etc.

15.5.4 Contractor shall carry all the required Tools and Tackles require for installation, erection, testing and

commissioning of system. Quantities of all the tools and tackles shall be adequate and certified as per the

quantum and quality to work. These quantities may require to enhance as and when required by Client to

achieve the project schedule or to expedite the progress.

15.5.5 Contractor shall also carry all the calibration equipment/ testing equipment like multi-meter, hand held

calibrator, 4-20mA simulator, modbus simulators, diagnostic tools etc.

15.5.6 Supply and laying of power, signals, control and communication cables, earthing cables. Including supply,

laying of cable tray including terminations, ferruling, cable numbering, marking, testing including hot & cold

loop testing. Branch cable shall be laid in cable tray and cable from Junction box or field local panel shall be

buried.

Tentative distance between field instruments to junction box as per site requirement.

Tentative average aerial distance between Junction box to control room is 60 mtrs.

Tentative average aerial distance between local control panel to RTU is 30 mtrs.

Tentative average aerial distance between gas detection system to LCP is 30 mtrs

Tentative average aerial distance between Fire detection system to LCP is 30 mtrs

Tentative average aerial distance between RTU and Telecommunication Panel is 15 Mtrs.

Tentative average aerial distance from DCDB to equipment cabinet is 50 mtrs

Note –Contractor shall choose the cable size and type according to requirement but cable size and type of the

cables shall be according to PTS- Instrument cables only.

15.5.7 Required masonry works for installation of systems and all associated equipment etc. shall be in contractor’s

scope of supply.

15.5.8 Any other equipment /material not specifically mentioned herein but required to complete the work (i.e. to

install, commission and successfully run the Installation) shall be in contractor’s scope.

15.5.9 Contractor shall prepare, maintain and submit inspection reports, erection/installation progress reports,

material log etc. periodically.

15.5.10 Daily/Weekly progress report, Documentation like procedure preparation and approval, furnish of inspection

reports, handing over the documents after completion of project etc shall be done by contractor at their cost.

15.5.11 Preparation of cable drum cutting schedule, cable schedule/interfacing wiring diagram, branch cable tray

routine is in contractor scope.

15.5.12 Supply, Fabrication and installation of MS base frames, supports, pipes, plates etc. for local control Panels

/GDS/FDS/Metering panels including welding, bolting, riveting, supply of necessary anchor bolts, grouting

etc., supply of paint and applying one coat of anti-rust primer and two finished coats of approved synthetic

enamel paint, breaking walls, floors etc. for structures as required and supply of all GI hardware materials as

required

Page 76 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 77 of 93

15.5.13 Contractor shall supply the material as per recommended vendor list. If any item is not covered under

recommended vendor list, shall take written approval of CLIENT/CLIENT’S REPRESENTATIVE before

supply of material.

15.5.14 Unloading of material/equipment related to works received at site shall be in the contractor’s scope.

15.5.15 Inspection of received material by unpacking/opening boxes at site including spares & material to be received

at site in presence of CLIENT/CLIENT’S REPRESENTATIVE in charge/OEM.

15.5.16 Contractor shall follow Quality and Safety requirement during construction phases of the Project.

15.5.17 Any special training for height work, electrical/mechanical safety, Scaffolding work, special toolbox, etc.,

for workers, promotional programs, motivational programs etc., shall be in contractor’s scope.

15.6 SCOPE MATRIX

PART A

Station – Sultanpur Dispatch station

Page 77 of 115

SCOPE OF WORK- C & I

P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 78 of 93

Sr.

No

Equipment/Packag

es

Contractor’s Scope of work Free issue items/ GAIL / Other Scopes

1 Field Instruments- as

per P&IDs

Design, Detail Engineering, Procurement of Materials, manufacturing or fabrication, Supply, installation of

field instruments (including supply, fabrication of canopies, mounting stands, supports etc as per site

conditions), testing, integration with System, configuration/ programming, commissioning as per user

requirement, test run, and handover to Client as per “PTS-Instrumentation with Appendices” and other tender

documents.

Scope also includes supply and installation all the erection hardware such as impulse tubing, fittings, protection

shed /canopy, SS tag plates with SS Chain, mounting bracket as applicable, mounting stands including

associated civil works

None

2 Local Control Panel

(Floor mounted

cabinet) (LCP)

Design, Detail Engineering, Procurement of Materials, manufacturing or fabrication, Supply, erection,

installation, testing of LCP and integration with Field instrument, Gas detection panel etc, configuration

/programming as per user requirement, commissioning, test run, SAT and handover to Client as per PTS –

“PTS-Instrumentation with Appendices” and other tender documents.

Erection, installation of LCP inside the station control room including supply of all the required erection

materials, fabrication and civil works.

None

3 Gas detection system

Design, Detail Engineering, Procurement of Materials, manufacturing or fabrication, Supply, erection,

installation, testing of addressable gas detection system and integration with LCP, configuration /programming

as per user requirement, commissioning, test run, SAT and handover to Client as per PTS-Instrumentation

with Appendices” and other tender documents.

None

4 Fire Detection

System(FDS)

None None

5 Corrosion

Monitoring system

(CMS)

CMS shall be

mounted in LCP

Design, Detail Engineering, Procurement of Materials, manufacturing or fabrication, Supply, erection,

installation, testing of corrosion coupon, corrosion probe, digital indicator, etc and configuration /programming

as per user requirement, commissioning, test run, SAT and handover to Client as per PTS-Instrumentation

with Appendices” and other tender documents.

None

9 Cables (Single cable,

Power & control

cable,

communication

cable, LAN cable)

Supply and Cable laying, glanding, termination, ferruling, lugging, tagging, clamping, route marker etc. Scope

includes supply of cable gland, cable tag plates, Cable ferrule, clamps and all the required items to complete

the laying works as per PTS-Instrumentation with Appendices” and other tender documents .

Field Instruments to field mounted junction in cable tray.

Field junction box to Control cabinet is buried.

Cabinet to cabinet inside the control room in cable trench, LCP etc.

For LAN cable Contractor shall supply conduit of proper size and lay cable inside the conduit.

None

Page 78 of 115

SCOPE OF WORK- C & I

P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 79 of 93

Station - SV station

10 Junction Boxes Supply, installation of weather proof and Explosion proof junction including fabrication of supports

PTS-Instrumentation with Appendices” and other tender documents

None

11 Cable Tray with

cover-branch tray

Supply, installation and laying of instrument cable tray (branch and main) including fabrication of supports

PTS-Instrumentation with Appendices” and other tender documents

None

12 Earthing pits Preparation of system and power earthing pit. Supply and laying of earthing cable and earthing strip. None

13 Optical Fiber cable Supply and laying of armored Optical fiber cable inside the HDPE duct along with pipeline from Sultanpur,

SV stations, IP station and Hisar and inside each station control room, including supply of FTC, electronic

route marker & locator, manual route marker, joint/splicing chamber, joint closure, etc as per “PTS- Optical

Fiber cable” and other documents.

Supply and laying of armored Optical fiber cable inside the each HDPE duct on crossing having more than 500

Meters length.

None

14 HDPE duct Supply and laying of HDPE duct along with pipeline from Sultanpur, SV stations, IP station and Hisar

(Receiving station) and inside each station control room as per “PTS- HDPE duct” and other documents

None

Sr.

No

Equipment/Packages Contractor’s Scope of work Free issue items/ GAIL / Other

Scopes

1 Field Instruments- as per

P&IDs

Design, Detail Engineering, Procurement of Materials, manufacturing or fabrication, Supply, installation of field

instruments (including supply, fabrication of canopies, mounting stands, supports etc as per site conditions),

testing, integration with System, configuration/programming, commissioning as per user requirement, test run,

and handover to Client as per “PTS-Instrumentation with Appendices” and other tender documents.

Scope also includes supply and installation all the erection hardware such as impulse tubing, fittings, protection

shed/canopy, SS tag plates with SS Chain, mounting bracket as applicable, mounting stands including associated

civil works

None

2 Local Control Panel

(Floor mounted cabinet)

(LCP)

Design, Detail Engineering, Procurement of Materials, manufacturing or fabrication, Supply, erection,

installation, testing of LCP and integration with Field instrument, Gas detection system, Fire detection system

etc, configuration/programming as per user requirement, commissioning, test run, SAT and handover to Client

as per PTS – “PTS-Instrumentation with Appendices” and other tender documents.

Erection, installation of LCP inside the station control room including supply of all the required erection

materials, fabrication and civil works.

None

3 Gas detection system Design, Detail Engineering, Procurement of Materials, manufacturing or fabrication, Supply, erection,

installation, testing of addressable gas detection system and integration with LCP, configuration /programming

None

Page 79 of 115

SCOPE OF WORK- C & I

P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 80 of 93

as per user requirement, commissioning, test run, SAT and handover to Client as per PTS-Instrumentation with

Appendices” and other tender documents.

4 Fire Detection System

(FDS)

Design, Detail Engineering, Procurement of Materials, manufacturing or fabrication, Supply, erection,

installation, testing of conventional type fire detection system and integration with LCP, configuration

/programming as per user requirement, commissioning, test run, SAT and handover to Client as per PTS-

Instrumentation with Appendices” and other tender documents.

None

5 Cables (Single cable,

Power & control cable,

communication cable,

LAN cable

Supply and Cable laying, glanding, termination, ferruling, lugging, tagging, clamping, route marker etc. Scope

includes supply of cable gland, cable tag plates, Cable ferrule, clamps and all the required items to complete the

laying works as per PTS-Instrumentation with Appendices” and other tender documents .

Field Instruments to field mounted junction in cable tray.

Field junction box to Control cabinet is buried

Cabinet to cabinet inside the control room in cable trench.LCP etc.

For LAN cable Contractor shall supply conduit of proper size and lay cable inside the conduit.

None

6 Junction Boxes Supply, installation of weather proof and Explosion proof junction including fabrication of supports

PTS-Instrumentation with Appendices” and other tender documents

None

7 Cable Tray with cover-

branch tray

Supply, installation and laying of instrument cable tray (branch and main) including fabrication of supports

PTS-Instrumentation with Appendices” and other tender documents

None

8 Earthing pits Preparation of system and power earthing pit. Supply and laying of earthing cable and earthing strip. None

9 Optical Fiber cable. Supply and laying of armored Optical fiber cable inside the HDPE duct along with pipeline from Sultanpur, SV

stations, IP Station and Hisar and inside each station control room, including supply of FTC, electronic route

marker & locator, manual route marker, joint/splicing chamber, joint closure, etc as per “PTS- Optical Fiber

cable” and other documents.

Supply and laying of armored Optical fiber cable inside the each HDPE duct on crossing having more than 500

Meters length.

None

10 HDPE duct Supply and laying of HDPE duct along with pipeline from Sultanpur to Hisar and inside each station control

room as per “PTS- HDPE duct” and other documents

None

11 Filtration skid, Metering

skid, PRS skid, (Only for

SV-1 (Jhajjar Station)

Installation of all the skids under the supervision of skid supplier, cable laying and terminal of cable from skid

junction box to metering system cabinet according to skid supplier cable schedule. Etc. including supply of all

the required erection , fabrication and civil materials.

Erection, installation of Metering cabinet inside the station control room, including supply of all the required

erection , fabrication and civil materials.

Supply of all the skids along with

cabinet and required accessories.

Supply of cables (Power, signals,

control and communication) from

skid instruments to junction box and

Page 80 of 115

SCOPE OF WORK- C & I

P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 81 of 93

Station - IP Station

junction box to cabinet including

cable glands.

Supervision of installation work

Installation of all the skids

instruments including laying of cable

from skid instrument to junction box.

Providing the all required

information, documents and

technical supports while integration.

Sr.

No

Equipment/Packages Contractor’s Scope of work Free issue items/ GAIL / Other

Scopes

1 Field Instruments- as per

P&IDs

Design, Detail Engineering, Procurement of Materials, manufacturing or fabrication, Supply, installation of field

instruments (including supply, fabrication of canopies, mounting stands, supports etc as per site conditions),

testing, integration with System, configuration/programming, commissioning as per user requirement, test run,

and handover to Client as per “PTS-Instrumentation with Appendices” and other tender documents.

Scope also includes supply and installation all the erection hardware such as impulse tubing, fittings, protection

shed/canopy, SS tag plates with SS Chain, mounting bracket as applicable, mounting stands including associated

civil works

None

2 Local Control Panel

(Floor mounted cabinet)

(LCP)

Design, Detail Engineering, Procurement of Materials, manufacturing or fabrication, Supply, erection,

installation, testing of LCP and integration with Field instrument, Gas detection system, Fire detection system

etc ,configuration/programming as per user requirement, commissioning, test run, SAT and handover to Client

as per PTS – “PTS-Instrumentation with Appendices” and other tender documents.

Erection, installation of LCP inside the station control room including supply of all the required erection

materials, fabrication and civil works.

None

3 Gas detection system Design, Detail Engineering, Procurement of Materials, manufacturing or fabrication, Supply, erection,

installation, testing of addressable gas detection system and integration with LCP, configuration /programming

as per user requirement, commissioning, test run, SAT and handover to Client as per PTS-Instrumentation with

Appendices” and other tender documents.

None

4 Fire Detection System

(FDS)

Design, Detail Engineering, Procurement of Materials, manufacturing or fabrication, Supply, erection,

installation, testing of conventional type fire detection system and integration with LCP, configuration

/programming as per user requirement, commissioning, test run, SAT and handover to Client as per PTS-

Instrumentation with Appendices” and other tender documents.

None

Page 81 of 115

SCOPE OF WORK- C & I

P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 82 of 93

Station - Receiving station

5 Corrosion Monitoring

system (CMS)

CMS shall be mounted in

LCP

Design, Detail Engineering, Procurement of Materials, manufacturing or fabrication, Supply, erection,

installation, testing of corrosion coupon, corrosion probe, digital indicator, etc and configuration /programming

as per user requirement, commissioning, test run, SAT and handover to Client as per PTS-Instrumentation with

Appendices” and other tender documents.

None

6 Cables (Single cable,

Power & control cable,

communication cable,

LAN cable

Supply and Cable laying, glanding, termination, ferruling, lugging, tagging, clamping, route marker etc. Scope

includes supply of cable gland, cable tag plates, Cable ferrule, clamps and all the required items to complete the

laying works as per PTS-Instrumentation with Appendices” and other tender documents .

Field Instruments to field mounted junction in cable tray.

Field junction box to Control cabinet is buried

Cabinet to cabinet inside the control room in cable trench, LCP etc.

For LAN cable Contractor shall supply conduit of proper size and lay cable inside the conduit.

None

7 Junction Boxes Supply, installation of weather proof and Explosion proof junction including fabrication of supports

PTS-Instrumentation with Appendices” and other tender documents

None

8 Cable Tray with cover-

branch tray

Supply, installation and laying of instrument cable tray (branch and main) including fabrication of supports

PTS-Instrumentation with Appendices” and other tender documents

None

9 Earthing pits Preparation of system and power earthing pit. Supply and laying of earthing cable and earthing strip. None

10 Optical Fiber cable. Supply and laying of armored Optical fiber cable inside the HDPE duct along with pipeline from Sultanpur to

Hisar and inside each station control room, including supply of FTC, electronic route marker & locator, manual

route marker, joint/splicing chamber, joint closure, etc as per “PTS- Optical Fiber cable” and other documents.

Supply and laying of armored Optical fiber cable inside the each HDPE duct on crossing having more than 500

Meters length.

None

11 HDPE duct Supply and laying of HDPE duct along with pipeline from Sultanpur to hisar and inside each station control

room as per “PTS- HDPE duct” and other documents

None

Sr.

No

Equipment/Pack

ages

Contractor’s Scope of work Free issue items/ GAIL / Other Scopes

1 Field Instruments-

as per P&IDs

Design, Detail Engineering, Procurement of Materials, manufacturing or fabrication, Supply, installation of

field instruments (including supply, fabrication of canopies, mounting stands, supports etc. as per situ

conditions), testing, integration with System, configuration/programming, commissioning as per user

requirement, test run, and handover to Client as per “PTS-Instrumentation with Appendices” and other tender

None

Page 82 of 115

SCOPE OF WORK- C & I

P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 83 of 93

documents.

Scope also includes supply and installation all the erection hardware such as impulse tubing, fittings,

protection shed/canopy, SS tag plates with SS Chain, mounting bracket as applicable, mounting stands

including associated civil works

2 Local Control

Panel (Floor

mounted cabinet)

(LCP)

Design, Detail Engineering, Procurement of Materials, manufacturing or fabrication, Supply, erection,

installation, testing of LCP and integration with Field instrument, Gas detection system, fire detection panel

etc ,configuration/programming as per user requirement, commissioning, test run, SAT and handover to Client

as per PTS – “PTS-Instrumentation with Appendices” and other tender documents.

Erection, installation of LCP inside the station control room including supply of all the required erection

materials, fabrication and civil works.

None

3 Gas detection

system

Design, Detail Engineering, Procurement of Materials, manufacturing or fabrication, Supply, erection,

installation, testing of addressable gas detection system and integration with LCP, configuration

/programming as per user requirement, commissioning, test run, SAT and handover to Client as per PTS-

Instrumentation with Appendices” and other tender documents.

None

4 Fire Detection

System(FDS)

Design, Detail Engineering, Procurement of Materials, manufacturing or fabrication, Supply, erection,

installation, testing of conventional type fire detection system and integration with LCP, configuration

/programming as per user requirement, commissioning, test run, SAT and handover to Client as per PTS-

Instrumentation with Appendices” and other tender documents.

None

5 Corrosion

Monitoring system

(CMS)

CMS shall be

mounted in LCP

Design, Detail Engineering, Procurement of Materials, manufacturing or fabrication, Supply, erection,

installation, testing of corrosion coupon, corrosion probe, digital indicator etc. and configuration

/programming as per user requirement, commissioning, test run, SAT and handover to Client as per PTS-

Instrumentation with Appendices” and other tender documents.

None

6 Cables (Single

cable, Power &

control cable,

communication

cable, LAN cable

Supply and Cable laying, glanding, termination, ferruling, lugging, tagging, clamping, route marker etc. Scope

includes supply of cable gland, cable tag plates, Cable ferrule, clamps and all the required items to complete

the laying works as per PTS-Instrumentation with Appendices” and other tender documents .

Field Instruments to field mounted junction in cable tray.

Field junction box to Control cabinet is buried

Cabinet to cabinet inside the control room in cable trench, LCP etc.

For LAN cable Contractor shall supply conduit of proper size and lay cable inside the conduit.

None

7 Junction Boxes Supply, installation of weather proof and Explosion proof junction including fabrication of supports

PTS-Instrumentation with Appendices” and other tender documents

None

8 Cable Tray with

cover-branch tray

Supply, installation and laying of instrument cable tray (branch and main) including fabrication of supports

PTS-Instrumentation with Appendices” and other tender documents

None

Page 83 of 115

SCOPE OF WORK- C & I

P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 84 of 93

Part B

Scope

Sr.

No.

Item Description Contractor Client Remarks

1 Unloading the material/equipment received from vendors to site, shifting of equipmens/material from store

to installation location etc.

YES

3 Staff and labour transportation YES

9 Earthing pits Preparation of system and power earthing pit. Supply and laying of earthing cable and earthing strip. None

10 Optical Fiber cable. Supply and laying of armored Optical fiber cable inside the HDPE duct along with pipeline from Sultanpur

to hisar and inside each station control room, including supply of FTC, electronic route marker & locator,

manual route marker, joint/splicing chamber, joint closure, etc as per “PTS- Optical Fiber cable” and other

documents.

Supply and laying of armored Optical fiber cable inside the each HDPE duct on crossing having more than

500 Meters length.

None

11 HDPE duct Supply and laying of HDPE duct along with pipeline from Sultanpur to hisar and inside each station control

room as per “PTS- HDPE duct” and other documents

None

12 Filtration skid,

Metering skid, PRS

skid.

Installation of all the skid under the supervision of skid supplier, cable laying and terminal of cable from skid

junction box to metering system cabinet according to skid supplier cable schedule. Etc. including supply of

all the required erection , fabrication and civil materials.

Erection, installation of Metering cabinet inside the station control room, including supply of all the required

erection, fabrication and civil materials.

Supply of all the skid along with cabinet

and required accessories.

Supply of cables (Power, signals, control

and communication) from skid

instruments to junction box and junction

box to cabinet including cable glands.

Supervision of installation work

Installation of all the skids instruments

including laying of cable from skid

instrument to junction box.

Providing all required information,

documents and technical supports while

integration.

Page 84 of 115

SCOPE OF WORK- C & I

P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 85 of 93

4 Labour accommodation. YES

5 Labour license. YES

6 Wooden sleeper as required. YES

7 Office container YES

8 Required material for preparation of platform YES

9 Obtaining statutory approval (if any) for instrumentation system of project. YES

10 Preparation of Job Planning and schedule and DPR YES

11 All statutory compliance YES

12 All civil work for earthing pits, repairing of plaster (If required during conceal wiring work). YES

13 Scaffolding material and installation YES As per requirement.

14 welding machines YES As per requirement.

15 Documentation like procedure preparation, work schedule, calibration reports, inspection report, progress

report, termination details etc. test certificates compliance reports

YES

16 Temporary Illumination at work site YES

Page 85 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 86 of 93

15.7 GENERAL TECHNICAL REQUIREMENTS

15.7.1 General site equipment shall be suitable for operation under the following site conditions.

Sand & dust : With a built-up of dust on operational surface to a level such as may

occur because of imperfections in the sealing of equipment, housing and

conditions prevailing in sub- tropical dust conditions.

Tropicalisation : The equipment shall be fully tropicalized.

Shock & vibration : The equipment shall withstand transportation and handling by air, sea

and road under packed conditions.

15.7.2 The equipment shall also be resistant to termite, fungus, rodents and salty environment. Environmental

Specification of Equipment to be supplied.

15.7.3 The equipment at Stations shall be designed for non-air conditioned environment.

15.7.4 Area and zone classification

15.7.5 All the control rooms wherever available are classified as Safe Areas.

15.7.6 All the fields wherever available are classified as Hazardous area.

15.7.7 Surge Protection, Transient Suppressors, RFI filters Equipment shall be designed with built-in safety to protect

against the effects of monitor induced high voltages.

15.7.8 Earthing

Transmitters, Junction box and control cabinets shall be provided with earthing lugs. All these lugs/ strips shall

be properly secured to the electrical earthing bus.

All system grounds of various cards and equipment, shields of instrument cables shall be connected to system

ground bus, which is electrically isolated from the AC mains earthing bus. The equipment shall provide separate

earthing strip for the same. The system ground bus shall be connected to independent ground buses through

insulated wires.

The wire and cable shielding are required to prevent the equipment from propagating interference and to protect

the equipment from the effect of interference propagated by other devices. Shielding is typically floating on the

device end, tied to IE at the control console.

a) System grounding (earth resistance less than 1 ohm)

b) Frame and AC mains grounding (earth resistance less than 5 ohms)

Accordingly, the equipments shall provide separate earthing strips as mentioned above.

a. Instrument earth(IE) / system ground

IE earth shall be copper earth. IE ground protects sensitive electrical and electronic device, circuit and wiring

from electromagnetic interference (EMI) and radio frequency interference (RFI). IE should be free from

transient voltages and electromagnetic noise. It is, therefore, normally isolated from PE ground. Instrument

earth should be tied in the most direct possible path to a common earth electrode.

IE grounds resistance is less than 1 ohm to ground

b. Power Earth (PE)/AC mains grounding

PE ground provides a route to dissipate the power line transient to earth potential. PE should be tied in the

most direct possible path to a common earth electrode

PE grounds resistance is less than 5 ohm to ground

15.7.9 Safety Requirements

It is the intent of the CLIENT that operational hazards be reduced to a minimum. Contractor shall use sound

engineering judgment to complete installation that will perform the required function without compromise of

safety.

Page 86 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 87 of 93

All controls shall operate in a fail-safe mode. A fail-safe mode defines what a plant, equipment or system will

do when it fails, so as to ensure a safe condition.

Provision shall be made to isolate all 230 V AC (If any) incoming signals to a cabinet, before gaining access to

cabinet internals. Shrouded terminals with warning labels shall be provided, with these terminals being

segregated from other incoming terminals.

15.7.10 Electromagnetic Compatibility - EMC

15.7.11 The equipment shall be efficiently screened against EMI, RFI and conductive interference and shall not interfere

with other equipment in the vicinity or installed in the same building.

The equipment shall be required to meet one of the relevant EMC standards (IEC, MIL, VDE, BS, IEEE etc.).

15.7.12 The entire electronic component shall be protected from airborne contaminants as per ISA 71.04 environmental

conditions for process measurement and control system.

15.7.13 Civil Works

a) Civil works required for interconnecting cabling between various systems, equipment, telecommunication

system and the power supply unit along with cable routing and dressing.

b) Associated foundation, grouting for installation of equipment.

c) Providing and laying perforated trays etc. for point a) above.

d) Any other masonry work associated with entry and installation of equipment, painting and finishing etc.

e) Any other civil works not specifically mentioned in the tender but required as per site requirement.

15.7.14 Electrical Works

Electrical work associated at all the stations shall be consisting of (but not limited to):

f) All cable work including earthing and system ground earth associated with the installation of the supplied

equipment.

g) Any temporary electrical works associated with the installation and commissioning of the system.

h) Testing and certification of all electrical works.

a) All power cabling works (including supply of cables, glanding, ferruling, termination etc.).

Page 87 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 88 of 93

16.0 QUALITY ASSURANCE AND QUALITY CONTROL

o Contractor shall be fully responsible for their Quality Assurance and associated Quality Control process.

o Unless otherwise agreed by the PURCHASER, the Contractor’s quality system shall meet the requirements

of ISO 9001:2015 Quality System and shall be accredited by a recognized authority.

o Contractor is required to establish an acceptable Quality Plan, inclusive of quality manual and procedures that

cover all activities of the order, in order to comply with the Quality System requirements.

o Contractor shall be responsible for arranging/liaising with the Third Party Inspection Agency and other

agencies for design appraisal, inspection, survey and certification requirements as required by the

specification/requisition.

o When required, waiver and acceptance of non-conformances shall be subjected to Third Party Inspection

Agency approval before COMPANY endorsement. These concession records shall be included in the

Manufacturer’s Final Documentation.

17.0 PROJECT MANAGEMENT

17.1 General Requirements

a. Contractor shall establish and maintain the Office (PMO) at site for this project for the entire contract duration.

b. Providing & mobilizing all project management resources, as required, for performance of works. The project

management team shall be fully equipped with planning / scheduling software and analysis tools and manned

with competent and experienced manpower complete with sound project management, reporting, and project

control system.

c. The document numbering philosophy and format shall be as per the approved procedure

d. Appraisal and taking cognizance of site-conditions, Indian Government/State government rules and regulations,

bye-laws, applicable codes and standards, requirements of authorities having jurisdiction over the work site(s),

environmental and pollution concerns including conditions / stipulations laid down by the concerned authorities

etc. The Contractor is deemed to have recognized any restrictive features of the site(s) and / or specific

requirements of the work and made due allowance for it in the work to be performed forming part of this

Contract. Specific consideration shall be given to fact that the project construction also involves necessary

Constructions / Laying / hook-up / tie-in works at the existing stations and the construction of pipeline involves

trenching/laying in the existing corridor having other operating pipelines and utilities. The Contractor shall also

take cognizance of other contractor’s operating/working in the same terminal / RoU, and thus will plan its work

execution accordingly to minimize interference.

e. The Owner will acquired corridor for installation of proposed pipeline & associated facilities. The details are

included in the tender document. The Contractor shall optimally plan the construction methods and limit the

construction works within the land already acquired by Owner. Any additional land as necessitated by the

Contractor for execution of works (temporary/permanent/construction aid/storage yard etc.) shall be arranged

by the Contractor at Contractor’s sole risk and cost and is included in Scope of Work of Contractor. The Owner

has also initiated the approval process for obtaining timely statutory approvals for major crossings including

rails/roads/water/utility etc. (Approval shall be provided by owner, however liasioning / final permission for

execution of construction works shall be responsibility of Contractor).

Page 88 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 89 of 93

f. The alignment sheets are enclosed with the Bid Document. The Contractor shall study all such information

contained in the Bid Document and if required, shall make a site visit to familiarise himself with the site

conditions. Accordingly, the Contractor shall identify and plan the access to site(s) as may be required for

construction of project facilities. Any encroachment to the adjoining agriculture/farm land, private/government

properties and or other such access routes including existing infrastructure of rail/roads etc. shall be managed

and resolved by the Contractor including but not limited to discussion with local / statutory authorities having

jurisdiction, stakeholders, associated compensations and grievance resolutions. The Contractor shall absolve

Owner harmless from all such disputes, grievances by effective resolution to the satisfaction of local / statutory

authorities, having jurisdiction.

g. Obtaining all necessary approvals and work permits from concerned authorities having jurisdiction, as

applicable for performing the work including shifting/relocation of existing facilities and other utilities etc., as

required by local authorities and as directed by Owner. The Contractor shall pre-inform all local authorities in

advance having jurisdiction for crossing underground utilities/pipelines wherever encountered along the

pipeline route. The Contractor shall be required to carry out all the construction works as per applicable work

permits. The Scope of Work of Contractor shall also include implementation of all the planned & incidental

approval conditions as laid-out by the statutory authorities having jurisdiction

h. Statutory Permissions: Statutory permissions from the concerned authority will be provided by owner. However,

all activities related to liaison, co-ordination etc. with authorities needed to achieve the work as per schedule

will be under Contractor’s scope including work permit before commencement of work.

i. Review, interpretation and verification of data / information furnished by Owner in the Bid Document. The

Owner does not take responsibility for correctness / adequacy of the information provided in the Bid Document.

The Contractor shall assess the requirement for any additional data and surveys/investigations that may be

required to generate all data/information necessary to substantiate his Bid Proposal and to carry out detailed

design & engineering, procurement & supply, fabrication & installation, construction, testing & pre-

commissioning, and commissioning of the facilities (temporary and permanent) forming part of this Contract.

j. The Contractor shall co-ordinate with their sub-Vendors, Suppliers, Sub-contractors, Fabricators and shall

perform all activities, as required, including but not limited to expediting, inspection & testing as applicable,

transportation, loading/unloading and liaison with the authorities etc. complete so as to timely procure and

deliver the materials. The Contractor shall also be responsible for necessary testing, verifications and checks

during various stages of procurement including product design, fabrication & testing.

k. The Contractor shall be solely responsible for timely preparation, submission, comment resolution and

necessary revision of all the documents & deliverables required for execution of the project. Major types of

deliverables are specified in this document for Bidder’s Reference. However, it is not the intention of the Owner

to identify and include the listing of all the deliverables. The Contractor shall estimate and list all such

deliverables for submission to Owner. Any exclusion by Contractor in estimating the deliverables does not

relieve the Contractor of his sole responsibility for preparation and submission of all such deliverables, as

required by Owner for granting approval for execution of works.

l. The documents and deliverables shall include but not be limited to the Master Document Register (MDR) or

Document Deliverable Register (DDR), project progress plans & schedules,

plans/layouts/drawings/sketches/schematics/isometrics, construction procedures, method statements,

inspection & test plans, environment & safety plans, inspection and testing reports, routine progress reports,

close-out report of Action Tracker etc. complete.

m. The Contractor shall provide accommodation and camping facilities to its workforce.

Page 89 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 90 of 93

n. The Contractor shall take due care of the surroundings and environment. It shall be ensured that the cutting of

trees/vegetation/crops etc. is avoided to the extent possible and such action would be initiated only after taking

appropriate permissions/approvals from the concerned authorities and/or Owner. The Contractor shall provide

the modification of any such damages as per the guidelines issued by the statutory authorities. The damage to

the environment during construction/testing (e.g. air/water pollution, sanitation, sound/noise pollution etc.) shall

be minimised and any such complaints shall be resolved to the satisfaction of concerned authorities at sole risk

& cost of Contractor.

i. In case, cutting of Trees is unavoidable, the same shall be carried out by the Contractor without any cost

implication. Any permission if required for the same shall be obtained by the Contractor.

o. Review and approval by Owner of the works performed by the Contractor, shall in no way relieve the Contractor

of his sole responsibility for scheduled & safe execution of works.

17.2 Construction Management

a. Providing & mobilizing all construction resources, as required, for execution of project. The construction team

shall be fully equipped with all tools and tackles, support facilities, consumables, construction worthy

equipment of adequate number & capacity (to work under the prevailing site conditions and meeting the

expected construction performance) and manned with competent and experienced site construction team.

b. The construction team (construction supervision as well as construction engineering) shall primarily be

responsible for performing pre-construction activities, review of all the construction / fabrication drawings

prior to start of site construction and updating same as per actual site conditions, prepare of all the construction

method statements and procedures, resolution of site queries, managing the construction activities including

storage and issuance of materials, logistics, managing the Sub-Contractors, if any complete with routine

reporting of the site progress through Daily Progress Reports (DPRs) as well as weekly/monthly construction

reports complete with look-ahead and mitigation plans. It is required that the Contractor shall depute

experienced and competent team so as to work in-sync with the engineering & procurement team, project

management team, local & statutory authorities as well as liaison with Owner’s project management team, as

required. All reports shall be uploaded on PIMS on regular basis as agreed with EIC.

c. Demobilization from site after completion of construction/testing/hook-up/tie-in works and associated pre-

commissioning and commissioning activities including clearing and restoration of site and handing over to

authorities having jurisdiction or to Owner as the case may be.

d. Prepare and Implement all approved Construction Plans & Procedures. The construction of facilities shall be

carried out in accordance with applicable construction plans and procedures, method statements, sketches,

drawings etc., which shall be timely, prepared and submitted by the Contractor for review and approval by

Owner commensurate with execution / construction plan.

e. The construction plan shall specifically address the issues related to construction of pipelines in the vicinity

of existing operating pipelines including the risk assessment and mitigation plans. In addition to the risk of

damage to existing facilities, the construction methodology/plan shall specifically address the safety of men,

materials, equipment and machinery while working in the vicinity of existing Pipelines, OH power lines /

OFC cables / catholically protected pipelines against electrocution / flux interference / earthing leakages etc.

f. Construction, maintenance and dismantling contractor’s workshops, Stores, Yards, Warehouse etc. in vicinity

of pipeline route.

Page 90 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 91 of 93

g. Prepare and maintain all pipe books, vendor data books, material receipt and issue records, inspection &

testing report

h. Ensure HSE compliance for all Works to meet or exceed Company Standards.

17.3 Store & Warehouse Management

a. Contractor shall set-up “Material Storage Yard” for storage & safe custody of all types of materials as per

manufacturer’s standards/approved project requirements and deploying adequate number/capacity of material

handling equipment for loading/unloading of materials.

b. Contractor shall arrange for land for Storage Yard near to pipeline Corridor, adequate to store line pipes as

per the requirements stipulated. Contractor shall enter into lease agreement with the various land

owners/authorities for usage of land adequate as per the Storage Yard plan. The area of Storage Yard and

number of layers for pipes shall be chosen so as to ensure safe handling of pipes, free movement of trailers

and stresses on pipe. Contractor shall submit the Storage Yard location and layout plan for Company’s review/

approval prior to actual acquisition of land for the said purpose.

Contractor shall develop the Storage Yard area required for stacking/ storing of specified quantity of coated/

bare pipes. Contractor shall carry out in this regard all civil works within the Storage Yard required for

temporary storage of pipes in all types of soils such as site grading, clearing, levelling, filling-up, providing

temporary internal roads duly compacted for movement of cranes/ trailers within the Storage Yard, providing

temporary fencing and gates/ barrier, cabins etc. as per the relevant drawings and other requirements indicated

in the Contract document. Contractor shall be responsible for temporary land acquisition for Storage Yard,

making approach road as required to the Storage Yard from the nearest main road including compensation to

land owner(s) for the approach road, permission for the approach road, etc. All internal access roads shall be

dressed and consolidated by means of power driven rollers to obtain maximum compaction. Contractor shall

also provide adequate drainage within the Storage Yard(s). All levelling, dressing and consolidation works

shall be carried out as per the instructions of Company Representative. Contractor shall develop a detailed

development plan of Storage Yard including approach road and obtain Company approval prior to acquisition

of land and commencement of Storage Yard development works. The area of Storage Yard shall be chosen so

as to ensure safe handling of pipes and free movement of trailers. Contractor shall provide adequate drainage

within the Storage Yard.

c. The material storage yard shall have all the provisions for storage of materials in open spaces / sheds / climate

controlled enclosures etc. as applicable, and shall provide protection to materials against degradation (e.g.

heat, rain, dust, corrosion etc.). The layout of the yard shall provide adequate space for handling of material

and equipment movement as well as safety and escape routes. The Contractor shall be responsible for

maintaining the storage yard including levelling/grading/cutting/filling as applicable, water drainage/slope

protection, lighting/fencing etc. complete as applicable so as to ensure uninterrupted work execution. The

Contractor shall maintain a logbook of the incoming and outgoing material to ensure material traceability.

The formats shall be agreed with Owner. Rejected/defective and other such items rendered not-usable by

authorized representatives of Owner or Contractor, shall not be mixed with usable items and shall be removed

from the site.

a. The contractor shall be solely responsible for Free Issue material once taken over in his custody. With regard

to FIM, the scope of contractor includes but not limited to Receiving, Taking-over, transportation, protected

storage, preservation, watch & ward and Reconciliation. Contractor shall be responsible for any

damages/shortfall in FIM reconciliation and necessary recovery shall be imposed as per bid specifications.

Page 91 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 92 of 93

b. Co-ordinate with their Vendors/Suppliers/Manufacturers/Fabricators to ensure delivery of materials at site

commensurate with construction activities.

c. Perform necessary inspections/verifications/checks for incoming and outgoing materials in accordance with

approved documents. The damaged/defective items shall be segregated separately for further review/approval

by Owner for seeking permissions for subsequent repair/rejection.

17.4 Interfacing & Coordination With Sub-Contractors / Vendors /Specialized Agencies

In addition, the following are included in contractor’s scope of work:

a. The Contractor will assure the interface and the coordination of his approved sub-contractors and also other

contractors appointed by Owner who may be working on different packages. The contractor is solely

responsible and liable for interfacing & coordination between his subcontractors if any (Civil, Mechanical,

Electrical, Instrumentation, RTU, Telecom, TCP, PCP etc.), Equipment vendors and specialized agencies such

as NDT, Commissioning, Controlled Blasting etc.

b. Contractor shall prepare the interfacing/Tie-in List showing the description of existing facilities (Civil,

Mechanical, Electrical, Instrumentation, RTU, Telecom, TCP, PCP etc.) with relevant tie-in points.

c. Any variations required for interfacing between sub-contractors / vendors /specialized agencies for efficient

running of system will be carried out by the Contractor at no extra cost to the Owner/Owner’s representative.

d. Any other work not expressly identified above but necessary to complete the construction. of Proposed

pipeline and associated works to the satisfaction of Owner and authorities having jurisdiction.

17.5 Order Of Precedence Of Documents

In case of an irreconcilable conflict between Indian or other applicable standards, General Conditions of Contract,

Special Conditions of Contract, Specifications, Drawings and/or Schedule of Rates, the following shall prevail to

the extent of such irreconcilable conflict in descending order of precedence:

Contract Agreement

Purchase Order

Letter of Acceptance

Schedule of Rate (SOR)

Instructions to Bidders

Special Conditions of Contract

General Conditions of Contract

Scope of Work

Technical Specifications

In case of conflict, discrepancy, inconsistency or dispute between various technical Specifications / documents,

they shall be specifically brought into the notice of Owner/Owner’s representative; the order of precedence of

documents shall be as given below, in decreasing order of priority:

Page 92 of 115

SCOPE OF WORK P.013312

D 11039

001

Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 93 of 93

Statutory Regulations and applicable codes & Standard

Scope of Work

P & IDs / Line Schedule

Piping Material Specification/ Data Sheets

Design Basis

Particular Technical Specifications (PTS)

Project drawings

Typical drawings

General Technical Specification (GTS)

In case of conflict between the various requirements given in this document and the requirements of other

specifications enclosed with the tender document, the requirements specified in the scope of work document shall

govern.

In general the pipeline and stations have to be built in accordance with the best state of engineering practice and

commonly used by the worldwide industry.

If any dispute arises with regards to the interpretation of any of the clauses/ detail of the bid document, the decision

of the Owner/Owner’s representative shall be final.

In case of any conflict between various requirements of specifications and code requirements, the most stringent

requirement shall be followed and the decision of Owner/Owner’s representative in the resolution of the conflict

shall be final and shall be implemented by Contractor without any time and cost implication.

Latest edition of applicable codes/Standards/Statutory Regulations, referred in the Bid Document, shall correspond

to the edition as on the date of submission of bid.

Further, in case of any conflict or discrepancy between PTS and GTS for any activity/item, the requirements of

the PTS shall prevail.

17.6 “AS BUILTS”

Contractor shall develop “As-Built” procedure and obtain Owner/Owner’s representative approval on the same.

Contractor shall record and update all As-Built information including all the changes made to the proposed Pipeline

and associated stations facilities, during Construction, in the final “As-Built” documentation.

Subsequently the contractor shall include all design specifications, drawings, datasheets, reports, Vendor data,

equipment manuals, operating and maintenance manuals etc. in the As-Built Documentation.

As built document shall be provided in PDF & Native file (AutoCAD, Word, Excel etc.). All As-Built

Documentation shall be provided in both Electronic and Hard copies as per Tender requirements.

Page 93 of 115

RECOMMENDED VENDOR LIST FOR LAYING AND ASSOCIATED WORKS FOR SULTANPUR-JHAJJAR-HISAR

PIPELINE (SJHPL) PROJECT

Sr. No. NAME OF VENDOR

MECHANICAL

STATION PIPE

1 Maharashtra Seamless Ltd.

2 Indian Seamless Metal Tubes

3 BHEL

4 DylanBelgie bvba, Belgium

5 F.B.F. Belgium

6 Ferrostaal (MAN Group), Germany

7 INTERFORGE

8 KURVERS Piping, Germany

9 MEREK Engineering

10 Groupe Genoyer (PHOCEENNE)

11 VAN LEEUWEN TUBES

BALL VALVES1 CAMERON INTERNATIONAL CORPORATION

2 MSA

3 Petrol Valves S.r.L.

4 RMA Maschinen- und Armaturenbau Faulhaber & Truttenbach

5 SCHUCK ARMATUREN (ex BORSIG)

6 Tormene Gas Technology S.p.A.

7 Breda Energia Spa

8 TRP (Perar), srl, Italy

10 Microfinish Valves Pvt. Ltd.

11 Virgo Valves & Control Pvt. Ltd. ( Emerson Group)

12 L&T Valves Ltd.

13 Oswal Industries Ltd.

14 Petro Valves Pvt. Ltd.

15 Flowchem Industries

GAS OVER OIL ACTUATORS1 BIFFI Italia s.r.l, Italy

2 Rotork fluid Sytem s.r.l

3 Shafer Actuators

4 Bettis Corporation (Emerson Group)

GLOBE VALVES1 NSSL Limited

2 Oswal Industries Ltd

3 L&T Valves Ltd.

5 LEADER VALVES LTD.

6 Galperti Engineering & Flow control spa

7 Douglas Chero SPA

8 Niton Valves Pvt. Ltd.

9 Petro Valves Pvt. Ltd.

10 Flowchem Industries

CHECK VALVES1 Econo Valves Pvt. Ltd.

2 L&T Valves Ltd.

4 Oswal Industries Ltd

RECOMMENDED VENDOR LIST FOR LAYING AND ASSOCIATED WORKS FOR SULTANPUR-JHAJJAR-HISAR

PIPELINE (SJHPL) PROJECTSr. No. NAME OF VENDOR

5 Weir BDK Valves

6 Flowchem Industries

7 NSSL Limited

8 Leader Valves Ltd.

9 Niton Valves Ind. Pvt. Ltd.

1 FMC Sanmar Ltd.

PRESSURE RELIEF VALVE (PRV)

Page 94 of 115

RECOMMENDED VENDOR LIST FOR LAYING AND ASSOCIATED WORKS FOR SULTANPUR-JHAJJAR-HISAR

PIPELINE (SJHPL) PROJECT

Sr. No. NAME OF VENDOR

2 PROTEGO India Pvt. Ltd.

3 L&T Valves Ltd.

4 Mekaster (Formerly SEBIM) Valves India Pvt. Ltd.

5 RMG Regal + Messtech GmbH, Germany

6 Tyco Valves

1 Groupe Genoyer (PHOCEENNE)

2 TECHNOGORGE- Italy (International Piping Group)

3 FBF Global Services Co.

4 Allied International SRL Italy

5 Bassi Luigi Fittings, Italy

6 GAM Raccordi Spa Italy

7 Groupe Genoyer (PHOCEENNE)

8 Teekay Tube

9 Pipefit Engineers Pvt. Ltd.

10 Sawan Engineers Pvt. Ltd.

11 Dee Piping System (EARLIER DEE DEVELOPMENT ENGINEERS LTD.)

12 Siddharth & Gautam

13 M.S. Fittings Manufacturing Company Pvt. Ltd.

14 Gujarat Infra Pipes Pvt. Ltd.

PIPE FITTINGS (FORGED)1 Siddharth & Gautam

2 Commercial Supply Agency

3 Eby Industries

4 Dee Piping System (EARLIER DEE DEVELOPMENT ENGINEERS LTD.)

FLOW TEES1 TECHNOGORGE- Italy (International Piping Group)

2 Pipefit Engineers Pvt. Ltd.

3 Multitex Filtrations

4 Sawan Engineers Pvt. Ltd.

BARRED TEES1 TECHNOGORGE- Italy (International Piping Group)

2 Pipefit Engineers Pvt. Ltd.

3 Multitex Filtrations

4 Sawan Engineers Pvt. Ltd.

1 TD Williamson

2 Advantica

3 Furmanite International Ltd - UK

RECOMMENDED VENDOR LIST FOR LAYING AND ASSOCIATED WORKS FOR SULTANPUR-JHAJJAR-HISAR

PIPELINE (SJHPL) PROJECTSr. No. NAME OF VENDOR

FLANGES1 Echjay Industries Pvt. Ltd.

2 CD Industries

3 CHW Forge (Choudhary Hammer Works)

4 Metal Forgins (P) Ltd.

5 Punjab Steel Works

6 JAV Forgings Pvt. Ltd.

7 C D Engineering Co.

8 J K Forgings

9 Sanghvi Forging & Engineering Ltd.

10 Pipefit Engineers Pvt. Ltd.

11 Sawan Engineers Pvt. Ltd.

Fire Fighting Equipmenta Fire Extinguisher

1 Safex Fire Services

PIPE FITTINGS ( SEAMLESS / W ELDED)

SPLIT TEES FOR HOT TAPPING

Page 95 of 115

RECOMMENDED VENDOR LIST FOR LAYING AND ASSOCIATED WORKS FOR SULTANPUR-JHAJJAR-HISAR

PIPELINE (SJHPL) PROJECT

Sr. No. NAME OF VENDOR

2 Brijbasi Hi-tech Udyog

3 Nitin Fire Protection Industries Ltd.

4 Supermex Equipments

5 Kooverji Devshi & Co.

b Hire Hydrant, Monitors, Deluge Valves & Nozzles

1 Minimax\

2 Vijay Fire

3 Newage

4 Zenith

5 Nitin Fire Protection Industries Ltd.

c Hoses & Hoses accessories

1 Gayatri Industrial Corporation

2 Royal India Corporation

3 Brijbasi Hi-tech Udyog

4 Nitin Fire Protection Industries Ltd.

5 Zaverchand Marketing Pvt. Ltd.

6 Newage

7 Simplex Rubber Products

W elding Electrode1 For Mainline- Lincoln / Bohler make

2For Terminal- For Root Pass- Lincon Make

For Other passes- Lincoln, D & H or equivalent make

NDT Agencies1 NDT Services, Ahmedabad

2 RTD, Mumbai

3 Sievert , Mumbai

4 X-Tech- Vizag

5 Geecy Industrial Service Pvt. Ltd., Mumbai.

Page 96 of 115

RECOMMENDED VENDOR LIST FOR LAYING AND ASSOCIATED WORKS FOR SULTANPUR-JHAJJAR-HISAR

PIPELINE (SJHPL) PROJECT

Sr. No. NAME OF VENDOR

FLAME ARRESTOR1 Fluidyne Instruments Pvt. Ltd.

2 PROTEGO India Pvt. Ltd.

3 NIRMAL INDUSTRIAL CONTROLS PVT. LTD.

4 Super Safety Services

5 A plus Projects & Technology (P) Ltd.

FASTENERS1 Multi Thread Fasteners ,Baroda

2 Precis ion Engineering Industries

3 Nireka Engg. Co. Pvt. Ltd.

4 Deepak Fasteners Ltd.

5 Fix Fit Fasteners

GASKETS1 Goodrich Gaskets Pvt. Ltd.

2 IGP Engineers Pvt. Ltd.

3 Madras Industrial Products

4 Banco Products (P) Ltd.

5 Starflex Sealing India Pvt. Ltd.

1 BERRY Plastics Corporation, Belgium- Covalence Brand

2 Denso GmbH

3 CANUSA-CPS a div is ion of SHAWCOR INC.

COLD APPLIED TAPES1 BERRY Plastics Corporation, Belgium- Covalence Brand

2 Denso GmbH

3 CANUSA-CPS a div is ion of SHAWCOR INC.

PUR (TAR-FREE) COATING1 Denso GmbH

2 BERRY Plastics Corporation, Oman/ Houston- Powercrete Brand

HOT INDUCTION BENDS1 Fabricom

2 Jindal Saw Ltd.

3 PSL Ltd

4 Welspun Gujarat Stahl Rohren Ltd

5 Sawan Engineers Pvt. Ltd.

CASING END CLOSURE1 RACI SPACERS INDIA PVT. LTD.

2 Raychem RPG Limited

ROCKSHIELD1 Raychem RPG Limited

2 Denso GmbH

SPACER / INSULATOR1 RACI SPACERS INDIA PVT. LTD.

2 Malon Technical Products

3 Advance Product s & System Inc.

4 Raychem RPG Limited

1 Sparco Multiplast Pvt. Ltd.

2 Shri Ambica Plastic Industries

RECOMMENDED VENDOR LIST FOR LAYING AND ASSOCIATED WORKS FOR SULTANPUR-JHAJJAR-HISAR

PIPELINE (SJHPL) PROJECTSr. No. NAME OF VENDOR

1 Forain Srl, Italy

2 G.D.Engineering

3 Perry Equipment Corporation

4 Pipeline Engineering

HEAT SHRINKABLE SLEEVES

W ARNING MESH / W ARNING TAPES/ W ARNING NET

QUICK OPENING END CLOSURE

Page 97 of 115

RECOMMENDED VENDOR LIST FOR LAYING AND ASSOCIATED WORKS FOR SULTANPUR-JHAJJAR-HISAR

PIPELINE (SJHPL) PROJECT

Sr. No. NAME OF VENDOR

5 Siirtec Nigi S.p.A

6 Groupe Genoyer (PHOCEENNE)

7 Rosen Group

8 TD Williamson

1 G.D.Engineering

2 Forain S.R.L

3 TD Williamson

4 Groupe Genoyer (PHOCEENNE)

1 Punj Lloyd Limited (India)

2 Cherington Asia (India) Pvt. Ltd.

3 Essar Construction Ltd.

4 Mersing Construction and Engineering Sdn Bhd., Selangor (Malaysia)

5 Herrenknecht (Asia) Ltd. (Thailand)

6 Mid East Pipeline

7 N.R. Patel & Co.,

8 Trenchless

1 Rosen Group

2 Pipeline Engineering

3 Spetsneftegaz NPO JSC (NGKS), Russia

4 TD Williamson

1 Corrtech International Pvt. Ltd.

2 Totaline, Australia

1 Dupont, India

2 Performance Coating Gmbh

3 COPAN

1 Asian Paints Ltd.

2 Sigma Paints S.A. Ltd.

3 Berger Paints India Ltd.

4 Kansai Nerolac Paints Ltd.

CIVIL

1 Parryware

2 Hindustan

3 Cera

PIG SIGNALLER / PIG ALERTS

CONTRACTORS FOR HDD W ORK

CONTRACTORS FOR EGP/ INTELLIGENT PIGGING

CONTRACTORS FOR VACCUM DRYING

PAINTS FOR INTERNAL COATING

PAINTS FOR OUTER SURFACE

VITREOUS CHINA SANITARYW ARE

Page 98 of 115

RECOMMENDED VENDOR LIST FOR LAYING AND ASSOCIATED WORKS FOR SULTANPUR-JHAJJAR-HISAR

PIPELINE (SJHPL) PROJECT

Sr. No. NAME OF VENDOR

STAINLESS STEEL SINKS1 AMC

2 Neelkanth

C.P FITTINGS1 Parco

2 GEM

1 ESS

2 Lotus

3 Orient

PVC PIPES1 Supreme

2 Prince

GI PIPES/MS PIPES1 TATA

1 KITEC

1 Leader

2 Zolote

1 Kirloskar

1 Perfect

HDPE PIPES AND FITTINGS1 Hasti

2 Oriplast

W ATER TANKS1 Sintex

ALUMINIUM HARDW ARE1 Earibihari

GLASS1 Modiguard

2 Atul

1 Hindalco

CEMENT1 Ultratech Cements

2 Ambuja

3 ACC

4 Birla

PAINTS1 Asian

2 Berger

3 Nerolac

4 Shalimar

5 Bombay

RECOMMENDED VENDOR LIST FOR LAYING AND ASSOCIATED WORKS FOR SULTANPUR-JHAJJAR-HISAR

PIPELINE (SJHPL) PROJECTSr. No. NAME OF VENDOR

1 Kajaria

2 Johnson

3 Somany

STRUCTURAL STEEL1 SAIL

C.P ACCESSORIES, W ASTE FITTINGS

COMPOSITE PIPES & FITTINGS

GUN METAL VALVES AND LOCKS

CI DOUBLE FLANGED SLUICE VALVES, NON RETURN VALVES

STONE W ARE PIPE AND GULLY TRAPS

ALUMINIUM DOOR/W INDOW SECTION

CERAMIC/VITRIFILED/VITREOUS TILES

Page 99 of 115

RECOMMENDED VENDOR LIST FOR LAYING AND ASSOCIATED WORKS FOR SULTANPUR-JHAJJAR-HISAR

PIPELINE (SJHPL) PROJECT

REINFORCEMENT STEEL1 TISCO

2 SAIL

ELECTRICALAMF DG SET

1 Sudhir Engg. Co.

2 Powerica Limited

3 Bhaskar Power Project Ltd.

4 Jakson Engineers Ltd.

SILENT D.G. SET SUPPLIER1 Sudhir Engg. Co.

2 Powerica Limited

3 Jakson Engineers Ltd.

1 Contronics Switchgear (I) Pvt. Ltd.

2 Elpro Engineering

3 RYB Switchgears Pvt. Ltd.

4 Trident Switchgears

5 Birla Ericsson Optical Ltd.

6 MileStones Switchgear Pvt. Ltd.

7 Vidhyut Control (I) Pvt. Ltd.

8 Electronic Insatrumentation & Control

9 Crompton Greaves Ltd.

10 Larsen & Toubro Ltd.

11 Control & Switchgear Co. Ltd.

POW ER CABLES1 Universal Cables Ltd., M.P.

2 Fort Gloster Industries Ltd.

3 Associated Flexibles & Wires Pvt. Ltd., Mumbai

4 NICCO Corporation Ltd., Baroda

5 Cable Corporation of India Ltd.

6 KEI Industrie Ltd.

7 Grandlay

8 Ravin Cables Ltd.

9 Thermopads Pvt. Ltd.

10 R.P.G. Cable Ltd.

11 Finolex Cable

12 Delton Cables Ltd.

13 Polycab Wire Pvt. Ltd.

14 CORDS Cable Industries

15 Finolex Cable

16 GESCAB Industries Ltd.

17 INCAB

RECOMMENDED VENDOR LIST FOR LAYING AND ASSOCIATED WORKS FOR SULTANPUR-JHAJJAR-HISAR

PIPELINE (SJHPL) PROJECTSr. No. NAME OF VENDOR

1 Balinga Lighting Equipments Pvt. Ltd.

2 Sudhir Switch Gears Pvt. Ltd.

3 Flame Proof Control Gears Pvt. Ltd.

4 Flame Proof Equipment Pvt. Ltd.

5 Flex Pro Electricals Pvt. Ltd., Navsari

6 CEAG

1 B.C.H.

2 Baliga Lighting Equipments Pvt. Ltd.

3 CGL

4 MDS

MAIN / SECONDARY, MEDB, DCDB & UPS DISTRIBUTION BOARD

FLAMEPROOF LIGHTING FIXTURES, FLP, J.BOX/FLP SW ITCH SOCKET

SW ITCH SOCKET AND PLUGS

Page 100 of 115

RECOMMENDED VENDOR LIST FOR LAYING AND ASSOCIATED WORKS FOR SULTANPUR-JHAJJAR-HISAR

PIPELINE (SJHPL) PROJECT

LIGHTING FIXTURES1 Crompton Greaves Ltd.

2 Philips

3 Bajaj Electrical Ltd.

4 KESELEC Schreder

U.P.S1 Fuji Electric Company Limited

2 Hitachi Hi-REL Controls Ltd.

3 Emmerson Network Power Management (Formerly known as Tata Libert)

4 Gutor Electronics Ltd. (L&T Representative)

5 Kerala State Electronics Development Corporation Ltd.

AIR CIRCUIT BREAKER1 L&T / Siemens / CGL / GE / CSC / Schneider Electric

1 L&T / Siemens / CGL / GE / SCS / Schneider Electric

SW ITCH1 L&T / Siemens / CGL / GE / CSC / Schneider Electric

FUSE1 L&T / EE / CGL / GE / Schneider Electric / CSC

CONTACTOR1 L&T / Siemens / CGL / GE / Schneider Electric / CSC

INSTRUMENT / METER1 IMP / Rishab / AE

CT / PT1 Indcoil / Gm / Koppa / Silkana / Siemens / AE / Pragati Electricals

PUSH BUTTON1 L&T / Siemens / BCH / Kaycee

SELECTOR SW ITCH1 Kaycee

INDICATION LAMP1 Concord / L&T / Vashinu

CABLE GLANDS1 Control Switch Gear / Electromac / Comment / Baliga / Flameproof Control Gear

CABLE LUGS1 Commet / Dowells / Ismail

TERMINAL BLOCKS1 Eleme / DAV / Essem / BCH / Connect well / Tosha

2 Phonix Contact (India) Pvt. Ltd.

RECOMMENDED VENDOR LIST FOR LAYING AND ASSOCIATED WORKS FOR SULTANPUR-JHAJJAR-HISAR

PIPELINE (SJHPL) PROJECTSr. No. NAME OF VENDOR

NICKEL CADMIUM BATTERY1 AMCO

2 HBL NIFE Power System Ltd.

LIGHTING MCB DB1 MDS

2 Indo-Asian

3 Clipsal

4 Datar

5 Havels

6 Standard

7 Shrenik and Co., Ahmedabad

AIR CONDITIONER1 Voltas

2 Carrier

3 LG

4 Blue Star

5 Hitachi

MOULDED CASE CIRCUIT BREAKER

Page 101 of 115

RECOMMENDED VENDOR LIST FOR LAYING AND ASSOCIATED WORKS FOR SULTANPUR-JHAJJAR-HISAR

PIPELINE (SJHPL) PROJECT

BATTERY CHARGER1 Chhabi Electricals Pvt. Ltd.

2 Universal Instruments

3 HBL NIFE Power System Ltd.

PANEL1 ICA

2 Swati Switchgears(I) Pvt. Ltd., Ahmedabad

3 Elemech Switchgears & Instrumentations, Ahmedabad

4 Rittal

5 Pyrotech Controls

6 Enclotek

I.S. BARRIER / REPEATER1 MTL

2 P&F

TRANSFORMER1 Patson Transformers Pvt. Ltd., Ahmedabad

2 Voltamp Transformers Pvt. Ltd., Ahmedabad

1 Mitcorr Cathodic Protection Pvt. Ltd., Baroda

2 Corrosion Control Servcies(B) Pvt. Ltd., Mumbai

3 Raychem RPG Ltd.

4 Corrtech International Pvt. Ltd., Ahmedabad

SOLAR LIGHT1 Saroj Urja Services Co

2 Solartech System

3 Khodiyar Enterprise

4 Hitech Industrial Corp.

INSTRUMENTATION

1 Emerson Process Management

2 Invensys

3 Tata Honeywell

4 Fuji

5 Yokogawa Blue star

6 ABB

7 Endress & Hauser

RECOMMENDED VENDOR LIST FOR LAYING AND ASSOCIATED WORKS FOR SULTANPUR-JHAJJAR-HISAR

PIPELINE (SJHPL) PROJECTSr. No. NAME OF VENDOR

RTD W ITH THERMOW ELL1 Pyroelectric Instruments

2 General Instruments

3 A.N. Instrument

PRESSURE GAUGE1 H. Guru

2 General Instruments

3 A.N. Instrument

4 Fiebig

5 Wika

6 Baumer

1 SWITZER

2 DELTA

3 UNITED ELECTRIC

4 SOR

5 GAUGE BOURDON

6 DRESSER

CATHODIC PROTECTION SUB-CONTRACTOR

PRESSURE, LEVEL, DIFFERENTIAL, TEMPERATURE TRANSMITTER

PRESSURE/DIFFERENTIAL SW ITCH

TEMPERATURE GAUGE W ITH THERMOW ELL

Page 102 of 115

RECOMMENDED VENDOR LIST FOR LAYING AND ASSOCIATED WORKS FOR SULTANPUR-JHAJJAR-HISAR

PIPELINE (SJHPL) PROJECT

1 General Instruments

2 Pyroelectric Instruments

3 A.N. Instrument

1 DET-TRONIC

2 HONEYWELL

3 JOSEPH LESLIE DRAGGER

4 DETECTION INSTRUMENTS

5 OLDHAM

RELAYS1 Omron

2 OEN

3 Jyoti

PLC1 Allen Bradley

2 GE Fanuc

3 Bristol Babcock Inc.

4 Honeywell

5 Schnieder

6 ABB

7 Siemens

8 Emerson

MCT1 NEIMEX

2 Signet International

3 ROTEX

OFC1 Finolex Cable

2 Birla Ericsson Optical Ltd., Rewa (M.P.)

3 RPG Cables Limited

4 Tamilnadu Telecommunications Limited

5 U M Cables

6 Himachal Futuristic Communications Ltd.

7 Sterlite Industries (I) Ltd.

RECOMMENDED VENDOR LIST FOR LAYING AND ASSOCIATED WORKS FOR SULTANPUR-JHAJJAR-HISAR

PIPELINE (SJHPL) PROJECTSr. No. NAME OF VENDOR

HDPE DUCT FOR OFC1 Jain Irrigation System Ltd., Jalgaon

5 Parix it Industries Ltd., Ahmedabad

6 Pennwalt Agru Plastic Ltd., Baroda

1 MTL

2 P&F

INSTRUMENT PANEL1 RITTAL

2 ICA

3 Pyrotech Controls

INSTRUMENT CABLES1 CORDS Cable Industries

2 Associated Cables

3 KEI Industries Ltd.

4 Universal Cables Ltd., M.P.

1 Flex Pro Electrical Pvt. Ltd., Navsari

2 Baliga

3 Exprotecta

FIRE & GAS DETECTION SYSTEM

I.S BARRIER/REPEATER/SIGNAL MULTIPLIER

JUNCTION BOX / CABLE GLANDS / PLUGS

INSTRUMENT FITTINGS, VALVES AND MANIFOLDS

Page 103 of 115

RECOMMENDED VENDOR LIST FOR LAYING AND ASSOCIATED WORKS FOR SULTANPUR-JHAJJAR-HISAR

PIPELINE (SJHPL) PROJECT

1 Swagelock

2 Parker

TELECOM1 NOKIA SIEMENS NETWORKS hiT 7025/ CORIANT

RTU1 SYNERGY

CCTV1 PELCO

TELEPHONE1 Alcatel-Lucent

1 Caproco, UK

2 Corrpro, Sharjah

3 Metal Samples, USA

4 Cormon, UK

5 Atel, Italy

6 Korosi Specindo

1 3M

2 Moeller

1 Raychem

2 3M

3 Siemens

4 F&G

6 Keptel

7 Alcoa Fujikura Limited

1 Lloyd Register of Industrial Services

2 Technische Ulierwachungs Verein (TUV)

RECOMMENDED VENDOR LIST FOR LAYING AND ASSOCIATED WORKS FOR SULTANPUR-JHAJJAR-HISAR

PIPELINE (SJHPL) PROJECTSr. No. NAME OF VENDOR

3 DNV-GL

4 AIB-Vincotte

5 Bureau Veritas

6 SGS

7 American Bureau Services (ABS)

8 Velosi Certification Services

ELECTRONIC MARKER AND LOCATOR

FIBER TERMINAL CLOSER (FTC)

THIRD PARTY INSPECTION AGENCY

Note :

1) The details of Vendors indicated in this lis t are based on the information available with TE, Contractor shall verify capabilities of each vendor for producing the required quantity with.

Consultant does not Guarantee any responsibility on the performance of the Vendor, it is the contractor's responsibility to verify the correct status of vendor and quality control of each

parties and also to expedite the material in time. Contractors to also ensure that supplier / bidder selected for Award should not be in the Holiday lis t of GAIL/ EIL/ MECON

2. Above vendor lis t is indicative only and any other vendor(s) apart from as mentioned above may be accepted subject to approval by Owner/Owners representative based on past

track record.

3. For the vendors of items not covered in above vendor lis t, but required for completion of project successfully, supplier shall take approval form Owner/Owners representative for the

same during project execution. Bidder shall submit the required certifications, documents, PTR and Performance letters from clients for the same

CORROSIVE MONITORING SYSTEM (CMS)

Page 104 of 115

QA / QC DURING CONSTRUCTION BY

CONTRACTOR

P.013312 D 11000

001

LAYING AND ASSOCIATED WORKS FOR SULTANPUR

JHAJJAR HISAR PIPELINE (SJHPL) PROJECT

TRACTEBEL ENGINEERING PVT. LTD.

QUALITY ASURANCE / QUALITY CONTROL (QA/QC) DURING CONSTRUCTION BY CONTRACTOR

0 17.07.2019 Issued forTender SSA MS SKH

Rev. Date Description Prepared by Checked by Approved by

Page 105 of 115

QA / QC DURING CONSTRUCTION BY

CONTRACTOR

P.013312 D 11000

001

Rev. 0 Sultanpur Jhajjar Hisar Pipeline (SJHPL) Project Page 1 of 1

TABLE OF CONTENTS

1.0 ABBREVIATION ..................................................................................................................... 1 2.0 PURPOSE ............................................................................................................................... 1 3.0 SCOPE .................................................................................................................................... 1 4.0 RESPONSIBILITY .................................................................................................................. 1 5.0 METHODOLOGY ..................................................................................................................... 2 6.0 WAIVER & DEVIATION .......................................................................................................... 4

ATTACHMENT –I: WAIVER / DEVIATION PERMIT ................................................................ 5 ATTACHMENT –II: FORMAT OBSERVATION ON QUALITY ASPECTS ..................................... 7 ATTACHMENT-III: REQUIREMENT FOR CONTROL OF MONITORING AND MEASURING DEVICES. ................................................................................................................................ 8

Page 106 of 115

QA / QC DURING CONSTRUCTION BY

CONTRACTOR

P.013312 D 11000

001

Rev. 0 Sultanpur Jhajjar Hisar Pipeline (SJHPL) Project Page 1 of 9

1.0 ABBREVIATION

EPC : Engineering, Procurement & Construction

H : Hold

IC : Inspection Certificate

IR : Inspection Report

ITP : Inspection and Test Plan

IRN : Inspection Release Note

PMC : Project Management Consultant

PO : Purchase Order

PR : Purchase Requisition

PS : Purchase Specification

QA/QC : Quality Assurance / Quality Control

QAP : Quality Assurance Plan

QTY : Quantity

R : Review

RCM : Resident Construction Manager

RPO : Regional Procurement Office

TPIA : Third Party Inspection Agency

P : Perform

W : Witness

RW : Random Witness

2.0 PURPOSE

The purpose of this document is for uniform understanding and implementation of quality management and quality control by contractor during construction to produce the product by combination of various activities and role of Owner/ Consultant in verification. The management of quality shall also cover co-ordination, review, approval audit and proper documentation of the works performed.

3.0 SCOPE

This document shall be applicable to all construction works to be executed by CONTRACTOR.

4.0 RESPONSIBILITY

It is CONTRACTOR’s prime responsibility to arrange/produce the product conforming to contract specifications and inspect all equipment, materials and works at various stages of execution as per the approved QA Plans. In addition, they have to coordinate directly with the OWNER/ Consultant and other involved agencies to give adequate confidence that the activities are performed as per agreed ITPs and necessary documentation are available. Verification by Owner/ Consultant or his representative at any stage shall not relieve CONTRACTOR of his responsibility towards quality of the product.

The CONTRACTOR shall comply with all statutory rules & regulations in force during execution of work and interface with such authorities as required.

Page 107 of 115

QA / QC DURING CONSTRUCTION BY

CONTRACTOR

P.013312 D 11000

001

Rev. 0 Sultanpur Jhajjar Hisar Pipeline (SJHPL) Project Page 2 of 9

5.0 METHODOLOGY

The management of construction quality control is divided into the following categories:-

(1) Procurement of materials required for the construction work.

(2) Execution of work

5.1 PROCUREMENT OF MATERIALS REQUIRED FOR THE CONSTRUCTION WORK

The CONTRACTOR shall develop list(s) defining the items to be procured along with proposed Vendors for approval of the Owner/ Consultant. The list shall comprise of all items except vessels, equipment, pumps, electrical/ instrumentation panels etc. which may be available directly ready for installation or require small fabrication as per requirement. The vendor list shall be in line with the contract document. In case, no vendor list exists in the contract for a particular item, the CONTRACTOR shall propose a list of Vendors to Owner/ Consultant. CONTRACTOR has to satisfy himself with the capability of the vendor to deliver the product in time with quality before proposing him as a prospective vendor. CONTRACTOR shall submit the Quality Assurance Plans for all major items and carry out their procurement in line with the approved plans. CONTRACTOR shall carry out their procurement in line with the contract requirement.

CONTRACTOR shall develop procedure for Inspection of material after receipt at site covering Material Receipt Inspection Report (MRIR), Correlation of materials with respect to Data Sheet / Quality Assurance Plan (QAP) / Inspection Release Note (IRN)/ Test Certificates/ marking on the materials etc.

The CONTRACTOR can either provide his own adequate qualified staff for inspection or employ a separate third party inspection agency with prior approval to carry out these functions. Involvement of OWNER/ Consultant in the quality control plan, if required, shall be defined during approval of the same.

5.2 EXECUTION OF WORK

5.2.1. The QA plans for execution shall be developed by the CONTRACTOR. OWNER/ Consultant’s approval for the same shall be taken well before start of the work. The final Inspection & Test Plans (ITPs shall be developed by the CONTRACTOR as per contract specifications within fifteen (15) days after award of work for approval by OWNER/ Consultant. For the activities which are identified as Witness or Hold Point, specific inspection call shall be raised by the CONTRACTOR with OWNER/ Consultant in the requisite format well in advance.

CONTRACTOR shall be completely responsible for management of approved quality plans and OWNER/ Consultant involvement will be only of Surveillance in nature to randomly check the works at selective/critical junctures. Their role shall be to monitor that the CONTRACTOR is executing the quality plans as per the approved drawings, employing adequately qualified staff and other resources for various items of works. Any deviation to the specifications shall be brought to the notice of OWNER/ Consultant in prescribed formats by CONTRACTOR for approval.

5.2.2. It is likely that the CONTRACTOR may engage sub-contractor(s)/vendors for performance of the work. CONTRACTOR shall be responsible for ensuring the implementation of approved QA plan, contract specifications and contract conditions through their sub-contractors to achieve the quality during all stages of construction. It shall be the responsibility of the CONTRACTOR to ensure proper coordination between his sub- contractor(s) and other agencies working at site.

The sub-contractor(s)/vendors selection shall be done after evaluation by the CONTRACTOR in line with contract requirements and shall be got approved by Owner/ Consultant before engaging them for the works.

5.2.3. Storage

All the materials procured shall be stored/stacked as per the standard norms and as recommended in various clauses of relevant codes and contract document. The storage of material shall be such as to avoid damage to life/properties (physical and chemical) of the materials. The storage shall not cause deterioration, rusting, mix-up etc. and hamper the other related works in any way. CONTRACTOR shall submit his detailed warehouse plan for OWNER/ Consultant approval to manage the above in open/covered areas.

The materials susceptible to fire shall be kept away in a separate protected place.

Page 108 of 115

QA / QC DURING CONSTRUCTION BY

CONTRACTOR

P.013312 D 11000

001

Rev. 0 Sultanpur Jhajjar Hisar Pipeline (SJHPL) Project Page 3 of 9

In general, the materials shall be kept systematically in order of their class, batch number and identification number, so that they are accessible for the inspection by OWNER/ Consultant whenever required and to avoid the mix up in those materials.

5.2.4. Use

The materials shall be stacked in such a way that the lot, which is procured first, will be consumed first. For materials which are having specific expiry date/ shelf life shall not be used beyond that date and shall be removed from site. Wherever there is any doubt about the change in properties of the materials, such materials shall be sent to reputed Government approved / NABL accredited laboratory for testing and acceptance.

5.2.5. Inspection

The CONTRACTOR shall be responsible for carrying out inspection of the materials brought at site and conducting tests/ checks (at site or in government approved / NABL accredited laboratories) at predefined frequencies as per contract. It is the responsibility of the CONTRACTOR to ensure that the materials used at site shall conform to relevant codes/ standards and Manufacturer’s Test Certificates are available for correlation as and when required. The CONTRACTOR shall maintain the records of all materials brought at site and tests conducted on them.

5.2.6. In process and final Inspection

CONTRACTOR shall be responsible to arrange verification of products during in- process and final inspection. Relevant checks and tests shall be arranged for the works performed and records maintained. Tolerances achieved with respect to contract specification and execution drawings for various activities/processes shall be ascertained and submitted to OWNER/ Consultant for approval. Efforts shall be made to keep checks and controls in such a way that a non-conforming product is avoided. However, if in an isolated case, the tolerances are beyond the acceptable values given in the contract/execution drawings/codes, non-conformance resolution/Deviation permit need to be raised by the CONTRACTOR and got approved/resolved from OWNER/Consultant.

5.2.7. Any Observation on quality aspects, Owner/ Consultant shall raise OQA format (attached as Attachment-II) which has to be acknowledged & compliance to be done by the contractor within the agreed time period.

5.2.8. The contractor shall follow the requirements given for control of monitoring and measuring devices as per Attachment-III.

5.3. DOCUMENTATION

All the necessary documentation & records shall be maintained by CONTRACTOR till completion of project and handed over to OWNER/ Consultant in requisite copies as a part of completion documents. Wherever OWNER/ Consultant personnel were directly involved particularly in witness and hold point, the copies of the records shall also be provided to personnel on completing inspection of those activities. The documentation & records shall include the following as a minimum but not limited to:

Approved Quality Assurance Plan

Approved Inspection and Test Plans

Inspection and test documents covering :

a) Manufacturer Test Certificate

b) Material Receipt Report including Inspection Release Note, if applicable and Site Inspection and acceptance Report on quality and quantity of material.

c) Site test/laboratory test Report reviewed by CONTRACTOR for acceptance vis-à-vis to contract/code requirements for materials/including PMI report at warehouse.

d) In process Verification reports of CONTRACTOR representative and OWNER/ Consultant as applicable.

Page 109 of 115

QA / QC DURING CONSTRUCTION BY

CONTRACTOR

P.013312 D 11000

001

Rev. 0 Sultanpur Jhajjar Hisar Pipeline (SJHPL) Project Page 4 of 9

e) Final verification report including any test checks done for compliance.

f) As-built vis-à-vis to contract/drawings including tolerances.

g) As-built for erection.

h) Nonconformance resolution raised by Contractor/Owner/ Consultant.

i) Concession/Deviation approval by OWNER/ Consultant.

j) Change order approval by OWNER/ Consultant in case there is variation from contract.

k) QA/QC Audit Reports and compliance Reports thereof.

l) Mechanical Completion formats

6.0 WAIVER & DEVIATION

Contractor shall strictly comply with specifications and no deviation shall be permitted. However, if the need for deviation arises under exceptional circumstances, such deviation shall be subject to the approval of Owner/Owner's representative and shall be submitted through Owner / Owner's representative in the prescribed "WAIVER /DEVIATION /EXCEPTION REQUEST" format. The WAIVER /DEVIATION / EXCEPTION REQUEST shall also indicate the cost benefit to the Owner.

Page 110 of 115

QA / QC DURING CONSTRUCTION BY

CONTRACTOR

P.013312 D 11000

001

Rev. 0 Sultanpur Jhajjar Hisar Pipeline (SJHPL) Project Page 5 of 9

ATTACHMENT –I: WAIVER / DEVIATION PERMIT

Report No.: _____________

Date:_____________

Waiver/Deviation Permit

(TO BE RAISED BY CONTRACTOR / VENDOR)

Project : Client : Consultant : Third Party Insp. : Order/Contract No. : Originator : Originator Ref. :

S. No Requirement as per Specification /

Drawing Description of Waiver / Deviation Sought Remarks

1.

2.

3.

Why the Waiver / Deviation is required?

Contractual Implications if Waiver / Deviation is granted.

Time taken shall be More / Less / No Change

Cost of item shall be More / Less / No Change

(Detailed Break up of cost implication to be attached in a separate sheet)

Performance requirement shall be Satisfied / Not Satisfied

Under present constraints, requested waiver / deviation is most optimum for the project and does not involve any safety and security hazard.

Date: Signature of the Originator:

Name & Seal:

Recommended by Consultant (Site):

Date: Signature: Name & Seal:

Justification by Consultant (HO) (When required):

Date: Signature:

Name & Seal:

Recommended by Owner (Site):

Page 111 of 115

QA / QC DURING CONSTRUCTION BY

CONTRACTOR

P.013312 D 11000

001

Rev. 0 Sultanpur Jhajjar Hisar Pipeline (SJHPL) Project Page 6 of 9

Date: Signature: Name & Seal:

Recommended by TPIA (when required):

Date: Signature:

Name: & Seal

Final Approval by PM Owner:

Date: Signature:

Name & Seal:

Page 112 of 115

QA / QC DURING CONSTRUCTION BY

CONTRACTOR

P.013312 D 11000

001

Rev. 0 Sultanpur Jhajjar Hisar Pipeline (SJHPL) Project Page 7 of 9

ATTACHMENT –II: FORMAT OBSERVATION ON QUALITY ASPECTS

OBSERVATION ON QUALITY ASPECTS

Job No: No: Name of Work: Date of Issue: FOI/LOA No:

Issued To : M/s Location Of Work: Item Of Work:

Details Of Observation( Deficiency) Recommended Course Of Action

Time Allowed For Correction

Issued By: Name: Designation:

Signature:

Received by: Name: Signature:

Date and Time:

Corrective Action Report By Contractor/Vendor: Name: Date: Signature:

Distribution Before Resolution: RCM/QA Mgr (EPC):

Verification Of Resolution By Issuer/OWNER(Site)/PMC(Site):

Name: Date: Signature:

Distribution After Resolution: RCM/QA Mgr (EPC):

Page 113 of 115

QA / QC DURING CONSTRUCTION BY

CONTRACTOR

P.013312 D 11000

001

Rev. 0 Sultanpur Jhajjar Hisar Pipeline (SJHPL) Project Page 8 of 9

ATTACHMENT-III: REQUIREMENT FOR CONTROL OF MONITORING AND MEASURING DEVICES.

Sl. No.

Description Calibration requirements Frequency Remarks

Civil-Survey

1. Theodolite To check for permanent adjustments by traversing and observing the closing error

once in a year or project duration whichever is earlier

Record to be maintained (See note below)

2. Levels To check by Backsight/ Foresight readings, the temporary adjustments of level

Every use Record to be maintained (See note below)

3. Steel measurement tapes

a. "Freemans" make or BIS approved make shall be used

b. Mutilated, or broken tapes shall not be used

c. Legible markings

---- ---

4. Cross staff Same as 3b&3c above --- ---

5. Distomat Actual Physical Verification at Site

Before using first time at site

Records to be maintained

6. Total Station To check for permanent adjustments by traversing and observing the closing error,etc.

once in a year or project duration whichever is earlier

Record to be maintained (See note below)

Civil Laboratory

1. All balances- Mechanical

Check for zero error Whenever used ---

2. Weigh Batcher/Batching Plant

Calibration of scales Once in three

months Records to be maintained

3. Cube testing machine

Calibration certificate from manufacturers or from reputed calibrating agency.

As per manufacturer specification or once a year whichever is earlier

Records to be maintained

4. Moisture Meter Calibration of scales 6 months Records to be maintained

Mechanical/ Electrical/ Welding

1. Pressure Gauges

Calibration certificate from reputed laboratories or calibrate by dead weight testers with standard weights

Once in 6 months Records to be maintained

2. Dial gauges Check for Zero Error Whenever used ---

3. Dead Weight Tester

Calibration from manufacturer or reputed calibrating agency and calibration certificate shall not be older than one month from the date of mobilization.

As per manufacturer's recommendation or once in a six month whichever is earlier.

Records (Calibration certificate) to be maintained

4. Vernier caliper/ screw gauge

Check for Zero error Whenever used ---

Page 114 of 115

QA / QC DURING CONSTRUCTION BY

CONTRACTOR

P.013312 D 11000

001

Rev. 0 Sultanpur Jhajjar Hisar Pipeline (SJHPL) Project Page 9 of 9

5. Holiday tester

Calibration from manufacturer or reputed calibrating agency or by calibrating by zeep meter.

Once in 6 months Records to be maintained

6. Elcometer Check with standard test films supplied by the manufactures

Before use Records to be maintained

7. Universal Testing Machine

Calibration Certificate from any reputed third party inspection agency. viz, CEIL, LRS, BV, ABS, DNV or IRS.

As per manufacturer's recommendation or once a year whichever is earlier

Records to be maintained

8. Charpy V-notch Impact testing machine

Calibration Certificate from any reputed third party inspection agency. viz, CEIL, LRS, BV, ABS, DNV or IRS.

As per manufacturer's recommendation or once in a year whichever is earlier

Records to be maintained

9. Hardness Testing Machine

Check with the standard test block supplied with the machine as per manufacturer's Recommendation

Before use Records to be maintained

10. Chemical Analysis ,ex :PMI etc.

Check with the standard samples

Before use Records to be maintained

11. Various Digital and Analog meters

Calibration Certificate from reputed laboratories or the manufacturer

Once in Six Months or as per manufacturer's recommendation whichever is earlier.

Records to be maintained

12. Variable current, voltage and resistance generators

Calibration Certificate from reputed laboratories

Once in Six months

Records to be maintained

13. Temperature/ Pressure Recorders

Calibration from manufacturer or any reputed calibrating agency

Once in Six months

Records to be maintained

14. Temperature gauges Calibration Certificate from reputed laboratories

Once in Six months To be discarded in case of damage or malfunctioning

15. Thermocouples Manufacturer's Certificate or Chemical Check

--- ---

16. Vibration probes Calibration from reputed laboratory

Once in a year

To be discarded in case of damage or malfunctioning

17. Decibel-meter Calibration from reputed laboratory

Once in a Year - do-

Note: If Error is found, it has to be sent to manufacturers or their agents for rectification and certification & reputed laboratory shall be NABL accredited for relevant testing.

##----##

Page 115 of 115

At the helm of the Energy Transition, Tractebel provides a full range of engineering and advisory servicesthroughout the life cycle of its clients’ projects, including design and project management. As one of the world’sleading engineering and advisory companies and with more than 150 years of experience, it's our mission toactively shape the world of tomorrow. With about 5,000 experts and presence in more than 70 countries, we areable to offer our customers multidisciplinary solutions in energy, water and urban.

TRACTEBEL ENGINEERING PVT. LTD.Intec House 37Institutional Area, Sector 44122 002 - Gurgaon - INDIAtractebel-engie.com

Antik ROYtel. + 91 124 469 8500fax + 91 124 469 [email protected]