107
LAYING AND ASSOCIATED WORKS FOR ONGC BANTUMILLI TO ULLAMPARU PIPELINE Project No. P.011947 Document No. P..011947 R11050 101 E - Tender No. 8000013032 GAIL (India) Limited Noida | INDIA PUBLIC 8 May 2018 TECHNICAL DOCUMENTATION Technical - General, Vol II A, Rev. 0

LAYING AND ASSOCIATED WORKS FOR ONGC BANTUMILLI …tender.tractebelindia.com/GAIL ARC Project/8000013032/Vol II of II... · scope of work p.011947 d 10775 101 laying and associated

  • Upload
    donhu

  • View
    215

  • Download
    0

Embed Size (px)

Citation preview

LAYING AND ASSOCIATEDWORKS FOR ONGC BANTUMILLITO ULLAMPARU PIPELINE Project No. P.011947Document No. P..011947 R11050 101E - Tender No. 8000013032

GAIL (India) LimitedNoida | INDIA

PUBLIC

8 May 2018

TECHNICAL DOCUMENTATIONTechnical - General, Vol II A, Rev. 0

SCOPE OF WORK P.011947

D 10775

101

LAYING AND ASSOCIATED WORKS FOR ONGC

BANTUMILLI TO ULLAMPARU PIPELINE IN KG BASIN

TRACTEBEL ENGINEERING PVT. LTD.

SCOPE OF WORK

DOC. NO. P.011947 D 10775 101

0 01.05.2018 Issued for Procurement PP SK SKH

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

SCOPE OF WORK P.011947

D 10775

101

Rev. 0 ONGC Bantumilli To Ullamparu Pipeline Project Page 1 of 1

TABLE OF CONTENTS

1.0 PROJECT GENERAL DESCRIPTION ...................................................................................... 1

2.0 BRIEF SCOPE OF WORK OF CONTRACTOR ......................................................................... 5

3.0 FREE ISSUE MATERIALS (FIM) ........................................................................................... 7

4.0 ROUTE AND CROSSING DETAILS ........................................................................................ 8

5.0 ACTIVITIES INVOLVED IN THE SCOPE OF CONTRACTOR ................................................. 15

6.0 PIPELINE BURIAL ............................................................................................................. 19

7.0 DETAILED SCOPE OF WORK FOR CONTRACTOR ............................................................... 20

8.0 QUALITY ASSURANCE AND QUALITY CONTROL ............................................................... 60

9.0 PROJECT MANAGEMENT ................................................................................................... 61

10.0 INTERFACING & COORDINATION WITH SUB-CONTRACTORS / VENDORS

/SPECIALIZED AGENCIES ................................................................................................. 64

11.0 ORDER OF PRECEDENCE OF DOCUMENTS ........................................................................ 64

12.0 “AS BUILTS” ...................................................................................................................... 65

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 1 of 65

1.0 PROJECT GENERAL DESCRIPTION

1.1. Scope

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.

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

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

1.2. Introduction

GAIL India Limited (GAIL) is operating a network of Natural gas pipelines in the KG Basin area of Andhra Pradesh,

with total length spanning approx. 880 kms, for supplying gas to various customers in the region. GAIL receiving gas

from suppliers like ONGC, and transports it to various industrial customers / load centres, through its existing Pipeline

network.

GAIL will be receiving supply of 0.7 MMSCMD (approx.) of Natural Gas from ONGC Bantumilli field. GAIL is

planning to lay a new 12” NB dia x 38.0 kms length (approx.) Pipeline from ONGC Bantumilli to its existing station

at Ullamparu, for transporting this gas upto Ullamparu, where it will be fed into existing GAIL network.

The proposed 12” pipeline, with a flow capacity of 0.7 MMSCMD, will have a dispatch Terminal at Bantumilli, & a

Receipt cum Hook-up terminal at Ullamparu. The downstream of the new pipeline, at Ullamparu, will be hooked up

to the existing 18” NB Pipeline of GAIL, which passes through Ullamparu station premises, for feeding this gas into

the existing GAIL network.

The proposed 12’ Pipeline will be laid partly in new ROU (approx.. 21 Kms from Bantumilli to DPML,

Vendra) & balance in existing ROU of GAIL (approx.. 17 kms approx.. from DPML to Ullamparu). The proposed

gas pipeline route runs, through marshy soil, paddy fields and fish ponds on either side and crosses areas falling under

Location Class 1, 2 and 3 and 4 (area within the radius of 90 meters from railway ROU).

This document establishes the basis for Design and Detail Engineering for the proposed 12” inch x approx.. 38 km

Pipeline from Bantumilli to Ullamparu, and the associated equipment/ station facilities proposed to be installed, along

with the Pipeline.

The Project involves Laying, Testing and Commissioning of 12” diameter x approx. 38 km long Cross-country

pipeline system along with the associated Station facilities and hook-ups including installation of Barred tee on

existing 18”Pipeline with in station of Ullamparu /tap-offs including Civil, Structural, Mechanical, Piping, Electrical,

Control & Instrumentation, Telecom and Cathodic Protection works.

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

worksite(s) including all intermediate storage; installation of new pipeline, testing, procurement and supply of all

materials (as per scope of supply); new pipeline/piping works at various terminals; tie-in/ hook-up of Pipeline and

Terminal facilities, preservation (if required), Electronic Geometric Pigging (EGP), pre-commissioning &

commissioning for the pipeline system of the project. The pipeline system includes Pipeline, Despatch Terminal,

Receipt Terminal, Sectionalising Valve (SV) Station and all associated facilities. The work includes installation of

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 2 of 65

pipeline and related piping works and all associated Civil, Structural, Architectural, Electrical, Mechanical,

Instrumentation/ Telecom etc.

Refer “Schematic Arrangement of Pipeline Facilities”. The Pipeline Schematic indicates the overall project details in

brief and is for reference purpose only. Contractor’s quotation shall be based on complete scope of work & all

documents/ drawings forming part of the Tender Document. All clauses mentioned in this document are applicable

to all pipelines unless specified otherwise.

The approx. width of ROU available to lay the new 12” pipeline is as under,

� Initial approx. 21 Kms from Bantumilli to DPML, Vendra (Chainage 0 km to 21 km) : New ROU of 20 Mtr

width

� Balance approx. 20 kms from DPML to Ullamparu: Existing ROU of 18 mtr width wherein 4” gas pipeline is

already laid at almost center of ROU i.e 8 to 10 mtr. The proposed 12” pipeline will be laid at 5 mtr either side

of 4” existing Gas pipeline. Contractor must have to take care of existing 4” pipeline during laying

of 12” proposed pipeline by providing a suitable protection to avoid damages of existing pipeline.

� The alignment of existing pipelines and proposed 12” pipeline is provided in the attached

alignment sheets enclosed with the tender document.

The above mentioned available width of ROU is approximation and based on survey report/as-built alignment sheet,

the actual available width may vary in positive or negative side. Contractors is requested to quote the price considering

the variations in ROU width and any extra amount will not be paid by GAIL on this account.

Contractor’s scope also include to arrange the working ROU to lay the new 12” diameter pipeline in the existing ROU

of GAIL, 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.

The proposed trench cross section with pipeline location are shown in standard drawings.

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

of any existing pipeline, utilities etc. in the ROU. All the materials / preparatory works/ safety measures as deemed

necessary by Owner for the protection of existing utilities / systems shall be arranged by contractor without any Cost

as well as time implications.

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 3 of 65

1.3. Route Map

1.4. Pipeline Design Parameters and Facilities

Process Parameters:

• Pipeline Size : 12” Inch

• Pipe Line Length : 38 km (approx.)

• Design Flow : 0.7 MMSCMD

• Design Pressure : 72 bar g

• Design Temp : 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 : 25 Years

• Gas Supply Pressure : 40-50 barg (max. at ONGC Bantumilli)

• Gas Supply Temperature : 40-45 ° C (at Bantumilli)

• Material Grade of Mainline Pipe : API 5L Gr. X 70/60, PSL 2 (size = 12”).

• Material Grade of Station Piping : API 5L Gr. X 70/60, PSL 2 (for size 12”)

ASTM A 333, Gr.6 (Seamless) (for size ≤ 10”).

• Location Class : 1, 2, 3 and 4

o Location Class 1 & 2 and 3 shall be used for:

: Pipeline laying along the proposed Pipe route, which falls

in Location Class-1, 2 and 3 respectively.

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 4 of 65

o Location Class-3 shall also be used for:

: All Station Piping

: All crossings by HDD

: Some crossing in Class-2 which require design factor of 0.5

o Location Class-4 shall be used for :

: Railway crossing, and for pipeline laid within the ‘risk

radius’ on both sides of Railway Crossing.

• Corrosion Allowance : ‘2.0’ mm for 12” Mainline Pipe

(API 5L Grade X 70 & Grade X 60 Pipes)

: ‘2.0’ mm for ASTM A 333, Grade 6 Piping

(all Station Piping 10” and below)

• External Coating : 3LPE as per PTS /GTS coating

• Internal coating : Yes, Liquid Epoxy Paint (for Mainline)

• Manufacturing Tolerance for Wall : ‘Zero’ Negative tolerance for 12” Mainline Pipe

Thickness (API 5L Grade X 70 Pipes)

: (+/-) 12.5% for ASTM A 333, Grade 6 Piping

(all Station Piping 10” and below)

Pipeline Facilities:

• Gas Supply Point : Bantumilli (ONGC Tap Off Point)

• Receiving Points : Ullamparu

• No. of Dispatch Station : 1 (at Bantumilli)

• No. of Receiving Station : 1 (at Ullamparu)

• Total No. of SV Stations : 1 no.

• Total No. of Tap Off Points : 2 nos. (at Ullamparu)

1.5. Pipeline System Configuration

The Pipeline System configuration was finalized based on Route Survey details and the number and location of SV

Station was determined based on ASME B 31.8 requirements, and tentative location of plot identified by GAIL at

approx. 21.6 KM for SV Station.

In addition to 12” diameter x 38 km( approx..) long pipeline, full-fledged Despatch Station at ONGC Bantumilli, 1

(One) SV station and Receiving Station at Ullamparru shall be constructed along with mechanical equipment

installation as defined in the tender documents.

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

at each station, along the proposed Pipeline :

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 5 of 65

S. No. Station Description

Chainage

(km. - approx. from

Bantumilli)

Proposed Facilities

1 Dispatch Station,

Bantumilli 00.00

Dispatch Facility with hook up within premises

of ONGC, Pig Launcher, and Filtering,

Metering, Gas Chromatograph, Pressure &

Flow regulating skid

2 SV – 1 21.6 SV with 1 no. 12” Tap Off for future

3 Receiving Station,

Ullamparu 38

Receiving station with Pig Receiver, Check

Metering skid, and 2 nos. 12” future tap off

valves (one for future tap-off, & the other for

future connectivity with 8” and 12” Pipelines),

Hook-up with existing 18” Pipeline of GAIL by

installing of Barred tee

Note: The location & chainage of SV station shall be finalized, based on plot finalization by GAIL. The drawing

attached with the tender document is the indicative drawing which will be modified to suite the site condition after

finalisation of plot.

The detailed works of Civil, Structural, Mechanical, Piping, Electrical, Control & Instrumentation, Telecom and

Cathodic Protection works involves at the above stations are provided elsewhere in this document.

2.0 BRIEF SCOPE OF WORK OF CONTRACTOR

2.1 Mainline Work

The present specification envisages construction requirement for API5L Grade X70/X-60 line pipes.

Chainage-wise details of line pipes (Thickness-wise as per area classification) to be used in the mainline construction

is provided as annexure-1 of this scope of work. However the chainage-wise thickness may vary as per the decision

taken by GAIL/PMC during Construction. 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.

Alignment sheets provided with the tender document does not have thickness-wise details of line pipe, hence refer

the annexure-1 of this document for line pipe thickness of mainline.

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.

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 6 of 65

2.2 Main Line Pipes

• Material for 12” Main Line Pipe : API 5L X70/60, PSL 2

• Wall Thickness for 12” Line Pipe (API 5L X70, PSL 2) :

Location Class of

Pipeline Route

Selected

Wall Thickness

Wall Thickness required

for fabrication of hot

induction Bend

Location Class 1 6.4 mm 7.1 mm

Location Class 2 6.4 mm 7.1 mm

Location Class 3 7.1 mm 8.7 mm

Location Class 4 8.7 mm 9.5 mm

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

• For Location Class – 1: Thickness to be used for fabrication of Hot bend – 7.1 mm

• For Location Class – 2: Thickness to be used for fabrication of Hot bend – 7.1 mm

• For Location Class – 3: Thickness to be used for fabrication of Hot bend – 8.7 mm

• For Location Class – 4: Thickness to be used for fabrication of Hot bend – 9.5 mm

All above pipes will be free issued to the Contractor. In some cases 9.5 mm thick pipes will be issued for fabrication

of induction bends for location class 1, 2 and 3 also.

• Wall Thickness for 12” Line Pipe (API 5L X60, PSL 2) :

Location Class of

Pipeline Route

Selected

Wall Thickness

Location Class 1/2/3/4 9.5 mm

2.3 Important remarks:

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

utilities will be min. 0.30 m at the crossing point and min.3.0m when the pipeline is running parallel to the

utilities (OISD 141) Wherever it is possible, the minimum distance must be increased.

b) Unless otherwise stated, no trees shall be left at less than 4 meters from the axis of the pipeline.

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

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

be paid as per relevant SOR item.

d) Apart from this the pipeline may also cross existing pipelines at some locations; Contractor shall take necessary

precautions to protect the existing pipelines.

e) At some locations, where pipeline may have to cross the existing pipelines, large scale excavation may expose

existing pipeline and may cause damage due to land collapse. In such case, excavation and laying of pipeline

are to be done in separate phases. Contractor shall submit detail procedure for crossings the existing pipelines

for approval of Owner/Owner’s representative.

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 7 of 65

f) 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.

g) In urban areas where there are numerous underground utilities, the cover of 1.2m may not be sufficient,

Contractor will not raise any compensation for any such necessary deepening (refer to PTS _Construction of

pipeline and part 10 of GTS/502).

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

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

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

No extra cost or compensation for supply & placement of the rock shield will be raised by contractor. Special

precautions to be taken for controlled rock blasting which has to be done before hauling, storing and stringing

of pipes. The maximum particles velocity should be determined to avoid any damages on existing facilities

(Refer PTS/GTS Controlled rock blasting).

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

any cost implication.

k) 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.

l) Contractor’s scope also include to arrange the working ROU to lay the new 12” diameter pipeline in the existing

ROU of GAIL, 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.

m) The rate for pipe laying shall be inclusive of excavation in all type of soil, soft and hard rocks and all depths,

pre & post padding.

2.4 Stations / Facilities on the Pipeline

Following is a summary of facilities planned at the stations:

o Dispatch station: It includes Pig launcher facilities, Hook-up with 12” Tap-Off Valve and 200 mtr piping along

with pipe support (to be provided by ONGC) from GAIL Despatch station to inside ONGC premises,

installation of a Filtering along with KOD, Metering, Pressure and Flow Regulating Skid with Gas

Chromatograph, all associated valves and Piping, Civil, Electrical with Cathodic protection, Instrumentation

and Controls, and facility to depressurize the pipeline, if necessary as defined in the tender documents.

o Sectionalizing Valve (SV) Station: SV Station shall be provided with bypass and venting arrangement. In

addition a 12” Tap Off shall be provided for Future. The location and plot for SV station shall be as finalized

by GAIL. It also includes Piping, Civil, and Electrical with Cathodic protection, Instrumentation and Controls

work as defined in the tender documents.

o Receiving station : Receiving station shall include Pig receiver facility, a Check metering skid, Hook-up with

existing 18” Pipeline of GAIL, which passes through the Ullamparu plot, for feeding the gas in existing GAIL

network, (the Hook-up to 18” Pipeline, shall be done with a barred tee, to ensure piggability of the 18”

pipeline), all associated, valves and Piping, Civil, Electrical with Cathodic protection, Instrumentation and

Controls, and facility to depressurize the pipeline, if necessary, as defined in the tender documents.

o Future Tap Off Points : 3 Nos. 12” NB Tap Off Points (TOP) shall be provided on the pipeline, 1 at SV station,

and 2 nos at Ullamparu Receiving Station, (one for future connectivity, and the other for future interconnection

of 12” and 8” pipelines running parallel to 18” Pipelines.

3.0 FREE ISSUE MATERIALS (FIM)

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

part of the project.

S. No. Item

1 12” Mainline 3 LPE Coated Line Pipes API 5L Gr. X-70 (6.4 mm/ 7.1 mm/ 8.7 mm/ 9.5

mm and API 5L Gr. X-60 (9.5 mm)

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 8 of 65

2 Ball, Globe , Plug and Check Valve above 2” diameter

3 Insulating Joints

4. Pig Launcher/Receiver ( Scrapper Trap ) for 12” dia Pipeline including handling system &

Jib Crane and Pig signaller

5. Fittings and Flanges above 2” diameter including barred / Flow tee

6. Skids ( Filtering along with KOD, Metering, Pressure and Flow Regulating Skid with Gas

Chromatograph for Despatch station at ONGC Bantumilli and Check metering skid for

Receiving station at Ullamparu

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. Civil Works including foundations, piping

interconnections, co- ordination with system vendors etc. to render system completely functional is also included in

the scope of Contractor.

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

4.0 ROUTE AND CROSSING DETAILS

4.1 General

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

proposed route of 12” ONGC Bantumilli to Ullamparu Pipeline. The contractor must refer the “: Detailed Route

Survey Report” attached with the Tender Document.

The proposed Pipeline is a 12” NB dia, approx. 38 Kms. long high pressure cross-country Natural Gas Pipeline.

Which will be laid partly in new ROU (21 Kms from Bantumilli to DPML, Vendra) & balance in existing ROU

of GAIL (17 kms approx.. from DPML to Ullamparu). 20 mtr width of new ROU from ONGC Bantumilli to DPML,

Vendra and 18 mtr width of existing ROU wherein 4” existing pipeline is already laid from Ullamparu to DPML

4.2 Location of the Project

The proposed Pipeline shall be laid from ONGC Bantumilli to Ullamparu (which is existing station of GAIL). The

details of Starting and end points are as below:

4.3 Pipeline Route Profile

The proposed Pipeline will be laid partly in new ROU (21 Kms from Bantumilli to DPML, Vendra) & balance

in existing ROU of GAIL (17 kms approx.. from DPML to Ullamparu) and will cross though areas falling under

Location Class 1, 2, 3 and 4 (pipeline under risk radius of Railway ROU). The proposed gas pipeline route runs cross-

country, between take off point and terminal.

As per the route survey, Route Map, Alignment sheets attached with the tender document, the Pipeline route is approx.

38 Km. The Proposed route Take off from ONGC Bantumilli at Ch. 0.0 km in Bantumilli village of Krishna District,

Andhra Pradesh and Terminal point proposed at existing station at Ullamparu of West Godavari District of Andhra

Pradesh.

The Proposed pipeline ROU details to lay the new 12” pipeline is as under,

� Initial approx. 21 Kms from Bantumilli to DPML, Vendra (Chainage 0 km to 21 km) : New ROU of 20 Mtr

width

� Balance approx. 17 kms from DPML to Ullamparu: Existing ROU of 18 mtr width wherein 4” gas pipeline is

already laid at almost center of ROU i.e 8 to 10 mtr. The proposed 12” pipeline will be laid at 5 mtr either side

Particulars Ch. (Km) Location Village District State

Take-off Point 0.00 ONGC,

Bantumilli Bantumilli West Godavari Andhra Pradesh

Terminal Point 38 Ullamparu Ullamparu West Godavari Andhra Pradesh

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 9 of 65

of 4” existing Gas pipeline. Contractor must have to take care of existing 4” pipeline during laying

of 12” proposed pipeline by providing a suitable protection to avoid damages of existing pipeline.

� The alignment of existing pipelines and proposed 12” pipeline is provided in the attached

alignment sheets enclosed with the tender document

The proposed ONGC Bantumilli to Ullamparu pipeline runs in Bhimavaram in West Godavari district of Andhra

Pradesh. Pipeline generally runs in west to east direction. The proposed route from ONGC Bantumilli,

Nagendrapuram village, Bhimavaram runs in west to east in west Godavari district and crosses the major crossing

Asphalted Road ( From NaHodupalom - To SH-113 ) at Ch. 419.97, Kommatippa Branch Channel at Ch. 2896.92,

Asphalted Road (From Kotha Pusalamarru - To SH-113 ) at Ch. 5193.38, Enamadurru Channel at Ch. 6790.22, State

Highway-113 ( From Kalipatnam - To Bhimavaram ) at Ch. 7008.66, Uppukodu Drain at Ch. 7327.93, Unlined Drain

at Ch. 8036.21, Asphalted Road ( From Bhimavaram - To Dirusumarr ) at Ch. 9116.55, Metalled Road ( From

Enamadurru - To Chinna Haruvu ) at Ch. 9447.81, Unlined Drain at Ch. 10193.9, Unlined Drain at Ch. 10607.36,

Hunupudi Drain at Ch. 10792.05, Unlined Drain at Ch. 12136.13, Metalled Road ( From Field - To Yamunepalle )

at Ch. 12141.63, Matsyapuri Road(ASP) ( From Bhimavaram - To Matsyapuri ) at Ch. 12679.33, Vissakoderu

Channel at Ch. 13099.62, Unlined Drain at Ch. 14208.73, Vissakoderu Channel at Ch. 14333.74, Unlined Drain at

Ch. 15191.22, Asphalted Road ( From HoraHanamudai - To Bhimavaram EnH.Co ) at Ch. 16489.16, Tallikodu

Channel at Ch. 16509.76, South Central Railwa ( From Bhimavaram RS - To Pennadapalem RS(N ) at Ch. 16921.24,

Unlined Channel at Ch. 17559.95, Metalled Road ( From Pennadapalem - ) at Ch. 17800.04, National HiHhway-65

( From Bhimavaram - To Viravasaram ) at Ch. 18085.64, Unlined Channel at Ch. 19707.32, Metalled Road ( From

Vendra - To Pennada ) at Ch. 19711.36, Metalled Road ( From Fish Pond - To Pennada ) at Ch. 20198.53, Adarikodu

Channel at Ch. 20212.57, Viravasaram West Channel at Ch. 20539.37Metalled Road ( From Fish Pond - To Pennada

) at Ch. 20198.53, Adarikodu Channel at Ch. 20212.57, Viravasaram West Channel at Ch. 20539.37.

The proposed route from Ullamparu village runs in east to west direction in West Godavari district and

crosses the major crossing SH-41 at Ch. 669.75, Narsapur Unlined Canal at Ch. 689.73, MOHALLURU DRAIN at

Ch. 1987.41, Asphalted Road at Ch. 2272.6, Jnnuru Unlined Channel at Ch. 2792.01, Asphalted Road at Ch. 3627.06,

Bhaieswae Drain at Ch. 4158.91, Asphalted Road at Ch. 5170.9, Koderu No.1 Branch Canal at Ch. 5475.26, RCC

Road at Ch. 5720.61, Asphalted Road at Ch. 5829.34, RCC Road at Ch. 6146.21, Asphalted Road at Ch. 7209.99,

Drain-Rapaka Channel-drain at Ch. 7842.37, Asphalted Road at Ch. 7904.56, Asphalted Road at Ch. 8519.96,

Asphalted Road at Ch. 9257.68, Gonteru Drain at Ch. 9793.9, Basavaraju kodu Drain at Ch. 10588.26, Asphalted

Road at Ch. 11676.66, Unlined Canal at Ch. 11932.24, Canal at Ch. 11946.36, Field Chanal at Ch. 13348, Field

Chanal at Ch. 13862.96, Asphalted WBM Road at Ch. 14490.12, Asphalted Road at Ch. 15718.75, Field Chanal at

Ch. 15725.56, Gostanadi Canal at Ch. 18394.02, Vraw Hara Canal at Ch. 18157.26.

ELEVATIONS:-

Terrain along the pipeline is Flat its entire length. The elevation at start point is 6.4 m above MSL and end point is

6.04 m. The highest elevation is 8.21 m at approx. route Ch. 17571.68 m and the lowest elevation is 3.15 m at approx

route Ch. 11397.01 M

FOREST LANDS:-

The proposed pipeline route passes through protected forest for about 0.002 Ha areas.

WILDLIFE SANCTUARY / NATIONAL PARKS:-

The proposed pipeline route does not passes through any Wild Life Sanctuary / national Park.

EXTENT OF VEGETATION AND LAND USE PATTERN:

The proposed route of pipeline from Take-off point at ONGC Bantumilli at Ch.00+000.00 Km to Terminal point at

Ullamparu mainly passes through the agricultural land, Fish Pond and Paddy field.

4.4 Major Crossings

All major crossings like State Highways, National Highways, Railways, Lined Canals etc. shall be laid by Boring or

whenever imposed by concerned authority. Cased crossing is mandatory for Lined canals, State Highways, National

Highways & Railroad crossing.

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 10 of 65

At all crossings where Carrier / Casing pipe is installed by using Boring & Jacking method, and for all HDD crossings,

a separate 6” Casing Pipe (API 5L Grade-B, 6.4 mm thk, external epoxy coated, 500 micron thick) shall be installed,

with 2 nos. 50 mm HDPE ducts laid inside the casing, 1 housing the main OFC cable inside it, and the other spare,

for future OFC blowing. The 6” Casing pipe shall be installed through separate boring as shown in the standard

drawings.

The Wall Thickness of Pipes to be used at all the crossings shall be as given in the tender document.

All the crossings mentioned in detailed route survey shall be classified as per PNGRB, as shown in the table below.

Type of Crossing as per Detailed

Survey Report Crossing Classification -

as per PNGRB Regulation ‘Table-1’ 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 ODR Other District

Road Uncased - Road, Highway, Public Street with Hard Surface

4 MDR Major District

Road Uncased - Road, Highway, Public Street with Hard Surface

5 MUR Mud Road Uncased - Un-improved Public Roads or Private Roads

Cased Crossing (Boring + Casing)

6 SH State Highway Cased - Road, Highway, Public Street with Hard Surface

7 NH National

Highway Cased - Road, Highway, Public Street with Hard Surface

8 Ry Railway Cased - Railway Crossing – considering Location Class-4

(As Per Railway requirement)

9 LC Lined Canal Cased Crossing

10 RCC RCC Road Cased - Road, Highway, Public Street with Hard Surface

Open Cut/HDD

11 NL Nala River Crossing -Open Cut

12 DR Drain Uncased Crossing - Open Cut

13 Rl River River Crossing -Open Cut

Crossing list provided with Annexure-1 shall be referred for Type of crossing and its chainages.

4.5 Railway & Highway 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 dated 08.04.2014). Pipeline at rail crossings shall be provided

with casing pipe, which shall extend min. 1500 mm on either side of railway ROW unless specified otherwise by

Railway Authorities. In any case, the minimum length of Casing Pipe for Railway Crossings, shall be 60 meters. The

casing pipe shall be installed by boring/jacking method.

Carrier pipe shall be electrically insulated from the casing pipe and casing ends shall be sealed using durable,

electrically non-conducting materials. Suitable measures (epoxy coating, 500 micron) 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 be filled with bentonite.

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 11 of 65

Casing pipe size for 12” Mainline shall be 18” NB. However, Final size and Thickness of the Casing Pipe shall be

determined , based on requirements of Statutory Authorities. All applicable Statutory Authorities’ codes and

requirements shall be complied.

Road crossing shall comply with the requirements of API RP 1102 and the requirements of the concerned road

authorities. In general for major road crossing, crossing shall be done by boring & casing method.

Pipeline at State highway / National Highway road crossings shall be provided with casing pipe, which shall extend

min. 1500 mm beyond the drainage ditch on either side of road/ROW, unless specified otherwise by concerned

authorities.

The casing pipe shall be installed by boring/jacking. Suitable measures (epoxy coating, 500 micron) 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 be filled with bentonite.

Casing pipe size for 12”NB (Main Line) shall be 18”NB. However. All applicable Statutory Authorities’ codes and

requirements shall be complied.

Provisions shall be kept for additional length/ increased width of crossing lengths of jacking + boring lengths to take

care of restricted ROU’s or land issues.

The Material and Wall Thickness to be used for Casing Pipe, for housing 12” NB Carrier shall be as summarized

below :

Crossing Chainages are listed at Annexure-1 of this document.

4.6 River / Canal Crossings and HDD

Minor water crossings and unlined canals shall be installed by open cut method. All lined Canals shall be crossed by

Boring & Casing method. River Crossing shall be done by open cut method with concrete coating or Gabions/

geotextiles Major water crossings like major canals shall be installed by open cut/Horizontal Directional Drilling

(HDD) method. 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, the following methods may be used for major crossings along the proposed route of pipeline.

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, Grade B 7.0

Highway Crossing 18” API 5L, Grade B 7.0

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 12 of 65

Sr.

No. Crossing Detail

Location

Class

Center

line

Chainage

in (M)

Design

Cumulative

Chainage

(M)

Method

of

Crossing

Width

of

Crossing

/ HDD

(M)

ROU

Detail

1 Kommatippa Branch

Channel 3 2,896.92 2,896.92 B+C 32.01 New

2 Enamadurru Channel 3 6,790.22 6,790.22 B+C 27.74 New

3

State HiHhway-113 ( From

Kalipatnam - To

Bhimavaram )

3 7,008.66 7,008.66 B+C 14.67 New

4 Uppukodu Drain 3 7,327.93 7,327.93 OC 75.32 New

5 Hunupudi Drain 2 10,792.05 10,792.05 OC 51.52 New

6 Vissakoderu Channel 1 14,333.74 14,333.74 B+C 54.16 New

7

South Central Railway

(From Bhimavaram RS -

To Pennadapalem RS)

4 16,921.24 16,921.24 B+C 43.49 New

8

National Highway-65 (

From Bhimavaram - To

Viravasaram )

3 18,085.64 18,085.64 HDD 160* New

9 Basavarajukodu Drain 1 10,588.26 26,995.78 HDD 410* Existing

10 Gonteru Drain 1 9,793.90 27,790.14 HDD 200* Existing

11 Baggeswaram Drain 2 4,158.91 33,425.13 HDD 180* Existing

12 Narsapur Canal & SH-41 3 689.73 36,894.31 HDD 200* Existing

HDD : Horizontal Directional Drilling;

B+C : Boring and casing

OC+CC : Open Cut + Concrete Coating

Notes :

1. *The length mentioned for HDD crossings are tentative only, and shall be finalized based on actual site

requirements. However, Contractor may propose additional HDD including fish ponds and any 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 or improper

handling of bentonite shall be borne by contractor.

2. The Chainage given are as per Alignment sheets for New and Existing ROU.

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 13 of 65

3. The Chainages for new ROU are measured from ONGC Bantumilli, and increases towards DMPL

4. The Chainages for existing ROU are measured from Ullamparru, and increases towards DMPL

5. The Design Cumulative chainage are given for cross checking, and are measured from ONGC Bantumilli

towards Ulamparru.

The above methods proposed for the crossings are tentative. However, the actual method of crossing shall be

finalized based on actual site requirements.

In addition to the above, the initial 6.6 kms length (approx..) of proposed pipeline route, starting from TP-07 near

ONGC Bantumilli (chainage – 0.424 km), and upto TP-50 (chainage : 7.0463 km) has a very restricted width of

ROU available. This section of pipe route runs adjacent to existing road and State Highway-113. This section has

been considered as HDD section.

Since the length of the pipeline section is large, (approx. 6.6 kms), the pipeline laying shall be done using multiple

HDDs. The depth of HDD shall be kept adequate to safeguard the pipeline from effects of seepage, waterlogging

and earth loads. The following shall be considered:

a. 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.

b. To the extent possible, most of the portions of the above section shall be preferably installed by HDD

Method. The sections where major construction constraints are likely shall be included in crossings by HDD.

c. The no. and locations of HDD sections 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 different HDD sections.

d. The depth, routing and exact profile of the HDD shall be finalized based on site conditions and actual site

requirements.

e. The sections where it is possible to lay the pipeline by trenching, shall be carefully evaluated and agreed by

the client / PMC. All such sections shall be hooked-up with adjacent HDD sections, ensuring a smooth

pipeline profile for ensuring that all pipeline stresses are within design limits.

f. Adequate protection against earth/vehicular loads in form of concrete slabs etc. and adequate anti-buoyancy

measures like concrete-coating, saddle bags or pre-cast concrete weight blocks etc. shall be provided, as per

site requirements, for pipeline sections which are executed by normal trenching method.

g. The pipeline laying in this entire section, including all HDDs shall be planned and designed very carefully,

considering site conditions, existing constraints, presence of large water bodies and a running state highway

adjacent to the route with traffic. The planning and design shall ensure safe operation, construction and

installation of pipeline, without affecting the highway traffic and in view of the safety of public, adjacent

structures and installations and water bodies.

h. In view of the above, the entire HDD operation, including design, engineering, and execution and testing

shall be performed by a specialist HDD Contractor, with adequate experience and proven track record of

similar operations.

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

requirements and in line with project specifications and requirements. Best practices from the industry shall be

considered and followed where deemed suitable.

Design and engineering of HDD operation shall also ensure that no seepage of bentonite takes place from the HDD

into the adjoining soil / fields / fisheries / ponds etc. In case, any seepage happens, the compensation for the same

shall be done by the contractor.

4.7 Anti-Buoyancy requirements

Anti-buoyancy measures shall be provided, over and above Pipe External Coating, in marshy lands, areas prone to

flooding or waterlogging, at water body crossings and other areas requiring anti-buoyancy measures.

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 14 of 65

Anti-Buoyancy shall be provided by means of continuous Concrete Coating, use of Geo Textile Bags or pre-cast

concrete weight blocks. The preferred method for providing anti-buoyancy is by use of saddle bags and or concrete

blocks. Use of concrete coating shall be avoided and shall be followed only where use of saddle bags or concrete

blocks is difficult or not possible, due to restricted space, small ROU width or other limitations.

For Rocky River (if any) anti-buoyancy measures shall be provided with gabion arrangement.

The size & spacing of saddle bags and concrete blocks shall be determined during detail engineering. The thickness

of concrete coating required for each location class, is tabulated below. The size, weight and spacing of saddle bags

or concrete blocks shall be such that it provides equivalent weight and anti-buoyancy effect as provided by concrete

coating thickness (for each location class) mentioned below:

Based on Buoyancy calculations carried out for the Pipeline, the Concrete Coating thicknesses, to be used for 12” NB

x 38.0 km long Main Pipe Line, from Bantumilli to Ullamparru, shall be as below:

Crossing Location Class Wall Thickness of

Pipeline to be used

Thickness of Concrete

Coating Required

Location Class 1 & 2 API 5L X-70 6.4 mm 40 mm (Note – 1)

Location Class 3 API 5L X-70 7.1 mm 35 mm (Note – 1)

Location Class 4 API 5L X-70 8.7 mm 30 mm (Note – 1)

Note – 1 : Final Thickness of Concrete Coating or anti buoyancy weight for geo textile bags shall be determined,

during detail engineering, based on requirements at site.

For Rocky River / Fish pond area and any other area where anti buoyancy is required, concrete coating or geo textile

bags shall be provided as instructed by EIC.

4.8 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 8 mm thickness shall be provided. For 66 KV and above power line crossings, concrete slab of

thickness 75 mm shall be provided over pipe trench.

4.9 Route Survey and Verification by Contractor

The Details provided above, and elsewhere in the tender document are based on preliminary survey/observation and

given for information only. In any case, 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 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 or any evidence or material he may have or required to be collected

by them.

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 15 of 65

5.0 ACTIVITIES INVOLVED IN THE SCOPE OF CONTRACTOR

5.1 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.

• 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.

5.2 Main 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

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 16 of 65

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. Liasoning with Owner,

villagers, land Owners and concerned authority etc. for ROU related activities shall be in the scope of Contractor.

• ROU may not be available in the required width in certain stretches, in such cases the work shall be carried out in

the available 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 be borne 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,

etc.

• All safety practices/standards as illustrated in Present PTS and GTS Building site regulation (70000/740/0503)

shall be strictly followed during construction.

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 equipments 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.

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 17 of 65

• 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), Globe & Check Valves (2””and below), fittings

and flanges (2””and below), Assorted Pipes (10” 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 fire

fighting 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 & OF cable as per present PTS and PTS-Instrumentation

• 6” Mild 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 modification 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).

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 18 of 65

• TCP (Temporary Cathodic Protection) and PCP (Permanent Cathodic Protection). Supply, Installation, Testing,

Commissioning of TCP and PCP including all civil works associated with CP i.e. cable trenches, foundation for

equipment and all test stations.

5.3 Other activities:

• Soil investigation (If required)

• HDD

HDD to be carried out for crossings as listed in above clause 4.6 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.

5.4 Other Work Packages (Not in the scope of contractors) :

• SCADA work package

5.5 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 ROU 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 ROU for crossing. Further, all

necessary actions including providing additional ROU 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

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.

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 19 of 65

• 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 shall comply with the Costal Regulation Zone Notification 1991 if applicable.

• 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.

6.0 PIPELINE BURIAL

The minimum ROW requirement for laying of pipeline shall be of 20 M width.

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

b) Industrial, Commercial and Residential areas 1.2

c) Rocky terrain 1.2

d) Minor stream crossing/Canal (lined/unlined) 1.5

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) River Crossings (Below lowest scour depth) 2.5

j) HDD (Below lowest scour depth) (also see Note-ii) 2.5

k) Marshy and Creek Area 1.5

l) Terrain with Sandy clay (See Note vi) 1.2

m) Terrain with Sand Dunes (See Note vi) 1.5

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 20 of 65

n) Others 1.2

1) 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.

(v) For areas of brick kiln, the minimum cover of 1.5 m shall be measured from the current level or below predicted

excavation level, whichever is lower.

(vi) For terrain with sandy clay and / or with sand dunes, the minimum cover of 1.2 / 1.5 m shall be measured from

sound & compact ground level. The compact ground level shall be determined based on site data and actual site

conditions.

As per PNGRB requirements, when a cluster of buildings intended for human occupancy, indicates that a basic mile

(1600m) of pipeline should be identified as location class 2 or location class 3, the location class 2 or location class

3 may be terminated 200 m from the nearest building in the cluster on either side (i.e. at start of cluster and at end of

cluster). The boundary between location class 1 and location class 2 or location class 3 shall be at least 200m away

from the building closest to the boundary.

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 500 mm above ground.

All the details provided above are Indicative in nature. Contractor shall conduct the detailed Route Survey for details

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

7.0 DETAILED SCOPE OF WORK FOR CONTRACTOR

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 part of Contractor's Scope

of Work.

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 21 of 65

7.1 Site Survey &Validation:

Route Survey, Topographical / Geotechnical/ Hydrological Studies

Owner has performed the Surveys for the entire 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

scope of work shall cover & but not limited to the following detailed surveys,

• 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 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, and

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

7.2 Engineering:

• Residual and 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

• 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.

7.3 Procurement :

• 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.

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 22 of 65

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

commissioning is also in the scope of the Contractor.

• 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.

7.3.1 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 /

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

Spares:

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 23 of 65

• 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.

7.3.2 Scope of Supply for - Pipeline Construction

This section lists the major items required to be procured 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:

• Ball, Globe and Check Valves upto 2” diameter

• Transition piece, if required

• All fittings and flanges upto 2” diameter

• Station Pipes 10” and below (The pipes for all other station piping of size 10” and below, 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 for all Station Piping (10” and below) shall be as summarized below :

o Material for Station pipes (10” & below) : ASTM A333, Grade 6.

o Wall Thickness for Station pipes (10” & below) :

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

� Pipe Sizes 3” to 10” NB - Schedule 80

The following Table summarizes the Wall Thickness and Material requirements for all 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 7.1 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 10” NB Class-3 ASTM A 333, Grade 6 Sch. 80

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

• Fabrication of Hot Induction Bends -API 5L Gr. X 70, PSL 2 (size = 12”) as per Specifications

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 24 of 65

Pipe Thickness for fabricating Hot Induction Bends – 128” 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 API 5L Gr. X-70 7.1 mm

(Class-2 thickness)

12”NB Main line Location Class-2 API 5L Gr. X-70 7.1 mm

(Class-3 thickness)

12”NB Main line Location Class-3 API 5L Gr. X-70 8.7 mm

(Class-4 thickness)

12”NB Main line Location Class-4

(within Railway ‘risk radius’) API 5L Gr. X-70 9.5 mm

At Station Locations :

12” NB Hot Induction

Bends at Stations

All Stations considered as

Location Class-3

API 5L Gr. X-70 8.7 mm

(Class-4 thickness)

#Wherever required 9.5 mm thick pipes will be issued for fabrication of Hot induction bends in case of calss-1, 2,

3 also.

• Casing Pipe -API 5L Gr. B, PSL 2 (Size = 18”) with thickness indicated as below :

o For Railway Crossings - Wall thickness = 7.0 mm

o Highway / Other Cased Crossings - Wall thickness = 7.0 mm

However, the actual Wall Thickness shall be finalized, as per Railway, Highway authority & other applicable

statutory requirements & codes. Casing Pipe shall be supplied with casing vents & drains, end seals, casing

insulators,

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

/ water logged areas / fish ponds arae, 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

• 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).

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 25 of 65

• 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 EPC 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.011947 D

11097 104)

• 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.

7.4 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.

7.5 Pipeline Construction

• Construction of 12” NB buried natural gas pipeline along with associated facilities at Dispatch station at ONGC

Bantumilli, SV station and Receiving station at Ullamparu..

• 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 Dispatch & receiving Terminals, as per Tender requirements.

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 26 of 65

• Pre commissioning and commissioning.

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

– Construction of Natural Gas Pipelines.

7.5.1 Details of Pipeline Construction

i. Surveying, marking-out of existing pipeline centre line and ROU width,

ii. Right of Way (ROU):Clearing /grading/cutting/filling for entire width of ROU for the new ROU.

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

iv. 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

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

v. Liaisoning with Owner, villagers, land Owners and concerned authority etc. for ROU related activities shall

be in the scope of Contractor.

vi. The ROU will be provided by the Owner. It may be noted that Owner shall provide documentary evidence of

acquisition of ROU. 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.

vii. 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.

viii. ROU may not be available in the required width in certain stretches, in such cases the work shall be carried

out in the available ROU width. Any additional working strip if required shall be arranged by contractor with

no cost to Owner.

ix. If pipeline to be laid in the limited space of restricted ROU, if required soaring to be carried out by the

contractor to lay the pipeline at the required depth.

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

Installation of ROU boundary markers for new ROU.

xi. 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.

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

xiii. 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).

xiv. The Contractor shall exercise extreme caution while trenching/excavation in areas, where possibility of

presence of other pipelines/utilities 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

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

yard.

xvi. 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.

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

cutting/bevelling, and as required.

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 27 of 65

xviii. 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.

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

PMC / Owner.

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

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

including supply of Nitrogen.

xxii. Induction Bends: Fabrication, shifting, testing, coating/painting of Induction bends using bare 12” line pipes.

xxiii. 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.

xxiv. 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.

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

field radiography jobs under statutory regulations including safe disposal.

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

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

xxviii. 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.

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

water/MFL crossing.

xxx. 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.

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

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

xxxiii. 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.

xxxiv. Laying of Optic Fibre Cable (OFC) 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.

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

by Owner.

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 28 of 65

xxxvi. 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.

xxxvii. 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)

xxxviii. Backfilling in Seismic Areas shall be as per provision given in the PTS_ Construction of natural gas pipelines.

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

sheets & as per specifications.

xl. 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

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.

xli. 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.

xlii. In addition to above, all above ground/ underground piping of terminals (despatch/receipt) & 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.

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

joints with the pipeline.

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

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 29 of 65

xlv. Any modification works required at the stations : The modification work refers to possible modifications to

existing structures which may be required for Hook-up, installation and construction of proposed Pipeline

system, or as a result of statutory requirements if any.

xlvi. 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.

xlvii. 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.

xlviii. 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/ modification in already constructed facility if necessitated by statutory authorities

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

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

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

Geometric Pigging (EGP).

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

cutting, welding, NDT, etc.

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

purposes to original condition. Contractor shall reinstate the entire ROU. 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.

7.5.2 Crossings

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 Major river/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 crossing list 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

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 30 of 65

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 ROU 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. Installation of spare 6” CS conduits, HDPE duct & OFC for the entire Crossing length at all crossings executed

by Boring & Casing, 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).

7.5.3 Cathodic Protection (CP)

a. Key deliverable

Supply &Installation of TCP and PCP system for 12” NB x approx.. 38 km Natural gas Pipeline from ONGC

Bantumilli to Ullamparu 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).

• PCP (Permanent Cathodic Protection) : Scope shall include collection of Cathodic protection related data along

right of use, design, detailed engineering, supply of materials, Computerized Test Station unit (CTSU), quality

assurance (QA) and quality control (QC), installation, testing and commissioning of PCP system. Bonding of the

pipeline to the existing pipelines if applicable, interference detection, mitigation, post-commissioning survey such

as such as CIPL (computerized on & off) and coating conductance measurements along the pipeline ROW,

followed by Pearson survey along the ROW & DCVG (for defect classification) at defect locations indicated by

Pearson & CIPL & AC/DC interference survey surveys. Contractor has to hand over the interference free PCP

system to Owner as per the specification. (Refer PTS: CP for detailed scope of work).

For Details, Please refer to the following:

1. Design Basis – Cathodic Protection (CP) – Doc No : P.011947 E 11017 102

2. PTS – Cathodic Protection (CP) – Doc No : P.011947 E 11017 101

7.6 Scope Of Work - Station Facilities

Total 3 number (Despatch. SV and Receiving) stations are required to be developed for proposed pipeline project

which are hereunder. Station-wise facilities are as under,

At Despatch terminal (ONGC Bantumilli)

• Construction of Dispatch Terminal, along with all associated station piping and facilities at ONGC Bantumilli, as

per drawings, specifications (PTS & GTS) & design basis including :

o Hook-up with 12”existing tap off Point available in ONGC premises with 200 mtr piping and supports

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 31 of 65

o Supply (in Contractor’s scope) &Installation of all associated Valves with /without Actuators as per PIDs

o Supply (in Contractor’s scope) &Installation of all Station Piping with Fittings and Flanges, Stud, Bolts &

Gaskets

o Installation of all free issue skids, IJs and Pig Launcher with Pig handling system

o Integration of with the overall Station Piping.

o All associated works including required Civil, Mechanical, Electrical with Cathodic Protection ,

Instrumentation & Control, Cathodic Protection work and associated activities required for successful

completion of the project.

At SV Station :

• Construction of following sectionalizing Valve (SV)stations as per drawings, specifications (PTS & GTS) &

design basis with all associated facilities and Tap Off Points (TOPs) as listed below : a

o Supply (in Contractor’s scope) & Installation of all associated Valves with /without Actuators as per PIDs

o Supply (in Contractor’s scope) & Installation of all Station Piping with Fittings and Flanges, Stud, Bolts &

Gaskets

o Integration of with the overall Station Piping.

o All associated works including required Civil, Mechanical, Electrical with Cathodic Protection ,

Instrumentation & Control, Cathodic Protection work and associated activities required for successful

completion of the project.

At Receiving Terminal (Ullamparu) :

Construction of Receiving Terminal, along with all associated station piping and facilities at Ullamparu as per

drawings, specifications (PTS & GTS) & design basis including:

o Hook-up with existing 18” dia existing pipeline by providing of barred / flow tee after shut down.( During Shut

down / installation of barred tee with existing 18”pipeline, Contractor to supply all the required materials,

tools & tackles, consumables including Nitrogen for purging & coating materials for underground installations

, equipment / machineries including cold cutter, manpower etc in scope of contractor)

o Supply (in Contractor’s scope) & Installation of all associated Valves with /without Actuators as per PIDs

o Supply (in Contractor’s scope) & Installation of all Station Piping with Fittings and Flanges, Stud, Bolts &

Gaskets

o Installation of all free issue skids, IJs and Pig Launcher with Pig handling system

o Integration of with the overall Station Piping.

o All associated works including required Civil, Mechanical, Electrical, Instrumentation & Control, Cathodic

Protection work and associated activities required for successful completion of the project.

Similarly, Contractor shall provide full co-operation and support for Integration of the new Piping Installations

with existing systems / installations.

7.6.1 Key Deliverables- Station wise

At Despatch terminal (ONGC Bantumilli)

a. Construction of Dispatch Terminal, along with all associated station piping and facilities at ONGC Bantumilli,

as per drawings , specifications, design basis and Tender Requirements, including supply ( in Contractor’s scope)

& Installation of all associated Valves, Station Piping, IJs, Skids (FIM by Owner) and Pig Launcher/Receivers

b. All associated works including required Civil, Mechanical, Electrical, Instrumentation & Control, Cathodic

Protection work and associated activities required for successful completion of the project.

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 32 of 65

At SV Station :

a. Construction of sectionalizing Valve(SV)stations, with all associated facilities and Tap Off Points (TOPs), as per

drawings , specifications, design basis and Tender Requirements, including supply( in Contractor’s scope) &

installation of Valves & all required Piping items at each location.

b. All associated works including required Civil, Mechanical, Electrical, Instrumentation & Control, Cathodic

Protection work and associated activities required for successful completion of the project.

At Receiving Terminal (Ullamparu) :

a. Construction of Receiving Terminal, along with all associated station piping and facilities at Ullamparu as per

drawings , specifications, design basis s and Tender Requirements, including supply( in Contractor’s scope) &

Installation of all associated Valves, Station Piping, Skids (FIM by Owner ), IJs and Pig Launcher/Receivers.

b. All associated works including required Civil, Mechanical, Electrical, Instrumentation & Control, Cathodic

Protection work and associated activities required for successful completion of the project.

c. The scope includes the modification and extension of existing control room building.

7.6.2 Station-Wise Discipline Wise Scope Of Work

The Scope of Work for Station facilities has been further divided in the following Sections, based on

Disciplines, for clarity & better understanding:

a. Civil Scope of Work

b. Piping and Mechanical Scope of Work

c. Electrical Scope of Work

d. Cathodic Protection System Scope of work

e. Instrumentation & Control Scope of Work

Please refer the relevant sections for Details on Scope of work for each Discipline. These sections will follow.

7.6.2.1 Civil - Scope Of Work

The purpose of this document is to provide basis of design / design criteria for detailed design the buildings, pipeline

supports & various facilities needed for different types of stations. This design basis covers general requirements and

conditions needed for the design of architectural works, reinforced cement concrete structures & structural steel

works for different facilities to be built at each station. However, all the structures will be designed for satisfactory

performance and intended usage.

The scope of major civil /structural/ Architectural works including supply and installation at each station are

given in the table 7.6.2.1

Table 7.6.2.1: civil /structural works at each station

S.NO. STATION SCOPE

• Layout Plan

• Topographical & contour Survey, soil investigation.

• Plot area of Clearing and stripping

• Site grading, Cutting & filling ( Earth and Sand), green

Belt development & Signage

• Structural materials including steel etc.

• Architectural materials

• Control room building with RO system

• Guard room

• RCC Pavement

• Boundary wall with Concertina fence

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 33 of 65

1.0

DESPATCH STATION

(Ullamparu)

• Earthworks, RC works etc.

• Process area with pipe & valve support, Gavel Filling/

RCC Pavement

• Approach and internal RCC roads & Footpaths

• Transformer area development with chain-link fencing

and Gravel filling

• DG foundation with shed

• Pig Launcher / Receiver, Pig handling system along with

Jib Crane foundation

• Skids foundation ( whichever applicable)

• Inspection chamber, septic tank & soak pit

• Footpaths

• Box / pipe culverts

• Boundary wall, chain link fencing

(if required near transformer or other equipment)

• Bore well

• U/G RCC water tank and HDPE Water Storage Tank

• Water drainage system (Storm Water Drain)

• Sewerage System

• Drinking water system with uPVC pipe and fittings

• Main gate (sliding) & wicket gate

• ERC / IRC

• Valve Operating Platforms and Crossovers.

• cable trenches

• Recharge well & Water harvesting system

• Raw Water System for Horticulture

• Windsock

• Door / windows

• Rubble Pitching

• Painting

• Misc. RCC work

• Disposal of Surplus earth

• Restoration of Civil works at Gas-in / Source facilities

• Misc work

2.0

SV STATION (at ch

21.6 KM)

• Layout Plan

• Topographical & contour Survey, soil investigation.

• Plot area of Clearing and stripping

• Site grading, Cutting & filling ( Earth and Sand), green

Belt development & Signage

• Structural materials including steel etc.

• Architectural materials

• Control room building with RO system

• Guard room

• RCC Pavement

• Boundary wall with Concertina

• Earthworks, RC works etc.

• Process area with pipe & valve support, Gavel Filling/

RCC Pavement

• Approach and internal RCC roads & Footpaths

• Transformer area development with chain-link fencing

and Gravel filling

• DG foundation with shed

• Inspection chamber, septic tank & soak pit

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 34 of 65

• Footpaths

• Box / pipe culverts

• Boundary wall, chain link fencing

(if required near transformer or other equipment)

• Bore well

• U/G RCC water tank and HDPE Water Storage Tank

• Water drainage system (Storm Water Drain)

• Sewerage System

• Drinking water system with uPVC pipe and fittings

• Main gate (sliding) & wicket gate

• ERC / IRC

• Valve Operating Platforms and Crossovers.

• Cable trenches

• Recharge well & Water harvesting system

• Raw Water System for Horticulture

• Windsock

• Door / windows

• Rubble Pitching

• Painting

• Misc. RCC work

• Disposal of Surplus earth

• Restoration of Civil works at Gas-in / Source facilities

• Misc work

3.0

Receiving Station at

Ullamparu

• Layout Plan

• Topographical & contour Survey, soil investigation.

• Plot area of Clearing and stripping

• Site grading, Cutting & filling ( Earth and Sand), green

Belt development & Signage

• Structural materials including steel etc.

• Architectural materials

• Control room building with RO system

• Guard room

• RCC Pavement

• Boundary wall with Concertina fence

• Dismantling of existing Boundary wall

• Earthworks, RC works etc.

• Process area with pipe & valve support, Gavel Filling/

RCC Pavement

• Approach and internal RCC roads & Footpaths

• Transformer area development with chain-link fencing

and Gravel filling

• DG foundation with shed

• Pig Launcher / Receiver, Pig handling system along with

Jib Crane foundation

• Skids foundation ( whichever applicable)

• Inspection chamber, septic tank & soak pit

• Footpaths

• Box / pipe culverts

• Boundary wall, chain link fencing

(if required near transformer or other equipment)

• Bore well

• U/G RCC water tank and HDPE Water Storage Tank

• Water drainage system (Storm Water Drain)

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 35 of 65

• Sewerage System

• Drinking water system with uPVC pipe and fittings

• Main gate (sliding) & wicket gate

• ERC / IRC

• Valve Operating Platforms and Crossovers.

• cable trenches

• Recharge well & Water harvesting system

• Raw Water System for Horticulture

• Windsock

• Door / windows

• Rubble Pitching

• Painting

• Misc. RCC work

• Disposal of Surplus earth

• Restoration of Civil works at Gas-in / Source facilities

• Misc work

• Miscellaneous works such as breaking and making good the existing roads; RCC works etc. wherever

pipe/electrical/instrumentation cable crossings are envisaged. Dismantling of existing masonry structures,

concrete and steel structures, road, fence & other related civil structures in such a fashion that site becomes

suitable for construction activity. All trees to be cut & stems uprooted from the site after obtaining approval

from statutory body.

• All the associated Equipment Foundations & Civil / Structural works will be carried out as per the relevant

standard specifications listed in General Technical Specifications.

• Please refer Drawings, design basis, PTS and GTS provided with the tender for details for detailed scope of

work.

7.6.2.2 Station Piping & Mechanical - Scope Of Work

a. Key Deliverables

• Dispatch station (ONGC Bantumilli): The Gas shall be taken from ONGC Terminal existing Tap-Off Valve

available at ONGC terminal. The Following Equipment/Facilities are planned at ONGC Bantumilli Dispatch

Station :

i. The Pipeline is a Piggable Line. Accordingly, Pig Launcher to be installed at Dispatch Station for

Launching the Pigs.

ii. Hook-up Piping: Hook-up Piping from existing 12”Tap-Off valve including 200 mtr piping from GAIL

Despatch station to ONGC terminal upto the inlet of proposed 12” Pipeline, near Pig Launcher area.

iii. Associated Piping and Station Work: All Associated Piping and station works.

• Sectionalizing Valve (SV) Station : SV Stations shall be provided with bypass and venting arrangement. The

Following Equipment/Facilities are planned at SV Stations :

i. Sectionalizing Valve: Sectionalizing Valve with Bypass. The SV will be a Remote Operated, Gas Over

Oil Actuated (GOOAV), Full Bore Ball Valve, with Double Block and Bleed Arrangement and

Equalizing / Bypass Line.

ii. Associated Piping and Station Work : All Associated Piping and station works.

• Receiving station (Ullamparu) : The Gas supplied through 12” Pipeline shall be received at Ullamparu Station,

which will be the ‘Receiving Station’ for the Pipeline. Here, the Pipeline shall be hooked-up to a metering which

in turn will feed the gas to existing 18”Pipileline. The Following Equipment/Facilities are planned at Ullamparu

Station, as part of this Project,

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 36 of 65

i. Pig Receiver: The Pipeline is a Piggable Line, a Pig Receiver is to be installed at Receiving Station,

Ullamparu for receiving the Pigs after Pigging Operation.

ii. Hook-up Piping: Piping from proposed 12” pipeline shall be hooked-up to the Metering, which in turn will

supply the gas to 18”Existing pipeline..

iii. Associated Piping and Station Work: All Associated Piping and station works.

• Future Tap off Points (TOP): 3 Nos. 12” NB Tap Off Points (TOP) shall be provided on the pipeline, 1 at

SV station, and 2 nos at Ullamparru Receiving Station, (one for future connectivity, and the other for future

interconnection of 12” and 8” pipelines running parallel to 18” Pipelines for future connectivity.) The Tap Off

Points shall be provided from the 12” Main-Line. Both the Tap-off valves shall be provided in the non-piggable

portion of station piping, to ensure Piggability of the 12” mainline. The Tap-offs valves shall be 12” NB Full

Bore Ball Valve with Blind Flange installed at the Downstream. This shall be used for future connectivity /

interconnection of the Pipeline.

Contractor shall provide full co-operation and support for Integration of the new Piping Installations at

stations with existing systems / installations.

b. Detailed Scope Of Work – Piping & Mechanical

i. Receiving and taking over of Owner’s supplied free issue materials. All cost incurred in taking deliveries,

unloading/handling/storage etc. shall be in scope of contractor.

ii. Installation of all ‘Free Issue’ items as per the installation requirements, under the supervision of

PMC/Owner.

iii. Delivery of all items and consumables in Contractor’s scope including Welding Consumables, Fasteners,

Gaskets, foundation bolts, holding down bolts/nuts etc. complete at worksite including

loading/unloading/handling/hauling/inspection/storage/safe management etc. complete. The items shall be

protected from corrosion/environmental degradation.

iv. Preparation of shop/assembly& Isometric drawings Preparation of drawings/sketches for proposed

Hydrotest packs.

v. Pre-fabricate pipe work for all Above Ground Installations. This is required exclusively for Installation of

piping for SV stations.

vi. Measurement/cutting/edge & surface preparation/fabrication and welding/ 100% NDT and other

inspections/testing, as applicable, of piping spools and runs, complete with associated testing and removal

of defects.

vii. Erection of piping / mechanical items and equipment including erection/installation of all equipment

&accessories/mountings, erection of package items/skids, construction/installation of scraper

launcher/receiver, pig handling systems, actuated and non-actuated valves and equipment and all such

items included in the Scope of Work, Approved for Construction (AFC) drawing and as required for project

completion.

viii. Cutting/removal/reinstallation/reinstatement of designated piping and utilities so as to ensure applicable

hook-up & tie-ins. The Contractor shall minimize the waste/scrap. The cut/removed/disused/waste/scrap

material shall be removed from the site as instructed by Owner’s Representative.

ix. Hook-up at the designated battery limits with existing facilities/utilities/facilities to be installed by others.

x. Cleaning/flushing of piping and conducting all types of pneumatic/hydrostatic tests as per approved

procedure/pressure/duration/acceptance criteria including provision of all test equipment and consumables

and safe disposal of test medium after testing.

xi. In addition to above, all above ground/ underground piping of terminals (despatch/receipt& SV station

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

during pneumatic testing.

xii. All types of coating painting works including coating painting of piping, support structure, equipment,

buildings, boundary walls, gates & fixtures etc. complete with provision of associated materials/resources.

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 37 of 65

xiii. Hook-up/tie-in of the buried/above ground piping system with existing Piping Systems, as per Tender

requirements, complete with Instrumentation& Controls.

xiv. Successful testing/pre-commissioning/commissioning of Pipeline system along with Station facilities in

the Scope of Work of Contractor.

xv. Reinstatement/Correcting/mitigating the damage to third party utilities/facilities while construction of

facilities forming part of this CONTRACT including displacing/reinstallation of all kinds of utilities &

obstructions as per requisite approvals and to the satisfaction of authorities having jurisdiction is included

in firm Scope of Work of Contractor.

xvi. Construction of above ground sections of the pipelines (from above/below ground transition point to further

upstream/downstream sections of piping until hook-up with existing/proposed facilities) including

installation of inline appurtenances (insulation joints/isolation valves/actuators etc.) complete with

associated civil/structural/electrical/instrumentation/control works. The corrosion protection coating of the

buried pipelines/piping shall extend (~ 1.0 m) in the above ground section to militate against wear/tear due

to displacements.

xvii. 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 re-testing. Re–

Commissioning of such equipment/facility to the satisfaction of Owner is in scope of Contractor.

xviii. The scope of works also includes providing necessary manpower &equipment for commissioning.

Please refer Drawings, PTS and GTS provided with the tender for details for detailed scope of work.

7.6.2.3 ELECTRICAL - SCOPE OF WORK

A. GENERAL:

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.

Note- EPC/Contractor shall check and confirm at site for the existing transformer (SEB)/Fuse capacity whether it is

capable to cater new developed control building & process area’s electrical load for Ullamparu Receiving station. If

existing SEB facility are suitable existing feeders shall be utilized with permission of Owner. If the existing SEB

facility not capable to cater new electrical load new connection shall be taken by state Electricity Board (SEB).

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 Redudant UPS system with UPSDB and Battery

bank (2x50%- 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.

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 38 of 65

• 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 as per below:

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 39 of 65

Sr.

No. tem description Unit Quantity

ELECTRICAL SPARES

E.1

Spares for UPS (One set for each UPS as supplied for DT at Bantumilli Station , SV-1&

RT-Ullamparu 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 Thyrsitor (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 DT at Bantumilli Station ,SV-

1 and RT-Ullamparu 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

E.1.4

Spares for Electrical Switch Board / MEDB (One Set for Each Switch Board / MEDB as

supplied for DT at BANTUMILLI Station, SV-1 and RT-ULLAMPARU are to be

supplied).

(Note- Quantities mentioned against each item are for one set only)

1 MCCB of Each Rating Nos. 1

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 40 of 65

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. 1

0 10

Mulitification Meter Nos. 1

11 Megger – 500V Nos. 1

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 41 of 65

Sr.

No. Item description Unit Quantity

CATHODIC PROTECTION SYSTEM

A DC Links of each rating Nos. 6

B Resistor of each rating Nos. 6

C

Transformer Rectifier Unit (One Set for each equipment as supplied, to be supplied)

(Note- Quantities mentioned against each item are for one set only)

1 Input MCB ( A.C. Circuit breaker) Nos. 2 Nos. Or 20%

whichever is higher

2 Ammeter - DC Nos. 2 Nos. Or 20%

whichever is higher

3 Ammeter - AC Nos. 2 Nos. Or 20%

whichever is higher

4 Voltmeter - DC Nos. 2 Nos. Or 20%

whichever is higher

5 Voltmeter - AC Nos. 2 Nos. Or 20%

whichever is higher

6 Diodes Nos. 2 Nos. Or 20%

whichever is higher

7 SCR's Nos. 2 Nos. Or 20%

whichever is higher

8 D.C. Fuses for output side Nos. 2 Nos. Or 20%

whichever is higher

9 A.C. fuses for input side Nos. 2 Nos. Or 20%

whichever is higher

10 HRC fuse for Diodes Nos. 2 Nos. Or 20%

whichever is higher

11 D.C. Lightening arrestor Nos. 2 Nos. Or 20%

whichever is higher

12 Filter circuit capacitor Nos. 2 Nos. Or 20%

whichever is higher

13 Signal light assembly for annunciation Nos. 2 Nos. Or 20%

whichever is higher

14 R.C. Surge Diverter Nos. 2 Nos. Or 20%

whichever is higher

15 Control transformer Nos. 2 Nos. Or 20%

whichever is higher

16 Coarse voltage control switch Nos. 2 Nos. Or 20%

whichever is higher

17 Coarse current control switch Nos. 2 Nos. Or 20%

whichever is higher

18 Fine voltage control switch Nos. 2 Nos. Or 20%

whichever is higher

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 42 of 65

19 Fine current control switch Nos. 2 Nos. Or 20%

whichever is higher

20 Toggle switches Nos. 2 Nos. Or 20%

whichever is higher

21 Assorted Glass cartridge fuses Nos. 2 Nos. Or 20%

whichever is higher

22 Selector Switch (Auto Manual Mode

selector switch)

Nos. 2 Nos. Or 20%

whichever is higher

23 Synchronized Interrupter switch Nos. 2 Nos. Or 20%

whichever is higher

24 Pulse Drivers Card Nos. 2 Nos. Or 20%

whichever is higher

25 Control Amplifier Card ( Electronic

Control Cards each type)

Nos. 2 Nos. Or 20%

whichever is higher

26 Power supply card Nos. 2 Nos. Or 20%

whichever is higher

27 Relay Card Nos. 2 Nos. Or 20%

whichever is higher

28 Indicating Lamp Nos. 2 Nos. Or 20%

whichever is higher

29 Reference cell Selector Switch Nos. 2 Nos. Or 20%

whichever is higher

30 4-20 ma Convert Module (for PSP reading) Nos. 2 Nos. Or 20%

whichever is higher

• Please refer SLD, Drawings, PTS Electrical and GTS provided with the tender for details for detailed scope

of work.

B. The following electrical equipment / systems are envisaged in this project for despatch terminal at ONGC

Bantumilli but not limited as per below:

(i) Main Electrical Distribution Board (MEDB)

(ii) 415 V , TPN, SFU

(iii) 415 V (3 Ph, N & 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) **KVA ,415V, 50 Hz, 0.8 PF, 3P & N Silent Diesel Generator Set, with AMF Panel, Air Cooled type,

Auto /manual start facility from local / through SCADA upon grid failure. Rating to be finalized during

detail engineering.

(v) Min. 7 KVA,230V AC output, 50 Hz parallel redundant UPS with static stabilizer for by pass supply and

with Ni-Cd VRPP battery (02 Nos. of Battery Bank) & UPS Distribution Board (UPS DB)

(vi) OLDB,ILDB,SSDB, ACDB

(vii) Bore Well Pump

(viii) Power & Control FRLS Cables

(ix) Indoor /Outdoor Lighting system

(x) Earthing, Bonding and lightning protection system

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 43 of 65

(xi) Split AC system

(xii) 2KVA Invertor with battery & distribution board

(xiii) Structural steel, cable trays, miscellaneous items etc.

(xiv) Conduit and associated hardware for concealed /surface mounting & wire (to be laid in the concrete

slab/other civil construction) for electrical system.

c. The following Electrical equipment / systems are envisaged in this project for SV Station at ch 21.6 Km, but not

limited as per below:

(i) Main Electrical Distribution Board (MEDB)

(ii) 415 V , TPN, SFU

(iii) 415 V (3 Ph, N & 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) **KVA ,415V, 50 Hz, 0.8 PF, 3P & N Silent Diesel Generator Set, with AMF Panel, Air Cooled type,

Auto /manual start facility from local / through SCADA upon grid failure. Rating to be finalized during

detail engineering.

(v) Min.5 KVA,230V AC output, 50 Hz parallel redundant UPS with static stabilizer for by pass supply and

with Ni-Cd VRPP battery (02 Nos. of Battery Bank) & UPS Distribution Board (UPS DB)

(vi) OLDB,ILDB,SSDB, ACDB

(vii) Bore Well Pump

(viii) Power & Control FRLS Cables

(ix) Indoor /Outdoor Lighting system

(x) Earthing, Bonding and lightning protection system

(xi) Split AC system

(xii) 2KVA Invertor with battery & distribution board

(xiii) Structural steel, cable trays, miscellaneous items etc.

(xiv) Conduit and associated hardware for concealed /surface mounting & wire (to be laid in the concrete

slab/other civil construction) for electrical system.

D. The following electrical equipment / systems are envisaged in this project for receiving terminal at Ullamparu,

but not limited as per below:

(i) Main Electrical Distribution Board (MEDB)

(ii) 415 V , TPN, SFU

(iii) 415 V (3 Ph, N & 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) **KVA ,415V, 50 Hz, 0.8 PF, 3P & N Silent Diesel Generator Set, with AMF Panel, Air Cooled type,

Auto /manual start facility from local / through SCADA upon grid failure. Rating to be finalized during

detail engineering.

(v) Min.5 KVA,230V AC output, 50 Hz parallel redundant UPS with static stabilizer for by pass supply and

with Ni-Cd VRPP battery (02 Nos. of Battery Bank) & UPS Distribution Board (UPS DB)

(vi) OLDB,ILDB,SSDB, ACDB

(vii) Bore Well Pump

(viii) Power & Control FRLS Cables

(ix) Indoor /Outdoor Lighting system

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 44 of 65

(x) Earthing, Bonding and lightning protection system

(xi) Split AC system

(xii) 2KVA Invertor with battery & distribution board

(xiii) Structural steel, cable trays, miscellaneous items etc.

(xiv) Conduit and associated hardware for concealed /surface mounting & wire (to be laid in the concrete

slab/other civil construction) for electrical system

7.6.2.4 Cathodic Protection - Scope Of Work

Supply &Installation of TCP and PCP system for 12” NB x 38 km (approx.)Natural gas Pipeline from Bantumilli to

Ullamparu, including requirements at Station facilities, as per Project specifications and Tender requirements.

Major activities covering complete scope of work include the following:

� Corrosion survey Methodology for site data generation and interpretation report and design basis for [TCP/ PCP]

system.

� Pre-design surveys

a. Soil resistivity survey.

b. Soil Ionic and microbial analysis.

� Design, detailed Engineering of TCP & PCP and approval from PMC/client representative. Including formulae

used, design calculations, BOQ, Technical Specifications and Post Commissioning Monitoring Methodology,

Data Recording Formats, Quality Assurance Control [QA/QC] methodology.

Procurement which includes supply, factory inspection, transportation , loading and unloading of CPTRU, anodes,

cables, junction boxes, reference cells and other materials for completing TCP and PCP work required for complete

PCP work on FOT- project site basis.

� Submission and obtaining approval of all documents (vendor documents) related to procurement of items as

mentioned above.

� Installation, testing, pre-commissioning and Commissioning of TCP and PCP work as defined in the tender

including job procedure for field testing, pre-commissioning and commissioning.

� All civil works associated with the complete Cathodic Protection work (TCP & PCP) shall be included in the

scope of CP contractor. This shall include providing cable trenches, foundation for equipment etc.

� Liaisoning with local authorities/statutory bodies/foreign utilities to obtain permissions for PCP work. However

Demand Notes/fees applicable to obtain permissions from concerned authorities/local bodies will be paid by

GAIL. For acquiring land for Anode Bed and for boring in case of deep well anode bed, CP Contractor has to

liaison with private land owner/ Govt body/ concerned authority and transfer the same in the name of M/s GAIL.

� Performing the following surveys, submission and obtaining approval of job procedures, reports for the

acceptance of PMC/client representative.

� Post Commissioning surveys

a. CIPL survey of pipeline network.

b. DCVG survey based on CIPL reports.

c. Coating Conductance survey.

d. AC/DC interference survey: Interference mitigation to be performed during PCP by contractor, without any

additional cost.

� CP Monitoring for three months from the date of commissioning with monthly progress reporting to PMC/

Client’s representative & mitigation of any anomaly required to tune up the functioning of the PCP system. This

includes monthly monitoring of PCP test station with data logger and weekly monitoring of CPTRU parameters.

� Progress reporting to PMC/client representative.

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 45 of 65

a. As-Built Document submission including O&M manual and handing over the entire system with reports to

CLIENTS’S O&M.

b. Monitoring methodology, frequency and formats

7.6.2.5 Instrumentation & Control - Scope Of Work

The entire project is comprised of dispatch station, receiving station and remote operated SV stations along with

associated instrumentation and protection system. Refer P&ID for detail. The facilities in the Contractor’s scope is as

under,

A. 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.

• 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.

B. REFERENCE

• PTS – Instrumentation with appendices – P.011947-I-11097-101

o Appendix -1 – Spare capacity

o Appendix- II – Instrument Index

o Appendix – III – Instrument Data sheets

• Material Requisition – P.001947-I-11071-101

• PTS – Remote terminal unit – P.011947-I-11097-102

o Annexure – I- Input output List

o Annexure -II – I/O count

• PTS – Telecommunication system – P.011947-I-11097-103

• PTS – Optical fiber cable – P.011947-I-11097-104

• PTS – HDPE Duct – P.011947-I-11097-105

• Instrumentation operational philosophy- P.011947-I-11000-101

C. INSTRUMENTATION SYSTEM SUMMARY

• The entire project is comprised of dispatch station, receiving station and remote operated SV stations along

with associated instrumentation and protection system.

• Following facilities shall be provided at stations

1. DESPATCH STATION-BANTUMILLI

a. Field instruments as per P&ID.

b. Standalone local control panel in control room for monitoring the process parameters and GOOVA

operation.

c. Remote terminal unit (RTU). Make of RTU shall be “SYNERGY” as per existing

d. SHD Telecommunication system (STM4). Make of SDH shall be Nokia Siemens Network hiT

7025/Coriant supplied by M/s Commtel as per existing.

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 46 of 65

e. CCTV cameras. One Fixed and one PTZ color cameras WP IP 65. Make of the cameras shall be

“PELCO” and integrated with existing NVR.

f. Analog telephones (one in control room, one in guard room and one Ex proof WP IP65 in field with

three side canopy) and FXS card. Make of the Telephones shall be “ALCATEL-LUCENT” and

integrated with existing EPABX.

g. Conventional type Fire detection including smoke and heat detector.

h. Addressable type Gas detection system with point gas detectors.

i. Corrosion monitoring system along with corrosion probe and corrosion coupon.

j. 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 Bantumalli to

Ullamparru

k. New Optical fiber cable shall be connected at Ullamparru and interface with existing system.

l. SCADA system is not envisaged- all the new parameters shall be integrated in existing SCADA

system.

Metering system shall be consisting of following facility at Bantumilli (TO BE SUPPLIED BY

SEPARATE METERING SKID CONTRACTOR)

a. Single stream Demister type knock-out drum with instruments

b. Dual stream coalescent dual chamber filtration skid with instruments.

c. Dual stream ultrasonic gas metering skid with flow computers for each stream and metering cabinet.

d. Dual stream pressure reduction skid with active & monitor valve and slam shutoff valve.

e. Single stream gas chromatograph with field mounted analyzer, controller carrier gas cylinder and

calibration cylinder.

f. Single stream field mounted moisture analyzer

g. Single stream field mounted H2S analyzer.

h. HMI system with processor, monitor and printer.

2. SV STATION

a. Field instruments as per P&ID.

b. Standalone local control panel provided in control room for monitoring the process parameters and

GOOVA operation.

c. Remote terminal unit (RTU), make of RTU shall be “SYNERGY” as per existing

d. SHD Telecommunication system (STM4). Make of SDH shall be Nokia Siemens Network hiT

7025/Coriant supplied by M/s Commtel as per existing.

e. CCTV cameras. Fixed and PTZ color cameras shall be provided. Make of the cameras shall be

“PELCO” and integrated with existing NVR.

f. Analog telephone (one in control room and one in guard room) and one FXS cards. Make of the

Telephones shall be “ALCATEL-LUCENT” and integrated with existing EPABX.

g. Conventional type Fire detection including smoke and heat detector.

h. Addressable type Gas detection system with point gas detectors.

3. RECEIVING STATION-ULLAMPARRU

a. Field instruments as per P&ID as per recommended vendor list

b. Standalone local control panel in control room for monitoring the process parameters and GOOVA

operation.

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 47 of 65

c. Existing Remote terminal unit (RTU) shall be used for integration of field instruments, make of RTU

is “SYNERGY”. Contractor shall supply a 32 channel DI card, install in existing RTU in spare slot

and internal wiring in existing panel upto terminal block.

d. Existing SHD Telecommunication system (STM4) shall be used, Make of SDH is Nokia Siemens

Network hiT 7025/Coriant supplied by M/s Commtel.

e. CCTV Fixed and PTZ color cameras. Make of the cameras shall be “PELCO” and integrated with

existing NVR.

f. Analog telephones (one in control room, one in guard room and one Ex Proof WP IP65 in field with

three side canopy) and one number FXS card & one number FXO card. Make of the Telephones shall

be “ALCATEL-LUCENT” and integrated with existing EPABX.

g. Conventional type Fire detection including smoke and heat detector.

h. Addressable type Gas detection system with point gas detectors.

i. Corrosion monitoring system along with corrosion probe and corrosion coupon.

j. SCADA system is not envisaged- all the new parameters shall be integrated in existing SCADA

system.

Dual stream ultrasonic gas metering skid with flow computer and metering cabinet ((TO BE SUPPLIED BY

SEPARATE METERING SKID CONTRACTOR)

D. SCOPE OF WORK

• The Contractor’s scope of work shall include but not limited to the following:

o This document shall read in conjunction with material requisition and other specification enclosed with

tender document.

o 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 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.

o 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 RTU/local control panel/gas detection

system etc.

o 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.

o Contractor shall also carry all the calibration equipment/ testing equipment like multi-meter, hand held

calibrator, 4-20mA simulator, modbus simulators, diagnostic tools etc.

o 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.

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 48 of 65

� Tentative average aerial distance between local control panel to RTU is 30 mtrs.

� Tentative average aerial distance between gas detection system to RTU is 30 mtrs

� Tentative average aerial distance between Fire detection system to RTU 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.

o Required masonry works for installation of systems and all associated equipment etc. shall be in

contractor’s scope of supply.

o 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.

o Contractor shall prepare, maintain and submit inspection reports, erection/installation progress reports,

material log etc. periodically.

o 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.

o Preparation of cable drum cutting schedule, cable schedule/interfacing wiring diagram, branch cable tray

routine is in contractor scope.

o Supply, Fabrication and installation of MS base frames, supports, pipes, plates etc. for local control

Panels/RTU/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

o 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.

o Unloading of material/equipment related to works received at site shall be in the contractor’s scope.

o 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.

o Contractor shall follow Quality and Safety requirement during construction phases of the Project.

o 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.

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 49 of 65

o Scope matrix

� Part A

� Station - Bantumilli Despatch station

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 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

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, RTU

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 RTU, 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 RTU, 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)

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

None

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 50 of 65

CMS shall be mounted

in LCP

to Client as per PTS-Instrumentation with Appendices”

and other tender documents.

6 Remote terminal Unit

(Floor Mounted))

Refer IO count for RTU

Design, Detail Engineering, Procurement of Materials,

manufacturing or fabrication, Supply, erection, installation,

testing of RTU and integration with LCP / GDS/ FDS/ CP

etc ,configuration/programming as per user requirement,

commissioning, test run, FAT, SAT and handover to Client

as per PTS – “PTS-Remote Terminal Unit” and other tender

documents.

Erection, installation of RTU inside the station control

room including supply of all the required erection materials,

fabrication and civil works.

None

7 Telecommunication

System

(Floor mounted)

Design, Detail Engineering, Procurement of Materials,

manufacturing or fabrication, Supply, erection, installation,

testing of Telecom system and integration with RTU

,configuration/programming as per user requirement,

commissioning, test run, FAT, SAT and handover to Client

as per PTS – “PTS-Telecommunication system” and other

tender documents.

Erection, installation of Telecom cabinet inside the station

control room including supply of all the required erection

fabrication and civil materials.

Integration and configuration of new Optical fiber cable

and SDH equipment with existing SDH telecom network

and NMS.

None

8 SCADA System Providing the all required information, documents and

technical supports while integration

Integration of New parameters

in existing SCADA system

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

RTU & Telecom communication cable (Ethernet), serial

cables (GDS/FDS) etc.

For LAN cable Contractor shall supply conduit of proper

size and lay cable inside the conduit.

None

10 Junction Boxes Supply, installation of weather proof and Explosion proof

junction including fabrication of supports

None

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 51 of 65

PTS-Instrumentation with Appendices” and other tender

documents

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 Bantumalli, SV

station and Ullamparru 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.

None

14 HDPE duct Supply and laying of HDPE duct along with pipeline from

Bantumalli, SV station and Ullamparru and inside each

station control room as per “PTS- HDPE duct” and other

documents

None

15 CCTV Supply and Installation of CCTV cameras along with power

cable and communication cable and integration with

existing NVR system

Providing the all required

information regarding existing

system, documents and

technical supports while

integration.

16 Analog Phones Supply and Installation of Analog phones along with

telephone cables, connectors, FXS card and integration

with existing EPABX system.

Providing the all required

information regarding existing

system, documents and

technical supports while

integration.

17 KOD, Filtration skid,

Metering skid, PRS

skid, Gas

chromatograph,

Moisture analyzer, H2S

analyzer.

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, Gas chromatograph system, moisture

analyzer system, H2S Analyzer system 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 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.

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 52 of 65

� Station - SV station

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 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 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, RTU 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

RTU, 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 RTU, 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

None None

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 53 of 65

6 Remote terminal Unit

(Floor Mounted)

Refer IO count for RTU

Design, Detail Engineering, Procurement of Materials,

manufacturing or fabrication, Supply, erection, installation,

testing of RTU and integration with LCP / GDS/ FDS/ CP/ etc

,configuration/programming as per user requirement,

commissioning, test run, FAT, SAT and handover to Client as

per PTS – “PTS-Remote Terminal Unit” and other tender

documents.

Erection, installation of RTU inside the station control room

including supply of all the required erection materials,

fabrication and civil works.

None

7 Telecommunication

System

(Floor mounted)

Design, Detail Engineering, Procurement of Materials,

manufacturing or fabrication, Supply, erection, installation,

testing of Telecom system and integration with RTU

,configuration/programming as per user requirement,

commissioning, test run, FAT, SAT and handover to Client as

per PTS – “PTS-Telecommunication system” and other tender

documents.

Erection, installation of Telecom cabinet inside the station

control room including supply of all the required erection

materials, fabrication and civil works.

Integration and configuration of new Optical fiber cable and

SDH equipment with existing SDH telecom network and NMS.

None

8 SCADA System Providing the all required information, documents and

technical supports while integration

Integration of New

parameters in existing

SCADA system

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

RTU & Telecom communication cable (Ethernet), serial cables

(GDS/FDS) etc.

For LAN cable Contractor shall supply conduit of proper size

and lay cable inside the conduit.

None

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

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 54 of 65

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 CCTV Supply and Installation of CCTV cameras along with power

cable and communication cable and integration with existing

NVR system

Providing the all

required information

regarding existing

system, documents

and technical supports

while integration.

14 Analog Phones Supply and Installation of Analog phones along with telephone

cables, connectors, FXS card and integration with existing

EPABX system.

Providing the all

required information

regarding existing

system, documents

and technical supports

while integration.

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 55 of 65

� Station - Ullamparru Receiving station

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 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 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, RTU 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 RTU, 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 RTU, 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-

None

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 56 of 65

Instrumentation with Appendices” and other tender

documents.

6 Remote terminal Unit

(Floor Mounted))

Refer IO count for RTU

Supply and installation of 32 channel digital input cards

of “Synergy make” at Ullamparrau and do the panel

internal wiring upto terminal block and interface with

local control panel as per PTS – “PTS-Remote Terminal

Unit” and other tender documents.

Location of Local control is in new control room,

contractor shall lay signals cables from local control

panel (new control room) to RTU (existing control

room)

None

7 Telecommunication

System

(Floor mounted)

Design, Detail Engineering, Procurement of Materials,

manufacturing or fabrication, Supply, erection,

installation, testing of Telecom system and integration

with RTU ,configuration/programming as per user

requirement, commissioning, test run, FAT, SAT and

handover to Client as per PTS – “PTS-

Telecommunication system” and other tender

documents.

Erection, installation of Telecom cabinet inside the

station control room including supply of all the required

erection fabrication and civil materials.

Integration and configuration of new Optical fiber cable

and SDH equipment with existing SDH telecom

network and NMS.

None

8 SCADA System Providing the all required information, documents and

technical supports while integration

Integration of New

parameters in existing

SCADA system

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

RTU & Telecom communication cable (Ethernet), serial

cables (GDS/FDS) etc.

For LAN cable Contractor shall supply conduit of

proper size and lay cable inside the conduit.

None

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 57 of 65

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 Bantumalli, SV

station and Ullamparru 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.

None

14 HDPE duct Supply and laying of HDPE duct along with pipeline

from Bantumalli, SV station and Ullamparru and inside

each station control room as per “PTS- HDPE duct” and

other documents

None

14 HDPE duct Supply and laying of HDPE duct along with pipeline

from Bantumalli, SV station and Ullamparru and inside

each station control room as per “PTS- HDPE duct” and

other documents

None

15 CCTV Supply and Installation of CCTV cameras along with

power cable and communication cable and integration

with existing NVR system

Providing the all required

information regarding

existing system, documents

and technical supports

while integration.

16 Analog Phones Supply and Installation of Analog phones along with

telephone cables, connectors, FXS & FXO cards and

integration with existing EPABX system.

Providing the all required

information regarding

existing system, documents

and technical supports

while integration.

17 Metering 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.

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 58 of 65

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.

� 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 labor transportation YES

4 Labor accommodation. YES

5 Labor 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

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 59 of 65

E. GENERAL TECHNICAL REQUIREMENTS

o 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.

o The equipment shall also be resistant to termite, fungus, rodents and salty environment. Environmental

Specification of Equipment to be supplied.

o The equipment at Stations shall be designed for non-air conditioned environment.

o Area and zone classification

� All the control rooms wherever available are classified as Safe Areas.

� All the fields wherever available are classified as Hazardous area.

o Surge Protection, Transient Suppressors, RFI filters Equipments shall be designed with built-in safety to

protect against the effects of monitor induced high voltages.

o 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.

i. System grounding (earth resistance less than 1 ohm)

ii. Frame and AC mains grounding (earth resistance less than 5 ohms)

� Accordingly, the equipments shall provide separate earthing strips as mentioned above.

i. 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

ii. 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

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 60 of 65

PE grounds resistance is less than 5 ohm to ground

o 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.

� 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.

o Electromagnetic Compatibility - EMC

� 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.).

o The entire electronic component shall be protected from airborne contaminants as per ISA 71.04

environmental conditions for process measurement and control system.

o Civil Works

i. Civil works required for interconnecting cabling between various systems, equipments,

telecommunication system and the power supply unit along with cable routing and dressing.

ii. Associated foundation, grouting for installation of equipment.

iii. Providing and laying perforated trays etc. for point a) above.

iv. Any other masonry work associated with entry and installation of equipment, painting and

finishing etc.

v. Any other civil works not specifically mentioned in the tender but required as per site

requirement.

o Electrical Works

� Electrical work associated at all the stations shall be consisting of (but not limited to):

i. All cable work including earthing and system ground earth associated with the installation of

the supplied equipment.

ii. Any temporary electrical works associated with the installation and commissioning of the

system.

iii. Testing and certification of all electrical works.

iv. All power cabling works (including supply of cables, glanding, ferruling, termination etc.).

8.0 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.

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 61 of 65

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.

9.0 PROJECT MANAGEMENT

9.1 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 modifications /

replacement / 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 the RoU 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).

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.

Gist of alignment and Crossing drawing is provided herewith as Annexure-1 of this document. 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

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 62 of 65

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.

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

replacement 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.

9.2 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

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 63 of 65

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.

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.

9.3 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 ROU, 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,

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 64 of 65

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.

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.

10.0 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.

11.0 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

� 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:

� Statutory Regulations and applicable codes & Standard

� Scope of Work

� P & IDs / Line Schedule

� Piping Material Specification/ Data Sheets

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 65 of 65

� 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.

12.0 “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.

During preparation of as-built of stations, separate as-built GAD and Plot plan drawings shall be prepared including

the GAIL facilities of Ullamparu station.

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 1 of 1

ANNEXURE – 1

ANNEXURE – 1A

ALIGNMENT SHEET DETAILS

ONGC BANTUMALLI - ULLAMPARRU PIPELINE

1 GAIL-BUPL-ALN-001 0ONGC BANTUMALLI -

ULLAMPARRU TOP VIA DPML0.00 m 1750.00 m 1750.00 m 1750.00 m GAIL-BUPL-ALN-001 0 1 of 13

2 GAIL-BUPL-ALN-002 0ONGC BANTUMALLI -

ULLAMPARRU TOP VIA DPML1750.00 3500.00 m 1750.00 m 3500.00 m GAIL-BUPL-ALN-002 0 2 of 13

3 GAIL-BUPL-ALN-003 0ONGC BANTUMALLI -

ULLAMPARRU TOP VIA DPML3500.00 5250.00 m 1750.00 m 5250.00 m GAIL-BUPL-ALN-003 0 3 of 13

4 GAIL-BUPL-ALN-004 0ONGC BANTUMALLI -

ULLAMPARRU TOP VIA DPML5250.00 m 7000.00 m 1750.00 m 7000.00 m GAIL-BUPL-ALN-004 0 4 of 13

5 GAIL-BUPL-ALN-005 0ONGC BANTUMALLI -

ULLAMPARRU TOP VIA DPML7000.00 m 8750.00 m 1750.00 m 8750.00 m GAIL-BUPL-ALN-005 0 5 of 13

6 GAIL-BUPL-ALN-006 0ONGC BANTUMALLI -

ULLAMPARRU TOP VIA DPML8750.00 m 10500.00 m 1750.00 m 10500.00 m GAIL-BUPL-ALN-006 0 6 of 13

7 GAIL-BUPL-ALN-007 0ONGC BANTUMALLI -

ULLAMPARRU TOP VIA DPML10500.00 m 12250.00 m 1750.00 m 12250.00 m GAIL-BUPL-ALN-007 0 7 of 13

8 GAIL-BUPL-ALN-008 0ONGC BANTUMALLI -

ULLAMPARRU TOP VIA DPML12250.00 m 14000.00 m 1750.00 m 14000.00 m GAIL-BUPL-ALN-008 0 8 of 13

9 GAIL-BUPL-ALN-009 0ONGC BANTUMALLI -

ULLAMPARRU TOP VIA DPML14000.00 m 15750.00 m 1750.00 m 15750.00 m GAIL-BUPL-ALN-009 0 9 of 13

10 GAIL-BUPL-ALN-010 0ONGC BANTUMALLI -

ULLAMPARRU TOP VIA DPML15750.00 m 17500.00 m 1750.00 m 17500.00 m GAIL-BUPL-ALN-010 0 10 of 13

11 GAIL-BUPL-ALN-011 0ONGC BANTUMALLI -

ULLAMPARRU TOP VIA DPML17500.00 m 19250.00 m 1750.00 m 19250.00 m GAIL-BUPL-ALN-011 0 11 of 13

12 GAIL-BUPL-ALN-012 0ONGC BANTUMALLI -

ULLAMPARRU TOP VIA DPML19250.00 m 21000.00 m 1750.00 m 21000.00 m GAIL-BUPL-ALN-012 0 12 of 13

13 GAIL-BUPL-ALN-013 0ONGC BANTUMALLI -

ULLAMPARRU TOP VIA DPML21000.00 m 21084.04 m 84.04 m 21084.04 m GAIL-BUPL-ALN-013 0 13 of 13

14A645/GAIL/PRP2/T/ULMP-

DMPL/PL/ALMT/10 OF 110

4" GAIL SV STATION

ULAMPARU TO DELTA PAPER

MILL

16500.00 m 15750.00 m 750.00 21834.04 m A645/GAIL/PRP2/T/ULMP-DMPL/PL/ALMT/10 OF 11 0 10 of 11

15A645/GAIL/PRP2/T/ULMP-

DMPL/PL/ALMT/09 OF 110

4" GAIL SV STATION

ULAMPARU TO DELTA PAPER

MILL

15750.00 m 14000.00 m 1750.00 23584.04 m A645/GAIL/PRP2/T/ULMP-DMPL/PL/ALMT/09 OF 11 0 9 of 11

16A645/GAIL/PRP2/T/ULMP-

DMPL/PL/ALMT/08 OF 110

4" GAIL SV STATION

ULAMPARU TO DELTA PAPER

MILL

14000.00 m 12250.00 m 1750.00 25334.04 m A645/GAIL/PRP2/T/ULMP-DMPL/PL/ALMT/08 OF 11 0 8 of 11

17A645/GAIL/PRP2/T/ULMP-

DMPL/PL/ALMT/07 OF 110

4" GAIL SV STATION

ULAMPARU TO DELTA PAPER

MILL

12250.00 m 10500.00 m 1750.00 27084.04 m A645/GAIL/PRP2/T/ULMP-DMPL/PL/ALMT/07 OF 11 0 7 of 11

18A645/GAIL/PRP2/T/ULMP-

DMPL/PL/ALMT/06 OF 110

4" GAIL SV STATION

ULAMPARU TO DELTA PAPER

MILL

10500.00 m 8750.00 m 1750.00 28834.04 m A645/GAIL/PRP2/T/ULMP-DMPL/PL/ALMT/06 OF 11 0 6 of 11

19A645/GAIL/PRP2/T/ULMP-

DMPL/PL/ALMT/05 OF 110

4" GAIL SV STATION

ULAMPARU TO DELTA PAPER

MILL

8750.00 m 7000.00 m 1750.00 30584.04 m A645/GAIL/PRP2/T/ULMP-DMPL/PL/ALMT/05 OF 11 0 5 of 11

20A645/GAIL/PRP2/T/ULMP-

DMPL/PL/ALMT/04 OF 110

4" GAIL SV STATION

ULAMPARU TO DELTA PAPER

MILL

7000.00 m 5250.00 m 1750.00 32334.04 m A645/GAIL/PRP2/T/ULMP-DMPL/PL/ALMT/04 OF 11 0 4 of 11

21A645/GAIL/PRP2/T/ULMP-

DMPL/PL/ALMT/03 OF 110

4" GAIL SV STATION

ULAMPARU TO DELTA PAPER

MILL

5250.00 m 3500.00 m 1750.00 34084.04 m A645/GAIL/PRP2/T/ULMP-DMPL/PL/ALMT/03 OF 11 0 3 of 11

22A645/GAIL/PRP2/T/ULMP-

DMPL/PL/ALMT/02 OF 110

4" GAIL SV STATION

ULAMPARU TO DELTA PAPER

MILL

3500.00 m 1750.00 m 1750.00 35834.04 m A645/GAIL/PRP2/T/ULMP-DMPL/PL/ALMT/02 OF 11 0 2 of 11

23A645/GAIL/PRP2/T/ULMP-

DMPL/PL/ALMT/01 OF 110

4" GAIL SV STATION

ULAMPARU TO DELTA PAPER

MILL

1750.00 m 0.00 m 1750.00 37584.04 m A645/GAIL/PRP2/T/ULMP-DMPL/PL/ALMT/01 OF 11 0 1 of 11

SheetReferance Drawing No.Rev

No.Total Length

Start Chainage End Chainage

Cumulative ChainageRev

No.

Comulative

LengthSr. No.

Alignment

Drawing No.Section

Page 1 of 1

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 1 of 1

ANNEXURE – 1B

CROSSING DETAIILS

ONGC BANTUMALLI - ULLAMPARRU PIPELINE

Center line Chainage In

(M)

(As per Alignment Sheet) Start ChainaHe (M) End ChainaHe (M)

1 CS-01Asphalted Road ( From NaHodupalom - To SH-

113 )AR 3 419.97 416.07 424.33 419.97 8.26 HAIL-BUPL-ALN-001

2 CS-02 Kommatippa Branch Channel LC 3 2896.92 2884.52 2916.53 2896.92 32.01 HAIL-BUPL-ALN-002

3 CS-03Asphalted Road (From Kotha Pusalamarru - To

SH-113 )AR 3 5193.38 5188.26 5198.09 5193.38 9.83 HAIL-BUPL-ALN-003

4 CS-04 Enamadurru Channel LC 3 6790.22 6776.42 6804.16 6790.22 27.74 HAIL-BUPL-ALN-004

5 CS-05State HiHhway-113 ( From Kalipatnam - To

Bhimavaram )SH 3 7008.66 7003.21 7017.88 7008.66 14.67 HAIL-BUPL-ALN-005

6 CS-06 Uppukodu Drain DR 3 7327.93 7289.51 7364.83 7327.93 75.32 HAIL-BUPL-ALN-005

7 CS-07 Unlined Drain DR 3 8036.21 8032.31 8039.81 8036.21 7.50 HAIL-BUPL-ALN-005

8 CS-08Asphalted Road ( From Bhimavaram - To

Dirusumarr )AR 2 9116.55 9110.06 9122.21 9116.55 12.15 HAIL-BUPL-ALN-006

9 CS-09Metalled Road ( From Enamadurru - To Chinna

Haruvu )MR 2 9447.81 9443.91 9451.27 9447.81 7.36 HAIL-BUPL-ALN-006

10 CS-10 Unlined Drain DR 2 10193.9 10178.93 10202.12 10193.9 23.19 HAIL-BUPL-ALN-006

11 CS-11 Unlined Drain DR 2 10607.36 10601.81 10615.19 10607.36 13.38 HAIL-BUPL-ALN-007

12 CS-12 Hunupudi Drain DR 2 10792.05 10765.61 10817.13 10792.05 51.52 HAIL-BUPL-ALN-007

13 CS-13 Unlined Drain DR 1 12136.13 12133.55 12145.27 12136.13 11.72 HAIL-BUPL-ALN-007

14 CS-14 Metalled Road ( From Field - To Yamunepalle ) MR 1 12141.63 12133.55 12145.27 12141.63 11.72 HAIL-BUPL-ALN-007

15 CS-15Matsyapuri Road(ASP) ( From Bhimavaram - To

Matsyapuri )AR 1 12679.33 12672.20 12687.07 12679.33 14.87 HAIL-BUPL-ALN-008

16 CS-16 Vissakoderu Channel LC 1 13099.62 13094.33 13107.55 13099.62 13.22 HAIL-BUPL-ALN-008

17 CS-17 Unlined Drain DR 1 14208.73 14204.90 14212.15 14208.73 7.25 HAIL-BUPL-ALN-009

18 CS-18 Vissakoderu Channel LC 1 14333.74 14313.34 14367.50 14333.74 54.16 HAIL-BUPL-ALN-009

19 CS-19 Unlined Drain DR 1 15191.22 15180.78 15203.34 15191.22 22.56 HAIL-BUPL-ALN-009

20 CS-20Asphalted Road ( From HoraHanamudai - To

Bhimavaram EnH.Co )AR 3 16489.16 16479.62 16523.93 16489.16 44.31 HAIL-BUPL-ALN-010

21 CS-21 Tallikodu Channel LC 3 16509.76 16479.62 16523.93 16509.76 44.31 HAIL-BUPL-ALN-010

22 CS-22South Central Railwa ( From Bhimavaram RS -

To Pennadapalem RS(N )RY 4 16921.24 16901.02 16944.51 16921.24 43.49 HAIL-BUPL-ALN-010

23 CS-23 Unlined Channel ULC 3 17559.95 17551.75 17577.68 17559.95 25.93 HAIL-BUPL-ALN-011

24 CS-24 Metalled Road ( From Pennadapalem - ) MR 3 17800.04 17796.09 17802.66 17800.04 6.57 HAIL-BUPL-ALN-011

25 CS-25National HiHhway-65 ( From Bhimavaram - To

Viravasaram )NH 3 18085.64 18080.60 18091.76 18085.64 11.16 HAIL-BUPL-ALN-011

26 CS-26 Unlined Channel ULC 1 19707.32 19702.49 19715.03 19707.32 12.54 HAIL-BUPL-ALN-012

27 CS-27 Metalled Road ( From Vendra - To Pennada )R MR 1 19711.36 19702.49 19715.03 19711.36 12.54 HAIL-BUPL-ALN-012

Drawing TitleType of

Crossing

Width of Crossing In

(M)Ref AliHnment DrawinH No.

AR=Asphalted Road, BR=Brick Road, CT=Cart Track, DR=Drain, EW=Express Way, LC=Lined Canal, MDR=Mejor District Road, MR=Metal Road, MUR=Mud Road, NH=Netional HiHhway, NL=Nala, ODR=Other Distric Road, OR=Other Road,

RCC=RCC Road, RI=River, RY=Railway, SH=State HiHhway, ST=Stream, ULC=Unlined Canal, UMR=Unmetal Road, VR=VillaHe Road, WBM=Bitumen Road

Class

Crossing Chainage Details

(As per Alignment Sheet)

Sr. No.

Design Cumulative

Chainage

(Starting from

Bantumilli)

Cross Section

No.

Page 1 of 3

Center line Chainage In

(M)

(As per Alignment Sheet) Start ChainaHe (M) End ChainaHe (M)

Drawing TitleType of

Crossing

Width of Crossing In

(M)Ref AliHnment DrawinH No.

AR=Asphalted Road, BR=Brick Road, CT=Cart Track, DR=Drain, EW=Express Way, LC=Lined Canal, MDR=Mejor District Road, MR=Metal Road, MUR=Mud Road, NH=Netional HiHhway, NL=Nala, ODR=Other Distric Road, OR=Other Road,

RCC=RCC Road, RI=River, RY=Railway, SH=State HiHhway, ST=Stream, ULC=Unlined Canal, UMR=Unmetal Road, VR=VillaHe Road, WBM=Bitumen Road

Class

Crossing Chainage Details

(As per Alignment Sheet)

Sr. No.

Design Cumulative

Chainage

(Starting from

Bantumilli)

Cross Section

No.

28 CS-28 Metalled Road ( From FishPond - To Pennada ) MR 1 20198.53 20195.05 20226.87 20198.53 31.82 HAIL-BUPL-ALN-012

29 CS-29 Adarikodu Channel LC 1 20212.57 20195.05 20226.87 20212.57 31.82 HAIL-BUPL-ALN-012

30 CS-30 Viravasaram West Channel LC 1 20539.37 20526.53 20550.76 20539.37 24.23 HAIL-BUPL-ALN-012

27 CS-27 Field Chanal FC 1 15725.56 15721.50 15726.80 21858.48 5.30

26 CS-26 Asphalted Road AR 1 15718.75 15715.40 15721.50 21865.29 6.10

25 CS-25 Asphalted WBM Road AR 1 14490.12 14487.04 14496.34 23093.92 9.30

24 CS-24 Field Chanal FC 1 13862.96 13852.60 13865.67 23721.08 13.07

23 CS-23 Field Chanal FC 1 13348 13340.00 13351.73 24236.04 11.73

22 CS-22 Canal ULC 1 11946.36 11940.82 11950.60 25637.68 9.78

21 CS-21 Unined Canal ULC 1 11932.24 11917.06 11940.82 25651.80 23.76

20 CS-20 Asphalted Road AR 1 11676.66 11666.29 11687.66 25907.38 21.37

19 CS-19 Basavarajukodu Drain DR 1 10588.26 10563.45 10633.44 26995.78 69.99

18 CS-18 Gonteru Drain DR 1 9793.9 9757.74 9824.00 27790.14 66.26

17 CS-17 Asphalted Road AR 2 9257.68 9248.33 9261.07 28326.36 12.74

16 CS-16 Asphalted Road AR 2 8519.96 8508.54 8530.33 29064.08 21.79

15 CS-15 Asphalted Road AR 3 7904.56 7893.14 7914.93 29679.48 21.79

14 CS-14 Drain-Rapaka Channel-drain ULC 3 7842.37 7830.95 7852.74 29741.67 21.79

13 CS-13 Asphalted Road AR 3 7209.99 7198.57 7220.36 30374.05 21.79

12 CS-12 RCC Road RCC 3 6146.21 6131.74 6155.80 31437.83 24.06

11 CS-11 Asphalted Road AR 3 5829.34 5824.78 5835.24 31754.70 10.46

10 CS-10 RCC Road RCC 3 5720.61 5711.65 5724.05 31863.43 12.40

9 CS-09 Koderu No.1 Branch Canal ULC 3 5475.26 5467.56 5481.81 32108.78 14.25

8 CS-08 Asphalted Road AR 3 5170.9 5164.60 5179.91 32413.14 15.31

7 CS-07 BhaHHeswae Drain DR 2 4158.91 4141.30 4176.39 33425.13 35.09

6 CS-06 Asphalted Road AR 2 3627.06 3618.85 3631.01 33956.98 12.16

5 CS-05 Jnnuru Unlined Channel ULC 3 2792.01 2780.59 2802.38 34792.03 21.79

4 CS-04 Asphalted Road AR 3 2272.6 2263.48 2280.75 35311.44 17.27

Page 2 of 3

Center line Chainage In

(M)

(As per Alignment Sheet) Start ChainaHe (M) End ChainaHe (M)

Drawing TitleType of

Crossing

Width of Crossing In

(M)Ref AliHnment DrawinH No.

AR=Asphalted Road, BR=Brick Road, CT=Cart Track, DR=Drain, EW=Express Way, LC=Lined Canal, MDR=Mejor District Road, MR=Metal Road, MUR=Mud Road, NH=Netional HiHhway, NL=Nala, ODR=Other Distric Road, OR=Other Road,

RCC=RCC Road, RI=River, RY=Railway, SH=State HiHhway, ST=Stream, ULC=Unlined Canal, UMR=Unmetal Road, VR=VillaHe Road, WBM=Bitumen Road

Class

Crossing Chainage Details

(As per Alignment Sheet)

Sr. No.

Design Cumulative

Chainage

(Starting from

Bantumilli)

Cross Section

No.

3 CS-03 MOHALLURU DRAIN DR 3 1987.41 1971.68 2005.75 35596.63 34.07

2 CS-02 Narsapur Unlined Canal ULC 3 689.73 36894.31

1 CS-01 SH-41 SH 3 669.75 658.47 717.16 36914.29 58.69

Page 3 of 3

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 1 of 1

ANNEXURE – 1C

ALIGNMENT SHEET WISE PIPE THICKNESS

ONGC BANTUMALLI - ULLAMPARRU PIPELINE

14,473.04 6,425.00 16,336.00 350.00 - 37.58

Start

Chainage

End

ChainageTotal Length

Start

Chainage

End

ChainageTotal Length

Start

Chainage

End

ChainageTotal Length

Start

Chainage

End

ChainageTotal Length Total Length

0.00 0.00 0.00 1,750.00 1,750.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

1 GAIL-BUPL-ALN-001 0.00 0.00 1,750.00 0.00 0.00 1,750.00 1.75

0.00 0.00 1,750.00 3,500.00 1,750.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

2 GAIL-BUPL-ALN-002 0.00 0.00 1,750.00 0.00 0.00 1,750.00 3.50

0.00 0.00 3,500.00 5,250.00 1,750.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

3 GAIL-BUPL-ALN-003 0.00 0.00 1,750.00 0.00 0.00 1,750.00 5.25

0.00 0.00 5,250.00 7,000.00 1,750.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

4 GAIL-BUPL-ALN-004 0.00 0.00 1,750.00 0.00 0.00 1,750.00 7.00

0.00 8,090.00 8,750.00 660.00 7,000.00 8,090.00 1,090.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

5 GAIL-BUPL-ALN-005 0.00 660.00 1,090.00 0.00 0.00 1,750.00 8.75

0.00 8,750.00 10,500.00 1,750.00 0.00 0.00 0.00

0.00 -60.00 -60.00 60.00 60.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

6 GAIL-BUPL-ALN-006 0.00 1,690.00 60.00 0.00 0.00 1,750.00 10.50

11,303.00 12,250.00 947.00 10,500.00 11,303.00 803.00 0.00 0.00 0.00

-24.00 -24.00 24.00 24.00 0.00 0.00 0.00

0.00 -84.00 -84.00 84.00 84.00 0.00 0.00

7 GAIL-BUPL-ALN-007 923.00 743.00 84.00 0.00 0.00 1,750.00 12.25

12,250.00 14,000.00 1,750.00 0.00 0.00 0.00 0.00

-48.00 -48.00 48.00 48.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

8 GAIL-BUPL-ALN-008 1,702.00 48.00 0.00 0.00 0.00 1,750.00 14.00

14,000.00 15,750.00 1,750.00 0.00 0.00 0.00 0.00

-96.00 -96.00 96.00 96.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

9 GAIL-BUPL-ALN-009 1,654.00 96.00 0.00 0.00 0.00 1,750.00 15.75

15,750.00 16,325.00 575.00 0.00 16,325.00 16,750.00 425.00 16,750.00 17,100.00 350.00 0.00

0.00 0.00 17,100.00 17,500.00 400.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

10 GAIL-BUPL-ALN-010 575.00 0.00 825.00 350.00 0.00 1,750.00 17.50

18,485.00 19,250.00 765.00 0.00 17,500.00 18,485.00 985.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

11 GAIL-BUPL-ALN-011 765.00 0.00 985.00 0.00 0.00 1,750.00 19.25

19,250.00 21,000.00 1,750.00 0.00 0.00 0.00 0.00

-156.00 -156.00 156.00 156.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

12 GAIL-BUPL-ALN-012 1,594.00 156.00 0.00 0.00 0.00 1,750.00 21.00

21,000.00 21,084.04 84.04 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

13 GAIL-BUPL-ALN-013 84.04 0.00 0.00 0.00 0.00 84.04 21.08

16,500.00 15,750.00 750.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

14 A645/GAIL/PRP2/T/ULMP-DMPL/PL/ALMT/10 OF 11 750.00 0.00 0.00 0.00 0.00 750.00 21.83

15,750.00 14,000.00 1,750.00 0.00 0.00 0.00 0.00

-36.00 36.00 36.00 -36.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

15 A645/GAIL/PRP2/T/ULMP-DMPL/PL/ALMT/09 OF 11 1,786.00 -36.00 0.00 0.00 0.00 1,750.00 23.58

14,000.00 12,250.00 1,750.00 0.00 0.00 0.00 0.00

-48.00 48.00 48.00 -48.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

16 A645/GAIL/PRP2/T/ULMP-DMPL/PL/ALMT/08 OF 11 1,798.00 -48.00 0.00 0.00 0.00 1,750.00 25.33

12,250.00 10,500.00 1,750.00 0.00 0.00 0.00 0.00

-192.00 192.00 192.00 -192.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

17 A645/GAIL/PRP2/T/ULMP-DMPL/PL/ALMT/07 OF 11 1,942.00 -192.00 0.00 0.00 0.00 1,750.00 27.08

10,500.00 9,600.00 900.00 9,600.00 8,750.00 850.00 0.00 0.00 0.00

0.00 -48.00 48.00 48.00 -48.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

18 A645/GAIL/PRP2/T/ULMP-DMPL/PL/ALMT/06 OF 11 900.00 898.00 -48.00 0.00 0.00 1,750.00 28.83

0.00 8,750.00 8,000.00 750.00 8,000.00 7,000.00 1,000.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

19 A645/GAIL/PRP2/T/ULMP-DMPL/PL/ALMT/05 OF 11 0.00 750.00 1,000.00 0.00 0.00 1,750.00 30.58

0.00 0.00 7,000.00 5,250.00 1,750.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

20 A645/GAIL/PRP2/T/ULMP-DMPL/PL/ALMT/04 OF 11 0.00 0.00 1,750.00 0.00 0.00 1,750.00 32.33

20 A645/GAIL/PRP2/T/ULMP-DMPL/PL/ALMT/04 OF 11

19 A645/GAIL/PRP2/T/ULMP-DMPL/PL/ALMT/05 OF 11

18 A645/GAIL/PRP2/T/ULMP-DMPL/PL/ALMT/06 OF 11

17 A645/GAIL/PRP2/T/ULMP-DMPL/PL/ALMT/07 OF 11

15 A645/GAIL/PRP2/T/ULMP-DMPL/PL/ALMT/09 OF 11

16 A645/GAIL/PRP2/T/ULMP-DMPL/PL/ALMT/08 OF 11

14 A645/GAIL/PRP2/T/ULMP-DMPL/PL/ALMT/10 OF 11

12 GAIL-BUPL-ALN-012

13 GAIL-BUPL-ALN-013

11 GAIL-BUPL-ALN-011

9 GAIL-BUPL-ALN-009

10 GAIL-BUPL-ALN-010

8 GAIL-BUPL-ALN-008

6 GAIL-BUPL-ALN-006

7 GAIL-BUPL-ALN-007

5 GAIL-BUPL-ALN-005

4 GAIL-BUPL-ALN-004

3 GAIL-BUPL-ALN-003

2 GAIL-BUPL-ALN-002

Class - IV (12"-X70 - 8.4 thk.)

For Station

(12"-X70 -

6.4 mm thk.)Total

Length in

Meters

Total

Chainage in

km.

1 GAIL-BUPL-ALN-001

CLASS - 1 TOTAL

LENGTH

CLASS - 2 TOTAL

LENGTH

CLASS - 3 TOTAL

LENGTH

CLASS - 4 TOTAL

LENGTH

Sr.

No.Referance Drawing No.

Class - I (12"-X70 - 6.4 mm thk.) Class - II (12"-X70 - 6.4 mm thk.) Class - III (12"-X70 - 7.1 mm thk.)

Page 1 of 2

Start

Chainage

End

ChainageTotal Length

Start

Chainage

End

ChainageTotal Length

Start

Chainage

End

ChainageTotal Length

Start

Chainage

End

ChainageTotal Length Total Length

Class - IV (12"-X70 - 8.4 thk.)

For Station

(12"-X70 -

6.4 mm thk.)Total

Length in

Meters

Total

Chainage in

km.

Sr.

No.Referance Drawing No.

Class - I (12"-X70 - 6.4 mm thk.) Class - II (12"-X70 - 6.4 mm thk.) Class - III (12"-X70 - 7.1 mm thk.)

0.00 4,800.00 3,500.00 1,300.00 5,250.00 4,800.00 450.00 0.00 0.00

0.00 -60.00 60.00 60.00 -60.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

21 A645/GAIL/PRP2/T/ULMP-DMPL/PL/ALMT/03 OF 11 0.00 1,360.00 390.00 0.00 0.00 1,750.00 34.08

0.00 3,500.00 3,200.00 300.00 3,200.00 1,750.00 1,450.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

22 A645/GAIL/PRP2/T/ULMP-DMPL/PL/ALMT/02 OF 11 0.00 300.00 1,450.00 0.00 0.00 1,750.00 35.83

0.00 0.00 1,750.00 0.00 1,750.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

23 A645/GAIL/PRP2/T/ULMP-DMPL/PL/ALMT/01 OF 11 0.00 0.00 1,750.00 0.00 0.00 1,750.00 37.58

23 A645/GAIL/PRP2/T/ULMP-DMPL/PL/ALMT/01 OF 11

22 A645/GAIL/PRP2/T/ULMP-DMPL/PL/ALMT/02 OF 11

21 A645/GAIL/PRP2/T/ULMP-DMPL/PL/ALMT/03 OF 11

Page 2 of 2

SCOPE OF WORK P.011947

D 10775

101

Rev.0 ONGC Bantumilli To Ullamparu Pipeline Project Page 1 of 1

ANNEXURE – 1D

CROSSING METHOD DETAILS

ONGC BANTUMALLI - ULLAMPARRU PIPELINE

Ref

era

nce

Dra

win

g N

o.

Rev

. N

o

Cro

ss S

ecti

on

No

.

Det

ail

s o

f C

ross

ing

Ref

Cro

ssin

g D

raw

ing

No

.

Ty

pe

of

Cro

ssin

g

Cla

ss

Cen

ter

lin

e C

ha

ina

ge

In (

M)

Sta

rt C

ross

ing

Ch

ain

ag

e (M

)

En

d C

ross

ing

Ch

ain

ag

e

(M)

Wid

th o

f C

ross

ing

In

(M)

in C

lass

-1 (

12

"-

X7

0-

6.4

th

k.)

Wid

th o

f C

ross

ing

In

(M)

in C

lass

-2 (

12

"-

X7

0 -

6.4

th

k.)

Wid

th o

f C

ross

ing

In

(M)

in C

lass

-3 (

12

"-

X7

0 -

7.1

th

k.)

Wid

th o

f C

ross

ing

In

(M)

in C

lass

-4 (

12

"-

X7

0 -

8.4

th

k.)

Len

gth

of

Cro

ssin

gs

(CL

-

2)

(12

"-X

70

- 6

.4 t

hk

.)

Len

gth

of

Cro

ssin

gs

(CL

-

3)

(12

"-X

70

- 7

.1 t

hk

.)

Len

gth

of

Cro

ssin

gs

(CL

-

4)

(12

"-X

70

- 8

.4 t

hk

.)

Ty

pe

of

Cro

ssin

g

Min

imu

m C

ov

er T

op

of

Pip

e (m

)

Len

gth

of

HD

D (

m)

Len

gth

of

Co

ncr

ate

Co

ati

ng

(m

)

Len

gth

of

Co

ncr

ate

Sla

b (

m)

Len

gth

of

Un

case

d (

m)

Len

gth

of

Ca

ssin

g p

ipe

(m)

Len

gth

of

Ca

ssin

g p

ipe

(m)

for

Ra

ilw

ay

Rem

ark

s

LEGEND:- B=BORING, C=CASSING, CC=COCRETE COATING, CS=CS CONDUIT CASING, OC=OPEN CUT, UC=UNCASED, COS=CONCRETE SLAB, HDD=HORIZONTAL DIRECTIONAL DRILLING, TB=THRUST BORING

Total Length in Metres 485.11 189.38 581.28 43.49 600.00 252.00 - - - 1,150.00 - 363.00 446.00 275.00 45.00 -

CS-01 Asphalted Road ( From NaHodupalom - To SH-113 ) HAIL-BUPL-CS-001 AR 3 419.97 416.07 424.33 - - 8.26 - - - - OC+COS 1.5 - - 9.00 - - -

- - - - - - - - - - - - -

Total Length - - 8.26 - - - - - - 9.00 - - -

CS-02 Kommatippa Branch Channel HAIL-BUPL-CS-002 LC 3 2896.92 2884.52 2916.53 - - 32.01 - - - - B+C 1.5 - - - - 34.00 -

- - - - - - - - - - - - -

Total Length - - 32.01 - - - - - - - - 34.00 -

CS-03 Asphalted Road (From Kotha Pusalamarru - To SH-113 ) HAIL-BUPL-CS-003 AR 3 5193.38 5188.26 5198.09 - - 9.83 - - - - OC+COS 1.5 - - 10.00 - - -

- - - - - - - - - - - - -

Total Length - - 9.83 - - - - - - 10.00 - - -

CS-04 Enamadurru Channel HAIL-BUPL-CS-005 LC 3 6790.22 6776.42 6804.16 - - 27.74 - - - - B+C 1.5 - - - - 30.00 -

- - - - - - - - - - - - -

Total Length - - 27.74 - - - - - - - - 30.00 -

CS-05 State HiHhway-113 ( From Kalipatnam - To Bhimavaram ) HAIL-BUPL-CS-007 SH 3 7008.66 7003.21 7017.88 - - 14.67 - - - - B+C 1.5 - - - - 17.00 -

CS-06 Uppukodu Drain HAIL-BUPL-CS-008 DR 3 7327.93 7289.51 7364.83 - - 75.32 - - - - OC 1.5 - - - 77.00 - -

CS-07 Unlined Drain HAIL-BUPL-CS-009 DR 3 8036.21 8032.31 8039.81 - - 7.50 - - - - OC 1.5 - - - 10.00 - -

Total Length - - 97.49 - - - - - - - 87.00 17.00 -

CS-08 Asphalted Road ( From Bhimavaram - To Dirusumarr ) HAIL-BUPL-CS-010 AR 2 9116.55 9110.06 9122.21 - 12.15 - - - 24.00 - OC+COS 1.5 - - 13.00 - - -

CS-09 Metalled Road ( From Enamadurru - To Chinna Haruvu ) HAIL-BUPL-CS-011 MR 2 9447.81 9443.91 9451.27 - 7.36 - - - 12.00 - OC+COS 1.5 - - 8.00 - - -

CS-10 Unlined Drain HAIL-BUPL-CS-012 DR 2 10193.9 10178.93 10202.12 - 23.19 - - - 24.00 - OC 1.5 - - - 25.00 - -

Total Length - 42.70 - - - 60.00 - - - 21.00 25.00 - -

CS-11 Unlined Drain HAIL-BUPL-CS-013 DR 2 10607.36 10601.81 10615.19 - 13.38 - - - 24.00 - OC 1.5 - - - 15.00 - -

CS-12 Hunupudi Drain HAIL-BUPL-CS-014 DR 2 10792.05 10765.61 10817.13 - 51.52 - - - 60.00 - OC 1.5 - - - 54.00 - -

CS-13 Unlined Drain HAIL-BUPL-CS-015 DR 1 12136.13 12133.55 12145.27 11.72 - - - 12.00 - - OC 1.5 - - - 14.00 - -

CS-14 Metalled Road ( From Field - To Yamunepalle ) HAIL-BUPL-CS-016 MR 1 12141.63 12133.55 12145.27 11.72 - - - 12.00 - - OC+COS 1.5 - - 12.00 - - -

Total Length 23.44 64.90 - - 24.00 84.00 - - - 12.00 83.00 - -

CS-15 Matsyapuri Road(ASP) ( From Bhimavaram - To Matsyapuri ) HAIL-BUPL-CS-017 LC 1 12679.33 12672.2 12687.07 14.87 - - - 24.00 - - B+C 1.5 - - - - 17.00 -

CS-16 Vissakoderu Channel HAIL-BUPL-CS-018 LC 1 13099.62 13094.33 13107.55 13.22 - - - 24.00 - - B+C 1.5 - - - - 15.00 -

Total Length 28.09 - - - 48.00 - - - - - - 32.00 -

CS-17 Unlined Drain HAIL-BUPL-CS-019 DR 1 14208.73 14204.9 14212.15 7.25 - - - 12.00 - - OC 1.5 - - - 9.00 - -

CS-18 Vissakoderu Channel HAIL-BUPL-CS-020 LC 1 14333.74 14313.34 14367.5 54.16 - - - 60.00 - - B+C 1.5 - - - - 56.00 -

CS-19 Unlined Drain HAIL-BUPL-CS-021 DR 1 15191.22 15180.78 15203.34 22.56 - - - 24.00 - - OC 1.5 - - - 25.00 - -

Total Length 83.97 - - - 96.00 - - - - - 34.00 56.00 -

GAIL-BUPL-ALN-001 0

GAIL-BUPL-ALN-002 0

GAIL-BUPL-ALN-003 0

GAIL-BUPL-ALN-004 0

GAIL-BUPL-ALN-005 0

GAIL-BUPL-ALN-006 0

GAIL-BUPL-ALN-007 0

GAIL-BUPL-ALN-008 0

GAIL-BUPL-ALN-009 0

Page 1 of 3

Ref

era

nce

Dra

win

g N

o.

Rev

. N

o

Cro

ss S

ecti

on

No

.

Det

ail

s o

f C

ross

ing

Ref

Cro

ssin

g D

raw

ing

No

.

Ty

pe

of

Cro

ssin

g

Cla

ss

Cen

ter

lin

e C

ha

ina

ge

In (

M)

Sta

rt C

ross

ing

Ch

ain

ag

e (M

)

En

d C

ross

ing

Ch

ain

ag

e

(M)

Wid

th o

f C

ross

ing

In

(M)

in C

lass

-1 (

12

"-

X7

0-

6.4

th

k.)

Wid

th o

f C

ross

ing

In

(M)

in C

lass

-2 (

12

"-

X7

0 -

6.4

th

k.)

Wid

th o

f C

ross

ing

In

(M)

in C

lass

-3 (

12

"-

X7

0 -

7.1

th

k.)

Wid

th o

f C

ross

ing

In

(M)

in C

lass

-4 (

12

"-

X7

0 -

8.4

th

k.)

Len

gth

of

Cro

ssin

gs

(CL

-

2)

(12

"-X

70

- 6

.4 t

hk

.)

Len

gth

of

Cro

ssin

gs

(CL

-

3)

(12

"-X

70

- 7

.1 t

hk

.)

Len

gth

of

Cro

ssin

gs

(CL

-

4)

(12

"-X

70

- 8

.4 t

hk

.)

Ty

pe

of

Cro

ssin

g

Min

imu

m C

ov

er T

op

of

Pip

e (m

)

Len

gth

of

HD

D (

m)

Len

gth

of

Co

ncr

ate

Co

ati

ng

(m

)

Len

gth

of

Co

ncr

ate

Sla

b (

m)

Len

gth

of

Un

case

d (

m)

Len

gth

of

Ca

ssin

g p

ipe

(m)

Len

gth

of

Ca

ssin

g p

ipe

(m)

for

Ra

ilw

ay

Rem

ark

s

LEGEND:- B=BORING, C=CASSING, CC=COCRETE COATING, CS=CS CONDUIT CASING, OC=OPEN CUT, UC=UNCASED, COS=CONCRETE SLAB, HDD=HORIZONTAL DIRECTIONAL DRILLING, TB=THRUST BORING

CS-20Asphalted Road ( From HoraHanamudai - To Bhimavaram

EnH.Co )HAIL-BUPL-CS-022 AR 3 16489.16 16479.62 16523.93 - - 44.31 - - - - OC+COS 1.5 - - 45.00 - - -

CS-21 Tallikodu Channel HAIL-BUPL-CS-023 LC 3 16509.76 16479.62 16523.93 - - 44.31 - - - - B+C 1.5 - - - - 46.00 -

CS-22South Central Railwa ( From Bhimavaram RS - To Pennadapalem

RS(N )HAIL-BUPL-CS-024 RY 4 16921.24 16901.02 16944.51 - - - 43.49 - - - B+C 1.5 - - - - - 45.00

Total Length - - 88.62 43.49 - - - - - 45.00 - 46.00 45.00

CS-23 Unlined Channel HAIL-BUPL-CS-025 ULC 3 17559.95 17551.75 17577.68 - - 25.93 - - - - OC 1.5 - - - 28.00 - -

CS-24 Metalled Road ( From Pennadapalem - ) HAIL-BUPL-CS-026 MR 3 17800.04 17796.09 17802.66 - - 6.57 - - - - OC+COS 1.5 - - 7.00 - - -

CS-25 National HiHhway-65 ( From Bhimavaram - To Viravasaram ) HAIL-BUPL-CS-027 NH 3 18085.64 18080.6 18091.76 - - 11.16 - - - - HDD 160.00 - - - - - HDD

Total Length - - 43.66 - - - - 160.00 - 7.00 28.00 - -

CS-26 Unlined Channel HAIL-BUPL-CS-028 ULC 1 19707.32 19702.49 19715.03 12.54 - - - 24.00 - - OC 1.5 - - - 15.00 - -

CS-27 Metalled Road ( From Vendra - To Pennada )R HAIL-BUPL-CS-029 MR 1 19711.36 19702.49 19715.03 12.54 - - - 24.00 - - OC+COS 1.5 - - 13.00 - - -

CS-28 Metalled Road ( From FishPond - To Pennada ) HAIL-BUPL-CS-030 MR 1 20198.53 20195.05 20226.87 31.82 - - - 36.00 - - OC+COS 1.5 - - 32.00 - - -

CS-29 Adarikodu Channel HAIL-BUPL-CS-031 LC 1 20212.57 20195.05 20226.87 31.82 - - - 36.00 - - B+C 1.5 - - - - 34.00 -

CS-30 Viravasaram West Channel HAIL-BUPL-CS-033 LC 1 20539.37 20526.53 20550.76 24.23 - - - 36.00 - - B+C 1.5 - - - - 26.00 -

Total Length 112.95 - - - 156.00 - - - - 45.00 15.00 60.00 -

- - - - - - - - - - - - -

- - - - - - - - - - - - -

Total Length - - - - - - - - - - - - -

- - - - - - - - - - - - -

- - - - - - - - - - - - -

Total Length - - - - - - - - - - - - -

CS-27 Field Chanal FC 1 15725.56 15721.5 15726.8 5.30 - - - 12.00 - - OC 1.5 - - - 7.00 - -

CS-26 Asphalted Road AR 1 15718.75 15715.4 15721.5 6.10 - - - 12.00 - - OC+COS 1.5 - - 7.00 - - -

CS-25 Asphalted WBM Road AR 1 14490.12 14487.04 14496.34 9.30 - - - 12.00 - - OC+COS 1.5 - - 10.00 - - -

Total Length 20.70 - - - 36.00 - - - - 17.00 7.00 - -

CS-24 Field Chanal FC 1 13862.96 13852.6 13865.67 13.07 - - - 24.00 - - OC 1.5 - - - 15.00 - -

CS-23 Field Chanal FC 1 13348 13340 13351.73 11.73 - - - 12.00 - - OC 1.5 - - - 14.00 - - HDD

CS-22 Canal ULC 1 11946.36 11940.82 11950.6 9.78 - - - 12.00 - - OC 1.5 - - - 12.00 - -

Total Length 34.58 - - - 48.00 - - - - - 41.00 - -

CS-21 Unined Canal ULC 1 11932.24 11917.06 11940.82 23.76 - - - 24.00 - - OC 1.5 - - - 26.00 - -

CS-20 Asphalted Road AR 1 11676.66 11666.29 11687.66 21.37 - - - 24.00 - - OC+COS 1.5 - - 22.00 - - -

CS-19 Basavarajukodu Drain DR 1 10588.26 10563.45 10633.44 69.99 - - - 72.00 - - HDD 1.5 410.00 - - - - -

CS-18 Gonteru Drain DR 1 9793.9 9757.74 9824 66.26 - - - 72.00 - - HDD 1.5 200.00 - - - - -

Total Length 181.38 - - - 192.00 - - 610.00 - 22.00 26.00 - -

A645/GAIL/PRP2/T/ULMP-

DMPL/PL/ALMT/07 OF 110

A645/GAIL/PRP2/T/ULMP-

DMPL/PL/ALMT/09 OF 110

A645/GAIL/PRP2/T/ULMP-

DMPL/PL/ALMT/08 OF 110

A645/GAIL/PRP2/T/ULMP-

DMPL/PL/ALMT/10 OF 110

GAIL-BUPL-ALN-013 0

GAIL-BUPL-ALN-010 0

GAIL-BUPL-ALN-011 0

GAIL-BUPL-ALN-012 0

Page 2 of 3

Ref

era

nce

Dra

win

g N

o.

Rev

. N

o

Cro

ss S

ecti

on

No

.

Det

ail

s o

f C

ross

ing

Ref

Cro

ssin

g D

raw

ing

No

.

Ty

pe

of

Cro

ssin

g

Cla

ss

Cen

ter

lin

e C

ha

ina

ge

In (

M)

Sta

rt C

ross

ing

Ch

ain

ag

e (M

)

En

d C

ross

ing

Ch

ain

ag

e

(M)

Wid

th o

f C

ross

ing

In

(M)

in C

lass

-1 (

12

"-

X7

0-

6.4

th

k.)

Wid

th o

f C

ross

ing

In

(M)

in C

lass

-2 (

12

"-

X7

0 -

6.4

th

k.)

Wid

th o

f C

ross

ing

In

(M)

in C

lass

-3 (

12

"-

X7

0 -

7.1

th

k.)

Wid

th o

f C

ross

ing

In

(M)

in C

lass

-4 (

12

"-

X7

0 -

8.4

th

k.)

Len

gth

of

Cro

ssin

gs

(CL

-

2)

(12

"-X

70

- 6

.4 t

hk

.)

Len

gth

of

Cro

ssin

gs

(CL

-

3)

(12

"-X

70

- 7

.1 t

hk

.)

Len

gth

of

Cro

ssin

gs

(CL

-

4)

(12

"-X

70

- 8

.4 t

hk

.)

Ty

pe

of

Cro

ssin

g

Min

imu

m C

ov

er T

op

of

Pip

e (m

)

Len

gth

of

HD

D (

m)

Len

gth

of

Co

ncr

ate

Co

ati

ng

(m

)

Len

gth

of

Co

ncr

ate

Sla

b (

m)

Len

gth

of

Un

case

d (

m)

Len

gth

of

Ca

ssin

g p

ipe

(m)

Len

gth

of

Ca

ssin

g p

ipe

(m)

for

Ra

ilw

ay

Rem

ark

s

LEGEND:- B=BORING, C=CASSING, CC=COCRETE COATING, CS=CS CONDUIT CASING, OC=OPEN CUT, UC=UNCASED, COS=CONCRETE SLAB, HDD=HORIZONTAL DIRECTIONAL DRILLING, TB=THRUST BORING

CS-17 Asphalted Road AR 2 9257.68 9248.33 9261.07 - 12.74 - - - 24.00 - OC+COS 1.5 - - 13.00 - - -

CS-16 Asphalted Road AR 2 8519.96 8508.54 8530.33 - 21.79 - - - 24.00 - OC+COS 1.5 - - 22.00 - - -

CS-15 Asphalted Road AR 3 7904.56 7893.14 7914.93 - - 21.79 - - - - OC+COS 1.5 - - 22.00 - - -

CS-14 Drain-Rapaka Channel-drain ULC 3 7842.37 7830.95 7852.74 - - 21.79 - - - - OC 1.5 - - - 24.00 - -

Total Length - 34.53 43.58 - - 48.00 - - - 57.00 24.00 - -

CS-13 Asphalted Road AR 3 7209.99 7198.57 7220.36 - - 21.79 - - - - OC+COS 1.5 - - 22.00 - - -

CS-12 RCC Road RCC 3 6146.21 6131.74 6155.8 - - 24.06 - - - - OC+COS 1.5 - - 25.00 - - - HDD

Total Length - - 45.85 - - - - - - 47.00 - - -

CS-11 Asphalted Road AR 3 5829.34 5824.78 5835.24 - - 10.46 - - - - OC+COS 1.5 - - 11.00 - - -

CS-10 RCC Road RCC 3 5720.61 5711.65 5724.05 - - 12.40 - - - - OC+COS 1.5 - - 13.00 - - -

CS-09 Koderu No.1 Branch Canal ULC 3 5475.26 5467.56 5481.81 - - 14.25 - - - - OC 1.5 - - - 16.00 - -

CS-08 Asphalted Road AR 3 5170.9 5164.6 5179.91 - - 15.31 - - - - OC+COS 1.5 - - 16.00 - - -

Total Length - - 52.42 - - - - - - 40.00 16.00 - -

CS-07 BhaHHeswae Drain DR 2 4158.91 4141.3 4176.39 - 35.09 - - - 36.00 - HDD 1.5 180.00 - - - - - HDD

CS-06 Asphalted Road AR 2 3627.06 3618.85 3631.01 - 12.16 - - - 24.00 - OC+COS 1.5 - - 13.00 - - -

Total Length - 47.25 - - - 60.00 - 180.00 - 13.00 - - -

CS-05 Jnnuru Unlined Channel ULC 3 2792.01 2780.59 2802.38 - - 21.79 - - - - OC 1.5 - - - 24.00 - -

CS-04 Asphalted Road AR 3 2272.6 2263.48 2280.75 - - 17.27 - - - - OC+COS 1.5 - - 18.00 - - -

CS-03 MOHALLURU DRAIN DR 3 1987.41 1971.68 2005.75 - - 34.07 - - - - OC 1.5 - - - 36.00 - -

Total Length - - 73.13 - - - - - - 18.00 60.00 - -

CS-02 Narsapur Unlined Canal ULC 3 689.73 0 0 - - - - - - - HDD 1.5 200.00 - - - - - HDD

CS-01 SH-41 SH 3 669.75 658.47 717.16 - - 58.69 - - - - HDD 1.5 - - - - - -

Total Length - - 58.69 - - - - 200.00 - - - - -

A645/GAIL/PRP2/T/ULMP-

DMPL/PL/ALMT/01 OF 110

A645/GAIL/PRP2/T/ULMP-

DMPL/PL/ALMT/04 OF 110

A645/GAIL/PRP2/T/ULMP-

DMPL/PL/ALMT/03 OF 110

A645/GAIL/PRP2/T/ULMP-

DMPL/PL/ALMT/02 OF 110

A645/GAIL/PRP2/T/ULMP-

DMPL/PL/ALMT/06 OF 110

A645/GAIL/PRP2/T/ULMP-

DMPL/PL/ALMT/05 OF 110

Page 3 of 3

RECOMMENDED VENDER LIST

LAYING AND ASSOCIATED WORKS FOR ONGC

BANTUMILLI TO ULLAMPARU PIPELINE IN KG BASIN

TRACTEBEL ENGINEERING PVT. LTD.

VENDOR LIST

0 01.05.2018 Issued for Procurement SKG SK SKH

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

RECOMMENDED VENDOR LIST FOR LAYING AND

ASSOCIATED WORKS FOR ONGC BANTUMILLI TO

ULLAMPARU PIPELINE

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 VALVES

1 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 ACTUATORS

1 BIFFI Italia s.r.l, Italy

2 Rotork fluid Sytem s.r.l

3 Shafer Actuators

4 Bettis Corporation (Emerson Group)

GLOBE VALVES

1 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 VALVES

1 Econo Valves Pvt. Ltd.

2 L&T Valves Ltd.

4 Oswal Industries Ltd

Page 1 of 12

RECOMMENDED VENDOR LIST FOR LAYING AND

ASSOCIATED WORKS FOR ONGC BANTUMILLI TO

ULLAMPARU PIPELINE

Sr. No. NAME OF VENDOR

5 Weir BDK Valves

6 Flowchem Industries

7 NSSL Limited

8 Leader Valves Ltd.

9 Niton Valves Ind. Pvt. Ltd.

PRESSURE RELIEF VALVE (PRV)

1 FMC Sanmar Ltd.

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

PIPE FITTINGS ( SEAMLESS / WELDED)

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 TEES

1 TECHNOGORGE- Italy (International Piping Group)

2 Pipefit Engineers Pvt. Ltd.

3 Multitex Filtrations

4 Sawan Engineers Pvt. Ltd.

BARRED TEES

1 TECHNOGORGE- Italy (International Piping Group)

2 Pipefit Engineers Pvt. Ltd.

3 Multitex Filtrations

4 Sawan Engineers Pvt. Ltd.

SPLIT TEES FOR HOT TAPPING

1 TD Williamson

2 Advantica

3 Furmanite International Ltd - UK

Page 2 of 12

RECOMMENDED VENDOR LIST FOR LAYING AND

ASSOCIATED WORKS FOR ONGC BANTUMILLI TO

ULLAMPARU PIPELINE

Sr. No. NAME OF VENDOR

FLANGES

1 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 Equipment

a Fire Extinguisher

1 Safex Fire Services

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

Welding Electrode

1 For Mainline- Lincoln / Bohler make

2For Terminal- For Root Pass- Lincon Make

For Other passes- Lincoln, D & H or equivalent make

NDT Agencies

1 NDT Services, Ahmedabad

2 RTD, Mumbai

3 Sievert , Mumbai

4 X-Tech- Vizag

5 Geecy Industrial Service Pvt. Ltd., Mumbai.

Page 3 of 12

RECOMMENDED VENDOR LIST FOR LAYING AND

ASSOCIATED WORKS FOR ONGC BANTUMILLI TO

ULLAMPARU PIPELINE

Sr. No. NAME OF VENDOR

FLAME ARRESTOR

1 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.

FASTENERS

1 Multi Thread Fasteners ,Baroda

2 Precision Engineering Industries

3 Nireka Engg. Co. Pvt. Ltd.

4 Deepak Fasteners Ltd.

5 Fix Fit Fasteners

GASKETS

1 Goodrich Gaskets Pvt. Ltd.

2 IGP Engineers Pvt. Ltd.

3 Madras Industrial Products

4 Banco Products (P) Ltd.

5 Starflex Sealing India Pvt. Ltd.

HEAT SHRINKABLE SLEEVES

1 BERRY Plastics Corporation, Belgium- Covalence Brand

2 Denso GmbH

3 CANUSA-CPS a division of SHAWCOR INC.

COLD APPLIED TAPES

1 BERRY Plastics Corporation, Belgium- Covalence Brand

2 Denso GmbH

3 CANUSA-CPS a division of SHAWCOR INC.

PUR (TAR-FREE) COATING

1 Denso GmbH

2 BERRY Plastics Corporation, Oman/ Houston- Powercrete Brand

HOT INDUCTION BENDS

1 Fabricom

2 Jindal Saw Ltd.

3 PSL Ltd

4 Welspun Gujarat Stahl Rohren Ltd

5 Sawan Engineers Pvt. Ltd.

CASING END CLOSURE

1 RACI SPACERS INDIA PVT. LTD.

2 Raychem RPG Limited

ROCKSHIELD

1 Raychem RPG Limited

2 Denso GmbH

SPACER / INSULATOR

1 RACI SPACERS INDIA PVT. LTD.

2 Malon Technical Products

3 Advance Product s & System Inc.

4 Raychem RPG Limited

WARNING MESH / WARNING TAPES/ WARNING NET

1 Sparco Multiplast Pvt. Ltd.

2 Shri Ambica Plastic Industries

QUICK OPENING END CLOSURE

Page 4 of 12

RECOMMENDED VENDOR LIST FOR LAYING AND

ASSOCIATED WORKS FOR ONGC BANTUMILLI TO

ULLAMPARU PIPELINE

Sr. No. NAME OF VENDOR

1 Forain Srl, Italy

2 G.D.Engineering

3 Perry Equipment Corporation

4 Pipeline Engineering

5 Siirtec Nigi S.p.A

6 Groupe Genoyer (PHOCEENNE)

7 Rosen Group

8 TD Williamson

PIG SIGNALLER / PIG ALERTS

1 G.D.Engineering

2 Forain S.R.L

3 TD Williamson

4 Groupe Genoyer (PHOCEENNE)

CONTRACTORS FOR HDD WORK

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

CONTRACTORS FOR EGP/ INTELLIGENT PIGGING

1 Rosen Group

2 Pipeline Engineering

3 Spetsneftegaz NPO JSC (NGKS), Russia

4 TD Williamson

CONTRACTORS FOR VACCUM DRYING

1 Corrtech International Pvt. Ltd.

2 Totaline, Australia

PAINTS FOR INTERNAL COATING

1 Dupont, India

2 Performance Coating Gmbh

3 COPAN

PAINTS FOR OUTER SURFACE

1 Asian Paints Ltd.

2 Sigma Paints S.A. Ltd.

3 Berger Paints India Ltd.

4 Kansai Nerolac Paints Ltd.

CIVIL

VITREOUS CHINA SANITARYWARE

1 Parryware

2 Hindustan

3 Cera

Page 5 of 12

RECOMMENDED VENDOR LIST FOR LAYING AND

ASSOCIATED WORKS FOR ONGC BANTUMILLI TO

ULLAMPARU PIPELINE

Sr. No. NAME OF VENDOR

STAINLESS STEEL SINKS

1 AMC

2 Neelkanth

C.P FITTINGS

1 Parco

2 GEM

C.P ACCESSORIES, WASTE FITTINGS

1 ESS

2 Lotus

3 Orient

PVC PIPES

1 Supreme

2 Prince

GI PIPES/MS PIPES

1 TATA

COMPOSITE PIPES & FITTINGS

1 KITEC

GUN METAL VALVES AND LOCKS

1 Leader

2 Zolote

CI DOUBLE FLANGED SLUICE VALVES, NON RETURN VALVES

1 Kirloskar

STONE WARE PIPE AND GULLY TRAPS

1 Perfect

HDPE PIPES AND FITTINGS

1 Hasti

2 Oriplast

WATER TANKS

1 Sintex

ALUMINIUM HARDWARE

1 Earibihari

GLASS

1 Modiguard

2 Atul

ALUMINIUM DOOR/WINDOW SECTION

1 Hindalco

CEMENT

1 Ultratech Cements

2 Ambuja

3 ACC

4 Birla

PAINTS

1 Asian

2 Berger

3 Nerolac

4 Shalimar

5 Bombay

Page 6 of 12

RECOMMENDED VENDOR LIST FOR LAYING AND

ASSOCIATED WORKS FOR ONGC BANTUMILLI TO

ULLAMPARU PIPELINE

Sr. No. NAME OF VENDOR

CERAMIC/VITRIFILED/VITREOUS TILES

1 Kajaria

2 Johnson

3 Somany

STRUCTURAL STEEL

1 SAIL

REINFORCEMENT STEEL

1 TISCO

2 SAIL

ELECTRICAL

AMF DG SET

1 Sudhir Engg. Co.

2 Powerica Limited

3 Bhaskar Power Project Ltd.

4 Jakson Engineers Ltd.

SILENT D.G. SET SUPPLIER

1 Sudhir Engg. Co.

2 Powerica Limited

3 Jakson Engineers Ltd.

MAIN / SECONDARY, MEDB, DCDB & UPS DISTRIBUTION BOARD

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.

POWER CABLES

1 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

Page 7 of 12

RECOMMENDED VENDOR LIST FOR LAYING AND

ASSOCIATED WORKS FOR ONGC BANTUMILLI TO

ULLAMPARU PIPELINE

Sr. No. NAME OF VENDOR

FLAMEPROOF LIGHTING FIXTURES, FLP, J.BOX/FLP SWITCH SOCKET

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

SWITCH SOCKET AND PLUGS

1 B.C.H.

2 Baliga Lighting Equipments Pvt. Ltd.

3 CGL

4 MDS

LIGHTING FIXTURES

1 Crompton Greaves Ltd.

2 Philips

3 Bajaj Electrical Ltd.

4 KESELEC Schreder

U.P.S

1 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 BREAKER

1 L&T / Siemens / CGL / GE / CSC / Schneider Electric

MOULDED CASE CIRCUIT BREAKER

1 L&T / Siemens / CGL / GE / SCS / Schneider Electric

SWITCH

1 L&T / Siemens / CGL / GE / CSC / Schneider Electric

FUSE

1 L&T / EE / CGL / GE / Schneider Electric / CSC

CONTACTOR

1 L&T / Siemens / CGL / GE / Schneider Electric / CSC

INSTRUMENT / METER

1 IMP / Rishab / AE

CT / PT

1 Indcoil / Gm / Koppa / Silkana / Siemens / AE / Pragati Electricals

PUSH BUTTON

1 L&T / Siemens / BCH / Kaycee

SELECTOR SWITCH

1 Kaycee

INDICATION LAMP

1 Concord / L&T / Vashinu

CABLE GLANDS

1 Control Switch Gear / Electromac / Comment / Baliga / Flameproof Control Gear

CABLE LUGS

1 Commet / Dowells / Ismail

TERMINAL BLOCKS

1 Eleme / DAV / Essem / BCH / Connect well / Tosha

2 Phonix Contact (India) Pvt. Ltd.

Page 8 of 12

RECOMMENDED VENDOR LIST FOR LAYING AND

ASSOCIATED WORKS FOR ONGC BANTUMILLI TO

ULLAMPARU PIPELINE

Sr. No. NAME OF VENDOR

NICKEL CADMIUM BATTERY

1 AMCO

2 HBL NIFE Power System Ltd.

LIGHTING MCB DB

1 MDS

2 Indo-Asian

3 Clipsal

4 Datar

5 Havels

6 Standard

7 Shrenik and Co., Ahmedabad

AIR CONDITIONER

1 Voltas

2 Carrier

3 LG

4 Blue Star

5 Hitachi

BATTERY CHARGER

1 Chhabi Electricals Pvt. Ltd.

2 Universal Instruments

3 HBL NIFE Power System Ltd.

PANEL

1 ICA

2 Swati Switchgears(I) Pvt. Ltd., Ahmedabad

3 Elemech Switchgears & Instrumentations, Ahmedabad

4 Rittal

5 Pyrotech Controls

6 Enclotek

I.S. BARRIER / REPEATER

1 MTL

2 P&F

TRANSFORMER

1 Patson Transformers Pvt. Ltd., Ahmedabad

2 Voltamp Transformers Pvt. Ltd., Ahmedabad

CATHODIC PROTECTION SUB-CONTRACTOR

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 LIGHT

1 Saroj Urja Services Co

2 Solartech System

3 Khodiyar Enterprise

4 Hitech Industrial Corp.

INSTRUMENTATION

PRESSURE, LEVEL, DIFFERENTIAL, TEMPERATURE TRANSMITTER

1 Emerson Process Management

2 Invensys

3 Tata Honeywell

4 Fuji

5 Yokogawa Blue star

6 ABB

7 Endress & Hauser

Page 9 of 12

RECOMMENDED VENDOR LIST FOR LAYING AND

ASSOCIATED WORKS FOR ONGC BANTUMILLI TO

ULLAMPARU PIPELINE

Sr. No. NAME OF VENDOR

RTD WITH THERMOWELL

1 Pyroelectric Instruments

2 General Instruments

3 A.N. Instrument

PRESSURE GAUGE

1 H. Guru

2 General Instruments

3 A.N. Instrument

4 Fiebig

5 Wika

6 Baumer

PRESSURE/DIFFERENTIAL SWITCH

1 SWITZER

2 DELTA

3 UNITED ELECTRIC

4 SOR

5 GAUGE BOURDON

6 DRESSER

TEMPERATURE GAUGE WITH THERMOWELL

1 General Instruments

2 Pyroelectric Instruments

3 A.N. Instrument

FIRE & GAS DETECTION SYSTEM

1 DET-TRONIC

2 HONEYWELL

3 JOSEPH LESLIE DRAGGER

4 DETECTION INSTRUMENTS

5 OLDHAM

RELAYS

1 Omron

2 OEN

3 Jyoti

PLC

1 Allen Bradley

2 GE Fanuc

3 Bristol Babcock Inc.

4 Honeywell

5 Schnieder

6 ABB

7 Siemens

8 Emerson

MCT

1 NEIMEX

2 Signet International

3 ROTEX

OFC

1 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.

Page 10 of 12

RECOMMENDED VENDOR LIST FOR LAYING AND

ASSOCIATED WORKS FOR ONGC BANTUMILLI TO

ULLAMPARU PIPELINE

Sr. No. NAME OF VENDOR

HDPE DUCT FOR OFC

1 Jain Irrigation System Ltd., Jalgaon

5 Parixit Industries Ltd., Ahmedabad

6 Pennwalt Agru Plastic Ltd., Baroda

I.S BARRIER/REPEATER/SIGNAL MULTIPLIER

1 MTL

2 P&F

INSTRUMENT PANEL

1 RITTAL

2 ICA

3 Pyrotech Controls

INSTRUMENT CABLES

1 CORDS Cable Industries

2 Associated Cables

3 KEI Industries Ltd.

4 Universal Cables Ltd., M.P.

JUNCTION BOX / CABLE GLANDS / PLUGS

1 Flex Pro Electrical Pvt. Ltd., Navsari

2 Baliga

3 Exprotecta

INSTRUMENT FITTINGS, VALVES AND MANIFOLDS

1 Swagelock

2 Parker

TELECOM

1 NOKIA SIEMENS NETWORKS hiT 7025/ CORIANT

RTU

1 SYNERGY

CCTV

1 PELCO

TELEPHONE

1 Alcatel-Lucent

CORROSIVE MONITORING SYSTEM (CMS)

1 Caproco, UK

2 Corrpro, Sharjah

3 Metal Samples, USA

4 Cormon, UK

5 Atel, Italy

6 Korosi Specindo

ELECTRONIC MARKER AND LOCATOR

1 3M

2 Moeller

FIBER TERMINAL CLOSER (FTC)

1 Raychem

2 3M

3 Siemens

4 F&G

6 Keptel

7 Alcoa Fujikura Limited

THIRD PARTY INSPECTION AGENCY

1 Lloyd Register of Industrial Services

2 Technische Ulierwachungs Verein (TUV)

Page 11 of 12

RECOMMENDED VENDOR LIST FOR LAYING AND

ASSOCIATED WORKS FOR ONGC BANTUMILLI TO

ULLAMPARU PIPELINE

Sr. No. NAME OF VENDOR

3 DNV-GL

4 AIB-Vincotte

5 Bureau Veritas

6 SGS

7 American Bureau Services (ABS)

8 Velosi Certification Services

Note :

1) The details of Vendors indicated in this list 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 list of GAIL/ EIL/ MECON

2. Above vendor list 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 list, 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

Page 12 of 12

QA/QC DURING

CONSTRUCTION BY

CONTRACTOR

P.011947

D 11037

101

LAYING AND ASSOCIATED WORKS FOR ONGC BANTUMILLI TO ULLAMPARU PIPELINE IN KG BASIN

TRACTEBEL ENGINEERING PVT. LTD.

QUALITY ASURANCE / QUALITY CONTROL

(QA/QC) DURING CONSTRUCTION

BY CONTRACTOR

DOC. NO. P.011947 D 11037 101

0 01.05.2018 Issued for Implementation GG NC SKH

Rev Date Description Prepared By Checked By Approved By

QA/QC DURING

CONSTRUCTION BY

CONTRACTOR

P.011947

D 11037

101

Rev. 0 ONGC - Bantumalli To Ullamparu Pipeline Project Page 1 of 1

Table of

Table of Table of

Table of Contents

1.0 ABBREVIATION .......................................................................................................... 1

2.0 PURPOSE ................................................................................................................... 1

3.0 SCOPE ........................................................................................................................ 1

4.0 RESPONSIBILITY ....................................................................................................... 1

5.0 METHODOLOGY ......................................................................................................... 1

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

QA/QC DURING

CONSTRUCTION BY

CONTRACTOR

P.011947

D 11037

101

Rev. 0 ONGC - Bantumalli To Ullamparu Pipeline Project Page 1 of 10

1.0 ABBREVIATION

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

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 approved

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.

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

QA/QC DURING

CONSTRUCTION BY

CONTRACTOR

P.011947

D 11037

101

Rev. 0 ONGC - Bantumalli To Ullamparu Pipeline Project Page 2 of 10

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,

equipments, 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. 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 prior to 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 get approval of 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.

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

QA/QC DURING

CONSTRUCTION BY

CONTRACTOR

P.011947

D 11037

101

Rev. 0 ONGC - Bantumalli To Ullamparu Pipeline Project Page 3 of 10

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 approved 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 approved 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 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

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) Non-conformance resolution raised by Contractor/Owner/ Consultant

i) Concession/Deviation approval by OWNER/ Consultant

QA/QC DURING

CONSTRUCTION BY

CONTRACTOR

P.011947

D 11037

101

Rev. 0 ONGC - Bantumalli To Ullamparu Pipeline Project Page 4 of 10

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.

QA/QC DURING

CONSTRUCTION BY

CONTRACTOR

P.011947

D 11037

101

Rev. 0 ONGC - Bantumalli To Ullamparu Pipeline Project Page 5 of 10

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:

QA/QC DURING

CONSTRUCTION BY

CONTRACTOR

P.011947

D 11037

101

Rev. 0 ONGC - Bantumalli To Ullamparu Pipeline Project Page 6 of 10

Name & Seal

Justification by Consultant (HO) (When required):

Date: Signature:

Name & Seal

Recommended by Owner (Site):

Date: Signature:

Name & Seal

Recommended by TPIA (when required):

Date: Signature:

Name: & Seal

Final Approval by PM Owner:

Date: Signature:

Name & Seal

QA/QC DURING

CONSTRUCTION BY

CONTRACTOR

P.011947

D 11037

101

Rev. 0 ONGC - Bantumalli To Ullamparu Pipeline Project Page 7 of 10

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):

QA/QC DURING

CONSTRUCTION BY

CONTRACTOR

P.011947

D 11037

101

Rev. 0 ONGC - Bantumalli To Ullamparu Pipeline Project Page 8 of 10

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

in 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

or with master Gauge

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

QA/QC DURING

CONSTRUCTION BY

CONTRACTOR

P.011947

D 11037

101

Rev. 0 ONGC - Bantumalli To Ullamparu Pipeline Project Page 9 of 10

4. Vernier caliper/ screw

gauge Check for Zero error Whenever used ---

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-

QA/QC DURING

CONSTRUCTION BY

CONTRACTOR

P.011947

D 11037

101

Rev. 0 ONGC - Bantumalli To Ullamparu Pipeline Project Page 10 of 10

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.

##----##

At the helm of the Energy Transition, Tractebel provides a full range of engineering and consulting servicesthroughout the life cycle of its clients’ projects, including design and project management. As one of the world’slargest engineering consultancy companies and with more than 150 years of experience, it's our mission to activelyshape the world of tomorrow. With about 4,400 experts and offices in 33 countries, we are able to offer ourcustomers multidisciplinary solutions in energy, water and infrastructure.

TRACTEBEL ENGINEERING PVT. LTD.Intec House 37Institutional Area, Sector 44122 002 - Gurgaon - INDIAtractebel-engie.com

Sunil KUMARtel. + 91 124 4712200fax + 91 124 [email protected]