Upload
others
View
48
Download
5
Embed Size (px)
Citation preview
LAYING AND ASSOCIATED WORKS FORSULTANPUR JHAJJAR HISSARPIPELINE(SJHPL) PROJECT Project No. P.013312Document No. P.013312 D11031 001E - Tender No. 8000014928
GAIL (India) Ltd.Noida | INDIA
PUBLIC
31 July 2019
TECHNICAL DOCUMENTATIONTechnical Vol IIA of II, Rev. 0
SCOPE OF WORK P.013312
D 11039
001
GAIL (INDIA) LIMITED
SULTANPUR-JHAJJAR-HISAR PIPELINE PROJECT
TRACTEBEL ENGINEERING PVT. LTD.
SCOPE OF WORK
NATURAL GAS PIPELINE FROM
SULTANPUR TO HISAR
1 31.07.2019 Issued for Tender MS NC AR
0 17.07.2019 Issued for Tender MS NC AR
Rev. Date Subject of revision Prepared By Checked By Approved By
Page 1 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 2 of 93
TABLE OF CONTENTS
1.0 PROJECT GENERAL DESCRIPTION .................................................................................... 3
2.0 BRIEF SCOPE OF WORK OF CONTRACTOR ........................................................................ 8
3.0 FREE ISSUE MATERIAL AND SCOPE EXCLUSIONS .......................................................... 12
4.0 DETAILED SCOPE OF WORK FOR CONTRACTOR ............................................................. 14
5.0 PROCUREMENT AND SUPPLY .......................................................................................... 17
6.0 ROUTE SURVEY AND VERIFICATION BY CONTRACTOR .................................................. 23
7.0 PIPELINE CONSTRUCTION .............................................................................................. 28
9.0 PIPELINE BURIAL ............................................................................................................ 41
10.0 CATHODIC PROTECTION (CP) .......................................................................................... 42
11.0 ADDITIONAL ACTIVITIES INVOLVED IN THE SCOPE OF CONTRACTOR .......................... 43
12.0 SCOPE OF WORK - STATION WORKS AND FACILITIES .................................................... 48
12.1 STATION WORKS - MECHANICAL AND PIPING ................................................................ 48
13.0 STATIONS WORKS - CIVIL SCOPE OF WORK ................................................................... 52
14.0 STATIONS WORKS – ELECTRICAL SCOPE OF WORK ........................................................ 69
15.0 STATIONS WORKS – INSTRUMENTATION SCOPE OF WORK ........................................... 73
16.0 QUALITY ASSURANCE AND QUALITY CONTROL .............................................................. 88
17.0 PROJECT MANAGEMENT ................................................................................................... 88
Page 2 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 3 of 93
1.0 PROJECT GENERAL DESCRIPTION
1.1. Scope
GAIL (India) Limited is planning to lay a 135.00 kms (approx.) Natural Gas Pipeline, with Dispatch Station (DT) at
Sultanpur in Haryana State and Receipt Station (RT) in Hisar District of Haryana State. This proposed pipeline is
hereinafter referred to as Sultanpur-Jhajjar-Hisar Pipeline (SJHPL).
The Pipeline Size has been finalized as 12” NB, with a total Flow capacity of 1.00 MMSCMD (0.5 MMSCMD for
Hisar, and 0.5 MMSCMD for Jhajjar).
The 135.00 km Mainline from Sultanpur to Hisar shall have a Dispatch Station (DT) at Sultanpur, a Receiving Station
(RT) at Hisar, an IP Station (IP) at Chainage 69.8 Kms (approx.) and Four (4) nos. of Sectionalizing Valve (SV)
Stations along the route, with a Tap-Off for Jhajjar CGD at SV-1. The Pipeline shall be piggable.
This document describes the Scope of Work for the proposed Pipeline laying along with associated equipment/ station
facilities construction / installation works, proposed to be carried out as part of this project.
The details provided in this section are indicative only and are intended to provide a basic understanding of the
Project and the proposed 12” Pipeline Laying and associated station facilities development work. However, for
details, the contractor must refer the complete Tender Documents especially all Specifications (including GTS and
PTS), Design basis and all Project Drawings.
The scope of work in general includes scope of work specified in Technical Documents (including Design basis,
PTS, GTS, Drawings, Datasheet etc.) and Schedule of Rates enclosed in the Tender Document. Further, it includes
any other work not specifically mentioned here, but required to complete the work as per specifications, drawings
and instructions of Engineer-in-Charge.
Scope of work shall be read in conjunction with item description of Schedule of Rates and Contractor's scope shall
include all activities of work specified in the item description of Schedule of Rates. Rates shall include all cost for
the performance of the item considering all parts of the Bidding Document. In case any activity though specifically
not covered in description of item under 'Schedule of Rates’ but is required to complete the work which could be
reasonably implied/ informed from the content of Bidding Document, the cost for carrying out such activity of work
shall be deemed to be included in the item rate.
This document shall be read in conjunction with Design Basis, Schedule of Rates, Specifications including PTS and
GTS, Standards, Drawings, P&IDs and other Documents/ Drawings forming part of Tender Document.
Details of associated Civil, Structural, Architectural, Electrical, Mechanical, Instrumentation/Telecom and Survey
etc. related works, are covered elsewhere in the Tender document.
1.2. Introduction
The Project envisages setting up a 12” NB Natural Gas Pipeline from Sultanpur (existing SV-4 station of existing
Chainsa-Sultanpur Pipeline of GAIL), to proposed Receipt Station at Hisar (hereinafter referred to as Sultanpur-
Jhajjar-Hisar Pipeline (SJHPL).
The scope of this project comprises Engineering, Procurement, Fabrication, Construction, Installation, Testing, Pre-
commissioning and Commissioning of 12” inch x 135 kms (approx.) long Natural Gas Pipeline and associated station
Page 3 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 4 of 93
facilities. The tap-off shall be taken from GAIL’s existing Chainsar-Sultanpur Pipeline CSPL) at Sultanpur in
Haryana State to proposed receiving station at Hisar in Haryana State.
Following are the pipeline details:
Mainline Sultanpur to Hisar
Nominal Diameter : 12” NB
Length : 135 kms (approx.)
In addition to the 12” inch Main Pipeline, the following station facilities are proposed to be constructed as part of
the project:
Dispatch station (DT): A Dispatch Station is proposed at existing GAIL station at Sultanpur, with Pig
Launcher facilities for the proposed pipeline. Tap-Off for the proposed pipeline shall be taken from existing
12” Tap-Off Valve provided on Chainsar-Sultanpur Pipeline (CSPL). Matching flange and Spectacle to
connect existing Tap-Off Valve shall be provided by contractor.
Sectionalizing Valve (SV) Stations: Four (04) Nos. Sectionalizing Valve (SV) Stations, with underground
(buried) Sectionalizing Valves, are proposed along the pipeline route, with spacing as per PNGRB & ASME
B31.8 requirements.
SV cum Tap-Off for Jhajjar: SV-1 shall also have a Tap off proposed (at Ch. 22.5 km (approx.) from the
Dispatch Terminal at Sultanpur), for proposed CGD network at Jhajjar. Downstream of the Tap Off Valve,
the station shall also have a Filtering, Metering and Pressure reduction Skid, to be installed as part of this
project, for Jhajjar CGD Netwrok.
Intermediate Pigging station (IP) at Ch 69.9 KM : An Intermediate Pigging (IP) Station is proposed on the
pipeline, approximately at Chainage 69.9 kms, for facilitating pigging operation of the Pipeline. The IP Station
shall have a set of Pig Receiver and Pig Launcher, along with associated Station Piping.
Receiving station (RT) at Hisar: A Receiving Station is proposed in the Hisar district, with Pig Receiver
facilities for the proposed pipeline. Matching flange and Spectacle to connect existing Tap-Off shall be
provided by contractor.
Tap Offs : Tap Off valves shall be provided at all the SV Stations, and also at DT, RT and IP Stations, as per
details given later in this Chapter.
For further details on station facilities and pipeline system configuration, please refer Section 1.5 : ‘Pipeline
System Configuration’ of this document.
1.3. Route Map
An indicative Route map of the Proposed Sultanpur–Jhajjar-Hisar Pipeline, is as given below :
Page 4 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 5 of 93
1.4. PIPELINE PARAMETERS
1.4.1. Pipeline Design Parameters
Following basic data are to be considered for pipeline and associated facilities design:
Design Data Value
Design Gas Flow 1.0 MMSCMD
Design Pressure, bar g 98
Design
Temperature,
(oC)
Underground Services (-) 20 to 60 (min / max)
Aboveground Services - CS (-) 20 to 65 (min / max)
Aboveground& Underground
Services - LTCS (-) 45 to 65 (min / max)
Design Life, Years 25
Page 5 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 6 of 93
1.4.2. Pipeline Facilities
A. Mainline (Sultanpur to Hisar – 12” x 135 KM Pipeline)
Natural Gas Supply Point : Sultanpur (GAIL’s existing SV-4 station on CSPL), Sultanpur
Receiving Point : Hisar, Haryana
No. of Dispatch Station : 1 (at Sultanpur, Haryana)
No. of Receiving Station : 1 (at Hisar, Haryana)
Pigging Facility : 1 no. PIG Launcher at Sultanpur Dispatch Terminal,
1 no. PIG Receiver at Hisar Receipt Terminal
1 set of Pig Receiver and Pig Launcher at IP Station,
Hook-up (at DT) : Hook-up from 20” Tap-Off Valve provided on existing 36”
Chainsa-Sultanpur Pipeline (CSPL) of GAIL, at Sultanpur.
Total No. of SV Stations : Four (4) nos.
Tap Off and Skid for Jhajjar CGD : SV-1 (proposed at Ch. 22.5 kms) shall also have a tap-off for
Jhajjar CGD. A Filtering, Metering and PRS skid for Jhajjar
CGD network shall be provided at SV-1, downstream of the Tap
Off Valve.
1.4.3. Process Parameters
Pipe Line Length : 135.000 KM (approx.)
Pipeline Size : 12” Inch
Pipeline Throughput : 1.00 MMSCMD
Gas Supply Pressure : 35- 95 Bar g (max. at Sultanpur)
Gas supply temperature : 10-25 °C (min / max.) at Jwalapur, Sultanpur
Design Pressure : as listed in Section 4.0 above
Design Temp : as listed in Section 4.0 above
Material Grade of Mainline Pipe : API 5L Gr. X70, PSL2, HFW (for Size 12”).
Material Grade of Station Piping : ASTM A333, Gr.6 (Seamless) (for size ≤ 12”)
Material for Instrument Impulse : SS 316
Tubing
Location Class : 1, 2, 3 and 4
Location Class 1, 2 & 3 shall be used for:
Pipeline laying along the proposed pipe route, which falls in Location Class-1, 2 & 3.
Location Class-3 shall be used for:
all Location falling in Class-3
all Station Piping
all crossings by HDD in Location class-1, 2 & 3
some crossing in Class-2 which require design factor of 0.5
Location Class-4 shall be used for:
Page 6 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 7 of 93
Areas falling in Location Class-4 and
All Railway crossings, and pipeline laid within the ‘risk radius’ on both sides of Railway Crossings,
Corrosion Allowance : ‘0.5’ mm for 12” Inch Mainline Pipe (API5L, Gr.X70)
: ‘1.6’ mm for all Station Piping, including:
ASTM A 333, Gr. 6 Piping (Size 12” and below)
External Coating : 3LPE as per PTS/GTS coating
Manufacturing Tolerance for Wall : ‘Zero’ Negative tolerance on wall thickness for 12”
Thickness Mainline Pipe (API 5L Gr. X70)
: (+/-) 12.5% for ASTM A333, Gr.6 Piping
(all Station Piping 12” and below)
Coating/Painting for Station Piping : as per PTS/GTS coating
1.5. PIPELINE SYSTEM CONFIGURATION
The Pipeline System configuration was finalized based on Route Survey details, and the locations of intermediate
SV Stations were determined as per PNGRB and ASME B31.8, based on location class.
Based on spacing requirements of SV stations, as per ASME B31.8 and Location Class of Pipeline route, Four (4)
SV Stations and one IP Station have been proposed along the Piepline Route (approx. 135.000 kms length).
Additionally, there will be Pig launcher/Pig receiver facility at Dispatch and Receiving Station respectively for
Mainline pigging and a set of Pig Receiver and Launcher at IP Station for Intermediate Pigging.
In addition a Set of Filtering, Metering and PRS skid shall be provided at SV-1 for Jhajjar CGD Netwrok.
The table below summarizes the Location Chainage of each station, and a summary of equipment/facilities
proposed to be installed at each station, along the proposed 135.000 kms Pipeline from Sultanpur to Hisar :
S. No. Station Description
Proposed
Chainage*
(km)
Proposed Facilities
A. Mainline (Sultanpur to Hisar – 12” x 135 KM Pipeline)
1
Dispatch Terminal (DT)
at Sultanpur,
with 12” Future TOP.
(Hook-up from existing
Chainsa-Sultanpur Pipeline
CSPL of GAIL)
0.000
Hook-up with 20” Tap-Off Valve provided on
existing 36” inch Chainsa-Sultanpur Pipeline
(CSPL), Dispatch Station facility with Pig
Launching facility, QOEC, Pig Handling
system, GOV, 12” future Tap Off Valve, blow
down system and all associated station Piping,
Instrumentation & Controls, Civil & Electrical
works, as required.
2
SV – 1
with 2 nos. 8” Tap Offs,
for Jhajjar and Bahadurgarh
CGDs, and Filtering,
Metering and PRS Skid for
Jhajjar CGD
23.256
For all Four (4) SV Stations:
Buried Sectionalizing Valve (SV) with bypass
arrangement, blow down piping and all
associated Piping and Instrumentation &
Controls, Tap-Off points for future CGD
Page 7 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 8 of 93
3 SV – 2
with 8” Tap Off,
for Beri CGD
46.194 entities, civil & electrical works as required.
Skid for Jhajjar CGD :
A Filtering, Metering and PRS Skid shall be
installed at SV-1, for Jhajjar CGD Network,
downstream of the Tap Off Valve.
For IP Station:
Intermediate Pig Launcher and Receiver, with
Pig Handling system, GOV, with
interconnecting Piping and Isolation Valves,
blow down piping, all associated Piping and
Instrumentation & Controls, Tap-Off points for
CGD entities, civil & electrical works, as
required.
4
IP Station
With 3 Nos. 12” Tap Offs
for Rohtak, Bhiwani and
Charkhi Dadri CGD
69.8
5 SV – 3
with 8” Future Tap Off
89.688
6 SV - 4
with 8” Future Tap Off
112.102
5
Receiving Terminal (RT)
at Satrod Khas Village in
Hisar, Haryana with 12”
future TOP
135.000
Receiving Station with Pig Receiver with all
associated piping and valves, QOEC, pig
handling system including jib crane, , Filtering,
Metering and Pressure Reducing Skid (PRS),
all associated hook-up and station piping,
bypass and blowdown piping for
depressurizing the pipeline section, all required
instrumentation and controls, associated
station works and all electrical and civil works
required for the facility.
*Note : The location chainages given above, for all SV, IP, TOP and RT stations, are tentative only. The same
shall be finalized based on final route, and details of actual plots acquired by GAIL.
In addition to the above, all required Electrical and Civil works including Foundations for Piping and Equipment,
Approach Roads, Plot Development and Civil facilities like Buildings, sheds, boundary, drains etc. Electrical
system including area lighting, required electrical facilities with back-up arrangement etc, shall be provided.
For more clarity on proposed pipeline system configuration, please refer to the Pipeline Overall Schematic
Diagram (Dwg. No.: P.013312 D 21004 001, Sh 1 & 2).
2.0 BRIEF SCOPE OF WORK OF CONTRACTOR
This section provides a Brief Scope of Work for the contractor. The description given in this section is indicative
in nature, and is intended to provide a basic understanding of the project, the work and activities involved, and
the facilities and installations proposed to be constructed as part of the project.
The details given in this section are the minimum required activities and are not an exhaustive list. For a complete
understanding of the Project scope, the contractor must go through the all the sections of this document, as well
as complete Tender document including Design Basis, Project Specifications (including GTS and PTS) and
Drawings, SOR and all associated documents.
2.1 Project Scope And Battery Limits
The Project envisages setting up of 12” NB Natural Gas Pipeline from Dispatch Station at Sultanpur to Receipt
Page 8 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 9 of 93
Station at Hisar, along with construction / installation of associated station facilities including Dispatch (DT),
Receiving (RT), IP Station and Sectionalizing Valve (SV Stations), along the proposed Pipeline Route.
All pipelines and systems shall be designed, constructed and tested as per the PTS (Particular Technical
Specifications) and GTS (General Technical Specifications) attached in Tender Document and also the latest
edition of ASME B 31.8, PNGRB Regulations - GSR 808 (E), and other relevant applicable codes and standards.
The scope of work broadly consists of laying of 12” diameter, Carbon Steel Pipelines which includes supply (as
defined in Contractor’s scope in bid document), fabrication, installation, testing and commissioning of the
underground pipeline including all associated mechanical, civil, structural & instrumentation works.
Scope also include taking delivery of free issue items from Owner’s stores, transportation to site, storage,
installation, testing & commissioning etc.
Complete scope of work is divided into two Spreads as below,
Spread A: Chainage 0.00 Kms to 70.00 Kms (approx.) including 12” x 70Kms Mainline and Dispatch Terminal
(DT) Sultanpur, SV1 (including TOP and skids for Jhajjar CGD), SV2 and Intermediate Pigging (IP) station.
Spread B: Chainage 70.00 Kms to 135.00 Kms (approx.) including 12” x 65Kms Mainline and SV3, SV4 and
Receiving Terminal (RT) Hissar.
The contractor shall quote separately for both the spreads, and may be awarded any one, or both spreads. The
scope of work given below is for the entire proposed pipeline (i.e. for both the spreads). The contractor shall refer
the SOW applicable for each Spread, as per the Chainage details given above.
The scope of work of Contractor, for this project, comprises of residual engineering, Procurement, Supply,
Fabrication, Installation, Testing, Construction, pre-commissioning and Commissioning activities required, for
successful laying of 12” diameter Natural Gas Pipeline starting from proposed Dispatch Terminal at Sultanpur in
Haryana State and running upto proposed Receiving Terminal at Hisar in Haryana State, along with all associated
station facilities, included in the battery limits of this project.
The configuration of the proposed pipeline system, and the details of associated station facilities, proposed to be
installed along with the pipeline, shall be as described in Section 1.3, 1.4 and 1.5 of this document, and route
description shall be as per details provided in Section 6.0 of this document. Additionally, all the works described
in subsequent sections of this document, as forming part of Contractor’s scope of work, shall be included in
contractor’s scope of work.
2.2 Brief Scope Of Work
The following section provides a brief Scope of Work for the Contractor, for this project. The details provided in
this section are indicative only and are intended to provide a basic understanding of the Project and the proposed
12” Pipeline system.
The brief Scope of Work for Contractor, for this project, shall be as summarized below:
Page 9 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 10 of 93
2.2.1 Site survey & validation:
Carry out detailed route survey of the entire pipeline route, including visit to all Station facilities / hook-
up locations & proposed plot locations.
Collect & record all required details / information, validate information provided in Route Validation
Survey Report (RVSR) and Tender document, and update / revise the same where required.
Visit all crossings locations and finalize type of crossings, acquaint himself well with all existing /
prevailing conditions at site and site specific requirements
Understand the hook-up requirements with existing facilities, at the stations, and
Update alignment sheets, crossing drawings, Survey data and project drawings / documents based on the
same.
2.2.2 RESIDUAL ENGINEERING:
Residual engineering activities including construction engineering, planning, calculations, preparation of
Construction documents and Drawings including GADs, Plot Plan, Isometric drawings etc. as required for
successful completion of work
Procurement engineering for materials in the scope of contractor based on the tender specification and
PTS, Datasheet, QAP provided in the tender document.
Preparations of Procedures, Fabrication & Construction drawings & Documents
Inspection & test Plans, QAP and Pre-commissioning & Commissioning procedures.
Preparation of all As-Built Drawings and Documents.
Contractor shall submit a detailed schedule for preparation and submission of drawings during the kick-
off meeting or latest within one week thereof which shall be reviewed by Owner/ Consultant.
Contractor shall prepare and submit a complete list of drawings/documents for review by Owner/
Consultant.
Contractor shall incorporate all the comments, if any without any cost implication. Such review by Owner/
Consultant shall, however, not relieve the Contractor of his responsibilities to comply with the
requirements as per Contract and requirements arise out of statutory permissions on grant of permission.
2.2.3 PROCUREMENT:
Procurement, Supply and Inspection, testing, Dispatch & transportation of all Contractor Supplied
equipment, materials & consumables include Construction materials.
Procurement and supply of All Station Pipes (all sizes), as per project requirement, for construction and
installation of all station piping as per project specifications and drawings.
Procurement and Installation of all kind of Coating, Heat Shrink Sleeve and Painting for underground,
joint coating and above ground piping.
Procurement and supply of All valves of size 2” and below, as per PIDs and project requirement.
Procurement and supply of assorted items like weldolets, studs, bolts, gaskets etc (all sizes) as required,
for station works for the project.
Procurement and Installation of all the fittings and flanges of size 2” and below.
Procurement and Installation of QOEC for Vent line.
Procurement and supply of OFC cable, OFC Manhole, Coupling and HDPE Ducts, etc. for OFC along the
proposed pipeline route, as per project specifications, drawings / documents and SOR.
Procurement of all bought out items required for the project including preparation of MRs, with
specification/datasheets/MTO for all items.
Page 10 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 11 of 93
Procurement of all Instrumentations and Controls, Wiring cabling etc including Cable Trays, JBs, Control
Panels etc. required for the project
Procurement of all Electrical Items Including Generator set, Lamps, Wiring, Cabling, Switchboards,
Panels, Cable trays, UPS, Batteries, etc. required for Electrical works related to the Project
Procurement and Supply of Pressure Gauge, Temperature Gauge, Temperature Transmitter, Gas Detector
etc, Instrument Cable, instrument fittings etc required for completion of Instrument work as per tender
drawings and documents.
Procurement of all Civil and Structure related supplies including steel, paving blocks, cement, bricks, etc.
for civil works
Procurement and installation of all items required for Temporary Cathodic Protection.
Procurement of all items required for execution of project including consumables / non- consumables /
spares etc.
Procurement and supply of mandatory spares, special tools and tackles and commissioning spares
necessary for commissioning is also in the scope of the Contractor.
Contractor shall carry out procurement of all materials/items required for completion of works including
ordering and supply, inspection, testing, expediting, custom clearance wherever applicable, transportation
to site, stores management which includes preservation and storage of equipment and materials in covered
shed and open storage and insurances of material including transit insurance.
Before ordering, clearances shall be obtained from Owner/ Consultant. However, it shall be Contractor’s
responsibility to ensure that the ordering is in accordance with the data sheets, drawings, standard,
specifications and vendor list. Any item ordered which does not conform to the contractual requirements,
identified at any stage of the Project shall be rejected. Replacement/ modification and the cost impact,
project delay arising out of such rejection shall be solely on account of the Contractor.
2.2.4 PIPELINE CONSTRUCTION :
Construction of 12” NB x 135 kms long buried Natural gas pipeline, from Dispatch Station at Sultanpur
to Receiving Station at Hisar, along the proposed pipeline route.
Receiving, taking-over, handling, loading, transportation and unloading of Owner supplied coated line
pipes and other Free Issue Materials including Skids.
Arrangement of all additional land required for Contractor's storage, arrangement of working RoU if RoU
width is not sufficient for equipment/ vehicle movement etc.
Laying of OFC Cable, adjacent to the proposed pipeline, along the entire pipeline Route.
Site preparation including Cleaning, Grading, Trenching, Pipeline Laying, Backfilling & Restoration.
Pipeline Stringing, Welding, FJ Coating, Radiography and NDT testing.
Hydrotesting, Pre-commissioning & Commissioning of the Pipeline.
Mechanical Completion of Pipeline and all associated Station Facilities.
For details of activities included in Mechanical Completion, Pre-commissioning and Commissioning,
Refer ‘PTS Construction: Doc No - P.013312 D 11077 101.
Contractor shall prepare and submit quality assurance plans for all activities, for Owner/ Consultant
review. The QAP shall be prepared in line with the following document of PEP: ‘Typical Inspection
Methodology (QA-QC)’.
2.2.5 STATION FACILITIES CONSTRUCTION:
Construction of the Following Station facilities, along with all required Mechanical and Piping works, associated
Page 11 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 12 of 93
Instrumentations and controls, all required Civil and Electrical works as per project scope of work.
1. Dispatch Station (Sultanpur)
2. SV-1 cum Tap Off Station, with Filtering Metering and PRS Skid for Jhajjar CGD,
3. SV-2, SV-3 and Sv-4 Stations
4. IP Station
5. Receiving Station (Jhajjar)
6. Installation of required Filtering, Metering and PRS Skids at Receiving Station Hisar and at SV-1 for
Jhajjar CGD.
The configuration of the proposed pipeline system, and the details of associated station facilities, proposed to be
installed along with the pipeline, shall be as described in Section 1.5 and Section 12.0 of this document and the
details provided below. Additionally, all the works described in various sections of this document, as forming
part of Contractor’s scope of work, shall be included in contractor’s scope of work.
The Scope of work of Contractor, for Station Works includes all Mechanical and Piping related activities required
to be carried out for successful construction, installation and commissioning of all station facilities, proposed as
part of this project, along the route of proposed 12” diameter x approximately 135 kms long, Natural Gas Pipeline
from Sultanpur to Hisar, including residual engineering, Procurement, Supply, Fabrication, Installation, Testing,
Construction, pre-commissioning and Commissioning activities.
Additionally, all the works described in various sections of this document, as forming part of Contractor’s scope
of work, shall be included in contractor’s scope of work.
3.0 FREE ISSUE MATERIAL AND SCOPE EXCLUSIONS
3.1 Free issue materials (fim)
The following items shall be issued to the contractor as ‘Free Issue Item (FIM), for installation at stations, as
part of the project.
S. No. Item
1 12” Mainline 3 LPE Coated and Bare Line Pipes API 5L Gr. X-70 (6.4 mm, 8.7 mm
and 10.3 mm wall thickness).
2 All Ball, Plug and Check Valve (including all Actuated valves) above 2” size
3 Insulating Joints – all required sizes
4. Pig Launchers / Receivers ( Scrapper Trap ) for 12” dia Pipelines including handling
system and Pig signaller as required
5. Flow Tees of all required sizes. (12” Mainline x 12” and 8” Branch size)
6. Fittings and Flanges above 2” diameter
7. All Skids (including Filtering, Metering and Pressure regulating (PRS) skids for RT –
Hisar and CGD Jhajjar (at SV-1).
Page 12 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 13 of 93
With respect to the Free Issue Materials issued to the Contractor, the scope of work includes loading, un-
loading, handling, storage, preservation, transportation and installation of Free issue as well as other material
required for the project. Civil Works including foundations, piping hook-up and interconnections, co- ordination
with system / package vendors etc. to render the system completely functional, as per project requirement, is
also included in the scope of Contractor.
The contractor shall provide full co-operation and support to the Package Vendors supplying the FIM like skids
etc., for integration of these systems with the proposed Pipeline facilities.
Further, Installation and integration of all package items (FIM), with the facilities at all stations, shall be in in
the scope of contractor, even though the supply is in Client scope.
All other items, not listed in the Table of FIM above, shall all be included in Contractors scope of Supply.
3.2 SCOPE EXCLUSIONS
(ITEMS Not in the scope of contractor)
3.2.1 ITEMS EXCLUDED FROM CONTRACTORS SCOPE OF SUPPLY:
The following items are excluded from Contractors Scope of Supply:
All items listed under Free Issue Items (FIM) above.
3.2.2 ITEMS EXCLUDED FROM CONTRACTORS SCOPE OF WORK:
The following items are excluded from Contractors Scope of Work:
Any work in existing station area, outside the designated ‘Project Battery Limits’ at :
o Existing Sultanpur Station (existing SV-4 of GAIL on Chainsa-Sultanpur Pipeline),
Items excluded from Civil Scope of Work:–
Plot Development at existing stations of GAIL – Plot development is not required at existing Sultanpur station.
Further development work within process area only, shall be in Contractor’s Scope.
Construction of the following at existing Sultanpur station of GAIL :
o Control room Building, Guard Room Building, Boundary Wall, Storm water Drain, Recharge well,
OH & Underground water Tank, Water supply & drainage works, Bore well, DG set foundation, etc.
Note: Plot Development shall be required at all new plots including all SV stations, IP Station and Receiving
Terminal at Hisar.
3.3 BATTERY LIMIT :
At Sultanpur:
Page 13 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 14 of 93
Project Battery Limits starts from Blind Flange downstream of 20” Tap-Off Valve, available in station Piping, on
existing 36” Chainsa-Sultanpur Pipeline, at Sultanpur station of GAIL.
The downstream piping, supplying gas to the Pig Launcher of the proposed 12” Sultanpur-Jhajjar-Hisar Pipeline,
shall be hooked up to this Point. The proposed Pipeline from Sultanpur to Hisar, shall be fed from this station.
4.0 DETAILED SCOPE OF WORK FOR CONTRACTOR
4.1 PROJECT SCOPE AND COVERAGE
The project envisages carrying out the following works, for proposed Sultanpur-Jhajjar-Hisar Pipeline project:
1. Development of new process area and dispatch facility (DT) at existing Sultanpur station of GAIL.
2. Laying of 135 kms approx. of 12” Pipeline, from DT at Sultanpur to proposed Receiving Terminal (RT) at
Hisar, along the proposed pipeline route, in the corridor provided by GAIL.
3. Laying/ installation of coated line pipe, associated fittings and accessories, etc. as per specifications,
drawings, other provisions of Contract and instructions of Engineer-in-Charge
4. Supply of all materials (except Owner supplied materials (Free Issue Material)), consumables, equipment,
labour, etc.).
5. Receiving, taking-over, handling, loading, transportation and unloading of Owner supplied coated and bare
line pipes and other Free Issue Materials.
6. Arrangement of all additional land required for Contractor's storage, arrangement of working RoU if RoU
width is not sufficient for equipment/ vehicle movement etc.
7. Staking and installation of construction markers, clearing, grubbing, grading (as required in tender
document)
8. Thorough internal cleaning of all pipes by suitable methods to remove debris, shots, grits etc.
9. Stringing of line pipes along ROU including providing straw bags, soft padding/sand padding; Aligning,
cold field bending, cutting and beveling (as required) of pipes for welding and field adjustments.
10. Carrying out destructive & non- destructive testing of welds required as per approved NDT specifications
(including radiography).
11. Installation of carrier pipe including concrete coated pipes (wherever required).
12. Supply and installation of Warning Mat etc.
13. Coating of all field weld joints, long radius bends, buried fittings and Valves.
14. Supply and installation of slope breaker as per specifications and drawings in steep slope areas, wherever
required
15. Laying of OFC Cable, adjacent to the proposed pipeline, along the complete stretch of proposed Pipeline route
from Sultanpur to Hisar, in the same trench (except crossing locations) and as per project specifications along
all crossings and HDD etc.
16. Supply, fabrication and installation of reinforced concrete weights. Reinforced steel size should be 8 mm.
top and bottom at a rate of 200 mm c/c of precasted RCC 1:2:4 on pipeline of wall thickness of 75 mm thick
and size as per specifications & Standard drawings and instructions of Owner/ Owner’s representative
including supply of consumables, materials, equipment, labor, supervision, all associated civil works.
Page 14 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 15 of 93
17. Supply of all consumables and materials, equipment, manpower, submission of application procedure with
calculations for anti-buoyancy, design mix procedure qualification and application of continuous concrete
weight coating thickness mentioned below (higher also, in case design requirements) on pipeline of all
thickness, concrete weight coating of the field joints thereof, and performing all works as per specifications
and instructions of Owner/Owner’s representative and other provisions of CONTRACT DOCUMENT.
18. Carrying out hydrostatic testing including air cleaning, flushing, filling, gauging, pressurization of
complete pipeline in various test sections as approved by Engineer-In-Charge to the specified test
pressure
19. Development of 4 Nos SV Stations and 1 No., IP Station, in the new plots procured for the purpose, along
with construction of all required piping, facilities and installations, as per project requirement.
20. Development All associated station works at all proposed station locations, including installation of new skids
/ facilities associated with the above pipeline project, all required civil works, electrical works and
Instrumentation and Control works required for successful completion of the above activities, as per project
requirements.
21. Final clean-up and restoration of right of use including obtaining NOC from respective statutory authorities
as required and disposal of debris.
22. Returning all surplus material to designated disposal areas/storage yard, as directed by Engineer-In-
Charge
23. Preparation of as-built drawings, pipe-book and other records
The scope of this project comprises all construction related activities, required to be carried out within the
described battery limits, for successful completion of the project. The activities include residual Engineering,
Procurement, Fabrication, Construction, Installation & Testing, Pre-commissioning and commissioning of the
proposed Pipelines and associated Station facilities, including required Instrumentation & Control, civil and
electrical works, which are required to be carried out as part of this project.
Work tendered as a part of this Tender Document consists transportation of Company supplied free issue materials
to worksite(s) including all intermediate storage, Laying of new 12” pipeline along the proposed route,
construction of all proposed station facilities, tie-in/ hook-up of new Pipeline and existing facilities, all associated
civil, electrical and instrumentation works, testing of all new installations and commissioning of the system,
procurement and supply of all materials (as per scope of supply); preservation (if required), Electronic Geometric
Pigging (EGP), pre-commissioning & commissioning for the new pipeline system and associated station
facilities, developed as part of the project.
The scope of work in general includes scope of work specified in Technical Documents (including Design basis,
PTS, GTS, Drawings, Data sheet etc.) and Schedule of Rates enclosed in the Tender Document. Further, it
includes any other work not specifically mentioned here, but required to complete the work as per specifications,
drawings and instructions of Engineer-in-Charge.
Contractor throughout the execution of the contract shall take all necessary steps to maintain the safety and
integrity of all existing installations / utilities / structures etc. in the vicinity of the proposed pipeline route. All
the materials / preparatory works/ safety measures as deemed necessary for the protection of existing installations
/ utilities / structures shall be arranged by contractor without any cost and time implications.
4.2 DETAILED SCOPE OF WORK
Page 15 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 16 of 93
The Detailed Scope of Work for contractor has been split in the following 4 Parts:
1. Procurement
2. Mainline Construction
3. Station Works
4. Project Management
Each part is further spread, in the following sections of this document, as per details given below. The contractor
shall refer all the following sections for understanding the detailed scope of work:
Part Activity Scope of Work detailed in Section
1 Procurement Section 5.0 – Procurement Scope of Work
2
Mainline
Construction
(Further divided
in 6 Sections,)
Section 6.0 – Route Survey and Verification
Section 7.0 – Pipeline Construction
Section 8.0 – Crossings
Section 9.0 – Pipeline Burial
Section 10.0 – Cathodic Protection
Section 11.0 – Additional Requirements
3
Station Facilities
(Further divided
in 4 Sections,
discipline wise)
Section 12.0 – Piping & Mechanical Scope of Work
Section 13.0 – Civil Scope of Work
Section 14.0 – Electrical Scope of Work
Section 15.0 – Instrumentation & Control Scope of Work
4 Project
Management Section 16.0 – Quality Control and QA
Section 17.0 – Project Management
4.3 SCOPE INCLUSIONS
The scope of work detailed herein shall be read in conjunction with the Design Basis, Schedule of Rates,
Specifications including PTS and GTS, Standards, Drawings, P&IDs and other Documents/ Drawings forming part
of Tender Document.
Details of associated Civil, Structural, Architectural, Electrical, Mechanical, Instrumentation/Telecom, survey
drawings, etc. are covered elsewhere in the Tender document.
The Contractor's Scope of Work for the pipeline shall consist of, but not limited to mobilization/Demobilization,
Site Survey, locating existing pipelines & other facilities before excavation, Transportation of Company supplied
free issue materials to Worksite(s) including storage, procurement and supply of all materials (as per scope of
supply), installation, tie-in/ hook-up with existing facilities; preservation (if required), fabrication, installation,
testing, swabbing, EGP, pre-commissioning and commissioning of the new proposed pipeline systems including
terminal piping works and hook-up works at terminal along with all associated mechanical, civil, structural,
architectural, electrical, telecom & instrumentation works. Scope of work and details for Civil, Structural,
Architectural, Electrical, Mechanical, Instrumentation/ Telecom etc. are covered elsewhere in the Tender Document.
All such works that are not indicated herein below but are required to complete the work in all respects shall form
Page 16 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 17 of 93
part of Contractor's Scope of Work.
4.4 REFERENCE DOCUMENTS
Scope of work shall be read in conjunction with item description of Schedule of Rates and Contractor's scope shall
include all activities of work specified in the item description of Schedule of Rates. Rates shall include all cost for
the performance of the item considering all parts of the Bidding Document. In case any activity though specifically
not covered in description of item under 'Schedule of Rates’ but is required to complete the work which could be
reasonably implied/ informed from the content of Bidding Document, the cost for carrying out such activity of work
shall be deemed to be included in the item rate.
The details provided in this document are indicative only and are intended to provide a basic understanding of the
Project, its coverage, proposed 30” Pipeline system and the Scope of work of the Contractor. For a complete
understanding of Scope of work however, the contractor must read this documents and all the details mentioned
herein, in conjunction with complete Tender Document, Schedule of Rates, Specifications including PTS and GTS,
Standards, Design Basis, Drawings, P&IDs and other Documents/ Drawings forming part of Tender Document,
including the following critical documents :
Pipeline & Piping Design basis : Doc No : P.013312 D 11062 001 (latest revision)
Electrical Design basis : Doc No : P.013312 D 11064 001 (latest revision)
Cathodic Protection Design basis : Doc No : P.013312 D 11064 002 (latest revision)
Instrumentation Design basis : Doc No : P.013312 D 11065 001 (latest revision)
Civil Design basis : Doc No : P.013312 D 11063 001 (latest revision)
Project Schematic Drawing : Doc No : P.013312 D 21004 001 (latest revision)
Project PIDs : Doc No : P.013312 D 21095 102 to 110 (latest revisions)
PTS - Construction of Natural : Doc No : P.013312 D 11077 101
Gas Pipeline
Project Execution Plan – Scope and Responsibility of Contractor
All PTS and GTS included in the Tender Document, for the following :
o Pipeline Construction
o Piping
o Civil
o Electrical
o Instrumentation & Control
Refer TOC (Table of Contents) included with Tender document, for detailed list of all PTS/GTS.
5.0 PROCUREMENT AND SUPPLY
Procurement and supply of all contractor supplied items, including all items other than Free Issue Material (FIM),
shall be in the scope of supply of Contractor.
Procurement of all bought out items required for the project and mentioned in the SOR including ordering and
supply, inspection, testing, expediting, custom clearance wherever applicable, transportation to site.
Procurement of all Civil and Structure related supplies including steel, paving blocks, cement, bricks, etc. for
civil works
Procurement of all items required for execution of project including consumables / non- consumables / spares
etc.
Procurement and supply of mandatory spares, special tools and tackles and commissioning spares necessary for
commissioning is also in the scope of the Contractor.
Page 17 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 18 of 93
Preservation and storage of equipment and materials in covered shed and open storage and insurances of material
including transit insurance.
Before ordering, clearances shall be obtained from Owner/ Consultant. However, it shall be Contractor’s
responsibility to ensure that the ordering is in accordance with the data sheets, drawings, standard, specifications
and vendor list. Any item ordered which does not conform to the contractual requirements, identified at any
stage of the Project shall be rejected. Laying/ Construction and the cost impact, project delay arising out of such
rejection shall be solely on account of the Contractor.
5.1 PROCUREMENT MANAGEMENT
Contractor shall, as part of his detailed Project Execution Plan (PEP) submit a detailed Procurement Execution
strategy document which, as a minimum, shall cover the activities listed below, but shall also address all other areas
of Procurement, which the Contractor will require to be carried out to successfully execute the Work.
Identify procurement interfaces with Owner (both Project office and field)
Management of Owner Free Issue Materials
Provide the following details to Owner for approval :
o Organization charts
o Procurement Procedures - including Procurement Systems, Procurement Evaluations
o Details of Sub Contracts
In Addition, The Contractor Shall:
Ensure that all Procurement and subcontracting activities on the project are carried out in an ethical and
transparent manner.
Procure materials and services only from those vendor listed in Owner’s Approved Vendor
Contractor may propose additional vendor in case listed vendors are not in a position to meet the Project
requirement. Contractor proposal shall be supported by justification, including PTR of vendor, copies of
QA Plans, international certifications, technical references and other prequalification data requested.
Carry out Technical evaluations for all equipment and materials to be purchased for the Work.
Submit to Owner a schedule of Procurement Milestones (including any proposed subcontract activity) that
Contractor shall meet in order to support Contractor’s overall Project schedule.
With the exception of Owner s up p l i ed Free Issue Material, Contractor shall be responsible for procurement of
all materials and equipment and services, both temporary and permanent, required to complete the Work.
Expediting shall be carried out by Contractor in an effective and proactive manner in order to ensure timely
deliveries from suppliers adhering to Project schedule.
Contractor shall hire Third Party Inspection Agency (TPIA) from the approved TPIA list for carrying out the
inspection at their supplier’s works as per approved QAP based on attached Data sheets / PTS / QAP /
Page 18 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 19 of 93
Specifications with the tender document. TPIA charges shall be borne by the Contractor.
Spares:
Contractor shall procure all spare parts as specified in the bid document.
Procurement of construction, pre-commissioning, commissioning spare parts.
Spare parts shall be suitably packed / preserved for storage in the climate at Site. The estimated storage period
shall be three (3) years. Each part shall be marked with its description and purpose and stock number on the
outside of the packaging. Packaging shall be for long term outdoor storage.
Mandatory Spares:
Contractor shall also supply mandatory spares as indicated in the SORs attached with the Bid Package. All
associate spares shall also be supplied by the Contractor.
This quantity shall be procured as surplus material only, not as contingency with the scope of supply.
Mandatory Spares shall be procured and stored by the Contractor in Contractor’s store till commissioning &
subsequently the same shall be transported by the Contractor to Owner’s store.
Storage & proper upkeep of the mandatory spares shall be the responsibility of the Contractor till it is handed
over to Owner.
5.2 FREE ISSUE PIPES FOR - PIPELINE CONSTRUCTION
The following Mainline pipes shall be provided to the contractor as Free Issue:
Material for 12” Main Line Pipe : API 5L X70, PSL 2
Wall Thickness for 12” Line Pipe :
Location Class of Pipeline Route Selected Wall Thickness
Location Class 1 and 2 6.4 mm
Location Class 3 and 4 8.7 mm
All above pipes will be free issued to the Contractor.
Additionally all 12” mother pipes required for fabrication of Hot Induction Bends, shall be free issued to the
contractor. However fabrication of induction bends shall be in Contractors scope.
Also, 12” pipe for above ground (Mainline) station piping, shall be free issued to the contractor.
5.3 CONTRACTOR SCOPE OF SUPPLY FOR - PIPELINE CONSTRUCTION
This section lists the major items required to be procured / activities required to be carried out for Construction of
proposed Pipeline and associated Station Facilities. The List is Indicative only, and is not exhaustive. Contractor
shall identify and procure all necessary items required for successful completion of the job, without any time and
cost implications:
Page 19 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 20 of 93
Fabrication of Hot Induction Bends from Mother Pipes supplied as FIM.
Coating Removal of all 12” Coated pipes supplied for fabrication of Hot Induction Bends, and for aboveground
station piping.
Supply of - All Station Pipes (all sizes upto 12” NB – expect 12” NB Mainline Pipe at stations)
All Station Piping items as listed in the SOR
All Ball and Check Valves upto 2” diameter
All Globe Valve of all sizes
Transition piece, if required
All fittings and flanges upto 2” diameter
Weldolets, Stud bolts and Gaskets of all sizes as required.
5.4 COATING REMOVAL OF FREE ISSUE PIPES
Coated 12” NB Pipes shall be Free issued to the contractor for :
Fabrication of all Hot Induction Bends and
For 12” Above Ground Mainline Station piping
The removal of coating from the above free issue pipes, and required surface preparation for fabrication of hot
induction bends, and for aboveground station piping, shall be in contractor’s scope of work.
5.5 FABRICATION OF HOT INDUCTION BENDS
Fabrication of Hot Induction Bends, from mother pipes supplied by GAIL as FIM, shall be in Contractors scope.
The Free issue pipes shall be coated pipes, and the Contractor scope shall include removal of Coating and surface
preparation for fabrication of Hot Induction bends.
The pipes used for manufacturing of Hot Induction Bends will be coated afterwards with wrap around sleeves at
site, as per project specifications.
Pipe to be used for fabricating Hot Induction bends, shall be as below:
Pipe Thickness required for fabricating Hot Induction Bends – 12” Mainline
Location of Bend Location Class of
Pipeline Route
Pipe Wall Thickness to be used,
for fabricating Hot Induction
bends
Along Pipeline route :
12” NB Main line Location Class-1, 2 and 3 8.7 mm
12” NB Main line Location Class-4 10.3 mm
At Station Locations:
12” NB Hot Induction
Bends at Stations
All Stations considered as
Location Class-3 8.7 mm
Page 20 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 21 of 93
Please note that for all Railway Crossings, and for pipeline laying within Railway Risk radius, including HDD,
Location Class-4 is considered
5.6 STATION PIPES TO BE SUPPLIED BY CONTRACTOR:
A. 12” NB Mainline Piping at Stations (upto Pig Launcher /Receiver):
The material considered for 12” NB Mainline Pipe at stations (from Launcher upto Receiver) is API 5L, Gr. X-
70; PSL-2. The Wall thicknesses to be used in Station Facilities, for 12” Mainline, shall be as summarized below:
12” Mainline at Stations : API 5L X 70, PSL 2 - (8.7 mm WT)
12” Hot Induction bends at Stations : API 5L X 70, PSL 2 - (8.7 mm WT)
(Fabrication of Hot Induction Bend shall be by Contractor).
B. All Station Pipes upto 12” NB (Other than 12” Mainline) :
The pipes for all other station piping of size upto 12” NB, (other than 12” mainline pipe), shall be LTCS Seamless
pipes of material ASTM A 333 Gr. 6. All LTCS Pipes shall be Charpy Impact tested at (-45 °C).
The wall Thickness
The following Table summarizes the Wall Thickness and Material requirements for all for all Station Piping (12”
and below) shall be as summarized below :
Material for Station pipes (upto 12” NB) : ASTM A333, Grade 6.
Wall Thickness for Station pipe :
o Pipe sizes ½” to 2” NB Pipe - Schedule 160
o Pipe Sizes 3” to 12” NB - Schedule 80
Station Piping :
Thickness Summary for Station Piping
Station Pipe Detail
Location
Class
considered
for WT
Material for Station
Piping
Wall
Thickness
Selected
12” NB - Mainline Pipe at Stations Class-3 API 5L, Grade X-70, PSL-2 8.7 mm
12” NB - Hot Induction Bends at
Stations Class-4 API 5L, Grade X-70, PSL-2 8.7 mm
Station Piping - 3” NB to 12” NB Class-3 ASTM A 333, Grade 6 Sch. 80
Page 21 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 22 of 93
Station Piping - 1/2” NB to 2” NB Class-3 ASTM A 333, Grade 6 Sch. 160
5.7 ADDITIONAL ITEMS TO BE SUPPLIED BY CONTRACTOR :
The following additional items shall be supplied by the contractor for the project. Please note that the below list is
minimum and indicative, and is not an exhaustive list. All items required for successful execution of the project,
which can be reasonable deemed to be in contractor’s scope of supply, shall be supplied by the contractor:
Continuous Concrete Weight Coated Pipes / geo textile bags, for installation at Water body Crossings, marshy /
water logged areas, where required, as per Specifications. However, Contractor shall have to take prior approval
of providing of concrete coating or geotextile bags as anti-buoyancy for any locations.
Pipeline & Piping test medium (Water/air as applicable), complete with test headers, corrosion inhibitors, oxygen
scavengers, biocides & Pigs (Cleaning, gauging, swabbing & calliper pigs).
All Consumables (including Welding & NDT Consumables, Field Joint Coating material etc.).
OFC cables, along with 2” HDPE Duct, Jointing closures, FTC and other accessories.
6” Steel Casing (API 5L Grade-B, 6.4 mm thk, external epoxy coated, 500 micron thk) for housing Spare
OFC/HDPE Duct at crossings, along with required accessories.
Pipeline markers/Warning signs, Warning tape/ribbon.
Rock shield, Pre-cast Concrete Slabs, HDPE Sheet, trench padding/soft padding, select backfill material etc. for
Pipeline Laying.
Stud Bolts, Nuts & gaskets as per requirement
Paint and Coatings as required for Station Piping and civil structures
All required Instrumentation and Controls for Station facilities and Pipeline
Fire Suppression system for Control Room Building.
Pre-cast Inspection Chambers, electronic markers and locators (for OFC).
Supply of all Equipment’s, materials & consumables for related to Electrical/ Instrumentation/ Cathodic
Protection packages etc. as specified in corresponding PTS.
All other items including Instrumentation and Controls, Electrical Lightings, fixtures, cables & Cable Trays, OFC
and Communication Cables, Civil construction material, structural steel, concrete slabs etc., material required for
installation of PCP and TCP etc. i.e. all material required for construction of Pipeline along with associated
Station facilities, complete in all respects, as per Tender requirements, shall all be included in Contractors scope
of Supply.
All materials for all types of pipeline markers including cement, sand, reinforcements, structural steel, etc.
Supply of Warning Tape. The details of warning tape shall be as per PTS-Warning mats (Doc No. P.013312 D
11077 004)
Page 22 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 23 of 93
Supply of all materials (except Owner supplied materials), consumables, labour and other incidental works; return
of the surplus free issue materials to the Owner's designated stockyard(s); carrying out all temporary, ancillary,
auxiliary works, assistance for hook-up works at both end with adjacent pipeline required to make the entire
pipeline including pipeline section laid by normal open cut method,
All safety tools, tackles, devices, apparatus, equipment etc. including ladders and scaffolding complete as
required.
Other Supplies
- All Consumables required in the project (including Electrodes, Joint Coating materials etc.) & utilities whatever
are required for complete execution, testing and completion of the project.
- All civil, structural, steel material required to complete the buildings, roads, plumbing system etc.
- All Nuts, Bolts including Foundation Bolts, Galvanized Bolts, Gaskets (as per specifications), Copper jumpers
etc.
- Paint /coating for above ground and underground piping and steel structure.
Material for Electrical/Instrumentation/Civil Works:
The above list is indicative only. Contractor shall refer to other sections of these documents for Discipline wise Scope
and Work and Supply, and all required items for the project, mentioned elsewhere in this document and the Tender,
shall be included in Contractors scope of Supply.
5.8 CONTRACTOR MTO
Based on Tender requirements and Site survey / requirements, the Contractor shall prepare detailed MTO for all
items required for the Project, from the drawings, specifications, contract documents and field measurements.
Contractor shall also identify any shortfall or future potential shortfall of Owner Free Issue Materials and shall
promptly advise Owner of such shortfall.
6.0 ROUTE SURVEY AND VERIFICATION BY CONTRACTOR
The details provided in this section, the Tender document, and in Route Validation Survey Report (RVSR) are based
on preliminary route survey validation exercise and observations, and given for information only.
The Contractor, as part of his scope of work, shall carry out detailed site survey, collect and record all the findings
and update Survey data / drawings based on his own detailed site verification survey.
For scope of work of contractor for route survey, please refer section 6.5.
6.1 PIPELINE ROUTE DESCRIPTION
The details provided in this section are indicative only and are intended to provide a basic understanding of the
proposed route of 12” Sultanpur-Hisar Pipeline. The contractor must refer the “Revalidation Survey Report for
Connectivity from Sultanpur to Hisar Mainline” attached with the Tender Document for more information.
Additionally, the contractor has to carry out his own detailed survey, to validate all the details provided in Tender
Page 23 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 24 of 93
document.
6.2 A. Mainline (Sultanpur to Hisar – 12” x 135 KM Pipeline)
ROUTE PROFILE
The proposed 12” Pipeline route take off point from SV-4 Sultanpur, Sultanpur Village, Gurgaon Talika of Gurgaon
District, Haryana and Terminal Point at Proposed RT Hissar, in Satrod Khas village, Hisar Taluka of Hisar District,
Haryana. (Length of the Route is 134+940 km). Proposed Pipeline is having ROU of 15 meters.
The proposed 0-point SV-4 Sultanpur (KP 000+000 KM) to Proposed RT Hisar (KP 134+940 km) pipeline traverses
through 8 taluka. Gurgaon Taluka (Gurgaon District), Jhajjar and Beri Taluka (Jhajjar District), Beri Taluka (Jhajjar
District), Rohtak Taluka (Rohtak District), Bhiwani and Bawani Khera (Bhiwani District), Hansi and Hisar Taluka
(Hisar District) of Haryana State. Pipeline generally runs in South-East to North-West direction.
The proposed route runs in south-east to north-west direction from Gurgaon district for the length of 6.667 km.
Running in the same direction proposed route enters and passes through Jhajjar district for the length of 46.739 km,
Rohtak district for the length of 21.802 km, Bhiwani district for the length of 37.030 km and Hisar district for the
length of 22.700 km.
The Coordinates of tap-off point at SV-4 Sultanpur at Ch. 00+000.00 km is Latitude: 28°27' 54.0699" & Longitude:
76°51' 41.4456". The Coordinates of the terminal point at proposed RT Hisar at Ch. 134+940.51 km is Latitude : 29°
06' 54.6440" & Longitude: 75° 46' 46.6465" .
TERRAIN & SOIL TYPE
The proposed pipeline route passes through Flat Terrain. Soil consist of mainly Sandy clay. Rock is not encountered
at the pipeline route. The proposed pipeline route does not pass through any hilly terrain.
ELEVATIONS
Elevation is nominal at certain range. From tap-off point, Pipeline runs in flat terrain. Elevation at Ch. 00+000.00
km is 210.65 m and elevation at the termination point at Ch. 134+940.51 is 215.682 m. The highest level in the entire
route is 222.60m at Ch. 45+106.23 km and the lowest level in the entire route is 208.070m at Ch. 19+242.23 km.
FOREST AND WILDLIFE SANCTUARY
The forest details shall be provided after conformation of Land owner details. The proposed SV-4 Sultanpur to
proposed RT Hisar pipeline route passes through Sultanpur bird sanctuary within 10 km Buffer zone in Gurgaon
District.
Sultanpur Bird Sanctuary is at a distance of 2.16 km away from tap off point.
CROSSINGS ALONG THE ROUTE
The Proposed Pipeline route crosses 3-Railways, 1-National Highways, 7 State Highway, 84-MDR / Asphalt Roads
/ Metal Roads / RCC Roads, 181-Cart Tracks, 241-Canals / Channels, 22-Nalas / Drains, 20 - U/G Pipeline &
Page 24 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 25 of 93
Utilities and 1-Fault Lines Crossings.
EXTENT OF VEGETATION AND LAND USE PATTERN
The proposed route of pipeline from take-off point at SV-4 Sultanpur to proposed RT Hisar passes through cross
country, so mainly encounter cultivated land. The route passes through the mainly flat terrain. Soil consist of mainly
Clay & Murrum. Rock is not encountered at the pipeline route. Cash crop are taken in the area because of plenty
of water available. Paddy, Bajra, Juwar, Wheat and seasonal vegetables are cultivated. Communication network is
good.
SEISMIC ZONE
The entire route of Pipeline mainly falls in Zone III & IV and crosses faults at 1 location along the route.
Accordingly, all necessary precautions shall be taken during design, engineering and construction of the Pipeline,
and civil works at various station facilities along the Pipeline route. Additionally, the contractor shall take care of
all recommendations and mitigation measures required to safeguard the pipeline and associated installations from
effects of possible seismic activity.
6.2 SALIENT FEATURES OF PROPOSED ROUTE
Take-off point at SV-4 Sultanpur, Sultanpur Village, Gurgaon Tehsil, Gurgaon District (Haryana) to terminated point
at proposed RT Hisar, Satrod Khas village, Hisar Tehsil, Hisar District (Haryana). Total Length of Proposed pipeline
is 134+940.51 Km.
Pipeline runs through Plain terrain.
The proposed route runs throughout cross country. ROU of pipeline is 15m.
The Pipeline shall be laid at 5 meters from the left edge of the ROU (in direction of flow), and the balance
10 meters shall be used for machine movement, and future pipeline laying.
The proposed route of Pipeline cross Minor Lineament and Subsurface Fault (Mahendragarh Dehradun
Fault) fault lines.
The proposed Pipeline route crosses NH, SH, Canal & Railway as major crossing.
Permission from Highway Authority, PWD, 3/1 & 6/1 & Forest division is to be Obtained.
The proposed route alignment passes through Sultanpur Bird Sanctuary is at a distance of 2.16 km away
from the tap point.
Pipeline will not pass through areas which are sensitive from environmental angle such as reserved forest,
mining area, breeding places, national park etc.
6.3 SITE SPECIFIC REQUIREMENTS
As indicated above, the proposed pipeline route passes through various stretches, and the width of corridor available
for pipeline laying, varies along various stretches. At all such locations, where the available corridor width is not
adequate, for pipeline construction activity, temporary working ROU shall be acquired by the Contractor, as required,
Page 25 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 26 of 93
for Pipeline Construction Activities.
Additionally, the pipeline crosses various Highways, Railway Lines, Canals etc. Extra care shall be required in design
and construction of the pipelines in all such stretches.
All necessary precautions shall be taken into account during residual engineering, planning, and execution of pipeline
laying and construction works, for working in the ROU, especially near populated and urban areas.
In areas where, seepage of water is expected, the trenching and Pipeline laying operations shall be planned carefully,
with all necessary precautions and arrangements. Requirement of dewatering and Trench stabilization measures shall
be taken into consideration, where required.
The details provided above are Indicative in nature. Contractor shall refer to the Route Validation Survey Report, for
details of the proposed route including terrain, land use, crossings and other data.
6.4 CORRIDOR WIDTH
The width of ROU along the entire stretch of proposed Pipeline route, shall be 15 meters. The contractor shall lay
the pipeline at 5 meters distance from left edge of the ROU (in direction of flow), and balance 10 meters shall be
used for machine movement, and future pipeline laying.
1. In all such stretches where available space for laying new Pipeline is restricted, the proposed Pipeline shall be laid
in the limited corridor available.
2. The proposed trench cross section with pipeline location shall be as per project standard drawings.
3. In some areas due to several underground obstacles encountered during construction, mechanical trenching may
not be possible. In such cases Contractor shall perform the work by manual means without any cost as well as
time implications.
4. In areas, where subsurface hard rock may be encountered, where Control rock blasting method of trenching,
padding /backfilling with soft select material & suitable rock shield protection will be carried out.
5. The Owner/Consultant shall provide to the Contractor free of cost, the ROU for the pipeline, and permissions and
permits (if any) necessary to lay the pipeline & optical fiber cable (OFC) as governed by the clauses defined
elsewhere in the Tender document.
6. Contractor’s scope also include to arrange the working ROU to lay the new 12” diameter pipeline along the
proposed route, including additional land / working space required for all crossings / HDD. The price incurred in
the same shall be included in the quoted rate for Pipe laying work and no extra amount will be paid to the contractor
on this account.
7. All other permissions, permits and licenses necessary for the performance of the work shall be obtained by the
Contractor at his own cost and initiative. In so far as any such permission, permit or license required for the
Page 26 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 27 of 93
performance of the work by the contractor can only be granted at the request or recommendation of the Owner,
the Owner shall at the request of the Contractor, provide recommendatory letters to the contractor to obtain or
procure the same.
8. For access route to the working strip the Contractor will be responsible to negotiate with the relevant Owner,
tenant or authorities. Any deemed compensation will be borne by the Contractor.
9. Contractor throughout the execution of the contract shall take all necessary steps to maintain the safety and
integrity of the proposed pipeline system, and any existing installations in the vicinity of the pipeline route.
6.5 SCOPE OF WORK OF CONTRACTOR
Owner has performed the Survey for the pipeline route, pipeline Crossings Surveys. These survey details are
incorporated in Alignment & Crossing Drawings enclosed with the Tender Document for reference. However,
contractor shall carry out further verification/detailing survey of available Alignment & Crossing Drawings.
The following activities shall form integral part of contractors scope of work :
6.5.1 ROUTE SURVEY AND VERIFICATION
The details provided above, and in Route Validation Survey Report (RVSR) are based on preliminary route survey
validation exercise and observations, and given for information only. The Contractor shall carry out detailed site
survey, collect and record all the findings and update Survey data / drawings based on his own detailed site
verification survey.
The scope of work shall cover & but not limited to the following:
Detailed Pipeline Route Survey: Carrying and/or verification of pipeline route surveys & detailing the same
covering topography, type of land, strata details, details of surface features and UG utilities, cadastral survey,
village maps. Any new/forthcoming crossing not identified in the crossing list but necessary for laying the
pipeline shall be surveyed.
Topographic, Hydrographic & Geotechnical Survey for water Crossings: shall cover the extent of water
crossing, identification of HFL/Flood Plains, River bed scour depth.
Soil Investigation for Pipeline Route: Boring/Sampling survey along the pipeline to ascertain the surface/sub-
surface strata and soil resistivity /Corrosively for Design of Cathodic Protection system.
Topographical and Geotechnical investigation for Station plots: Includes detailing, contouring for new
station plots and extension of existing plots. The scope also includes carrying out bore logs, performing field
and lab tests for design of civil /structural foundations.
Following are included in the Contractor’s scope of work
Collect & record all required details / information, validate information provided in DERS and update / revise
the same where required
Visit all crossings locations including all HDDs, and finalize type of crossings, acquaint himself well with all
existing / prevailing conditions at site and site specific requirements
Page 27 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 28 of 93
Update alignment sheets, crossing drawings, Survey data based on the same.
Visit all station / terminal locations and acquaint himself well with all existing / prevailing conditions and
specific requirements at all stations / terminals / new proposed station locations.
Understand the hook-up requirements with existing facilities, at all the stations / terminals, and
Update all engineering drawings, where required, for successful execution of the project.
The contractor must acquaint himself well with the existing / prevailing site conditions and requirements, proposed
route and terrain land use and crossings etc. Further, the contractor shall determine the exact quantum of work
required for each activity, including the quantity for each item, based on his detailed site survey including soil
investigation report, bore hole reports, site visits and information obtained from other resourses.
The contractor will not be entitled for any compensation or raise extra cost if the terrain or site conditions encountered
alongside the length of the pipeline route are different than what has been reported in Tender document, including
requirements of rock blasting or control blasting or change in properties of rock encountered. The rate quoted for
pipe laying shall be inclusive of excavation in all type of soil, soft and hard rocks and all depths, dewatering
requirements, pre & post padding etc. and shall take care of all such possible variations during project execution
7.0 PIPELINE CONSTRUCTION
7.1 Brief Description Of Pipeline Construction
KEY DELIVERABLES:
Construction of new 12” NB buried natural gas pipeline from Sultanpur, to Hisar as per details provided in
this Document.
Survey and Site preparation including Cleaning, Grading, Trenching, Pipeline Laying, Backfilling &
Restoration
Pipeline Stringing, Welding, FJ Coating, Radiography and NDT testing.
Carry out all Crossings along the route as per Project Specifications / Drawings and Tender requirements.
Provide Special Measures such as Casing, Concrete Coating, Concrete Slabs and other Protective Measures,
as per Project Specifications & tender requirements
Hydro testing, dewatering, swabbing, caliper pigging
Mechanical Completion of Pipeline and all associated Station Facilities.
Hook –up at all stations and Terminals, as per Tender requirements.
Pre commissioning and commissioning.
For details of activities included in Mechanical Completion, Pre-commissioning and Commissioning, Refer
PTS – Construction of Natural Gas Pipelines.
Page 28 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 29 of 93
7.2 Mainline Work
The present specification envisages construction requirement for 12” NB, API5L Grade X70 pipeline from Sultanpur
to Hisar.
Chainage-wise details of line pipes, and thickness to be used in the mainline construction, is provided in Alignment
Sheets and Line Pipe MTO included in the Tender Document. This MTO is tentative and shall be finalized by the
contractor, based on actual site requirement. Contractor to construct the mainline accordingly and SOR rate will be
applicable as per the actual thickness of line pipe. Final detail of the same shall also be marked in the as-built
Alignment drawings to be prepared by contractor based on Alignment sheets provided with the tender document.
While working out the cost of the SOR (as per tender documents), the contractor should take into consideration the
following:-
i) The number of crossings/obstacles encountered at site may differ from the one mentioned in Alignment
drawings/Crossing drawings/ crossing details provided in the tender document.
ii) The width, depth, nature of crossings/obstacles may differ from the one reported on alignment sheet and/or
crossing drawings.
iii) Based on the above, the contractor shall determine the characteristics, depth, width, nature of
crossing/obstacles, etc. based on site visit or any other evidences or materials he may have.
In addition to above, the contractor should take into account all such variations and must include it in the quoted
price of relevant SOR item. Payment will be made as per actual length executed (as per SOR) and in line with
approved crossing drawing by GAIL/PMC. Contractor will not be entitled for any compensation or raise extra cost
for discrepancies between what has been reported in scope of work, PTS & its annexure or reports/drawings and the
reality of the terrain.
7.3 MAIN LINE PIPES
Material for 12” Main Line Pipe : API 5L X70, PSL 2
Selected Wall Thickness for 12” Line Pipe :
Location Class of Pipeline Route Selected Wall Thickness
Location Class 1 and 2 6.4 mm
Location Class 3 and 4 8.7 mm
Pipe Thickness to be used at all crossings shall be as per details provided in subsequent sections.
The following thickness shall be used for fabrication of hot induction bends:
For Location Class-1, 2 & 3 : Thickness to be used for fabrication of Hot Bend – 8.7 mm
For Location Class-4 (Within Railway Risk Radius) : Thickness to be used for fabrication of Hot Bend 10.3
mm
For all Stations (Location Class-3) : Thickness to be used for fabrication of Hot Bend 8.7 mm
Page 29 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 30 of 93
7.4 IMPORTANT REMARKS:
a) Unless otherwise stated in particular cross section drawings, the clear spacing between the gas pipeline and
utilities will be min. 500 mm at the crossing point, and clear horizontal spacing of min. 500 mm, when the
pipeline is running parallel to any exiting utility. Wherever it is possible, the minimum distance must be
increased.
b) If any crossing due to site conditions, statutory authority requirements or project schedule requirements (at sole
discretion & prior approval of Owner’s representative) is required to be done by trenchless method, it shall be
paid as per relevant SOR item.
c) Apart from this the pipeline may also cross existing pipelines / utilities at some locations; Contractor shall take
necessary precautions to protect the existing pipelines.
d) If any, hard rocks may be encountered, Control rock blasting method of trenching / back filling must be taken.
e) In Rocky area if backfilling material does not meet the condition specified in GTS (Part 10) & PTS, the
contractor must propose & provide a suitable rock shield protection (6 mm thk.) to be approved by Owner and
Engineer, without extra cost or time implication.
f) To comply with the agreed work schedule the contractor may have to work in shift or extended hours without
any cost implication.
g) The Contractor shall be deemed to have taken into account all variations as mentioned above at the time of
formulating his bid and no extra compensation either by way of time or cost shall be admissible.
7.5 DETAILS OF PIPELINE CONSTRUCTION
The following major activities shall be carried out by the contractor as part of Pipeline Construction. The below list
is indicative in nature and is not an exhaustive list of scope of work:
i. Surveying, marking-out of proposed pipeline ROU.
ii. Survey for locating any existing utilities / pipelines in the ROU, and other installations / structures in the
vicinity of ROU.
iii. Obtaining work permits/ NOC from various statutory authorities having jurisdiction, before execution of the
work, and complying with all stipulations/ conditions/ recommendations of the authorities;
iv. Performing the additional survey wherein survey data is not sufficient in the opinion of Contractor,
arrangement of working RoU if available width is not sufficient for equipment/ vehicle movement etc.
v. Clearing and grading of ROU;
vi. Trenching to all depths including excavation in all types of soils including chiselling as required, for pipeline
laying along the route.
vii. Fencing, barricading, display of appropriate warning signs/notices as applicable.
viii. It will be the responsibility of the Contractor to maintain the ROU in motorable condition until completion of
the work. The ROU damaged especially due to movement of crawler mounted heavy equipment shall be
Page 30 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 31 of 93
regularly graded, levelled & sprinkled with water for dust suppression.
ix. Liaisoning with Owner, villagers, land Owners and concerned authority etc. for ROU or and working ROU
related activities shall be in the scope of Contractor.
x. The ROU for laying the pipeline will be provided by the Owner. However, Owner shall not be responsible
for any obstruction/hindrance by any individual or group in laying of pipelines by contractor. Responsibility
to clear the obstruction is in contractor’s scope without any time & cost compensation.
xi. Any extra land needed during construction beyond stipulated width of ROU, it will be the sole responsibility
of the Contractor to arrange the same and to relocate all issues (including any compensation) with the relevant
land Owner, tenant or authorities. All related cost will be borne by the Contractor.
xii. Removal and reinstatement of construction survey markers as installed by survey agency engaged by Owner.
Installation of ROU boundary markers for new ROU.
xiii. Top-soil preservation: Contractor shall have to preserve top soil dug and shall be restored to original condition
on completion of the work. The top-soil excavated during trenching /stripped during grading for entire width
of ROU shall be stored separately to avoid mixing with subsurface strata and reused for reinstatement at later
stage.
xiv. Controlled rock blasting if required (Refer PTS/GTS - Controlled rock blasting).
xv. Trenching in all types of soils & strata (sand/clay/rock, soft/hard etc. complete) to the design depth and width
and in all types of terrains (flat/undulating/sand-dunes etc. complete with side-cutting, as required).
xvi. The Contractor shall exercise extreme caution while trenching/excavation in areas, where presence of other
utilities / pipelines in the ROU is expected / indicated in documents / drawings / survey data. This may also
involve manual trenching/barricading/trench wall protection/shoring as well as trenched-spoil management
to enable access/inspection/maintenance of existing utilities
xvii. Hauling & Transport of Bare/Coated line pipes from the different Owner store to Contractor’s pipe storage
yard.
xviii. Transportation of Pipes to site for laying. Complete repairs to damage of the line pipe coatings after transfer
of Pipes to site, as per the Owner approved repair and QA/QC procedures.
xix. Induction Bends: Fabrication, shifting, loading/unloading and transportation from fabricator premises to
contractor’s storage yard, testing, coating/painting of Induction bends using bare 12” line pipes. Mother Pipe
for Induction bend will be supplied by Owner as Free Issue Material.
xx. Stringing of line pipes, cold & hot bends (side/sag/over type) edge preparation aligning, fit-up,
cutting/bevelling, and as required.
xxi. Cold Field Bending: Provide cold bending equipment at the on-site locations. The Contractor shall
arrange/mobilize the pipe bending machine of adequate size and capacity for fabrication of cold-field-bends,
as required.
xxii. Contractor shall provide concrete coating or geotextile bags as anti-buoyancy based on prior approval from
PMC / Owner.
Page 31 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 32 of 93
xxiii. Complete all cold bends using 12” Coated line pipe.
xxiv. Idle time preservation by filling Nitrogen at a positive pressure of 2 bar (g) as per specification, if required,
including supply of Nitrogen.
xxv. Carrying out Welding ONLY as per WPS (Welding Procedure Specification) duly approved by
Owner/Owner’s representative
The brief scope covers manual welding of all types (root pass, filler pass, reinforcement welds, as applicable)
and all methods (electric arc/TIG/MIG etc. as applicable) as per approved documents and approved
welder/welding qualifications requirements (WPS/WQT) including welding of all
types/sizes/rating/edge/material of pipes/fittings/flanges/valves etc. as applicable.
The welding works shall also include the applicable weld-spool protection against external environment
(air/moisture/dust/wind/rapid cooling etc.) by provision of surrounding flux and/or controlled environment
(welding chambers/thermal blankets), as applicable. If required, the welding works shall also include pre-
treatment/pre-heating/drying of welding electrodes to avoid damage to electrodes due to environmental
degradation. The welding works shall also include stress-relieving of weld/parent metal, as required.
xxvi. 100% Non-Destructive-Testing (NDT) of welds including providing all types of
consumables/equipment/testing facilities. The inspection and test results of the NDT of welds shall be
evaluated/recorded and the Contractor shall remove/rectify the defects, as applicable.
xxvii. Safe and licensed storage and movement of radiographic material including radio isotopes / cameras etc. for
field radiography jobs under statutory regulations including safe disposal.
xxviii. Cutting/removal of defects, re-working, as approved by Owner.
xxix. Surface preparation for application of external Field Joint Coatings (FJC).
xxx. External Field Joint Coating (E-FJC) of the girth welds including provision of all
equipment/consumable/resources. The external field joint coating shall include a proven system (e.g. heat
shrink sleeves) to ensure its effectiveness for the design life of the facilities and compatible with the adjoining
steel/anti-corrosion coatings and operating parameters. The Contractor shall evaluate and submit the proposal
for the proposed external field joint coating system for approval of the Owner.
xxxi. External Field Joint Coating of anti-buoyancy type (Concrete Weight Coating) for the applicable sections of
water/MFL crossing.
xxxii. Inspection of trench (trench bottom/side walls) to ensure that it is free from sharp objects which may damage
the pipelines/coatings. The trench inspection shall also cover the levelling of the trench bottom to avoid any
free spans in the pipeline. Any such anomalies shall be corrected before lowering-in so as to have continuous
resting of pipeline in the trench.
xxxiii. Providing soft/sand padding as required to required depth and extent.
xxxiv. Holiday detection and repair of damaged coating of pipelines prior to lowering.
xxxv. Lowering of pipeline inside the trench including Tie-ins / jointing of either ends at the respective crossings so
as to make the pipeline continuous complete with external field joint coatings at such locations.
Page 32 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 33 of 93
xxxvi. Laying of Optic Fibre Cable (OFC), placed inside a HDPE Conduit, and buried in the same 12” pipeline
trench, complete with jointing of ends so as to make it a continuous cable. The jointing testing, Commissioning
and termination of OFC cable shall be as per approved scheme.
xxxvii. Supply and installation of 6” CS Conduit and spare HDPE duct for housing OFC Cable, at all crossing
locations as per project specifications.
xxxviii. Installation of warning tapes. The size/material of tape and the information to be inscribed shall be approved
by Owner.
xxxix. Backfilling the trench to required depth and compactness including backfilling with special/select/engineered
back-fill material at specific locations as may be required (e.g. station approach, fault crossings etc.). The
backfilling shall be performed uniformly in layers to ensure continuous backfill free from voids and pockets
which could be potential harmful leading to subsidence and collapse of backfill. The backfilling shall be
provided in such a manner that it leaves a reinforcement crown at the top of the trench to allow for future
settlement of the backfill. The top layer of the soil which was earlier stored separately for re-use, shall be
replaced while backfilling the top layers of trench. The surplus material shall be removed from the site and
disposed-off appropriately.
xl. For Backfilling in rocky areas, Contractor to propose the innovative / mechanized solution such as padding
machines for carrying out loading, crushing screening of excavated material. (viz. ALLUVIAL BUCKET or
equivalent)
xli. Select Backfilling in Seismic Areas shall be as per provision given in the PTS Construction of natural gas
pipelines and the recommendations of seismic analysis, if any.
xlii. Install all Pipeline signage and markers: Fabrication & Installation of new Pipeline markers as per Alignment
sheets & as per specifications.
xliii. Testing & Pre-commissioning of 12” Cross-country pipeline and associated Above Ground Installations shall
be carried out as per Hydrotest Procedure and Pre-Commissioning plan as proposed by contractor and duly
approved by owner/Owner’s representative. The Brief scope of Hydrotest shall be as below,
Installation of test headers for the fabricated assemblies/sections at the crossings as well as for continuous
pipeline sections complete with associated pumping equipment with adequate capacity to pump the test water
to required pressure/duration, pressure and temperature recorders and associated instruments.
The Contractor shall prepare all documents/drawings/reports/sketches/procedures/method statements for
cleaning/flushing/gauging/filling/hydrotesting/dewatering / Swabbing of the pipeline complete with
identification/repair/rectification of leaks and bursts and submit for Owner approval prior to performing such
activities.
The Underground pipeline sections shall be hydrotested after backfilling only. Cleaning, flushing of the
pipeline for removal of construction debris, gauging to ensure the pipeline free from any anomalies
(dents/buckles etc.) and to have an unobstructed pigging run.
Filling the pipeline/piping sections with test water duly mixed with approved dosages of corrosion
inhibitors/biocides/oxygen scavengers.
Hydrotesting of the pipeline/piping sections to the required test pressure/duration including holding the
pressure for specified duration. (Separate 24 Hours Hold duration for Strength and Leak Tests) Inspection
Page 33 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 34 of 93
during test and repair/rectification of leaks/defects as per Hydrotest Specifications (PTS: Construction of
Natural Gas Pipeline).
Dewatering/Swabbing of Hydrotest water after successful hydrotesting, removal of test apparatus and
appurtenances and making the pipeline system ready for tie-in/hook-up/jointing with the respective
sections/pre-commissioning.
xliv. During Hydrotesting gauge plate to be inserted to ascertain the geometrical deformation of the pipeline.
During Pre-commissioning a gauging electronic device (GED) will be used to ascertain the physical integrity
of the pipeline.
xlv. In addition to above, all above ground/ underground piping at stations (Despatch/Receipt/Tap Off) & SV
station shall be pneumatically tested with nitrogen at 7 bar (g). Functional test of valves shall also be carried
out during pneumatic testing. The contractor shall lay, test, clean and dry the pipeline before inserting (SV)
or connecting the natural gas stations to the main pipeline.
xlvi. Golden-Tie-ins: All natural gas stations will be tested, cleaned, dewatered and dried prior to be golden tie-in
joints with the pipeline.
xlvii. Hook-up/tie-in of the buried/above ground system so as to make the system continuous for pre-
commissioning.
xlviii. Construction works required at the stations: Construction work required at stations for Hook-up, installation
and construction of proposed Pipeline system, as per project requirements.
xlix. Final Drying shall be carried out using the continuous supply of super-dry air (having temp. significantly
below dew point) with the repeated cycle of operations from one scrapper trap to another till the pipeline is
dried up to acceptable conditions of -8 degree C.
l. Nitrogen Purging (Inertization) shall be carried out if the final drying is achieved by using the super-dry air.
Contractor shall submit the Final Drying & Inertization procedure in line with bid specifications and Owner’s
guidelines.
li. Pre-commissioning Audits: Contractor shall participate and provide all assistance to Owner for carrying out
Pre-commissioning Audits. The scope of contractor also includes closure/compliance of all audit
observations. Any alteration in design/ Construction in already constructed facility if necessitated by statutory
authorities shall be carried out by Contractor without any additional cost implication to Owner.
lii. Commissioning and Gas-in: Contractor scope shall include commissioning of pipeline from DT to RT station.
liii. Carrying out Magnetic Cleaning (pigging with the help of magnetic pig to remove steel debris), Electronic
Geometric Pigging (EGP).
liv. Carrying out repair of all defects found during Electronic Geometric Pigging including locating, digging,
cutting, welding, NDT, etc.
lv. Restoration/Reinstatement: Reinstate & make good all areas used for Construction, Storage, and
transportation purposes to original condition. Contractor shall reinstate the entire Corridor. Reinstatement
shall be performed in accordance with all measures and recommendations as well as the Project HSE
Construction Requirements and specific requirements stipulated by the regulatory authorities / government
bodies.
Page 34 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 35 of 93
8.0 CROSSINGS
The following requirements shall apply to all the crossings, along the proposed 12” pipeline route:
Where HDD is required, the Contractor shall be responsible for complete design of HDD Crossing including
performance of requisite surveys, performing of calculations, profiling, pull load calculations and hook-up of the
crossing pipe on upstream and downstream. Any additional land required for execution of HDD shall be in the firm
scope of contractor.
The change of Crossing Methodology especially for Waterbody/canal crossing (from open-cut to HDD) is subject to
approval from Owner/PMC and does not entitle contractor for claiming any additional time and cost implications.
The Contractor is deemed to have made due provisions in his bid for all such works.
a. Foreign Pipeline Crossing
In case any existing pipeline needs to be crossed, the new pipeline shall be laid at least 500 mm below such
existing pipeline, and a physical barrier in the form of 80 mm thick concrete slab shall be provided. The existing
pipeline shall be properly supported during and after the construction.
b. Over Head Power Transmission Line Crossing
Where overhead Power Transmission line equal to and above 11KV and less than 66KV needs to be crossed,
plastic grating of minimum 6 mm thickness shall be provided. For 66 KV and above power line crossings,
concrete slab of thickness 100 mm shall be provided over pipe trench.
c. The supply & installation of all special measures at Crossing such as Concrete Coating, Concrete Slabs,
Gabions, Casing Pipes, Steel Conduit, HDPE Sheet, Gabion wall / Gabion mattress etc. shall be carried out as
per approved Crossing methodology and shall be the scope of contractor.
d. The details shown in Alignment Sheets and crossing lists, such as Crossing methodology, Overall Crossing
length, quantity of special measures are indicative. However, contractor is required to carry out detailed survey,
obtain local information, verify geotechnical/hydrological soundings and submit the working drawing based on
detailed engineering before the start of crossing execution.
e. Contractor shall note that the “Limits of Crossings” shall be as per the crossing width finalized after detailed
survey by Contractor and as approved by the statutory authorities/Owner/PMC. The “Limits of Crossings” shall
broadly include the “Width of RoW of the facility to be crossed + Installation Allowances + any additional
length as suggested by the authorities”. Execution of crossings within the approved “Limits of Crossings” will
constitute firm Scope of Work of Contractor.
f. Pre-Hydrotesting/ Post-Hydrotesting of pipeline section as per bid specification for major
River/Waterway/Canal Crossing and all Cased Crossing shall be in scope of contractor.
g. Since the crossing activities are to be started immediately, the acquisition of Land/ Approach if required to
crossing locations and additional working strip to be acquired by contractor without any extra time and cost
implication. The contractor shall not insist on opening of Corridor for crossing.
h. After crossing construction, the site shall be restored to the satisfaction of authorities having jurisdiction &
NOC to be obtained from respective authorities.
i. Supply & installation of 6” CS conduits and spare HDPE duct & OFC for the entire Crossing length, at all
Page 35 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 36 of 93
crossings executed by Boring & Casing and HDD Methodology, for the purpose of future use by Owner.
Accordingly, the Contractor shall implement additional trenching/backfilling works and/or trenchless
construction and associated works at such locations for installation of spare casings/conduits/ducts while
maintaining the specified gaps.
j. After crossing execution, the spare conduits, duct & OFC shall be adequately cleaned, preserved and capped at
the ends. Contractor shall supply and install the pre-cast chambers and electronic locator for the termination of
6” CS conduits, HDPE & OFC at crossing extremities (beyond which the pipeline follows the normal cover).
8.1 Crossing Methodology
All major crossings like Highways, Railways, Lined Canals and MDR / ODR shall be laid by Boring wherever
imposed by concerned authority.
For this project, at many locations the crossings shall be done by HDD, as per site requirements. The actual
methodology for crossing shall be finalized by contractor based on site requirements.
At all crossings where Carrier / Casing pipe is installed by using Boring & Casing method, a separate 6” Casing
Pipe (API 5L Grade B, 6.4 mm thk, epoxy coated, 500-micron thick), shall be installed, for housing 2 nos. of 2”
HDPE ducts (with main OFC laid inside one of the HDPE ducts and if the length is greater than 500 m then in that
case OFC shall also be laid in the spare duct.). The 6” Casing pipe shall be installed through the same bore by Bundle
pulling as shown in the standard drawings.
For all HDD crossings, Carrier pipe along with 6” CS Pipe, consisting of 2 Nos. of 2” HDPE ducts (with main OFC
cable laid inside one HDPE duct and spare OFC laid in second HDPE duct) shall be bundled along with the Carrier
pipe and shall be installed by bundle pulling method.
The Wall Thickness of Pipes to be used at all the crossings shall be as per Alignment sheet.
The Table Below summarizes the suggested methodology for crossings for various types of crossings encountered
in this project:
Type of Crossing as per Detailed Survey
Report (DRS) Proposed Crossing Methodology
& Crossing Type S.No
Crossing
Code
Crossing
Description
Uncased Crossing (Open Cut)
1 AR Asphalted Road Uncased - Road, Highway, Public Street with Hard Surface
2 MR Metalled Road Uncased - Road, Highway, Public Street with Hard Surface
3 MUR Mud Road Uncased - Un-improved Public Roads
HDD / Cased Crossing (Boring + Casing)
4 ODR Other District Road Road, Highway, Public Street with Hard Surface
5 MDR Major District
Road Road, Highway, Public Street with Hard Surface
6 SH State Highway Road, Highway, Public Street with Hard Surface
7 NH National Highway Road, Highway, Public Street with Hard Surface
8 LC Lined Canal HDD / Cased Crossing
HDD Only
Page 36 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 37 of 93
9 Ry Railway Railway Crossing – considering Location Class-4
(As Per Railway requirement)
10 Rl River All River Crossing - HDD (depending on site conditions)
11 ULC Unlined Canal All major Waterbody crossings, including Unlined Canals, Major
Drains & Nalas.
Open Cut
11 NL Nala Uncased Crossing - Open Cut
12 DR Drain Uncased Crossing - Open Cut
For conservative design, all Mud Road / Cart Tracks shall be considered as Uncased ‘Public Road’, and design factor
shall be considered accordingly.
Applicable Design factor for each type of crossing listed above, shall be as given in PNGRB Table-1.
For Railway Crossings ‘Location Class-4’ shall be considered, as per Requirement of Railway Circular BS-105, and
its Addendum-4 dated April 2014.
Further, for all crossings done by HDD, in location class-1, 2 and 3, Pipe Thickness as per Location Class-3 shall
be considered. However, for HDD carried out within Railway Risk Radius area, including Railway Crossings, Pipe
thickness as per Location Class-4 shall be used.
Hence, in line with requirements of PNGRB Regulations, Railway Regulation and Project Specifications, the Wall
Thickness of Pipes to be used at all crossings, along the proposed 12” Pipeline Route, shall be as summarized in
table below:
‘Pipe Wall Thickness’ to be used at various Crossings, along 12” Sultanpur-Hisar Pipeline Route:
(All wall thickness mentioned in the Table below, are in ‘mm’)
Facility
Pipe Wall Thickness to be used,
for each Location Class
considered in this project (in mm)
1 2 3 4
Pipeline 6.4 6.4 8.7 8.7
Crossings of roads, without casing:
(a) Private roads 6.4 6.4 8.7 8.7
(b) Unimproved public roads (including Cart Tracks) 6.4 6.4 8.7 8.7
(c) Roads, highways, or public streets, with hard surface
(Including all Mud Roads and Village Roads) 6.4 8.7 8.7 8.7
Crossings of roads, with casing:
(a) Private roads 6.4 6.4 8.7 8.7
(b) Unimproved public roads 6.4 6.4 8.7 8.7
(c) Roads, highways, or public streets, with hard surface and
Railway crossings 6.4 6.4 8.7 8.7
Parallel Encroachment of pipeline on roads and railways
(a) Private roads 6.4 6.4 8.7 8.7
(b) Unimproved public roads 6.4 6.4 8.7 8.7
Page 37 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 38 of 93
(c) Roads, highways, or public streets, with hard surface and
Railway crossings 6.4 6.4 8.7 8.7
All Railway Crossings 8.7 8.7 8.7 8.7
Pipeline laid in area within 'Risk 102 m, on both sides) of
Railway Crossings 8.7 8.7 8.7 8.7
River Crossing - open cut 6.4 6.4 8.7 8.7
Horizontal Direction Drilling (HDD) 8.7 8.7 8.7 8.7
Fabricated assemblies (scraper traps, SV stations,
pressure/flow control and metering facilities, etc.) 8.7 8.7 8.7 8.7
Near concentration of people in Location Classes 1 and 2 8.7 8.7 8.7 8.7
8.2 HDD Crossings
Many HDD crossings are expected along the proposed pipeline route.
For all crossings done by HDD, in location class-1, 2, 3 and 4, the thickness of pipe used for HDD crossing
shall be as below :
o All Sections in Location Class 1, 2, 3 & 4 : Pipe Thickness shall be 8.7 mm,
For all HDD carried out within Railway Risk Radius area, including Railway Crossings, the Pipe thickness
shall be 8.7 mm, as per Location Class-4.
The following guidelines shall be followed for all HDD crossings carried out as part of this project:
1. The exact location, length and starting & end points of the HDD crossings shall be determined based on
actual site conditions, and availability of space and permissions for carrying out HDD operation, and ease
of installation and movement of required equipment.
2. The sections where major construction constraints are likely, may also be crossed by HDD.
3. The no. and locations of HDD crossings shall be decided based on site conditions and requirements,
availability of adequate space for carrying out the operation, movement and installation of equipment, and
ease of hooking up of upstream and downstream pipeline sections.
4. The depth, routing and exact profile of the HDD shall be finalized by the contractor, based on site conditions
and actual site requirements.
5. Upstream and downstream pipeline sections shall be hooked-up with HDD sections, ensuring a smooth
pipeline profile, for ensuring that all pipeline stresses are within design limits.
6. Adequate protection against earth/vehicular loads in form of concrete slabs etc. and adequate anti-buoyancy
measures like concrete-coating or saddle bags etc. shall be provided for adjacent pipeline sections, wherever
required, as per site requirements.
7. All HDD crossings shall be planned and designed carefully, considering site conditions, existing constraints,
type of soil or high water table in the existing ROU. Where required, additional RoU for carrying out the
HDD shall be arranged.
The Design of all HDD operations, including design of all materials, all engineering calculations, execution,
installation and testing etc. shall be carried out in full compliance to all applicable codes and standards, statutory
Page 38 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 39 of 93
requirements and in line with project specifications and requirements. Best practices from the industry shall be
considered and followed where deemed suitable.
8.3 Major Crossings
The following crossings methodologies are proposed for the project :
Proposed Crossing Methodology for the Sultanpur-Jhajjar-Hisar Pipeline (SJHPL) Project:
Proposed HDD Crossings (Approx. 2.9 kms straight line length) along the Pipeline Route:
1. HDD from Ch. 0.74773 kms (Landmark: By Pass Road (Kundli to Palwal)) to Ch. 0.84396 kms.
2. HDD from Ch. 4.7312 kms (Landmark: Unc New Minor Canal (Lined)) to Ch. 4.76619 kms.
3. HDD from Ch. 7.59108 kms (Landmark: Najafgarh Drain No. 8) to Ch. 7.64066 kms.
4. HDD from Ch. 22.50486 kms (Landmark: MDR-123Road (Jhajjar to Badli)) to Ch. 22.53675 kms.
5. HDD from Ch. 24.88923 kms (Landmark: State Highway-22 (National Highway-71 to Kablana) [NH-
352R]) to Ch. 24.91095 kms.
6. HDD from Ch. 29.38866 kms (Landmark: State Highway (Jhajjar to Sampla) [NH 334B]) to Ch.
29.41118 kms.
7. HDD from Ch. 32.20822 kms (Landmark: Northern Railway (Rohtak to Jhajjar)) to Ch. 32.23842 kms.
8. HDD from Ch. 33.21764 kms (Landmark: National Highway-71 (Jhajjar to Jalandhar)) to Ch.
33.23799 kms.
9. HDD from Ch. 38.27833 kms (Landmark: Jhajjar Sub Branch Canal) to Ch. 38.32572 kms.
10. HDD from Ch. 45.06566 kms (Landmark: Jhajjar Main Line Canal) to Ch. 45.10355 kms.
11. HDD from Ch. 47.0327 kms (Landmark: DRC Main Drain No.8) to Ch. 47.08257 kms.
12. HDD from Ch. 67.96391 kms (Landmark: Asphalted Road (Jinedpur to Mubarakpur) MDR-124) to
Ch. 67.99398 kms.
13. HDD from Ch. 69.2711 kms (Landmark: Dadri Distributory Lined Canal) to Ch. 69.31271 kms.
Note : The above crossing methodology are tentative. The actual crossing methodology shall be finalized by
contractor based on actual site conditions and requirements and shall be firmed up based on execution
methodology proposed by Pipe laying Contractor, and permissions obtained from the concerned Authorities.
8.4 Railway Crossings
Rail crossing shall comply with the requirements of API RP 1102 and Indian Railway Authorities recommended
guidelines (Report No. BS-105 and Addendum Slip-4 and 5).
For this project all the Railway Crossings are proposed to be installed by HDD Methodology.
However, if based on site conditions, any crossing is required to be done by Boring & Casing Methodology, then
the requirements as listed below shall be followed :
Crossing Type
Details of Casing Pipe to be Used
Casing Pipe Size
(inch NB) Casing Pipe Material
Casing Pipe Wall
Thickness (mm)
Railway Crossing 18” API 5L, Gr. B As per API 1102
The casing thickness shall be calculated by the contractor, as per API 1102 requirements.
Page 39 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 40 of 93
8.5 Highway Crossings
In this project, all major road crossing including all National and State Highways, ODR and MDR crossing and
all lined and major unlined canal crossings shall be done by HDD Methodology. Cased crossings shall be avoided.
However, in case due to site or any other constraints, any road / lined canal crossing is carried out by Boring &
Casing, then the following requirements shall be applicable :
Carrier pipe shall be electrically insulated from the casing pipe and casing ends shall be sealed using durable,
electrically non-conducting materials. Suitable measures shall be taken for anti-corrosive coating/painting of
Casing pipes and/or as directed by concerned authorities. Annular space between casing and carrier pipe shall not
be filled.
Casing pipe size for 12” NB (Main Line) shall be 18” NB. All applicable Statutory Authorities’ codes and
requirements shall be complied.
Provisions shall be kept for additional length/ increased width of crossing lengths of HDD crossings/ jacking +
boring lengths to take care of restricted space availability or land issues.
Based on Casing Thickness Calculations carried out for the proposed Pipeline, the Material and Wall Thickness
to be used for Casing Pipe shall be as summarized below:
Crossing Type
Details of Casing Pipe to be Used
Casing Pipe
Size(inch NB) Casing Pipe Material
Casing Pipe Wall
Thickness(mm)
Highway
Crossing / Lined
Canal Crossing 18” API 5L, Gr. B 6.4
However, Final size and Thickness of the Casing Pipe shall be determined based on actual site requirements.
8.6 River / Canal / Channel Crossings
Major water crossings shall be installed by Horizontal Directional Drilling (HDD) method. Lined and major unlined
canals shall also be done by HDD Method.
Minor water crossings shall be installed by open cut or boring methods. The banks shall be protected by using gravel
and boulders filled embankment mattresses of galvanized iron wire to be laid over the backfilled, compacted and
graded banks.
The protection of the banks shall be carried out across the ROU width plus three meters on either side of ROU or
actual distributed bank during construction whichever is higher. All lined canal/drains/nala will be restored to the
original condition.
Based on the above points, and in addition, the information received during site visit, all major River / Canal /
Waterbody crossings of proposed Sultanpur-Jhajjar-Hisar Pipeline (SJHPL), are proposed to be carried out by HDD
method. For a list of crossings proposed by HDD, see section 8.7.
Other smaller water bodies likes small drains and nalas can be crossed by Open cut / other suitable measures based
on actual site conditions & requirements. In case, HDD is found to be more suitable alternative for any of the Canals
/ Channels, the same shall be finalized by pipe laying contractor, based on actual site conditions, in agreement with
the Client.
The design and execution of all HDD crossings shall take care of requirements listed in Section 8.2
8.7 Anti-Buoyancy Requirements
As most of the major waterbody crossings, including all river crossings in this project, shall be done by HDD, the
requirement of Anti-Buoyancy shall not be applicable for most crossings.
Page 40 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 41 of 93
However, if anti-buoyancy measures are required, for any location as per site conditions, then the following shall be
considered:
Concrete weight coating will be used over and above Pipe External Coating in areas prone to flooding, area with
waterlogging & marshy soil, and at water body crossings and other areas requiring anti-buoyancy measures.
Use of Geo-Textile Bags may be considered where concrete coating is not possible due to site conditions, However
the preferred method of providing anti-buoyancy shall be Continuous Concrete Coating. Where geo-Textile bags
are used, the same shall be selected to provide anti-buoyancy equivalent to the required concrete coating thickness,
as given in table below.
For Rocky River (if any) concrete coating with gabion arrangement, shall be provided.
Based on Buoyancy calculations carried out for the Pipeline, the Concrete Coating thicknesses, to be used for SJHPL
Pipeline, shall be as below:
Concrete Coating Thickness for 12” Line Pipe (API 5L, Gr. X70, PSL-2)
Crossing Location Class Wall Thickness of
Pipeline to be used
Thickness of Concrete
Coating Required
Location Class 1 6.4 mm 35 mm
Location Class 2 6.4 mm 35 mm
Location Class 3 8.7 mm 25 mm
Location Class 4
(pipeline laid within Railway ‘risk radius’) 8.7 mm 25 mm
8.8 Other Crossings
Foreign Pipeline Crossing
In case any existing pipeline needs to be crossed, the new pipeline shall be laid at least 500 mm below such existing
pipeline, and a physical barrier in the form of 75 mm thick concrete slab shall be provided. The existing pipeline
shall be properly supported during and after the construction.
Over Head Power Transmission Line Crossing
Where overhead Power Transmission line equal to and above 11KV and less than 66KV needs to be crossed, plastic
grating of minimum 6 mm thickness shall be provided. For 66 KV and above power line crossings, concrete slab of
thickness 100 mm shall be provided over pipe trench.
9.0 PIPELINE BURIAL
The minimum ROW requirement for laying of proposed pipeline shall be of 15 M width, with 7.5 meters on the left
and 7.5 meters on the right side of the center line of alignment.
Pipeline burial depth shall be appropriate for the route, surface, and use of land, terrain features and external loads
imposed. In areas likely to have an increased risk of impact damage or third-party interference, the pipeline shall be
buried with a minimum depth of cover as given below:
Location Minimum Cover (m)
a. Normal terrain 1.2
Page 41 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 42 of 93
b. Industrial, Commercial and Residential areas 1.2
c. Rocky terrain 1.2
d. Minor stream crossing/Canal (lined/unlined) (Below scour depth) 2.5
e. Drainage, ditches at roads/railway crossings 1.5
f. Uncased road crossings 1.2
g. Cased road crossings 1.5
h. Cased railway crossings 1.7
i. Railway crossing by HDD 7.0
j. Highway crossing by HDD 5.0
k. River Crossings by Open Cut (Below lowest scour depth) 3.5
l. River Crossings by HDD (Below lowest scour depth) (also see Note-ii) 3.5
m. Marshy Area 1.5
n. Others 1.2
The minimum cover may further be increased based on the safety and risk assessment.
NOTES:
i. Cover shall be measured from the top of coated pipe to the top of the undisturbed surface of soil or the top of
graded working strip, whichever is lower. The fill material in the working strip shall not be considered in the depth
of cover.
ii. For river/watercourses that are prone to scour and/or erosion, the specified cover shall be measured from the
expected lowest bed profile after scouring / erosion. Where scour level is not known, the scour depth shall be
assumed at least 5 meters below the existing bed of the river/water course, except in case of Rocky bed. The cover,
as mentioned in the Table above, shall be provided in addition to this, from bottom of this assumed scour level.
iii. Whenever the above provisions of cover cannot be provided due to site constraints, additional protection in form
of casing/ concreting, soil bags, etc. shall be provided.
iv. When insisted by authorities, the depth shall be maintained as per the directions of the concern authorities.
In case, any private dwelling, industrial building or place of public assembly falls within 15 M of pipeline, additional
cover of minimum 300 mm shall be provided over and above the cover indicated in the Table above, up to a distance
of 15 M from last building on either side
Where buried pipes come above ground, the anti-corrosion coating on the buried pipe will continue for a length of at
least 300 mm above ground.
10.0 CATHODIC PROTECTION (CP)
a. Key deliverable
Supply & Installation of TCP system for 12” NB x approx. 135 km Natural gas Pipeline from Sultanpur to Hisar,
including requirements at Station facilities, as per Project specifications and Tender requirements.
b. Scope of Work
TCP (Temporary Cathodic Protection): Scope of work includes Survey, Design Supply, Installation, Testing &
Commissioning of TCP including all civil works associated with CP i.e. cable trenches, foundation for equipment
and all test stations. (Refer PTS: CP for detailed scope of work).
Page 42 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 43 of 93
For Details, Please refer to the following:
1. Design Basis – Cathodic Protection (CP) – Doc No : P.013312 D 11064 002
2. PTS – Cathodic Protection (CP) – Doc No : P.013312 D 11077 061
11.0 ADDITIONAL ACTIVITIES INVOLVED IN THE SCOPE OF CONTRACTOR
11.1 General
In order for the tender to be valid, the bidder must forward to the Owner at least the following documents, correctly,
completely filled in and clearly legible:
a) A detailed methodology of the works drawn up on the basis of the start and end dates for the works as stipulated
in the special condition of contract (SCC). The various phases of the work must be included in this programme
in so far as they are applicable to the works.
b) An explanatory note must be attached describing the organisation of the Construction Site, as well as the methods
and phases of execution, the complete inspection plan that the Bidder intends to follow, the qualitative and
quantitative description of the means of execution, the installations, the equipment, the material, the tools and the
personnel that he is to employ in each phase in order to complete the Works within the planned schedule.
The Contractor must draw up working methodologies including equipment, man power and material needed
for all phases of the construction of the pipeline and Natural Gas stations.
The Contractor must draw HSE execution plan for all phases of construction of the pipeline and natural gas
stations as illustrated in HSE document provided in the tender document and requirement of the site.
All working methodology must get approved by the Owner and the Engineer before starting work.
Only approved working methodology will be strictly implemented at site during all construction stages.
The Contractor shall deploy all equipment and material required to achieve the work as per his detailed
methodology and agreed schedule.
Contractor shall mobilise (equipment, manpower) simultaneously for (a)main line (b) all crossings and (c)
Natural Gas Stations in order to achieve pre-commissioning activities in due time as specified in the SCC
(Special condition of contract). Deployment of equipment shall be done as defined in the tender document.
The minimum equipment to be deployed are listed with S.C.C. If equipment pertaining to a particular activity
which has been completed, those particular equipment may be demob provided that request made by the
contractor has been approved by Owner/Owner’s representative.
If deemed necessary as per the working methodology and/or at the request of the Owner, Contractor must
deploy extra equipment without being entitled to raise any compensation.
The Bidder must provide a detailed organisational chart indicating the organisation or personnel and
equipment for each phase of the Works.
Key persons shall be deployed during the entire duration of the work till completion of all works. Non
deployment of key persons will be subject to recovery as elsewhere defined in bid.
Page 43 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 44 of 93
There will be separate in charges for mainline and station works.
This description is only binding upon the Contractor. He must provide, at his own expense, all the necessary
equipment, machinery and personnel even in addition to those indicated in the offer.
11.2 Major Activities
The Contractor scope of work shall consist, but not limited to the following. However, all such works, which are not
listed below but are otherwise required to complete the work in all respects shall form part of the Contractor’s scope
of work. In addition to this, the scope indicated below shall be read in conjunction with the price schedules, drawings,
PTS and GTS etc. forming part of the contract document. In case of contradiction the most stringent shall be
applicable in consent with Owner/Owner’s representative:
Construction & maintenance and dismantling of the site camp, site offices for contractor’s workshops etc.
Marking out and clearing out of the ROU
The ROU will be provided by the Owner. If for some unforeseen reason which is not attributable to contractor,
the pipeline has to be re-routed it will be the sole responsibility of Contractor to make all arrangement to provide
new ROU. Contractor shall carry out all necessary survey work as per requirements of site conditions. It will be
the responsibility of the Contractor to maintain the ROU until completion of the work. Liaoning with Owner,
villagers, land Owners and concerned authority etc. for ROU related activities shall be in the scope of Contractor.
Sufficient ROU width may not be available in the required width in certain stretches, in such cases the work shall
be carried out in the ROU width.
In case of encroachment on the ROU or extra land needed during construction, it will be the sole responsibility
of the Contractor to relocate all issues (including any compensation) with the relevant land Owner, tenant or
authorities. All related cost will be borne by the Contractor within the quoted rate of mainline work.
All other permissions, permits and licenses necessary for the performance of the work shall be obtained by the
Contractor at his own cost and initiative. In so far as any such permission, permit or license required for the
performance of the work by the contractor can only be granted at the request or recommendation of the Owner,
the Owner shall at the request of the Contractor, provide recommendatory letters to the contractor to obtain or
procure the same.
For access route to the working strip the Contractor will be responsible to negotiate with the relevant Owner,
tenant or authorities. Any deemed compensation will be borne by the Contractor and no extra payment will be
given by the OWNER.
Fabrication, testing, coating/painting of Induction bends from Owner supplied bare coated line pipes. In case of
coated line pipes, contractor will bear the cost for striping of external coating of line pipes and no extra payment
will be given by the OWNER.
All civil work for cross country pipeline like soil investigation (if deemed necessary), levelling, fencing,
architectural works, access road construction, sewerage, etc. (Refer PTS Construction – Civil and Design Basis-
Civil).
All works for cross country pipeline related to material handling, stringing of pipes, trenching, welding, testing,
inspection of welds, coating, earthworks, lowering-in and ballasting, Crossings (Including HDD), site restoration,
Page 44 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 45 of 93
etc.
All safety practices/standards as illustrated in Present PTS and GTS Building site regulation (70000/740/0503)
shall be strictly followed during construction.
11.3 Station Works
All natural gas stations for this pipeline are to be constructed as indicated in the tender drawings.
All civil work for Natural Gas Stations like soil investigation if deemed necessary, levelling, fencing, architectural
works, access road construction, sewerage, etc. (Refer PTS Construction – Civil.).
All works at Natural Gas Station related to material handling, bending, welding, inspection of welds, testing,
coating, painting, earthworks, preparation of shop/assembly/as – built drawing etc.
Contractor shall carry out displacement / relocation of various existing equipment such that fencing, Gas detector,
electrical Poles, etc. if required for installation of new facilities without any extra cost implication. Contractor
shall also carry out restoration work which has been dismantled / damaged during work such as RCC pavements,
shifting / relocation of Electrical / Instrumentation cabling, etc. including testing. Re – Commissioning of such
equipment/facility to the satisfaction of Owner is in scope of Contractor.
Providing Portable fire extinguisher at stations as detailed in the tender document.
Dismantling of existing fencing, providing provisional fencing for existing facilities and installation of new
fencing shall be in the scope of Contractor as mentioned in the drawings.
The instrumentation/Electrical panel shall be provided in all existing control rooms, if applicable and in new
control room. Contractor shall obtain all necessary permits/approvals viz. work permit, hot permit,
equipment/machine movement permit from the concerned authority. Contractor Scope also includes obtaining
necessary work permits for all existing stations.
The contractor shall lay, test, clean and dry the pipeline before inserting (SV) or connecting the natural gas stations
to the main pipeline.
All natural gas stations will be tested, cleaned and dried prior to be golden tie-in joints with the pipeline.
Geo textile membrane of 8 mm thk or PE sheet (1000 micron thk) shall be provided below the gravel filled in
process area mainly at SV stations for protecting the grasses growing.
Lightening arrestor shall be provided at the stations wherever earthing is not provided.
Safety sign boards displaying use of extinguisher, first aid, emergency procedure etc. shall be provided at control
rooms at each station. Also refer GTS 70000/740/0503 Building site regulations.
The Contractor will also carry out the testing, cleaning & drying of the pipeline (Pre-commissioning activities as
detailed in PTS).
Receiving and taking over of Owner’s supplied free issue materials.
Contractor shall supply items such as ball valves (2”and below), Check Valves (2”and below), Globe Valve all
Page 45 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 46 of 93
size, fittings and flanges (2”and below), Assorted Pipes (12” and below), Welding Consumables, Fasteners,
Gaskets, foundation bolts/holding down bolts/nuts, Warning tape, rock shield, OFC & HDPE Duct, end seals,
casing insulators etc., as per specifications enclosed in bid document. Contractor shall procure all supply items
only from manufacturer/suppliers listed in approved vendor list, enclosed with bid document.
In principle most of the statutory permissions from the concerned authority have already been obtained by Owner.
However, all activities related to liaison, co-ordination etc. with authorities needed to achieve the work as per
schedule will be under Contractor’s scope including work permit before commencement of work. In case, some
of the permissions are not received by Owner, Contractor to take necessary action for obtaining the same.
Contractor shall also refer to provisions of Commercial part of the tender.
Obtaining all necessary approvals and work permits from concerned local authorities having jurisdiction
including hot work permit as applicable for performing the work in existing station facilities. Arranging of
adequate firefighting equipment viz. fire brigade, fire extinguisher, shielding from existing facilities, oxygen
mask etc. for carrying out the work safely to the satisfaction of Owner.
The Contractor will assure the interface and the coordination of his approved sub-contractors and also other
contractors who may be working on different packages.
During Pre-commissioning a gauging electronic device (GED) will be used to ascertain the physical integrity of
the pipeline.
Pipe laying Contractor scope shall also include commissioning. Commissioning of pipeline shall be from
Despatch to receiving station.
Removal/displacement of existing ROU boundary marker and providing the new boundary markers.
Fabrication & Installation of new Pipeline markers for proposed pipe line. Removal of existing ROU boundary
markers and fabrication, installation of new ROU boundary marker is in scope of Contractor.
Supply and installation of HDPE duct & OFC cable as per present PTS and PTS-Instrumentation
6” Carbon steel pipe (API 5L Gr. B, 6.4 mm thk, epoxy coated, 500 micron thk) for housing HDPE duct and OFC
at crossings.
Providing Concrete slabs or HDPE sheet (6 mm thk) at road crossings as per approval of concerned
authority/Owner’s representative.
Providing Concrete coating as per requirement
The Contractor will also submit as built documents/drawings for the entire work under his scope as indicated by
Consultant. Any Construction in the drawing after issuance of RFQ drawings shall not cause any cost implication.
Supply, Installation, Testing, Inspection, transportation & Commissioning of Electrical Equipment (SFU, MEDB,
OLDB, ILDB, SSDB, AC UPS system with UPSDB and Battery Bank, DG set with AMF Panel etc.), Lighting,
Earthing & Lightning Protection, Trenching, Cabling and all the electrical works related to stations. (Refer SLD
and PTS- Electrical).
TCP (Temporary Cathodic Protection) and PCP (Permanent Cathodic Protection). Supply, Installation, Testing,
Commissioning of TCP including all civil works associated with CP i.e. cable trenches, foundation for equipment
and all test stations.
Page 46 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 47 of 93
11.4 Other activities:
Soil investigation (If required)
HDD
HDD to be carried out for crossings as listed in section 8.0 of this document. However, Contractor may propose
additional HDD for other crossing, which shall be done without any cost implication and prior approval of
Owner/Engineer.
Contractor shall ensure proper disposal arrangement of Bentonite during HDD operation. Any damages due to
seepage of bentonite shall be borne by contractor.
Controlled rock blasting (Refer PTS/GTS - Controlled rock blasting, if applicable)
Transition piece requirement
Contractor shall take very special precaution while stringing of the pipes. However extent of thickness-wise
material use shall be intimated to successful bidder.
Transition piece requirement other than those indicated above if deemed necessary by the Contractor during
construction stage, shall be subject to approval of Owner/Engineer.
The contractor shall develop “Pipeline information system” including terrain mapping, land holder records,
welding report (welding log book), as built alignment sheet, entire pipeline route video report, length profile for
the as built pipeline utilities mapping. The pipeline information system must be approved by Owner prior to
commencement of work.
Digitized map to be used for as built documentation.
For all supports, neoprene sheet shall be provided.
Design, supply and installation of electronic markers and locators (for OFC) duly approved by Owner/Engineer
shall be executed by contractor.
11.5 Particular instructions:
For access route to the working strip the Contractor will be responsible to negotiate with the relevant Owner,
tenant or authorities. Any deemed compensation will be borne by the Contractor.
Since the crossing activities are to be started immediately, the acquisition of additional Corridor for approach
to crossing locations and additional working strip to be acquired by the laying contractor without any extra time
and cost implication. The pipe laying contractor shall not insist on opening of Corridor for crossing. Further,
all necessary actions including providing additional Corridor for approach for crossing is in scope of Contractor
at no additional time and cost to Owner.
Contractor proponent shall have to take prior approval of providing of concrete coating or geotextile bags as
anti-buoyancy for any locations.
Contractor proponent shall have to take prior approval of concerned Government agencies while carrying out
Page 47 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 48 of 93
blasting wherever required.
Contractor proponent shall have to preserve top soil dug and shall be restored to original condition on
completion of the work. The excavated soil may be stored over the existing pipelines after written approval
from the Owner.
Contractor proponent shall have to obtain clearance from the Forest Department for the portion of pipeline
passing through reserve forest or any other type of Forest or wild life sanctuary, national park of other prohibited
areas.
Contractor may propose additional HDD for other crossing, which shall be done without any cost implication
and prior approval of Owner/Engineer. If HDD is proposed for crossing of fish ponds or any other crossings,
Contractor shall ensure proper disposal arrangement of Bentonite during HDD operation. Any damages and
implication of cost due to seepage of bentonite shall be borne by contractor.
For the waste generated from the pigging and any other operation contractor proponent shall have to provide
sludge collection storage and disposal facility complying EPA-1986 with Hazardous Waste (M&H) Rules 1989
amended further in 2000 and 2003 and rules made there under as amended from time to time.
The applicant shall have to submit the returns in prescribed form regarding water consumption and shall have
to make payment of water cess to the Board under the Water Cess Act – 1974.
Contractor proponent shall construct the pipeline and other infrastructure, and adopt safety measures as per the
standards & specification laid down by the concerned agencies from time to time.
Contractor proponent is required to comply with the manufacturing, Storage and Import of Hazardous
Chemicals Rules-1989 framed under the Environment (Protection) Act-1986.
On completion of all temporary work structures, surplus materials and wastes shall be suitably disposed off.
An Onsite-Offsite Emergency plan shall be prepared & submitted to Disaster Management Authorities under
intimation to respective state authorities.
The contract shall act as per recommendation of the concerned authorities regarding safety measures and
OHSAS-18002.
12.0 SCOPE OF WORK - STATION WORKS AND FACILITIES
Total 7 number stations (DT - Sultanpur, RT – Hisar, IP Station and 4 Nos. SV Stations) are required to be developed
for proposed pipeline works as part of this project.
Key Activities and Deliverable for each station facility shall be as per the details provided in Sections 1.0 and 2.0 of
this document and the details given below.
12.1 Station Works - Mechanical and Piping
The Scope of work of Contractor, for Station Works includes all Mechanical and Piping related activities required
to be carried out for successful construction, installation and commissioning of all station facilities, proposed as part
of this project, along the route of proposed 12” diameter x approximately 135 kms long, Natural Gas Pipeline from
Sultanpur to Hisar, including residual engineering, Procurement, Supply, Fabrication, Installation, Testing,
Page 48 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 49 of 93
Construction, pre-commissioning and Commissioning activities.
The configuration of the proposed pipeline system, and the details of associated station facilities, proposed to be
installed along with the pipeline, shall be as described in Section 1.5 and Section 2.2 of this document and the details
provided below. Additionally, all the works described in various sections of this document, as forming part of
Contractor’s scope of work, shall be included in contractor’s scope of work.
The following section lists the key activities to be carried out by the Contractor, as part of Station Works. The details
provided in this section are indicative only and are intended to provide a basic understanding of the works required
for construction of station facilities proposed along the 12” Pipeline system.
The following Key activities shall be carried out by the contractor, as part of Station Works, at all proposed stations
facilities along the pipeline:
A) At Despatch Terminal (Sultanpur) :
Construction of new Dispatch facility (DT), at existing GAIL Station at Sultanpur, and develop new
process facility complete with all piping, instrumentation & controls, electrical and civil works, required
as per project PIDs, GADs and Tender requirements, along with all associated station piping and
facilities, including :
o Development of process area (DT), Installation of Pig Launcher, interconnecting piping and pig
handling system including removable trolley.
o Installation of Hook-up Piping, for taking tap-off from the existing 12” Tap Off Valve provided
on Saharanpur- Sultanpur Pipeline, for the proposed 12” NB Sultanpur-Hisar Pipeline, along with
all interconnecting piping,
o Installation, hook-up and integration of all Package items with station piping, as per project
requirements.
o Installation of all Station Piping with Fittings and Flanges, Stud, Bolts & Gaskets, as per project
Drawings and Scope.
o Installation of all associated Valves with /without Actuators as per PIDs
o Installation of IJs, Flow tees and required Instrumentation & Controls
o Integration of new piping and proposed SJHPL, with existing Station Piping.
o Integration of Instrumentation & Control and Electrical systems as required,
o All associated works including required Civil, Mechanical, Electrical, Instrumentation & Control,
Cathodic Protection work and associated activities required for successful completion of the
project.
B) Sectionalizing Valve SV-01, and TOP for Jhajjar
Construction of new Sectionalizing Valve Station (SV-01), (including TOP and skids required for
Jhajjar) at new plot procured at CH 22.53, and develop new process area complete with all piping,
instrumentation & controls, electrical and civil works, required as per project PIDs, GADs and Tender
Page 49 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 50 of 93
requirements, along with all associated station piping and facilities, including :
o Installation of all Station Piping with Fittings and Flanges, Stud, Bolts & Gaskets, as per project
Drawings and Scope.
o Installation of Filtering, Metering and PRS Skid for Jhajjar CGD, downstream of Tap Off Valve
for Jhajjar.
o Installation, hook-up and integration of all Package items including skids (FIM) with station
piping, as per project requirements.
o Installation of all associated Valves with /without Actuators as per PIDs
o Installation of IJs, Flow tees and required Instrumentation & Controls
o All associated works including required Civil, Mechanical, Electrical, Instrumentation & Control,
Cathodic Protection work and associated activities required for successful completion of the
project.
C) At SV Stations:
Construction of the following SV stations, along the proposed pipeline route, at plot locations finalized
by the Client, complete with all station piping, instrumentation & controls, electrical and civil works,
required as per project PIDs, GADs and Tender requirements :
SV-2
SV-3
SV-4
Installation of all required Piping, Valves with / without Actuators, fittings / flanges, hardware,
Instrumentations & Controls etc, at each location, as per PIDs & project requirement,
Installation of all required Instrumentation & Controls, Electrical systems and civil supplies, as
required,
All associated works including required Civil, Mechanical, Electrical, Instrumentation & Control,
Cathodic Protection work and associated activities required for successful completion of the project.
D) At Receiving Terminal (Hisar) :
Construction of new Receving Terminal (RT), at new plot procured at Hisar, and develop new process
area complete with all piping, instrumentation & controls, electrical and civil works, required as per
project PIDs, GADs and Tender requirements, along with all associated station piping and facilities,
including :
o Development of new plot and process area (RT), Installation of Pig receiver, interconnecting
piping and pig handling system including trolleys and Jib Crane.
o Installation of all Station Piping with Fittings and Flanges, Stud, Bolts & Gaskets, as per project
Drawings and Scope.
o Installation of Filtering, Metering and PRS Skid for Hisar Receiving Terminal.
o Installation, hook-up and integration of all Package items including skids (FIM) with station
piping, as per project requirements.
Page 50 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 51 of 93
o Installation of all associated Valves with /without Actuators as per PIDs
o Installation of IJs, Flow tees and required Instrumentation & Controls
o All associated works including required Civil, Mechanical, Electrical, Instrumentation & Control,
Cathodic Protection work and associated activities required for successful completion of the
project.
E) At Intermediate Pigging Station (IP Station) :
Construction of new IP Station (IP), at existing GAIL Station at designated plot, and develop new
process facility complete with all piping, instrumentation & controls, electrical and civil works, required
as per project PIDs, GADs and Tender requirements, along with all associated station piping and
facilities, including :
o Development of process area (IP), Installation of Pig Launcher and Receiver, all interconnecting
piping and pig handling system including removable trolley.
o Installation of all interconnecting Piping, between the two Piggable sections of the proposed
pipeline, as per project drawings.
o Installation, hook-up and integration of all Package items with station piping, as per project
requirement.
o Installation of all Station Piping with Fittings and Flanges, Stud, Bolts & Gaskets, as per project
Drawings and Scope.
o Installation of all associated Valves with /without Actuators as per PIDs
o Installation of IJs, Flow tees and required Instrumentation & Controls
o Integration of Instrumentation & Control and Electrical systems as required,
o All associated works including required Civil, Mechanical, Electrical, Instrumentation & Control,
Cathodic Protection work and associated activities required for successful completion of the
project.
The above details are indicative only and are intended to provide a basic understanding of the works and activities
required for proposed station facilities development work along the proposed pipeline. However, for details, the
contractor must refer the complete Tender Documents especially all Specifications (including GTS and PTS), Design
basis and all Project Drawings.
Contractor's scope shall include all activities of work specified in the item description of Schedule of Rates and in
Tender document. In case any activity though specifically not covered in description of Tender document but is
required to complete the work which could be reasonably implied/ informed from the content of Bidding Document,
the cost for carrying out such activity of work shall be deemed to be included in the item rate.
Additionally, all the works described in various sections of this document, as forming part of Contractor’s scope of
work, shall be included in contractor’s scope of work. The Contractor shall also provide full co-operation and
support for Integration of the new Piping Installations with existing systems / installations at all locations.
Page 51 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 52 of 93
13.0 STATIONS WORKS - CIVIL SCOPE OF WORK
The Scope of work for Civil Engineering shall be as per the details provided in the following document, attached in
the Tender Document:
13.1 Introduction
This document establishes the basis for Civil/Structural Design and Engineering for the proposed Pipeline from
Sultanpur to Hisar, and the associated equipment/ station facilities proposed to be installed, along with the Pipeline.
This document shall be read in conjunction with Index for request for Scope of work, proposal (RFP), Design Basis,
Schedule of Rates, Specifications, Standards, and Drawings of all disciplines and other Documents forming part of
Tender Document.
13.2 Abbreviation
ACP : Aluminum Composite Panel
AFC : Approved For Construction
A/G : Above Ground
AHU : Air Handling Unit
CCE : Chief Controller of Explosives
CL : Centre Line
CP : Cathodic Protection
DT : Dispatch Terminal
ECS : Emergency Control Station
EPC : Engineering Procurement Construction
ERC : Electrical Road Crossing
FC : False Ceiling
FF : False Flooring
FGL : Finished Ground Level
GAIL : GAIL (India) Limited
HFL : High Flood Level
HM HDPE : High Molecular Weight High Density Polyethylene
HSE : Health Safety Environment
HVAC : Heating, Ventilation &Air Conditioning
IRC : Instrument Road Crossings
IS : Indian Standard
Page 52 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 53 of 93
LAN : Local Area Network
MMSCMD : Million Metric Standard Cubic Meter per Day
MR : Main Room
MSL : Mean Sea Level
NGL : Natural Ground Level
PCC : Plain Cement Concrete
PESO : Petroleum and Explosives Safety Organization
P/L : Pipeline
PNGRB : Petroleum And Natural Gas Regulatory Board
QA : Quality Assurance
QAP : Quality Assurance Plan
QC : Quality Control
RCC : Reinforced Cement Concrete
RL : Reduced Level
ROW : Right Of Way
RR : Random Rubble
RT : Receipt Terminal
RTU : Remote Terminal Unit
RWS : Remote Work Station
SCADA : Supervisory Control And Data Acquisition System
SCRC : Street Light Cable Road Crossing
SD : Scour Depth
SMCS : SCADA Master Control Station
SOW : Scope of Work
SV : Sectionalizing Valve
TAC : Tariff Advisory Committee
uPVC : Un-plasticized Polyvinyl Chloride
WAN : Wide Area Network
WBM : Water Bound Macadam
WMM : Water Mixed Macadam
Page 53 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 54 of 93
13.3 General Requirement of Work
The scope of general civil, structural & architectural works shall include construction of civil works based on Issued
for construction drawing by Owner / consultant.
Supply of all required materials, consumables, tools, tackles, machinery, equipment, manpower etc. required for
construction, execution and construction of all relevant civil structural steel and RCC works, fabrication, erection,
installation, painting, testing, guarantying, commissioning and supervision of all General Civil, Structural &
Architectural works for terminal/Building as required for successful completion of works as per specifications and
standards enclosed with the Bid document.
The Contractor shall provide one table of adequate size (having decorative fascia Including Mobile Drawer unit),
18” depth Storage units having shutters (approx. 24 Sq. ft.) and four chairs (one for an official & three for visitors)
in the room marked as control room in each building. The Contractor shall provide one chair for Guard room.
The work shall be carried out for installation of proposed pipeline & its facilities such as Dispatch terminal, Receiving
/ Customers end stations as per arrangement of plot layout plan / Process area development diagram provided in bid
which is tentative as per Annexure –I & relevant tender drawing provided in BID.
All General work shall be executed as per Scope of work mentioned in Layouts/ Drawings/ documents, Design Basis
(Document No. P.013312 D 11063 001), Particular and General Technical specification and Standards, relevant
applicable BIS/ International Codes and direction of owner / Owner’s representative.
Any other work not listed below but required to be executed for completion of the work shall deemed to be included
in Contractor’s scope of work.
Signage for Building
Required Suitable Internal and external signage shall be provided for:
All the signboards of OWNER shall be Neon Lighted. Hence for every building at least one rectangular pedestal
shall be provided at the top of the building for OWNER Logo.
Building names on building and directions on roads at important points, crossings.
Space/ Room name plates for each Room/ cabins etc.
13.4 Detailed Scope Of Work
13.4.1 Requirement Of Stations
The different types of stations are required to be built at the site locations. Details of stations are defined as below:
Despatch Station : 1 (Existing) at sultanpur
No of SV stations : 4 (New)
No of IP station : 1 (New)
Receiving Station : 1 (New) at Hisar
Despatch Station (existing) at Sultanpur
It will be built to house the process area, Pig Launcher/ Receiver Support, Pipe & valve support, approach road,
Page 54 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 55 of 93
Platform & cat ladder.
SV Stations (SV1)
It will be built to house the process area, Pipe & Valve support, PRS / metering & filtering skid foundation, control
room building, guard room, transformer area, DG foundation, inspection chamber, septic tank & soak pit,
footpaths, box / pipe culverts, Platform & cat ladder, boundary wall, chain link fencing (if required near
transformer or other equipment), bore well, Recharge well, U/G water tank, water drainage system, main gate
(Sliding), wicket gate, ERC/IRC etc.
SV Stations (Typ.)
It will be built to house the process area, Pipe & Valve support, control room building, guard room, transformer
area, DG foundation, inspection chamber, septic tank & soak pit, footpaths, box / pipe culverts, Platform & cat
ladder, boundary wall, chain link fencing (if required near transformer or other equipment), bore well, Recharge
well, U/G water tank, water drainage system, main gate (Sliding), wicket gate, ERC/IRC etc.
IP Stations (Typ.)
It will be built to house the process area, Pipe & Valve support, Pig Launcher/ Receiver Support, control room
building, guard room, transformer area, DG foundation, inspection chamber, septic tank & soak pit, footpaths, box
/ pipe culverts, Platform & cat ladder, boundary wall, chain link fencing (if required near transformer or other
equipment), bore well, Recharge well, U/G water tank, water drainage system, main gate (Sliding), wicket gate,
ERC/IRC etc.
Receiving Station at Hisar
It will be built to house the process area, Pipe & Valve support, Process area, Pig launcher/receiver, control room
building, guard room, transformer area, inspection chamber, septic tank & soak pit, footpaths, box / pipe culverts,
Platform & cat ladder, chain link fencing (if required near transformer or other equipment), water drainage system,
main gate (Sliding), wicket gate, ERC/IRC etc.
NOTE (For All Station): - High Strength Deformed (TMT) bars of grade Fe 500D conforming to IS: 1786 shall
be used for all structures above FGL at all stations/terminals. However, at stations/ terminals where ground water
table is at a shallower depth or near coastal area causing submergence of foundations, Corrosion Resistant Steel
(CRS) bars shall be used for all structure below ground Level (FGL) or as per geo-tech recommendation.
General Civil
The following works are also included under Civil Scope Works:
Conducting Topographical Survey
Conducting topographical survey and preparation of survey map for stations , pipeline installations, collection of
all relevant data, CBR values for road work, water table data, HFL, existing nearby access road top level etc.,
identifying nearest existing drain/nallah with feasible location for connecting proposed drains outfalls, identifying
and locating all existing geographical features in proposed station and in surrounding area etc., preparation of
survey drawings and documents as required and submitting the same for review/ information for each Stations and
incorporating the modification /changes/suggestions if any from Consultant/ Owner, including supply of all
materials as required all complete as per Specifications, addendum the standard specification and direction of
Owner / Owner’s representative.
Plot area of Clearing and stripping
All the areas, including depressions, where filling or cutting is to be carried out shall be cleared and stripped
completely of bushes, roots, vegetation, plantation trees, shrubs, trees up to 30 cms girth, organic and other
objectionable materials. All these shall be completely uprooted and virgin soil exposed and not merely scrapped
at the surface. The roots of trees of girth up to 30 cms shall be removed to a minimum depth of 1M below existing
ground level and holes, hollows filled up with selected approved available soil within all leads and lifts and
compacted to obtain 95% of laboratory dry density of soil as per IS: 2720, Part VII and leveled as directed by
Owner / Owner’s representative. All soft patches must be worked out to remove soft soil and selected approved
Page 55 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 56 of 93
earth must be filled back and the areas (areas coming under filling) compacted to obtain 95% of maximum
laboratory dry density of soil, as per IS: 2720 Part VII. The depth of stripping shall be generally 50 to 150 mm as
decided by Owner / Owner’s representative.
Site Grading
Site grading, cutting of trees (wherever required after obtaining approval from statutory authority) including
stripping and clearing of areas, earthwork in cutting, cutting and filling, filling with approved non-expansive soil
with borrow earth (as the case may be), transportation, spreading of earth in layers, watering, rolling, disposal of
surplus / unserviceable earth all complete as per drawings, specifications, documents and direction of Owner /
Owner’s representative. The scope of work also includes micro grading of whole area after erection of equipment
/ completion of other civil works. (Borrow area/earth shall be arranged by contractor on his own without additional
cost to Owner).
Sand filling for process area and building
Process area and building area within station/terminal shall be filled with clean and well graded sand conforming
to IS: 383 with grading zone-II or III from natural ground level (NGL) up to the finished grade level (FGL),
transportation, spreading of sand in layers, watering, rolling/ compacted to relative density of 85% conforming to
IS: 2720 part-XIV all complete as per drawings, specifications, documents and direction of Owner / Owner’s
representative. (Borrow area/Sand shall be arranged by contractor on his own without additional cost to Owner)
Stone/rubble pitching
Providing Stone/Rubble pitching for embankment slope protection for road and site grading and other places (if
embankment heights more than 1000mm) including supply of all related material etc., all complete as per
drawings, specifications, documents and direction of Owner / Owner’s representative.
Boundary / Compound Wall Construction
Construction of Compound wall with Brick masonry filler wall type along with its foundation including providing
PCC coping, ‘Y’ shape structural steel supports (grouted on top of the wall) for barbed wire overhang fence,
Concertina wire fence, cement plaster in the super structure of the wall including executing all other associated
work including supply of consumables and tools etc., all complete as per drawing & PTS, Civil works
specifications -Civil Design Basis). Also, Providing welded bar mesh with Angle Iron frame and lugs in storm
water drain outlet point under compound wall including providing RCC beams/ frame as required for opening in
compound wall all complete as per drawings, specifications, documents and direction of Owner / Owner’s
representative.
In general brick shall be considered for construction of compound wall, in case bricks (of required quantity) are
not available, then other options mentioned in design basis shall be considered.
Entrance gates
Steel entrance Gate shall be designed as per the attached drawing No.: GGNG–C–20109-016 & GGNG–C–20109-
018 broadly showing the minimum member sizes, details etc. except that the Entrance gate shall consists of a main
gate and a wicket gate. Wicket gate of approx. 1.2m width shall be openable type and shall be provided adjoining
Guard Room building. Main gate shall have provision for the logo of the Owner. The contractor shall provide
sizes and details as per functional and structural safety requirements and submit the consolidated design of
Entrance Gate & wicket gate to the Owner/ Consultant for approval.
Chain-link fencing
Providing Chain link fencing with barbed wire overhang with steel line post/ stretcher posts and strut and PCC
block foundations/ seal beam including painting on steel members of fencing around transformer, electrical two
pole structure and other area within station/terminal, earth work in excavation for PCC block foundations/ seal
beam, backfilling with excavated/ borrow good earth, transportation including supply of all related material,
consumables etc., including providing Wicket Gate in RCC all complete as per drawings, specifications,
documents and direction of Owner / Owner’s representative (Ref. Drg. no GGNG–C–20109-010).
Page 56 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 57 of 93
Concertina fence
Concertina fencing (made as per following: Diameter of the wire: 2.56mm, Blade thickens: 0.53mm, Blade length:
12.60mm, Blade width: 12.73mm, Blade spacing 25.00mm (Average), Diameter of ring:450mm, Spacing of each
ring / coil: 150mm) on longitudinal runs of Barbed wires supported on angle iron frame over compound wall for
all height.
Earthwork for Road
Earthwork in cutting, cutting and filling, filling with approved borrow earth (as the case may be) for all heights
and depths for road sub-grade / shoulders or any other place as directed to proper levels, slopes, grades and camber
including box cutting (if required in case of level difference between NGL and FGL is nil), clearing and stripping
the area, uprooting of vegetation, roots and disposal of the shrubs, bushes, roots etc., for construction of Main
Plant Road and Access road outside the plant up to main road. (Borrow earth shall be arranged by contractor on
his own without additional cost to Owner)
Construction of RCC Road
Construction of RCC road (Type-I) with WBM/WMM base Courses in layers including watering, rolling,
transportation including providing RCC finish, PCC layer, pre-cast PCC interlocking paver blocks top on road
berm(s) (for plant road only) all complete as required for Main Plant Road and Access road outside the plant up
to main road (Ref. Drg. No. GGNG–C–20109-002), Civil works specifications Doc. No Z/02 0021).
Bituminous Road, if applicable
Construction of Bituminous road with WBM /WMM base Courses in layers including watering, rolling,
transportation including providing bituminous premix carpet layer with seal coat all complete as required for
access road outside the plant (Ref. Drg. No.: GGNG–C–20109-027), Civil works specifications Doc. No. Z/02
0021).
Gravels finishing in pipeline process area
Providing and laying crushed graded gravel layer (Size of gravel 40mm down laid over layer of sand) and 250
micron thick HM HDPE Grade-I film (conforming to IS:10889) for Pipeline process areas including construction
of peripheral retention brick/ Course rubble masonry wall with its foundation, supply of all other materials and
consumables etc., all complete as per drawings, specifications, documents and direction of Owner / Owner’s
representative (Ref. Drg. No.: GGNG - C - 20709 - 025), (PTS –Gravel filling Doc. No. P.013312 D 11077 002),
for details, Piping general arrangement drawing shall be referred which is attached elsewhere in the bid document.)
Gravels
The material to be used for gravel filling shall be either gravel or hard durable crushed stone from source/ quarries
approved by Owner / Owner’s representative. It shall be free from flat, elongated, soft and disintegrated particles
without any fissures. It shall also be free from clay and weathering action. The size of gravel/ crushed stone shall
40 mm down for process area and 40mm to 60mm below pipe sleeper and transformer area/electrical two pole
area.
RCC Pavement
Construction of RCC pavement (Type-II) including preparation of sub-grade for operating area of P/L Process
area including providing PCC base, reinforcement steel, reinforced cement concrete, joints with joint sealing
compound etc. including supply of all other materials and consumables etc., all complete as per drawings,
specifications, documents and direction of Owner / Owner’s representative (Ref. Drg. No. GGNG–C–20109-001
, Civil works specifications Doc. No. Z/02 0021,).
Also, required foundations for installation of above ground pipelines’ supports, Metering Skids, DG set, other
allied Equipment, etc. are to be constructed including providing PCC base, reinforcement steel, reinforced cement
concrete, joints with joint sealing compound, insulation/isolation works as required, etc. including supply of all
other materials and consumables etc., all complete as per drawings, specifications, documents and direction of
Owner / Owner’s representative (Ref. Drg. No. GGNG–C–20109-017& GGNG–C–20109-008). (For details,
Page 57 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 58 of 93
Piping general arrangement drawing shall be referred which is attached elsewhere in the bid document.)
Storm Water Drain
Providing rectangular Brick masonry storm water drains with starting depth of 300mm and min. 500mm wide
with drain bed slope 1:750 (Ref. Drg. No. GGNG–C–20109-021), Design basis Doc. No. P. 013312 D 11063 001.
In general brick shall be considered for construction of storm water drain, in case bricks (of required quantity)
are not available, then other options mentioned in design basis shall be considered.
Pipe Culvert
Construction of Pipe Culverts using RCC pipes (IS: 458, Class- NP3) within the station area including providing
PCC base, RCC encasement to pipes (if required), parapet walls including supply of all other related material and
consumables etc., all complete (Ref. Drg. No. TE IND - STD - G - C - 1006) & Design basis Doc. No. P. 013312
D 11063 001).
Box Culvert
Construction of RCC Box Culverts under access road outside the plant including providing PCC base,
reinforcement steel, reinforcement concrete, parapet wall including centering and shuttering, supply of all other
related material and consumables etc. all complete (Ref. Drg. No. GGNG–C–20109-005 and Design Basis _ Civil,
Doc. No. P. 013312 D 11063 001).
Electrical/ instrumentation cables road crossings
Construction of Electrical/ Instrumentation Cables Road Crossings using RCC pipes (IS: 458, Class-NP2),
providing PCC for encasement of pipes including excavation in road, restoration of road & the making the same
good in case of existing road all complete. (Refer Design Basis _ Civil, Doc. No. P. 013312 D 11063 001).
Sewerage System
Providing plumbing & drainage system for building toilet block in reference to Architectural Drawing,
construction of sanitary waste collection & disposal system consisting Gully Traps, Inspection Chambers,
Manholes, Vent pipes, Septic Tank and Soak Pit combination (or Septic Tank and up flow Anaerobic filter
combination with Bleaching tank in case of high water table or soil with less permeability) including providing
all necessary sewer piping (RCC, C.I., Stoneware) all complete. (Preparation of the details drawing for building
plumbing for sanitary waste system for/within the building shall be in contractor scope for work).
Drinking Water System
Plumbing in Building for drinking water piping system (Conceal in building walls), with uPVC piping
(Conforming to IS: 4985, BS: 3505 and ASTM D-1785 for pressure rating up to 4kgf/cm2) with all fittings
(Conforming to relevant IS/BS/ASTM code). Laying feeder underground and riser pipe (uPVC Conforming to IS:
4985, BS: 3505 and ASTM D-1785 for pressure rating up to 4kgf/cm2) with all fittings (Conforming to relevant
IS/BS/ASTM code), providing valves, valve pits (wherever required) from tube well output nozzle to inlet of
HDPE water storage tank (to be placed on Roof slab of station buildings with toilet facilities) including supply of
all materials and consumables all complete.
(Preparation of the details drawing for building plumbing for water system for/within the building shall be in
TEPL scope).
Tube Well (Casing Pipe dia 150mm)
Providing tube wells (with sufficient depth in all type of soil including hard rock) with electric submersible pump
(approved quality) (Pump & motor as per IS: 8034 & IS: 9283 of a pumping capacity of 5m3/hr. for a head of
50m at grade level) including providing Bore wells, housing pipes, blank pipes, slotted well pipes, clamps, cap,
plugs, spacers including painting on externals surface the pipes and fitting, packing with gravel, developing/
cleaning of tube wells, conducting draw down test, testing of water quality, testing for total yield and
commissioning of tube well system and pumps, providing GI riser pipes in tube well including supply and
Page 58 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 59 of 93
installation of gate valve, check valve, pressure gauge, providing and laying associated power and control cables
including supply and installation of control panel with steel canopy etc. all complete. (Ref. Doc. No. 013312 D
11063 001).
Hiring district level groundwater surveyor (available with the district administration) for finalization of the
location of proposed Tube wells within the station complex limit with all charges payable to the authority/
personnel for hiring of services/ consultation for finalization of location of Tube wells/ use of their records,
conveyance etc. all complete. Scope also include preparation of report on groundwater survey required for
submitting to respective authority for grants of installing and operating the tube well including taking approval
required from the respective authority installing and operating the tube well .
Electro Logging survey of bore well is to be done through Government Department (in presence of Superintending
Geologist). As per the report and recommendation submitted by them, the pipeline assemblies (combination of
Blank pipe and slotted pipes) are to be made and lowered (Fee payable to the authority/ agency shall be built in
the overall cost of the system).
Supply and laying water supply pipes (uPVC Conforming to IS: 4985, BS: 3505 and ASTM D-1785 for pressure
rating up to 4kgf/cm2) with all fittings (Conforming to relevant IS/BS/ASTM code) including valves and valve
pit (wherever required) from tube well output nozzle/discharge nozzle of the pump installed for RCC water storage
tank/sump including supply of all materials and consumables all complete. [Combined water supply line (uPVC)
to be provided downstream of Tube well nozzle and Pumps discharge nozzle (installed in RCC storage
tank/sump)].
Auto On/Off system for tube well shall be installed on filling and emptying of overhead water tank.
Raw water system for Horticulture
Supply and laying water supply pipes (uPVC Conforming to IS: 4985, BS: 3505 and ASTM D-1785 for pressure
rating up to 4kgf/cm2) with all fittings (Conforming to relevant IS/BS/ASTM code) including valves and valve
pit (wherever required) for horticulture and tapping point with valve shall be provided @ 50m in horticulture water
supply line including supply of all materials and consumables all complete (System shall be hookup with drinking
water system installed).
RCC water storage tank
Providing RCC water storage tank (Capacity= 5 Cu m) with pre cast RCC cover slab, inlet, outlet, Vent, overflow
nozzles, float valve all complete. Supply and installation of self-priming horizontal centrifugal pump for
supplying/ lifting stored water to HDPE water tank placed on roof top of the building shall be provided.
Tank shall be proposed U/G] (RCC water storage tank and HDPE tank shall be provided with level transmitter &
preparation of the P&ID /GA for water system shall be in contractor scope).
HDPE water storage tank
Providing HDPE water storage tanks (1000 liters) for Control room / Equipment building, in elevated platform
on the Building roof with all accessories i.e. manhole with cover, Float Valve, Inlet, Outlet and Over flow nozzles,
connections with the respective piping system all complete.
Reverse osmosis (RO) machine
Design, Detailed Engineering, Supply of all materials, fabrication, installation, erection, testing, Commissioning,
guaranteeing of five stage Reverse Osmosis (RO) water purifier machine/seven stage Reverse Osmosis (RO) water
purifier with cooling facilities machine including all accessories and fittings. Capable of removing excess TDS
from hard water to make safe water for drinking.
Reverse osmosis water purifier should have self-cleansing mechanism for RO membrane. Installation of reverse
osmosis machine complete with membranes, housings and control system for new Dispatch Station & customer
end station.
Page 59 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 60 of 93
UV type water purifier machine
Design, Detailed Engineering, Supply of all materials, fabrication, installation, erection, testing, commissioning,
guaranteeing of three stage online/ storage ultra-violet (UV) water purifier machine, with iron remover filter unit
including all accessories and fittings.
Capable of removing odors, organic impurities and traces of chlorine to make safe for drinking water. Must be
capable of discharging water at the rate of 1 liter per minute.
Installation of water purification device with ultra violet technology shall be applicable new Dispatch Station &
customer end station.
Rain water harvesting system
Providing Percolation Pit for Rain Water Harvesting system (Consisting water collection cum filtration pit as per
drawing), PVC well casing and screen pipes (dia. 200mm) (AS PER ASTM-D- 1785, DIN 4925 and IS: 12818)
and bore hole dia. 450mm including drilling for water injection pipe, earthwork in cutting for pit, providing filter
layers inclusive of supply of all other required materials, consumables and tools etc., all complete (Ref. Drg. No.
GGNG–C–20109-022and Design Basis_ Civil, Doc. No.: P. 013312 D 11063 001).(For plot size up to 500 q. M
1 no. unit of Rain water harvesting system shall be provided. In case of more than 2500 sq m. Plot size, 2 no. units
shall be provided).
Precast PCC paver block footpath
Construction of footpath with precast PCC interlocking paver block including providing sand base course,
watering for compaction etc., supply of all other materials as required all complete (Ref. Drg. No. GGNG–C–
20109-025 and Design Basis_ Civil, Doc. No.: P. 013312 D 11063 001).
PCC parking area
In PCC parking area, Pavement of 150mm thickness of m25 grade concrete over 75mm thick PCC (M7.5) shall
be laid near entrance gate as shown in the plot plan.
Cat Ladder
steel cat ladder shall be provided for access to the flat roofs for maintenance. Anti-slippery strips to be
provided. supply of all other materials as required all complete (Ref. Drg. No. GGNG–C–20109-006).
Valve chamber
Construction of RCC valve chamber of different size shall be as per drawing no (Ref. Drg. No. GGNG–C–20109-
032/033.)
Site finish with gravel
Providing and laying 100mm thick crushed graded gravel layer (Size of gravel 40mm to 60mm) over 100mm thick
sand layer below pipe sleeper and transformer area/electrical two pole area/customer end area with retention walls
including supply, transportation stacking spreading in layers all complete as per drawing and direction of Owner
/ Owner’s representative.
Earthwork
Earthwork in excavation for all type of soil, backfilling with approved excavated available earth / borrowed earth
(wherever required, to be arranged by the Contractor) in foundation and trenching for all General civil works/
facilities i.e. RCC pavement, Drains, Culvert, Road crossings for Electrical / Instrument cable, sewage system,
drinking water system etc.
Borrow Area /Earth /Sand /Stone
Borrow area for earth/sand/stone with all leads shall be arranged by contractor on his own including taking
approval from statutory and local authority, paying royalty and services taxes to local authority.
Page 60 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 61 of 93
Disposal of Surplus earth
Disposal of surplus/ unusable earth/ debris anywhere outside the plant limit (area shall be arranged by the
contractor on his own) including transportation, loading, unloading, clearing of site etc. all complete as per
direction of Owner / Owner’s representative.
Green Belt Development
Contractor to ensure that there shall be minimum percentage of green belt area in the plot of stations as per the
norms / standards specified by the state government / environmental specifications. Type of trees shall be as per
client recommendations. Development of green belt with carefully selected native plant species is of prime
importance due to their capacity to reduce noise and air pollution impacts by attenuation / assimilation and for
providing food and habitat for local macro and micro fauna. Survival rate of the planted trees are be closely
monitored in the green belt and the trees which could not survive are to be counted during the contractual period.
Preparation of Sub grade
The area to be filled with gravel shall be cleared of all loose material and virgin soil shall be exposed. Such exposed
surface shall be consolidated properly to obtain 95% of maximum laboratory dry density of the soil as per IS:
2720 Part VII.
All soft patches shall be worked out to remove the soft soil and selected approved earth shall be filled back and
compacted. The sub grade shall be free from sharp objects such as stone, weed roots etc. and shall be smooth
without any depressions and humps etc. The surfaces so prepared shall be levelled and sloped as per drawings, for
effective drainage.
PVC pipe and fittings
All uPVC pipes shall conform to IS: 4985-2000 and fittings shall conform to IS: 7634(Part I) for water supply
system.
The pipe laying and jointing shall be done in accordance with IS 7634 (Part-III) – 1975. Pipes shall be cut to size
and chamfered well. Burrs if any shall be removed. Pipes and fittings shall be jointed using solvent cement or
rubber ring joints. The pipes and fittings shall be jointed accurately without any stress to achieve leak proof joints.
All pipes above ground shall be fixed with G.I. holder bat clamps, clear off the wall, at 1.2 m center. If the pipes
are encased or embedded in wall, they shall be secured in position by iron hoops at 1.2 m center. No extra payment
shall be made for clamps, hooks, cutting holes in walls, chasing and making good the same.
All underground pipes shall have a minimum earth cover of 600mm or as directed by the Owner / Owner’s
representative. No extra payment shall be made for excavation in trenches, backfilling the same and removal of
surplus earth. Before any pipes are covered up, they shall be tested to a hydrostatic pressure of 5 kg/ sq. cm for
half an hour.
Testing
The method which is commonly in use is filling the pipe with water, taking care to evacuate any entrapped
air and slowly raising the system to the test pressure. The test shall be done in accordance with IS:2065
- 1983 - code of practice for water supply in buildings.
The test pressure shall be 5 kg/cm2 or the maximum working pressure plus 50%, whichever is greater. The
pressure shall be maintained for at least half an hour.
Wind Sock
Design, engineering, supply, installation of Wind sock with collapsible pole including base plate, anchor bolts,
casting of pedestal over roof top of control room/ equipment room building/porta cabin etc. with all labour,
materials, equipment, all accessories necessary to completely install wind sock system on the top of roof of control
room / equipment room/porta cabin including testing methods/procedures (as per IS codes) of completed windsock
system to indicate wind strength and wind direction.
Page 61 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 62 of 93
Restoration of Civil works at Gas-in / Source facilities and Receipt / Customer station
Contractor shall carryout all required civil works for restoration of facilities / existing station / under construction
station which are affected / damaged due to pipeline works carried out by the Contractor.
13.5 Structural Works
Supply and Construction of foundations and/or super structure for
i. All buildings i.e. control room & Guard Room at respective Stations as per Architectural drawing:
ii. Compound wall including RCC Retaining Wall (wherever required) at respective stations
iii. Underground water retaining structures.
iv. Pipe Supports & Equipment Foundations at all stations etc.
v. Trenches, pits, sheds and other miscellaneous structures.
13.5.1. Preparation of bar bending schedule for all RCC works before construction is taken up.
13.5.2. Supplying, fabricating and erection of Structural steel works in super structure including platforms and ladders
around equipments, cable racks, instrument supports, hand railings, crossovers, pipe supports and operating
platforms from grade.
13.5.3. Preparation of fabrication drawings for all structural steel works.
13.5.4. Providing Electro-forged galvanized MS grating, Chequered Plate and painted handrails on platforms/ stairs.
13.5.5. Painting on structural steel and coating of RCC works including shop primer shall be done as per Painting
specification attached elsewhere in the bid document.
13.5.6. Piling works (Bored/ Driven Cast-in-situ), wherever required as per the recommendation of Soil Investigation
report(s) shall be carried out by the Contractor. Piling works including pile testing shall be submitted by the
Contractor to Owner/Consultant for review & record before starting the construction activities.
13.5.7. For Geotechnical scope of station & Customers end stations & River/ Water crossings along pipeline. Doc. No. P.
013312 D 11063 001 of SOW shall be referred.
13.5.8. Dismantling/Demolishing of existing PCC, RCC, Brickwork, Structural Steel, Sheeting, etc. for all heights &
depths at NO extra cost to Owner.
13.5.9. Furnishing activity wise work program and taking necessary approvals from the related department before carrying
out any activity in existing structure. Any statutory approval from authorities including submission of stability
certificate after completion of construction, if required, shall also be provided.
13.5.10. Documentation of “AS BUILT” drawings/ details for all works as specified elsewhere in this Bid.
13.5.11. Bank protection/ bank erosion control/ slope stabilization measures viz. Gabion/ Diversion Berms/ Sack Breakers,
etc. shall be carried out by the Contractor wherever required as necessitated by prevailing site conditions and/ or
as specified in the Bid elsewhere. Details of the proposed method along with technical specifications and execution
methodology shall be submitted by the Contractor to Owner/ Consultant for review & record before starting the
construction activities.
13.5.12. Any other civil and structural works required/ directed by Owner/ Consultant for the satisfactory and successful
completion of the Project.
ARCHITECTURAL WORKS
Page 62 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 63 of 93
Owner / PMC shall issue architectural drawings and respective documents as relevant up to Approved for
Construction (AFC), considering the detailed requirements of the bid drawings, Civil Design Basis (Doc. No.
P. 013312 D 11063 001), Project drawing of architectural for control room & Guard room building (Drawing
No. All buildings i.e. control room & Guard Room at respective Stations as per Architectural drawing and
Standard specification for architectural works.
The architectural drawings provided in bid for the listed buildings facilities are primary and indicative only.
The changes in scheme of design and drawings of the buildings as per Owner/ Consultant shall be implemented
without any additional time and cost implication.
13.6 Special Requirement
13.6.1. Structural work
In addition to the Compound wall typical drawing, following shall be strictly follow to.
Ordinary Portland Cement (53 Grade)/ Portland Pozzolana Cement/ Sulphate Resisting Cement shall be used.
Contractor shall make necessary arrangement for placing the anchor bolts in position before concreting. Whenever
there are more than four foundation bolts, these shall be fixed by using template. In case bolts are not available at
site at the time of casting of foundation, proper pockets shall be left as per direction of the Owner/Consultant.
Contractor to ensure isolation of structures/ equipment with difference of temperature for free expansion while
providing interconnecting platform and for connection to stair structures.
Contractor shall ensure lateral stability by providing box/built-up sections for columns wherever it is not feasible
to provide vertical bracing in either direction.
All construction shall strictly conform to enclosed standards, specifications &drawings and issue for construction
time to time.
Filler walls in Compound wall shall be of brick or stone masonry depending upon the material availability at
particular site. RCC Retaining wall shall be used in case difference in elevation of FGL & NGL exceeds 1.5m or
as mentioned in design basis.
For underground water retaining structures, un-cracked design shall be done with Corrosion Resistant Steel bars
and water stops shall be provided at construction joints.
13.7 Structural Requirement of Control Room & Guard Room Building For Understanding Of Contractor
Architectural works with interior shall be executed by contractor with engaging approved Architect/ Architectural
organization which shall have similar kind of works experience & approved by Owner/ Consultant.
Landscape works shall be shall be executed by contractor with engaging approved Landscape Architect/
organization which shall have similar kind of works experience & approved by Owner/ Consultant.
13.8 Scope of Supply For Civil, Structural & Architectural Works
13.8.1. OWNER SCOPE OF SUPPLY
NIL
CONTRACTOR SCOPE OF SUPPLY
All materials and consumables required for satisfactory completion of the work shall be supplied by contractor.
Contractor’s scope shall also include arranging of all tools, tackles, Equipment, machinery and labor required for
satisfactory completion of the job.
Page 63 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 64 of 93
13.9 Construction
General Civil, Structural & Architectural construction and execution of work shall include supply of all materials,
labors, plants, tools & tackles by the Contractor unless specifically mentioned elsewhere in bid documents.
The Contractor is responsible to strict to conformity with Owner/ Consultant reviewed/ approved construction
drawings, using materials as per Civil Design Basis, Specifications, List of Approved Manufacturers / Vendors
and finishing schedule enclosed in the Tender Documents.
Contractor shall carry out construction including construction supervision.
13.10 Deliverables By The Contractor
The Contractor shall submit a detailed schedule of submission of deliverables is in scope of contractor as an
indicative for review by Owner/ Consultant as per agreed schedule. Such a schedule shall be made in line with the
overall time schedule indicated elsewhere in the Tender Documents.
Submission of all such deliverables shall be as per the said schedule as reviewed by Owner/ Consultant.
All such deliverables shall be prepared using Computer software and shall be complete in all respects including
correct titles indicating Owner, Consultant, Contractor, Project name, Project No., Dates, Issues, Revisions and
signatures of Performer, Checker & Approver of the Contractor.
Incomplete, unsigned & unchecked Documents/ Drawings shall not be accepted and shall be returned.
All revisions shall be clearly pointed out clouded for easy identification/ review.
All such deliverables shall be submitted in requisite number of prints as per methodology mentioned elsewhere in
the Tender Documents.
• Specifications
The Contractor shall prepare & submit specifications of materials and site related procedures etc., which are not
covered or attached in the Tender Documents for review by Owner/ Consultant
13.11 Statutory Approval
Any liasoning and other support services required to client for getting statutory approvals including town planning
and other approvals shall be in the scope of contractor.
The Contractor shall obtain all necessary approvals from statutory authorities such as Factory Inspector, Local
Municipal or Development Authorities for the design and construction. Contractor shall comply with the
requirement of local Authorities/ bodies including preparation of required drawings/ documents
The Contractor shall also prepare and submit all drawings, documents as required for obtaining such approvals in
accordance with the statutory requirement for Information/ Record of Owner/ Consultant.
Any changes/ modifications etc. in design/ construction required for obtaining such approvals shall also be done
by the Contractor without any time & cost implication to the Owner or Consultant.
13.12 As-built drawings:
The Contractor shall prepare & submit As-built drawings both in requisite no. of hard prints as well as in form of
computer files for Information/Record of Owner/ Consultant.
13.13 List Of Sub- Vendors/ Authorised Applicators For Specialised Items
Execution of Specialized works / items such as like Waterproofing on roof, False Ceiling, False Flooring,
Page 64 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 65 of 93
Underdeck Insulation etc. shall be done from recommended / approved vendor list.
Any vendor for specialized works / items as mentioned above shall not mentioned in the bid, Contractor shall
submit list of all Vendors or Sub- vendors/ authorized representatives credential which is to be engaged for the
execution of specialized items for Owner/ Consultant review and approval.
13.14 List Of Attachments
All works shall be carried out by the Contractor strictly in accordance with the drawings/ documents/
specifications/ standards as attached in the Tender
13.15 Document Preferences
In case of conflict between the requirements given in this document and the requirements of other specifications
enclosed with the tender document, the requirements specified in the scope of work document shall govern.
Should there be conflict, discrepancy, inconsistency or dispute between the various documents, they shall be
specifically brought into the notice of Owner /Consultant and the most stringent of all shall be followed:
i. Scope of Work
ii. Design Basis
iii. Particular Technical Specification and Project
iv. Typical Drawings
v. General technical Specification
vi. Standard Specifications
If any dispute arises with regards to the interpretation of any of the clauses/ detail of the bid document, the decision
of the Owner/Consultant shall be final.
All standard specifications, Particular & General Technical specifications, standards, drawings, etc. pertaining to
General Civil Engineering are included in Bid.
∑ ∑ ∑
Page 65 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 66 of 93
ANNEXURE – I: SUMMARY FOR SCOPE OF WORKS FOR CIVIL WORKS
List of Civil Works
Sl.
No.
Scope of works Sl.
No.
Scope of works
1 Layout Plan 20 Electrical/Inst. Cable crossing
2 Topographical Survey 21 Sewerage System
3 Site Grading 22 Drinking water system
4 Earth / Sand Filling 23 Tube Well
5 Control Room with RO system 24 Raw Water System for Horticulture
6 Guard Room 25 Rubble Pitching
7 Compound wall 26 RCC Water Storage Tank
8 Misc. RCC work 27 HDPE Water Storage Tank
9 Chain Link Fencing 28 Rain Water Harvesting System
10 Approach RRC Road 29 Footpath with Precast Tiles
11 Internal RCC Road 30 Site Finish with Gravel
12 Process area with Gavel Filling 31 Earthworks
13 RCC Pavement 32 Green Belt Development
14 Storm Water Drain 33 Windsock
15 DG foundation 34 Restoration of Civil works at Gas-in / Source facilities
16 Pig Launcher / receiver foundation
17 Skid foundation
18 Pipe Culvert / Box Culvert
19 Pipe supports & foundation
∑ ∑ ∑
Page 66 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 67 of 93
ANNEXURE – II: CIVIL SCOPE OF WORK FOR STATIONS / TERMINALS
S.N
. Description G/R C/R
Porta
Cabin
B / W
with
Gate
Fencing
with
Gate
RCC
Approach
Road
RCC
Internal
road
External
drain
Internal
drain Culvert
Process
area
develop
ment
Pipe
support
Founda
tion of
skids
Valve
Chamb
er
Misc.
Works
1
Despatch
Station
(Existing)
X X X X X X √ X X X √ √ X X √
2 SV Station
(SV1) √ √ X √ X √ √ √ √ √ √ √ √ X √
3
SV Station
(SV2,SV3&S
V4) √ √ X √ X √ √ √ √ √ √ √ X X √
4 IP station √ √ X √ X √ √ √ √ √ √ √ X X √
5 Receiving
Station √ √ X √ X √ √ √ √ √ √ √ √ X √
Page 67 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 68 of 93
NOTES -
i. This summary gives only indicative scope of work. It has to be read in conjunction with Scope of work for CIVIL
& ASSOCIATED WORKS, relevant
ii. Tender specification/drawing. In case of any contradiction more stringent shall prevail.
iii. Miscellaneous works means the balance work shown in the plot plan drawing and in any other work required to
complete the station works.
iv. Internal approach road shall be constructed for new process area.
v. √-indicates Yes, X -indicates No.
vi. G/R – Guard Room; C/R – Control Room, B/W – Boundary Wall
vii. Guard room as per architectural drawing and associated drainage facilities like septic tank, soak pit, UG water
tank, bore well with submersible pump for water arrangement etc.
∑ ∑ ∑
Page 68 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 69 of 93
14.0 STATIONS WORKS – ELECTRICAL SCOPE OF WORK
14.1 GENERAL
The scope of work is divided into two parts as per the following-
i. Spread A: CH.0.00 KM (SULTANPUR) to CH. 70 KMS INCLUDING DT, SV-1, SV-2,
and IPS STATIONS.
ii. Spread B: MAINLINE CH.70.00 KM to CH. 135 KMS INCLUDING SV-3, SV-4
STATIONS & RT HISSAR.
The details provided in this section are Indicative only and are intended to provide a basic understanding of
the Project and the proposed 12” Pipeline system. However, for details, the contractor must refer the complete
Tender Documents especially all Specifications (including GTS and PTS), Design basis and all Project
Drawings.
The scope of work in general includes scope of work specified in Technical Documents (including Design
basis, PTS, GTS, drawings, datasheet etc.) and Schedule of Rates enclosed in the Tender Document. Section
of the Bidding Document. Further, it includes any other work not specifically mentioned but required to
complete the work as per specifications, drawings and instructions of Engineer-in-Charge.
Scope of work shall be read in conjunction with item description of Schedule of Rates and Contractor's
scope shall include all activities of work specified in the item description of Schedule of Rates. Rates shall
include all cost for the performance of the item considering all parts of the Bidding Document. In case any
activity though specifically not covered in description of item under `Schedule of Rates' but is required to
complete the work which could be reasonably implied/ informed from the content of Bidding Document,
the cost for carrying out such activity of work shall be deemed to be included in the item rate.
This document shall be read in conjunction with Design Basis, Schedule of Rates, Specifications including
PTS and GTS, Standards, Drawings, P&IDs and other Documents/ Drawings forming part of Tender
Document.
The instrumentation/Electrical panel shall be provided in all existing control rooms, if applicable and in new
control room. Contractor shall obtain all necessary permits/approvals viz. work permit, hot permit,
equipment/machine movement permit from the concerned authority. Contractor Scope also includes obtaining
necessary work permits for all existing stations.
Supply, Installation, Testing, Inspection, transportation & Commissioning of Electrical Equipment (SFU,
MEDB, OLDB, ILDB, SSDB, AC UPS system with UPSDB and Battery Bank, DG set with AMF Panel etc.),
Lighting, Earthing & Lightning Protection, Trenching, Cabling and all the electrical works related to stations.
(Refer SLD and PTS- Electrical)
The Owner shall arrange the power supply from State Electricity Board (SEB) at each station however,
liasioning and approval part with SEB to be executed by contractor. SEB shall install and supply the power
through Distribution transformer up to each station.
Distribution Transformer shall be provided by State Electricity Board (SEB) and liaisoning activities for
station’s Power supply shall be done by EPC contractor.
The contractor shall supply, lay & terminate 1.1 KV grade power & control cable from SEB pole mounted
transformer to SFU (bidder to supply) to MEDB, including Earthing of all SEB supplied equipment.
Design, detailed Engineering of whole Electrical system and approval from PMC/client representative
Including formulae used, design calculations, BOQ, Technical Specifications and Job/Commissioning
Methodology, Data Recording Formats, Quality Assurance Control [QA/QC] methodology.
Supply, installation, Testing and commissioning of SFU, MEDB, DG Set with AMF panel/Control panel
as per the tender specification. Contractor shall also responsible for interconnection cable laying
between MEDB to DG Set & AMF Panel/Control panel.
Supply, installation, Testing and commissioning of Parallel Redundant UPS system with UPSDB and
Page 69 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 70 of 93
Battery bank (Two source of battery bank) as per the tender specification. UPSDB shall have special
provision for converting of 48 V and 24 V DC supply for instrument load. Refer SLD for further details.
Supply, installation, Testing and commissioning of Indoor lighting system with Indoor lighting
DB/Switch socket DB/ACDB/Inverter for critical lighting/ LED lighting fixtures/switch socket /wiring
& conduiting /exhaust and ceiling fans etc. Refer PTS Electrical Package for further detail.
Supply, installation, Testing and commissioning of five star 1.5 Ton split AC with outdoor compressor
unit.
Supply, installation, Testing and commissioning of Outdoor lighting system with Outdoor lighting
DB/LED lighting fixture for safe area /Hazardous area with 4.5 meter,9 meter & 11 meter lighting pole
/Junction box.
Supply, installation, Testing and commissioning of indoor earthing system & Outdoor earthing system
with plant /control building’s lightning protection system. Refer earthing layout for further details.
Supply, installation/laying, Testing and commissioning of all Power & Control cable with required all
accessories like cable glands/copper lugs/ ferruling /route marker /WARNING TAPE/Cable tiles or
bricks inside & outside of control building /Process area.
All civil works associated with the complete Electrical work shall be included in the scope of contractor.
This shall include providing cable trenches, Buried cable trenches/backfill /DG Set & AMF
Panel/control panel’s shed or foundation for Electrical equipment etc.
Supply, installation of Structural steel, cable trays, other miscellaneous items etc.
Electrical work associated at all the stations shall be consisting of (but not limited to):
All cable work including earthing and system ground earth associated with the installation of the
supplied equipment.
Any temporary electrical works associated with the installation and commissioning of the system.
Testing and certification of all electrical works.
Supply of mandatory spares mentioned later.
14.2 The following electrical equipment / systems are envisaged in this project for existing despatch terminal
at sultanpur but not limited as per below:
(i) OLDB
(ii) UPS DB for new panels. Spare capacity is available in the existing UPS system to cater the new UPS
DB.
(iii) Solar based Lighting system is envisaged for the new skid area/ street light as applicable. Number of
lighting fixtures/poles will be decided during detail engineering.
(iv) Power & Control FRLS Cables.
(v) Earthing, bonding of new light pole/equipment shall relate to existing earthing/ main grid of station.
(vi) Conduit and associated hardware for concealed /surface mounting & wire (to be laid in the concrete
slab/other civil construction) for electrical system.
(vii) T-R set for Cathodic Protection System as applicable.
(viii) Structural steel, cable trays, miscellaneous items etc. as required.
14.3 The following electrical equipment / systems are envisaged in this project for each sv stations (total 4 nos.)
And one ip station but not limited as per below:
(i) Main Electrical Distribution Board (MEDB)
(ii) 415 V , TPN, SFU
Page 70 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 71 of 93
(iii) 415 V (3 Ph, 4W) 50 Hz Main Power Supply shall be from SEB arranged by M/s GAIL & Emergency
Power supply shall be feed by DG Set.
(iv) 40 KVA (min.), 415 V, 50 Hz, 0.8 PF, 3 Phase, 4Wire Silent Gas Engine Generator Set, Air Cooled
type, Auto /manual start facility from local / through SCADA upon grid failure. Rating to be finalized
during detail engineering.
(v) 5 KVA (min.), 230 V AC output, 50 Hz parallel redundant (2x100%) UPS with static stabilizer for
by pass supply with Ni-Cd VRPP battery (02 x 50% of Battery Bank) & UPS Distribution Board (UPS
DB).
(vi) OLDB, ILDB, SSDB & ACDB
(vii) Bore Well Pump, Water Tank Pump
(viii) Power & Control FRLS Cables
(ix) Indoor /Outdoor Lighting system
(x) Earthing, Bonding and lightning protection system
(xi) Split AC system
(xii) 2KVA Inverter with inverter DB
(xiii) Solar Lighting system.
(xiv) Structural steel, cable trays, miscellaneous items etc.
(xv) Conduit and associated hardware for concealed /surface mounting & wire (to be laid in the concrete
slab/other civil construction) for electrical system.
(xvi) T-R set for Cathodic Protection System as applicable.
14.4 The following electrical equipment / systems are envisaged in this project for receiving
terminal at hissar but not limited as per below:
i. Main Electrical Distribution Board (MEDB)
ii. 415 V, TPN, SFU
iii. 415 V (3 Ph, 4W) 50 Hz Main Power Supply shall be from SEB arranged by M/s GAIL & Emergency
Power supply shall be feed by DG Set.
iv. 40 KVA (min.), 415 V, 50 Hz, 0.8 PF, 3 Phase, 4Wire Silent Diesel Engine Generator Set, Air
Cooled type, Auto /manual start facility from local / through SCADA upon grid failure. Rating to be
finalized during detail engineering.
v. 7 KVA (min.), 230 V AC output, 50 Hz parallel redundant (2x100%) UPS with static stabilizer for
by pass supply with Ni-Cd VRPP battery (02 x 50% of Battery Bank) & UPS Distribution Board
(UPS DB).
vi. OLDB, ILDB, SSDB & ACDB
vii. Bore Well Pump, Water Tank Pump
viii. Power & Control FRLS Cables
ix. Indoor /Outdoor Lighting system
x. Earthing, Bonding and lightning protection system
xi. Split AC system
xii. 2KVA Inverter with inverter DB
xiii. Solar Lighting system.
xiv. Structural steel, cable trays, miscellaneous items etc.
Page 71 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 72 of 93
xv. Conduit and associated hardware for concealed /surface mounting & wire (to be laid in the concrete
slab/other civil construction) for electrical system.
xvi. T-R set for Cathodic Protection System as applicable.
14.5 Mandatory Spares
Sr.
No. Item description Unit Quantity
ELECTRICAL SPARES
E.1
Spares for UPS (One set for each UPS as supplied for SV/IP & RT are to be supplied)
(Note- Quantities mentioned against each item are for one set only)
1 System Control Card of each type Nos. 1
2 SMPS Card of each type Nos. 1
3 1-phase Charger Card of each type Nos. 1
4 Gate Drive Card of each type Nos. 1
5 Thyristor (Charger) of each rating and each type Nos. 1
6 Thyristor (Static Switch) of each type Nos. 1
7 DC capacitor of each rating and each type Nos. 1
8 AC capacitor of each rating and each type Nos. 1
9 Free Wheeling Diode (Charger) of each rating and each type Nos. 1
10 IGBT of each rating and type Nos. 1
11 Rectifier Input Fuses (Fast acting) of each rating and
each type Nos. 1
12 DC Fuses of each rating and each type Nos. 1
13 By pass fuses of each rating and each type Nos. 1
14 Choke of each rating and each type Nos. 1
15 Cooling Fan Nos. 1
16 Indication LED Lamp of each type Nos. 1
0
E.2
Spares for DG Set (One set for each DG Set as supplied for SV/IP and RT are to be
supplied).
(Note- Quantities mentioned against each item are for one set only)
1 Generator relay each type and each make Nos. 1
2 DVR- all control card of each type Set 1
3 Automatic Voltage Regulator of each type Nos. 1
4 Engine Safety -- for Lube oil Nos. 1
5 Rotating Rectifier Assembly with surge suppressor set 1
Page 72 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 73 of 93
15.0 STATIONS WORKS – INSTRUMENTATION SCOPE OF WORK
15.1 Introduction
This document details the scope of work to be carried out by works contractor for this Project.
15.2 Special Instructions To Contractor
Bidder shall submit their offer in a well-documented manner with all required documents.
The language of bidder’s offer including catalogue, technical literature or any other documents or any
software shall be English language only. This shall be applicable for bought out items also.
Spread A include : Despatch station, SV-1, SV-2 & IP station. Chainage 0Km to 70Km length.
Spread B include : SV-3, SV-4 & Receiving station. Chainage 70Km to 135Km length.
Scope of the bidder shall be as per the tender specification. Any other activities not specifically mentioned
/covered in the tender documents but otherwise required for satisfactory completion /safety of work has
to be carried out by the contractor within specified schedule at no extra cost to owner.
Bidder shall strictly follow the Recommended Vendor List attached with the tender document for various
items.
15.3 Reference
PTS – Instrumentation with appendices – P.013312-D-11077-081
Appendix -1 – Spare capacity
Appendix- II – Instrument Index
Appendix – III – Instrument Data sheets
Material Requisition – P.013312-D-11071-101
PTS – Optical fiber cable – P.013312-D-11077-083
E.1.4
Spares for Electrical Switch Board / MEDB (One Set for Each Switch Board /
MEDB as supplied for SV/IP and RT are to be supplied).
(Note- Quantities mentioned against each item are for one set only)
1 MCCB of Each Rating Nos. 1
2 Power Contactor of Each Rating Nos. 1
3 Indicating lamp of each type Nos. 1
0 4 Push button & switches (Set) of each type Nos. 1
0 5 MCB of each rating Nos. 1
6 ELCB/RCBO of each rating Nos. 1
7 Timer Switch of each type Nos. 1
8 Switches of each rating
Nos. 1
9 HRC Fuses of each rating and each type Nos. 10
10 Multi function Meter Nos. 1
11 Megger – 500V Nos. 1
Page 73 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 74 of 93
PTS – HDPE Duct – P.013312-D-11077-084
PTS – Metering System – P.013312-D-11077-301
Instrumentation operational philosophy- P.013312-D-11077-085
15.4 Instrumentation System Summary
The entire project is comprised of dispatch station, receiving station, IP station and remote operated SV(4
nos.) with along with associated instrumentation and protection system.
Following facilities shall be provided at stations
1. DESPATCH STATION- SULTANPUR
a. Field instruments as per P&ID.
b. New LCP is not envisaged.
Existing local control panel of CJPL will be used for SJPL interface. In CJPL LCP, spare cut outs/
slots are available for mounting pressure & temperature dual channel indicator and GOOVA
ON/OFF status LED, Open/Close push button & three position switch and pig indication LED.
Addition barriers, relay and terminal block & wiring will be done in available spare space.
All the hardwire signals from gas detection system, fire detection, cathodic protection system,
Corrosive monitoring system, electrical signals and commination cables (Refer instruments index
for details) shall be terminate in local control panel, thereafter all these signals shall be integrated in
RTU by RTU vendor. Vendor shall provide dedicated terminal block for each system with
identification label.
c. Addressable type Gas detection system with point gas detectors & Open Path Gas Detectors
(OPGD).
d. Corrosion monitoring system along with corrosion probe and corrosion coupon.
e. Armored 24 core optical fiber with FTC, joint chamber, joint closure, electronic router marker and
locator, manual route marker. OF cable shall be laid inside the HDPE duct from Sultanpur to Hisar.
f. New Optical fiber cable shall be connected at Sultanpur and interface with existing system.
2. SV STATION
a. New control room will be provided.
b. Field instruments as per P&ID as per recommended vendor list.
c. New Standalone local control panel provided in control room for monitoring the process parameters
and GOOVA operation.
d. All the hardwire signals from gas detection system, fire detection, cathodic protection system,
Corrosive monitoring system, electrical signals and commination cables (Refer instruments index
for details) shall be terminate in local control panel, thereafter all these signals shall be integrated in
RTU by RTU vendor. Vendor shall provide dedicated terminal block for each system with
identification label.
e. Conventional type Fire detection including smoke and heat detector (Multi-sensor detectors)..
f. Addressable type Gas detection system with controller, controller cabinet, point gas detectors &
Open Gas Detectors.
METERING SYSTEM shall be consisting of following facility at JHAJJAR (SV-1) (Free issue items
supplied by GAIL)
a. Dual stream coalescent dual chamber filtration skid with instruments.
b. Single stream Turbine flow metering skid with flow computers for each stream and metering
cabinet.
Page 74 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 75 of 93
c. Dual stream pressure reduction skid with active & monitor valve and slam shutoff valve.
3. IP STATION
a. New control room will be provided.
b. Field instruments as per P&ID as per recommended vendor list.
c. New Standalone local control panel provided in control room for monitoring the process parameters
and GOOVA operation.
d. All the hardwire signals from gas detection system, fire detection, cathodic protection system,
Corrosive monitoring system, electrical signals and commination cables (Refer instruments index
for details) shall be terminate in local control panel, thereafter all these signals shall be integrated in
RTU by RTU vendor. Vendor shall provide dedicated terminal block for each system with
identification label.
e. Conventional type Fire detection including smoke and heat detector (Multi-sensor detectors).
f. Addressable type Gas detection system with controller, controller cabinet, point gas detectors &
Open Gas Detectors.
4. RECEIVING STATION-HISAR
a. New control room will be provided.
b. Field instruments as per P&ID as per recommended vendor list
c. New Standalone local control panel in control room for monitoring the process parameters and
GOOVA operation.
d. All the hardwire signals from gas detection system, fire detection, cathodic protection system,
Corrosive monitoring system, electrical signals and commination cables (Refer instruments index
for details) shall be terminate in local control panel, thereafter all these signals shall be integrated in
RTU by RTU vendor. Vendor shall provide dedicated terminal block for each system with
identification label.
e. Conventional type Fire detection including smoke and heat detector (Multi-sensor detectors)..
f. Addressable type Gas detection system with controller, controller cabinet, point gas detectors &
open path gas detectors.
g. Corrosion monitoring system along with corrosion probe and corrosion coupon.
METERING SYSTEM shall be consisting of following facility at HISAR (Free issue items supplied
by GAIL)
a. Dual stream coalescent dual chamber filtration skid with instruments.
b. Single stream Turbine flow metering skid with flow computers for each stream and metering
cabinet.
c. Dual stream pressure reduction skid with active & monitor valve and slam shutoff valve..
15.5 SCOPE OF WORK
The Contractor’s scope of work shall include but not limited to the following:
15.5.1 This document shall read in conjunction with material requisition and other specification enclosed with
tender document.
15.5.2 Scope of work shall comprise of Total Project Management and execution including, System Design, Detail
Engineering, Procurement of Materials, manufacturing or fabrication, Supply, Installation, Inspection &
Factory Acceptance Testing (total Equipment & System Integration) & Testing of system, Packaging,
forwarding, Insurance, Shipping related all formalities, Inland Transportation to site, and Supply of all related
goods including Mandatory, Commissioning consumables spares, Handling, Storage & Safe custody, Supply
of all type of Erection Items, site engineering, Pre-Commissioning activity, Testing, Interconnection and
Page 75 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 76 of 93
interfacing with Telecommunication System, Trial Run, Commissioning, Training, support and Warranty
Including any civil works etc., & documentation of total system, Testing certificates, calibration certificates
of equipment required to complete in all respect.
15.5.3 Contractor shall collect all the necessary existing system documents and information require for interfacing
with their system. It is contractor’s responsibility to interact or co-ordinate with existing equipment supplier
for technical details require for interface with existing system and local control panel/gas detection system
etc.
15.5.4 Contractor shall carry all the required Tools and Tackles require for installation, erection, testing and
commissioning of system. Quantities of all the tools and tackles shall be adequate and certified as per the
quantum and quality to work. These quantities may require to enhance as and when required by Client to
achieve the project schedule or to expedite the progress.
15.5.5 Contractor shall also carry all the calibration equipment/ testing equipment like multi-meter, hand held
calibrator, 4-20mA simulator, modbus simulators, diagnostic tools etc.
15.5.6 Supply and laying of power, signals, control and communication cables, earthing cables. Including supply,
laying of cable tray including terminations, ferruling, cable numbering, marking, testing including hot & cold
loop testing. Branch cable shall be laid in cable tray and cable from Junction box or field local panel shall be
buried.
Tentative distance between field instruments to junction box as per site requirement.
Tentative average aerial distance between Junction box to control room is 60 mtrs.
Tentative average aerial distance between local control panel to RTU is 30 mtrs.
Tentative average aerial distance between gas detection system to LCP is 30 mtrs
Tentative average aerial distance between Fire detection system to LCP is 30 mtrs
Tentative average aerial distance between RTU and Telecommunication Panel is 15 Mtrs.
Tentative average aerial distance from DCDB to equipment cabinet is 50 mtrs
Note –Contractor shall choose the cable size and type according to requirement but cable size and type of the
cables shall be according to PTS- Instrument cables only.
15.5.7 Required masonry works for installation of systems and all associated equipment etc. shall be in contractor’s
scope of supply.
15.5.8 Any other equipment /material not specifically mentioned herein but required to complete the work (i.e. to
install, commission and successfully run the Installation) shall be in contractor’s scope.
15.5.9 Contractor shall prepare, maintain and submit inspection reports, erection/installation progress reports,
material log etc. periodically.
15.5.10 Daily/Weekly progress report, Documentation like procedure preparation and approval, furnish of inspection
reports, handing over the documents after completion of project etc shall be done by contractor at their cost.
15.5.11 Preparation of cable drum cutting schedule, cable schedule/interfacing wiring diagram, branch cable tray
routine is in contractor scope.
15.5.12 Supply, Fabrication and installation of MS base frames, supports, pipes, plates etc. for local control Panels
/GDS/FDS/Metering panels including welding, bolting, riveting, supply of necessary anchor bolts, grouting
etc., supply of paint and applying one coat of anti-rust primer and two finished coats of approved synthetic
enamel paint, breaking walls, floors etc. for structures as required and supply of all GI hardware materials as
required
Page 76 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 77 of 93
15.5.13 Contractor shall supply the material as per recommended vendor list. If any item is not covered under
recommended vendor list, shall take written approval of CLIENT/CLIENT’S REPRESENTATIVE before
supply of material.
15.5.14 Unloading of material/equipment related to works received at site shall be in the contractor’s scope.
15.5.15 Inspection of received material by unpacking/opening boxes at site including spares & material to be received
at site in presence of CLIENT/CLIENT’S REPRESENTATIVE in charge/OEM.
15.5.16 Contractor shall follow Quality and Safety requirement during construction phases of the Project.
15.5.17 Any special training for height work, electrical/mechanical safety, Scaffolding work, special toolbox, etc.,
for workers, promotional programs, motivational programs etc., shall be in contractor’s scope.
15.6 SCOPE MATRIX
PART A
Station – Sultanpur Dispatch station
Page 77 of 115
SCOPE OF WORK- C & I
P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 78 of 93
Sr.
No
Equipment/Packag
es
Contractor’s Scope of work Free issue items/ GAIL / Other Scopes
1 Field Instruments- as
per P&IDs
Design, Detail Engineering, Procurement of Materials, manufacturing or fabrication, Supply, installation of
field instruments (including supply, fabrication of canopies, mounting stands, supports etc as per site
conditions), testing, integration with System, configuration/ programming, commissioning as per user
requirement, test run, and handover to Client as per “PTS-Instrumentation with Appendices” and other tender
documents.
Scope also includes supply and installation all the erection hardware such as impulse tubing, fittings, protection
shed /canopy, SS tag plates with SS Chain, mounting bracket as applicable, mounting stands including
associated civil works
None
2 Local Control Panel
(Floor mounted
cabinet) (LCP)
Design, Detail Engineering, Procurement of Materials, manufacturing or fabrication, Supply, erection,
installation, testing of LCP and integration with Field instrument, Gas detection panel etc, configuration
/programming as per user requirement, commissioning, test run, SAT and handover to Client as per PTS –
“PTS-Instrumentation with Appendices” and other tender documents.
Erection, installation of LCP inside the station control room including supply of all the required erection
materials, fabrication and civil works.
None
3 Gas detection system
Design, Detail Engineering, Procurement of Materials, manufacturing or fabrication, Supply, erection,
installation, testing of addressable gas detection system and integration with LCP, configuration /programming
as per user requirement, commissioning, test run, SAT and handover to Client as per PTS-Instrumentation
with Appendices” and other tender documents.
None
4 Fire Detection
System(FDS)
None None
5 Corrosion
Monitoring system
(CMS)
CMS shall be
mounted in LCP
Design, Detail Engineering, Procurement of Materials, manufacturing or fabrication, Supply, erection,
installation, testing of corrosion coupon, corrosion probe, digital indicator, etc and configuration /programming
as per user requirement, commissioning, test run, SAT and handover to Client as per PTS-Instrumentation
with Appendices” and other tender documents.
None
9 Cables (Single cable,
Power & control
cable,
communication
cable, LAN cable)
Supply and Cable laying, glanding, termination, ferruling, lugging, tagging, clamping, route marker etc. Scope
includes supply of cable gland, cable tag plates, Cable ferrule, clamps and all the required items to complete
the laying works as per PTS-Instrumentation with Appendices” and other tender documents .
Field Instruments to field mounted junction in cable tray.
Field junction box to Control cabinet is buried.
Cabinet to cabinet inside the control room in cable trench, LCP etc.
For LAN cable Contractor shall supply conduit of proper size and lay cable inside the conduit.
None
Page 78 of 115
SCOPE OF WORK- C & I
P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 79 of 93
Station - SV station
10 Junction Boxes Supply, installation of weather proof and Explosion proof junction including fabrication of supports
PTS-Instrumentation with Appendices” and other tender documents
None
11 Cable Tray with
cover-branch tray
Supply, installation and laying of instrument cable tray (branch and main) including fabrication of supports
PTS-Instrumentation with Appendices” and other tender documents
None
12 Earthing pits Preparation of system and power earthing pit. Supply and laying of earthing cable and earthing strip. None
13 Optical Fiber cable Supply and laying of armored Optical fiber cable inside the HDPE duct along with pipeline from Sultanpur,
SV stations, IP station and Hisar and inside each station control room, including supply of FTC, electronic
route marker & locator, manual route marker, joint/splicing chamber, joint closure, etc as per “PTS- Optical
Fiber cable” and other documents.
Supply and laying of armored Optical fiber cable inside the each HDPE duct on crossing having more than 500
Meters length.
None
14 HDPE duct Supply and laying of HDPE duct along with pipeline from Sultanpur, SV stations, IP station and Hisar
(Receiving station) and inside each station control room as per “PTS- HDPE duct” and other documents
None
Sr.
No
Equipment/Packages Contractor’s Scope of work Free issue items/ GAIL / Other
Scopes
1 Field Instruments- as per
P&IDs
Design, Detail Engineering, Procurement of Materials, manufacturing or fabrication, Supply, installation of field
instruments (including supply, fabrication of canopies, mounting stands, supports etc as per site conditions),
testing, integration with System, configuration/programming, commissioning as per user requirement, test run,
and handover to Client as per “PTS-Instrumentation with Appendices” and other tender documents.
Scope also includes supply and installation all the erection hardware such as impulse tubing, fittings, protection
shed/canopy, SS tag plates with SS Chain, mounting bracket as applicable, mounting stands including associated
civil works
None
2 Local Control Panel
(Floor mounted cabinet)
(LCP)
Design, Detail Engineering, Procurement of Materials, manufacturing or fabrication, Supply, erection,
installation, testing of LCP and integration with Field instrument, Gas detection system, Fire detection system
etc, configuration/programming as per user requirement, commissioning, test run, SAT and handover to Client
as per PTS – “PTS-Instrumentation with Appendices” and other tender documents.
Erection, installation of LCP inside the station control room including supply of all the required erection
materials, fabrication and civil works.
None
3 Gas detection system Design, Detail Engineering, Procurement of Materials, manufacturing or fabrication, Supply, erection,
installation, testing of addressable gas detection system and integration with LCP, configuration /programming
None
Page 79 of 115
SCOPE OF WORK- C & I
P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 80 of 93
as per user requirement, commissioning, test run, SAT and handover to Client as per PTS-Instrumentation with
Appendices” and other tender documents.
4 Fire Detection System
(FDS)
Design, Detail Engineering, Procurement of Materials, manufacturing or fabrication, Supply, erection,
installation, testing of conventional type fire detection system and integration with LCP, configuration
/programming as per user requirement, commissioning, test run, SAT and handover to Client as per PTS-
Instrumentation with Appendices” and other tender documents.
None
5 Cables (Single cable,
Power & control cable,
communication cable,
LAN cable
Supply and Cable laying, glanding, termination, ferruling, lugging, tagging, clamping, route marker etc. Scope
includes supply of cable gland, cable tag plates, Cable ferrule, clamps and all the required items to complete the
laying works as per PTS-Instrumentation with Appendices” and other tender documents .
Field Instruments to field mounted junction in cable tray.
Field junction box to Control cabinet is buried
Cabinet to cabinet inside the control room in cable trench.LCP etc.
For LAN cable Contractor shall supply conduit of proper size and lay cable inside the conduit.
None
6 Junction Boxes Supply, installation of weather proof and Explosion proof junction including fabrication of supports
PTS-Instrumentation with Appendices” and other tender documents
None
7 Cable Tray with cover-
branch tray
Supply, installation and laying of instrument cable tray (branch and main) including fabrication of supports
PTS-Instrumentation with Appendices” and other tender documents
None
8 Earthing pits Preparation of system and power earthing pit. Supply and laying of earthing cable and earthing strip. None
9 Optical Fiber cable. Supply and laying of armored Optical fiber cable inside the HDPE duct along with pipeline from Sultanpur, SV
stations, IP Station and Hisar and inside each station control room, including supply of FTC, electronic route
marker & locator, manual route marker, joint/splicing chamber, joint closure, etc as per “PTS- Optical Fiber
cable” and other documents.
Supply and laying of armored Optical fiber cable inside the each HDPE duct on crossing having more than 500
Meters length.
None
10 HDPE duct Supply and laying of HDPE duct along with pipeline from Sultanpur to Hisar and inside each station control
room as per “PTS- HDPE duct” and other documents
None
11 Filtration skid, Metering
skid, PRS skid, (Only for
SV-1 (Jhajjar Station)
Installation of all the skids under the supervision of skid supplier, cable laying and terminal of cable from skid
junction box to metering system cabinet according to skid supplier cable schedule. Etc. including supply of all
the required erection , fabrication and civil materials.
Erection, installation of Metering cabinet inside the station control room, including supply of all the required
erection , fabrication and civil materials.
Supply of all the skids along with
cabinet and required accessories.
Supply of cables (Power, signals,
control and communication) from
skid instruments to junction box and
Page 80 of 115
SCOPE OF WORK- C & I
P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 81 of 93
Station - IP Station
junction box to cabinet including
cable glands.
Supervision of installation work
Installation of all the skids
instruments including laying of cable
from skid instrument to junction box.
Providing the all required
information, documents and
technical supports while integration.
Sr.
No
Equipment/Packages Contractor’s Scope of work Free issue items/ GAIL / Other
Scopes
1 Field Instruments- as per
P&IDs
Design, Detail Engineering, Procurement of Materials, manufacturing or fabrication, Supply, installation of field
instruments (including supply, fabrication of canopies, mounting stands, supports etc as per site conditions),
testing, integration with System, configuration/programming, commissioning as per user requirement, test run,
and handover to Client as per “PTS-Instrumentation with Appendices” and other tender documents.
Scope also includes supply and installation all the erection hardware such as impulse tubing, fittings, protection
shed/canopy, SS tag plates with SS Chain, mounting bracket as applicable, mounting stands including associated
civil works
None
2 Local Control Panel
(Floor mounted cabinet)
(LCP)
Design, Detail Engineering, Procurement of Materials, manufacturing or fabrication, Supply, erection,
installation, testing of LCP and integration with Field instrument, Gas detection system, Fire detection system
etc ,configuration/programming as per user requirement, commissioning, test run, SAT and handover to Client
as per PTS – “PTS-Instrumentation with Appendices” and other tender documents.
Erection, installation of LCP inside the station control room including supply of all the required erection
materials, fabrication and civil works.
None
3 Gas detection system Design, Detail Engineering, Procurement of Materials, manufacturing or fabrication, Supply, erection,
installation, testing of addressable gas detection system and integration with LCP, configuration /programming
as per user requirement, commissioning, test run, SAT and handover to Client as per PTS-Instrumentation with
Appendices” and other tender documents.
None
4 Fire Detection System
(FDS)
Design, Detail Engineering, Procurement of Materials, manufacturing or fabrication, Supply, erection,
installation, testing of conventional type fire detection system and integration with LCP, configuration
/programming as per user requirement, commissioning, test run, SAT and handover to Client as per PTS-
Instrumentation with Appendices” and other tender documents.
None
Page 81 of 115
SCOPE OF WORK- C & I
P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 82 of 93
Station - Receiving station
5 Corrosion Monitoring
system (CMS)
CMS shall be mounted in
LCP
Design, Detail Engineering, Procurement of Materials, manufacturing or fabrication, Supply, erection,
installation, testing of corrosion coupon, corrosion probe, digital indicator, etc and configuration /programming
as per user requirement, commissioning, test run, SAT and handover to Client as per PTS-Instrumentation with
Appendices” and other tender documents.
None
6 Cables (Single cable,
Power & control cable,
communication cable,
LAN cable
Supply and Cable laying, glanding, termination, ferruling, lugging, tagging, clamping, route marker etc. Scope
includes supply of cable gland, cable tag plates, Cable ferrule, clamps and all the required items to complete the
laying works as per PTS-Instrumentation with Appendices” and other tender documents .
Field Instruments to field mounted junction in cable tray.
Field junction box to Control cabinet is buried
Cabinet to cabinet inside the control room in cable trench, LCP etc.
For LAN cable Contractor shall supply conduit of proper size and lay cable inside the conduit.
None
7 Junction Boxes Supply, installation of weather proof and Explosion proof junction including fabrication of supports
PTS-Instrumentation with Appendices” and other tender documents
None
8 Cable Tray with cover-
branch tray
Supply, installation and laying of instrument cable tray (branch and main) including fabrication of supports
PTS-Instrumentation with Appendices” and other tender documents
None
9 Earthing pits Preparation of system and power earthing pit. Supply and laying of earthing cable and earthing strip. None
10 Optical Fiber cable. Supply and laying of armored Optical fiber cable inside the HDPE duct along with pipeline from Sultanpur to
Hisar and inside each station control room, including supply of FTC, electronic route marker & locator, manual
route marker, joint/splicing chamber, joint closure, etc as per “PTS- Optical Fiber cable” and other documents.
Supply and laying of armored Optical fiber cable inside the each HDPE duct on crossing having more than 500
Meters length.
None
11 HDPE duct Supply and laying of HDPE duct along with pipeline from Sultanpur to hisar and inside each station control
room as per “PTS- HDPE duct” and other documents
None
Sr.
No
Equipment/Pack
ages
Contractor’s Scope of work Free issue items/ GAIL / Other Scopes
1 Field Instruments-
as per P&IDs
Design, Detail Engineering, Procurement of Materials, manufacturing or fabrication, Supply, installation of
field instruments (including supply, fabrication of canopies, mounting stands, supports etc. as per situ
conditions), testing, integration with System, configuration/programming, commissioning as per user
requirement, test run, and handover to Client as per “PTS-Instrumentation with Appendices” and other tender
None
Page 82 of 115
SCOPE OF WORK- C & I
P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 83 of 93
documents.
Scope also includes supply and installation all the erection hardware such as impulse tubing, fittings,
protection shed/canopy, SS tag plates with SS Chain, mounting bracket as applicable, mounting stands
including associated civil works
2 Local Control
Panel (Floor
mounted cabinet)
(LCP)
Design, Detail Engineering, Procurement of Materials, manufacturing or fabrication, Supply, erection,
installation, testing of LCP and integration with Field instrument, Gas detection system, fire detection panel
etc ,configuration/programming as per user requirement, commissioning, test run, SAT and handover to Client
as per PTS – “PTS-Instrumentation with Appendices” and other tender documents.
Erection, installation of LCP inside the station control room including supply of all the required erection
materials, fabrication and civil works.
None
3 Gas detection
system
Design, Detail Engineering, Procurement of Materials, manufacturing or fabrication, Supply, erection,
installation, testing of addressable gas detection system and integration with LCP, configuration
/programming as per user requirement, commissioning, test run, SAT and handover to Client as per PTS-
Instrumentation with Appendices” and other tender documents.
None
4 Fire Detection
System(FDS)
Design, Detail Engineering, Procurement of Materials, manufacturing or fabrication, Supply, erection,
installation, testing of conventional type fire detection system and integration with LCP, configuration
/programming as per user requirement, commissioning, test run, SAT and handover to Client as per PTS-
Instrumentation with Appendices” and other tender documents.
None
5 Corrosion
Monitoring system
(CMS)
CMS shall be
mounted in LCP
Design, Detail Engineering, Procurement of Materials, manufacturing or fabrication, Supply, erection,
installation, testing of corrosion coupon, corrosion probe, digital indicator etc. and configuration
/programming as per user requirement, commissioning, test run, SAT and handover to Client as per PTS-
Instrumentation with Appendices” and other tender documents.
None
6 Cables (Single
cable, Power &
control cable,
communication
cable, LAN cable
Supply and Cable laying, glanding, termination, ferruling, lugging, tagging, clamping, route marker etc. Scope
includes supply of cable gland, cable tag plates, Cable ferrule, clamps and all the required items to complete
the laying works as per PTS-Instrumentation with Appendices” and other tender documents .
Field Instruments to field mounted junction in cable tray.
Field junction box to Control cabinet is buried
Cabinet to cabinet inside the control room in cable trench, LCP etc.
For LAN cable Contractor shall supply conduit of proper size and lay cable inside the conduit.
None
7 Junction Boxes Supply, installation of weather proof and Explosion proof junction including fabrication of supports
PTS-Instrumentation with Appendices” and other tender documents
None
8 Cable Tray with
cover-branch tray
Supply, installation and laying of instrument cable tray (branch and main) including fabrication of supports
PTS-Instrumentation with Appendices” and other tender documents
None
Page 83 of 115
SCOPE OF WORK- C & I
P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 84 of 93
Part B
Scope
Sr.
No.
Item Description Contractor Client Remarks
1 Unloading the material/equipment received from vendors to site, shifting of equipmens/material from store
to installation location etc.
YES
3 Staff and labour transportation YES
9 Earthing pits Preparation of system and power earthing pit. Supply and laying of earthing cable and earthing strip. None
10 Optical Fiber cable. Supply and laying of armored Optical fiber cable inside the HDPE duct along with pipeline from Sultanpur
to hisar and inside each station control room, including supply of FTC, electronic route marker & locator,
manual route marker, joint/splicing chamber, joint closure, etc as per “PTS- Optical Fiber cable” and other
documents.
Supply and laying of armored Optical fiber cable inside the each HDPE duct on crossing having more than
500 Meters length.
None
11 HDPE duct Supply and laying of HDPE duct along with pipeline from Sultanpur to hisar and inside each station control
room as per “PTS- HDPE duct” and other documents
None
12 Filtration skid,
Metering skid, PRS
skid.
Installation of all the skid under the supervision of skid supplier, cable laying and terminal of cable from skid
junction box to metering system cabinet according to skid supplier cable schedule. Etc. including supply of
all the required erection , fabrication and civil materials.
Erection, installation of Metering cabinet inside the station control room, including supply of all the required
erection, fabrication and civil materials.
Supply of all the skid along with cabinet
and required accessories.
Supply of cables (Power, signals, control
and communication) from skid
instruments to junction box and junction
box to cabinet including cable glands.
Supervision of installation work
Installation of all the skids instruments
including laying of cable from skid
instrument to junction box.
Providing all required information,
documents and technical supports while
integration.
Page 84 of 115
SCOPE OF WORK- C & I
P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 85 of 93
4 Labour accommodation. YES
5 Labour license. YES
6 Wooden sleeper as required. YES
7 Office container YES
8 Required material for preparation of platform YES
9 Obtaining statutory approval (if any) for instrumentation system of project. YES
10 Preparation of Job Planning and schedule and DPR YES
11 All statutory compliance YES
12 All civil work for earthing pits, repairing of plaster (If required during conceal wiring work). YES
13 Scaffolding material and installation YES As per requirement.
14 welding machines YES As per requirement.
15 Documentation like procedure preparation, work schedule, calibration reports, inspection report, progress
report, termination details etc. test certificates compliance reports
YES
16 Temporary Illumination at work site YES
Page 85 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 86 of 93
15.7 GENERAL TECHNICAL REQUIREMENTS
15.7.1 General site equipment shall be suitable for operation under the following site conditions.
Sand & dust : With a built-up of dust on operational surface to a level such as may
occur because of imperfections in the sealing of equipment, housing and
conditions prevailing in sub- tropical dust conditions.
Tropicalisation : The equipment shall be fully tropicalized.
Shock & vibration : The equipment shall withstand transportation and handling by air, sea
and road under packed conditions.
15.7.2 The equipment shall also be resistant to termite, fungus, rodents and salty environment. Environmental
Specification of Equipment to be supplied.
15.7.3 The equipment at Stations shall be designed for non-air conditioned environment.
15.7.4 Area and zone classification
15.7.5 All the control rooms wherever available are classified as Safe Areas.
15.7.6 All the fields wherever available are classified as Hazardous area.
15.7.7 Surge Protection, Transient Suppressors, RFI filters Equipment shall be designed with built-in safety to protect
against the effects of monitor induced high voltages.
15.7.8 Earthing
Transmitters, Junction box and control cabinets shall be provided with earthing lugs. All these lugs/ strips shall
be properly secured to the electrical earthing bus.
All system grounds of various cards and equipment, shields of instrument cables shall be connected to system
ground bus, which is electrically isolated from the AC mains earthing bus. The equipment shall provide separate
earthing strip for the same. The system ground bus shall be connected to independent ground buses through
insulated wires.
The wire and cable shielding are required to prevent the equipment from propagating interference and to protect
the equipment from the effect of interference propagated by other devices. Shielding is typically floating on the
device end, tied to IE at the control console.
a) System grounding (earth resistance less than 1 ohm)
b) Frame and AC mains grounding (earth resistance less than 5 ohms)
Accordingly, the equipments shall provide separate earthing strips as mentioned above.
a. Instrument earth(IE) / system ground
IE earth shall be copper earth. IE ground protects sensitive electrical and electronic device, circuit and wiring
from electromagnetic interference (EMI) and radio frequency interference (RFI). IE should be free from
transient voltages and electromagnetic noise. It is, therefore, normally isolated from PE ground. Instrument
earth should be tied in the most direct possible path to a common earth electrode.
IE grounds resistance is less than 1 ohm to ground
b. Power Earth (PE)/AC mains grounding
PE ground provides a route to dissipate the power line transient to earth potential. PE should be tied in the
most direct possible path to a common earth electrode
PE grounds resistance is less than 5 ohm to ground
15.7.9 Safety Requirements
It is the intent of the CLIENT that operational hazards be reduced to a minimum. Contractor shall use sound
engineering judgment to complete installation that will perform the required function without compromise of
safety.
Page 86 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 87 of 93
All controls shall operate in a fail-safe mode. A fail-safe mode defines what a plant, equipment or system will
do when it fails, so as to ensure a safe condition.
Provision shall be made to isolate all 230 V AC (If any) incoming signals to a cabinet, before gaining access to
cabinet internals. Shrouded terminals with warning labels shall be provided, with these terminals being
segregated from other incoming terminals.
15.7.10 Electromagnetic Compatibility - EMC
15.7.11 The equipment shall be efficiently screened against EMI, RFI and conductive interference and shall not interfere
with other equipment in the vicinity or installed in the same building.
The equipment shall be required to meet one of the relevant EMC standards (IEC, MIL, VDE, BS, IEEE etc.).
15.7.12 The entire electronic component shall be protected from airborne contaminants as per ISA 71.04 environmental
conditions for process measurement and control system.
15.7.13 Civil Works
a) Civil works required for interconnecting cabling between various systems, equipment, telecommunication
system and the power supply unit along with cable routing and dressing.
b) Associated foundation, grouting for installation of equipment.
c) Providing and laying perforated trays etc. for point a) above.
d) Any other masonry work associated with entry and installation of equipment, painting and finishing etc.
e) Any other civil works not specifically mentioned in the tender but required as per site requirement.
15.7.14 Electrical Works
Electrical work associated at all the stations shall be consisting of (but not limited to):
f) All cable work including earthing and system ground earth associated with the installation of the supplied
equipment.
g) Any temporary electrical works associated with the installation and commissioning of the system.
h) Testing and certification of all electrical works.
a) All power cabling works (including supply of cables, glanding, ferruling, termination etc.).
Page 87 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 88 of 93
16.0 QUALITY ASSURANCE AND QUALITY CONTROL
o Contractor shall be fully responsible for their Quality Assurance and associated Quality Control process.
o Unless otherwise agreed by the PURCHASER, the Contractor’s quality system shall meet the requirements
of ISO 9001:2015 Quality System and shall be accredited by a recognized authority.
o Contractor is required to establish an acceptable Quality Plan, inclusive of quality manual and procedures that
cover all activities of the order, in order to comply with the Quality System requirements.
o Contractor shall be responsible for arranging/liaising with the Third Party Inspection Agency and other
agencies for design appraisal, inspection, survey and certification requirements as required by the
specification/requisition.
o When required, waiver and acceptance of non-conformances shall be subjected to Third Party Inspection
Agency approval before COMPANY endorsement. These concession records shall be included in the
Manufacturer’s Final Documentation.
17.0 PROJECT MANAGEMENT
17.1 General Requirements
a. Contractor shall establish and maintain the Office (PMO) at site for this project for the entire contract duration.
b. Providing & mobilizing all project management resources, as required, for performance of works. The project
management team shall be fully equipped with planning / scheduling software and analysis tools and manned
with competent and experienced manpower complete with sound project management, reporting, and project
control system.
c. The document numbering philosophy and format shall be as per the approved procedure
d. Appraisal and taking cognizance of site-conditions, Indian Government/State government rules and regulations,
bye-laws, applicable codes and standards, requirements of authorities having jurisdiction over the work site(s),
environmental and pollution concerns including conditions / stipulations laid down by the concerned authorities
etc. The Contractor is deemed to have recognized any restrictive features of the site(s) and / or specific
requirements of the work and made due allowance for it in the work to be performed forming part of this
Contract. Specific consideration shall be given to fact that the project construction also involves necessary
Constructions / Laying / hook-up / tie-in works at the existing stations and the construction of pipeline involves
trenching/laying in the existing corridor having other operating pipelines and utilities. The Contractor shall also
take cognizance of other contractor’s operating/working in the same terminal / RoU, and thus will plan its work
execution accordingly to minimize interference.
e. The Owner will acquired corridor for installation of proposed pipeline & associated facilities. The details are
included in the tender document. The Contractor shall optimally plan the construction methods and limit the
construction works within the land already acquired by Owner. Any additional land as necessitated by the
Contractor for execution of works (temporary/permanent/construction aid/storage yard etc.) shall be arranged
by the Contractor at Contractor’s sole risk and cost and is included in Scope of Work of Contractor. The Owner
has also initiated the approval process for obtaining timely statutory approvals for major crossings including
rails/roads/water/utility etc. (Approval shall be provided by owner, however liasioning / final permission for
execution of construction works shall be responsibility of Contractor).
Page 88 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 89 of 93
f. The alignment sheets are enclosed with the Bid Document. The Contractor shall study all such information
contained in the Bid Document and if required, shall make a site visit to familiarise himself with the site
conditions. Accordingly, the Contractor shall identify and plan the access to site(s) as may be required for
construction of project facilities. Any encroachment to the adjoining agriculture/farm land, private/government
properties and or other such access routes including existing infrastructure of rail/roads etc. shall be managed
and resolved by the Contractor including but not limited to discussion with local / statutory authorities having
jurisdiction, stakeholders, associated compensations and grievance resolutions. The Contractor shall absolve
Owner harmless from all such disputes, grievances by effective resolution to the satisfaction of local / statutory
authorities, having jurisdiction.
g. Obtaining all necessary approvals and work permits from concerned authorities having jurisdiction, as
applicable for performing the work including shifting/relocation of existing facilities and other utilities etc., as
required by local authorities and as directed by Owner. The Contractor shall pre-inform all local authorities in
advance having jurisdiction for crossing underground utilities/pipelines wherever encountered along the
pipeline route. The Contractor shall be required to carry out all the construction works as per applicable work
permits. The Scope of Work of Contractor shall also include implementation of all the planned & incidental
approval conditions as laid-out by the statutory authorities having jurisdiction
h. Statutory Permissions: Statutory permissions from the concerned authority will be provided by owner. However,
all activities related to liaison, co-ordination etc. with authorities needed to achieve the work as per schedule
will be under Contractor’s scope including work permit before commencement of work.
i. Review, interpretation and verification of data / information furnished by Owner in the Bid Document. The
Owner does not take responsibility for correctness / adequacy of the information provided in the Bid Document.
The Contractor shall assess the requirement for any additional data and surveys/investigations that may be
required to generate all data/information necessary to substantiate his Bid Proposal and to carry out detailed
design & engineering, procurement & supply, fabrication & installation, construction, testing & pre-
commissioning, and commissioning of the facilities (temporary and permanent) forming part of this Contract.
j. The Contractor shall co-ordinate with their sub-Vendors, Suppliers, Sub-contractors, Fabricators and shall
perform all activities, as required, including but not limited to expediting, inspection & testing as applicable,
transportation, loading/unloading and liaison with the authorities etc. complete so as to timely procure and
deliver the materials. The Contractor shall also be responsible for necessary testing, verifications and checks
during various stages of procurement including product design, fabrication & testing.
k. The Contractor shall be solely responsible for timely preparation, submission, comment resolution and
necessary revision of all the documents & deliverables required for execution of the project. Major types of
deliverables are specified in this document for Bidder’s Reference. However, it is not the intention of the Owner
to identify and include the listing of all the deliverables. The Contractor shall estimate and list all such
deliverables for submission to Owner. Any exclusion by Contractor in estimating the deliverables does not
relieve the Contractor of his sole responsibility for preparation and submission of all such deliverables, as
required by Owner for granting approval for execution of works.
l. The documents and deliverables shall include but not be limited to the Master Document Register (MDR) or
Document Deliverable Register (DDR), project progress plans & schedules,
plans/layouts/drawings/sketches/schematics/isometrics, construction procedures, method statements,
inspection & test plans, environment & safety plans, inspection and testing reports, routine progress reports,
close-out report of Action Tracker etc. complete.
m. The Contractor shall provide accommodation and camping facilities to its workforce.
Page 89 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 90 of 93
n. The Contractor shall take due care of the surroundings and environment. It shall be ensured that the cutting of
trees/vegetation/crops etc. is avoided to the extent possible and such action would be initiated only after taking
appropriate permissions/approvals from the concerned authorities and/or Owner. The Contractor shall provide
the modification of any such damages as per the guidelines issued by the statutory authorities. The damage to
the environment during construction/testing (e.g. air/water pollution, sanitation, sound/noise pollution etc.) shall
be minimised and any such complaints shall be resolved to the satisfaction of concerned authorities at sole risk
& cost of Contractor.
i. In case, cutting of Trees is unavoidable, the same shall be carried out by the Contractor without any cost
implication. Any permission if required for the same shall be obtained by the Contractor.
o. Review and approval by Owner of the works performed by the Contractor, shall in no way relieve the Contractor
of his sole responsibility for scheduled & safe execution of works.
17.2 Construction Management
a. Providing & mobilizing all construction resources, as required, for execution of project. The construction team
shall be fully equipped with all tools and tackles, support facilities, consumables, construction worthy
equipment of adequate number & capacity (to work under the prevailing site conditions and meeting the
expected construction performance) and manned with competent and experienced site construction team.
b. The construction team (construction supervision as well as construction engineering) shall primarily be
responsible for performing pre-construction activities, review of all the construction / fabrication drawings
prior to start of site construction and updating same as per actual site conditions, prepare of all the construction
method statements and procedures, resolution of site queries, managing the construction activities including
storage and issuance of materials, logistics, managing the Sub-Contractors, if any complete with routine
reporting of the site progress through Daily Progress Reports (DPRs) as well as weekly/monthly construction
reports complete with look-ahead and mitigation plans. It is required that the Contractor shall depute
experienced and competent team so as to work in-sync with the engineering & procurement team, project
management team, local & statutory authorities as well as liaison with Owner’s project management team, as
required. All reports shall be uploaded on PIMS on regular basis as agreed with EIC.
c. Demobilization from site after completion of construction/testing/hook-up/tie-in works and associated pre-
commissioning and commissioning activities including clearing and restoration of site and handing over to
authorities having jurisdiction or to Owner as the case may be.
d. Prepare and Implement all approved Construction Plans & Procedures. The construction of facilities shall be
carried out in accordance with applicable construction plans and procedures, method statements, sketches,
drawings etc., which shall be timely, prepared and submitted by the Contractor for review and approval by
Owner commensurate with execution / construction plan.
e. The construction plan shall specifically address the issues related to construction of pipelines in the vicinity
of existing operating pipelines including the risk assessment and mitigation plans. In addition to the risk of
damage to existing facilities, the construction methodology/plan shall specifically address the safety of men,
materials, equipment and machinery while working in the vicinity of existing Pipelines, OH power lines /
OFC cables / catholically protected pipelines against electrocution / flux interference / earthing leakages etc.
f. Construction, maintenance and dismantling contractor’s workshops, Stores, Yards, Warehouse etc. in vicinity
of pipeline route.
Page 90 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 91 of 93
g. Prepare and maintain all pipe books, vendor data books, material receipt and issue records, inspection &
testing report
h. Ensure HSE compliance for all Works to meet or exceed Company Standards.
17.3 Store & Warehouse Management
a. Contractor shall set-up “Material Storage Yard” for storage & safe custody of all types of materials as per
manufacturer’s standards/approved project requirements and deploying adequate number/capacity of material
handling equipment for loading/unloading of materials.
b. Contractor shall arrange for land for Storage Yard near to pipeline Corridor, adequate to store line pipes as
per the requirements stipulated. Contractor shall enter into lease agreement with the various land
owners/authorities for usage of land adequate as per the Storage Yard plan. The area of Storage Yard and
number of layers for pipes shall be chosen so as to ensure safe handling of pipes, free movement of trailers
and stresses on pipe. Contractor shall submit the Storage Yard location and layout plan for Company’s review/
approval prior to actual acquisition of land for the said purpose.
Contractor shall develop the Storage Yard area required for stacking/ storing of specified quantity of coated/
bare pipes. Contractor shall carry out in this regard all civil works within the Storage Yard required for
temporary storage of pipes in all types of soils such as site grading, clearing, levelling, filling-up, providing
temporary internal roads duly compacted for movement of cranes/ trailers within the Storage Yard, providing
temporary fencing and gates/ barrier, cabins etc. as per the relevant drawings and other requirements indicated
in the Contract document. Contractor shall be responsible for temporary land acquisition for Storage Yard,
making approach road as required to the Storage Yard from the nearest main road including compensation to
land owner(s) for the approach road, permission for the approach road, etc. All internal access roads shall be
dressed and consolidated by means of power driven rollers to obtain maximum compaction. Contractor shall
also provide adequate drainage within the Storage Yard(s). All levelling, dressing and consolidation works
shall be carried out as per the instructions of Company Representative. Contractor shall develop a detailed
development plan of Storage Yard including approach road and obtain Company approval prior to acquisition
of land and commencement of Storage Yard development works. The area of Storage Yard shall be chosen so
as to ensure safe handling of pipes and free movement of trailers. Contractor shall provide adequate drainage
within the Storage Yard.
c. The material storage yard shall have all the provisions for storage of materials in open spaces / sheds / climate
controlled enclosures etc. as applicable, and shall provide protection to materials against degradation (e.g.
heat, rain, dust, corrosion etc.). The layout of the yard shall provide adequate space for handling of material
and equipment movement as well as safety and escape routes. The Contractor shall be responsible for
maintaining the storage yard including levelling/grading/cutting/filling as applicable, water drainage/slope
protection, lighting/fencing etc. complete as applicable so as to ensure uninterrupted work execution. The
Contractor shall maintain a logbook of the incoming and outgoing material to ensure material traceability.
The formats shall be agreed with Owner. Rejected/defective and other such items rendered not-usable by
authorized representatives of Owner or Contractor, shall not be mixed with usable items and shall be removed
from the site.
a. The contractor shall be solely responsible for Free Issue material once taken over in his custody. With regard
to FIM, the scope of contractor includes but not limited to Receiving, Taking-over, transportation, protected
storage, preservation, watch & ward and Reconciliation. Contractor shall be responsible for any
damages/shortfall in FIM reconciliation and necessary recovery shall be imposed as per bid specifications.
Page 91 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 92 of 93
b. Co-ordinate with their Vendors/Suppliers/Manufacturers/Fabricators to ensure delivery of materials at site
commensurate with construction activities.
c. Perform necessary inspections/verifications/checks for incoming and outgoing materials in accordance with
approved documents. The damaged/defective items shall be segregated separately for further review/approval
by Owner for seeking permissions for subsequent repair/rejection.
17.4 Interfacing & Coordination With Sub-Contractors / Vendors /Specialized Agencies
In addition, the following are included in contractor’s scope of work:
a. The Contractor will assure the interface and the coordination of his approved sub-contractors and also other
contractors appointed by Owner who may be working on different packages. The contractor is solely
responsible and liable for interfacing & coordination between his subcontractors if any (Civil, Mechanical,
Electrical, Instrumentation, RTU, Telecom, TCP, PCP etc.), Equipment vendors and specialized agencies such
as NDT, Commissioning, Controlled Blasting etc.
b. Contractor shall prepare the interfacing/Tie-in List showing the description of existing facilities (Civil,
Mechanical, Electrical, Instrumentation, RTU, Telecom, TCP, PCP etc.) with relevant tie-in points.
c. Any variations required for interfacing between sub-contractors / vendors /specialized agencies for efficient
running of system will be carried out by the Contractor at no extra cost to the Owner/Owner’s representative.
d. Any other work not expressly identified above but necessary to complete the construction. of Proposed
pipeline and associated works to the satisfaction of Owner and authorities having jurisdiction.
17.5 Order Of Precedence Of Documents
In case of an irreconcilable conflict between Indian or other applicable standards, General Conditions of Contract,
Special Conditions of Contract, Specifications, Drawings and/or Schedule of Rates, the following shall prevail to
the extent of such irreconcilable conflict in descending order of precedence:
Contract Agreement
Purchase Order
Letter of Acceptance
Schedule of Rate (SOR)
Instructions to Bidders
Special Conditions of Contract
General Conditions of Contract
Scope of Work
Technical Specifications
In case of conflict, discrepancy, inconsistency or dispute between various technical Specifications / documents,
they shall be specifically brought into the notice of Owner/Owner’s representative; the order of precedence of
documents shall be as given below, in decreasing order of priority:
Page 92 of 115
SCOPE OF WORK P.013312
D 11039
001
Rev. 1 Sultanpur-Jhajjar-Hisar Pipeline Project Page 93 of 93
Statutory Regulations and applicable codes & Standard
Scope of Work
P & IDs / Line Schedule
Piping Material Specification/ Data Sheets
Design Basis
Particular Technical Specifications (PTS)
Project drawings
Typical drawings
General Technical Specification (GTS)
In case of conflict between the various requirements given in this document and the requirements of other
specifications enclosed with the tender document, the requirements specified in the scope of work document shall
govern.
In general the pipeline and stations have to be built in accordance with the best state of engineering practice and
commonly used by the worldwide industry.
If any dispute arises with regards to the interpretation of any of the clauses/ detail of the bid document, the decision
of the Owner/Owner’s representative shall be final.
In case of any conflict between various requirements of specifications and code requirements, the most stringent
requirement shall be followed and the decision of Owner/Owner’s representative in the resolution of the conflict
shall be final and shall be implemented by Contractor without any time and cost implication.
Latest edition of applicable codes/Standards/Statutory Regulations, referred in the Bid Document, shall correspond
to the edition as on the date of submission of bid.
Further, in case of any conflict or discrepancy between PTS and GTS for any activity/item, the requirements of
the PTS shall prevail.
17.6 “AS BUILTS”
Contractor shall develop “As-Built” procedure and obtain Owner/Owner’s representative approval on the same.
Contractor shall record and update all As-Built information including all the changes made to the proposed Pipeline
and associated stations facilities, during Construction, in the final “As-Built” documentation.
Subsequently the contractor shall include all design specifications, drawings, datasheets, reports, Vendor data,
equipment manuals, operating and maintenance manuals etc. in the As-Built Documentation.
As built document shall be provided in PDF & Native file (AutoCAD, Word, Excel etc.). All As-Built
Documentation shall be provided in both Electronic and Hard copies as per Tender requirements.
Page 93 of 115
RECOMMENDED VENDOR LIST FOR LAYING AND ASSOCIATED WORKS FOR SULTANPUR-JHAJJAR-HISAR
PIPELINE (SJHPL) PROJECT
Sr. No. NAME OF VENDOR
MECHANICAL
STATION PIPE
1 Maharashtra Seamless Ltd.
2 Indian Seamless Metal Tubes
3 BHEL
4 DylanBelgie bvba, Belgium
5 F.B.F. Belgium
6 Ferrostaal (MAN Group), Germany
7 INTERFORGE
8 KURVERS Piping, Germany
9 MEREK Engineering
10 Groupe Genoyer (PHOCEENNE)
11 VAN LEEUWEN TUBES
BALL VALVES1 CAMERON INTERNATIONAL CORPORATION
2 MSA
3 Petrol Valves S.r.L.
4 RMA Maschinen- und Armaturenbau Faulhaber & Truttenbach
5 SCHUCK ARMATUREN (ex BORSIG)
6 Tormene Gas Technology S.p.A.
7 Breda Energia Spa
8 TRP (Perar), srl, Italy
10 Microfinish Valves Pvt. Ltd.
11 Virgo Valves & Control Pvt. Ltd. ( Emerson Group)
12 L&T Valves Ltd.
13 Oswal Industries Ltd.
14 Petro Valves Pvt. Ltd.
15 Flowchem Industries
GAS OVER OIL ACTUATORS1 BIFFI Italia s.r.l, Italy
2 Rotork fluid Sytem s.r.l
3 Shafer Actuators
4 Bettis Corporation (Emerson Group)
GLOBE VALVES1 NSSL Limited
2 Oswal Industries Ltd
3 L&T Valves Ltd.
5 LEADER VALVES LTD.
6 Galperti Engineering & Flow control spa
7 Douglas Chero SPA
8 Niton Valves Pvt. Ltd.
9 Petro Valves Pvt. Ltd.
10 Flowchem Industries
CHECK VALVES1 Econo Valves Pvt. Ltd.
2 L&T Valves Ltd.
4 Oswal Industries Ltd
RECOMMENDED VENDOR LIST FOR LAYING AND ASSOCIATED WORKS FOR SULTANPUR-JHAJJAR-HISAR
PIPELINE (SJHPL) PROJECTSr. No. NAME OF VENDOR
5 Weir BDK Valves
6 Flowchem Industries
7 NSSL Limited
8 Leader Valves Ltd.
9 Niton Valves Ind. Pvt. Ltd.
1 FMC Sanmar Ltd.
PRESSURE RELIEF VALVE (PRV)
Page 94 of 115
RECOMMENDED VENDOR LIST FOR LAYING AND ASSOCIATED WORKS FOR SULTANPUR-JHAJJAR-HISAR
PIPELINE (SJHPL) PROJECT
Sr. No. NAME OF VENDOR
2 PROTEGO India Pvt. Ltd.
3 L&T Valves Ltd.
4 Mekaster (Formerly SEBIM) Valves India Pvt. Ltd.
5 RMG Regal + Messtech GmbH, Germany
6 Tyco Valves
1 Groupe Genoyer (PHOCEENNE)
2 TECHNOGORGE- Italy (International Piping Group)
3 FBF Global Services Co.
4 Allied International SRL Italy
5 Bassi Luigi Fittings, Italy
6 GAM Raccordi Spa Italy
7 Groupe Genoyer (PHOCEENNE)
8 Teekay Tube
9 Pipefit Engineers Pvt. Ltd.
10 Sawan Engineers Pvt. Ltd.
11 Dee Piping System (EARLIER DEE DEVELOPMENT ENGINEERS LTD.)
12 Siddharth & Gautam
13 M.S. Fittings Manufacturing Company Pvt. Ltd.
14 Gujarat Infra Pipes Pvt. Ltd.
PIPE FITTINGS (FORGED)1 Siddharth & Gautam
2 Commercial Supply Agency
3 Eby Industries
4 Dee Piping System (EARLIER DEE DEVELOPMENT ENGINEERS LTD.)
FLOW TEES1 TECHNOGORGE- Italy (International Piping Group)
2 Pipefit Engineers Pvt. Ltd.
3 Multitex Filtrations
4 Sawan Engineers Pvt. Ltd.
BARRED TEES1 TECHNOGORGE- Italy (International Piping Group)
2 Pipefit Engineers Pvt. Ltd.
3 Multitex Filtrations
4 Sawan Engineers Pvt. Ltd.
1 TD Williamson
2 Advantica
3 Furmanite International Ltd - UK
RECOMMENDED VENDOR LIST FOR LAYING AND ASSOCIATED WORKS FOR SULTANPUR-JHAJJAR-HISAR
PIPELINE (SJHPL) PROJECTSr. No. NAME OF VENDOR
FLANGES1 Echjay Industries Pvt. Ltd.
2 CD Industries
3 CHW Forge (Choudhary Hammer Works)
4 Metal Forgins (P) Ltd.
5 Punjab Steel Works
6 JAV Forgings Pvt. Ltd.
7 C D Engineering Co.
8 J K Forgings
9 Sanghvi Forging & Engineering Ltd.
10 Pipefit Engineers Pvt. Ltd.
11 Sawan Engineers Pvt. Ltd.
Fire Fighting Equipmenta Fire Extinguisher
1 Safex Fire Services
PIPE FITTINGS ( SEAMLESS / W ELDED)
SPLIT TEES FOR HOT TAPPING
Page 95 of 115
RECOMMENDED VENDOR LIST FOR LAYING AND ASSOCIATED WORKS FOR SULTANPUR-JHAJJAR-HISAR
PIPELINE (SJHPL) PROJECT
Sr. No. NAME OF VENDOR
2 Brijbasi Hi-tech Udyog
3 Nitin Fire Protection Industries Ltd.
4 Supermex Equipments
5 Kooverji Devshi & Co.
b Hire Hydrant, Monitors, Deluge Valves & Nozzles
1 Minimax\
2 Vijay Fire
3 Newage
4 Zenith
5 Nitin Fire Protection Industries Ltd.
c Hoses & Hoses accessories
1 Gayatri Industrial Corporation
2 Royal India Corporation
3 Brijbasi Hi-tech Udyog
4 Nitin Fire Protection Industries Ltd.
5 Zaverchand Marketing Pvt. Ltd.
6 Newage
7 Simplex Rubber Products
W elding Electrode1 For Mainline- Lincoln / Bohler make
2For Terminal- For Root Pass- Lincon Make
For Other passes- Lincoln, D & H or equivalent make
NDT Agencies1 NDT Services, Ahmedabad
2 RTD, Mumbai
3 Sievert , Mumbai
4 X-Tech- Vizag
5 Geecy Industrial Service Pvt. Ltd., Mumbai.
Page 96 of 115
RECOMMENDED VENDOR LIST FOR LAYING AND ASSOCIATED WORKS FOR SULTANPUR-JHAJJAR-HISAR
PIPELINE (SJHPL) PROJECT
Sr. No. NAME OF VENDOR
FLAME ARRESTOR1 Fluidyne Instruments Pvt. Ltd.
2 PROTEGO India Pvt. Ltd.
3 NIRMAL INDUSTRIAL CONTROLS PVT. LTD.
4 Super Safety Services
5 A plus Projects & Technology (P) Ltd.
FASTENERS1 Multi Thread Fasteners ,Baroda
2 Precis ion Engineering Industries
3 Nireka Engg. Co. Pvt. Ltd.
4 Deepak Fasteners Ltd.
5 Fix Fit Fasteners
GASKETS1 Goodrich Gaskets Pvt. Ltd.
2 IGP Engineers Pvt. Ltd.
3 Madras Industrial Products
4 Banco Products (P) Ltd.
5 Starflex Sealing India Pvt. Ltd.
1 BERRY Plastics Corporation, Belgium- Covalence Brand
2 Denso GmbH
3 CANUSA-CPS a div is ion of SHAWCOR INC.
COLD APPLIED TAPES1 BERRY Plastics Corporation, Belgium- Covalence Brand
2 Denso GmbH
3 CANUSA-CPS a div is ion of SHAWCOR INC.
PUR (TAR-FREE) COATING1 Denso GmbH
2 BERRY Plastics Corporation, Oman/ Houston- Powercrete Brand
HOT INDUCTION BENDS1 Fabricom
2 Jindal Saw Ltd.
3 PSL Ltd
4 Welspun Gujarat Stahl Rohren Ltd
5 Sawan Engineers Pvt. Ltd.
CASING END CLOSURE1 RACI SPACERS INDIA PVT. LTD.
2 Raychem RPG Limited
ROCKSHIELD1 Raychem RPG Limited
2 Denso GmbH
SPACER / INSULATOR1 RACI SPACERS INDIA PVT. LTD.
2 Malon Technical Products
3 Advance Product s & System Inc.
4 Raychem RPG Limited
1 Sparco Multiplast Pvt. Ltd.
2 Shri Ambica Plastic Industries
RECOMMENDED VENDOR LIST FOR LAYING AND ASSOCIATED WORKS FOR SULTANPUR-JHAJJAR-HISAR
PIPELINE (SJHPL) PROJECTSr. No. NAME OF VENDOR
1 Forain Srl, Italy
2 G.D.Engineering
3 Perry Equipment Corporation
4 Pipeline Engineering
HEAT SHRINKABLE SLEEVES
W ARNING MESH / W ARNING TAPES/ W ARNING NET
QUICK OPENING END CLOSURE
Page 97 of 115
RECOMMENDED VENDOR LIST FOR LAYING AND ASSOCIATED WORKS FOR SULTANPUR-JHAJJAR-HISAR
PIPELINE (SJHPL) PROJECT
Sr. No. NAME OF VENDOR
5 Siirtec Nigi S.p.A
6 Groupe Genoyer (PHOCEENNE)
7 Rosen Group
8 TD Williamson
1 G.D.Engineering
2 Forain S.R.L
3 TD Williamson
4 Groupe Genoyer (PHOCEENNE)
1 Punj Lloyd Limited (India)
2 Cherington Asia (India) Pvt. Ltd.
3 Essar Construction Ltd.
4 Mersing Construction and Engineering Sdn Bhd., Selangor (Malaysia)
5 Herrenknecht (Asia) Ltd. (Thailand)
6 Mid East Pipeline
7 N.R. Patel & Co.,
8 Trenchless
1 Rosen Group
2 Pipeline Engineering
3 Spetsneftegaz NPO JSC (NGKS), Russia
4 TD Williamson
1 Corrtech International Pvt. Ltd.
2 Totaline, Australia
1 Dupont, India
2 Performance Coating Gmbh
3 COPAN
1 Asian Paints Ltd.
2 Sigma Paints S.A. Ltd.
3 Berger Paints India Ltd.
4 Kansai Nerolac Paints Ltd.
CIVIL
1 Parryware
2 Hindustan
3 Cera
PIG SIGNALLER / PIG ALERTS
CONTRACTORS FOR HDD W ORK
CONTRACTORS FOR EGP/ INTELLIGENT PIGGING
CONTRACTORS FOR VACCUM DRYING
PAINTS FOR INTERNAL COATING
PAINTS FOR OUTER SURFACE
VITREOUS CHINA SANITARYW ARE
Page 98 of 115
RECOMMENDED VENDOR LIST FOR LAYING AND ASSOCIATED WORKS FOR SULTANPUR-JHAJJAR-HISAR
PIPELINE (SJHPL) PROJECT
Sr. No. NAME OF VENDOR
STAINLESS STEEL SINKS1 AMC
2 Neelkanth
C.P FITTINGS1 Parco
2 GEM
1 ESS
2 Lotus
3 Orient
PVC PIPES1 Supreme
2 Prince
GI PIPES/MS PIPES1 TATA
1 KITEC
1 Leader
2 Zolote
1 Kirloskar
1 Perfect
HDPE PIPES AND FITTINGS1 Hasti
2 Oriplast
W ATER TANKS1 Sintex
ALUMINIUM HARDW ARE1 Earibihari
GLASS1 Modiguard
2 Atul
1 Hindalco
CEMENT1 Ultratech Cements
2 Ambuja
3 ACC
4 Birla
PAINTS1 Asian
2 Berger
3 Nerolac
4 Shalimar
5 Bombay
RECOMMENDED VENDOR LIST FOR LAYING AND ASSOCIATED WORKS FOR SULTANPUR-JHAJJAR-HISAR
PIPELINE (SJHPL) PROJECTSr. No. NAME OF VENDOR
1 Kajaria
2 Johnson
3 Somany
STRUCTURAL STEEL1 SAIL
C.P ACCESSORIES, W ASTE FITTINGS
COMPOSITE PIPES & FITTINGS
GUN METAL VALVES AND LOCKS
CI DOUBLE FLANGED SLUICE VALVES, NON RETURN VALVES
STONE W ARE PIPE AND GULLY TRAPS
ALUMINIUM DOOR/W INDOW SECTION
CERAMIC/VITRIFILED/VITREOUS TILES
Page 99 of 115
RECOMMENDED VENDOR LIST FOR LAYING AND ASSOCIATED WORKS FOR SULTANPUR-JHAJJAR-HISAR
PIPELINE (SJHPL) PROJECT
REINFORCEMENT STEEL1 TISCO
2 SAIL
ELECTRICALAMF DG SET
1 Sudhir Engg. Co.
2 Powerica Limited
3 Bhaskar Power Project Ltd.
4 Jakson Engineers Ltd.
SILENT D.G. SET SUPPLIER1 Sudhir Engg. Co.
2 Powerica Limited
3 Jakson Engineers Ltd.
1 Contronics Switchgear (I) Pvt. Ltd.
2 Elpro Engineering
3 RYB Switchgears Pvt. Ltd.
4 Trident Switchgears
5 Birla Ericsson Optical Ltd.
6 MileStones Switchgear Pvt. Ltd.
7 Vidhyut Control (I) Pvt. Ltd.
8 Electronic Insatrumentation & Control
9 Crompton Greaves Ltd.
10 Larsen & Toubro Ltd.
11 Control & Switchgear Co. Ltd.
POW ER CABLES1 Universal Cables Ltd., M.P.
2 Fort Gloster Industries Ltd.
3 Associated Flexibles & Wires Pvt. Ltd., Mumbai
4 NICCO Corporation Ltd., Baroda
5 Cable Corporation of India Ltd.
6 KEI Industrie Ltd.
7 Grandlay
8 Ravin Cables Ltd.
9 Thermopads Pvt. Ltd.
10 R.P.G. Cable Ltd.
11 Finolex Cable
12 Delton Cables Ltd.
13 Polycab Wire Pvt. Ltd.
14 CORDS Cable Industries
15 Finolex Cable
16 GESCAB Industries Ltd.
17 INCAB
RECOMMENDED VENDOR LIST FOR LAYING AND ASSOCIATED WORKS FOR SULTANPUR-JHAJJAR-HISAR
PIPELINE (SJHPL) PROJECTSr. No. NAME OF VENDOR
1 Balinga Lighting Equipments Pvt. Ltd.
2 Sudhir Switch Gears Pvt. Ltd.
3 Flame Proof Control Gears Pvt. Ltd.
4 Flame Proof Equipment Pvt. Ltd.
5 Flex Pro Electricals Pvt. Ltd., Navsari
6 CEAG
1 B.C.H.
2 Baliga Lighting Equipments Pvt. Ltd.
3 CGL
4 MDS
MAIN / SECONDARY, MEDB, DCDB & UPS DISTRIBUTION BOARD
FLAMEPROOF LIGHTING FIXTURES, FLP, J.BOX/FLP SW ITCH SOCKET
SW ITCH SOCKET AND PLUGS
Page 100 of 115
RECOMMENDED VENDOR LIST FOR LAYING AND ASSOCIATED WORKS FOR SULTANPUR-JHAJJAR-HISAR
PIPELINE (SJHPL) PROJECT
LIGHTING FIXTURES1 Crompton Greaves Ltd.
2 Philips
3 Bajaj Electrical Ltd.
4 KESELEC Schreder
U.P.S1 Fuji Electric Company Limited
2 Hitachi Hi-REL Controls Ltd.
3 Emmerson Network Power Management (Formerly known as Tata Libert)
4 Gutor Electronics Ltd. (L&T Representative)
5 Kerala State Electronics Development Corporation Ltd.
AIR CIRCUIT BREAKER1 L&T / Siemens / CGL / GE / CSC / Schneider Electric
1 L&T / Siemens / CGL / GE / SCS / Schneider Electric
SW ITCH1 L&T / Siemens / CGL / GE / CSC / Schneider Electric
FUSE1 L&T / EE / CGL / GE / Schneider Electric / CSC
CONTACTOR1 L&T / Siemens / CGL / GE / Schneider Electric / CSC
INSTRUMENT / METER1 IMP / Rishab / AE
CT / PT1 Indcoil / Gm / Koppa / Silkana / Siemens / AE / Pragati Electricals
PUSH BUTTON1 L&T / Siemens / BCH / Kaycee
SELECTOR SW ITCH1 Kaycee
INDICATION LAMP1 Concord / L&T / Vashinu
CABLE GLANDS1 Control Switch Gear / Electromac / Comment / Baliga / Flameproof Control Gear
CABLE LUGS1 Commet / Dowells / Ismail
TERMINAL BLOCKS1 Eleme / DAV / Essem / BCH / Connect well / Tosha
2 Phonix Contact (India) Pvt. Ltd.
RECOMMENDED VENDOR LIST FOR LAYING AND ASSOCIATED WORKS FOR SULTANPUR-JHAJJAR-HISAR
PIPELINE (SJHPL) PROJECTSr. No. NAME OF VENDOR
NICKEL CADMIUM BATTERY1 AMCO
2 HBL NIFE Power System Ltd.
LIGHTING MCB DB1 MDS
2 Indo-Asian
3 Clipsal
4 Datar
5 Havels
6 Standard
7 Shrenik and Co., Ahmedabad
AIR CONDITIONER1 Voltas
2 Carrier
3 LG
4 Blue Star
5 Hitachi
MOULDED CASE CIRCUIT BREAKER
Page 101 of 115
RECOMMENDED VENDOR LIST FOR LAYING AND ASSOCIATED WORKS FOR SULTANPUR-JHAJJAR-HISAR
PIPELINE (SJHPL) PROJECT
BATTERY CHARGER1 Chhabi Electricals Pvt. Ltd.
2 Universal Instruments
3 HBL NIFE Power System Ltd.
PANEL1 ICA
2 Swati Switchgears(I) Pvt. Ltd., Ahmedabad
3 Elemech Switchgears & Instrumentations, Ahmedabad
4 Rittal
5 Pyrotech Controls
6 Enclotek
I.S. BARRIER / REPEATER1 MTL
2 P&F
TRANSFORMER1 Patson Transformers Pvt. Ltd., Ahmedabad
2 Voltamp Transformers Pvt. Ltd., Ahmedabad
1 Mitcorr Cathodic Protection Pvt. Ltd., Baroda
2 Corrosion Control Servcies(B) Pvt. Ltd., Mumbai
3 Raychem RPG Ltd.
4 Corrtech International Pvt. Ltd., Ahmedabad
SOLAR LIGHT1 Saroj Urja Services Co
2 Solartech System
3 Khodiyar Enterprise
4 Hitech Industrial Corp.
INSTRUMENTATION
1 Emerson Process Management
2 Invensys
3 Tata Honeywell
4 Fuji
5 Yokogawa Blue star
6 ABB
7 Endress & Hauser
RECOMMENDED VENDOR LIST FOR LAYING AND ASSOCIATED WORKS FOR SULTANPUR-JHAJJAR-HISAR
PIPELINE (SJHPL) PROJECTSr. No. NAME OF VENDOR
RTD W ITH THERMOW ELL1 Pyroelectric Instruments
2 General Instruments
3 A.N. Instrument
PRESSURE GAUGE1 H. Guru
2 General Instruments
3 A.N. Instrument
4 Fiebig
5 Wika
6 Baumer
1 SWITZER
2 DELTA
3 UNITED ELECTRIC
4 SOR
5 GAUGE BOURDON
6 DRESSER
CATHODIC PROTECTION SUB-CONTRACTOR
PRESSURE, LEVEL, DIFFERENTIAL, TEMPERATURE TRANSMITTER
PRESSURE/DIFFERENTIAL SW ITCH
TEMPERATURE GAUGE W ITH THERMOW ELL
Page 102 of 115
RECOMMENDED VENDOR LIST FOR LAYING AND ASSOCIATED WORKS FOR SULTANPUR-JHAJJAR-HISAR
PIPELINE (SJHPL) PROJECT
1 General Instruments
2 Pyroelectric Instruments
3 A.N. Instrument
1 DET-TRONIC
2 HONEYWELL
3 JOSEPH LESLIE DRAGGER
4 DETECTION INSTRUMENTS
5 OLDHAM
RELAYS1 Omron
2 OEN
3 Jyoti
PLC1 Allen Bradley
2 GE Fanuc
3 Bristol Babcock Inc.
4 Honeywell
5 Schnieder
6 ABB
7 Siemens
8 Emerson
MCT1 NEIMEX
2 Signet International
3 ROTEX
OFC1 Finolex Cable
2 Birla Ericsson Optical Ltd., Rewa (M.P.)
3 RPG Cables Limited
4 Tamilnadu Telecommunications Limited
5 U M Cables
6 Himachal Futuristic Communications Ltd.
7 Sterlite Industries (I) Ltd.
RECOMMENDED VENDOR LIST FOR LAYING AND ASSOCIATED WORKS FOR SULTANPUR-JHAJJAR-HISAR
PIPELINE (SJHPL) PROJECTSr. No. NAME OF VENDOR
HDPE DUCT FOR OFC1 Jain Irrigation System Ltd., Jalgaon
5 Parix it Industries Ltd., Ahmedabad
6 Pennwalt Agru Plastic Ltd., Baroda
1 MTL
2 P&F
INSTRUMENT PANEL1 RITTAL
2 ICA
3 Pyrotech Controls
INSTRUMENT CABLES1 CORDS Cable Industries
2 Associated Cables
3 KEI Industries Ltd.
4 Universal Cables Ltd., M.P.
1 Flex Pro Electrical Pvt. Ltd., Navsari
2 Baliga
3 Exprotecta
FIRE & GAS DETECTION SYSTEM
I.S BARRIER/REPEATER/SIGNAL MULTIPLIER
JUNCTION BOX / CABLE GLANDS / PLUGS
INSTRUMENT FITTINGS, VALVES AND MANIFOLDS
Page 103 of 115
RECOMMENDED VENDOR LIST FOR LAYING AND ASSOCIATED WORKS FOR SULTANPUR-JHAJJAR-HISAR
PIPELINE (SJHPL) PROJECT
1 Swagelock
2 Parker
TELECOM1 NOKIA SIEMENS NETWORKS hiT 7025/ CORIANT
RTU1 SYNERGY
CCTV1 PELCO
TELEPHONE1 Alcatel-Lucent
1 Caproco, UK
2 Corrpro, Sharjah
3 Metal Samples, USA
4 Cormon, UK
5 Atel, Italy
6 Korosi Specindo
1 3M
2 Moeller
1 Raychem
2 3M
3 Siemens
4 F&G
6 Keptel
7 Alcoa Fujikura Limited
1 Lloyd Register of Industrial Services
2 Technische Ulierwachungs Verein (TUV)
RECOMMENDED VENDOR LIST FOR LAYING AND ASSOCIATED WORKS FOR SULTANPUR-JHAJJAR-HISAR
PIPELINE (SJHPL) PROJECTSr. No. NAME OF VENDOR
3 DNV-GL
4 AIB-Vincotte
5 Bureau Veritas
6 SGS
7 American Bureau Services (ABS)
8 Velosi Certification Services
ELECTRONIC MARKER AND LOCATOR
FIBER TERMINAL CLOSER (FTC)
THIRD PARTY INSPECTION AGENCY
Note :
1) The details of Vendors indicated in this lis t are based on the information available with TE, Contractor shall verify capabilities of each vendor for producing the required quantity with.
Consultant does not Guarantee any responsibility on the performance of the Vendor, it is the contractor's responsibility to verify the correct status of vendor and quality control of each
parties and also to expedite the material in time. Contractors to also ensure that supplier / bidder selected for Award should not be in the Holiday lis t of GAIL/ EIL/ MECON
2. Above vendor lis t is indicative only and any other vendor(s) apart from as mentioned above may be accepted subject to approval by Owner/Owners representative based on past
track record.
3. For the vendors of items not covered in above vendor lis t, but required for completion of project successfully, supplier shall take approval form Owner/Owners representative for the
same during project execution. Bidder shall submit the required certifications, documents, PTR and Performance letters from clients for the same
CORROSIVE MONITORING SYSTEM (CMS)
Page 104 of 115
QA / QC DURING CONSTRUCTION BY
CONTRACTOR
P.013312 D 11000
001
LAYING AND ASSOCIATED WORKS FOR SULTANPUR
JHAJJAR HISAR PIPELINE (SJHPL) PROJECT
TRACTEBEL ENGINEERING PVT. LTD.
QUALITY ASURANCE / QUALITY CONTROL (QA/QC) DURING CONSTRUCTION BY CONTRACTOR
0 17.07.2019 Issued forTender SSA MS SKH
Rev. Date Description Prepared by Checked by Approved by
Page 105 of 115
QA / QC DURING CONSTRUCTION BY
CONTRACTOR
P.013312 D 11000
001
Rev. 0 Sultanpur Jhajjar Hisar Pipeline (SJHPL) Project Page 1 of 1
TABLE OF CONTENTS
1.0 ABBREVIATION ..................................................................................................................... 1 2.0 PURPOSE ............................................................................................................................... 1 3.0 SCOPE .................................................................................................................................... 1 4.0 RESPONSIBILITY .................................................................................................................. 1 5.0 METHODOLOGY ..................................................................................................................... 2 6.0 WAIVER & DEVIATION .......................................................................................................... 4
ATTACHMENT –I: WAIVER / DEVIATION PERMIT ................................................................ 5 ATTACHMENT –II: FORMAT OBSERVATION ON QUALITY ASPECTS ..................................... 7 ATTACHMENT-III: REQUIREMENT FOR CONTROL OF MONITORING AND MEASURING DEVICES. ................................................................................................................................ 8
Page 106 of 115
QA / QC DURING CONSTRUCTION BY
CONTRACTOR
P.013312 D 11000
001
Rev. 0 Sultanpur Jhajjar Hisar Pipeline (SJHPL) Project Page 1 of 9
1.0 ABBREVIATION
EPC : Engineering, Procurement & Construction
H : Hold
IC : Inspection Certificate
IR : Inspection Report
ITP : Inspection and Test Plan
IRN : Inspection Release Note
PMC : Project Management Consultant
PO : Purchase Order
PR : Purchase Requisition
PS : Purchase Specification
QA/QC : Quality Assurance / Quality Control
QAP : Quality Assurance Plan
QTY : Quantity
R : Review
RCM : Resident Construction Manager
RPO : Regional Procurement Office
TPIA : Third Party Inspection Agency
P : Perform
W : Witness
RW : Random Witness
2.0 PURPOSE
The purpose of this document is for uniform understanding and implementation of quality management and quality control by contractor during construction to produce the product by combination of various activities and role of Owner/ Consultant in verification. The management of quality shall also cover co-ordination, review, approval audit and proper documentation of the works performed.
3.0 SCOPE
This document shall be applicable to all construction works to be executed by CONTRACTOR.
4.0 RESPONSIBILITY
It is CONTRACTOR’s prime responsibility to arrange/produce the product conforming to contract specifications and inspect all equipment, materials and works at various stages of execution as per the approved QA Plans. In addition, they have to coordinate directly with the OWNER/ Consultant and other involved agencies to give adequate confidence that the activities are performed as per agreed ITPs and necessary documentation are available. Verification by Owner/ Consultant or his representative at any stage shall not relieve CONTRACTOR of his responsibility towards quality of the product.
The CONTRACTOR shall comply with all statutory rules & regulations in force during execution of work and interface with such authorities as required.
Page 107 of 115
QA / QC DURING CONSTRUCTION BY
CONTRACTOR
P.013312 D 11000
001
Rev. 0 Sultanpur Jhajjar Hisar Pipeline (SJHPL) Project Page 2 of 9
5.0 METHODOLOGY
The management of construction quality control is divided into the following categories:-
(1) Procurement of materials required for the construction work.
(2) Execution of work
5.1 PROCUREMENT OF MATERIALS REQUIRED FOR THE CONSTRUCTION WORK
The CONTRACTOR shall develop list(s) defining the items to be procured along with proposed Vendors for approval of the Owner/ Consultant. The list shall comprise of all items except vessels, equipment, pumps, electrical/ instrumentation panels etc. which may be available directly ready for installation or require small fabrication as per requirement. The vendor list shall be in line with the contract document. In case, no vendor list exists in the contract for a particular item, the CONTRACTOR shall propose a list of Vendors to Owner/ Consultant. CONTRACTOR has to satisfy himself with the capability of the vendor to deliver the product in time with quality before proposing him as a prospective vendor. CONTRACTOR shall submit the Quality Assurance Plans for all major items and carry out their procurement in line with the approved plans. CONTRACTOR shall carry out their procurement in line with the contract requirement.
CONTRACTOR shall develop procedure for Inspection of material after receipt at site covering Material Receipt Inspection Report (MRIR), Correlation of materials with respect to Data Sheet / Quality Assurance Plan (QAP) / Inspection Release Note (IRN)/ Test Certificates/ marking on the materials etc.
The CONTRACTOR can either provide his own adequate qualified staff for inspection or employ a separate third party inspection agency with prior approval to carry out these functions. Involvement of OWNER/ Consultant in the quality control plan, if required, shall be defined during approval of the same.
5.2 EXECUTION OF WORK
5.2.1. The QA plans for execution shall be developed by the CONTRACTOR. OWNER/ Consultant’s approval for the same shall be taken well before start of the work. The final Inspection & Test Plans (ITPs shall be developed by the CONTRACTOR as per contract specifications within fifteen (15) days after award of work for approval by OWNER/ Consultant. For the activities which are identified as Witness or Hold Point, specific inspection call shall be raised by the CONTRACTOR with OWNER/ Consultant in the requisite format well in advance.
CONTRACTOR shall be completely responsible for management of approved quality plans and OWNER/ Consultant involvement will be only of Surveillance in nature to randomly check the works at selective/critical junctures. Their role shall be to monitor that the CONTRACTOR is executing the quality plans as per the approved drawings, employing adequately qualified staff and other resources for various items of works. Any deviation to the specifications shall be brought to the notice of OWNER/ Consultant in prescribed formats by CONTRACTOR for approval.
5.2.2. It is likely that the CONTRACTOR may engage sub-contractor(s)/vendors for performance of the work. CONTRACTOR shall be responsible for ensuring the implementation of approved QA plan, contract specifications and contract conditions through their sub-contractors to achieve the quality during all stages of construction. It shall be the responsibility of the CONTRACTOR to ensure proper coordination between his sub- contractor(s) and other agencies working at site.
The sub-contractor(s)/vendors selection shall be done after evaluation by the CONTRACTOR in line with contract requirements and shall be got approved by Owner/ Consultant before engaging them for the works.
5.2.3. Storage
All the materials procured shall be stored/stacked as per the standard norms and as recommended in various clauses of relevant codes and contract document. The storage of material shall be such as to avoid damage to life/properties (physical and chemical) of the materials. The storage shall not cause deterioration, rusting, mix-up etc. and hamper the other related works in any way. CONTRACTOR shall submit his detailed warehouse plan for OWNER/ Consultant approval to manage the above in open/covered areas.
The materials susceptible to fire shall be kept away in a separate protected place.
Page 108 of 115
QA / QC DURING CONSTRUCTION BY
CONTRACTOR
P.013312 D 11000
001
Rev. 0 Sultanpur Jhajjar Hisar Pipeline (SJHPL) Project Page 3 of 9
In general, the materials shall be kept systematically in order of their class, batch number and identification number, so that they are accessible for the inspection by OWNER/ Consultant whenever required and to avoid the mix up in those materials.
5.2.4. Use
The materials shall be stacked in such a way that the lot, which is procured first, will be consumed first. For materials which are having specific expiry date/ shelf life shall not be used beyond that date and shall be removed from site. Wherever there is any doubt about the change in properties of the materials, such materials shall be sent to reputed Government approved / NABL accredited laboratory for testing and acceptance.
5.2.5. Inspection
The CONTRACTOR shall be responsible for carrying out inspection of the materials brought at site and conducting tests/ checks (at site or in government approved / NABL accredited laboratories) at predefined frequencies as per contract. It is the responsibility of the CONTRACTOR to ensure that the materials used at site shall conform to relevant codes/ standards and Manufacturer’s Test Certificates are available for correlation as and when required. The CONTRACTOR shall maintain the records of all materials brought at site and tests conducted on them.
5.2.6. In process and final Inspection
CONTRACTOR shall be responsible to arrange verification of products during in- process and final inspection. Relevant checks and tests shall be arranged for the works performed and records maintained. Tolerances achieved with respect to contract specification and execution drawings for various activities/processes shall be ascertained and submitted to OWNER/ Consultant for approval. Efforts shall be made to keep checks and controls in such a way that a non-conforming product is avoided. However, if in an isolated case, the tolerances are beyond the acceptable values given in the contract/execution drawings/codes, non-conformance resolution/Deviation permit need to be raised by the CONTRACTOR and got approved/resolved from OWNER/Consultant.
5.2.7. Any Observation on quality aspects, Owner/ Consultant shall raise OQA format (attached as Attachment-II) which has to be acknowledged & compliance to be done by the contractor within the agreed time period.
5.2.8. The contractor shall follow the requirements given for control of monitoring and measuring devices as per Attachment-III.
5.3. DOCUMENTATION
All the necessary documentation & records shall be maintained by CONTRACTOR till completion of project and handed over to OWNER/ Consultant in requisite copies as a part of completion documents. Wherever OWNER/ Consultant personnel were directly involved particularly in witness and hold point, the copies of the records shall also be provided to personnel on completing inspection of those activities. The documentation & records shall include the following as a minimum but not limited to:
Approved Quality Assurance Plan
Approved Inspection and Test Plans
Inspection and test documents covering :
a) Manufacturer Test Certificate
b) Material Receipt Report including Inspection Release Note, if applicable and Site Inspection and acceptance Report on quality and quantity of material.
c) Site test/laboratory test Report reviewed by CONTRACTOR for acceptance vis-à-vis to contract/code requirements for materials/including PMI report at warehouse.
d) In process Verification reports of CONTRACTOR representative and OWNER/ Consultant as applicable.
Page 109 of 115
QA / QC DURING CONSTRUCTION BY
CONTRACTOR
P.013312 D 11000
001
Rev. 0 Sultanpur Jhajjar Hisar Pipeline (SJHPL) Project Page 4 of 9
e) Final verification report including any test checks done for compliance.
f) As-built vis-à-vis to contract/drawings including tolerances.
g) As-built for erection.
h) Nonconformance resolution raised by Contractor/Owner/ Consultant.
i) Concession/Deviation approval by OWNER/ Consultant.
j) Change order approval by OWNER/ Consultant in case there is variation from contract.
k) QA/QC Audit Reports and compliance Reports thereof.
l) Mechanical Completion formats
6.0 WAIVER & DEVIATION
Contractor shall strictly comply with specifications and no deviation shall be permitted. However, if the need for deviation arises under exceptional circumstances, such deviation shall be subject to the approval of Owner/Owner's representative and shall be submitted through Owner / Owner's representative in the prescribed "WAIVER /DEVIATION /EXCEPTION REQUEST" format. The WAIVER /DEVIATION / EXCEPTION REQUEST shall also indicate the cost benefit to the Owner.
Page 110 of 115
QA / QC DURING CONSTRUCTION BY
CONTRACTOR
P.013312 D 11000
001
Rev. 0 Sultanpur Jhajjar Hisar Pipeline (SJHPL) Project Page 5 of 9
ATTACHMENT –I: WAIVER / DEVIATION PERMIT
Report No.: _____________
Date:_____________
Waiver/Deviation Permit
(TO BE RAISED BY CONTRACTOR / VENDOR)
Project : Client : Consultant : Third Party Insp. : Order/Contract No. : Originator : Originator Ref. :
S. No Requirement as per Specification /
Drawing Description of Waiver / Deviation Sought Remarks
1.
2.
3.
Why the Waiver / Deviation is required?
Contractual Implications if Waiver / Deviation is granted.
Time taken shall be More / Less / No Change
Cost of item shall be More / Less / No Change
(Detailed Break up of cost implication to be attached in a separate sheet)
Performance requirement shall be Satisfied / Not Satisfied
Under present constraints, requested waiver / deviation is most optimum for the project and does not involve any safety and security hazard.
Date: Signature of the Originator:
Name & Seal:
Recommended by Consultant (Site):
Date: Signature: Name & Seal:
Justification by Consultant (HO) (When required):
Date: Signature:
Name & Seal:
Recommended by Owner (Site):
Page 111 of 115
QA / QC DURING CONSTRUCTION BY
CONTRACTOR
P.013312 D 11000
001
Rev. 0 Sultanpur Jhajjar Hisar Pipeline (SJHPL) Project Page 6 of 9
Date: Signature: Name & Seal:
Recommended by TPIA (when required):
Date: Signature:
Name: & Seal
Final Approval by PM Owner:
Date: Signature:
Name & Seal:
Page 112 of 115
QA / QC DURING CONSTRUCTION BY
CONTRACTOR
P.013312 D 11000
001
Rev. 0 Sultanpur Jhajjar Hisar Pipeline (SJHPL) Project Page 7 of 9
ATTACHMENT –II: FORMAT OBSERVATION ON QUALITY ASPECTS
OBSERVATION ON QUALITY ASPECTS
Job No: No: Name of Work: Date of Issue: FOI/LOA No:
Issued To : M/s Location Of Work: Item Of Work:
Details Of Observation( Deficiency) Recommended Course Of Action
Time Allowed For Correction
Issued By: Name: Designation:
Signature:
Received by: Name: Signature:
Date and Time:
Corrective Action Report By Contractor/Vendor: Name: Date: Signature:
Distribution Before Resolution: RCM/QA Mgr (EPC):
Verification Of Resolution By Issuer/OWNER(Site)/PMC(Site):
Name: Date: Signature:
Distribution After Resolution: RCM/QA Mgr (EPC):
Page 113 of 115
QA / QC DURING CONSTRUCTION BY
CONTRACTOR
P.013312 D 11000
001
Rev. 0 Sultanpur Jhajjar Hisar Pipeline (SJHPL) Project Page 8 of 9
ATTACHMENT-III: REQUIREMENT FOR CONTROL OF MONITORING AND MEASURING DEVICES.
Sl. No.
Description Calibration requirements Frequency Remarks
Civil-Survey
1. Theodolite To check for permanent adjustments by traversing and observing the closing error
once in a year or project duration whichever is earlier
Record to be maintained (See note below)
2. Levels To check by Backsight/ Foresight readings, the temporary adjustments of level
Every use Record to be maintained (See note below)
3. Steel measurement tapes
a. "Freemans" make or BIS approved make shall be used
b. Mutilated, or broken tapes shall not be used
c. Legible markings
---- ---
4. Cross staff Same as 3b&3c above --- ---
5. Distomat Actual Physical Verification at Site
Before using first time at site
Records to be maintained
6. Total Station To check for permanent adjustments by traversing and observing the closing error,etc.
once in a year or project duration whichever is earlier
Record to be maintained (See note below)
Civil Laboratory
1. All balances- Mechanical
Check for zero error Whenever used ---
2. Weigh Batcher/Batching Plant
Calibration of scales Once in three
months Records to be maintained
3. Cube testing machine
Calibration certificate from manufacturers or from reputed calibrating agency.
As per manufacturer specification or once a year whichever is earlier
Records to be maintained
4. Moisture Meter Calibration of scales 6 months Records to be maintained
Mechanical/ Electrical/ Welding
1. Pressure Gauges
Calibration certificate from reputed laboratories or calibrate by dead weight testers with standard weights
Once in 6 months Records to be maintained
2. Dial gauges Check for Zero Error Whenever used ---
3. Dead Weight Tester
Calibration from manufacturer or reputed calibrating agency and calibration certificate shall not be older than one month from the date of mobilization.
As per manufacturer's recommendation or once in a six month whichever is earlier.
Records (Calibration certificate) to be maintained
4. Vernier caliper/ screw gauge
Check for Zero error Whenever used ---
Page 114 of 115
QA / QC DURING CONSTRUCTION BY
CONTRACTOR
P.013312 D 11000
001
Rev. 0 Sultanpur Jhajjar Hisar Pipeline (SJHPL) Project Page 9 of 9
5. Holiday tester
Calibration from manufacturer or reputed calibrating agency or by calibrating by zeep meter.
Once in 6 months Records to be maintained
6. Elcometer Check with standard test films supplied by the manufactures
Before use Records to be maintained
7. Universal Testing Machine
Calibration Certificate from any reputed third party inspection agency. viz, CEIL, LRS, BV, ABS, DNV or IRS.
As per manufacturer's recommendation or once a year whichever is earlier
Records to be maintained
8. Charpy V-notch Impact testing machine
Calibration Certificate from any reputed third party inspection agency. viz, CEIL, LRS, BV, ABS, DNV or IRS.
As per manufacturer's recommendation or once in a year whichever is earlier
Records to be maintained
9. Hardness Testing Machine
Check with the standard test block supplied with the machine as per manufacturer's Recommendation
Before use Records to be maintained
10. Chemical Analysis ,ex :PMI etc.
Check with the standard samples
Before use Records to be maintained
11. Various Digital and Analog meters
Calibration Certificate from reputed laboratories or the manufacturer
Once in Six Months or as per manufacturer's recommendation whichever is earlier.
Records to be maintained
12. Variable current, voltage and resistance generators
Calibration Certificate from reputed laboratories
Once in Six months
Records to be maintained
13. Temperature/ Pressure Recorders
Calibration from manufacturer or any reputed calibrating agency
Once in Six months
Records to be maintained
14. Temperature gauges Calibration Certificate from reputed laboratories
Once in Six months To be discarded in case of damage or malfunctioning
15. Thermocouples Manufacturer's Certificate or Chemical Check
--- ---
16. Vibration probes Calibration from reputed laboratory
Once in a year
To be discarded in case of damage or malfunctioning
17. Decibel-meter Calibration from reputed laboratory
Once in a Year - do-
Note: If Error is found, it has to be sent to manufacturers or their agents for rectification and certification & reputed laboratory shall be NABL accredited for relevant testing.
##----##
Page 115 of 115
At the helm of the Energy Transition, Tractebel provides a full range of engineering and advisory servicesthroughout the life cycle of its clients’ projects, including design and project management. As one of the world’sleading engineering and advisory companies and with more than 150 years of experience, it's our mission toactively shape the world of tomorrow. With about 5,000 experts and presence in more than 70 countries, we areable to offer our customers multidisciplinary solutions in energy, water and urban.
TRACTEBEL ENGINEERING PVT. LTD.Intec House 37Institutional Area, Sector 44122 002 - Gurgaon - INDIAtractebel-engie.com
Antik ROYtel. + 91 124 469 8500fax + 91 124 469 [email protected]