You are on page 1of 216

LAYING AND ASSOCIATED

WORKS FOR REPLACEMENT OF


VARIOUS PIPELINES IN KG
BASIN
Project No : P.011947
Document No : P.011947 G11031 017
E-Tender No : 8000018110

Gail (India) limited, Noida


India

PUBLIC

7 June 2021

TECHNICAL DOCUMENTATION
Technical , Vol IIA of II, Rev 0
PART- A : KG BASIN PIPELINE REPLACEMENT
P.011947
D11031
PIPELINE LAYING AND ASSOCIATED WORKS
014
MAIN TABLE OF CONTENTS
S.NO. DESCRIPTION DOCUMENT NO. Page Nos.
Volume I of II
1 COMMERCIAL
1.1 A-1 0 INVITATION FOR BIDS (IFB)

1.2 A-2 0 BID EVALUATION CRITERIA & EVALUATION METHODOLOGY (BEC)

1.3 A-3 0 INSTRUCTION TO BIDDERS (ITB) P.011947 D11031


Pages 1 to 277
014
1.4 A-4 0 GENERAL CONDITIONS OF CONTRACT (GCC)
1.5 A-5 0 SPECIAL CONDITIONS OF CONTRACT (SCC)
1.6 A-8.0 SCHEDULE OF RATE
Volume II A of II

2 GENERAL
2.1 SCOPE OF WORK P.011947 D 10775 201 1

2.2 VENDORS LIST - 76

2.3 Quality Assuarance / Quality Control P.011947 D 11000 001 90

Detailed Route Survey Report for Existing Pipeline from GAIL Mortha - IP to SV 4
2.4 101
Tadepalli
Detailed Route Survey Report for Existing Pipeline from GAIL SV 4 Kotipalli to SV 5
2.5 161
Junction Point at K Cheruvu
Volume II B PART 1 of II

3 PIPELINE
3.1 PIPELINE AND PIPING DESIGN BASIS P.011947 D 11062 201 1

3.2 PTS-CONSTRUCTION OF NATURAL GAS PIPELINE P.011947 D 11097 202 41

3.3 PTS-CONCRETE WEIGHT COATING P.011947 D 11097 203 147

3.4 SPECIFICATION FOR INTELLIGENT PIGGING P.011947 D 11097 204 157

3.5 PTS WARNING TAPE P.011947 D 11097 205 172

3.6 WELDING PROCEDURE P.011947 D 11097 206 177

3.7 PTS- HDD P.011947 D 11097 207 206

3.8 LIST OF CROSSINGS P.011947 D 11000 208 217

GENERAL TECHNICAL SPECIFICATION (GTS)


3.9 SITE OCCUPATION GTS 740 502 223

3.10 TOPOGRAPHICAL INFORMATION & PREPARATION OF THE CONSTRUCTION SITE 70000 740 GTS/ 0502 227

3.11 DELIVERY & HANDLING OF THE MATERIAL 70000 740 GTS/ 0502 242

3.12 CHANGES IN DIRECTION 70000 740 GTS/ 0502 252

3.13 WELDING 70000 740 GTS/ 0502 258

3.14 INSPECTION AND TESTING OF PRODUCTION WELDS 70000 740 GTS/ 0502 272

3.15 MECHANICAL CONSTRUCTION OF INSTALLATIONS 70000 740 GTS/ 0502 281

3.16 EARTHWORKS 70000 740 GTS/ 0502 289

3.17 LOWERING-IN & BALLASTING 70000 740 GTS/ 0502 307

3.18 TELETRANSMISSION 70000 740 GTS/ 0502 312

3.19 CATHODIC PROTECTION 70000 740 GTS/ 0502 324

3.20 TESTING, CLEANING & DRYING 70000 740 GTS/ 0502 331

3.21 SITE REINSTATEMENT & MARKING OUT 70000 740 GTS/ 0502 345

3.22 PARTICULAR CONSTRUCTION TECHNIQUES 70000 740 GTS/ 0502 355

3.23 GTS - HORIZONTAL DIRECTIONAL DRILLING (HDD) GTS 740 501 382

3.24 PAINTWORK 70000 740 GTS/ 0502 399

SAFETY, HEALTH & ENVIRONMENTAL CONDITIONS FOR THE EXECUTION OF


3.25 70000 740 GTS/ 0503 457
CONSTRUCTION WORKS
Volume II B PART 2 of II

PROJECT DRAWINGS
3.26 Alignment Drawings for Mortha Tadepalli Pipeline P.011947-D-21048-101A to P.011947-D-21048-114 1

3.27 Crossing Drawings for Mortha Tadepalli Pipeline P.011947-D-21048-121 to P.011947-D-21048-148 16

3.28 Alignment Drawings for Kotipalli - K.Cheruvu Pipeline P.013312-D-21099-001A to P.013312-D-21099-006 44


3.29 Crossing Drawings for Kotipalli - K.Cheruvu Pipeline P.011947-D-21048-011 to P.011947-D-21048-028 51
STANDARD DRAWINGS
3.30 TYPICAL RIGHT OF USE FOR PIPELINES GGNG-D-20707-001 69

3.31 TYPICAL TRENCH DETAILS GGNG-D-20707-002 70

3.32 TYPICAL ROAD CROSSING (OPEN CUT / JACKING METHOD) GGNG-D-20707-003 71

Page 1 of 8
PART- A : KG BASIN PIPELINE REPLACEMENT
P.011947
D11031
PIPELINE LAYING AND ASSOCIATED WORKS
014
MAIN TABLE OF CONTENTS
S.NO. DESCRIPTION DOCUMENT NO. Page Nos.

3.33 TYPICAL ROAD CASED CROSSING (B + C) GGNG-D-20707-004 72

3.34 TYPICAL WATER WAY CROSSING (OPEN CUT) GGNG-D-20707-005 75

3.35 TYPICAL WATER WAY CASED CROSSING (B + C) GGNG-D-20707-006 76

3.36 TYPICAL MECHANICAL PROTECTION CONCRETE SLAB DETAILS GGNG-D-20707-007 77

3.37 TYPICAL UNDERGROUND CABLE CROSSING DETAILS GGNG-D-20707-008 78

3.38 TYPICAL OVERHEAD POWER LINE CROSSING DETAILS GGNG-D-20707-009 79

3.39 TYPICAL CONCRETE COATING FOR MECHANICAL PROTECTION GGNG-D-20707-010 80

3.40 TYPICAL SADDLE FOR ANTI-BUOYANCY GGNG-D-20707-011 81

3.41 TYPICAL RAILWAY CASED CROSSING (B + C) GGNG-D-20707-012 82

TYPICAL HDD RIVER CROSSING SHOWING MAX. SCOUR LEVEL & MIN. COVER
3.42 GGNG-D-20707-013 85
FOR PIPE
3.43 TYPICAL EXISTING PIPELINE CROSSING GGNG-D-20707-014 86

3.44 TYPICAL AERIAL MARKER DETAILS GGNG-D-20707-015 87

3.45 TYPICAL NAVIGABLE WATERWAY PIPELINE CROSSING WARNING SIGN DETAIL GGNG-D-20707-016 88

3.46 TYPICAL DIRECTION MARKER DETAIL GGNG-D-20707-017 89

3.47 TYPICAL K M POST DETAIL GGNG-D-20707-018 90

3.48 TYPICAL PIPE LINE WARNING SIGN DETAILS GGNG-D-20707-019 91

3.49 TYPICAL ROU BOUNDARY MARKER GGNG-D-20707-020 92

3.50 TYPICAL TRENCH BREAKER DETAILS GGNG-D-20707-021 93

3.51 TYPICAL EROSION CONTROL BANK DETAILS GGNG-D-20707-022 94

3.52 TYPICAL WATER BODY BANK PROTECTION DETAILS GGNG-D-20707-023 95

3.53 TYPICAL PRESSURE TAPPINGS (PA, PG, PC, PIC, ETC) GGNG-D-20707-024 96

3.54 TYPICAL RAIN CAP FOR VENT PIPES GGNG-D-20707-026 97

3.55 TYPICAL OPEN CUT RIVER CROSSING FOR ROCKY TERRAIN GGNG-D-20707-027 98

3.56 TYPICAL GUIDE SUPPORT FOR BARE PIPE (SIZE 1/2" TO 30") GGNG-D-20707-028 99

3.57 TYPICAL TEMPERATURE CONNECTIONS DETAILS GGNG-D-20707-031 100

3.58 TYPICAL PRESSURE CONNECTIONS DETAILS GGNG-D-20707-032 101

3.59 TYPICAL PROTECTION DETAILS AT HILLY TERAAIN GGNG-D-20707-033 102

3.60 TYPICAL SCRAPPER STATION JIB CRANE AND FOUNDATION DETAILS GGNG-D-20707-034 103

3.61 TYPICAL SECTIONAL DRAWING OF CASED CROSSING GGNG-D-20707-035A 104

3.62 TYPICAL SECTIONAL DRAWING OF CASED CROSSING GGNG-D-20707-035B 105

3.63 TYPICAL SECTIONAL DRAWING OF CASED CROSSING GGNG-D-20707-035C 106

3.64 VALVE PIT TYPE-II FOR >4"∅ TO ≤8"∅ VALVE GGNG-D-20707-036 107

3.65 TYPICAL OPEN CUT RIVER CROSSING FOR SOFT SOIL TERRAIN GGNG-D-20707-037 108

3.66 TYPICAL DETAILS FOR OFC INSTALLATION GGNG-D-20707-038 109

3.67 TYPICAL OFC JOINTING PIT/BLOWING PIT GGNG-D-20707-051 110

3.68 TYPICAL SECTIONAL DRAWING OF CASED CROSSING GGNG-D-20707-052 111


Volume II C of II

4.00 PIPING
4.1 PIPING MATERIAL SPECIFICATION 6C1 P.011947 M 11000 201 1

4.2 PIPING MATERIAL SPECIFICATION 1C1 P.011947 M 11000 202 7

PARTICULAR TECHNICAL SPECIFICATION (PTS)


4.3 SPIRAL WOUND METALLIC GASKET P.011947 M 11097 204 13

4.4 STEEL FASTENERS P.011947 M 11097 205 18

4.5 INSULATING GASKET P.011947 M 11097 207 23

4.6 PTS- PAINTING P.011947 M 11097 211 28

4.7 FIELD JOINT COATING P.011947 M 11097 212 34

4.8 VALVE P.011947 M 11097 214 48

4.9 STATION PIPES P.011947 M 11097 215 67


4.10 LONG RADIUS BEND P.011947 M 11097 216 81

4.11 FITTINGS AND FLANGES P.011947 M 11097 217 93

GENERAL TECHNICAL SPECIFICATION (GTS)


4.12 PIPELINE VALVES 70000/740/GTS/202 119

DATA SHEET

4.13 Ball valve (RF) 1"-150#, AG P.011947 M 11048 201 153

Page 2 of 8
PART- A : KG BASIN PIPELINE REPLACEMENT
P.011947
D11031
PIPELINE LAYING AND ASSOCIATED WORKS
014
MAIN TABLE OF CONTENTS
S.NO. DESCRIPTION DOCUMENT NO. Page Nos.

4.14 Ball valve (RF) 2"-600#, AG P.011947 M 11048 202 155


4.15 3/4" Needle Valve -600# AG P.011947 M 11048 203 157

4.16 Ball valve (BW) 2"-600#, AG P.011947 M 11048 204 160

4.17 Globe Valve (RF) 2"-600#, AG P.011947 M 11048 205 162

4.18 2"- CHECK VALVES , 600# P.011947 M 11048 206 164

4.19 2" Globe Valve , 600# ,UG P.011947 M 11048 207 166

4.20 Quick Opening End Closure for Vent Line (Vertical) P.011947 M 11048 208 168

QAP
4.21 BALL VALVES P.011947 M 11000 236 171

4.22 GLOBE & CHECK VALVES P.011947 M 11000 237 176

4.23 FITTINGS P.011947 M 11000 240 181

4.24 FLANGES P.011947 M 11000 241 184

4.25 STATION PIPES P.011947 M 11000 242 187

4.26 FASTENER P.011947 M 11000 243 189

4.27 INSULATING GASKET P.011947 M 11000 244 190

4.28 HOT INDUCTION BEND P.011947 M 11000 246 191

4.29 GASKET P.011947 M 11000 250 197

STATION DRAWINGS

4.30 PIPING GENERAL ARRANGEMENT SV AT EXISTING SV-4, KOTIPALLI (UNIT - 17) P.011947-D-20706-1202-R1 100

PIPING GENERAL ARRANGEMENT PIG RECEIVER AT EXISTING SV-5, K. CHERUVU


4.31 P.011947-D-20706-1203-R1 199
(UNIT - 18)
PIPING GENERAL ARRANGEMENT PIG LAUNCHER AT IP STATION, MORTHA
4.32 P.011947-D-20706-1302-R1 200
(UNIT NO. - 56)
PIPING GENERAL ARRANGEMENT
4.33 P.011947-D-20706-1303-R0 202
SV AT EXISTING SV-4 TADEPALLIGUDEM (UNIT - 57)
PIPING GENERAL ARRANGEMENT DISPATCH AND METERING STATION AT
4.34 P.011947-D-20706-1402-R1 203
TATIPAKA (UNIT - 01)
Volume II D of II

5 PROCESS
5.1 Process Design Basis P.011947 M 11017 201 1

5.2 LIST OF SYMBOLS P.011947 D 20701 201 25

5.3 SCHEMATIC DIAGRAM MODIFICATION AT TATIPAKA TERMINAL P.011947 D 20701 901 27


PIPING & INSTRUMENTATION DIAGRAM SECTIONALIZING VALVE AT EXISTING
5.4 P.011947 D 20701 202 28
SV-4, KOTIPALLI (UNIT NO-17)
PIPING & INSTRUMENTATION DIAGRAM PIG RECEIVER AT EXISTING SV-5, K.
5.5 P.011947 D 20701 203 29
CHERUVU (UNIT NO. -18)
PIPING & INSTRUMENTATION DIAGRAM PIG LAUNCHER AT IP STATION,
5.6 P.011947 D 20701 302 30
MORTHA (UNIT NO. -56)
PIPING & INSTRUMENTATION DIAGRAM SECTIONALIZING VALVE AT EXISTING
5.7 P.011947 D 20701 303 31
SV-4, TADEPALLIGUDEM (UNIT NO-57)
PIPING & INSTRUMENTATION DIAGRAM GAS RECEIPT, HEADERS AND KKD-1
5.8 P.011947 D 20701 402 32
DISPATCH PIPING AT TATIPAKA TERMINAL (UNIT NO-01)
PIPING & INSTRUMENTATION DIAGRAM TYPICAL DETAILS OF ACTUATED
5.9 P.011947 D 20701 205 34
VALVES (GOV & HOV)
Volume II E of II

6 CIVIL
6.1 DESIGN BASIS - CIVIL / STRUCTURAL / ARCHITECTURAL P.011947 C 11017 201 1

6.2 PTS-DETAILED SURVEY P.011947 C 11097 202 38

6.3 PTS FOR BOUNDARY WALL P.011947 C 11097 203 47

6.4 PTS FOR GRAVEL FILLING P.011947 C 11097 204 53

6.5 PTS FOR CIVIL AND STRUCTURAL WORKS MATERIALS P.011947 C 11097 208 57

6.6 PTS FOR CIVIL STEEL / ALUMINIUM DOORS, WINDOWS AND VENTILATORS P.011947 C 11097 209 70

GENERAL TECHNICAL SPECIFICATION (GTS)


6.7 PLUMBING & BUILDING DRAINAGE Z/02 0002 76

6.8 SANITARY FITTINGS & FIXTURES Z/02 0003 85

6.9 STRUCTURAL CONCRETE Z/02 0004 89

6.10 SITE PREPARATION FOR EXCAVATION WORKS & BACK FILLING Z/02 0005 131

6.11 EXCAVATION, BACKFILLING, COMPACTION Z/02 0006 143

6.12 SEWER AND DRAINAGE SYSTEM Z/02 0008 155

Page 3 of 8
PART- A : KG BASIN PIPELINE REPLACEMENT
P.011947
D11031
PIPELINE LAYING AND ASSOCIATED WORKS
014
MAIN TABLE OF CONTENTS
S.NO. DESCRIPTION DOCUMENT NO. Page Nos.
WHITE WASHING, COLOR WASHING, DISTEMPERING, PAINTING AND
6.13 Z/02 0009 166
POLISHING
6.14 ROOF TREATMENT Z/02 0010 179

6.15 STEEL / ALUMINIUM DOORS, WINDOWS AND VENTILATORS Z/02 0011 183

6.16 WOOD WORK Z/02 0012 190

6.17 FLOOR FINISHING Z/02 0013 197

6.18 MISCELLANEOUS STEEL WORKS Z/02 0014 213


MISC. CIVIL AND STRUCTRUAL WORKS FOR UNDERGROUND PIPING AND
6.19 Z/02 0015 225
OTHER CIVIL WORKS
6.20 MISCELLANEOUS ITEMS Z/02 0016 230

6.21 FALSE CEILING / FLOORING, UNDERDECK INSULATION & PARTITIONING Z/02 0017 236

6.22 U/G SEWER SYSTEM - STONEWARE PIPES Z/02 0018 245

6.23 U/G/A/G G.I. PIPELINE (WATER SERVICES) Z/02 0020 250

6.24 ROADS Z/02 0021 254

6.25 STRUCTURAL STEEL WORKS Z/02 0023 279

6.26 ROOFING Z/02 0024 304

6.27 PLASTERING AND POINTING Z/02 0025 313

6.28 BRICK MASONRY Z/02 0026 321

6.29 DEMOLITION AND DISMANTLING Z/02 0027 328

6.30 DIVERSION BERMS, GABIONS AND SACK BREAKER Z/02 0056 334

6.31 TOPOGRAPHIC SURVEY Z/02 0033 339

6.32 ROUTE SURVEY Z/02 0034 345

6.33 BARICADES Z/02 0067 391

6.34 STANDARD FIELD QUALITY PLAN Z/02 0064 394

6.35 TOPOGRAPHIC AND HYDROGRAPHIC SURVEY FOR RIVER Z/02 0068 412

PROJECT DRAWINGS
STANDARD DRAWINGS
6.36 GENERAL NOTES FOR CIVIL AND STRUCTURAL WORKS GGNG D 20779 001 (Sheet 01 of 02) 416

6.37 GENERAL NOTES FOR CIVIL AND STRUCTURAL WORKS GGNG D 20779 001 (Sheet 02 of 02) 417

6.38 TYPICAL DETAILS FOR CABLE TRENCH GGNG D 20779 002 418

6.39 TYPICAL DETAILS FOR SEPTIC TANK & SOAKPIT GGNG D 20779 003 419

6.40 TYPICAL DETAILS FOR BOX CULVERT GGNG D 20779 004 420

6.41 TYPICAL DETAILS FOR STEEL GRATING GGNG D 20779 005 421

6.42 TYPICAL DETAILS FOR STEEL CAT LADDER GGNG D 20779 006 422

6.43 CONCRETE BEDDING & ENCASEMENT OF PIPE GGNG D 20779 007 423

6.44 TYPICAL DETAILS FOR FALSE FLOORING GGNG D 20779 008 424

TYPICAL DETAILSS OF MULLIONS AND TRANSOMS, BRICK WALL, JOINT


6.45 GGNG D 20779 009 425
SEALING,RAMP AND ENTRANCE

6.46 TYPICAL DETAILS FOR CHAINLINK, FENCING & GATE GGNG D 20779 010 426

6.47 TYPICAL DETAILS FOR RCC BORED PILES GGNG D 20779 011 427

6.48 TYPICAL DETAILS FOR METAL INSERT PLATE SHEET 1 OF 3 GGNG D 20779 012 428

6.49 TYPICAL DETAILS FOR METAL INSERT PLATE SHEET 2 OF 3 GGNG D 20779 012 429

6.50 TYPICAL DETAILS FOR METAL INSERT PLATE SHEET 3 OF 3 GGNG D 20779 012 430

6.51 TYPICAL DETAILS FOR BARRICADING GGNG D 20779 013 431

6.52 TYPICAL DETAILS FOR MOMENT CONNECTION (WELDED TYPE) GGNG D 20779 014 432

6.53 TYPICAL SPLICING DETAILS FOR BEAM SECTION SHEET 1 OF 3 GGNG D 20779 015 433

6.54 TYPICAL SPLICING DETAILS FOR COLUMN SECTION SHEET 2 OF 3 GGNG D 20779 015 434

6.55 TYPICAL SPLICING DETAILS FOR ANGLE SECTION SHEET 3 OF 3 GGNG D 20779 015 435

6.56 TYPICAL DETAILS FOR SLIDING GATE GGNG D 20779 016 436

6.57 TYPICAL DETAILS FOR ALUMINUM GLAZING & WOODEN DOOR GGNG D 20779 017 437

6.58 TYPICAL DETAILS FOR STEEL WICKET GATE (TYPE-1) SHEET 1 OF 2 GGNG D 20779 018 438

6.59 TYPICAL DETAILS FOR STEEL WICKET GATE (TYPE-2) SHEET 2 OF 2 GGNG D 20779 018 439

6.60 TYPICAL DETAILS FOR ALUMINUM WINDOWS & VENTILATORS GGNG D 20779 019 440

6.61 TYPICAL DETAILS FOR STEEL DOOR (SINGLE & DOUBLE SHUTTER) GGNG D 20779 020 441

6.62 TYPICAL DETAILS FOR STORM WATER DRAIN GGNG D 20779 021 442

6.63 TYPICAL DETAILS FOR RAIN WATER HARVESTING GGNG D 20779 022 443

Page 4 of 8
PART- A : KG BASIN PIPELINE REPLACEMENT
P.011947
D11031
PIPELINE LAYING AND ASSOCIATED WORKS
014
MAIN TABLE OF CONTENTS
S.NO. DESCRIPTION DOCUMENT NO. Page Nos.

6.64 TYPICAL DETAILS FOR PLINTH PROTECTION GGNG D 20779 023 444

6.65 TYPICAL DETAILS FOR ROOF WATER PROOFING GGNG D 20779 024 445

6.66 TYPICAL DETAILS FOR INTER LOCKING & GRAVEL FILLING GGNG D 20779 025 446

6.67 TYPICAL DETAILS FOR FLOORING, SKIRTING & DADO GGNG D 20779 026 447

6.68 TYPICAL DETAILS FOR FLEXIBLE PAVEMENT WITH DETAILS OF WBM-WMM GGNG D 20779 027 448

6.69 TYPICAL DETAILS FOR UPFLOW ANAEROBIC FILTER GGNG D 20779 028 449

6.70 TYPICAL DETAILS FOR CHEQUERED PLATE FOR MASONRY VALVE PIT COVER GGNG D 20779 029 450

6.71 TYPICAL DETAILS FOR STONE PITCHING FOR SLOPES GGNG D 20779 030 451

6.72 TYPICAL DETAILS FOR COMPOUND WALL (TYPE-A) SHEET 1 OF 2 GGNG D 20779 031 452

6.73 TYPICAL DETAILS FOR COMPOUND WALL (TYPE-B & TYPE-C) SHEET 2 OF 2 GGNG D 20779 031 453

6.74 TYPICAL DETAILS OF RCC VALVE PIT CHAMBER (2.5 X 2.5) GGNG D 20779 032 454

6.75 TYPICAL DETAILS OF RCC VALVE PIT CHAMBER (3.5 X 3.5) GGNG D 20779 033 455

6.76 TYPICAL DETAILS FOR RCC PAVEMENT & FLOORING GGNG D 20779 034 456

6.77 STANDARD DETAILS FOR ROAD CROSS, CROSSING & CROSS SECTION GGNG D 20779 035 457

6.78 TYPICAL DETAILS FOR STEEL PLATFORM GGNG D 20779 036 458

6.79 TYPICAL DETAILS FOR STEEL CROSS OVER GGNG D 20779 037 459
TYPICAL PIPE CULVERT DETAILS FOR STORM WATER DRAINAGE (SINGLE &
6.80 GGNG D 20779 038 460
DOUBLE PIPE)
6.81 URINAL, WASH BASIN & EUROPEAN TYPE WC FIXING DETAILS GGNG D 20779 039 461

6.82 TYPICAL DETAILS FOR STEEL ANCHOR BOLT GGNG D 20779 040 462

6.83 TYPICAL DETAILS FOR PIPE & VALVE SUPPORT GGNG D 20779 041 463

6.84 TYPICAL REINFORCEMENT DETAILING FOR RCC STRUCTURE MEMBER GGNG D 20779 042 464

6.85 TYPICAL DETAILS FOR DG SET GGNG D 20779 043 465

6.86 TYPICAL DETAILS FOR SAFE SIGNING GGNG D 20779 044 466

6.87 TYPICAL DETAILS FOR STAIRCASE HANDRAIL GGNG D 20779 045 467

6.88 TYPICAL DETAILS FOR SHEAR CONNECTION GGNG D 20779 046 468

6.89 TYPICAL DETAILS FOR MANHOLE GGNG D 20779 047 469

6.90 TYPICAL DETAILS FOR ALUMINUM PANEL FALSE CEILING GGNG D 20779 048 470

6.91 TYPICAL DETAILS FOR ELECTROFORGED GRATINGG GGNG D 20779 049 471

6.92 TYPICAL DETAILS FOR METERING SKID FOUNDATION GGNG D 20779 050 472

6.93 TYPICAL DETAILS FOR TOILET & SANITARY GGNG D 20779 051 473

6.94 TYPICAL DETAILS FOR UNDER GROUND TANK SHEET 1 OF 2 GGNG D 20779 052 474

6.95 TYPICAL DETAILS FOR UNDER GROUND TANK SHEET 2 OF 2 GGNG D 20779 052 475

STATION DRAWINGS / TYPICAL DRAWINGS

6.96 PLOT LAYOUT PLAN FOR KOTIPALLI (SV-4) P.011947 C 21005 202 476

6.97 PLOT LAYOUT PLAN FOR K CHERUVU -(RECEIVING STATION) P.011947 C 21005 203 477

6.98 PLOT LAYOUT PLAN DISPATCH STATION MORTHA (EXISTING SV-3) P.011947 C 21005 204 478

6.99 PLOT LAYOUT PLAN FOR TADIPALLI STATION P.011947 C 21005 205 479

6.100 PLOT LAYOUT PLAN FOR TATIPAKA TERMINAL P.011947 C 21005 201 480

6.101 BOUNDARY WALL DETAIL P.011947 C 21005 207 481


CONTROL ROOM BUILDING (PORTA CABIN) ARCHITECTURAL PLAN
6.102 P.011947 C 21005 208 482
(FOR TATIPAKA TERMINAL)
Volume II F of II

7 ELECTRICAL
7.1 DESIGN BASIS ELECTRICAL P.011947 E 11017 201 1

7.2 DESIGN BASIS -CATHODIC PROTECTION P.011947 E 11017 202 18

PARTICULAR TECHNICAL SPECIFICATION (PTS)


7.3 TEMPORARY CATHODIC PROTECTION SYSTEM P.011947 E 11097 101 27

7.4 ELECTRICAL PACKAGE P.011947 E 11097 102 77

7.5 SILENT DIESEL GENERATOR SET P.011947 E 11097 103 98

7.6 UPS SYSTEM P.011947 E 11097 104 112

7.7 ELECTRICAL DISTRIBUTION BOARDS P.011947 E 11097 105 130

7.8 CABLE AND ACCESSORIES P.011947 E 11097 111 142

ERECTION, INSTALLATION, TESTING & COMMISSIONING FOR ELECTRICAL


7.9 P.011947 E 11097 110 146
EQUIPMENT
7.10 ELECTRICAL GROUNDING SYSTEM P.011947 E 11097 109 160

Page 5 of 8
PART- A : KG BASIN PIPELINE REPLACEMENT
P.011947
D11031
PIPELINE LAYING AND ASSOCIATED WORKS
014
MAIN TABLE OF CONTENTS
S.NO. DESCRIPTION DOCUMENT NO. Page Nos.

7.11 LIGHTING FIXTURES P.011947 E 11097 108 165

7.12 HIGH MAST P.011947 E 11097 112 168

GENERAL TECHNICAL SPECIFICATION (GTS)


7.13 DG SET E/02/2501 180

7.14 AC UPS SYSTEM E/02/2502 197

7.15 SHEET STEEL DISTRIBUTION BOARD E/02/2503 211

7.16 LIGHTING FIXTURES & ACCESSORIES E/02/2504 229

7.17 ELECTRICAL GROUNDING SYSTEM E/02/2505 239


ERECTION, INSTALLATION, TESTING & COMMISSIONING FOR ELECTRICAL
7.18 E/02/2506 246
EQUIPMENT
7.19 CABLES AND ACCESSORIES E/02/2510 274

7.20 LT INDUCTION MOTOR E/02/2511 281

7.21 FLAMEPROOF & WEATHER PROOF EQUIPMENT E/02/2512 298

7.22 NICKEL CADMIUM BATTERY E/02/2519

DATA SHEET
7.23 SOLAR LIGHT P.011947 E 11041 202 313

7.24 SWITCH SOCKET DISTRIBUTION BOARD P.011947 E 11041 204 315

7.25 POWER AND CONTROL CABLES P.011947 E 11041 205 318

7.26 AC UPS SYSTEM P.011947 E 11041 206 321

7.27 NICKEL CADMIUM BATTERY P.011947 E 11041 207 326

7.28 ELECTRICAL DISTRIBUTION BOARDS P.011947 E 11041 208 329

7.29 OUTDOOR LIGHTING DISTRIBUTION BOARD P.011947 E 11041 209 336

QAP
7.30 DISTRIBUTION BOARD P.011947 E 11000 101 339

7.31 NICKEL CADMIUM BATTERY P.011947 E 11000 102 341

7.32 DG SET P.011947 E 11000 103 344

7.33 POWER AND CONTROL CABLES P.011947 E 11000 104 347

7.34 AC UPS SYSTEM P.011947 E 11000 105 350

7.35 FLAMEPROOF & WEATHER PROOF EQUIPMENT P.011947 E 11000 106 354

7.36 POLARIZATION CELL P.011947 E 11000 107 360

7.37 TEST LEAD POINT P.011947 E 11000 108 361

7.38 PERMANENT REFERENCE CELL P.011947 E 11000 109 362

7.39 CP CABLE P.011947 E 11000 111 363

7.40 MMO ANODE P.011947 E 11000 112 364

7.41 PIN BRAZING P.011947 E 11000 113 365

7.42 SURGE DIVERTER P.011947 E 11000 114 366

7.43 ANODE JUNCTION BOX P.011947 E 11000 115 367

7.44 ER PROBE AND ER PROBE READER P.011947 E 11000 116 368

7.45 SACRIFICIAL ZINC ANODE P.011947 E 11000 117 370

7.46 CATHODE JUNCTION BOX P.011947 E 11000 118 372

7.47 SACRIFICIAL MAGNESIUM ANODE P.011947 E 11000 119 373

7.48 CPPSM UNIT P.011947 E 11000 121 375

7.49 POLARISATION COUPON P.011947 E 11000 122 376

7.50 CALCINED PETROLEUM COKE BREEZE P.011947 E 11000 123 377

7.51 SPECIAL BACKFILL MATERIAL P.011947 E 11000 124 378

PROJECT DRAWINGS /
TYPICAL DRAWINGS
7.52 TYPICAL SINGLE LINE DIAGRAM FOR TATIPAKA P.011947 E 21006 201 380
TYPICAL SINGLE LINE DIAGRAM FOR ( KOTIPALLI, K-CHERU, TADIPALLI &
7.53 P.011947 E 21006 202 383
MORTHA )
TYPICAL HAZARDOUS AREA CLASSIFICATION LAYOUT FOR KOTIPALLI STAION
7.54 P.011947 E 21006 203 384
(SV-4)
TYPICAL HAZARDOUS AREA CLASSIFICATION LAYOUT FOR K-CHERUVU
7.55 P.011947 E 21006 204 385
STATION (RECEIVING STATION)

7.56 TYPICAL HAZARDOUS AREA CLASSIFICATION LAYOUT FOR TADIPALLI STATION P.011947 E 21006 205 386

TYPICAL HAZARDOUS AREA CLASSIFICATION LAYOUT FOR MORTHA STATION


7.57 P.011947 E 21006 206 387
(DESPATCH STATION)

Page 6 of 8
PART- A : KG BASIN PIPELINE REPLACEMENT
P.011947
D11031
PIPELINE LAYING AND ASSOCIATED WORKS
014
MAIN TABLE OF CONTENTS
S.NO. DESCRIPTION DOCUMENT NO. Page Nos.

7.58 TYPICAL HAZARDOUS AREA CLASSIFICATION LAYOUT FOR TATIPAKA TERMINAL P.011947 E 21006 207 388

TYPICAL OUTDOOR EARTHING, LIGHTING & CABLE ROUTE LAYOUT FOR


7.59 P.011947 E 21006 208 389
KOTIPALLI STAION (SV-4)

TYPICAL OUTDOOR EARTHING, LIGHTING & CABLE ROUTE LAYOUT FOR K-


7.60 P.011947 E 21006 209 390
CHERUVU STATION (RECEIVING STATION)

TYPICAL OUTDOOR EARTHING, LIGHTING & CABLE ROUTE LAYOUT FOR


7.61 P.011947 E 21006 210 391
TADIPALLI STATION
TYPICAL OUTDOOR EARTHING, LIGHTING & CABLE ROUTE LAYOUT FOR
7.62 P.011947 E 21006 211 392
MORTHA STATION (DESPATCH STATION)
TYPICAL OUTDOOR EARTHING, LIGHTING & CABLE ROUTE LAYOUT FOR
7.63 P.011947 E 21006 212 393
TATIPAKA TERMINAL
STANDARD DRAWINGS
7.64 TYPICAL EARTHING PIT DETAILS GGNG-E-20713-3001 396

7.65 WIRING DIAGRAM FOR INDOOR LIGHTING - SUBDISTRIBUTION BOARD GGNG-E-20713-3002 397

7.66 WIRING DIAGRAM FOR OUTDOOR LIGHTING - SUBDISTRIBUTION BOARD GGNG-E-20713-3003 398

7.67 DISPLAY BOARD FOR EARTH PITS GGNG-E-20713-3004 399

7.68 TYPICAL EARTHIN PIT DETAIL GGNG-E-20713-3005 400

7.69 TYPICAL EARTHING BUS DETAIL GGNG-E-20713-3006 401

7.70 TYPICAL LIGHTNING PROTECTION DETAIL FOR CONTROL ROOM BUILDING GGNG-E-20713-3007 402

7.71 LIGHTING POLE DETAIL GGNG-E-20713-3009 403

7.72 TYPICAL CABLE TRAY INSTALLATION DETAILS ( SH 1 TO 62) GGNG-E-20713-3010 404

7.73 IMPRESSED CURRENT CATHODIC PROTECTION SCHEMATIC GGNG-E-20712-321 466

7.74 FABRICATION & INSTALLATION DETAILS OF CuCuSO4 REFERENCE ELECTRODES GGNG-E-20712-322 467

FABRICATION & INSTALLATION DETAILS OF CABLE LAYING (TYPICAL) FOR


7.75 GGNG-E-20712-323 468
CATHODIC PROTECTION
7.76 FABRICATION & INSTALLATION DETAILS OF DEEP ANODE GROUND BED GGNG-E-20712-324 469

7.77 TEST LEAD POINTS & JUNCTION BOX WITH FOUNDATION DETAILS GGNG-E-20712-325 470

TEST STATION CONNECTION SCHEME (TYPICAL) DETAILS (Sheet 1 of 5 to Sheet


7.78 GGNG-E-20712-326 471
5 of 5)

7.79 FABRICATION & INSTALLATION DETAILS OF CABLE ROUTE MARKER GGNG-E-20712-327 476

7.80 TEMPORARY CATHODIC PROTECTION SCHEMATIC GGNG-E-20712-328 477

7.81 TYPICAL CATODIC PROTECTION SCHEME FOR CASED CROSSINGS GGNG-E-20712-329 478

7.82 INSTALLATION DETAILS OF VERTICAL SHALLOW ANODE BED GGNG-E-20712-330 479

7.83 CABLE TO PIPE CONNECTION BY PIN BRAZING GGNG-E-20712-331 480

7.84 SPARK GAP ARRESTOR INSTALLATION GGNG-E-20712-332 481

7.85 TYPICAL INSTALLATION DETAILS OF SHALLOW HORIZONTAL ANODE BED GGNG-E-20712-333 482

7.86 THERMIT WELDINF DETAILS GGNG-E-20712-334 483

7.87 CONSTRUCTION DETAILS OF ZINC GROUNDING CELL (20KG) GGNG-E-20712-335 484


TYPICAL INSTALLATION AND CONNECTION DETAILS OF EXTERNAL ER PROBE
7.88 GGNG-E-20712-336 485
WITH TEST STATION
7.89 TYPICAL EARTHING INSTALLATION DETAILS ( SH 1 TO 23) GGNG-E-20715- 0812 486
Volume II G of II

8 INSTRUMENTATION
8.1 MR- INSTRUMENTATION P.011947 I 11071 001 1

8.2 SCOPE OF WORK-C&I P.011947-I-11075-201 30

8.2A DESIGN BASIS INSTRUMENTATION AND CONTROLS P.011947-I-11075-201 52

PARTICULAR TECHNICAL SPECIFICATION (PTS)


8.3 PTS - INSTRUMENTATION WITH APPENDICES P.011947 I 11097 201
8.4 APPENDIX-1 SPARE CAPACITY P.011947 I 11097 201
8.5 APPENDIX-2 INSTRUMENT INDEX. P.011947 I 11097 201
8.6 APPENDIX-3 INSTRUMENT DATA SHEET FOR:-
8.7 PRESSURE TRANSMITTERS P.011947 I 11097 201
8.8 RTD WITH THERMOWELL P.011947 I 11097 201
8.10 RTD SKIN TYPE P.011947 I 11097 201
8.11 TEMPERATURE TRANSMITTERS P.011947 I 11097 201
8.12 PRESSURE GAUGE P.011947 I 11097 201
8.13 JUNCTION BOXES WP P.011947 I 11097 201
68 to 148

Page 7 of 8
PART- A : KG BASIN PIPELINE REPLACEMENT
P.011947
D11031
PIPELINE LAYING AND ASSOCIATED WORKS
014
MAIN TABLE OF CONTENTS
S.NO. DESCRIPTION DOCUMENT NO. Page Nos.

8.14 JUNCTION BOXES EX.P P.011947 I 11097 201 68 to 148

8.15 GAS DETECTOR CONTROLLER P.011947 I 11097 201


8.16 POINT GAS DETECTOR P.011947 I 11097 201
8.17 HOOTER FOR SAFE AREA P.011947 I 11097 201
8.18 BEACON FOR SAFE AREA P.011947 I 11097 201
8.19 LOCAL CONTROL PANEL (LCP) MOUNTED INDICATOR P.011947 I 11097 201
8.20 LOCAL CONTROL PANEL (LCP) P.011947 I 11097 201
8.21 MULTI SENSOR DETECTOR P.011947 I 11097 201
8.22 MANUAL CALL POINT FOR SAFE AREA AND HAZARDOUS AREA P.011947 I 11097 201
8.23 PIG INDICATOR P.011947 I 11097 201
8.24 PRESSURE RELIEF VALVE P.011947 I 11097 201
8.25 PTS- REMOTE TERMINAL UNIT (RTU) P.011947 I 11097 202 149

8.26 ANNEXURE - I (Input Output List) P.011947 I 11097 202 163

8.27 ANNEXURE - II (IO Count) P.011947 I 11097 202 181

8.28 PTS - OPTICAL FIBER CABLE P.011947 I 11097 203 186

8.29 PTS - HDPE DUCT P.011947 I 11097 204 210

8.29a General Specification - Fire Suppression system (CO2 flooding) P.011947 I 11097 205
8.30 INSTRUMENTATION OPERATIONAL PHILOSOPHY P.011947 I 11000 201 220

8.31 MANDATORY SPARES P.011947 I 11087 201 222

GENERAL TECHNICAL SPECIFICATION (GTS)


8.32 INSTRUMENTATION SYMBOLS & IDENTIFICATION GTS/734/003 224

8.33 INSTRUMENTATION ERECTION J/02/3009 233

8.34 NAMEPLATES, TAGS AND LABELS FOR INSTRUMENTATION 70000/734/XX/7001 257

8.35 INSTRUMENTATION FOR PACKAGE UNITS GTS 734 013 262

QAP
8.36 PT & TT P.011947 Q 11000 202 299

8.37 PRESSURE GAUGE P.011947 Q 11000 203 300

8.38 RTD WITH THERMOWEL P.011947 Q 11000 204 301

8.39 OFC P.011947 Q 11000 205 302

8.40 HDPE Duct P.011947 Q 11000 206 308

8.41 INSTRUMENTS CABLES P.011947 Q 11000 207 311

8.42 JUNCTION BOXES P.011947 Q 11000 208 316

8.43 GAS DETECTION SYSTEM P.011947 Q 11000 209 318

8.44 LOCAL CONTROL PANEL P.011947 Q 11000 210 320

PROJECT DRAWINGS
STANDARD DRAWINGS
FIELD INSTRUMENT HOOK-UP DIAGRAM (PRESSURE TRANSMITTERT, PT AND
8.45 GGNG-I-20722-301 322
PG FROM SINGLE TAPPING), SH 1 OF 2
FIELD INSTRUMENT HOOK-UP DIAGRAM (PRESSURE TRANSMITTERT, PT AND
8.46 GGNG-I-20722-301 323
PG FROM SINGLE TAPPING), SH 2 OF 2
8.47 TYPICAL DRAWING FOR THERMOWELL GGNG-I-20722-302 324
INSTRUMENT SUPPORT SINGLE INSTRUMENT (STANCHION FOR SINGLE
8.48 GGNG-I-20723-303 325
INSTRUMENT, CONCRETE COLUMN MOUNTING), SH 1 OF 2
INSTRUMENT SUPPORT TWO INSTRUMENT (STANCHION FOR TWO
8.49 GGNG-I-20723-303 326
INSTRUMENT, CONCRETE COLUMN MOUNTING), SH 1 OF 2
8.50 SUPPORT DETAILS AND TRAY ARRANGEMENT FOR JUNCTION BOXES GGNG-I-20724-304 327

8.51 TYPICAL DRAWING FOR CANOPY GGNG-I-20725-305 328

8.52 TYPICAL DRAWING FOR SKIN TYPE TEMPERATURE MEASUREMENT SYSTEM GGNG-I-20722-4007 329

Volume II H of II

9 DETAILS OF EXISTING PIPELINE


9.1 Route Map - 1

9.2 ALIGNMENT DRAWINGS OF EXISTING PIPELINE - 3

Page 8 of 8
P.011947
SCOPE OF WORK D 10775
201

PART- A : KG BASIN PIPELINE REPLACEMENT

TRACTEBEL ENGINEERING PVT. LTD.

SCOPE OF WORK

LAYING AND ASSOCIATED WORKS FOR

PIPELINE REPLACEMENT IN KG BASIN

DOC. NO. P.011947 D 10775 201

3 05.06.2021 Issued for Tender SSA MS MK


2 08.01.2020 Issued for Tender SSA MS/NC SKH
1 11.11.2019 Issued for Tender SSA MS/NC SKH
0 16.01.2019 Issued for Enquiry MS NC SKH
Rev. Date Subject of revision Prepared By Checked By Approved By
P.011947
SCOPE OF WORK D 10775
201

TABLE OF CONTENTS

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

2.0 BRIEF SCOPE OF WORK OF CONTRACTOR ................................................................... 7

3.0 PROJECT SPECIFIC REQUIREMENTS .......................................................................... 21

4.0 ROU DESCRIPTION ........................................................................................................ 23

5.0 DETAILED SCOPE OF WORK FOR CONTRACTOR ....................................................... 25

6.0 PROCUREMENT AND SUPPLY ....................................................................................... 28

7.0 PIPELINE CONSTRUCTION ........................................................................................... 34

8.0 CROSSINGS ..................................................................................................................... 40

9.0 PIPELINE BURIAL .......................................................................................................... 49

10.0 CATHODIC PROTECTION (CP)...................................................................................... 50

11.0 ADDITIONAL SITE SPECIFIC REQUIREMENTS .......................................................... 51

12.0 ADDITIONAL ACTIVITIES INVOLVED IN THE SCOPE OF CONTRACTOR ............... 53

13.0 SCOPE OF WORK - STATION WORKS AND FACILITIES............................................ 60

14.0 QUALITY ASSURANCE AND QUALITY CONTROL ....................................................... 68

15.0 PROJECT MANAGEMENT ............................................................................................... 68

16.0 INTERFACING & COORDINATION WITH SUB-CONTRACTORS / VENDORS


/SPECIALIZED AGENCIES ............................................................................................. 72

17.0 ORDER OF PRECEDENCE OF DOCUMENTS ................................................................. 72

18.0 “AS BUILTS” .................................................................................................................... 73

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page i of i
SCOPE OF WORK P.011947
D 10775 201

1.0 PROJECT GENERAL DESCRIPTION

1.1. Scope

GAIL (India) Limited intends to carry out replacement of Two (2) nos. pipeline sections and modification work of
station & terminal piping, in their existing natural gas pipeline network in KG Basin region of Andhra Pradesh.

This document describes the Scope of Work for the proposed Pipeline and Terminal Piping replacement works, along
with associated equipment/ station facilities upgradation / modification 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 18” Pipeline Replacement and Terminal Piping Modification 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

GAIL (India) Limited is operating a network of Natural Gas Pipelines in the KG Basin area of Andhra Pradesh, with
total length spanning approx. 880 kms, for supplying gas to various customers in the region. GAIL receiving gas from
suppliers like ONGC and transports it to various industrial customers/load centres, through its existing Pipeline
Network.

GAIL is taking up replacement of pipeline/pipeline sections/station piping in KG Basin region & intends to replace
the following Pipeline sections/terminals:

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 1 of 73
SCOPE OF WORK P.011947
D 10775 201

S. No. Description Type of Replacement Work

Initial 23.5 Kms of 18” Mortha – Kondapalle


1 Pipeline Section Replacement
Pipeline

10 Kms of 18” Kotipalli (SV-4) to K-Cheruvu


2 Pipeline Section Replacement
(SV-5) Pipeline Section

Terminal Piping Replacement & modification,


3 Tatipaka Terminal Piping Replacement with installation of New Filtering / Metering /
PRS Skids and Headers

The Pipelines (S.No. 1 & 2) will be laid parallel to existing operating pipeline in existing ROU to the extent possible
& New ROU/Working strip may be taken (parallel to existing ROU) if required. New Pipeline with associated
facilities will be hooked up with existing Pipeline/terminals and existing Pipeline section (parallel to new Pipeline)
will be de-commissioned. Associated Station piping/equipment shall also be upgraded, as per project requirement.

Additionally, GAIL intends to replace and revamp terminal piping at Tatipaka Terminal, along with installation of
new Filtering and Metering skids and new Headers for supplying Natural Gas to recently replaced Pipelines passing
through Tatipaka terminal.

1.3. Route Map

The Route Map below shows the two (2) Replacement Pipeline Sections, and the location of Tatipaka Terminal in
KG Basin Area.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 2 of 73
SCOPE OF WORK P.011947
D 10775 201

1.4. PROPOSED PIPELINE WORKS, ACTIVITIES AND INSTALLATIONS:


The pipeline works, station works, and associated activities proposed to be carried out as part of this project, are as
described below:

1.4.1. Mortha – Tadepalli Pipeline Replacement Section

 Starting Point : Mortha IP Station

 End Point : SV-4, Tadepalli

 Length of Pipeline to be replaced : 23.5 kms approx.

 Size of Pipeline to be replaced : 18” NB

 Station facilities to be replaced along


with Pipeline replacement

o At Mortha IP Station : Existing Pig Launcher to be replaced


by new Pig Launcher

o At Tadepalli SV station : Existing SV to be replaced by new SV

 ROU details : Proposed Pipeline to be laid in existing ROU of GAIL,


adjacent to existing 18” NB Pipeline

1.4.2. Kotipalli – K. Cheruvu Pipeline Replacement Section

 Starting Point : Kotipalli, SV-4 station

 End Point : K. Cheruvu, SV-5 and Pig receiving station

 Length of Pipeline to be replaced : 10 kms approx.

 Size of Pipeline to be replaced : 18” NB

 Station facilities to be replaced along


with Pipeline replacement
o At Kotipalli SV Station : Existing SV to be replaced by new SV
o At K. Cheruvu receiving station : Existing Pig Receiver to be replaced
by new Pig Receiver

 ROU details : Proposed Pipeline to be laid in existing ROU of GAIL,


between existing 18” NB and 24” NB operational Pipelines,
after removing abandoned 18” Pipeline.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 3 of 73
SCOPE OF WORK P.011947
D 10775 201

1.4.3. Tatipaka Terminal Piping Replacement / modification work

 Location : within premises of existing Tatipaka Terminal of GAIL


 Gas Supply Points : 2 Nos -
1. 14” NB Pipeline from ONGC – Tatipaka, and
2. 8” NB Pipeline from ONGC- Kadali
 Delivery Points : 3 Nos,
24” NB KKD-1 Pipeline,
18” NB KKD-2 Pipeline and
24” NB Lanco Pipeline.
 Proposed work : Replacement of old Terminal Piping by new Piping, and
modification of Terminal configuration

 New Terminal facilities to be installed along


with proposed Piping replacement

o Headers : 2 Nos. - (24” HP Header & 24” MP Header)

o Skids : Filtering and Metering skids (2 Nos.) for both Supply points,
and bi-directional Metering skids (3 Nos.) for all three
delivery points

o PRS : Pressure Regulating skid between HP and MP Headers

o Pig Launcher : Existing Pig launcher of KKD-2 line to be replaced by a new


Pig launcher

o GOV Valves : New GOV Valves to be installed in both supply lines and
KKD-2 dispatch Line.

 Terminal Piping size : 2” NB to 24” NB

 Additional Works : New Porta cabin for control / electrical room, Civil Works,
supports & foundations for new Piping and Equipment, All
associated Instrumentation & Controls, and Electrical works.

1.5. DESIGN PARAMETERS FOR PROPOSED PIPELINES AND FACILITIES


The Design Parameters to be followed for design and engineering of the proposed new pipelines and station
installations, as part of the above mentioned pipeline replacement works, and terminal piping replacement activities,
shall be as listed below:

1.5.1. Design Parameters for Pipeline Replacement:

(APPLICABLE FOR BOTH SECTIONS: MORTHA - TADEPALLI, AND KOTIPALLI - K.CHERUVU


SECTIONS) :

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 4 of 73
SCOPE OF WORK P.011947
D 10775 201

 Design Pressure : 92 barg

 Design Temp : (-) 20°C / 60° C for Underground (buried) Pipelines


(-) 20°C / 65° C for Above Ground (Station) Piping
(-) 45°C / 65° C for all LTCS Piping at stations
(both Underground and Above Ground)
 Location Class : 1, 2, 3 and 4

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


- Pipeline laying along the proposed Pipe route, which
falls in Location Class-1, 2 and 3 respectively.

Location Class-3 shall also be used for:


- all Station Piping
- all crossings done by HDD
- some crossing in Class-2 which require design factor of
0.5

Location Class-4 shall be used for:


- Railway crossing, and for pipeline laid within the ‘risk
radius’ on both sides of Railway Crossing.

 Corrosion Allowance : ‘2.0’ mm for Mainline Pipe,


‘2.0’ mm for all Station piping

 Material Grade of Mainline Pipe : API 5L Gr. X 70, PSL 2 (size = 18”).

 Material Grade of Station Piping : ASTM A 333, Gr.6 (Seamless) (for size ≤ 16”).

 Manufacturing Tolerance for Wall : ‘Zero’ Negative tolerance for 18” Mainline Pipe
Thickness (API 5L Grade X 70 Pipes)

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


(all Station Piping 16” and below)

 Pipe Coating : Yes, external - 3LPE.

 Pipeline Burial Depth : 1.2 meters

 Pipeline Design Life : 25 years

 Coating/Painting for Station Piping : As per Pipeline & Piping Design Basis

1.5.2. Design Parameters for all New Terminal (Station) Piping and Equipment, at Tatipaka
Terminal:

 Design Pressure : 92 barg

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 5 of 73
SCOPE OF WORK P.011947
D 10775 201

 Design Temp : (-) 20°C / 65° C for Above Ground (Station) Piping
(-) 45°C / 65° C for all LTCS Piping at stations
(both Underground and Above Ground)

 Location Class : All Station Piping shall be designed as per Location class-3.

 Corrosion Allowance : ‘2.0’ mm for all Station piping and equipment

 Mainline Pipe for KKD-2 dispatch : API 5L Gr. X 70, PSL 2 (size = 18”).

 MOC for Station Piping : ASTM A 333, Gr.6 (Seamless) (for size ≤ 16”).

 MOC for HP and MP Headers : API 5L, Gr. X-52, PSL-2 (24” NB), for both Headers.

 Manufacturing Tolerance for Wall : ‘Zero’ Negative tolerance for 18” Mainline Pipe
Thickness (API 5L Grade X 70 Pipes)

: (+/-) 12.5% for all Station Piping:

- ASTM A 333 , Grade 6 Piping


(all Station Piping 16” and below)

- API 5L, Gr. X-52, PSL-2 (24” NB),


(for both Headers).

 Pipe Coating for 18” Mainline : Yes, external - 3LPE.


 Pipeline Burial Depth : 1.2 meters
 Piping Design Life : 25 years
 Coating/Painting for all Station Piping : As per Pipeline & Piping Design Basis

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 6 of 73
SCOPE OF WORK P.011947
D 10775 201

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 all the Tender documents including Design Basis,
Project Specifications (including GTS and PTS) and Drawings, SOR and all associated documents.

2.1 PROJECT SCOPE AND COVERAGE

The project envisages carrying out the following replacement / modification work in GAILs existing Pipeline
network, in KG Basin:

1. Replacement of 23.5 kms of 18” Pipeline, from Mortha IP station to Tadepalli SV-4 station, along with
replacement of Pig Launcher at Mortha and Sectionalizing Valve (SV) at Tadepalli.

2. Replacement of 10 kms of 18” Pipeline from Kotipalli SV-4 station to K. Cheruvu SV-5 station, along with
replacement of SV at Kotipalli and Pig Receiver at K. Cheruvu.

3. Replacement of station piping at Tatipaka terminal of GAIL, along with modification in configuration of
terminal piping and installation of new headers and filtering & metering skids at the Terminal.

4. All associated station works including installation of new skids / facilities associated with the above
replacement/modification works, all required civil works, electrical works and Instrumentation and Control
works required for successful completion of the above activities, as per project requirements.

All the above are part of GAILs existing pipeline network, with Mortha - Tadepalli section located in West Godavari
district and Kotipalli – K.Cheruvu section & Tatipaka terminal located in East Godavari district of Andhra Pradesh
(KG Basin).

The scope of this project comprises all engineering and design / construction related activities, required to be carried
out within the described battery limits, for successful completion of the project. The activities include Design,
Engineering, Procurement, Fabrication, Construction, Installation & Testing, Pre-commissioning and commissioning
of the proposed replacement Pipelines and associated Station facilities, and new Piping and installations at Tatipaka
Terminal, 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; replacement of 18” pipeline sections as described in sections below,
new pipeline/piping works at various stations, modification of Terminal piping at Tatipaka Terminal along with
installation of new skids and Headers as per GAIL proposed scheme, tie-in/ hook-up of new Pipeline and Terminal
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 replacement pipelines sections of the project
and the new Terminal piping and installations at Tatipaka Terminal.

The replacement pipeline sections include replacement of Pipelines, Pig Launchers and Receivers, Sectionalising
Valve (SV) Stations and all associated piping and facilities. Additionally, Terminal Piping upgradation work at
Tatipaka involves Piping modification, replacement and installation of new equipment and facilities including skids
and new headers. The work includes installation of pipeline and related piping works and all associated Civil,
Structural, Architectural, Electrical, Mechanical, Instrumentation/ Telecom works, required to be carried out as per
scope of the project.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 7 of 73
SCOPE OF WORK P.011947
D 10775 201

Refer “Schematic Arrangement of Proposed Modification at Tatipaka”. The Schematic drawing indicates the
proposed new piping configuration at Tatipaka terminal & the new installations. The schematic is for reference
purpose only. Contractor’s quotation shall be based on complete scope of work & all documents/ drawings forming
part of the Tender Document. All clauses mentioned in this document are applicable to all pipelines unless specified
otherwise.

Contractor throughout the execution of the contract shall take all necessary steps to maintain the safety and integrity
of all existing pipelines and utilities etc. in the ROU, and all existing installations at the Terminals /stations. All the
materials / preparatory works/ safety measures as deemed necessary by Owner for the protection of existing utilities
/ systems / installations shall be arranged by contractor without any Cost as well as time implications.

2.2 METHODOLOGY FOR PIPELINE DECOMMISSIONING AND ABANDONMENT/RETRIEVAL


 Pipelines shall be isolated from the valve and sealed from all connections with blinds of applicable rating
using blind flanges / end caps.
 Pipeline shall be disconnected from all sources and supplies of gas such as other pipelines, mains, crossover
piping, meter stations, control lines, and other appurtenances.
 It shall be depressurized and emptied of service gas; purged of Transported gas with Nitrogen. If liquid
entrapment is suspected, the pipeline shall be pigged while Nitrogen purging.
 All the end connections / tap-offs / tap-ins of the in service side shall be isolated with blinds of applicable
rating.
 The abandoned above ground section of pipeline between the isolation valve up to the point where the
pipeline enters underground and reaches 1 m depth, shall be isolated / cut and removed. The underground
section to be abandoned shall be sealed on all ends by welding with end cap/plate of same or higher
thickness and grade as of the pipe material.
 All the end connections / tap-offs / tap-ins of the on the abandoned in service side shall be sealed by welding
with end covers / plates as applicable for the pipeline ends mentioned above.
 All CP points and connection shall be disconnected and electrically isolated.
 It shall be established that no metallic connection exists between any in service pipeline and abandoned
pipeline section.
 The location of capped ends of the pipeline shall be marked at location as well as coordinates of the same
shall be recorded for future reference.
 Prior to abandonment of pipelines in place, all crossing locations shall be identified and the concerned
authorities shall be notified of the abandonment.
 The pipeline at crossings and other critical locations shall be filled with cement concrete slurry.
 All markers on the abandoned pipeline section shall be marked abandoned.
 Before, cutting of the pipe, absence of combustible mixture inside pipe may be ensured. All safety
precautions shall be taken while cutting & retrieving the abandoned pipe section.
 Retrieved pipe shall be cut in pieces of suitable sizes for ease of the retrieval / transportation and shall be
stacked properly.
 Records (in Owner’s Format) shall be maintained of all Pipeline and piping that is de-commissioned,
abandoned and retrieved.
 Contractor to prepare detailed Procedure for Pipeline Decommissioning/abandonment/retrieval inline with
above listed guidelines and submit for OWNER/EIC approval.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 8 of 73
SCOPE OF WORK P.011947
D 10775 201

2.3 PROPOSED ACTIVITIES AND INSTALLATIONS

A brief description of the activities required to be carried out by the contractor, and the proposed installations at the
stations, to be constructed by the contractor as part of this project, are given below.

2.4 PIPELINE REPLACEMENT PART-1:

MORTHA-TADEPALLI SECTION (18” NB X 23.5 KMS. APPROX.) :

2.4.1 DESCRIPTION

The 18” NB Pipeline running from Mortha IP Station upto Tadepalli SV-4 station, is proposed to be replaced by a
new Pipeline. The length of this section to be replaced is approximately 23.5 kms. The proposed new 18” NB pipeline
will be laid in existing ROU of GAIL, adjacent to the existing 18” NB Pipeline, which is to be replaced.

Along with Pipeline, the Pig Launcher, Valves, Flow Tess, Vent Line, Piping etc. at Mortha IP Station and
Sectionalizing Valve, Piping, Vent Line etc at Tadepalli shall also be replaced.

2.4.2 ROU DETAILS

The Proposed route starts from existing Mortha IP station of GAIL, and ends at existing Tadepalli SV-4 station of
GAIL. (both locations in West Godavari District of Andhra Pradesh). The ROU is approximately 18 meters wide,
with one no. existing 18” NB Pipeline, which is to be replaced.

The proposed pipeline shall be laid adjacent to this existing pipeline, at a minimum distance of 3.0 meters. SOP shall
be followed for working in same ROU. All required precautions shall be taken to ensure safety and integrity of the
existing and proposed pipeline, during and after construction. All necessary precautions shall be taken into account
during detail engineering and execution of work, for working next to an operational pipeline, in the same ROU.

2.4.3 ROUTE PROFILE

The proposed gas pipeline route runs cross-country, and crosses through fields, canals / water bodies, villages and
towns. Land is mostly cultivated, with paddy as major crop. The pipeline route is surrounded by paddy fields and
there are numerous canals / water body crossings along the route.

Terrain along the pipeline is flat along its entire length. The maximum and minimum elevation along Mortha-
Tadepalli Section is 20.46 m and 4.36 m above MSL respectively. The route of proposed replacement pipelines from
Motha to Tadepalli crosses Railway Lines (at 2 locations), 1 no. National Highway, 1 no. State Highways, 8 nos.
Canals, 1 major drain, other Roads, and various utility & power cables etc.

2.4.4 WORK INVOLVED

Pipeline laying of 23.5 kms of 18” NB Pipeline parellel to existing 18” pipeline between Mortha IP station and
Tadepalli SV-4 Station, shall comprise of following activities:

 Laying of new 18” NB Pipeline, in existing ROU of GAIL, adjacent to exiting 18” NB Pipeline, from
Mortha to Tadepalli.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 9 of 73
SCOPE OF WORK P.011947
D 10775 201

 Pipeline laying in existing ROU shall be carried out, as per the details given in section 2.3.2 above.

 Installation of New Pig Launcher at Mortha IP Station. The new pig launcher shall be installed parallel to
the exiting Pig Launcher, in a new plot adjacent to current station premises. The additional space / plot
required for this new installation and approach road, shall be provided by GAIL.

 The upstream of the new Pig Launcher shall be hooked up to the existing station piping at Mortha, feeding
gas to the existing Pig Launcher. Necessary piping modifications shall be carried out.

 Downstream of the new Pig Launcher shall be hooked up to new 18” replacement Pipeline proposed to be
laid in the ROU, from Mortha to Tadepalli. The gas from New Pig Launcher shall be fed into the new
Pipeline section.

 The new Pipeline section shall end at Tadepalli. At the end of new Pipeline section, a new buried SV shall
be installed, in the space adjacent to exiting SV at Tadepalli station. The new Pipeline shall terminate
downstream of this new SV.

 The new Pipeline, downstream of this new SV, shall be hooked up to existing 18” NB Pipeline going from
Tadepalli to SV-5, using a Hot Induction bend (6D radius), to ensure piggability of the new Pipeline.
Shutdown of the downstream section of Pipeline shall be required, for carrying out the Hook-up.
 The existing 18” Pipeline shall be disconnected from all sources and supplies of gas, and before cutting of
the pipeline, absence of combustible gas inside pipe to be ensured. All safety precautions shall be taken
while cutting pipe.

 Hook-up at both the terminals, and all associated Piping and station works, including Piping Supports,
Crossovers, Civil Structures and Electrical work as required, shall be part of the scope.

 A new OFC shall be laid along the entire route of 18” Pipeline Replacement, from Mortha to Tadepalli.
The OFC shall be laid on the bed of the Trench, and not in any other position in the trench.

 New Blow down piping with QOEC shall be provided at both the stations, for depressurizing the Pipeline
/ Section of a Pipeline as per requirements, or in case of emergency. All QOEC shall have built-in pressure
interlocks, for ensuring safety during opening.

 All Instrumentation and Controls as per the requirements of project Specifications, PIDs and
Instrumentation Design Basis shall be provided at both the stations.

 The development of new plot at Mortha, provided by GAIL, for installation of new Pig Launcher, along
with construction of Boundary wall, approach road and new process area are part of project scope.

 Retrieval of abandoned station piping, Pig Launcher/Receiver, Valves, QOEC, Flow Tee, IJ etc shall be
done by Contractor.

 Co-ordination for Shut Down and proper planning for hookup with existing Piping shall be planned and
executed by Contractor, Blinds shall be used to blind the line for bypass the system,

 All the retrieved Piping and equipment shall be transported to GAIL’s Store Yard by Contractor.

 Contractor to use proper GI Sheet fencing to isolate the work site from charged process area. Proper safety
and SOP shall be followed during execution.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 10 of 73
SCOPE OF WORK P.011947
D 10775 201

 There are many Canal / waterbody crossings along the route. Most of the major canals / waterbody
crossings shall be done by HDD.

 For all HDD crossings, a gap of minimum 10 meters shall be maintained between existing and new HDD
crossings for safety. Additional ROU, wherever required, shall be acquired for new HDD crossings, to
maintain this minimum safety distance.

 Additionally, there is a possibility of re-routing at certain crossings like HDD and crossings with Boring
and Casing and at locations and stretches where available ROU is inadequate.

 Contractor to arrangement all additional land required for Contractor's storage, arrangement of working
ROU if ROU width is not sufficient for equipment/ vehicle movement etc.

 All necessary precautions shall be taken to ensure safety and integrity of the existing and proposed pipeline,
during and after the construction.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 11 of 73
SCOPE OF WORK P.011947
D 10775 201

2.5 PIPELINE REPLACEMENT PART-2:

KOTIPALLI – K. CHERUVU SECTION (18” NB X 10 KMS. APPROX.) :

2.5.1 DESCRIPTION

The 18” NB Pipeline running from Kotipalli SV-4 Station upto K. Cheruvu SV-5 station, is also proposed to be
replaced by a new Pipeline. The length of this section to be replaced is approximately 10.0 kms.

The proposed new 18” NB pipeline will be laid in existing ROU of GAIL, between exiting 18” NB and 24” NB
Pipelines of GAIL. Along with Pipeline, the SV-4 at Kotipalli and Pig Receiver at K. Cheruvu SV-5 Station shall also
be replaced.

2.5.2 ROU DETAILS

The Proposed route starts from existing Kotipalli SV-4 station of GAIL, and ends at existing K. Cheruvu SV-5 station
of GAIL. (both locations in East Godavari District of Andhra Pradesh).

The ROU is approximately 18 meters wide, in which three nos. of existing Pipelines are present, as follows:

1. Existing 18” NB Pipeline, from Kotipalli to K. Cheruvu, which is to be replaced,

2. Abandoned 18” NB Pipeline, which is dead and not in use, and

3. Existing 24” NB Operation Pipeline, which is new, and runs from Kotipalli to K.J Point.

24” Pipeline

Abandoned Pipeline

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 12 of 73
SCOPE OF WORK P.011947
D 10775 201

Note: The dimensions indicated in above sketches are tentative and are provided only to give a general idea about
the location of pipelines within the ROU. The actual spacing between the pipelines and available ROU for
construction activity shall vary throughout the corridor. The arrangement of the pipelines may also change at
different locations. Under no circumstances, the details given in above sketch shall be used as a sole basis for
locating/identifying existing pipelines in the ROU. Before carrying out any trenching/ Excavation works, the existing
pipeline in the ROU shall be located/identified at site by using Ground Penetration Radar/ Other Suitable methods.

The pipelines are laid in the same ROU, at a distance of 5 meters from each other, and 3 meters from one edge of the
ROU. Thus, most of the 18 meter ROU width is already occupied.

Accordingly, it is proposed that first the 18” NB abandoned (dead) pipeline (S. No. 2 above), which is laying between
operational 18” and 24” Pipelines, shall be removed. After its removal, the proposed new 18” Pipeline shall be laid
in the same trench cleared by removal of the dead pipeline. Contractor to further modify the trench to meet the present
design criteria. Thus the new 18” NB pipeline shall be laid in the space between the 18” NB and 24” NB Pipelines.
(S.No. 1 and 3 above), after removal of abandoned 18” NB pipeline.

The 18” NB Pipeline, from Kotipalli to K. Cheruvu will be shut down during the construction period. Mud mat and/or
best practice protection shall be used when equipment is running on the Pipeline.

The proposed pipeline shall be laid between existing operational 18” and 24” pipelines, maintaining a minimum clear
distance of 3.0 meters from either pipeline, at all locations. Since the proposed pipeline shall be laid in the existing
ROU, with operational pipelines, SOP shall be followed for working in same ROU. All required precautions shall be
taken to ensure safety and integrity of the existing and proposed pipeline, during and after construction.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 13 of 73
SCOPE OF WORK P.011947
D 10775 201

All necessary precautions shall be taken into account during detail engineering and execution of work, for working
next to an operational pipeline, in the same ROU.

2.5.3 ROUTE PROFILE

The proposed gas pipeline route runs cross-country, and crosses through fields, canals / water bodies, villages and
towns. Land is mostly cultivated, with paddy as major crop. The pipeline route is surrounded by paddy fields and
there are numerous canals / water body crossings along the route.

Terrain along the pipeline is flat along its entire length. The maximum and minimum elevation along Kotipalli-K.
Cheruvu section is 8.42 m and 1.54 m above MSL, respectively. The route of proposed replacement pipelines from
Kotipalli to K. Cheruvu crosses 1 no. Railway Line, 1 no. State Highways, 3 nos. Canals, 2 nos. major drains, other
Roads, and various utility & power cables etc.

2.5.4 WORK INVOLVED

The Replacement of 10 kms of 18” NB Pipeline between Kotipalli SV-4 station and K. Cheruvu SV-5 Station,
comprising of following activities :

 Co-ordination for shut down the 18”, Kotipalli to K. Cheruvu Pipeline, Nitrogen Filling and using proper
protection to cross/run the equipment on the Pipeline.

 Removal and transportation of abandoned 18” NB pipeline (dead pipeline) from the ROU of GAIL,
between Kotipalli and K. Cheruvu, to create space for laying a new Pipeline section.

 Laying of new 18” NB Pipeline from Kotipalli to K. Cheruvu, in existing ROU of GAIL, between existing
18” and 24” operational pipelines.

 Pipeline laying in existing ROU, between existing 18” and 24” pipelines, shall be carried out as per the
details given in section 2.4.2 above.

 The new Pipeline section shall start at Kotipalli station. The existing 18” abandoned pipeline shall be
removed, along with abandoned above ground Sectionalizing Valve (SV).

 A new buried SV shall be installed, in place of old above ground SV. The upstream of this new SV shall
be hooked up to existing 18” NB Pipeline coming from Tatipaka to Kotipalli. There is an existing HDD on
this incoming pipeline, just outside Kotipalli station, which terminates inside Kotipalli Plot premises.

 The upstream of the new SV shall be hooked up to this end point of the HDD, inside the Kotipalli station.
The Hook-up shall be done using a Hot Induction bend (6D radius), to ensure piggability of the new
Pipeline. Shutdown of the upstream section of Pipeline shall be required, for carrying out the Hook-up.
 The existing 18” Pipeline shall be disconnected from all sources and supplies of gas, and before cutting of
the pipeline, absence of combustible gas inside pipe to be ensured. All safety precautions shall be taken
while cutting pipe.

 Downstream of the new SV shall be hooked up to new 18” replacement Pipeline proposed to be laid from
Kotipalli to K. Cheruvu, in the existing ROU of GAIL, after removal of 18” abandoned pipeline.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 14 of 73
SCOPE OF WORK P.011947
D 10775 201

 The new pipeline section shall end at K. Cheruvu station. A New Pig Receiver shall be installed at K.
Cheruvu Station, parallel to the exiting Pig Receiver, in its adjacent space. The space required for this new
installation is available in the existing plot. The new 18” pipeline shall be hooked up to upstream of this
Pig receiver.

 The downstream of the new Pig Receiver shall be hooked up to the existing station piping at K. Cheruvu,
which will feed incoming gas to the downstream network. Necessary piping modifications shall be carried
out at the station. Shutdown shall be required for hook-up of the existing station piping with the new Pig
receiver.

 Hook-up at both the terminals, and all associated Piping and station works, including Piping Supports,
Crossovers, Civil Structures and Electrical work as required, shall be part of the scope.

 A tap off Valve shall be provided on the new 18” Pipeline, with IJ, for providing the option of
interconnection with existing 24” buried pipeline. A 14” NB Tap Off is already available on the 24”
Pipeline, which may be interconnected to this proposed tap off, in the future.

 A new OFC shall be laid along the entire route of 18” Pipeline Replacement, from Kotipalli to K. Cheruvu.
The OFC shall be laid on the bed of the Trench, and not in any other position in the trench.

 New Blow down piping with QOEC shall be provided at both the stations, for depressurizing the Pipeline
/ Section of a Pipeline as per requirements, or in case of emergency. All QOEC shall have built-in pressure
interlocks, for ensuring safety during opening.

 All Instrumentation and Controls as per the requirements of project Specifications, PIDs and
Instrumentation Design Basis shall be provided at both the stations.

 The development of additional process area, for installation of new Pig Receiver, is part of project scope.

 There are many Canal / waterbody crossings along the route. Most of the major canals / waterbody
crossings shall be done by HDD.

 For all HDD crossings, a gap of minimum 10 meters shall be maintained between existing and new HDD
crossings for safety.

 However, in Kotipalli-K. Cheruvu section, most of the ROU is already used up by 3 nos. of existing
pipelines. It is not possible to carry out a HDD between two operational pipelines.

 Accordingly, additional ROU shall be required at all the HDD crossings in this section, to maintain this
minimum safety distance.

 This extra ROU for all new HDD crossings, shall be planned on the side of ROU where old 18” Pipeline
is existing, and not on the side of 24” Pipeline. This is to ensure that the proposed new 18” Pipeline, and
all new HDD crossings, remain on the same side of the ROU, and there is no need to cross the 24” Pipeline
anywhere along the route. This will also facilitate locating the pipelines in the future, for any future O&M
works.

 Additionally, there is a possibility of re-routing at certain crossings like HDD and crossings with Boring
and Casing and at locations and stretches where available ROU is inadequate.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 15 of 73
SCOPE OF WORK P.011947
D 10775 201

 Contractor to arrangement all additional land required for Contractor's storage, arrangement of working
ROU if ROU width is not sufficient for equipment/ vehicle movement etc.

 All necessary precautions shall be taken to ensure safety and integrity of the existing and proposed pipeline,
during and after the construction.

2.6 TATIPAKA TERMINAL – PIPING REPLACEMENT AND MODIFICATION WORK :

The existing old piping at Tatipaka Station shall be replaced with new piping, and modification in existing terminal
piping configuration shall be carried out, along with installation of new headers and skids, as per details given below:

A ‘Schematic drawing’ - Doc No : P.011947-D-20701-901, showing the proposed Piping configuration required at
Tatipaka Terminal, is attached with the tender document. Refer the drawing for better understanding.

2.6.1 EXISTING INSTALLATION

 There are two incoming pipelines at GAIL Tatipaka, which are supplying gas to the Terminal :
o A 14” NB pipeline coming from ONGC Tatipaka, and
o A 8” NB pipeline coming from Kadali, which supplies gas coming from ONGC, Keisnapalli.

 Both these supply line are currently connected to a single header, which supplies gas to all the three dispatch
pipelines going from Tatipaka terminal.

 There are three nos. dispatch pipelines originating from Tatipaka terminal, as below :
1. A 24” NB pipeline (KKD-1), feeding gas to Kakinada
2. A 18” NB pipeline (KKD-2), also feeding gas to Kakinada
3. A 24” NB pipeline feeding gas to Lanco Power Plant.

2.6.2 PROPOSED MODIFICATIONS AND INSTALLATIONS

 It is proposed to split the incoming and outgoing Pipelines at Tatipaka terminals in to two sections – High
Pressure (HP) and Medium Pressure (MP), based on their operating pressures.

 Accordingly, two new Headers shall be constructed at Tatipaka Terminal, one HP and one MP Header
(both 24” size).

 The supply coming from ONGC Tatipaka shall be HP supply, and shall be fed into the HP Header. The HP
gas from downstream of this Header, shall in turn be fed into the KKD-1 Pipeline, going to Kakinada,
which requires High pressure gas.

 Similarly, the supply coming from Kadali source shall be MP supply, and shall be fed into the MP Header.
The MP gas from downstream of this Header, shall in turn be fed into the remaining two Pipelines, i.e.
KKD-2 Pipeline and Lanco Pipelines, which require medium pressure gas.

 Both HP and MP Piping shall be segregated, and shall normally operate at different pressures.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 16 of 73
SCOPE OF WORK P.011947
D 10775 201

 There will be interconnection between the HP and MP Piping, which will be provided between HP Header
and MP Header. A Pressure Regulating skid (PRS) shall be installed between the HP and MP headers, so
that High pressure gas can be supplied from HP to MP header, when required, after pressure reduction
through the PRS.

 This will provide the flexibility of diverting gas from HP Header to MP Piping, as and when required.

 In addition, the following new skids are proposed to be installed, in the incoming and outgoing pipelines
at Tatipaka Terminal :

 Two new Filtering and Metering Skids shall be installed, one each in each of the two supply pipelines, i.e.
one in ONGC Tatipaka supply pipeline and second in Kadali supply line. The Piping from downstream of
these skids shall feed into the HP and MP headers respectively.

 Both the skids shall have a Filter, tappings for H2S, Moisture Analyzer and Gas Chromatograph (GC), and
a Metering section, for filtering, metering and analyzing the incoming gas from both the sources. The skids
shall have one working stream with provision for addition of second stream in future.

 The gas from HP Header shall be fed to the KKD-1 Line. Similarly, the gas from MP Header shall be fed
to KKD-2 and Lanco Pipelines. Future Tap offs shall be provided on both the Headers for future expansion.

 There will additional Three nos. of metering skids, one each, for each of the dispatch pipelines going from
Tatipaka. The skids shall be connected downstream of the HP and MP Headers, and shall receive gas from
the Headers.

 The gas after metering in the skids, shall be finally supplied in to the Pig Launchers of the outgoing
Pipelines.

 There is a possibility of gas supply coming from downstream stations on the dispatch pipelines shall have
bi-directional metering facility, so that flow in either direction can be measured.

 Each skid will also have a tapping for GC, for analyzing the gas composition going to each of the dispatch
pipelines. (For more details of proposed skids, see section 9.3).

 Thus, the following 5 Nos, of skids are proposed to be installed at Tatipaka Terminal :
o Two nos of Filtering and Metering skids on both the Supply Pipelines (ONGC Tatipaka and Kadali),
and
o Three nos. of bi-directional metering skids on all three outgoing pipelines. (KKD-1, KKD-2 and Lanco
Pipelines).

 In addition, a new Pig Launcher along with GOV valves, shall be installed on 18” KKD-2 Pipeline, along
with new blowdown piping and QOEC, and old Launcher assembly shall be removed.

 Also, New GOV Valves shall be installed on both the incoming (supply) Pipelines.

 All necessary Piping modifications, required for carrying out the above changes, shall be part of the project
scope, including replacement of old Piping, installation of new Piping and associated installations, new
skids and Headers as described above and all associated Instrumentation and Controls.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 17 of 73
SCOPE OF WORK P.011947
D 10775 201

 Contractor to arrange a prefabrication yard to fabricate the piping spool to minimize the hot work inside
the station.

 2 Nos. of slug catchers need to be isolated using bling flange and bypass connection to be provided to run
the system. The Slug catchers is to be removed first to create space for filtration and metering skid.

 Contractor to co-ordinate for shut down and plan to install pre-fabricated spools such that the shut down
time is as less as possible.

 All the abandoned/replaced piping and equipment shall be retrieved and transported to GAIL’s Store Yard.

 Hook-up of new Piping and equipment, and all associated Piping and station works, including Piping
Supports, Crossovers, Platforms, Civil Structures and equipment foundations, associated Electrical works
as required, shall be part of the scope.

 All Instrumentation and Controls as per the requirements of project Specifications, PIDs and
Instrumentation Design Basis shall be provided.

 The development of existing process area, for installation of new Headers, skids and Pig Receiver etc. is
part of project scope.

 All associated Civil, Mechanical, Electrical, Instrumentation & Control, and Cathodic Protection related
works and associated facilities etc, are included in scope of project.

2.7 Mainline Work

The present specification envisages construction requirement for 18” NB, API5L Grade X70 line pipes.

Chainage-wise details of line pipes (Thickness-wise as per area classification) to be used in the mainline construction
is provided in Line Pipe MTO attached with the Tender Document. However the chainage-wise thickness may vary
as per the decision taken by GAIL/PMC during Construction. 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

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 18 of 73
SCOPE OF WORK P.011947
D 10775 201

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

2.8 Main Line Pipes


 Material for 18” Main Line Pipe : API 5L X70, PSL 2
 Selected Wall Thickness for 18” Line Pipe : The Line Pipe wall thickness shall be as per
aligment drawing and crossing drawings
The transportation of the line pipe from Owner designated Store yard to Contractor’s store/work site is in the scope
of contractor. Following are the quantity and location of Line Pipe from where contractor has to trasport Pipes to
respective work site/store for Part A and Part B as per requirement:

Line Pipe Available with GAIL


Available Pipe Thickness at Gail Total Available
Pipe stock location
Yard/ Welspun (m)
API 5L X70, PSL 2, 8.7 MM THK.
21,008.51 Ratnamani pipe yard, Tanuku
(Coated Pipe)
API 5L X70, PSL 2, 9.5 MM THK.
5,502.92 GAIL Yard, Vadisaleru
(Coated Pipe)
API 5L X70, PSL 2, 11.1 MM THK.
8,000.00 Welspun pipe yard, Vadisaleru
(Coated Pipe)
API 5L X70, PSL 2, 12.7 MM THK.
1,300.00 Welspun pipe yard, Vadisaleru
(Coated Pipe)
API 5L X70, PSL 2, 14.3 MM THK.
780.00 Welspun pipe yard, Vadisaleru
(Bare Pipe)

Bare Line Pipe of 14.3 mm thick shall be provided for fabrication of hot induction bends as Free issue. Transition
Piece of 11.1 mm thick pipe shall be used to connect Induction Bends with 8.7 mm thick and 9.5 mm thick Pipeline.

All other Free Issue Materials shall be issued from GAIL Store Yard at Ratnamani.

2.9 Important remarks:

a) Unless otherwise stated in particular cross section drawings, the clear spacing between the gas pipeline and
utilities will be min. 0.30 m at the crossing point and min.3.0 m when the pipeline is running parallel to the
utilities (OISD 141) Wherever it is possible, the minimum distance must be increased.

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

c) If any crossing due to site conditions, statutory authority requirements or project schedule requirements (at sole
discretion & prior approval of Owner’s representative) shall be required to be done by trenchless method, it shall
be paid as per relevant SOR item.

d) Apart from this the pipeline may also cross/move on existing pipelines at some locations; Contractor shall use
mud mat and take necessary precautions to protect the existing pipelines.

e) At some locations, where pipeline may have to cross the existing pipelines, large scale excavation may expose
existing pipeline and may cause damage due to land collapse. In such case, excavation and laying of pipeline
are to be done in separate phases. Contractor shall submit detail procedure for crossings the existing pipelines
for approval of Owner/Owner’s representative.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 19 of 73
SCOPE OF WORK P.011947
D 10775 201

f) In some areas due to several underground obstacles encountered during construction, mechanical trenching may
not be possible. In such cases Contractor shall perform the work by manual means without any cost as well as
time implications.

g) In urban areas where there are numerous underground utilities, the cover of 1.2 m may not be sufficient,
Contractor will not raise any compensation for any such necessary deepening (refer to PTS _Construction of
pipeline and part 10 of GTS/502).

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

i) In Rocky area if backfilling material does not meet the condition specified in GTS (Part 10) & PTS, the
contractor must propose a suitable rock shield protection (6 mm thk.) to be approved by Owner and Engineer.
No extra cost or compensation for supply & placement of the rock shield will be raised by contractor. Special
precautions to be taken for controlled rock blasting which has to be done before hauling, storing and stringing
of pipes. The maximum particles velocity should be determined to avoid any damages on existing facilities
(Refer PTS/GTS Controlled rock blasting).

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

k) The Contractor shall be deemed to have taken into account all variations as mentioned above at the time of
formulating his bid and no extra compensation either by way of time or cost shall be admissible.

l) Contractor’s scope also include to arrange the working ROU to lay the new 18” diameter pipeline in the existing
ROU of GAIL, price incurred in the same shall be included in the quoted rate for Pipe laying work and no extra
amount will be paid to the contractor on this account.

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

2.10 Stations / Facilities on the Pipeline

Stations /Facilties on the Pipelines shall be as described in Section 2.3, 2.4 and 2.5 above.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 20 of 73
SCOPE OF WORK P.011947
D 10775 201

3.0 PROJECT SPECIFIC REQUIREMENTS

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

18” Mainline 3 LPE Coated Line Pipes API 5L Gr. X-70 (8.7 mm, 9.5 mm, 11.1 mm and
1 12.7 mm. (and 14.3 mm for fabrication of Hot Induction bends).

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

3 Insulating Joints – all required sizes

Pig Launchers / Receivers ( Scrapper Trap ) for 18” dia Pipelines including handling
4. system & Jib Crane and Pig signaller as required

5 Flow Tees of all required sizes.

5. Fittings and Flanges above 2” diameter

All Skids (including Filtering and Metering skids for both Sources, Bi-directional
Metering skids for all 3 Dispatch Lines, PRS skid between High Pressure and Low
6. Pressure Headers), Gas Chromatograph, H2S and Moisture Analysers for Tatipaka
Terminal .

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.

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.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 21 of 73
SCOPE OF WORK P.011947
D 10775 201

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 Mortha IP Station and Tadepalli SV station (existing stations of GAIL),
o K. Cheruvu SV Station and Kotipalli SV station (existing stations of GAIL), and
o Tatipaka Terminal (existing Terminal of GAIL).

Items excluded from Civil Scope of Work:–


 Plot Development at existing stations of GAIL – Plot development is not required at any of the existing
stations. Further development work within process area only, shall be in Contractor’s Scope.
 Plot Development shall be required only at new plot procured adjacent to Mortha IP Station.
 Construction of the following at all existing stations of GAIL (excluding new plot at Mortha) :
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.
o New Porta Cabin shall be required only at Tatipaka terminal.

3.3 PIPING, CIVIL, ELECTRICAL AND INSTRUMENTATION WORKS

All Pipeline and Piping work, Civil, Electrical, and Instrumentation & Control work, to be carried out as part of this
project, shall be as per the following documents :

a. All Pipeline and Piping related works including Design, Installation and Testing shall be as per ‘Design Basis
- Pipeline and Piping’, (Doc No: P.011947 D 11017 201).
b. All Construction related activities, for Pipeline and associated facilities shall be as per ‘PTS - Pipeline
Construction’, (Doc No: P.011947 D 11097 202).
c. All Civil works including Design and Installation shall be as per ‘Design Basis – Civil’ (Doc No: P.011947 C
11017 201).
d. All Electrical works including Design, Installation and Testing shall be as per ‘Design Basis – Electrical’ (Doc
No: P.011947 E 11017 201).
e. All Cathodic Protection works including Design, Installation and Testing shall be as per ‘Design Basis –
Cathodic Protection’ (Doc No: P.011947 E 11017 202).
f. All Instrumentation & Control works including Design, Installation and Testing shall be as per ‘PTS –
Instrumentation with Appendices’ (Doc No: P.011947 I 11097 201).

  

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 22 of 73
SCOPE OF WORK P.011947
D 10775 201

4.0 ROU DESCRIPTION

The Pipeline Route and ROU description for both the Pipeline replacement Sections shall be as given in Section 2
above.

4.1 SOIL PROFILE AND PIPELINE LAYING

The soil along the route of proposed replacement pipelines is very soft (black cotton soil), especially in Kotipalli to
K. Cheruvu Section. Accordingly, all construction work shall be planned very carefully, including movement of
machines / equipment along the proposed route.

The trench may collapse in case of heavy loading. Trench stabilization measures may be required along the route.
Further, heavy vehicles and equipment must not be allowed to move on top of existing pipelines, as the soil will settle
and the machine / equipment will collapse, resulting in damage to existing operational pipelines.

In view of the above and considering presence of operational pipelines in the ROU, all construction activities,
including movement of machines and equipment along the proposed route needs to be planned very carefully. Heavy
machines and equipment must be kept away from top of existing pipelines, and construction shall be planned
accordingly.

In addition, the water table in the area is very high. Accordingly, seepage of water in trench is expected. Accordingly,
all trenching and Pipeline laying operations shall be planned very carefully, with all necessary precautions and
arrangements to take care of high water table, possibility of water seepage in the in the trenches, and requirement of
dewatering shall be taken care of.

Pumps and equipment necessary for dewatering shall be planned. All necessary shoring, shuttering and other measures
shall be planned and employed, for protection and stabilization of the trench, and to avoid possibility of collapse,
during construction and afterwards.

In view of the above, and considering that the proposed pipeline is being laid adjacent to existing operational pipelines,
utmost care shall be exercised during all the stages of construction, including clearing the ROU, digging, trenching,
pipeline construction, lowering, backfilling and site restoration operations, to ensure complete safety and integrity of
all buried and proposed new installations, during and after the construction work.

Very careful planning and safety assessment shall be required, and all necessary safety measures shall be planned and
employed, during the entire operation, to ensure complete safety of existing and proposed installations and of the
manpower employed.

The period from November to December, and from April to May-June is crop rotation period, when the fields are
expected to be without cultivation. Further, period from April to mid June is dry season, when the construction work

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 23 of 73
SCOPE OF WORK P.011947
D 10775 201

is expected to be easier. All critical operations may be planned during these periods, to ensure better and safe
construction and pipeline laying operations.

4.2 INFORMATION ON RIGHT OF USE AND PERMISSIONS:

 The Owner/Consultant shall provide to the Contractor free of cost the construction right-of-use 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.

 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.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 24 of 73
SCOPE OF WORK P.011947
D 10775 201

5.0 DETAILED SCOPE OF WORK FOR CONTRACTOR

The scope of work detailed herein shall be read in conjunction with the Design Basis, Schedule of Rates,
Specifications including PTS and GTS, Standards, Drawings, P&IDs and other Documents/ Drawings forming part
of Tender Document.

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


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

The Contractor's Scope of Work for the pipeline shall consist of, but not limited to mobilization/Demobilization, Site
Survey, locating existing pipelines & other facilities before excavation, Transportation of Company supplied free
issue materials to Worksite(s) including storage, procurement and supply of all materials (as per scope of supply),
installation, tie-in/ hook-up with existing facilities; preservation (if required), fabrication, installation, testing,
swabbing, EGP, pre-commissioning and commissioning of the new proposed pipeline systems including terminal
piping works and hook-up works at terminal along with all associated mechanical, civil, structural, architectural,
electrical, telecom &instrumentation works. Scope of work and details for Civil, Structural, Architectural, Electrical,
Mechanical, Instrumentation/ Telecom etc. are covered elsewhere in the Tender Document. All such works that are
not indicated herein below but are required to complete the work in all respects shall form part of Contractor's Scope
of Work.

5.1 Site Survey & Validation:

Contractor shall carry out verification/detailing survey of available Alignment & Crossing Drawings. The scope of
work shall cover & but not limited to the following detailed surveys,

 Detailed Pipeline Route Survey: Carrying and/or verification of pipeline route surveys & detailing the same
covering topography, type of land, strata details, details of surface features and UG utilities, cadastral survey,
village maps. Any new/forthcoming crossing not identified in the crossing list but necessary for laying the
pipeline shall be surveyed.

 Topographic, Hydrographic & Geotechnical Survey for water Crossings: shall cover the extent of water
crossing, identification of HFL/Flood Plains, River bed scour depth.

 Soil Investigation for Pipeline Route: Boring/Sampling survey along the pipeline to ascertain the surface/sub-
surface strata and soil resistivity /Corrosively for Design of Cathodic Protection system.

 Topographical and Geotechnical investigation for Station plots: Includes detailing, contouring for new
station plots and extension of existing plots. The scope also includes carrying out bore logs, performing field
and lab tests for design of civil /structural foundations.

Following are included in the Contractor’s scope of work

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

 Visit all crossings locations and finalize type of crossings, acquaint himself well with all existing / prevailing
conditions at site and site specific requirements

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

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 25 of 73
SCOPE OF WORK P.011947
D 10775 201

 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.

5.2 ROUTE SURVEY AND VERIFICATION BY CONTRACTOR

The Details provided in Detail engineering route survey and elsewhere in the tender document are based on
preliminary survey/observation and given for information only. In any case, the Contractor shall carry out detailed
site survey, collect and record all the findings and update Survey data / drawings based on his own detailed site
verification survey.

The contractor must acquaint himself well with the existing / prevailing site conditions and requirements, proposed
route and terrain, land use and crossings etc. Further, the contractor shall determine the exact quantum of work
required for each activity, including the quantity for each item, based on his detailed site survey including soil
investigation report, bore hole reports, site visits or any evidence or material he may have or required to be collected
by them.

5.3 ROU Details


The details of ROU available in entire stretch of proposed Pipeline route, will be per the details provided in section
2.0 of this document. As already mentioned, existing operation pipelines are present in the ROU, and the pipeline
laying shall be carried out in consideration of existing operational pipelines in the same ROU.

The available ROU for new pipeline shall thus be limited, and the contractor shall have to carry out all the works in
this limited available ROU. Where additional working ROU is required for construction work including at crossings
etc, the same shall be obtained by the contractor.

The following shall be applicable for the proposed pipelines construction work :

1. In various sections along the route, the proposed Pipeline shall be laid adjacent to existing GAIL Pipelines. In all
such stretches the available ROU for laying new Pipeline shall be restricted, and the proposed Pipeline shall be
laid in the limited ROU available, with a clear safety distance of minimum 3.0 meters from the existing Pipelines,
in all such stretches.

2. In all such stretches, due care shall be exercised during all the stages of construction, including clearing the ROU,
digging, trenching, pipeline construction, lowering, backfilling and site restoration operations, to ensure complete
safety and integrity of existing (buried) pipelines and installations, during and after the construction work. Where
required, the excavation shall be carried out manually, to ensure safety and integrity of the existing pipelines and
installations.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 26 of 73
SCOPE OF WORK P.011947
D 10775 201

3. In case proposed pipeline has to cross existing pipelines for entry/exit at some existing stations, or any other
location along the proposed route, where excavation may expose existing pipeline and may cause damage due to
land collapse, in all such cases, Manual excavation shall be carried out by the contractor. Laying of pipeline and
Restoration are to be done in separate phases for all such locations. Contractor shall submit detail procedure for
crossings the existing pipelines for approval of Owner/Owner’s representative.

4. 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.

5. In some 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.

6. The above mentioned details of ROU are indicative and based on survey report, the actual details and width of
ROU may vary. Contractors is requested to quote the price considering possible variations in ROU width and any
extra amount will not be paid by GAIL on this account.

7. Contractor’s scope also include to arrange the working ROU to lay the new 18” diameter pipeline along the
proposed route, 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.

8. Contractor throughout the execution of the contract shall take all necessary steps to maintain the safety and integrity
of any existing pipeline, utilities etc. in the ROU. All the materials / preparatory works/ safety measures as deemed
necessary by Owner for the protection of existing utilities / systems shall be arranged by contractor without any
Cost as well as time implications.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 27 of 73
SCOPE OF WORK P.011947
D 10775 201

6.0 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.

 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.

6.1 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

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 28 of 73
SCOPE OF WORK P.011947
D 10775 201

 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 u p p l i e d Free Issue Material, Contractor shall be responsible for procurement of
all materials and equipment and services, both temporary and permanent, required to complete the Work.

 Expediting shall be carried out by Contractor in an effective and proactive manner in order to ensure timely
deliveries from suppliers adhering to Project schedule.

 Contractor shall hire Third Party Inspection Agency (TPIA) from the approved TPIA list for carrying out the
inspection at their supplier’s works as per approved QAP based on attached Data sheets / PTS / QAP /
Specifications with the tender document. TPIA charges shall be borne by the Contractor.

Spares:

 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.

6.2 Free Issue Pipes for - Pipeline Construction


The transportation of the line pipe from Owner designated Store yard to Contractor’s store/work site is in the scope
of contractor. Following are the quantity and location of Line Pipe from where contractor has to trasport Pipes to
respective work site/store for Part A and Part B as per requirement:

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 29 of 73
SCOPE OF WORK P.011947
D 10775 201

Line Pipe Available with GAIL


Available Pipe Thickness at Gail Total Available
Pipe stock location
Yard/ Welspun (m)
API 5L X70, PSL 2, 8.7 MM THK.
21,008.51 Ratnamani pipe yard, Tanuku
(Coated Pipe)
API 5L X70, PSL 2, 9.5 MM THK.
5,502.92 GAIL Yard, Vadisaleru
(Coated Pipe)
API 5L X70, PSL 2, 11.1 MM THK.
8,000.00 Welspun pipe yard, Vadisaleru
(Coated Pipe)
API 5L X70, PSL 2, 12.7 MM THK.
1,300.00 Welspun pipe yard, Vadisaleru
(Coated Pipe)
API 5L X70, PSL 2, 14.3 MM THK.
780.00 Welspun pipe yard, Vadisaleru
(Bare Pipe)

Bare Line Pipe of 14.3 mm thick shall be provided for fabrication of hot induction bends as Free issue. Transition
Piece of 11.1 mm thick pipe shall be used to connect Induction Bends with 8.7 mm thick and 9.5 mm thick Pipeline.

All above pipes will be free issued to the Contractor.


The pipes used for manufacturing Hot Induction Bends will be bare pipes (Not Coated), and shall be coated with
wrap around sleeves at site, as per project specifications. Further, only LSAW pipes shall be used for fabrication of
Hot Induction Bends.

6.3 Contractor scope of supply for - Pipeline Construction

This section lists the major items required to be procured for Construction of proposed Pipeline and associated Station
Facilities. The List is Indicative only, and is not exhaustive. Contractor shall identify and procure all necessary items
required for successful completion of the job, without any time and cost implications:

 All Station Pipes (all sizes upto 24” NB)

 All Station Piping items as required as per GAD and P&ID

 All Ball, Globe and Check Valves upto 2” diameter

 Transition piece, if required

 All fittings and flanges upto 2” diameter

 QOEC for Vent

6.4 Station Pipes to be supplied by Contractor :

A. 18” NB Mainline Piping at Stations :

The material considered for 18” NB Station Piping is API 5L, Gr. X-70; PSL-2. The Wall thicknesses to be used
in Station Facilities, for various Pipe Sizes, shall be as summarized below:

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 30 of 73
SCOPE OF WORK P.011947
D 10775 201

 18” Mainline at Stations : API 5L X 70, PSL 2 - (11.1 mm WT)


 18” Hot Induction bends at Stations : API 5L X 70, PSL 2 - (12.7 mm WT)
(Mother Pipe for fabrication of Hot Induction Bend will Free Issued by Client)
B. 24” NB HP and MP Headers at Tatipaka Terminal :

The material considered for 24” NB Headers at Tatipaka Terminal is API 5L, Gr. X-52; PSL-2. The thickness of
24” Headers shall be as below :

 24” HP and MP Headers at Tatipaka : API 5L X 52, PSL 2 - (22.2 mm WT)

C. All Station Pipes 16” NB and below :

The pipes for all other station piping of size 16” and below, shall be LTCS Seamless pipes of material ASTM A
333 Gr. 6. All LTCS Pipes shall be Charpy Impact tested at (-45 °C).
The wall Thickness for all Station Piping (16” and below) shall be as summarized below :

 Material for Station pipes (16” & below) : ASTM A333, Grade 6.
 Wall Thickness for Station pipes (16” & below) :

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


o Pipe Sizes 3” to 16” NB - Schedule 80

6.5 Casing Pipes to be supplied by Contractor :

Additionally, the contractor shall supply Casing Pipes for all Cased crossings like Railway and Highway Crossings.
Casing pipe details shall be as below :

 Casing Pipe -API 5L Gr. B, PSL 2 (Size = 24”) with thickness indicated as below :

Details of Casing Pipe to be Used

Crossing Type Casing Pipe Casing Pipe


Size Casing Pipe Material Wall Thickness
(inch NB) (mm)

Railway Crossing 24” API 5L, Grade B 8.7

Highway Crossing 24” API 5L, Grade B 6.4

Casing Pipe shall be supplied with casing vents & drains, end seals, casing insulators,

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 31 of 73
SCOPE OF WORK P.011947
D 10775 201

6.6 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 / fish ponds arae, as per Specifications. However, Contractor shall have to take prior approval
of providing of concrete coating or geotextile bags as anti-buoyancy for any locations.

 Pipeline & Piping test medium (Water/air as applicable), complete with test headers, corrosion inhibitors, oxygen
scavengers, biocides & Pigs (Cleaning, gauging, swabbing & calliper pigs).

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

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

 6” Steel Casing (API 5L Grade-B, 6.4 mm thk, external epoxy coated, 500 micron thk) for housing Spare
OFC/HDPE Duct at crossings, along with required accessories.

 Pipeline markers/Warning signs, Warning tape/ribbon.

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

 Stud Bolts, Nuts & gaskets as per requirement

 Paint and Coatings as required for Station Piping

 All required Instrumentation and Controls for Station facilities and Pipeline

 Fire Suppression system for Control Room Building.

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

 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 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.011947 D
11097 105)

 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,

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 32 of 73
SCOPE OF WORK P.011947
D 10775 201

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.

6.7 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.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 33 of 73
SCOPE OF WORK P.011947
D 10775 201

7.0 PIPELINE CONSTRUCTION

7.1 Brief Description of Pipeline Construction

Key activities;

 Construction of new 18” NB buried natural gas pipeline sections along with associated facilities at Mortha,
Tadepalli, Kotipalli and K.Cheruvu, as per details provided in Section 2.0. of 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.

7.2 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 existing pipeline centre line and ROU width,

ii. Locating existing buried pipeline, survey for locating all existing pipeline and other facilities in the 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 RoU width is not sufficient for equipment/ vehicle movement etc.

v. Clearing and grading of ROU; Cutting/ uprooting of shrubs, plants, vegetation within ROU;

vi. Trenching to all depths including excavation in all types of soils including chiselling as required, for the
removal of the existing buried pipeline, in case of Kotipalli – K. Cheruvu Pipeline section, where the proposed
pipeline shall be laid in the space freed up after removal of abandoned (dead) 18” pipeline, from the ROU,
between operational 24” and 18” Pipelines.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 34 of 73
SCOPE OF WORK P.011947
D 10775 201

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

ix. If contractor envisage the requirement of additional ROU (Permanent), Contractor to inform Owner well in-
advance enabling Owner to take appropriate action in time.

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

xi. The ROU will be provided by the Owner. It may be noted that Owner shall provide documentary evidence of
acquisition of ROU. However, Owner shall not be responsible for any obstruction/hindrance by any individual
or group in laying of pipelines by contractor. Responsibility to clear the obstruction is in contractor’s scope
without any time & cost compensation.

xii. 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.

xiii. ROU may not be available in the required width in certain stretches, in such cases the work shall be carried
out in the available ROU width. Any additional working strip if required shall be arranged by contractor with
no cost to Owner.

xiv. If pipeline to be laid in the limited space of restricted ROU, if required soaring to be carried out by the
contractor to lay the pipeline at the required depth.

xv. Removal and reinstatement of construction survey markers as installed by survey agency engaged by Owner.
Installation of ROU boundary markers for new ROU.

xvi. 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.

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

xviii. 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).

xix. The Contractor shall exercise extreme caution while trenching/excavation in areas, where possibility of
presence of other pipelines/utilities in the ROU is expected / indicated in documents / drawings /survey data.
This may also involve manual trenching/barricading/trench wall protection/shoring as well as trenched-spoil
management to enable access/inspection/maintenance of existing utilities

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

xxi. 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.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 35 of 73
SCOPE OF WORK P.011947
D 10775 201

xxii. Stringing of line pipes, cold & hot bends (side/sag/over type) edge preparation aligning, fit-up,
cutting/bevelling, and as required.

xxiii. 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.

xxiv. Contractor shall provide concrete coating or geotextile bags as anti-buoyancy based on prior approval from
PMC / Owner.

xxv. Complete all cold bends using 18” Coated line pipe.

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

xxvii. Induction Bends: Taking over of mother pipe from Client, transportation from client yard to fabricator,
Fabrication, shifting, loading/unloading and transportation from fabricator premises to contractor’s storage
yard, testing, coating/painting of Induction bends using bare 18” line pipes.

xxviii. 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.

xxix. 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.

xxx. Safe and licensed storage and movement of radiographic material including radio isotopes / cameras etc. for
field radiography jobs under statutory regulations including safe disposal.

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

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

xxxiii. 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.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 36 of 73
SCOPE OF WORK P.011947
D 10775 201

xxxiv. External Field Joint Coating of anti-buoyancy type (Concrete Weight Coating) for the applicable sections of
water/MFL crossing.

xxxv. 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.

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

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

xxxviii. 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.

xxxix. Laying of Optic Fibre Cable (OFC) buried in the same 18” 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.

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

xli. 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.

xlii. 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)

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

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

xlv. Testing & Pre-commissioning of 18” 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

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 37 of 73
SCOPE OF WORK P.011947
D 10775 201

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

 The Underground pipeline sections shall be hydrotested after backfilling only. Cleaning, flushing of the
pipeline for removal of construction debris, gauging to ensure the pipeline free from any anomalies
(dents/buckles etc.) and to have an unobstructed pigging run.

 Filling the pipeline/piping sections with test water duly mixed with approved dosages of corrosion
inhibitors/biocides/oxygen scavengers.

 Hydrotesting of the pipeline/piping sections to the required test pressure/duration including holding the
pressure for specified duration. (Separate 24 Hours Hold duration for Strength and Leak Tests) Inspection
during test and repair/rectification of leaks/defects as per Hydrotest Specifications (PTS: Construction of
Natural Gas Pipeline).

 Dewatering/Swabbing of Hydrotest water after successful hydrotesting, removal of test apparatus and
appurtenances and making the pipeline system ready for tie-in/hook-up/jointing with the respective
sections/pre-commissioning.

xlvi. 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.

xlvii. In addition to above, all above ground/ underground piping of terminals (despatch/receipt) & SV station shall
be pneumatically tested with nitrogen at 7 bar (g). Functional test of valves shall also be carried out during
pneumatic testing. The contractor shall lay, test, clean and dry the pipeline before inserting (SV) or connecting
the natural gas stations to the main pipeline.

xlviii. Golden-Tie-ins: All natural gas stations will be tested, cleaned, dewatered and dried prior to be golden tie-in
joints with the pipeline.

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

l. Any modification works required at the stations : The modification work refers to possible modifications to
existing structures which may be required for Hook-up, installation and construction of proposed Pipeline
system, or as a result of statutory requirements if any.

li. 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.

lii. 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.

liii. Pre-commissioning Audits: Contractor shall participate and provide all assistance to Owner for carrying out
Pre-commissioning Audits. The scope of contractor also includes closure/compliance of all audit observations.
Any alteration in design/ modification in already constructed facility if necessitated by statutory authorities
shall be carried out by Contractor without any additional cost implication to Owner.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 38 of 73
SCOPE OF WORK P.011947
D 10775 201

liv. Commissioning and Gas-in: Contractor scope shall include commissioning of pipeline.

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

lvi. Carrying out repair of all defects found during Electronic Geometric Pigging including locating, digging,
cutting, welding, NDT, etc.

lvii. Restoration/Reinstatement: Reinstate & make good all areas used for Construction, Storage, and transportation
purposes to original condition. Contractor shall reinstate the entire ROU. Reinstatement shall be performed in
accordance with all measures and recommendations as well as the Project HSE Construction Requirements
and specific requirements stipulated by the regulatory authorities / government bodies.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 39 of 73
SCOPE OF WORK P.011947
D 10775 201

8.0 CROSSINGS

Where HDD is required, the Contractor shall be responsible for complete design of HDD Crossing including
performance of requisite surveys, performing of calculations, profiling, pull load calculations and hook-up of the
crossing pipe on upstream and downstream. Any additional land required for execution of HDD shall be in the firm
scope of contractor.

The change of Crossing Methodology especially for Major river/canal crossing (from open-cut to HDD) is subject to
approval from Owner/PMC and does not entitle contractor for claiming any additional time and cost implications.
The Contractor is deemed to have made due provisions in his bid for all such works.

a. Foreign Pipeline Crossing

In case any existing pipeline needs to be crossed, the new pipeline shall be laid at least 500 mm below such
existing pipeline, and a physical barrier in the form of 80 mm thick concrete slab shall be provided. The existing
pipeline shall be properly supported during and after the construction.

b. Over Head Power Transmission Line Crossing

Where overhead Power Transmission line equal to and above 11KV and less than 66KV needs to be crossed,
plastic grating of minimum 6 mm thickness shall be provided. For 66 KV and above power line crossings,
concrete slab of thickness 100 mm shall be provided over pipe trench.

c. The supply & installation of all special measures at Crossing such as Concrete Coating, Concrete Slabs, Gabions,
Casing Pipes, Steel Conduit, HDPE Sheet, Gabion wall / Gabion mattress etc. shall be carried out as per
approved Crossing methodology and shall be the scope of contractor.

d. The details shown in crossing list such as Crossing methodology, Overall Crossing length, quantity of special
measures are indicative. However, contractor is required to carry out detailed survey, obtain local information,
verify geotechnical/hydrological soundings and submit the working drawing based on detailed engineering
before the start of crossing execution.

e. Contractor shall note that the “Limits of Crossings” shall be as per the crossing width finalized after detailed
survey by Contractor and as approved by the statutory authorities/Owner/PMC. The “Limits of Crossings” shall
broadly include the “Width of RoW of the facility to be crossed + Installation Allowances + any additional
length as suggested by the authorities”. Execution of crossings within the approved “Limits of Crossings” will
constitute firm Scope of Work of Contractor.

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


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

g. Since the crossing activities are to be started immediately, the acquisition of Land/ Approach if required to
crossing locations and additional working strip to be acquired by contractor without any extra time and cost
implication. The contractor shall not insist on opening of ROU for crossing.

h. After crossing construction, the site shall be restored to the satisfaction of authorities having jurisdiction & NOC
to be obtained from respective authorities.

i. Installation of spare 6” CS conduits, HDPE duct & OFC for the entire Crossing length at all crossings executed
by Boring & Casing, for the purpose of future use by Owner. Accordingly, the Contractor shall implement

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 40 of 73
SCOPE OF WORK P.011947
D 10775 201

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 MAJOR CROSSINGS

All major crossings like National and State Highways, Railways, Lined Canals etc. shall be laid by Boring or
whenever imposed by concerned authority. Cased crossing is mandatory for Lined canals, National and State
Highways & Railroad crossing.

At all crossings where Carrier / Casing pipe is installed by using Boring & Jacking method, and for all HDD crossings,
a separate 6” Casing Pipe (API 5L Grade-B, 6.4 mm thk) shall be installed, with 2 nos. 50 mm HDPE ducts laid inside
the casing, 1 housing the main OFC cable inside it, and the other spare, for future OFC blowing. The 6” Casing pipe
shall be installed through separate boring as shown in the standard drawings.

The Wall Thickness of Pipes to be used at all the crossings shall be as per the design factors recommended in PNGRB
regulations, Table-1.

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

Type of Crossing as per


Detailed Survey Report
Crossing Classification -
Crossi as per PNGRB Regulation ‘Table-1’
Crossing
S.No ng
Description
Code

Uncased Crossing (Open Cut)

1 AR Asphalted Road Uncased - Road, Highway, Public Street with Hard Surface

2 MR Metalled Road Uncased - Road, Highway, Public Street with Hard Surface

3 ODR Other District Road Uncased - Road, Highway, Public Street with Hard Surface

4 MDR Major District Road Uncased - Road, Highway, Public Street with Hard Surface

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

Cased Crossing (Boring + Casing)

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

7 NH National Highway Cased - Road, Highway, Public Street with Hard Surface

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 41 of 73
SCOPE OF WORK P.011947
D 10775 201

Cased - Railway Crossing – considering Location Class-4


8 Ry Railway
(As Per Railway requirement)

9 LC Lined Canal Cased Crossing

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

Open Cut/HDD

11 DR Drain Uncased Crossing - Open Cut

River Crossing - Open Cut /HDD (depending on site


12 NL Nala
conditions)

River Crossing - Open Cut /HDD (depending on site


13 ULC Un-lined Canal
conditions)

River Crossing - Open Cut /HDD (depending on site


14 Rl River
conditions)

Crossing list provided with Line Pipe MTO, attached with the Tender Document, shall be referred for Type of
crossing and its chainages.

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 18” Pipeline Route, shall be as summarized in
table below :

‘Pipe Wall Thickness’ to be used at various Crossings,

along 18” Mortha –Tadepalli and Kotipalli – K. Cheruvu Pipeline Routes :

(All wall thickness mentioned in the Table below, are in ‘mm’)

Pipe Wall Thickness to be used,

Facility for each Location Class (in mm)

1 2 3 4

Pipeline 8.7 9.5 11.1 12.7

Crossings of roads, without casing:

(a) Private roads 8.7 9.5 11.1 12.7

(a) Unimproved public roads 9.5 9.5 11.1 12.7

(b) Roads, highways, or public streets, with


hard surface
9.5 11.1 11.1 12.7

Crossings of roads, with casing:

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 42 of 73
SCOPE OF WORK P.011947
D 10775 201

(a) Private roads 8.7 9.5 11.1 12.7

(b) Unimproved public roads 8.7 9.5 11.1 12.7

(c) Roads, highways, or public streets, with


hard surface and Railway crossings
8.7 9.5 11.1 12.7

Parallel Encroachment of pipeline on roads and


railways
8.7 11.1 12.7

(a) Private roads 8.7 9.5 11.1 12.7

(b) Unimproved public roads 8.7 9.5 11.1 12.7

(c) Roads, highways, or public streets, with


hard surface and Railway crossings
9.5 9.5 11.1 12.7

All Railway Crossings 12.7 12.7 12.7 12.7

Pipeline laid in area within 'Risk Radius' (150


12.7 12.7 12.7 12.7
m, on both sides) of Railway Crossings

River Crossing- open cut 8.7 9.5 11.1 12.7

Horizontal Direction Drilling (HDD) 11.1 11.1 11.1 N/A

Fabricated assemblies (scraper traps, SV


stations, pressure/flow control and metering 11.1 11.1 11.1 N/A
facilities, etc.)

Near concentration of people in Location


Classes 1 and 2
11.1 11.1 11.1 N/A

8.2 Railway & Highway Crossings

Railway crossing shall comply with the requirements of API RP 1102 and Indian Railway Authorities recommended
guidelines (Report No. BS-105 and Addendum Slip-4 dated 08.04.2014). Pipeline at rail crossings shall be provided
with casing pipe, which shall extend min. 1500 mm on either side of railway ROW unless specified otherwise by
Railway Authorities. The length of Casing Pipe for Railway Crossings, shall be as per site requirements. The casing
pipe shall be installed by boring/jacking method.

Carrier pipe shall be electrically insulated from the casing pipe and casing ends shall be sealed using durable,
electrically non-conducting materials. Suitable measures (epoxy coating, 500 micron) shall be taken for anti-corrosive

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 43 of 73
SCOPE OF WORK P.011947
D 10775 201

coating/painting of Casing pipes and/or as directed by concerned authorities. Annular space between casing and
carrier pipe shall not be filled. This space shall remain empty.

For the purpose of determining Pipe Wall Thickness, all Railway Crossings, and the area falling under Risk Radius
(calculated as per clause 3.2 of ASME B 31.8S), on both sides of Railway ROU, shall be considered as Location
Class-4. Pipe with wall thicknesses as per Location Class-4, shall be used for this entire stretch, for Pipeline Crossing
and Laying, including the area falling under calculated Risk Radius, on both sides of Railway ROU. For this project,
the calculated Risk Radius, as per ASME B 31.8 S, is 150 meters, on either side of Railway ROU.

Casing pipe size for 18” Mainline shall be 24” NB. All applicable Statutory Authorities’ codes and requirements shall
be complied.

Road crossing shall comply with the requirements of API RP 1102 and the requirements of the concerned road
authorities. In general for major road crossing, crossing shall be done by boring & casing method.

Pipeline at National and State Highway road crossings shall be provided with casing pipe, which shall extend min.
1500 mm beyond the drainage ditch on either side of road/ROW, unless specified otherwise by concerned authorities.

The casing pipe shall be installed by boring/jacking. Suitable measures (epoxy coating, 500 micron) shall be taken
for anti-corrosive coating/painting of Casing pipes and/or as directed by concerned authorities. Annular space between
casing and carrier pipe shall not be filled. This space shall remain empty.

Casing pipe size for 18”NB (Main Line) shall be 24”NB. All applicable Statutory Authorities’ codes and requirements
shall be complied.

Provisions shall be kept for additional length / increased width of crossing, for all HDD crossings & crossings done
by boring + jacking, to take care of restricted ROU’s or land issues.

Based on Casing Thickness Calculations carried out for the proposed 18” NB x 23.5 km Pipeline Replacement from
Mortha to Tadepalli and 18” NB x 10.0 km Pipeline Replacement from Kotipalli to K. Cheruvu, the Material and
Wall Thickness to be used for Casing Pipe, for housing 18” NB Carrier pipe shall be as summarized below :

Details of Casing Pipe to be Used

Casing Pipe Casing Pipe


Crossing Type
Size Wall Thickness
Casing Pipe Material
(inch NB) (mm)

Railway Crossing 24” API 5L, Grade B 8.7

Highway Crossing 24” API 5L, Grade B 6.4

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 44 of 73
SCOPE OF WORK P.011947
D 10775 201

8.3 River / Canal Crossings and HDD


Minor water crossings and unlined canals shall be installed by open cut method. All lined Canals shall be crossed by
Boring & Casing method. Major water crossings like river or major canals / water bodies shall be installed by open
cut/Horizontal Directional Drilling (HDD) method. The banks shall be protected by using gravel and boulders filled
embankment mattresses of galvanized iron wire to be laid over the backfilled, compacted and graded banks.

The protection of the banks shall be carried out across the ROU width plus three meters on either side of ROU or
actual distributed bank during construction whichever is higher. All lined canal/drains/nala will be restored to the
original condition.

Based on the above points, and in addition, the information received during site visit, the following methods are
suggested for major crossings along the route of proposed 18” NB x 20.0 km Pipeline Replacement from Mortha to
Tadepalli, and 18” NB x 10.0 km Pipeline Replacement from Kotipalli to K. Cheruvu :

Major Crossings along 23.5 km route from Mortha to Tadepalli : for 18” Pipeline replacement

Center line Width of Proposed


Sr. Type of
Crossing Detail Chainage in Crossing In Method of
No. Crossing
(KM)* (M) Crossing

1 Nala NL 2183.37 180 HDD

2 Braud Gauge Railway (Satyada RY 4563.16 7 B+C


To Nidadavole)
3 Canal ULC 5590.16 180 HDD

4 River RI 8913.85 276 HDD


5 Canal ULC 9670.08 180 HDD
6 Braud Gauge Railway RY 11117.69 41 B+C
(Navabpalem To Marampalli)
7 National Highway-16 NH 20909.62 68 B+C
(Badampudi To Tanuku)
8 National Highway-16 NH 22132.2 68 B+C
(Badampudi To Tanuku)

*Chainage measured from Mortha IP Station as 0.00 KM

Major Crossings along 10 km route from Kotipalli to K. Cheruvu : for 18” Pipeline replacement

Center line Width of Proposed


Sr. Type of
Crossing Detail Chainage in Crossing In Method of
No. Crossing
(KM)* (M) Crossing

1 Canal LC 2941.25 26 B+C

2 Mangavaram TO Kotepalli B.G. RY 3423.80 216 HDD


RAILWAY

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 45 of 73
SCOPE OF WORK P.011947
D 10775 201

3 State Highway-14 (Gangavaram SH 3487.48 Included in HDD


TO Kotipalli) above HDD

4 River RI 4371.00 248 HDD

5 TAKI Drain DR 5233.37 284 HDD

6 Canal LC 9928.48 193 HDD

7 Asphalted Road ( AR 9939.88 Included in HDD


Draksharamam TO SH-206) above HDD

*Chainage measured from Kotipalli Terminal as 0.00 KM.

HDD : Horizontal Directional Drilling;


B+C : Boring and casing
Notes :

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

The above methods proposed for the crossings are tentative, and are proposed based on information available, and
collected during site visit. However, the actual method of crossing shall be finalized based on actual site requirements.

8.4 Anti-Buoyancy requirements

Anti-buoyancy measures shall be provided, over and above Pipe External Coating, in marshy lands, areas prone to
flooding or waterlogging, at water body crossings and other areas requiring anti-buoyancy measures.

Complete Anti-Buoyancy shall be provided by means of continuous Concrete Coating. The minimum concrete
coating thickness required for each location class, is tabulated below. However, the actual thickness shall be finalized
during detail engineering, based on actual site requirements.

Use of saddle bags is permitted where use of concrete coating is difficult or not possible due to site conditions. The
size, weight and spacing of saddle bags shall be such that it provides equivalent weight and anti-buoyancy effect as
provided by concrete coating thickness (for each location class) mentioned below :

Based on Buoyancy calculations carried out for the Pipeline, the Concrete Coating thicknesses, to be used for 18”
pipeline, along Mortha –Tadepalli and Kotipalli – K. Cheruvu Pipeline Routes, is as below :

Concrete Coating Thickness for 18” Line Pipe (API 5L, Grade – X 70, PSL 2)

Wall Thickness of Min. required thickness


Crossing Location Class
Pipeline to be used of Concrete Coating

Location Class 1 8.7 mm 60 mm

Location Class 2 9.5 mm 60 mm

Location Class 3 11.1 mm 60 mm

Location Class 4
12.7 mm 60 mm
(pipeline laid within Railway ‘risk radius’)

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 46 of 73
SCOPE OF WORK P.011947
D 10775 201

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

8.5 HDD crossings along the proposed Pipeline Routes


Many HDD crossings are expected along both the proposed pipeline replacement sections. Most of the rivers /
canals / major waterbodies are proposed to be crossed by HDD. In addition to the requirements given elsewhere in
this document for HDD crossings, the following shall be considered for all the HDD crossings, carried out as part
of this project :

a. The exact location, length and starting & end points of the HDD crossings shall be determined based on
actual site conditions, and availability of space and permissions for carrying out HDD operation, and ease
of installation and movement of required equipment.

b. The sections where major construction constraints are likely, may also be considered to be crossed by HDD.

c. 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.

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

e. 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.

f. 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.

g. All HDD crossings shall be planned and designed very carefully, considering site conditions, existing
constraints, soft soil, high water table and presence of operational pipelines in the existing ROU. Where
required, additional ROU for carrying out the HDD shall be arranged.

h. The planning and design shall ensure safe operation, construction and installation of pipeline, without
affecting the existing pipelines in the ROU, existing structures and installations, and water bodies.

i. In view of the above, the HDD operations, including design, engineering, execution and testing shall be
performed by a specialist HDD Contractor, with adequate experience and proven track record of similar
operations.

j. Design and engineering of HDD operation shall also ensure that no seepage of bentonite takes place from
the HDD into the adjoining soil / fields / waterbodies etc. In case, any seepage happens, the compensation
for the same shall be done by the contractor.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 47 of 73
SCOPE OF WORK P.011947
D 10775 201

The Design of all HDD operations, including design of all materials, all engineering calculations, execution,
installation and testing etc. shall be carried out in full compliance to all applicable codes and standards, statutory
requirements and in line with project specifications and requirements. Best practices from the industry shall be
considered and followed where deemed suitable.

The thickness of pipes to be used for HDD crossings, shall be 11.1mm, (as per location class-3).

8.6 Other Crossings


Foreign Pipeline Crossing
In case any existing pipeline needs to be crossed, the new pipeline shall be laid at least 500 mm below such existing
pipeline, and a physical barrier in the form of 75 mm thick concrete slab shall be provided. The existing pipeline shall
be properly supported during and after the construction.

Over Head Power Transmission Line Crossing


Where overhead Power Transmission line equal to and above 11KV and less than 66KV needs to be crossed, plastic
grating of minimum 8 mm thickness shall be provided. For 66 KV and above power line crossings, concrete slab of
thickness 75 mm shall be provided over pipe trench.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 48 of 73
SCOPE OF WORK P.011947
D 10775 201

9.0 PIPELINE BURIAL

Pipeline burial depth shall be appropriate for the route, surface, and use of land, terrain features and external loads
imposed. In areas likely to have an increased risk of impact damage or third party interference, the pipeline shall be
buried with a minimum depth of cover as given below:-

Location Minimum Cover (m)

a) Normal terrain 1.2

b) Industrial, Commercial and Residential areas 1.2

c) Rocky terrain 1.2

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

e) Drainage, ditches at roads/railway crossings 1.5

f) Uncased road crossings 1.2

g) Cased road crossings 1.5

h) Cased railway crossings 1.7

i) River Crossings (Below lowest scour depth) 2.5

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

k) Marshy and Creek Area 1.5

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

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

n) Others 1.2

1) The minimum cover may further be increased based on the safety and risk assessment.

NOTES:

(i) Cover shall be measured from the top of coated pipe to the top of the undisturbed surface of soil or the
top of graded working strip, whichever is lower. The fill material in the working strip shall not be considered in
the depth of cover.

(ii) For river / watercourses that are prone to scour and / or erosion, the specified cover shall be measured from
the expected lowest bed profile after scouring / erosion. Where scour level is not known, the scour depth
shall be assumed at least 5 meters below the existing bed of the river/water course, except in case of Rocky bed.
The cover, as mentioned in the Table above, shall be provided in addition to this, from bottom of this assumed
scour level.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 49 of 73
SCOPE OF WORK P.011947
D 10775 201

(iii) Whenever the above provisions of cover cannot be provided due to site constraints, additional protection
in form of casing/ concreting, soil bags, etc. shall be provided.

(iv) When insisted by authorities, the depth shall be maintained as per the directions of the concern authorities.

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

(vi) For terrain with sandy clay and / or with sand dunes, the minimum cover of 1.2 / 1.5 m shall be measured from
sound & compact ground level. The compact ground level shall be determined based on site data and actual site
conditions.

As per PNGRB requirements, when a cluster of buildings intended for human occupancy, indicates that a basic mile
(1600m) of pipeline should be identified as location class 2 or location class 3, the location class 2 or location class
3 may be terminated 200 m from the nearest building in the cluster on either side (i.e. at start of cluster and at end of
cluster). The boundary between location class 1 and location class 2 or location class 3 shall be at least 200m away
from the building closest to the boundary.

In case, any private dwelling, industrial building or place of public assembly falls within 15 M of pipeline,
additional cover of minimum 300 mm shall be provided over and above the cover indicated in the Table above, up
to a distance of 15 M from last building on either side

Where buried pipes come above ground, the anti-corrosion coating on the buried pipe will continue for a length of
at least 500 mm above ground.

All the details provided above are Indicative in nature. Contractor shall conduct the detailed Route Survey for details
of the proposed route including terrain, land use, crossings and other data.

10.0 Cathodic Protection (CP)

a. Key deliverable

Supply & Installation of TCP system for 18” NB x approx. 23.5 km Natural gas Replacement Pipeline from Mortha
to Tadepalli and 18” NB x approx. 10 km Natural gas Replacement Pipeline from Kotipalli to K. Cheruvu, 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).

 Post commissioning activities like CIPL, DGVC, CAT services are required to be done by contractor after
commissioning.

For Details, Please refer to the following:


1. Design Basis – Cathodic Protection (CP) – Doc No : P.011947 E 11017 202

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 50 of 73
SCOPE OF WORK P.011947
D 10775 201

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

11.0 SITE SPECIFIC REQUIREMENTS

Additionally, the pipeline crosses various Highways, Railway Lines, Canals, Rivers etc. Also, in many stretched the
proposed pipeline route runs parallel to existing Operational GAIL Pipelines. In all such stretches the proposed
pipeline shall be laid adjacent to the exiting operating pipelines of GAIL. Extra care shall be required in design and
construction of the pipelines in all such stretches.

The available ROU may be limited due to presence of existing pipeline in such stretches. Wherever required, additional
working ROU shall be arranged by the contractor, to ensure safe and proper construction operation of the proposed
pipeline, ensuring integrity of the existing pipelines and buried installations.

The following critical requirements shall be considered and addressed in the design, detail engineering and
construction of the pipeline along the proposed route, and shall form integral part of scope of work of Contractor :

1. Utmost care shall be exercised during all the stages of construction, including clearing the ROU, digging,
trenching, pipeline construction, lowering, backfilling and site restoration operations, to ensure complete safety
and integrity of all buried and proposed new installations, during and after the construction work.

2. In addition to the existing pipeline, there are also utilities and cables crossings. In view of this and considering
presence of operational pipelines in the ROU, all construction activities, including movement of machines and
equipment along the proposed route needs to be planned very carefully. Heavy machines and equipment must
be kept away from top of existing pipelines, and construction shall be planned accordingly.

3. Minimum separation distance of 3.0 meters, as per the requirements of PNGRB, shall be maintained between
the existing and proposed pipelines, at all locations, along the corridor.

4. The construction shall be planned accordingly, considering limited RoU availability for construction work, and
pipeline laying adjacent to existing pipelines.

5. Additionally, there are a few stretches, where the pipeline crosses Highways and Roads. Necessary measures
shall be provided for protection of the pipeline from possible earth loads and protection in form of concrete
slabs, etc. shall be provided, where required.

6. The construction shall be planned with a view to minimize disruption / interference of the ongoing traffic and
ensuring zero damage to the existing installations, structures and manpower.

7. Very careful planning and safety assessment shall be required, and all necessary safety measures shall be
planned and employed, during the entire operation, to ensure complete safety of existing and proposed
installations and of the manpower employed, in all sections, and especially in this section of the route.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 51 of 73
SCOPE OF WORK P.011947
D 10775 201

8. Additionally, there are Railway crossings in the pipeline route. The crossing of railway lines shall be done by
Boring & Casing method. However, where feasible as per site requirements, the crossing shall be done by
HDD.

9. In areas where, seepage of water is expected, all trenching and Pipeline laying operations shall be planned very
carefully, with all necessary precautions and arrangements to take care of possibility of water seepage in the
trenches, where applicable, and requirement of dewatering and Trench stabilization measures likes shoring,
shuttering etc. shall be taken into consideration.

All the details provided above are Indicative in nature. Contractor shall refer to the Detailed Engineering Route
Survey (DERS) report for details of the proposed route including terrain, land use, crossings and other data.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 52 of 73
SCOPE OF WORK P.011947
D 10775 201

12.0 ADDITIONAL ACTIVITIES INVOLVED IN THE SCOPE OF CONTRACTOR

12.1 Residual Engineering:

 Residual and procurement Engineering for materials in the scope of contractor based on the tender specification
and PTS, Datasheet, QAP provided in the tender document.

 Preparations of Procedures, Fabrication & Construction drawings & Documents

 Pre-commissioning & Commissioning procedures.

 Preparation of all As-Built Drawings and Documents

 Contractor shall submit a detailed schedule for preparation and submission of drawings during the kick-off
meeting or latest within one week thereof which shall be reviewed by Owner/ Consultant.

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

 Contractor shall incorporate all the comments, if any without any cost implication. Such review by Owner/
Consultant shall, however, not relieve the Contractor of his responsibilities to comply with the requirements as
per Contract and requirements arise out of statutory permissions on grant of permission.

12.2 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.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 53 of 73
SCOPE OF WORK P.011947
D 10775 201

 Contractor shall mobilise (equipment, manpower) simultaneously for (a)main line (b) all crossings and (c)
Natural Gas Stations in order to achieve pre-commissioning activities in due time as specified in the SCC
(Special condition of contract). Deployment of equipment shall be done as defined in the tender document.

 The minimum equipment to be deployed are listed with S.C.C. If equipment pertaining to a particular activity
which has been completed, those particular equipment may be demob provided that request made by the
contractor has been approved by Owner/Owner’s representative.

 If deemed necessary as per the working methodology and/or at the request of the Owner, Contractor must
deploy extra equipment without being entitled to raise any compensation.

 The Bidder must provide a detailed organisational chart indicating the organisation or personnel and
equipment for each phase of the Works.

 Key persons shall be deployed during the entire duration of the work till completion of all works. Non
deployment of key persons will be subject to recovery as elsewhere defined in bid.

 There will be separate in charges for mainline and station works.

This description is only binding upon the Contractor. He must provide, at his own expense, all the necessary
equipment, machinery and personnel even in addition to those indicated in the offer.

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

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

In case of encroachment on the ROU or extra land needed during construction, it will be the sole responsibility of
the Contractor to relocate all issues (including any compensation) with the relevant land Owner, tenant or
authorities. All related cost will be borne by the Contractor within the quoted rate of mainline work.

 All other permissions, permits and licenses necessary for the performance of the work shall be obtained by the
Contractor at his own cost and initiative. In so far as any such permission, permit or license required for the
performance of the work by the contractor can only be granted at the request or recommendation of the Owner,

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 54 of 73
SCOPE OF WORK P.011947
D 10775 201

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

 For access route to the working strip the Contractor will be responsible to negotiate with the relevant Owner,
tenant or authorities. Any deemed compensation will be borne by the Contractor and no extra payment will be
given by the OWNER.

 Fabrication, testing, coating/painting of Induction bends from Owner supplied bare coated line pipes. In case of
coated line pipes, contractor will be borne the cost for striping of external coating of line pipes and no extra
payment will be given by the OWNER.

 All civil work for cross country pipeline like soil investigation (if deemed necessary), levelling, fencing,
architectural works, access road construction, sewerage, etc. (Refer PTS Construction – Civil and Design Basis-
Civil).

 All works for cross country pipeline related to material handling, stringing of pipes, trenching, welding, testing,
inspection of welds, coating, earthworks, lowering-in and ballasting, Crossings (Including HDD), site restoration,
etc.

 All safety practices/standards as illustrated in Present PTS and GTS Building site regulation (70000/740/0503)
shall be strictly followed during construction.

Station Works

 All natural gas stations for this pipeline are to be constructed as indicated in the tender drawings.

 All civil work for Natural Gas Stations like soil investigation if deemed necessary, levelling, fencing, architectural
works, access road construction, sewerage, etc. (Refer PTS Construction – Civil.)

 All works at Natural Gas Station related to material handling, bending, welding, inspection of welds, testing,
coating, painting, earthworks, preparation of shop/assembly/as – built drawing etc.

 Contractor shall carry out displacement / relocation of various existing equipments such that fencing, Gas detector,
electrical Poles, etc. if required for installation of new facilities without any extra cost implication. Contractor
shall also carry out restoration work which has been dismantled / damaged during work such as RCC pavements,
shifting / relocation of Electrical / Instrumentation cabling, etc. including testing. Re – Commissioning of such
equipment/facility to the satisfaction of Owner is in scope of Contractor.

 Providing Portable fire extinguisher at stations as detailed in the tender document.

 Dismantling of existing fencing, providing provisional fencing for existing facilities and installation of new
fencing shall be in the scope of Contractor as mentioned in the drawings.

 The instrumentation/Electrical panel shall be provided in all existing control rooms, if applicable and in new
control room. Contractor shall obtain all necessary permits/approvals viz. work permit, hot permit,
equipment/machine movement permit from the concerned authority. Contractor Scope also includes obtaining
necessary work permits for all existing stations.

 The contractor shall lay, test, clean and dry the pipeline before inserting (SV) or connecting the natural gas stations
to the main pipeline.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 55 of 73
SCOPE OF WORK P.011947
D 10775 201

 All natural gas stations will be tested, cleaned and dried prior to be golden tie-in joints with the pipeline.

 Geo textile membrane of 8 mm thk or PE sheet (1000 micron thk) shall be provided below the gravel filled in
process area mainly at SV stations for protecting the grasses growing.

 Lightening arrestor shall be provided at the stations wherever earthing is not provided.

 Safety sign boards displaying use of extinguisher, first aid, emergency procedure etc. shall be provided at control
rooms at each station. Also refer GTS 70000/740/0503 Building site regulations.

 The Contractor will also carry out the testing, cleaning & drying of the pipeline (Pre-commissioning activities as
detailed in PTS).

 Receiving and taking over of Owner’s supplied free issue materials.

 Contractor shall supply items such as ball valves (2”and below), Globe & Check Valves (2”and below), fittings
and flanges (2”and below), Assorted Pipes, 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.

 Contractor to arrange pre-fabrication yard to prepare the spool to minimize the hot work inside the station.

 SOP to be followed while working in Pipeline and station.

 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.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 56 of 73
SCOPE OF WORK P.011947
D 10775 201

 Supply and installation of HDPE duct & OF 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 modification in the drawing after issuance of RFQ drawings shall not cause any cost implication.

 Supply, Installation, Testing, Inspection, transportation& Commissioning of Electrical Equipment (SFU, MEDB,
OLDB, ILDB, SSDB, AC UPS system with UPSDB and Battery Bank, DG set with AMF Panel etc.), Lighting,
Earthing & Lightning Protection, Trenching, Cabling and all the electrical works related to stations. (Refer SLD
and PTS- Electrical).

 TCP (Temporary 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.

12.4 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.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 57 of 73
SCOPE OF WORK P.011947
D 10775 201

 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.

12.5 Particular Instructions:

 For access route to the working strip the Contractor will be responsible to negotiate with the relevant Owner,
tenant or authorities. Any deemed compensation will be borne by the Contractor.

 Since the crossing activities are to be started immediately, the acquisition of additional ROU for approach to
crossing locations and additional working strip to be acquired by the laying contractor without any extra time
and cost implication. The pipe laying contractor shall not insist on opening of ROU for crossing. Further, all
necessary actions including providing additional ROU for approach for crossing is in scope of Contractor at no
additional time and cost to Owner.

 Contractor proponent shall have to take prior approval of providing of concrete coating or geotextile bags as
anti-buoyancy for any locations.

 Contractor proponent shall have to take prior approval of concerned Government agencies while carrying out
blasting wherever required.

 Contractor proponent shall have to preserve top soil dug and shall be restored to original condition on completion
of the work. The excavated soil may be stored over the existing pipelines after written approval from the Owner.

 Contractor proponent shall have to obtain clearance from the Forest Department for the portion of pipeline
passing through reserve forest or any other type of Forest or wild life sanctuary, national park of other prohibited
areas.

 Contractor may propose additional HDD for other crossing, which shall be done without any cost implication
and prior approval of Owner/Engineer. If HDD is proposed for crossing of fish ponds or any other crossings,
Contractor shall ensure proper disposal arrangement of Bentonite during HDD operation. Any damages and
implication of cost due to seepage of bentonite shall be borne by contractor.

 For the waste generated from the pigging and any other operation contractor proponent shall have to provide
sludge collection storage and disposal facility complying EPA-1986 with Hazardous Waste (M&H) Rules 1989
amended further in 2000 and 2003 and rules made there under as amended from time to time.

 The applicant shall have to submit the returns in prescribed form regarding water consumption and shall have
to make payment of water cess to the Board under the Water Cess Act – 1974.

 Contractor proponent shall construct the pipeline and other infrastructure, and adopt safety measures as per the
standards & specification laid down by the concerned agencies from time to time.

 Contractor proponent shall comply with the Costal Regulation Zone Notification 1991 if applicable.

 Contractor proponent is required to comply with the manufacturing, Storage and Import of Hazardous Chemicals
Rules-1989 framed under the Environment (Protection) Act-1986.

 On completion of all temporary work structures, surplus materials and wastes shall be suitably disposed off.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 58 of 73
SCOPE OF WORK P.011947
D 10775 201

 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.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 59 of 73
SCOPE OF WORK P.011947
D 10775 201

13.0 SCOPE OF WORK - STATION WORKS AND FACILITIES

Total 5 number (Mortha, Tadepalli, K. Cheruvu, Kotipalli and Tatipaka terminal) 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 2.3, 2.4 and 2.5
of this document.

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 18” diameter x approximately 33 kms long, Natural Gas Pipeline section from Mortha to
Tadepalli and from Kotipalli to K. Cheruvu stations of GAIL, along with all associated station facilities. Additionally
all the piping and station modification works proposed at Tatipaka Terminal, including installation of new Piping,
equipment, Headers and skids, 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 2.0 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.

13.1 STATION WORKS - MECHANICAL AND PIPING

At Mortha Station

 Construction of new Pig Launcher station, along with all associated station piping and facilities in the new plot,
adjacent to existing Mortha IP station of GAIL, as per project drawings, specifications (PTS & GTS) & design
basis including :

o Installation of new Pig Launcher and associated station piping & equipment, at new plot provided, adjacent
to existing Mortha IP Station of GAIL

o Depressurization and Inertization of existing pipeline / station piping upstream and downstream of existing
pig receiver at Mortha station (as required) for Hook-up,

o Co-ordination and planning for station shut down and Hook-up of new pig launcher and proposed 18”
pipeline with existing tap off Point available in existing Mortha IP Station of GAIL

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

o Supply & Installation of all associated Valves (in Contractor’s scope) as per PIDs

o Installation of all free issue equipment, Valves (Size >2”) IJs and Pig Launcher with Pig handling system

o Integration of the new facilities with the existing Station Piping at Mortha.

o All associated works including required Civil, Mechanical, Electrical with Cathodic Protection,
Instrumentation & Control, Cathodic Protection work, and associated activities required for successful
completion of the project.

o Isolation and retrieval of abandoned Pig Launcher/Receiver, Piping, Valves, IJ, Flow Tee etc. with consultation

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 60 of 73
SCOPE OF WORK P.011947
D 10775 201

with Owner/PMC.

o Proper GI sheet fencing shall be installed while working inside the station as per safety norms.

o Temporary storage and transportation of retrieved piping and equipment to Owner specified store yard.

o Completion of all works and activities listed as part of this project, in Section 2.3 of this document.

At Tadepalli Station

o Installation of new Sectionalizing Valve and associated station piping & equipment, at existing Tadepalli SV
Station of GAIL, as per project scope.

o Depressurization and Inertization of existing pipeline upstream and downstream of Tadepalli SV station for
Hook-up.

o Hook-up of new pipeline and SV with existing downstream pipeline at Tadepalli SV Station.

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

o Supply & Installation of all associated Valves (in Contractor’s scope) as per PIDs

o Installation of all free issue equipment, Valves (Size >2”), IJ etc.

o Integration of the new facilities with the existing Station Piping at Tadepalli.

o All associated works including required Civil, Mechanical, Electrical with Cathodic Protection,
Instrumentation & Control, Cathodic Protection work, and associated activities required for successful
completion of the project.

o Isolation and retrieval of abandoned Pig Launcher/Receiver, Piping, Valves, IJ, Flow Tee etc. with consultation
with Owner/PMC.

o Proper GI sheet fencing shall be installed while working inside the station as per safety norms.

o Temporary storage and transportation of retrieved piping and equipment to Owner specified store yard.

o Completion of all works and activities listed as part of this project, in Section 2.3 of this document.

At Kotipalli Station

o Removal of existing (abandoned) aboveground SV and associated piping at Kotipalli station.

o Depressurization and Inertization of existing pipeline upstream and downstream of Kotipalli SV station for
Hook-up.

o Installation of new Sectionalizing Valve and associated station piping & equipment, at existing Kotipalli SV
Station of GAIL, as per project scope.

o Hook-up of new pipeline and SV with existing upstream pipeline at Kotipalli SV Station.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 61 of 73
SCOPE OF WORK P.011947
D 10775 201

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

o Supply & Installation of all associated Valves (in Contractor’s scope) as per PIDs

o Installation of Future Tap Off Valve and IJs.

o Integration of the new facilities with the existing Station Piping at Kotipalli.

o All associated works including required Civil, Mechanical, Electrical with Cathodic Protection,
Instrumentation & Control, Cathodic Protection work, and associated activities required for successful
completion of the project.

o Isolation and retrieval of abandoned, Piping, Valves, IJ, Flow Tee etc. with consultation with Owner/PMC.

o Proper GI sheet fencing shall be installed while working inside the station as per safety norms.

o Temporary storage and transportation of retrieved piping and equipment to Owner specified store yard.

o Completion of all works and activities listed as part of this project, in Section 2.4 of this document.

At K. Cheruvu Station

 Construction of new Pig Receiver facility, along with all associated station piping in the existing plot, in space
adjacent to existing 18” Pig receiver at K. Cheruvu Station, as per project drawings, specifications (PTS & GTS)
& design basis including :

o Installation of new Pig Receiver and associated station piping & equipment, in the space available adjacent to
existing Pig Receiver on 18” Line, at K. Cheruvu station of GAIL.

o Depressurization and Inertization of existing pipeline / station piping upstream and downstream of existing
pig receiver at K. Cheruvu station (as required) for Hook-up,

o Co-ordination and planning for station shut down and Hook-up of new pig receiver and proposed 18”
pipeline with existing hook-up Point available at existing K. Cheruvu Station of GAIL

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

o Supply & Installation of all associated Valves (in Contractor’s scope) as per PIDs

o Installation of all free issue equipment, Valves (Size >2”), IJs and Pig Launcher with Pig handling system

o Integration of the new facilities with the existing Station Piping at K. Cheruvu.

o All associated works including required Civil, Mechanical, Electrical with Cathodic Protection,
Instrumentation & Control, Cathodic Protection work, and associated activities required for successful
completion of the project.

o Isolation and retrieval of abandoned Pig Launcher/Receiver, Piping, Valves, IJ, Flow Tee etc. with consultation
with Owner/PMC.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 62 of 73
SCOPE OF WORK P.011947
D 10775 201

o Proper GI sheet fencing shall be installed while working inside the station as per safety norms.

o Temporary storage and transportation of retrieved piping and equipment to Owner specified store yard.

o Completion of all works and activities listed as part of this project, in Section 2.4 of this document.

At Tatipaka terminal

 Upgradation of process area / facility, along with all associated station piping and proposed new equipment in the
existing plot, at Tatipaka Terminal of GAIL, as per project drawings, specifications (PTS & GTS) & design
basis including :

o Co-ordination and planning for station shut down and bypass of the existing slug catchers to run the system
temporarily.

o Removal of 2 Nos of Slug catcher from station to create space for installation of filtering and Metering and
Process Piping.

o Arrangement to pre-fabrication yard nearby to worksite to prepare spools so that hot work is minimized
inside station.

o Proper GI sheet fencing shall be installed while working inside the station as per safety norms.

o Dismantling of existing piping and equipment at Tatipaka terminal, as per project scope, for proposed
modification works

o Depressurization and Inertization of existing pipeline / station piping upstream and downstream of existing
Tatipaka terminal (as required) for Hook-up of new Sections, equipment, skids etc, as and when required
during project execution,

o Installation of the following new items, at Tatipaka terminal, as per project drawings, specifications (PTS &
GTS), design basis and project requirements :

 Installation of new 24” HP and MP Headers and associated Piping,

 Installation of new 2 Nos. Filtering and Metering skids in both the Supply Pipelines (from ONGC
Tatipaka and ONGC Kadali),

 Installation of new 3 Nos. bi-directional Metering skids in all three dispatch Pipelines (KKD-1, KKD-
2 and Lanco Pipeline),

 Installation of Pressure Regulating skids between proposed HP and MP Header,

 Installation of new Pig Launcher and associated piping & equipment, for KKD-2 dispatch Pipeline,
after removal of existing Pig Launcher installed in KKD-2 Line.

o Co-ordination and planning for station shut down and Hook-up of all the proposed new Piping, Headers, Skids
and equipment as per project scope.

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

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 63 of 73
SCOPE OF WORK P.011947
D 10775 201

o Supply & Installation of all associated Valves (in Contractor’s scope) as per PIDs

o Installation of all free issue skids, equipment, Valves (Size >2”), IJs and Pig Launcher with Pig handling
system

o Integration of the new facilities with the existing Station Piping at Tatipaka Terminal.

o Construction of Foundations, pedestals, supports etc for proposed new Piping, Headers, skids and Equipment,
as per project requirement,

o Construction of new Porta Cabin at Tatipaka terminal, for housing new control room, as per project drawings,
specifications (PTS & GTS) & design basis.

o All associated works including required Civil, Mechanical, Electrical with Cathodic Protection,
Instrumentation & Control, Cathodic Protection work, and associated activities required for successful
completion of the project.

o Isolation and retrieval of abandoned Pig Launcher/Receiver, Piping, Valves, IJ, Flow Tee etc. with consultation
with Owner/PMC.

o Temporary storage and transportation of retrieved piping and equipment to Owner specified store yard.

o Completion of all works and activities listed as part of this project, in Section 2.5 of this document.

Additionally, Contractor shall provide full co-operation and support for Integration of the new Piping
Installations with existing systems / installations at all locations.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 64 of 73
SCOPE OF WORK P.011947
D 10775 201

13.2 Stations Works - Civil Scope Of Work

The Scope of work for Civil Engineering shall be as per the details provided in SOR, Design Basis and as specified
hereunder, the following document, attached in the Tender Document :

 Design Basis Civil : Doc No. P.011947 D 11017 201

A summary of the same is provided below, for reference only:

Table 1.1: civil /structural works at each station

S.NO. STATION SCOPE

 Survey, soil investigation.


 Site grading, Cutting & filling, green Belt development &
1.0 DISPATCH STATION Signage
 Preparation of Process are and access road inside the station
(MORTHA STATION)  Boundary wall with Main gate & wicket gate
 Chain link fencing
 Water drainage system
 Process area
 Pig launcher/ receiver
 Support, pipe & valve support
 Equipment/skid Foundation
 Internal roads & Footpaths
 ERC / IRC
 Box / pipe culverts
 Valve Operating Platforms and Crossovers.
 Dismantling of existing boundary wall near proposed road
& process area.
 Replacement of false flooring of existing SCADA room.

 Survey, soil investigation.


 Site grading, Cutting & filling, green Belt development &
2.0 SV STATION
Signage
 Water drainage system
KOTIPALLI
 ERC / IRC
 Process area development
 Support, pipe & valve support
 Valve Operating Platforms and Crossovers.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 65 of 73
SCOPE OF WORK P.011947
D 10775 201

 Survey, soil investigation.


 Site grading, Cutting & filling, green Belt development &
3.0 SV STATION Signage
 Water drainage system
TADIPALLI  ERC / IRC
 Process area development
 Support, pipe & valve support
 Valve Operating Platforms and Crossovers.
 Replacement of false flooring in Telecom room

 Survey, soil investigation.


 Site grading, Cutting & filling, green Belt development &
4.0 RECEIVING STATION
Signage
 Footpaths
K-CHERUVU
 Water drainage system
 Process area
 Pig launcher/ receiver
 Support, pipe & valve support
 Valve Operating Platforms and Crossovers.

 Survey, soil investigation.


 Site grading, Cutting & filling, green Belt development &
5.0 TATIPAKA TERMINAL
Signage
 Porta cabin as Control room
 Water drainage system
 ERC / IRC
 Revamping of existing paved area & construction of new
Process area
 Pig launcher/ receiver foundation
 Equipment/skid Foundation
 Support, pipe & valve support
 Approach roads & Footpaths
 Valve Operating Platforms and Crossovers.
 cable trenches

 Miscellaneous works such as breaking and upgradation of existing roads; RCC works etc. wherever
pipe/electrical/instrumentation cable crossings are envisaged. Dismantling of existing masonry structures, concrete and
steel structures, road, fence & other related civil structures in such a fashion that site becomes suitable for construction
activity. All trees to be cut & stems uprooted from the site after obtaining approval from statutory body.
 All the associated Equipment Foundations & Civil / Structural works will be carried out as per the relevant standard
specifications listed in General Technical Specifications.
 In case of any conflict between the codes and standards listed, the same will be brought to the notice of Owner for final
decision.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 66 of 73
SCOPE OF WORK P.011947
D 10775 201

13.3 Stations Works – Electrical Scope Of Work

The Scope of work for Electrical Engineering shall be as per the details provided in the following document,
attached in the Tender Document :

 DESIGN BASIS – ELECTRICAL : Doc No. P.011947 D 10775 201

13.4 Stations Works – Instrumentation Scope Of Work

The Scope of work for Instrumentation & Controls and Communication systems shall be as per the details provided
in the following document, attached in the Tender Document :

 SCOPE OF WORK – CONTROL & INSTRUMENTATION : Doc No. P.011947-I-11075-201

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 67 of 73
SCOPE OF WORK P.011947
D 10775 201

14.0 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.

15.0 PROJECT MANAGEMENT

15.1 General Requirements

a. Contractor shall establish and maintain the Office (PMO) at site for this project for the entire contract duration.

b. Providing & mobilizing all project management resources, as required, for performance of works. The project
management team shall be fully equipped with planning / scheduling software and analysis tools and manned with
competent and experienced manpower complete with sound project management, reporting, and project control
system.

c. The document numbering philosophy and format shall be as per the approved procedure

d. Appraisal and taking cognizance of site-conditions, Indian Government/State government rules and regulations,
bye-laws, applicable codes and standards, requirements of authorities having jurisdiction over the work site(s),
environmental and pollution concerns including conditions / stipulations laid down by the concerned authorities
etc. The Contractor is deemed to have recognized any restrictive features of the site(s) and / or specific
requirements of the work and made due allowance for it in the work to be performed forming part of this Contract.
Specific consideration shall be given to fact that the project construction also involves necessary modifications /
replacement / hook-up / tie-in works at the existing stations and the construction of pipeline involves
trenching/laying in the existing corridor having other operating pipelines and utilities. The Contractor shall also
take cognizance of other contractor’s operating/working in the same terminal / RoU, and thus will plan its work
execution accordingly to minimize interference.

e. The Owner will acquired the RoU corridor for installation of proposed pipeline & associated facilities. The details
are included in the tender document. The Contractor shall optimally plan the construction methods and limit the
construction works within the land already acquired by Owner. Any additional land as necessitated by the
Contractor for execution of works (temporary/permanent/construction aid/storage yard etc.) shall be arranged by
the Contractor at Contractor’s sole risk and cost and is included in Scope of Work of Contractor. The Owner has
also initiated the approval process for obtaining timely statutory approvals for major crossings including
rails/roads/water/utility etc. (Approval shall be provided by owner, however liasioning / final permission for
execution of construction works shall be responsibility of Contractor).

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 68 of 73
SCOPE OF WORK P.011947
D 10775 201

f. The alignment sheets are enclosed with the Bid Document. The Contractor shall study all such information
contained in the Bid Document and if required, shall make a site visit to familiarise himself with the site conditions.
Gist of alignment and Crossing drawing is provided herewith as Annexure-1 of this document. Accordingly, the
Contractor shall identify and plan the access to site(s) as may be required for construction of project facilities.
Any encroachment to the adjoining agriculture/farm land, private/government properties and or other such access
routes including existing infrastructure of rail/roads etc. shall be managed and resolved by the Contractor including
but not limited to discussion with local / statutory authorities having jurisdiction, stakeholders, associated
compensations and grievance resolutions. The Contractor shall absolve Owner harmless from all such disputes,
grievances by effective resolution to the satisfaction of local / statutory authorities, having jurisdiction.

g. Obtaining all necessary approvals and work permits from concerned authorities having jurisdiction, as applicable
for performing the work including shifting/relocation of existing facilities and other utilities etc., as required by
local authorities and as directed by Owner. The Contractor shall pre-inform all local authorities in advance having
jurisdiction for crossing underground utilities/pipelines wherever encountered along the pipeline route. The
Contractor shall be required to carry out all the construction works as per applicable work permits. The Scope of
Work of Contractor shall also include implementation of all the planned & incidental approval conditions as laid-
out by the statutory authorities having jurisdiction

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.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 69 of 73
SCOPE OF WORK P.011947
D 10775 201

n. The Contractor shall take due care of the surroundings and environment. It shall be ensured that the cutting of
trees/vegetation/crops etc. is avoided to the extent possible and such action would be initiated only after taking
appropriate permissions/approvals from the concerned authorities and/or Owner. The Contractor shall provide the
replacement of any such damages as per the guidelines issued by the statutory authorities. The damage to the
environment during construction/testing (e.g. air/water pollution, sanitation, sound/noise pollution etc.) shall be
minimised and any such complaints shall be resolved to the satisfaction of concerned authorities at sole risk &
cost of Contractor.

i. In case, cutting of Trees is unavoidable, the same shall be carried out by the Contractor without any cost
implication. Any permission if required for the same shall be obtained by the Contractor.

o. Review and approval by Owner of the works performed by the Contractor, shall in no way relieve the Contractor
of his sole responsibility for scheduled & safe execution of works.

15.2 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.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 70 of 73
SCOPE OF WORK P.011947
D 10775 201

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.

15.3 Store & Warehouse Management

a. Contractor shall set-up “Material Storage Yard” for storage & safe custody of all types of materials as per
manufacturer’s standards/approved project requirements and deploying adequate number/capacity of material
handling equipment for loading/unloading of materials.

b. Contractor shall arrange for land for Storage Yard near to pipeline ROU, adequate to store line pipes as per the
requirements stipulated. Contractor shall enter into lease agreement with the various land owners/authorities for
usage of land adequate as per the Storage Yard plan. The area of Storage Yard and number of layers for pipes
shall be chosen so as to ensure safe handling of pipes, free movement of trailers and stresses on pipe. Contractor
shall submit the Storage Yard location and layout plan for Company’s review/ approval prior to actual
acquisition of land for the said purpose.

Contractor shall develop the Storage Yard area required for stacking/ storing of specified quantity of coated/
bare pipes. Contractor shall carry out in this regard all civil works within the Storage Yard required for temporary
storage of pipes in all types of soils such as site grading, clearing, levelling, filling-up, providing temporary
internal roads duly compacted for movement of cranes/ trailers within the Storage Yard, providing temporary
fencing and gates/ barrier, cabins etc. as per the relevant drawings and other requirements indicated in the
Contract document. Contractor shall be responsible for temporary land acquisition for Storage Yard, making
approach road as required to the Storage Yard from the nearest main road including compensation to land
owner(s) for the approach road, permission for the approach road, etc. All internal access roads shall be dressed
and consolidated by means of power driven rollers to obtain maximum compaction. Contractor shall also provide
adequate drainage within the Storage Yard(s). All levelling, dressing and consolidation works shall be carried
out as per the instructions of Company Representative. Contractor shall develop a detailed development plan of
Storage Yard including approach road and obtain Company approval prior to acquisition of land and
commencement of Storage Yard development works. The area of Storage Yard shall be chosen so as to ensure
safe handling of pipes and free movement of trailers. Contractor shall provide adequate drainage within the
Storage Yard.

c. The material storage yard shall have all the provisions for storage of materials in open spaces / sheds / climate
controlled enclosures etc. as applicable, and shall provide protection to materials against degradation (e.g. heat,
rain, dust, corrosion etc.). The layout of the yard shall provide adequate space for handling of material and
equipment movement as well as safety and escape routes. The Contractor shall be responsible for maintaining
the storage yard including levelling/grading/cutting/filling as applicable, water drainage/slope protection,
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.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 71 of 73
SCOPE OF WORK P.011947
D 10775 201

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.

16.0 INTERFACING & COORDINATION WITH SUB-CONTRACTORS / VENDORS /SPECIALIZED


AGENCIES

In addition, the following are included in contractor’s scope of work:

a. The Contractor will assure the interface and the coordination of his approved sub-contractors and also other
contractors appointed by Owner who may be working on different packages. The contractor is solely responsible
and liable for interfacing & coordination between his subcontractors if any (Civil, Mechanical, Electrical,
Instrumentation, RTU, Telecom, TCP, PCP etc.), Equipment vendors and specialized agencies such as NDT,
Commissioning, Controlled Blasting etc.

b. Contractor shall prepare the interfacing/Tie-in List showing the description of existing facilities (Civil,
Mechanical, Electrical, Instrumentation, RTU, Telecom, TCP, PCP etc.) with relevant tie-in points.

c. Any variations required for interfacing between sub-contractors / vendors /specialized agencies for efficient
running of system will be carried out by the Contractor at no extra cost to the Owner/Owner’s representative.

d. Any other work not expressly identified above but necessary to complete the construction. of Proposed pipeline
and associated works to the satisfaction of Owner and authorities having jurisdiction.

17.0 ORDER OF PRECEDENCE OF DOCUMENTS

In case of an irreconcilable conflict between Indian or other applicable standards, General Conditions of Contract,
Special Conditions of Contract, Specifications, Drawings and/or Schedule of Rates, the following shall prevail to the
extent of such irreconcilable conflict in descending order of precedence:
 Contract Agreement
 Purchase Order
 Letter of Acceptance
 Schedule of Rate
 Instructions to Bidders
 Special Conditions of Contract
 General Conditions of Contract
 Scope of Work

 Technical Specifications

In case of conflict, discrepancy, inconsistency or dispute between various technical Specifications / documents, they
shall be specifically brought into the notice of Owner/Owner’s representative; the order of precedence of documents
shall be as given below, in decreasing order of priority:

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 72 of 73
SCOPE OF WORK P.011947
D 10775 201

 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.

18.0 “AS BUILTS”

Contractor shall develop “As-Built” procedure and obtain Owner/Owner’s representative approval on the same.

Contractor shall record and update all As-Built information including all the changes made to the proposed Pipeline
and associated stations facilities, during Construction, in the final “As-Built” documentation.

Subsequently the contractor shall include all design specifications, drawings, datasheets, reports, Vendor data,
equipment manuals, operating and maintenance manuals etc. in the As-Built Documentation.

As built document shall be provided in PDF & Native file (AutoCAD, Word, Excel etc.). All As-Built Documentation
shall be provided in both Electronic and Hard copies as per Tender requirements.

Rev. 3 Laying And Associated works for Pipeline Replacement In KG Basin Page 73 of 73
RECOMMENDED VENDOR LIST
FOR
PART- A : KG BASIN PIPELINE REPLACEMENT

Sr. No. NAME OF VENDOR


MECHANICAL
STATION PIPE
1 Maharashtra Seamless Ltd.
2 Indian Seamless Metal Tubes
3 BHEL
4 DylanBelgie bvba, Belgium
5 F.B.F. Belgium
6 Ferrostaal (MAN Group), Germany
7 INTERFORGE
8 KURVERS Piping, Germany
9 MEREK Engineering
10 Groupe Genoyer (PHOCEENNE)
11 VAN LEEUWEN TUBES
BALL VALVES
1 CAMERON INTERNATIONAL CORPORATION
2 MSA
3 Petrol Valves S.r.L.
4 RMA Maschinen- und Armaturenbau Faulhaber & Truttenbach
5 SCHUCK ARMATUREN (ex BORSIG)
6 Tormene Gas Technology S.p.A.
7 Breda Energia Spa
8 TRP (Perar), srl, Italy
10 Microfinish Valves Pvt. Ltd.
11 Virgo Valves & Control Pvt. Ltd. ( Emerson Group)
12 L&T Valves Ltd.
13 Oswal Industries Ltd.
14 Petro Valves Pvt. Ltd.
15 Flowchem Industries
GAS OVER OIL ACTUATORS
1 BIFFI Italia s.r.l, Italy
2 Rotork fluid Sytem s.r.l
3 Shafer Actuators
4 Bettis Corporation (Emerson Group)
GLOBE VALVES
1 NSSL Limited
2 Oswal Industries Ltd
3 L&T Valves Ltd.
5 LEADER VALVES LTD.
6 Galperti Engineering & Flow control spa
7 Douglas Chero SPA
8 Niton Valves Pvt. Ltd.
9 Petro Valves Pvt. Ltd.
RECOMMENDED VENDOR LIST
FOR
PART- A : KG BASIN PIPELINE REPLACEMENT

Sr. No. NAME OF VENDOR


10 Flowchem Industries
CHECK VALVES
1 Econo Valves Pvt. Ltd.
2 L&T Valves Ltd.
4 Oswal Industries Ltd
5 Weir BDK Valves
6 Flowchem Industries
7 NSSL Limited
8 Leader Valves Ltd.
9 Niton Valves Ind. Pvt. Ltd.
PRESSURE RELIEF VALVE (PRV)
1 FMC Sanmar Ltd.
2 PROTEGO India Pvt. Ltd.
3 L&T Valves Ltd.
4 Mekaster (Formerly SEBIM) Valves India Pvt. Ltd.
5 RMG Regal + Messtech GmbH, Germany
6 Tyco Valves
PIPE FITTINGS ( SEAMLESS / WELDED)
1 Groupe Genoyer (PHOCEENNE)
2 TECHNOGORGE- Italy (International Piping Group)
3 FBF Global Services Co.
4 Allied International SRL Italy
5 Bassi Luigi Fittings, Italy
6 GAM Raccordi Spa Italy
7 Groupe Genoyer (PHOCEENNE)
8 Teekay Tube
9 Pipefit Engineers Pvt. Ltd.
10 Sawan Engineers Pvt. Ltd.

11 Dee Piping System (EARLIER DEE DEVELOPMENT ENGINEERS LTD.)

12 Siddharth & Gautam


13 M.S. Fittings Manufacturing Company Pvt. Ltd.
14 Gujarat Infra Pipes Pvt. Ltd.
PIPE FITTINGS (FORGED)
1 Siddharth & Gautam
2 Commercial Supply Agency
3 Eby Industries
4 Dee Piping System (EARLIER DEE DEVELOPMENT ENGINEERS LTD.)
FLOW TEES
1 TECHNOGORGE- Italy (International Piping Group)
2 Pipefit Engineers Pvt. Ltd.
3 Multitex Filtrations
RECOMMENDED VENDOR LIST
FOR
PART- A : KG BASIN PIPELINE REPLACEMENT

Sr. No. NAME OF VENDOR


4 Sawan Engineers Pvt. Ltd.
BARRED TEES
1 TECHNOGORGE- Italy (International Piping Group)
2 Pipefit Engineers Pvt. Ltd.
3 Multitex Filtrations
4 Sawan Engineers Pvt. Ltd.
SPLIT TEES FOR HOT TAPPING
1 TD Williamson
2 Advantica
3 Furmanite International Ltd - UK
FLANGES
1 Echjay Industries Pvt. Ltd.
2 CD Industries
3 CHW Forge (Choudhary Hammer Works)
4 Metal Forgins (P) Ltd.
5 Punjab Steel Works
6 JAV Forgings Pvt. Ltd.
7 C D Engineering Co.
8 J K Forgings
9 Sanghvi Forging & Engineering Ltd.
10 Pipefit Engineers Pvt. Ltd.
11 Sawan Engineers Pvt. Ltd.
Fire Fighting Equipment

a Fire Extinguisher
1 Safex Fire Services
2 Brijbasi Hi-tech Udyog
3 Nitin Fire Protection Industries Ltd.
4 Supermex Equipments
5 Kooverji Devshi & Co.
b Hire Hydrant, Monitors, Deluge Valv es & 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.
RECOMMENDED VENDOR LIST
FOR
PART- A : KG BASIN PIPELINE REPLACEMENT

Sr. No. NAME OF VENDOR


6 Newage
7 Simplex Rubber Products
Welding Electrode
1 For Mainline- Lincoln / Bohler make
For Terminal- For Root Pass- Lincon Make For Other passes- Lincoln, D &
2
H or equivalent make
NDT Agencies
1 NDT Services, Ahmedabad
2 RTD, Mumbai
3 Sievert , Mumbai
4 X-Tech- Vizag
5 Geecy Industrial Service Pvt. Ltd., Mumbai.
FLAME ARRESTOR
1 Fluidyne Instruments Pvt. Ltd.
2 PROTEGO India Pvt. Ltd.
3 NIRMAL INDUSTRIAL CONTROLS PVT. LTD.
4 Super Safety Services
5 A plus Projects & Technology (P) Ltd.
FASTENERS
1 Multi Thread Fasteners ,Baroda
2 Precision Engineering Industries
3 Nireka Engg. Co. Pvt. Ltd.
4 Deepak Fasteners Ltd.
5 Fix Fit Fasteners
GASKETS
1 Goodrich Gaskets Pvt. Ltd.
2 IGP Engineers Pvt. Ltd.
3 Madras Industrial Products
4 Banco Products (P) Ltd.
5 Starflex Sealing India Pvt. Ltd.
HEAT SHRINKABLE SLEEVES
1 BERRY Plastics Corporation, Belgium- Covalence Brand
2 Denso GmbH
3 CANUSA-CPS a division of SHAWCOR INC.
COLD APPLIED TAPES
1 BERRY Plastics Corporation, Belgium- Covalence Brand
2 Denso GmbH
3 CANUSA-CPS a division of SHAWCOR INC.
PUR (TAR-FREE) COATING
1 Denso GmbH
2 BERRY Plastics Corporation, Oman/ Houston- Powercrete Brand
RECOMMENDED VENDOR LIST
FOR
PART- A : KG BASIN PIPELINE REPLACEMENT

Sr. No. NAME OF VENDOR


HOT INDUCTION BENDS
1 Fabricom
2 Jindal Saw Ltd.
3 PSL Ltd
4 Welspun Gujarat Stahl Rohren Ltd
5 Sawan Engineers Pvt. Ltd.
CASING END CLOSURE
1 RACI SPACERS INDIA PVT. LTD.
2 Raychem RPG Limited
ROCKSHIELD
1 Raychem RPG Limited
2 Denso GmbH
SPACER / INSULATOR
1 RACI SPACERS INDIA PVT. LTD.
2 Malon Technical Products
3 Advance Product s & System Inc.
4 Raychem RPG Limited
WARNING MESH / WARNING TAPES/ WARNING NET
1 Sparco Multiplast Pvt. Ltd.
2 Shri Ambica Plastic Industries
QUICK OPENING END CLOSURE
1 Forain Srl, Italy
2 G.D.Engineering
3 Perry Equipment Corporation
4 Pipeline Engineering
5 Siirtec Nigi S.p.A
6 Groupe Genoyer (PHOCEENNE)
7 Rosen Group
8 TD Williamson
PIG SIGNALLER / PIG ALERTS
1 G.D.Engineering
2 Forain S.R.L
3 TD Williamson
4 Groupe Genoyer (PHOCEENNE)
CONTRACTORS FOR HDD WORK
1 Punj Lloyd Limited (India)
2 Cherington Asia (India) Pvt. Ltd.
3 Essar Construction Ltd.
4 Mersing Construction and Engineering Sdn Bhd., Selangor (Malaysia)
5 Herrenknecht (Asia) Ltd. (Thailand)
6 Mid East Pipeline
7 N.R. Patel & Co.,
RECOMMENDED VENDOR LIST
FOR
PART- A : KG BASIN PIPELINE REPLACEMENT

Sr. No. NAME OF VENDOR


8 Trenchless
CONTRACTORS FOR EGP/ INTELLIGENT PIGGING
1 Rosen Group
2 Pipeline Engineering
3 Spetsneftegaz NPO JSC (NGKS), Russia
4 TD Williamson
CONTRACTORS FOR VACCUM DRYING
1 Corrtech International Pvt. Ltd.
2 Totaline, Australia
PAINTS FOR INTERNAL COATING
1 Dupont, India
2 Performance Coating Gmbh
3 COPAN
PAINTS FOR OUTER SURFACE
1 Asian Paints Ltd.
2 Sigma Paints S.A. Ltd.
3 Berger Paints India Ltd.
4 Kansai Nerolac Paints Ltd.
CIVIL
VITREOUS CHINA SANITARYWARE
1 Parryware
2 Hindustan
3 Cera
STAINLESS STEEL SINKS
1 AMC
2 Neelkanth
C.P FITTINGS
1 Parco
2 GEM
C.P ACCESSORIES, WASTE FITTINGS
1 ESS
2 Lotus
3 Orient
PVC PIPES
1 Supreme
2 Prince
GI PIPES/MS PIPES
1 TATA
COMPOSITE PIPES & FITTINGS
1 KITEC
RECOMMENDED VENDOR LIST
FOR
PART- A : KG BASIN PIPELINE REPLACEMENT

Sr. No. NAME OF VENDOR


GUN METAL VALVES AND LOCKS
1 Leader
2 Zolote
CI DOUBLE FLANGED SLUICE VALVES, NON RETURN VALVES
1 Kirloskar
STONE WARE PIPE AND GULLY TRAPS
1 Perfect
HDPE PIPES AND FITTINGS
1 Hasti
2 Oriplast
WATER TANKS
1 Sintex
ALUMINIUM HARDWARE
1 Earibihari
GLASS
1 Modiguard
2 Atul
ALUMINIUM DOOR/WINDOW SECTION
1 Hindalco
CEMENT
1 Ultratech Cements
2 Ambuja
3 ACC
4 Birla
PAINTS
1 Asian
2 Berger
3 Nerolac
4 Shalimar
5 Bombay
CERAMIC/VITRIFILED/VITREOUS TILES
1 Kajaria
2 Johnson
3 Somany
STRUCTURAL STEEL
1 SAIL
REINFORCEMENT STEEL
1 TISCO
2 SAIL
ELECTRICAL
RECOMMENDED VENDOR LIST
FOR
PART- A : KG BASIN PIPELINE REPLACEMENT

Sr. No. NAME OF VENDOR


AMF DG SET
1 Sudhir Engg. Co.
2 Powerica Limited
3 Bhaskar Power Project Ltd.
4 Jakson Engineers Ltd.
SILENT D.G. SET SUPPLIER
1 Sudhir Engg. Co.
2 Powerica Limited
3 Jakson Engineers Ltd.
MAIN / SECONDARY, MEDB, DCDB & UPS DISTRIBUTION BOARD
1 Contronics Switchgear (I) Pvt. Ltd.
2 Elpro Engineering
3 RYB Switchgears Pvt. Ltd.
4 Trident Switchgears
5 Birla Ericsson Optical Ltd.
6 MileStones Switchgear Pvt. Ltd.
7 Vidhyut Control (I) Pvt. Ltd.
8 Electronic Insatrumentation & Control
9 Crompton Greaves Ltd.
10 Larsen & Toubro Ltd.
11 Control & Switchgear Co. Ltd.
POWER CABLES
1 Universal Cables Ltd., M.P.
2 Fort Gloster Industries Ltd.
3 Associated Flexibles & Wires Pvt. Ltd., Mumbai
4 NICCO Corporation Ltd., Baroda
5 Cable Corporation of India Ltd.
6 KEI Industrie Ltd.
7 Grandlay
8 Ravin Cables Ltd.
9 Thermopads Pvt. Ltd.
10 R.P.G. Cable Ltd.
11 Finolex Cable
12 Delton Cables Ltd.
13 Polycab Wire Pvt. Ltd.
14 CORDS Cable Industries
15 Finolex Cable
16 GESCAB Industries Ltd.
17 INCAB
FLAMEPROOF LIGHTING FIXTURES, FLP, J.BOX/FLP SWITCH SOCKET
1 Balinga Lighting Equipments Pvt. Ltd.
2 Sudhir Switch Gears Pvt. Ltd.
RECOMMENDED VENDOR LIST
FOR
PART- A : KG BASIN PIPELINE REPLACEMENT

Sr. No. NAME OF VENDOR


3 Flame Proof Control Gears Pvt. Ltd.
4 Flame Proof Equipment Pvt. Ltd.
5 Flex Pro Electricals Pvt. Ltd., Navsari
6 CEAG
SWITCH SOCKET AND PLUGS
1 B.C.H.
2 Baliga Lighting Equipments Pvt. Ltd.
3 CGL
4 MDS
LIGHTING FIXTURES
1 Crompton Greaves Ltd.
2 Philips
3 Bajaj Electrical Ltd.
4 KESELEC Schreder
U.P.S
1 Fuji Electric Company Limited
2 Hitachi Hi-REL Controls Ltd.
3 Emmerson Network Power Management (Formerly known as Tata Libert)
4 Gutor Electronics Ltd. (L&T Representative)
5 Kerala State Electronics Development Corporation Ltd.
AIR CIRCUIT BREAKER
1 L&T / Siemens / CGL / GE / CSC / Schneider Electric
MOULDED CASE CIRCUIT BREAKER
1 L&T / Siemens / CGL / GE / SCS / Schneider Electric
SWITCH
1 L&T / Siemens / CGL / GE / CSC / Schneider Electric
FUSE
1 L&T / EE / CGL / GE / Schneider Electric / CSC
CONTACTOR
1 L&T / Siemens / CGL / GE / Schneider Electric / CSC
INSTRUMENT / METER
1 IMP / Rishab / AE
CT / PT
1 Indcoil / Gm / Koppa / Silkana / Siemens / AE / Pragati Electricals
PUSH BUTTON
1 L&T / Siemens / BCH / Kaycee
SELECTOR SWITCH
1 Kaycee
INDICATION LAMP
RECOMMENDED VENDOR LIST
FOR
PART- A : KG BASIN PIPELINE REPLACEMENT

Sr. No. NAME OF VENDOR


1 Concord / L&T / Vashinu
CABLE GLANDS
Control Switch Gear / Electromac / Comment / Baliga / Flameproof
1
Control Gear
CABLE LUGS
1 Commet / Dowells / Ismail
TERMINAL BLOCKS
1 Eleme / DAV / Essem / BCH / Connect well / Tosha
2 Phonix Contact (India) Pvt. Ltd.
NICKEL CADMIUM BATTERY
1 AMCO
2 HBL NIFE Power System Ltd.
LIGHTING MCB DB
1 MDS
2 Indo-Asian
3 Clipsal
4 Datar
5 Havels
6 Standard
7 Shrenik and Co., Ahmedabad
AIR CONDITIONER
1 Voltas
2 Carrier
3 LG
4 Blue Star
5 Hitachi
BATTERY CHARGER
1 Chhabi Electricals Pvt. Ltd.
2 Universal Instruments
3 HBL NIFE Power System Ltd.
PANEL
1 ICA
2 Swati Switchgears(I) Pvt. Ltd., Ahmedabad
3 Elemech Switchgears & Instrumentations, Ahmedabad
4 Rittal
5 Pyrotech Controls
6 Enclotek
I.S. BARRIER / REPEATER
1 MTL
2 P&F
TRANSFORMER
RECOMMENDED VENDOR LIST
FOR
PART- A : KG BASIN PIPELINE REPLACEMENT

Sr. No. NAME OF VENDOR


1 Patson Transformers Pvt. Ltd., Ahmedabad
2 Voltamp Transformers Pvt. Ltd., Ahmedabad
CATHODIC PROTECTION SUB-CONTRACTOR
1 Mitcorr Cathodic Protection Pvt. Ltd., Baroda
2 Corrosion Control Servcies(B) Pvt. Ltd., Mumbai
3 Raychem RPG Ltd.
4 Corrtech International Pvt. Ltd., Ahmedabad
SOLAR LIGHT
1 Saroj Urja Services Co
2 Solartech System
3 Khodiyar Enterprise
4 Hitech Industrial Corp.
INSTRUMENTATION
PRESSURE, LEVEL, DIFFERENTIAL, TEMPERATURE TRANSMITTER
1 Emerson Process Management
2 Invensys
3 Tata Honeywell
4 Fuji
5 Yokogawa Blue star
6 ABB
7 Endress & Hauser
RTD WITH THERMOWELL
1 Pyroelectric Instruments
2 General Instruments
3 A.N. Instrument
PRESSURE GAUGE
1 H. Guru
2 General Instruments
3 A.N. Instrument
4 Fiebig
5 Wika
6 Baumer
PRESSURE/DIFFERENTIAL SWITCH
1 SWITZER
2 DELTA
3 UNITED ELECTRIC
4 SOR
5 GAUGE BOURDON
6 DRESSER
TEMPERATURE GAUGE WITH THERMOWELL
1 General Instruments
2 Pyroelectric Instruments
RECOMMENDED VENDOR LIST
FOR
PART- A : KG BASIN PIPELINE REPLACEMENT

Sr. No. NAME OF VENDOR


3 A.N. Instrument
FIRE & GAS DETECTION SYSTEM
1 DET-TRONIC
2 HONEYWELL
3 JOSEPH LESLIE DRAGGER
4 DETECTION INSTRUMENTS
5 OLDHAM
RELAYS
1 Omron
2 OEN
3 Jyoti
PLC
1 Allen Bradley
2 GE Fanuc
3 Bristol Babcock Inc.
4 Honeywell
5 Schnieder
6 ABB
7 Siemens
8 Emerson
MCT
1 NEIMEX
2 Signet International
3 ROTEX
OFC
1 Finolex Cable
2 Birla Ericsson Optical Ltd., Rewa (M.P.)
3 RPG Cables Limited
4 Tamilnadu Telecommunications Limited
5 U M Cables
6 Himachal Futuristic Communications Ltd.
7 Sterlite Industries (I) Ltd.
HDPE DUCT FOR OFC
1 Jain Irrigation System Ltd., Jalgaon
2 Parixit Industries Ltd., Ahmedabad
3 Pennwalt Agru Plastic Ltd., Baroda
I.S BARRIER/REPEATER/SIGNAL MULTIPLIER
1 MTL
2 P&F
INSTRUMENT PANEL
1 RITTAL
RECOMMENDED VENDOR LIST
FOR
PART- A : KG BASIN PIPELINE REPLACEMENT

Sr. No. NAME OF VENDOR


2 ICA
3 Pyrotech Controls
INSTRUMENT CABLES
1 CORDS Cable Industries
2 Associated Cables
3 KEI Industries Ltd.
4 Universal Cables Ltd., M.P.
JUNCTION BOX / CABLE GLANDS / PLUGS
1 Flex Pro Electrical Pvt. Ltd., Navsari
2 Baliga
3 Exprotecta
INSTRUMENT FITTINGS, VALVES AND MANIFOLDS
1 Swagelock
2 Parker
TELECOM
1 NOKIA SIEMENS NETWORKS hiT 7025/ CORIANT
RTU
1 SYNERGY
CCTV
1 PELCO
TELEPHONE
1 Alcatel-Lucent
CORROSIVE MONITORING SYSTEM (CMS)
1 Caproco, UK
2 Corrpro, Sharjah
3 Metal Samples, USA
4 Cormon, UK
5 Atel, Italy
6 Korosi Specindo
ELECTRONIC MARKER AND LOCATOR
1 3M
2 Moeller

FIBER TERMINAL CLOSER (FTC)


1 Raychem
2 3M
3 Siemens
4 F&G
6 Keptel
7 Alcoa Fujikura Limited
RECOMMENDED VENDOR LIST
FOR
PART- A : KG BASIN PIPELINE REPLACEMENT

Sr. No. NAME OF VENDOR


THIRD PARTY INSPECTION AGENCY
1 Lloyd Register of Industrial Services
2 Technische Ulierwachungs Verein (TUV)
3 DNV-GL
4 AIB-Vincotte
5 Bureau Veritas
6 SGS
7 American Bureau Services (ABS)
8 Velosi Certification Services
Note :
1) The details of Vendors indicated in this list are based on the information available with TE,
Contractor shall verify capabilities of each vendor for producing the required quantity with.
Consultant does not Guarantee any responsibility on the performance of the Vendor, it is the
contractor's responsibility to verify the correct status of vendor and quality control of each parties and
also to expedite the material in time. Contractors to also ensure that supplier / bidder selected for
Award should not be in the Holiday list of GAIL/ EIL/ MECON
2. Above vendor list is indicative only and any other vendor(s) apart from as mentioned above may
be accepted subject to approval by Owner/Owners representative based on past track record.
3. For the vendors of items not covered in above vendor list, but required for completion of project
successfully, supplier shall take approval form Owner/Owners representative for the same during
project execution. Bidder shall submit the required certifications, documents, PTR and Performance
letters from clients for the same
QA / QC DURING P.011947
CONSTRUCTION BY D 11000
CONTRACTOR 001

PART- A : KG BASIN PIPELINE REPLACEMENT


LAYING AND ASSOCIATED WORKS FOR
PIPELINE REPLACEMENT IN KG BASIN

TRACTEBEL ENGINEERING PVT. LTD.

QUALITY ASURANCE / QUALITY CONTROL


(QA/QC) DURING CONSTRUCTION BY CONTRACTOR

0 05.06.2021 Issued for Implementation SSA MS MK

Rev. Date Description Prepared by Checked by Approved by


QA / QC DURING P.011947
CONSTRUCTION BY D 11000
CONTRACTOR 001

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

Rev. 0 KG Basin Pipeline Replacement Page 1 of 1


QA / QC DURING P.011947
CONSTRUCTION BY D 11000
CONTRACTOR 001

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.

Rev. 0 KG Basin Pipeline Replacement Page 1 of 9


QA / QC DURING P.011947
CONSTRUCTION BY D 11000
CONTRACTOR 001
The CONTRACTOR shall comply with all statutory rules & regulations in force during execution of work and
interface with such authorities as required.

5.0 METHODOLOGY

The management of construction quality control is divided into the following categories:-
(1) Procurement of materials required for the construction work.
(2) Execution of work

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-

Rev. 0 KG Basin Pipeline Replacement Page 2 of 9


QA / QC DURING P.011947
CONSTRUCTION BY D 11000
CONTRACTOR 001
up etc. and hamper the other related works in any way. CONTRACTOR shall submit his detailed warehouse
plan for OWNER/ Consultant approval to manage the above in open/covered areas.

The materials susceptible to fire shall be kept away in a separate protected place.

In general, the materials shall be kept systematically in order of their class, batch number and identification
number, so that they are accessible for the inspection by OWNER/ Consultant whenever required and to avoid
the mix up in those materials.

5.2.4. Use

The materials shall be stacked in such a way that the lot, which is procured first, will be consumed first. For
materials which are having specific expiry date/ shelf life shall not be used beyond that date 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.

Rev. 0 KG Basin Pipeline Replacement Page 3 of 9


QA / QC DURING P.011947
CONSTRUCTION BY D 11000
CONTRACTOR 001
c) Site test/laboratory test Report reviewed by CONTRACTOR for acceptance vis-à-vis to
contract/code requirements for materials/including PMI report at warehouse.
d) In process Verification reports of CONTRACTOR representative and OWNER/ Consultant as
applicable.
e) Final verification report including any test checks done for compliance.
f) As-built vis-à-vis to contract/drawings including tolerances.
g) As-built for erection.
h) 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.

Rev. 0 KG Basin Pipeline Replacement Page 4 of 9


QA / QC DURING P.011947
CONSTRUCTION BY D 11000
CONTRACTOR 001
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. :

Requirement as per Description of Waiver / Deviation


S. No Remarks
Specification / Drawing Sought
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:

Rev. 0 KG Basin Pipeline Replacement Page 5 of 9


QA / QC DURING P.011947
CONSTRUCTION BY D 11000
CONTRACTOR 001

Recommended by Owner (Site):

Date: Signature:
Name & Seal:

Recommended by TPIA (when required):

Date: Signature:
Name: & Seal
Final Approval by PM Owner:

Date: Signature:
Name & Seal:

Rev. 0 KG Basin Pipeline Replacement Page 6 of 9


QA / QC DURING P.011947
CONSTRUCTION BY D 11000
CONTRACTOR 001

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: Received by:


Name: Name:
Designation: Signature:
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):

Rev. 0 KG Basin Pipeline Replacement Page 7 of 9


QA / QC DURING P.011947
CONSTRUCTION BY D 11000
CONTRACTOR 001

ATTACHMENT-III: REQUIREMENT FOR CONTROL OF MONITORING AND MEASURING


DEVICES.

Sl.
Description Calibration requirements Frequency Remarks
No.
Civil-Survey
To check for permanent once in a year or Record to be
1. Theodolite adjustments by traversing and project duration maintained
observing the closing error whichever is earlier (See note below)
To check by Backsight/ Record to
2. Levels Foresight readings, the Every use be maintained
temporary adjustments of level (See note below)
a. "Freemans" make
or BIS approved
make shall be used
Steel measurement
3.
tapes
b. Mutilated, or ---- ---
broken tapes shall
not be used
c. Legible markings
4. Cross staff Same as 3b&3c above --- ---
Actual Physical Before using Records to be
5. Distomat
Verification at Site first time at site maintained
To check for permanent once in a year or Record to be
6. Total Station adjustments by traversing and project duration maintained
observing the closing error,etc. whichever is earlier (See note below)
Civil Laboratory
All balances-
1.
Mechanical
Check for zero error Whenever used ---
Weigh
Once in three Records to be
2. Batcher/Batching Calibration of scales
months maintained
Plant
As per manufacturer
Calibration certificate from specification or once
Cube testing a year whichever is Records to be
3. manufacturers or from reputed
machine earlier maintained
calibrating agency.

Records to be
4. Moisture Meter Calibration of scales 6 months
maintained

Mechanical/ Electrical/ Welding


Calibration certificate from
reputed laboratories or Records to be
1. Pressure Gauges calibrate by dead weight Once in 6 months
maintained
testers with standard weights
or with master Gauge
2. Dial gauges Check for Zero Error Whenever used ---
Calibration from
As per
manufacturer or reputed Records
manufacturer's
Dead Weight calibrating agency and (Calibration
3. recommendation or
Tester calibration certificate shall not certificate) to
once in a six month
be older than one month from be maintained
whichever is earlier.
the date of mobilization.

Rev. 0 KG Basin Pipeline Replacement Page 8 of 9


QA / QC DURING P.011947
CONSTRUCTION BY D 11000
CONTRACTOR 001
Vernier caliper/
4.
screw gauge
Check for Zero error Whenever used ---
Calibration from
manufacturer or reputed Records to
5. Holiday tester Once in 6 months
calibrating agency or by be maintained
calibrating by zeep meter.
Check with standard test films Records to
6. Elcometer Before use
supplied by the manufactures be maintained

As per
Calibration Certificate
manufacturer's
Universal Testing from any reputed third party Records to
7. recommendation or
Machine inspection agency. viz, CEIL, be maintained
once a year
LRS, BV, ABS, DNV or IRS.
whichever is earlier

Calibration Certificate As per


Charpy V-notch from any reputed third party manufacturer's
Records to be
8. Impact testing inspection recommendation or
maintained
machine agency. viz, CEIL, LRS, BV, once in a year
ABS, DNV or IRS. whichever is earlier
Check with the standard test
Hardness Testing block supplied with the Records to be
9. Before use
Machine machine as per manufacturer's maintained
Recommendation
Chemical
Check with the Records to be
10. Analysis ,ex :PMI Before use
standard samples maintained
etc.
Once in Six
Various Digital Calibration Certificate from Months or as per
Records to be
11. and Analog reputed laboratories or the manufacturer's
maintained
meters manufacturer recommendation
whichever is earlier.
Variable current,
Calibration Certificate from
voltage and Once in Six Records to be
12. reputed
resistance months maintained
laboratories
generators
Calibration from
Temperature/ manufacturer or any Once in Six Records to be
13.
Pressure Recorders reputed calibrating months maintained
agency
Calibration Certificate To be discarded
Temperature
14. from reputed Once in Six months in case of damage
gauges
laboratories or malfunctioning

Manufacturer's Certificate or
15. Thermocouples
Chemical Check --- ---
To be discarded
Calibration from in case of
16. Vibration probes Once in a year
reputed laboratory damage or
malfunctioning
Calibration from
17. Decibel-meter Once in a Year - do-
reputed laboratory
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.
##----##

Rev. 0 KG Basin Pipeline Replacement Page 9 of 9


GAIL

GAIL ( India ) LIMITED.


(A Govt. of India Undertaking - A Maharatna Company)
GAIL Jublee Tower, S & LR Department,8th Floor,
B-35,36 Sector-1, Noida 201301, G.B. Nagar(U.P.) India

INT-10
REV-0A

DRAFT REPORT

PROJECT
DETAILED ROUTE SURVEY OF
PR OPOSED PIPELI NES IN INDIA ★
(EXCEPT FOR LAKSHADWEEP AND
A N D A M A N & N I C O B A R
ISLAND) UNDER ANNUAL RATE
CONTRACT FOR 2019-2021.

DETAILED ROUTE
SURVEY REPORT
INTIMATION-10 DATED 18/11/2019
DETAILED ROUTE SURVEY OF EXISTING
PIPELINE FROM GAIL MORTHA-I.P TO GAIL
SV 4 TADEPALLI TOTAL LENGTH : 23.532 KM

MS S OC I A T E S
AS

M.S.ASSOCIATES
(Survey and Engineering Consultancy Services)
ISO 9001 : 2015 Certified
613, Raheja Arcade, Plot No 61, Sector-11, CBD Belapur, Navi Mumbai 400614 I Tel.: +91-9323645092, +91-9323641397,
+91 9769255266 & +91-8655599988 E-mail : msassociatesmumbai@yahoo.com, msassociatesmumbai@gmail.com
GAIL (India) Limited
(A Govt. of India Undertaking - A Maharatna Company)
JUBLEE TOWER, S & LR DEPARTMENT,8th FLOOR, B-35,36
SECTOR-1, NOIDA 201301, G.B. NAGAR(U.P.) India

DETAILED ROUTE SURVEY REPORT


FOR

EXISTING PIPELINE FROM GAIL MORTHA-I.P TO GAIL SV 4


TADEPALLI.

Referrence :-
FOA : GAIL/NOAIDA/C&P/PROJ/SURVEY/ARC/18-85/43
Dated 24/07/2019
LOA : GAIL//4100000422/C-19/72 Dated 12/09/2019
Letter of : GAIL/NOIDA/S&LR/SURVEY/2019/10
Intimation Dated 18.11.2019 (Intimation No 10)

SURVEY CONTRACTOR CLIENT


REV DATE DESCRIPTION
ORIG REVIEW APPROVAL APPROVAL
Rajat Dinesh Nazir
0A 14/01/2020 Issued for Clients Review
Solanke Baviskar Hakim
CONTENTS
SR.NO. DESCRIPTION PAGE No.
DETAILED ROUTE SURVEY REPORT
CHECK LIST 01 - 01
1 INTRODUCTION 02 - 02
2 SCOPE OF WORK - DETAIL ENGINEERING SURVEY 03 - 03
2.1 SELECTION OF CRITERIA FOR CROSS COUNTRY PIPELINE ROUTE 04 - 05
3 SURVEY METHODOLOGY GENERAL 06 - 06
3.1 MAPS AND LINE DIAGRAM 06 - 07
4 EXECUTIVE SUMMARY WITH PIPELINE ROUTE DESCRIPTION 08 - 09
5 CROSSINGS 09 - 10
6 FOREST DETAIL ALONG THE PIPELINE 10 - 10
7 SANCTUARY DETAIL ALONG THE PIPELINE 10 - 10
8 SALIENT FEATURES 11 - 11
CERTIFICATE FOR CRZ / NATIONAL PARK / SANCTUARY / CORAL REEF / ECOLOGICALLY SENSITIVE AREAS
9 12 - 12
INCLUDING LNG TERMINALS
10 CERTIFICATE FOR CRITICALLY POLLUTED AREAS 13 - 13
ANNEXURES
SALIENT FEATURES ANNEXURE DES-1 14 - 15
DETAILS OF LENGTH STATEMENT (LAND USED) ANNEXURE DES-2 16 - 16
DETAILS OF NEARBY WILD LIFE SANCTUARIES / NATIONAL PARKS ANNEXURE DES-3A 17 - 17
DETAILS OF EN-ROUTE WILD LIFE SANCTUARIES / NATIONAL PARKS ANNEXURE DES-3B 18 - 18
LIST OF NEAR BY FOREST DETAILS ANNEXURE DES-3C 19 - 19
DETAILS OF EN-ROUTE FOREST ANNEXURE DES-3D 20 - 20
TOPOSHEETS / MAPS REFFERED ANNEXURE DES-4 21 - 21
LIST OF ALL CROSSINGS ANNEXURE DES-5 22 - 27
LIST OF MAJOR CROSSINGS ANNEXURE DES-6 28 - 29
LIST OF NATIONAL HIGHWAY CROSSING ANNEXURE DES-7 30 - 30
LIST OF STATE HIGHWAY CROSSING ANNEXURE DES-8 31 - 31
LIST OF OTHER ROAD CROSSING ANNEXURE DES-9 32 - 33
11 LIST OF RAILWAYS CROSSING THE ROUTE OF PIPELINE ANNEXURE DES-10 34 - 34
LIST OF NALA / DRAIN / CANAL CROSSING ANNEXURE DES-11 35 - 35
LIST OF RIVER CROSSING ANNEXURE DES-12 36 - 36
LIST OF UNDER GROUND UTILITIES ANNEXURE DES-13 37 - 37
LIST OF POWER LINE CROSSINGS ANNEXURE DES-14 38 - 38

LIST OF DEFLECTION ANGLE FOR PILLAR POSITIONS WITH REFERENCE DETAILS ANNEXURE DES-15 39 - 49

TOTAL LENGTH STATEMENT & DISTRICT WISE LENGTH STATEMENT ANNEXURE DES-16 50 - 50
LIST OF VILLAGES FALLING ALONG THE ROUTE OF THE PIPELINE ANNEXURE DES-17 51 - 51
DETAILS ABOUT CROP & LAND & ROU COST ANALUSIS ANNEXURE DES-18 52 - 52
DETAILS OF APPROXIMATE COST ESTIMATE FOR STATUTORY CLEARANCES ANNEXURE DES-19 53 - 53
LIST OF ENGINNERING DRAWINGS ANNEXURE DES-20 54 - 55
LIST OF DGPS CO-ORDINATE ALONG THE ROUTE ANNEXURE DES-21 56 - 56
LIST OF POND CROSSING THE ROUTE OF PIPELINE ANNEXURE DES-22 57 - 57

M.S.ASSOCIATES
GAIL (India) Limited
DETAIL SURVEY REPORT INTIMATION-10
EXISTING PIPELINE FROM GAIL MORTHA-I.P TO GAIL SV 4 TADEPALLI

CHECK LIST
S. N. Activities Status/Remarks
Yes, Re-Confirmation has
Re-confirmation and Fixing of start and end locations of the
1 been done with Gail’s
survey.
Representative or EIC.
DGPS Point Was established
Transfer of nearby benchmarks (with reference to MSL). Fixing
2 Please Refer Annexure
of Co- ordinates of start/end locations.
DES-21
Check for calibration/accuracy/ performance of Total station & Yes, Calibration Certificate
has been verified from EIC &
3 other instruments used for Survey. Indicate details of
copies submitted while start
instruments used
of work.
Yes, Biodata with experience
Check for the Surveyor experience and their operating skills of of surveyor has been verified
4
survey instruments. from EIC & copies submitted
while start of work
Certification for the route not passing through CRZ / National
5 park / Sanctuary / Coral reef / Ecologically sensitive areas
including LNG terminals Yes, it has been done
Certification for route not passing through Critically Polluted
6
areas as per MoEFCC Notification dated 15-03-2012
Check for existence of buried / above ground pipelines/ utilities
within a distance of 15 Meters on either side of the centreline of
7 Yes, it has been done
pipeline RoU and depiction of same in the Alignment sheets
(including depth).
Check for identification of earthquake-prone area / fault lines
along and across pipeline RoU within a distance of 200 Meters
8 Yes, it has been done
on either side of the centreline of Pipeline RoU and depiction of
same in the Route Map / Alignment sheets.
Check to avoid major obstacles / dense plantation / permanent
9 Yes, it has been done
structures / very hilly terrain etc.
10 Major Highlights of the Pipeline Route-
a Major Highlights of the Pipeline Route
b Co-ordinates of starting point
Please Refer Annexure DES-1
c Co-ordinates of Terminating point
d Total Chainage
e Total IP points
Please Refer Annexure DES-15
f Total TP Points
g Major crossings Rlys/NH/SH/River/Canal/Forest Please Refer Annexure DES-6

GAIL/MSA/DES/MTPL/REPORT-001_0A M. S. ASSOCIATES Page 1


GAIL (India) Limited
DETAIL SURVEY REPORT INTIMATION-10
EXISTING PIPELINE FROM GAIL MORTHA-I.P TO GAIL SV 4 TADEPALLI

DETAILED SURVEY REPORT

01. INTRODUCTION

GAIL (India) Limited, India's principal Gas Transmission and Marketing


Company, was set up by the Government of India in August 1984 to create gas
sector infrastructure for sustained development of the Natural gas sector in the
country.

GAIL (India) Limited, is India's flagship Natural Gas company, integrating all
aspects of the Natural Gas value chain (including Exploration & Production,
Processing, Transmission, Distribution and Marketing) and its related services.
In a rapidly changing scenario, GAIL is spearheading the move to a new era of
clean fuel industrialisation, creating a quadrilateral of green energy corridors
that connect major consumption centre in India with major Gas Fields, LNG
terminals and other cross border gas sourcing points. GAIL is also expanding
its business to become a player in the International Market.

M/s. GAIL (India) Limited envisages to strengthen local gas grid network in
various parts of India and hence accordingly has entrusted
M/s. M.S. Associates Mumbai, the rate contract for the detailed route survey
for pipelines within india (Except North-Eastern States, Lakshdeep and
Andman & Nicobar Island) Via

FOA : GAIL/NOAIDA/C&P/PROJ/SURVEY/ARC/18-85/43 Dated


24/07/2019

LOA : GAIL//4100000422/C-19/72 Dated 12/09/2019

As a part of the contract M/s. GAIL (India) Ltd. has entrusted


M/s. M.S.Associates to carry out detailed route survey for EXISTING
PIPELINE FROM GAIL MORTHA-I.P TO GAIL SV 4 TADEPALLI (MTPL).

The Detailed Route survey of above-mentioned pipeline is completed. After


Getting Approval from EIC & incorporating their valuable suggestions, this
report is prepared. This route has been further approved by concerned
Engineer-In-Charge so as to carry out Detailed Engineering Survey OF Gail
Existing pipeline.

This report covers


Detailed Survey Report for Existing Gas Pipeline from Mortha-I.P To Gail SV 4
Tadepalli.

Detailed Route Survey, Length: - 23.532Km

GAIL/MSA/DES/MTPL/REPORT-001_0A M. S. ASSOCIATES Page 2


GAIL (India) Limited
DETAIL SURVEY REPORT INTIMATION-10
EXISTING PIPELINE FROM GAIL MORTHA-I.P TO GAIL SV 4 TADEPALLI
2. SCOPE OF WORK FOR DETAIL ENGINEERING SURVEY

The brief scope of work for detailed pipeline route survey for each pipeline shall include, but
not limited to the following:
I Carrying out table top study based on the Satellite Images of the area/latest Survey
of India Maps/Development plan as received from concerned Authority,
reconnaissance survey

II Identifying and establishing the extent of environmentally/ecologically sensitive


areas such as forest, Wild Life Sanctuaries, National Park, CRZ Area/Area under
acquisition for mining activity, plantations etc. including obtaining information
regarding type of forest (reserved/protected/social), type of plantation etc.

III Collection of development plans along the proposed pipeline route.

IV Carrying out detailed route survey work along the entire route of the proposed
pipelines

V Obtaining details regarding development needs of community in the surrounding


area of proposed route that can be considered under GAIL’s Corporate Social
Responsibility (CSR) scheme.

VI Obtaining details of socio-political condition in the surrounding area of proposed


route.

VII Carrying out soil investigation/soil stratification along the proposed pipeline route.

VIII Collection of population density data along the entire route of the proposed pipelines
route.

IX Carrying out corrosion survey including measurement of soil resistivity, chemical


analysis of soil/water.

X Carrying out cadastral survey work along the proposed pipeline route.

XI Entire database shall be developed into a unified GIS (Geo-Spatial Information


System) and LIS (Land Information System) compatible format.

XII Digitization of Survey Documents and development of Geo-Spatial and Land


Information System (GIS & LIS).

XIIi Preparation of survey reports/drawings/documents and submission of the same to


Company for review & approval.

GAIL/MSA/DES/MTPL/REPORT-001_0A M. S. ASSOCIATES Page 3


GAIL (India) Limited
DETAIL SURVEY REPORT INTIMATION-10
EXISTING PIPELINE FROM GAIL MORTHA-I.P TO GAIL SV 4 TADEPALLI
2.1 Selection of Criteria for Cross Country Pipeline route
2.1.1 Route selected should be the shortest possible one
2.1.2 Avoid environmentally sensitive areas such as Reserved Forests, Protected Forests,
Wildlife areas, Marine parks, Bird sanctuaries, etc. to the maximum possible extent.
2.1.3 For all the cities / Major towns along the pipeline route the Contractor shall procure
the Maps of all notified development Plans (City, Industrial, Capital, etc) from the
respective authorities and superimpose them on SOI Maps prior to selection of the
pipeline route. The pipeline route shall be selected by avoiding such proposed
development areas. If it is unavoidable then it must confirm to the norms laid down by
the concerned level of development authority.
2.1.4 Should be accessible from Road during construction and the subsequent operation /
maintenance stages.
2.1.5 Should make minimum number of crossings with Railways, Roads, Rivers, and
Canals etc. Following points should be considered while making these crossings.
2.1.6 Rivers & Canals
2.1.6.1 Length between banks to bank should be shortest and cross at right angles.
2.1.6.2 Bed and bank conditions should be stable and not subject to scouring.
2.1.6.3 River course should not meander. Collect relevant information like HFL,
Waterway etc.
2.1.6.4 Identify rivers / crossings coming under CRZ
2.1.7 All National highways & Rail crossings should be at right angles and away from
existing structures and other utilities
2.1.8 Avoid mining / quarrying areas, built-up areas, planed development areas, Villages,
Towns, Cities, industrial areas, settlements, places of worship / burial etc.

2.1.9 As far as possible, avoid parallel alignment of the pipeline with overhead power lines
and railway lines. Minimize interference with other pipelines cables etc.
2.1.10 Number of Turning Points (TP’s) should be minimum number and avoid acute angles
at Turning Points.
2.1.11 Select easy and favorable terrain conditions – avoiding water logged and swampy
areas, ravines, meandering rivers, low lying marshy areas, unstable ground,
depressions, hard rock, boulders, rock outcrops areas etc. to the maximum possible
extent.
2.1.12 Care should be taken to avoid valuable plantations like Teak etc
2..13 Consult with the regional planning boards to avoid any interference with new projects,
which are under various stages of planning and execution.
In some cases, land may have already notified. Several States and Districts form their
own industrial layouts, which fall mostly on Government lands.
2.1.14 Pipeline route shall be optimized from engineering, construction, operation, safety of
public & property and other considerations point of view.

GAIL/MSA/DES/MTPL/REPORT-001_0A M. S. ASSOCIATES Page 4


GAIL (India) Limited
DETAIL SURVEY REPORT INTIMATION-10
EXISTING PIPELINE FROM GAIL MORTHA-I.P TO GAIL SV 4 TADEPALLI
2.1.15 Parallel Alignments

Clearances from the pipeline shall be as follows unless otherwise instructed:

➢ Existing and / or planned HT power cables - 50.0 meters


➢ Existing / planned communications cables - 7.0 meters
➢ Existing / planned Foreign pipelines - 50 meters
➢ Existing / planned Roadways, Railways, etc - clear of ROW limits

Proposed pipeline including its intended right of use shall be located outside
the ROU / ROW limits of the existing utility.

2.1.16 Clearance in Developed Areas


➢ Habitable dwellings - 100 meters
➢ Structures - 50 meters
➢ Property corners - 20 meters
➢ Monuments - 500 meters

Variance from this requirement will be at M/s GAIL’s discretion

GAIL/MSA/DES/MTPL/REPORT-001_0A M. S. ASSOCIATES Page 5


GAIL (India) Limited
DETAIL SURVEY REPORT INTIMATION-10
EXISTING PIPELINE FROM GAIL MORTHA-I.P TO GAIL SV 4 TADEPALLI

3) METHODOLOGY
In consideration of the requirements of environmental parameters, construction
methodology to be adopted for different terrain encountered en-route, design and
engineering factors, availability of logistic support during construction, operation and
maintenance of Pipelines and specific geographical condition to lay the pipeline along
most feasible route was identified based on the detailed study of relevant topographic
maps and as per the guidelines to follow the route as suggested and inspected by M/s
GAIL (India) Limited. Relevant topographic maps along the various sections of
Pipeline route were identified. After conducting a detailed desktop study of the
proposed alternative route, proposed Pipeline route was marked on the topographic
sheet. This was subsequently supplemented with route reconnaissance and data
collection along the feasible route for arriving at the optimum route. While identifying
the route alternatives for the selection of optimum route following factors were
considered:

- Compliances with environmental regulation.


- Safety of people and property as far as possible.
- Shortest possible length as far as possible.
- Minimum number of bends as far as possible.
- Favorable ground profile for Pipe line.
- Accessibility to Pipeline route during construction, maintenance and
operation as far as
possible.
- Location of Pipeline facilities and access thereto.
- Avoidance of Mining, protected and reserved forest, archeological and
other sensitive
areas including flora and fauna as far as possible.
- Avoidance of unstable ground feature as far as possible.
- Minimizing road, canal, river and flood prone and tidally affected areas.
-
Avoidance of Rocky stretches as far as possible.
- Avoidance of Areas reserved for planned and future development as far
as possible.
- Flexibility for future expansion.
- Avoiding entire stretch of wild life sanctuaries en-route.
`

3.1) MAPS
The following Survey of India (SOI) topographic maps were referred during the study.

Sr. No. Toposheet No. SCALE


1 61H-9 1 : 50,000

Other MAPS WHICH WERE CONSIDERED FOR STUDY ARE


1) District Map,.

GAIL/MSA/DES/MTPL/REPORT-001_0A M. S. ASSOCIATES Page 6


GAIL (India) Limited
DETAIL SURVEY REPORT INTIMATION-10
EXISTING PIPELINE FROM GAIL MORTHA-I.P TO GAIL SV 4 TADEPALLI

GAIL/MSA/DES/MTPL/REPORT-001_0A M. S. ASSOCIATES Page 7


GAIL (India) Limited
DETAIL SURVEY REPORT INTIMATION-10
EXISTING PIPELINE FROM GAIL MORTHA-I.P TO GAIL SV 4 TADEPALLI

EXECUTIVE SUMMARY
4 . EXECUTIVE SUMMARY
Executive Summary for Existing Pipeline From Detailed Survey Of Existing
Pipeline From Gail Mortha-I.P to GAIL SV 4 Tadepalli.
Pipeline Route, Length: - 23.532Km
Lat. 16°48'25.042"N E 576164.35 m
Take Off Point for
GAIL MORTHA-I.P Long. 81°42'53.266"E N 1862212.56 m
@Ch.: 0.0Km
Elev. 15.8 m Elev. 15.8 m

The pipeline will have Terminal point at


Lat. 16°50'33.330"N E 554561.14 m
Terminal Point GAIL SV 4
Long. 81°30'43.751"E N 1862212.56 m
@ Ch.: 23.532 Km TADEPALLI
Elev. 13.98 m Elev. 13.98 m

Description: -
The Length of Exisiting Gas Pipeline from GAIL Mortha-I.P To Gail SV4 Tadepalli
(MTPL) Is 23.532km.

➢ The total survey was done along the exisiting row of GAIL. (20m ROW)

❖ The existing pipeline crosses two National Highway


1 National Highway-16 @Ch 20909.62m
2 National Highway-16 @Ch 22132.2m

❖ The existing pipeline crosses twelve Asphalted Road


1) Asphalted Road @Ch.: 1638.29m 2) Asphalted Road @Ch.: 5045.07m
3) Asphalted Road @Ch.: 7672.8m 4) Asphalted Road @Ch.: 9147.36m
5) Asphalted Road @Ch.: 10792.27m 6) Asphalted Road @Ch.: 13294.83m
7) Asphalted Road @Ch.: 16241.24m 8) Asphalted Road @Ch.: 19080.08m
9) Asphalted Road @Ch.: 20041m 10) Asphalted Road @Ch.: 20522.92m
11) Asphalted Road @Ch.: 20863.67m 12) Asphalted Road @Ch.: 23517.57m

❖ The existing pipeline crosses two Railway


1 Braud Guage Railway @ Ch.: 4563.16m 2 Braud Guage Railway @ Ch.: 11117.69m

❖ The existing pipeline crosses eight Canal, two Drain & two Nala
1 Lined Canal @Ch. 635.81M 2 Mortha Drain @Ch. 1298.05M
3 Undrajavaram Lined Channel @Ch. 1430.78M 4 UnlinedCanal @Ch. 2183.37M
5 Velpuru Unlined Canal @Ch. 2834.12M 6 Attili Unlined Canal @Ch. 5590.16M
7 AmudalapalemUnlined Channel @Ch. 7517.29M 8 Enamadumm Drain @Ch. 8913.85M
9 Undi Lined Canal @Ch. 9670.08M 10 Eluru Unlined Canal @Ch. 10733.4979m
11 Nala @Ch. 13286.87M 12 Nala @Ch. 20046.26M

❖ The existing pipeline crosses two Pipelines


1 Pipeline @Ch.:16232.52 2 Pipeline @Ch.:19077.1m

GAIL/MSA/DES/MTPL/REPORT-001_0A M. S. ASSOCIATES Page 8


GAIL (India) Limited
DETAIL SURVEY REPORT INTIMATION-10
EXISTING PIPELINE FROM GAIL MORTHA-I.P TO GAIL SV 4 TADEPALLI

MTPL Length Statement


START END TOTAL
SR.
CHAINAGE CHAINGE LENGTH DESCRIPTION REMARKS
NO
(km) (km) (km)
1 0.000 23.532 23.532 GAIL INDIA LTD
Total Length 23.532

• District & State Length :-


MTPL DISTRICT LENGTH STATEMENT

Chainage (m) Total


Sl.
State District Length
No.
From - To (Km)
ANDHRA WEST
1 0.000 23.532 23.532
PRADESH GODAVARI

5. List of Crossings
MTPL CROSSINGS DETAIL
Sr. No. Details Nos.
1 Natinol Highway 02
2 State Highway 00
3 Railway 02
4 River 00
5 Asphalted Road / MDR / ODR 12
6 Canal 08
7 Nala/ Stream/Drain 07
8 Cart track 22
9 HTPL (Power Line) 30
10 Hydrocarbon Pipelines 00
11 Other Pipelines (Water Supply, Effluent etc) 02
Total 85

GAIL/MSA/DES/MTPL/REPORT-001_0A M. S. ASSOCIATES Page 9


GAIL (India) Limited
DETAIL SURVEY REPORT INTIMATION-10
EXISTING PIPELINE FROM GAIL MORTHA-I.P TO GAIL SV 4 TADEPALLI

JURISDICTION ADDRESS: -

Authority
Sr. No. Crossing Type
Address
Shri.Venugopala Rao
SE,Eluru,Near ZP office,NR peta,Eluru
1 Asphalted Road
West Godavari 534001
Andhra Pradesh 08812-230461
Shri.P. Srinivas
DRM office compound,Railway station
Braud Gauge
2 road,Gandhi nagar,Vijaywada
Railway Vijaywada 520001
Andhra Pradesh
Suptd.ENG
Irrigation dept.Near Revenue Guest house,
3 Canal
NR peta,Eluru West Godavari 534001
Andhra Pradesh 08812-230267
Suptd.ENG
Irrigation dept.Near Revenue Guest house,
4 River
NR peta,Eluru West Godavari 534001
Andhra Pradesh 08812-230267
Suptd.ENG
Irrigation dept.Near Revenue Guest house,
5 Nala
NR peta,Eluru West Godavari 534001
Andhra Pradesh 08812-230267
PROJECT DIRECTOR
PIU NHAI D No.78-14-21,
6 National Highway Shyamala Nagar,Rajamundry
East Godavari 533103
Andhra Pradesh 0883-2431170

6. Forest Detail along the pipeline:-

No Forest in this Pipeline route.

7. Sanctuary Detail along the pipeline: -

No sanctuary in this Pipeline route.

GAIL/MSA/DES/MTPL/REPORT-001_0A M. S. ASSOCIATES Page 10


GAIL (India) Limited
DETAIL SURVEY REPORT INTIMATION-10
EXISTING PIPELINE FROM GAIL MORTHA-I.P TO GAIL SV 4 TADEPALLI
8. Salient Features
DETAILED SURVEY OF EXISTING PIPELINE FROM GAIL MORTHA-I.P TO GAIL SV 4
TADEPALLI.
SALIENT FEATURES
Sr.
Description Length / Nos
No.
(A) Total Length (Km.) 23.532
State wise Length (Km.)
(a) Andhra Pradesh 23+532.00
Revenue Details for the section
(a) State 1
(b) District 1
(c) Taluk 2
(b) Village 9
(B) Terrain (Km.)
(a) Plain 23+532.00
(b) Slightly Undulating 00+000.00
(c) Hilly 00+000.00
(C) Soil Encountered (Km.) Refer Soil investion report
(a) Normal Type -
(b) Murrum -
(c) Rocky Strata -
(D) Surface Features (Kms.)
(a) Private Land 00+000.00
(b) Government Land 00+000.00
(c) Reserved Forest 00+000.00
(d) Gail India Ltd. 23+532.00
(E) Road Crossing (Nos) (Refer Annexure : DES-5)
(a) National Highway 2
(b) State Highway 0
(c) Asphalted Road 12
d) MDR 0
e) ODR 0
(f) Cart Track / Mud Road 22
(F) Water Bodies (Nos.) (Refer Annexure: DES-5)
(a) Canal/Channels 8
(b) Rivers 0
(c) Drain/Nala 7
(G) Railway Crossings (Nos.) (Refer Annexure: DES-5)
(a) B. G. Railway 2
(b) M. G. Railway 0
(H) Utility Crossings (Refer Annexure: DES-5)
(a) Utility-1 2
(I) Powerline Crossings (Refer Annexure : DES-5)
(a) Power line-1 30
(J) Elevations above MSL at (Mts.)
(a) Tap Off Point 15.80
(b) Terminal Point 13.98
(c) Lowest Elevation 10.83
(d) Highest Elevation 21.63

GAIL/MSA/DES/MTPL/REPORT-001_0A M. S. ASSOCIATES Page 11


GAIL (India) Limited
DETAIL SURVEY REPORT INTIMATION-10
EXISTING PIPELINE FROM GAIL MORTHA-I.P TO GAIL SV 4 TADEPALLI

CERTIFICATE
This is to certify that the Route alignment "Detailed Survey Of Existing
Pipeline From Gail Mortha-I.P To Gail SV 4 Tadepalli Total Length
23.532km" does not pass through any CRZ / National Park / Sanctuary /
Coral Reef / Ecologically sensitive areas including LNG terminals.

Hence this certificate.

Mr. Nazir Hakim, Sr. Manager

GAIL/MSA/DES/MTPL/REPORT-001_0A M. S. ASSOCIATES Page 12


GAIL (India) Limited
DETAIL SURVEY REPORT INTIMATION-10
EXISTING PIPELINE FROM GAIL MORTHA-I.P TO GAIL SV 4 TADEPALLI

CERTIFICATE

This is to certify that the Route alignment " Detailed Survey Of Existing
Pipeline From Gail Mortha-I.P To Gail SV 4 Tadepalli Total Length
23.532km" does not pass through Critically Polluted areas as per MoEF
Notification dated 15/03/2012.

Hence this certificate.

Mr. Nazir Hakim, Sr. Manager

GAIL/MSA/DES/MTPL/REPORT-001_0A M. S. ASSOCIATES Page 13


ANNEXURE : DES-1

SALIENT FEATURES

Sr. No. Description Length / Nos


(A) Total Length (Km.) 23.532
State wise Length (Km.)
(a) Andhra Pradesh 23+532.00
Revenue Details for the section
(a) State 1
(b) District 1
(c) Taluk 2
(b) Village 9
(B) Terrain (Km.)
(a) Plain 23+532.00
(b) Slightly Undulating 00+000.00
(c) Hilly 00+000.00
(C) Soil Encountered (Km.) Refer Soil investion report
(a) Normal Type -
(b) Murrum -
(c) Rocky Strata -
(D) Surface Features (Kms.)
(a) Private Land 00+000.00
(b) Government Land 00+000.00
(c) Reserved Forest 00+000.00
(d) Gail India Ltd. 23+532.00
(E) Road Crossing (Nos) (Refer Annexure : DES-5)
(a) National Highway 2
(b) State Highway 0
(c) Asphalted Road 12
d) MDR 0
e) ODR 0
(f) Cart Track / Mud Road 22
(F) Water Bodies (Nos.) (Refer Annexure : DES-5)
(a) Canal/Channels 8
(b) Rivers 0
(c) Drain/Nala 7
(G) Railway Crossings (Nos.) (Refer Annexure : DES-5)
(a) B. G. Railway 2
(b) M. G. Railway 0
(H) Utility Crossings (Refer Annexure : DES-5)
(a) Utility-1 2
GAIL/MSA/DES/MTPL/REPORT-001_0A Page 14
ANNEXURE : DES-1

SALIENT FEATURES

Sr. No. Description Length / Nos


(I) Powerline Crossings (Refer Annexure : DES-5)
(a) Power line-1 30
(J) Elevations above MSL at (Mts.)
(a) Tap Off Point 15.80
(b) Terminal Point 13.98
(c) Lowest Elevation 10.83
(d) Highest Elevation 21.63

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 15
ANNEXURE : DES-2

Details Of Length Statement (Land Used)

PIPELINE START PIPELINE END TOTAL PIPELINE


SR. NO LAND TYPE REMARS
CHAINAGE (KM) CHAINAGE (KM) LENGTH (KM)

GAIL INDIA LTD.


1 0.000 23.532 23.532 GAIL
LAND

Total Length (km) 23.532

LAND USE SUMMARY


SR. NO LAND TYPE LENGTH (KM) Remarks

GAIL INDIA LTD.


1 23.532
LAND

2 ROAD ROW -

3 FOREST -

TOTAL PIPELINE LENGTH


23.532
(KM)

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 16
ANNEXURE : DES-3A

AREA OF RESTRICTION (WILD LIFE SANCTUARIES / NATIONAL PARKS / FOREST) WILD LIFE SANCTUARIES
/ NATIONAL PARKS / FOREST :

DETAILS OF NEARBY WILD LIFE SANCTUARIES / NATIONAL PARKS

Name Of Nearby Perpendicular Distance


Pipeline Chainage (Km) Wild Life Right / Minimum
SL. No. From pipeline (km)
Sanctuaries / Left Distance (km)
Start End National Parks Start End

No Forest / NEARBY WILD LIFE SANCTUARIES / NATIONAL PARKS in this Pipeline route

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 17
ANNEXURE : DES-3B

AREA OF RESTRICTION (WILD LIFE SANCTUARIES / NATIONAL PARKS / FOREST) WILD LIFE SANCTUARIES /
NATIONAL PARKS / FOREST :

List of Environment Affecting Area


DETAILS OF EN-ROUTE WILD LIFE SANCTUARIES / NATIONAL PARKS

Pipeline Chainage (Km) Name of EN-Route Name Of Nearby


SL. No. Wild Life Sanctuaries / National REMARKS
Start End Length Parks

No Forest / NEARBY WILD LIFE SANCTUARIES / NATIONAL PARKS in this Pipeline route

TOTAL LENGTH EN-ROUTE WILD LIFE


0
SANCTUARIES / NATIONAL PARKS (KM)

DETAILS OF ROUTE IN ESZ / BUFFER ZONE OF SANCTUARY


Pipeline Chainage (Km)
SL. No. Name Sanctuary REMARKS
Start End Length
No Forest / NEARBY WILD LIFE SANCTUARIES / NATIONAL PARKS in this Pipeline route

TOTAL LENGTH EN-ROUTE ESZ / BUFFER


0
ZONE OF SANCTUARY (KM)

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 18
ANNEXURE : DES-3C

AREA OF RESTRICTION (WILD LIFE SANCTUARIES / NATIONAL PARKS / FOREST) WILD LIFE SANCTUARIES /
NATIONAL PARKS / FOREST :

LIST OF NEAR BY FOREST DETAILS


Pipeline Chainage Perpendicular Distance From
(km) Pipeline (m) Minimum Distance
Sr. No. Name of Sanctuary Right / Left
(m)
Start End Start End

No Forest / NEARBY WILD LIFE SANCTUARIES / NATIONAL PARKS in this Pipeline route

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 19
ANNEXURE : DES-3D

AREA OF RESTRICTION (WILD LIFE SANCTUARIES / NATIONAL PARKS / FOREST) WILD LIFE SANCTUARIES /
NATIONAL PARKS / FOREST :

DETAILS OF EN-ROUTE FOREST


Pipeline Chainage (Km) Name of In Route
SL. No.
Start End Length Forest
No Forest / NEARBY WILD LIFE SANCTUARIES / NATIONAL PARKS in this Pipeline route

TOTAL LENGTH EN-FOREST (KM) 0

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 20
ANNEXURE : DES-4

TOPOSHEETS / MAPS REFFERED


Toposheet Reffered
Sr. No. Pipeline Route
SCALE 1:50000

1 61H-9 SCALE 1:50000

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 21
ANNEXURE : DES-5

LIST OF ALL CROSSINGS - CHAINNAGE WISE


ROW UTM Zone 44N
Sr. Type of Chainage Pillar Nos of Both
Crossing Description Width RL (m) Drawing No.
No. Crossing (m) sides of Xing Easting Northing
(m)

1 Canal 635.81 Lined Canal TP12 - TP13 13.19 13.52 575679.103 1858736.633 GAIL-MSA-DES-MTPL-CS-01

2 Cart Track 863.42 Cart Track TP18 - TP19 16.12 575509.471 1858888.204

3 Drain 1298.05 Mortha Drain TP22 - TP23 12.05 13.49 575154.533 1859138.687 GAIL-MSA-DES-MTPL-CS-02

4 Canal 1430.78 Undrajavaram Lined Channel TP23 - TP24 19.82 9.63 575045.980 1859213.806 GAIL-MSA-DES-MTPL-CS-02A

5 Asphalted Road 1638.29 Asphalted Road (Mortha To Dammennu) TP26 - TP27 9.25 15.50 574878.699 1859336.124 GAIL-MSA-DES-MTPL-CS-03

6 Canal 2183.37 UnlinedCanal TP32 - TP33 25.93 11.74 574443.888 1859664.630 GAIL-MSA-DES-MTPL-CS-04

7 Canal 2834.12 Velpuru Unlined Canal TP43 - TP44 55.47 8.30 573902.292 1860010.578 GAIL-MSA-DES-MTPL-CS-04A

8 Cart Track 3835.01 Cart Track TP47 - TP48 16.02 572922.155 1860214.365

9 Cart Track 4556.27 Cart Track TP54 - TP55 16.05 572219.648 1860371.976

Braud Gauge Railway (Satyada To


10 Braud Gauge Railway 4563.16 TP54 - TP55 4.21 17.63 572212.865 1860373.184 GAIL-MSA-DES-MTPL-CS-05
Nidadavole)

11 Asphalted Road 5045.07 Asphalted Road (Satyada To Kaldhari) TP63 - TP64 14.83 16.57 571756.319 1860526.307 GAIL-MSA-DES-MTPL-CS-06

12 Power Line 5543.11 HT-8.00M TP67 - TP68 15.72 571275.365 1860647.922

13 Canal 5590.16 Attili Unlined Canal TP68 - TP69 34.64 13.69 571230.140 1860660.836 GAIL-MSA-DES-MTPL-CS-07

14 Cart Track 5609.1 Cart Track TP68 - TP69 17.55 571212.121 1860666.667

15 Power Line 5612.59 HT-7.50M TP68 - TP69 17.66 571208.800 1860667.742

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 22
ANNEXURE : DES-5

ROW UTM Zone 44N


Sr. Type of Chainage Pillar Nos of Both
Crossing Description Width RL (m) Drawing No.
No. Crossing (m) sides of Xing Easting Northing
(m)

16 Cart Track 6707.66 Cart Track TP79 - TP80 17.66 570143.499 1860787.755

17 Power Line 6766.43 11KV.HT-7.20 TP81 - TP82 15.85 570085.008 1860782.027

18 Canal 7517.29 AmudalapalemUnlined Channel TP85 - TP86 18.73 13.28 569338.852 1860698.371 GAIL-MSA-DES-MTPL-CS-08

19 Power Line 7666.91 11KV HT-7.90 TP86 - TP87 16.88 569190.087 1860682.425

20 Asphalted Road 7672.8 Asphalted Road (Shivalayam To Kaldhari) TP86 - TP87 15.46 17.25 569184.214 1860681.986 GAIL-MSA-DES-MTPL-CS-09

21 Drain 8913.85 Enamadumm Drain TP100 - TP101 222.57 9.66 567975.502 1860491.446 GAIL-MSA-DES-MTPL-CS-10

22 Asphalted Road 9147.36 Asphalted Road (Konala To Arullo) TP106 - TP107 6.71 12.72 567817.181 1860616.078 GAIL-MSA-DES-MTPL-CS-11

23 Power Line 9448.52 132000KV TP110 - TP111 12.66 567581.893 1860789.841

24 Canal 9670.08 Undi Lined Canal TP111 - TP112 35.62 11.25 567381.287 1860883.893 GAIL-MSA-DES-MTPL-CS-12

25 Cart Track 9683.98 Cart Track TP111 - TP112 15.75 567368.701 1860889.793

26 Cart Track 10265.27 Cart Track TP116 - TP117 14.67 566855.273 1861162.066

27 Canal 10733.5 Eluru Unlined Canal TP127 - TP128 55.00 11.12 566544.465 1861490.766 GAIL-MSA-DES-MTPL-CS-12A

28 Asphalted Road 10792.27 Asphalted Road (Navabpalem To Arulla) TP128 - TP129 13.70 16.37 566536.447 1861524.096 GAIL-MSA-DES-MTPL-CS-13

Braud Gauge Railway (Navabpalem To


29 Braud Gauge Railway 11117.69 TP132 - TP133 38.41 15.92 566437.314 1861832.433 GAIL-MSA-DES-MTPL-CS-14
Marampalli)

30 Cart Track 11612.97 Cart Track TP140 - TP141 14.61 565987.582 1861935.103

31 Nala 12467.36 Nala TP146 - TP147 12.55 565134.849 1861987.767

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 23
ANNEXURE : DES-5

ROW UTM Zone 44N


Sr. Type of Chainage Pillar Nos of Both
Crossing Description Width RL (m) Drawing No.
No. Crossing (m) sides of Xing Easting Northing
(m)

32 Power Line 12925.07 11KV HT-8.00 TP148 - TP149 13.90 564678.144 1862018.024

33 Power Line 13204.05 11KV HT7.50 TP152 - TP153 13.86 564399.627 1862031.725

34 Nala 13286.87 Nala TP153 - TP154 10.71 12.42 564316.818 1862033.311 GAIL-MSA-DES-MTPL-CS-15

Asphalted Road (Navabpada To


35 Asphalted Road 13294.83 TP153 - TP154 10.76 15.12 564308.860 1862033.463 GAIL-MSA-DES-MTPL-CS-16
Jagannadhapuram)

36 Cart Track 14287.2 Cart Track TP158 - TP159 14.98 563316.673 1862052.134

37 Power Line 14418.93 11 KV HT-7.20 TP158 - TP159 13.76 563184.990 1862055.676

38 Cart Track 14609.9 Cart Track TP160 - TP161 14.80 562994.114 1862061.653

39 Cart Track 15178.49 Cart Track TP174 - TP175 17.40 562436.466 1862064.889

40 Power Line 15205.68 11 KV HT-7.80 TP176 - TP177 17.41 562417.200 1862046.160

41 Cart Track 15484.88 Cart Track TP179 - TP180 18.19 562243.623 1861827.475

42 Power Line 15494.92 11 KV HT.8.00 TP179 - TP180 18.11 562237.264 1861819.705

43 Power Line 16077.87 11KV HT-7.80 TP187 - TP188 21.32 561756.955 1861505.248

44 Cart Track 16108.8 Cart Track TP188 - TP189 20.97 561727.849 1861494.999

45 Power Line 16126.05 Power Line TP188 - TP189 20.77 561710.791 1861492.432

46 Power Line 16226.95 Power Line TP188 - TP189 20.62 561611.015 1861477.417

47 Water Pipeline 16232.52 Water Pipeline TP188 - TP189 20.71 561605.507 1861476.588

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 24
ANNEXURE : DES-5

ROW UTM Zone 44N


Sr. Type of Chainage Pillar Nos of Both
Crossing Description Width RL (m) Drawing No.
No. Crossing (m) sides of Xing Easting Northing
(m)
Asphalted Road (Nvabpalem To
48 Asphalted Road 16241.24 TP188 - TP189 11.41 20.88 561596.884 1861475.291 GAIL-MSA-DES-MTPL-CS-17
Dandagarra)

49 Power Line 16248.87 11KV HT-8.20 TP188 - TP189 20.48 561589.339 1861474.155

50 Power Line 16380.77 Power Line TP189 - TP190 19.16 561458.578 1861462.651

51 Cart Track 16755.73 Cart Track TP190 - TP191 17.17 561084.550 1861489.119

52 Cart Track 17098.17 Cart Track TP192 - TP193 18.02 560742.759 1861509.927

53 Power Line 17255.87 Power Line TP192 - TP193 16.52 560585.183 1861516.170

54 Power Line 17650.23 11KV HT-7.00 TP194 - TP195 16.17 560191.079 1861529.753

55 Power Line 17869.82 11KV HT-7.50 TP195 - TP196 14.78 559971.485 1861529.350

56 Power Line 18680.01 11KV HT-8.00 TP201 - TP202 15.07 559164.165 1861579.084

57 Power Line 18801.38 11KV HT-7.90 TP202 - TP203 14.73 559042.853 1861582.709

58 Power Line 18981.24 11KV HT-8.50 TP203 - TP204 14.78 558863.074 1861587.960

59 Water Pipeline 19077.1 Water Pipeline TP203 - TP204 15.72 558767.253 1861590.676

Asphalted Road (Tadepalligudem To


60 Asphalted Road 19080.08 TP203 - TP204 7.07 15.81 558764.274 1861590.761 GAIL-MSA-DES-MTPL-CS-18
Itukulagunta)
61 Cart Track 19539.02 Cart Track TP211 - TP212 15.93 558351.649 1861737.688

62 Power Line 19649.07 11KV HT 8.00 TP211 - TP212 14.86 558265.031 1861805.572

63 Power Line 20036.02 Power Line TP214 - TP215 15.97 557912.515 1861955.891

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 25
ANNEXURE : DES-5

ROW UTM Zone 44N


Sr. Type of Chainage Pillar Nos of Both
Crossing Description Width RL (m) Drawing No.
No. Crossing (m) sides of Xing Easting Northing
(m)
Asphalted Road (Tadepallegudem To
64 Asphalted Road 20041 TP215 - TP216 3.32 17.64 557907.561 1861956.365 GAIL-MSA-DES-MTPL-CS-19
Itukulagunta)

65 Nala 20046.26 Nala TP215 - TP216 6.48 15.45 557902.305 1861956.570 GAIL-MSA-DES-MTPL-CS-20

66 Power Line 20513.3 11KV HT-7.00 TP215 - TP216 18.76 557435.617 1861974.703

Asphalted Road ( Tadepallegudem To


67 Asphalted Road 20522.92 TP216 - TP217 12.66 19.34 557426.052 1861975.695 GAIL-MSA-DES-MTPL-CS-21
Apparaopeta)

68 Power Line 20534.94 11KV HT-7.50 TP216 - TP217 18.94 557414.117 1861977.126

69 Cart Track 20642.8 Cart Track TP216 - TP217 17.52 557307.024 1861989.965

70 Power Line 20819.53 11KV HT-8.70 TP217 - TP218 18.78 557131.975 1862014.175

71 Power Line 20832.4 Power Line TP218 - TP219 18.72 557119.384 1862016.721

Asphalted Road (Nh-16 To


72 Asphalted Road 20863.67 TP219 - TP220 17.46 19.06 557089.975 1862024.919 GAIL-MSA-DES-MTPL-CS-22
Tadepallegudem )
National Highway-216A(Badampudi To
73 National Highway-216A 20909.62 TP219 - TP220 65.22 21.15 557044.139 1862021.636 GAIL-MSA-DES-MTPL-CS-23
Tanuku)

74 Cart Track 20977.84 Cart Track TP219 - TP220 17.58 556976.093 1862016.762

75 Cart Track 21199.01 Cart Track TP224 - TP225 19.94 556756.202 1862017.531

76 Cart Track 21540.4 Cart Track TP228 - TP229 17.85 556426.162 1861992.850

77 Power Line 21837.85 11KV HT-7.60 TP232 - TP233 16.32 556142.694 1861998.805

National Highway-216A(Badampudi To
78 National Highway-216A 22132.2 TP234 - TP235 65.22 21.63 555903.828 1862170.776 GAIL-MSA-DES-MTPL-CS-24
Tanuku)
79 Cart Track 22173.3 Cart Track TP235 - TP236 16.37 555869.979 1862194.093

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 26
ANNEXURE : DES-5

ROW UTM Zone 44N


Sr. Type of Chainage Pillar Nos of Both
Crossing Description Width RL (m) Drawing No.
No. Crossing (m) sides of Xing Easting Northing
(m)
80 Power Line 22222.47 11KV HT-8.10 TP235 - TP236 15.26 555827.888 1862219.510

81 Cart Track 22468.51 Cart Track TP239 - TP240 14.37 555616.503 1862344.303

82 Power Line 22811.6 11KV HT 8.40 TP244 - TP245 12.91 555276.099 1862303.355

83 Nala 23511.3 Nala TP247 - TP248 12.92 554581.995 1862215.065


Asphalted Road (Tadepalligudem To
84 Asphalted Road 23517.57 TP247 - TP248 9.77 14.05 554575.770 1862214.317 GAIL-MSA-DES-MTPL-CS-25
Chintadepalli)

85 Nala 23526.03 Nala TP247 - TP248 12.65 554567.370 1862213.309

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 27
ANNEXURE : DES-6

LIST OF MAJOR CROSSINGS FALLING ON THE ROUTE OF THE PIPELINE

Crossing
Pillar Nos of ROW UTM Zone 44N
Sr. Type of Chainage as Authority Authority Authority Authority Authority
Crossing Description Both sides of Width RL (m) Jurisdiction Authority Address1
No. Crossing Per Pipeline Name District Pin State Telephone
Xing (m)
(m) Easting Northing
Irrigation dept.Near
Andhra
1 Canal 635.81 Lined Canal TP12 - TP13 13.19 13.52 575679.103 1858736.633 IRRIGATION Suptd.ENG Revenue Guest house,NR West Godavari 534001 08812-230267
Pradesh
peta,Eluru
Irrigation dept.Near
Andhra
2 Drain 1298.05 Mortha Drain TP22 - TP23 12.05 13.49 575154.533 1859138.687 IRRIGATION Suptd.ENG Revenue Guest house,NR West Godavari 534001 08812-230267
Pradesh
peta,Eluru
Irrigation dept.Near
Andhra
2A Canal 1430.78 Undrajavaram Lined Channel TP23 - TP24 19.82 9.63 575045.980 1859213.806 IRRIGATION Suptd.ENG Revenue Guest house,NR West Godavari 534001 08812-230267
Pradesh
peta,Eluru

Asphalted Road (Mortha To Shri.Venugopala SE,Eluru,Near ZP office,NR Andhra


3 Asphalted Road 1638.29 TP26 - TP27 9.25 15.50 574878.699 1859336.124 PWD West Godavari 534001 08812-230461
Dammennu) Rao peta,Eluru Pradesh

Irrigation dept.Near
Andhra
4 Canal 2183.37 UnlinedCanal TP32 - TP33 25.93 11.74 574443.888 1859664.630 IRRIGATION Suptd.ENG Revenue Guest house,NR West Godavari 534001 08812-230267
Pradesh
peta,Eluru
Irrigation dept.Near
Andhra
4A Canal 2834.12 Velpuru Unlined Canal TP43 - TP44 55.47 8.30 573902.292 1860010.578 IRRIGATION Suptd.ENG Revenue Guest house,NR West Godavari 534001 08812-230267
Pradesh
peta,Eluru
DRM office
Braud Gauge Railway compound,Railway station Andhra
5 Braud Gauge Railway 4563.16 TP54 - TP55 4.21 17.63 572212.865 1860373.184 RAILWAY Shri.P.Srinivas Vijaywada 520001
(Satyada To Nidadavole) road,Gandhi Pradesh
nagar,Vijaywada
Asphalted Road (Satyada To Shri.Venugopala SE,Eluru,Near ZP office,NR Andhra
6 Asphalted Road 5045.07 TP63 - TP64 14.83 16.57 571756.319 1860526.307 PWD West Godavari 534001 08812-230461
Kaldhari) Rao peta,Eluru Pradesh

Irrigation dept.Near
Andhra
7 Canal 5590.16 Attili Unlined Canal TP68 - TP69 34.64 13.69 571230.140 1860660.836 IRRIGATION Suptd.ENG Revenue Guest house,NR West Godavari 534001 08812-230267
Pradesh
peta,Eluru
Irrigation dept.Near
AmudalapalemUnlined Andhra
8 Canal 7517.29 TP85 - TP86 18.73 13.28 569338.852 1860698.371 IRRIGATION Suptd.ENG Revenue Guest house,NR West Godavari 534001 08812-230267
Channel Pradesh
peta,Eluru

Asphalted Road (Shivalayam Shri.Venugopala SE,Eluru,Near ZP office,NR Andhra


9 Asphalted Road 7672.8 TP86 - TP87 15.46 17.25 569184.214 1860681.986 PWD West Godavari 534001 08812-230461
To Kaldhari) Rao peta,Eluru Pradesh

Irrigation dept.Near
Andhra
10 Drain 8913.85 Enamadumm Drain TP100 - TP101 222.57 9.66 567975.502 1860491.446 IRRIGATION Suptd.ENG Revenue Guest house,NR West Godavari 534001 08812-230267
Pradesh
peta,Eluru

Asphalted Road (Konala To Shri.Venugopala SE,Eluru,Near ZP office,NR Andhra


11 Asphalted Road 9147.36 TP106 - TP107 6.71 12.72 567817.181 1860616.078 PWD West Godavari 534001 08812-230461
Arullo) Rao peta,Eluru Pradesh

Irrigation dept.Near
Andhra
12 Canal 9670.08 Undi Lined Canal TP111 - TP112 35.62 11.25 567381.287 1860883.893 IRRIGATION Suptd.ENG Revenue Guest house,NR West Godavari 534001 08812-230267
Pradesh
peta,Eluru

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 28
ANNEXURE : DES-6

Crossing
Pillar Nos of ROW UTM Zone 44N
Sr. Type of Chainage as Authority Authority Authority Authority Authority
Crossing Description Both sides of Width RL (m) Jurisdiction Authority Address1
No. Crossing Per Pipeline Name District Pin State Telephone
Xing (m)
(m) Easting Northing
Irrigation dept.Near
Andhra
12A Canal 10733.4979 Eluru Unlined Canal TP127 - TP128 55.00 11.12 566544.465 1861490.766 IRRIGATION Suptd.ENG Revenue Guest house,NR West Godavari 534001 08812-230267
Pradesh
peta,Eluru

Asphalted Road Shri.Venugopala SE,Eluru,Near ZP office,NR Andhra


13 Asphalted Road 10792.27 TP128 - TP129 13.70 16.37 566536.447 1861524.096 PWD West Godavari 534001 08812-230461
(Navabpalem To Arulla) Rao peta,Eluru Pradesh
DRM office
Braud Gauge Railway compound,Railway station Andhra
14 Braud Gauge Railway 11117.69 TP132 - TP133 38.41 15.92 566437.314 1861832.433 RAILWAY Shri.P.Srinivas Vijaywada 520001
(Navabpalem To Marampalli) road,Gandhi Pradesh
nagar,Vijaywada
Irrigation dept.Near
Andhra
15 Nala 13286.87 Nala TP153 - TP154 10.71 12.42 564316.818 1862033.311 IRRIGATION Suptd.ENG Revenue Guest house,NR West Godavari 534001 08812-230267
Pradesh
peta,Eluru

Asphalted Road (Navabpada Shri.Venugopala SE,Eluru,Near ZP office,NR Andhra


16 Asphalted Road 13294.83 TP153 - TP154 10.76 15.12 564308.860 1862033.463 PWD West Godavari 534001 08812-230461
To Jagannadhapuram) Rao peta,Eluru Pradesh

Asphalted Road (Nvabpalem Shri.Venugopala SE,Eluru,Near ZP office,NR Andhra


17 Asphalted Road 16241.24 TP188 - TP189 11.41 20.88 561596.884 1861475.291 PWD West Godavari 534001 08812-230461
To Dandagarra) Rao peta,Eluru Pradesh

Asphalted Road
Shri.Venugopala SE,Eluru,Near ZP office,NR Andhra
18 Asphalted Road 19080.08 (Tadepalligudem To TP203 - TP204 7.07 15.81 558764.274 1861590.761 PWD West Godavari 534001 08812-230461
Rao peta,Eluru Pradesh
Itukulagunta)
Asphalted Road
Shri.Venugopala SE,Eluru,Near ZP office,NR Andhra
19 Asphalted Road 20041 (Tadepallegudem To TP215 - TP216 3.32 17.64 557907.561 1861956.365 PWD West Godavari 534001 08812-230461
Rao peta,Eluru Pradesh
Itukulagunta)
Irrigation dept.Near
Andhra
20 Nala 20046.26 Nala TP215 - TP216 6.48 15.45 557902.305 1861956.570 IRRIGATION Suptd.ENG Revenue Guest house,NR West Godavari 534001 08812-230267
Pradesh
peta,Eluru
Asphalted Road (
Shri.Venugopala SE,Eluru,Near ZP office,NR Andhra
21 Asphalted Road 20522.92 Tadepallegudem To TP216 - TP217 12.66 19.34 557426.052 1861975.695 PWD West Godavari 534001 08812-230461
Rao peta,Eluru Pradesh
Apparaopeta)

Asphalted Road (Nh-16 To Shri.Venugopala SE,Eluru,Near ZP office,NR Andhra


22 Asphalted Road 20863.67 TP219 - TP220 17.46 19.06 557089.975 1862024.919 PWD West Godavari 534001 08812-230461
Tadepallegudem ) Rao peta,Eluru Pradesh

PIU NHAI D No.78-14-


National Highway- PROJECT Andhra
23 National Highway-216A 20909.62 TP219 - TP220 65.22 21.15 557044.139 1862021.636 NHAI 21,Shyamala East Godavari 533103 0883-2431170
216A(Badampudi To Tanuku) DIRECTOR Pradesh
Nagar,Rajamundry
PIU NHAI D No.78-14-
National Highway- PROJECT Andhra
24 National Highway-216A 22132.2 TP234 - TP235 65.22 21.63 555903.828 1862170.776 NHAI 21,Shyamala East Godavari 533103 0883-2431170
216A(Badampudi To Tanuku) DIRECTOR Pradesh
Nagar,Rajamundry
Asphalted Road
Shri.Venugopala SE,Eluru,Near ZP office,NR Andhra
25 Asphalted Road 23517.57 (Tadepalligudem To TP247 - TP248 9.77 14.05 554575.770 1862214.317 PWD West Godavari 534001 08812-230461
Rao peta,Eluru Pradesh
Chintadepalli)

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 29
ANNEXURE : DES-7

LIST OF NATIONAL HIGHWAY CROSSING

Crossing Chainage Between ROW


Sl. Name as Per RL Authority Authority Authority Authority Authority
as Per Pipeline Origin Destination Pillar Width Jurisdiction Authority Name
No. Authority (m) Address1 District Pin State Telephone
(m) Location (m)

PIU NHAI D No.78-14-


National Highway- National Highway-16 TP219 - PROJECT East Andhra 0883-
1 20+909.62 65.22 21 21,Shyamala 533103 -
216A (Badampudi To Tanuku) TP220 DIRECTOR Godavari Pradesh 2431170
Nagar,Rajamundry

PIU NHAI D No.78-14-


National Highway- National Highway-16 TP234 - PROJECT East Andhra 0883-
2 22+132.20 65.22 22 21,Shyamala 533103 -
216A (Badampudi To Tanuku) TP235 DIRECTOR Godavari Pradesh 2431170
Nagar,Rajamundry

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 30
ANNEXURE : DES-8

LIST OF STATE HIGHWAY CROSSINGS


Crossing
Between ROW
Sr. Name as Per Chainage as Origin Authority Authority Authority Authority Authority Authority
Pillar Width RL (m) Jurisdiction
No. Authority Per Pipeline Destination Name Address1 District Pin State Telephone
Location (m)
(m)
There is no Crossing in this route

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 31
ANNEXURE : DES-9

LIST OF OTHER ROAD CROSSINGS


Crossing
Chainage Between ROU
Sr. Name as Per RL Authority Authority Authority Authority Authority
as Per Origin Destination Pillar Width Jurisdiction Authority Address1
No. Authority (m) Name District Pin State Telephone
Pipeline Location (m)
(m)
Asphalted Road
Asphalted Shri.Venugop SE,Eluru,Near ZP office,NR West Andhra
1 1638.29 (Mortha To TP26 - TP27 9.25 15.50 PWD 534001 08812-230461
Road ala Rao peta,Eluru Godavari Pradesh
Dammennu)

Asphalted Asphalted Road Shri.Venugop SE,Eluru,Near ZP office,NR West Andhra


2 5045.07 TP63 - TP64 14.83 16.57 PWD 534001 08812-230461
Road (Satyada To Kaldhari) ala Rao peta,Eluru Godavari Pradesh

Asphalted Road
Asphalted Shri.Venugop SE,Eluru,Near ZP office,NR West Andhra
3 7672.8 (Shivalayam To TP86 - TP87 15.46 17.25 PWD 534001 08812-230461
Road ala Rao peta,Eluru Godavari Pradesh
Kaldhari)

Asphalted Asphalted Road TP106 - Shri.Venugop SE,Eluru,Near ZP office,NR West Andhra


4 9147.36 6.71 12.72 PWD 534001 08812-230461
Road (Konala To Arullo) TP107 ala Rao peta,Eluru Godavari Pradesh

Asphalted Asphalted Road TP128 - Shri.Venugop SE,Eluru,Near ZP office,NR West Andhra


5 10792.27 13.70 16.37 PWD 534001 08812-230461
Road (Navabpalem To Arulla) TP129 ala Rao peta,Eluru Godavari Pradesh

Asphalted Road
Asphalted TP153 - Shri.Venugop SE,Eluru,Near ZP office,NR West Andhra
6 13294.83 (Navabpada To 10.76 15.12 PWD 534001 08812-230461
Road TP154 ala Rao peta,Eluru Godavari Pradesh
Jagannadhapuram)

Asphalted Road
Asphalted TP188 - Shri.Venugop SE,Eluru,Near ZP office,NR West Andhra
7 16241.24 (Nvabpalem To 11.41 20.88 PWD 534001 08812-230461
Road TP189 ala Rao peta,Eluru Godavari Pradesh
Dandagarra)

Asphalted Road
Asphalted TP203 - Shri.Venugop SE,Eluru,Near ZP office,NR West Andhra
8 19080.08 (Tadepalligudem To 7.07 15.81 PWD 534001 08812-230461
Road TP204 ala Rao peta,Eluru Godavari Pradesh
Itukulagunta)

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 32
ANNEXURE : DES-9

Crossing
Chainage Between ROU
Sr. Name as Per RL Authority Authority Authority Authority Authority
as Per Origin Destination Pillar Width Jurisdiction Authority Address1
No. Authority (m) Name District Pin State Telephone
Pipeline Location (m)
(m)
Asphalted Road
Asphalted TP215 - Shri.Venugop SE,Eluru,Near ZP office,NR West Andhra
9 20041 (Tadepallegudem To 3.32 17.64 PWD 534001 08812-230461
Road TP216 ala Rao peta,Eluru Godavari Pradesh
Itukulagunta)

Asphalted Road (
Asphalted TP216 - Shri.Venugop SE,Eluru,Near ZP office,NR West Andhra
10 20522.92 Tadepallegudem To 12.66 19.34 PWD 534001 08812-230461
Road TP217 ala Rao peta,Eluru Godavari Pradesh
Apparaopeta)

Asphalted Asphalted Road (Nh-16 TP219 - Shri.Venugop SE,Eluru,Near ZP office,NR West Andhra
11 20863.67 17.46 19.06 PWD 534001 08812-230461
Road To Tadepallegudem ) TP220 ala Rao peta,Eluru Godavari Pradesh

Asphalted Road
Asphalted TP247 - Shri.Venugop SE,Eluru,Near ZP office,NR West Andhra
12 23517.57 (Tadepalligudem To 9.77 14.05 PWD 534001 08812-230461
Road TP248 ala Rao peta,Eluru Godavari Pradesh
Chintadepalli)

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 33
ANNEXURE : DES-10

LIST OF RAILWAYS CROSSING THE ROUTE OF PIPELINE

Crossing Crossing Electric


ROW Nearest Name of
Sl. Chainage As Chainage As Number Electrified Pole / Authority Authority Authority Authority Authority Authority
Jurisdiction Origin Destination RL (m) Width Gauge Railway village at
No. Per Railway Per Pipeline of Tracks (AC/DC) Telephone Name Address1 District Pin State Telephone
(m) Station Crossing
(m) (m) Pole No.

DRM office
Braud Gauge compound,Railway Andhra
1 8.65 4563.16 Satyada To Nidadavole 17.63 4.21 BG 1.00 Non Electric SATYVADA - Kaldhari Shri.P. Srinivas Vijaywada 520001
Railway station road,Gandhi Pradesh
nagar,Vijaywada

TRP NO DRM office


Braud Gauge Navabpalem To MARAMPA 547/1 TO compound,Railway Andhra
2 546.81 11117.69 15.92 38.41 BG 2.00 Electrified Arulla Shri.P. Srinivas Vijaywada 520001
Railway Marampalli LLI TRP NO station road,Gandhi Pradesh
547/3 nagar,Vijaywada

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 34
ANNEXURE : DES-11

LIST OF NALA / DRAIN / CANAL CROSSING

Crossing
Bank Bed ROW
Sl. Name as Per Chainage as Between Pillar Authority Authority Authority Authority Authority
R.L (m) Width Width Width Jurisdiction Authority Address1
No. Authority Per Pipeline Location Name District Pin State Telephone
(m) (m) (m)
(m)
Irrigation dept.Near Revenue Guest Andhra 08812-
1 Lined Canal 635.81 TP12 - TP13 13.52 8.87 5.04 13.19 IRRIGATION Suptd.ENG West Godavari 534001
house,NR peta,Eluru Pradesh 230267
Irrigation dept.Near Revenue Guest Andhra 08812-
2 Mortha Drain 1298.05 TP22 - TP23 13.49 8.29 5.01 12.05 IRRIGATION Suptd.ENG West Godavari 534001
house,NR peta,Eluru Pradesh 230267
Undrajavaram Lined Irrigation dept.Near Revenue Guest Andhra 08812-
3 1430.78 TP23 - TP24 9.63 8.50 5.67 19.82 IRRIGATION Suptd.ENG West Godavari 534001
Channel house,NR peta,Eluru Pradesh 230267
Irrigation dept.Near Revenue Guest Andhra 08812-
4 UnlinedCanal 2183.37 TP32 - TP33 11.74 18.08 12.14 25.93 IRRIGATION Suptd.ENG West Godavari 534001
house,NR peta,Eluru Pradesh 230267
Velpuru Unlined Irrigation dept.Near Revenue Guest Andhra 08812-
5 2834.12 TP43 - TP44 8.30 18.26 13.34 55.47 IRRIGATION Suptd.ENG West Godavari 534001
Canal house,NR peta,Eluru Pradesh 230267
Irrigation dept.Near Revenue Guest Andhra 08812-
6 Attili Unlined Canal 5590.16 TP68 - TP69 13.69 29.04 18.82 34.64 IRRIGATION Suptd.ENG West Godavari 534001
house,NR peta,Eluru Pradesh 230267
AmudalapalemUnline Irrigation dept.Near Revenue Guest Andhra 08812-
7 7517.29 TP85 - TP86 13.28 9.62 6.10 18.73 IRRIGATION Suptd.ENG West Godavari 534001
d Channel house,NR peta,Eluru Pradesh 230267
Irrigation dept.Near Revenue Guest Andhra 08812-
8 Enamadumm Drain 8913.85 TP100 - TP101 9.66 113.00 76.53 222.57 IRRIGATION Suptd.ENG West Godavari 534001
house,NR peta,Eluru Pradesh 230267
Irrigation dept.Near Revenue Guest Andhra 08812-
9 Undi Lined Canal 9670.08 TP111 - TP112 11.25 24.79 18.16 35.62 IRRIGATION Suptd.ENG West Godavari 534001
house,NR peta,Eluru Pradesh 230267
Irrigation dept.Near Revenue Guest Andhra 08812-
10 Eluru Unlined Canal 10733.4979 TP127 - TP128 11.12 31.04 19.47 55.00 IRRIGATION Suptd.ENG West Godavari 534001
house,NR peta,Eluru Pradesh 230267
Irrigation dept.Near Revenue Guest Andhra 08812-
11 Nala 13286.87 TP153 - TP154 12.42 6.30 3.57 10.71 IRRIGATION Suptd.ENG West Godavari 534001
house,NR peta,Eluru Pradesh 230267
Irrigation dept.Near Revenue Guest Andhra 08812-
12 Nala 20046.26 TP215 - TP216 15.45 4.37 2.65 6.48 IRRIGATION Suptd.ENG West Godavari 534001
house,NR peta,Eluru Pradesh 230267

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 35
ANNEXURE : DES-12

LIST OF RIVER CROSSING

Crossing Bank Bed ROW


Sl. Name as Per Between Pillar RL Authority Authority Authority Authority Authority
Chainage as Per Width Width Width Jurisdiction Authority Address1
No. Authority Location (m) Name District Pin State Telephone
Pipeline (m) (m) (m) (m)

There is no Crossing in this route

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 36
ANNEXURE : DES-13

LIST OF PIPELINE CROSSINGS


Sl. Type of Chainage
Description Between Pillar Location RL (m)
No. Crossing (m)
1 Pipeline 16232.52 Water Pipeline TP188 - TP189 20.713

2 Pipeline 19077.1 Water Pipeline TP203 - TP204 15.724

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 37
ANNEXURE : DES-14

LIST OF POWER LINE CROSSINGS

Sl. No. Crossing Description Chainage (m) Heigth (m) Easting Northing R.L.

1 Power Line 5543.11 8 571275.365 1860647.922 15.72


2 Power Line 5612.59 7.5 571208.800 1860667.742 17.66
3 Power Line 6766.43 7.2 570085.008 1860782.027 15.85
4 Power Line 7666.91 7.9 569190.087 1860682.425 16.88
5 Power Line 9448.52 13 567581.893 1860789.841 12.66
6 Power Line 12925.07 8 564678.144 1862018.024 13.90
7 Power Line 13204.05 7.5 564399.627 1862031.725 13.86
8 Power Line 14418.93 7.2 563184.990 1862055.676 13.76
9 Power Line 15205.68 7.8 562417.200 1862046.160 17.41
10 Power Line 15494.92 8 562237.264 1861819.705 18.11
11 Power Line 16077.87 7.8 561756.955 1861505.248 21.32
12 Power Line 16126.05 7.8 561710.791 1861492.432 20.77
13 Power Line 16226.95 8 561611.015 1861477.417 20.62
14 Power Line 16248.87 8.2 561589.339 1861474.155 20.48
15 Power Line 16380.77 8 561458.578 1861462.651 19.16
16 Power Line 17255.87 8.5 560585.183 1861516.170 16.52
17 Power Line 17650.23 7 560191.079 1861529.753 16.17
18 Power Line 17869.82 7.5 559971.485 1861529.350 14.78
19 Power Line 18680.01 8 559164.165 1861579.084 15.07
20 Power Line 18801.38 7.9 559042.853 1861582.709 14.73
21 Power Line 18981.24 8.5 558863.074 1861587.960 14.78
22 Power Line 19649.07 8 558265.031 1861805.572 14.86
23 Power Line 20036.02 8 557912.515 1861955.891 15.97
24 Power Line 20513.3 7 557435.617 1861974.703 18.76
25 Power Line 20534.94 7.5 557414.117 1861977.126 18.94
26 Power Line 20819.53 8.7 557131.975 1862014.175 18.78
27 Power Line 20832.4 8 557119.384 1862016.721 18.72
28 Power Line 21837.85 7.6 556142.694 1861998.805 16.32
29 Power Line 22222.47 8.1 555827.888 1862219.510 15.26
30 Power Line 22811.6 8.4 555276.099 1862303.355 12.91

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 38
ANNEXURE : DES-15

TURNING POINTS, DISTANCES & BEARING STATEMENT

TP - IP PILLAR DISTANCE DEFLECTION ANGLE R.L.


Sr. No. CHAINAGE (Km) EASTING NORTHING LATITUDE LONGITUDE
NO. (m) DEG MIN SEC (M)

1 TP0 00+000.00 00°00'00"R 15.80 576164.3555 1858337.165 16,48,25.042904 81,42,53.2668


2 TP1 00+015.35 15.35 00°06'07"R 14.76 576149.2615 1858339.934 16,48,25.134781 81,42,52.757205
3 TP2 00+045.40 30.05 04°31'42"R 14.88 576119.7191 1858345.408 16,48,25.316374 81,42,51.759817
4 TP3 00+051.00 5.60 11°16'42"R 14.97 576114.3099 1858346.86 16,48,25.364257 81,42,51.57725
5 TP4 00+061.73 10.73 13°18'24"R 15.02 576104.6887 1858351.616 16,48,25.520148 81,42,51.252788
6 TP5 00+083.49 21.76 00°02'02"R 14.94 576087.9246 1858365.49 16,48,25.97358 81,42,50.688122
7 TP6 00+095.84 12.35 00°36'34"R 14.55 576078.4146 1858373.37 16,48,26.231114 81,42,50.367797
8 TP7 00+230.30 134.46 00°00'00"L 14.87 575975.7944 1858460.259 16,48,29.070546 81,42,46.911453
9 TP8 00+259.70 29.40 02°20'17"R 14.66 575953.3544 1858479.259 16,48,29.691443 81,42,46.15565
10 TP9 00+400.98 141.28 00°50'37"R 14.81 575849.3435 1858574.878 16,48,32.815097 81,42,42.653347
11 TP10 00+480.35 79.37 00°00'04"L 15.06 575791.7067 1858629.452 16,48,34.597696 81,42,40.712753
12 TP11 00+567.82 87.47 00°20'46"R 14.81 575728.1932 1858689.588 16,48,36.561967 81,42,38.574283
13 TP12 00+627.68 59.86 00°00'18"L 15.48 575684.9731 1858731.008 16,48,37.914837 81,42,37.119135
14 TP13 00+665.77 38.09 00°59'05"R 15.46 575657.4731 1858757.358 16,48,38.775486 81,42,36.193253
15 TP14 00+699.97 34.20 00°13'44"L 15.34 575633.1927 1858781.437 16,48,39.56186 81,42,35.375866
16 TP15 00+710.64 10.67 04°26'59"L 15.22 575625.5855 1858788.921 16,48,39.806279 81,42,35.119767
17 TP16 00+732.44 21.80 01°04'28"R 15.02 575608.9044 1858802.959 16,48,40.265027 81,42,34.557902
18 TP17 00+816.95 84.51 01°23'13"L 14.88 575545.274 1858858.579 16,48,42.082342 81,42,32.4149
19 TP18 00+858.83 41.88 01°39'38"L 14.50 575513.0828 1858885.371 16,48,42.957915 81,42,31.330569
20 TP19 00+874.51 15.68 02°07'45"L 14.64 575500.7441 1858895.049 16,48,43.274278 81,42,30.914879
21 TP20 01+025.90 151.39 00°26'46"R 14.48 575378.2359 1858983.991 16,48,46.182742 81,42,26.786703
22 TP21 01+140.82 114.92 02°12'57"L 14.51 575285.7657 1859052.231 16,48,48.414044 81,42,23.670831

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 39
ANNEXURE : DES-15

TP - IP PILLAR DISTANCE DEFLECTION ANGLE R.L.


Sr. No. CHAINAGE (Km) EASTING NORTHING LATITUDE LONGITUDE
NO. (m) DEG MIN SEC (M)

23 TP22 01+269.58 128.76 04°36'19"L 15.65 575179.2864 1859124.622 16,48,50.782034 81,42,20.082138


24 TP23 01+373.69 104.11 11°49'00"R 14.55 575088.7678 1859176.054 16,48,52.466144 81,42,17.030138
25 TP24 01+480.29 106.60 00°00'36"R 14.66 575008.8339 1859246.579 16,48,54.770312 81,42,14.338022
26 TP25 01+483.36 3.07 07°10'50"L 14.61 575006.5339 1859248.609 16,48,54.836635 81,42,14.26056
27 TP26 01+632.71 149.35 04°00'00"R 14.69 574883.0805 1859332.669 16,48,57.586257 81,42,10.099722
28 TP27 01+734.24 101.53 00°07'26"R 14.43 574803.3451 1859395.53 16,48,59.640989 81,42,7.413351
29 TP28 01+856.24 122.00 01°10'18"L 14.11 574707.6999 1859471.27 16,49,2.116633 81,42,4.190981
30 TP29 01+980.26 124.02 00°00'06"L 14.13 574608.9154 1859546.261 16,49,4.568253 81,42,0.862434
31 TP30 02+011.68 31.42 02°22'24"L 14.17 574583.8854 1859565.261 16,49,5.189403 81,42,0.019044
32 TP31 02+121.78 110.10 01°30'09"R 14.15 574493.5062 1859628.142 16,49,7.245973 81,41,56.973004
33 TP32 02+169.56 47.78 00°00'17"L 14.10 574455.0142 1859656.449 16,49,8.171519 81,41,55.675889
34 TP33 02+230.32 60.76 02°00'37"R 14.47 574406.0649 1859692.44 16,49,9.348305 81,41,54.026374
35 TP34 02+306.93 76.61 02°17'36"L 14.16 574345.9741 1859739.959 16,49,10.901491 81,41,52.001798
36 TP35 02+386.30 79.37 00°18'45"L 13.99 574281.7958 1859786.661 16,49,12.428556 81,41,49.839014
37 TP36 02+480.29 93.99 03°33'25"R 13.74 574205.4952 1859841.55 16,49,14.223411 81,41,47.267626
38 TP37 02+566.85 86.56 02°40'09"L 14.27 574138.4983 1859896.362 16,49,16.014688 81,41,45.010553
39 TP38 02+647.70 80.85 05°10'59"L 13.69 574073.6065 1859944.587 16,49,17.591374 81,41,42.823812
40 TP39 02+694.86 47.16 06°23'04"R 13.47 574033.3673 1859969.183 16,49,18.396338 81,41,41.467185
41 TP40 02+714.07 19.21 18°00'46"L 13.51 574018.1952 1859980.96 16,49,18.7813 81,41,40.955968
42 TP41 02+730.21 16.14 03°27'26"L 13.45 574003.0101 1859986.429 16,49,18.960998 81,41,40.443564
43 TP42 02+748.23 18.02 02°52'15"L 13.39 573985.7207 1859991.501 16,49,19.128017 81,41,39.860015
44 TP43 02+806.33 58.10 01°51'48"L 13.31 573929.2211 1860005.043 16,49,19.575128 81,41,37.952688
45 TP44 02+895.91 89.58 02°14'21"R 13.42 573841.4789 1860023.078 16,49,20.171998 81,41,34.990308
46 TP45 02+997.66 101.75 02°14'21"L 14.02 573742.691 1860047.442 16,49,20.976062 81,41,31.655471

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 40
ANNEXURE : DES-15

TP - IP PILLAR DISTANCE DEFLECTION ANGLE R.L.


Sr. No. CHAINAGE (Km) EASTING NORTHING LATITUDE LONGITUDE
NO. (m) DEG MIN SEC (M)

47 TP46 03+383.30 385.64 00°13'05"L 14.81 573364.9513 1860125.084 16,49,23.545442 81,41,18.902006


48 TP47 03+830.19 446.89 00°16'23"R 15.82 572926.8756 1860213.39 16,49,26.46841 81,41,4.111109
49 TP48 03+980.21 150.02 00°20'24"L 15.02 572779.9613 1860243.734 16,49,27.472337 81,40,59.150847
50 TP49 04+059.41 79.20 00°11'48"L 15.00 572702.3014 1860259.294 16,49,27.987385 81,40,56.528756
51 TP50 04+230.21 170.80 00°00'02"L 14.88 572534.7114 1860292.274 16,49,29.079352 81,40,50.870202
52 TP51 04+266.88 36.67 06°38'13"R 14.78 572498.7314 1860299.354 16,49,29.313766 81,40,49.655361
53 TP52 04+464.88 198.00 05°21'23"L 15.03 572310.1804 1860359.78 16,49,31.301131 81,40,43.291748
54 TP53 04+470.85 5.97 05°31'21"L 14.70 572304.3512 1860361.063 16,49,31.343531 81,40,43.094944
55 TP54 04+544.23 73.38 03°12'17"R 14.87 572231.5017 1860369.866 16,49,31.63811 81,40,40.634573
56 TP55 04+565.70 21.47 00°00'40"L 15.12 572210.3599 1860373.63 16,49,31.762949 81,40,39.920683
57 TP56 04+590.34 24.64 05°19'39"R 15.99 572186.1015 1860377.944 16,49,31.906032 81,40,39.101555
58 TP57 04+596.32 5.98 05°48'27"R 15.74 572180.3408 1860379.532 16,49,31.958348 81,40,38.9071
59 TP58 04+613.16 16.84 00°41'25"L 15.67 572164.6398 1860385.628 16,49,32.158465 81,40,38.377309
60 TP59 04+672.76 59.60 01°33'06"L 15.59 572108.8198 1860406.53 16,49,32.844843 81,40,36.493713
61 TP60 04+730.27 57.51 00°00'01"L 15.81 572054.4398 1860425.23 16,49,33.459401 81,40,34.658512
62 TP61 04+786.15 55.88 00°10'41"L 15.82 572001.5997 1860443.4 16,49,34.056538 81,40,32.875276
63 TP62 04+957.30 171.15 00°21'44"L 15.90 571839.5803 1860498.55 16,49,35.869137 81,40,27.407397
64 TP63 05+034.39 77.09 00°00'39"R 15.55 571766.4497 1860522.928 16,49,36.670516 81,40,24.939294
65 TP64 05+130.22 95.83 03°13'37"R 15.36 571675.5403 1860553.252 16,49,37.667341 81,40,21.871164
66 TP65 05+226.29 96.07 12°28'11"L 15.36 571586.2649 1860588.732 16,49,38.831753 81,40,18.858825
67 TP66 05+438.58 212.29 07°22'30"L 15.38 571376.7036 1860622.689 16,49,39.959855 81,40,11.782105
68 TP67 05+442.87 4.29 12°40'10"R 15.52 571372.413 1860622.826 16,49,39.964786 81,40,11.637151
69 TP68 05+570.45 127.58 03°26'03"R 16.38 571248.8928 1860654.767 16,49,41.017762 81,40,7.46732
70 TP69 05+669.42 98.97 01°07'12"R 16.57 571154.7304 1860685.24 16,49,42.019721 81,40,4.289248

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 41
ANNEXURE : DES-15

TP - IP PILLAR DISTANCE DEFLECTION ANGLE R.L.


Sr. No. CHAINAGE (Km) EASTING NORTHING LATITUDE LONGITUDE
NO. (m) DEG MIN SEC (M)

71 TP70 05+729.52 60.10 00°00'29"L 16.57 571097.9202 1860704.86 16,49,42.664406 81,40,2.371984


72 TP71 05+807.09 77.57 00°18'32"R 16.40 571024.6002 1860730.17 16,49,43.496053 81,39,59.897532
73 TP72 05+925.37 118.28 02°01'15"L 16.32 570913.0002 1860769.369 16,49,44.78384 81,39,56.131245
74 TP73 05+979.58 54.21 00°00'19"R 16.33 570861.2495 1860785.52 16,49,45.315067 81,39,54.384522
75 TP74 06+151.49 171.91 01°06'45"L 16.30 570697.1505 1860836.751 16,49,47.000087 81,39,48.845731
76 TP75 06+154.03 2.54 08°33'41"L 16.32 570694.7107 1860837.461 16,49,47.023457 81,39,48.763375
77 TP75A 06+158.79 4.76 07°15'05"L 16.33 570689.9917 1860838.096 16,49,47.044635 81,39,48.604001
78 TP76 06+170.46 11.67 06°37'51"L 16.30 570678.322 1860838.18 16,49,47.048642 81,39,48.209712
79 TP77 06+229.57 59.11 00°57'21"R 16.16 570619.5582 1860831.777 16,49,46.846692 81,39,46.223464
80 TP78 06+479.51 249.94 00°00'02"L 16.12 570370.6718 1860808.853 16,49,46.127808 81,39,37.811454
81 TP79 06+611.70 132.19 00°06'05"L 15.88 570239.0382 1860796.727 16,49,45.747503 81,39,33.362429
82 TP80 06+729.50 117.80 00°00'41"R 15.85 570121.7518 1860785.713 16,49,45.401803 81,39,29.398299
83 TP81 06+753.80 24.30 01°05'50"L 15.87 570097.5582 1860783.446 16,49,45.330651 81,39,28.580587
84 TP82 06+962.84 209.04 00°06'09"R 15.75 569889.8415 1860759.961 16,49,44.588871 81,39,21.559591
85 TP83 07+164.19 201.35 00°49'50"R 15.30 569689.7222 1860737.698 16,49,43.885971 81,39,14.795446
86 TP84 07+275.00 110.81 01°50'14"L 15.39 569579.4259 1860727.044 16,49,43.551136 81,39,11.067554
87 TP85 07+401.42 126.42 01°10'00"R 15.35 569454.0472 1860710.861 16,49,43.03798 81,39,6.829444
88 TP86 07+661.46 260.04 01°54'57"R 15.46 569195.5221 1860682.831 16,49,42.153521 81,38,58.091266
89 TP87 07+729.51 68.05 00°00'00"R 15.18 569127.6619 1860677.762 16,49,41.995815 81,38,55.79784
90 TP88 07+952.04 222.53 03°54'55"L 14.35 568905.7483 1860661.186 16,49,41.480056 81,38,48.29798
91 TP89 07+979.54 27.50 00°00'35"R 14.25 568878.5299 1860657.27 16,49,41.35552 81,38,47.377891
92 TP90 08+229.51 249.97 00°00'00"L 13.63 568631.1017 1860621.715 16,49,40.224785 81,38,39.013866
93 TP91 08+275.07 45.56 00°01'43"L 13.60 568586.0083 1860615.235 16,49,40.018694 81,38,37.489538
94 TP92 08+479.57 204.50 00°02'05"L 13.48 568383.5983 1860586.045 16,49,39.09022 81,38,30.647311

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 42
ANNEXURE : DES-15

TP - IP PILLAR DISTANCE DEFLECTION ANGLE R.L.


Sr. No. CHAINAGE (Km) EASTING NORTHING LATITUDE LONGITUDE
NO. (m) DEG MIN SEC (M)

95 TP93 08+612.98 133.41 04°41'20"L 13.40 568251.5688 1860566.923 16,49,38.481893 81,38,26.184212


96 TP94 08+619.47 6.49 13°02'43"L 13.52 568245.2399 1860565.47 16,49,38.435278 81,38,25.970213
97 TP95 08+663.75 44.28 00°39'54"R 13.48 568205.4287 1860546.074 16,49,37.808306 81,38,24.622955
98 TP96 08+729.50 65.75 00°00'15"L 13.19 568145.9889 1860517.964 16,49,36.899836 81,38,22.611539
99 TP97 08+816.38 86.88 02°25'00"R 13.07 568067.4489 1860480.814 16,49,35.699196 81,38,19.953788
100 TP98 08+839.60 23.22 14°46'53"R 12.99 568046.0599 1860471.78 16,49,35.407468 81,38,19.230116
101 TP99 08+846.40 6.80 08°10'57"R 12.74 568039.328 1860470.82 16,49,35.376936 81,38,19.002555
102 TP100 08+853.28 6.88 19°50'15"R 12.58 568032.4491 1860470.828 16,49,35.377918 81,38,18.770133
103 TP101 09+003.82 150.54 09°38'11"R 14.96 567913.9722 1860513.726 16,49,36.786286 81,38,14.771728
104 TP102 09+043.20 39.38 08°44'41"R 11.95 567879.7078 1860533.144 16,49,37.421755 81,38,13.616118
105 TP103 09+048.59 5.39 07°40'21"R 11.61 567875.4777 1860536.483 16,49,37.530852 81,38,13.473555
106 TP104 09+058.26 9.67 10°50'25"R 11.30 567868.7525 1860543.437 16,49,37.757846 81,38,13.247081
107 TP105 09+069.26 11.00 01°35'58"L 11.02 567862.7299 1860552.64 16,49,38.057951 81,38,13.044591
108 TP106 09+081.81 12.55 01°02'46"L 10.86 567855.5682 1860562.944 16,49,38.394002 81,38,12.803732
109 TP107 09+256.73 174.92 11°08'00"L 11.80 567753.1287 1860704.734 16,49,43.018696 81,38,9.357905
110 TP108 09+268.62 11.89 10°01'20"L 11.86 567744.4334 1860712.848 16,49,43.283643 81,38,9.064987
111 TP109 09+273.62 5.00 07°23'45"L 11.91 567740.2368 1860715.573 16,49,43.372755 81,38,8.923488
112 TP110 09+278.51 4.89 00°29'12"L 12.07 567735.831 1860717.684 16,49,43.44191 81,38,8.774853
113 TP111 09+503.69 225.18 00°00'22"R 12.08 567531.9389 1860813.256 16,49,46.573193 81,38,1.896045
114 TP112 09+724.36 220.67 03°47'30"R 13.54 567332.142 1860906.935 16,49,49.642389 81,37,55.15534
115 TP113 09+753.69 29.33 00°00'01"R 13.50 567306.468 1860921.115 16,49,50.106488 81,37,54.289383
116 TP114 10+003.69 250.00 00°00'05"R 13.60 567087.628 1861041.985 16,49,54.062409 81,37,46.908089
117 TP115 10+060.42 56.73 02°03'26"L 13.68 567037.968 1861069.415 16,49,54.960148 81,37,45.233086
118 TP116 10+253.69 193.27 00°36'20"R 13.60 566865.5485 1861156.726 16,49,57.819151 81,37,39.416591

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 43
ANNEXURE : DES-15

TP - IP PILLAR DISTANCE DEFLECTION ANGLE R.L.


Sr. No. CHAINAGE (Km) EASTING NORTHING LATITUDE LONGITUDE
NO. (m) DEG MIN SEC (M)

119 TP117 10+268.32 14.63 00°38'28"L 14.59 566852.5632 1861163.475 16,49,58.04011 81,37,38.978554
120 TP118 10+503.75 235.43 00°01'23"R 13.55 566642.4615 1861269.704 16,50,1.518553 81,37,31.890779
121 TP119 10+531.48 27.73 01°57'14"R 13.58 566617.722 1861282.225 16,50,1.928543 81,37,31.056189
122 TP120 10+542.57 11.09 07°21'30"R 13.65 566608.008 1861287.565 16,50,2.10331 81,37,30.728531
123 TP121 10+548.43 5.86 11°11'24"R 13.73 566603.2799 1861291.02 16,50,2.216226 81,37,30.569141
124 TP122 10+553.93 5.50 03°17'25"R 13.82 566599.5516 1861295.067 16,50,2.348302 81,37,30.443597
125 TP123 10+559.09 5.16 09°40'55"R 13.60 566596.2802 1861299.055 16,50,2.478412 81,37,30.333484
126 TP124 10+564.29 5.20 02°49'41"R 13.70 566593.7058 1861303.572 16,50,2.625664 81,37,30.24698
127 TP125 10+569.98 5.69 12°03'10"R 13.75 566591.1344 1861308.651 16,50,2.791204 81,37,30.160636
128 TP126 10+583.04 13.06 00°05'31"L 13.75 566587.7981 1861321.279 16,50,3.202474 81,37,30.049253
129 TP127 10+672.89 89.85 01°07'49"R 14.11 566564.7082 1861408.109 16,50,6.030379 81,37,29.278329
130 TP128 10+775.50 102.61 00°28'51"R 15.79 566540.2997 1861507.774 16,50,9.276081 81,37,28.464213
131 TP129 10+969.08 193.58 03°06'42"L 13.57 566495.8312 1861696.181 16,50,15.411592 81,37,26.98173
132 TP130 11+003.61 34.53 09°07'34"L 13.75 566486.0862 1861729.309 16,50,16.490609 81,37,26.65598
133 TP131 11+055.68 52.07 00°00'00"L 14.05 566463.6563 1861776.296 16,50,18.021913 81,37,25.903083
134 TP132 11+103.41 47.73 01°39'13"R 14.08 566443.0937 1861819.371 16,50,19.425725 81,37,25.212863
135 TP133 11+179.60 76.19 07°11'01"L 14.21 566412.2629 1861889.061 16,50,21.696667 81,37,24.17851
136 TP134 11+186.28 6.68 11°57'27"L 14.25 566408.8182 1861894.783 16,50,21.883219 81,37,24.062723
137 TP135 11+192.12 5.84 10°28'12"L 14.14 566404.8318 1861899.057 16,50,22.022708 81,37,23.928477
138 TP136 11+200.48 8.36 10°22'25"L 14.23 566398.1157 1861904.031 16,50,22.185255 81,37,23.702068
139 TP137 11+207.71 7.23 07°32'01"L 14.30 566391.6287 1861907.216 16,50,22.289564 81,37,23.48321
140 TP138 11+215.43 7.72 14°52'30"L 14.29 566384.3081 1861909.682 16,50,22.37056 81,37,23.236108
141 TP139 11+253.53 38.10 00°00'05"R 14.17 566346.2919 1861912.168 16,50,22.455354 81,37,21.951797
142 TP140 11+503.53 250.00 00°16'39"L 13.95 566096.8219 1861928.488 16,50,23.011937 81,37,13.52388

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 44
ANNEXURE : DES-15

TP - IP PILLAR DISTANCE DEFLECTION ANGLE R.L.


Sr. No. CHAINAGE (Km) EASTING NORTHING LATITUDE LONGITUDE
NO. (m) DEG MIN SEC (M)

143 TP141 11+752.59 249.06 00°46'26"L 13.89 565848.2181 1861943.542 16,50,23.527139 81,37,5.12508
144 TP142 11+861.13 108.54 01°36'46"R 13.88 565739.8 1861948.638 16,50,23.703985 81,37,1.462137
145 TP143 12+003.62 142.49 00°41'39"L 14.05 565597.7081 1861959.332 16,50,24.06639 81,36,56.661931
146 TP144 12+253.55 249.93 00°00'23"L 13.94 565348.2719 1861975.068 16,50,24.603679 81,36,48.235044
147 TP145 12+366.84 113.29 01°01'38"L 13.92 565235.2019 1861982.188 16,50,24.846773 81,36,44.41511
148 TP146 12+432.26 65.42 01°44'07"R 13.99 565169.8499 1861985.128 16,50,24.949025 81,36,42.207147
149 TP147 12+503.56 71.30 00°49'56"L 13.86 565098.7519 1861990.488 16,50,25.130597 81,36,39.805276
150 TP148 12+753.62 250.06 00°39'21"R 13.92 564849.1481 1862005.662 16,50,25.649423 81,36,31.372634
151 TP149 12+971.34 217.72 05°05'24"L 13.88 564631.9939 1862021.36 16,50,26.181967 81,36,24.036519
152 TP150 13+003.67 32.33 03°20'10"R 13.98 564599.672 1862020.821 16,50,26.167653 81,36,22.944289
153 TP151 13+060.17 56.50 01°38'22"R 14.40 564543.222 1862023.168 16,50,26.249657 81,36,21.037058
154 TP152 13+173.99 113.82 02°55'10"L 14.06 564429.6819 1862031.148 16,50,26.520643 81,36,17.201304
155 TP153 13+253.68 79.69 00°00'34"L 13.90 564350.002 1862032.679 16,50,26.578388 81,36,14.509036
156 TP154 13+306.03 52.35 00°00'19"R 14.23 564297.663 1862033.676 16,50,26.616031 81,36,12.740576
157 TP155 13+503.72 197.69 00°08'18"L 14.18 564100.01 1862037.46 16,50,26.758766 81,36,6.062161
158 TP156 13+753.68 249.96 00°05'39"L 14.17 563850.082 1862041.64 16,50,26.919484 81,35,57.61738
159 TP157 14+003.71 250.03 00°29'39"R 14.26 563600.08 1862045.41 16,50,27.066771 81,35,49.170048
160 TP158 14+285.51 281.80 00°10'57"R 14.84 563318.362 1862052.089 16,50,27.311726 81,35,39.651302
161 TP159 14+423.13 137.62 00°15'33"R 13.73 563180.792 1862055.789 16,50,27.445568 81,35,35.003098
162 TP160 14+503.68 80.55 00°00'04"L 13.71 563100.282 1862058.319 16,50,27.535749 81,35,32.282869
163 TP161 14+677.31 173.63 04°05'25"L 14.81 562926.742 1862063.769 16,50,27.729988 81,35,26.419387
164 TP162 14+684.54 7.23 09°34'43"L 14.85 562919.52 1862063.48 16,50,27.721286 81,35,26.175322
165 TP163 14+787.96 103.42 00°14'07"R 15.07 562818.3113 1862042.207 16,50,27.038866 81,35,22.753268
166 TP164 14+874.09 86.13 05°25'02"R 15.10 562733.9513 1862024.837 16,50,26.481806 81,35,19.90094

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 45
ANNEXURE : DES-15

TP - IP PILLAR DISTANCE DEFLECTION ANGLE R.L.


Sr. No. CHAINAGE (Km) EASTING NORTHING LATITUDE LONGITUDE
NO. (m) DEG MIN SEC (M)

167 TP165 14+879.94 5.85 09°34'45"R 15.04 562728.1318 1862024.203 16,50,26.461739 81,35,19.704232
168 TP166 14+890.77 10.83 12°00'51"R 15.00 562717.3219 1862024.838 16,50,26.48345 81,35,19.339023
169 TP169 15+048.47 157.70 13°57'03"L 15.23 562565.2708 1862066.652 16,50,27.858837 81,35,14.205315
170 TP170 15+092.97 44.50 00°24'52"R 15.45 562520.782 1862067.759 16,50,27.899158 81,35,12.702118
171 TP171 15+134.70 41.73 03°16'42"R 15.41 562479.072 1862069.099 16,50,27.94679 81,35,11.292842
172 TP172 15+153.28 18.58 08°44'31"L 15.90 562460.5619 1862070.757 16,50,28.002529 81,35,10.667539
173 TP173 15+165.38 12.10 15°07'13"L 16.18 562448.4819 1862069.992 16,50,27.9788 81,35,10.25927
174 TP174 15+173.26 7.88 10°42'18"L 16.91 562441.0203 1862067.46 16,50,27.897126 81,35,10.006884
175 TP175 15+183.89 10.63 10°42'02"L 18.26 562431.7678 1862062.236 16,50,27.728023 81,35,9.693712
176 TP176 15+191.30 7.41 11°36'38"L 17.72 562426.1002 1862057.455 16,50,27.57299 81,35,9.501721
177 TP177 15+253.65 62.35 00°05'34"R 17.06 562387.5101 1862008.485 16,50,25.983169 81,35,8.192835
178 TP178 15+341.34 87.69 00°12'22"R 17.41 562333.1201 1861939.695 16,50,23.7499 81,35,6.348086
179 TP179 15+478.38 137.04 00°45'33"R 17.66 562247.7397 1861832.505 16,50,20.270024 81,35,3.452337
180 TP180 15+506.08 27.70 09°33'18"R 18.27 562230.1959 1861811.069 16,50,19.574158 81,35,2.857387
181 TP181 15+661.41 155.33 00°12'02"R 19.85 562113.2282 1861708.862 16,50,16.259451 81,34,58.89483
182 TP182 15+706.22 44.81 00°24'12"L 17.97 562079.386 1861679.499 16,50,15.307189 81,34,57.748374
183 TP183 15+753.58 47.36 00°00'34"R 16.89 562043.834 1861648.211 16,50,14.292447 81,34,56.543955
184 TP184 15+786.04 32.46 00°56'24"R 16.75 562019.464 1861626.771 16,50,13.597098 81,34,55.718359
185 TP185 15+827.76 41.72 06°12'45"R 17.79 561987.6935 1861599.732 16,50,12.720258 81,34,54.642145
186 TP186 15+859.32 31.56 13°46'34"R 20.19 561961.5864 1861581.998 16,50,12.145671 81,34,53.758225
187 TP187 16+004.03 144.71 00°26'18"L 21.44 561825.9601 1861531.529 16,50,10.51631 81,34,49.170413
188 TP188 16+105.13 101.10 12°17'30"R 21.07 561731.4784 1861495.545 16,50,9.35436 81,34,45.974325
189 TP189 16+343.29 238.16 12°27'08"R 18.97 561495.9716 1861460.105 16,50,8.223504 81,34,38.013091
190 TP190 16+509.85 166.56 00°14'01"R 17.25 561329.7919 1861471.418 16,50,8.607401 81,34,32.399024

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 46
ANNEXURE : DES-15

TP - IP PILLAR DISTANCE DEFLECTION ANGLE R.L.


Sr. No. CHAINAGE (Km) EASTING NORTHING LATITUDE LONGITUDE
NO. (m) DEG MIN SEC (M)

191 TP191 16+802.04 292.19 00°28'40"L 16.87 561038.3597 1861492.453 16,50,9.319439 81,34,22.553637
192 TP192 17+040.89 238.85 01°22'53"L 16.52 560799.994 1861507.66 16,50,9.836716 81,34,14.500769
193 TP193 17+301.87 260.98 00°09'56"L 17.32 560539.2232 1861517.991 16,50,10.197329 81,34,5.690346
194 TP194 17+623.36 321.49 02°10'50"L 16.47 560217.949 1861529.789 16,50,10.611204 81,33,54.835644
195 TP195 17+779.88 156.52 00°04'00"L 14.92 560061.4248 1861529.577 16,50,10.618841 81,33,49.546672
196 TP196 18+177.52 397.64 00°15'00"R 14.66 559663.7813 1861528.574 16,50,10.622958 81,33,36.110199
197 TP197 18+231.83 54.31 05°57'46"R 14.75 559609.4665 1861528.674 16,50,10.631214 81,33,34.27491
198 TP198 18+283.42 51.59 00°31'42"R 14.61 559558.1637 1861534.128 16,50,10.813415 81,33,32.541908
199 TP199 18+404.01 120.59 00°06'55"R 14.59 559438.3755 1861547.981 16,50,11.275215 81,33,28.495581
200 TP200 18+523.63 119.62 00°11'43"L 14.64 559319.5772 1861561.962 16,50,11.741068 81,33,24.482708
201 TP201 18+672.49 148.86 04°46'55"L 15.17 559171.6818 1861578.856 16,50,12.304352 81,33,19.486911
202 TP202 18+753.53 81.04 00°03'30"L 14.74 559090.682 1861581.309 16,50,12.391572 81,33,16.75015
203 TP203 18+971.34 217.81 00°03'09"L 14.74 558872.97 1861587.68 16,50,12.618722 81,33,9.394232
204 TP204 19+083.30 111.96 00°32'40"R 15.10 558761.054 1861590.852 16,50,12.732108 81,33,5.612871
205 TP205 19+281.46 198.16 00°08'50"L 14.78 558563.032 1861598.349 16,50,12.994009 81,32,58.922377
206 TP206 19+292.24 10.78 00°25'40"R 15.03 558552.262 1861598.729 16,50,13.007348 81,32,58.558492
207 TP207 19+304.41 12.17 13°12'22"R 14.80 558540.102 1861599.249 16,50,13.025369 81,32,58.147652
208 TP208 19+313.31 8.90 09°25'39"R 14.73 558531.5308 1861601.651 16,50,13.104308 81,32,57.858255
209 TP209 19+320.78 7.47 11°14'31"R 14.83 558524.7689 1861604.816 16,50,13.207913 81,32,57.630066
210 TP210 19+326.87 6.09 01°12'32"R 14.94 558519.8657 1861608.421 16,50,13.325668 81,32,57.464724
211 TP211 19+536.37 209.50 00°33'10"R 16.22 558353.735 1861736.053 16,50,17.493983 81,32,51.863074
212 TP212 19+717.60 181.23 14°51'10"L 15.07 558211.0935 1861847.845 16,50,21.14469 81,32,47.053592
213 TP213 19+857.50 139.90 04°08'38"L 15.41 558082.5348 1861903.035 16,50,22.952195 81,32,42.714655
214 TP214 20+007.19 149.69 11°18'48"L 15.63 557941.0802 1861951.99 16,50,24.557933 81,32,37.939352

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 47
ANNEXURE : DES-15

TP - IP PILLAR DISTANCE DEFLECTION ANGLE R.L.


Sr. No. CHAINAGE (Km) EASTING NORTHING LATITUDE LONGITUDE
NO. (m) DEG MIN SEC (M)

215 TP215 20+038.93 31.74 05°33'04"L 17.57 557909.6292 1861956.285 16,50,24.700512 81,32,36.876997
216 TP216 20+515.21 476.28 04°36'41"R 18.83 557433.707 1861974.777 16,50,25.344661 81,32,20.796899
217 TP217 20+711.72 196.51 01°42'03"R 17.84 557238.59 1861998.17 16,50,26.123182 81,32,14.205874
218 TP218 20+827.10 115.38 13°09'44"R 18.73 557124.4892 1862015.299 16,50,26.690662 81,32,10.351873
219 TP219 20+854.87 27.77 25°47'48"L 18.71 557098.7396 1862025.546 16,50,27.026386 81,32,9.482708
220 TP220 21+003.87 149.00 00°51'33"L 18.53 556950.1319 1862014.902 16,50,26.693104 81,32,4.460138
221 TP221 21+086.35 82.48 01°47'39"L 18.97 556867.9582 1862007.776 16,50,26.468436 81,32,1.68276
222 TP222 21+097.94 11.59 05°48'52"R 19.47 556856.4518 1862006.414 16,50,26.425125 81,32,1.293824
223 TP223 21+116.92 18.98 07°18'22"R 20.29 556837.4782 1862006.104 16,50,26.416703 81,32,0.65266
224 TP224 21+136.23 19.31 02°08'05"R 20.21 556818.2918 1862008.246 16,50,26.488091 81,32,0.004528
225 TP225 21+283.69 147.46 00°35'57"R 19.79 556672.4516 1862030.055 16,50,27.210571 81,31,55.078431
226 TP226 21+370.31 86.62 05°33'18"L 19.35 556586.9181 1862043.762 16,50,27.664098 81,31,52.189413
227 TP227 21+389.58 19.27 26°14'05"L 19.27 556567.6847 1862044.955 16,50,27.704601 81,31,51.539605
228 TP228 21+402.22 12.64 02°41'57"R 19.22 556556.0199 1862040.079 16,50,27.546948 81,31,51.144997
229 TP229 21+544.51 142.29 11°45'00"R 17.94 556422.2983 1861991.445 16,50,25.975993 81,31,46.622006
230 TP230 21+758.29 213.78 11°39'08"R 16.27 556210.7267 1861960.821 16,50,24.997845 81,31,39.47004
231 TP231 21+770.56 12.27 19°45'11"R 16.21 556198.4815 1861961.552 16,50,25.022696 81,31,39.056329
232 TP232 21+780.95 10.39 12°28'59"R 16.49 556188.9294 1861965.64 16,50,25.156555 81,31,38.733924
233 TP233 21+928.33 147.38 00°39'00"R 15.97 556069.176 1862051.541 16,50,27.962284 81,31,34.695071
234 TP234 22+067.91 139.58 01°36'23"L 15.78 555956.6858 1862134.181 16,50,30.661246 81,31,30.901324
235 TP235 22+171.75 103.84 03°34'15"L 16.31 555871.3063 1862193.292 16,50,32.592182 81,31,28.021546
236 TP236 22+302.16 130.41 00°33'13"R 15.11 555759.6674 1862260.704 16,50,34.795495 81,31,24.255151
237 TP237 22+440.02 137.86 01°45'39"R 14.15 555642.3472 1862333.103 16,50,37.161563 81,31,20.297198
238 TP238 22+451.07 11.05 13°42'24"L 14.06 555633.1267 1862339.192 16,50,37.360501 81,31,19.986166

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 48
ANNEXURE : DES-15

TP - IP PILLAR DISTANCE DEFLECTION ANGLE R.L.


Sr. No. CHAINAGE (Km) EASTING NORTHING LATITUDE LONGITUDE
NO. (m) DEG MIN SEC (M)

239 TP239 22+463.97 12.90 10°10'22"L 13.95 555620.9801 1862343.549 16,50,37.503328 81,31,19.576102
240 TP240 22+469.96 5.99 03°34'32"L 14.34 555615.0782 1862344.543 16,50,37.536182 81,31,19.376757
241 TP241 22+476.45 6.49 11°48'36"L 14.00 555608.62 1862345.22 16,50,37.558767 81,31,19.158584
242 TP242 22+503.15 26.70 01°30'10"L 13.70 555582.06 1862342.51 16,50,37.472861 81,31,18.260839
243 T243 22+677.54 174.39 00°05'03"R 13.14 555409.0917 1862320.264 16,50,36.763771 81,31,12.413993
244 TP244 22+753.11 75.57 00°00'10"L 12.91 555334.1217 1862310.734 16,50,36.460063 81,31,9.879796
245 TP245 22+914.72 161.61 00°10'40"L 12.87 555173.7983 1862290.346 16,50,35.810291 81,31,4.46042
246 TP246 22+938.91 24.19 00°04'11"R 13.09 555149.8123 1862287.22 16,50,35.71061 81,31,3.64962
247 TP247 23+383.29 444.38 00°30'25"R 13.09 554709.0917 1862230.329 16,50,33.896686 81,30,48.752016
248 TP248 23+532.30 149.01 66°34'05"L 13.98 554561.1457 1862212.561 16,50,33.330974 81,30,43.751155

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 49
ANNEXURE : DES-16

TOTAL LENGTH STATEMENT

Sl. No. Description Total Length (km)

START POINT FROM GAIL MORTHA-I.P @CH,: 0.00KM END POINT GAIL SV 4 TADEPALLI
1 23+532.00
@CH.: 23.532KM

Total Length 23+532.00

DISTRICT WISE LENGTH STATEMENT


Chainage (m)
Sl. No. State District Taluk Total Length (Km)
From - To
Andhra
1 West Godavari After Cadastral
Pradesh

TOTAL -

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 50
ANNEXURE : DES-17

LIST OF VILLAGES FALLING ALONG THE ROUTE OF THE PIPELINE

START CH END CH TOTAL LENGTH


Sl. No. VILLAGE TEHSIL DISTRICT
(KM) (KM) (KM)

1 MORTHA TANUKA WEST GODAVARI 0.000 3.089 3.089

2 KALDHARI TANUKA WEST GODAVARI 3.089 5.857 2.768

3 PASALAPUDI TANUKA WEST GODAVARI 5.857 8.796 2.939

4 ARILLA THADDEPALLIGUDEM WEST GODAVARI 8.796 12.428 3.632

5 JAGANNATHPURAM THADDEPALLIGUDEM WEST GODAVARI 12.428 13.267 0.840

6 ARUGOLANU THADDEPALLIGUDEM WEST GODAVARI 13.267 18.205 4.937

7 KUNCHANAPALLE THADDEPALLIGUDEM WEST GODAVARI 18.205 20.007 1.802

8 KONDURUPROLU THADDEPALLIGUDEM WEST GODAVARI 20.007 23.486 3.479

9 TADIPALLI THADDEPALLIGUDEM WEST GODAVARI 23.486 23.532 0.046

9 Nos. 2 Nos. 1 Nos. Toatl Length (Km) 23.532

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 51
ANNEXURE : DES-18

ROW Land Cost Analysis

COST ESTIMATES FOR ROU ACQUISITION


ROU Width - 0 m

Approx. Land Cost Rate Average Crop Land Crop


Length Extra RoW Cost
Sr. No. State District Land Rate (1/10th) Crop (Per Rates Compensation Compensation
(m) Damage (Rs) (Rs)
Per Acre ` Per M² Mtr.Sq.) ` Per M² (Rs) (Rs)

Total 0.00 0.00 0.00 0.00 0

Total Cost(RS) 0

Total Cost per Running Meter (RS) 0.000

Deatailed engineering survey of Gail existing pipeline

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 52
ANNEXURE : DES-19

DETAILS OF APPROXIMATE COST ESTIMATE FOR STATUTORY CLEARANCES

LENGTH OF THE PIPELINE (M) : 23,532.00

Permission Fees Deposits (Refundable)


Sr. Length Total Total Cost
Classification Statutory Clearances Remarks
No. (m) / Nos. (Rs) {D X E} in (Rs) (D X F + G)
(Rs) Unit (Rs) Unit
A B C D E F G H I
National Highway
1 MC 2 2,00,000 /No. 50,000 /No. 4,00,000 5,00,000 One Time
Crossing

2 MC STATE HIGHWAY 0 1,00,000 /No. 50,000 /No. 0 0 One Time

MDR,ODR & Other


3 MC 12 50,000 /No. 25,000 /No. 6,00,000 9,00,000 One Time
Road Crossing

4 MC River Crossing 0 2,00,000 /No. 5,00,000 /No. 0 0 One Time

5 MC Canal Crossing 8 1,00,000 /No. 2,50,000 /No. 8,00,000 28,00,000 One Time

Drain/Channel/Nalla/
6 MC 4 35,000 /No. 0 /No. 1,40,000 1,40,000
Streams Crossing

7 MC B.G Railway 2 12,00,000 /No. - 24,00,000 24,00,000

Hydrocarbon Pipeline
8 MC 0 2,50,000 /No. 2,50,000 /No. 0 0 One Time
Crossing
Total 28 43,40,000 67,40,000
Statutory Cost Rs/m 286.42

The estimated cost for the statutory clearances is estimated as Rs.0.67Crore. (Rs. 286.42Rs/m) for 28 Crossings

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 53
ANNEXURE : DES-20

LIST OF ENGINNERING DRAWINGS

ROUTE MAP

SL. NO. SCALE ROUTE MAP SHEET REMARK

1 1 : 50,000 GAIL-MSA-DES-MTPL-SHEET-001

LIST OF ALIGNMENT SHEETS

SL. NO. ALIGNMENT SHEET NO. CHAINAGE TO CHAINAGE REMARK

1 GAIL-MSA-DES-MTPL-ALG-001 0.000KM TO 1.750KM


2 GAIL-MSA-DES-MTPL-ALG-002 1.750KM TO 3.500KM
3 GAIL-MSA-DES-MTPL-ALG-003 3.500KM TO 5.250KM
4 GAIL-MSA-DES-MTPL-ALG-004 5.250KM TO 7.000KM
5 GAIL-MSA-DES-MTPL-ALG-005 7.000KM TO 8.750KM
6 GAIL-MSA-DES-MTPL-ALG-006 8.750KM TO 10.500KM
7 GAIL-MSA-DES-MTPL-ALG-007 10.500KM TO 12.250KM
8 GAIL-MSA-DES-MTPL-ALG-008 12.250KM TO 14.000KM
9 GAIL-MSA-DES-MTPL-ALG-009 14.000KM TO 15.750KM
10 GAIL-MSA-DES-MTPL-ALG-010 15.750KM TO 17.500KM
11 GAIL-MSA-DES-MTPL-ALG-011 17.500KM TO 19.250KM
12 GAIL-MSA-DES-MTPL-ALG-012 19.250KM TO 21.000KM
13 GAIL-MSA-DES-MTPL-ALG-013 21.000KM TO 22.750KM
14 GAIL-MSA-DES-MTPL-ALG-014 22.750KM TO 23.532KM

LIST OF CROSS SECTION


SL. NO. TYPE OF CROSSING CHAINAGE (M) CROSSING NAME

1 Canal 635.810 GAIL-MSA-DES-MTPL-CS-01

2 Drain 1298.050 GAIL-MSA-DES-MTPL-CS-02

3 Canal 1430.780 GAIL-MSA-DES-MTPL-CS-02A

4 Asphalted Road 1638.290 GAIL-MSA-DES-MTPL-CS-03

5 Canal 2183.370 GAIL-MSA-DES-MTPL-CS-04

6 Canal 2834.120 GAIL-MSA-DES-MTPL-CS-04A

7 Braud Gauge Railway 4563.160 GAIL-MSA-DES-MTPL-CS-05

8 Asphalted Road 5045.070 GAIL-MSA-DES-MTPL-CS-06

9 Canal 5590.160 GAIL-MSA-DES-MTPL-CS-07

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 54
ANNEXURE : DES-20

LIST OF CROSS SECTION


SL. NO. TYPE OF CROSSING CHAINAGE (M) CROSSING NAME

10 Canal 7517.290 GAIL-MSA-DES-MTPL-CS-08

11 Asphalted Road 7672.800 GAIL-MSA-DES-MTPL-CS-09

12 Drain 8913.850 GAIL-MSA-DES-MTPL-CS-10

13 Asphalted Road 9147.360 GAIL-MSA-DES-MTPL-CS-11

14 Canal 9670.080 GAIL-MSA-DES-MTPL-CS-12

15 Canal 10733.498 GAIL-MSA-DES-MTPL-CS-12A

16 Asphalted Road 10792.270 GAIL-MSA-DES-MTPL-CS-13

17 Braud Gauge Railway 11117.690 GAIL-MSA-DES-MTPL-CS-14

18 Nala 13286.870 GAIL-MSA-DES-MTPL-CS-15

19 Asphalted Road 13294.830 GAIL-MSA-DES-MTPL-CS-16

20 Asphalted Road 16241.240 GAIL-MSA-DES-MTPL-CS-17

21 Asphalted Road 19080.080 GAIL-MSA-DES-MTPL-CS-18

22 Asphalted Road 20041.000 GAIL-MSA-DES-MTPL-CS-19

23 Nala 20046.260 GAIL-MSA-DES-MTPL-CS-20

24 Asphalted Road 20522.920 GAIL-MSA-DES-MTPL-CS-21

25 Asphalted Road 20863.670 GAIL-MSA-DES-MTPL-CS-22

26 National Highway-216A 20909.620 GAIL-MSA-DES-MTPL-CS-23

27 National Highway-216A 22132.200 GAIL-MSA-DES-MTPL-CS-24

28 Asphalted Road 23517.570 GAIL-MSA-DES-MTPL-CS-25

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 55
ANNEXURE : DES-21

LIST OF DGPS CO-ORDINATE ALONG THE ROUTE

Sl. No. Point ID Easting Northing Latitude Longitude R.L (m) Remarks

1 DGPS-0 576168.00 1858280.00 16,48,23.182302 75,42,53.382958 15.830 Marked with Yellow paint

2 DGPS-1 572278.85 1860505.35 16,49,36.041566 75,40,42.250036 15.140 Marked with Yellow paint

3 DGPS-2 569214.07 1860695.33 16,49,42.558268 75,38,58.71935 15.350 Marked with Yellow paint

4 DGPS-3 566551.90 1861525.59 16,50,9.854639 75,37,28.858083 15.840 Marked with Yellow paint

5 DGPS-4 564297.92 1862017.42 16,50,26.087018 75,36,12.747584 14.280 Marked with Yellow paint

6 DGPS-5 561604.01 1861485.01 16,50,9.023676 75,34,41.666146 18.970 Marked with Yellow paint

7 DGPS-6 557907.22 1861946.28 16,50,24.375151 75,32,36.794659 17.510 Marked with Yellow paint

8 DGPS-6 557913.03 1861968.00 16,50,25.081431 75,32,36.993001 17.570 Marked with Yellow paint

9 DGPS-7 554570.59 1862150.54 16,50,31.311917 75,30,44.064862 13.930 Marked with Yellow paint

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 56
ANNEXURE : DES-22

LIST OF POND CROSSING THE ROUTE OF PIPELINE


Name of
Sl. No. Between TP/IP Chainage To Chainage (m) Distance (M) REMARK
Crossings
1 Pond TP110 - TP111 9412.2281 9413.9026 0 En-Route

2 Pond TP175 - TP178 15162.9182 15175.3713 0 En-Route

3 Pond TP178 - TP179 15331.7262 15336.4469 5 En-ROW

4 Pond TP178 - TP179 15331.8811 15458.345 8.284 En-ROW

GAIL/MSA/DES/MTPL/REPORT-001_0A Page 57
GAIL

GAIL ( India ) LIMITED.


(A Govt. of India Undertaking - A Maharatna Company)
GAIL Jublee Tower, S & LR Department,8th Floor,
B-35,36 Sector-1, Noida 201301, G.B. Nagar(U.P.) India

INT-10
REV-0A

DRAFT REPORT

PROJECT
DETAILED ROUTE SURVEY OF
PR OPOSED PIPELI NES IN INDIA ★
(EXCEPT FOR LAKSHADWEEP AND
A N D A M A N & N I C O B A R
ISLAND) UNDER ANNUAL RATE
CONTRACT FOR 2019-2021.

DETAILED ROUTE
SURVEY REPORT
INTIMATION-10 DATED 18/11/2019
EXISTING PIPELINE FROM GAIL SV4
KOTIPALLI TO GAIL SV5 JUNCTION POINT
AT K CHERUVU TOTAL LENGTH : 10.140 KM

MS S OC I A T E S
AS

M.S.ASSOCIATES
(Survey and Engineering Consultancy Services)
ISO 9001 : 2015 Certified
613, Raheja Arcade, Plot No 61, Sector-11, CBD Belapur, Navi Mumbai 400614 I Tel.: +91-9323645092, +91-9323641397,
+91 9769255266 & +91-8655599988 E-mail : msassociatesmumbai@yahoo.com, msassociatesmumbai@gmail.com
GAIL (India) Limited
(A Govt. of India Undertaking - A Maharatna Company)
JUBLEE TOWER, S & LR DEPARTMENT,8th FLOOR, B-35,36
SECTOR-1, NOIDA 201301, G.B. NAGAR(U.P.) India

Detailed Route Survey Report


FOR

EXISTING PIPELINE FROM GAIL SV4 KOTIPALLI TO GAIL


SV5 JUNCTION POINT AT K CHERUVU.
Referrence :-
FOA : GAIL/NOAIDA/C&P/PROJ/SURVEY/ARC/18-85/43
Dated 24/07/2019
LOA : GAIL//4100000422/C-19/72 Dated 12/09/2019
Letter of : GAIL/NOIDA/S&LR/SURVEY/2019/10
Intimation Dated 18.11.2019 (Intimation No 10)

SURVEY CONTRACTOR CLIENT


REV DATE DESCRIPTION
ORIG REVIEW APPROVAL APPROVAL
Rajat Dinesh Nazir
0A 14/01/2020 Issued for Clients Review
Solanke Baviskar Hakim
CONTENTS
SR.NO. DESCRIPTION PAGE No.
DETAILED ROUTE SURVEY REPORT
CHECK LIST 01 - 01
1 INTRODUCTION 02 - 02
2 SCOPE OF WORK - DETAIL ENGINEERING SURVEY 03 - 03
2.1 SELECTION OF CRITERIA FOR CROSS COUNTRY PIPELINE ROUTE 04 - 05
3 SURVEY METHODOLOGY GENERAL 06 - 06
3.1 MAPS AND LINE DIAGRAM 06 - 07
4 EXECUTIVE SUMMARY WITH PIPELINE ROUTE DESCRIPTION 08 - 09
5 CROSSINGS 09 - 10
6 FOREST DETAIL ALONG THE PIPELINE 10 - 10
7 SANCTUARY DETAIL ALONG THE PIPELINE 10 - 10
8 SALIENT FEATURES 11 - 11
CERTIFICATE FOR CRZ / NATIONAL PARK / SANCTUARY / CORAL REEF / ECOLOGICALLY SENSITIVE AREAS
9 12 - 12
INCLUDING LNG TERMINALS
10 CERTIFICATE FOR CRITICALLY POLLUTED AREAS 13 - 13
ANNEXURES
SALIENT FEATURES ANNEXURE DES-1 14 - 15
DETAILS OF LENGTH STATEMENT (LAND USED) ANNEXURE DES-2 16 - 16
DETAILS OF NEARBY WILD LIFE SANCTUARIES / NATIONAL PARKS ANNEXURE DES-3A 17 - 17
DETAILS OF EN-ROUTE WILD LIFE SANCTUARIES / NATIONAL PARKS ANNEXURE DES-3B 18 - 18
LIST OF NEAR BY FOREST DETAILS ANNEXURE DES-3C 19 - 19
DETAILS OF EN-ROUTE FOREST ANNEXURE DES-3D 20 - 20
TOPOSHEETS / MAPS REFFERED ANNEXURE DES-4 21 - 21
LIST OF ALL CROSSINGS ANNEXURE DES-5 22 - 23
LIST OF MAJOR CROSSINGS ANNEXURE DES-6 24 - 25
LIST OF NATIONAL HIGHWAY CROSSING ANNEXURE DES-7 26 - 26
LIST OF STATE HIGHWAY CROSSING ANNEXURE DES-8 27 - 27
LIST OF OTHER ROAD CROSSING ANNEXURE DES-9 28 - 28

11 LIST OF RAILWAYS CROSSING THE ROUTE OF PIPELINE ANNEXURE DES-10 29 - 29


LIST OF NALA / DRAIN / CANAL CROSSING ANNEXURE DES-11 30 - 30
LIST OF RIVER CROSSING ANNEXURE DES-12 31 - 31
LIST OF UNDER GROUND UTILITIES ANNEXURE DES-13 32 - 32
LIST OF POWER LINE CROSSINGS ANNEXURE DES-14 33 - 33
LIST OF DEFLECTION ANGLE FOR PILLAR POSITIONS WITH REFERENCE DETAILS ANNEXURE DES-15 34 - 36
TOTAL LENGTH STATEMENT & DISTRICT WISE LENGTH STATEMENT ANNEXURE DES-16 37 - 37
LIST OF VILLAGES FALLING ALONG THE ROUTE OF THE PIPELINE ANNEXURE DES-17 38 - 38
DETAILS ABOUT CROP & LAND & ROU COST ANALUSIS ANNEXURE DES-18 39 - 39

DETAILS OF APPROXIMATE COST ESTIMATE FOR STATUTORY CLEARANCES ANNEXURE DES-19 40 - 40

LIST OF ENGINNERING DRAWINGS ANNEXURE DES-20 41 - 41

LIST OF DGPS CO-ORDINATE ALONG THE ROUTE ANNEXURE DES-21 42 - 42

LIST OF POND CROSSING THE ROUTE OF PIPELINE ANNEXURE DES-21 43 - 43

M.S.ASSOCIATES
GAIL (India) Limited
DETAIL SURVEY REPORT INTIMATION-10
EXISTING PIPELINE FROM GAIL SV4 KOTIPALLI TO GAIL SV5 JUNCTION
POINT AT K CHERUVU________________________________________

CHECK LIST
S. N. Activities Status/Remarks
Yes, Re-Confirmation has
Re-confirmation and Fixing of start and end locations of the
1 been done with Gail’s
survey.
Representative or EIC.
DGPS Point Was established
Transfer of nearby benchmarks (with reference to MSL). Fixing
2 Please Refer Annexure
of Co- ordinates of start/end locations.
DES-21
Check for calibration/accuracy/ performance of Total station & Yes, Calibration Certificate
has been verified from EIC &
3 other instruments used for Survey. Indicate details of
copies submitted while start
instruments used
of work.
Yes, Biodata with experience
Check for the Surveyor experience and their operating skills of of surveyor has been verified
4
survey instruments. from EIC & copies submitted
while start of work
Certification for the route not passing through CRZ / National
5 park / Sanctuary / Coral reef / Ecologically sensitive areas
including LNG terminals Yes, it has been done
Certification for route not passing through Critically Polluted
6
areas as per MoEFCC Notification dated 15-03-2012
Check for existence of buried / above ground pipelines/ utilities
within a distance of 15 Meters on either side of the centreline of
7 Yes, it has been done
pipeline RoU and depiction of same in the Alignment sheets
(including depth).
Check for identification of earthquake-prone area / fault lines
along and across pipeline RoU within a distance of 200 Meters
8 Yes, it has been done
on either side of the centreline of Pipeline RoU and depiction of
same in the Route Map / Alignment sheets.
Check to avoid major obstacles / dense plantation / permanent
9 Yes, it has been done
structures / very hilly terrain etc.
10 Major Highlights of the Pipeline Route-
a Major Highlights of the Pipeline Route
b Co-ordinates of starting point
Please Refer Annexure DES-1
c Co-ordinates of Terminating point
d Total Chainage
e Total IP points
Please Refer Annexure DES-15
f Total TP Points
g Major crossings Rlys/NH/SH/River/Canal/Forest Please Refer Annexure DES-6

GAIL/MSA/DES/KKCPL/REPORT-001_0A M. S. ASSOCIATES Page 1


GAIL (India) Limited
DETAIL SURVEY REPORT INTIMATION-10
EXISTING PIPELINE FROM GAIL SV4 KOTIPALLI TO GAIL SV5 JUNCTION
POINT AT K CHERUVU________________________________________

DETAILED SURVEY REPORT

01. INTRODUCTION

GAIL (India) Limited, India's principal Gas Transmission and Marketing


Company, was set up by the Government of India in August 1984 to create gas
sector infrastructure for sustained development of the Natural gas sector in the
country.

GAIL (India) Limited, is India's flagship Natural Gas company, integrating all
aspects of the Natural Gas value chain (including Exploration & Production,
Processing, Transmission, Distribution and Marketing) and its related services.
In a rapidly changing scenario, GAIL is spearheading the move to a new era of
clean fuel industrialisation, creating a quadrilateral of green energy corridors
that connect major consumption centre in India with major Gas Fields, LNG
terminals and other cross border gas sourcing points. GAIL is also expanding
its business to become a player in the International Market.

M/s. GAIL (India) Limited envisages to strengthen local gas grid network in
various parts of India and hence accordingly has entrusted
M/s. M.S.Associates Mumbai, the rate contract for the detailed route survey
for pipelines within india (Except North-Eastern States, Lakshdeep and
Andman & Nicobar Island) Via

FOA : GAIL/NOAIDA/C&P/PROJ/SURVEY/ARC/18-85/43 Dated


24/07/2019
LOA : GAIL//4100000422/C-19/72 Dated 12/09/2019

As a part of the contract M/s. GAIL (India) Ltd. has entrusted


M/s. M.S.Associates to carry out detailed route survey for Existing Pipeline
From Gail Sv4 Kotipalli To Gail Sv5 Junction Point At K Cheruvu
(KKCPL).

The Detailed Route survey of above-mentioned pipeline is completed. After


Getting Approval from EIC & incorporating their valuable suggestions, this
report is prepared. This route has been further approved by concerned
Engineer-In-Charge so as to carry out Detailed Engineering Survey OF Gail
Existing pipeline.

This report covers


Detailed Survey Report for Existing Gas Pipeline from Gail SV4
Kotipalli To Gail SV5 Junction Point at K Cheruvu.

Detailed Route Survey, Length: - 10.140Km

GAIL/MSA/DES/KKCPL/REPORT-001_0A M. S. ASSOCIATES Page 2


GAIL (India) Limited
DETAIL SURVEY REPORT INTIMATION-10
EXISTING PIPELINE FROM GAIL SV4 KOTIPALLI TO GAIL SV5 JUNCTION
POINT AT K CHERUVU________________________________________

2. SCOPE OF WORK FOR DETAIL ENGINEERING SURVEY

The brief scope of work for detailed pipeline route survey for each pipeline shall include, but
not limited to the following:
I Carrying out table top study based on the Satellite Images of the area/latest Survey
of India Maps/Development plan as received from concerned Authority,
reconnaissance survey

II Identifying and establishing the extent of environmentally/ecologically sensitive


areas such as forest, Wild Life Sanctuaries, National Park, CRZ Area/Area under
acquisition for mining activity, plantations etc. including obtaining information
regarding type of forest (reserved/protected/social), type of plantation etc.

III Collection of development plans along the proposed pipeline route.

IV Carrying out detailed route survey work along the entire route of the proposed
pipelines

V Obtaining details regarding development needs of community in the surrounding


area of proposed route that can be considered under GAIL’s Corporate Social
Responsibility (CSR) scheme.

VI Obtaining details of socio-political condition in the surrounding area of proposed


route.

VII Carrying out soil investigation/soil stratification along the proposed pipeline route.

VIII Collection of population density data along the entire route of the proposed pipelines
route.

IX Carrying out corrosion survey including measurement of soil resistivity, chemical


analysis of soil/water.

X Carrying out cadastral survey work along the proposed pipeline route.

XI Entire database shall be developed into a unified GIS (Geo-Spatial Information


System) and LIS (Land Information System) compatible format.

XII Digitization of Survey Documents and development of Geo-Spatial and Land


Information System (GIS & LIS).

XIIi Preparation of survey reports/drawings/documents and submission of the same to


Company for review & approval.

GAIL/MSA/DES/KKCPL/REPORT-001_0A M. S. ASSOCIATES Page 3


GAIL (India) Limited
DETAIL SURVEY REPORT INTIMATION-10
EXISTING PIPELINE FROM GAIL SV4 KOTIPALLI TO GAIL SV5 JUNCTION
POINT AT K CHERUVU________________________________________

2.1 Selection of Criteria for Cross Country Pipeline route


2.1.1 Route selected should be the shortest possible one
2.1.2 Avoid environmentally sensitive areas such as Reserved Forests, Protected Forests,
Wildlife areas, Marine parks, Bird sanctuaries, etc. to the maximum possible extent.
2.1.3 For all the cities / Major towns along the pipeline route the Contractor shall procure
the Maps of all notified development Plans (City, Industrial, Capital, etc) from the
respective authorities and superimpose them on SOI Maps prior to selection of the
pipeline route. The pipeline route shall be selected by avoiding such proposed
development areas. If it is unavoidable then it must confirm to the norms laid down by
the concerned level of development authority.
2.1.4 Should be accessible from Road during construction and the subsequent operation /
maintenance stages.
2.1.5 Should make minimum number of crossings with Railways, Roads, Rivers, and
Canals etc. Following points should be considered while making these crossings.
2.1.6 Rivers & Canals
2.1.6.1 Length between banks to bank should be shortest and cross at right angles.
2.1.6.2 Bed and bank conditions should be stable and not subject to scouring.
2.1.6.3 River course should not meander. Collect relevant information like HFL,
Waterway etc.
2.1.6.4 Identify rivers / crossings coming under CRZ
2.1.7 All National highways & Rail crossings should be at right angles and away from
existing structures and other utilities
2.1.8 Avoid mining / quarrying areas, built-up areas, planed development areas, Villages,
Towns, Cities, industrial areas, settlements, places of worship / burial etc.

2.1.9 As far as possible, avoid parallel alignment of the pipeline with overhead power lines
and railway lines. Minimize interference with other pipelines cables etc.
2.1.10 Number of Turning Points (TP’s) should be minimum number and avoid acute angles
at Turning Points.
2.1.11 Select easy and favorable terrain conditions – avoiding water logged and swampy
areas, ravines, meandering rivers, low lying marshy areas, unstable ground,
depressions, hard rock, boulders, rock outcrops areas etc. to the maximum possible
extent.
2.1.12 Care should be taken to avoid valuable plantations like Teak etc
2..13 Consult with the regional planning boards to avoid any interference with new projects,
which are under various stages of planning and execution.
In some cases, land may have already notified. Several States and Districts form their
own industrial layouts, which fall mostly on Government lands.
2.1.14 Pipeline route shall be optimized from engineering, construction, operation, safety of
public & property and other considerations point of view.

2.1.15 Parallel Alignments

GAIL/MSA/DES/KKCPL/REPORT-001_0A M. S. ASSOCIATES Page 4


GAIL (India) Limited
DETAIL SURVEY REPORT INTIMATION-10
EXISTING PIPELINE FROM GAIL SV4 KOTIPALLI TO GAIL SV5 JUNCTION
POINT AT K CHERUVU________________________________________
Clearances from the pipeline shall be as follows unless otherwise instructed:

➢ Existing and / or planned HT power cables - 50.0 meters


➢ Existing / planned communications cables - 7.0 meters
➢ Existing / planned Foreign pipelines - 50 meters
➢ Existing / planned Roadways, Railways, etc - clear of ROW limits

Proposed pipeline including its intended right of use shall be located outside
the ROU / ROW limits of the existing utility.

2.1.16 Clearance in Developed Areas


➢ Habitable dwellings - 100 meters
➢ Structures - 50 meters
➢ Property corners - 20 meters
➢ Monuments - 500 meters

Variance from this requirement will be at M/s GAIL’s discretion

GAIL/MSA/DES/KKCPL/REPORT-001_0A M. S. ASSOCIATES Page 5


GAIL (India) Limited
DETAIL SURVEY REPORT INTIMATION-10
EXISTING PIPELINE FROM GAIL SV4 KOTIPALLI TO GAIL SV5 JUNCTION
POINT AT K CHERUVU________________________________________

3) METHODOLOGY
In consideration of the requirements of environmental parameters, construction
methodology to be adopted for different terrain encountered en-route, design and
engineering factors, availability of logistic support during construction, operation and
maintenance of Pipelines and specific geographical condition to lay the pipeline along
most feasible route was identified based on the detailed study of relevant topographic
maps and as per the guidelines to follow the route as suggested and inspected by M/s
GAIL (India) Limited. Relevant topographic maps along the various sections of
Pipeline route were identified. After conducting a detailed desktop study of the
proposed alternative route, proposed Pipeline route was marked on the topographic
sheet. This was subsequently supplemented with route reconnaissance and data
collection along the feasible route for arriving at the optimum route. While identifying
the route alternatives for the selection of optimum route following factors were
considered:

- Compliances with environmental regulation.


- Safety of people and property as far as possible.
- Shortest possible length as far as possible.
- Minimum number of bends as far as possible.
- Favorable ground profile for Pipe line.
- Accessibility to Pipeline route during construction, maintenance and
operation as far as
possible.
- Location of Pipeline facilities and access thereto.
- Avoidance of Mining, protected and reserved forest, archeological and
other sensitive
areas including flora and fauna as far as possible.
- Avoidance of unstable ground feature as far as possible.
- Minimizing road, canal, river and flood prone and tidally affected areas.
-
Avoidance of Rocky stretches as far as possible.
- Avoidance of Areas reserved for planned and future development as far
as possible.
- Flexibility for future expansion.
- Avoiding entire stretch of wild life sanctuaries en-route.
`

3.1) MAPS
The following Survey of India (SOI) topographic maps were referred during the study.

Sr. No. Toposheet No. SCALE


1 61L-1 1 : 50,000
2 61L-2 1 : 50,000

Other MAPS WHICH WERE CONSIDERED FOR STUDY ARE


1) District Map,.

GAIL/MSA/DES/KKCPL/REPORT-001_0A M. S. ASSOCIATES Page 6


GAIL (India) Limited
DETAIL SURVEY REPORT INTIMATION-10
EXISTING PIPELINE FROM GAIL SV4 KOTIPALLI TO GAIL SV5 JUNCTION
POINT AT K CHERUVU________________________________________

GAIL/MSA/DES/KKCPL/REPORT-001_0A M. S. ASSOCIATES Page 7


GAIL (India) Limited
DETAIL SURVEY REPORT INTIMATION-10
EXISTING PIPELINE FROM GAIL SV4 KOTIPALLI TO GAIL SV5 JUNCTION
POINT AT K CHERUVU________________________________________

EXECUTIVE SUMMARY
4 . EXECUTIVE SUMMARY
Executive Summary for Existing Pipeline From Gail SV4 Kotipalli To Gail SV5
Junction Point At K Cheruvu.
Pipeline Route, Length: - 10.140Km
Lat. 16°42'9.017"N E 610338.5509 m
Take Off Point for GAIL SV4
Long. 82°2'5.744"E N 1846931.529 m
@Ch.: 0.0Km Kotipalli
Elev. 8.25 m Elev. 8.25 m

The pipeline will have Terminal point at


Lat. 16°46'36.581"N E 615709.6314 m
Terminal Point GAIL SV5 Junction
Long. 82°5'8.604"E N 1855183.388 m
@ Ch.: 10.140 Km Point At K Cheruvu
Elev. 7.42 m Elev. 7.42 m

Description: -
The Length of Exisiting Gas Pipeline from Gail SV4 Kotipalli To Gail SV5
Junction Point at K Cheruvu (KKCPL) Is 10.140km.

➢ The total survey was done along the exisiting row of GAIL. (18m ROW)

❖ The existing pipeline crosses one State Highway


1. State Highway-14 @Ch 3487.48m

❖ The existing pipeline crosses five Asphalted Road


1 Asphalted Road @ Ch.: 899.07m 2 Asphalted Road @ Ch.: 930.01m
3 Asphalted Road @ Ch.: 4395.41m 4 Asphalted Road @ Ch.: 6653.97m
5 Asphalted Road @ Ch.: 9939.88m
❖ The existing pipeline crosses one Railway
1 Braud Guage Railway @ Ch.: 3423.80m
❖ The existing pipeline crosses Four Nalas, Three Canal & Four Drain.
1 Lined Canal @Ch. 997.68 2 Nala @Ch. 1577.93
3 Gangavaram Drain @Ch. 2641.01 4 Gangavaram Drain @Ch. 2941.25
5 Lined Canal @Ch. 3767.74 6 Nala @Ch. 4371
7 Teki Drain @Ch. 5233.37 8 Nala @Ch. 5285.32
9 Nala @Ch. 9270.82 10 Doddampeta Drain @Ch. 9539.52
11 Injaram Lined Canal @Ch. 9928.48

❖ The existing pipeline crosses six Pipelines


1 Pipeline @Ch.:903.21m 2 Pipeline @Ch.:3274.6m
3 Pipeline @Ch.:5305.96m 4 Pipeline @Ch.:6661.94m
5 Pipeline @Ch.:7577.1m 6 Pipeline @Ch.:10139.71m

GAIL/MSA/DES/KKCPL/REPORT-001_0A M. S. ASSOCIATES Page 8


GAIL (India) Limited
DETAIL SURVEY REPORT INTIMATION-10
EXISTING PIPELINE FROM GAIL SV4 KOTIPALLI TO GAIL SV5 JUNCTION
POINT AT K CHERUVU________________________________________

KKCPL Length Statement


START END TOTAL
SR.
CHAINAGE CHAINGE LENGTH DESCRIPTION REMARKS
NO
(km) (km) (km)
1 0.000 10.140 10.140 GAIL INDIA LTD
Total Length 10.140

• District & State Length :-


KKCPL DISTRICT LENGTH STATEMENT

Chainage (m) Total


Sl.
State District Length
No.
From - To (Km)
ANDHRA
1 EAST GODAVARI 0.000 10.140 10.140
PRADESH

5. List of Crossings
KKCPL CROSSINGS DETAIL
Sr. No. Details Nos.
1 Natinol Highway 00
2 State Highway 01
3 Railway 01
4 River 00
5 Asphalted Road / MDR / ODR 05
6 Canal 03
7 Nala/ Stream/Drain 11
8 Cart track 03
9 HTPL(Power Line) 04
10 Hydrocarbon Pipelines 00
11 Other Pipelines (Water Supply, Effluent etc) 06
Total 34

GAIL/MSA/DES/KKCPL/REPORT-001_0A M. S. ASSOCIATES Page 9


GAIL (India) Limited
DETAIL SURVEY REPORT INTIMATION-10
EXISTING PIPELINE FROM GAIL SV4 KOTIPALLI TO GAIL SV5 JUNCTION
POINT AT K CHERUVU________________________________________

KKCPL CROSSINGS JURIDICTION & ADDRESS:


Authority
Sr. No. Crossing Type
Address
Shri.Venugopala Rao
SE,Eluru,Near ZP office,NR peta,Eluru
1 State Highway
West Godavari 534001
Andhra Pradesh 08812-230461
Shri.Venugopala Rao
Asphalted SE,Eluru,Near ZP office,NR peta,Eluru
2
Road/Concreted West Godavari 534001
Andhra Pradesh 08812-230461
Suptd.ENG
Irrigation dept.Near Revenue
3 Canal Guest house,NR peta,Eluru
West Godavari 534001
Andhra Pradesh 08812-230267
Shri.P.Srinivas
DRM office compound,
4 Railway
Railway station road,Gandhi nagar,Vijaywada
Vijaywada 520001 Andhra Pradesh
Suptd.ENG
Irrigation dept.Near Revenue
5 River Guest house,NR peta,Eluru
West Godavari 534001
Andhra Pradesh 08812-230267
Suptd.ENG
Irrigation dept.Near Revenue
6 Nala Guest house,NR peta,Eluru
West Godavari 534001
Andhra Pradesh 08812-230267

6. Forest Detail along the pipeline:-

No Forest in this Pipeline route.

7. Sanctuary Detail along the pipeline: -

No sanctuary in this Pipeline route.

GAIL/MSA/DES/KKCPL/REPORT-001_0A M. S. ASSOCIATES Page 10


GAIL (India) Limited
DETAIL SURVEY REPORT INTIMATION-10
EXISTING PIPELINE FROM GAIL SV4 KOTIPALLI TO GAIL SV5 JUNCTION
POINT AT K CHERUVU________________________________________
8. Salient Features
DETAILED SURVEY OF EXISTING PIPELINE FROM GAIL SV4 KOTIPALLI TO GAIL SV5
JUNCTION POINT AT K CHERUVU.
SALIENT FEATURES
Sr. No. Description Length / Nos
(A) Total Length (Km.) 10.140
State wise Length (Km.)
(a) ANDHRA PRADESH 10+140.00
Revenue Details for the section
(a) State 1
(b) District 1
(c) Taluk 1
(b) Village 6
(B) Terrain (Km.)
(a) Plain 10+140.00
(b) Slightly Undulating 00+000.00
(c) Hilly 00+000.00
(C) Soil Encountered (Km.) Refer Soil Reprt
(a) Normal Type -
(b) Murrum -
(c) Rocky Strata -
(D) Surface Features (Kms.)
(a) Private Land 00+000.00
(b) Government Land 00+000.00
(c) Reserved Forest 00+000.00
(d) Gail India Ltd. 10+140.00
(E) Road Crossing (Nos) (Refer Annexure : DES-5)
(a) National Highway 0
(b) State Highway 1
(c) Asphalted Road 5
d) MDR 0
e) ODR 0
(f) Cart Track / Mud Road 3
(F) Water Bodies (Nos.) (Refer Annexure : DES-5)
(a) Canal/Channels 3
(b) Rivers 0
(c) Drain/Nala 11
(G) Railway Crossings (Nos.) (Refer Annexure : DES-5)
(a) B. G. Railway 1
(b) M. G. Railway 0
(H) Utility Crossings (Refer Annexure : DES-5)
(a) Utility-1 6
(I) Powerline Crossings (Refer Annexure : DES-5)
(a) Power line-1 4
(J) Elevations above MSL at (Mts.)
(a) Tap Off Point 8.25
(b) Terminal Point 7.42
(c) Lowest Elevation 4.50
(d) Highest Elevation 9.71

GAIL/MSA/DES/KKCPL/REPORT-001_0A M. S. ASSOCIATES Page 11


GAIL (India) Limited
DETAIL SURVEY REPORT INTIMATION-10
EXISTING PIPELINE FROM GAIL SV4 KOTIPALLI TO GAIL SV5 JUNCTION
POINT AT K CHERUVU________________________________________

CERTIFICATE
This is to certify that the Route alignment "Detailed Survey of Existing
Pipeline from Gail SV4 Kotipalli To Gail SV5 Junction Point At K Cheruvu
Total Length 10.140Km" does not pass through any CRZ / National Park /
Sanctuary / Coral Reef / Ecologically sensitive areas including LNG
terminals.

Hence this certificate.

Mr. Nazir Hakim, Sr. Manager

GAIL/MSA/DES/KKCPL/REPORT-001_0A M. S. ASSOCIATES Page 12


GAIL (India) Limited
DETAIL SURVEY REPORT INTIMATION-10
EXISTING PIPELINE FROM GAIL SV4 KOTIPALLI TO GAIL SV5 JUNCTION
POINT AT K CHERUVU________________________________________

CERTIFICATE

This is to certify that the Route alignment "Detailed Survey of Existing


Pipeline from Gail SV4 Kotipalli To Gail SV5 Junction Point at K Cheruvu
Total Length 10.140Km " does not pass through Critically Polluted areas
as per MoEF Notification dated 15/03/2012.

Hence this certificate.

Mr. Nazir Hakim, Sr. Manager

GAIL/MSA/DES/KKCPL/REPORT-001_0A M. S. ASSOCIATES Page 13


ANNEXURE : DES-1

SALIENT FEATURES

Sr. No. Description Length / Nos


(A) Total Length (Km.) 10.140
State wise Length (Km.)
(a) ANDHRA PRADESH 10+140.00
Revenue Details for the section
(a) State 1
(b) District 1
(c) Taluk 1
(b) Village 6
(B) Terrain (Km.)
(a) Plain 10+140.00
(b) Slightly Undulating 00+000.00
(c) Hilly 00+000.00
(C) Soil Encountered (Km.) Refer Soil Reprt
(a) Normal Type -
(b) Murrum -
(c) Rocky Strata -
(D) Surface Features (Kms.)
(a) Private Land 00+000.00
(b) Government Land 00+000.00
(c) Reserved Forest 00+000.00
(d) Gail India Ltd. 10+140.00
(E) Road Crossing (Nos) (Refer Annexure : DES-5)
(a) National Highway 0
(b) State Highway 1
(c) Asphalted Road 5
d) MDR 0
e) ODR 0
(f) Cart Track / Mud Road 3
(F) Water Bodies (Nos.) (Refer Annexure : DES-5)
(a) Canal/Channels 3
(b) Rivers 0
(c) Drain/Nala 11
(G) Railway Crossings (Nos.) (Refer Annexure : DES-5)
(a) B. G. Railway 1
(b) M. G. Railway 0
(H) Utility Crossings (Refer Annexure : DES-5)
(a) Utility-1 6
GAIL/MSA/DES/KKCPL/REPORT-001_0A Page 14
ANNEXURE : DES-1

SALIENT FEATURES

Sr. No. Description Length / Nos


(I) Powerline Crossings (Refer Annexure : DES-5)
(a) Power line-1 4
(J) Elevations above MSL at (Mts.)
(a) Tap Off Point 8.25
(b) Terminal Point 7.42
(c) Lowest Elevation 4.50
(d) Highest Elevation 9.71

GAIL/MSA/DES/KKCPL/REPORT-001_0A Page 15
ANNEXURE : DES-2

Details Of Length Statement (Land Used)

PIPELINE START PIPELINE END TOTAL PIPELINE


SR. NO LAND TYPE REMARS
CHAINAGE (KM) CHAINAGE (KM) LENGTH (KM)

1 GAIL INDIA LTD. LAND 0.000 10.140 10.140 GAIL

Total Length (km) 10.140

LAND USE SUMMARY

SR. NO LAND TYPE LENGTH (KM) Remarks

1 GAIL INDIA LTD. LAND 10.140

2 ROAD ROW -

3 FOREST -

TOTAL PIPELINE LENGTH (KM) 10.140

GAIL/MSA/DES/KKCPL/REPORT-001_0A Page 16
ANNEXURE : DES-3A

AREA OF RESTRICTION (WILD LIFE SANCTUARIES / NATIONAL PARKS / FOREST) WILD LIFE SANCTUARIES /
NATIONAL PARKS / FOREST :

DETAILS OF NEARBY WILD LIFE SANCTUARIES / NATIONAL PARKS

Name Of Nearby Perpendicular Distance


Pipeline Chainage (Km) Wild Life Right / Minimum
SL. No. From pipeline (km)
Sanctuaries / Left Distance (km)
Start End National Parks Start End

No Forest / NEARBY WILD LIFE SANCTUARIES / NATIONAL PARKS in this Pipeline route

GAIL/MSA/DES/KKCPL/REPORT-001_0A Page 17
ANNEXURE : DES-3B

AREA OF RESTRICTION (WILD LIFE SANCTUARIES / NATIONAL PARKS / FOREST) WILD LIFE SANCTUARIES /
NATIONAL PARKS / FOREST :

List of Environment Affecting Area


DETAILS OF EN-ROUTE WILD LIFE SANCTUARIES / NATIONAL PARKS

Pipeline Chainage (Km) Name of EN-Route Name Of Nearby


SL. No. Wild Life Sanctuaries / National REMARKS
Start End Length Parks

No Forest / NEARBY WILD LIFE SANCTUARIES / NATIONAL PARKS in this Pipeline route

TOTAL LENGTH EN-ROUTE WILD LIFE


0
SANCTUARIES / NATIONAL PARKS (KM)

DETAILS OF ROUTE IN ESZ / BUFFER ZONE OF SANCTUARY


Pipeline Chainage (Km)
SL. No. Name Sanctuary REMARKS
Start End Length
No Forest / NEARBY WILD LIFE SANCTUARIES / NATIONAL PARKS in this Pipeline route

TOTAL LENGTH EN-ROUTE ESZ / BUFFER


0
ZONE OF SANCTUARY (KM)

GAIL/MSA/DES/KKCPL/REPORT-001_0A Page 18
ANNEXURE : DES-3C

AREA OF RESTRICTION (WILD LIFE SANCTUARIES / NATIONAL PARKS / FOREST) WILD LIFE SANCTUARIES /
NATIONAL PARKS / FOREST :

LIST OF NEAR BY FOREST DETAILS


Pipeline Chainage Perpendicular Distance From
(km) Pipeline (m) Minimum Distance
Sr. No. Name of Sanctuary Right / Left
(m)
Start End Start End

No Forest / NEARBY WILD LIFE SANCTUARIES / NATIONAL PARKS in this Pipeline route

GAIL/MSA/DES/KKCPL/REPORT-001_0A Page 19
ANNEXURE : DES-3D

AREA OF RESTRICTION (WILD LIFE SANCTUARIES / NATIONAL PARKS / FOREST) WILD LIFE SANCTUARIES /
NATIONAL PARKS / FOREST :

DETAILS OF EN-ROUTE FOREST


Pipeline Chainage (Km) Name of In Route
SL. No.
Start End Length Forest

No Forest / NEARBY WILD LIFE SANCTUARIES / NATIONAL PARKS in this Pipeline route

TOTAL LENGTH EN-FOREST (KM) 0

GAIL/MSA/DES/KKCPL/REPORT-001_0A Page 20
ANNEXURE : DES-4

TOPOSHEETS / MAPS REFFERED

Toposheet Reffered
Sr. No. Pipeline Route
SCALE 1:50000

1 61L-1 SCALE 1:50000

2 61L-2 SCALE 1:50000

GAIL/MSA/DES/KKCPL/REPORT-001_0A Page 21
ANNEXURE : DES-5

LIST OF ALL CROSSINGS - CHAINNAGE WISE

Pillar Nos of ROW UTM Zone 44N


Sr. Type of Chainage
Crossing Description Both sides of Width RL (m) Drawing No.
No. Crossing (m)
Xing (m) Easting Northing
1 Power Line 828.65 Power Line TP3 - TP4 8.00 610534.369 1847735.058
Asphalted Road (Sundarapalli TO
2 Asphalted Road 899.07 TP4 - TP5 133.00 9.32 610559.75 1847800.51 GAIL-MSA-DES-KKCPL-CS-01
Kotepalli)
3 Pipeline 903.21 Pipeline TP4 - TP5 9.19 610560.456 1847804.594
Asphalted Road (Sundarapalli TO
4 Asphalted Road 930.01 TP6 - TP7 120.00 9.56 610551.09 1847829.44 GAIL-MSA-DES-KKCPL-CS-02
Kota)
5 Canal 997.68 Lined Canal TP8 - TP9 54.00 7.12 610550.57 1847894.67 GAIL-MSA-DES-KKCPL-CS-03
6 Nala 1577.93 Nala TP11 - TP12 68.00 8.03 610674.86 1848461.44 GAIL-MSA-DES-KKCPL-CS-04
7 Drain 2641.01 Gangavaram Drain TP16 - TP17 143.00 6.45 611205.70 1849333.51 GAIL-MSA-DES-KKCPL-CS-05
8 Drain 2941.25 Gangavaram Drain TP17 - TP18 30.00 6.29 611446.45 1849512.90 GAIL-MSA-DES-KKCPL-CS-06
9 Pipeline 3274.6 Pipeline TP19 - TP20 7.79 611715.062 1849710.302
10 RAILWAY 3423.8 Mangavaram TO Kotepalli TP20 - TP21 140.00 9.63 611834.36 1849799.88 GAIL-MSA-DES-KKCPL-CS-07
State Highway-14 (Gangavaram
11 State Highway-14 3487.48 TP21 - TP22 135.00 8.75 611884.52 1849839.10 GAIL-MSA-DES-KKCPL-CS-08
TO Kotipalli)
12 Cart Track 3761.37 Cart Track TP22 - TP23 8.16 612107.747 1849997.800
13 Canal 3767.74 Lined Canal TP22 - TP23 48.00 7.19 612112.81 1850001.67 GAIL-MSA-DES-KKCPL-CS-09
14 Nala 4371 Nala TP24 - TP25 71.00 3.59 612594.50 1850364.82 GAIL-MSA-DES-KKCPL-CS-10
Asphalted Road (Gangavaram TO
15 Asphalted Road 4395.41 TP24 - TP25 79.00 7.22 612613.97 1850379.54 GAIL-MSA-DES-KKCPL-CS-11
Dangeru)
16 Cart Track 5193.08 Cart Track TP31 - TP32 8.77 613091.051 1851011.023
17 Drain 5233.37 Teki Drain TP31 - TP32 58.00 2.21 613115.39 1851043.13 GAIL-MSA-DES-KKCPL-CS-12
18 Nala 5285.32 Nala TP31 - TP32 58.00 4.41 613146.77 1851084.53 GAIL-MSA-DES-KKCPL-CS-13
GAIL/MSA/DES/KKCPL/REPORT-001_0A Page 22
ANNEXURE : DES-5

Pillar Nos of ROW UTM Zone 44N


Sr. Type of Chainage
Crossing Description Both sides of Width RL (m) Drawing No.
No. Crossing (m)
Xing (m) Easting Northing
19 Pipeline 5305.96 Pipeline TP31 - TP32 6.93 613159.239 1851100.980
Asphalted Road (Kunduru TO
20 Asphalted Road 6653.97 TP36 - TP37 144.00 8.53 613906.88 1852222.60 GAIL-MSA-DES-KKCPL-CS-14
Dangeru)
21 Pipeline 6661.94 Pipeline TP36 - TP37 8.32 613911.232 1852229.285
22 Nala 6665.74 Nala TP37 - TP38 6.61 613913.322 1852232.459
23 Pipeline 7577.1 Pipeline TP42 - TP43 7.26 614420.381 1852989.735
24 Nala 8142.63 Nala TP47 - TP48 7.51 614734.899 1853459.742
25 Nala 9270.82 Nala TP51 - TP52 10.59 6.02 615364.25 1854396.09 GAIL-MSA-DES-KKCPL-CS-14A
26 Power Line 9300.67 Power Line TP52 - TP53 7.20 615381.053 1854420.742
27 Drain 9539.52 Doddampeta Drain TP52 - TP53 73.00 3.23 615516.22 1854617.66 GAIL-MSA-DES-KKCPL-CS-15
28 Power Line 9841.55 Power Line TP54 - TP55 7.44 615626.363 1854896.809
29 Cart Track 9917.6 Cart Track TP55 - TP56 9.47 615648.199 1854969.659
30 Canal 9928.48 Injaram Lined Canal TP55 - TP56 82.00 6.71 615651.38 1854980.07 GAIL-MSA-DES-KKCPL-CS-16
Asphalted Road ( Draksharamam
31 Asphalted Road 9939.88 TP55 - TP56 84.00 9.68 615654.71 1854990.97 GAIL-MSA-DES-KKCPL-CS-17
TO SH-206)
32 Power Line 9944.09 Power Line TP55 - TP56 9.23 615655.939 1854994.994
33 Nala 9948.98 Nala TP55 - TP56 7.23 615657.367 1854999.670
34 Pipeline 10139.71 Pipeline TP56 - TP57 7.42 615709.554 1855183.107

GAIL/MSA/DES/KKCPL/REPORT-001_0A Page 23
ANNEXURE : DES-6

LIST OF MAJOR CROSSINGS


Crossing Pillar Nos
ROW UTM Zone 44N
Sr. Type of Chainage as of Both RL Authority Authority Authority Authority Authority
Crossing Description Width Jurisdiction Authority Address1
No. Crossing Per Pipeline sides of (m) Name District Pin State Telephone
(m)
(m) Xing Easting Northing
Asphalted Road
Asphalted Shri.Venugopal SE,Eluru,Near ZP West Andhra 08812-
1 899.07 (Sundarapalli TO TP4 - TP5 133.00 9.32 610559.75 1847800.51 PWD 534001
Road a Rao office,NR peta,Eluru Godavari Pradesh 230461
Kotepalli)
Asphalted Asphalted Road Shri.Venugopal SE,Eluru,Near ZP West Andhra 08812-
2 930.01 TP6 - TP7 120.00 9.56 610551.09 1847829.44 PWD 534001
Road (Sundarapalli TO Kota) a Rao office,NR peta,Eluru Godavari Pradesh 230461

Irrigation dept.Near
West Andhra 08812-
3 Canal 997.68 Lined Canal TP8 - TP9 54.00 7.12 610550.57 1847894.67 IRRIGATION Suptd.ENG Revenue Guest 534001
Godavari Pradesh 230267
house,NR peta,Eluru

Irrigation dept.Near
West Andhra 08812-
4 Nala 1577.93 Nala TP11 - TP12 68.00 8.03 610674.86 1848461.44 IRRIGATION Suptd.ENG Revenue Guest 534001
Godavari Pradesh 230267
house,NR peta,Eluru

Irrigation dept.Near
West Andhra 08812-
5 Drain 2641.01 Gangavaram Drain TP16 - TP17 143.00 6.45 611205.70 1849333.51 IRRIGATION Suptd.ENG Revenue Guest 534001
Godavari Pradesh 230267
house,NR peta,Eluru

Irrigation dept.Near
West Andhra 08812-
6 Drain 2941.25 Gangavaram Drain TP17 - TP18 30.00 6.29 611446.45 1849512.90 IRRIGATION Suptd.ENG Revenue Guest 534001
Godavari Pradesh 230267
house,NR peta,Eluru

DRM office
Mangavaram TO compound,Railway Andhra
7 RAILWAY 3423.8 TP20 - TP21 140.00 9.63 611834.36 1849799.88 RAILWAY Shri.P.Srinivas Vijaywada 520001
Kotepalli station road,Gandhi Pradesh
nagar,Vijaywada
State Highway-14
State Shri.Venugopal SE,Eluru,Near ZP West Andhra 08812-
8 3487.48 (Gangavaram TO TP21 - TP22 135.00 8.75 611884.52 1849839.10 PWD 534001
Highway-14 a Rao office,NR peta,Eluru Godavari Pradesh 230461
Kotipalli)

Irrigation dept.Near
West Andhra 08812-
9 Canal 3767.74 Lined Canal TP22 - TP23 48.00 7.19 612112.81 1850001.67 IRRIGATION Suptd.ENG Revenue Guest 534001
Godavari Pradesh 230267
house,NR peta,Eluru

Irrigation dept.Near
West Andhra 08812-
10 Nala 4371 Nala TP24 - TP25 71.00 3.59 612594.50 1850364.82 IRRIGATION Suptd.ENG Revenue Guest 534001
Godavari Pradesh 230267
house,NR peta,Eluru

GAIL/MSA/DES/KKCPL/REPORT-001_0A Page 24
ANNEXURE : DES-6

Crossing Pillar Nos


ROW UTM Zone 44N
Sr. Type of Chainage as of Both RL Authority Authority Authority Authority Authority
Crossing Description Width Jurisdiction Authority Address1
No. Crossing Per Pipeline sides of (m) Name District Pin State Telephone
(m)
(m) Xing Easting Northing
Asphalted Road
Asphalted Shri.Venugopal SE,Eluru,Near ZP West Andhra 08812-
11 4395.41 (Gangavaram TO TP24 - TP25 79.00 7.22 612613.97 1850379.54 PWD 534001
Road a Rao office,NR peta,Eluru Godavari Pradesh 230461
Dangeru)

Irrigation dept.Near
West Andhra 08812-
12 Drain 5233.37 Teki Drain TP31 - TP32 58.00 2.21 613115.39 1851043.13 IRRIGATION Suptd.ENG Revenue Guest 534001
Godavari Pradesh 230267
house,NR peta,Eluru

Irrigation dept.Near
West Andhra 08812-
13 Nala 5285.32 Nala TP31 - TP32 58.00 4.41 613146.77 1851084.53 IRRIGATION Suptd.ENG Revenue Guest 534001
Godavari Pradesh 230267
house,NR peta,Eluru

Asphalted Asphalted Road Shri.Venugopal SE,Eluru,Near ZP West Andhra 08812-


14 6653.97 TP36 - TP37 144.00 8.53 613906.88 1852222.60 PWD 534001
Road (Kunduru TO Dangeru) a Rao office,NR peta,Eluru Godavari Pradesh 230461

Irrigation dept.Near
West Andhra 08812-
14A Nala 9270.82 Nala TP51 - TP52 10.59 6.02 615364.25 1854396.09 IRRIGATION Suptd.ENG Revenue Guest 534001
Godavari Pradesh 230267
house,NR peta,Eluru

Irrigation dept.Near
West Andhra 08812-
15 Drain 9539.52 Doddampeta Drain TP52 - TP53 73.00 3.23 615516.22 1854617.66 IRRIGATION Suptd.ENG Revenue Guest 534001
Godavari Pradesh 230267
house,NR peta,Eluru

Irrigation dept.Near
West Andhra 08812-
16 Canal 9928.48 Injaram Lined Canal TP55 - TP56 82.00 6.71 615651.38 1854980.07 IRRIGATION Suptd.ENG Revenue Guest 534001
Godavari Pradesh 230267
house,NR peta,Eluru

Asphalted Road (
Asphalted Shri.Venugopal SE,Eluru,Near ZP West Andhra 08812-
17 9939.88 Draksharamam TO SH- TP55 - TP56 84.00 9.68 615654.71 1854990.97 PWD 534001
Road a Rao office,NR peta,Eluru Godavari Pradesh 230461
206)

GAIL/MSA/DES/KKCPL/REPORT-001_0A Page 25
ANNEXURE : DES-7

LIST OF NATIONAL HIGHWAY CROSSING

Crossing Between ROW


Sr. Name as Per Jurisdictio Authority Authority Authority Authority Authority Authority
Chainage as Per Origin Destination Pillar Width RL (m)
No. Authority n Name Address1 District Pin State Telephone
Pipeline (m) Location (m)

There is no Crossing in route

GAIL/MSA/DES/KKCPL/REPORT-001_0A Page 26
ANNEXURE : DES-8

LIST OF STATE HIGHWAY CROSSINGS

Crossing Between
Sl. Name as Per ROW Width Jurisdicti Authority Authority Authority Authority Authority Authority
Chainage as Per Origin Destination Pillar RL (m)
No. Authority (m) on Name Address1 District Pin State Telephone
Pipeline (m) Location

State Highway-14 SE,Eluru,Near


STATE Shri.Venugo West Andhra 08812-
1 3487.48 (Gangavaram TO TP21 - TP22 135 8.75 PWD ZP office,NR 534001
HIGHWAY-14 pala Rao Godavari Pradesh 230461
Kotipalli) peta,Eluru

GAIL/MSA/DES/KKCPL/REPORT-001_0A Page 27
ANNEXURE : DES-9

LIST OF OTHER ROAD CROSSINGS

Crossing
Between ROU
Sr. Name as Per Chainage as RL Authority Authority Authority Authority Authority
Origin Destination Pillar Width Jurisdiction Authority Address1
No. Authority Per Pipeline (m) Name District Pin State Telephone
Location (m)
(m)
Asphalted Asphalted Road (Sundarapalli Shri.Venugop SE,Eluru,Near ZP West Andhra 08812-
1 899.07 TP4 - TP5 9.70 9.32 PWD 534001
Road TO Kotepalli) ala Rao office,NR peta,Eluru Godavari Pradesh 230461
Asphalted Asphalted Road (Sundarapalli Shri.Venugop SE,Eluru,Near ZP West Andhra 08812-
2 930.01 TP6 - TP7 20.54 9.56 PWD 534001
Road TO Kota) ala Rao office,NR peta,Eluru Godavari Pradesh 230461
Asphalted Asphalted Road (Gangavaram Shri.Venugop SE,Eluru,Near ZP West Andhra 08812-
3 4395.41 TP24 - TP25 8.13 7.22 PWD 534001
Road TO Dangeru) ala Rao office,NR peta,Eluru Godavari Pradesh 230461
Asphalted Asphalted Road (Kunduru TO Shri.Venugop SE,Eluru,Near ZP West Andhra 08812-
4 6653.97 TP36 - TP37 14.09 8.53 PWD 534001
Road Dangeru) ala Rao office,NR peta,Eluru Godavari Pradesh 230461
Asphalted Asphalted Road ( Shri.Venugop SE,Eluru,Near ZP West Andhra 08812-
5 9939.88 TP55 - TP56 8.28 9.68 PWD 534001
Road Draksharamam TO SH-206) ala Rao office,NR peta,Eluru Godavari Pradesh 230461

GAIL/MSA/DES/KKCPL/REPORT-001_0A Page 28
ANNEXURE : DES-10

LIST OF RAILWAYS CROSSING THE ROUTE OF PIPELINE

Crossing Crossing Electric


ROW Nearest Name of
Sl. Chainage as Chainage As Origin RL Number Electrified Pole/Teleph Authority Authority Authority Authority Authority Authority
Jurisdiction Width Gauge Railway village at
No. Per Pipeline Per Railway Destination (m) of Tracks (AC/DC) one Pole Name Address1 District Pin State Telephone
(m) Station Crossing
(m) (Km) No.

DRM office
Mangavaram TO compound,Railway Andhra
1 Railway 3423.80 42.58 9.63 80.76 BG 1.00 Non Electrified Kotepalli - Kotepalli Shri.P.Srinivas Vijaywada 520001
Kotepalli station road,Gandhi Pradesh
nagar,Vijaywada

GAIL/MSA/DES/KKCPL/REPORT-001_0A Page 29
ANNEXURE : DES-11

LIST OF NALA / DRAIN / CANAL CROSSING


Crossing
Name as Between Bank Bed
Chainage as RL ROW Authority Authority Authority Authority Authority
Sl. No. Per Pillar Width Width Jurisdiction Authority Address1
Per Pipeline (m) Width (m) Name District Pin State Telephone
Authority Location (m) (m)
(m)
Irrigation dept.Near
Andhra
1 Lined Canal 997.68 TP8 - TP9 7.12 5.49 2.48 54.00 IRRIGATION Suptd.ENG Revenue Guest house,NR West Godavari 534001 08812-230267
Pradesh
peta,Eluru
Irrigation dept.Near
Andhra
2 Nala 1577.93 TP11 - TP12 8.03 5.88 4.22 68.00 IRRIGATION Suptd.ENG Revenue Guest house,NR West Godavari 534001 08812-230267
Pradesh
peta,Eluru
Irrigation dept.Near
Gangavaram Andhra
3 2641.01 TP16 - TP17 6.45 16.15 11.79 143.00 IRRIGATION Suptd.ENG Revenue Guest house,NR West Godavari 534001 08812-230267
Drain Pradesh
peta,Eluru
Irrigation dept.Near
Gangavaram Andhra
4 2941.25 TP17 - TP18 6.29 18.96 12.97 30.00 IRRIGATION Suptd.ENG Revenue Guest house,NR West Godavari 534001 08812-230267
Drain Pradesh
peta,Eluru
Irrigation dept.Near
Andhra
5 Lined Canal 3767.74 TP22 - TP23 7.19 6.09 3.76 48.00 IRRIGATION Suptd.ENG Revenue Guest house,NR West Godavari 534001 08812-230267
Pradesh
peta,Eluru
Irrigation dept.Near
Andhra
6 Nala 4371 TP24 - TP25 3.59 35.00 24.00 71.00 IRRIGATION Suptd.ENG Revenue Guest house,NR West Godavari 534001 08812-230267
Pradesh
peta,Eluru
Irrigation dept.Near
Andhra
7 Teki Drain 5233.37 TP31 - TP32 2.21 72.41 56.79 58.00 IRRIGATION Suptd.ENG Revenue Guest house,NR West Godavari 534001 08812-230267
Pradesh
peta,Eluru
Irrigation dept.Near
Andhra
8 Nala 5285.32 TP31 - TP32 4.41 11.76 3.93 58.00 IRRIGATION Suptd.ENG Revenue Guest house,NR West Godavari 534001 08812-230267
Pradesh
peta,Eluru
Irrigation dept.Near
Andhra
9 Nala 9270.82 TP51 - TP52 6.02 3.82 2.49 10.59 IRRIGATION Suptd.ENG Revenue Guest house,NR West Godavari 534001 08812-230267
Pradesh
peta,Eluru
Irrigation dept.Near
Doddampeta Andhra
10 9539.52 TP52 - TP53 3.23 4.53 2.52 73.00 IRRIGATION Suptd.ENG Revenue Guest house,NR West Godavari 534001 08812-230267
Drain Pradesh
peta,Eluru
Irrigation dept.Near
Injaram Lined Andhra
11 9928.48 TP55 - TP56 6.71 16.55 10.15 82.00 IRRIGATION Suptd.ENG Revenue Guest house,NR West Godavari 534001 08812-230267
Canal Pradesh
peta,Eluru

GAIL/MSA/DES/KKCPL/REPORT-001_0A Page 30
ANNEXURE : DES-12

LIST OF RIVER CROSSING


Crossing
Between Bank Bed ROW
Sl. Name as Per Chainage as Authority Authority Authority Authority Authority Authority
Pillar RL (m) Width Width Width Jurisdiction
No. Authority Per Pipeline Name Address1 District Pin State Telephone
Location (m) (m) (m)
(m)
There is no Crossing in route

GAIL/MSA/DES/KKCPL/REPORT-001_0A Page 31
ANNEXURE : DES-13

LIST OF PIPELINE CROSSINGS


Sl. Type of
Chainage (m) Description Between Pillar Location RL (m)
No. Crossing
1 Pipeline 903.21 Pipeline TP4 - TP5 9.188
2 Pipeline 3274.6 Pipeline TP19 - TP20 7.792
3 Pipeline 5305.96 Pipeline TP31 - TP32 6.929
4 Pipeline 6661.94 Pipeline TP36 - TP37 8.322
5 Pipeline 7577.1 Pipeline TP42 - TP43 7.264
6 Pipeline 10139.71 Pipeline TP56 - TP57 7.417

GAIL/MSA/DES/KKCPL/REPORT-001_0A Page 32
ANNEXURE : DES-14

LIST OF POWER LINE CROSSINGS


Crossing
Sl. No. Chainage (m) Heigth (m) Easting Northing R.L.
Description
1 Power Line 828.65 8 610534.369 1847735.058 97.91
2 Power Line 9300.67 10 615381.053 1854420.742 97.112
3 Power Line 9841.55 8 615626.363 1854896.809 97.352
4 Power Line 9944.09 8 615655.939 1854994.994 99.142

GAIL/MSA/DES/KKCPL/REPORT-001_0A Page 33
ANNEXURE : DES-15

TURNING POINTS, DISTANCES & BEARING STATEMENT

TP - IP PILLAR DEFLECTION ANGLE R.L.


Sr. No. CHAINAGE (Km) DISTANCE (m) EASTING NORTHING LATITUDE LONGITUDE
NO. DEG MIN SEC (M)

1 TP0 0 00°00'00"R 8.25 610338.5509 1846931.529 16,42,9.017117 82,2,5.744137


2 TP1 00+007.30 7.30 08°05'45"R 8.26 610339.1098 1846938.81 16,42,9.253932 82,2,5.764283
3 TP2 00+432.82 425.52 00°01'30"L 8.32 610431.1026 1847354.262 16,42,22.756347 82,2,8.943084
4 TP3 00+726.27 293.45 10°30'29"R 8.40 610494.4173 1847640.795 16,42,32.068832 82,2,11.131103
5 TP4 00+889.53 163.26 13°09'54"L 8.54 610558.1269 1847791.114 16,42,36.949116 82,2,13.308582
6 TP5 00+903.37 13.84 21°47'25"L 9.16 610560.4826 1847804.747 16,42,37.392307 82,2,13.390515
7 TP6 00+914.53 11.16 15°11'10"L 9.24 610558.1639 1847815.668 16,42,37.748047 82,2,13.314146
8 TP7 00+937.63 23.10 12°12'35"R 9.54 610547.6123 1847836.223 16,42,38.418651 82,2,12.961496
9 TP8 00+958.49 20.86 332°44'36"L 8.29 610542.2265 1847856.375 16,42,39.075267 82,2,12.783191
10 TP9 01+108.00 149.51 00°09'12"L 8.13 610574.0595 1848002.455 16,42,43.823016 82,2,13.883675
11 TP10 01+405.37 297.37 00°36'26"R 8.23 610636.5971 1848293.175 16,42,53.271842 82,2,16.046341
12 TP11 01+560.00 154.63 00°35'45"R 8.21 610670.7171 1848443.995 16,42,58.173424 82,2,17.22493
13 TP12 01+604.88 44.88 00°26'10"R 8.23 610681.0737 1848487.659 16,42,59.592403 82,2,17.582304
14 TP13 01+857.12 252.24 02°37'31"L 7.71 610741.1527 1848732.635 16,43,7.553213 82,2,19.65401
15 TP14 01+952.77 95.65 18°47'47"R 8.06 610759.656 1848826.478 16,43,10.603525 82,2,20.295311
16 TP15 02+172.86 220.09 01°50'49"R 8.18 610869.5365 1849017.176 16,43,16.789769 82,2,24.039104
17 TP16 02+310.05 137.19 21°04'42"R 8.08 610941.8167 1849133.763 16,43,20.570972 82,2,26.500274
18 TP17 02+753.38 443.33 00°41'31"R 7.36 611295.2981 1849401.332 16,43,29.216871 82,2,38.483267
19 TP18 02+964.22 210.84 00°12'54"R 7.65 611464.9287 1849526.541 16,43,33.261928 82,2,44.23327
20 TP19 03+198.75 234.53 00°21'09"L 7.36 611654.144 1849665.111 16,43,37.738321 82,2,50.647023
21 TP20 03+396.21 197.46 01°47'28"L 7.55 611812.7299 1849782.756 16,43,41.539054 82,2,56.022875
22 TP21 03+480.26 84.05 02°58'01"R 8.43 611878.6349 1849834.918 16,43,43.224984 82,2,58.257566
23 TP22 03+759.04 278.78 02°00'00"L 7.73 612105.8957 1849996.385 16,43,48.43972 82,3,5.960272

GAIL/MSA/DES/KKCPL/REPORT-001_0A Page 34
ANNEXURE : DES-15

TP - IP PILLAR DEFLECTION ANGLE R.L.


Sr. No. CHAINAGE (Km) DISTANCE (m) EASTING NORTHING LATITUDE LONGITUDE
NO. DEG MIN SEC (M)

24 TP23 03+988.17 229.13 00°45'17"R 7.32 612287.9322 1850135.53 16,43,52.935854 82,3,12.131995


25 TP24 04+243.24 255.07 00°27'48"L 7.05 612492.6039 1850287.747 16,43,57.853358 82,3,19.070474
26 TP25 04+492.07 248.83 01°23'01"R 7.15 612691.0598 1850437.85 16,44,2.703081 82,3,25.798777
27 TP26 04+513.07 21.00 08°37'03"L 7.16 612708.1098 1850450.11 16,44,3.099044 82,3,26.376718
28 TP27 04+548.06 34.99 12°22'20"L 7.16 612733.1361 1850474.563 16,44,3.89036 82,3,27.22619
29 TP28 04+743.15 195.09 01°17'37"R 7.13 612840.2195 1850637.634 16,44,9.177775 82,3,30.871464
30 TP29 04+810.76 67.61 00°04'32"R 7.18 612878.5998 1850693.3 16,44,10.982368 82,3,32.177499
31 TP30 04+992.16 181.40 02°17'17"L 7.15 612981.7679 1850842.511 16,44,15.819462 82,3,35.688143
32 TP31 05+168.25 176.09 04°47'21"R 6.52 613076.0519 1850991.235 16,44,20.642231 82,3,38.898745
33 TP32 05+306.92 138.67 03°40'43"L 6.94 613159.8195 1851101.746 16,44,24.22345 82,3,41.747379
34 TP33 05+770.32 463.40 00°11'26"R 6.83 613415.4777 1851488.246 16,44,36.754765 82,3,50.450473
35 TP34 06+094.78 324.46 00°06'37"R 6.52 613595.3823 1851758.265 16,44,45.50917 82,3,56.574609
36 TP35 06+269.88 175.10 00°58'27"R 6.54 613692.7493 1851903.795 16,44,50.227365 82,3,59.889038
37 TP36 06+457.82 187.94 01°42'15"L 6.68 613799.8973 1852058.198 16,44,55.232539 82,4,3.535428
38 TP37 06+662.19 204.37 00°18'34"R 8.11 613911.3699 1852229.494 16,45,0.78659 82,4,7.330984
39 TP38 06+754.31 92.12 00°24'06"R 6.93 613962.0347 1852306.436 16,45,3.281224 82,4,9.055936
40 TP39 06+872.47 118.16 00°03'31"L 7.11 614027.7104 1852404.667 16,45,6.465913 82,4,11.2917
41 TP40 07+016.95 144.48 00°01'05"L 7.03 614107.8924 1852524.861 16,45,10.362673 82,4,14.021371
42 TP41 07+188.51 171.56 00°28'50"R 7.07 614203.0545 1852667.608 16,45,14.990609 82,4,17.261075
43 TP42 07+416.17 227.66 00°23'45"L 6.99 614330.9172 1852855.964 16,45,21.096784 82,4,21.613483
44 TP43 07+600.35 184.18 00°07'34"L 7.15 614433.3086 1853009.064 16,45,26.060269 82,4,25.099325
45 TP44 07+748.59 148.24 00°00'40"R 6.94 614515.4487 1853132.471 16,45,30.061164 82,4,27.895872
46 TP45 07+870.00 121.41 00°18'25"R 7.07 614582.7398 1853233.526 16,45,33.337386 82,4,30.186885
47 TP46 07+955.09 85.09 00°03'43"L 7.13 614630.2806 1853304.098 16,45,35.625242 82,4,31.805336

GAIL/MSA/DES/KKCPL/REPORT-001_0A Page 35
ANNEXURE : DES-15

TP - IP PILLAR DEFLECTION ANGLE R.L.


Sr. No. CHAINAGE (Km) DISTANCE (m) EASTING NORTHING LATITUDE LONGITUDE
NO. DEG MIN SEC (M)

48 TP47 08+136.22 181.13 00°05'47"R 7.52 614731.314 1853454.428 16,45,40.498779 82,4,35.24496


49 TP48 08+237.31 101.09 00°16'38"L 7.33 614787.844 1853538.235 16,45,43.215668 82,4,37.169457
50 TP49 08+402.90 165.59 00°27'12"R 7.19 614879.7744 1853675.958 16,45,47.680584 82,4,40.299414
51 TP50 08+600.50 197.60 00°26'00"L 7.03 614990.7733 1853839.431 16,45,52.97995 82,4,44.078136
52 TP51 08+895.82 295.32 00°12'21"R 7.35 615154.8156 1854085.001 16,46,0.94112 82,4,49.663448
53 TP52 09+281.36 385.54 00°31'01"R 7.04 615370.1249 1854404.821 16,46,11.309039 82,4,56.99404
54 TP53 09+563.88 282.52 06°22'03"L 7.41 615530.0092 1854637.748 16,46,18.85946 82,5,2.436892
55 TP54 09+657.58 93.70 11°36'29"L 7.06 615574.1419 1854720.406 16,46,21.541081 82,5,3.942686
56 TP55 09+887.80 230.22 00°29'50"R 7.27 615639.4926 1854941.16 16,46,28.712186 82,5,6.190613
57 TP56 10+010.96 123.16 01°38'24"L 7.39 615675.4768 1855058.948 16,46,32.538278 82,5,7.42772
58 TP57 10+140.00 129.04 176°59'15"L 7.42 615709.6314 1855183.388 16,46,36.581131 82,5,8.604276

GAIL/MSA/DES/KKCPL/REPORT-001_0A Page 36
ANNEXURE : DES-16

TOTAL LENGTH STATEMENT

Sl. No. Description Total Length (km)

START POINT FROM GAIL SV4 KOTIPALLI @CH,: 0.00KM END POINT TO GAIL SV5 JUNCTION
1 10+140.00
POINT AT K CHERUVU @CH.: 10.140KM

Total Length 10+140.00

DISTRICT WISE LENGTH STATEMENT


Chainage (m)
Sl. No. State District Taluk Total Length (Km)
From - To
Andhra
1 West Godavari After Cadastral
Pradesh

TOTAL -

GAIL/MSA/DES/KKCPL/REPORT-001_0A Page 37
ANNEXURE : DES-17

LIST OF VILLAGES FALLING ALONG THE ROUTE OF THE PIPELINE


START CH END CH TOTAL LENGTH
Sl. No. VILLAGE TEHSIL DISTRICT
(KM) (KM) (KM)
1 KOTIPALLI PAMARRU EAST GODAVARI 0.000 0.316 0.316
2 SUNDARPALLI PAMARRU EAST GODAVARI 0.316 1.577 1.261
3 KOTA PAMARRU EAST GODAVARI 1.577 2.975 1.398
4 GANGAVARAM PAMARRU EAST GODAVARI 2.975 5.316 2.341
5 DENGARU PAMARRU EAST GODAVARI 5.316 8.311 2.995
6 VEGAYAMPETA PAMARRU EAST GODAVARI 8.311 10.140 1.829

6 Nos. 1 Nos. 1 Nos. Toatl Length (Km) 10.140

GAIL/MSA/DES/KKCPL/REPORT-001_0A Page 38
ANNEXURE : DES-18

ROW Land Cost Analysis

COST ESTIMATES FOR ROU ACQUISITION


ROU Width - 0 m

Approx. Land Cost Rate Average Crop Land Crop Extra


Sr. Length RoW Cost
State District Land Rate (1/10th) Crop (Per Rates Compensation Compensation Damage
No. (m) (Rs)
Per Acre ` Per M² Mtr.Sq.) ` Per M² (Rs) (Rs) (Rs)

Total 0.00 0.00 0.00 0.00 0

Total Cost(RS) 0

Total Cost per Running Meter (RS) 0.000

Deatailed engineering survey of Gail existing pipeline

GAIL/MSA/DES/KKCPL/REPORT-001_0A Page 39
ANNEXURE : DES-19

DETAILS OF APPROXIMATE COST ESTIMATE FOR STATUTORY CLEARANCES

LENGTH OF THE PIPELINE (M) : 10,140.00

Permission Fees Deposits (Refundable) Total Total Cost


Sr. Length
Classification Statutory Clearances (Rs) in (Rs) (D X F Remarks
No. (m) / Nos.
(Rs) Unit (Rs) Unit {D X E} + G)
A B C D E F G H I
National Highway
1 MC 0 2,00,000 /No. 50,000 /No. 0 0 One Time
Crossing

2 MC STATE HIGHWAY 1 1,00,000 /No. 50,000 /No. 1,00,000 1,50,000 One Time

MDR,ODR & Other


3 MC 5 50,000 /No. 25,000 /No. 2,50,000 3,75,000 One Time
Road Crossing

4 MC River Crossing 0 2,00,000 /No. 5,00,000 /No. 0 0 One Time

5 MC Canal Crossing 3 1,00,000 /No. 2,50,000 /No. 3,00,000 10,50,000 One Time

Drain/Channel/Nalla/
6 MC 8 35,000 /No. 0 /No. 2,80,000 2,80,000
Streams Crossing

7 MC B.G Railway 1 12,00,000 /No. - 12,00,000 12,00,000

Hydrocarbon Pipeline
8 MC 0 2,50,000 /No. 2,50,000 /No. 0 0 One Time
Crossing
Total 18 21,30,000 30,55,000
Statutory Cost Rs/m 301.28

The estimated cost for the statutory clearances is estimated as Rs.0.31Crore. (Rs. 301.28Rs/m) for 18 Crossings
GAIL/MSA/DES/KKCPL/REPORT-001_0A Page 40
ANNEXURE : DES-20

LIST OF ENGINNERING DRAWINGS

ROUTE MAP
SL. NO. SCALE ROUTE MAP SHEET REMARK
1 1 : 50,000 GAIL-MSA-DES-KKCPL-SHEET-001

LIST OF ALIGNMENT SHEETS

SL. NO. ALIGNMENT SHEET NO. CHAINAGE TO CHAINAGE REMARK

1 GAIL-MSA-DES-KKCPL-ALG-001 0.000KM TO 1.750KM


2 GAIL-MSA-DES-KKCPL-ALG-002 1.750KM TO 3.500KM
3 GAIL-MSA-DES-KKCPL-ALG-003 3.500KM TO 5.250KM
4 GAIL-MSA-DES-KKCPL-ALG-004 5.250KM TO 7.000KM
5 GAIL-MSA-DES-KKCPL-ALG-005 7.000KM TO 8.750KM
6 GAIL-MSA-DES-KKCPL-ALG-006 8.750KM TO 10.140KM

LIST OF CROSS SECTION


SL. NO. TYPE OF CROSSING CHAINAGE (M) CROSSING NAME
1 Asphalted Road 899.070 GAIL-MSA-DES-KKCPL-CS-01
2 Asphalted Road 930.010 GAIL-MSA-DES-KKCPL-CS-02
3 Canal 997.680 GAIL-MSA-DES-KKCPL-CS-03
4 Nala 1577.930 GAIL-MSA-DES-KKCPL-CS-04
5 Drain 2641.010 GAIL-MSA-DES-KKCPL-CS-05
6 Drain 2941.250 GAIL-MSA-DES-KKCPL-CS-06
7 RAILWAY 3423.800 GAIL-MSA-DES-KKCPL-CS-07
8 State Highway-14 3487.480 GAIL-MSA-DES-KKCPL-CS-08
9 Canal 3767.740 GAIL-MSA-DES-KKCPL-CS-09
10 Nala 4371.000 GAIL-MSA-DES-KKCPL-CS-10
11 Asphalted Road 4395.410 GAIL-MSA-DES-KKCPL-CS-11
12 Drain 5233.370 GAIL-MSA-DES-KKCPL-CS-12
13 Nala 5285.320 GAIL-MSA-DES-KKCPL-CS-13
14 Asphalted Road 6653.970 GAIL-MSA-DES-KKCPL-CS-14
15 Nala 9270.820 GAIL-MSA-DES-KKCPL-CS-14A
16 Drain 9539.520 GAIL-MSA-DES-KKCPL-CS-15
17 Canal 9928.480 GAIL-MSA-DES-KKCPL-CS-16
18 Asphalted Road 9939.880 GAIL-MSA-DES-KKCPL-CS-17

GAIL/MSA/DES/KKCPL/REPORT-001_0A Page 41
ANNEXURE : DES-21

LIST OF DGPS CO-ORDINATE ALONG THE ROUTE

Sl. No. Point ID Easting Northing Latitude Longitude R.L (m) Remarks

Marked with Yellow


1 DGPS-0 610330.00 1846891.00 16,42,7.69983 82,2,5.448333 10.091
paint

Marked with Yellow


2 DGPS-1 611879.00 1849821.00 16,43,42.772061 82,2,58.267416 8.590
paint

Marked with Yellow


3 DGPS-2 613903.00 1852258.99 16,45,1.74778 82,4,7.053683 8.465
paint

Marked with Yellow


4 DGPS-3 615763.05 1855262.46 16,46,39.144403 82,5,10.423106 8.520
paint

GAIL/MSA/DES/KKCPL/REPORT-001_0A Page 42
ANNEXURE : DES-22

LIST OF POND CROSSING THE ROUTE OF PIPELINE

Between
Sl. No. Name of Crossings Chainage To Chainage (m) Distance (M) REMARK
TP/IP

1 Pond TP24 - TP25 4296.38 4343.24 0.00 En-Route

GAIL/MSA/DES/KKCPL/REPORT-001_0A Page 43
Tractebel is a global engineering company delivering game-changing solutions for a carbon-neutral future. Insights
gathered during our more than 150 years of experience in energy, urban, nuclear and water projects combined with
local expertise allow us to tackle complex future-oriented projects. By connecting strategy, design, engineering and
project management, our community of 5,000 imaginative experts helps companies and public authorities create
positive impact towards a sustainable world, where people, planet and profit collectively thrive. With offices in
Europe, Africa, Asia, the Middle East and Latin America, the company registered a turnover of 671 million Euros in
2019. Tractebel is part of the ENGIE Group, a global reference in low-carbon energy and services.

TRACTEBEL ENGINEERING PVT. LTD.

GURGAON OFFICE
Intec House, 37
Institutional Area, Sector 44
122002 - Gurgaon - India
tractebel-engie.com

Mritunjay KUMAR
mritunjay.kumar@tractebel.engie.com

You might also like