Sei sulla pagina 1di 615

Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
6724-
TENDER_DOC-
6724-000-12-42-CR-
T-9602
A TENDER DOCUMENT 3
6724-000-12-42-CR-
T-9602
1 COMPLETION OF BALANCE WORKS OF BREAKWATER 437
6724-000-12-42-
SOW-4005
1 SCOPE OF WORK FOR COMPLETION OF BREAKWATER 440
6724-000-12-42-BD-
4005
0 DESIGN CRITERIA FOR COMPLETION OF BREAKWATER 464
6724-000-12-42-SP-
4005
0 CONST. SPECIFICATION FOR COMPLETION OF
BREAKWATER
489
Construction_Specifi
cations_Appendix 2
0 JOB SPECIFICATIONS 523
8714157-R3-CGL 1 JOB SPECIFICATIONS 543
6724-000-12-42-RP-
4002
0 LIST OF MINIMUM EQUIPMENT 587
6724-000-12-42-
1001
0 EGS BATHYMETRY 591
6724-000-12-42-
1002
0 EGS BATHYMETRY DETAIL 592
6724-000-12-42-
1003
0 EGS THICKNESS OF SOFT LAYER 593
6724-000-12-42-
1004
0 EGS AS-BUILT SIDE SCAN SONAR SURVEY & BOREHOLES 594
6724-000-12-42-
1005
0 GEOTECHNICAL PROFILE 595
6724-000-12-42-
1006
0 CONNECTION WITH NEWLY BUILT BREAKWATER -A 596
6724-000-12-42-
1007
0 CONNECTION WITH NEWLY BUILT BREAKWATER -B 597
6724-000-12-42-
1008
0 CONNECTION WITH NEWLY BUILT BREAKWATER -EXAMPLE 598
6724-000-12-42-
1009
0 ROUND HEAD TYPICAL SECTION 599
6724-000-12-42-
1010
0 TRUNK TYPICAL SECTION 600
6724-000-12-42-
1011
0 TYPICAL SECTION CH-20.00M 601
6724-000-12-42-
1012
0 TYPICAL SECTION CH-220.0M 602
6724-000-12-42-
1013
0 TYPICAL SECTION CH-420.0M 603
6724-000-12-42-
1014
0 TYPICAL SECTION CH-620.0M 604
6724-000-12-42-
1015
0 TYPICAL SECTION CH-820.0M 605
6724-000-12-42-
1016
0 TYPICAL SECTION CH-1020M 606
6724-000-12-42-
1017
0 TYPICAL SECTION CH-1130M 607
6724-000-12-42-
1018
0 TYPICAL SECTION CH-1200M 608
6724-000-12-42-
1019
0 TYPICAL SECTION CH-1400M 609
6724-000-12-42-
1020
0 TYPICAL SECTION CH-1710M 610
Page 1 of 615
Table of Contents
Document Number Rev. Document Title Page
Number
6724-000-12-42-
1021
0 TYPICAL SECTION CH-1910M 611
6724-000-12-42-
1022
0 TYPICAL SECTION CH-1970M 612
6724-000-12-42-
1023
0 TYPICAL SECTION CH-2110M 613
6724-000-12-42-
1024
0 TYPICAL SECTION CH-2310M 614
6724-000-12-42-
1025
0 TEMPORARY NORTH ROUND HEAD 615
Page 2 of 615
RATNAGIRI GAS AND POWER PVT. LTD.
LNG TERMINAL PROJECT, RATNAGIRI



BIDDING DOCUMENT NO.: AK/6724-000-12-42-CR-T-9602/1045


INTERNATIONAL COMPETITIVE BIDDING



BIDDING DOCUMENT
FOR
COMPLETION OF BALANCE WORKS OF
BREAK WATER









GAIL (INDIA) LIMITED
(Owners Engineer)



Prepared & Issued by:



SL. No
Bidding Document Fee (Non refundable) :
INR 60,000/- or USD 1000
Page 3 of 615
2-6724-MI-1045 Page 1 of 1
MASTER INDEX

NAME OF WORK : COMPLETION OF BALANCE WORKS OF BREAK WATER AT LNG
TERMINAL OF M/S RATNAGIRI GAS AND POWER PRIVATE
LIMITED, DABHOL, MAHARASHTRA, INDIA
BIDDING DOCUMENT NO. AK/6724-000-12-42-CR-T-9602/1045

S. NO. DESCRIPTION NO. OF
SHEETS
COMMERCIAL SECTION
1. COVER PAGE 1
2. MASTER INDEX 1
3. INVITATION FOR BIDS 8
4. ISSUE LETTER 1
5. ACKNOWLEDGEMENT CUM CONSENT LETTER 2
6. INSTRUCTIONS TO BIDDERS (ITB) 23
7. ADDENDUM TO ITB FOR E-PROCUREMENT 60
8. PROPOSAL FORMS 47
9. GENERAL CONDITIONS OF CONTRACT (GCC) 73
10. BANK GUARANTEE FORMATS 8
11. SPECIAL CONDITIONS OF CONTRACT (SCC) 28
12. ANNEXURES TO SCC
a. i) TIME SCHEDULE 2
ii) TERMS OF PAYMENT 10
iii) KEY SUPERVISORY PERSONNEL 2
iv) QUALIFICATION & EXPERIENCE OF KEY SUPERVISORY
CONSTRUCTION PERSONNEL
9
v) QUALITY ASSURANCE SYSTEM 9
vi) SPEC. FOR HEALTH, SAFETY AND ENVIRONMENT
MANAGEMENT AT CONSTRUCTION SITE
57
vii) MEASUREMENT OF WORK 2
viii) OIL INDUSTRY SAFETY DIRECTORATE (OISD) GUIDELINES-
192 & 207
36+38
ix) SPEC FOR DOCUMENTATION REQUIREMENTS FROM
CONTRACTORS AND SPRC FOR DOCUMENTATION
REQUIREMENTS FROM SUPPLIERS.
12
x) SUPPLY OF STEEL AND CEMENT 3
13. PREAMBLE TO SCHEDULE OF RATES 1
14. SCHEDULE OF RATES 10

Page 4 of 615
Page 1 of 8


GLOBAL NOTICE FOR INVITATION FOR BIDS (IFB)
FOR
COMPLETION OF BALANCE WORKS OF BREAK WATER AT LNG TERMINAL OF M/S RATNAGIRI GAS
AND POWER PRIVATE LIMITED, DABHOL (MAHARASHTRA), INDIA
(BIDDING DOCUMENT NO. AK/6724-000-12-42-CR-T-9602/1045)
(INTERNATIONAL COMPETITIVE BIDDING)
1.0 PROJECT DETAILS
1.1 The Government of India has entrusted the task of reviving and restructuring of the Dabhol Project to
GAIL and NTPC (both are Government of India Undertakings). GAIL and NTPC have formed a Joint
Venture Company, named Ratnagiri Gas and Power Private Limited (RGPPL) to complete the balance
of the works at the LNG Terminal and Power Plant, commission the same and thereafter, operate the
facility. The balance of the works for the completion at the LNGTerminal is being managed after by
GAIL.
1.2 RGPPL has engaged GAIL as the Owners Engineer and in turn GAIL has appointed Engineers India
Limited (EIL), as their primary Project Management Consultant (PMC) for PMC services for the
completion and commissioning of the balance of the works of LNG Terminal.
1.3 EIL on behalf of Owner's Engineer i.e. GAIL invites bids through e- tendering on International
Competitive Bidding Basis for Completion of Balance Works of Breakwater under single stage two e-
envelopes system bidding from competent agencies with sound technical and financial capabilities and
meeting the qualifying requirements as stated under Para 8.0 below.
2.0 SCOPE OF WORK
The scope of work for completion of the breakwater comprise mobilization and demobilization of all
personnel, equipment and marine spread, basic design, detailed engineering and physical model tests,
surveys, temporary works, development of quarries, supply of materials, construction of balance
portion of the breakwater and removal of temporary works as per assessment reports, job
specifications, codes, recommendations of license holders, drawings and direction of engineer-in-
charge.
The brief scope of work includes but is not limited to the following:
2.1 Basic Design, Physical Model Tests, Detailed and construction engineering with calculations and
drawings as detailed in Design Criteria.
2.2 Survey of Armour of constructed part of breakwater prior to Detailed Design and construction, by
ECHOSCOPE and divers in parallel, as required in tender specifications.
2.3 Pre-engineering, Pre-construction-regular during construction and Post-construction surveys of
bathymetry, meteorological parameters and partially constructed sections, as detailed in tender
specifications.
2.4 Site Survey, assessment, Identification of Quarry, Acquisition / leasing, obtaining license from various
authorities, development, quarrying, and restoration of quarry including temporary production and
handling facility.
2.5 Quarrying of required rock core and underlayer armour.
2.6 Testing, sorting and screening of rock material.
2.7 Production of balance ACCROPODE
TM
units required to complete the breakwater as per license
holder's specifications
2.8 Taking over of existing ACCROPODE
TM
available in Bharti Shipyard on As is where is basis and
furnishing the receipt of free issue ACCROPODE
TM
units (indicating total number). Carrying out
Inspection Survey of existing Accropodes as per the Artelia Specification for the ACCROPODE
TM
blocs
stored at land and submitting survey results to company for issue of Fit for purpose certificate for use in
breakwater construction. Minor repair to exiting ACCROPODE
TM
if any required. Any ACCROPODE
TM
damaged during transportation and found not fit for use shall be replaced with new ACCROPODE
TM

units without any additional cost and time effect. Balance rejected Accropodes will be disposed by
contractor at its own cost.
Page 5 of 615
Page 2 of 8

2.9 Disposal of rejected ACCROPODE
TM
units and other materials in the disposal site indicated by the
Owner
2.10 Stockpiling of all materials and Transportation of all materials to breakwater construction site
2.11 Repairs and modifications (if any, following analysis of the results of survey at Sl No 2.2) above to
existing construction of the breakwater
2.12 Dredging/ Removal of silt/sand deposits on the sides of the existing partly completed submerged
breakwater as well as in the virgin area. Disposal of the dredged material in the offshore dumping site
about 15km offshore the site indicated by the Owner.
2.13 Construction of balance portion of breakwater, after dredging of soft material: placing of core material,
rock and ACCROPODE
TM
units (as per license holders specifications and requirements including
supervision) and approved drawings and documents.
2.14 Repairs to breakwater (if any) during the construction period.
2.15 Removal of old and new temporary works in Owner's provided land, as per directions of Engineer-in-
Charge.
2.16 Installation of Swell measurement meter as per attached specifications.
2.17 Any other works required to complete the breakwater as per design requirements and specifications.
2.18 As built drawings of completed breakwater along with maintenance plan.

3.0 COMPLETION SCHEDULE: Thirty (30) Months from the date of Fax of acceptance.
4.0 SALIENT FEATURES OF BIDDING DOCUMENT:
a) Bidding Document No. : AK/6724-000-12-42-CR-T-9602/1045
( Corresponding e-tender No:-8000005581)
b) Bidding Document Available
on Website
:
From 21.08.2013 to 03.10.2013
c) Earnest Money Deposit / Bid
Security
:
Indian Bidders) - INR 6,45,00,000/- (Indian
Rupees Six four point five Million Only)
Foreign Bidder :- USD 1,080,000 /- (USD One
Point zero eight Million Only )

d) Last date of Receipt of
Bidder's Queries for Pre-bid
discussion
: 06.09.2013
e) Date, Time & Venue of Pre-
Bid Conference
: 10.09.2013 at 1100 Hrs (IST) at GAIL (India)
Limited, 16 Bhikaiji Cama Place , R.K. Puram ,
New Delhi - 110066 (India)

f) Last date and time of
submission of Bids
: Upto 1400 Hrs. (IST) on 04.10.2013
g) ,

Opening of Techno-
commercial (Unpriced) Bids
: At 1500 Hrs. (IST) on 04.10.2013 (In presence of
authorised representatives of attending bidders).
h) Cost of Bidding Document
(Non Refundable )
: For Indian Bidders :- INR 60,000/-
For Foreign Bidders :USD 1000 or INR 60,000/-
(The offer sent without payment of requisite
document fee will be ignored straight away)
Page 6 of 615
Page 3 of 8

i) Opening of Price Bids : Date , Time & Venue shall be intimated later
If any of the days specified above happens to be declared holiday in EIL, the next working day shall
be considered.

Bids to be submitted on GAILs E-Tendering website (https://etender.gail.co.in). Bidders shall submit
their bids i.e. UN-PRICED Bid in Technical Documents Folders of e- tendering system and Price Bid
in Notes & Attachment., We have enclosed Price Schedule Formats as an PDF attachment in Bidding
Document . Bidders are requested to downloads the same and quote their prices strictly as per the
format without altering the content of it . The bid will be submitted in two parts as follows :-

PART-I (UN-PRICED BID):- To be submitted on Technical Documents of e- tendering system.
Unpriced bid must be complete with all technical details alongwith all other required documents
including price schedule with Price blanked out. In addition, documents as mentioned under Clause
14.0 below shall also be submitted in physical form.

PART-II (PRICED BID):-To be submitted in notes & attachment. Price Bid should contain only the
prices, without any condition whatsoever. Bids complete in all respects should be submitted on or
before last date and time of Bid submission. The Bids submitted online in GAILs e-tendering system
will only be considered for evaluation. Physical Bids sent through Fax/E-mail/Courier/ Post will not be
accepted.
5.0 Bidder shall download the Bidding Document in his own name and submit the bid directly. The
Bidding Document is non-transferable. Bid submitted by Bidder who has not downloaded the Bidding
Document will be liable for rejection
6.0 The complete Bidding Document is available on the websites GAIL (http://www.gailonline.com,
http://www.gailtenders.in), EIL website (http://tenders.eil.co.in/newtenders) and GAILs e-Tendering
website (https://etender.gail.co.in) and Government website http://eprocure.gov.in/cppp/relatedlinks.
Bidders desirous to submit their Bid shall pay requisite Bidding Document fee mentioned above.
Scanned copy of Demand Draft towards Bid DocumentFee shall be up loadd in e-Tender by the
bidder failing which Bids shall not be considered and the representative of such bidder shall not be
allowed to attend the Bid opening . For Bid submitted on downloaded document, the Bidder in whose
name the Bid and the Bid Security/EMD is submitted shall be considered for evaluation.
7.0 Accredited Representatives of Foreign Bidders in India are also permitted to download the Bidding
Document on behalf of Foreign Bidders, with specific authorisation from the later, on payment of
requisite Bidding Document fee in Indian Currency.
8.0 BIDDERS EVALUATION CRITERIA (BEC)
8.1 EXPERIENCE CRITERIA
A IN CASE OF SINGLE BIDDER
8.1.1 The bidder must have completed in a single contract, as a single bidder or as a leader of consortium,
at least one rubble mounded offshore breakwater (not connected to shore) of minimum length of 400
m located in sea during last 20 (twenty) years to be reckoned from last date of submission of bids.
The scope of work of the above referred qualifying job should comprise of design, engineering,
construction and project management of the break water and must include casting and placement of
patented concrete blocks like accropodes, tetrapodes etc. or similar specialized patented blocks in
construction of breakwater.
8.1.2 In case design and engineering was not part of the qualifying job (as per clause 8.1.1) or the bidder
himself has not carried out the design and engineering in the qualifying job (as per clause 8.1.1), the
bidder shall engage a suitably experienced engineering sub-contractor(s) for the design and
engineering for the breakwater. The engineering subcontractor(s) should have carried out the
engineering and design of at least one rubble mounded offshore breakwater (not connected to shore)
of minimum length of 400 m located in sea during last 20 (twenty) years to be reckoned from the last
date of submission of bids.

Page 7 of 615
Page 4 of 8

B IN CASE OF CONSORTIUM BID
8.1.3 The leader of the consortium shall meet the criteria specified in clause 8.1.1.
8.1.4 In case design and engineering was not part of the qualifying job (as per clause 8.1.3)or the leader of
consortium himself has not carried out the design and engineering in the qualifying job (as per clause
8.1.3), the consortium shall engage a suitably experienced engineering sub-contractor(s) for the
design and engineering for the breakwater. The engineering subcontractor(s) shall meet the criteria
specified in clause 8.1.2.
8.1.5 In addition to above, the other members of consortium should have experience in breakwater or works
associated with breakwater or ports & harbor or marine works. The total number of members in
consortium (including leader of consortium) shall not exceed three.

NOTES:-
i) Rubble mounded offshore breakwater as mentioned in cl. 8.1 above hereby is defined in general as a
rubble mounded breakwater in open sea which is constructed using marine vessels/ barges such as
crane barge, flat top barge, split hopper barge etc. or equivalent adequately equipped marine spreads
with all facilities suitable for offshore construction of breakwater and shall not be land connected to
shore during the construction stage or after completion of breakwater construction activities.

ii) In case bidder proposes to perform design & engineering through sub-contractor required as per
clause 8.1.2 or 8.1.4, the design and engineering sub-contractor will be evaluated for qualification as
per the qualification criteria mentioned in clause 8.1.2 or 8.1.4 at the bidding stage based on the
documentary evidences for past experience of the proposed sub-contractor submitted by the bidder.
In case bidder intends to change the design & engineering sub-contractor (only under exceptional
case) after award of works, the change shall be subject to acceptance by Engineer-in-charge ( EIC )
after evaluation of the proposed sub-contractor for the same qualification criteria laid down in clause
8.1.2 or 8.1.4.

8.1.6 Member(s) of the Consortium shall meet the relevant experience criteria specified above and shall
submit the Memorandum of Understanding (MOU) / consortium agreement.
8.1.7 The division in scope of work between consortium members shall commensurate with their past
experience. The overall Project management shall be performed by the leader. The members of
Consortium shall assume responsibility jointly and severally and shall submit agreement / MOU along
with the Bid clearly defining the scope and responsibility of each member along with nomination of the
Leader. This agreement / MOU must remain in force at least till the end of Defects Liability Period.
8.1.8 The consortium leader and the distribution of work will be identified and set forth in the bid and will not
be permitted to be changed thereafter.
8.1.9 The leader of the consortium shall be authorized to incur liabilities and receive instructions for and on
behalf of the consortium.
8.2 FINANCIAL CRITERIA
A IN CASE OF SINGLE BIDDER
8.2.1 The minimum annual turnover achieved by the Bidder as per the audited financial results during any
one of the three immediate preceding financial years shall be INR 1290 Million (Indian Rupees One
Thousand two Hundred Ninety Million only) for Indian bidders or USD 21.5 Million (US Dollar Twenty
One point Five Million only) for Foreign Bidders
8.2.2 Net worth of the bidder should be positive as per the immediate preceding years audited financial
results.
8.2.3 The minimum working capital of the bidder as per immediate preceding years audited financial results
shall be INR 258 Million (Indian Rupees Two Hundred Fifty Eight Million Only) for Indian Bidders or
USD 4.3 Million (US Dollar Four Point Three Million only) for foreign bidders. If the bidder's working
capital is inadequate, the bidder shall supplement the shortfall with letter issued by his Banker, having
a net worth not less than INR 1,000 Million or USD 16.67 Million confirming the availability of line credit
to meet the specified working capital requirement.
B IN CASE OF CONSORTIUM BID
Page 8 of 615
Page 5 of 8

8.2.4 The minimum annual turnover achieved by the leader of the consortium as per the audited financial
results during any one of the three immediate preceding financial years shall be INR 1290 Million
(Indian Rupees One Thousand Two Hundred Ninety Million only) for Indian Bidders or USD 21.5
Million (US Dollar Twenty One Point Five Million only) for foreign bidders while each of the other
members of the consortium should have minimum annual turnover of INR 645 Million (Indian Rupees
Six Hundred Forty Five Million Only) for Indian member or USD 10.8 Million (US Dollars Ten Point
Eight Million Only) for foreign member.
8.2.6 Net worth of the leader of consortium and each of its members should be positive as per the last
audited financial statement.
8.2.7 The minimum working capital of the leader of consortium as per immediate preceding years audited
financial results shall be INR 258 Million (Indian Rupees Two Hundred Fifty Eight Million Only) for
Indian Bidders or USD 4.3 Million (US Dollar Four Point Three Million Only) for Foreign Bidders. If the
leader's working capital is inadequate, the leader shall supplement the shortfall with letter issued by his
Banker, having a net worth not less than INR 1,000 Million or USD 16.67 Million confirming the
availability of line of credit to meet the specified working capital requirement
9.0 DOCUMENTS REQUIRED WITH BID:-
9.1 Bidder shall furnish details and confirmation as per bid qualifying criteria requirements along with
supporting documents including work orders & completion certificates etc. from the owner along with
his offer. Bidder shall furnish complete details of the proposed qualifying project ( for himself & design
& engineering sub-contractor, if any ) along with supporting documents clearly indicating bidders role
in the qualifying jobs including location drawings, work order and completion certificates from the
owner. Bidder shall also furnish details of major equipment, marine spread used, as-built layout
drawings, along with site details such as water depth, tidal variation for the proposed qualifying project.
9.2 The Bidder or the leader of consortium along with other members of the consortium is required to
submit audited financial results i.e. Annual Report including audited Balance Sheet and Profit & Loss
Account Statement for immediate three preceding financial years to meet the Turn-over Criteria ,
Net Worth & Working Capital specified at clause 8.2 above. In case the tenders having the bid
closing date up to 30th September of the relevant financial year and audited financial results of
immediate three preceding financial year being not available, the Bidder or the leader of Consortium
along with other members of the Consortium has an option to submit the audited financial results of
three years immediately prior to relevant financial year. Wherever, the bid closing date is after 30th
September of the relevant financial year, Bidder or the leader of consortium along with other members
of the Consortium has to compulsorily submit the audited financial results of immediate preceding three
financial years.
9.3 In case of Foreign Bidders submitting the supporting documents pertaining to BEC in a language other
than English language, the Bidder is required to submit true copies of such documents translated in
English duly signed, dated and stamped by an Official authorised for this purpose in Indian Embassy/
High Commission in bidders country. Bidder should ensure submission of complete information/
documents along with the bid.
10.0 GENERAL:
10.1 A job completed by a bidder as a sub-contractor shall be considered for the purpose of meeting the
experience criteria of BEC subject to submission of following documents:

a) Copy of work order along with SOR issued by main contractor.

b) Copies of completion certificated from the end user/ Owner and also from the main contractor.
The completion certificates shall have details like work order no. /date, brief scope of work,
ordered & executed value of the job, completion date etc.
10.2 All supporting documents furnished by the bidder in support of meeting the experience criteria of BEC
shall be duly certified by the statutory Auditor of the bidder or a practicing Chartered Accountant ( not
being an employee or a Director or not having any interest in the bidders company/firm) where
audited accounts are not mandatory as per law.
10.3 Bidder shall submit/upload following certificates along with bid certificates as per additional formats
provided along with PROPOSAL FORMS of the Bidding Document duly authenticated
documents/certificates as applicable required meeting the BEC, as explained above.
Page 9 of 615
Page 6 of 8


(I) Covering letter from Statutory Auditor/Chartered Accountant.
(II) Details of similar Supply of Goods/Works/Services in 20 (Twenty) years and certification from
Chartered Accountant in case audit of accounts is not mandatory as per law.
(III) Details of similar supply of Goods/Works/Services in past 20 (Twenty) years and certification
from Statutory Auditor who audits Annual accounts of Bidder.
(IV) Details of Financial Capability of the Bidder.

10.4 Failure to meet the above RGPPL / GAIL / EIL reserve the right to complete the evaluation based on
the details furnished by the bidder in the first instance along with their bid without seeking any
additional information
Bidders shall be required to submit the required documents for meeting BEC in a separate book
let in original within 7 (Seven) days from the date of opening of Un-priced Bid in sealed envelope
titled Documentation against Bidder Evaluation Criteria (BEC) for Bidding Document No.
AK/6724-000-12-42-CR-T-9602/1045 with proper index and page numbering. However,
bidders are required to upload the scanned copy of all BEC documents on E- Tendering website
along with the e-bid.
10.5 All documents submitted by the bidder towards meeting BQC shall be furnished in a separate booklet
titled Documentation against BQC (Technical and Commercial) with proper Index.
10.6 In absence of requisite documents RGPPL / GAIL / EIL reserves the right to reject the Bid without
making any reference to bidder(s).
a) Submission of authentic documents is the prime responsibility of the bidder.
b) Wherever RGPPL/GAIL / EIL has concern or apprehension regarding the authenticity/ correctness
of any document, RGPPL/GAIL / EIL reserves a right of getting the document cross verified from the
document issuing authority.
10.7 A job executed by a bidder for its own plant/ projects cannot be considered as experience for the
purpose of meeting requirement of BEC of the tender. However, jobs executed for Subsidiary/ Fellow
subsidiary/ Holding company will be considered as experience for the purpose of meeting BEC
subject to submission of tax paid invoice(s) duly certified by Statutory auditor of the bidder towards
payments of statutory tax in support of the job executed for Subsidiary / Fellow subsidiary/ Holding
company. Such bidders to submit these documents in addition to the documents specified in the
bidding documents to meet BEC.
10.8 The bidders who are on Holiday/ Negative list of GAIL or EIL or black listed by any Government
Department/ Public Sector on due date of submission of bid / during the process of evaluation of the
bids, the offers of such bidders shall not be considered for bid opening/evaluation/Award. If the
tender documents were issued inadvertently/downloaded from website, offers submitted by such
bidders shall also be not considered for bid opening/evaluation/Award.
10.9 Payment of Bidding Document fee shall be by Crossed Bank Draft/ Bankers cheque from any Indian
Scheduled Bank in favour of Ratnagiri Gas and Power Pvt. Limited, Noida Uttar Pradesh (U.P.),
payable at Noida and the same shall be submitted in physical form along with EMD. The bid of any
bidder shall be considered only if the bid is accompanied by the prescribed Bidding Document fee in
the form of demand draft along with EMD.
11.0 BID SECURITY /EARNEST MONEY DEPOSIT (EMD): Amount shall be as per clause no.4.0 as
above.
11.1 The foreign bidder shall submit the bid security in US dollar and the Indian Bidder shall submit the bid
security in Indian Rupees and shall be in the form of Demand Draft/Bankers Cheque/Letter of Credit
in favour of Ratnagiri Gas and Power Pvt. Limited, Noida Uttar Pradesh (U.P.), payable at Noida
(issued by Indian scheduled Bank or a branch of an International bank) or in the form of an
irrevocable Bank Guarantee in favour of GAIL (India) Ltd. as per format given under Proposal Form F-
3 of ITB.GAIL shall not be liable to pay any bank charges, commission or interest on the amount of
bid security.
11.2 In case, bid security is in the form of irrevocable Bank Guarantee the same shall be from any Indian
scheduled Bank or a branch of an International bank situated in India and registered with the Reserve
Page 10 of 615
Page 7 of 8

Bank of India as scheduled foreign bank. However, in case of Bank Guarantee from banks other than
the Nationalized Indian bank, the bank must be a commercial bank having net worth in excess of Rs.
1000 Million or USD 16.67 Million and a declaration to this effect should be made by such commercial
bank either in the bank guarantee itself or separately on its letterhead.
11.3 The bid security shall be valid for two (02) months beyond the validity of the bid as specified in the
Bidding Document i.e. 6 (Six) months beyond deadline for bid submission.
11.4 Bids without Earnest Money Deposit(EMD) / Bid Security will not be considered and will be summarily
rejected, subject to exemptions as mentioned at clause no. 16.0.
11.5 In case of Consortium, leader of Consortium shall submit the Bid Security. Bids not accompanied with
requisite Bid Security or Bid Security not in the requisite form shall be considered as nonresponsive
and such Bids shall be rejected.
12.0 Bidder can download the Bidding Document from EILs website http://tenders.eil.co.in/newtenders or
GAILs website http://www.gailonline.com or http://gailtenders.in or GAILs e-tendering website
https://etender.gail.co.in and Government website http://eprocure.gov.in/cppp/relatedlinks. However,
bidders have to submit their bids only through e-tendering website of GAIL.
Scanned copy of Demand Draft towards Bid DocumentFee shall be up loadd in e-Tender by the
bidder failing which Bids shall not be considered and the representative of such bidder shall not be
allowed to attend the Bid opening . For Bid submitted on downloaded document, the Bidder in whose
name the Bid and the Bid Security/EMD is submitted shall be considered for evaluation.
Corrigenda/Addenda, if any, shall also be available on the referred web sites. Further, bidder shall give
an undertaking on their letter head that the content of the bidding document have not been altered or
modified.
13.0 No extension in the bid due date / time shall be considered on account of delay in receipt of any
document by mail.
14.0 The following documents in addition to uploading the bid on the GAILs e-Tendering website shall also
be submitted in Original in physical form within 7 (seven) days from the final bid due date subject to the
conditions that the scanned copies of the same have been uploaded in e-Tender by the bidder within
the due date and time indicated in the e-Tender at the address mentioned in Instruction to Bidders of
Bidding Document:
I) Authenticated Document as per Clause no.10.3 above.
ii) Demand Draft towards Bidding Document Fee.
iii) EMD/Bid Security
iv) Power of Attorney.
v) Integrity Pact

15.0 RGPPL/GAIL/EIL reserves the right to assess bidders capability to execute this work by taking into
account various aspects such as performance during evaluation of bids.
16.0 REQUIREMENT FOR NSIC/PSU/MSME

i) The firms registered with NSIC (under its single point registration scheme) will be exempted from
the Bidding Document fee provided they are registered for the works they intend to quote. The
Government Department / PSUs will also be exempted from the payment of Bidding Document
fee. However, Industries registered with NSIC shall provide necessary documentary evidence,
whereas PSUs shall submit declaration to this effect that they are PSU and are eligible for getting
Bidding Document free of cost.

ii) Public Sector Undertakings and firm registered with NSIC are exempted from furnishing Bid
Security, provided the firms are registered for the works, they intend to quote and subject to their
enclosing with their bid a copy of latest and current registration certificate.

iii) Small Scale Industries registered with the NSIC under its single point registration scheme, shall
be exempted from submission of bid security subject to their enclosing with their bid a copy of
latest and current registration certificate.
Page 11 of 615
Page 8 of 8

iv) The bidders are required to confirm whether the enterprise is a Micro/ Small/ Medium enterprises
along with documents from the appropriate authority. Accordingly bidder to furnish the
confirmation as per format attached with bidding document.
17.0 Bidding Document is non-transferable. Bids received from bidders in whose name Bidding Document
fee has been submitted shall only be considered. Bidder must submit the Bidding Document Fee in
their name. Bidding Document fee will be submitted by bidders as per clause nos. 9.0 and 13.0 above.
In the event of this tender being cancelled, the tender fee shall be refunded to the concerned bidder.
18.0 RGPPL/GAIL/EIL will follow Purchase Preference Policy for Public Sector Undertakings/ Enterprises as
per prevailing guidelines of Government of India.
19.0 Bids must be accompanied with the bid security as mentioned above. Bids not accompanied with
requisite bid security or bid security not in the requisite form specified above, shall be considered as
non-responsive and such Bids shall be rejected.
20.0 RGPPL/GAIL/EIL shall not be responsible for any costs or expenses incurred by Bidder in connection
with the preparation or delivery of Bids, including costs and expenses related with visits to the site
21.0 Bids received after stipulated last date and time, due to any reasons what-so-ever, will not be
considered.
22.0 RGPPL/GAIL/ EIL reserve the right to reject any or all Bids received without assigning any reason.
23.0 Contact person: AGM (C&P), Engineers India Limited, EI Annexe- 2
nd
Floor, 1, Bhikaiji Cama Place,
New Delhi-110066, India. Telephone: +91-11-26762097, +91-11- 26762026 Telefax: +91-11-
26191714, 26167664, Email atul.kumar@eil.co.in / d.chatterjee@eil.co.in.



Assistant General Manager (C&P)
Engineers India Limited, New Delhi (India)




Page 12 of 615
Page 1 of 3
ISSUE LETTER OF BIDDING DOCUMENT


NAME OF WORK: COMPLETION OF BALANCE WORKS OF BREAK WATER
AT LNG TERMINAL OF M/S RATNAGIRI GAS AND
POWER PRIVATE LIMITED, DABHOL, MAHARASHTRA,
INDIA

BIDDING DOCUMENT NO. : AK/6724-000-12-42-CR-T-9602/1045

1. A set consisting of Bidding Document containing the Commercial Part and
Technical Part of the Bidding Document is issued to :

NAME & ADDRESS OF BIDDER: _____________________________

_____________________________

_____________________________


2. The cost of the Bidding Document (Non-Refundable) is INR 60,000/- or USD 1000
payable in the form of Crossed Demand Draft (DD No. __________________
dated _________________) in favour of Ratnagiri Gas and Power Private Limited
at NOIDA, Uttar Pradesh, India.

3. The Bidding Document is not transferable in any other name.

4. Bidders desirous to submit their bid on downloaded document have to pay
requisite document fee as specified in the bidding document while submitting their
bid. Bids submitted on downloaded documents shall not be considered for
opening without requisite bidding document fee.



AUTHORISED SIGNATORY
RATNAGIRI GAS AND POWER PRIVATE LIMITED









Page 13 of 615
Acknowledgement Letter

Engineers India Limited
New Delhi
Page 1 of 2

PROFORMA FOR ACKNOWLEDGEMENT-CUM-CONSENTLETTER
(TO BE SUBMITTED IN BIDDERS OWN LETTER HEAD)

Ref No.:

To DATE:
_____________________
_____________________
_____________________

ATTN : Mr. _________________________

SUBJECT :

COMPLETION OF BALANCE WORKS OF BREAK WATER AT RGPPL LNG
TERMINAL OF M/S RATNAGIRI GAS AND POWER PRIVATE LIMITED,
DABHOL (MAHARASHTRA), INDIA

BIDDING DOCUMENT NO. AK/6724-000-12-42-CR-T-9602/1045

Dear Sir,

We hereby acknowledge receipt of a complete set of Bidding Document along with all
enclosures for the subject work as per the Master Index for preparation and submission of the
Bid.

We undertake that the contents of the above Bidding Document shall be kept confidential and
further that specifications and documents shall not be transferred and that the said documents
are to be used only for the purpose for which they are intended.

A) We intend to bid as requested for the subject works and furnish following details with
respect to our quoting office:


(i) POSTAL ADDRESS : ________________________

________________________

________________________

(ii) TELEPHONE NUMBER : ________________________

(iii) MOBILE NO. : _________________________

(iv) TELEFAX NUMBER : ________________________

(v) CONTACT PERSON : ________________________

(vi) DESIGNATION : _________________________

(vii) EMAIL ADDRESS : ________________________

(viii) REGISTERED OFFICE : _________________________

_________________________

_________________________


Page 14 of 615
Acknowledgement Letter

Engineers India Limited
New Delhi
Page 2 of 2

B) Contact person at Delhi, if any:

(i) POSTAL ADDRESS : ________________________

________________________

________________________

(ii) TELEPHONE NUMBER : ________________________

(iii) MOBILE NO. : ________________________

(iv) TELEFAX NUMBER : ________________________

(v) CONTACT PERSON : ________________________

(vi) DESIGNATION : _________________________

(vi) EMAIL ADDRESS : ________________________

C) We are unable to bid for the reasons given below and we are returning the entire set of
Bidding Documents.

Reasons for non-submission of Bid:

___________________________________________________________________

___________________________________________________________________

___________________________________________________________________


BIDDER'S NAME : _________________________

SIGNATURE : _________________________

NAME : _________________________

DESIGNATION : _________________________

DATE : _________________________


NOTE: Bidder is requested to furnish the details mentioned at (A) and (B) or (C) within 3 days
after receipt of Bidding Document.


(STAMP AND SIGNATURE OF BIDDER)
Page 15 of 615
GAIL (India) Limited Instructions to Bidder
LNG Terminal Project of RGPPL Completion of Balance Works of
Break Water
Job Number: 6724 Sheet 1 of 23

















INSTRUCTIONS TO BIDDER
Page 16 of 615
GAIL (India) Limited Instructions to Bidder
LNG Terminal Project of RGPPL Completion of Balance Works of
Break Water
Job Number: 6724 Sheet 2 of 23

TABLE OF CONTENTS
A GENERAL ............................................................................................................................................... 3
1.0 INTRODUCTION ................................................................................................................................... 3
2.0 SCOPE OF BID........................................................................................................................................ 3
3.0 ELIGIBLE BIDDERS .............................................................................................................................. 3
4.0 ONE BID PER BIDDER .......................................................................................................................... 4
5.0 COST OF BIDDING ................................................................................................................................ 4
6.0 ACKNOWLEDGEMENT & CONFIRMATION .................................................................................... 4
7.0 SITE VISIT .............................................................................................................................................. 4
8.0 BIDDING DOCUMENT, CLARIFICATIONS AND AMENDMENT ................................................... 4
9.0 CLARIFICATION OF BIDDING DOCUMENT .................................................................................... 5
10.0 AMENDMENT OF BIDDING DOCUMENT ......................................................................................... 5
11.0 CONFIDENTIALITY OF BIDDING DOCUMENT ............................................................................... 6
B PREPARATION OF BID ....................................................................................................................... 6
12.0 LANGUAGE OF BID .............................................................................................................................. 6
13.0 CONSORTIUM BIDS ............................................................................................................................. 6
14.0 DOCUMENTS COMPRISING THE BID ............................................................................................... 7
15.0 BID PRICES ............................................................................................................................................ 9
16.0 CURRENCIES OF BID AND PAYMENT ............................................................................................ 10
17.0 BID VALIDITY ..................................................................................................................................... 10
18.0 BID SECURITY/EARNEST MONEY DEPOSIT (EMD) ..................................................................... 10
19.0 MULTIPLE/ ALTERNATIVE BID ....................................................................................................... 12
20.0 PRE-BID MEETING ............................................................................................................................. 12
21.0 FORMAT AND SIGNING OF BID ....................................................................................................... 12
22.0 ZERO DEVIATION .............................................................................................................................. 12
23.0 E-PAYMENTS ...................................................................................................................................... 13
24.0 AGENTS/CONSULTANTS/REPRESENTATIVES/RETAINERS/ ASSOCIATES ............................ 13
25.0 SUBMISSION OF BIDS ........................................................................................................................ 14
26.0 DEADLINE FOR SUBMISSION OF BID ............................................................................................ 16
27.0 LATE BIDS / UNSOLICITED BIDS / BID SUBMISSION AT OTHER PLACE .................................................... 16
28.0 MODIFICATION AND WITHDRAWAL OF BIDS ............................................................................. 16
29.0 BID OPENING AND EVALUATION .................................................................................................. 16
30.0 PROCESS TO BE CONFIDENTIAL .................................................................................................... 16
31.0 CONTACTING THE RGPPL/GAIL/EIL .............................................................................................. 17
32.0 EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS ................................ 17
33.0 PRICE BID OPENING .......................................................................................................................... 17
34.0 ARITHMETIC CORRECTIONS........................................................................................................... 18
35.0 CONVERSION TO SINGLE CURRENCY .......................................................................................... 18
36.0 EVALUATION METHODOLOGY & COMPARISON OF BIDS........................................................ 18
37.0 AWARD OF CONTRACT .................................................................................................................... 20
38.0 RGPPL/GAIL RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID ..................................... 20
39.0 NOTIFICATION OF AWARD .............................................................................................................. 20
40.0 CONTRACT AGREEMENT ................................................................................................................. 20
41.0 PERFORMANCE GUARANTEE ......................................................................................................... 21
42.0 CORRUPT AND FRAUDULENT PRACTICES .................................................................................. 21
43.0 WAIVER OR TRANSFER OF THE AGREEMENT ............................................................................ 22
44.0 ORDER OF PRECEDENCE .................................................................................................................. 22
45.0 UNSOLICITED POST TENDER MODIFICATIONS .......................................................................... 22
46.0 CLARIFICATION REQUEST FROM BIDDER ................................................................................... 22
47.0 MICRO & SMALL ENTERPRISES ...................................................................................................... 22
48.0 ERRANT BIDDER ................................................................................................................................ 23
Page 17 of 615
GAIL (India) Limited Instructions to Bidder
LNG Terminal Project of RGPPL Completion of Balance Works of
Break Water
Job Number: 6724 Sheet 3 of 23

A GENERAL
1.0 INTRODUCTION
1.1 Government of India had entrusted the revival and restructuring of the Dabhol Project to
GAIL and NTPC (both are Government of India Undertakings). GAIL and NTPC formed a
Joint Venture Company, named Ratnagiri Gas and Power Private Limited (RGPPL) which
has taken over the assets of the Dabhol Project and shall complete the balance works at
the LNG Terminal and Power Plant, commission the same and thereafter, operate the
facilities. The balance works of completion at the LNG Terminal are being looked after by
GAIL as Owners Engineer to RGPPL.GAIL has appointed Engineers India Limited (EIL), a
Government of India undertaking as their primary project management consultant for
completion of balance works of the LNG terminal.
1.2 EIL on behalf of Owner's Engineer i.e. GAIL invites e-bids for Completion of Balance
Works of Break Water at LNG Terminal from competent agencies with sound technical
and financial capabilities and meeting the qualifying requirements as stated in Invitation for
Bids (IFB).
1.3 It shall be Bidder's responsibility to have thorough understanding of the reference
documents, site conditions and specifications included in the Bidding Document.

2.0 SCOPE OF BID

2.1 The Owner/GAIL as defined in the General Conditions of Contract, hereinafter the
Employer wishes to receive bids as described in the Bidding Documents.
2.2 The scope of work is provided in the Technical Section of the Bidding Document.
2.3 The successful bidder will be expected to complete the scope of works within the period
stated in Special Conditions of Contract.
2.4 The term bid, Bidding Document and tender and their derivatives (such as
bidder/tenderer, Bid/tendered/tender, bidding/tendering, etc.) are synonymous and
day means calendar day. Singular means plural.

2.5 The Words Bidders Qualification Criteria (BQC), Qualification criteria, BEC are
synonymous.

2.6 In the event of this tender being cancelled, the tender fee shall be refunded to the
concerned bidder.

3.0 ELIGIBLE BIDDERS
3.1 Bidder shall, as part of their bid, submit a written Power of Attorney authorizing the
signatory of the Bid to commit the bidder.
3.2 Pursuant to qualification criteria specified in Invitation for Bids (IFB) the bidder shall furnish
all necessary supporting documentary evidence to establish the bidders claim of meeting
qualification criteria.
3.3 The bidder shall furnish, as part of his bid, documents establishing the bidders eligibility to
bid and his qualifications to perform the Contract if his bid is accepted.
3.4 The invitation of bid is open to any bidder.
3.5 The bidder shall not be under a declaration of ineligibility by RGPPL/GAIL/EIL for corrupt
or fraudulent practices as defined in ITB clause no.42.
3.6 The bidders who are on Holiday/ Negative list of GAIL or EIL or black listed by any
Government Department/ Public Sector on due date of submission of bid / during the
process of evaluation of the bids, the offers of such bidders shall not be considered for bid
opening/evaluation/Award. If the tender documents were issued inadvertently/downloaded
from website, offers submitted by such bidders shall also be not considered for bid
opening/evaluation/Award.
Page 18 of 615
GAIL (India) Limited Instructions to Bidder
LNG Terminal Project of RGPPL Completion of Balance Works of
Break Water
Job Number: 6724 Sheet 4 of 23

4.0 ONE BID PER BIDDER

4.1 A bidder shall submit only one bid in the same bidding process. A Bidder who submits or
participates in more than one bid will cause all the proposals in which the bidder has
participated to be disqualified.
5.0 COST OF BIDDING
The Bidder shall bear all costs associated with the preparation and delivery of its Bid,
including costs and expenses related to visits to the site and the OWNER will in no case
be responsible or liable for these costs regardless of the outcome of the bidding process.
6.0 ACKNOWLEDGEMENT & CONFIRMATION
Bidder shall acknowledge the receipt and confirm his participation in Bid for the tendered
work within three days as per proforma given in Bidding Document.
7.0 SITE VISIT

7.1 Bidder is advised to visit and examine the site, its surroundings and familiarise himself with
the existing facilities and environment, and collect all other information which he may
require for preparing and submitting the Bid and entering into the Contract. Claims and
objections due to ignorance of existing conditions or inadequacy of information will not be
considered after submission of the Bid and during implementation.
7.2 The Bidder and any of his personnel or Agents will be granted permission by the OWNER
to enter upon his premises and lands for the purpose of such inspection, but only upon the
explicit condition that the Bidder, his personnel or agents will release and indemnify the
OWNER and his personnel and agents from and against all liability in respect thereof and
will be responsible for personnel injury (whether fatal or otherwise), loss of or damage to
property and any other loss, damage, cost and expenses incurred as a result thereof.
OWNER shall provide necessary assistance, if required, to the Bidder(s) for the purpose of
site visit.
7.3 Contact Person details are:
Mr. M. C. Gupta, DGM (LNG)
Mobile: +91-9969001278

8.0 BIDDING DOCUMENT, CLARIFICATIONS AND AMENDMENT
BIDDING DOCUMENTS
8.1 CONTENT OF BIDDING DOCUMENT
8.2 The bid documents hosted on GAIL and EIL Websites are as stated below and should be
read in conjunction with any Amendment/ addenda issued / hosted in accordance with
clause 10 of ITB:
Part-I Volume IA : Commercial Section
Part-I Volume IB : Technical Section
Part-II : Price Part
8.3 The bidder is expected to examine IFB, e-bidding guidelines on GAIL website, all
instructions, form/formats, terms, specifications and drawings etc., enclosed in the bid
documents. The invitation for bid (IFB) together with all its attachment thereto, shall be
considered to be read, understood and accepted by the bidder. Failure to furnish all
information required by the Bid Documents or submission of a bid not substantially
responsive to the Bidding Documents in every respect will be at bidders risk and may
result in the rejection of the Bid.
8.4 Bidding documents once issued are non-transferable in other name and shall at all times
remain the exclusive property of the OWNER with a licence to the Bidder to use the
Bidding Documents for the limited purpose of submitting the bid.
Page 19 of 615
GAIL (India) Limited Instructions to Bidder
LNG Terminal Project of RGPPL Completion of Balance Works of
Break Water
Job Number: 6724 Sheet 5 of 23
8.5 Bidding Documents and its amendments if any, shall also be hosted on the website EILs
website http://tenders.eil.co.in/newtenders or GAILs website http://www.gailtenders.in or
http://www.gailonline.com or GAILs e-tendering website https://etender.gail.co.in and
Government website http://eprocure.gov.in/cppp/relatedlinks .Bidders desirous to submit
their bid on downloaded document shall have to take into consideration of all the
amendment(s)/corrigendum(s) issued/hosted on above websites, before submission of
bid.
9.0 CLARIFICATION OF BIDDING DOCUMENT

9.1 Although the details presented in this Bidding document consisting of Conditions of
Contract, Scope of Work, Technical Specifications and Drawings have been compiled with
all reasonable care, however it is the Bidders responsibility to ensure that the information
provided is adequate and clearly understandable.
9.2 Bidder shall examine the Bidding document thoroughly in all respect and if any conflict,
discrepancy, error or omission is observed, Bidder may request information/
clarification/query of the Bidding Document in writing as per Form-J/ Form-K of Proposal
Forms (in word format) at the EILs mailing address indicated in the Instructions to Bidder.
EIL will respond in writing to any request for any information or clarification or query of the
Bidding Document, which it receives up to the date mentioned in IFB. EILs response
(including an explanation of the query) will be sent in writing to all Bidders (without
disclosing source of such query) who have downloaded /issued the Bidding Document. In
case of downloaded Bidding Document from websites, only those Bidders who have
submitted acknowledgement cum consent letter to EIL shall be issued EIL's response as
above.
9.3 Any failure by Bidder to comply with the aforesaid requirement shall not excuse the Bidder,
after subsequent award of contract, from performing the work in accordance with the
agreement.
9.4 Bidders are requested to resolve all their clarifications/queries to the Bidding Document
before due date of submission of bid. Thereafter bidders are requested to submit their bid
in total compliance to Bidding Document without any deviation/stipulation/clarification/
assumption. Accordingly, bidder must submit format for "Compliance to bid
requirement" as per Form-D of proposal forms duly filled in along with Unpriced part of
bid. In case of bids not conforming to bidding document in totality and/or non-
accompanied by necessary documents as asked for in the bidding document,
Owner/GAIL/EIL reserves rights to reject such bids without recourse to the Bidders.
9.5 The responses to Bidders queries/ clarifications raised will be furnished as expeditiously
as possible to all who have downloaded the Bidding Documents / submitted
acknowledgement letter. Any modification of the Bidding Document, which may become
necessary as a result of the bidders query, shall be sent to all these bidders through the
issue of an Addendum/ Amendment.
10.0 AMENDMENT OF BIDDING DOCUMENT

10.1 At any time prior to the deadline for submission of bids, the Owner or his authorised
representative(s) may, for any reason whether at its own initiative or in response to a
clarification requested by Bidders, modify the Bidding Document by Amendment.
10.2 The Amendment shall be part of the Bidding Document, and will be notified to all Bidders
who have downloaded the Bidding Documents / submitted acknowledgement letter and
will also be hosted on EIL, GAIL and Govt. websites. The Bidder will be required to
acknowledge receipt of any such Amendment to the Owner or his authorised
representative(s).
10.3 In order to accord Bidder reasonable time to take the Amendment into account in
preparing their bids, the Owner or his authorised representative(s) may, at its discretion,
extend the deadline for the submission of Bids in accordance to clause 26.0 of ITB.

Page 20 of 615
GAIL (India) Limited Instructions to Bidder
LNG Terminal Project of RGPPL Completion of Balance Works of
Break Water
Job Number: 6724 Sheet 6 of 23
11.0 CONFIDENTIALITY OF BIDDING DOCUMENT

11.1 The Bidding Document is and shall remain the exclusive property of the OWNER without
any right to Bidder to use them for any purpose except for the purpose of Bidding.
11.2 On no account will any agency to which Bidding Documents is furnished, part with
possession thereof or copy or take copies or tracings of any drawing, plan etc. It should
be understood that the information therein is confidential, and that the Bidding Documents
are therefore being furnished to Bidder in the strictest confidence.
B PREPARATION OF BID
12.0 LANGUAGE OF BID

12.1 The Bid prepared by the Bidder, all correspondence and documents related to the bid
exchanged by the Bidder and the EIL shall be written in the English language. Any printed
literature/certificate/any other document furnished by the Bidder may be in another
language, provided they are accompanied by an accurate translation of the relevant
passages in the English language, in which case, for purpose of interpretation of the Bid
the English translation shall prevail
13.0 CONSORTIUM BIDS

13.1 Bids from Consortium are acceptable provided that they fulfil the qualifying requirements
stated in the IFB. Members of the consortium shall assume responsibility jointly and
severally. Consortium Agreement / MOU shall be submitted along with the bid, clearly
defining the scope and responsibilities of each of the consortium members.
13.2 Consortia of Bidders, if any, must clearly define role/scope of work of each
partner/member. Further, the agreement for a consortium must accompany the Bid and
should clearly define the Leader of such a consortium, who shall be responsible for timely
completion of work and shall communicate with RGPPL/GAIL/EIL on behalf of the
consortium, and amongst consortium members during the period the Bid is under
evaluation by RGPPL/GAIL/EIL as well as during execution of work, in the event the work
is awarded. Leader of the Consortium will be completely responsible for the execution of
the work in accordance with the Contract and RGPPL/GAIL/EIL will communicate only with
the Leader of the Consortium.
13.3 A consortium once established at the time of submitting the Bid shall not be allowed to be
altered with respect to constituting members of the consortium or their respective roles/
scope of work, except, if and when required in writing by Owner. If during the evaluation
of Bids, a consortium proposes any alternations/ changes in orientation of consortium or
replacements or inclusion or expulsion of any partner(s)/ members(s) of the consortium
which had originally submitted the Bid to derive some advantage/ benefits based on any
development(s) having come to Owners/ EILs knowledge at any time, the Bid of such a
consortium shall be liable for rejection.
13.4 In the event that the successful bidder is a Consortium, the RGPPL/GAIL/EIL requires that
the parties to the Consortium accept jointly and severally liabilities for all obligations under
the Contract.
13.5 Bids submitted by a Consortium, members shall comply with the following requirements:
i) The bid and in case of successful bid, the Form of Agreement shall be signed by
all the constituents of the said consortium so as to be legally binding on all
members.
ii) One of the members shall be authorised to be Leader and submitting a Power of
Attorney signed by legally authorised signatories of all the members shall
evidence this authorization.
iii) Leader shall be authorised to incur liabilities and receive instructions for and on
behalf of any one or all members of the consortium and the entire execution of
contract including payments shall be exclusively dealt with the Leader.
Page 21 of 615
GAIL (India) Limited Instructions to Bidder
LNG Terminal Project of RGPPL Completion of Balance Works of
Break Water
Job Number: 6724 Sheet 7 of 23
iv) All members of the Consortium shall be liable jointly and severally for the
execution of Contract in accordance with the Contract terms and a relevant
statement to this effect shall be included in the authorization mentioned under ii)
above as well as in the Form of Agreement (in case of successful bid).
Notwithstanding statement by the member(s) of the consortium, the leader shall
be exclusively responsible for the performance and all the liabilities of the
consortium under the Contract.
13.6 It is specifically agreed by the members that in the event of the Leader of the Consortium
running into any financial problem and/ or otherwise fails to comply with any of Leaders
obligations under the Contract at any time, other members shall fully undertake total
responsibility to provide all necessary financial resources for the Project and shall comply
with, in addition to the other partners own obligations, all the obligations under the
Contract of Leader for completing the Project in time without prejudice to the joint and
several responsibilities of all members and Leader.
14.0 DOCUMENTS COMPRISING THE BID

14.1 The e-bid prepared by the bidder shall comprise of the following:
14.2 E-Envelope- I: Superscribing Techno-Commercial Un-Priced Bid (PART-I)
14.3 Part I: Techno-commercial / Un-priced bid and shall contain the following duly e-singed
on each page.
a. Covering letter.
b. Bidders General Details/information as per FORM F-1.
c. Power of Attorney in original physical form in favour of person (s) signing (digitally
signing) the bid that such person (s) is/are authorised to sign the bid on behalf of
the bidder and any consequence resulting due to such signing shall be binding on
the bidder.
d. Bid Form and Appendix to Bid form as per FORM F-2.
e. Bid security/EMD in accordance with Clause 18.0 of ITB shall be furnished in
Original in physical form either in the form of Bankers Cheque/Bank Draft payable
to Ratnagiri Gas and Power Ltd. at Nodia or Bank Guarantee as per FORM F-3.
f. Details of similar work done during past Twenty years as per FORM F-4.
g. Details of similar work done during past Twenty years as per FORM F-4 A FOR
MEMBER OF CONSORTIUM.
h. Specific experience and annual turnover details as called for in qualifying
requirement as per Form F-5.
i. Authenticated document by Statutory Auditors/ Chartered Accountant as per Form
F-6
j. Deployment Schedule of construction equipment, tools & tackles proposed for
execution of works as per FORM F-7.
k. Details of proposed organisation along with CVs of key personnel for Home and Site
Office as per Proposal FORM F-8.
l. Compliance to Bid Requirement as per Proposal FORM F-9.
m. Certificate of the bidder that no Agent is involved for the bidder as per FORM F-
18-B.
n. Details of PF Registration No. as per proposal FORM F-10 (applicable for
domestic bidder).
o. Deleted.
p. Reply to Commercial Questionnaire FORM F-11.
Page 22 of 615
GAIL (India) Limited Instructions to Bidder
LNG Terminal Project of RGPPL Completion of Balance Works of
Break Water
Job Number: 6724 Sheet 8 of 23
q. Letter of authority in original physical form in favour of any one of bidders
executive having authority to attend the un-priced and price bid opening on
specified dates and venue as per FORM F-12.
r. List of Enclosures as required in FORM F-13.
s. Check list duly filled in as per FORM F-14.
t. Bidders queries for pre-bid discussion as per FORM F-15.
u. Copies of documents defining constitution or legal status, place of registration and
principal place of business of the Company.
v. Details of your registration as Micro/ Small/ Medium enterprises, as applicable as
per FORM F-16
w. Bidders declaration that they are not under any liquidation, court receiver ship or
similar proceedings as per FORM F-17.
x. Proforma for details of Indian Agents as per Form F-18 A if
Agent/Consultant/Retainer/ Associate is involved and certificate of non-
involvement of agent as per Form F-18 B.
y. Declaration about Bidders Income Tax Liability in India as per FORM F-19
(Applicable for Foreign bidder).
z. Certificate Indemnifying Government of India in as per FORM F-20.
aa. Project Schedule in the form of Bar Chart
bb. List of Consortium Member / Sub-contractors, if any, and Memorandum of
Understanding (MOU) clearly defining their involvement and responsibility in this
work.
cc. As a confirmation that prices are quoted in requisite format strictly complying with
the requirement in E-envelope-II (price bid), copy of complete price schedule
(with prices blanked out) shall be enclosed in techno-commercial bid mentioning,
quoted against each item including unpriced copy of summary of Price and
extended stay compensation
dd. Master Index and copies of all technical and commercial amendments/addendums
issued, duly signed and stamped on each page as a token of having received and
read all parts of the bidding document and having accepted and considered the
same in preparing their bid.
ee. Any other information/ details required as per requirement of bidding documents
like technical details/documents, duly filled, signed and stamped etc.
Note: (i) All e-files of the bid are to be e-signed by authorised person of the bidder. Bidder to
provide file/folder names exactly as given in the list. In case there is no format the
file/folder can be titled by first three or four words.
(ii) In case of any duplication of Formats provided in General conditions of Contract &
mentioned in Proposal Forms, the Formats provided in proposal forms shall prevail in word
& meaning & bidders are required to fill in the formats provided in Proposal Forms only.
E-Envelope II: Superscribing Price Bid
Part II: Price Bid
Part II shall contain original Schedule of Prices (SOP) duly filled and e-signed.
14.4 Envelope III: Superscribing Bid Security- PART-III in physical form.
Part-III: Bid Security in original physical form.
Part-III: shall contain original Bid security in separate sealed envelope.
14.5 Envelope IV: Superscribing Bidding Document Fee- PART-IV in physical form.
Part-IV: Bidding document fee.
Page 23 of 615
GAIL (India) Limited Instructions to Bidder
LNG Terminal Project of RGPPL Completion of Balance Works of
Break Water
Job Number: 6724 Sheet 9 of 23
Part-IV shall contain original bidding document fee as explained in the IFB.
14.6 Envelope V: Superscribing Power of Attorney - PART-V in physical form.
Part-V: Power of Attorney.
Part-V: shall contain original Power of Attorney in the name of signatory of bid duly signed
by authorised person(s).
14.7 Envelope VI: Superscribing Authenticated Document as per Requirements of IFB
in physical form.
15.0 BID PRICES

15.1 Unless stated otherwise in the Bidding Documents, the Contract shall be for the total
works as described in Bidding Document, based on the Schedule of Prices submitted by
the Bidder and accepted by the OWNER.
15.2 Prices must be filled in formats for `Schedule of Prices' enclosed as part of Bidding
Document. If quoted in separate typed sheets and any variation in item description, unit
etc is noticed; the bid is liable to be rejected.
15.3 Bidder shall quote for all the items of Schedule of Prices after careful analysis of cost
involved for the performance of the completed item considering all parts of the Bidding
Document. In case any activity though specifically not covered in description of item under
`Schedule of Prices' but is required to complete the work as per Scope of Work, Scope of
Supply, Specifications, Standards, Drawings, General Conditions of Contract, Special
Condition of Contract or any other part of Bidding Document, the prices quoted shall
deemed to be inclusive of cost incurred for such activity.
15.4 DELETED
15.5 The quoted prices shall be inclusive of all taxes and duties including Excise Duty, Sales
Tax, Maharashtra VAT (on goods consigned to Owner), Cess on account of labour
welfare, WCT or VAT on Works Contract etc., except Service Tax, as applicable with
respect to Contractors scope of work/scope of supply. Contractor shall not be
compensated for any change in taxes and duties due to wrong assessment.
15.6 Service Tax and Education Cess thereon, shall be paid extra as applicable.
15.7 Bidder shall be solely responsible for ascertaining all types of taxes and duties applicable
for providing the services as mentioned in the scope of work. OWNER shall deduct income
tax/withholding tax as applicable from the payments due to the Bidder under the contract.
15.8 Prices shall be firm and fixed until the completion of work in all respect. No variation on
any account shall be payable.
15.9 The Bidder shall quote the prices both in figures as well as in words. There should not be
any discrepancies between the price indicated in figures and the price indicated in words.
15.10 The prices shall be based on conditions specified in General Conditions of Contract,
Special Conditions of Contract, Scope of Work, Scope of Supply, Technical Specifications,
Drawings and other contents of Bidding Document.
15.11 Discount, if any, must be indicated in Schedule of Prices only. Conditional discount, if
offered, shall not be considered for evaluation. Alternative bids will not be considered
15.12 Quoted prices shall also be inclusive of all costs towards carrying out any surveys, travel,
site visits by the personnel, boarding, lodging, incidental expenses etc. required for scope
of work.
15.13 STATUTORY VARIATION
a) The rates stated in Schedule of Rates shall not be subjected to escalation or
increase for any reason whatsoever. However, if any increase occurs in the
applicable rate(s) of sales tax, Maharashtra VAT (On Goods consigned to
OWNER) and excise duty after the date of submission of the last priced bid of the
bidder, the Owner shall reimburse the Contractor the increase in the resultant
Page 24 of 615
GAIL (India) Limited Instructions to Bidder
LNG Terminal Project of RGPPL Completion of Balance Works of
Break Water
Job Number: 6724 Sheet 10 of 23
sales tax, Maharashtra VAT (On Goods consigned to OWNER) and excise duty,
as the case may be, on satisfactory proof of payment.
b) Any increase in sales tax, Maharashtra VAT (On Goods consigned to OWNER)
and excise duty as above shall be admissible to the Contractor upto Contractual
Date of Completion only. However, any increase in applicable rates of sales tax,
Maharashtra VAT (On Goods consigned to OWNER) and excise duty after
Contractual Completion Date shall be to Contractors account but any decrease
shall be passed on to the OWNER.
c) Conversely, if there is any reduction in the rates of sales tax, Maharashtra Vat (On
Goods consigned to OWNER) and excise duty after the date of the submission of
the last price bid, the Owner shall be entitled to the benefit of such reduction by
way of reduction (in addition to any other reduction or discount provided for) from
the rate(s).
d) Notwithstanding the forgoing, Owner shall not bear any liability in respect of:
i) Personal taxes on the personnel deployed by the Contractors, his sub-
contractors and Agents, etc.
ii) The Corporate Taxes in respect of Contractor and his Sub-contractors
and other Agents, Indian or foreign based.
iii) Any other taxes/duties/levies other than mentioned under clause a) & b)
above.
16.0 CURRENCIES OF BID AND PAYMENT

16.1 Indian bidders may submit bid in Indian Rupees or in US$/EURO and receive payment in
such currency.
16.2 Foreign bidders may submit bid in the home currency of bidders country or
US$/EURO/INR.
16.3 A bidder expecting to incur a portion of his expenditure in the performance of Contract in
more than one currency (limited to maximum two currencies) (without prejudice to the
provisions of Clause 16.2) and wishing to be paid accordingly shall indicate the same in
the bid. In such a case, the bid shall be expressed in different currencies with the
respective amounts in each currency together making up the total price.
16.4 Currency once quoted will not be allowed to be changed. Employer shall not compensate
for any exchange rate fluctuation.
17.0 BID VALIDITY

17.1 The bid shall remain valid for acceptance for four (4) months from the bid due date. A
bid valid for a shorter period shall be rejected being non-responsive.
17.2 In exceptional circumstances, prior to expiry of the original bid validity period, the
Employer/ Consultant may request that the bidder extend the period of validity for a
specified additional period. The requests and the responses thereto shall be made in
writing (by e-mail/fax/post). A bidder may refuse the request without forfeiture of its bid
security. A bidder agreeing to the request will not be required or permitted to modify his
bid, but will be required to extend the validity of its bid security for the period of the
extension and in accordance with ITB clause 18 in all respects.
18.0 BID SECURITY/EARNEST MONEY DEPOSIT (EMD)

18.1 The bidder shall furnish, as part of its Bid, a Bid Security in the amount specified in the
IFB.
18.2 The bid security is required to protect the Employer against the risk of bidders conduct
which would warrant the bid securitys forfeiture, pursuant to clause 18.9 of ITB.
Page 25 of 615
GAIL (India) Limited Instructions to Bidder
LNG Terminal Project of RGPPL Completion of Balance Works of
Break Water
Job Number: 6724 Sheet 11 of 23
18.3 The foreign bidder shall submit the bid security in US Dollar and the Indian Bidder shall
submit the bid security in Indian Rupees and shall be in the form of Demand Draft/
Bankers Cheque/ Letter of Credit in favour of Ratnagiri Gas and Power Pvt. Ltd. payable
at Nodia (issued by Indian Nationalised/Scheduled bank or first class international bank) or
in the form of an irrevocable Bank Guarantee in favour of GAIL (India) Ltd. as per format
enclosed at F-3.
18.4 In case of a Consortium bid, the Bid Security may be submitted by the Leader or any of
the members of the Consortium.
a. In case of an consortium bid, wherein all the members of the consortium being
foreign national then the Bid Security shall be submitted by the Leader or any of
the members of the Consortium on behalf of consortium in US$.

b. In case of a consortium bid involving at least one Indian member, the Bid Security
may be submitted by the Leader or any of the members of the Consortium on
behalf of consortium in Indian rupees or in US$.

18.5 RGPPL/GAIL/EIL shall not be liable to pay any bank charges, commission or interest on
the amount of bid security.
In case, bid security is in the form of irrevocable Bank Guarantee the same shall be from
any Indian scheduled Bank or a branch of an International bank situated in India and
registered with the Reserve Bank of India as scheduled foreign bank in case of Indian
Bidder and from any reputed International Bank or Indian Scheduled Bank in case of
foreign bidder. However, in case of Bank Guarantee from banks other than the
Nationalized Indian bank, the bank must be a commercial bank having net worth in excess
of Rs. 100 Crores or USD 16.67 Million and a declaration to this effect should be made by
such commercial bank either in the bank guarantee itself or separately on its letterhead.
The bid security shall be valid for two (02) months beyond the validity of the bid as
specified in Clause 17 of ITB i.e. 6 (Six) months beyond deadline for bid submission..
18.6 Any bid not secured in accordance with clause 18.1 and 18.3 shall be rejected by GAIL as
non-responsive.
18.7 Unsuccessful bidders bid security will be discharged or returned, as promptly as possible
but not later than 30 days after the expiration of period of bid validity prescribed by GAIL.
18.8 The successful bidders bid security will be discharged upon the bidders accepting the
order, pursuant to clause 39 of ITB and furnishing the Contract Performance Guarantee
pursuant to clause 41.0 of ITB.
18.9 The bid security may be forfeited:
a) If a bidder withdraws its bid during the period of Bid validity.
b) In case of a successful bidder,:
i) Fails to accept the award in accordance with clause 37 of ITB or
ii) if a Bidder withdraws its bid during the period of Bid validity specified by the
bidder on the bid Form, or
iii) if a Bidder modifies his bid during the period of Bid Validity except if such
modification is solicited by GAIL/EIL in writing, or
iv) fails to accept the arithmetic corrections pursuant to clause 34.0 of ITB and/or
v) If the Information/ documents forming basis of evaluation submitted by the
bidder in the bid is found to be false/ forged in accordance with relevant
provisions provided in SCC.
vi) in case of a successful Bidder, if the Bidder fails, within the specified period
a) to sign the Contract and
Page 26 of 615
GAIL (India) Limited Instructions to Bidder
LNG Terminal Project of RGPPL Completion of Balance Works of
Break Water
Job Number: 6724 Sheet 12 of 23
b) to furnish the performance guarantee in accordance with Clause 38 of
ITB.
18.10 Bid security should be in favour of Ratnagiri Gas and Power Pvt. Ltd., Noida and
addressed to GAIL. Bid security must indicate the bid document and the work for which
the bidder is quoting. This is essential to have proper co-relation at a later date. The bid
security shall be in the format provided at Form F-3
18.11 Central Public Sector Undertakings of Government of India and firms registered with NSIC
are exempted from furnishing Bid Security, provided they are registered for the quoted
items upto the monitory limit, they intend to quote and subject to their enclosing with their
bid a copy of latest and current registration certificate.
19.0 MULTIPLE/ ALTERNATIVE BID

19.1 A bidder shall on no account submit more than one bid either directly or indirectly, in which
case the bids will be liable for rejection.
20.0 PRE-BID MEETING

20.1 The bidder (s) or his designated representative, who have downloaded the bid document
and have confirmed their intention to bid are invited to attend a pre-bid meeting which will
take place at Engineers India Limited, EI Annexe Building,1B, Bhikaiji Cama Place, R.K.
Puram, New Delhi-110066, India.
20.2 The purpose of meeting will be to clarify issues and to answer queries on any matter that
may be raised at that stage.
20.3 Session will also be arranged for bidders to demonstrate the e-Tendering system to
facilitate bidders to submit the Bid Online.
20.4 The bidder is requested, as far as possible, to submit any queries by courier or by fax to
reach Employer/Consultants office not later than 02 (Two) days before the meeting. It may
not be practicable at the meeting to answer queries received late, but queries and
responses/clarifications will be transmitted in accordance with the following sub-clause.
20.5 The text of the queries raised and the responses given, together with any responses
prepared after the meeting will be transmitted without delay (without identifying the
sources of the questions) to all who have purchased or downloaded the bidding
documents. Any modifications of the bidding documents listed in clause 8.2 of ITB that
may become necessary as a result of the pre-bid meeting shall be made by the Employer
exclusively through the issue of an addendum pursuant to clause 10 of ITB and not
through the minutes of the pre-bid meeting.
20.6 Non- attendance of the pre-bid meeting will not be a cause for disqualification of the
bidder.
21.0 FORMAT AND SIGNING OF BID

21.1 The bidder shall submit e-bid as per Clause 14 of this ITB on GAILs e-tender website:
(https://etender.gail.co.in) as per guidelines given therein.
21.2 The e-bid shall be signed (e-signed) by the person or persons duly authorised to sign on
behalf of the bidder. The digital signature used for signing the bid shall be issued in the
name of such authorised person and the certificate details, available from the signed
documents, should indicate the details of the signatories. All documents/files of the bid
shall be signed by using the digital signature issued in the name of the person having valid
POA at the time of bid submission. Any consequences resulting due to such signing (e-
signing) shall be binding on the bidder.
21.3 The bid shall contain no alterations, omissions or additions, unless such corrections are
initialled by the person or persons signing the bid.
22.0 ZERO DEVIATION

22.1 Bidders in their own interest are required not to take deviations to the stipulations of
Bidding document.
Page 27 of 615
GAIL (India) Limited Instructions to Bidder
LNG Terminal Project of RGPPL Completion of Balance Works of
Break Water
Job Number: 6724 Sheet 13 of 23

22.2 Not withstanding to the above, bids with the following deviation(s) to the bid conditions
shall be summarily rejected without any post bid reference to the bidder:
Firm prices
Earnest money deposit (EMD) / Bid bond
Scope of work
Specifications
Price schedule
Delivery / Completion Schedule.
Period of validity of bid
Price Reduction Schedule (PRS).
Performance Bank Guarantee (PBG) / Security Deposit.
Guarantee
Arbitration / Resolution of dispute
Force Majeure.
Applicable laws
EPF registration

It is expected that Bidder will submit bid based strictly on the terms and conditions and
specifications contained in the Bidding Documents and will not stipulate any deviations.
Should it, however, become unavoidable, deviations should be separately and specifically
stipulated only in the prescribed Proposal FORM-E. In case Bidder stipulate deviations,
Owner/GAIL/ EIL have the right to reject such bid at its absolute discretion without giving
any opportunity for such Bidder to make good such deficiency.
Unsolicited Post Tender Modifications
Bidders are advised to quote as per terms and conditions of the Bidding Document and
not to stipulate deviations/ exceptions. Once quoted, the Bidder shall not make any
subsequent price changes, whether resulting or arising out of any technical/ commercial
clarifications and details sought on any deviations, exceptions or stipulations mentioned in
the bid unless any Amendment to Bidding Document is issued by OWNER/GAIL/ EIL.
Similarly, no revision in quoted price shall be allowed should the deviations stipulated by
him are not accepted by OWNER/GAIL/EIL and are required to be withdrawn by him in
favour of stipulation of the Bidding Document. Any unsolicited proposed price change is
likely to render the bid liable for rejection.
23.0 E-PAYMENTS

23.1 RGPPL/GAIL has initiated payments to suppliers and Contractors electronically and to
facilitate the payments electronically, the bidder should have an account with HDFC Bank
or ICICI Bank or State Bank of India so that the payment through e-banking be made to
the bidder, in case work is awarded to him. The bidder should give their account number
and other details in any one of the above banks to facilitate payment through E-banking.
24.0 AGENTS/CONSULTANTS/REPRESENTATIVES/RETAINERS/ ASSOCIATES

24.1 RGPPL/GAIL would prefer to deal directly with the Bidders abroad without involving any
Indian Agent. But in case they decide to have their Agent/Consultant/ Representative
/Retainer / Associate in India and pay commission for their services against a particular
tender it should be bare minimum and the principal would have to certify that such a
commission is commensurate with the services rendered to them by such an Agent/
Consultant/ Representative/ Retainer/ Associate in India. The principal will also have to
Page 28 of 615
GAIL (India) Limited Instructions to Bidder
LNG Terminal Project of RGPPL Completion of Balance Works of
Break Water
Job Number: 6724 Sheet 14 of 23
broadly list out services to be rendered by the Agent/Consultant/ Representative/ Retainer/
Associate in India.
24.2 In the event bidder is having an Agent/ Consultant/ Representative/ Retainer/ Associate/
servicing facilities in India (who is not an employee of the bidder) the bidder should
indicate in their offer the name of such an Agent/ Consultant/ Representative /Retainer
/Associate, they have for services in India. The bidder must also indicate clearly the
commission payable to the Agent/Consultant/ Representative/ Retainer/Associate in
rupees in terms of Agreement (enclosing copy of the same). The bidder, in his bid will
indicate the nature and extent of service to be provided by such an Agent/Consultant/
Representative/Retainer/Associate on behalf of the bidder and also remuneration
therefore provided in the price, as a separate item, quoted by the bidder to GAIL. Such
remuneration/commission will be paid by GAIL in non-convertible Indian currency in India.
Should it be established at any subsequent point of time that the above statement of the
bidder is not correct or that any other amount of remuneration/commission either in India
or abroad is being paid to any one (who is not an employee of the bidder), the bidder
would be liable to be debarred from participating in the future tenders of GAIL. Failure to
give such information will lead to rejection of the offer.
The following particulars will also be furnished by the bidder:
(i) Name, address and precise relationship between the foreign Bidders and their
Agent/Consultant/ Representative/Retainer/Associate in India.

(ii) The mutual interest which the Bidder and the Agent/ Consultant/ Representative/
Retainer/Associate in India have in the business of each other.

(iii) Any payment which the Agent/ Consultant/ Representative/ Retainer/ Associate
receives in India or abroad from the Bidder whether as a commission for the
contract or as a general fee.

(iv) Permanent Income Tax number of Agent/ Consultant/ Representative/ Retainer/
Associate in India.

Permanent income tax account number of foreign Bidder.

(vi) All services to be rendered by the Agent/ Consultant/ Representative /
Retainer/Associate.

(vii) Payments to Indian Agent shall only be remitted after getting proof of registration
with RBI, New Delhi.

Note: Bidders which do not comply with the above stipulations are liable to be ignored.

Foreign Bidder Should Send E-Bids Directly. E-Bids Sent Through Agent/ Consultant
/Representative / Retainer /Associate Will Not Be Recognized. Agent/ Consultant/
Representative/Retainer/Associate Of The Foreign Bidders Are, However, Permitted To
Download Biding Documents And Attend Bid Opening Provided Such An Agent/
Consultant/ Representative/Retainer/Associate Has A Power Of Attorney/Letter Of
Authority Setting Out Very Clearly His Role, Which Will Be Limited To Such Areas Of
Activity As Downloading Of Bid Documents, Attending Of Bid Opening And Claiming Of
Payment For Their Services, Provided Further That Such A Power Of Attorney/Letter Of
Authority Is Submitted To Gail In Advance For Scrutiny And Acceptance Or Otherwise.
25.0 SUBMISSION OF BIDS

SEALING AND MARKING OF BIDS
25.1 E-Bid shall be submitted in the following manner in separate e-envelopes with file names
as per the details given below:
Part-I Techno-commercial / Un-priced bid
Page 29 of 615
GAIL (India) Limited Instructions to Bidder
LNG Terminal Project of RGPPL Completion of Balance Works of
Break Water
Job Number: 6724 Sheet 15 of 23
Part-II - Priced Bid
Part-III - Original Bid security in physical form.
Part-IV - Bid Documents Fee in physical form as explained in IFB.
Part-V - Power of Attorney in physical form.
Part-VI - Notarised Document as per Requirements of IFB in physical form.
25.2 Techno Commercial Un-priced Bid: (Part I) Original Bid of Technocommercial Un-
priced Bid shall be named as Techno-Commercial Un-Priced Bid.
25.3 Price Bid: (Part II) Original Price Bid shall be named as Price Bid and uploaded as
per SRM attachment.
25.4 Bid Security: (Part III) in physical form : Original of bid security and one copy of the same
shall be submitted in sealed envelope clearly super scribing Bid Security for Completion
of Balance Works of Break Water at LNG Terminal Original and (1) one Copy.
Scanned copies of the same shall be uploaded in the e-bid along with un-priced bid with
file name Bid Security.
25.5 Bid Document Fee (Part-IV) in physical form: Original of Bid Document Fee as explained
in IFB shall be sealed in an envelope clearly super-scribing Bid Document Fee for
Completion of Balance Works of Break Water at LNG Terminal Scanned copy of the
same shall be uploaded in the e-bid along with un-priced bid with the file name as Bid
Document Fee.
25.6 Power of Attorney (Part-V) in physical form: Original of Power of Attorney and one copy
of the same shall be sealed in an envelope clearly super scribing Power of Attorney for
Completion of Balance Works of Break Water at LNG Terminal Original and (1) one
Copy.. Scanned copies of the same shall be uploaded along with the un-priced bid with
file name as Power of Attorney.
25.7 Authenticated Documents as per Requirements of IFB (Part-VI) in physical form: clearly
super scribing Authenticated Document for Completion of Balance Works of Break
Water at LNG Terminal Original and (1) one Copy.. Scanned copies of the same shall
be uploaded along with the un-priced bid.
25.8 All envelopes containing the documents in physical form required to be submitted by the
bidder shall have Bid Document Number and shall be submitted at address mentioned in
Cl.25.9 below.
The documents (i) Bid Document Fee, (ii) EMD/Bid Bond, (iii) Power of Attorney
Authenticated Documents, required in physical form as mentioned in IFB/ITB.
Above document which has been uploaded, shall be received within 7 days from the
date of un-priced bid opening, failing which the bid will be rejected irrespective of
their status/ranking in tender and notwithstanding the fact that a copy of above was
earlier uploaded by the Bidder.
25.9 Bids must be received online by GAIL through their e-tendering website and documents in
other envelopes containing Physical Forms must be received by EIL at the following
address:
AGM (C&P)
Engineers India Limited
EI-Annexe, 2
nd
Floor
1, Bhikaiji Cama Place,
R.K. Puram, New Delhi-110 066
Attn.: Mr. ATUL KUMAR

25.10 If the envelope is not sealed and marked as above, the Employer will assume no
responsibility for the misplacement or premature opening of the bid.

Page 30 of 615
GAIL (India) Limited Instructions to Bidder
LNG Terminal Project of RGPPL Completion of Balance Works of
Break Water
Job Number: 6724 Sheet 16 of 23
26.0 DEADLINE FOR SUBMISSION OF BID

26.1 The bid must be submitted on line at GAIL e-tender site (http://etender.gail.co.in) within
due date and time for bid submission as specified in clause 4.0 of IFB and all envelopes
containing the documents in physical form as specified in clause no 25.1 shall be
submitted within 7 days from the bid due date as mentioned in clause no. 25.8.
26.2 The RGPPL/GAIL/EIL may, in exceptional circumstances and at its discretion, on giving
reasonable notice by e-mail / fax or any written communication to all prospective bidders
who have downloaded the bid document extend the deadline for the submission of bids in
which case all rights and obligations of the Employer / Consultant and bidders, previously
subject to the original deadline will thereafter be subject to deadline as extended.
27.0 LATE BIDS / Unsolicited bids / bid submission at other place

27.1 E-system of GAIL shall close immediately after the deadline for submission of bid
prescribed by the Consultant pursuant to clause 26 of ITB.
27.2 Unsolicited bids or bids being submitted in physical form / to address other than one
specifically stipulated in the bid document will not be considered for opening / evaluation /
award and will be returned to such bidders.
28.0 MODIFICATION AND WITHDRAWAL OF BIDS

28.1 The bidder may modify, re-submit or withdraw its e-bid after the bid submission, but,
before the due date of submission as per provision of e-tendering system of GAIL.
28.2 Deleted
28.3 No bid shall be modified after the deadline for submission of bid.
28.4 No bid shall be allowed to be withdrawn in the interval between the deadline for
submission of bids and the expiration of the period of bid validity specified by the bidder on
the bid form. Withdrawal of a bid during this interval shall result in the bidders forfeiture of
its bid security, pursuant to clause 18.9 of ITB.
29.0 BID OPENING AND EVALUATION

BID OPENING
29.1 Un-Priced Techno Commercial bid opening:
29.2 The RGPPL/GAIL/EIL will open the un-priced techno commercial bids in the presence of
bidders designated representatives at date & time as stipulated in IFB at EILs address.
The bidders representatives who are present shall sign bid-opening statement evidencing
their attendance.
29.3 Bidders names, the presence (or absence) and amount of bid security, and any other
such details as the consultant may consider appropriate will be announced by the
Consultant.
30.0 PROCESS TO BE CONFIDENTIAL

30.1 Information relating to the examination, clarifications, evaluation and comparison of bids,
and recommendations for the award of a Contract shall not be disclosed to bidders or any
other person officially concerned with such process. Any effort by a bidder to influence the
RGPPL/GAIL/EIL in any manner in respect of bid evaluation or award will result in the
rejection of that bid.
Page 31 of 615
GAIL (India) Limited Instructions to Bidder
LNG Terminal Project of RGPPL Completion of Balance Works of
Break Water
Job Number: 6724 Sheet 17 of 23

31.0 CONTACTING THE RGPPL/GAIL/EIL

31.1 From the time of the bid opening to the time of the Contract award, if any bidder wishes to
contact the RGPPL/GAIL/EIL for any matter relating to the bid it should do so in writing.
31.2 Any effort by a bidder to influence the RGPPL/GAIL/EIL in any manner in respect of bid
evaluation or award will result in the rejection of that bid.
32.0 EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS

32.1 Techno-Commercial Bid Evaluation.
32.2 RGPPL/GAIL/EIL will examine the bids to determine whether they are complete, whether
any computational errors have been made, whether required securities have been
furnished, whether the documents have been properly signed, and whether the bids are
generally in order.
32.3 Prior to the detailed evaluation, RGPPL/GAIL/EIL will determine whether each bid is of
acceptable quality, is generally complete and is responsive to the Bidding Documents. For
the purposes of this determination, a responsive bid is one that conforms to all the terms,
conditions and specifications of the Bidding Documents without deviations, objections,
conditionality or reservations.
32.4 No deviation, whatsoever, is permitted in the Bidding Documents and the price bids of
those bidders whose technical and commercial bids contain any exception to the
conditions and stipulations of the Bidding Documents shall not be opened.
32.5 RGPPL/GAIL/EIL determination of a bids responsiveness is to be based on the contents
of the bid itself without recourse to extrinsic evidence. If a bid is not responsive, it will be
rejected by the RGPPL/GAIL/EIL, and may not subsequently be made responsive by the
bidder by correction of the nonconformity.
32.6 RGPPL/GAIL/EIL will carry out a detailed evaluation of the bids previously determined to
be responsive in order to determine whether the technical aspects are in accordance with
the requirements set forth in the Bidding Documents. In order to reach such a
determination, the Employer / Consultant will examine and compare the technical aspects
of the bids on the basis of the information supplied by the bidders, taking into account the
following factors:
(a) Overall completeness and compliance with the Technical Specifications; quality,
function and operation of any process control concept included in the bid. The bid
that does not meet minimum acceptable standard of completeness/ specifications
defined in the bid document, consistency and detail will be rejected as non-
responsive.
(b) Any other relevant factor, if any that RGPPL/GAIL/EIL deems necessary or
prudent to be taken into consideration.
32.7 Requisite forms contains all necessary information including those required for meeting
qualifying criteria stipulated in IFB, etc.
32.8 Deleted
33.0 PRICE BID OPENING

33.1 RGPPL/GAIL/EIL shall inform the time, date and venue for price bid opening to all such
bidders who qualify pursuant to techno-commercial bid evaluation. Bidders may be
required to attend price bid opening at a short notice of 24 hours.
33.2 RGPPL/GAIL/EIL will open price bids of all bidders notified to attend price bid opening in
presence of authorised bidders representatives present at the time of priced bid opening.
The bidders representatives who are present shall sign bid-opening statement evidencing
their attendance.
33.3 The bidders name, prices, and such other details as RGPPL/GAIL/EIL, at its discretion,
may consider appropriate will be announced and recorded at the time of bid opening.
Page 32 of 615
GAIL (India) Limited Instructions to Bidder
LNG Terminal Project of RGPPL Completion of Balance Works of
Break Water
Job Number: 6724 Sheet 18 of 23
33.4 In case of Reverse Auction Article 33.1 , 33.2 & 33.3 will not be applicable . However
bidder will be intimated regarding the time & date of reverse auction
34.0 ARITHMETIC CORRECTIONS

34.1 The bids will be checked for any arithmetic errors as follows.
34.2 Where there is a discrepancy between the amount in figures and in words, the amount in
words will govern and
34.3 Where there is a discrepancy between the unit rate and the line item total resulting from
multiplying the unit rate by the quantity, the unit rate as quoted shall prevail and the total
price shall be corrected.
34.4 If the bidder does not accept the correction of errors, its bid will be rejected and the bid
security will be forfeited.
35.0 CONVERSION TO SINGLE CURRENCY

35.1 To facilitate evaluation and comparison, RGPPL/GAIL/EIL will convert all bid prices
expressed in the amounts in various currencies in which the bid price is payable to single
currency and that will be Indian Rupees only at the TT Bills selling exchange rate
published by the State Bank of India on one day prior to the price bid opening date.
36.0 EVALUATION METHODOLOGY & COMPARISON OF BIDS

36.1 The Schedule of Rates/Prices quoted inclusive of all taxes and duties in the Summary of
Prices shall be taken up for evaluation.

36.2 Service Tax as quoted in Form-SP 2 shall be loaded for Evaluation Purpose.

36.3 Evaluation prices, after considering loading for extended stay compensation as per clause
no.57.0 of SCC shall be worked out.

36.4 In case a Bidder does not quote for any items of Schedule of Prices, and the estimated
price impact of unquoted items is more than 10% of his quoted price, the bid will be
rejected. If such price impact of unquoted items is 10% or less of his total quoted price and
under special circumstances, Owner/ EIL decide to consider the bid, then for the purpose
of comparison, the unquoted items shall be loaded by price impact calculated on the basis
of highest of the rates quoted by other bidders. If after evaluation, such bidder is found to
be the lowest evaluated bidder, the rates for the missing item shall be considered as
included in quoted bid price.

36.5 Any uncalled for lump sum/ percentage or adhoc reduction/ increase in prices, offered by
the Bidders after opening of the prices, shall not be considered. However, if reduction is
from the recommended Bidder, such reduction shall be taken into account for arriving at
the contract value.

36.6 If discounts and prices etc., are not filled up in the Schedule of Prices and are not as per
the requirements of the Bidding Document, the same shall be omitted from evaluation.

36.7 After the Techno-commercial evaluation of bid is completed, the priced bids for acceptable
bidders shall be opened by GAIL and EIL. Bidder will not be allowed to attend the price
bid opening. Based on these opened Prices, the evaluated price of all the bidders shall be
worked out.

36.8 Reverse Auction shall be conducted with the evaluated Price of various bidders as the
Bid Opening Price of the respective bidders.

36.8.1 Bid decrement amount for the Reverse Auction shall be minimum 0.1% of the last bid of
the respective bidder. Bidders are allowed to submit first price without decrement amount
but afterwards participation in reverse auction is allowed only with minimum decrement
amount.
Page 33 of 615
GAIL (India) Limited Instructions to Bidder
LNG Terminal Project of RGPPL Completion of Balance Works of
Break Water
Job Number: 6724 Sheet 19 of 23

36.8.2 In case a bidder does not participate in Online Reverse Auction, his bid will be rejected
and the bid bond/EMD of such bidder shall be invoked.

36.8.3 The acceptable bidders shall be informed their respective loading factors before start of
the Reverse Auction process. Loading Factor shall also include the conversion of Foreign
Exchange based on B.C. Selling Foreign Exchange rate of State Bank of India prevailing
one day prior to the date of Price Bid opening. The due date and time of price bid opening
and start of Reverse Auction will be informed well in advance to Bidders, through the
system and by Email.

36.8.4 In order to ensure that adequate communication network is available for the bidders, a
dedicated Fax No. as well as two hotline nos. will be made available at the time of reverse
auction and shall also be informed to the Bidders.

36.8.5 For participation in Reverse Auction, Bidders at their own interest should ensure
uninterrupted internet connectivity at their end during the reverse auction with necessary
backups to take care of any connectivity problem. However, in case of failure in
connectivity of any of the Bidders, the reverse auction time shall be extended once against
request of each bidder if the request is received within auction time. Such extensions shall
each be of 10 minutes and no more than one request for such extension from each bidder
shall be entertained in an auction. The extension of auction time shall be communicated to
all the bidders through system broadcast message and also intimated telephonically to the
bidders who are disconnected from Reverse Auction at that point of time.

36.8.6 All timings of the online bid shall be based on the time indicated by the server hosting the
Auction Engine which would reflect as closely as possible the Indian Standard Time (IST),
i.e., GMT+0530 hrs. However, in the event of any deviations between the Server Time
and the Indian Standard Time, the functioning of the Auction Engine (launch, operation
and closure) would be guided by the Server time. Bidders should be advised to refresh
the window of the Auction module and check the exact Server Time.

36.8.7 The process of Online Reverse Auction shall initially be held for a period of 1 Hours. In the
event of a bid being received in the last 10 minutes resulting in a change in price of sub
item/sub group, the period of the auction shall get extended automatically by 10 minutes..
This process will continue till no change in price in last 10 minutes.

36.8.8 All bidders, regardless of their previous position, can submit their bid during the extended
period also.

36.8.9 In case of a tie during auction, i.e., two bidders entering same lowest price, the bidder
who enters the prices first in the system would be ranked as L-1 and the other bidder
would see their ranking as L-2.

36.8.10 During the Reverse Auction, the bidder shall have to bid his evaluated price based on the
bid opening price as well as the decrement amount.

36.8.11 Individual Bidder will be able to see his rank, his price and, the price of L1 ranked bidder.

36.8.12 To maintain the sanctity, un-authorized communication shall be restricted during Online
Reverse Auction process. Therefore, any communicating devices including mobile phones
etc. should not be carried by anyone in the room where Online Reverse Auction is being
conducted. It shall be ensured that only one or two land line phone connections are
available in the room where Online Reverse Auction is being conducted for authorized
interaction with bidders as per procedure. The identified numbers of GAIL for this purpose
should be intimated to the bidders well in advance. Similarly, the telephone numbers of
bidders for the authorized interaction with bidders should be obtained through Bidders
Response sheet. Conversational Communication with bidders should be avoided during
the Online Reverse Auction process unless unavoidable and considered
appropriate/necessary by the tender committee.
Page 34 of 615
GAIL (India) Limited Instructions to Bidder
LNG Terminal Project of RGPPL Completion of Balance Works of
Break Water
Job Number: 6724 Sheet 20 of 23

36.8.13 Immediately after completion of online event of Reverse Auction, all the bidders would re-
submit breakup of their final quoted evaluated price (which shall be their final price against
the tender for all the purposes and the originally quoted prices against e-tender/tender
shall no more be valid) as per Appendix-10(Breakup of price for order placement) so as to
enable GAIL to award the purchase order/contract. However, in such breakup, the prices
of any of items shall not be increased above the original price submitted in SRM. In case,
the bidder fails to provide cost break-up sheet of the final prices quoted during the online
event, the same shall tantamount to withdrawal of his bid and the necessary actions as per
provisions of the tender/ GAILs procedure shall be taken against the bidder.

36.8.14 In case, no conclusion can be drawn from reverse auction from best bid history or where
reverse auction is inconclusive on account of system malfunctioning or break in internet
connectivity at GAIL system end, reverse auction shall be re-conducted..

36.8.15 With the assistance of RA system provider, training to all eligible bidders on the Online
Reverse Auction process shall be facilitated prior to conduct of Online Reverse Auction.


37.0 AWARD OF CONTRACT

AWARD OF WORK
37.1 RGPPL/GAIL/EIL will award the Contract to the successful bidder (s) whose bid has been
determined to be substantially responsive, meets the technical & financial criteria and / or
have been determined as a lowest bid on lowest quote basis and capacity of Bidders is as
per qualification criteria based on IFB and is determined to be qualified to satisfactorily
perform the Contract.
37.2 RGPPL/GAIL also reserves the right to negotiate the quoted prices before award of work.
38.0 RGPPL/GAIL RIGHT TO ACCEPT ANY BID AND TO REJ ECT ANY BID

38.1 RGPPL/GAIL/EIL reserves the right to accept or reject any bid, and to annul the bidding
process and reject all bids at any time prior to award of the contract without thereby
incurring any liability to the affected bidder or bidders or any obligations to inform the
affected bidder or bidders of the ground for RGPPL/GAIL/EIL action.
39.0 NOTIFICATION OF AWARD

39.1 Prior to the expiration of period of bid validity OWNER will notify the successful bidder in
writing by fax / e-mail to be confirmed in writing, that his bid has been accepted. The
notification of award / Fax of Acceptance will constitute the formation of the Contract.
39.2 The Progressive Delivery / Completion period shall commence from the date of notification
of award / Fax of Acceptance (FOA).
39.3 The notification of award will constitute the formation of a Contract, until the Contract has
been effected pursuant to signing of Contract.
40.0 CONTRACT AGREEMENT

40.1 Contract documents for agreement shall be prepared after the acceptance of bid. Until the
final contract documents are prepared and executed this bid document together with the
annexed documents, modifications, deletions agreed upon by RGPPL/GAIL/EIL and
bidders acceptance there of shall constitute a binding contract between the successful
Bidder and RGPPL/GAIL/EIL based on terms contained in the aforesaid documents and
the finally submitted and accepted prices.
40.2 The Contract document shall consist of the following:
a) Original Bidding Document along with its enclosures issued.
b) Amendment / Corrigendum to original Bidding Document issued, if any.
Page 35 of 615
GAIL (India) Limited Instructions to Bidder
LNG Terminal Project of RGPPL Completion of Balance Works of
Break Water
Job Number: 6724 Sheet 21 of 23
c) Fax of Acceptance.

d) Detailed Letter of Award / Acceptance along with Statement of Agreed Variation (if
any) and enclosures attached therewith.
40.3 After the successful bidder has been notified for acceptance of his bid, the bidder is
required to execute the Contract Agreement within 15 days of receipt of Fax of Intent in
the form provided in the Bidding Documents. The Contract Agreement is to be executed
on the non-judicial paper of appropriate value (the cost of stamp paper shall be borne by
the Contractor).
40.4 In the event of failure on the part of the successful bidder to sign the Agreement within the
above-stipulated period, the Bid Security shall be forfeited and the acceptance of the
tender shall be considered as cancelled.
41.0 PERFORMANCE GUARANTEE

41.1 Pursuant to clause no. 24 of GCC-Works bidder will provide Performance Guarantee of
appropriate value within 15 days of receipt of FOI from RGPPL/GAIL/EIL. The
Performance Guarantee shall be in form of either Demand Draft or Bankers Cheque or
irrevocable Bank Guarantee and shall be in the currency of Contract.
Failure of the successful bidder to comply with the requirement of this clause shall
constitute a breach of contract, cause for annulment of the award, forfeiture of the bid
security and any such remedy RGPPL/GAIL/EIL may take under the Contract pursuant to
Clause 32 (C) of GCC-Works and the Owner may resort to awarding the Contract to the
next ranked bidder.
42.0 CORRUPT AND FRAUDULENT PRACTICES

42.1 The Ownere requires that Bidders/Contractors observe the highest standard of ethics
during the execution of Contract. In pursuance of this policy, the Owner defines, for the
purposes of this provision, the terms set forth below as follows:
i) Corrupt Practice means the offering, giving, receiving, or soliciting of anything of
value to influence the action of public official in contract execution; and
ii) Fraudulent Practice means a misrepresentation of facts in order to influence the
execution of a Contract to the detriment of the Employer, and includes collusive
practise among bidders (prior to or after bid submission) designed to establish bid
prices at artificial non-competitive levels and to deprive the Employer of the
benefits of free and open competition.
42.2 The Owner will reject a proposal for award if it determines that the bidder recommended
for award has engaged corrupt or fraudulent practices in competing for the Contract in
question:
42.3 The Owner will declare a firm ineligible for a period pursuant to Clause No. 28.1.3 of GCC-
Goods.
a) DELETED
b) Bidder is required to furnish the complete and correct information/ documents
required for evaluation of their bids. If the information/ documents forming basis of
evaluation is found to be false/ forged, the same shall be considered adequate
ground for rejection of the bids and forfeiture of Earnest Money Deposit.
c) In case, the information/ document furnished by the vendor/ contractor forming
basis of evaluation of his bid is found to be false / forged after the award of the
contract, RGPPL/GAIL/EIL shall have full right to terminate the contract and get
the remaining job executed at the risk & cost of such vendor/ contractor without
any prejudice to other rights available to GAIL under the contract such as
forfeiture of CPBG / Security Deposit, withholding of payment etc.
Page 36 of 615
GAIL (India) Limited Instructions to Bidder
LNG Terminal Project of RGPPL Completion of Balance Works of
Break Water
Job Number: 6724 Sheet 22 of 23

d) In case, this issue of submission of false documents comes to the notice after
execution of work, RGPPL/GAIL/EIL shall have full right to forfeit any amount due
to the vendor/ contractor along with forfeiture of CPBG/ Security Deposit furnished
by the vendor/ contractor.
e) Further, such bidder/ vendor / contractor shall be put on Blacklist/ Holiday list of
RGPPL/GAIL/EIL debarring them from future business with RGPPL/GAIL/EIL.
43.0 WAIVER OR TRANSFER OF THE AGREEMENT

43.1 The successful bidder shall not waive the Agreement or transfer it to third parties, whether
in part or in whole, nor waive any interest that is included in the Agreement without the
prior written permission of the Employer.
44.0 ORDER OF PRECEDENCE

44.1 The Articles contained in this Section shall supplement to the Special Conditions of
Contract, General Conditions of Contract Works. Where any portion of Special
Conditions of Contracts, and General Conditions of Contract Works is repugnant or at
variance with any provisions of Instructions to Bidders. Instructions to Bidders shall be
deemed to over-ride the provision(s) of Special Conditions of Contract, and General
Conditions of Contract Works only to the extent that such repugnancies of variations in
Instructions to Bidders are not possible of being reconciled with the provisions of Special
Conditions of Contract, General Conditions of Contract Works.
45.0 UNSOLICITED POST TENDER MODIFICATIONS
Bidders are advised to quote as per terms and conditions of the Bidding Document and
not to stipulate deviations / exceptions. Once quoted, the bidder shall not make any
subsequent price changes, whether resulting or arising out of any technical / commercial
clarifications and details sought on any deviations, exceptions or stipulations mentioned in
the bid unless any amendment to Bidding Document is issued by GAIL / EIL. Similarly, no
revision in quoted price shall be allowed should the deviations stipulated by him are not
accepted by GAIL and are required to be withdrawn by him in favour of stipulation of the
Bidding Document. Any unsolicited proposed price change is likely to render the bid liable
for rejection. In such event the action shall be initiated as per clause 28.4 of ITB.
46.0 CLARIFICATION REQUEST FROM BIDDER
A bidder may seek clarification regarding the Bidding Document provisions , bidding
process and/or rejection of his bid. EIL shall respond to such request within a reasonable
time.
47.0 MICRO & SMALL ENTERPRISES

i) In Tender, participating Micro and Small Enterprises quoting price within price brand of
L1+15% shall also be allowed to supply a portion of requirement by bringing down their
prices to L1 price in a situation where L1 price is from someone other than a micro and
small enterprises and such micro and small enterprises shall be allowed to supply up to
20% of the total tendered value. In case of more than one such Micro and Small
Enterprises, the supply shall be shared proportionately (to tendered quantity). Further, out
of above 20%, 4% (20% of 20%) shall be from MSEs owned by SC/ST entrepreneurs.
This quota is to be transferred to other MSEs in case of non-availability of MSEs owned by
SC/ST entrepreneurs.

ii) The quoted prices against various items shall remain valid in case of splitting of quantities
of the items as above.

iii) In case bidder is a micro or Small Enterprise under the Micro, Small and Medium
Enterprises Development Act, 2006, the bidder shall submit the following:

a) Documentary evidence that the bidder is a Micro or Small Enterprises registered
with District Industries Centers or Khadi and Village Industries Commission or
Page 37 of 615
GAIL (India) Limited Instructions to Bidder
LNG Terminal Project of RGPPL Completion of Balance Works of
Break Water
Job Number: 6724 Sheet 23 of 23
Khadi and Village Industries Board or Coir Board or National Small Industries
Corporation or Directorate of Handicrafts and Handloom or any other body
specified by Ministry of Micro, Small and Medium Enterprises.

b) If the MSE is owned by SC/ST Entrepreneurs, the bidder shall furnish appropriate
documentary evidence in this regard.

c) The above documents submitted by the bidder shall be duly certified by the
Statutory Auditor of the bidder or a practicing Chartered Accountant (not
being an employee or a Director or not having any interest in the bidders
company/ firm) where audited accounts are not mandatory as per law.

If the bidder does not provide the above confirmation or appropriate document or
any evidence at the time of bid submission, then it will be presumed that they do
not qualify for any preference admissible in the Public Procurement Policy (PPP),
2012.

d) Being NSIC registrant, bidder shall not be exempted from submission of Contract
Performance Bank Guarantee (CPBG), as per Govt. guidelines published through
Public Procurement Policy (PPP), 2012.

Any other provisions / exemptions available based on bidder being NSIC registrant
indicated elsewhere in the RFQ documents, shall stands replaced / modified to the extent
of above provisions.
48.0 ERRANT BIDDER
In case after price bid opening the lowest evaluated bidder ( L-1) is not awarded the job for
any mistake committed by him in bidding or withdrawal of bid or varying any term in regard
thereof leading to re-tendering, GAIL shall forfeit Earnest Money paid by the bidder and
such bidders shall be debarred from participation in re-tendering of the same job(s) /
item(s)


Page 38 of 615








ADDENDUM TO I TB FOR E-PROCUREMENT


Page 39 of 615
Addendum to Instruction to Bidders

Instructions to Bidders for participation in E-Procurement

GAIL (India) Ltd., has developed a secured and user friendly system which will enable
Vendors/Bidders to Search, View, Download tenders directly from GAIL (India) Ltd.
secured website and also enables them to participate and submit Online Bids/Offers in the
E-Procurement site directly from the website in secured and transparent manner
maintaining confidentiality and security throughout the tender evaluation process and
award.

Bidders are requested to read following conditions in conjunction with various
conditions, wherever applicable appearing with this bid invitation for e-Procurement. The
conditions mentioned here in under shall supersede and shall prevail over the conditions
enumerated elsewhere in the Bid Document.

1) How to submit On-line Bids/Offers electronically against E-Procurement tenders?

Vendor/Bidder who wish to participate for E-tenders which are uploaded on GAIL
(India) Ltd. Website https://etender.gail.co.in should follow the following steps which
shall permit them to Search, Display/View, Download and Submit their electronic
Bids/Offers online in a secured manner ensuring confidentiality.

Vendors/Bidders are advised to read the following instructions for participating in
the electronic tenders directly through Internet:

i) No Late and delayed Bids/Offers after due date/time shall be permitted in e-
Tendering system. Time being displayed on our e-Tendering System shall be final
binding on bidder and bids have to be submitted by bidder(s) considering this time
only and not the time as per their location / country. No bid can be submitted after the
last date and time of submission has reached, however if bidder intends to change the bid
already entered may change/revise the same on or before the last date and time of
submission deadline .The system time (IST) that will be displayed on e-Procurement
webpage shall be the time and no other time shall be taken into cognizance.

ii) Bidders are advised in their own interest to ensure that bids are uploaded in e-
Procurement system well before the closing date and time of bid.

iii) No bid can be modified after the dead line for submission of bids.

iv) No Manual Bids/Offers shall be permitted. The offers submitted through e-
tendering system shall only be considered for evaluation.




Page 40 of 615
2) HOW TO SEARCH, VIEW AND DOWNLOAD E-TENDER?

Vendors/Bidders must go to e-tender website https://etender.gail.co.in and logon using
their user-id and password. In the case of vendors not possessing the User Id and
Password , they can access through Guest Login as guest. This facilitates viewing of
tenders in display mode in Collaboration folder (C Folder). If the vendor desires to
download the NIT and attached e-tender at this stage, he may download the same for
viewing free of cost.

Note: All e-tender notices and Bid Documents are available only in soft copies such as
Microsoft Word, Excel ,PDF files. For downloading / viewing PDF files use Adobe 6
Software utility which can be installed free of cost from Vendors home page link by any
vendor onto his own computer.

3) PARTICIPATION IN BID, REQUEST FOR USER ID and PASSWORD:

To participate in Bid submission, it is Mandatory on the part of Vendor(s) to have User
ID and Password. To obtain User ID and Password Vendor/Bidder must open
https://etender.gail.co.in site and perform the following steps:

i) Click on button Request User ID (For new Bidders)
ii) Fill the on line form and submit. Ensure that the email address given in the form is valid
and active. If you have already been provided with the Vendor Code of GAIL , please
mention the 10 digit Vendor code in specified field , Otherwise leave blank.
iii) Ensure that all the mandatory fields( identified with a star mark) are filled in application
form for User ID creation.

e-Procurement administrator would take possible care to allot an User id and Password
within 4 working days .An Email ( system generated) shall be sent to your email Id (
mentioned by you in the Registration form) giving details of your User- ID and password.
On Receipt of User Id, Please reset the password immediately by logging to our E-
tendering site.

User Id and passwords are unique to each vendor and the vendor can use the same to
view/download/participate in all e-tenders of GAIL.

Note: Without login registration I.D vendor cannot participate in e-tender. There will be
single login I.D permission for one single vendor. There can be more than one I.D for the
same vendor at different location address.

Obtaining User Id is an on-going process and is not linked to any particular Bid Invitation
(tender). Any vendor willing to participate in GAIL tenders can obtain User Id as
described above. Each vendor will get one user id. Vendors are requested to designate
one officer from their organization who will submit bids on line.


Page 41 of 615
Vendors are advised to apply for user id at least 7 days prior to the last date of bid
submission in their own interests. User ids shall be given within 4 days subject to
condition that information furnished by the bidder is complete in all respect. GAIL shall
not be responsible for any delays in allocation of user id/password and the ensuing
consequences including but not limited to timely submission of bids.

4) WHAT IS A DIGITAL SIGNATURE?

This is a unique digital code which can be transmitted electronically and primarily
identifies a unique sender. The objective of digital signature is to guarantee that the
individual sending the message is who he or she really claims to be just like the written
signature. The Controller of Certifying Authorities of India (CCA) has authorized certain
trusted Certifying Authorities(CA) who in turn allot on a regular basis Digital
Certificates. Documents which are signed digitally are legally valid documents as per the
Indian I T Act (2000).

5) WHY IS A DIGITAL SIGNATURE REQUIRED?
In order to bid for GAIL e-tenders all the vendors are required to obtain a legally valid
Digital Certificate as per Indian IT Act from the licensed Certifying Authorities (CA)
operating under the Root Certifying Authority of India (RCAI), Controller of Certifying
Authorities (CCA) of India.
6) HOW TO OBTAIN DIGITAL CERTIFICATE FROM CERTIFYING
AUTHORITY (CA)?

Vendors/Bidders cannot submit online Bids/Offers under e-tenders without obtaining
valid Digital Certificate from Certifying Agency(C.A). A hyperlink on Vendor/Bidder
home page gives link to Controller of Certifying Agencys (C.C.A.) website from there
the bidder can access web sites of various CA sites, using the links provided. One Digital
Certificate is valid for specified period and can be used for signing any number of
quotations against enquiries issued by GAIL during such validity period.

Note: In terms of I.T Act 2000, only a digitally signed document will be considered as
valid signed document.

The Digital Certificate is issued by C. A. in the name of a person authorized for filing
Bids/Offers on behalf of his Company. The certificate is installed / stored in his computer
or preferably received by him (his authorized person) in form as USB token. a
Vendor/Bidder can submit their Bids/Offers On-line only after digitally signing the
bid/documents with the above allotted Digital Signatures.


Page 42 of 615
7) STEPS FOR OBTAINING DIGITAL CERTIFICATE :
Digital Certificate can be obtained by the following steps:
i) Visit the site of the licensed CA* using internet browser.
ii) Apply for a class 3 Digital Certificate for the designated individual with the name
of Organization. Ensure the Digital Certificate is legally valid in India.
iii) For making payment and submission of documents required for issue of the
Digital Certificate , follow the instructions on the CA's website.
iv) Use the class 3 Digital Certificate thus obtained for online bidding on GAIL e-
Procurement site.
*Links to some licensed CA's are provided below
1. http://www.ncodesolutions.com
2. http://www.safescrypt.com/
3. http://www.tcs-ca.tcs.co.in/
4. http://www.mtnltrustline.com/

8) PRE-BID MEETING:

Subsequent to opening of bids, GAIL may not seek clarifications. Therefore,
clarifications, if any, are to be sought by the bidders during the pre-bid meeting.

During the pre-bid meeting, GAIL may also arrange demonstration of the e-Procurement
portal to the interested vendors.

9) BID DOCUMENT FEE:

Bidders are required to submit the DD along with EMD in physical form.

10) EARNEST MONEY DEPOSIT
Bidders are required to submit the EMD in original in the prescribed formats and in the
manner prescribed in the tender at the time of bid submission in sealed envelope.

However, if the bidder is unable to submit EMD in original on the due date, he may
upload a scanned copy of the EMD while submitting the bid electronically, provided the
original EMD, copy of which has been uploaded, is received within 7 days from the date
of unpriced bid opening, failing which the bid will be rejected irrespective of their status/
ranking in tender and notwithstanding the fact that a copy of EMD was earlier uploaded
by the bidder.







Page 43 of 615
11) SUBMISSION OF DOCUMENTS:

Bidders are required to upload all Tender forms and supporting documents which form
part of the bid/tender in the e-Procurement (COLLABORATION ,C-Folders) site only.
However, documents specified to be submitted physically viz: Bid Document Fee etc.
need to be submitted in a sealed envelope in accordance with the method described in
RFQ. The same should reach Engineers India Limited, Attn: AGM (C & P), EI-Annexe,
2
nd
Floor, 1, Bhikaiji Cama Place, New Delhi 110066, India (cut -out slip placed
below). Bidder shall ensure that all the documents relevant to bid are uploaded in time
and failure to upload the same before bid submission date is the sole responsibility of
bidder. Under no circumstances, GAIL shall entertain any request for acceptance of bid
documents in physical form, which were required to be uploaded in e-form.

Note:
i) Bidder is required to save/store their bid documents for each item into their computers
before submitting their bid into e-tendering system by pressing the Hold Button.

ii) Bidder is required to fill up the price/rate strictly in the Schedule of Rate(SOR) attached
with the tender.

Inadvertently, if a document is uploaded in Collaboration Folder (C Folder) by the
bidders, such document can be deleted by the Bidder and in its place a new/modified
document can be uploaded. The new/modified document will be required to be signed
digitally. Where two similar documents are existing in the folder, the latest version of the
document shall only be taken into cognizance for evaluation and earlier versions shall be
ignored.

Bidders are requested to upload small sized documents preferably ( upto 2 MB) at a time
to facilitate easy uploading into e-Procurement site. GAIL does not take any
responsibility in case of failure of the bidder to upload the documents within specified
time of tender submission.

12) PRICES, OTHER DOCUMENTS AND DIGITAL SIGNATURE:

The Prices are to be submitted online strictly as per the Schedule of Rates(SOR). GAIL
shall not be responsible for any failure on the part of the bidder to follow the instructions.

Un-priced techno-commercial bid document should be placed in the private area
earmarked in the C-folder.

Before the bid is uploaded, the bid comprising of all attached documents should be
digitally signed using digital signatures issued by an acceptable Certifying Authority
(CA) in accordance with the Indian IT Act 2000. If any modifications are required to be
made to a document after attaching digital signatures, the digital signature shall again be
attached to the modified documents before uploading the same.

Page 44 of 615
The Authenticity of above digital signatures shall be verified through authorized CA after
bid opening and in case the digital signature is not authorized/valid, the bid will be
rejected. Bidder shall be responsible for ensuring the validity of digital signatures and
proper usage of the same by responsible persons who can bind the bidder. Scanned copy
of Power of Attorney of the signatory issued by the bidding company should be
submitted on line along with other documents as per tender conditions.

BIDDERS SHALL OBTAIN THE DIGITAL CERTIFICATE DIRECTLY FROM
CERTIFYING AUTHORITY ( CA) ONLY AND DIGITAL CERTIFICATE ISSUED
BY SUB CA / AGENT WILL NOT BE COMPATATIBLE WITH OUR e-TENDERING
SYSTEM.
FOREIGN BIDDERS SHALL ALSO HAVE TO OBTAIN DIGITAL CERTIFICATE
FROM CERTIFYING AUTHORITIES IN INDIA AS APPROVED BY CCA. DIGITAL
CERTIFICATE OBTAINED FROM FOREIGN COUNTRIES ARE NOT
ACCEPTABLE.

*Links to some licensed CA's IN India are provided below. Foreign Bidders may
obtain the Digital certificate from these CAs.

1http://www.ncodesolutions.com
2http://www.safescrypt.com/
3http://www.tcs-ca.tcs.co.in/
4http://www.mtnltrustline.com/


13) PRICES: The bidder needs to enter the prices on line strictly as per the SOR format
provided in our E-Tender. No new conditions shall be added by the bidder.

14) SUBMISSION AND OPENING OF BIDS:

The bid along with all the copies of documents should be submitted in e-form only
through GAIL e-Procurement portal.


15) LAST DATE FOR SUBMISSION / RECEIPT OF BIDS:

System does not allow for submission / receipt of bids beyond the deadline for bid
submission. However, if the bidder for some reason intends to change the bid already
entered, he may change/revise the same on or before the last date and time of submission.
The system time displayed on GAILs e-Procurement webpage shall be final and binding
on the bidders for all purposes pertaining to various events of the subject tender and no
other time shall be taken into cognizance.



Page 45 of 615
Bidders are advised in their own interest to ensure that bids are uploaded in e-
Procurement system well before the closing date and time of bid.

Bidders must use any computer having Windows 2000 or Windows XP versions or
higher of Window operating system and an internet Web Browser version Internet
explorer V6.0 or higher recommended.

16) Proxy: If any bidder is unable to access GAILs e-Procurement site or Bid Documents,
the bidder may please check whether they are using proxy to connect to internet or their
PC is behind any firewall and may contact their system administrator to enable
connectivity. Please note that Port 443 and Port 8443 should be enabled on
proxy/firewall for HTTPS connectivity. Dial-up internet connectivity without Proxy
settings is another option.


Page 46 of 615
Ready Reckoner for Bidders version 1.0 April 2013

1


TABLE OF CONTENT
Chapters Page No

1. About E-tender Web portal 02
-Important Links
2. Pre-requisites to participate in Bidding 03

3. PC/Laptop setting
-J AVA I nstallation 04
- I E Setting 06
-I nstallation of DSC Token 07
4. Bidding Process
-Obtaining valid User ID 09
-Downloading the Tender 10
-SOR price 13
-Tender & corrigendum 19
-Uploading of bid 21
-Technical bid 32
-Pricebid (Attachment) 38
-Pricebid (online) 40
-Question 42
-Bid Submission 43
-Bid Status 48
-Viewing Bid of Past e-Tender 49

5. Procedure for Change of e-mail ID 50
6. Important Points to be Noted 51
7. Disclaimer 52

Page 47 of 615
Ready Reckoner for Bidders version 1.0 April 2013

2

1. ABOUT E-TENDER WEB PORTAL
Refers to the site https://etender.gail.co.in/irj/portal

IMPORTANT LINKS : Important Links mentioned as under.
Forgot your Password:To obtain new password in case Password is forgotten or
expired. This link can also be used in case your user id is locked after
repetitive wrong password attempt.
Request User ID (for new bidders) :To obtain User ID for e-bidding for new
bidders and for bidders who have forgotten both User ID & Password.
Ready Reckoner for Bidder(e-tendering/Reverse Auction):Online help Guide for e-
tendering and Reverse Auction. Please use the online guide during e-bidding.
FAQs : Answers to Frequently Asked questions on e-tendering and about
digital signature and Certifying Authorities in India from where Digital
Signature certificate can be obtained.
Contact Us: Contact detail for help Legal Disclaimer/Privacy Policy: Policy detail

Forgot your password
Request user ID
Online Help Guide
Page 48 of 615
Ready Reckoner for Bidders version 1.0 April 2013

3

2. PRE-REQUISITES TO PARTICIPATE IN BIDDING:
PC/laptop with Windows OS, Internet Explorer & internet broadband
connectivity.
Obtain /possess digital signature & encryption class 3b certificate (Refer
link FAQs available on the logon page of the portal for detail).
Must possess the valid Email Id of the organization.
Obtain user id and password from Gail for e-bidding (Refer page no 09)



NOTE:
All bidders are requested to carryout PC/LAPTOP setting (Refer Page
No 4) and practice e-bidding [Refer Page No 21] using a Test demo
tender No 8000003126 before bidding on live actual tender. This will
help in resolving any problem faced during practice on demo tender
and successful e-bidding.









Page 49 of 615
Ready Reckoner for Bidders version 1.0 April 2013

4

3. PC/LAPTOP SETTING

1. JAVA INSTALLATION
In order to sign the document using digital certificate or view the digitally
signed document, installation of Java (JRE) s/w in the system is required.

For installation of Java from GAIL web-site,
Execute the URL :https://etender.gail.co.in
Click on the link : Download JAVA








Click on this link to download JRE
Page 50 of 615
Ready Reckoner for Bidders version 1.0 April 2013

5

Choose the JRE for windows system
Download the JRE for Windowsplatform as per shown below in the screenshot.
Save the file & install JRE completely.
Choose the Online file download if you will be installing on a machine with an
internet connection .
Choose the Offline file download if you will be installing on a machine without an
internet connection, or you are having problems with the Online install.
Note : Preferably, select offline file (Windows offline) download, save the file and
install.







Click Windows Offline to
download
Page 51 of 615
Ready Reckoner for Bidders version 1.0 April 2013

6

2. INTERNET EXPLORER SETTING
The system requirement for e-bidding is PC/Laptop having windows Operating
System, Internet explorer browser & internet broadband connectivity.
However, It is suggested to use Windows 7 Professional System with Internet
Explorer Version 8 or 9 for hassle-free e-bidding.
Following settings are required to be carried out in PC/laptop for proper
functioning of digital signature in Gail e-tender application. Before using e-
tender site for bidding, ensure that the below mentioned settings in I nternet
Explorer are properly configured.
Step 1
Open internet explorer tools internet options security
tab : trusted sites site add the site: https://etender.gail.co.in.
Step 2
Open internet explorer tools internet options security tab
trusted sites custom level disable the use pop-up blocker
option. Under the head miscellaneous set custom setting to low or
medium. Press ok button to save the settings.
Step 3
Open internet explorer tools internet options privacy tab
un tick the Turn on pop-up Blocker check box.
Open internet explorer tools internet options privacy tab
set the level to Accept all cookies
Press ok button to save the settings.
Step 4
Turn off pop-up blocker / remove any toolbar programs like rediff
toolbar, yahoo toolbar etc. from your PC using add/remove
programs. Restart the computer.

Step 5
Changing the zoom level of IE to exactly 100%. The Zoom level
option is available on the right side bottom of the internet explorer
screen. Set the zoom level to 100%.
Step 6
For browser Internet Explorer 9 or above: Set the browser mode to
Compatibility View
For Internet Explorer 9: Tools->F12 Developer Tools->Browser
Mode->IE 9 Compatibility View



Page 52 of 615
Ready Reckoner for Bidders version 1.0 April 2013

7

3. INSTALLATION OF DIGITAL SIGNATURE E-TOKEN DRIVER CD

Install the driver cd of digital signature e-token in consultation with the
vendor from where the digital signature certificate is purchased. After
installation of the driver CD, attach the e-token in your system USB port.
Perform the following check to ensure that the digital signature is proper and
its driver is installed properly:
1. Go to tools ->internet options->contents->certificates, click on certificate.
2. After clicking on certificate, the name of the person to whom the
certificate is issued will appear.
3. Click on the name ( refer the screen shot below)
4. Go to General tab and check the validity of your certificate.



Page 53 of 615
Ready Reckoner for Bidders version 1.0 April 2013

8

5. Check that when you click on Certification Path the certificate
hierarchy should appear in the following hierarchical manner.
i) CCA India 2011
ii) Name of the(CA) issuing authority ( say TCS ,
Safes crypt or (n) code solutions etc)
iii) Name of the person to whom the digital Signature is issued.

In case the root of the hierarchy i.e. CCA India 2011 does not appear, then
consult the certificate provider.



















Page 54 of 615
Ready Reckoner for Bidders version 1.0 April 2013

9

4. BIDDING PROCESS
OBTAINING USER ID/PASSWORD FOR e-BIDDING
The link Request user id (for new bidders) is available on the home page/logon
page of e-tender portal (https://etender.gail.co.in). This link is to be used to obtain
user id & password from GAIL. After submission of the detail using the same link,
the bidder would get the user id & password on the specified e-mail ID within
three working days. Once the user ID is generated for a bidder organization, the
same user id can be used to participate in any tender of GAIL. Hence this process
is required only for new bidders who are first time participating in e-tender or for
bidders who have forgotten both user id & password. Please keep note of your
user id, password and registered e-mail ID for future correspondence.
In case the password is forgotten or the password is expired due to not using the
same for long period or your user-id is locked due to repeated attempts to logon to
the portal with wrong password, use the link Forgot your password available on
the logon page of the portal to obtain new password. The password provided by
GAIL is a initial password and can be used only once. Once used, the initial
password will get expired and subsequently you have to set your own
password as per the screenshot.

Enter initial Password received from GAIL
Set your own password
Repeat your own password
Click on Change to set your password
Page 55 of 615
Ready Reckoner for Bidders version 1.0 April 2013

10


DOWNLOADING THE TENDER

In the home page of e-tender site of Gail ( https://etender.gail.co.in ), click
on Guest button to logon as guest user[Refer the screenshot]
Active tenders will be displayed on the screen.
To search for a particular tender Filter option can be used [Refer the
screenshot]. Click on Filter














Search the tender by clicking on
filter
Page 56 of 615
Ready Reckoner for Bidders version 1.0 April 2013

11



A blank row will be created. Enter the tender number or the name of the tender to be searched as
shown in the screenshot and then press Enter key



















Filter: a blank row will be created. Enter the
tender number or the name of the tender to be
searched as shown in screenshot and then
press Enter key. The respective tender will
appear.



Page 57 of 615
Ready Reckoner for Bidders version 1.0 April 2013

12



The searched tender appeared on the screen. Click on the searched tender no.

[In case the tender is not appearing, please talk to the concerned purchase
officer/ dealing officer of the tender. Refer the link Contact Us on the
logon page of the portal to get the dealing officer detail.]

















The searched tender
appeared on the screen
Click on the searched tender
Page 58 of 615
Ready Reckoner for Bidders version 1.0 April 2013

13



DOWNLOADING SOR PRICE

The tender detail will be displayed on the screen: Refer the below
screenshot. Click on Step 3 Notes & Attachment tab to download SOR
price attachment.




















The bidders can download the SOR-
Price attachment by clicking on the
Notes & attachment
Page 59 of 615
Ready Reckoner for Bidders version 1.0 April 2013

14






The SOR [price] attachment(s) of purchaser will appear. Click on the
attachment link to download the file.



















SOR attachment files
To download: click on the link
Page 60 of 615
Ready Reckoner for Bidders version 1.0 April 2013

15





The signature initialization window will appear. Then click on verify
button to verify the signer of the file. [Note: in case signature initialization
window does not appear, it means java runtime s/w is not installed. [Refer
Page no 4: Java Installation]



















The signature initialization window will appear. Click on
Verify button to verify the signer of the file.
Page 61 of 615
Ready Reckoner for Bidders version 1.0 April 2013

16







The signers certificate information will appear as per the screenshot. Click
on close button, the file verification successful message will appear on
the screen.



















Signers certificate information will appear.
Page 62 of 615
Ready Reckoner for Bidders version 1.0 April 2013

17







Click on OK to download the file in temp folder of your system.






















A dialog box with the message File Verified Successfully
will appear. Click on ok button to view the contents of file.
Page 63 of 615
Ready Reckoner for Bidders version 1.0 April 2013

18






The detail path of the temp folder of your system where the file gets
downloaded and saved will appear on the screen. The file can be opened
from the temp folder.

[To go to the temp folder of your system, Click on Start->run-> %temp%
and then enter]















A pop-up window will appear with the detail path of
temp folder where the file is downloaded & saved.
Page 64 of 615
Ready Reckoner for Bidders version 1.0 April 2013

19


DOWNLOADING TENDER DOCUMENT & CORRIGENDUM

To download the tender document and corrigendum etc, click on Technical
Document tab. The technical window will open.























Click on Technical
document Tab to open
the technical window.
Page 65 of 615
Ready Reckoner for Bidders version 1.0 April 2013

20





Select the subfolders under the folder PUBLIC [Refer the screenshot]

Check the individual subfolders under PUBLIC folder for files attached by
dealing officer. The attachments will appear on the right side of the window.
Click on the attachment under Current Version to download the file. After
verification of signature of the attachment, the file will get downloaded and
saved in temp folder of your system.

[Refer: page no17 &18 :downloading of SOR price in temp folder]














1. Click on the folder
under public area to
see the list of the
attachments.
2. Click on the link to download
the attachment.
Page 66 of 615
Ready Reckoner for Bidders version 1.0 April 2013

21




UPLOADING OF BID

Logon to the portal using your user id & password. The screen will appear as
below. Click on All link to display all the tenders.
Note: Creation/uploading of bid is not allowed using guest user login.








Click on All link to display all the
tenders.
Page 67 of 615
Ready Reckoner for Bidders version 1.0 April 2013

22


All active tenders will be displayed.



There are two ways to search for a tender from the list of tenders
Using Show quick criteria maintenance
Using Filter option






All the active tenders will be displayed
Page 68 of 615
Ready Reckoner for Bidders version 1.0 April 2013

23

Tender search using Quick Criteria maintenance. Click on the Show Quick
Criteria maintenance.

To search for the tender, Enter the tender number and then click on apply button.


To search the tender, Enter the
tender number and then click
on apply button.
Click on the Show Quick Criteria
maintenance.
Page 69 of 615
Ready Reckoner for Bidders version 1.0 April 2013

24

The required tender will be displayed













The required tender will be displayed
after searching.
Page 70 of 615
Ready Reckoner for Bidders version 1.0 April 2013

25

Tender Search using Filter option




You may also search the tender
by clicking on filter link
Filter: a blank row will be created. Enter the tender number or the name of
the tender in the format as shown in screenshot and then press Enter key.
The respective tender will appear.



Page 71 of 615
Ready Reckoner for Bidders version 1.0 April 2013

26


The searched tender appeared on the screen

After search is over, click on Delete Filter link to delete the filter.

The searched tender
appeared on the screen
.After search is over, Click on delete
Filter link to delete the filter.
Page 72 of 615
Ready Reckoner for Bidders version 1.0 April 2013

27

Note: In case the tender is not appearing using above search methods and the same
is appearing for Guest user logon to the portal, please talk to the concerned
purchase officer/ dealing officer of the tender. Use the link Contact Us available
on the logon page of the portal to get the contact detail of dealing officer.
Check whether your bid for this tender is already created.
In case the bid/response is already created, the bid number (900000) will
appear under Bid Number column of the searched tender. Click on bid number
link. Your bid/response will be displayed on the screen. Refer page no 31 onwards
to proceed further.







Your Bid number appears. Click
on the bid number link

Page 73 of 615
Ready Reckoner for Bidders version 1.0 April 2013

28



In case there is no bid number appearing under Bid Number column of the
searched tender, then click on the Tender Number link.










Click on Tender
Number link

Page 74 of 615
Ready Reckoner for Bidders version 1.0 April 2013

29



The tender details will be displayed as per the Screenshot. Click on Register for
tender for registration. The message you are registered to the tender, you may
create response now will appear.










Click register for tender
registration.

Page 75 of 615
Ready Reckoner for Bidders version 1.0 April 2013

30


Click on create response button to create your bid.

Click on Save button to save your response/bid.

After tender registration, a message You
are registered to the tender, you may
create response now appears.
Click on Create Response
to create bid.
Click on Save to save your bid.
Page 76 of 615
Ready Reckoner for Bidders version 1.0 April 2013

31


Your response/bid no will be displayed on the screen with response number.












Your Response no appears.
Page 77 of 615
Ready Reckoner for Bidders version 1.0 April 2013

32



Uploading Technical Bid

Click on Technical Document tab to open the technical window for
uploading of technical bid documents.





















Click on Technical
document Tab to open
the technical window.
Page 78 of 615
Ready Reckoner for Bidders version 1.0 April 2013

33




Expand the folder appearing with bidder organization name. The detail folder
structure will appear. Click on the respective folder [e.g. BEC, Unpriced
Commercial docs, Formats etc.] and click on Create on the right side of the
technical window to upload the technical files [Ref below the screenshot].









Click on create to
upload the file
Click on create to
upload the file
Page 79 of 615
Ready Reckoner for Bidders version 1.0 April 2013

34



Click on Document for selecting the files to upload. Keep all bidding related
files/documents in a folder created under the local drive(C or D) and avoid keeping
files on Desktop or My document folder. The folder name should be a single
word without any special character.









Click on Document
for selecting the file
Page 80 of 615
Ready Reckoner for Bidders version 1.0 April 2013

35



Enter the document name to be uploaded. Then click on Continue



Refer the screenshot below for steps to upload
Step-1: Click on Sign Document: Browse and Select the file to be signed. Click
on Sign for signing the file by selecting your certificate.
Note: Please do ensure that only the virus free files are signed and uploaded
during e-bidding. Further, do not try to sign/upload executable files (e.g.
files with extension exe, bin etc.) or files with special characters in file name
or folder name where the file exist. Also avoid keeping space in the name of
the file as it may create problem during verify and upload of file.




Enter Document
Name
Page 81 of 615
Ready Reckoner for Bidders version 1.0 April 2013

36





Step-2: Select the signed file with sig extension under: Browse and select the
signed file with extension sig. [Note: The signed files means the files signed as per
step-1 above. Do not try to upload files which are signed using other tools i.e. other
than using GAIL e-tender sign as per above]
Click on Save as per step-3, to upload the signed file.
Note: Avoid keeping blank space or special character in the name of the
file(keep simple one word file name) as it may create problem during verify
and upload the signed file.






Expand the folder appearing
under bidder organization name. The
detail folder structure will appear.
1. Click on Sign button to digitally
sign the file to be attached.
2. click on browse to select the file.
3. Click on save button.
Page 82 of 615
Ready Reckoner for Bidders version 1.0 April 2013

37


The file has been uploaded as per the screenshot. Similarly, other technical
documents can be uploaded in the related folders. After uploading all the files in
related folder, close the technical window.
Note: In case of Runtime Error such as Installation Error appears during
upload of technical/tender document etc. then, save your bid, close all e-tender
windows and logoff from e-tender portal. Close internet explorer. Go to Start-
>Control Panel->Java->General->Settings->Delete files->select all options and
click OK. Restart the internet explorer, start e-tender portal and continue.
During Save/ upload, if there is an error Invalid Signed file, please ensure that
there is no blank space/Special Character in the name of the file and e-tender URL
has been maintained in TRUSTED site as per IE setting in page no 6.





Document uploaded will be displayed under
the respective folder .
After successfully uploading of the files, please
make sure that all the required files are uploaded and
then click on Close to close the technical window.
Page 83 of 615
Ready Reckoner for Bidders version 1.0 April 2013

38


PRICE BID[Attachment]
After closing the technical response window, the main response window will
appear. Please ensure that the response is in edit mode. In case the response is in
display mode, click on edit button to edit your response.
For price attachment: Click on SOR Attachment tab.
Keep all bidding related files/documents in a folder created under the local drive(C
or D) and avoid keeping files on Desktop or My document folder. The folder
name should be a single word without any special character.






Click on SOR Attachment Tab
Click on Edit button for
Edit Response
Page 84 of 615
Ready Reckoner for Bidders version 1.0 April 2013

39


Click on Sign Attachment button to sign the file.
Note: Please do ensure that only the virus free files are signed and uploaded during
e-bidding. Further do not try to sign/upload executable files (e.g files with
extension exe, bin etc.) or files with special characters in file name or folder name
where the file exists. Avoid keeping blank space in the name of the file [keep one
word file name] as it may create problem during verify and upload the signed file.

Click on Add Attachment to upload the signed file. Add attachment will be
highlighted only when the response is in edit mode. click on edit button to edit
your response. During Verify to upload, if there is an error Invalid Signed file,
please ensure that there is no blank space/special characters in the name of the file
and e-tender URL has been maintained in TRUSTED site as per IE setting in page
no 6.

[Note: The signed files means the files signed as per above. Do not try to upload
files which are signed using other tools i.e. other than using GAIL e-tender sign
button as per above ]

2. Click on Add Attachment button
to add the signed file.
1. Click on Sign Attachment
button to sign the file.
Page 85 of 615
Ready Reckoner for Bidders version 1.0 April 2013

40



PRICE BID [Online]
This is the screen for uploading of price SOR online. In this case, system will not
allow uploading the SOR price file using the option Step 3 SOR Attachments.
Instead, Use the option Step 4: Conditions to bid SOR price online.
In case, Step 4: Conditions tab is not available, Step 2 Items option is to be used
to quote online price.
Refer the below screenshot.

Note:
In case of Price Bid [online] option, when you save/submit your bid, the quoted
price gets encrypted using your encryption certificate and saved in the system in
encrypted form for security of your bid price. Hence, in display mode of your bid
you will be able to see your quoted price in encrypted form. When you try to edit
your bid you need to use the same encryption certificate to decrypt your bid price
Page 86 of 615
Ready Reckoner for Bidders version 1.0 April 2013

41

for display and then edit the price. Without your e-token certificate, the decryption
of price bid will not take place. Hence you must keep your e-token in safe custody.

The online SOR format would be displayed as per the screenshot. You are required
to fill the price under the head Amount (or) %.

After price quote is over, check your bid by clicking on Check button. You will
be asked to reply to questions. Pls. refer the next page.







Page 87 of 615
Ready Reckoner for Bidders version 1.0 April 2013

42




Questions
In case of incomplete bid, on clicking check button, warnings might appear.
Refer below screen: Warnings such as confirm with Yes to questions are
appearing. In such case, click on Question tab under RFx Information.
Questions will appear. Click on Yes/No radio button for reply to all questions.








Click on Questions tab
Click on Yes/No
radio button for reply
to all questions
Page 88 of 615
Ready Reckoner for Bidders version 1.0 April 2013

43





BID SUBMISSION

Click on check button to confirm the correctness of the bid. A message RFx
response is complete and contains no errors should appear.








2. A message RFx response is
complete and contains no errors will
appear.
1. Click on Check button to
confirm for the correctness
of the bid.
Page 89 of 615
Ready Reckoner for Bidders version 1.0 April 2013

44



The submit button appears only when your response is in edit mode. In case it
is in display mode, click on edit button then only submit button will
appear.
Before submission, you can view/print your quotation using Print Preview
button. Click on submit button for bid submission.








Click on button Submit to submit
your bid.
Before submission, you can
view/print your quotation using
Print Preview
Page 90 of 615
Ready Reckoner for Bidders version 1.0 April 2013

45




Confirmation dialog for submission will be displayed. Click on OK for
submission










A pop-up window will appear for
bid submission confirmation.
Click on Ok Button.
Page 91 of 615
Ready Reckoner for Bidders version 1.0 April 2013

46





After confirmation, digital certificate will appear. Select the relevant certificate and
click on Sign & encryption button.
Note: In case digital signature certificate does not appear, Refer page no 6, IE
Setting.







2. Click on Sign & Encryption
button to confirm the certificate.
1. Select the relevant
certificate.
Page 92 of 615
Ready Reckoner for Bidders version 1.0 April 2013

47





The message RFX Response submitted will appear.



Close the window. The below screen will appear.





A message RFx response
submitted will appear.
Page 93 of 615
Ready Reckoner for Bidders version 1.0 April 2013

48






TO CHECK YOUR BID STATUS
Click on Refresh button to refresh the screen. Your Bid status: Submitted will
appear as shown. On successful submission of bid, mail intimation also goes to
bidders registered e-mail ID.






Refresh the screen
Bid Status shown as
Submitted
Page 94 of 615
Ready Reckoner for Bidders version 1.0 April 2013

49






VIEWING BID OF PAST e-TENDER
Logon to the e-tender portal using your User ID & password. The tender screen
will appear [Refer below]. On the top->Click on All. Enter e-tender no under the
field Event Number. Select Ended RFx from the drop down menu under the
field Event Status. Click on Apply. The e-tender record will be displayed where
in the bid number will appear. Click on the bid number to display your bid.





Click on All
Enter e-tender no
Select Ended RFx from drop down menu
Click on Apply
Click on Bid Number
Page 95 of 615
Ready Reckoner for Bidders version 1.0 April 2013

50

5. PROCEDURE FOR CHANGE OF EMAIL ID OF BIDDER

The e-mail-id of bidder is registered in our e-tender system at the time when the
bidder submits his request to obtain valid user-id/password from GAIL.
The registered e-mail id of bidder is used to communicate his user-id, password,
tendering message and opening of tender. The communication to bidder is fully
automated in the system and hence email-id of bidder is very important for online
communication with bidder during various stages of tendering process. Hence
bidders are requested to enter their valid organization e-mail id while submitting
the request to obtain user-id & password.
In case the bidder is required to get their registered e-mail id changed in our
e-tender system, the under mentioned steps are to be followed.
Go to the link Contact Us available on the logon page of e-tender portal

Note the e-mail id of dealing officer/purchasing officer

Send a scan copy of request letter in your company letter head to dealing
officers e-mail ID requesting to update the new e-mail ID. Pls mention your
user id in the letter.

Also send a copy of that mail to vendorsap@gail.co.in









Page 96 of 615
Ready Reckoner for Bidders version 1.0 April 2013

51

6. IMPORTANT POINTS TO BE NOTED
1. Please enter your user id & password for login to the e-tender portal for
bidding. In case, password is forgotten or password is expired, do not try
entering password repeatedly as this will lock your user-id. In case the
password does not work or expired or user id is locked, usethe link Forgot
your password available in the home page/logonpage of the portal and input
your user id and registered e-mail ID. After this process the new password
will be allotted by the system and forwarded to your registered e-mail id on
the same day.

Please do ensure that only the virus free files are signed and uploaded during
e-bidding. Further, do not try to sign/upload executable files (e.g. files with
extension exe, bin etc.) or files with special characters in file name or name
of the folder where the file exist. Also avoid blank space in the name of the
file as it may create problem during verify and upload the signed file.

2. In order to successfully close /log off from the e-tendering system, click on
log off on top right corner of the bidding screen.

3. In case you do not logout properly as above, your transaction may get locked
for some time. In this case, you may not be able to process the bid. The
transaction gets automatically unlocked after 10 minutes approximately. You
need to log-off from the system as explained above and re-login after 10
minutes (in case of locked transaction) to further processing your bid.

4. You need to have broadband connectivity for improved performance for e-
bidding process.

5. Please go through FAQs available in the home page of the e-tender portal.

6. Bid is to be submitted in totality before due date & time. In case the bidder is
trying to submit the bid after due date & time, the message appears as end
time has been reached and the system may display as bid submitted
temporarily in the current session. But after log off from the current session
and re-login, the bid status will be shown as Saved in this scenario. In
nutshell, the bid will not get submitted when trying to submit bid after due
date and time has reached.

Page 97 of 615
Ready Reckoner for Bidders version 1.0 April 2013

52



7. DISCLAIMER:

(It may be noted that this is an effort to help bidders with
ready reckoner for downloading/uploading of bids during e-
bidding process. Gail does not stand responsible on failure to
upload the e-bids successfully based on these instructions)






Page 98 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water

Job No. 6724
Page 1 of 47















PROPOSAL FORMS















Page 99 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water

Job No. 6724
Page 2 of 47


FORM F-1
BIDDERS GENERAL INFORMATION

To
Ratnagiri Gas and Power Private Limited
E-Wing , A-11 , NFL Premises
Sector-24 , NOIDA- 201-301
Uttar Pradesh , India

1-1 Bidder Name: ________________________________________
1-2 Number of Years in Operation: ________________________________________
1-3 Address of Registered Office: ________________________________________

City________________ District _________
State _______________ PIN/ZIP__________

1-4 Operation Address
if different from above: ________________________________________

________________________________________

City________________ District _________
State _______________ PIN/ZIP__________

1-5 Telephone Number: _______________________________________
(Country Code) (Area Code) (Telephone Number)

1-6 Contact Person _______________________________________
1-7 Mobile No. _______________________________________

1-8 E-mail address: ________________________________________
1-9 Website: ________________________________________
1-10 Fax Number: ________________________________________
(Country Code) (Area Code) (Telephone Number)
1-11 ISO Certification, if any {If yes, please furnish details}
1-12 Bankers Name : _____________________________________

Page 100 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water

Job No. 6724
Page 3 of 47

1-13 Branch : _____________________________________

1-14 Branch Code : _____________________________________

1-15 Bank account number : _____________________________________

1-16 Excise Registration number : _____________________________________

1-17 Excise Range : _____________________________________

1-18 Excise Division : _____________________________________

1-19 Excise Collectorate : _____________________________________

1-20 Local ST No. : _____________________________________

1-21 CST No. : _____________________________________

1-22 PAN No. : _____________________________________

1-23 Whether SSI Registered Or not : _____________________________________




(SIGNATURE OF BIDDER WITH SEAL)
Page 101 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water

Job No. 6724
Page 4 of 47

FORM F-2
BID FORM AND APPENDIX TO BID FORM


To
Ratnagiri Gas and Power Private Limited
E-Wing , A-11 , NFL Premises
Sector-24 , NOIDA- 201-301
Uttar Pradesh , India

Dear Sir,

After examining/reviewing the Bidding Documents for
_____________________________(Name of Work), including technical specifications,
drawings, General and Special Conditions of Contract and Price schedule etc. the receipt of
which is hereby duly acknowledged, we, the undersigned, are pleased to e-bid to execute the
whole of the Job for the item in conformity with, the said Bidding Documents, including its
Amendments.

We confirm that this bid is valid for a period of FOUR (4) months from the date of opening of
Techno- Commercial Bid, and it shall remain binding upon us and may be accepted by any
time before the expiration of that period.

If our bid is accepted, we will provide the performance guarantee equal to 10% (ten per cent)
of the Contract Price, for the due performance with in fifteen days of such award.

Until a final Contract is prepared and executed, the bid together with your written acceptance
thereof in your notification of award shall constitute a binding Contract between us.

We understand that Bidding Document is not exhaustive and any action and activity not
mentioned in Bidding Documents but may be inferred to be included to meet the intend of the
Bid Documents shall be deemed to be mentioned in Bidding Documents unless otherwise
specifically excluded and we confirm to perform for fulfillment of Agreement and completeness
of the Work in all respects within the time frame and agreed price.

We understand that you are not bound to accept the lowest priced or any bid that you may
receive.

------------------
(SIGNATURE)

(NAME AND DESIGNATION)

Duly authorized to sign bid for and on behalf of ____________________________________

(SIGNATURE OF WITNESS)

NAME :
ADDRESS:



ANNEXURE-I
Page 102 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water

Job No. 6724
Page 5 of 47



PROFORMA OF BANK GUARANTEE
FOR CONTRACT PERFORMANCE (UNCONDITIONAL)
(ON NON-JUDICIAL PAPER OF APPROPRIATE VALUE)



To
M/s Ratnagiri Gas and Power Private Limited,
E-Wing, A-11, NFL Premises
Sector-24
NOIDA-201 301
Uttar Pradesh, India

Dear Sirs,

M/s. ____________________________________ having registered office at _______________
(hereinafter called the "CONTRACTOR" which expression shall wherever the context so require
include its successors and assignees) have been awarded the work of
____________________________ for Ratnagiri Gas and Power Private Limited, NOIDA,
Uttar Pradesh India. The Contract conditions provide that the CONTRACTOR shall pay a sum
of Rs. ______________________ (Rupees _______________________ only) as Initial/full
Contract Performance Security in the form therein mentioned. The form of payment of Contract
Performance Security includes guarantee executed by Nationalised Bank, undertaking full
responsibility to indemnify Ratnagiri Gas and Power Private Limited, NOIDA Uttar Pradesh,
India. (Hereinafter called "OWNER" which expression shall wherever the context so require,
include its successors and assignees) in case of default.
The said ___________________________________ has approached the BANK (hereinafter
called "BANK", which expression shall wherever the context so require include its successors
and assignees) and at their request and in consideration of the premises, we, having our office at
______________________________ have agreed to give such guarantee as hereinafter
mentioned.
1. We ________________________________ hereby undertake to give the irrevocable
and unconditional guarantee with you that if default shall be made by M/s.
______________________________ in performing any of the terms and conditions of
the Contract or in payment of any money payable to Ratnagiri Gas and Power
Private Limited, NOIDA, Uttar Pradesh, India we shall on first demand without
demur, reservation, contest, recourse or protest and/or without reference to the
CONTRACTOR pay to OWNER in such manner as OWNER may direct the said amount
Page 103 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water

Job No. 6724
Page 6 of 47

of Rupees ____________________ only or such portion thereof not exceeding the said
sum as OWNER may from time to time require.
2. OWNER will have the full liberty without reference to us and without affecting this
guarantee to postpone for any time or from time to time the exercise of any of the powers
and rights conferred on OWNER under the contract with the said CONTRACTOR and to
enforce or to forbear from enforcing any powers or rights or by reason of time being given
to the said CONTRACTOR and such postponement or forbearance would not have the
effect of releasing the BANK from its obligation under this DEBT.
3. Your right to recover the said sum of Rs._____________________(Rupees
______________________ only) from BANK in manner aforesaid will not be affected
or suspended by reason of the fact that any dispute or disputes have been raised by
the said M/s_______________________________________ and/or that any dispute
or disputes are pending before any officer, tribunal or court and any demand made by
OWNER in the BANK shall be conclusive and binding. The BANK shall not be
released of its obligations under these presents by any exercise by OWNER of its
liberty with reference to matters aforesaid or any of their or by reason or any other acts
of omission or commission on the part of OWNER or any other indulgence shown by
OWNER or by any other matter or thing whatsoever which under law would, but for
this provision, have the effect of releasing the BANK.
4. The guarantee herein contained shall not be determined or affected by the liquidation or
winding up, dissolution or change of constitution or insolvency of the CONTRACTOR but
shall in all respects and for all purposes be binding and operative until payment of all
money due to OWNER in respect of such liabilities is paid.
5. This guarantee shall be irrevocable and shall remain valid upto
____________________________ (This date should be 90 (Ninety) days after the expiry
of defect liability period) in accordance with the terms of contract which period is deemed
to complete on ___________________. The BANK undertakes not to revoke this
guarantee during its currency without previous consent of OWNER and further agrees
that the Guarantee contained shall continue to be enforceable till the OWNER discharges
this guarantee. However, if for any reason, the CONTRACTOR is unable to complete the
work within the period stipulated in the contract and in case of extension of the date of
completion resulting in extension of defect liability period or the CONTRACTOR fails to
perform the work fully, the BANK hereby agrees to further extend this guarantee at the
instance of the CONTRACTOR till such time as may be determined by the OWNER.
If any further extension of this guarantee is required, the same shall be extended to such
required period on receiving instructions from M/s ________________________ on
whose behalf this guarantee is issued.
6. The BANK also agrees that OWNER at its option shall be entitled to enforce this
guarantee against the surety, as a principal debtor in the first instance without proceeding
against CONTRACTOR and not withstanding any security or other guarantee that
OWNER may have in relation to the CONTRACTOR's liabilities.
7. The Bank Guarantee's payment of an amount is payable on demand and in any case
within 24 hours of the presentation of the letter of invocation of Bank Guarantee. Should
the banker fail to release payment on demand, a penal interest of 24% per annum shall
become payable immediately and any dispute arising out of or in relation to the said Bank
Guarantees shall be subject to the jurisdiction of Delhi Courts.
8. Therefore, we hereby affirm that we are guarantors and responsible to you on behalf of
the Contractor up to a total amount of (amount of guarantees in words and figures) and
we undertake to pay you, upon your first written demand declaring the Contractor to be in
default under the contract and without caveat or argument, any sum or sums within the
Page 104 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water

Job No. 6724
Page 7 of 47

limits of (amount of guarantee) as aforesaid, without your needing to prove or show
grounds or reasons for your demand or the sum specified therein.
This guarantee is valid until the _______day of_______20______.

9. We have power to issue this guarantee in your favour under memorandum and Article
of Association and the undersigned has full powers to do so under the Power of
Attorney / Resolution of the Board of Directors dated_________ accorded to him by
the bank.


Yours faithfully,

(Signature of a person duly authorised to sign
on behalf of the Bank)

Place:

WITNESS:

1................................................... (Signature)
.................................................. (Printed Name)

2. ................................................. (Designation)
................................................... (Common Seal)

Page 105 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water

Job No. 6724
Page 8 of 47

ANNEXURE-II

PROFORMA OF BANK GUARANTEE FOR MOBILISATION ADVANCE
(ON NON-JUDICIAL PAPER OF APPROPRIATE VALUE)

Ref................
Bank Guarantee No.
Date...............
M/s Ratnagiri Gas and Power Private Limited,
E-Wing, A-11, NFL Premises
Sector-24
NOIDA-201 301
Uttar Pradesh, India

In consideration of M/s Ratnagiri Gas and Power Private Limited, NOIDA, Uttar Pradesh,
India, hereinafter called the "Owner" which expression shall unless repugnant to the context or
meaning thereof include its successors, executors, administrators and assignees, having
awarded to M/s....................................................... having its registered office at
............................... hereinafter referred as the 'CONTRACTOR', which expression shall unless
repugnant to the context or meaning thereof, include its successors, administrators, executors
and assignees, a contract hereinafter referred to as the 'Contract' for related works................
referred to as the 'WORK' on terms and conditions set out, inter-alia in the Owner's Contract
No.............dated............ valued at........................................ (in words & figures) and as the Owner
having agreed to make an advance payment for the performance of the above contract to the
CONTRACTOR amounting to.............................(in words & figures) as an advance against Bank
Guarantee to be furnished by the CONTRACTOR.
We........................................... hereinafter referred to as the BANK which expression shall, unless
repugnant to the context or meaning thereof, include its successors, administrators, executors
and assignees having our office at......................... do hereby undertake to give the irrevocable
and unconditional guarantee and do hereby undertake to pay the OWNER on first demand
without any demur, reservation, contest, recourse, protest and without reference to the
CONTRACTOR any and all monies payable by the CONTRACTOR by reason of any breach by
the said CONTRACTOR of any of the terms and conditions of the said Contract to the extent
of..................... till the said advance is adjusted as aforesaid at any time upto.......................... We
agree that the guarantee herein contained shall continue to be enforceable till the sum due to the
Owner on account of the said advance is adjusted/recovered in full as aforesaid or till the Owner
discharges this guarantee.
The OWNER shall have the fullest liberty without affecting in any way the liability of the BANK
under this guarantee, from time to time to vary the advance or to extend the time for performance
of the works by the CONTRACTOR. The BANK shall not be released from its liability under
these presents by any exercise of the Owner of the liberty with reference to the matter aforesaid.
The Owner shall have the fullest liberty, without reference to CONTRACTOR and without
affecting this guarantee to postpone for any time or from time to time the exercise of any powers
vested in them or of any right which they might have against the CONTRACTOR, and to exercise
the same at any time in any manner, and either to enforce or to forebear to enforce any power,
covenants contained or implied in the Contract between the OWNER and the CONTRACTOR or
any other course or remedy or security available to the OWNER and the BANK shall not be
released of its obligations under these presents by any exercise by the OWNER of its liberty with
reference to matters aforesaid or other acts of omission or commission on the part of the
OWNER or any other law would, but for this provision, have the effect of releasing the BANK.
The right of the OWNER to recover the outstanding sum of advance upto Rs.................. from the
BANK in the manner aforesaid will not be affected or suspended by reason of the fact that any
dispute or disputes has or have been raised by the CONTRACTOR and/or that any dispute or
Page 106 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water

Job No. 6724
Page 9 of 47

disputes is or are pending before any officer, tribunal or court and any demand made by OWNER
on the BANK shall be conclusive and binding.
The BANK further undertakes not to revoke this guarantee during its currency without previous
consent of the OWNER and further agrees that the guarantee contained shall continue to be
enforceable till the OWNER discharges this guarantee.
The BANK also agrees that the OWNER shall at its option be entitled to enforce this guarantee
against the BANK as a principal debtor, in the first instance, notwithstanding any other security or
guarantee that OWNER may have in relation to the CONTRACTOR's liabilities towards the said
advance.
The Bank Guarantee's payment of an amount is payable on demand and in any case within 24
hours of the presentation of the letter of invocation of Bank Guarantee. Should the banker fail to
release payment on demand, a penal interest of 24% per annum shall become payable
immediately and any dispute arising out of or in relation to the said Bank Guarantee's shall be
subject to the jurisdiction of Delhi Courts.
Therefore, we hereby affirm that we are guarantors and responsible to you on behalf of the
Contractor up to a total amount of (amount of guarantees in words and figures) and we
undertake to pay you, upon your first written demand declaring the Contractor to be in default
under the contract and without caveat or argument, any sum or sums within the limits of (amount
of guarantee) as aforesaid, without your needing to prove or show grounds or reasons for your
demand or the sum specified therein.
Notwithstanding anything contained hereinabove, our liability under this guarantee is restricted to
_________ and it will remain in force upto and including _____________ and shall be extended
from time to time for such periods as may be advised by M/s on whose behalf this guarantee
has been given.
We have power to issue this guarantee in your favour under Memorandum and Articles of
Association and the undersigned has full power to do so under the Power of Attorney/ resolution
of the Board of Directors dated............... accord to him by the BANK.
Dated.................this.............day of...............20...............

Signed by
(Person duly authorised by Bank)
Place:

WITNESS :
1...................................... (Signature)
...................................... (Printed Name)

2...................................... (Designation)
...................................... (Common Seal)








Page 107 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water

Job No. 6724
Page 10 of 47

ANNEXURE-III
EMD/ BID SECURITY FORM

Ref.......... Bank Guarantee No............
Date...................
M/s Ratnagiri Gas and Power Private Limited,
E-Wing, A-11, NFL Premises
Sector-24
NOIDA-201 301
Uttar Pradesh, India

Dear Sir(s),

Whereas...................................................................(hereinafter called "the Bidder")
has submitted his bid dated............. for the works of......................................... (hereinafter called
"the Bid") against Bidding Document No. ............................................
KNOW ALL MEN by these presents that WE (BANK) ..................................................
of .......................................................................................... having our registered office at
................................................... (Hereinafter called "the Bank") are bound unto M/s. Ratnagiri
Gas and Power Private Limited, NOIDA, Uttar Pradesh, India. (Hereinafter called "the
OWNER") in the sum of ................................................................................for which payment,
well and truly to be made to the said OWNER, the BANK binds itself, its successors and assigns
by these presents. Sealed with the Common Seal of the said BANK this
........................................ day of ............................20...........
THE CONDITIONS of this obligation are:
1. If the Bidder withdraws his bid during the period of bid validity specified by the Bidder on
the Bid Form; or
2. If the Bidder, having been notified of the acceptance of his bid by the OWNER during the
period of bid validity;
a) fails or refuses to execute the Contract Form, if required
or b) fails or refuses to furnish the Performance Bank Guarantee in accordance with
the Instructions to Bidder or
c) if a bidder does not accept the correction of arithmetical errors as per
Instructions to Bidders. We undertake to pay to the OWNER upto the
above amount upon receipt of its first written demand, without the OWNER
having to substantiate its demand, provided that in its demand the OWNER will
note that the amount claimed by it is due to it owing to the occurrence of one or
both of the two above-stated conditions specifying the occurred condition or
conditions. This Guarantee will remain in force upto and including 60 days after
the period of bid validity, and any demand in respect thereof should reach the
BANK not later than the above date.

(Signature of the BANK)

(Signature of the Witness)
Name of Witness
Address of Witness


Page 108 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water
Job No. 6724 Page 11 of 47

FORM F-4
DETAILS OF SIMILAR WORK DONE DURING PAST TWENTY ( 20 ) YEARS
Sr.
No
.
Description
of the work
Location
of the
work
Full Postal
Address and
phone nos. of
Client & Name of
Officer-in-Charge
Value of
Contract
Date of
Commence-
ment of
Work
Scheduled
Completion
Time
(Months)
Date of
Actual
Completion
Reasons for
delay in
project
completion,
if any










Note: Copies of Letter of awards and completion certificate for the above works to be enclosed.
The Work completed earlier than Twenty years need not be indicated here
The list of work, not of similar nature need not be indicated here
Failing to comply aforementioned instructions may lead to rejection of bid.
SIGNATURE OF THE BIDDER : ________________________________

NAME OF THE BIDDER : ________________________________
Page 109 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water
Job No. 6724 Page 12 of 47

FORM F-4_A FOR SUB-CONTRACTOR / MEMBER OF CONSORTIUM
DETAILS OF SIMILAR WORK DONE DURING PAST TWENTY YEARS
Sr.
No.
Description of
the work
Location
of the
work
Full Postal Address
and phone nos. of
Client & Name of
Officer-in-Charge
Value of
Contract
Date of
Commence-
ment of Work
Scheduled
Completion
Time
(Months)
Date of
Actual
Completion
Reasons for
delay in
project
completion, if
any










Note: Copies of Letter of awards and completion certificate for the above works to be enclosed.
The Work completed earlier than Twenty years need not be indicated here
The list of work, not of similar nature need not be indicated here
Failing to comply aforementioned instructions may lead to rejection of bid.
SIGNATURE OF THE BIDDER : ________________________________

NAME OF THE BIDDER : ________________________________
Page 110 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water
Job No. 6724 Page 13 of 47

FORM F-5


PROFORMA FOR SUBMISSION OF DETAILS OF SPECIFIC EXPERIENCE

Bidder shall furnish their experience details with reference to the Work, which pre-qualify them
in line with Bid Evaluation Criteria mentioned in IFB.

S.
NO.
DESCRIPTION DETAILS
DETAILS OF Similar works EXECUTED BY BIDDER (Complying the requirement of
IFB)
Qualification based on
Experience ( Refer BEC)

( Tick as applicable)
EPC WORK
OR
MECHANICAL WORKS
ELECTRICAL WORK
INSTRUMENTATION
WORK

Basis of Bid Submission Individual Consortium
Sub Contracting
In case of Single Bidder
Name of project, location
Description of work
Name of Owner, Postal Address,
Phone/ Fax No./ E-mail Address

Name of Consultant, Postal
Address, Phone/ Fax No../ E-mail
Address

Details of Work executed

1. 9 Completion Dates

Date of award : _______________
Starting date :_______________
Scheduled Completion Date : ________
Actual Completion Date : ________
Reasons for delay, if any : ________
2. Supporting Document Whether copy of Work Order/ Contract
Agreement enclosed
YES NO
Whether Completion Certificate enclosed.
YES NO





















Page 111 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water
Job No. 6724 Page 14 of 47

S.
NO.
DESCRIPTION DETAILS

Annual Turnover Statement
YES NO

3. IN CASE OF EXPERIENCE AS CONSORTIUM MEMBER
4. Consortium Details Name of the Consortium ----------------
Name of Leader ------------------------
Name of Member -------------------
5. Description of work
6. Name of Owner, Postal Address,
Phone/ Fax No./ E-mail Address

7. Name of Consultant, Postal Address,
Phone/ Fax No../ E-mail Address

8. Details of work executed by Leader
9.
If the job has been executed as a
member of consortium / joint venture,
Bidder shall furnish Agreement /
MOU between the consortium
members clearly defining the scope
& responsibility of each member.
Copy of MOU for supporting division of
Responsibility (for consortium bidder)
YES NO
Division of responsibility in case of
Work executed by consortium
YES NO
10. Completion Dates

Date of award : _______________
Starting date :_______________
Scheduled Completion Date :
________
Actual Completion Date :
________
Reasons for delay, if any :
________

Note:

1. Bidder shall furnish separate Form-F5 for the Sub-Contractor (s) / Consortium
Member as per the Requirement of BEC.

2. Bidder should indicate details of similar experience separately for each work, which they
consider suitable in line with Bid evaluation criteria, stipulated in IFB. Detail of more
Projects may be furnished in the same format. Bidder to note that non-submission of
relevant documents may lead to rejection of their bid. Owner reserves the right to evaluate
the bids on the details furnished without seeking any subsequent additional information.

SIGNATURE OF THE BIDDER : ________________________________

NAME OF THE BIDDER : ________________________________























Page 112 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water
Job No. 6724 Page 15 of 47


FORM-5 (A)





DELETED
Page 113 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water
Job No. 6724 Page 16 of 47

FORM-5 (B)





DELETED
Page 114 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water
Job No. 6724 Page 17 of 47



FORM F-6
FORMATS FOR STATUTORY AUDITORS/ CHARTERED ACCOUNTANT
CERTIFICATE AS PER REQUIREMENT OF 10.3 OF IFB

COVERING LETTER FROM STATUTORY AUDITOR/ CHARTERED ACCOUNTANT
FORMAT-C
FORMAT-D
FORMAT-E
Page 115 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water
Job No. 6724 Page 18 of 47

COVERING LETTER
To,
_______________________
_______________________
________________________

Subject: Certificate regarding __________________________________________
Dear Sir,
We .... (Name of Statutory Auditor/ Chartered Accountant) are the
Statutory Auditor/ Charted Accountant of M/s . (Name of
Bidder).
We hereby confirm that we have issued following certificate:
1.
2.
3.
Thanking you,

(Signature)
Place Name of Authorised Signatory
Date Membership No.:
Encl.: As above.
Note:
Bidder whose accounts are not audited by auditors as per Law/ Jurisdiction, certification from a Chartered Accountant to be submitted.
Page 116 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water
Job No. 6724 Page 19 of 47

FORMAT-C
FORMAT FOR CERTIFICATE FROM CHARTERED ACCOUNTANT
FOR DETAILS OF SIMILAR SUPPLY OF GOODS/WORKS/
SERVICES IN PAST 20 (TWENTY) YEARS

(Applicable for cases where bidders account are not audited by
Statutory Auditor as per Law / Jurisdiction)

Name of the Work
Name, address and contact details of client
P.O /W.O No.
Scope of work of Bidder
Date of commencement of the project/work
Date of completion of the project/work
Total executed value from the project/work (Specify currency and amount)

(i) Copies of Letter of awards/ Order/ Work Orders and completion certificate (in case of works/ services) or IRN/Proof of delivery (in case of supplies, if applicable)
to be enclosed.

(ii) The Supply/Work/Services completed earlier than 20 (Twenty) years need not be indicated here.

(iii) The list of Supply/Work/Services, not of similar nature need not be indicated here. Failing to comply aforementioned instructions may lead to rejection of bid.

Place: [Signature of Authorized Signatory of Bidder]
Date: Name:
Designation:
Seal:

Page 117 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water
Job No. 6724 Page 20 of 47

FORMAT-C
FORMAT FOR CERTIFICATION BY CHARTERED ACCOUNTANT
Certificate from the Chartered Accountant regarding
Supply of Good/ Works/ Services

Based on its books of accounts and other published information authenticated by it, {this is to certify that LOA/ PO/ WO
No.............................................. dated ..................... was awarded to .... (name of the Bidder)
by ... (Name of Client) to execute .. (Name of Supply/Work/ Service). The
Supply/Works/Services commenced on .... (Date) and was/ is likely to be completed on . (date, if
any). It is certified that the total value of contract/order executed by .. (name of bidder) was
..................................(Specify Currency and amount) and executed value was ....................................... (Specify Currency
and amount).


Name of Audit Firm/: [Signature of Authorized Signatory]
Chartered Accountant
Date: Name:
Designation:
Seal:
Membership no.
Page 118 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water
Job No. 6724 Page 21 of 47

FORMAT- D

FORMAT FOR CERTIFICATE FROM STATUTORY AUDITOR FOR DETAILS OF SIMILAR GOODS/
WORK/SERVICES SUPPLIED/ DONE DURING PAST 20 (TWENTY YEARS
(Applicable in all cases where bidders accounts are audited by Statutory Auditor)

S.
No
Description of the
Goods/works/ Services
LOA/PO/WO No. and
date
Full Postal Address &
phone nos. of Client.
Name, designation and
address of Engineer/
Officer-in-Charge (for
cases other than
purchase)
Value of
Contract/ Order
(Specify
Currency
Amount)
Date of
Commence-
ment of
Work/
Services or
supply of
goods
Scheduled
Completion
Time
(Months)/
Delivery
Schedule
Date of
Actual
Completion/
Supply
Reasons for
delay in
execution, if any
(1) (2) (3) (5) (6) (7) (8) (9) (10)
Pl refer instruction


Place: [Signature of Authorized Signatory of Bidder]
Date: Name:
Designation:
Seal:
Page 119 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water
Job No. 6724 Page 22 of 47

FORMAT- D
INSTRUCTIONS:
1. Copies of Letter of awards/ Order/ Work Orders and completion certificate (in case of works/ services) or IRN/Proof of delivery (in case
of supplies, if applicable) to be enclosed.
2. The Supply/Work/Services completed earlier than 20 (Twenty) years need not be indicated here.
3. The list of Supply/Work/Services, not of similar nature need not be indicated here. Failing to comply aforementioned instructions may
lead to rejection of bid.
4. Bidders are expected to provide details in respect of each Order in this Annex. The orders cited must comply with the Bid Evaluation
criteria specified in Tender Document. Details provided in this section are intended to serve as a backup for information provided in
Offer/ Quotation. Bidder should also refer to the Instructions below.
5. A separate sheet should be filled for each LOA/Work Order/ Purchase Order.
6. Certificate from the Bidders statutory auditors must be furnished in the format below for LOA/Work Order/ Purchase Order mentioned
above (separately for each orders).
7. It may be noted that in the absence above certificates, the details would be considered inadequate and could lead to the bid being
considered ineligible for further evaluation.
Page 120 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water
Job No. 6724 Page 23 of 47

FORMAT- D

CERTIFICATE FROM THE STATUTORY AUDITOR REGARDING SUPPLY OF GOOD/ WORKS/ SERVICES

Based on its books of accounts and other published information authenticated by it, {this is to certify that LOA/ PO/ WO
No.............................................. ............ dated ................ was awarded to ... (Name of
the Bidder) by .. (Name of Client) to execute . (name of Supply/Work/ Service). The
Supply/works/services commenced on ... (date) and was/ is likely to be completed on . (Date, if any).
It is certified that the total value of contract/order executed by ... (Name of bidder)
was.............................. (Specify Currency and amount) and executed value was................................... (Specify Currency
and amount).


Name of Audit Firm/: [Signature of Authorized Signatory]
Chartered Accountant
Date: Name:
Designation:
Seal:
Membership no.

Page 121 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water
Job No. 6724 Page 24 of 47

FORMAT-E

FORMAT FOR STATUTORY AUDITORS/ CHARTERED ACCOUNTANT* CERTIFICATE FOR FINANCIAL CAPABILITY OF THE
BIDDER
(For Supply of Goods/ Works/ Services)

We have verified the Annual Accounts and other relevant records of M/s.(Name of the bidder) and certify the following

A. ANNUAL TURNOVER OF LAST 3 YEARS:

Year Amount (Currency)
Year 1:
Year 2:
Year 3:

B. FINANCIAL DATA FOR LAST AUDITED FINANCIAL YEAR :

Description Year _____
Amount (Currency)
1. Current Assets
2. Current Liabilities
3. Working Capital (Current Assets-
Current liabilities)

4. Net Worth (Paid up share capital
and Free Reserves & Surplus)

Page 122 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water
Job No. 6724 Page 25 of 47

FORMAT-E
Name of Audit Firm/: [Signature of Authorized Signatory]
Chartered Accountant Name:
Date: Designation:
Seal:
Membership no.

INSTRUCTIONS:

1. The financial year would be the same as one normally followed by the bidder for its Annual Report.
2. The bidder shall provide the audited annual financial statements as required for this Tender document. Failure to do so would
result in the Proposal being considered as non responsive.
3. For the purpose of this Tender document, (i) Annual Turnover shall be Sale value/ Operating Income (ii) Working Capital shall
be Current Assets less Current liabilities and (iii) Net Worth shall be Paid up share capital and Free Reserves & Surplus.
* Bidder whose accounts are not audited by auditors as per law/jurisdiction, certification from a Chartered Accountant to be submitted

Page 123 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water
Job No. 6724 Page 26 of 47


FORM F-7

DETAILS OF PROPOSED EQUIPMENTS, TOOLS & TACKLES

NAME OF WORK : : COMPLETION OF BALANCE WORKS OF BREAK WATER

BIDDING DOCUMENT NO. : AK/6724-000-12-42-CR-T-9602/1045
NAME OF THE BIDDER : M/s
The Bidder shall submit the details of all construction equipments, Tools & tackles etc. in the following format, proposed to be deployed as
Indicated in Special Conditions of Contract (SCC).


S. No.

Equipment Description

Nos.

Capacity &
Make

If Owned by Bidder

If likely to be
purchased by
Bidder,
expected date
of purchase

If to be Hired

Remarks
Present
Location

Expected
Date of
availability

Source of
Hiring

Reference
of consent
letter
























Note -1. In case of equipment are to be hired, Bidder shall indicate the source of Hiring and enclose the consent letter from such
sources.
2. Bidder shall clearly indicate the expected date of availability of Owned/ Hired equipment.

SIGNATURE OF BIDDER : _______________________

NAME OF BIDDER : _______________________

Page 124 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water
Job No. 6724 Page 27 of 47


FORM F-8

DETAILS OF PROPOSED ORGANISATION

NAME OF WORK : : COMPLETION OF BALANCE WORKS OF BREAK
WATER

BIDDING DOCUMENT NO. : AK/6724-000-12-42-CR-T-9602/1045
NAME OF THE BIDDER : M/s



The Bidder shall submit herein details of Head Office and Project/Site Organisation proposed to be
deployed for execution of the work. Bidder shall also furnish the bio-data of Site-in-Charge and key
personnel to be deployed.


Bidder understand that the said proposal represents the minimum deployment and the Bidder
acknowledges that the said deployment may have to be augmented with additional number and/or
categories, if required if directed by Engineer-in-Charge in order to compete the work within the
completion schedule and quoted lump sum price.



SIGNATURE OF BIDDER : ________________________

NAME OF BIDDER : ________________________
Page 125 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water
Job No. 6724 Page 28 of 47


FORM F-9

COMPLIANCE TO BID REQUIREMENT


NAME OF WORK : : COMPLETION OF BALANCE WORKS OF BREAK
WATER

BIDDING DOCUMENT NO. : AK/6724-000-12-42-CR-T-9602/1045
NAME OF THE BIDDER : M/s


To
Ratnagiri Gas and Power Private Limited
E-Wing , A-11 , NFL Premises
Sector-24 , NOIDA- 201-301
Uttar Pradesh , India

Dear Sir(s),


We confirm that our Bid complies with the total Techno-Commercial requirements of
Bidding Document and its amendments (if any) without any deviation.




SIGNATURE OF THE BIDDER : ________________________________


NAME OF THE BIDDER : ________________________________















Page 126 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water
Job No. 6724 Page 29 of 47

FORM F-10

DETAILS OF P.F. REGISTRATION


To
Ratnagiri Gas and Power Private Limited
E-Wing , A-11 , NFL Premises
Sector-24 , NOIDA- 201-301
Uttar Pradesh , India

Dear Sir(s),


We confirm that the following PF account is under operation and shall be used for all PF related
activities for the labour engaged by us for the work (awarded to us).


PF REGISTRATION NO. :

DISTRICT & STATE :






SIGNATURE OF THE BIDDER : ________________________________

NAME OF THE BIDDER : ________________________________






















Page 127 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water
Job No. 6724 Page 30 of 47



FORM F-11

COMMERCIAL QUESTIONNAIRE

The bidders reply/confirmation as furnished in the commercial questionnaire shall super
cede the stipulations mentioned elsewhere in their bid:-

SL.
No.
EILs QUERRY
BIDDERs REPLY/
CONFIRMATION
1.0
Confirm that Bid Security as per bid stipulations
have been furnished along with bid.

2.0
Confirm that Bid is valid for a period of four (04)
months from the date of submission of Bid.


3.0
Confirm that all details, in un-priced part i.e Part-I
has been submitted in e-tendering as described
in bidding document.

4.0
Confirm that prices have been submitted in e-
tendering in the prescribed format as described
in bidding document.

5.0
Confirm your compliance to critical stipulations of
bid document as mentioned in ITB.



6.0
Confirm your compliance to scope of work
mentioned in the Bidding Document.



7.0
Confirm that all materials shall be supplied as per
standards & specifications given in the Bidding
Document.
Please note that scope of supply mentioned in
the Bidding Document is not limitative. Except for
the material specifically identified as that to be
issued by Employer/Consultant, Contractor's
scope shall include supply of all materials
required for completion of Work irrespective of
whether such materials are mentioned in the
Bidding Document or not.



8.0
Confirm your acceptance for Time Schedule as
mentioned in Bidding Document.


Page 128 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water
Job No. 6724 Page 31 of 47

9.0
Confirm that your quoted prices includes the cost
for carrying out complete work as per drawing /
specific requirement / schedule of price / scope
of work, scope of supply mentioned in the bidding
document whether expressly mentioned in the
item description of SOR/SOP or not.

10.0
Confirm that the quoted prices in short
description of SOR include all taxes, duties and
other levies except service tax as specified in the
bidding document.
Not applicable

11.0
Confirm that adequate numbers of construction
equipments, tools, tackles, etc. shall be mobilized
by you which will be sufficient to complete the
work as per the time schedule.


12.0
Confirm the compliance to the minimum numbers
of construction equipments and supervisory
personnel as given in the SCC.

Not applicable

13.0
Confirm that there is no terms & conditions
mentioned in the Price part and in case any
terms and conditions is mentioned, the same
shall be treated as null & void.


14.0
Please confirm that all QA/QC and safety rules &
regulations as mentioned in bidding document or
notified at later date by Employer / Consultant
during execution shall be adhered by Contractor
within quoted Prices.

15.0
Detailed planning schedule developed by
Contractor after Contract award may be subject
to fluctuations depending upon actual progress of
the project and available Work front.
Co-ordination and making available by
Contractor of all staff, manpower, construction
equipment, tools, cranes, etc. and materials as
required for a timely
Completion of all Work as per
Employer/Consultant's construction and priority
schedule and in accordance with the available
Work front are to be included in the pricing".
Notwithstanding the above provision, the bidder
shall submit these details in accordance with the
volume of work, which may be reviewed and
commented by us during pre award stage/ post
award stage.



16.0
Confirm that all the forms are filled and submitted
along with un-price part of offer, strictly as per
proforma given in the bidding document.

Page 129 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water
Job No. 6724 Page 32 of 47

17.0
Confirm that your price is fixed till completion of
work in all respect as specified in Special
conditions of contract.

18.0
Confirm that digital signature used for signing
and uploading e-bid has been issued in the name
of the person in favour of whom valid Power of
Attorney has been submitted.

19.0
Please confirm that duly filled, signed and
stamped Integrity Pact has been submitted by
you in the un-priced bid as per the bid
requirement.
Not applicable

20.0
Please confirm that you have considered the
latest provisions of all taxes and duties including
service tax rules.

21.0
Please confirm that prices are quoted in requisite
format strictly complying with the requirement in
envelope-II (price bid).

22.0
Please confirm your compliance to minimum
requirement of Equipment to be mobilized and
key construction manpower to be deployed as
per Annexure to SCC.
Not applicable



SIGNATURE OF THE BIDDER : ________________________________

NAME OF THE BIDDER : ________________________________
Page 130 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water
Job No. 6724 Page 33 of 47

FORM F-12

LETTER OF AUTHORITY

PROFORMA FOR LETTER OF AUTHORITY FOR ATTENDING AND SUBSEQUENT
NEGOTIATIONS/CONFERENCES


No. Date:

To
Ratnagiri Gas and Power Private Limited
E-Wing , A-11 , NFL Premises
Sector-24 , NOIDA- 201-301
Uttar Pradesh , India

Dear Sir,

We _____________________________________ hereby authorize following representative(s) to
attend un-priced bid opening and price bid opening and for any other correspondence and
communication against above Bidding Document:

Name & Designation _______________________ Signature _________________
Name & Designation _______________________ Signature _________________

We confirm that we shall be bound by all commitments made by aforementioned authorised
representatives.

Yours faithfully,

Signature
Name & Designation
For and on behalf of
Note: This letter of authority should be on the letterhead of the bidder and should be signed by a
person competent and having the power of attorney to bind the bidder.
Not more than two persons are permitted to attend techno commercial un-priced and price
bid opening.
Page 131 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water
Job No. 6724 Page 34 of 47


FORM F-13

LIST OF ENCLOSURES

To
Ratnagiri Gas and Power Private Limited
E-Wing , A-11 , NFL Premises
Sector-24 , NOIDA- 201-301
Uttar Pradesh , India

Dear Sir,
A. We are enclosing the following documents in Physical form as part of the e-bid:

1. Power of Attorney of the Signatory to the Bidding Document and Integrity Pact.
2. Bid Security
3. Bidding Document Fee.
4. Notarized Documents as per IFB/NIT.

B. We are enclosing the following documents on line as part of the e-bid:

1. Documentary evidence required for meeting the stipulated experience and financial
criteria(s) as stipulated in IFB.
2. Execution schedule with interlinking of various activities in form of bar chart meeting the
progressive delivery / completion schedule.
3. Documents required as per the ITB e-signed, in token of confirmation that Bid Documents
are considered in full while preparing the bid and in case of award, work will be executed in
accordance with the provisions detailed in Bidding Documents.
4. QA/QC Manuals.
5. Health Safety and Environment (HSE) Policy and HSE Manual


SIGNATURE OF THE BIDDER : ________________________________

NAME OF THE BIDDER : ________________________________



Page 132 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water
Job No. 6724 Page 35 of 47

FORM F-14
CHECK LIST

Bidders are requested to duly fill in the checklist. This checklist gives only certain important items to
facilitate the bidder to make sure that the necessary data / information as called for in the bid
document has been submitted by them along with their offer. This, however, does not relieve the
bidder of his responsibilities to make sure that his offer is otherwise complete in all respects.
Please ensure compliance and tick ( ) against following points:
S. NO. DESCRIPTION STATUS
1.0 Digital Signing and stamping each file of offer, Master Index
/addendum (if any)


2.0 Confirm that the following details have been submitted in the
Un-priced part of e-bid

a) Covering Letter, Letter of Submission
b) Letter of Authority (Form F-12) in physical form
c) Signed and stamped Master Index of bidding document
along with drawings and addendum s(if any)

d) Power of Attorney in Physical form in the name of Person
signing the bid

e) Detailed activity schedule proposed to be adopted for
execution of work and completion in the form of Bar Chart

f) Bidders declaration that they are not under any liquidation
court receivership or similar proceedings.

g) QA/QC program relevant to this work.

h) HSE program relevant to this work.
i) Compliance to completion schedule enclosed with the
bidding document

j) Deleted.
Page 133 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water
Job No. 6724 Page 36 of 47

S. NO. DESCRIPTION STATUS
k) Copies of documents defining constitution or legal status,
place of registration and principal place of business of the
Company.

l) Deleted
m) Bidders declaration that they have not been banned or
delisted by any Government or Quasi Government
agencies of PSUs.

3.0 Confirm that all forms duly filled in are enclosed with the bid
duly signed by authorised person(s)

4.0 Confirm that the Price Part of e-Bid as per Price Schedule
format enclosed with Bidding Document has been duly
filled in for each item, signed and stamped on each page
separately

5.0 Confirm that any correction in documents submitted in
Physical form alongwith Un-priced part of e-bid has been
initialled and stamped by the authorized person.

6.0 Confirmation that no deviations are taken against
commercial and technical specifications of the bid
document.

7.0 Confirm that audited balance sheets for last three financial
years & duly filled in Form 5(A) & 5(B) are enclosed in the
offer for financial assessment.

8.0 Confirm that all the documents as specified under IFB
required for meeting the BEC are enclosed in the bid
separately.




SIGNATURE OF THE BIDDER : ________________________________


NAME OF THE BIDDER : ________________________________
Page 134 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water
Job No. 6724 Page 37 of 47


FORM F-15

FOR BIDDER'S QUERIES FOR PRE BID DISCUSSION


SL.
NO.

REFERENCE OF BIDDING
DOCUMENT

BIDDER'S QUERY

OWNER'S REPLY

Part/
Vol.

Page
No.

Clause
No.

Subject























NOTE: The Pre-Bid Queries may be sent on fax numbers 0091-11- 26191714 / 26167664 and also by e-mail to atul.kumar@eil.co.in/
d.chatterjee@eil.co.in

SIGNATURE OF BIDDER : ___________________________


NAME OF BIDDER : __________________________



Page 135 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water
Job No. 6724 Page 38 of 47



FORM-16

Enterprises Information with respect to the
Micro, Small and Medium Enterprises Development Act, 2006

(APPLICABLE FOR INDIAN BIDDERS ONLY)

Bidder may be aware that a new Act Micro, Small and Medium Enterprises
Development Act 2006 (MSMED) has come into force from 2 October 2006, which
has repeated the provisions of the old Act regarding Small Scale Industrial
undertakings.
As per the MSMED Act, enterprises engaged in the manufacture/production of goods
or rendering/providing of services are to be classified into Micro, Small and Medium
enterprises based on the investment in plant and machinery/equipment.

The term enterprises stated in the above paragraph includes Proprietorship, Hindu
undivided family, Association of persons, Cooperative Society, Partnership firms,
undertaking or any other legal entity.

For the ready reference the definition of Micro, Small and Medium enterprises is given
below:

Classification of enterprises engaged in:
a) manufacture or production of goods pertaining to any industry specified
in the First Schedule to the Industries (Development and Regulation) Act
1951 as

Nature of enterprise Investment in plant & machinery (#)
Micro Does not exceed INR 25 Lac
Small More than INR 25 Lac but does not exceed INR
5 Crores
Medium More than INR 5 Crore but does not exceed
INR 10 Crores

b) providing or rendering services

Nature of Enterprise Investment in equipment
Micro Does not exceed INR 10 Lac
Small More than INR 10 Lac but does not exceed INR
2 Crores
Medium More than INR 2 Crore but does not exceed
INR 5 Crores

(#) In calculating the investment in plant & machinery, the cost of pollution control,
research and development, industrial safety devices and such other items as may
be specified will be excluded
Page 136 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water
Job No. 6724 Page 39 of 47



(I) Based on the investment criterion mentioned above, Bidder to confirm
whether their enterprise is a Micro/Small/Medium enterprise as follows:

We (Bidder) confirm that we are a micro /small / medium enterprise under
the MSMED Act 2006. (Please strike off whichever status is not applicable)

Please note that if Bidder do not provide the above confirmation in Bidding
Document then it will be presumed that they do not qualify as a micro or
small enterprise under the MSMED Act 2006.

(II) Further, with respect to micro and small enterprises, the MSMED Act
defines the term supplier as an enterprise which has filed a memorandum
with the authority specified by the respective State Government.

If the Bidder is a micro / small enterprise and havefiled a memorandum with the
specified authority, then Bidder to confirm the following:

We ( Bidder) are a supplier within the definition of section 2(n) of the MSMED
Act ________ (Yes/No).

If the response to the above is Yes, Bidder to provide Purchaser a copy of the
Enterpreneurs Memorandum (EM) filed with the authority specified by the respective
State Government.

If the confirmation is not furnished in Bidding Document, it will be presumed
that the Bidder is not a supplier under the MSMED Act. Further if Bidder do not
provide the evidence in terms of the EM, Bidder will not be considered as a
supplier.



(SIGNATURE & STAMP OF THE BIDDER)
















Page 137 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water
Job No. 6724 Page 40 of 47





FORM F-17

DECLARATION



We confirm that we are not under any liquidation, court receivership or similar proceedings.

We also confirm that we have not been banned or delisted by any Government or Quasi
Government agencies of PSU.

We also confirm that the content of the Bidding Document including Corrigendum/Addendum
(if any) have not been altered or modified.

SIGNATURE OF BIDDER : ___________________________


NAME OF BIDDER : __________________________





Note:
1. This certificate should be issued in the Letter Head of the Bidder.
Page 138 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water
Job No. 6724 Page 41 of 47


FORM F-18 A
PROFORMA FOR DETAILS OF INDIAN AGENT
To
Ratnagiri Gas and Power Private Limited
E-Wing , A-11 , NFL Premises
Sector-24 , NOIDA- 201-301
Uttar Pradesh , India

Dear Sir,
Following are the details of Indian agent/ consultant/representative
S. No. Description Bidders response
1. Name & address of agent / consultant /
representative in India.

2. The precise relationship between the
bidder and their
agent/consultant/representative in India.

3. The mutual interest which the bidder and
Agent / Consultant / Representative in
India have in the Business of each other.

4. Any payment which the Agent / Consultant
/ Representative in India or abroad
receives from the bidder whether as a
commission for the contract or as a
general retainer fee.

5. Permanent Income Tax Account number of
Agent / Consultant / Representative in
India

6. Permanent Income Tax account of bidder
in his country and also in India, if
applicable

7. All services to be rendered by the Agent /
Consultant / Representative


SIGNATURE OF THE BIDDER : ________________________________

NAME OF THE BIDDER : ________________________________


Note: Aforementioned informations need to be supported with necessary documents.
Page 139 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water
Job No. 6724 Page 42 of 47


FORM F-18 B

CERTIFICATE OF NON-INVOLVEMENT OF AGENT


To
Ratnagiri Gas and Power Private Limited
E-Wing , A-11 , NFL Premises
Sector-24 , NOIDA- 201-301
Uttar Pradesh , India


Dear Sir,

This is to certify that we have not engaged involve any Agent /Consultant/Retainer/Associate
who is not an employee of _____________________ (name of your company) for payment of
any remuneration thereof in India or abroad. Therefore, no Agents / Representatives /
consultants commission is payable in India or abroad against this Contract.


SIGNATURE OF THE BIDDER : ________________________________

NAME OF THE BIDDER : ________________________________


Page 140 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water
Job No. 6724 Page 43 of 47




FORM F-19

DECLARATION OF BIDDERS INDIAN INCOME TAX LIABILITY
(FOR FOREIGN BIDDER)

(TO BE GIVEN ON BIDDERS LETTERHEAD)

To
Ratnagiri Gas and Power Private Limited
E-Wing , A-11 , NFL Premises
Sector-24 , NOIDA- 201-301
Uttar Pradesh , India

Dear Sir(s),

We, ____________________, hereby declare that we have no outstanding Indian Income Tax
liability
OR
We, ____________________, hereby declare that we have an outstanding Indian Income Tax
liability of Rs.__________ (Rupees ______________ only) made up as follows:

Assessment Year Amount



_______
Total:
_______
The said amount(s) is/are outstanding for the following reasons:
(State reasons).
We have furnished the following securities to secure payment(s) of the said outstanding:
(State securities (if any) and amounts secured)
SIGNATURE OF THE BIDDER : ________________________________

NAME OF THE BIDDER : ________________________________
Page 141 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water
Job No. 6724 Page 44 of 47



FORM F-20

CERTIFICATE INDEMNIFYING GOVERNMENT OF INDIA


To
Ratnagiri Gas and Power Private Limited
E-Wing , A-11 , NFL Premises
Sector-24 , NOIDA- 201-301
Uttar Pradesh , India

Dear Sir(s),

It is expressly understood and agreed by and between the Contractor and the Owner that the Owner
is entering into this agreement solely on its own behalf and not on behalf of any other person or
entity. In particular, it is expressly understood and agreed that the Government of India is not a
party to this agreement and has no liabilities that the Owner is an independent legal entity with
power and authority to enter into contracts, solely in its own behalf under the applicable laws of India
and general principles of Contract Law. The Contractor expressly agrees, acknowledges and
understands that the Owner is not an agent, representative or delegate of the Government of India.
It is further understood and agreed that the Government of India is not and shall not be liable for any
acts, omissions, commissions, breaches or other wrongs arising out of the contract. Accordingly,
contractor hereby expressly waives, releases and foregoes any and all actions or claims, including
cross claims, impleader claims or counter claims against the Government of India arising out of this
contract and covenants not to sue to Government of India as to any manner, claim, cause of action
or things whatsoever arising of or under this agreement.


SIGNATURE OF THE BIDDER : ________________________________

NAME OF THE BIDDER : ________________________________

Page 142 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water
Job No. 6724 Page 45 of 47









LIST OF SUB-CONTRACTOR


(To be Furnished by the Bidder)







Page 143 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water
Job No. 6724 Page 46 of 47





FORME (Sheet 1 of 2)

EXCEPTIONS AND DEVIATIONS
(FOR COMMERCIAL PART)

SL.NO

REFERENCE OF BIDDING
DOCUMENT

SUBJECT

DEVIATIONS

PAGE NO.

CLAUSE NO.















NOTE: This shall be submitted separately for Commercial & Technical Sections.
SIGNATURE OF BIDDER :______________________
NAME OF BIDDER :______________________
COMPANY SEAL :_______________________
Page 144 of 615
GAIL (India) Limited
LNG Terminal Project of RGPPL
Proposal Forms
Completion of balance works of break water
Job No. 6724 Page 47 of 47



FORME (Sheet 2 of 2)

EXCEPTIONS AND DEVIATIONS
(FOR TECHNICAL PART)


SL.NO

REFERENCE OF BID
DOCUMENT

SUBJECT

DEVIATIONS

PAGE NO.

CLAUSE NO.














NOTE: This shall be submitted separately for Commercial & Technical Sections.
SIGNATURE OF BIDDER :______________________
NAME OF BIDDER :______________________
COMPANY SEAL :_______________________



Page 145 of 615









GENERAL

CONDITIONS

OF CONTRACT











SECTION-III
Page 146 of 615



TABLE OF CONTENTS

Sl.No. Description


SECTION-I (DEFINITIONS)
1.0 Definition of Terms

SECTION-II (GENERAL INFORMATIONS)
2.0 General Information
2.1 (a) Location of Site
(b) Access by Road
2.2 Scope of Work
2.3 Water Supply
2.4 Power Supply
2.5 Land for Contractor's field office,
Godown and Workshop
2.6 Land for Residential Accommodation

SECTION-III (GENERAL INSTRUCTIONS TO TENDERERS)
3.0 Submission of Tender
4.0 Documents
4.1 General
4.2 All pages to be initialed
4.3 Rates to be in figures and words
4.4 Corrections and Erasures
4.5 Signature of Tenderer
4.6 Witness
4.7 Details of Experience
4.8 Liability of Government of India
5.0 Transfer of Tender Documents
6.0 Earnest Money
7.0 Validity
8.0 Addenda/Corrigenda
9.0 Right of Employer to Accept or Reject Tender
10.0 Time Schedule
11.0 Tenderer's Responsibility
12.0 Retired Government or Company Officers
13.0 Signing of the Contract
14.0 Field Management & Controlling/Coordinating
Authority
15.0 Note to Schedule of Rates
16.0 16.1 Policy for Tenders under consideration
16.2 Zero Deviation
17.0 Award of Contract
18.0 Clarification of Tender Document
19.0 Local Conditions
20.0 Abnormal Rates

SECTION-IV (GENERAL OBLIGATIONS)


21.1 Priority of Contract Documents

21.2 Headings & Marginal Notes
21.3 Singular and Plural
21.4 Interpretation
22.0 Special Conditions of Contract
23.0 Contractor to obtain his own information
24.0 Contract Performance Security
Page 147 of 615



25.0 Time of Performance
25.1 Time for Mobilisation
25.2 Time Schedule of Construction
26.0 Force Majeure
26.1 Conditions for Force Majeure
26.2 Outbreak of War
27.0 Price Reduction Schedule
27.3 Bonus for Early Completion
28.0 Rights of Employer to forfeit Contract Performance Security
29.0 Failure by the Contractor to comply with the
provisions of the contract
30.0 Contractor remains liable to pay compensation
if action not taken under Clause 29.0
31.0 Change in Constitution
32.0 -A Termination of Contract for Death
32.0-B Termination of Contract for Liquidation,
Bankruptcy etc.
32.0-C Termination of Contract for Non-Performance and subsequently putting
the Contractor on Holiday
33.0 Members of the Employer not individually liable
34.0 Employer not bound by personal representations
35.0 Contractor's office at site
36.0 Contractor's subordinate staff and their conduct
37.0 Sub letting of Works
i) Sub contracts for Temporary works etc.
ii) List of sub-contractors to be supplied
iii) Contractor's liability not limited by Sub-Contractors

iv) Employer may terminate sub contracts
v) No remedy for action taken under this clause

38.0 Power of Entry
39.0 Contractor's responsibility with Mechanical,
Electrical, Intercommunication System, Air
Conditioning Contractors and other agencies
40.0 Other Agencies at site
41.0 Notices
41.1 To the Contractor
41.2 To the Employer
42.0 Rights of various Interests
43.0 Patents and Royalties
44.0 Liens
45.0 Delays by Employer or his authorised agents
46.0 Payments if Contract is terminated
47.0 No waiver of Rights
48.0 Certificate not to affect Right of Employer and Liability of Contractor
49.0 Languages & Measures
50.0 Transfer of Title
51.0 Release of Information
52.0 Brand Names
53.0 Completion of Contract
54.0 Spares

SECTION-V (PERFORMANCE OF WORK)

55.0 Execution of Work
56.0 Co-ordination and Inspection of work
57.0 Work in Monsoon & Dewatering
58.0 Work on Sundays & Holidays
59.0 General Conditions for construction &
Page 148 of 615



Erection Work
60.0 Alterations in specification, Design &
Extra Work
61.0 Drawings to be supplied by the Employer
62.0 Drawings to be supplied by the Contractor
63.0 Setting out works
64.0 Responsibility for Levels and Alignment
65.0 Materials to be supplied by contractor
66.0 Stores supplied by Employer
67.0 Conditions for issue of material
68.0 Materials Procured with assistance of
Employer/Return of surplus
69.0 Materials obtained from dismantling
70.0 Articles of Value found
71.0 Discrepancies between instructions
72.0 Action where no specification is issued
73.0 Inspection of Works
74.0 Tests for Quality of Works
75.0 Samples for approval
76.0 Action and Compensation in case of bad work
77.0 Suspension of Work
78.0 Employer may do part of work
79.0 Possession prior to completion
80.0 Twelve months period of liability from the
date of issue of completion certificate
80.3 Limitation of Liability
81.0 Care of Works
81.1 Defects prior to taking over
81.2 Defects after taking over
82.0 Guarantee/Transfer of Guarantee
83.0 Training of Employer's personnel
84.0 Replacement of Defective parts & materials
85.0 Indemnity
86.0 Construction Aids, Equipments, Tools & Tackles

SECTION-VI (CERTIFICATES AND PAYMENTS)

87.0 Schedule of Rates and Payments
i) Contractor's Remuneration
ii) Schedule of Rates to be inclusive
iii) Schedule of Rates to cover construction
equipment, materials, labour etc.
iv) Schedule of Rates to cover Royalties, Rents
and claims.
v) Schedule of Rates to cover taxes & duties
vi) Schedule of Rates to cover risks of delay
vii) Schedule of Rates cannot be altered
88.0 Procedure for Measurement and billing
of works in progress
88.1 Billing Procedure
88.2 Secured Advance on materials
88.3 Dispute in mode of measurement
88.4 Rounding of Amounts
89.0 Lumpsum in Tender
90.0 Running Account Payments to be regarded
as advances
91.0 Notices of Claims for Additional Payments
92.0 Payment of Contractor's bills
93.0 Receipt for Payment
94.0 Completion Certificate
Page 149 of 615



94.1 Application for Completion Certificate
94.2 Completion Certificate
94.3 Completion Certificate Documents
95.0 Final Decision & Final Certificate
96.0 Certificate and Payments No evidence of completion
97.0 Deduction from Contract Price

SECTION-VII (TAXES AND INSURANCE)

98.0 Taxes, Duties, Octroi etc.
99.0 Sales Tax/Turnover Tax
100.0 Excise duty (on works contract only)
101.0 Insurance
101.1 General
i) Employees State Insurance Act
ii) Workmen Compensation and Employee's Liability
iii) Accident or injury to workmen Insurance
iv) Transit Insurance
v) Automobile
vi) General Liability
vii) Any other Insurance required under law or regulations by
Employer
102.0 Damage to Property or to any Person or any Third Party

SECTION-VIII (LABOUR LAWS)

103.0 Labour laws
104.0 Implementation of Apprentices Act 1961
105.0 Contractor to indemnify the Employer
106.0 Health and Sanitary Arrangement for worker

SECTION-IX (APPLICABLE LAWS AND SETTLEMENT OF DISPUTES)

107.0 Arbitration
108.0 Jurisdiction

SECTION-X (SAFETY CODES)

109.0 General
110.0 Safety Regulations
111.0 First Aid and Industrial Injuries
112.0 General Rules
113.0 Contractor's barricades
114.0 Scaffolding
115.0 Excavation and Trenching
116.0 Demolition/General Safety
117.0 Care in Handling Inflammable Gas
118.0 Temporary Combustible Structures
119.0 Precautions Against Fire
120.0 Explosives
121.0 Mines Act
122.0 Preservation of Places
123.0 Outbreak of Infectious diseases
124.0 Use of intoxicants

ANNEXURES TO GCC


1. Proforma for Indemnity Bond for Advance against material
Page 150 of 615



General Conditions of Contract

Section- I. Definitions
1. Definition of Terms:

1.1 In this CONTRACT (as here-in-after defined) the following words and expressions shall have the
meanings hereby assigned to them except where the context otherwise required.

1.1.1 The OWNER/EMPLOYER/COMPANY/RGPPL means Ratnagiri Gas and Power Pvt. Ltd.., a
private limited company, promoted by GAIL, NTPC & Indian financial institutions incorporated
under the Companys act 1956 and having its Registered office at NTPC Bhawan, Scope
Complex, Lodhi Road, New Delhi and includes its successors and assigns.
1.1.2
1.1.3 The GAIL/ OWNERs Engineer means GAIL (India) Ltd.., a Publc limited company, incorporated
under the Companys act 1956 and having its Registered office at 16 Bhikaji Cama Place, New
Delhi and includes its successors and assigns.

1.1.4 The "CONTRACTOR" means the person or the persons, firm or Company or corporation whose
tender has been accepted by the EMPLOYER and includes the CONTRACTOR's legal
Representatives his successors and permitted assigns.

1.1.5 The ENGINEER/ENGINEER-IN-CHARGE" shall mean the person designated from time to time
by the RGPPL and shall include those who are expressly authorized by him to act for and on his
behalf for operation of this CONTRACT.

1.1.6 The "WORK" shall mean and include all items and things to be supplied/ done and services and
activities to be performed by the CONTRACTOR in pursuant to and in accordance with
CONTRACT or part thereof as the case may be and shall include all extra, additional, altered or
substituted works as required for purpose of the CONTRACT.

1.1.7 The "PERMANENT WORK" means and includes works which will be incorporated in and form a
part of the work to be handed over to the EMPLOYER by the CONTRACTOR on completion of
the CONTRACT.

1.1.8 "CONSTRUCTION EQUIPMENT" means all appliances/equipment and things whatsoever
nature for the use in or for the execution, completion, operation, or maintenance of the work or
temporary works (as hereinafter defined) but does not include materials or other things intended
to form or to be incorporated into the WORK, or camping facilities.

1.1.9 "CONTRACT DOCUMENTS" means collectively the Tender Documents, Designs, Drawings,
Specification, Schedule of Quantities and Rates, Letter of Acceptance and agreed variations if
any, and such other documents constituting the tender and acceptance thereof.

1.1.10 CONSULTANT: Who are the consulting engineer to the Employer for this project

1.1.11 The "SUB-CONTRACTOR" means any person or firm or Company (other than the
CONTRACTOR) to whom any part of the work has been entrusted by the CONTRACTOR, with
the written consent of the ENGINEER-IN-CHARGE, and the legal representatives, successors
and permitted assigns of such person, firm or company.

1.1.12 The "CONTRACT shall mean the Agreement between the EMPLOYER and the CONTRACTOR
for the execution of the works including therein all contract documents.

1.1.13 The "SPECIFICATION" shall mean all directions the various technical specifications, provisions
attached and referred to the Tender Documents which pertain to the method and manner of
performing the work or works to the quantities and qualities of the work or works and the
materials to be furnished under the CONTRACT for the work or works, as may be amplified or
modified by the RGPPL or ENGINEER-IN-CHARGE during the performance of CONTRACT in
order to provide the unforseen conditions or in the best interests of the work or works. It shall
also include the latest edition of relevant Standard Specifications including all
Page 151 of 615



addenda/corrigenda published before entering into CONTRACT.

1.1.14 The "DRAWINGS" shall include maps, plans and tracings or prints or sketches thereof with any
modifications approved in writing by the ENGINEER- IN-CHARGE and such other drawing as
may, from time to time, be furnished or approved in writing by the ENGINEER-IN-CHARGE.

1.1.15 The "TENDER" means the proposal along with supporting documents submitted by the
CONTRACTOR for consideration by the EMPLOYER.

1.1.16 The "CHANGE ORDER" means an order given in writing by the ENGINEER-IN-CHARGE to
effect additions to or deletion from and alteration in the works.

1.1.17 The "COMPLETION CERTIFICATE" shall mean the certificate to be issued by the
ENGINEER-IN-CHARGE when the works have been completed entirely in accordance with
CONTRACT DOCUMENT to his satisfaction.

1.1.18 The "FINAL CERTIFICATE" in relation to a work means the certificate regarding the satisfactory
compliance of various provision of the CONTRACT by the CONTRACTOR issued by the
ENGINEER-IN- CHARGE/EMPLOYER after the period of liability is over.

1.1.19 DEFECT LIABILITY PERIOD in relation to a work means the specified period from the date of
COMPLETION CERTIFICATE upto the date of issue of FINAL CERTIFICATE during which the
CONTRACTOR stands responsible for rectifying all defects that may appear in the works
executed by the CONTRACTOR in pursuance of the CONTRACT and includes warranties
against Manufacturing/Fabrication/ Erection/Construction defects covering all materials plants,
equipment, components, and the like supplied by the CONTRACTOR, works executed against
workmanship defects.

1.1.20 The "APPOINTING AUTHORITY" for the purpose of arbitration shall be the CHAIRMAN and
MANAGING DIRECTOR or any other person so designated by the EMPLOYER.

1.1.21 "TEMPORARY WORKS" shall mean all temporary works of every kind required in or about the
execution, completion or maintenance of works.

1.1.22 "PLANS" shall mean all maps, sketches and layouts as are incorporated in the CONTRACT in
order to define broadly the scope and specifications of the work or works, and all reproductions
thereof.

1.1.23 "SITE" shall mean the lands and other places on, under, in or through which the permanent
works are to be carried out and any other lands or places provided by the EMPLOYER for the
purpose of the CONTRACT.

1.1.24 "NOTICE IN WRITING OR WRITTEN NOTICE" shall mean a notice in written, typed or printed
characters sent (unless delivered personally or otherwise proved to have been received by the
addressee) by registered post to the latest known private or business address or registered office
of the addressee and shall be deemed to have been received in the ordinary course of post it
would have been delivered.

1.1.25 "APPROVED" shall mean approved in writing including subsequent written confirmation of
previous verbal approval and "APPROVAL" means approval in writing including as aforesaid.

1.1.26 "LETTER OF INTENT/FAX OF INTENT shall mean intimation by a Fax/Letter to Tenderer(s)
that the tender has been accepted in accordance with the provisions contained in the letter.

1.1.27 "DAY" means a day of 24 hours from midnight to midnight irrespective of the number of hours
worked in that day.

1.1.28 "WORKING DAY" means any day which is not declared to be holiday or rest day by the
EMPLOYER.

Page 152 of 615



1.1.29 "WEEK" means a period of any consecutive seven days.

1.1.30 "METRIC SYSTEM" - All technical documents regarding the construction of works are given in
the metric system and all work in the project should be carried out according to the metric
system. All documents concerning the work shall also be maintained in the metric system.

1.1.31 "VALUE OF CONTRACT or TOTAL CONTRACT PRICE shall mean the sum accepted or the
sum calculated in accordance with the prices accepted in tender and/or the CONTRACT rates as
payable to the CONTRACTOR for the entire execution and full completion of the work, including
change order.

1.1.32 "LANGUAGE FOR DRAWINGS AND INSTRUCTION" All the drawings, titles, notes, instruction,
dimensions, etc. shall be in English Language.

1.1.33 "MOBILIZATION" shall mean establishment of sufficiently adequate infrastructure by the
CONTRACTOR at "SITE" comprising of construction equipments, aids, tools tackles including
setting of site offices with facilities such as power, water, communication etc. establishing
manpower organisation comprising of Resident Engineers, Supervising personnel and an
adequate strength of skilled, semi-skilled and un-skilled workers, who with the so established
infrastructure shall be in a position to commence execution of work at site(s), in accordance with
the agreed Time Schedule of Completion of Work. "MOBILISATION" shall be considered to have
been achieved, if the CONTRACTOR is able to establish infrastructure as per Time Schedule,
where so warranted in accordance with agreed schedule of work implementation to the
satisfaction of ENGINEER-IN-CHARGE/ EMPLOYER.
1.1.34 "COMMISSIONING" shall mean pressing into service of the system including the plant(s),
equipment(s), vessel(s), pipeline, machinery(ies), or any other section or sub-section of
installation(s) pertaining to the work of the CONTRACTOR after successful testing and trial runs
of the same.

"COMMISSIONING" can be either for a completed system or a part of system of a combination
of systems or sub-systems and can be performed in any sequence as desired by EMPLOYER
and in a manner established to be made suited according to availability of pre-requisites. Any
such readjustments made by EMPLOYER in performance of "COMMISSIONING" activity will
not be construed to be violating CONTRACT provisions and CONTRACTOR shall be deemed
to have provided for the same.


Section-II General Information

2. General Information

2.1 a) Location of Site: The proposed location of Project site is defined in the Special Conditions of
Contract.

b) Access by Road: CONTRACTOR, if necessary, shall build other temporary access roads to
the actual site of construction for his own work at his own cost. The CONTRACTOR shall be
required to permit the use of the roads so constructed by him for vehicles of any other parties
who may be engaged on the project site. The CONTRACTOR shall also facilitate the construction
of the permanent roads should the construction there of start while he is engaged on this work.
He shall make allowance in his tender for any inconvenience he anticipates on such account.

Non-availability of access roads, railway siding and railway wagons for the use of the
CONTRACTOR shall in no case condone any delay in the execution of WORK nor be the cause
for any claim for compensation against the EMPLOYER.

2.2 Scope of Work: The scope of WORK is defined st Section V of the tender document. The
CONTRACTOR shall provide all necessary materials, equipment, labour etc. for the execution
and maintenance of the WORK till completion unless otherwise mentioned in the Tender
Document.

Page 153 of 615



2.3 Water Supply: Contractor will have to make his own arrangements for supply of water to his
labour camps and for works. All pumping installations, pipe net work and distribution system will
have to be carried out by the Contractor at his own risk and cost.

Alternatively the Employer at his discretion may endeavour to provide water to the Contractor at
the Employer's source of supply provided the Contractor makes his own arrangement for the
water meter which shall be in custody of the Employer and other pipe net works from source of
supply and such distribution pipe network shall have prior approval of the Engineer-in-Charge so
as not to interfere with the layout and progress of the other construction works. In such case, the
rate for water shall be deducted from the running account bills.

However, the Employer does not guarantee the supply of water and this does not relieve the
Contractor of his responsibility in making his own arrangement and for the timely completion of
the various works as stipulated.

2.4 Power Supply:

2.4.1 Subject to availability, EMPLOYER will supply power at 400/440 V at only one point at the
nearest sub-station, from where the CONTRACTOR will make his own arrangement for
temporary distribution. The point of supply will not be more than 500 m away from the
CONTRACTOR'S premises. All the works will be done as per the applicable regulations and
passed by the ENGINEER-IN-CHARGE. The temporary line will be removed forthwith after the
completion of work or if there is any hindrance caused to the other works due to the alignment of
these lines, the CONTRACTOR will re-route or remove the temporary lines at his own cost. The
CONTRACTOR at his cost will also provide suitable electric meters, fuses, switches, etc. for
purposes of payment to the EMPLOYER which should be in the custody and control of the
EMPLOYER. The cost of power supply shall be payable to the EMPLOYER every month for
Construction Works power which would be deducted from the running account bills. The
EMPLOYER shall not, however, guarantee the supply of electricity nor have any liability in
respect thereof. No claim for compensation for any failure or short supply of electricity will be
admissible.

2.4.2 It shall be the responsibility of the CONTRACTOR to provide and maintain the complete
installation on the load side of the supply with due regard to safety requirement at site. All
cabling, equipment, installations etc. shall comply in all respects with the latest statutory
requirements and safety provisions i.e., as per the Central/State Electricity Acts and Rules etc.
The CONTRACTOR will ensure that his equipment and Electrical Wiring etc., are installed,
modified, maintained by a licensed Electrician/Supervisor. A test certificate is to be produced to
the ENGINEER-IN-CHARGE for his approval, before power is made available.

2.4.3 At all times, IEA regulations shall be followed failing which the EMPLOYER has a right to
disconnect the power supply without any reference to the CONTRACTOR. No claim shall be
entertained for such disconnection by the ENGINEER-IN-CHARGE. Power supply will be
reconnected only after production of fresh certificate from authorized electrical supervisors.

2.4.4 The EMPLOYER is not liable for any loss or damage to the CONTRACTOR's equipment as a
result of variation in voltage or frequency or interruption in power supply or other loss to the
CONTRACTOR arising therefrom.

2.4.5 The CONTRACTOR shall ensure that the Electrical equipment installed by him are such that
average power factors does not fall below 0.90 at his premises. In case power factor falls below
0.90 in any month, he will reimburse to the EMPLOYER at the penal rate determined by the
EMPLOYER for all units consumed during the month.

2.4.6 The power supply required for CONTRACTOR's colony near the plant site will be determined by
the EMPLOYER and shall be as per State Electricity Board's Rules and other statutory
provisions applicable for such installations from time to time. In case of power supply to
CONTRACTOR's colony, the power will be made available at a single point and the
CONTRACTOR shall make his own arrangement at his own cost for distribution to the occupants
of the colony as per Electricity Rules and Acts. The site and colony shall be sufficiently
Page 154 of 615



illuminated to avoid accidents.

2.4.7 The CONTRACTOR will have to provide and install his own lights and power meters which will
be governed as per Central/State Government Electricity Rules. The metres shall be sealed by
the EMPLOYER.

2.4.8 In case of damage of any of the EMPLOYERs equipment on account of fault, intentional or
unintentional on the part of the CONTRACTOR, the EMPLOYER reserves the right to recover
the cost of such damage from the CONTRACTOR's bill. Cost of HRC Fuses replaced at the
EMPLOYER's terminals due to any fault in the CONTRACTOR's installation shall be to
CONTRACTOR's account at the rates decided by the ENGINEER-IN-CHARGE.

2.4.9 Only motors upto 3 HP will be allowed to be started direct on line. For motors above 3 HP and
upto 100 HP a suitable Starting device approved by the ENGINEER- IN-CHARGE shall be
provided by the CONTRACTOR. For motors above 100 HP slipring induction motors with
suitable starting devices as approved by the ENGINEER- IN-CHARGE shall be provided by the
CONTRACTOR.

2.4.10 The CONTRACTOR shall ensure at his cost that all electrical lines and equipment and all
installations are approved by the State Electricity Inspector before power can be supplied to the
EMPLOYER.

2.4.11 The total requirement of power shall be indicated by the tenderer alongwith his tender.

2.5 Land for Contractors Field Office, Godown and Workshop: The EMPLOYER will, at his own
discretion and convenience and for the duration of the execution of the work make available near
the site, land for construction of CONTRACTOR's Temporary Field Office, godowns workshops
and assembly yard required for the execution of the CONTRACT. The CONTRACTOR shall at
his own cost construct all these temporary buildings and provide suitable water supply and
sanitary arrangement and get the same approved by the ENGINEER-IN-CHARGE.

On completion of the works undertaken by the CONTRACTOR, he shall remove all temporary
works erected by him and have the SITE cleaned as directed by ENGINEER-IN-CHARGE. If the
CONTRACTOR shall fail to comply with these requirements, the ENGINEER-IN-CHARGE may
at the expenses of the CONTRACTOR remove such surplus, and rubbish materials and dispose
off the same as he deems fit and get the site cleared as aforesaid; and CONTRACTOR shall
forthwith pay the amount of all expenses so incurred and shall have no claim in respect of any
such surplus materials disposed off as aforesaid. But the EMPLOYER reserves the right to ask
the CONTRACTOR any time during the pendency of the CONTRACT to vacate the land by
giving 7 days notice on security reasons or on national interest or otherwise. Rent may be
charged for the land so occupied from contractor by the Employer.

The CONTRACTOR shall put up temporary structures as required by them for their office,
fabrication shop and construction stores only in the area allocated to them on the project site by
the EMPLOYER or his authorised representative. No tea stalls/canteens should be put up or
allowed to be put up by any CONTRACTOR in the allotted land or complex area without written
permission of the EMPLOYER.

No unauthorised buildings, constructions or structures should be put up by the CONTRACTOR
anywhere on the project site.

For uninterrupted fabrication work, the CONTRACTOR shall put up temporary covered structures
at his cost within Area in the location allocated to them in the project site by the EMPLOYER or
his authorised representative.

No person except for authorised watchman shall be allowed to stay in the plant
area/CONTRACTOR's area after completion of the day's job without prior written permission
from ENGINEER-IN-CHARGE.

2.6 Land for Residential Accommodation:-:No Land shall be made available for residential
Page 155 of 615



accommodation for staff and labour of CONTRACTOR.

Section-III. General Instructions to Tenderers

3. Submission of Tender:

3.1 TENDER must be submitted without making any additions, alterations, and as per details given
in other clauses hereunder. The requisite details shall be filled in by the TENDERER at space
provided under Submission of Tender at the beginning of GCC of Tender Document. The rate
shall be filled only in the schedule of rate given in this Tender Document.

3.2 Addenda/Corrigenda to this Tender Document, if issued, must be signed, submitted alongwith
the Tender Document. the tenderer should write clearly the revised quantities in Schedule of
Rates of Tender Document and should price the WORK based on revised quantities when
amendments of quantities are issued in addenda.

3.3 Covering letter alongwith its enclosures accompanying the Tender Document and all further
correspondence shall be submitted in original

3.4 Tenderers are advised to submit quotations based strictly on the terms and conditions and
specifications contained in the Tender Documents and not to stipulate any deviations.

4. Documents:

4.1 General:

The tenders as submitted, will consist of the documents mentioned in Instruction to Bidder of
tender document.

4.2 All pages are to be Initiated: All signatures in Tender Documents shall be dated, as well as, all
the pages of all sections of Tender Documents shall be initialed at the lower right hand corner
and signed wherever required in the tender papers by the TENDERER or by a person holding
power of attorney authorising him to sign on behalf of the tenderer before submission of tender.

4.3 Rates to be in Figures and Words: The tenderer should quote in English both in figures as well
as in words the rates and amounts tendered by him in the Schedule of Rates of Tender
submitted by the CONTRACTOR for each item and in such a way that interpolation is not
possible. The amount for each item should be worked out and entered and requisite total given
of all items, both in figures and in words. The tendered amount for the work shall be entered in
the tender and duly signed by the Tenderer.

If some discrepancies are found between the RATES in FIGURES and WORDS or the AMOUNT
shown in the tender, the following procedure shall be followed:

a) When there is difference between the rates in figures and words, the rate which corresponds
to the amount worked out by the tenderer shall be taken as correct.

b) When the rate quoted by the tenderer in figures and words tally but the amount is incorrect
the rate quoted by the tenderer shall be taken as correct.

c) When it is not possible to ascertain the correct rate by either of above methods, the rate
quoted in words shall be taken as correct.

4.4 Corrections and Erasures: All correction(s) and alteration(s) in the entries of tender paper shall
be signed in full by the TENDERER with date. No erasure or over writing is permissible.

4.5 Signature of Tenderer:

4.5.1 The TENDERER shall contain the name, residence and place of business of person or persons
making the tender and shall be signed by the TENDERER with his usual signature. Partnership
Page 156 of 615



firms shall furnish the full names of all partners in the tender. It should be signed in the
partnership's name by all the partners or by duly authorised representatives followed by the
name and designation of the person signing. Tender by a corporation shall be signed by an
authorised representative, and a Power of Attorney in that behalf shall accompany the tender. A
copy of the constitution of the firm with names of all partners shall be furnished.

4.5.2 When a tenderer signs a tender in a language other than English, the total amount tendered
should, in addition, be written in the same language. The signature should be attested by at least
one witness.

4.6 Witness: Witness and sureties shall be persons of status and property and their names,
occupation and address shall be stated below their signature.

4.7 Details of Experience: The tenderer should furnish, alongwith his tender, details of previous
experience in having successfully completed in the recent past works of this nature, together with
the names of Employers, location of sites and value of contract, date of commencement and
completion of work, delays if any, reasons of delay and other details alongwith documentary
evidence(s).

4.8 Liability of Government of India: It is expressly understood and agreed by and between Bidder
or/Contractor and M/s Ratnagiri Gas and Power Pvt. Ltd., and that M/s Ratnagiri Gas and
Power Pvt. Ltd.., is entering into this agreement solely on its own behalf and not on behalf of
any other person or entity. In particular, it is expressly understood and agreed that the
Government of India is not a party to this agreement and has no liabilities, obligations or
rights hereunder. It is expressly understood and agreed that M/s Ratnagiri Gas and Power
Pvt. Ltd.. is an independent legal entity with power and authority to enter into contracts solely
on its own behalf under the applicable Laws of India and general principles of Contract Law.
The Bidder/Contractor expressly agrees, acknowledges and understands that M/s Ratnagiri
Gas and Power Pvt. Ltd.. is not an agent, representative or delegate of the Government of
India. It is further understood and agreed that the Government of India is not and shall not be
liable for any acts, omissions, commissions, breaches or other wrongs arising out of the
contract. Accordingly, Bidder/Contractor hereby expressly waives, releases and foregoes any
and all actions or claims, including cross claims, impleader claims or counter claims against
the Government of India arising out of this contract and covenants not to sue to Government
of India as to any manner, claim, cause of action or thing whatsoever arising of or under this
agreement.
5. Transfer of Tender Documents:

5.1 Transfer of Tender Documents purchased by one intending tenderer to another is not permissible.

6. Earnest Money:

6.1 The bidder must pay Earnest Money as given in the letter /notice inviting tenders and attach the
official receipt with the tender failing which the tender is liable to be rejected and representatives
of such tenderers will not be allowed to attend the tender opening. Earnest Money can be paid in
Demand Drafts or Bank Guarantee or Bankers Cheque or Letter of Credit from any Indian
scheduled bank or a branch of an International bank situated in India and registered with
Reserve Bank of India as scheduled foreign bank. However, other than the Nationalised
Indian Banks, the banks whose BGs are furnished, must be commercial banks having net
worth in excess of Rs. 100 crores and a declaration to this effect should be made by such
commercial bank either in the bank guarantee itself or separately on a letter head.

The bid guarantee shall be submitted in the prescribed format .

Note: The Bank Guarantee so furnished by the tenderer shall be in the proforma prescribed by
the EMPLOYER. No interest shall be paid by the EMPLOYER on the Earnest Money deposited
by the tenderer. The Bank Guarantee furnished in lieu of Earnest Money shall be kept valid for a
period of "SIX MONTHS" from the date of opening of tender.(TWO MONTHS beyond the bid due
date).

Page 157 of 615



The Earnest Money deposited by successful tenderer shall be forfeited if the Contractor fails to
furnish the requisite Contract Performance Security as per clause 24 hereof and /or fails to start
work within a period of 15 days or fails to execute the AGREEMENT within 15 days of the receipt
by him of the Notification of Acceptance of Tender.

Note: The Earnest Money of the unsuccessful bidder will be returned by
MPLOYER/CONSULTANT, directly to the tenderer (s), within a reasonable period of time but
not later than 30 days after the expiration of the period of bid validity prescribed by
EMPLOYER.

7 Validity:

7.1 Tender submitted by tenderers shall remain valid for acceptance for a period of "4 MONTHS"
from the date of opening of the tender. The tenderers shall not be entitled during the said period
of 4 months, without the consent in writing of the EMPLOYER, to revoke or cancel his tender or
to vary the tender given or any term thereof. In case of tender revoking or canceling his tender or
varying any term in regard thereof without the consent of EMPLOYER in writing, the EMPLOYER
shall forfeit Earnest Money paid by him alongwith tender.

8 Addenda/Corrigenda

8.1 Addenda/ Corrigenda to the Tender Documents will be issued in duplicate prior to the date of
opening of the tenders to clarify documents or to reflect modification in design or CONTRACT
terms.

8.2 Each addenda/ corrigendum issued will be issued in duplicate to each person or organisation to
whom set of Tender Documents has been issued. Recipient will retain tenderer's copy of each
Addendum/Corrigendum and attach original copy duly signed along with his offer. All
Addenda/Corrigenda issued shall become part of Tender Documents.
9 Right of Employer to Accept or Reject Tender:

9.1 The right to accept the tender will rest with the EMPLOYER. The EMPLOYER, however, does
not bind himself to accept the lowest tender, and reserves to itself the authority to reject any or all
the tenders received without assigning any reason whatsoever. At the option of the Employer,
the work for which the tender had been invited, may be awarded to one Contractor or split
between more than one bidders, in which case the award will be made for only that part of the
work, in respect of which the bid has been accepted. The quoted rates should hold good for such
eventualities.

Tenders in which any of the particulars and prescribed information are missing or are incomplete
in any respect and/or the prescribed conditions are not fulfilled are liable to be rejected. The
Tender containing uncalled for remarks or any additional conditions are liable to be rejected.

Canvassing in connection with tenders is strictly prohibited and tenders submitted by the
Tenderers who resort to canvassing will be liable to rejection.

10 Time Schedule

10.1 The WORK shall be executed strictly as per the TIME SCHEDULE specified in
TENDER/CONTRACT Document. The period of contract given in Time Schedule includes the
time required for mobilisation as well as testing, rectifications if any, retesting and completion in
all respects to the entire satisfaction of the ENGINEER-IN- CHARGE.

10.2 A joint programme of execution of the WORK will be prepared by the ENGINEER-IN-CHARGE
and CONTRACTOR based on priority requirement of this project. This programme will take into
account the time of completion mentioned in 10.1 above and the time allowed for the priority
works by the ENGINEER-IN-CHARGE.

10.3 Monthly/Weekly construction programme will; be drawn up by the ENGINEER-IN-CHARGE
jointly with the CONTRACTOR, based on availability of work fronts and the joint programme as
Page 158 of 615



per 10.2 above. The CONTRACTOR shall scrupulously adhere to these targets /programmes by
deploying adequate personnel, construction tools and tackles and he shall also supply himself all
materials of his scope of supply in good time to achieve the targets/programmes. In all matters
concerning the extent of targets set out in the weekly and monthly programmes and the degree
of achievements the decision of the ENGINEER-IN-CHARGE will be final and binding on the
CONTRACTOR.

11 Tenderers Responsibility:

11.1 The intending tenderers shall be deemed to have visited the SITE and familiarised submitting
the tender. Non-familiarity with the site conditions will not be considered a reason either for extra
claims or for not carrying out the works in strict conformity with the DRAWINGS and
SPECIFICATIONS or for any delay in performance.

8. Retired Government or Company Officers:

12.1 No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or
Administrative duties in an Engineering Department of the States/ Central Government or of the
EMPLOYER is allowed to work as a CONTRACTOR for a period of two years after his retirement
from Government Service, or from the employment of the EMPLOYER without the previous
permission of the EMPLOYER. The CONTRACT, if awarded, is liable to be cancelled if either
the CONTRACTOR or any of his employees is found at any time to be such a person, who has
not obtained the permission of the State/Central Government or of the EMPLOYER as aforesaid
before submission of tender, or engagement in the CONTRACTOR'S service as the case may
be.

13 Signing of the Contract:

13.1 The successful tenderer shall be required to execute an AGREEMENT in the proforma attached
with TENDER DOCUMENT within 15 days of the receipt by him of the Notification of Acceptance
of Tender. In the event of failure on the part of the successful tenderer to sign the AGREEMENT
within the above stipulated period, the Earnest Money or his initial deposit will be forefeited and
the acceptance of the tender shall be considered as cancelled.

14 Field Management & Controlling/Coordinating Authority:

14.1 The field management will be the responsibility of the ENGINEER-IN-CHARGE, who will be
nominated by the EMPLOYER. The ENGINEER-IN-CHARGE may also authorise his
representatives to assist in performing his duties and functions.

14.2 The ENGINEER-IN-CHARGE shall coordinate the works of various agencies engaged at site to
ensure minimum disruption of work carried out by different agencies. It shall be the responsibility
of the CONTRACTOR to plan and execute the work strictly in accordance with site instructions to
avoid hindrance to the work being executed by other agencies.

15 Note to Schedule of Rates:

15.1 The Schedule of Rates should be read in conjunction with all the other sections of the tender.

15.2 The tenderer shall be deemed to have studied the DRAWINGS, SPECIFICATIONS and details of
work to be done within TIME SCHEDULE and to have aquainted himself of the condition
prevailing at site.

15.3 Rates must be filled in the Schedule of Rates of original Tender Documents. If quoted in
separate typed sheets no variation in item description or specification shall be accepted. Any
exceptions or deviations taken by the tenderer to the Schedule of Rates shall be brought out in
the terms and conditions of the offer.

15.4 The quantities shown against the various items are only approximate. Any increase or decrease
in the quantities shall not form the basis of alteration of the rates quoted and accepted.
Page 159 of 615




15.5 The EMPLOYER reserves the right to interpolate the rates for such items of work falling between
similar items of lower and higher magnitude.

16 Policy for Tenders Under Consideration:

16.1 Only Those Tenders which are complete in all respects and are strictly in accordance with the
Terms and Conditions and Technical Specifications of Tender Document, shall be considered for
evaluation. Such Tenders shall be deemed to be under consideration immediately after opening
of Tender and until such time an official intimation of acceptance /rejection of Tender is made by
RGPPL to the Bidder.

16.2 Zero Deviation: Bidders to note that this is a ZERO DEVIATION TENDER. RGPPL will
appreciate submission of offer based on the terms and conditions in the enclosed General
Conditions of Contract (GCC), Special Conditions of Contract (SCC), Instructions to Bidders
(ITB), Scope of Work, technical specifications etc. to avoid wastage of time and money in
seeking clarifications on technical/ commercial aspects of the offer. Bidder may note that no
technical and commercial clarifications will be sought for after the receipt of the bids. In case
of any deviation/nonconformity observed in the bid, it will be liable for rejection.

17 Award of Contract:

17.1 The Acceptance of Tender will be intimated to the successful Tenderer by RGPPL either by
Telex/ Telegram/ Fax or by Letter or like means-defined as LETTER OF ACCEPTANCE OF
TENDER/Letter of Indent.

17.2 RGPPL will be the sole judge in the matter of award of CONTRACT and the decision of RGPPL
shall be final and binding.

18 Clarification of Tender Document:

18.1 The Tender is required to carefully examine the Technical Specifications, Conditions of Contract,
Drawings and other details relating to WORK and given in Tender Document and fully inform
himself as to all conditions and matters which may in any way affect the WORK or the cost
thereof. In case the Tenderer is in doubt about the completeness or correctness of any of the
contents of the Tender Documents he should request in writing for an interpretation/clarification
in triplicate. RGPPL or their authorised representative will then issue interpretation/clarification to
Tenderer in writing. Such clarifications and or interpretations shall form part of the Specifications
and Documents and shall accompany the tender which shall be submitted by tenderer within
time and date as specified in invitations to tender.

18.2 Verbal clarification and information given by RGPPL or its employee(s) or its representatives
shall not in any way be binding on RGPPL.

19 Local Conditions:

19.1 It will be imperative on each tenderer to inform himself of all local conditions and factors which
may have any effect on the execution of WORK covered under the Tender Document. In their
own interest, the tenderer are requested to familiarise themselves with the Indian Income Tax Act
1961, Indian Companies Act 1956, Indian Customs Act 1962 and other related Acts and Laws
and Regulations of India with their latest amendments, as applicable RGPPL shall not entertain
any requests for clarifications from the tenderer regarding such local conditions.

19.2 It must be understood and agreed that such factors have properly been investigated and
considered while submitting the tender. No claim for financial or any other adjustments to
VALUE OF CONTRACT, on lack of clarity of such factors shall be entertained.

20 Abnormal Rates:

20.1 The tenderer is expected to quote rate for each item after careful analysis of cost involved for the
Page 160 of 615



performance of the completed item considering all specifications and Conditions of Contract.
This will avoid loss of profit or gain in case of curtailment or change of specification for any item.
In case it is noticed that the rates quoted by the tenderer for any item are unusually high or
unusually low, it will be sufficient cause for the rejection of the tender unless the EMPLOYER is
convinced about the reasonableness after scrutiny of the analysis for such rate(s) to be furnished
by the tenderer (on demand).

Section-IV. General Obligations

21 Priority of Contract Documents

21.1 Except if and the extent otherwise provided by the Contract, the provisions of the General
Conditions of Contract and Special Conditions shall prevail over those of any other documents
forming part of the CONTRACT. Several documents forming the CONTRACT are to be taken as
mutually explanatory of one another, but in case of ambiguities or discrepancies the same shall
be explained and adjusted by the ENGINEER-IN-CHARGE who shall thereupon issue to the
Contractor instructions thereon and in such event, unless otherwise provided in the Contract, the
priority of the documents forming the Contract shall be as follows :

1) The Contract Agreement ;
2) The Letter of Acceptance;
3) The (Instructions to Bidders)ITB;
4) Special Conditions of Contract (SCC);
5) General Conditions of Contract (GCC)
6) Any other document forming part of the Contract.

Works shown in the DRAWING but not mentioned in the SPECIFICATIONS OR described in the
SPECIFICATIONS without being shown in the DRAWINGS shall nevertheless be deemed to be
included in the same manner as if they had been specifically shown upon the DRAWINGS and
described in the SPECIFICATIONS.

21.2 Headings and Marginal Notes: All headings and marginal notes to the clauses of these General
Conditions of Contract or to the SPECIFICATIONS or to any other Tender Document are solely
for the purpose of giving a concise indication and not a summary of the contents thereof, and they
shall never be deemed to be part thereof or be used in the interpretation or construction thereof
the CONTRACT.

21.3 Singular and Plural: In CONTRACT DOCUMENTS unless otherwise stated specifically, the
singular shall include the plural and vice versa wherever the context so requires.

21.4 Interpretation: Words implying `Persons' shall include relevant `Corporate Companies /
Registered Associations/ Body of Individuals/ Firm of Partnership' as the case may be.

22 Special Conditions of Contract:

22.1 Special Conditions of Contract shall be read in conjunction with the General Conditions of
Contract, specification of Work, Drawings and any other documents forming part of this
CONTRACT wherever the context so requires.

22.2 Notwithstanding the sub-division of the documents into these separate sections and volumes
every part of each shall be deemed to be supplementary to and complementary of every other
part and shall be read with and into the CONTRACT so far as it may be practicable to do so.

22.3 Where any portion of the General Condition of Contract is repugnant to or at variance with any
provisions of the Special Conditions of Contract, unless a different intention appears the
provisions of the Special Conditions of Contract shall be deemed to over-ride the provisions of
the General Conditions of Contract and shall to the extent of such repugnancy, or variations,
prevail.

22.4 Wherever it is mentioned in the specifications that the CONTRACTOR shall perform certain
Page 161 of 615



WORK or provide certain facilities, it is understood that the CONTRACTOR shall do so at his
cost and the VALUE OF CONTRACT shall be deemed to have included cost of such
performance and provisions, so mentioned.

22.5 The materials, design and workmanship shall satisfy the relevant INDIAN STANDARDS, the JOB
SPECIFICATIONS contained herein and CODES referred to. Where the job specification
stipulate requirements in addition to those contained in the standard codes and specifications,
these additional requirements shall also be satisfied.

23 Contractor to obtain his own Information:

23.1 The CONTRACTOR in fixing his rate shall for all purpose whatsoever reason may be, deemed to
have himself independently obtained all necessary information for the purpose of preparing his
tender and his tender as accepted shall be deemed to have taken into account all contingencies
as may arise due to such information or lack of same. The correctness of the details, given in the
Tender Document to help the CONTRACTOR to make up the tender is not guaranteed.

The CONTRACTOR shall be deemed to have examined the CONTRACT DOCUMENTS, to
have generally obtained his own information in all matters whatsoever that might affect the
carrying out of the works at the schedules rates and to have satisfied himself to the sufficiency of
his tender. Any error in description of quantity or omission therefrom shall not vitiate the
CONTRACT or release the CONTRACTOR from executing the work comprised in the
CONTRACT according to DRAWINGS and SPECIFICATIONS at the scheduled rates. He is
deemed to have known the scope, nature and magnitude of the WORKS and the requirements
of materials and labour involved etc., and as to what all works he has to complete in accordance
with the CONTRACT documents whatever be the defects, omissions or errors that may be found
in the DOCUMENTS. The CONTRACTOR shall be deemed to have visited surroundings, to
have satisfied himself to the nature of all existing structures, if any, and also as to the nature and
the conditions of the Railways, Roads, Bridges and Culverts, means of transport and
communication, whether by land, water or air, and as to possible interruptions thereto and the
access and egress from the site, to have made enquiries, examined and satisfied himself as to
the sites for obtaining sand, stones, bricks and other materials, the sites for disposal of surplus
materials, the available accommodation as to whatever required, depots and such other
buildings as may be necessary for executing and completing the works, to have made local
independent enquiries as to the sub-soil, subsoil water and variations thereof, storms, prevailing
winds, climatic conditions and all other similar matters effecting these works. He is deemed to
have acquainted himself as to his liability of payment of Government Taxes, Customs duty and
other charges, levies etc.

Any neglect or omission or failure on the part of the CONTRACTOR in obtaining necessary and
reliable information upon the foregoing or any other matters affecting the CONTRACT shall not
relieve him from any risks or liabilities or the entire responsibility from completion of the works at
the scheduled rates and times in strict accordance with the CONTRACT.

It is, therefore, expected that should the CONTRACTOR have any doubt as to the meaning of
any portion of the CONTRACT DOCUMENT he shall set forth the particulars thereof in writing to
EMPLOYER in duplicate, before submission of tender. The EMPLOYER may provide such
clarification as may be necessary in writing to CONTRACT, such clarifications as provided by
EMPLOYER shall form part of CONTRACT DOCUMENTS.

No verbal agreement or inference from conversation with any effect or employee of the
EMPLOYER either before, during or after the execution of the CONTRACT agreement shall in
any way affect or modify and of the terms or obligations herein contained.

Any change in layout due to site conditions or technological requirement shall be binding
on the CONTRACTOR and no extra claim on this account shall be entertained.

24 Contract Performance Security:

24.1 The CONTRACTOR shall furnish to the EMPLOYER, within 15 days from the date of notification
Page 162 of 615



of award, a security in the sum of 10% of the accepted value of the tender or the actual value of
work to be done whichever is applicable due to any additional work or any other reasons, in the
form of a Bank draft/Bankers cheque or Bank Guarantee or irrevocable Letter of credit (as per
proforma enclosed) as Contract Performance Security with the EMPLOYER which will be
refunded after the expiry of DEFECTS LIABILITY PERIOD.

24.2 CONTRACTOR can furnish the Contract Performance Security in the form of Demand Draft or
through a Bank Guarantee or through an irrevocable Letter of Credit from any Indian scheduled
bank or a branch of an International bank situated in India and registered with Reserve Bank
of India as scheduled foreign bank. However, other than the Nationalised Indian Banks, the
banks whose BGs are furnished, must be commercial banks having net worth in excess of
Rs. 100 crores and a declaration to this effect should be made by such commercial bank
either in the bank guarantee itself or separately on a letter head.

The bank guarantee or the Letter of Credit shall be submitted in the prescribed format.

24.2.1 If the CONTRACTOR/SUB-CONTRACTOR or their employees or the CONTRACTORs agents
and representatives shall damage, break, deface or destroy any property belonging to the
EMPLOYER or others during the execution of the CONTRACT, the same shall be made good by
the CONTRACTOR at his own expenses and in default thereof, the ENGINEER-IN-CHARGE
may cause the same to be made good by other agencies and recover expenses from the
CONTRACTOR (for which the certificate of the ENGINEER- IN-CHARGE shall be final).

24.3 All compensation or other sums of money payable by the CONTRACTOR to the EMPLOYER
under terms of this CONTRACT may be deducted from or paid by the encashment or sale of a
sufficient part of his Contract Performance Security or from any sums which may be due or may
become due to the CONTRACTOR by the EMPLOYER of any account whatsoever and in the
event of his Contract Performance Security being reduced by reasons of any such deductions or
sale of aforesaid, the CONTRACTOR shall within ten days thereafter make good in cash, bank
drafts as aforesaid any sum or sums which may have been deducted from or realised by sale of
his Contract Performance Security, or any part thereof. No interest shall be payable by the
EMPLOYER for sum deposited as Contract Performance Security.

24.4 Failure of the successful bidder to comply with the requirements of this Clause shall constitute
sufficient grounds for the annulment of the award and the forfeiture of bid security.

25 Time of Performance:

25.1.1 Time for Mobilisation
The work covered by this CONTRACT shall be commenced within fifteen (15) days, the date of
letter/Fax of Intent and be completed in stages on or before the dates as mentioned in the TIME
SCHEDULE OF COMPLETION OF WORK. The CONTRACTOR should bear in mind that time is
the essence of this agreement. Request for revision of construction time after tenders are opened
will not receive consideration. The above period of fifteen (15) days is included within the overall
COMPLETION SCHEDULE, not over and above the completion time to any additional work or
any other reasons.

25.2 Time Schedule

25.2.1 The general Time Schedule is given in the TENDER DOCUMENT. CONTRACTOR should
prepare a detailed monthly or weekly construction program jointly with the
ENGINEER-IN-CHARGE within 15 days of receipt of LETTER/FAX OF INTENT or
ACCEPTANCE OF TENDER. The WORK shall be executed strictly as per the Time Schedule
given in the CONTRACT DOCUMENT. The time schedule given includes the time required for
mobilisation testing, rectifications, if any, retesting and completion in all respects in accordance
with CONTRACT DOCUMENT to the entire satisfaction of the ENGINEER-IN-CHARGE.

25.2.2 The CONTRACTOR shall submit a detailed PERT network within the time frame agreed above
consisting of adequate number of activities covering various key phases of the WORK such as
design, procurement, manufacturing, shipment and field erection activities within fifteen (15) days
Page 163 of 615



from the date of LETTER/FAX OF INTENT. This network shall also indicate the interface facilities
to be provided by the EMPLOYER and the dates by which such facilities are needed.

25.2.3 CONTRACTOR shall discuss the network so submitted with the EMPLOYER and the agreed
network which may be in the form as submitted with the EMPLOYER or in revised form in line
with the outcome of discussions shall form part of the CONTRACT, to be signed within fifteen
(15) days from the date of LETTER OF ACCEPTANCE OF TENDER. During the performance
of the CONTRACT, if in the opinion of the EMPLOYER proper progress is not maintained
suitable changes shall be made in the CONTRACTOR's operation to ensure proper progress.

The above PERT network shall be reviewed periodically and reports shall be submitted by the
CONTRACTOR as directed by EMPLOYER.






26 Force Majeure:

26.1 CONDITIONS FOR FORCE MAJEURES

In the event of either party being rendered unable by Force Majeure to perform any obligations
required to be performed by them under the CONTRACT the relative obligation of the party
affected by such Force Majeures shall upon notification to the other party be suspended for the
period during which Force Majeures event lasts. The cost and loss sustained by the either party
shall be borne by the respective parties.

The term "Force Majeures" as employed herein shall mean acts of God, earthquake, war
(declared or undeclared), revolts, riots, fires, floods, rebellions, explosions, hurricane, sabotage,
civil commotions and acts and regulations of respective Government of the two parties, namely
the EMPLOYER and the CONTRACTOR.

Upon the occurrence of such cause(s) and upon its termination, the party alleging that it has
been rendered unable as aforesaid thereby, shall notify the other party in writing immediately but
not later than 72 (Seventy-two) hours of the alleged beginning and ending thereof giving full
particulars and satisfactory evidence in support of its claim.

Time for performance of the relative obligation suspended by the Force Majeures shall then
stand extended by the period for which such cause lasts.

If deliveries of bought out items and/or works to be executed by the CONTRACTOR are
suspended by Force Majeure conditions lasting for more than 2 (two) months the EMPLOYER
shall have the option to terminate the CONTRACT or re-negotiate the contract provisions.

26.2 OUTBREAK OF WAR

26.2 If during the currency of the CONTRACT there shall be an out-break of war whether declared or
not, in that part of the World which whether financially or otherwise materially affect the execution
of the WORK the CONTRACTOR shall unless and until the CONTRACT is terminated under the
provisions in this clause continue to use his best endeavour to complete the execution of the
WORK, provided always that the EMPLOYER shall be entitled, at any time after such out-break
of war to terminate or re-negotiate the CONTRACT by giving notice in writing to the
CONTRACTOR and upon such notice being given the CONTRACT shall, save as to the rights of
the parties under this clause and to the operation of the clauses entitled settlement of Disputes
and Arbitration hereof, be terminated but without prejudice to the right of either party in respect of
any antecedent breach thereof.

26.2 If the CONTRACT shall be terminated under the provisions of the above clause, the
CONTRACTOR shall with all reasonable diligence remove from the SITE all the
Page 164 of 615



CONTRACTOR's equipment and shall give similar facilities to his SUB-CONTRACTORS to do
so.

27 Price reduction schedule:

27.1 Time is the essence of the CONTRACT. In case the CONTRACTOR fails to complete the
WORK within the stipulated period, then, unless such failure is due to Force Majeure as defined
in Clause 26 here above or due to EMPLOYER's defaults, the Total Contract price shall be
reduced by % of the total Contract Price per complete week of delay or part thereof subject to
a maximum of 5 % of the Total Contract Price, by way of reduction in price for delay and not as
penalty. The said amount will be recovered from amount due to the Contractor/ Contractors
Contract Performance Security payable on demand.

The decision of the ENGINEER-IN-CHARGE in regard to applicability of Price Reduction
Schedule shall be final and binding on the CONTRACTOR.

27.2 All sums payable under this clause is the reduction in price due to delay in completion period at
the above agreed rate.

27.3 BONUS FOR EARLY COMPLETION

If the Contractor achieves completion of Works in all respect prior to the time schedule stipulated
in the SCC, the Employer shall pay to the Contractor the relevant sum, if mentioned specifically
in SCC, as bonus for early completion. The bonus for early completion, if provided specifically in
SCC, shall be payable to the maximum ceiling of 2 % of the total contract price.


28 Rights of the employer to forfeit contract performance security:

28.1 Whenever any claim against the CONTRACTOR for the payment of a sum of money arises out
or under the CONTRACT, the EMPLOYER shall be entitled to recover such sum by
appropriating in part or whole the Contract Performance Security of the CONTRACTOR. In the
event of the security being insufficient or if no security has been taken from the CONTRACTOR,
then the balance or the total sum recoverable, as the case may be shall be deducted from any
sum then due or which at any time thereafter may become due to the CONTRACTOR. The
CONTRACTOR shall pay to the EMPLOYER on demand any balance remaining due.

29 Failure by the contractor to comply with the provisions of the contract:

29.1 If the CONTRACTOR refuses or fails to execute the WORK or any separate part thereof with
such diligence as will ensure its completion within the time specified in the CONTRACT or
extension thereof or fails to perform any of his obligation under the CONTRACT or in any
manner commits a breach of any of the provisions of the CONTRACT it shall be open to the
EMPLOYER at its option by written notice to the CONTRACTOR:

a) TO DETERMINE THE CONTRACT in which event the CONTRACT shall stand
terminated and shall cease to be in force and effect on and from the date appointed by
the EMPLOYER on that behalf, whereupon the CONTRACTOR shall stop forthwith any
of the CONTRACTOR's work then in progress, except such WORK as the EMPLOYER
may, in writing, require to be done to safeguard any property or WORK, or installations
from damage, and the EMPLOYER, for its part, may take over the work remaining
unfinished by the CONTRACTOR and complete the same through a fresh contractor or
by other means, at the risk and cost of the CONTRACTOR, and any of his sureties if
any, shall be liable to the EMPLOYER for any excess cost occasioned by such work
having to be so taken over and completed by the EMPLOYER over and above the cost
at the rates specified in the schedule of quantities and rate/prices.

b) WITHOUT DETERMINING THE CONTRACT to take over the work of the
CONTRACTOR or any part thereof and complete the same through a fresh contractor or
by other means at the risk and cost of the CONTRACTOR. The CONTRACTOR and
Page 165 of 615



any of his sureties are liable to the EMPLOYER for any excess cost over and above the
cost at the rates specified in the Schedule of Quantities/ rates, occasioned by such
works having been taken over and completed by the EMPLOYER.

29.2 In such events of Clause 29.1(a) or (b) above.

a) The whole or part of the Contract Performance Security furnished by the
CONTRACTOR is liable to be forfeited without prejudice to the right of the EMPLOYER
to recover from the CONTRACTOR the excess cost referred to in the sub-clause
aforesaid, the EMPLOYER shall also have the right of taking possession and utilising in
completing the works or any part thereof, such as materials equipment and plants
available at work site belonging to the CONTRACTOR as may be necessary and the
CONTRACTOR shall not be entitled for any compensation for use or damage to such
materials, equipment and plant.

b) The amount that may have become due to the CONTRACTOR on account of work
already executed by him shall not be payable to him until after the expiry of Six (6)
calendar months reckoned from the date of termination of CONTRACT or from the
taking over of the WORK or part thereof by the EMPLOYER as the case may be, during
which period the responsibility for faulty materials or workmanship in respect of such
work shall, under the CONTRACT, rest exclusively with the CONTRACTOR. This
amount shall be subject to deduction of any amounts due from the CONTRACT to the
EMPLOYER under the terms of the CONTRACT authorised or required to be reserved
or retained by the EMPLOYER.

29.3 Before determining the CONTRACT as per Clause 29.1(a) or (b) provided in the judgement of
the EMPLOYER, the default or defaults committed by the CONTRACTOR is/are curable and can
be cured by the CONTRACTOR if an opportunity given to him, then the EMPLOYER may issue
Notice in writing calling the CONTRACTOR to cure the default within such time specified in the
Notice.

29.4 The EMPLOYER shall also have the right to proceed or take action as per 29.1(a) or (b) above,
in the event that the CONTRACTOR becomes bankrupt, insolvent, compounds with his creditors,
assigns the CONTRACT in favour of his creditors or any other person or persons, or being a
company or a corporation goes into voluntary liquidation, provided that in the said events it shall
not be necessary for the EMPLOYER to give any prior notice to the CONTRACTOR.

29.5 Termination of the CONTRACT as provided for in sub- clause 29.1(a) above shall not prejudice
or affect their rights of the EMPLOYER which may have accrued upto the date of such
termination.

30 Contractor remains liable to pay compensation if action not taken under clause 29:


30.1 In any case in which any of the powers conferred upon the EMPLOYER BY CLAUSE 29.0
thereof shall have become exercisable and the same had not been exercised, the non-exercise
thereof shall not constitute a waiver of any of the conditions hereof and such powers shall
notwithstanding be exercisable in .the event of any further case of default by the CONTRACTOR
for which by any clause or clauses hereof he is declared liable to pay compensation amounting
to the whole of his Contract Performance Security, and the liability of the CONTRACTOR for past
and future compensation shall remain unaffected. In the event of the EMPLOYER putting in
force the power under above sub-clause (a) or (b) vested in him under the preceding clause he
may, if he so desired, take possession of all or any tools, and plants, materials and stores in or
upon the works or the site thereof belonging to the CONTRACTOR or procured by him and
intended to be used for the execution of the WORK or any part thereof paying or allowing for the
same in account at the CONTRACT rates or in case of these not being applicable at current
market rates to be certified by the ENGINEER-IN-CHARGE whose certificate thereof shall be
final, otherwise the ENGINEER-IN- CHARGE may give notice in writing to the CONTRACTOR or
his clerk of the works, foreman or other authorised agent, requiring him to remove such tools,
plant, materials or stores from the premises (within a time to be specified in such notice), and in
Page 166 of 615



the event of the CONTRACTOR failing to comply with any such requisition, the
ENGINEER-IN-CHARGE may remove them at the CONTRACTOR's expense or sell them by
auction or private sale on account of the CONTRACTOR and at his risk in all respects without
any further notice as to the date, time or place of sale and the certificate of the
ENGINEER-IN-CHARGE as to the expenses of any such removal and the amount of the
proceeds and expenses of any such sale shall be final and conclusive against the
CONTRACTOR.

31 Change in constitution:

31.1 Where the CONTRACTOR is a partnership firm, the prior approval of the EMPLOYER shall be
obtained in writing, before any change is made in the constitution of the firm. Where the
CONTRACTOR is an individual or a Hindu undivided family business concern, such approval as
aforesaid shall,likewise be obtained before such CONTRACTOR enters into any agreement with
other parties, where under, the reconstituted firm would have the right to carry out the work
hereby undertaken by the CONTRACTOR. In either case if prior approval as aforesaid is not
obtained, the CONTRACT shall be deemed to have been allotted in contravention of clause 37
hereof and the same action may be taken and the same consequence shall ensure as provided
in the said clause.

32 Termination of contract:

32(A) TERMINATION OF CONTRACT FOR DEATH:

If the CONTRACTOR is an individual or a proprietary concern and the individual or the proprietor
dies or if the CONTRACTOR is a partnership concern and one of the partner dies then unless,
the EMPLOYER is satisfied that the legal representative of the individual or the proprietory
concern or the surviving partners are capable of carrying out and completing CONTRACT, he
(the EMPLOYER)is entitled to cancel the CONTRACT for the uncompleted part without being in
any way liable for any compensation payment to the estate of the diseased CONTRACTOR
and/or to the surviving partners of the CONTRACTOR'S firm on account of the cancellation of
CONTRACT. The decision of the EMPLOYER in such assessment shall be final and binding on
the parties. In the event of such cancellation, the EMPLOYER shall not hold the estate of the
decased CONTRACTOR and/or the surviving partners of the CONTRACTOR'S firm liable for
any damages for non-completion of CONTRACT.

32(B) TERMINATION OF CONTRACT IN CASE OF LIQUIDATION / BANKRUPTCY ETC.

If the Contractor shall dissolve or become bankrupt or insolvent or cause or suffer any
receiver to be appointed of his business of any assets thereof compound with his Creditors, or
being a corporation commence to be wound up, not being a members voluntary winding up
for the purpose of amalgamation or reconstruction, or carry on its business under a Receiver
for the benefits of its Creditors any of them, EMPLOYER shall be at liberty :-

To terminate the contract forthwith upon coming to know of the happening of any such event as
aforesaid by notice in writing to the Contractor or to give the Receiver or liquidator or other
person, the option of carrying out the contract subject to his providing a guarantee upto an
amount to be agreed upon by EMPLOYER for due and faithful performance of the contract.

32 (C) In case of termination of CONTRACT herein set forth (under clause 29.0) except under
conditions of Force Majeure and termination after expiry of contract, the CONTRACTOR shall be
put under holiday [i.e. neither any enquiry will be issued to the party by Ratnagiri Gas and Power
Pvt. Ltd.. against any type of tender nor their offer will be considered by RGPPL against any
ongoing tender (s) where contract between RGPPL and that particular CONTRACTOR (as a
bidder) has not been finalized] for three years from the date of termination of contract by
Ratnagiri Gas and Power Pvt. Ltd.. to such CONTRACTOR.

33 Members of the employer not individually liable:

Page 167 of 615



33.1 No Director, or official or employee of the EMPLOYER/ CONSULTANT shall in any way be
personally bound or liable for the acts or obligations of the EMPLOYER under the CONTRACT
or answerable for any default or omission in the observance or performance of any of the acts,
matters or things which are herein contained.

34 Employer not bound by personal representations:

34.1 The CONTRACTOR shall not be entitled to any increase on the scheduled rates or any other
right or claim whatsoever by reason of any representation, explanation statement or alleged
representation, promise or guarantees given or alleged to have been given to him by any person.

35 Contractor's office at site:

35.1 The CONTRACTOR shall provide and maintain an office at the site for the accommodation of his
agent and staff and such office shall be open at all reasonable hours to receive instructions,
notice or other communications. The CONTRACTOR at all time shall maintain a site instruction
book and compliance of these shall be communicated to the ENGINEER-IN CHARGE from time
to time and the whole document to be preserved and handed over after completion of works.


36 Contractor's subordinate staff and their conduct

36.1 The CONTRACTOR, on or after award of the WORK shall name and depute a qualified engineer
having sufficient experience in carrying out work of similar nature, to whom the equipments,
materials, if any, shall be issued and instructions for works given. The CONTRACTOR shall also
provide to the satisfaction of the ENGINEER-IN- CHARGE sufficient and qualified staff to
superintend the execution of the WORK, competent sub-agents, foremen and leading hands
including those specially qualified by previous experience to supervise the types of works
comprised in the CONTRACT in such manner as will ensure work of the best quality, expeditious
working. Whenever in the opinion of the ENGINEER-IN- CHARGE additional properly qualified
supervisory staff is considered necessary, they shall be employed by the CONTRACTOR without
additional charge on accounts thereof. The CONTRACTOR shall ensure to the satisfaction of the
ENGINEER-IN-CHARGE that SUB- CONTRACTORS, if any, shall provide competent and
efficient supervision, over the work entrusted to them.

36.2 If and whenever any of the CONTRACTOR's or SUB- CONTRACTOR'S agents, sub-agents,
assistants, foremen, or other employees shall in the opinion of ENGINEER-IN- CHARGE be
guilty of any misconduct or be incompetent or insufficiently qualified or negligent in the
performance of their duties of that in the opinion of the EMPLOYER or the
ENGINEER-IN-CHARGE, it is undesirable for administrative or any other reason for such person
or persons to be employed in the works, the CONTRACTOR, is so directed by the
ENGINEER-IN-CHARGE, shall at once remove such person or persons from employment
thereon. Any person or persons so removed from the works shall not again be employed in
connection with the WORKS without the written permission of the ENGINEER-IN- CHARGE.
Any person so removed from the WORK shall be immediately re-placed at the expense of the
CONTRACTOR by a qualified and competent substitute. Should the CONTRACTOR be
requested to repatriate any person removed from the works he shall do so and shall bear all
costs in connection herewith.

36.3 The CONTRACTOR shall be responsible for the proper behaviour of all the staff, foremen,
workmen, and others, and shall exercise a proper degree of control over them and in particular
and without prejudice to the said generality, the CONTRACTOR shall be bound to prohibit and
prevent any employees from trespassing or acting in any way detrimental or prejudicial to the
interest of the community or of the properties or occupiers of land and properties in the
neighborhood and in the event of such employee so trespassing, the CONTRACTOR shall be
responsible therefore and relieve the EMPLOYER of all consequent claims or actions for
damages or injury or any other grounds whatsoever. The decision of the
ENGINEER-IN-CHARGE upon any matter arising under this clause shall be final. The
CONTRACTOR shall be liable for any liability to EMPLOYER on account of deployment of
CONTRACTOR's staff etc. or incidental or arising out of the execution of CONTRACT.
Page 168 of 615




The CONTRACTOR shall be liable for all acts or omissions on the part of his staff, Foremen and
Workmen and others in his employment, including misfeasance or negligence of whatever kind in
the course of their work or during their employment, which are connected directly or indirectly
with the CONTRACT.

36.4 If and when required by the EMPLOYER and CONTRACTOR's personnel entering upon the
EMPLOYER's premises shall be properly identified by badges of a type acceptable to the
EMPLOYER which must be worn at all times on EMPLOYER's premises. CONTRACTOR may
be required to obtain daily entry passes for his staff/employees from EMPLOYER to work within
operating areas. These being safety requirements, no relaxations on this account shall be given
to CONTRACTOR.

37 Sub-letting of works:

37.1 No part of the CONTRACT nor any share or interest therein shall in any manner or degree be
transferred, assigned or sublet by the CONTRACTOR directly or indirectly to any person, firm or
corporation whatsoever without the consent in writing, of the ENGINEER/EMPLOYER except as
provided for in the succeeding sub-clause.

i) SUB-CONTRACTS FOR TEMPORARY WORKS ETC.:

The EMPLOYER may give written consent to Sub- contract for the execution of any part
of the WORK at the site, being entered in to by CONTRACTOR provided each individual
Sub- contract is submitted to the ENGINEER-IN-CHARGE before being entered into
and is approved by him.

ii) LIST OF SUB-CONTRACTORS TO BE SUPPLIED:

At the commencement of every month the CONTRACTOR shall furnish to the
ENGINEER-IN- CHARGE list of all SUB-CONTRACTORS or other persons or firms
engaged by the CONTRACTOR and working at the SITE during the previous month
with particulars of the general nature of the Subcontract or works done by them.

iii) CONTRACTOR'S LIABILITY NOT LIMITED BY SUB- CONTRACTORS:

Notwithstanding any sub-letting with such approval as aforesaid and notwithstanding
that the ENGINEER-IN-CHARGE shall have received copies of any Subcontracts, the
contractor shall be and shall remain solely responsible for the quality, proper and
expeditious xecution of the Contract in all respects as if such sub-letting or
Subcontracting had not taken place, and as if such work had been done directly by the
CONTRACTOR. The CONTRACTOR shall bear all responsibility for any act or
omission on the part of sub-contractors in regard to work to be performed under the
CONTRACT.

iv) EMPLOYER MAY TERMINATE SUB-CONTRACTS:

If any SUB-CONTRACTOR engaged upon the works at the site executes any works
which in the opinion of the ENGINEER-IN-CHARGE is not in accordance with the
CONTRACT documents, the EMPLOYER may by written notice to the CONTRACTOR
request him to terminate such subcontract and the CONTRACTOR upon the receipt of
such notice shall terminate such Subcontract and dismiss the SUB-CONTRACTOR(S)
and the later shall forthwith leave the works, failing which the EMPLOYER shall have the
right to remove such SUB- CONTRACTOR(S) from the site.

v) NO REMEDY FOR ACTION TAKEN UNDER THIS CLAUSE:

No action taken by the EMPLOYER under the clause shall relieve the CONTRACTOR
of any of his liabilities under the CONTRACT or give rise to any right or compensation,
Page 169 of 615



extension of time or otherwise failing which the EMPLOYER shall have the right to
remove such SUB-CONTRACTOR(S) from the site.

38 Power of entry:

38.1 If the CONTRACTOR shall not commence the WORK in the manner previously described in the
CONTRACT documents or if he shall at any time in the opinion of the ENGINEER-IN-CHARGE.

i) fail to carry out the WORK in conformity with the CONTRACT documents, or

ii) fail to carry out the WORK in accordance with the Time Schedule, or

iii) substantially suspend work or the WORK for a period of fourteen days without
authority from the ENGINEER-IN-CHARGE, or

iv) fail to carry out and execute the WORK to the satisfaction of the
ENGINEER-IN-CHARGE, or

v) fail to supply sufficient or suitable construction plant, temporary works, labour,
materials or things, or

vi) Commit, suffer, or permit any other breach of any of the provisions of the
CONTRACT on his part to be performed or observed or persist in any of the above
mentioned breaches of the CONTRACT for fourteen days, after notice in writing shall
have been given to the CONTRACTOR by the ENGINEER-IN-CHARGE requiring
such breach to be remedied, or

vii) if the CONTRACTOR shall abandon the WORK o r

viii) If the CONTRACTOR during the continuance of the CONTRACT shall become
bankrupt, make any arrangement or composition with his creditors, or permit any
execution to be levied or go into liquidation whether compulsory or voluntary not being
merely a voluntary liquidation for the purpose of amalgamation or reconstruction then in
any such case, the EMPLOYER shall have the power to enter upon the WORK and take
possession thereof and of the materials, temporary WORK, construction plant, and stock
thereon, and to revoke the CONTRACTOR's licence to use the same, and to complete
the WORK by his agents, other CONTRACTORS or workmen or to relate the same
upon any terms and to such other person, firm or corporation as the EMPLOYER in his
absolute discretion may think proper to employ and for the purpose aforesaid to use or
authorise the use of any materials, temporary work, CONSTRUCTION PLANT, and
stock as aforesaid, without making payment or allowance to the CONTRACTOR for the
said materials other than such as may be certified in writing by the
ENGINEER-IN-CHARGE to be reasonable, and without making any payment or
allowance to the CONTRACTOR for the use of the temporary said works, construction
plant and stock or being liable for any loss or damage thereto, and if the EMPLOYER
shall by reason of his taking possession of the WORK or of the WORK being completed
by other CONTRACTOR (due account being taken of any such extra work or works
which may or be omitted) then the amount of such excess as certified by the
ENGINEER-IN- CHARGE shall be deducted from any money which may be due for
work done by the CONTRACTOR under the CONTRACT and not paid for. Any
deficiency shall forthwith be made good and paid to the EMPLOYER by the
CONTRACTOR and the EMPLOYER shall have power to sell in such manner and for
such price as he may think fit all or any of the construction plant, materials etc.
constructed by or belonging to and to recoup and retain the said deficiency or any part
thereof out of proceeds of the sale.

39 Contractor's responsibility with the mechanical, electrical, intercommunication system,
airconditioning contractors and other agencies:

Page 170 of 615



39.1 Without repugnance of any other condition, it shall be the responsibility of the CONTRACTOR
executing the work of civil construction, to work in close cooperation and coordinate the WORK
with the Mechanical, Electrical, Air-conditioning and Intercommunication Contractor's and other
agencies or their authorised representatives, in providing the necessary grooves, recesses, cuts
and opening etc., in wall, slabs beams and columns etc. and making good the same to the
desired finish as per specification, for the placement of electrical, intercommunication cables,
conduits, air-conditioning inlets and outlets grills and other equipments etc. where required. For
the above said requirements in the false ceiling and other partitions, the CONTRACTOR before
starting-up the work shall in consultation with the Electrical, Mechanical, Intercommunication, Air-
conditioning contractor and other agencies prepare and put-up a joint scheme, showing the
necessary openings, grooves, recesses, cuts, the methods of fixing required for the WORK of the
aforesaid, and the finishes therein, to the ENGINEER-IN-CHARGE and get the approval. The
CONTRACTOR before finally submitting the scheme to the ENGINEER-IN-CHARGE, shall have
the written agreement of the other agencies. The ENGINEER- IN-CHARGE, before
communicating his approval to the scheme, with any required modification, shall get the final
agreement of all the agencies, which shall be binding. No claim shall be entertained on account
of the above.

The CONTRACTOR shall confirm in all respects with provision of any statutory regulations,
ordinances or byelaws of any local or duly constituted authorities or public bodies which may be
applicable from time to time to the WORK or any temporary works. The CONTRACTOR shall
keep the EMPLOYER indemnified against all penalties and liabilities of every kind, arising out of
non- adherence to such stains, ordinances, laws, rules, regulations, etc.

40 Other agencies at site:

40.1 The CONTRACTOR shall have to execute the WORK in such place and conditions where other
agencies will also be engaged for other works such as site grading, filling, and levelling, electrical
and mechanical engineering works, etc. No claim shall be entertained due to WORK being
executed in the above circumstances.

41 Notice:

41.1 TO THE CONTRACTOR:

Any notice hereunder may be served on the CONTRACTOR or his duly authorised
representative at the job site or may be served by registered mail direct to the address furnished
by the CONTRACTOR. Proof of issue of any such notice could be conclusive of the
CONTRACTOR having been duly informed of all contents therein.

41.2 TO THE EMPLOYER:

Any notice to be given to the EMPLOYER under the terms of the CONTRACTOR shall be served
by sending the same by Registered mail to or delivering the same at the respective site offices of
M/S. RATNAGIRI GAS AND POWER PVT. LTD.. addressed to the HEAD/SITE-IN-CHARGE.

42 Right of various interests:

42.1 i) The EMPLOYER reserves the right to distribute the work between more
than one agency(ies).The CONTRACTOR shall cooperate and afford other agency(ies)
reasonable opportunity or access to the WORK for the carriage and storage of materials
and execution of their works.

ii) Wherever the work being done by any department of the EMPLOYER or
by other agency(ies) employed by the EMPLOYER is contingent upon WORK covered
by this CONTRACT, the respective rights of the various interests involved shall be
determined by the ENGINEER-IN-CHARGE to secure the completion of the various
portions of the work in general harmony.

43 Patents and royalties:
Page 171 of 615




43.1 The CONTRACTOR, if licensed under any patent covering equipment, machinery, materials or
compositions of matter to be used or supplied or methods and process to be practised or
employed in the performance of this CONTRACT, agrees to pay all royalties and licence fees
which may be due with respect thereto. If any equipment, machinery, materials, composition of
matters, be used or supplied or methods and processes to be practised or employed in the
performance of this CONTRACT,is covered by a patent under which the CONTRACTOR is not
licensed then the CONTRACTOR before supplying or using the equipment, machinery materials,
composition method or processes shall obtain such licences and pay such royalties and licence
fees as may be necessary for performance of this CONTRACT. In the event the CONTRACTOR
fails to pay any such royalty or obtain any such licence, any suit for infringement of such patents
which is brought against the CONTRACTOR or the EMPLOYER as a result such failure will be
defended by the CONTRACTOR at his own expense and the CONTRACTOR will pay any
damages and costs awarded in such suit. The CONTRACTOR shall promptly notify the
EMPLOYER if the CONTRACTOR has acquired the knowledge of any plant under which a suit
for infringement could be reasonably brought because of the use by the EMPLOYER of any
equipment, machinery, materials, process, methods to be supplied hereunder. The
CONTRACTOR agrees to and does hereby grant to EMPLOYER, together with the right to
extend the same to any of the subsidiaries of the EMPLOYER as irrevocable, royalty free licence
to use in any country, any invention made by the CONTRACTOR or his employee in or as result
of the performance of the WORK under the CONTRACT.

43.2 All charges on account of royalty. toilage, rent, octroi terminal or sales tax and/or other duties or
any other levy on materials obtained for the work or temporary work or part thereof (excluding
materials provided by the EMPLOYER) shall be borne by the CONTRACTOR.

43.3 The CONTRACTOR shall not sell or otherwise dispose of or remove except for the purpose of
this CONTRACT, the sand, stone, clay, ballast, earth, rock or other substances, or materials
obtained from any excavation made for the purpose of the WORK or any building or produce
upon the site at the time of delivery of the possession thereof, but all such substances, materials,
buildings and produce shall be the property of the EMPLOYER provided that the CONTRACTOR
may with the permission of the ENGINEER-IN-CHARGE, use the same for the purpose of the
work by payment of cost of the same at such a rate as may be determined by the
ENGINEER-IN- CHARGE.

43.4 The EMPLOYER shall indemnify and save harmless the CONTRACTOR from any loss on
account of claims against CONTRACTOR for the contributory infringement of patent rights
arising out and based upon the claim that the use of the EMPLOYER of the process included in
the design prepared by the EMPLOYER and used in the operation of the plant infringes on any
patent right. With respect to any subcontract entered into by CONTRACTOR pursuant to the
provisions of the relevant clause hereof, the CONTRACTOR shall obtain from the
SUB-CONTRACTOR an undertaking to provide the EMPLOYER with the same patent protection
that CONTRACTOR is required to provide under the provisions of this clause.

44 Liens:

44.1 If, at any time there should be evidence or any lien or claim for which the EMPLOYER might
have become liable and which is chargeable to the CONTRACTOR, the EMPLOYER shall have
the right to retain out of any payment then due or thereafter to become due an amount sufficient
to completely indemnify the EMPLOYER against such lien or claim and if such lien or claim be
valid, the EMPLOYER may pay and discharge the same and deduct the amount so paid from
any money which may be or may become due and payable to the CONTRACTOR. If any lien or
claim remain unsettled after all payments are made, the CONTRACTOR shall refund or pay to
the EMPLOYER all money that the latter may be compelled to pay in discharging such lien or
claim including all costs and reasonable expenses. EMPLOYER reserves the right to do the
same.

44.2 The EMPLOYER shall have lien on all materials, equipments including those brought by the
CONTRACTOR for the purpose of erection, testing and commissioning of the WORK.

Page 172 of 615



44.3 The final payment shall not become due until the CONTRACTOR delivers to the
ENGINEER-IN-CHARGE a complete release or waiver of all liens arising or which may arise out
of his agreement or receipt in full or certification by the CONTRACTOR in a form approved by
ENGINEER-IN-CHARGE that all invoices for labour, materials, services have been paid in lien
thereof and if required by the ENGINEER-IN-CHARGE in any case an affidavit that so far as the
CONTRACTOR has knowledge or information the releases and receipts include all the labour
and material for which a lien could be filled.

44.4 CONTRACTOR will indemnify and hold the EMPLOYER harmless, for a period of two years after
the issue of FINAL CERTIFICATE, from all liens and other encumbrances against the
EMPLOYER on account of debts or claims alleged to be due from the CONTRACTOR or his
SUB-CONTRACTOR to any person including SUB- CONTRACTOR and on behalf of
EMPLOYER will defend at his own expense, any claim or litigation brought against the
EMPLOYER or the CONTRACTOR in connection therewith. CONTRACTOR shall defend or
contest at his own expense any fresh claim or litigation by any person including his
SUB-CONTRACTOR, till its satisfactory settlement even after the expiry of two years from the
date of issue of FINAL CERTIFICATE.



45 Delays by employer or his authorised agents:

45.1 In case the CONTRACTOR's performance is delayed due to any act or omission on the part of
the EMPLOYER or his authorised agents, then the CONTRACTOR shall be given due extension
of time for the completion of the WORK, to the extent such omission on the part of the
EMPLOYER has caused delay in the CONTRACTOR's performance of his WORK.

45.2 No adjustment in CONTRACT PRICE shall be allowed for reasons of such delays and
extensions granted except as provided in TENDER DOCUMENT, where the EMPLOYER
reserves the right to seek indulgence of CONTRACTOR to maintain the agreed Time Schedule
of Completion.

In such an event the CONTRACTOR shall be obliged for working by CONTRACTOR's personnel
for additional time beyond stipulated working hours as also Sundays and Holidays and achieve
the completion date/interim targets.

46 Payment if the contract is terminated:

46.1 If the CONTRACT shall be terminated as per Tender pursuant to Clause no. 29 of GCC, the
CONTRACTOR shall be paid by the EMPLOYER in so far as such amounts or items shall not
have already been covered by payments of amounts made to the CONTRACTOR for the WORK
executed and accepted by ENGINEER-IN-CHARGE prior to the date of termination at the rates
and prices provided for in the CONTRACT and in addition to the following:

a) The amount payable in respect of any preliminary items, so far as the Work or service
comprised therein has been carried out or performed and an appropriate portion as certified by
ENGINEER-IN- CHARGE of any such items or service comprised in which has been partially
carried out or performed.

b) Any other expenses which the CONTRACTOR has expended for performing the WORK
under the CONTRACT subject to being duly recommended by ENGINEER-IN-CHARGE and
approved by EMPLOYER for payment, based on documentary evidence of his having incurred
such expenses.

46.2 The CONTRACTOR will be further required to transfer the title and provide the following in the
manner and as directed by the EMPLOYER.

a) Any and all completed works.

Page 173 of 615



b) Such partially completed WORK including drawings, information and CONTRACT rights
as the CONTRACTOR has specially performed, produced or acquired for the performance of the
CONTRACTOR.

47 No waiver of rights:

47.1 Neither the inspection by the EMPLOYER or any of their officials, employees, or agents nor any
order by the EMPLOYER for payment of money or any payment for or acceptance of the whole
or any part of the Work by the EMPLOYER nor any extension of time, nor any possession taken
by EMPLOYER shall operate as a waiver of any provision of the CONTRACT, or of any power
herein reserved to the EMPLOYER, or any right to damages herein provided, nor shall any
waiver of any breach in the CONTRACT be held to be a waiver of any other subsequent breach.
.
48 Certificate not to affect right of employer and liability of contractor:

48.1 No interim payment certificate(s) issued by the Engineer-in-Charge of the EMPLOYER, nor any
sum paid on account by the EMPLOYER, nor any extension of time for execution of the work
granted by EMPLOYER shall affect or prejudice the rights of the Employer against the
CONTRACTOR or relieve the CONTRACTOR of his obligations for the due performance of the
CONTRACT, or be interpreted as approval of the WORK done or of the equipment supplied and
no certificate shall create liability for the EMPLOYER to pay for alterations, amendments,
variations or additional works not ordered, in writing, by EMPLOYER or discharge the liability of
the CONTRACTOR for the payment of damages whether due, ascertained, or certified or not or
any sum against the payment of which he is bound to indemnify the EMPLOYER.


49 Language and measures:

49.1 All documents pertaining to the CONTRACT including Specifications, Schedules, Notices,
Correspondence, operating and maintenance Instructions, DRAWINGS, or any other writing
shall be written in English language. The Metric System of measurement shall be used in the
CONTRACT unless otherwise specified.

50 Transfer of title:

50.1 The title of Ownership of supplies furnished by the CONTRACTOR shall not pass on to the
EMPLOYER for all Supplies till the same are finally accepted by the EMPLOYER after the
successful completion of PERFORMANCE TEST and GUARANTEE TEST and issue of FINAL
CERTIFICATE.

50.2 However, the EMPLOYER shall have the lien on all such works performed as soon as any
advance or progressive payment is made by the EMPLOYER to the CONTRACTOR and the
CONTRACTOR shall not subject these works for use other than those intended under this
CONTRACT.

51 Release of information:

51.1 The CONTRACTOR shall not communicate or use in advertising, publicity, sales releases or in
any other medium, photographs, or other reproduction of the Work under this CONTRACT or
description of the site dimensions, quantity , quality or other information, concerning the Work
unless prior written permission has been obtained from the EMPLOYER.

52 Brand names:

52.1 The specific reference in the SPECIFICATIONS and documents to any material by trade name,
make or catalogue number shall be construed as establishing standard or quality and
performance and not as limited competition. However, TENDERER may offer other similar
equipments provided it meets the specified standard design and performance requirements.

53 Completion of contract:
Page 174 of 615




53.1 Unless otherwise terminated under the provisions of any other relevant clause, this CONTRACT
shall be deemed to have been completed at the expiration of the PERIOD OF LIABILITY as
provided for under the CONTRACT.

54 Spares:

54.1 The CONTRACTOR shall furnish to the EMPLOYER all spares required for COMMISSIONING
of the plants, recommendatory and/or mandatory spares, which are required essential by the
manufacturer/supplier. The same shall be delivered at SITE, 3(Three) months before
COMMISSIONING.

Also the CONTRACTOR should furnish the manufacturing drawings for fast wearing spares.

54.2 The CONTRACTOR guarantees the EMPLOYER that before the manufacturers of the
equipments, plants and machineries go out of production of spare parts for the equipment
furnished and erected by him, he shall give at least twelve (12) months' advance notice to the
EMPLOYER, so that the latter may order his requirement of spares in one lot, if he so desires.


SECTION-V Performance of Work

55 Execution of work:

55.1 All the Works shall be executed in strict conformity with the provisions of the CONTRACT
Documents and with such explanatory detailed drawings, specification and instructions as may
be furnished from time to time to the CONTRACTOR by the ENGINEER-IN-CHARGE whether
mentioned in the CONTRACT or not. The CONTRACTOR shall be responsible for ensuring that
works throughout are executed in the most substantial, proper and workmanlike manner with the
quality of material and workmanship in strict accordance with the SPECIFICATIONS and to the
entire satisfaction of the ENGINEER-IN-CHARGE. The CONTRACTOR shall provide all
necessary materials equipment labour etc. for execution and maintenance of WORK till
completion unless otherwise mentioned in the CONTRACT.

56 Co-ordination and inspection of work:

56.1 The coordination and inspection of the day-to-day work under the CONTRACT shall be the
responsibility of the ENGINEER-IN-CHARGE. The written instruction regarding any particular
job will normally be passed by the ENGINEER-IN-CHARGE or his authorised representative. A
work order book will be maintained by the CONTRACTOR for each sector in which the aforesaid
written instructions will be entered. These will be signed by the CONTRACTOR or his authorised
representative by way of acknowledgement within 12 hours.

57 Work in monsoon and dewatering:

57.1 Unless otherwise specified elsewhere in the tender, the execution of the WORK may entail
working in the monsoon also. The CONTRACTOR must maintain a minimum labour force as
may be required for the job and plan and execute the construction and erection according to the
prescribed schedule. No extra rate will be considered for such work in monsoon.

57.2 During monsoon and other period, it shall be the responsibility of the CONTRACTOR to keep the
construction work site free from water at his own cost.

58 Work on sundays and holidays:

58.1 For carrying out Work on Sundays, and Holidays, the CONTRACTOR will approach the
ENGINEER-IN-CHARGE or his representative at least two days in advance and obtain
permission in writing. The CONTRACTOR shall observe all labour laws and other statutory rules
and regulations in force. In case of any violations of such laws, rules and regulations,
Page 175 of 615



consequence if any, including the cost thereto shall be exclusively borne by the CONTRACTOR
and the EMPLOYER shall have no liability whatsoever on this account.

59 General conditions for construction and erection work:

59.1 The working time at the site of work is 48 hours per week. Overtime work is permitted in cases
of need and the EMPLOYER will not compensate the same. Shift working at 2 or 3 shifts per
day will become necessary and the CONTRACTOR should take this aspect into consideration for
formulating his rates for quotation. No extra claims will be entertained by the EMPLOYER no this
account. For carrying out work beyond working hours the CONTRACTOR will approach the
ENGINEER-IN-CHARGE or his authorised representative and obtain his prior written
permission.

59.2 The CONTRACTOR must arrange for the placement of workers in such a way that the delayed
completion of the WORK or any part thereof for any reason whatsoever will not affect their proper
employment. The EMPLOYER will not entertain any claim for idle time payment whatsoever.

59.3 The CONTRACTOR shall submit to the EMPLOYER/ENGINEER-IN- CHARGE reports at
regular intervals regarding the state and progress of WORK. The details and proforma of the
report will mutually be agreed after the award of CONTRACT. The CONTRACTOR shall provide
display boards showing progress and labour strengths at worksite, as directed by the
ENGINEER-IN-CHARGE.

60 Alterations in specifications, design and extra works:

60.1 The WORK covered under this CONTRACT having to be executed by the CONTRACTOR on a
lumpsum firm price/item rate quoted by him, the EMPLOYER will not accept any proposals for
changes in VALUE OF CONTRACT or extension in time on account of any such changes which
may arise to the CONTRACTOR's scope of WORK as a result of detailed Engineering and
thereafter during the execution of WORK. The only exception to this will be a case where the
EMPLOYER requests in writing to the CONTRACTOR to upgrade the SPECIFICATIONS or the
size of any major pieces of equipments, plant or machinery beyond what is normally required to
meet the scope of WORK as defined in the CONTRACT DOCUMENT.

In such cases, a change order will be initialled by the CONTRACTOR at the appropriate time for
the EMPLOYER's prior approval giving the full back-up data for their review and for final
settlement of any impact on price within 30 (thirty) days thereafter.

60.2 The ENGINEER-IN-CHARGE shall have to make any alterations in, omission from, additions to
or substitutions for, the Schedule of Rates, the original specifications, drawings, designs and
instructions that may appear to him to be necessary or advisable during the progress of the
WORK and the CONTRACTOR shall be bound to carry out the such altered/ extra/ new items of
WORK in accordance with any instructions which may be given to him in writing signed by the
ENGINEER-IN- CHARGE, and such alterations, omissions, additions or substitutions shall not
invalidate the CONTRACT and any altered, additional or substituted work which the
CONTRACTOR may be directed to do in the manner above specified as part of the WORK shall
be carried out by the CONTRACTOR on the same conditions in all respects on which he agreed
to do the main WORK. The time of completion of WORK may be extended for the part of the
particular job at the discretion of the ENGINEER-IN- CHARGE, for only such alterations,
additions or substitutions of the WORK, as he may consider as just and reasonable. The rates
for such additional, altered or substituted WORK under this clause shall be worked out in
accordance with the following provisions:-

I. For Item Rate Contract

a) If the rates for the additional, altered or substituted WORK are specified in the
CONTRACT for the WORK, the CONTRACTOR is bound to carry on the additional,
altered or substituted WORK at the same rates as are specified in the CONTRACT.

Page 176 of 615



b) If the rates for the additional, altered or substituted WORK are not specifically
provided in the CONTRACT for the WORK, the rates will be derived from the rates
for similar class of WORK as are specified in the CONTRACT for the WORK. The
opinion of the ENGINEER-IN- CHARGE, as to whether or not the rates can be
reasonably so derived from the items in this CONTRACT will be final and binding
on the CONTRACTOR.

c) If the rates for the altered, additional or substituted WORK cannot be determined in
the manner specified in sub-clause(s) (a) and (b) above, then the CONTRACTOR
shall, within 7 days of the date of receipt of order to carry out the WORK, inform the
ENGINEER-IN-CHARGE of the rates which it is his intention to charge for such
class of WORK, supported by analysis of the rate or rates claimed, and the
ENGINEER-IN-CHARGE shall determine the rate or rates on the basis of the
prevailing market rates, labour cost at schedule of labour rates plus 10% to cover
contractor's supervision, overheads and profit and pay the CONTRACTOR
accordingly. The opinion of the ENGINEER- IN-CHARGE as to current market rates
of materials and the quantum of labour involved per unit of measurement will be final
and binding on the CONTRACTOR.

d) Where the item of work will be executed through nominated specialist agency as
approved by the ENGINEER-IN-CHARGE, then the actual amount paid to such
nominated agency supported by documentary evidence and as certified by
ENGINEER-IN-CHARGE shall be considered plus 10% (ten percent) to cover all
contingencies, overhead, profits to arrive at the rates.

e) Provisions contained in the Sub-clause (a) & (d) above shall, however, not apply for
the following:-

Where the value of additions of new items together with the value of alterations,
additions/deletions or substitutions does not exceed by or is not less than plus/minus
(+_)25% of the VALUE OF CONTRACT. The item rates in the Schedule of Rates
shall hold good for all such variations between the above mentioned limits,
irrespective of any increase/decrease of quantities in the individual items of
Schedule of Rates.

Where the value of addition of new items together with the value of alterations,
additions/deletions or substitutions reduces more than 25% of the contract value but
is within the following limits the tenderer shall be paid compensation for decrease in
the value of work, as follows:

S.No. Range of Variation Percentage compensation for
decrease in the value of work in the
respective range.

a) Beyond (+) 25% upto & No increase and/or decrease shall
be
inclusive of (+) 50% applicable for the Schedule of
Rates (The rates quoted for this
increase shall be valid).

b) Beyond (-) 25% upto & For reduction beyond 25%
Contractor shall
inclusive of (-) 50% be compensated by an
amount equivalent to 10% of the
reduction in value of the contract as
awarded. For example if the actual
contract value is 70% of awarded
value then compensation shall be
10% of (75-70) i.e. 0.5% of awarded
contract value.
Page 177 of 615




II. For Lumpsum Contracts

CONTRACTOR shall, within 7 days of the date of receipt of order to carry out the
WORK, inform the ENGINEER-IN- CHARGE of the rates which it is his intention to
charge for such class of WORK, supported by analysis of the rate or rates claimed, and
the ENGINEER-IN-CHARGE shall determine the rate or rates on the basis of the
prevailing market rates, labour cost at schedule of labour rates plus 10% to cover
contractor's supervision, overheads and profit and pay the CONTRACTOR accordingly.
The opinion of the ENGINEER- IN-CHARGE as to current market rates of materials and
the quantum of labour involved per unit of measurement will be final and binding on the
CONTRACTOR.

61 Drawings to be supplied by the employer

61.1 The drawings attached with tender are only for the general guidance to the CONTRACTOR to
enable him to visualize the type of work contemplated and scope of work involved. The
CONTRACTOR will be deemed to have studied the DRAWINGS and formed an idea about the
WORK involved.

61.2 Detailed working drawings on the basis of which actual execution of the WORK is to proceed, will
be furnished from time to time during the progress of the work. The CONTRACTOR shall be
deemed to have gone through the DRAWINGS supplied to him thoroughly and carefully and in
conjunction with all other connected drawings and bring to the notice of the
ENGINEER-IN-CHARGE discrepancies, if any, therein before actually carrying out the Work.

61.3 Copies of all detailed working drawings relating to the WORK shall be kept at the
CONTRACTOR's office on the site and shall be made available to the ENGINEER-IN- CHARGE
at any time during the CONTRACT. The drawings and other documents issued by the
EMPLOYER shall be returned to the EMPLOYER on completion of the WORK.

62 Drawings to be supplied by the contractor:

62.1 The drawings/date which are to be furnished by the CONTRACTOR are enumerated in the
special conditions of contract, and shall be furnished within the specified time.

62.2 Where approval/review of drawings before manufacture/ construction/fabrication has been
specified, it shall be CONTRACTOR's responsibility to have these drawings prepared as per the
directions of ENGINEER-IN-CHARGE and got approved before proceeding with
manufacture/construction/fabrication as the case may be. Any change that may have become
necessary in these drawings during the execution of the work shall have to be carried out by the
CONTRACTOR to the satisfaction of ENGINEER-IN-CHARGE at no extra cost. All final
drawings shall bear the certification stamp as indicated below duly signed by both the
CONTRACTOR and ENGINEER-IN-CHARGE.

"Certified true for ___________________________________ (Name of Work)

Agreement No.___________________________________________________

Signed:_________________ _________________
(CONTRACTOR) (ENGINEER-IN-CHARGE)

62.3 The DRAWINGS submitted by the CONTRACTOR shall be reviewed by the
ENGINEER-IN-CHARGE as far as practicable within 3 (Three) weeks and shall be modified by
the CONTRACTOR, if any modifications and/or corrections are required by the
ENGINEER-IN-CHARGE. The CONTRACTOR shall incorporate such modifications and/or
corrections and submit the final drawings for approval. Any delays arising out of failure by the
CONTRACTOR to rectify the drawing in good time shall not alter the Contract Completion Time.

Page 178 of 615



62.4 As built drawings showing all corrections, adjustments etc. shall be furnished by the
CONTRACTOR in six copies and one transparent for record purposed to the EMPLOYER.

63 Setting out works:

63.1 The ENGINEER-IN-CHARGE shall furnish the CONTRACTOR with only the four corners of the
Works site and a level bench mark and the CONTRACTOR shall set out the Works and shall
provide an efficient staff for the purpose and shall be solely responsible for the accuracy of such
setting out.

63.2 The CONTRACTOR shall provide, fix and be responsible for the maintenance of all stakes,
templates, level marks, profiles and other similar things and shall take all necessary precautions
to prevent their removal or disturbance and shall be responsible for the consequence of such
removal or disturbance should the same take place and for their efficient and timely
reinstatement. The CONTRACTOR shall also be responsible for the maintenance of all existing
survey marks, boundary marks, distance marks and center line marks, either existing or supplied
and fixed by the CONTRACTOR. The work shall be set out to the satisfaction of the
ENGINEER-IN-CHARGE. The approval there of joining with the CONTRACTOR by the
ENGINEER- IN-CHARGE in setting out the work, shall not relieve the CONTRACTOR of any of
his responsibility.

63.3 Before beginning the Works, the CONTRACTOR shall at his own cost, provide all necessary
reference and level posts, pegs, bamboos, flags, ranging rods, strings and other materials for
proper layout of the works in accordance with the schemes for bearing marks acceptable to the
ENGINEER-IN-CHARGE. The center, longitudinal or face lines and cross lines shall be marked
by means of small masonry pillars. Each pillar shall have distinct mark at the centre to enable
theodolite to be set over it. No work shall be started until all these points are checked and
approved by the ENGINEER-IN-CHARGE in writing but such approval shall not relieve the
CONTRACTOR of any of his responsibilities. The CONTRACTOR shall also provide all labour,
material and other facilities, as necessary, for the proper checking of layout and inspection of the
points during construction.

63.4 Pillars bearing geodetic marks located at the sites of units of WORKS under construction should
be protected and fenced by the CONTRACTOR.

63.5 On completion of WORK, the CONTRACTOR must submit the geodetic documents according to
which the WORK was carried out.

64 Responsibility for level and alignment:

64.1 The CONTRACTOR shall be entirely and exclusively responsible for the horizontal and vertical
alignment, the levels and correctness of every part of the WORK and shall rectify effectively any
errors or imperfections therein, such rectifications shall be carried out by the CONTRACTOR, at
his own cost, when instructions are issued to that effect by the ENGINEER- IN-CHARGE.

65 Materials to be supplied by contractor:

65.1 The CONTRACTOR shall procure and provide within the VALUE OF CONTRACT the whole of
the materials required for the construction including steels, cement and other building materials,
tools, tackles, construction plant and equipment for the completion and maintenance of the
WORK except the materials which will be issued by the EMPLOYER and shall make his own
arrangement for procuring such materials and for the transport thereof. The EMPLOYER may
give necessary recommendation to the respective authority if so desired by the CONTRACTOR
but assumes no further responsibility of any nature. The EMPLOYER will insist on the
procurement of materials which bear ISI stamp and/or which are supplied by reputed suppliers.

65.2 The CONTRACTOR shall properly store all materials either issued to him or brought by him to
the SITE to prevent damages due to rain, wind, direct exposure to sun, etc. as also from theft,
pilferage, etc. for proper and speedy execution of his works. The CONTRACTOR shall maintain
sufficient stocks of all materials required by him.
Page 179 of 615




65.3 No material shall be despatched from the CONTRACTOR's stores before obtaining the approval
in writing of the ENGINEER-IN-CHARGE.

66 Stores supplied by the employer:

66.1 If the SPECIFICATION of the WORK provides for the use of any material of special description to
be supplied from the EMPLOYER's stores or it is required that the CONTRACTOR shall use
certain stores to be provided by the ENGINEER-IN-CHARGE, such materials and stores, and
price to be charged there for as hereinafter mentioned being so far as practicable for the
convenience of the CONTRACTOR, but not so as in any way to control the meaning or effect of
the CONTRACT, the CONTRACTOR shall be bound to purchase and shall be supplied such
materials and stores as are from time to time required to be used by him for the purpose of the
CONTRACT only. The sums due from the CONTRACTOR for the value of materials supplied by
the EMPLOYER will be recovered from the running account bill on the basis of the actual
consumption of materials in the works covered and for which the running account bill has been
prepared. After the completion of the WORK, however, the CONTRACTOR has to account for
the full quantity of materials supplied to him as per relevant clauses in this document.

66.2 The value of the stores/materials as may be supplied to the CONTRACTOR by the EMPLOYER
will be debited to the CONTRACTOR's account at the rates shown in the schedule of materials
and if they are not entered in the schedule, they will be debited at cost price, which for the
purpose of the CONTRACT shall include the cost of carriage and all other expenses whatsoever
such as normal storage supervision charges which shall have been incurred in obtaining the
same at the EMPLOYER's stores. All materials so supplied to the CONTRACTOR shall remain
the absolute property of the EMPLOYER and shall not be removed on any account from the
SITE of the WORK, and shall be at all times open for inspection to the ENGINEER-IN-CHARGE.
Any such materials remaining unused at the time of the completion or termination of the
CONTRACT shall be returned to the EMPLOYER's stores or at a place as directed by the
ENGINEER-IN-CHARGE in perfectly good condition at CONTRACTOR's cost.

67 Conditions for issue of materials:

67.1 i) Materials specified as to be issued by the EMPLOYER will be supplied to the
CONTRACTOR by the EMPLOYER form his stores. It shall be responsibility of the
CONTRACTOR to take delivery of the materials and arrange for its loading, transport
and unloading at the SITE of WORK at his own cost. The materials shall be issued
between the working hours and as per the rules of the EMPLOYER as framed from time
to time.

ii) The CONTRACTOR shall bear all incidental charges for the storage and safe custody of
materials at site after these have been issued to him.

iii) Materials specified as to be issued by the EMPLOYER shall be issued in standard sizes
as obtained from the manufacturers.

iv) The CONTRACTOR shall construct suitable Godowns at the SITE of WORK for storing
the materials safe against damage by rain, dampness, fire, theft etc. He shall also
employ necessary watch and ward establishment for the purpose.

v) It shall be duty of the CONTRACTOR to inspect the materials supplied to him at the time
of taking delivery and satisfy himself that they are in good condition. After the materials
have been delivered by the EMPLOYER, it shall be the responsibility of the
CONTRACTOR to keep them in good condition and if the materials are damaged or lost,
at any time, they shall be repaired and/or replaced by him at his own cost according to
the instructions of the ENGINEER-IN-CHARGE.

vi) The EMPLOYER shall not be liable for delay in supply or non-supply of any materials
which the EMPLOYER has undertaken to supply where such failure or delay is due to
natural calamities, act of enemies, transport and procurement difficulties and any
Page 180 of 615



circumstances beyond the control of the EMPLOYER. In no case, the CONTRACTOR
shall be entitled to claim any compensation or loss suffered by him on this account.

vii) It shall be responsibility of the CONTRACTOR to arrange in time all materials required
for the WORK other than those to be supplied by the EMPLOYER. If, however, in the
opinion of the ENGINEER-IN-CHARGE the execution of the WORK is likely to be
delayed due to the CONTRACTOR's inability to make arrangements for supply of
materials which normally he has to arrange for, the ENGINEER-IN-CHARGE shall have
the right at his own discretion to issue such materials, if available with the EMPLOYER
or procure the materials from the market or as elsewhere and the CONTRACTOR will be
bound to take such materials at the rates decided by the ENGINEER-IN-CHARGE.
This, however, does not in any way absolve the CONTRACTOR from responsibility of
making arrangements for the supply of such materials in part or in full, should such a
situation occur nor shall this constitute a reason for the delay in the execution of the
WORK.

viii) None of the materials supplied to the CONTRACTOR will be utilised by the
CONTRACTOR for manufacturing item which can be obtained as supplied from
standard manufacturer in finished form.

ix) The CONTRACTOR shall, if desired by the ENGINEER- IN-CHARGE, be required to
execute an Indemnity Bond in the prescribed form for safe custody and accounting of all
materials issued by the EMPLOYER.

x) The CONTRACTOR shall furnish to the ENGINEER-IN- CHARGE sufficiently in
advance a statement showing his requirement of the quantities of the materials to be
supplied by the EMPLOYER and the time when the same will be required by him for the
works, so as to enable the ENGINEER-IN-CHARGE to make necessary arrangements
for procurement and supply of the material.

xi) Account of the materials issued by the EMPLOYER shall be maintained by
CONTRACTOR indicating the daily receipt, consumption and balance in hand. This
account shall be maintained in a manner prescribed by the ENGINEER-IN-CHARGE
along with all connected papers viz. requisitions, issues, etc., and shall be always
available for inspection in the CONTRACTOR's office at SITE.

xii) The CONTRACTOR should see that only the required quantities of materials are got
issued. The CONTRACTOR shall not be entitled to cartage and incidental charges for
returning the surplus materials, if any, to the stores wherefrom they were issued or to the
place as directed by the ENGINEER-IN-CHARGE.

xiii) Materials/Equipment(s) supplied by EMPLOYER shall not be utilised for any purpose(s)
than issued for.

68 Material procured with assistance of employer/return of surplus:

68.1 Notwithstanding anything contained to the contrary in any or all the clauses of this CONTRACT
where any materials for the execution of the CONTRACT are procured with the assistance of the
EMPLOYER either by issue from EMPLOYER's stock or purchases made under order or permits
or licences issued by Government, the CONTRACTOR shall hold the said materials as trustee
for the EMPLOYER and use such materials economically and solely for the purpose of the
CONTRACT and not dispose them off without the permission of the EMPLOYER and return, if
required by the ENGINEER-IN-CHARGE, shall determine having due regard to the condition of
the materials. The price allowed to the CONTRACTOR, however, shall not exceed the amount
charged to him excluding the storage charges, if any. The decision of the
ENGINEER-IN-CHARGE shall be final and conclusive in such matters. In the event of breach of
the aforesaid condition, the CONTRACTOR shall, in terms of the licences or permits and/or
criminal breach of trust, be liable to compensate the EMPLOYER at double rate or any higher
rate, in the event of those materials at that time having higher rate or not being available in the
Page 181 of 615



market, then any other rate to be determined by the ENGINEER-IN-CHARGE and his decision
shall be final and conclusive.

69 Materials obtained from dismantling:

69.1 If the CONTRACTOR in the course of execution of the WORK is called upon to dismantle any
part for reasons other than those stipulated in Clauses 74 and 77 hereunder, the materials
obtained in the WORK of dismantling etc., will be considered as the EMPLOYER's property and
will be disposed off to the best advantage of the EMPLOYER.

70 Articles of value found:

70.1 All gold, silver and other minerals of any description and all precious stones, coins, treasure
relics, antiquities and other similar things which shall be found in, under or upon the SITE, shall
be the property of the EMPLOYER and the CONTRACTOR shall duly preserve the same to the
satisfaction of the ENGINEER-IN-CHARGE and shall from time to time deliver the same to such
person or persons indicated by the EMPLOYER.


71 Discrepancies between instructions:

71.1 Should any discrepancy occur between the various instructions furnished to the CONTRACTOR,
his agent or staff or any doubt arises as to the meaning of any such instructions or should there
be any misunderstanding between the CONTRACTOR's staff and the ENGINEER-IN-
CHARGE's staff, the CONTRACTOR shall refer the matter immediately in writing to the
ENGINEER-IN-CHARGE whose decision thereon shall be final and conclusive and no claim for
losses alleged to have been caused by such discrepancies between instructions, doubts, or
misunderstanding shall in any event be admissible.

72 Action where no specification is issued:

72.1 In case of any class of WORK for which there is no SPECIFICATION supplied by the
EMPLOYER as mentioned in the Tender Documents such WORK shall be carried out in
accordance with Indian Standard Specifications and if the Indian Standard Specifications do not
cover the same, the WORK should be carried out as per standard Engineering Practice subject
to the approval of the ENGINEER-IN-CHARGE.

73 Inspection of works:

73.1 The ENGINEER-IN-CHARGE will have full power and authority to inspect the WORK at any time
wherever in progress either on the SITE or at the CONTRACTOR's premises/workshops
wherever situated, premises/ workshops of any person, firm or corporation where WORK in
connection with the CONTRACT may be in hand or where materials are being or are to be
supplied, and the CONTRACTOR shall afford or procure for the ENGINEER-IN- CHARGE every
facility and assistance to carry out such inspection. The CONTRACTOR shall, at all time during
the usual working hours and at all other time at which reasonable notice of the intention of the
ENGINEER-IN- CHARGE or his representative to visit the WORK shall have been given to the
CONTRACTOR, either himself be present or receive orders and instructions, or have a
responsible agent duly accredited in writing, present for the purpose. Orders given to the
CONTRACTOR's agent shall be considered to have the same force as if they had been given to
the CONTRACTOR himself. The CONTRACTOR shall give not less than seven days notice in
writing to the ENGINEER-IN-CHARGE before covering up or otherwise placing beyond reach of
inspection and measurement of any work in order that the same may be inspected and
measured. In the event of breach of above the same shall be uncovered at CONTRACTOR's
expense for carrying out such measurement or inspection.

73.2 No material shall be despatched from the CONTRACTOR's stores before obtaining the approval
in writing of the Engineer-in-Charge.

Page 182 of 615



The CONTRACTOR is to provide at all time during the progress of the WORK and the
maintenance period, proper means of access with ladders, gangways etc. and the necessary
attendance to move and adopt as directed for inspection or measurements of the WORK by the
ENGINEER- IN-CHARGE.

73.3 The CONTRACTOR shall make available to the ENGINEER-IN- CHARGE free of cost all
necessary instruments and assistance in checking or setting out of WORK and in the checking of
any WORK made by the CONTRACTOR for the purpose of setting out and taking
measurements of WORK.

74 Tests for quality of work:

74.1 All workmanship shall be of the respective kinds described in the CONTRACT DOCUMENTS
and in accordance with the instructions of the ENGINEER-IN-CHARGE and shall be subjected
from time to time to such test at CONTRACTOR's cost as the ENGINEER-IN-CHARGE may
direct at the place of manufacture or fabrication or on the site or at all or any such places. The
CONTRACTOR shall provide assistance, instruments, labour and materials as are normally
required for examining, measuring and testing any workmanship as may be selected and
required by the ENGINEER-IN-CHARGE.

74.2 All the tests that will be necessary in connection with the execution of the WORK as decided by
the ENGINEER- IN-CHARGE shall be carried out at the field testing laboratory of the
EMPLOYER by paying the charges as decided by the EMPLOYER from time to time. In case of
non- availability of testing facility with the EMPLOYER, the required test shall be carried out at
the cost of CONTRACTOR at Government or any other testing laboratory as directed by
ENGINEER-IN-CHARGE.

74.3 If any tests are required to be carried out in conjunction with the WORK or materials or
workmanship not supplied by the CONTRACTOR, such tests shall be carried out by the
CONTRACTOR as per instructions of ENGINEER-IN-CHARGE and cost of such tests shall be
reimbursed by the EMPLOYER.

75 Samples for approval:

75.1 The CONTRACTOR shall furnish to the ENGINEER-IN-CHARGE for approval, when requested
or if required by the specifications, adequate samples of all materials and finished to be used in
the WORK. Such samples shall be submitted before the WORK is commenced and in ample
time to permit tests and examinations thereof. All materials furnished and finishes applied in
actual WORK shall be fully equal to the approved samples.

76 Action and compensation in case of bad work:

76.1 If it shall appear to the ENGINEER-IN-CHARGE that any work has been executed with unsound,
imperfect or unskilled workmanship, or with materials of any inferior description, or that any
materials or articles provided by the CONTRACTOR for the execution of the WORK are
unsound, or of a quality inferior to that contracted for, or otherwise not in accordance with the
CONTRACT, the CONTRACTOR shall on demand in writing from the ENGINEER-IN-CHARGE
or his authorised representative specifying the WORK, materials or articles complained of
notwithstanding that the same may have been inadvertently passed, certified and paid for,
forthwith rectify or remove and reconstruct the WORK so specified and provide other proper and
suitable materials or articles at his own cost and in the event of failure to do so within the period
specified by the ENGINEER-IN-CHARGE in his demand aforesaid, the CONTRACTOR shall be
liable to pay compensation at the rate of 1 % (One percent) of the estimated cost of the whole
WORK, for every week limited to a maximum of 10% (ten percent) of the value of the whole
WORK, while his failure to do so shall continue and in the case of any such failure the
ENGINEER-IN-CHARGE may on expiry of notice period rectify or remove and re-execute the
WORK or remove and replaced with others, the materials or articles complained of to as the case
may be at the risk and expense in all respects of the CONTRACTOR. The decision of the
Engineering-in-charge as to any question arising under this clause shall be final and conclusive.

Page 183 of 615



77 Suspension of works:

77.1 i) Subject to the provisions of sub-para (ii) of this clause, the CONTRACTOR shall, if
ordered in writing by the ENGINEER-IN-CHARGE, or his representative, temporarily
suspend the WORKS or any part thereof for such written order, proceed with the WORK
therein ordered to be suspended until, he shall have received a written order to proceed
therewith. The CONTRACTOR shall not be entitled to claim compensation for any loss
or damage sustained by him by reason of temporary suspension of the WORKS
aforesaid. An extension of time for completion, corresponding with the delay caused by
any such suspension of the WORKS as aforesaid will be granted to the CONTRACTOR
should he apply for the same provided that the suspension was not consequent to any
default or failure on the part of the CONTRACTOR.

ii) In case of suspensions of entire WORK, ordered in writing by ENGINEER-IN-
CHARGE, for a period of more than two months, the CONTRACTOR shall have the
option to terminate the CONTRACT.


78 Employer may do part of work:

78.1 Upon failure of the CONTRACTOR to comply with any instructions given in accordance with the
provisions of this CONTRACT the EMPLOYER has the alternative right, instead of assuming
charge of entire WORK, to place additional labour force, tools, equipments and materials on such
parts of the WORK, as the EMPLOYER may designate or also engage another CONTRACTOR
to carry out the WORK. In such cases, the EMPLOYER shall deduct from the amount which
otherwise might become due to the CONTRACTOR, the cost of such work and material with ten
percent (10%) added to cover all departmental charges and should the total amount thereof
exceed the amount due to the CONTRACTOR, the CONTRACTOR shall pay the difference to
the EMPLOYER.

79 Possession prior to completion:

79.1 The ENGINEER-IN-CHARGE shall have the right to take possession of or use any completed or
partially completed WORK or part of the WORK. Such possession or use shall not be deemed to
be an acceptance of any work completed in accordance with the CONTRACT agreement. If
such prior possession or use by the ENGINEER-IN- CHARGE delays the progress of WORK,
equitable adjustment in the time of completion will be made and the CONTRACT agreement
shall be deemed to be modified accordingly.

80 (Defects liability period) twelve months period of liability from the date of issue of
completion certificate:

80.1 The CONTRACTOR shall guarantee the installation/WORK for a period of 12 months from the
date of completion of WORK as certified by the ENGINEER-IN-CHARGE which is indicated in
the Completion Certificate. Any damage or defect that may arise or lie undiscovered at the time
of issue of Completion Certificate, connected in any way with the equipment or materials
supplied by him or in the workmanship, shall be rectified or replaced by the CONTRACTOR at
his own expense as deemed necessary by the ENGINEER-IN-CHARGE or in default, the
ENGINEER- IN-CHARGE may carry out such works by other work and deduct actual cost
incurred towards labour, supervision and materials consumables or otherwise plus 100%
towards overheads (of which the certificate of ENGINEER-IN-CHARGE shall be final) from any
sums that may then be or at any time thereafter, become due to the CONTRACTOR or from his
Contract Performance Security, or the proceeds of sale thereof or a sufficient part on thereof.

80.2 If the CONTRACTOR feels that any variation in WORK or in quality of materials or proportions
would be beneficial or necessary to fulfil the guarantees called for, he shall bring this to the notice
of the ENGINEER- IN-CHARGE in writing.

If during the period of liability any portion of the WORK/equipment, is found defective and is
rectified/ replaced, the period of liability for such equipment/ portion of WORK shall be operative
Page 184 of 615



from the date such rectification/ replacement are carried out and Contract Performance
Guarantee shall be furnished separately for the extended period of liability for that portion of
WORK/ equipment only. Notwithstanding the above provisions the supplier's,
guarantees/warantees for the replaced equipment shall also be passed on to the EMPLOYER.

80.3 LIMITATION OF LIABILITY

Notwithstanding anything contrary contained herein, the aggregate total liability of
CONTRACTOR under the Agreement or otherwise shall be limited to 100% of Agreement /
Contract Value. However, neither party shall be liable to the other party for any indirect and
consequential damages, loss of profits or loss of production.

81 Care of works:

81.0 From the commencement to completion of the WORK, the CONTRACTOR shall take full
responsibility for the care for all works including all temporary works and in case any damages,
loss or injury shall happen to the WORK or to any part thereof or to any temporary works from
any cause whatsoever, shall at his own cost repair and make good the same so that at
completion the WORK shall be in good order and in conformity in every respects with the
requirement of the CONTRACT and the ENGINEER-IN- CHARGE's instructions.

81.1 DEFECTS PRIOR TO TAKING OVER:

If at any time, before the WORK is taken over, the ENGINEER-IN-CHARGE shall:

a) Decide that any works done or materials used by the CONTRACTOR or by any
SUB-CONTRACTOR is defective or not in accordance with the CONTRACT, or that the
works or any portion thereof are defective, or do not fulfill the requirements of
CONTRACT (all such matters being hereinafter, called `Defects' in this clause), and

b) As soon as reasonably practicable, gives to the CONTRACTOR notice in writing of the
said decision, specifying particulars of the defects alleged to exist or to have occurred,
then the CONTRACTOR shall at his own expenses and with all speed make good the
defects so specified.

In case CONTRACTOR shall fail to do so, the EMPLOYER may take, at the cost of the
CONTRACTOR, such steps as may in all circumstances, be reasonable to make good such
defects. The expenditure so incurred by the EMPLOYER will be recovered from the amount due
to the CONTRACTOR. The decision of the ENGINEER-IN-CHARGE with regard to the amount
to be recovered from the CONTRACTOR will be final and binding on the CONTRACTOR. As
soon as the WORK has been completed in accordance with the CONTRACT (except in minor
respects that do not affect their use for the purpose for which they are intended and except for
maintenance there of provided in clause 80.1 of General Conditions of Contract) and have
passed the tests on completion, the ENGINEER-IN-CHARGE shall issue a certificate
(hereinafter called Completion Certificate) in which he shall certify the date on which the WORK
have been so completed and have passed the said tests and the EMPLOYER shall be deemed
to have taken over the WORK on the date so certified. If the WORK has been divided into
various groups in the CONTRACT, the EMPLOYER shall be entitled to take over any group or
groups before the other or others and there upon the ENGINEER-IN-CHARGE shall issue a
Completion Certificate which will, however, be for such group or groups so taken over only. In
such an event if the group /section/ part so taken over is related, to the integrated system of the
work, not withstanding date of grant of Completion Certificate for group/ section/ part. The period
of liability in respect of such group/ section/ part shall extend 12 (twelve) months from the date of
completion of WORK.

81.2 DEFECTS AFTER TAKING OVER:

In order that the CONTRACTOR could obtain a COMPLETION CERTIFICATE he shall make
good, with all possible speed, any defect arising from the defective materials supplied by the
CONTRACTOR or workmanship or any act or omission of the CONTRACT or that may have
Page 185 of 615



been noticed or developed, after the works or groups of the works has been taken over, the
period allowed for carrying out such WORK will be normally one month. If any defect be not
remedied within a reasonable time, the EMPLOYER may proceed to do the WORK at
CONTRACTOR's risk and expense and deduct from the final bill such amount as may be
decided by the EMPLOYER.

If by reason of any default on the part of the CONTRACTOR a COMPLETION CERTIFICATE
has not been issued in respect of any portion of the WORK within one month after the date fixed
by the CONTRACT for the completion of the WORK, the EMPLOYER shall be at liberty to use
the WORK or any portion thereof in respect of which a completion certificate has not been
issued, provided that the WORK or the portion thereof so used as aforesaid shall be afforded
reasonable opportunity for completing these works for the issue of Completion Certificate.

82 Guarantee/transfer of guarantee:

82.1 For works like water-proofing, acid and alkali resisting materials, pre-construction soil treatment
against termite or any other specialized works etc. the CONTRACTOR shall invariably engage
SUB-CONTRACTORS who are specialists in the field and firms of repute and such a
SUB-CONTRACTOR shall furnish guarantees for their workmanship to the EMPLOYER, through
the CONTRACTOR. In case such a SUB-CONTRACTOR/ firm is not prepared to furnish a
guarantee to the EMPLOYER, the CONTRACTOR shall give that guarantee to the EMPLOYER
directly.

83 Training of employer's personnel:

83.1 The CONTRACTOR undertakes to provide training to Engineering personnel selected and sent
by the EMPLOYER at the works of the CONTRACTOR without any cost to the EMPLOYER.
The period and the nature of training for the individual personnel shall be agreed upon mutually
between the CONTRACTOR and the EMPLOYER. These engineering personnel shall be given
special training at the shops, where the equipment will be manufactured and/ or in their
collaborator's works and where possible, in any other plant where equipment manufactured by
the CONTRACTOR or his collaborators is under installation or test to enable those personnel to
become familiar with the equipment being furnished by the CONTRACTOR. EMPLOYER shall
bear only the to and fro fare of the said engineering personnel.

84 Replacement of defective parts and materials:

84.1 If during the progress of the WORK, EMPLOYER shall decide and inform in writing to the
CONTRACTOR, that the CONTRACTOR has manufactured any plant or part of the plant
unsound or imperfect or has furnished plant inferior to the quality specified, the CONTRACTOR
on receiving details of such defects or deficiencies shall at his own expenses within 7 (seven)
days of his receiving the notice, or otherwise within such time as may be reasonably necessary
for making it good, proceed to alter, re-construct or remove such work and furnish fresh
equipments upto the standards of the specifications. In case the CONTRACTOR fails to do so,
EMPLOYER may on giving the CONTRACTOR 7 (seven) day's notice in writing of his intentions
to do so, proceed to remove the portion of the WORK so complained of and at the cost of
CONTRACTOR's, perform all such works or furnish all such equipments provided that nothing in
the clause shall be deemed to deprive the EMPLOYER of or affect any rights under the
CONTRACT, the EMPLOYER may otherwise have in respect of such defects and deficiencies.

84.2 The CONTRACTOR's full and extreme liability under this clause shall be satisfied by the
payments to the EMPLOYER of the extra cost, of such replacements procured including
erection/installation as provided for in the CONTRACT; such extra cost being the ascertained
difference between the price paid by the EMPLOYER for such replacements and the
CONTRACT price portion for such defective plants and repayments of any sum paid by the
EMPLOYER to the CONTRACTOR in respect of such defective plant. Should the EMPLOYER
not so replace the defective plant the CONTRACTOR's extreme liability under this clause shall
be limited to the repayment of all such sums paid by the EMPLOYER under the CONTRACT for
such defective plant.

Page 186 of 615



85 Indemnity

85.1 If any action is brought before a Court, Tribunal or any other Authority against the Employer or an
officer or agent of the EMPLOYER, for the failure, omission or neglect on the part of the
CONTRACTOR to perform any acts, matters, covenants or things under the CONTRACT, or
damage or injury caused by the alleged omission or negligence on the part of the
CONTRACTOR, his agents, representatives or his SUB- CONTRACTOR's, or in connection with
any claim based on lawful demands of SUB-CONTRACTOR's workmen suppliers or employees,
the CONTRACTOR, shall in such cases indemnify and keep the EMPLOYER and/or their
representatives harmless from all losses, damages, expenses or decrees arising out of such
action.

86 Construction aids, equipments, tools & tackles:

86.1 CONTRACTOR shall be solely responsible for making available for executing the WORK, all
requisite CONSTRUCTION EQUIPMENTS, Special Aids, Barges, Cranes and the like, all Tools,
Tackles and Testing Equipment and Appliances, including imports of such equipment etc. as
required. In case of import of the same the rates applicable for levying of Custom Duty on such
Equipment, Tools, & Tackles and the duty drawback applicable thereon shall be ascertained by
the CONTRACTOR from the concerned authorities of Government of India. It shall be clearly
understood that EMPLOYER shall not in any way be responsible for arranging to obtain Custom
Clearance and/or payment of any duties and/or duty draw backs etc. for such equipments so
imported by the CONTRACTOR and the CONTRACTOR shall be fully responsible for all taxes,
duties and documentation with regard to the same. Tenderer in his own interest may contact, for
any clarifications in the matter, concerned agencies/Dept./Ministries of Govt. of India. All
clarifications so obtained and interpretations thereof shall be solely the responsibility of the
CONTRACTOR.

SECTION-VI Certificates and Payments

87 Schedule of rates and payments:

87.1 i) CONTRACTOR'S REMUNERATION:

The price to be paid by the EMPLOYER to CONTRACTOR for the whole of the WORK to
be done and for the performance of all the obligations undertaken by the CONTRACTOR
under the CONTRACT DOCUMENTS shall be ascertained by the application of the
respective Schedule of Rates (the inclusive nature of which is more particularly defined by
way of application but not of limitation, with the succeeding sub-clause of this clause) and
payment to be made accordingly for the WORK actually executed and approved by the
ENGINEER-IN-CHARGE. The sum so ascertained shall (excepting only as and to the
extent expressly provided herein) constitute the sole and inclusive remuneration of the
CONTRACTOR under the CONTRACT and no further or other payment whatsoever shall
be or become due or payable to the CONTRACTOR under the CONTRACT.

ii) SCHEDULE OF RATES TO BE INCLUSIVE:

The prices/rates quoted by the CONTRACTOR shall remain firm till the issue of FINAL
CERTIFICATE and shall not be subject to escalation. Schedule of Rates shall be deemed
to include and cover all costs, expenses and liabilities of every description and all risks of
every kind to be taken in executing, completing and handing over the WORK to the
EMPLOYER by the CONTRACTOR. The CONTRACTOR shall be deemed to have
known the nature, scope, magnitude and the extent of the WORK and materials required
though the CONTRACT DOCUMENT may not fully and precisely furnish them. Tenderer's
shall make such provision in the Schedule of Rates as he may consider necessary to
cover the cost of such items of WORK and materials as may be reasonable and necessary
to complete the WORK. The opinion of the ENGINEER-IN-CHARGE as to the items of
WORK which are necessary and reasonable for COMPLETION OF WORK shall be final
and binding on the CONTRACTOR, although the same may not be shown on or described
specifically in CONTRACT DOCUMENTS.
Page 187 of 615




Generality of this present provision shall not be deemed to cut down or limit in any way
because in certain cases it may and in other cases it may not be expressly stated that the
CONTRACTOR shall do or perform a work or supply articles or perform services at his
own cost or without addition of payment or without extra charge or words to the same
effect or that it may be stated or not stated that the same are included in and covered by
the Schedule of Rates.

iii) SCHEDULE OF RATES TO COVER CONSTRUCTION EQUIPMENTS, MATERIALS,
LABOUR ETC.:

Without in any way limiting the provisions of the preceding sub-clause the Schedule of
Rates shall be deemed to include and cover the cost of all construction equipment,
temporary WORK (except as provided for herein), pumps, materials, labour, insurance,
fuel, consumables, stores and appliances to be supplied by the CONTRACTOR and all
other matters in connection with each item in the Schedule of Rates and the execution of
the WORK or any portion thereof finished, complete in every respect and maintained as
shown or described in the CONTRACT DOCUMENTS or as may be ordered in writing
during the continuance of the CONTRACT.

iv) SCHEDULE OF RATES TO COVER ROYALTIES, RENTS AND CLAIMS:

The Schedule of Rates (i.e., VALUE OF CONTRACT) shall be deemed to include and
cover the cost of all royalties and fees for the articles and processes, protected by letters,
patent or otherwise incorporated in or used in connection with the WORK, also all
royalties, rents and other payments in connection with obtaining materials of whatsoever
kind for the WORK and shall include an indemnity to the EMPLOYER which the
CONTRACTOR hereby gives against all actions, proceedings, claims, damages, costs
and expenses arising from the incorporation in or use on the WORK of any such articles,
processes or materials, octroi or other municipal or local Board Charges, if levied on
materials, equipment or machineries to be brought to site for use on WORK shall be borne
by the CONTRACTOR.

v) SCHEDULE OF RATES TO COVER TAXES AND DUTIES:

No exemption or reduction of Customs Duties, Excise Duties, Sales Tax, Sales Tax on
works Contract quay or any port dues, transport charges, stamp duties or Central or State
Government or local Body or Municipal Taxes or duties, taxes or charges (from or of any
other body), whatsoever, will be granted or obtained, all of which expenses shall be
deemed to be included in and covered by the Schedule or Rates. The CONTRACTOR
shall also obtain and pay for all permits or other privileges necessary to complete the
WORK.


vi) SCHEDULE OF RATES TO COVER RISKS OF DELAY:

The Schedule of Rates shall be deemed to include and cover the risk of all possibilities of
delay and interference with the Contractors conduct of WORK which occur from any
causes including orders of the EMPLOYER in the exercise of his power and on account of
extension of time granted due to various reasons and for all other possible or probable
causes of delay.

vii) SCHEDULE OF RATES CANNOT BE ALTERED:

For WORK under unit rate basis, no alteration will be allowed in the Schedule of Rates by
reason of works or any part of them being modified, altered, extended, diminished or
committed. The Schedule of Rates are fully inclusive of rates which have been fixed by
the CONTRACTOR and agreed to by the EMPLOYER and cannot be altered.

Page 188 of 615



For lumpsum CONTRACTS, the payment will be made according to the WORK actually
carried out, for which purpose an item wise, or work wise Schedule of Rates shall be
furnished, suitable for evaluating the value of WORK done and preparing running account
bill. Payment for any additional work which is not covered in the Schedule of Rates, shall
only be released on issuance of change order.

88 Procedure for measurement and billing of work in progress:

88.1 BILLING PROCEDURE:

Following procedures shall be adopted for billing of works executed by the CONTRACTOR.

88.1.1 All measurements shall be recorded in sextuplicate on standard measurement sheets supplied
by EMPLOYER and submitted to EMPLOYER/CONSULTANT for scrutiny and passing.

88.1.2 EMPLOYER/CONSULTANT shall scrutinise and check the measurements recorded on the
sheets and shall certify correctness of the same on the measurement sheets.

88.1.3 ENGINEER-IN-CHARGE shall pass the bills after carrying out the comprehensive checks in
accordance with the terms and conditions of the CONTRACTS, within 7 days of submission of
the bills, complete in all respects and send the same to the Employer to effect payment to the
CONTRACTOR.

88.1.4 RGPPL shall make all endeavour to make payments of undisputed amount of the bills submitted
based on the joint measurements within 15 (Fifteen) days from the date of certification by the
Engineer-in-Charge.

88.1.5 Measurements shall be recorded as per the methods of measurement spelt out in
EMPLOYER/CONSULTANT SPECIFICATIONS / CONTRACT DOCUMENT. EMPLOYER/
CONSULTANT shall be fully responsible for checking the measurements quantitatively and
qualitatively as recorded in the Measurement Books/ Bills.

88.1.6 While preparing the final bills overall measurements will not be taken again. Only volume of work
executed since the last measured bill alongwith summary of final measurements will be
considered for the final bill. However, a detailed check shall be made as to missing
measurements and in case there are any missing items or measurements the same shall be
recorded.



88.2 SECURED ADVANCE ON MATERIAL:

Unless otherwise provided elsewhere in the tender, no `Secured Advance' on security of
materials brought to site for execution of contracted items(s) shall be paid to the Contractor
whatsoever.

88.3 DISPUTE IN MODE OF MEASUREMENT:

In case of any dispute as to the mode of measurement not covered by the CONTRACT to be
adopted for any item of WORK, mode of measurement as per latest Indian Standard
Specifications shall be followed.

88.4 ROUNDING OF AMOUNTS:

In calculating the amount of each item due to the CONTRACTOR in every certificate prepared
for payment, sum of less than 50 paise shall be omitted and the total amount on each certificate
shall be rounded off to the nearest rupees, i.e., sum of less than 50 paise shall be omitted and
sums of 50 paise and more upto one rupee shall be reckoned as one rupee.

89 Lumpsum in tender:
Page 189 of 615




89.1 The payment against any Lumpsum item shall be made only on completion of that item as per
the provision of the CONTRACT after certification by ENGINEER-IN-CHARGE.


90 Running account payments to be regarded as advance:

90.1 All running account payments shall be regarded as payment by way of advance against the final
payment only and not as payments for WORK actually done and completed and shall not
preclude the requiring of bad, unsound and imperfect or unskilled work to be removed and taken
away and reconstructed or re-erected or be considered as an admission of the due performance
of the CONTRACT, or any part thereof, in this respect, or of the accurring of any claim by the
CONTRACTOR, nor shall it conclude, determine or affect in any way the powers of the
EMPLOYER under these conditions or any of them as to the final settlement and adjustment of
the accounts or otherwise, or in any other way vary or affect the CONTRACT. The final bill shall
be submitted by the CONTRACTOR within one month of the date of physical completion of the
WORK, otherwise, the ENGINEER-IN-CHARGE's certificate of the measurement and of total
amount payable for the WORK accordingly shall be final and binding on all parties

91 Notice of claims for additional payments:

91.1 Should the CONTRACTOR consider that he is entitled to any extra payment for any
extra/additional WORKS or MATERIAL change in original SPECIFICATIONS carried out by him
in respect of WORK he shall forthwith give notice in writing to the ENGINEER-IN-CHARGE that
he claims extra payment. Such notice shall be given to the ENGINEER-IN-CHARGE upon which
CONTRACTOR bases such claims and such notice shall contain full particulars of the nature of
such claim with full details of amount claimed. Irrespective of any provision in the CONTRACT to
the contrary, the CONTRACTOR must intimate his intention to lodge claim on the EMPLOYER
within 10 (ten) days of the commencement of happening of the event and quantify the claim
within 30 (thirty) days, failing which the CONTRACTOR will lose his right to claim any
compensation/reimbursement/damages etc. or refer the matter to arbitration. Failure on the part
of CONTRACTOR to put forward any claim without the necessary particulars as above within the
time above specified shall be an absolute waiver thereof. No omission by EMPLOYER to reject
any such claim and no delay in dealing therewith shall be waiver by EMPLOYER of any of this
rights in respect thereof.

91.2 ENGINEER-IN-CHARGE shall review such claims within a reasonably period of time and cause
to discharge these in a manner considered appropriate after due deliberations thereon.
However, CONTRACTOR shall be obliged to carry on with the WORK during the period in which
his claims are under consideration by the EMPLOYER, irrespective of the outcome of such
claims, where additional payments for WORKS considered extra are justifiable in accordance
with the CONTRACT provisions, EMPLOYER shall arrange to release the same in the same
manner as for normal WORK payments. Such of the extra works so admitted by EMPLOYER
shall be governed by all the terms, conditions, stipulations and specifications as are applicable
for the CONTRACT. The rates for extra works shall generally be the unit rates provided for in the
CONTRACT. In the event unit rates for extra works so executed are not available as per
CONTRACT, payments may either be released on day work basis for which daily/hourly rates
for workmen and hourly rates for equipment rental shall apply, or on the unit rate for WORK
executed shall be derived by interpolation/ extrapolation of unit rates already existing in the
CONTRACT. In all the matters pertaining to applicability of rate and admittance of otherwise of
an extra work claim of CONTRACTOR the decision of ENGINEER-IN-CHARGE shall be final
and binding.

92 Payment of contractor's bill:

92.1 No payment shall be made for works estimated to cost less than Rs.10,000/- till the whole of the
work shall have been completed and a certificate of completion given. But in case of works
estimated to cost more than Rs.10,000/-, that CONTRACTOR on submitting the bill thereof be
entitled to receive a monthly payment proportionate to the part thereof approved and passed by
the ENGINEER-IN-CHARGE, whose certificate of such approval and passing of the sum so
Page 190 of 615



payable shall be final and conclusive against the CONTRACTOR. This payment will be made
after making necessary corrections/deductions as stipulated elsewhere in the CONTRACT
DOCUMENT for materials, Contract Performance Security, taxes etc.

92.2 Payment due to the CONTRACTOR shall be made by the EMPLOYER by Account Payee
cheque forwarding the same to registered office or the notified office of the CONTRACTOR. In
no case will EMPLOYER be responsible if the cheque is mislaid or misappropriated by
unauthorised person/persons. In all cases, the CONTRACTOR shall present his bill duly
pre-receipted on proper revenue stamp payment shall be made in Indian Currency.

92.3 In general payment of final bill shall be made to CONTRACTOR within 60 days of the submission
of bill on joint measurements, after completion of all the obligations under the CONTRACT.

93 Receipt for payment:

93.1 Receipt for payment made on account of work when executed by a firm, must be signed by a
person holding due power of attorney in this respect on behalf of the CONTRACTOR, except
when the CONTRACTOR's are described in their tender as a limited company in which case the
receipts must be signed in the name of the company by one of its principal officers or by some
other person having authority to give effectual receipt for the company.

94 Completion certificate:

94.1 APPLICATION FOR COMPLETION CERTIFICATE:

When the CONTRACTOR fulfils his obligation under Clause 81.1 he shall be eligible to apply for
COMPLETION CERTIFICATE.

The ENGINEER-IN-CHARGE shall normally issue to the CONTRACTOR the COMPLETION
CERTIFICATE within one month after receiving any application therefore from the
CONTRACTOR after verifying from the completion documents and satisfying himself that the
WORK has been completed in accordance with and as set out in the construction and erection
drawings, and the CONTRACT DOCUMENTS.

The CONTRACTOR, after obtaining the COMPLETION CERTIFICATE, is eligible to present the
final bill for the WORK executed by him under the terms of CONTRACT.

94.2 COMPLETION CERTIFICATE:

Within one month of the completion of the WORK in all respects, the CONTRACTOR shall be
furnished with a certificate by the ENGINEER-IN-CHARGE of such completion, but no certificate
shall be given nor shall the WORK be deemed to have been executed until all scaffolding,
surplus materials and rubbish is cleared off the SITE completely nor until the WORK shall have
been measured by the ENGINEER-IN-CHARGE whose measurement shall be binding and
conclusive. The WORKS will not be considered as complete and taken over by the EMPLOYER,
until all the temporary works, labour and staff colonies are cleared to the satisfaction of the
ENGINEER-IN-CHARGE.

If the CONTRACTOR fails to comply with the requirements of this clause on or before the date
fixed for the completion of the WORK, the ENGINEER-IN-CHARGE may at the expense of the
CONTRACTOR remove such scaffolding, surplus materials and rubbish and dispose off the
same as he thinks fit and clean off such dirt as aforesaid, and the CONTRACTOR shall forthwith
pay the amount of all expenses so incurred and shall have no claim in respect of any such
scaffolding or surplus materials as aforesaid except for any sum actually realised by the sale
thereof.

94.3 COMPLETION CERTIFICATE DOCUMENTS:

For the purpose of Clause 94.0 the following documents will be deemed to form the completion
documents:
Page 191 of 615




i) The technical documents according to which the WORK was carried out.

ii) Six (6) sets of construction drawings showing therein the modification and correction
made during the course of execution and signed by the ENGINEER-IN-CHARGE.

iii) COMPLETION CERTIFICATE for `embedded' and covered' up work.

iv) Certificates of final levels as set out for various works.

v) Certificates of tests performed for various WORKS.

vi) Material appropriation, Statement for the materials issued by the EMPLOYER for the
WORK and list of surplus materials returned to the EMPLOYER's store duly supported
by necessary documents.

95 Final decision and final certificate:

95.1 Upon expiry of the period of liability and subject to the ENGINEER-IN-CHARGE being satisfied
that the WORKS have been duly maintained by the CONTRACTOR during monsoon or such
period as hereinbefore provided in Clause 80 & 81 and that the CONTRACTOR has in all
respect duly made-up any subsidence and performed all his obligations under the CONTRACT,
the ENGINEER-IN- CHARGE shall (without prejudice to the rights of the EMPLOYER to retain
the provisions of relevant Clause hereof) otherwise give a certificate herein referred to as the
FINAL CERTIFICATE to that effect and the CONTRACTOR shall not be considered to have
fulfilled the whole of his obligations under CONTRACT until FINAL CERTIFICATE shall have
been given by the ENGINEER-IN- CHARGE notwithstanding any previous entry upon the
WORK and taking possession, working or using of the same or any part thereof by the
EMPLOYER.

96 Certificate and payments on evidence of completion:

96.1 Except the FINAL CERTIFICATE, no other certificates or payments against a certificate or on
general account shall be taken to be an admission by the EMPLOYER of the due performance
of the CONTRACT or any part thereof or of occupancy or validity of any claim by the
CONTRACTOR.

97 Deductions from the contract price:

97.1 All costs, damages or expenses which EMPLOYER may have paid or incurred, which under the
provisions of the CONTRACT, the CONTRACTOR is liable/will be liable, will be claimed by the
EMPLOYER. All such claims shall be billed by the EMPLOYER to the CONTRACTOR regularly
as and when they fall due. Such claims shall be paid by the CONTRACTOR within 15 (fifteen)
days of the receipt of the corresponding bills and if not paid by the CONTRACTOR within the
said period, the EMPLOYER may, then, deduct the amount from any moneys due i.e., Contract
Performance Security or becoming due to the CONTRACTOR under the CONTRACT or may be
recovered by actions of law or otherwise, if the CONTRACTOR fails to satisfy the EMPLOYER of
such claims.

SECTION-VII Taxes and Insurance

98 Taxes, Duties, Octroi etc:

98.1 The CONTRACTOR agrees to and does hereby accept full and exclusive liability for the payment
of any and all Taxes, Duties, including Excise duty, octroi etc. now or hereafter imposed,
increased, modified, all the sales taxes, duties, octrois etc. now in force and hereafter increased,
imposed or modified, from time to time in respect of WORKS and materials and all contributions
and taxes for unemployment compensation, insurance and old age pensions or annuities now or
hereafter imposed by any Central or State Government authorities which are imposed with
respect to or covered by the wages, salaries, or other compensations paid to the persons
Page 192 of 615



employed by the CONTRACTOR and the CONTRACTOR shall be responsible for the
compliance of all SUB-CONTRACTORS, with all applicable Central, State, Municipal and local
law and regulation and requirement of any Central, State or local Government agency or
authority. CONTRACTOR further agrees to defend, indemnify and hold EMPLOYER harmless
from any liability or penalty which may be imposed by the Central, State or Local authorities by
reason or any violation by CONTRACTOR or SUB-CONTRACTOR of such laws, suits or
proceedings that may be brought against the EMPLOYER arising under, growing out of, or by
reason of the work provided for by this CONTRACT, by third parties, or by Central or State
Government authority or any administrative sub-division thereof.

Tax deductions will be made as per the rules and regulations in force in accordance with acts
prevailing from time to time.

99 Sales tax/turnover tax:

99.1 Tenderer should quote all inclusive prices including the liability of Sales Tax/Turnover Tax
whether on the works contract as a whole or in respect of bought out components used by the
CONTRACTOR in execution of the CONTRACT. EMPLOYER shall not be responsible for any
such liability of the CONTRACTOR in respect of this CONTRACT.

100 Statutory variations

100.1 Tenderer should quote prices inclusive of excise-duty applicable on finished product. However,
any statutory variations in Excise Duty on finished product during the contractual completion
period, shall be to the Employer's account for which the Contractor will furnish documentary
evidence(s) in support of their claims to RGPPL subject to Clause 91.3 of General Conditions of
Contract.



101 Insurance:

101.1 GENERAL

CONTRACTOR shall at his own expense arrange secure and maintain insurance with reputable
insurance companies to the satisfaction of the EMPLOYER as follows:

CONTRACTOR at his cost shall arrange, secure and maintain insurance as may be necessary
and to its full value for all such amounts to protect the WORKS in progress from time to time and
the interest of EMPLOYER against all risks as detailed herein. The form and the limit of such
insurance, as defined here in together with the under works thereof in each case should be as
acceptable to the EMPLOYER. However, irrespective of work acceptance the responsibility to
maintain adequate insurance coverage at all times during the period of CONTRACT shall be that
of CONTRACTOR alone. Contractors failure in this regard shall not relieve him of any of his
responsibilities and obligations under CONTRACT.

Any loss or damage to the equipment, during ocean transportation, port/custom clearance, inland
and port handling, inland transportation, storage, erection and commissioning till such time the
WORK is taken over by EMPLOYER, shall be to the account of CONTRACTOR.
CONTRACTOR shall be responsible for preferring of all claims and make good for the damage
or loss by way of repairs and/or replacement of the parts of the Work damaged or lost.
CONTRACTOR shall provide the EMPLOYER with a copy of all insurance policies and
documents taken out by him in pursuance of the CONTRACT. Such copies of document shall
be submitted to the EMPLOYER immediately upon the CONTRACTOR having taken such
insurance coverage. CONTRACTOR shall also inform the EMPLOYER at least 60(Sixty) days in
advance regarding the expiry cancellation and/or changes in any of such documents and ensure
revalidation/renewal etc., as may be necessary well in time.

Statutory clearances, if any, in respect of foreign supply required for the purpose of replacement
of equipment lost in transit and/or during erection, shall be made available by the EMPLOYER.
Page 193 of 615



CONTRACTOR shall, however, be responsible for obtaining requisite licences, port clearances
and other formalities relating to such import. The risks that are to be covered under the
insurance shall include, but not be limited to the loss or damage in handling, transit, theft,
pilferage, riot, civil commotion, weather conditions, accidents of all kinds, fire, war risk (during
ocean transportation only) etc. The scope of such insurance shall cover the entire value of
supplies of equipments, plants and materials to be imported from time to time.

All costs on account of insurance liabilities covered under CONTRACT will be to
CONTRACTOR's account and will be included in VALUE OF CONTRACT. However, the
EMPLOYER may from time to time, during the currency of the CONTRACT, ask the
CONTRACTOR in writing to limit the insurance coverage risk and in such a case, the parties to
the CONTRACT will agree for a mutual settlement, for reduction in VALUE OF CONTRACT to
the extent of reduced premium amounts.

CONTRACTOR as far as possible shall cover insurance with Indian Insurance Companies,
including marine Insurance during ocean transportation.

i) EMPLOYEES STATE INSURANCE ACT:

The CONTRACTOR agrees to and does hereby accept full and exclusive liability for the
compliance with all obligations imposed by the Employee State Insurance Act 1948 and
the CONTRACTOR further agrees to defend, indemnify and hold EMPLOYER harmless
for any liability or penalty which may be imposed by the Central, State or Local authority
by reason of any asserted violation by CONTRACTOR or SUB-CONTRACTOR of the
Employees' State Insurance Act, 1948, and also from all claims, suits or proceeding that
may be brought against the EMPLOYER arising under, growing out of or by reasons of
the work provided for by this CONTRACTOR, by third parties or by Central or State
Government authority or any political sub- division thereof.

The CONTRACTOR agrees to fill in with the Employee's State Insurance Corporation,
the Declaration Forms, and all forms which may be required in respect of the
CONTRACTOR's or SUB- CONTRACTOR's employees, who are employed in the
WORK provided for or those covered by ESI from time to time under the Agreement.
The CONTRACTOR shall deduct and secure the agreement of the SUB-
CONTRACTOR to deduct the employee's contribution as per the first schedule of the
Employee's State Insurance Act from wages and affix the Employees Contribution Card
at wages payment intervals. The CONTRACTOR shall remit and secure the agreement
of SUB-CONTRACTOR to remit to the State Bank of India, Employee's State Insurance
Corporation Account, the Employee's contribution as required by the Act. The
CONTRACTOR agrees to maintain all cards and Records as required under the Act in
respect of employees and payments and the CONTRACTOR shall secure the
agreement of the SUB- CONTRACTOR to maintain such records. Any expenses
incurred for the contributions, making contributions or maintaining records shall be to the
CONTRACTOR's or SUB-CONTRACTOR's account.

The EMPLOYER shall retain such sum as may be necessary from the total VALUE OF
CONTRACT until the CONTRACTOR shall furnish satisfactory proof that all
contributions as required by the Employees State Insurance Act, 1948, have been paid.
This will be pending on the CONTRACTOR when the ESI Act is extended to the place of
work.

ii) WORKMEN COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE:

Insurance shall be effected for all the CONTRACTOR's employees engaged in the
performance of this CONTRACT. If any of the work is sublet, the CONTRACTOR shall
require the SUB-CONTRACTOR to provide workman's Compensation and employer's
liability insurance for the later's employees if such employees are not covered under the
CONTRACTOR's Insurance.

iii) ACCIDENT OR INJURY TO WORKMEN:
Page 194 of 615




The EMPLOYER shall not be liable for or in respect of any damages or compensation
payable at law in respect or in consequence of any accident or injury to any workman or
other person in the Employment of the CONTRACTOR or any SUB-CONTRACTOR
save and except an accident or injury resulting from any act or default of the
EMPLOYER, his agents or servants and the CONTRACTOR shall indemnify and keep
indemnified the EMPLOYER against all such damages and compensation (save and
except and aforesaid) and against all claims, demands, proceeding, costs, charges and
expenses, whatsoever in respect or in relation thereto.

iv) TRANSIT INSURANCE

In respect of all items to be transported by the CONTRACTOR to the SITE of WORK,
the cost of transit insurance should be borne by the CONTRACTOR and the quoted
price shall be inclusive of this cost.

V) COMPREHENSIVE AUTOMOBILE INSURANCE

This insurance shall be in such a form as to protect the Contractor against all claims
for injuries, disability, disease and death to members of public including
EMPLOYERs men and damage to the property of others arising from the use of
motor vehicles during on or off the `site operations, irrespective of the Employership
of such vehicles.

VI) COMPREHENSIVE GENERAL LIABILITY INSURANCE

a) This insurance shall protect the Contractor against all claims arising from
injuries, disabilities, disease or death of member of public or damage to
property of others due to any act or omission on the part of the Contractor,
his agents, his employees, his representatives and Sub-Contractors or from
riots, strikes and civil commotion.

b) Contractor shall take suitable Group Personal Accident Insurance Cover for
taking care of injury, damage or any other risks in respect of his Engineers and
other Supervisory staff who are not covered under Employees State Insurance
Act.

c) The policy shall cover third party liability. The third party (liability shall cover the
loss/ disablement of human life (person not belonging to the Contractor) and
also cover the risk of damage to others materials/ equipment/ properties during
construction, erection and commissioning at site. The value of third party
liability for compensation for loss of human life or partial/full disablement shall be
of required statutory value but not less than Rs. 2 lakhs per death, Rs. 1.5 lakhs
per full disablement and Rs. 1 lakh per partial disablement and shall
nevertheless cover such compensation as may be awarded by Court by Law in
India and cover for damage to others equipment/ property as approved by the
Purchaser. However, third party risk shall be maximum to Rs. 10(ten) lakhs to
death.

d) The Contractor shall also arrange suitable insurance to cover damage, loss,
accidents, risks etc., in respect of all his plant, equipments and machinery,
erection tools & tackles and all other temporary attachments brought by him at
site to execute the work.

e) The Contractor shall take out insurance policy in the joint name of EMPLOYER
and Contractor from one or more nationalised insurance company from any
branch office at Project site.

f) Any such insurance requirements as are hereby established as the minimum
Page 195 of 615



policies and coverage which Contractor must secure and keep in force must be
complied with, Contractor shall at all times be free to obtain additional or
increased coverage at Contractors sole expenses.

vii) ANY OTHER INSURANCE REQUIRED UNDER LAW OR REGULATIONS OR
BY EMPLOYER:

CONTRACTOR shall also carry and maintain any and all other insurance(s)
which he may be required under any law or regulation from time to time without
any extra cost to EMPLOYER. He shall also carry and maintain any other
insurance which may be required by the EMPLOYER.

102 Damage to Property or to any Person or any Third Party:

102.1 i) CONTRACTOR shall be responsible for making good to the satisfaction of the
EMPLOYER any loss or any damage to structures and properties belonging to the
EMPLOYER or being executed or procured or being procured by the EMPLOYER or of
other agencies within in the premises of all the work of the EMPLOYER, if such loss or
damage is due to fault and/or the negligence or wilful acts or omission of the
CONTRACTOR, his employees, agents, representatives or SUB-CONTRACTORs.

ii) The CONTRACTOR shall take sufficient care in moving his plants, equipments and
materials from one place to another so that they do not cause any damage to any
person or to the property of the EMPLOYER or any third party including overhead and
underground cables and in the event of any damage resulting to the property of the
EMPLOYER or of a third party during the movement of the aforesaid plant, equipment
or materials the cost of such damages including eventual loss of production, operation
or services in any plant or establishment as estimated by the EMPLOYER or
ascertained or demanded by the third party shall be borne by the CONTRACTOR. Third
party liability risk shall be Rupees One lakh for single accident and limited to Rupees
Ten lakhs.

iii) The CONTRACTOR shall indemnify and keep the EMPLOYER harmless of all claims
for damages to property other than EMPLOYER's property arising under or by reason of
this agreement, if such claims result from the fault and/or negligence or wilful acts or
omission of the CONTRACTOR, his employees, agents, representative of
SUB-CONTRACTOR.


SECTION-VIII Labour Laws

103 Labour laws:

103.1 i) No labour below the age of 18 (eighteen) years shall be employed on the WORK.

ii) The CONTRACTOR shall not pay less than what is provided under law to labourers
engaged by him on the WORK.

iii) The CONTRACTOR shall at his expense comply with all labour laws and keep the
EMPLOYER indemnified in respect thereof.

iv) The CONTRACTOR shall pay equal wages for men and women in accordance with
applicable labour laws.

v) If the CONTRACTOR is covered under the Contract labour (Regulation and Abolition)
Act, he shall obtain a licence from licensing authority (i.e. office of the labour
commissioner) by payment of necessary prescribed fee and the deposit, if any, before
starting the WORK under the CONTRACT. Such fee/deposit shall be borne by the
CONTRACTOR.

Page 196 of 615



vi) The CONTRACTOR shall employ labour in sufficient numbers either directly or through
SUB- CONTRACTOR's to maintain the required rate of progress and of quality to ensure
workmanship of the degree specified in the CONTRACT and to the satisfaction of the
ENGINEER-IN-CHARGE.

vii) The CONTRACTOR shall furnish to the ENGINEER-IN- CHARGE the distribution return
of the number and description, by trades of the work people employed on the works.
The CONTRACTOR shall also submit on the 4th and 19th of every month to the
ENGINEER-IN-CHARGE a true statement showing in respect of the second half of the
preceding month and the first half of the current month (1) the accidents that occurred
during the said fortnight showing the circumstances under which they happened and the
extent of damage and injury caused by them and (2) the number of female workers who
have been allowed Maternity Benefit as provided in the Maternity Benefit Act 1961 on
Rules made thereunder and the amount paid to them.

viii) The CONTRACTOR shall comply with the provisions of the payment of Wage Act 1936,
Employee Provident Fund Act 1952, Minimum Wages Act 1948. Employers Liability Act
1938. Workmen's Compensation Act 1923, Industrial Disputes Act 1947, the Maternity
Benefit Act 1961 and Contract Labour Regulation and Abolition Act 1970, Employment
of Children Act 1938 or any modifications thereof or any other law relating thereto and
rules made thereunder from time to time.

ix) The ENGINEER-IN-CHARGE shall on a report having been made by an Inspecting
Officer as defined in Contract Labour (Regulation and Abolition) Act 1970 have the
power to deduct from the money due to the CONTRACTOR any sum required or
estimated to be required for making good the loss suffered by a worker or workers by
reason of non- fulfilment of the Conditions of the Contract for the benefit of workers,
non-payment of wages or of deductions made from his or their wages which are not
justified by the terms of the Contract or non-observance of the said regulations.

x) The CONTRACTOR shall indemnify the EMPLOYER against any payments to be made
under and for the observance of the provisions of the aforesaid Acts without prejudice to
his right to obtain indemnity from his SUB-CONTRACTOR's. In the event of the
CONTRACTOR committing a default or breach of any of the provisions of the aforesaid
Acts as amended from time to time, of furnishing any information or submitting or filling
and Form/ Register/ Slip under the provisions of these Acts which is materially incorrect
then on the report of the inspecting Officers, the CONTRACTOR shall without prejudice
to any other liability pay to the EMPLOYER a sum not exceeding Rs.50.00 as Liquidated
Damages for every default, breach or furnishing, making, submitting, filling materially
incorrect statement as may be fixed by the ENGINEER-IN- CHARGE and in the event of
the CONTRACTOR's default continuing in this respect, the Liquidated Damages may be
enhanced to Rs.50.00 per day for each day of default subject to a maximum of one
percent of the estimated cost of the WORK put to tender. The
ENGINEER-IN-CHARGE shall deduct such amount from bills or Contract Performance
Security of the CONTRACTOR and credit the same to the Welfare Fund constitute
under these acts. The decision of the ENGINEER-IN-CHARGE in this respect shall be
final and binding.

104 Implementation of apprentices act, 1961:

104.1 The CONTRACTOR shall comply with the provisions of the Apprentices Act, 1961 and the Rules
and Orders issued thereunder from time to time. If he fails to do so, his failure will be a breach of
the CONTRACT and the ENGINEER-IN-CHARGE may, at his discretion, cancel the
CONTRACT. The CONTRACTOR shall also be liable for any pecuniary liability arising on
account of any violation by him of the provisions, of the Act.

105 Contractor to indemnify the employer:

105.1 i) The CONTRACTOR shall indemnify the EMPLOYER and every member, office and
employee of the EMPLOYER, also the ENGINEER-IN-CHARGE and his staff against all
Page 197 of 615



actions, proceedings, claims, demands, costs and expenses whatsoever arising out of or
in connection with the matters referred to in Clause 102.0 and elsewhere and all actions,
proceedings, claims, demands, costs and expenses which may be made against the
EMPLOYER for or in respect of or arising out of any failure by the CONTRACTOR in the
performance of his obligations under the CONTRACT DOCUMENT. The EMPLOYER
shall not be liable for or in respect of or arising out of any failure by the CONTRACTOR
in the performance of his obligations under the CONTRACT DOCUMENT. The
EMPLOYER shall not be liable for or in respect of any demand or compensation payable
by law in respect or in consequence of any accident or injury to any workmen or other
person. In the employment of the CONTRACTOR or his SUB-CONTRACTOR the
CONTRACTOR shall indemnify and keep indemnified the EMPLOYER against all such
damages and compensations and against all claims, damages, proceedings, costs,
charges and expenses whatsoever in respect thereof or in relation thereto.

ii) PAYMENT OF CLAIMS AND DAMAGES:

Should the EMPLOYER have to pay any money in respect of such claims or demands
as aforesaid the amount so paid and the costs incurred by the EMPLOYER shall be
charged to and paid by the CONTRACTOR and the CONTRACTOR shall not be at
liberty to dispute or question the right of the EMPLOYER to make such payments
notwithstanding the same, may have been made without the consent or authority or in
law or otherwise to the contrary.

iii) In every case in which by virtue of the provisions of Section 12, Sub-section (i) of
workmen's compensation Act, 1923 or other applicable provision of Workmen
Compensation Act or any other Act, the EMPLOYER is obliged to pay compensation to
a workman employed by the CONTRACTOR in execution of the WORK, the
EMPLOYER will recover from the CONTRACTOR the amount of the compensation so
paid, and without prejudice to the rights of EMPLOYER under Section 12, Sub- section
(2) of the said act, EMPLOYER shall be at liberty to recover such amount or any part
thereof by deducting it from the Contract Performance Security or from any sum due to
the CONTRACTOR whether under this CONTRACT or otherwise. The EMPLOYER
shall not be bound to contest any claim made under Section 12, Sub-section (i) of the
said act, except on the written request of the CONTRACTOR and upon his giving to the
EMPLOYER full security for all costs for which the EMPLOYER might become liable in
consequence of contesting such claim.

106 Health and sanitary arrangements for workers:

106.1 In respect of all labour directly or indirectly employed in the WORKS for the performance of the
CONTRACTOR's part of this agreement, the CONTRACTOR shall comply with or cause to be
complied with all the rules and regulations of the local sanitary and other authorities or as framed
by the EMPLOYER from time to time for the protection of health and sanitary arrangements for
all workers.

106.2 The CONTRACTOR shall provide in the labour colony all amenities such as electricity, water and
other sanitary and health arrangements. The CONTRACTOR shall also provide necessary
surface transportation to the place of work and back to the colony for their personnel
accommodated in the labour colony.


SECTION-IX Applicable Laws and Settlement of Disputes


107 Arbitration:

107.1 Unless otherwise specified, the matters where decision of the Engineer-in-Charge is deemed to
be final and binding as provided in the Agreement and the issues/disputes which cannot be
mutually resolved within a reasonable time, all disputes shall be referred to arbitration by Sole
Arbitrator.
Page 198 of 615




The Employer [Ratnagiri Gas and Power Pvt. Ltd..] shall suggest a panel of three
independent and distinguished persons to the bidder/contractor/supplier/buyer (as the case
may be) to select any one among them to act as the Sole Arbitrator.

In the event of failure of the other parties to select the Sole Arbitrator within 30 days from the
receipt of the communication suggesting the panel of arbitrators, the right of selection of the
sole arbitrator by the other party shall stand forfeited and the EMPLOYER (RGPPL) shall
have discretion to proceed with the appointment of the Sole Arbitrator. The decision of
Employer on the appointment of the sole arbitrator shall be final and binding on the parties.

The award of sole arbitrator shall be final and binding on the parties and unless
directed/awarded otherwise by the sole arbitrator, the cost of arbitration proceedings shall be
shared equally by the parties. The Arbitration proceedings shall be in English language and
venue shall be New Delhi, India.

Subject to the above, the provisions of (Indian) Arbitration & Conciliation ACT 1996 and the
Rules framed there under shall be applicable. All matter relating to this contract are subject to
the exclusive jurisdiction of the court situated in the state of Delhi.

Bidders/suppliers/contractors may please note that the Arbitration & Conciliation Act 1996
was enacted by the Indian Parliament and is based on United Nations Commission on
International Trade Law (UNCITRAL model law), which were prepared after extensive
consultation with Arbitral Institutions and centers of International Commercial Arbitration. The
United Nations General Assembly vide resolution 31/98 adopted the UNCITRAL Arbitration
rules on 15 December 1976.


107.2 FOR THE SETTLEMENT OF DISPUTES BETWEEN GOVERNMENT DEPARTMENT AND
ANOTHER AND ONE GOVERNMENT DEPARTMENT AND PUBLIC ENTERPRISE AND ONE
PUBLIC ENTERPRISE AND ANOTHER THE ARBITRATION SHALL BE AS FOLLOWS:

"In the event of any dispute or difference between the parties hereto, such dispute or
difference shall be resolved amicably by mutual consultation or through the good offices of
empowered agencies of the Government. If such resolution is not possible, then, the
unresolved dispute or difference shall be referred to arbitration of an arbitrator to be
nominated by Secretary, Department of Legal Affairs ("Law Secretary") in terms of the Office
Memorandum No.55/3/1/75-CF, dated the 19th December 1975 issued by the Cabinet
Secretariat (Department of Cabinet Affairs), as modified from time to time. The Arbitration Act
1940 (10 of 1940) shall not be applicable to the arbitration under this clause. The award of
the Arbitrator shall be binding upon parties to the dispute. Provided, however, any party
aggrieved by such award may make a further reference for setting aside or revision of the
award to Law Secretary whose decision shall bind the parties finally and conclusively.

108 Jurisdiction:

The CONTRACT shall be governed by and constructed according to the laws in force in INDIA.
The CONTRACTOR hereby submits to the jurisdiction of the Courts situated at DELHI for the
purposes of disputes, actions and proceedings arising out of the CONTRACT, the courts at
DELHI only will have the jurisdiction to hear and decide such disputed, actions and proceedings.


SECTION-X Safety Codes

109 General:

109.1 CONTRACTOR shall adhere to safe construction practice and guard against hazardous, and
unsafe working conditions and shall comply with EMPLOYER's safety rules as set forth herein.
Prior to start of construction, CONTRACTOR will be furnished copies of EMPLOYER's "Safety
Code" for information and guidance, if it has been prepared.
Page 199 of 615




110 Safety regulations:

110.1 i) In respect of all labour, directly employed in the WORK for the performance of
CONTRACTOR's part of this agreement, the CONTRACTOR shall at his own
expense arrange for all the safety provisions as per safety codes of C.P.W.D.,
Indian Standards Institution. The Electricity Act, The Mines Act and such other acts as
applicable.

ii) The CONTRACTOR shall observe and abide by all fire and safety regulations of the
EMPLOYER. Before starting construction work CONTRACTOR shall consult with
EMPLOYER's safety Engineers or ENGINEER- IN-CHARGE and must make good to
the satisfaction of the EMPLOYER any loss or damage due to fire to any portion of the
work done or to be done under this agreement or to any of the EMPLOYER's existing
property.

111 First aid and industrial injuries:

111.0 i) CONTRACTOR shall maintain first aid facilities for its employees and those of its
SUB-CONTRACTOR.

ii) CONTRACTOR shall make outside arrangements for ambulance service and for the
treatment of industrial injuries. Names of those providing these services shall be
furnished to EMPLOYER prior to start of construction and their telephone numbers shall
be prominently posted in CONTRACTOR's field office.

iii) All critical industrial injuries shall be reported promptly to EMPLOYER, and a copy of
CONTRACTOR's report covering each personal injury requiring the attention of a
physician shall be furnished to the EMPLOYER.

112 General rules:

112.0 Smoking within the battery area, tank farm or dock limits is strictly prohibited. Violators of the no
smoking rules shall be discharged immediately.

113 Contractor's barricades:

113.0 i) CONTRACTOR shall erect and maintain barricades required in connection with
his operation to guard or protect:-

a) Excavations

b) Hoisting Areas.

c) Areas adjudged hazardous by CONTRACTOR's or EMPLOYER's inspectors.

d) EMPLOYER's existing property subject to damage by CONTRACTOR's
Operations.

e) Rail Road unloading spots.

ii) CONTRACTOR's employees and those of his SUB- CONTRACTOR's shall become
acquainted with EMPLOYER's barricading practice and shall respect the provisions
thereof.

iii) Barricades and hazardous areas adjacent to, but not located in normal routes of travel
shall be marked by red flasher lanterns at nights.

114 Scaffolding:

Page 200 of 615



114.1 i) Suitable scaffolding should be provided for workmen for all works that cannot
safely be done from the ground or from solid construction except such short period work
as can be done safely from ladders. When a ladder is used an extra Mazdoor shall be
engaged for holding the ladder and if the ladder is used for carrying material as well,
suitable footholds and handholds shall be provided on the ladder and the ladder shall be
given an inclination not steeper than 1 in 4 (1 horizontal and 4 vertical).

ii) Scaffolding or staging more than 4 metres above the ground or floor, swing suspended
from an overhead support or erected with stationary support shall have a guard rail
properly attached, bolted, braced and otherwise retarded at least one metre high above
the floor or platform of such scaffolding or staging and extending along the entire length
of the outside and ends thereof with only such openings as may be necessary for the
delivery of materials. Such scaffolding or staging shall be so fastened as to prevent it
from swaying from the building or structure.

iii) Working platform, gangway and stairway should be so constructed that they should not
sag unduly or unequally and if the height of platform of the gangway or the stairway is
more than 4 metres above the ground level or floor level, they should be closely
boarded, should have adequate width and should be suitably fastened as in ii) above.

iv) Every opening in the floor of a building or in a working platform shall be provided with
suitable means to prevent the fall of persons or materials by providing suitable fencing
of railing whose minimum heights shall be 1 metre.

v) Safe-means of access shall be provided to all working platforms and other working
places, every ladder shall be securely fixed. No portable single ladder shall be over 9
metres in length while the width between side rails in rung ladder shall in no case be
less than 30 cms for ladder upto and including 3 metres in length. For longer ladder this
width should be increased 5mm for each additional foot of length. Uniform steps
spacing shall not exceed 30 cms. Adequate precautions shall be taken to prevent
danger from electrical equipment. No materials on any of the sites or work shall be so
stacked or placed to cause danger or inconvenience to any person or public. The
CONTRACTOR shall also provide all necessary fencing and lights to protect the
workers and staff from accidents, and shall be bound to bear the expenses of defense
of every suit, action or other proceeding of law that may be brought by any person for
injury sustained owing to neglect of the above precautions and pay any damages and
costs which may be awarded in any such suit or action or proceeding to any such
person or which may with the consent of the CONTRACTOR be paid to compromise
any claim by any such person.

115 Excavation and trenching:

115.1 All trenches 1.2 metres or more in depth, shall at all times be supplied with at least one ladder for
each 50 metres length or fraction thereof.

Ladder shall be extended from bottom of the trenches to atleast 1 metre above the surface of the
ground. The sides of the trenches which are 1.5M in depth shall be stepped back to give
suitable slope or securely held by timber bracing, so as to avoid the danger of sides to collapse.
The excavated materials shall not be placed within 1.5 metres of the edge of the trench or half of
the trench width whichever is more. Cutting shall be done from top to bottom. Under no
circumstances undermining or under-cutting shall be done.

116 Demolition/general safety:

116.1 i) Before any demolition work is commenced and also during the progress of the
demolition work

a) All roads and open areas adjacent to the work site shall either be closed or
suitably protected.

Page 201 of 615



b) No electric cable or apparatus which is liable to be a source of danger shall
remain electrically charged.

c) All practical steps shall be taken to prevent danger to persons employed from risk
of fire or explosion or flooding. No floor, roof or other part of the building shall be
so overloaded with debris or materials as to render it unsafe.

ii) All necessary personal safety equipment as considered adequate by the
ENGINEER-IN-CHARGE, should be kept available for the use of the persons employed
on the SITE and maintained in condition suitable for immediate use, and the
CONTRACTOR shall take adequate steps to ensure proper use of equipment by those
concerned.

a) Workers employed on mixing asphaltic materials, cement and lime mortars
shall be provided with protective footwear and protective gloves.

b) Those engaged in white washing and mixing or stacking or cement bags or
any material which are injurious to the eyes be provided with protective
goggles.

c) Those engaged in welding and cutting works shall be provided with protective
face & eye shield, hand gloves, etc.

d) Stone breakers shall be provided with protective goggles and protective
clothing and seated at sufficiently safe intervals.

e) When workers are employed in sewers and manholes, which are in use, the
CONTRACTOR shall ensure that the manhole covers are opened and are
ventilated atleast for an hour before the workers are allowed to get into the
manholes, and the manholes so opened shall be cordoned off with suitable
railing and provided with warning signals or board to prevent accident to the
public.

f) The CONTRACTOR shall not employ men below the age of 18 years and
women on the work of painting with products containing lead in any form.
Wherever men above the age of 18 years are employed on the work of lead
painting, the following precautions should be taken.

1) No paint containing lead or lead product shall be used except in the
form of paste or readymade paint.

2) Suitable face masks should be supplied for use by the workers when
paint is applied in the form of spray or a surface having lead paint dry
rubbed and scrapped.

3) Overalls shall be supplied by the CONTRACTOR to the workmen and
adequate facilities shall be provided to enable the working painters to
wash them during and on cessation of work.

iii) When the work is done near any place where there is risk of drowning, all necessary
safety equipment should be provided and kept ready for use and all necessary steps
taken for prompt rescue of any person in danger and adequate provision should be
made for prompt first aid treatment of all injuries likely to be sustained during the course
of the work.

iv) Use of hoisting machines and tackles including their attachments, anchorage and
supports shall conform to the following standards or conditions:

a) These shall be of good mechanical construction, sound materials and adequate
strength and free from patent defect and shall be kept in good working order.
Page 202 of 615




b) Every rope used in hoisting or lowering materials or as means of suspension
shall be of durable quality and adequate strength and free from patent defects.

c) Every crane driver or hoisting appliance operator shall be properly qualified and
no person under the age of 21 years should be in charge of any hoisting machine
including any scaffolding, winch or give signals to the operator.

d) In case of every hoisting machine and of every chain ring hook, shackle, swivel,
and pulley block used in hoisting or lowering or as means of suspension, the safe
working load shall be ascertained by adequate means. Every hoisting machine
and all gears referred to above shall be plainly marked with the safe working load
of the conditions under which it is applicable and the same shall be clearly
indicated. No part of any machine or any gear referred to above in this
paragraph shall be loaded beyond safe working load except for the purpose of
testing.

e) In case of departmental machine, the safe working load shall be notified by the
ENGINEER- IN-CHARGE. As regards CONTRACTOR's machines, the
CONTRACTOR shall notify the safe working load of the machine to the
ENGINEER-IN-CHARGE whenever he brings any machinery to SITE of WORK
and get it verified by the Engineer concerned.

v) Motors, gears, transmission lines, electric wiring and other dangerous parts of hoisting
appliances should be provided with efficient safeguards. Hoisting appliances should be
provided with such means as to reduce to minimum the accidental descent of the load,
adequate precautions should be taken to reduce the minimum risk of any part or parts
of a suspended load becoming accidentally displaced. When workers are employed on
electrical installations which are already energised, insulating mats, wearing apparel,
such as gloves, sleeves, and boots as may be necessary should be provided. The
workers shall not wear any rings, watches and carry keys or other materials which are
good conductors of electricity.

vi) All scaffolds, ladders and other safety devices mentioned or described herein shall be
maintained in safe conditions and no scaffolds, ladder or equipment shall be altered or
removed while it is in use. Adequate washing facilities should be provided at or near
places of work.

vii) These safety provisions should be brought to the notice of all concerned by displaying
on a notice board at a prominent place at the work-spot. The person responsible for
compliance of the safety code shall be named therein by the CONTRACTOR.

viii) To ensure effective enforcement of the rules and regulations relating to safety
precautions, the arrangements made by the CONTRACTOR shall be open to inspection
by the Welfare Officer, ENGINEER-IN- CHARGE or safety Engineer of the
Administration or their representatives.

ix) Notwithstanding the above clauses there is nothing in these to exempt the
CONTRACTOR for the operations of any other Act or rules in force in the Republic of
India. The work throughout including any temporary works shall be carried out in such a
manner as not to interfere in any way whatsoever with the traffic on any roads or
footpath at the site or in the vicinity thereto or any existing works whether the property of
the Administration or of a third party.

In addition to the above, the CONTRACTOR shall abide by the safety code provision as
per C.P.W.D. Safety code and Indian Standard Safety Code from time to time.

117 Care in handling inflammable gas:

Page 203 of 615



117.1 The CONTRACTOR has to ensure all precautionary measures and exercise utmost care in
handling the inflammable gas cylinder/inflammable liquids/paints etc. as required under the law
and/or as advised by the fire Authorities of the EMPLOYER

118 Temporary combustible structures:

118.1 Temporary combustible structures will not be built near or around work site.

119 Precautions against fire:

119.1 The CONTRACTOR will have to provide Fire Extinguishers, Fire Buckets and drums at worksite
as recommended by ENGINEER-IN-CHARGE. They will have to ensure all precautionary
measures and exercise utmost care in handling the inflammable gas cylinders/ inflammable
liquid/ paints etc. as advised by ENGINEER-IN-CHARGE. Temporary combustible structures will
not be built near or around the work-site.

120 Explosives:

120.1 Explosives shall not be stored or used on the WORK or on the SITE by the CONTRACTOR
without the permission of the ENGINEER-IN-CHARGE in writing and then only in the manner
and to the extent to which such permission is given. When explosives are required for the
WORK they will be stored in a special magazine to be provided at the cost of the
CONTRACTOR in accordance with the Explosives Rules. The CONTRACTOR shall obtain the
necessary licence for the storage and the use of explosives and all operations in which or for
which explosives are employed shall be at sole risk and responsibility of the CONTRACTOR and
the CONTRACTOR shall indemnify the EMPLOYER against any loss or damage resulting
directly or indirectly there from.

121 Mines act:

121.1 SAFETY CODE: The CONTRACTOR shall at his own expense arrange for the safety provisions
as required by the ENGINEER-IN-CHARGE in respect of all labour directly employed for
performance of the WORKS and shall provide all facilities in connection therewith. In case the
CONTRACTOR fails to make arrangements and provides necessary facilities as aforesaid, the
ENGINEER-IN- CHARGE shall be entitled to do so and recover the costs thereof from the
CONTRACTOR.

121.2 Failure to comply with Safety Code or the provisions relating to report on accidents and to grant
of maternity benefits to female workers shall make the CONTRACTOR liable to pay Company
Liquidated Damages an amount not exceeding Rs.50/- for each default or materially incorrect
statement. The decision of the ENGINEER-IN-CHARGE in such matters based on reports from
the Inspecting Officer or from representatives of ENGINEER-IN-CHARGE shall be final and
binding and deductions for recovery of such Liquidated Damages may be made from any
amount payable to the CONTRACTOR from all the provisions of the Mines Act, 1952 or any
statutory modifications or re-enactment thereof the time being in force and any Rules and
Regulations made thereunder in respect of all the persons employed by him under this
CONTRACT and shall indemnify the EMPLOYER from and against any claim under the Mines
Act or the rules and regulations framed thereunder by or on behalf of any persons employed by
him or otherwise.

122 Preservation of place:

122.1 The CONTRACTOR shall take requisite precautions and use his best endeavours to prevent
any riotous or unlawful behaviour by or amongst his worker and others employed or the works
and for the preservation of peace and protection of the inhabitants and security of property in the
neighborhood of the WORK. In the event of the EMPLOYER requiring the maintenance of a
Special Police Force at or in the vicinity of the site during the tenure of works, the expenses
thereof shall be borne by the CONTRACTOR and if paid by the EMPLOYER shall be
recoverable from the CONTRACTOR.

Page 204 of 615



123 Outbreak of infectious diseases:

123.1 The CONTRACTOR shall remove from his camp such labour and their facilities who refuse
protective inoculation and vaccination when called upon to do so by the
ENGINEER-IN-CHARGE's representative. Should Cholera, Plague or other infectious diseases
break out the CONTRACTOR shall burn the huts, beddings, clothes and other belongings or
used by the infected parties and promptly erect new huts on healthy sites as required by the
ENGINEER-IN-CHARGE failing which within the time specified in the Engineer's requisition, the
work may be done by the EMPLOYER and the cost thereof recovered from the CONTRACTOR.

124 Use of intoxicants:

124.1 The unauthorised sale of spirits or other intoxicants, beverages upon the work in any of the
buildings, encampments or tenements owned, occupied by or within the control of the
CONTRACTOR or any of his employee is forbidden and the CONTRACTOR shall exercise his
influence and authority to the utmost extent to secure strict compliance with this condition.

In addition to the above, the CONTRACTOR shall abide by the safety code provision as per
C.P.W.D. safety code and Indian Standard Code framed from time to time.
Page 205 of 615





PROFORMA OF INDEMNITY BOND FOR SUPPLY OF MATERIALS BY EMPLOYER
(To be executed on non-judicial stamped paper of appropriate value)


WHEREAS RATNAGIRI GAS AND POWER PVT. LTD.. (hereinafter referred to as RGPPL) which
expression shall unless repugnant to the context includes their legal representatives, successors and
assigns having their registered office at 16, Bhikaiji Cama Place; R.K.Puram New Delhi has entered into
a CONTRACT with ______________________ (hereinafter referred to as the CONTRACTOR which
expression shall unless repugnant to the context include their legal representatives, successors and
assigns) for ____________________on the terms and conditions as set out, inter-alia, in the
CONTRACT No................. Dated............. and various documents forming part thereof hereinafter
collectively referred to as the "CONTRACT" which expression shall include all amendments,
modifications and/or variations thereto.

AND WHEREAS

i) RGPPL has agreed to supply to the CONTRACTOR, equipment, plants and materials (finished,
semi-finished and raw)for the purpose of EXECUTION of the said CONTRACT by the
CONTRACTOR (the equipment, plants and materials to be supplied by RGPPL to the
CONTRACTOR, hereinafter for the sake of brevity referred to as the "said materials") and
pending execution by the CONTRACTOR of the CONTRACT incorporating the said materials,
the said materials shall be under the custody and charge of the CONTRACTOR and shall be
kept, stored, altered, worked upon and/or fabricated at the sole risk and expense of the
CONTRACTOR.

ii) As a pre-condition to the supply of the said materials by RGPPL to the CONTRACTOR, RGPPL
has required the CONTRACTOR to furnish to RGPPL an Indemnity Bond in the manner and
upon terms and conditions hereinafter indicated.

NOW, THEREFORE, in consideration of the premises aforesaid the CONTRACTOR hereby
irrevocably and unconditionally undertakes to indemnify and keep indemnified RGPPL from and
against all loss, damage and destruction (inclusive but not limited to any or all loss or damage or
destruction to or of the said materials or any item or part thereof by theft, pilferage, fire, flood,
storm, tempest, lightning, explosion, storage, chemical or physical action or reaction, binding,
warping, exposure, rusting, faulty workmanship, faulty fabrication, or faulty method or technique
of fabrication, strike, riot, civil commotion, or other act or omission or commission whatsoever
within or beyond the control of the CONTRACTOR, misuse and misappropriation (inclusive but
not limited to the misuse or misappropriation by the CONTRACTOR and the Contractor's
servants and/or agents) whatsoever to, or of in the said materials or any part of them thereof
from the date that the same or relative part of item thereof was supplied to the CONTRACTOR
upto and until the date of return to RGPPL of the said materials or relative part of item thereof or
completed fabricated works(s) incorporating the said material and undertake to pay to RGPPL
forthwith on demand in writing without protest or demur the value as specified by RGPPL of the
said material or item or part thereof, lost, damaged, destroyed, misused and/or misappropriated,
as the case may be or, together with RGPPL'S costs and expenses (inclusive of but not limited to
handling, transportation, cartage, insurance, freight, packing and inspection costs/or expenses
upto) and aggregate limit of Rs._________________________________________________
(Rupees ________________________________________________________________
_________________________________).

AND THE CONTRACTOR hereby agrees with RGPPL that:

i) This Indemnity/Undertaking shall be a continuing Indemnity/ Undertaking and shall
remain valid and irrevocable for all claims of RGPPL arising hereunder upto and until the
midnight of ________________. However, if the CONTRACT for which this
Indemnity/Undertaking is given is not completed by this date, the CONTRACTOR
hereby agrees to extend the Indemnity/Undertaking till such time as is required to fulfil
the CONTRACT.
Page 206 of 615




ii) This Indemnity/Undertaking shall not be determined by any change in constitution or
upon insolvency of the CONTRACTOR but shall be in all respects and for all purposes
be binding and operative until payment of all moneys payable to RGPPL in terms of
hereof.

iii) The mere statement of allegation made by or on behalf of RGPPL in any notice or
demand or other writing addressed to the CONTRACTOR as to any of the said material
or item or part thereof having been lost , damaged, destroyed, misused or
misappropriated while in the custody of the CONTRACTOR and/or prior to completion of
the completed fabricated work(s) and delivery to job site thereof incorporating the said
materials shall be conclusive of the factum of the said material or item or part thereof
having been supplied to the CONTRACTOR and/or the loss, damage, destruction,
misuse or misappropriation thereof, as the case may be, while in the custody of the
CONTRACTOR and/or prior to the completion of the completed fabricated work(s) and
delivery to job site thereof incorporating the said materials without necessity on the part
of RGPPL to produce any documentary proof or other evidence whatsoever in support of
this.


iv) The amount stated in any notice of demand addressed by RGPPL to the
CONTRACTOR as to the value of such said materials lost, damaged, destroyed,
misused or misappropriated, inclusive relative to the costs and expenses incurred by
RGPPL in connection therewith shall be conclusive of the value of such said materials
and the said cost and expenses as also of the amount liable to be paid to RGPPL to
produce any voucher, bill or other documentation or evidence whatsoever in support
thereof and such amount shall be paid without any demur and on demand and no
dispute shall be raised concerning the same.

The undersigned has full power to execute this Indemnity Bond on behalf of the CONTRACTOR
under the Power of Attorney dated______.


(SIGNED BY COMPETENT AUTHORITY)

Place:

Dated:

Official seal of the CONTRACTOR




















Page 207 of 615








FORMS AND
FORMATS














Page 208 of 615




F-1
BIDDERS GENERAL INFORMATION

To
Ratnagiri Gas and Power Pvt. Ltd.,
NEW DELHI

1-1 Bidder Name:
1-2 Registered Address:

1-3 Operation Address
if different from above:


1-4 Name of Contact Person:

1.5 Telephone Number
___________________________________________
(Country Code) (Area Code) (Telephone Number)

1.6 E-mail address & Web Site ____________________________________________

1.7 Telefax Number ____________________________________________
(Country Code) (Area Code) (Telephone Number)

1.8 ISO Certification, if any {If yes, please furnish details}




Place: Signature of Authorised
Signatory
Date: Name:
Designation:
Seal:


Tender No. ..

Offer No. & Date:



Page 209 of 615



F-2
BID FORM
To
Ratnagiri Gas and Power Pvt. Ltd.,
NEW DELHI


Dear Sir,

After examining/reviewing the Bidding Documents for
.General and Special Conditions of Contract and schedule of rates
etc. the receipt of which is hereby duly acknowledged, we, the undersigned, pleased to offer to
execute the whole of the Job of
..and in conformity
with, the said Bid Documents, including Addenda Nos. ____________.
We confirm that this bid is valid for a period of four (4) months from the date of opening of Techno-
Commercial Bid, and it shall remain binding upon us and may be accepted by any time before the
expiration of that period.
If our bid is accepted, we will provide the performance security equal to 10% (ten per cent) of the
Contract Price, for the due performance with in fifteen days of such award.
Until a final Agreement is prepared and executed, the bid together with your written acceptance
thereof in your notification of award shall constitute a binding Agreement between us.
We understand that Bid Document is not exhaustive and any action and activity not mentioned in Bid
Documents but may be inferred to be included to meet the intend of the Bid Documents shall be
deemed to be mentioned in Bid Documents unless otherwise specifically excluded and we confirm to
perform for fulfilment of Agreement and completeness of the Work in all respects within the time frame
and agreed price.
We understand that you are not bound to accept the lowest priced or any bid that you may receive.



Place: Signature of Authorised
Signatory
Date: Name:
Designation:
Seal:



Tender No. ..

Offer No. & Date:
Page 210 of 615



F-3

PROFORMA FOR BANK GUARANTEE FOR EARNEST MONEY DEPOSIT/ BID SECURITY
(To be stamped in accordance with the Stamp Act)

Ref............... Bank Guarantee No.........
Date......................
To

M/s Ratnagiri Gas and Power Pvt. Ltd.
New Delhi


Dear Sir(s),

TENDER NO._____________________
FOR_____________________________________________________

WHEREAS.....................................................(hereinafter called the Bidder has submitted his Bid no.
.dated......for ..............................(hereinafter called 'the bid')

KNOW ALL MEN by these presents that
WE.......................... are bound unto M/s Ratnagiri Gas
and Power Pvt. Ltd (herein after called RGPPL) IN THE SUM OF...for which
payment well and truly to be made to RGPPL, the Bank binds itself its successor and assigns by
these presents. Sealed with the Common Seal of the Bank this... day of..... 2006.

THE CONDITIONS OF THIS OBLIGATION ARE :

1. If the Bidder withdraws his Bid during the period of Bid validity specified by the Bidder on the
Bid Form ; or

2. If the Bidder, having been notified of the acceptance of his bid by owner during the period of
bid validity :

a) Fails or refuses to execute the Contract Form, if required; or
b) Fails or refuses to furnish the PERFORMANCE SECURITY in accordance with the
Instructions to bidder.

We undertake to pay RGPPL upto the above amount upon receipt of its first written demand, without
RGPPL having to substantiate its demand, provided that in its demand RGPPL will note that the
amount claimed by it is due to it owing to the occurrence of one or both of the two conditions
specifying the occurred condition or conditions.

The Guarantee will remain in force upto 6 months from final bid due date after the period of bid validity
and any demand in respect thereof should reach the BANK not later than the above date.

(Signature of the BANK)

(Signature of the Witness)

Name & Address of Witness : Date :

Page 211 of 615



INSTRUCTIONS FOR FURNISHING BID-GUARANTEE
BANK GUARANTEE

1. The Bank Guarantee by bidders will be given on non-judicial stamp paper as per stamp
duty applicable. The non-judicial stamp paper should be in the name of the issuing bank. In
case of foreign bank, the said banks guarantee to be issued by its correspondent bank in
India on requisite non-judicial stamp paper.

2. The expiry date as mentioned in Bid Security should be 6 months from final bid due date as
specified in the Bid Documents.

3. The bank guarantee by bidders will be given from bank as specified in ITB

4. A letter from the issuing bank of the requisite Bank Guarantee confirming that said bank
guarantee /all future communication relating to the Bank Guarantee shall be forwarded to
the Employer at its address as mentioned at ITB.

5. Bidders must indicate the full postal address of the bank along with the banks E-mail/ Fax/.
From where the earnest money bond has been issued.

6. If a bank guarantee is issued by a commercial bank, then a letter to Employer confirming its
net worth is more than Rs. 1,000,000,000/- (Rupees one hundred crore) or equivalent along
with a documentary evidence.





Page 212 of 615



F-4
LETTER OF AUTHORITY

PROFORMA FOR LETTER OF AUTHORITY FOR ATTENDING PTC/ BID OPENING AND
SUBSEQUENT NEGOTIATIONS/CONFERENCES


No. Date:

GAIL (India) Limited,
NEW DELHI

SUB: Tender no. GAIL/ND/PD/RGPPL/SBM:O&M/2006

Dear Sir,

We _____________________________________ hereby authorize following representative(s) to
attend un-priced bid opening and price bid opening and for any other correspondence and
communication against above Bidding Document:
1) Name & Designation _______________________ Signature _________________
2) Name & Designation _______________________ Signature _________________

We confirm that we shall be bound by all commitments made by aforementioned authorised
representatives.


Yours faithfully,

Place: Signature of Authorised
Signatory
Date: Name:
Designation:
Seal:



Note: This letter of authority should be on the letterhead of the bidder and should be signed by a
person competent and having the power of attorney to bind the bidder.
Not more than two persons are permitted to attend techno commercial un-priced and price
bid opening.
Page 213 of 615



F-5
NO DEVIATION CONFIRMATION


Ratnagiri Gas and Power Pvt. Ltd.,
NEW DELHI

Dear Sir,
We understand that any deviation/exception in any form may result in rejection of bid. We, therefore,
certify that we have not taken any exceptions/deviations anywhere in the bid and we agree that if any
deviation/exception is mentioned or noticed, our bid may be rejected.


Place: Signature of Authorised
Signatory
Date: Name:
Designation:
Seal:



Tender No. ..

Offer No. & Date:

Page 214 of 615



F-6
PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE SECURITY
(ON NON-JUDICIAL PAPER OF APPROPRIATE VALUE)
TO:
Ratnagiri Gas and Power Pvt. Ltd.,
NEW DELHI

Dear Sirs,

M/s__________________________________have been awarded the work
of___________________________________________ for Ratnagiri Gas and Power Pvt. Ltd., NEW DELHI
The Contracts conditions provide that the BIDDER shall pay a sum of Rs._____________ (Rupees as full Contract
Performance Guarantee in the form therein mentioned. The form of payment of Contract Performance Guarantee
includes guarantee executed by Nationalised Bank, undertaking full responsibility to indemnify Ratnagiri Gas and
Power Pvt. Ltd. , in case of default.

The said_______________________________________________ has approached us and at their request and in
consideration of the premises we having our office at ______________________________ have agreed to give such
guarantee as hereinafter mentioned.

1. We ___________________________________________________________________ hereby undertake
and agree with you that if default shall be made by M/s__________________________________ in
performing any of the terms and conditions of the tender or in payment of any money payable to Ratnagiri
Gas and Power Pvt. Ltd. we shall on demand pay without any recourse to the bidder to you in such
manner as you may direct the said amount of Rupees _____________________________ only or such
portion thereof not exceeding the said sum as you may from time to time require.
2. You will have the full liberty without reference to us and without affecting this guarantee, postpone for any
time or from time to time the exercise of any of the powers and rights conferred on you under the contract
with the said _____________________________________ and to enforce or to forbear from endorsing any
powers or rights or by reason of time being given to the said __________________________ which under
law relating to the sureties would but for provision have the effect of releasing us.
3. Your right to recover the said sum of Rs.____________________________________
(Rupees_______________________________________) from us in manner aforesaid will not be affected
or suspended by reason of the fact that any dispute or disputes have been raised by the said
M/s.___________________________ and/or that any dispute or disputes are pending before any officer,
tribunal or court.
4. The guarantee herein contained shall not be determined or affected by the liquidation or winding up
dissolution or changes of constitution or insolvency of the said but shall in all respects and for all purposes
be binding and operative until payment of all money due to you in respect of such liabilities is paid.
5. This guarantee shall be irrevocable and shall remain valid upto______________ If any further extension of
this guarantee is required, the same shall be extended to such required period on receiving instruction from
M/s.___________________________________________________ on whose behalf this guarantee is
issued.
6. The Bank Guarantees payment of an amount is payable on demand and in any case within 48 hours of
the presentation of the letter of invocation of Bank Guarantee. Any dispute arsing out of or in relation to
the said Bank Guarantee shall be subject to the jurisdiction of Delhi Courts.
7. We have power to issue this guarantee in your favour under Memorandum and Articles of Association and
the undersigned has full power to do under the Power of Attorney dated ___________ granted to him by the
Bank.


Yours faithfully,
___________________________Bank
By its Constituted Attorney

Signature of a person duly
authorised to sign on behalf of the Bank.
Page 215 of 615



INSTRUCTIONS FOR FURNISHING CONTRACT PERFORMANCE SECURITY

1. The Bank Guarantee by successful bidder(s) will be given on non-judicial stamp
paper as per stamp duty applicable. The non-judicial stamp paper should be in name
of the issuing bank. In case of foreign bank, the said bank guarantee to be issued by
its correspondent bank in India on requisite non-judicial stamp paper and place of bid
to be considered as Delhi.
2. The bank guarantee by bidders will be given from bank as specified in ITB.
3. A letter from the issuing bank of the requisite Bank Guarantee confirming that said
bank guarantee and all future communication relating to the Bank Guarantee shall be
forwarded to Employer
4. If a bank guarantee is issued by a commercial bank, then a letter to Employer and
copy to Consultant confirming its net worth is more than Rs. 1,000,000,000/- (Rupees
one hundred crore). or its equivalent in foreign currency along with a documentary
evidence.
































Page 216 of 615



F-7

FORM OF AGREEMENT





CONTRACT AGREEMENT FOR THE WORK OF ---------------------------------------------(hereinafter called
the "Job") made on _________ day of ________, 200_ between M/s ----------------------------------------
hereinafter called the BIDDER (which term shall unless excluded by or repugnant to the subject or
context include its successors and permitted assignees) of the one part and the Ratnagiri Gas and
Power Pvt. Ltd. hereinafter called RGPPL (which term shall unless excluded by or repugnant to the
subject or context include its successors and assignees) of the other part.


WHEREAS


A. RGPPL being desirous of having provided and executed certain work mentioned,
enumerated or referred to in the Tender Documents including Time Schedule for
completion of job, Schedule of Rates, Agreed Variations, other documents has called for
Tender.

B. The Bidder has examined the Job specified in the Tender Documents and has satisfied
himself by careful examination before submitting his bid as to the nature of the Job and local
conditions, the nature and magnitude of the Job, the availability of manpower and materials
necessary for the execution of Job and has made local and independent enquiries and
obtained complete information as to the matters and thing referred to, or implied in the tender
documents or having any connection therewith and has considered the nature and extent of all
probable and possible situations, delays, hindrances or interferences to or with the execution
and completion of the Job to be carried out under the Agreement, and has examined and
considered all other matters, conditions and things and probable and possible contingencies,
and generally all matters incidental thereto and auxiliary thereof affecting the completion
of the Job and which might have included him in making his tender.


C. The Tender Documents including Corrigendum I, Fax of Intent, Letter of Award and any
statement of Agreed Variations with its enclosures copies of which are hereto annexed from
part of this Agreement though separately set out herein and are included in the expression
Agreement wherever herein used.


AND WHEREAS


RGPPL accepted the bid of the Bidder for the provision and the execution of the said Job at the rates
stated in the Bid and finally approved by RGPPL thereinafter called the "Schedule of Rates" upon
the terms and subject to the conditions of Agreement.

NOW THIS AGREEMENT WITNESSETH AND IT IS HEREBY AGREED AND DECLARED AS
FOLLOWS :



1. In consideration of the payment to be made to the Bidder for the Job to be executed by him
the Bidder hereby covenants with RGPPL that the Bidder shall and will duly provide,
execute and complete the said Job and shall do and perform all other acts and things in the
Agreement mentioned or described or which are to be implied there from or may be
reasonably necessary for the completion of the said Job and at the said times and in the
Page 217 of 615



manner and subject to the terms and conditions or stipulations mentioned in the Agreement.

2. In consideration of the due provision execution and completion of the said Job, RGPPL
does hereby agree with the Agreement that RGPPL will pay to the Bidder the respective
amounts for the Job actually done by him and approved by RGPPL at the Schedule of Rates
and such other sum payable to the Bidder under provision of Agreement, such payment to be
made at such time in such manner as provided for in the Agreement and Tender document.

In witness whereof the parties have executed these presents in the day and the year first above
written.


Signed and Delivered for and on Signed and Delivered for
and
behalf of RGPPL on behalf of Bidder


(Ratnagiri Gas and Power Pvt. Ltd.) [--------------------------------------]
____________________________ ___________________________

Date :____________________ Date :___________________

Place:____________________ Place:___________________

IN PRESENCE OF TWO WITNESSES

1.___________________________ 1. _____________________

2.__________________________ 2.
_____________________






(
Page 218 of 615
BGF-6724 Page 1 of 8














BANK GUARANTEE FORMATS








Page 219 of 615
BGF-6724 Page 2 of 8





INDEX OF BANK GUARANTEE PROFORMAS




SL. NO. DESCRIPTION NO.OF
SHEETS
1. PROFORMA OF BANK GUARANTEE FOR
CONTRACT PERFORMANCE
(UNCONDITIONAL)
3
2. PROFORMA OF BANK GUARANTEE FOR
MOBILISATION ADVANCE
2
3. BID SECURITY FORM 1































Page 220 of 615
BGF-6724 Page 3 of 8



ANNEXURE-I


PROFORMA OF BANK GUARANTEE
FOR CONTRACT PERFORMANCE SECURITY (UNCONDITIONAL)
(ON NON-JUDICIAL PAPER OF APPROPRIATE VALUE)


To


M/s Ratnagiri Gas and Power Private Limited,
E-Wing, A-11, NFL Premises
Sector-24
NOIDA-201 301
Uttar Pradesh, India

Dear Sirs,

M/s. ____________________________________ having registered office at
____________________________ (hereinafter called the "CONTRACTOR" which
expression shall wherever the context so require include its successors and assignees)
have been awarded the work of ____________________________ for Ratnagiri Gas
and Power Private Limited, NOIDA, Uttar Pradesh India. The Contract conditions
provide that the CONTRACTOR shall pay a sum of Rs. ______________________
(Rupees _______________________ only) as Initial/full Contract Performance Security
in the form therein mentioned. The form of payment of Contract Performance Security
includes guarantee executed by Nationalised Bank, undertaking full responsibility to
indemnify Ratnagiri Gas and Power Private Limited, NOIDA Uttar Pradesh, India.
(Hereinafter called "OWNER" which expression shall wherever the context so require,
include its successors and assignees) in case of default.
The said ___________________________________ has approached the BANK
(hereinafter called "BANK", which expression shall wherever the context so require
include its successors and assignees) and at their request and in consideration of the
premises, we, having our office at ______________________________ have agreed to
give such guarantee as hereinafter mentioned.
1. We ________________________________ hereby undertake to give the
irrevocable and unconditional guarantee with you that if default shall be made by
M/s. ______________________________ in performing any of the terms and
conditions of the Contract or in payment of any money payable to Ratnagiri Gas
and Power Private Limited, NOIDA, Uttar Pradesh, India we shall on first
demand without demur, reservation, contest, recourse or protest and/or without
reference to the CONTRACTOR pay to OWNER in such manner as OWNER
may direct the said amount of Rupees ____________________ only or such
portion thereof not exceeding the said sum as OWNER may from time to time
require.
2. OWNER will have the full liberty without reference to us and without affecting
this guarantee to postpone for any time or from time to time the exercise of any
of the powers and rights conferred on OWNER under the contract with the said
CONTRACTOR and to enforce or to forbear from enforcing any powers or rights
or by reason of time being given to the said CONTRACTOR and such
postponement or forbearance would not have the effect of releasing the BANK
from its obligation under this DEBT.
Page 221 of 615
BGF-6724 Page 4 of 8


3. Your right to recover the said sum of Rs._____________________(Rupees
______________________ only) from BANK in manner aforesaid will not be
affected or suspended by reason of the fact that any dispute or disputes have
been raised by the said M/s_______________________________________
and/or that any dispute or disputes are pending before any officer, tribunal or
court and any demand made by OWNER in the BANK shall be conclusive
and binding. The BANK shall not be released of its obligations under these
presents by any exercise by OWNER of its liberty with reference to matters
aforesaid or any of their or by reason or any other acts of omission or
commission on the part of OWNER or any other indulgence shown by
OWNER or by any other matter or thing whatsoever which under law would,
but for this provision, have the effect of releasing the BANK.
4. The guarantee herein contained shall not be determined or affected by the
liquidation or winding up, dissolution or change of constitution or insolvency of
the CONTRACTOR but shall in all respects and for all purposes be binding and
operative until payment of all money due to OWNER in respect of such liabilities
is paid.
5. This guarantee shall be irrevocable and shall remain valid upto
____________________________ (This date should be 90 (Ninety) days after
the expiry of defect liability period) in accordance with the terms of contract
which period is deemed to complete on ___________________. The BANK
undertakes not to revoke this guarantee during its currency without previous
consent of OWNER and further agrees that the Guarantee contained shall
continue to be enforceable till the OWNER discharges this guarantee.
However, if for any reason, the CONTRACTOR is unable to complete the work
within the period stipulated in the contract and in case of extension of the date of
completion resulting in extension of defect liability period or the CONTRACTOR
fails to perform the work fully, the BANK hereby agrees to further extend this
guarantee at the instance of the CONTRACTOR till such time as may be
determined by the OWNER.
If any further extension of this guarantee is required, the same shall be
extended to such required period on receiving instructions from M/s
________________________ on whose behalf this guarantee is issued.
6. The BANK also agrees that OWNER at its option shall be entitled to enforce this
guarantee against the surety, as a principal debtor in the first instance without
proceeding against CONTRACTOR and not withstanding any security or other
guarantee that OWNER may have in relation to the CONTRACTOR's liabilities.
7. The Bank Guarantee's payment of an amount is payable on demand and in any
case within 24 hours of the presentation of the letter of invocation of Bank
Guarantee. Should the banker fail to release payment on demand, a penal
interest of 24% per annum shall become payable immediately and any dispute
arising out of or in relation to the said Bank Guarantees shall be subject to the
jurisdiction of Delhi Courts.
8. Therefore, we hereby affirm that we are guarantors and responsible to you on
behalf of the Contractor up to a total amount of (amount of guarantees in words
and figures) and we undertake to pay you, upon your first written demand
declaring the Contractor to be in default under the contract and without caveat
or argument, any sum or sums within the limits of (amount of guarantee) as
aforesaid, without your needing to prove or show grounds or reasons for your
demand or the sum specified therein.
This guarantee is valid until the _______day of_______20______.

Page 222 of 615
BGF-6724 Page 5 of 8



9. We have power to issue this guarantee in your favour under memorandum
and Article of Association and the undersigned has full powers to do so under
the Power of Attorney / Resolution of the Board of Directors dated_________
accorded to him by the bank.


Yours faithfully,

(Signature of a person duly authorised
to sign on behalf of the Bank)

Place:

WITNESS:

1................................................... (Signature)
.................................................. (Printed Name)

2. ................................................. (Designation)
................................................... (Common Seal)

Page 223 of 615
BGF-6724 Page 6 of 8


ANNEXURE-II

PROFORMA OF BANK GUARANTEE FOR MOBILISATION ADVANCE
(ON NON-JUDICIAL PAPER OF APPROPRIATE VALUE)

Ref................
Bank Guarantee No.
Date...............
M/s Ratnagiri Gas and Power Private Limited,
E-Wing, A-11, NFL Premises
Sector-24
NOIDA-201 301
Uttar Pradesh, India

In consideration of M/s Ratnagiri Gas and Power Private Limited, NOIDA, Uttar
Pradesh, India, hereinafter called the "Owner" which expression shall unless
repugnant to the context or meaning thereof include its successors, executors,
administrators and assignees, having awarded to M/s.......................................................
having its registered office at ............................... hereinafter referred as the
'CONTRACTOR', which expression shall unless repugnant to the context or meaning
thereof, include its successors, administrators, executors and assignees, a contract
hereinafter referred to as the 'Contract' for related works................ referred to as the
'WORK' on terms and conditions set out, inter-alia in the Owner's Contract
No.............dated............ valued at........................................ (in words & figures) and as
the Owner having agreed to make an advance payment for the performance of the
above contract to the CONTRACTOR amounting to.............................(in words &
figures) as an advance against Bank Guarantee to be furnished by the CONTRACTOR.
We........................................... hereinafter referred to as the BANK which expression
shall, unless repugnant to the context or meaning thereof, include its successors,
administrators, executors and assignees having our office at......................... do hereby
undertake to give the irrevocable and unconditional guarantee and do hereby undertake
to pay the OWNER on first demand without any demur, reservation, contest, recourse,
protest and without reference to the CONTRACTOR any and all monies payable by the
CONTRACTOR by reason of any breach by the said CONTRACTOR of any of the
terms and conditions of the said Contract to the extent of..................... till the said
advance is adjusted as aforesaid at any time upto.......................... We agree that the
guarantee herein contained shall continue to be enforceable till the sum due to the
Owner on account of the said advance is adjusted/recovered in full as aforesaid or till
the Owner discharges this guarantee.
The OWNER shall have the fullest liberty without affecting in any way the liability of the
BANK under this guarantee, from time to time to vary the advance or to extend the time
for performance of the works by the CONTRACTOR. The BANK shall not be released
from its liability under these presents by any exercise of the Owner of the liberty with
reference to the matter aforesaid.
The Owner shall have the fullest liberty, without reference to CONTRACTOR and
without affecting this guarantee to postpone for any time or from time to time the
exercise of any powers vested in them or of any right which they might have against the
CONTRACTOR, and to exercise the same at any time in any manner, and either to
enforce or to forebear to enforce any power, covenants contained or implied in the
Contract between the OWNER and the CONTRACTOR or any other course or remedy
or security available to the OWNER and the BANK shall not be released of its
obligations under these presents by any exercise by the OWNER of its liberty with
reference to matters aforesaid or other acts of omission or commission on the part of
the OWNER or any other law would, but for this provision, have the effect of releasing
the BANK.
Page 224 of 615
BGF-6724 Page 7 of 8


The right of the OWNER to recover the outstanding sum of advance upto Rs..................
from the BANK in the manner aforesaid will not be affected or suspended by reason of
the fact that any dispute or disputes has or have been raised by the CONTRACTOR
and/or that any dispute or disputes is or are pending before any officer, tribunal or court
and any demand made by OWNER on the BANK shall be conclusive and binding.
The BANK further undertakes not to revoke this guarantee during its currency without
previous consent of the OWNER and further agrees that the guarantee contained shall
continue to be enforceable till the OWNER discharges this guarantee.
The BANK also agrees that the OWNER shall at its option be entitled to enforce this
guarantee against the BANK as a principal debtor, in the first instance, notwithstanding
any other security or guarantee that OWNER may have in relation to the
CONTRACTOR's liabilities towards the said advance.
The Bank Guarantee's payment of an amount is payable on demand and in any case
within 24 hours of the presentation of the letter of invocation of Bank Guarantee.
Should the banker fail to release payment on demand, a penal interest of 24% per
annum shall become payable immediately and any dispute arising out of or in relation to
the said Bank Guarantee's shall be subject to the jurisdiction of Delhi Courts.
Therefore, we hereby affirm that we are guarantors and responsible to you on behalf of
the Contractor up to a total amount of (amount of guarantees in words and figures) and
we undertake to pay you, upon your first written demand declaring the Contractor to be
in default under the contract and without caveat or argument, any sum or sums within
the limits of (amount of guarantee) as aforesaid, without your needing to prove or show
grounds or reasons for your demand or the sum specified therein.
Notwithstanding anything contained hereinabove, our liability under this guarantee is
restricted to _________ and it will remain in force upto and including _____________
and shall be extended from time to time for such periods as may be advised by M/s
on whose behalf this guarantee has been given.
We have power to issue this guarantee in your favour under Memorandum and Articles
of Association and the undersigned has full power to do so under the Power of Attorney/
resolution of the Board of Directors dated............... accord to him by the BANK.
Dated.................this.............day of...............20...............

Signed by
(Person duly authorised by Bank)
Place:

WITNESS :
1...................................... (Signature)
...................................... (Printed Name)

2...................................... (Designation)
...................................... (Common Seal)


Page 225 of 615
BGF-6724 Page 8 of 8


ANNEXURE-III
EMD/ BID SECURITY FORM
Ref.......... Bank Guarantee No............
Date...................
M/s Ratnagiri Gas and Power Private Limited,
E-Wing, A-11, NFL Premises
Sector-24
NOIDA-201 301
Uttar Pradesh, India

Dear Sir(s),

Whereas...................................................................(hereinafter called "the
Bidder") has submitted his bid dated............. for the works of.........................................
(hereinafter called "the Bid") against Bidding Document No. ............................................
KNOW ALL MEN by these presents that WE (BANK) ..................................................
of .......................................................................................... having our registered office
at ................................................... (Hereinafter called "the Bank") are bound unto M/s.
Ratnagiri Gas and Power Private Limited, NOIDA, Uttar Pradesh, India.
(Hereinafter called "the OWNER") in the sum of
................................................................................for which payment, well and truly to be
made to the said OWNER, the BANK binds itself, its successors and assigns by these
presents. Sealed with the Common Seal of the said BANK this
........................................ day of ............................20...........
THE CONDITIONS of this obligation are:
1. If the Bidder withdraws his bid during the period of bid validity specified by the
Bidder on the Bid Form; or
2. If the Bidder, having been notified of the acceptance of his bid by the OWNER
during the period of bid validity;
a) fails or refuses to execute the Contract Form, if required
or
b) fails or refuses to furnish the Performance Bank Guarantee in
accordance with the Instructions to Bidder
or
c) if a bidder does not accept the correction of arithmetical errors as per
Instructions to Bidders.
We undertake to pay to the OWNER upto the above amount upon receipt of
its first written demand, without the OWNER having to substantiate its
demand, provided that in its demand the OWNER will note that the amount
claimed by it is due to it owing to the occurrence of one or both of the two
above-stated conditions specifying the occurred condition or conditions.
This Guarantee will remain in force upto and including 60 days after the period of bid
validity, and any demand in respect thereof should reach the BANK not later than the
above date.

(Signature of the BANK)

(Signature of the Witness)
Name of Witness
Address of Witness
Page 226 of 615
GAIL(India) Limited Completion of Balance Works for Breakwater
RGPPL LNG Terminal Project Special Conditions of Contract
Job No-6724 Page 1 of 28

EIL-SCC-6724-28



















SPECIAL CONDITIONS
OF
CONTRACT
(SCC)











Page 227 of 615
GAIL(India) Limited Completion of Balance Works for Breakwater
RGPPL LNG Terminal Project Special Conditions of Contract
Job No-6724 Page 2 of 28

EIL-SCC-6724-28

CONTENTS
SL.
No.
DESCRIPTION Page
No
1.0
GENERAL 4
2.0
DEFINITION 5
3.0
SCOPE OF WORK 5
4.0
SCOPE OF SUPPLY 5
5.0
TIME SCHEDULE 5
6.0
CONSTRUCTION WATER & POWER SUPPLY 5
7.0
LAND FOR SITE OFFICE & RESIDENTIAL ACCOMMODATION 5
8.0
SITE FACILITES 6
9.0
DRAWINGS AND DOCUMENTS 6
10.0
COMPLIANCE WITH LAWS 7
11.0
RESPONSIBILITY OF CONTRACTOR 7
12.0
REGISTRATION OF THE CONTRACT WITH STATUTORY AUTHORITIES
7
13.0
LIMIATION OF LIABILITY 8
14.0
CONTRACT PERFORMANCE GUARANTEE 8
15.0
TAXES AND DUTIES 8
16.0
STATUTORY VARIATION 9
17.0
SUBSEQUENT LEGISLATION 10
18.0
WITHHOLDING, ACCOUNTING AND TAX REQUIREMENTS 10
19.0
IMPORT LICENCE 10
20.0
INTELLECTUAL PROPERTY 10
21.0
STATUTORY APPROVALS 10
22.0
FIRM PRICES 11
23.0
PRICE VARIATION CLAUSE 11
24.0
WORKS CONTRACT 12
25.0
PROVIDENT FUND ACT 13
26.0
TERMS OF PAYMENT 13
27.0
SUB-CONTRACTING 15
28.0
QUALIFICATION AND EXPERIENCE OF KEY SUPERVISORY PERSONNEL 15
29.0
INDIRECT OR CONSEQUENTIAL LOSS 15
30.0
INSURANCE IN INDIA 16
31.0
INSURANCE IN FOREIGN COUNTRIES 16
32.0
BANK GUARANTEE 17
33.0
QUALITY ASSURANCE SYSTEM 17
34.0
SITE ORGANISATION 17
Page 228 of 615
GAIL(India) Limited Completion of Balance Works for Breakwater
RGPPL LNG Terminal Project Special Conditions of Contract
Job No-6724 Page 3 of 28

EIL-SCC-6724-28

35.0
MECHANISATION OF CONSTRUCTION ACTIVITIES AND MOBILISATION OF
CONSTRUCTION EQUIPMENT
18
36.0
TESTS AND INSPECTION OF WORKS 18
37.0
FINAL INPSPECTION 19
38.0
CHECKING OF LEVELS 19
39.0
COMPLETION DOCUMENTS 19
40.0
HEALTH, SAFETY AND ENVIRONMENT (HSE) MANAGEMENT 20
41.0
DISPUTE RESOLUTION 20
42.0
ENTRY PASSES, WORK PERMITS & SAFETY REGULATIONS 21
43.0
NAVIGATION 23
44.0
TIDAL WORKING 24
45.0
DIVING OPERATION 24
46.0
REMOVAL OF SUNKEN PLANT, WRECKS, OBSTRUCTIONS 24
47.0
WATER BORNE VESSELS AND/OR CONSTRUCTION PLANT 24
48.0
MEASURES FOR PROTECTION OF ENVIRONMENT DURING
CONSTRUCTION
25
49.0
ADVERSE PHYSICAL OBSTRUCTIONS OR CONDITIONS 25
50.0
CONTRACTORS TEMPORARY MOORINGS 26
51.0
LICENSE TO OPERATE IN INDIAN WATER 26
52.0
GOVERNMENT OF INDIA NOT LIABLE 26
53.0
INTERFERENCE WITH TRAFFIC & ADJOINING PROPERTIES 26
54.0
DELETED 27
55.0
DELAY IN PAYMENT 30
56.0
PAYMENT SECURITY 30
57.0
OFFSHORE POLLUTION RESPONSIBILITY 31
58.0
CONSTRUCTION WORKERS WELFARE CESS. 31
59.0
WEATHER CONDITIONS
32
60.0
SPECIFICATION FOR DOCUMENTATION REQUIREMENTS FROM
CONTRACTORS AND SPECIFICATION FOR DOCUMENTATION
REQUIREMENTS FROM SUPPLIERS
32
61.0
SUPPLY OF STEEL & CEMENT
32
62.0
REQUIREMENT OF PAN FOR FOREIGN BIDDER
32
63.0
PORT DUES
32
64.0
COMPENSATION FOR EXTENDED STAY
34
65.0
ABNORMALLY HIGH RATED ITEMS (AHR ITEMS)
34






Page 229 of 615
GAIL(India) Limited Completion of Balance Works for Breakwater
RGPPL LNG Terminal Project Special Conditions of Contract
Job No-6724 Page 4 of 28

EIL-SCC-6724-28

APPENDICES:

1.0 APPENDIX-I TO SCC: TIME SCHEDULE
2.0 APPENDIX-II TO SCC: TERMS OF PAYMENT
3.0 APPENDIX-III TO SCC: MEASUREMENT OF WORK
4.0 APPENDIX-IV TO SCC: QUALIFICATION AND EXPERIENCE OF KEY
SUPERVISORY CONSTRUCTION PERSONNEL
5.0 APPENDIX-V TO SCC: SPECIFICATION FOR QUALITY ASSURANCE SYSTEM
[6-78- 0001, Rev.0]
6.0 APPENDIX-VI TO SCC: STANDARD SPECIFICATION FOR HEALTH, SAFETY &
ENVIRONMENT MANAGEMENT AT SITES [6-82-0001
(Rev 4)]
7.0 APPENDIX-VII TO SCC: OIL INDUSTRY SAFETY DIRECTORATE (OISD)
GUIDELINES-192 & 207
8.0 APPENDIX-VIII TO SCC: SPECIFICATION FOR DOCUMENTATION
REQUIREMENTS FROM CONTRACTORS AND
SPECIFICATION FOR DOCUMENTATION
REQUIREMENTS FROM SUPPLIERS
9.0 APPENDIX-IX TO SCC : SUPPLY OF STEEL & CEMENT

Page 230 of 615
GAIL(India) Limited Completion of Balance Works for Breakwater
RGPPL LNG Terminal Project Special Conditions of Contract
Job No-6724 Page 5 of 28

EIL-SCC-6724-28


1.0 GENERAL

1.1 Special Conditions of Contract (SCC) shall be read in conjunction with the General Conditions of
Contract (GCC), Schedule of Prices, specifications of work, drawings and any other document
forming part of this Contract wherever the context so requires.

1.2 Notwithstanding the sub-division of the document into these separate sections and volumes, every
part of each shall be deemed to be supplementary of every other part and shall be read with and
into the Contract so far as it may be practicable to do so.

1.3 Where any portion of the GCC is repugnant to or at variance with any provisions of the Special
Conditions of Contract, then unless a different intention appears, the provisions(s) of the Special
Conditions of Contract shall be deemed to override the provision(s) of GCC, only to the extent that
such repugnancies of variations in the Special Conditions of Contract are not possible of being
reconciled with the provisions of GCC.
1.4 Wherever it is mentioned in the specifications that the CONTRACTOR shall perform certain
WORK or provide certain facilities, it is understood that the CONTRACTOR shall do so at his cost
and the VALUE OF CONTRACT shall be deemed to have included cost of such performance and
provisions, so mentioned.
1.5 The materials, design, and workmanship shall satisfy the relevant INDIAN STANDARDS, the JOB
SPECIFICATIONS contained herein and CODES referred to. Where the job specification
stipulate requirements in addition to those contained in the standard codes and specifications,
these additional requirements shall also be satisfied.
1.6 In the absence of standard/specifications/codes of practice for detailed specifications covering any
part of the work covered in this Bidding Document, the instructions / directions of Engineer-in-
Charge will be binding on the contractor.
1.7 In case of an irreconcilable conflict between Indian or other applicable standards, General
Conditions of Contract, Special Conditions of Contract, Specifications, Drawings or Schedule of
Prices, the following shall prevail to the extent of such irreconcilable conflict in order of
precedence :
i. Contract Agreement
ii. Detailed Letter of Acceptance along with Statement of Agreed Variations.
iii. Fax / Letter of Intent / Fax of Acceptance.
iv. Schedule of Rates as enclosures to Detailed Letter of Acceptance.
v. Job / Particular Specifications.
vi. Drawings
vii. Technical / Material Specifications.
viii. Special Conditions of Contract.
ix. Instruction to Bidders
x. General Conditions of Contract.
xi. Indian Standards
xii. Other applicable Standards

1.8 It will be the Contractor's responsibility to bring to the notice of Engineer-in-Charge any
irreconcilable conflict in the contract documents before starting the work (s) or making the supply
with reference that the conflict exists.
1.9 In addition to other requirements specified in the Bidding Document, Contractor shall submit to the
office of the Owner six hard copies of the critical drawings (agreed during the kick-off meeting)
requiring approval of the owner
1.10 In the absence of any Specifications covering any material, design of work (s) the same shall be
performed / supplies / executed in accordance with Standard Engineering Practice as per the
instructions / directions of the Engineer-in-Charge, which will be binding on the Contractor.

Page 231 of 615
GAIL(India) Limited Completion of Balance Works for Breakwater
RGPPL LNG Terminal Project Special Conditions of Contract
Job No-6724 Page 6 of 28

EIL-SCC-6724-28

2.0 DEFINITION
2.1 Word "Plant", "Unit" or Terminal being used in this Contract are Synonyms and shall mean
Marine facilities.
2.2 Monsoon Season means that portion of the year between 16
th
May through 15
th
September (both
days inclusive) or period as defined by Maharashtra Maritime Board (MMBD) when monsoon,
storms and high seas are of such frequency and intensity at offshore site location that construction
work cannot be scheduled with any assurance. Not withstanding above, Time Schedule shall be
inclusive of Monsoon Period as mentioned above.

3.0 SCOPE OF WORK

The scope of work in general includes scope of work specified in Technical Documents enclosed
and Schedule of Rates enclosed in Commercial Section of the Bidding Document. Further, it
includes any other work not specifically mentioned but required to complete the work as per
specifications, drawings and instructions of Engineer-in-Charge.
Scope of work shall be read in conjunction with item description of Schedule of Rates and
Contractor's scope shall include all activities of work specified in the item description of Schedule
of Rates.
Rates shall include all cost for the performance of the item considering all parts of the Bidding
Document. In case any activity though specifically not covered in description of item under
`Schedule of Rates' but is required to complete the work which could be reasonably implied/
informed from the content of Bidding Document, the cost for carrying out such activity of work
shall be deemed to be included in the item rate.

4.0 SCOPE OF SUPPLY

Owners Scope of Supply: As mentioned in the Technical volume of the bidding document.
Contractors Scope of Supply: The Contractor shall supply all the materials, equipments, tools
and tackles required for the completion of work in all respect within their quoted rates.

5.0 TIME SCHEDULE

The Work shall be executed within the Time Schedule given in Appendix-I to these Special
Conditions of Contract.

6.0 CONSTRUCTION WATER & POWER SUPPLY
Construction water at one point will be provided by Owner free of cost within the plant
premises at a mutually agreed location. Further, distribution of network for Construction water as
per requirement shall be done by the Contractor at his own cost.
Construction power shall be made available by the Owner free of cost at one point within the
plant premises. Further, distribution of network for Construction power as per requirement shall
be done by the Contractor at his own cost. The construction power shall be made available to the
Contractor subject to grid disturbance, and no time extension or compensation shall be payable
on this account. Therefore, the Contractor shall within the contracted price make alternate
arrangement to cope with such eventuality. Additional power, if required, to meet the contractual
requirements, shall be arranged by the Contractor at its own cost.

No construction power and water shall be provided at the Accropodes Casting / Stacking
/Constructions Site, Quarry, etc.
7.0 LAND FOR SITE OFFICE AND RESIDENTIAL ACCOMMODATION
The owner at his discretion and convenience and for the duration of the execution of the work may
provide the land and the facility defined vide clause No 6.0 below for construction of Contractors
field office, required for the execution of the contract at the site.
The Contractor shall at his cost construct all these temporary structures and provide suitable
water supply and sanitary arrangement as approved by the Engineer-in-Charge and other
inspectorates.
Page 232 of 615
GAIL(India) Limited Completion of Balance Works for Breakwater
RGPPL LNG Terminal Project Special Conditions of Contract
Job No-6724 Page 7 of 28

EIL-SCC-6724-28

8.0 SITE FACILITES

Following facilities to be provided by the Owner.
Land for all temporary facilities for office
Availability of supplies of construction power and water
Accommodation for supervisory personnel only and on chargeable basis.
Accommodation for construction workers (Around 100 Tin shades which can
accommodate approximate 10 workers per shade) in besix camp on as is where is basis
free of cost.
Power and water supply in offices.
Use of Owners sewage treatment plant
Owner shall provide 2 (two) acres suitable land near Construction Jetty
Owner shall allow Contractor to use Construction Jetty.


9.0 DRAWINGS AND DOCUMENTS

The drawings accompanying the bid document (if any) are of indicative nature and issued for
bidding purpose only. Purpose of these drawing is to enable the bidder to make an offer in line
with the requirements of the Employer/Consultant. However no extra claim whatsoever, shall be
entertained for variation in the "Approved for Construction" and Bid document drawings"
regarding any changes/units. Construction shall be as per drawings/specifications issued /
approved by the Engineer-in-Charge during the course of execution of work. Detailed construction
drawings (wherever required) on the basis of which actual execution of work is to proceed will be
prepared by the contractor.

The drawings and documents to be submitted by the Contractor to Employer/Consultant after
award of the work as per the requirements enlisted in the bidding document shall be for
Employer/Consultant's review, information and record. The Contractor shall ensure that drawings
and documents submitted to Employer/Consultant are accompanied by relevant calculations, data
as required and essential for review of the document/ drawings. EIL shall review the drawings/
documents within two weeks from the date of submission provided the same are accompanied by
relevant calculations, data as required and essential for review.

All documents and drawings including those of Contractors sub-vendor's manufacturer's etc. shall
be submitted to Employer/Consultant after having been fully vetted in detail, approved and co-
opted by the Contractor & shall bear Contractor seal/ certifications to this effect. All
documents/drawings & submissions made to Employer/Consultant without compliance to this
requirement will not be acceptable and the delay & liability owing to this shall be to the
Contractor's account.

The review of documents and drawings by Employer/Consultant shall not absolve Contractor from
his responsibility to meet the requirements of specifications, drawings etc. and liabilities for
mistakes and deviations. Upon receiving the comments on the drawing/documents reviewed by
Employer/Consultant, Contractor shall incorporate the comments as required and ensure their
compliance.

Copies of all detailed working drawing relating to the works shall be kept at the contractors office
at the site and shall be made available to the Engineer-in-charge/ Employer/Consultant at any
time during execution of the contract. However no extra claim what so ever shall be entertained for
any variation in the approved/issued for construction drawings and tender drawings regarding
any changes/units unless otherwise agreed.

The Contractor shall rectify any inaccuracies, errors and non-compliance to contractual
requirements. Any delay occurring on this shall not construe a reason for delay/ extension.
Page 233 of 615
GAIL(India) Limited Completion of Balance Works for Breakwater
RGPPL LNG Terminal Project Special Conditions of Contract
Job No-6724 Page 8 of 28

EIL-SCC-6724-28

10.0 COMPLIANCE WITH LAWS

The Contractor shall abide by all applicable rules, regulations, statutes, laws governing the
performance of works in India, including but not limited to the following:
Contract Labour (Regulation & Abolition) Act 1970 & the centre rules, 1971 framed there under.
Payment of Wages Act.
Minimum Wages Act.
Employers Liability Act.
Factory Act.
Apprentices Act.
Workmans Compensation Act.
Industrial Dispute Act.
Environment Protection Act.
Wild life Act.
Maritime Act.
Any other Statute, Act, Law as may be applicable.

11.0 RESPONSIBILITY OF CONTRACTOR
11.1 It shall be the responsibility of the CONTRACTOR to obtain the approval for any revision and/or
modifications of the drawing decided by the CONTRACTOR, from the OWNER/ Engineer-in-
Charge before implementation. Also such revisions and/ or modifications if accepted/ approved by
the OWNER/ Engineer-in-Charge shall be carried out at no extra cost to the OWNER.
11.2 All expenses towards mobilisation at site and demobilisation, including bringing in equipment,
work force, materials, dismantling the equipment, clearing the site etc. shall be deemed to be
included in the prices quoted and no separate payments on account of such expenses shall be
entertained.
11.3 It shall be responsibility of the CONTRACTOR to provide, operate and maintain all necessary
construction equipment, steel scaffoldings and safety gadgets, cranes/ derrick and other lifting
tackles, tools and appliances to perform the work in a workman like and efficient manner and
complete all the jobs as per time schedules without any extra cost to the OWNER.
11.4 Preparing approaches and working area for the movement and operation of the cranes/ derrick,
levelling the areas for assembly and erection shall also be responsibility of the CONTRACTOR.
The CONTRACTOR shall acquaint himself with access availability facilities, such as railway
siding, local labour etc., to provide suitable allowances in his quotation. The CONTRACTOR may
have to build temporary access roads to aid his own work, which shall also be taken account of
while quoting for the work.
11.5 The CONTRACTOR shall be responsible for procurement and supply in sequence and at the
appropriate time of all equipments/ materials and consumables and his Prices for execution of
work will include of supply of all these items.
12.0 REGISTRATION OF THE CONTRACTOR WITH STATUTORY AUTHORITIES ( for Foreign
Bidders)

Within 30 days of execution of the contract agreement, the Contractor shall register themselves
and the contract at their own cost with the Reserve Bank of India, Income Tax, Sales Tax and
such other statutory authorities, as may be required under the rules and regulations governing in
India. The Contract Price shall be deemed to include all costs towards the same. A copy of all
documents related to all such registration shall be submitted to Owner for record.

Page 234 of 615
GAIL(India) Limited Completion of Balance Works for Breakwater
RGPPL LNG Terminal Project Special Conditions of Contract
Job No-6724 Page 9 of 28

EIL-SCC-6724-28

13.0 LIMITATION OF LIABILITY

Add the following at the end of Clause no.80.3 of GCC:

The final payment by the Employer/Consultant in pursuance of the Contract terms shall not mean
release of the Contractor from all of his liabilities under the Contract. The Contractor shall be liable
and committed under this contract to fulfil all his liabilities and responsibilities, till the time of
release of contract performance guarantee by the Employer/Consultant.

14.0 CONTRACT PERFORMANCE GUARANTEE

The clause no.24.0 of GCC shall stand modified to the following extent only:

As a Contract Security, the Contractor to whom the work is awarded, within 15 (Fifteen) days of
such award of contract shall furnish a Contract Performance Guarantee in favour of the
Employer/Consultant in the form of an irrevocable and unconditional Bank Guarantee as per
proforma approved by Employer/Consultant. This Bank Guarantee shall be issued by any Indian
Nationalised /Scheduled Bank or reputed International Bank as stipulated at Clause 32.0 below.
The Guarantee amount shall be 10% (Ten Percent) of the Contract Price as awarded, for the
faithful performance of the contract strictly in accordance with terms and conditions of contract.
The Guarantee shall be valid till expiry of 90 (Ninety) days after the end of Defect Liability Period.
In the event completion of works is delayed beyond the Scheduled Completion Date for any
reasons whatsoever, the Contractor shall have the validity of the guarantee suitably extended to
cover the period mentioned above.

The Employer/Consultant shall have an unqualified option under this guarantee to invoke the
Bankers Guarantee and claim the amount there under in the event of the Contractor failing to
honour any of the commitments entered into under this Contract and/or in respect of any amount
due from the Contractor to the Employer/Consultant. In case Contractor fails to furnish the
requisite Bank Guarantee as stipulated above, then the Employer/Consultant shall have the option
to terminate the Notification of Award of Work and forfeit the Bid Security/Earnest Money amount
and no compensation for the works performed shall be payable upon such termination.

Upon completion of the Works as per Completion Schedule stipulated in the Contract, the above
said guarantee shall be considered to constitute the Contractors warranty/guarantee for the work
done by him or for the Works supplied and their performance as per the specifications and any
other conditions against this Contract. The warranty/guarantee shall remain in force for 12 months
from the date of issuance of certificate of Completion and Acceptance against this Contract as per
GCC. The Contractor shall also arrange for the Performance Guarantee to remain valid until the
expiration of the guarantee period for entire works covered under the contract.

In the event of Completion of Project being delayed beyond the Scheduled Completion Date, the
Employer/Consultant may without prejudice to any other right or remedy available to the
Employer/Consultant, operate the Bank Guarantee to recover the Compensation for delay leviable
as per GCC. The Bank Guarantee amount shall thereupon be increased to the original amount, or
the Contractor may alternatively submit a fresh Bank Guarantee for the equivalent amount of
compensation for delay recovered.

15.0 TAXES AND DUTIES
15.1 The quoted prices shall be inclusive of all taxes and duties including Excise Duty, Sales Tax, VAT
(on goods consigned to Owner), Cess on account of labour welfare, WCT or VAT on Works
Contract etc., except Service Tax, as applicable with respect to Contractors scope of work/scope
of supply. Contractor shall not be compensated for any change in taxes and duties due to wrong
assessment .
Service Tax and Education Cess thereon, shall be paid extra as applicable.





Page 235 of 615
GAIL(India) Limited Completion of Balance Works for Breakwater
RGPPL LNG Terminal Project Special Conditions of Contract
Job No-6724 Page 10 of 28

EIL-SCC-6724-28

15.2 CUSTOMS DUTY
This project is entitled for NIL duty on the imported materials consigned to the Owner and required
for incorporation in the permanent works. The imported materials shall be consigned in the name
of Owner, however all other activities like clearance of Custom Duty, stevedoring or any other
activities shall be performed by Contractor at this sole cost and expenses.
15.3 INCOME TAX & CORPORATE TAX
14.3.1 The Contractor shall be exclusively responsible and liable to pay all income taxes on any
payments arising out of the Contract, whether payable in India or in any other jurisdiction.
14.3.2 Withholding tax/tax deductible at source is applicable to all payments to be made to the
Contractor. Withholding/deduction is required to be made at the rates specified in the Indian
Income Tax Act as varied by the provisions of any applicable double taxation treaty between India
and the country of citizenship of a foreign Contractor. The Indian Income Tax contains provisions
permitting deduction of tax at a lesser rate if the Contractor is able to justify to the Income Tax
Authorities such lesser rate of deduction. A deduction once made has to be deposited by the
Owner with the Income Tax Authorities in India and will not be adjustable by the Owner. It is
therefore in the interest of the Contractor that prior to release of any payment due to the
Contractor under the Contract that the Contractor obtains, from the relevant Income Tax
Authorities in India, a certificate specifying the rate of deduction/withholding of income tax at
source, failing which, payment to the Contractor shall be made by the Owner subject to the
withholding/deduction at full rates aforesaid.

- Corporate Tax Liability , if any shall be to Contractors Account
- Works Contract Tax / VAT as may be applicable shall be deducted as per the Trade Tax
Act .


16.0 STATUTORY VARIATION

The rates stated in Schedule of Rates shall not be subjected to escalation or
increase for any reason whatsoever. However, if any increase occurs in the
applicable rate(s) of sales tax, Maharashtra VAT (On Goods consigned to
OWNER) and excise duty after the date of submission of the last priced bid of the
bidder, the Owner shall reimburse the Contractor the increase in the resultant
sales tax, Maharashtra VAT (On Goods consigned to OWNER) and excise duty,
as the case may be, on satisfactory proof of payment.
Any increase in sales tax, Maharashtra VAT (On Goods consigned to OWNER)
and excise duty as above shall be admissible to the Contractor upto Contractual
Date of Completion only. However, any increase in applicable rates of sales tax,
Maharashtra VAT (On Goods consigned to OWNER) and excise duty after
Contractual Completion Date shall be to Contractors account but any decease
shall be passed on to the OWNER.
Conversely, if there is any reduction in the rates of sales tax, Maharashtra Vat
(On Goods consigned to OWNER) and excise duty after the date of the
submission of the last price bid, the Owner shall be entitled to the benefit of such
reduction by way of reduction (in addition to any other reduction or discount
provided for) from the rate(s).
Notwithstanding the forgoing, Owner shall not bear any liability in respect of:

i) Personal taxes on the personnel deployed by the Contractors, his sub-
contractors and Agents, etc.

ii) The Corporate Taxes in respect of Contractor and his Sub-contractors
and other Agents, Indian or foreign based.

iii) Any other taxes/duties/levies other than mentioned under clause a) & b)
above.

Page 236 of 615
GAIL(India) Limited Completion of Balance Works for Breakwater
RGPPL LNG Terminal Project Special Conditions of Contract
Job No-6724 Page 11 of 28

EIL-SCC-6724-28

17.0 SUBSEQUENT LEGISLATION

All duties, taxes (including sales tax on Works Contract/Trade Tax/ Turnover Tax as applicable),
fees, charges expenses, etc. (except where otherwise expressly provided in the Contract) as may
be levied/imposed in consequences of execution of the works or in relation thereto or in
connection therewith as per the Acts, Laws, Rules, Regulations in force shall be to Contractors
account. However, any new taxes/duties imposed after the date of submission of last Priced Bid
and upto the Contractual Completion Date shall be to the OWNERs account but such
Taxes/duties imposed beyond Contractual Completion Date shall be to the Contractors account.

18.0 WITHHOLDING, ACCOUNTING AND TAX REQUIREMENTS

Contractor agrees for withholding from wages and salaries of its agents, servants or employees all
sums, required to be withheld by the laws of the Republic of India or any other agency having
jurisdiction over the area where Contractor is conducting operations, and to pay the same
promptly and directly when due to the proper authority. Contractor further agrees to comply with
all accounting and reporting requirements of any Nation having jurisdiction over the subject matter
hereof and to conform to such laws and regulations and to pay the cost of such compliance. If
requested, Contractor will furnish the evidence of payment of applicable taxes, in the country (ies)
of the Contractor's and his sub-contractor(s) and expatriate employees.

19.0 IMPORT LICENCE

Contractor shall arrange import of all materials required for permanent incorporation in the Works
as well as construction equipment as per the guidelines laid down by the Government of India .
Owner / Consultant will not provide Import Licence
20.0 INTELLECTUAL PROPERTY
Neither Employer/Consultant nor Contractor nor their personnel, agents nor any sub-contractor
shall divulge to any one (other than persons designated by the party disclosing the information)
any information designated in writing as confidential and obtained from the disclosing party during
the course of execution of the works so long as and to the extent that the information has not
become part of the public domain. This obligation does not apply to information furnished or made
known to the recipient of the information without restriction as to its use by third parties or which
was in recipient's possession at the time of disclosure by the disclosing party. Upon completion of
the works or in the event of termination pursuant to the provisions of the contract, Contractor shall
immediately return to Employer/Consultant all drawings, plans, specifications and other
documents supplied to the Contractor by or on behalf of Employer/Consultant or prepared by the
Contractor solely for the purpose of the performance of the works, including all copies made
thereof by the Contractor.

21.0 STATUTORY APPROVALS
21.1 The approval from Port authority etc. required as per statutory rules and regulations of Central/
State Government shall be the responsibility of Contractor. The application on behalf of the Owner
for submission to relevant authorities along with copies of required certificate complete in all
respects shall be prepared and submitted by the Contractor well ahead of time so that the actual
construction/commissioning of the work is not delayed for want of the approval/inspection by
concerned authorities. The Contractor shall arrange the inspection of the works by the authorities
and necessary coordination and liaison work in this respect shall be the responsibility of the
Contractor. Owner shall reimburse statutory fees payable by Contractor.
21.2 Owner shall provide all back-up support, signed forms, statutory fees, attend meetings with
authorities, as well as take reasonable efforts to expedite issue of permission.
Page 237 of 615
GAIL(India) Limited Completion of Balance Works for Breakwater
RGPPL LNG Terminal Project Special Conditions of Contract
Job No-6724 Page 12 of 28

EIL-SCC-6724-28

22.0 FIRM PRICE

Prices shall be firm and fixed until the completion of work in all respect. No variation on any
account shall be payable,.
23.0 DELETED
14
24.0 WORKS CONTRACT

The work covered under this contract shall be treated as "Works Contract".

25.0 PROVIDENT FUND ACT

The Contractor shall strictly comply with the provisions of Employees Provident Fund Act and
register themselves with RPFC before commencing work. The Contractor shall deposit Employees
and Employers contributions to the RPFC every month. The Contractor shall furnish along with
each running bill, the challan/ receipt for the payment made to the RPFC for the preceding
months.

26.0 TERMS OF PAYMENT
26.1 Basis and terms of payment for making On Account Payment shall be as set out in Appendix-II
to these Special Conditions of Contract.

26.2 MOBILISATION ADVANCE
26.2.1 Contractor, if requested, shall be paid recoverable interest bearing Mobilisation Advance up to a
maximum of 10% (Ten Percent) of awarded Contract Value. The mobilization advance will attract
an interest rate (medium term) at PLR charged by SBI (applicable as on date of award) plus 5%
p.a on reducing balance basis. Mobilization Advance shall be paid to the Contractor in two
instalments after signing the contract agreement and submission of initial security deposit, in the
following manner:

FIRST INSTALLMENT

5% (Five percent) of awarded Contract value shall be payable as the first instalment of
mobilisation advance after fulfilling the following formalities by the Contractor:
Signing of contract agreement by the Contractor.

Submission of a separate bank guarantee towards Contract Performance from a Indian
Nationalised/Scheduled Bank/ International Bank as stipulated in Clause no. 64 herein in
proforma approved by Employer/Consultant towards due performance of contract equivalent to
10% of awarded contract value which shall be kept valid till up to 3 Months after expiry of defect
liability period.

Submission of a separate Bank Guarantee from a Indian Nationalised /Scheduled Bank/ reputed
International Bank as stipulated in Clause no. 64 herein in proforma approved by
Employer/Consultant equivalent to 10% of 110% of the awarded contract value covering
mobilisation advance which shall be kept valid till completion of work. However, contractor may
submit Bank Guarantee of 10% as above in two stages of 5% each for availing advance against
sub-clause 0 & 0


Page 238 of 615
GAIL(India) Limited Completion of Balance Works for Breakwater
RGPPL LNG Terminal Project Special Conditions of Contract
Job No-6724 Page 13 of 28

EIL-SCC-6724-28


SECOND INSTALMENT

Balance 5% Mobilisation Advance shall be payable to the Contractor after Contractor has
constructed site Office, storage shed, fabrication yard etc. and has physically mobilized
equipments and is ready to start the work to the entire satisfaction of Engineer -in Charge and
commencement of work at site.

RECOVERY OF MOBILISATION ADVANCE

The Mobilisation Advance together with the interest accrued, shall be recovered from each
running account bill @ 15% of gross amount of Monthly R.A. Bill in such a manner that the total
advance and interest accrued is recovered when approximate 80% of the contract value gets paid.
Balance amount, if any, remaining recovered shall be deducted in full from the pre-final bill.

CHANGE ORDERS

A change order will be initiated in case:

The Employer/Consultant directs the Contractor to include any addition to the scope of work not
covered under this contract or delete any part of the scope of the work under the contract.

Contractor requests to delete any part of the work which will not adversely affect the
operational capabilities of the project and if agreed by the Employer/Consultant and for which cost
and time benefits shall be passed on to the Employer.

Any changes required by the Employer/Consultant before giving their approval to detailed
procedure or any other document relating to material procurement, layout plans etc for complying
with the requirements of bidding document shall not be construed to be a change in the scope
of work under the contract.

Any change order as above comprising an alteration which involves a change in the cost of the
works (which sort of alteration is hereinafter called a Variation") shall be the subject of an
amendment to the contract by way of an increase or decrease in the contract price and
adjustment of the Construction Schedule if any.

If the contract provides applicable rates for the valuation of the variation in question the contract
price shall be increased or decreased in accordance with those rates. If the parties agree that
the contract does not contain applicable rates then the parties shall negotiate a revision of
the contract price which shall represent the change in cost of the works caused by the variations.
Any change order must be duly approved by the Employer/Consultant in writing.

If there is a difference of opinion between Contractor and Employer/Consultant whether a
particular work constitutes a change order or not, the matter shall be handled in accordance with
the procedures set forth in para 17.7.8 and 17.7.9 here below.

Within 10(Ten) working days of receiving the comments from the Employer/Consultant on the
documents submitted by the Contractor for approval, the Contractor's response in writing
stating which item(s) is/are potential change (s), if applicable, will be submitted to the
Employer/Consultant.


Page 239 of 615
GAIL(India) Limited Completion of Balance Works for Breakwater
RGPPL LNG Terminal Project Special Conditions of Contract
Job No-6724 Page 14 of 28

EIL-SCC-6724-28


Procedure

During execution of work if the Contractor observes that any new requirements which is not
specific or intended in the bidding document has been indicated by Employer/Consultant, they
shall discuss the matter with Employer/Consultant's representatives.

In case such requirement arises from the side of the Contractor they would also discuss
the matter with Employer/Consultant's Representative.

In either of the two cases above, the representatives of both the parties shall discuss the project
requirement and mutually decide whether the project requirement constitutes a change order.
If it is mutually agreed that the project requirement/Inquiry constitutes a "Change Order" then a
joint memorandum will be prepared to confirm a "Change Order" and basic ideas of necessary
agreed modifications.

Contractor will study the work required in accordance with the Joint memorandum and assess
subsequent schedule and cost effect if any.

The results of this study would be discussed mutually to enable Employer/Consultant to give a
final decision whether Contractor should proceed with the Change Order or not, in the best
interest of the Project.

If Employer/Consultant's representative accepts the change order in writing then Contractor shall
proceed with the work stipulated in the Change order. Time worked by all workmen employed and
a statement showing the description and quantity of all materials and plant utilised for extra
work shall be submitted to Employer/Consultant. The Employer/Consultants representative shall
sign and return to the Contractor the statement, as agreed. At the end of each month the
Contractor shall deliver to the Employer/Consultant's representative a priced statement of the
labour, materials and plant used. Whenever any dispute arises as to cost allocation between the
Contractor and the Employer/Consultant, the voucher shall nevertheless be signed by the
Employer/Consultant as a record of time worked and materials used. List and vouchers so signed
will be the subject of negotiations between the Employer/Consultant and the Contractor regarding
their costs allocation.

In case, mutual agreement as above that is whether Project Requirement constitutes a Change
order or not, is not reached, then Contractor, in the interest of the project, shall take up the
implementation of the work, if advised in writing to do so by Employer/Consultant's representative
pending settlement between the two parties to the effect whether the Project Requirement
constitutes a change order or not as per the terms and conditions of Contract Documents.

The time and cost effect in such a case shall be mutually verified for the purpose of record.
Should it be established that the said work is constituting a Change Order, the same shall be
compensated taking into account the records kept and in accordance with the contract.

Should the amount of Extra Work/ Change Order, if any, which the Contractor may be required
to perform by the Employer/Consultant, fairly entitles the Contractor to extensions of time
beyond the scheduled completion date for completion of either the whole of the works or for
such Extra Work only, the Employer/Consultant and the Contractor shall mutually discuss and
decide the extension of time, if any to be granted to the Contractor.

27.0 SUB-CONTRACTING
27.1 If the CONTRACTOR is required to engage a SUB-CONTRACTOR for any part of work, then
such Sub-Contractors shall have prior proven experience of similar work and shall require specific
approval by OWNER after award of work. Owner shall carry out approval generally within period
of 10 days from the date of submission of all relevant details.
Page 240 of 615
GAIL(India) Limited Completion of Balance Works for Breakwater
RGPPL LNG Terminal Project Special Conditions of Contract
Job No-6724 Page 15 of 28

EIL-SCC-6724-28

27.2 Following the Notification of Acceptance of Bid, the CONTRACTOR will submit to the OWNER for
approval, the details of Sub-Contractors. CONTRACTOR shall ensure that very competent and
resourceful agencies with proven track record and performance are proposed for the work to be
sub-contracted.
28.0 QUALIFICATION AND EXPERIENCE OF KEY SUPERVISORY PERSONNEL

Qualification and Experience of Key Supervisory Construction Personnel to be deployed for this
work shall be as specified in the Appendix-IV to these Special Conditions of Contract.
CONTRACTOR shall submit bio-data of Key Supervisory Personnel meeting the requirement of
this Appendix, after award, which will be reviewed and approved by Engineer-in-Charge.

29.0 INDIRECT OR CONSEQUENTIAL LOSS

The contractor shall not be liable for loss of use of any part (or full) of the works for loss of
production, loss of profit or other indirect or consequential loss or any like damage which may
suffered by the Owner in connection with the Contract


30.0 INSURANCES IN INDIA

In addition to the insurance covers specified in the General Conditions of Contract to be obtained
and maintained by the Contractor, Contractor shall at his own expense arrange, secure and
maintain insurance with reputable insurance companies to the satisfaction of the
Employer/Consultant as may be necessary and to its full value for all such amounts to protect the
works in progress from time to time and the interest of Employer/Consultant against all risks as
detailed herein. The form and the limit of such insurance as defined herein together with the
under writer works thereof in each case should be as acceptable to the Employer/Consultant.
However, irrespective of work acceptance, the responsibility to maintain adequate insurance
coverage at all times during the period of Contract shall be that of Contractor alone. Contractors
failure in this regard shall not relieve him of any of his responsibilities and obligations under
Contractor.

Any loss or damage to the equipment during ocean transportation, port/custom clearance, inland
and port handling, inland transportation, storage, erection and commissioning till such time the
Work is taken over by Employer, shall be to the account of Contractor. Contractor shall be
responsible for preferring of all claims and make good for the damage or loss by way of repairs
and/or replacement of the parts of the Work damaged or lost. Contractor shall provide the
Employer/Consultant with a copy of all insurance policies and documents taken out by him in
pursuance of the Contract. Such copies of documents shall be submitted to the
Employer/Consultant immediately upon the Contractor having taken such insurance coverage.
Contractor shall also inform the Employer/Consultant at least 60 (Sixty) days in advance regarding
the expiry cancellation and/or changes in any of such documents and ensure revalidation/renewal
etc., as may be necessary well in time.

Statutory clearances, if any, in respect of foreign supply required for the purpose of replacement
of equipment lost in transit and/or during erection, shall be made available by the
Employer/Consultant. Contractor shall, however, be responsible for obtaining requisite licenses,
port clearances and other formalities relating to such import. The risks that are to be covered
under the insurance shall include, but not be limited to the loss or damage in handling, transit,
theft, pilferage, riot, civil commotion, weather conditions, accidents of all kinds, fire, war risk
(during ocean transportation only) etc. The scope of such insurance shall cover the entire value of
supplies of equipments, plants and materials to be imported from time to time.


Page 241 of 615
GAIL(India) Limited Completion of Balance Works for Breakwater
RGPPL LNG Terminal Project Special Conditions of Contract
Job No-6724 Page 16 of 28

EIL-SCC-6724-28

All costs on account of insurance liabilities covered under this Contract will be to Contractors
account and will be included in Contract Price. However, the Employer/Consultant may from time
to time, during the currency of the Contract, ask the Contractor in writing to limit the insurance
coverage risk and in such a case, the parties to the Contract will agree for a mutual settlement, for
reduction in Value Of Contract to the extent of reduced premium amounts.

Contractor as far as possible shall cover insurance with Indian Insurance Companies, including
marine Insurance during ocean transportation.

31.0 INSURANCE IN FOREIGN COUNTRIES

The Contractor shall at his own cost arrange, secure and maintain separate insurance cover
from the reputable insurance companies, for all such amounts and for such periods as may be
necessary to protect the works, Contractor and sub-contractors personnel and the interests of the
Employer/Consultant as per of land.

The form and the limit of insurance cover taken by Contractor shall be satisfactory to applicable
laws Employer/Consultant and one copy of all insurance policies and related documents shall be
submitted to Employer/Consultant, immediately on execution. Contractor shall inform
Employer/Consultant at least 60 days before any insurance policies expire or are cancelled or
changed.

32.0 BANK GUARANTEE

The provision relating to submission of Bank Guarantee from any Nationalized Bank wherever
appearing in above documents stand replaced by the following:

Bank guarantees towards Bid Security from any Indian scheduled bank or a branch of an
International bank situated in India and registered with Reserve Bank of India as scheduled
foreign bank in case of Indian bidder and from any reputed International Bank or Indian scheduled
bank in case of foreign bidder, may be accepted. However, other than the Nationalized Indian
Banks, the banks whose BGs are furnished, must be commercial banks having net worth in
excess of Rs.1000 Million or USD 16.67 Million and a declaration to this effect should be made by
such commercial bank either in the bank guarantee itself or separately on a letter head.

Similarly, bank guarantees towards Performance and Advance Payments may be accepted from
any Indian scheduled bank or a branch of an International bank situated in India and registered
with Reserve Bank of India as scheduled foreign bank in case of Indian bidder as well as foreign
bidder. However, other than the Nationalised Indian Bank s, the banks whose BGs are furnished,
must be commercial banks having net worth in excess of Rs.1000 Million and a declaration to this
effect should be made by such commercial bank either in the bank guarantee itself or separately
on a letter head.

33.0 QUALITY ASSURANCE SYSTEM

33.1 After the award of the contract detailed quality assurance programme shall be prepared by the
CONTRACTOR for the execution of contract for various works, which will be mutually discussed
and agreed to
33.2 The CONTRACTOR shall establish document and maintain an effective quality assurance
system as outlined in recognised codes.
33.3 Quality Assurance System plans/ procedures of the CONTRACTOR shall be furnished in the
form of a QA manual. This document should cover details of the personnel responsible for the
quality assurance, plans or procedures to be followed for quality control in respect of Design,
Engineering, Procurement, Supply, Installation, Testing and Commissioning. The quality
assurance system should indicate organisational approach for quality control and quality
assurance of the construction activities, at all stages of work at site as well as at manufacturer's
works and dispatch of materials.
Page 242 of 615
GAIL(India) Limited Completion of Balance Works for Breakwater
RGPPL LNG Terminal Project Special Conditions of Contract
Job No-6724 Page 17 of 28

EIL-SCC-6724-28

33.4 The Owner or its authorized representative shall reserve the right to inspect/witness, review any or
all stages of work at shop/site as deemed necessary for quality assurance.
33.5 The CONTRACTOR has to ensure the deployment of Quality Assurance and Quality Control
Engineer(s) depending upon the quantum of work. This QA/QC group shall be fully responsible to
carryout the work as per standards and all code requirements. In case Engineer-in-Charge feels
that CONTRACTOR's QA/QC Engineer(s) are incompetent or insufficient, CONTRACTOR has
to deploy other experienced Engineer(s) as per site requirement and to the full satisfaction of
Engineer-in-Charge.
33.6 In case CONTRACTOR fails to follow the instructions of Engineer-in-Charge with respect to
above clauses, next payment due to him shall not be released unless and until he complies with
the instructions to the full satisfaction of Engineerin -charge.
33.7 The CONTRACTOR shall adhere to the quality assurance system as per EIL Specification No.
6-78-0001, Rev.0 enclosed in the Bidding Document as Appendix-V to these Special Conditions
of Contract.
34.0 SITE ORGANISATION

The CONTRACTOR shall take his overall responsibilities to execute and complete the work as per
the specifications and time schedule, and progressively deploy adequate, qualified and
experienced personnel together with skilled/ unskilled manpower and further augment the same
depending on the exigencies of work and as decided by the Engineer-in-Charge, to complete the
work within scheduled completion date, without any additional cost to OWNER.
35.0 MECHANISATION OF CONSTRUCTION ACTIVITIES AND MOBILISATION OF
CONSTRUCTION EQUIPMENTS

35.1 Mechanisation of Construction Activities
35.1.1 The Contractor shall mechanise the construction activities to the maximum extent by deploying all
necessary Construction equipment/ machinery in adequate numbers and capacities.
35.1.2 The Contractor shall acquaint himself with availability of access, facilities such as approach route,
local labour etc. and the Contractor may have to build temporary access roads to aid his work and
the quoted and agreed Prices shall be deemed to include the same.
35.1.3 For speedy execution of work, Contractor shall also ensure use of computer software for at least
the following:
a) Billing
b) Planning & Scheduling
c) Progress Reporting
d) Material Control & Warehousing
e) Safety Records
f) Resource Deployment
g) Communication
35.1.4 Contractor further ensure that Contract price should be inclusive of all the associated costs, which
he may incur for actual mobilization, required in respect of use of mechanized construction
techniques and that the Owner/ GAIL/EIL in this regard shall entertain no claim whatsoever.
35.2 Mobilization of Construction Equipments
The Contractor shall without prejudice to his responsibilities to execute and complete the work as
per the specifications and time schedule, progressively deploy adequate equipments, tools and
tackles and further augment the same depending on the exigencies of work and as decided by the
Engineer-in-Charge, to complete the work within scheduled completion date, without any
additional cost to OWNER.



36.0 TESTS AND INSPECTION OF WORKS
Page 243 of 615
GAIL(India) Limited Completion of Balance Works for Breakwater
RGPPL LNG Terminal Project Special Conditions of Contract
Job No-6724 Page 18 of 28

EIL-SCC-6724-28

36.1 The CONTRACTOR shall carry out the various tests as enumerated in the bidding document and
as per direction of Engineer-in-Charge either on field or outside/ laboratories concerning the
execution of work and supply of the material by CONTRACTOR. All the expenses shall be borne
by the CONTRACTOR and shall be considered as included in the quoted price. The inspection
shall be done by followings:

a) Representative deputed by Engineer-in-charge
b) Representative deputed by Statutory Authority

CONTRACTOR shall give prior notice sufficiently ahead of time to the Engineer-in-Charge and
also to the authorities to conduct inspection/ to witness such tests.

36.2 All the tests either on the field or at outside laboratory concerning the execution of the work and
supply of materials by the CONTRACTOR shall be carried out by the CONTRACTOR at his own
cost.
36.3 The work is subject to inspection at all times by the Engineer-in-charge. The CONTRACTOR
shall carry out all instructions given during inspection and shall ensure that the work is being
carried out according to the technical specifications of this bidding document, the technical
documents and the relevant codes of practice that will be furnished to him during performance of
work.
36.4 The CONTRACTOR shall provide for purposes of inspection, access ladders, lighting and
necessary instruments at his own cost including Low Voltage (24V) lighting equipment for
inspection of work. Compressed air for carrying out works shall be arranged by the
CONTRACTOR at his own cost.
36.5 Any work not conforming to the execution drawings, specifications or codes shall be rejected
forthwith and the CONTRACTOR shall carry out the rectifications at his own cost.
36.6 All results of inspection and test will be recorded in the inspection reports, proforma of which will
be approved by the Engineer-in-charge. These reports shall form part of the Completion
Documents.
36.7 For materials supplied by OWNER, CONTRACTOR shall carryout the tests, if required by the
Engineer-in-charge, and the cost of such tests shall be reimbursed by the OWNER at actual to the
CONTRACTOR on production of documentary evidence.
36.8 Inspection and acceptance of the work shall not relieve the CONTRACTOR from any of his
responsibilities under this contract.
36.9 Cost towards repeat tests and inspection due to failures, repairs etc. for reasons attributable to the
CONTRACTOR shall be borne by the CONTRACTOR.
36.10 Various tests as specified in specifications shall be carried out to the entire satisfaction of
OWNER/GAIL/EIL.
37.0 FINAL INSPECTION
After completion of all tests as per specification the whole work will be subject to a final inspection
to ensure that job has been completed as per requirement. If any defects noticed in the work
attributable to CONTRACTOR, these shall be attended by the CONTRACTOR at his own cost, as
and when they are brought to his notice by the OWNER or its authorized representative. OWNER
as well as its authorized representative shall have the right to have these defects rectified at the
risk and cost of the CONTRACTOR if he fails to attend to these defects immediately.








Page 244 of 615
GAIL(India) Limited Completion of Balance Works for Breakwater
RGPPL LNG Terminal Project Special Conditions of Contract
Job No-6724 Page 19 of 28

EIL-SCC-6724-28

38.0 CHECKING OF LEVELS
38.1 The CONTRACTOR shall be responsible for checking levels, orientation plan of all foundations,
foundation bolts, etc., well in advance of taking up the actual erection work and bring to the notice
of Engineer-in-Charge discrepancies, if any. In case of minor variations in levels etc. the
CONTRACTOR shall carry out the necessary rectifications to the foundations within his quoted
price.
38.2 The CONTRACTOR shall also be responsible for checking with templates, wherever necessary,
the disposition of foundation bolts with the corresponding bases of structure and shall effect
rectifications, as directed, within his contracted Prices.
39.0 COMPLETION DOCUMENTS
39.1 The CONTRACTOR shall carryout various tests as called for in bidding document either on field
or at outside approved laboratories at his own cost. All test results and related documents shall be
submitted in 6 (Six) copies as part of completion documents.
39.2 The following documents in addition to documents specified in GCC shall be submitted in hard
binder by the CONTRACTOR in 6 (Six) sets, as a part of completion documents:

a) Test Certificate from manufacturers for all supply material.
b) Any other drawing/ document/ report specified elsewhere in the bidding document
c) Field test report for Erection and Alignment of structure
40.0 HEALTH, SAFETY AND ENVIRONMENT (HSE) MANAGEMENT
40.1 The CONTRACTOR, during entire duration of the Contract, shall adhere to HSE requirement as
per spec. no. 6-82-0001, Rev 4 enclosed in the Bidding Document as Appendix-VI to these
Special Conditions of Contract.
40.2 The CONTRACTOR shall establish document and maintain an effective Health, Safety and
Environment (HSE) management system.
40.3 Oil Industry Safety Directorate (OISD) Guidelines-192 & 207

The contractor in addition to the safety measures mentioned elsewhere in the tender document
shall comply with Safety Practices during construction as mentioned in OISD-Guidelines-192 and
Contractor Safety as mentioned in OISD-Guidelines-207 enclosed with the Bidding Document as
Appendix-VII to SCC.

SINGLE POINT RESPONSIBILITY

The entire work as per Scope of Work covered under this contract shall be awarded on single
point responsibility basis.

41.0 DELETED

42.0 ENTRY PASSES, WORK PERMITS & SAFETY REGULATIONS
42.1 The works under this contract are to be carried out in areas within the plant limits. As such, the
Contractor and its Sub-Contractor and their employees and agents are required to abide by safety
and security regulations of the OWNER in force from time to time.
The Gate Pass System for the labour, other officials, vehicles etc. to be engaged by them shall be
applied in accordance with rules and regulations of RGPPL. Further, RGPPL shall have the right
to deploy its security in the entire plant site, including LNG terminal. Besides, though no Owner
enforced Work Permit System shall be implemented in the LNG area, the same shall be
applicable only in the hazardous area, like naphtha transfer etc.


42.2 Entry Passes
Page 245 of 615
GAIL(India) Limited Completion of Balance Works for Breakwater
RGPPL LNG Terminal Project Special Conditions of Contract
Job No-6724 Page 20 of 28

EIL-SCC-6724-28

42.2.1 The CONTRACTOR has to apply for photo Entry Passes for its workers and staff and the workers
and staff of its SUB-CONTRACTOR in a prescribed proforma provided by the OWNER. The
Application shall be accompanied by a Statement and Declaration in the form prescribed by the
OWNER signed by the employees for whom the Entry Passes are sought and confirmed by the
employer. The photo Entry Passes shall be issued by the OWNER for a maximum period of 3
(three) months, which will be extendable upon application of the CONTRACTOR. As a special
case Temporary Passes may be issued for a maximum period of 7 (seven) days.
42.2.2 Un-utilised/ expired Entry Passes/ Identity Cards shall have to be immediately surrendered to the
OWNER.
42.2.3 In case of the loss of an Entry Pass/Identity Card the CONTRACTOR shall immediately lodge an
FIR with the local police station and inform the Engineer-in-Charge of the loss and shall pay a
charge of Rs.150/- against Entry Pass/Identify Card lost. The CONTRACTOR is required to keep
an account and track of all Entry Passes issued and surrendered.
42.2.4 Employees of the CONTRACTOR or SUB-CONTRACTOR while working inside the Plant should
always display gate Passes/Identity Cards issued by the Security Section.
42.3 Gate Passes

To bring materials, equipment, tools and tackle and other things inside the Plant for construction
work, the CONTRACTOR has to produce proper documents of title or authority relative thereto for
inspection by personnel of the OWNER at gate. These shall be checked thoroughly by personnel
of the OWNER at the Gate and recorded in their Register before permitting the same to be
brought inside the Plant limits. It is the responsibility of CONTRACTOR to see that the entry is
duly recorded in the Register with proper Entry Number, date and signature of authorised
representative of OWNER and that the supporting challans/ documents are stamped and signed
by personnel of OWNER at the gate at the time of entry.
42.4 Work Permit
42.4.1 In order to keep the OWNER informed of the various jobs being undertaken within the Plant and to
enable the OWNER to regulate the same to ensure the observance of safety regulations relative
thereto. When work is to be carried out in hazardous areas, a Hot Work Permit is to be obtained
by the CONTRACTOR from the OWNER before start of work on jobs which are capable of
generating a flame, spark or heat e.g. gas cutting, grinding, welding, use of any electrical, diesel,
petrol or battery operated prime mover, machine, tool or equipment or generator set, mixer
machine, drilling machine, pump, crane, fort lift or hand truck or trailer or chipping or breaking of
rocks or concrete or hacksaw cutting and drilling. Similarly the CONTRACTOR is to be obtain a
Cold Work Permit from the OWNER for jobs which do not come under the category of hot work
and in respect of which there is no risk of fire e.g. transportation, backfilling of ordinary soil by
manual process, pile testing, hydro-testing, shuttering, fixing of reinforcement, hand mixed
concreting, plastering and brick work.
42.4.2 Depending on the nature of the work and the equipments and tools involved, the CONTRACTOR
shall apply for Cold/Hot Permit in a prescribed format at least 7 (seven) days before the work is
planned to start. No Work Permit shall be issued by OWNER unless proper arrangement is made
by the CONTRACTOR to ensure safe performance of the work inside the Plant limit. Job-wise and
area-wise permits shall be issued to the CONTRACTOR and for work against each permit the
CONTRACTOR shall post at site at least one Construction Supervisor and one Safety Supervisor
of required level to ensure the due observance of all safety requirements.
42.5 Vehicle Permit
42.5.1 Permits are to be obtained separately for entry/use of vehicles/trailers and other mobile
equipments inside the Plant limits. All the vehicles of CONTRACTOR should have a valid PUC
certificates. The following requirements are to be met to obtain vehicle permit:
a) Vehicle/Equipment shall be in good condition and fitted with spark arrestor.
b) Vehicles should carry, wherever applicable, Valid Road tax certificate and fitness certificate
from the Competent authority and insurance policy.
c) Valid operating/driving license of driver/operator.
42.5.2 Validity of the Permit
a) Any Hot or Cold Work Permit issued is valid only for 24 hours.
Page 246 of 615
GAIL(India) Limited Completion of Balance Works for Breakwater
RGPPL LNG Terminal Project Special Conditions of Contract
Job No-6724 Page 21 of 28

EIL-SCC-6724-28

b) Thereafter the validity of the Permit must be renewed for each shift (Morning & Evening) by
the shift in-charge/shift representative of the OWNER.
c) The permit may be renewed for a maximum period of one month from the date of issue and
if extension is required, the CONTRACTOR has to apply for a fresh permit.
d) A permit is not valid for work on holidays unless special permission of the OWNER is
obtained for the purpose.
42.6 Safety Regulations
42.6.1 Regarding Work Permit
a) The work shall be carried out inside the Plant limits to conform to the OWNERS safety
section and in accordance with any instructions of Engineer-in-Charge issued from time to
time. Sometimes working hours may be drastically reduced or increased to satisfy safety
requirements and the CONTRACTOR shall meet these requirements without any time and
cost implications. No claim for idling of machinery, plant, manpower or equipment shall be
entertained for reason of delay in the issue of a Work Permit and it shall be the exclusive
responsibility of the CONTRACTOR to apply for, pursue and obtain the requisite Work
Permit(s) well in advance of the relative requirement(s).
b) The CONTRACTOR shall abide by all safety regulations of the plant and ensure that safety
equipment for specific jobs as stipulated in the Factories Act Safety Handbook is issued to
all employees during the execution of work, failing which all the works at site shall be
suspended.
42.7 Regarding Hot Work
a) When doing hot work inside the plant the CONTRACTOR must ensure that the fire hose is
hooked up with a fire water system and extended to the work spot. In addition, at least one
fire extinguisher must be kept near the working spot. The area around and below the place
of hot work must be adequately protected from sparks and hot metals by a booth made of
asbestos, cloth/sheet and by wetting with water. In addition, depending on the location and
hazard of the work, the CONTRACTOR shall at its own cost arrange sufficient number of
additional fire hoses and such fire fighting equipment of approved quality as may be
required at his own cost to carry out hot job inside the plant.
b) Welding & electrical cables should be of approved quality and no jointing or loose
connection shall be permitted.
c) At the end of the working day the CONTRACTOR must inform the electrical section to
switch off power at sub-station end.
d) The CONTRACTOR must provide cotton clothes, safety shoe, safety helmet, safety belt,
and hand gloves of approved quality to his workers to meet the safety requirement of
various jobs to be carried out inside the Plant.
42.8 Regarding use of Vehicle
a) Vehicle must not ply on any road within the Plant limit at a speed exceeding 20 KM/hr.
b) Mobile cranes, loaded trucks and trailers must not exceed speed limit of 15 KM/hr inside the
plant.
c) No crane is allowed to move inside the plant with load.
d) No vehicle is allowed to be parked inside the plant.



43.0 NAVIGATION
Page 247 of 615
GAIL(India) Limited Completion of Balance Works for Breakwater
RGPPL LNG Terminal Project Special Conditions of Contract
Job No-6724 Page 22 of 28

EIL-SCC-6724-28

43.1 The CONTRACTOR shall comply with all orders and directions given to him from time to time by
the Engineer-in-Charge to secure the safety of navigation or preserve the conservancy and shall
comply in every way with their requirements in respects of marking lights and watching the works
or any structure, craft or equipment which may be used for the construction of works.
The CONTRACTOR shall give due notice in writing to the Engineer-in-Charge of his intention to
move floating plant and/or craft.
43.2 The CONTRACTOR shall always keep the main navigation channel in the vicinity of his works free
and unobstructed for the movement of crafts that may be using the channel, the main navigation
channel will be marked out. All floating obstructions and structures which are likely to endanger
the traffic using the channel shall be properly marked out by buoys and lighted up during night to
the requirement of Engineer-in-Charge.
43.3 The CONTRACTOR shall install and maintain such marker buoys as may be necessary to define
the extent of site and as decided by the Engineer-in-Charge.
43.4 All lights or markers installed by the CONTRACTOR shall be of adequate size and range so as to
clearly visible at all times and shall be screened adequately so that they do not cause confusion
and interfere with the port trust navigation light or other markings in the vicinity.
43.5 The CONTRACTOR shall not cause to violate the rules and regulations in respect of the
navigation of respective State Government / Defense establishments such as Indian Navy Coast
Guards etc.
44.0 TIDAL WORKING
The work shall have to be undertaken in tidal waters and open sea conditions. The
CONTRACTOR shall allow for all such necessary working and for all delays and damage due to
weather and wave action in his program and in his price affixed to the Schedule of Prices.
45.0 DIVING OPERATION
45.1 Any diving work shall be carried out in accordance with the dividing operation Regulations of the
Government of India.
45.2 Before any diving work is undertaken the CONTRACTOR shall supply the Engineer-in-Charge
with two copies of the Code of signals to be employed and is to have a copy of such code
prominently displayed on the craft or structure from which the operations take place.
45.3 When divers are employed the CONTRACTOR is to arrange for competent linesmen to be in
attendance at all times during diving operations. Complete equipment and a standby diver must
be ready for use whenever operations by a single diver and in progress.
45.4 If divers are employed the CONTRACTOR shall make available at such times as the Engineer-in-
Charge may direct a diving boat with all necessary equipment and attendance to enable
inspection of under water work to be made by the Engineer-in-Charge. The CONTRACTOR shall
provide a stand-by diver with independent equipment during the period of the inspection. All the
above shall be provided at the expense of the CONTRACTOR.













Page 248 of 615
GAIL(India) Limited Completion of Balance Works for Breakwater
RGPPL LNG Terminal Project Special Conditions of Contract
Job No-6724 Page 23 of 28

EIL-SCC-6724-28

46.0 REMOVAL OF SUNKEN PLANT, WRECKS, OBSTRUCTIONS
The CONTRACTOR shall forthwith dispatch at his own cost raise and remove any craft or plant
(floating or otherwise) belonging to him or to any sub-CONTRACTOR employed by him (including
also any plant which is held by the CONTRACTOR or any sub-CONTRACTOR under agreement
for hire-purchase), which may be sunk in the course of construction, completion or maintenance of
the works or otherwise deal with the same as the Engineer-in-Charge may direct and until the
same shall be raised and removed by the CONTRACTOR shall set all such buoys and display at
night such lights and do all such things for the safety of navigation as may be required by the
Owner/Engineer-in-Charge. In the event of the CONTRACTOR not carrying out his obligation
imposed upon him by this clause Owner may provide buoy and light around such sunken craft or
plant and raise and remove the same and the CONTRACTOR shall refund to the Owner all costs
incurred in connection therewith.
47.0 WATER BORNE VESSELS AND/OR CONSTRUCTION PLANT

47.1 If any plant (floating or otherwise) belonging to or hired by the CONTRACTOR or any sub-
CONTRACTOR or any person employed by the CONTRACTOR or by any sub-CONTRACTOR or
any materials or things therein or there from sink (in water or unstable ground) from any cause
whatsoever, it shall immediately be reported by the CONTRACTOR to the competent authorities
and the Engineer-in-charge and CONTRACTOR shall forthwith, at his cost raise and remove any
such plant, materials or things or otherwise deal with the same as the Engineer may direct.
47.2 The fact that such sunken plant, materials or things are insured or have been declared a total loss
or do not represent any further value shall not absolve the CONTRACTOR from his obligations
under this clause to raise and remove the same.
47.3 Until such sunken plant or materials or things have been raised and removed, the CONTRACTOR
shall set such buoys or markers as appropriate and display at night such lights and do all such
things for the safety as may be required by the competent authorities or by Engineer-in-charge.
47.4 In the event of the CONTRACTOR not carrying out the obligations imposed or on him by this
clause, the Owner may cause to set buoy or markers and display at light on such plant and raise
and remove the same without prejudice to the right of the Owner to hold the CONTRACTOR liable
and all expenses and consequences thereon and incidental there to shall be borne by the
CONTRACTOR and shall be recoverable from him as a debt by the Owner or may be deduced by
the Owner from any money due or which may become due to the CONTRACTOR.
48.0 MEASURES FOR PROTECTION OF ENVIRONMENT DURING CONSTRUCTION
48.1 The CONTRACTOR shall comply with all the conditions laid down by the local pollution control
authority, Ministry of Environment & Forest and other agencies. The CONTRACTOR shall not
carry out any activity contravening their requirements and guidelines.
48.2 The following requirements shall be complied with. This is not intended to be exhaustive and all
encompassing.
i) Adequate sanitation facilities & cooking fuel shall be provided to the labourers to avoid tree
felling and nuisance in the area.
ii) Cutting of trees shall be avoided. In case this is considered essential, the CONTRACTOR
shall obtain written approval from the concerned local authority prior to cutting of trees.
iii) All necessary measures shall be taken to avoid accidental leakage or spillage of oil or any
other hazardous or handful waste materials.
iv) Sewage and other wasters shall not be disposed directly into sea.
v) The CONTRACTOR is deemed to have recognized any restrictive features of the site and/or
specific requirements of the work and made due allowance for it in the work to be performed
by him.
Page 249 of 615
GAIL(India) Limited Completion of Balance Works for Breakwater
RGPPL LNG Terminal Project Special Conditions of Contract
Job No-6724 Page 24 of 28

EIL-SCC-6724-28

vi) Hydro-test water in the pipeline containing corrosion inhibitors, biocides etc. shall not be
dumped into the sea.
49.0 ADVERSE PHYSICAL OBSTRUCTIONS OR CONDITIONS

33.1 If, during the execution of the works the Contractor encounters physical obstructions or
physical conditions, other than climatic conditions on the site, which obstructions were in
his opinion, not foreseeable by an experienced Contractor, the Contractor shall forthwith
give notice thereof to the Engineer-in-Charge with a copy to the Owner. On receipt of
such notice, the Engineer-in-Charge shall, if in his opinion such obstructions or conditions
could not have been reasonably foreseen by an experienced Contractor, after due
consultation with the Owner and the Contractor, determine any extension of time to which
the Contractor is entitled and shall notify the Contractor accordingly, with a copy to the
Owner. Such determination shall take account of any instruction which the Engineer-in-
Charge may issue to the Contractor in connection therewith, and any proper and
reasonable measures acceptable to the Engineer-in-Charge which the Contractor may
take in the absence of specific instructions from the Engineer-in-Charge. Contractor shall
be entitled for time extension on account of such physical obstruction.
33.2 In case such physical obstruction is on account of sunken plants/wrecks/ships, occurred
during execution of the contract, the Contractor shall remove such obstruction and shall
be eligible for time extension as well as cost reasonably incurred on such activity in
accordance with the provisions of the Bidding Document, provided that such sunken
plants / wrecks / ships are not pertaining to contractor or his sub-contractor and also such
plants/wrecks/ships have not sink on account of reasons attributable to contractor or his
sub-contractor.
50.0 CONTRACTORS TEMPORARY MOORINGS
Should the CONTRACTOR for the purpose of the Contract desire to provide temporary mooring
for his craft and floating plant, he will be allowed to do so in positions and manners approved by
the Engineer-in-Charge. The CONTRACTOR shall not lay such moorings so as to interfere with
traffic in the waterways and such moorings shall be removed if and when required by the
Engineer-in-Charge.
51.0 LICENSE TO OPERATE IN INDIAN WATER

Foreign Bidders to note that they are required to obtained license to operate in Indian Water as
per Govt. Guidelines from Director General of Shipping Ministry of Surface Transport before the
commencement of work. However, any recommendatory letter required for the above same shall
be given by owner on specific request without any cost and price implication.
52.0 GOVERNMENT OF INDIA NOT LIABLE
It is expressly understood and agreed by and between the Contractor and the Owner that the
Owner is entering into this agreement solely on its own behalf and not on behalf of any other
person or entity. In particular, it is expressly understood and agreed that the Government of India
is not a party to this agreement and has no liabilities, obligations or rights there under. It is
expressly understood and agreed that the Owner is an independent legal entity with power and
authority to enter into contracts, solely in its own behalf under the applicable laws of India and
general principles of Contract Law. The Contractor expressly agrees, acknowledges and
understands that the Owner is not an agent, representative or delegate of the Government of
India. It is further understood and agreed that the Government of India is not and shall not be
liable for any acts, omissions, commissions, breaches or other wrongs arising out of the contract.
Accordingly, Contractor hereby expressly waives, releases and foregoes any and all actions or
claims, including cross claims, impleader claims or counter claims against the Government of
India arising out of this contract and covenants not to sue to Government of India as to any
manner, claim, cause of action or things whatsoever arising of or under this agreement.
Page 250 of 615
GAIL(India) Limited Completion of Balance Works for Breakwater
RGPPL LNG Terminal Project Special Conditions of Contract
Job No-6724 Page 25 of 28

EIL-SCC-6724-28

53.0 INTERFERENCE WITH TRAFFIC AND ADJOINING PROPERTIES

All operations necessary for the execution and completion of the Works and the remedying of any
defects therein shall, so far as compliance with the requirements of the Contract permits, be
carried on so as not to interfere unnecessarily or improperly with:

a) the convenience of the public or

b) the access to, use and occupation of public or private roads, railway or any other right of
way and footpaths to or of properties whether in the possession of the owner or of any
other person

The Contractor shall keep harmless and indemnify the owner in respect of all claims proceedings,
damages, costs, charges and expenses whatsoever arising out of, or in relation to any such
matters insofar as the Contractor is responsible therefore.

54.0 DELETED
55.0 DELAY IN PAYMENT

Owner shall make the payment within 30 days from the date of submission of bill, provided that
the bills are correct and do not have any discrepancy. Any delay in payment beyond 30 days shall
entitle Contractor to charge interest at the rate of PLR charged by SBI (applicable as on date of
award).

56.0 PAYMENT SECURITY

RGPPL shall provide security mechanism by way of stand by Letter of Credit of an amount
equivalent to Rupees Forty Crores within three months from the date of award of contract. The
provision of Letter of Credit facility shall also be made for RA Bills payment.
57.0 OFFSHORE POLLUTION RESPONSIBILITY

In the performance of any and all services and the Works hereunder by the Contractor or his sub-
Contractors, the Contractor shall accept full responsibility for compliance with all applicable laws
and Governmental orders, rules and regulations as amended from time to time relating to pollution
and any extra cost resulting there from shall be to Contractors Account. Contractor and his sub-
Contractor(s) shall also comply with any additional provisions as may be notified to the Contractor
by the Owner without in any way limiting the generally of the preceding sentences, it is specifically
agreed that the Contactor shall comply with the following :

i) Solid waste, such as tins, bottles or any form of trash must be transported to shore in
appropriate containers.
ii) Solid combustible waste may be burned and the ashes may be disposed of into the sea.
iii) Edible garbage which may be consumed by aquatic life without harm may be disposed of
into the sea.
iv) All waste oil and greases shall be placed in containers and taken ashore for disposal. The
Contractor shall either curb all areas subject to contamination and connect these to a
collecting tank or sump or provide drip pans under any equipment or area where
pollutants might logically originate and connect these pans to a sump.
v) Care will be taken to secure all deck cargo in such a manner as to ensure that the cargo,
its covers (plastic or tarpaulins) or its fastenings will not be lost into the sea.

Page 251 of 615
GAIL(India) Limited Completion of Balance Works for Breakwater
RGPPL LNG Terminal Project Special Conditions of Contract
Job No-6724 Page 26 of 28

EIL-SCC-6724-28

The Contractor agrees to inform himself and his supervisors of such laws, orders and regulations
and to make all his employees and the sub-Contractors fully cognizant of their responsibilities.
The Engineer-in-charge will discuss interpretations and applications of the laws, orders and
regulations referred above with the Contractors Representative or Construction Superintendent,
but such discussion shall not in any way relieve the Contractor of his responsibility hereunder. In
addition and without in any way limiting, restricting or prejudicing any of the Owners other rights
and remedies, whether arising under any other provisions of this Contract or under any rule of law,
the Contractor shall :

i) Clean up and remove any pollution resulting from its non-compliance with the provisions
of this section, at his cost and expense; and

ii) If the Contractor fails to do so, the Owner may clean up and remove the pollution in which
case the Contractor shall reimburse the Owner upon receipt of bill therefore from the
Owner the cost of such clean up and removal.

58.0 CONSTRUCTION WORKERS WELFARE CESS.

i) The contractor must be registered with the concerned authorities under the Building and
other Construction Workers (RE&CS) Act, 1996 or in case of non-registration, the
contractor should obtain registration within one month of the award of contract.

ii) The contractor shall be responsible to comply with all provisions of the Building and Other
Construction Workers (RE&CS) Act, 1996, the Building and other Construction Workers
Welfare Cess Act, 1996, the Building and other Construction Workers (RE&CS) Rules,
1998 and the Building and other Construction Workers Welfare Cess Rules, 1998.

iii) Cess, as per the prevailing rate, shall be deducted at source from bills of the contactors by
the Engineer-in-Charge and remitted to the Secretary, Building and other Construction
Workers Welfare Board of the concerned State. The contactor shall be responsible to
submit final assessment return of the Cess amount to the assessing officer after adjusting
the Cess deducted at source.
59.0 WEATHER CONDITIONS
a) The Contractor shall bear all cost and delays due to adverse weather conditions/weather
down time experienced during the onshore part of the works including load out and tie
down under the contract.
b) The Contractor shall bear all the cost and delays due to adverse weather
conditions/weather down time experienced during the tow-out / sail-out and transportation
of works.
c) The Contractor shall bear all the costs and delays due to adverse weather
conditions/weather down time of the constructional plant and equipment/marine spread,
etc experienced during the execution of the works at offshore site.
d) The Time Schedule shall be inclusive of Monsoon Period as defined at Clause No 2.2
above.
60.0 SPECIFICATION FOR DOCUMENTATION REQUIREMENTS FROM CONTRACTORS AND
SPECIFICATION FOR DOCUMENTATION REQUIREMENTS FROM SUPPLIERS

The Specification for Documentation Requirements from Contractor and Specification for
Documentation Requirements from Supplier are attached as Annexure-VIII to SCC

61.0 SUPPLY OF STEEL & CEMENT

The Contractor shall purchase Steel & Cement from the manufacturers or their stockists as listed
in Annexure-IX to SCC.
Page 252 of 615
GAIL(India) Limited Completion of Balance Works for Breakwater
RGPPL LNG Terminal Project Special Conditions of Contract
Job No-6724 Page 27 of 28

EIL-SCC-6724-28

62.0 REQUIREMENT OF EMPLOYMENT VISA FOR FOREIGN NATIONALS

All foreign nationals coming to India for execution of Projects/Contracts will have to apply for
Employment Visa only and that grant of Employment Visa would be subject to strict adherence of
following norms:

i) Employment Visa is granted only for the skilled and qualified professionals or to a person
who is being engaged or appointed by a Company, Organisation, Industry or Undertaking
etc. in India on contract or employment basis at a senior level, skilled position such as
technical expert, senior executive or in managerial position etc.

ii) Request for Employment Visa for jobs for which large number of qualified Indians are
available, is not considered.

iii) Under no circumstances an Employment Visa is granted for routine, ordinary secretarial /
clerical jobs.

Bidders are advised in their own interest to check latest Visa rules from Indian Embassy / High
Commission in their country in case foreign nationals are required to be deputed to India during
execution of the Contract.

62.0 REQUIREMENT OF PAN FOR FOREIGN BIDDER

In case of Foreign Bidder, it is mandatory to furnish Permanent Account Number (PAN), as per
the Indian Income Tax requirements, failing which Foreign Bidder shall be responsible for any
additional tax deduction at source as per the provisions of the Indian Income Tax Act/Rules. The
PAN shall be furnished before release of any payment or within one month of award of work,
which ever is earlier.

63.0 PORT DUES

Any old dues on account of Statutory charges payable to the statutory authorities related to
making the existing construction jetty operational shall be borne by RGPPL . However , all other
charges like fresh statutory charges , wharfage , pilotage etc , for using Construction jetty shall be
borne by Contractor
64.0 COMPENSATION FOR EXTENDED STAY

64.1 The clause no. 87 (vi) of GCC is modified to the following extent:
In case the time of completion of work is delayed beyond the time schedule indicated in the
bidding document plus a grace period equivalent to 1/5th of the time schedule or 8 weeks
whichever is more, due to reasons solely attributable to Employer/Consultant, the contractor shall
be paid extended stay compensation in order to maintain necessary organizational set up and
construction tools, tackles, equipments etc. at site of work. The bidder shall mention the rate for
such extended stay compensation per month in the 'Priced Part" which will be considered for
evaluation. The period for the purpose of evaluation shall be 1/5th of the time schedule or 1 (One)
month whichever is less.

In case bidder does not indicate the rate for extended stay compensation as per the proforma in
Priced Part or do not submit the proforma of extended stay compensation, it will be presumed that
no extended stay compensation is required to be paid to the contractor and evaluation of the bids
shall be carried out accordingly..

In case the completion of work is delayed beyond a period of one month after the grace period
then both the Employer/Consultant and the Contractor shall mutually decide the future course of
action including payment of further extended stay compensation.

Bidder to note that in case they don't indicate the rate for extended stay compensation as per
proforma or donot submit the proforma of extended stay compensation, provisions of clause no. 0
will not be applicable for them.

Page 253 of 615
GAIL(India) Limited Completion of Balance Works for Breakwater
RGPPL LNG Terminal Project Special Conditions of Contract
Job No-6724 Page 28 of 28

EIL-SCC-6724-28

65.0 ABNORMALLY HIGH RATED ITEMS (AHR ITEMS)

Clause No. 20.0 of GCC is modified to the following extent:
"In items rate contract where the quoted rates for the items exceed 50% of the owners/ estimated
rates, such items will be considered as Abnormally High Rates Items (AHR) and payment of
AHR items beyond the SOR stipulated quantities shall be made at the least of the following rates:
i) Rates as per SOR, quoted by the Contractor.
ii) Rate of the item, which shall be derived as follows:
a) Based on rates of machine and labour as available from the contract
(which includes contractor's supervision, profit, overheads and other
expenses).
In case rates are not available in the contract, rates will be calculated based on prevailing market
rates of machine, material and labour plus 15% to cover contractor's supervision profit, overhead
& other expenses.

Page 254 of 615

TIME SCHEDULE
[APPENDIX- I TO SPECIAL CONDITIONS OF CONTRACT]
Page 255 of 615

Page 1 of 1

GAIL (India) Limited Appendix to SCC
RGPPL LNG Terminal Project Balancec works for breakwater
Job Number: 6724 Time Schedule

TIME SCHEDULE


NAME OF WORK

TIME SCHEDULE

COMPLETION OF BALANCE WORKS OF BREAK WATER
AT LNG TERMINAL OF M/S RATNAGIRI GAS AND POWER
PRIVATE LIMITED, DABHOL (MAHARASHTRA), INDIA

(BIDDING DOCUMENT NO. AK/6724-000-12-42-CR-T-
9602/1045)


30 Months (Thirty
Months)

NOTES:

a) The time of completion shall be reckoned from date of Issue of
Fax/ Letter of Intent.

b) The time of completion given above includes mobilisation at site,
and completion of all work in all respects, preparation &
submission of Reports and demobilisation, in line with all the
provisions of the Bidding Document, to the entire satisfaction of
OWNER/Engineer-in Charge.



(STAMP & SIGNATURE OF BIDDER)


Page 256 of 615

TERMS OF PAYMENT
COMPLETION OF BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL
Document No.
6724-00-11-41-TP-4001
Rev 0
Page 1 of 10


Template No 5-0000-0001-T3 Rev 1 Copyrights EIL All rights reserved








TERMS OF PAYMENT
FOR COMPLETION OF BREAKWATER



PROJECT: COMPLETION OF BALANCE WORKS OF BREAKWATER
OWNER : RATNAGIRI GAS & POWER PVT. LTD (RGPPL)
JOB NO. : 6724
Page 257 of 615

TERMS OF PAYMENT
COMPLETION OF BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL
Document No.
6724-00-11-41-TP-4001
Rev 0
Page 2 of 10


Template No 5-0000-0001-T3 Rev 1 Copyrights EIL All rights reserved
1.0 ON ACCOUNT PAYMENTS
Progress Payments shall be released to CONTRACTOR against monthly running account bills duly certified by Engineer-in-charge
after affecting the necessary deductions/recovery of mobilisation advance and any other deductions as per the Contract. The
basis for payment against various items shall be as below:
- 95% progressively on completion of work on pro-rata basis as per payment milestones enclosed herewith and certified in
monthly progress bill.
- 5% on completion of all work in all respects and acceptance thereof including handing over and submission of completion
documents including drawings, schematics, manuals etc.

NOTE:
a) Further stage wise payment schedule shall be decided jointly by Engineer-in-charge and Contractor after the award of the
contract but before commencement of the work.
b) Payments shall be made after necessary deductions on account of income tax, mobilisation advance and other deductions,
as applicable, as per the provisions of the Contract and as required under the law.
c) The total Lumpsump price for item No. 1 of Schedule of Prices should not exceed 10 (Ten) percent of the total contract
value and the total lumpsump price for item No. 2 of Schedule of Prices should also not exceed 10(Ten) percent of the total
contract value. In case the Lumpsump price quoted against item No. 1& 2 individually exceeds the above limit the excess
amount shall be payable only in final bill.
d) Payment of monthly invoices shall be made by the Owner within 30 (thirty) days from the date of submission of invoices.
Payment of monthly invoices shall not be deemed to effect in any manner Contractors responsibility for carrying out the
whole works in accordance with the requirements of the contract until certification of the whole of the works and acceptance
thereof by owner/ Engineer-in-Charge.





Page 258 of 615

TERMS OF PAYMENT
COMPLETION OF BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL
Document No.
6724-00-11-41-TP-4001
Rev 0
Page 3 of 10


Template No 5-0000-0001-T3 Rev 1 Copyrights EIL All rights reserved
PAYMENT MILESTONES

S.NO ITEM PAYMENT MILESTONE DESCRIPTION OF ITEM/
MODE OF
MEASUREMENT
PERCENTAGE
FOR RELEASE OF PAYMENT

1. MOBILISATION / DEMOBILISATION
A. MOBILISATION
(Equipment as presented by
Contractor, taking into account the
Min. Construction Equipment defined
in the tender)
1. MOBILISATION OF ALL QUARRY
EQUIPMENT AT QUARRY SITE
INCLUDING DRILL & BLAST
EQUIPMENT, LOADERS, AND
DUMPERS
LUMPSUM ON
COMPLETION OF
MILESTONE
ACHIEVEMENT
15% of total price quoted
against sub item A, B, C & D of
SL. No 1
2. MOBILISATION OF BATCHING PLANT
AND CASTING EQUIPMENT FOR
ACCROPODES INCLUDING
TRANSPORTATION EQUIPMENT
LUMPSUM ON
COMPLETION OF
MILESTONE
ACHIEVEMENT
15% of total price quoted
against sub item A, B, C & D of
SL. No 1
3. MOBILISATION OF MARINE SPREAD LUMPSUM ON
COMPLETION OF
MILESTONE
ACHIEVEMENT
20% of total price quoted
against sub item A, B, C & D of
SL. No 1
B. TEMPORARY WORKS INCLUDING
DOCK, LOAD OUT STRUCTURES,
TEMPORARY JETTY ETC.,
COMPLETION OF LOAD OUT JETTY/DOCK. LUMPSUM ON
COMPLETION OF
MILESTONE
ACHIEVEMENT
15% of total price quoted
against sub item A,B, C & D of
SL. No 1
C. MOBILISATION OF DREDGING
EQUIPMENT
MOBILISATION OF DREDGING
EQUIPMENT.
LUMPSUM ON
COMPLETION OF
MILESTONE
ACHIEVEMENT
20% of total price quoted
against sub item A, B, C & D of
SL. No 1
D. DEMOBILISATION OF DREDGING
EQUIPMENT
DEMOBILISATION ALL EQUIPMENT
(MARINE AND QUARRY EQUIPMENT,
ETC.)
LUMPSUM ON
COMPLETION OF
MILESTONE
ACHIEVEMENT
10% of total price quoted
against sub item A, B, C & D of
SL. No 1
Page 259 of 615

TERMS OF PAYMENT
COMPLETION OF BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL
Document No.
6724-00-11-41-TP-4001
Rev 0
Page 4 of 10


Template No 5-0000-0001-T3 Rev 1 Copyrights EIL All rights reserved

2. DEVELOPMENTS
A DEVELOPMENT OF QUARRY ACQUISITION OF QUARRY, REMOVAL OF
OVER BURDEN, COMPLETION OF ROADS
FROM QUARRY TO LOADOUT POINTS
AND COMPLETION OF TRIAL BLAST.
LUMPSUM ON
COMPLETION OF
MILESTONE
ACHIEVEMENT
80% of total price quoted against
sub item A & B of SL. No 2
B DEVELOPMENT OF CASTING AND
STOCKPILING YARDS ETC.
LEVELLING OF CASTING/ STOCKING
YARDS, COMPLETION OF ROADS FROM
YARDS TO LOADOUT POINT, SETUP OF
BATCHING PLANT WITH MOULDS FOR
ACCROPODES AND COMMENCEMENT OF
ACCROPODE CASTING.
LUMPSUM ON
COMPLETION OF
MILESTONE
ACHIEVEMENT
15% of total price quoted against
sub item A & B of SL. No 2
Page 260 of 615

TERMS OF PAYMENT
COMPLETION OF BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL
Document No.
6724-00-11-41-TP-4001
Rev 0
Page 5 of 10


Template No 5-0000-0001-T3 Rev 1 Copyrights EIL All rights reserved

3. COMPLETION OF BREAKWATER
SURVEYS, ENGINEERING AND MODELLING
A

ENGINEERING, SURVEYING AND
MODELLING
1. BASIC ENGINEERING BEFORE
MODELS, COMPLETION OF
DETAILED ENGINEERING, AFC
DRAWINGS AND FINALISATION OF
CONSTRUCTION METHOD
STATEMENTS
LUMPSUM ON COMPLETION
OF MILESTONE
ACHIEVEMENT
95% of total price quoted
against sub item A.1 of
SL. No 3
2. INITIAL SURVEY (ECHOSCOPE +
DIVERS)
LUMPSUM ON COMPLETION
OF MILESTONE
ACHIEVEMENT
95% of total price quoted
against sub item A.2 of
SL. No 3
3. COMPLETION OF 2D AND 3D
MODEL TESTING OF
BREAKWATER
LUMPSUM ON COMPLETION
OF MILESTONE
ACHIEVEMENT
95% of total price quoted
against sub item A.3 of
SL. No 3
B ALL BREAKWATER, DREDGING AND
OFFSHORE SURVEYS EXCEPT THE
INITIAL SURVEY OF ITEM A.2
MONTHLY ON PRORATA BASIS TO
QUANTITY OF MATERIAL
PLACED
95% of total price quoted
against sub item B of
SL. No 3
CORE
C QUARRYING OF CORE MATERIAL,
STOCKPILING, TESTING AND LOADING TO
BARGE

1. QUARRYING OF CORE MATERIAL &
STOCKPILING
MONTHLY ON PRORATA BASIS TO THE
QUANTITY OF CORE
MATERIAL QUARRIED
85% of total price quoted
against sub item C of
SL. No 3
2. TESTING & LOADING TO BARGE MONTHLY ON PRORATA BASIS TO THE
QUANTITY OF CORE
MATERIAL QUARRIED
10% of total price quoted
against sub item C of
SL. No 3
Page 261 of 615

TERMS OF PAYMENT
COMPLETION OF BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL
Document No.
6724-00-11-41-TP-4001
Rev 0
Page 6 of 10


Template No 5-0000-0001-T3 Rev 1 Copyrights EIL All rights reserved
D 1. TRANSPORTATION OF CORE MATERIAL
TO SITE AND PLACING IN BREAKWATER
AFTER REMOVAL OF SOFT MATERIALS
IF ANY, AS PER SPECIFICATIONS
MONTHLY ON PRORATA BASIS TO THE
QUANTITY OF CORE
MATERIAL PLACED
95% of total price quoted
against sub item D.1 of
SL. No 3
2. RESHAPING OF EXISTING CORE
MATERIAL AND PLACING WITHIN THE
THEORETICAL LIMITS OF CORE IN
SECTIONS
MONTHLY ON PRORATA BASIS TO THE
QUANTITY OF CORE
MATERIAL PLACED
95% of total price quoted
against sub item D.2 of
SL. No 3
E.

SECONDARY ARMOUR ROCKS (UNDELAYER AND BERM)
1. QUARRYING OF SECONDARY ARMOUR
& STOCKPILING
MONTHLY


ON PRORATA BASIS TO THE
QUANTITY OF SECONDARY
ARMOUR QUARRIED
85% of total price quoted
against sub item E.1 &
E.2 of SL. No 3
2. TESTING AND LOADING TO BARGE MONTHLY ON PRORATA BASIS TO THE
QUANTITY OF SECONDARY
ARMOUR QUARRIED
10% of total price quoted
against sub item E.1 &
E.2 of SL. No 3
3. TRANSPORTATION OF SECONDARY
ARMOUR TO SITE AND PLACING IN
BREAKWATER AS PER SPECIFICATIONS
MONTHLY ON PRORATA BASIS TO THE
QUANTITY OF SECONDARY
ARMOUR PLACED
95% of total price quoted
against sub item E.3 of
SL. No 3
F.


BIG ARMOUR ROCKS OF THE TOE BERM
1. QUARRYING OF BIG ROCKS OF THE TOE
& STOCKPILING
MONTHLY


ON PRORATA BASIS TO THE
QUANTITY OF SECONDARY
ARMOUR QUARRIED
85% of total price quoted
against sub item F.1 &
F.2 of SL. No 3
2. TESTING AND LOADING TO BARGE MONTHLY ON PRORATA BASIS TO THE
QUANTITY OF SECONDARY
ARMOUR QUARRIED
10% of total price quoted
against sub item F.1 &
F.2 of SL. No 3
3. TRANSPORTATION OF BIG ROCKS OF
THE TOE TO SITE AND PLACING IN
BREAKWATER AS PER SPECIFICATIONS
MONTHLY ON PRORATA BASIS TO THE
QUANTITY OF SECONDARY
ARMOUR PLACED
95% of total price quoted
against sub item F3 of
SL. No 3
Page 262 of 615

TERMS OF PAYMENT
COMPLETION OF BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL
Document No.
6724-00-11-41-TP-4001
Rev 0
Page 7 of 10


Template No 5-0000-0001-T3 Rev 1 Copyrights EIL All rights reserved

G LICENSE HOLDERS FEES FOR ACCROPODES
1. ACCROPODES FROM THE STORAGE AREA MONTHLY ON PRORATA BASIS TO THE
NUMBER OF ACCROPODES
INSTALLED IN THE
BREAKWATER
95% of total price quoted
against sub item G.1 of
SL. No 3
2. NEW ACCROPODES MONTHLY ON PRORATA BASIS TO THE
NUMBER OF ACCROPODES
CASTED
95% of total price quoted
against sub item G.2 of
SL. No 3
H ACCROPODES 9m
3

H1) TRANSPORTATION, INSTALLATION OF
FREE ISSUED ACCROPODES 9m
3

WHICH ARE SUPPLIED BY RGPPL

1. INSPECTION & HEALTH CHECK OF
ACCROPODES 9m
3

LUMPSUM LUMPSUM 95% of total price quoted
against sub item H1-1)
of SL. No 3
2. HANDLING AND TRANSPORTATION OF
ACCROPODES 9m
3

MONTHLY ON PRORATA BASIS TO THE
NUMBER OF ACCROPODES
TRANSPORTED
40% of total price quoted
against sub item H1-2 &
H1-3) of SL. No 3
3. INSTALLATION OF ACCROPODES 9m
3
MONTHLY ON PRORATA BASIS TO THE
NUMBER OF ACCROPODES
INSTALLED
55% of total price quoted
against sub item H1-2 &
H1-3) of SL. No 3
H2) DISMANTLING OF ACCROPODES 9m
3

FROM PROVISIONAL ROUNDHEAD OR
OTHER AND INSTALLATION
MONTHLY ON PRORATA BASIS TO THE
NUMBER OF ACCROPODES
INSTALLED
95% of total price quoted
against sub item H2) of
SL. No 3
Page 263 of 615

TERMS OF PAYMENT
COMPLETION OF BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL
Document No.
6724-00-11-41-TP-4001
Rev 0
Page 8 of 10


Template No 5-0000-0001-T3 Rev 1 Copyrights EIL All rights reserved

H3) FABRICATION, TRANSPORTATION &
INSTALLATION OF NEW ACCROPODES
9m3

1. FABRICATION OF ACCROPODES 9m
3
MONTHLY ON PRORATA BASIS TO THE
NUMBER OF ACCROPODES
CASTED
50% of total price quoted
against sub item H3) of
SL. No 3
2. TRANSPORTATION OF ACCROPODES 9m
3
MONTHLY ON PRORATA BASIS TO THE
NUMBER OF ACCROPODES
TRANSPORTED
20% of total price quoted
against sub item H3) of
SL. No 3
3. INSTALLATION OF ACCROPODES 9m
3
MONTHLY ON PRORATA BASIS TO THE
NUMBER OF ACCROPODES
INSTALLED
25% of total price quoted
against sub item H3) of
SL. No 3
I ACCROPODES 12m
3

I1) TRANSPORTATION, INSTALLATION OF
FREE ISSUED ACCROPODES 12m
3

WHICH ARE SUPPLIED BY RGPPL

1. INSPECTION & HEALTH CHECK OF
ACCROPODES 12m
3

LUMPSUM LUMPSUM 95% of total price quoted
against sub item I1-1) of
SL. No 3
2. HANDLING AND TRANSPORTATION OF
ACCROPODES 12m
3

MONTHLY ON PRORATA BASIS TO THE
NUMBER OF ACCROPODES
TRANSPORTED
40% of total price quoted
against sub item I1-2 &
I1-3) of SL. No 3
3. INSTALLATION OF ACCROPODES 12m
3
MONTHLY ON PRORATA BASIS TO THE
NUMBER OF ACCROPODES
INSTALLED
55% of total price quoted
against sub item I1-2 &
I1-3) of SL. No 3
Page 264 of 615

TERMS OF PAYMENT
COMPLETION OF BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL
Document No.
6724-00-11-41-TP-4001
Rev 0
Page 9 of 10


Template No 5-0000-0001-T3 Rev 1 Copyrights EIL All rights reserved


I2) DISMANTLING OF ACCROPODES 12m3
AND INSTALLATION
MONTHLY ON PRORATA BASIS TO THE
NUMBER OF ACCROPODES
INSTALLED
95% of total price quoted
against sub item I2) of
SL. No 3
I3) FABRICATION, TRANSPORTATION &
INSTALLATION OF NEW ACCROPODES
12m3

1. FABRICATION OF ACCROPODES 12m3 MONTHLY ON PRORATA BASIS TO THE
NUMBER OF ACCROPODES
CASTED
50% of total price quoted
against sub item I3) of
SL. No 3
2. TRANSPORTATION OF ACCROPODES
12m3
MONTHLY ON PRORATA BASIS TO THE
NUMBER OF ACCROPODES
TRANSPORTED
20% of total price quoted
against sub item I3) of
SL. No 3
3. INSTALLATION OF ACCROPODES 12m3 MONTHLY ON PRORATA BASIS TO THE
NUMBER OF ACCROPODES
INSTALLED
25% of total price quoted
against sub item I3) of
SL. No 3
J DREDGING BELOW BREAKWATER
1. DREDGING OF TRENCH IN SOFT
MATERIALS BELOW FUTURE
BREAKWATER IN THE VIRGIN AREA AND
DISPOSAL IN THE OFFSHORE SITE

MONTHLY ON PRORATA BASIS TO THE
QUANTITY OF DREDGING
95% of total price quoted
against sub item J1) of
SL. No 3
2. DREDGING SOFT MATERIALS DEPOSITS
ON THE SIDES OF THE PARTIALLY BUILT
SECTIONS OF SUBMERGED
BREAKWATER AND DISPOSAL IN THE
OFFSHORE SITE
MONTHLY ON PRORATA BASIS TO THE
QUANTITY OF DREDGING
95% of total price quoted
against sub item J2) of
SL. No 3
Page 265 of 615

TERMS OF PAYMENT
COMPLETION OF BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL
Document No.
6724-00-11-41-TP-4001
Rev 0
Page 10 of 10


Template No 5-0000-0001-T3 Rev 1 Copyrights EIL All rights reserved

K. REMOVAL OF ALL TEMPORARY WORKS REMOVAL OF ALL TEMPORARY
WORKS
LUMPSUM ON COMPLETION
OF MILESTONE
ACHIEVEMENT
95% of total price quoted
against sub item K of
SL. No 3
L. ANY OTHER ITEM ANYOTHER WORKS WHICH ARE
REQUIRED FOR COMPLETION OF
WORKS.
LUMPSUM ON COMPLETION
OF MILESTONE
ACHIEVEMENT
95% of total price quoted
against sub item L of SL.
No 3
TOTAL 95%


Page 266 of 615





Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL All rights reserved

Document No.
9-1940-0001
Rev. No.1
Page 1 of 2
QUALIFICATION & EXPERIENCE
REQUIREMENT OF KEY CONSTRUCTION
PERSONNEL AND PENALTY FOR THEIR
NON-MOBILIZATION
CATEGORY QUALIFICATION & EXPERIENCE REQUIRED
Resident Construction
Manager/ Resident
Engineer/Site- In-Charge
Degree or Diploma in Engineering with minimum following relevant
experience in construction:
Contract value (Rs) < 5 Cr. works 5-20 Cr. works > 20 Cr. works
Degree holders 5 yrs 10 yrs 15 yrs
Diploma holders 8 yrs 13 yrs 20 yrs
Lead Discipline Engineer
(Mechanical, Civil,
Electrical,
Instrumentation)
Degree or Diploma in relevant Engineering discipline with following minimum
experience in Construction:
Contract value (Rs) < 20 Cr. works > 20 Cr. works
Degree holders 5 yrs 10 yrs
Diploma holders 8 yrs 13 yrs
Lead Welding/
NDT Engineer
Degree or Diploma in Mechanical Engineering/ Metallurgy with the following
experience in Welding & NDT (Non Destructive Testing) plus Level-II in RT
(Radiographic Testing) (refer Note 1 also):
Contract value (Rs) < 20 Cr. Works > 20 Cr. Works
Degree holders 5 yrs 10 yrs
Diploma holders 8 yrs 13 yrs
Lead QA/QC Engineer
Degree in Engineering with following experience (refer Note 2 also):
Contract value (Rs) < 20 Cr. Works > 20 Cr. Works
Experience
5 yrs of construction
experience of which 2
years should be as QA
Manager
10 yrs of construction
experience of which 3
years should be as QA
Manager
Lead Planning Engineer
Degree in Engineering with following experience in Planning & Scheduling:
Contract value (Rs) < 20 Cr. works > 20 Cr. works
Experience 5 yrs. 10 yrs.
Safety Officer
As per clause 3.1.4 of EIL standard specification for HSE Management at
construction sites (No. xxxx-/6-82-0001) enclosed elsewhere in the bid
Warehouse- In- Charge/
Materials Manager
Diploma in Engineering or Diploma in Materials Management or Graduate in
any stream with min. following experience in Warehousing/ Stores
Management:
Contract value (Rs) < 20 Cr. works > 20 Cr. works
Experience 5 yrs. 10 yrs.
Quantity Surveyor
Degree or Diploma in Engineering with minimum following experience in
quantity estimation, field measurement, rate analysis, bill preparation etc. in
Construction field:
Contract value (Rs) < 20 Cr. works > 20 Cr. works
Degree holders 2 yrs. 5 yrs.
Diploma holders 5 yrs. 10 yrs.
Discipline Engineer
Degree in relevant Engineering Discipline with minimum 2 years of
experience in construction or Diploma in relevant Engineering Discipline with
minimum 4 years of experience in Construction.
Page 267 of 615





Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL All rights reserved

Document No.
9-1940-0001
Rev. No.1
Page 2 of 2
QUALIFICATION & EXPERIENCE
REQUIREMENT OF KEY CONSTRUCTION
PERSONNEL AND PENALTY FOR THEIR
NON-MOBILIZATION


Notes: (for Table on previous page)

1. For Mechanical, Composite, EPC or EPCC Contracts of value more than Rupees 20
crores, the Lead Welding/NDT Engineers shall also possess Certified Welding Inspector
qualification from American Welding Society or CSWIP3.1 Welding Inspector
qualification from The Welding Institute, UK.
2. For Mechanical, Composite, EPC or EPCC Contracts of value more than Rupees 20
crores, the Lead QA/QC Engineer shall also be a qualified internal auditor for ISO 9001.
3. CVs of key construction personnel proposed to be deployed shall be submitted to
Owner/Engineer-in-Charge prior to their mobilization at site. The mobilization of key
personnel shall be done at site subject to prior approval of their CVs by Owner/Engineer-
in-Charge.





PENALTY FOR NON - MOBILIZATION OF KEY CONSTRUCTION PERSONNEL


I) Penalty for non-mobilization per day per person after the contractual mobilization
period unless agreed otherwise by the Engineer-in-Charge:

- Rs. 5000/- for Resident Construction Manager/ Resident Engineer/ Site -in-Charge;

- Rs. 3000/- for Lead QA/QC Engineer, Lead Planning Engineer, Lead Safety Officer and
Warehouse In-charge

II) Penalty for non-mobilization per day per person after completion of the mobilization
period agreed during the Kick off Meeting:

- Rs. 3000/- for Lead Discipline Engineer, Lead Welding/ NDT Engineer and the Quantity
Surveyor

Notes: (for Penalty clauses)
a) All intervening off days (Sundays etc.) and holidays will be counted for levy of penalty
b) Mobilized personnel shall not be demobilized till contractual completion or based on
consent of Engineer-in-Charge else penalties as above shall be applied.
c) Total of above penalties shall not exceed 3% of the contract value.
d) The above penalties are over & above all other contractual provisions for late
mobilization of resources.



Page 268 of 615
Page 269 of 615
Page 270 of 615
Page 271 of 615
Page 272 of 615
Page 273 of 615
Page 274 of 615
Page 275 of 615
Page 276 of 615
Page 277 of 615
Page 278 of 615
Page 279 of 615
Page 280 of 615
Page 281 of 615
Page 282 of 615
Page 283 of 615
Page 284 of 615
Page 285 of 615
Page 286 of 615
Page 287 of 615
Page 288 of 615
Page 289 of 615
Page 290 of 615
Page 291 of 615
Page 292 of 615
Page 293 of 615
Page 294 of 615
Page 295 of 615
Page 296 of 615
Page 297 of 615
Page 298 of 615
Page 299 of 615
Page 300 of 615
Page 301 of 615
Page 302 of 615
Page 303 of 615
Page 304 of 615
Page 305 of 615
Page 306 of 615
Page 307 of 615
Page 308 of 615
Page 309 of 615
Page 310 of 615
Page 311 of 615
Page 312 of 615
Page 313 of 615
Page 314 of 615
Page 315 of 615
Page 316 of 615
Page 317 of 615
Page 318 of 615
Page 319 of 615
Page 320 of 615
Page 321 of 615
Page 322 of 615
Page 323 of 615
Page 324 of 615
Page 325 of 615
Page 326 of 615
Page 327 of 615
Page 328 of 615
Page 329 of 615
Page 330 of 615
Page 331 of 615
Page 332 of 615
Page 333 of 615
Page 334 of 615


MOW-6724
GAIL (India) Limited Appendix to SCC
RGPPL LNG Terminal Project COMPLETION OF BALANCE
WORKS OF BREAK WATER
Job Number: 6724 Measurement of Work
















MEASUREMENT OF WORK
[APPENDIX - VIII TO SPECIAL CONDITIONS OF CONTRACT]
Page 335 of 615


EIL-MOW-6724 Page 1 of 1

GAIL (India) Limited Appendix to SCC
RGPPL LNG Terminal Project COMPLETION OF BALANCE
WORKS OF BREAK WATER
Job Number: 6724 Measurement of Work
MEASUREMENT OF WORK

1.0 GENERAL
1.1 The mode of measurement shall be as per the details mentioned in this Annexure.
1.2 In case of discrepancy between measurement of work specified in Technical
Documents, this Annexure, Standard Specification/ Job Specification, Schedule of
Rates etc., precedence shall be given in following order:
a) Measurement of works as per Technical Documents.
b) Measurement of works as mentioned in Standard Specification/Job
Specification.
c) Measurement of works in accordance with item description of relevant item
mentioned in Schedule of Rates.
d) Measurement of work as per this Annexure of SCC.
e) In case the clarity is not in the above documents, then it shall be as per
BIS and if it does not exist in BIS also, then Measurement of works shall
be as decided by Engineer-in-Charge.
1.3 Payment will be made on the basis of joint measurements taken by Contractor
and certified by Engineer-in-Charge.
1.4 Wherever work is executed based on instructions of Engineer-in-Charge or details
are not adequate in the drawings, Contractor shall take physical measurements in
the presence of Engineer-in-Charge.
1.5 Measurements will be made on the basis of following units indicated in unit column
of schedule of rates.
a) Weights MT or Kg
b) Length KM/M (Metre)/ CM(Centimetre)/ MM (Millimetre)
c) Number No.
d) Volume Cu.M
e) Area Sq.M
1.6 Wherever the unit of items has been indicated as lump sum, the payment shall be
made on lump sum basis after completion of work and mode of measurement
shall not be applicable for such items.

Page 336 of 615
OISD-192




SAFETY PRACTICES DURING CONSTRUCTION







OISD-GDN-192












Oil Industry Safety Directorate
Government of India
Ministry of Petroleum and Natural Gas




Page 337 of 615
OISD-192

CONTENTS

SECTION Page No.

1.0 Introduction 1
2.0 Scope 1
3.0 Definitions 1
4.0 General Duties 2
4.1 General Duties Of Execution Agencies 2
4.2 General Duties Of Owners 3
5.0 Safety Practices At Work Places 3
5.1 General Provisions 3
5.2 Means Of Access And Egress 4
5.3 Housekeeping 4
5.4 Precautions Against The Fall Of Materials And Persons, 4
And Collapse Of Structures
5.5 Prevention Of Unauthorised Entry 4
5.6 Fire Prevention And Fire Fighting 4
5.7 Lighting 5
5.8 Plant, Machinery, Equipment and Hand Tools 5
6.0 Construction Activities 6
6.1 Excavation 6
6.2 Scaffolding, Platforms & Ladders 8
6.3 Structural Work, Laying Of Reinforcement & Concreting 10
6.4 Road Work 13
6.5 Cutting/Welding 13
6.6 Working In Confined Spaces 14
6.7 Proof/Pressure Testing 15
6.8 Working At Heights 16
6.9 Handling And Lifting Equipment 17
6.10 Vehicle Movement 21
6.11 Electrical 22
6.12 Offshore 24
6.13 Demolition 27
6.14 Radiography 28
6.15 Sand/Shot Blasting / Spray Painting 28
6.16 Work above Water 29
7.0 Additional Safety Precaution for Units with Hydrocarbons 29
8.0 First Aid 30
9.0 Documentation 31
10.0 Safety Awareness & Training 31
11.0 References 32
Annexure I 33


Page 338 of 615
OISD-192
SAFETY PRACTICES DURING CONSTRUCTION

1.0 INTRODUCTION
Safety in Construction Management
deserves utmost attention especially in the
hydrocarbon industry, such as Exploration,
Refineries, Pipelines and Marketing
installations, Gas Processing units etc.
Construction is widely recognised as one of
the accident prone activities. Most of the
accidents are caused by inadequate
planning, failure during the construction
process and/or because of design
deficiencies. Besides property loss,
accidents also result in injuries and fatalities
to the personnel; same needs to be
prevented.
The reasons for accidents during
construction activities are related to unique
nature of the industry, human behaviour,
difficult work-site conditions, extended odd
duty hours, lack of training & awareness and
inadequate safety management. Unsafe
working methods, equipment failure and
improper housekeeping also tend to
increase the accident rate in construction.
Ensuring good quality of materials,
equipment and competent supervision along
with compliance of standard engineering
practices shall go a long way to in built
safety into the system.
The objective of this standard is to provide
practical guidance on technical and educa-
tional framework for safety and health in
construction with a view to:
(a) prevent accidents and harmful
effects on the health of workers
arising from employment in
construction;
(b) ensure appropriate safety during
implementation of construction;
(c) provide safety practice guidelines
for appropriate measures of
planning, control and enforcement.
2.0 SCOPE
This document specifies broad guidelines on
safe practices to be adhered to during
construction activities in oil industry.
However, before commencing any job,
specific hazards and its effects should be
assessed and necessary
corrective/preventive actions should be
taken by all concerned. The document is
intended only to supplement and not to
replace or supersede the prevailing statutory
requirements, which shall also be followed
as applicable. For Personal Protective
Equipment, OISD-STD-155 (Part I&II) shall
be referred to. The scope of this document
does not include the design aspects and
quality checks during construction.
3.0 DEFINITIONS
Definitions of various terminology are given
below:
Adequate, appropriate or suitable are
used to describe qualitatively or
quantitatively the means or method
used to protect the worker.
Brace: A structural member that holds
one point in a fixed position with respect
to another point; bracing is a system of
structural members designed to prevent
distortion of a structure.
By hand: The work is done without the
help of a mechanised tool.
Competent Authority: A stautory agency
having the power to issue regulations,
orders or other instructions having the
force of law.
Competent person: A person
possessing adequate qualifications,
such as suitable training and sufficient
knowledge, experience and skill for the
safe performance of the specific work.
The competent authorities may define
appropriate criteria for the designation
of such persons and may determine the
duties to be assigned to them.
Execution agency:
Any physical or legal person, having
contractual obligation with the owner,
and who employs one or more workers
on a construction site
Owner:
Any physical or legal person for whom
construction job is carried out.
It shall also include owner's designated
representative/consultant/nominee/agent
, authorised from time to time to act for
and on its behalf, for supervising/
Page 339 of 615
OISD-192
coordinating the activities of the
execution agency.
Hazard: Danger or potential danger.
Guard-rail: An adequately secured rail
erected along an exposed edge to
prevent persons from falling.
Hoist: A machine, which lifts materials
or persons by means of a platform,
which runs on guides.
Lifting gear: Any gear or tackle by
means of which a load can be attached
to a lifting appliance but which does not
form an integral part of the appliance or
load.
Lifting appliance: Any stationary or
mobile appliance used for raising or
lowering persons or loads.
Means of access or egress:
Passageways, corridors, stairs, plat-
forms, ladders and any other means for
entering or leaving the workplace or for
escaping in case of danger.
Scaffold: Any fixed, suspended or
mobile temporary structure supporting
workers and material or to gain access
to any such structure and which is not a
lifting appliance as defined above.
Toe-board: A barrier placed along the
edge of a scaffold platform, runway,
etc., and secured there to guard against
the slipping of persons or the falling of
material.
Worker: Any person engaged in
construction activity.
Workplace: All places where workers
need to be or to go by reason of their
work.
4.0 GENERAL DUTIES
4.1 GENERAL DUTIES OF
EXECUTION AGENCIES
4.1.1 Execution agency should:
i) provide means and organisation to
comply with the safety and health
measures required at the workplace.
ii) provide and maintain workplaces,
plant, equipment, tools and
machinery and organise
construction work so that, there is
no risk of accident or injury to health
of workers. In particular,
construction work should be
planned, prepared and undertaken
so that:
(a) dangers, liable to arise at the
workplace, are prevented;
(b) excessively or unnecessarily
strenuous work positions and
movements are avoided;
(c) organisation of work takes into
account the safety and health of
workers;
(d) materials and products used are
suitable from a safety and health
point of view;
(e) working methods are adopted to
safeguard workers against the
harmful effects of chemical,
physical and biological agents.
iii) establish committees with repre-
sentatives of workers and
management or make other
arrangement for the participation of
workers in ensuring safe working
conditions.
iv) arrange for periodic safety inspec-
tions by competent persons of all
buildings, plant, equipment, tools,
machinery, workplaces and review
of systems of work, regulations,
standards or codes of practice. The
competent person should examine
and ascertain the safety of
construction machinery and
equipment.
v) provide such supervision to ensure
that workers perform their work with
due regard to safety and health of
theirs as well as that of others.
vi) Employ only those workers who are
qualified, trained and suited by their
age, physique, state of health and
skill.
vii) satisfy themselves that all workers
are informed and instructed in the
hazards connected with their work
and environment and trained in the
precautions necessary to avoid
accidents and injury to health.
viii) Ensure that buildings, plant,
equipment, tools, machinery or
workplaces in which a dangerous
defect has been found should not be
used until the defect has been
rectified.
Page 340 of 615
OISD-192
ix) Organise for and remain always
prepared to take immediate steps to
stop the operation and evacuate
workers as appropriate, where there
is an imminent danger to the safety
of workers.
x) establish a checking system by
which it can be ascertained that all
the members of a shift, including
operators of mobile equipment, have
returned to the camp or base at the
close of work on dispersed sites and
where small groups of workers
operate in isolation.
xi) provide appropriate first aid, training
and welfare facilities to workers as
per various statutes like the
Factories Act, 1948 etc. and,
whenever collective measures are
not feasible or are insufficient,
provide and maintain personal
protective equipment and clothing in
line with the requirement as per
OISD-STD-155 (Vol. I& II) on
Personnel Protective Equipment.
They should also provide access to
workers to occupational health
services.
xii) Educate workers about their right
and the duty at any workplace to
participate in ensuring safe working
conditions to the extent of their
control over the equipment and
methods of work and to express
views on working procedures
adopted as may affect safety and
health.
xiii) Ensure that except in an
emergency, workers, unless duly
authorised, should not interfere with,
remove, alter or displace any safety
device or other appliance furnished
for their protection or the protection
of others, or interfere with any
method or process adopted with a
view to avoiding accidents and injury
to health.
xiv) Ensure that workers do not operate
or interfere with plant and equipment
that they have not been duly
authorised to operate, maintain or
use.
xv) Ensure that workers do not sleep,
rest or cook etc in dangerous places
such as scaffolds, railway tracks,
garages, confined spaces or in the
vicinity of fires, dangerous or toxic
substances, running machines or
vehicles and heavy equipment etc.
xvii) Obtain the necessary
clearance/permits as required and
specified by owner

xviii) As per the Govt. circular as
amended from time to time all
contractors who employ more than
50 workers or where the contract
value exceeds Rs. 50 crores, the
following facilities are to be provided
by contractor at site :
Arrangement for drinking water
Toilet facilities
A creche where 10 or more women
workers are having children below
the age of 6 years
Transport arrangement for attending
to emergencies
xix) should deploy a safety officer at site
4.2 GENERAL DUTIES OF OWNERS
4.2.1 Owners should:
i) co-ordinate or nominate a
competent person to co-ordinate all
activities relating to safety and
health on their construction projects;
ii) inform all contractors on the project
of special risks to health and safety;
iii) Ensure that executing agency is
aware of the owner's requirements
and the executing agency's
responsibilities with respect to
safetry practices before starting the
job.
5.0 SAFETY PRACTICES AT
WORK PLACES
5.1. GENERAL PROVISIONS
5.1.1 All openings and other areas likely to
pose danger to workers should be
clearly indicated.
5.1.2 Workers & Supervisors should use
the safety helmet and other requisite
Personal Protective Equipment
according to job & site requirement.
They should be trained to use
personal protective equipment.
5.1.3 Never use solvents, alkalis and
other oils to clean the skin.
5.1.4 Lift the load with back straight and
knees bent as far as possible. Seek
the help in case of heavy load.
Page 341 of 615
OISD-192
5.1.5 Ensure the usage of correct and
tested tools and tackles. Don't allow
the make shift tools and tackles.
5.1.6 No loose clothing should be allowed
while working near rotating
equipment or working at heights.
5.2 MEANS OF ACCESS AND
EGRESS
Adequate and safe means of access
(atleast two, differently located) to
and egress from all workplaces
should be provided. Same should be
displayed and maintained.
5.3 HOUSEKEEPING
5.3.1 Ensure:
i) proper storage of materials and
equipment;
ii) removal of scrap, inflammable
material, waste and debris at
appropriate intervals.
5.3.2 Removal of loose materials, which
are not required for use, to be
ensured. Accumulation of these at
the site can obstruct means of
access to and egress from
workplaces and passageways.
5.3.3 Workplaces and passageways, that
are slippery owing to oil, grease or
other causes, should be cleaned up
or strewn with sand, sawdust, ash
etc.
5.4 PRECAUTIONS AGAINST THE
FALL OF MATERIALS &
PERSONS AND COLLAPSE OF
STRUCTURES
5.4.1 Precautions should be taken such as
the provision of fencing, look-out
men or barriers to protect any
person against injury by the fall of
materials, or tools or equipment
being raised or lowered.
5.4.2 Where necessary to prevent danger,
guys, stays or supports should be
used or other effective precautions
should be taken to prevent the
collapse of structures or parts of
structures that are being erected,
maintained, repaired, dismantled or
demolished.
5.4.3 All openings through which workers
are liable to fall should be kept
effectively covered or fenced and
displayed prominently.
5.4.4 As far as practicable, guardrails and
toe-boards should be provided to
protect workers from falling from
elevated workplaces.
5.5 PREVENTION OF
UNAUTHORISED ENTRY
5.5.1 Construction sites located in built-up
areas and alongside vehicular and
pedestrian traffic routes should be
fenced to prevent the entry of
unauthorised persons.
5.5.2 Visitors should not be allowed
access to construction sites unless
accompanied by or authorised by a
competent person and provided with
the appropriate protective
equipment.
5.6 FIRE PREVENTION AND FIRE
FIGHTING
5.6.1 All necessary measures should be
taken by the executing agency and
owner to:
i) avoid the risk of fire;
ii) control quickly and efficiently
any outbreak of fire;
iii) bring out a quick and safe
evacuation of persons.
iv) Inform unit/fire station control
room, where construction work
is carried out within existing
operating area.
5.6.2 Combustible materials such us
packing materials, sawdust,
greasy/oily waste and scrap wood or
plastics should not be allowed to
accumulate in workplaces but
should be kept in closed metal
containers in a safe place.
5.6.3 Places where workers are employed
should, if necessary to prevent the
danger of fire, be provided with:
i) suitable and sufficient fire-
extinguishing equipment, which
should be easily visible and
accessible;
ii) an adequate water supply at
sufficient pressure meeting the
requirements of various OISD
standards.
5.6.4 To guard against danger at places
having combustible material,
Page 342 of 615
OISD-192
workers should be trained in the
action to be taken in the event of
fire, including the use of means of
escape.
5.6.5 At sites having combustible
material, suitable visual signs
should be provided to indicate
clearly the direction of escape in
case of fire.
5.6.6 Means of escape should be kept
clear at all times. Escape routes
should be frequently inspected
particularly in high structures and
where access is restricted.
5.7 LIGHTING
5.7.1 Where natural lighting is not
adequate, working light fittings or
portable hand-lamps should be
provided at workplace on the
construction site where a worker will
do a job.
5.7.2 Emergency lighting should be
provided for personnel safety during
night time to facilitate standby
lighting source, if normal system
fails.
5.7.2 Artificial lighting should not produce
glare or disturbing shadows.
5.7.3 Lamps should be protected by
guards against accidental breakage.
5.7.4 The cables of portable electrical
lighting equipment should be of
adequate size & characteristics for
the power requirements and of
adequate mechanical strength to
withstand severe conditions in
construction operations.
5.8 PLANT, MACHINERY,
EQUIPMENT AND HAND TOOLS

5.8.1 General Provisions
i) Plant, machinery and equipment
including hand tools, both manual
and power driven, should:
a) be of proper design and
construction, taking into account
health, Safety and ergonomic
principles.
b) be maintained in good working
order;
c) be used only for work for which they
have been designed.
d) be operated only by workers who
have been authorised and given
appropriate training.
e) be provided with protective
guards, shields or other devices
as required.
ii) Adequate instructions for safe use
should be provided.
iii) Safe operating procedures should
be established and used for all
plant, machinery and equipment.
iv) Operators of plant, machinery and
equipment should not be distracted
while work is in progress.
v) Plant, machinery and equipment
should be switched off when not in
use and isolated before any
adjustment, clearing or maintenance
is done.
vi) Where trailing cables or hose pipes
are used they should be kept as
short as practicable and not allowed
to create a hazard.
vii) All moving parts of machinery and
equipment should be enclosed or
adequately guarded.
viii) Every power-driven machine and
equipment should be provided with
adequate means, immediately
accessible and readily identifiable to
the operator, of stopping it quickly
and preventing it from being started
again inadvertently.
ix) Operators of plant, machinery,
equipment and tools should be
provided with PPEs, including where
necessary, suitable ear protection.
5.8.2 Hand tools
i) Hand tools should be repaired by
competent persons.
ii) Heads of hammers and other shock
tools should be dressed or ground to
a suitable radius on the edge as
soon as they begin to mushroom or
crack.
iii) When not in use and while being
carried or transported sharp tools
should be kept in sheaths, shields,
chests or other suitable containers.
iv) Only insulated or nonconducting
tools should be used on or near live
electrical installations.
Page 343 of 615
OISD-192
v) Only non-sparking tools should be
used near or in the presence of
flammable or explosive dusts or
vapours.

5.8.3 Pneumatic Tools

i) Operating triggers on portable
pneumatic tools should be:
a) so placed as to minimise the risk of
accidental starting of the machine.
b) so arranged as to close the air inlet
valve automatically when the
pressure of the operator's hand is
removed.
ii) Hose and hose connections for
compressed air supply to portable
pneumatic tools should be:
a) designed and tested for the
pressure and service for which they
are intended;
b) fastened securely on the pipe outlet
and equipped with the safety chain,
as appropriate.
iii) Pneumatic shock tools should be
equipped with safety clips or
retainers to prevent dies and tools
from being accidentally expelled
from the barrel.
iv) Pneumatic tools should be
disconnected from power and the
pressure in hose lines released
before any adjustment or repair is
made.
5.8.4 Electrical Tools
i) Low voltage portable electrical tools
should generally be used.
ii) All electrical tools should be
earthed, unless they are "all
insulated" or "double insulated" tools
which do not require earthing.
iii) All electrical tools should get
inspected and maintained on a
regular basis by a competent
electrician and complete records
kept.
5.8.5 Engines
i) Engines should:
a) be installed so that they can be
started safely and the maximum
safe speed cannot be exceeded.
b) have controls for limiting speed.
c) have devices to stop them from a
safe place in an emergency.

ii) IC engines should not be run in
confined spaces unless adequate
exhaust ventilation is provided.
iii) When IC engines are being fuelled:
a) the engine should be shut off.
b) care should be taken to avoid
spilling fuel;
c) no person should smoke or have an
naked light in the vicinity.
d) a fire extinguisher should be kept
readily available.
iv) Secondary fuel reservoir should be
placed outside the engine room.

6.0 CONSTRUCTION ACTIVITIES
The various common activities in
construction are as under:
Excavation
Scaffolding, Platforms & Ladders
Structural Work, Laying of
Reinforcement & Concreting
Road Work (Laying of roads)
Cutting /Welding
Working in Confined Space
Proof/Pressure Testing
Working at Heights
Handling & Lifting Equipments
Vehicle Movement
Electrical
Offshore
Demolition
Radiography
Sand/shot blasting/ spray
painting
Work above water
The safe practices to be followed
during the implementation of above
construction activities are given
below:
6.1 EXCAVATION
6.1.1 All excavation work should be
planned and the method of
excavation and the type of support
Page 344 of 615
OISD-192
work required should be decided
considering the following:
i) the stability of the ground;
ii) the excavation will not affect
adjoining buildings, structures or
roadways;
iii) to prevent hazard, the gas, water,
electrical and other public utilities
should be shut off or
disconnected, if necessary;
iv) presence of underground pipes,
cable conductors, etc.,
v) the position of culvert/bridges,
temporary roads and spoil heaps
should be determined;
6.1.2 Before digging begins on site, all
excavation work should be planned
and the method of excavation and
the type of support work required
decided.
6.1.3 All excavation work should be
supervised.
6.1.4 Sites of excavations should be
thoroughly inspected:
i) daily, prior to each shift and after
interruption in work of more than
one day;
ii) after every blasting operation;
iii) after an unexpected fall of
ground;
iv) after substantial damage to
supports;
v) after a heavy rain, frost or snow;
vi) when boulder formations are
encountered.
6.1.5 Safe angle of repose while
excavating trenches exceeding
1.5m depth upto 3.0m should be
maintained. Based on site
conditions, provide proper slope,
usually 45
0
,and suitable bench of
0.5m width at every 1.5m depth of
excavation in all soils except hard
rock or provide proper shoring and
strutting to prevent cave-in or slides.
6.1.6 As far as possible, excavated earth
should not be placed within one
meter of the edge of the trench or
depth of trench whichever is greater.
6.1.7 Don't allow vehicles to operate too
close to excavated area. Maintain
atleast 2m distance from edge of
excavation. No load, plant or
equipment should be placed or
moved near the edge of any
excavation where it is likely to cause
its collapse and thereby endanger
any person unless precautions such
as the provision of shoring or piling
are taken to prevent the sides from
collapsing.
6.1.8 Adequately anchored stop blocks
and barriers should be provided to
prevent vehicles being driven into
the excavation. Heavy vehicles
should not be allowed near the
excavation unless the support work
has been specially designed to
permit it.
6.1.9 If an excavation is likely to affect the
security of a structure on which
persons are working, precautions
should be taken to protect the
structure from collapse.
6.1.10 Barricade at 1m height (with red &
white band/self glowing caution
board) should be provided for
excavations beyond 1.5m depth.
Provide two entries/exits for such
excavation.
6.1.11 Necessary precautions should be
taken for underground utility lines
like cables, sewers etc. and
necessary approvals/clearances
from the concerned authorities shall
be obtained before commencement
of the excavation job.
6.1.12 Water shall be pumped/bailed out, if
any accumulates in the trench.
Necessary precautions should be
taken to prevent entry of surface
water in trenches.
6.1.13 During rains, the soil becomes
loose. Take additional precaution
against collapse of side wall.
6.1.14 In hazardous areas, air should be
tested to ascertain its quality. No
one should be allowed entry till it is
suitable for breathing.
6.1.15 In case of mechanised excavation,
precaution shall be taken to not to
allow anybody to come within one
meter of extreme reach of the
mechanical shovel. The mechanised
excavator shall be operated by a
well-trained experienced operator.
When not in operation, the machine
shall be kept on firm leveled ground
with mechanical shovel resting on
ground. Wheel or belt shall be
suitably jammed to prevent any
accidental movement of the
Page 345 of 615
OISD-192
machine. Suitable precautions as
per manufacturer guidelines should
be taken for dozers, graders and
other heavy machines.
6.1.16 In case of blasting, follow strictly
IS:4081-1986 & Indian Explosive
Act and rules for storage, handling
and carrying of explosive materials
and execution of blasting operation.
6.2 SCAFFOLDING, PLATFORMS &
LADDERS
6.2.1 Metal as material of construction
i) A scaffold should be provided and
maintained or other equally safe and
suitable provision should be made
where work cannot safely be done
on or from the ground or from part of
a building or other permanent
structure.
ii) Scaffolds should be provided with
safe means of access, such as
stairs, ladders or ramps. Ladders
should be secured against
inadvertent movement.
iii) Every scaffold should be
constructed, erected and maintained
so as to prevent collapse or
accidental displacement when in
use.
iv) Every scaffold and part thereof
should be constructed :
(a) in such a way so as not to cause
hazards for workers during erec-
tion and dismantling;
(b) in such a way so as guard rails
and other protective devices,
platforms, ladders, stairs or
ramps can be easily put together;
(c) with sound material and of
requisite size and strength for the
purpose for which it is to be used
and maintained in a proper
condition.
v) Boards and planks used for scaf-
folds should be protected against
splitting.
vi) Materials used in the construction of
scaffolds should be stored under
good conditions and apart from any
material unsuitable for scaffolds.
vii) Couplers should not cause
deformation in tubes. Couplers
should be made of drop forged steel
or equivalent material.
viii) Tubes should be free from cracks,
splits and excessive corrosion and
be straight to the eye, and tube ends
cut cleanly square with the tube
axis.
ix) Scaffolds should be designed for
their maximum load as per relevant
code.
x) Scaffolds should be adequately
braced.
xi) Scaffolds which are not designed to
be independent should be rigidly
connected to the building at
designated vertical and horizontal
places.
xii) A scaffold should never extend
above the highest anchorage to an
extent which might endanger its
stability and strength.
xiii) Loose bricks, drainpipes, chimney-
pots or other unsuitable material
should not be used for the
construction or support of any part
of a scaffold.
xiv) Scaffolds should be inspected and
certified:
(a) before being taken into use;
(b) at periodic intervals thereafter as
prescribed for different types of
scaffolds;
(c) after any alteration, interruption in
use, exposure to weather or
seismic conditions or any other
occurrence likely to have affected
their strength or stability.
xv) Inspection should more particularly
ascertain that:
(a) the scaffold is of suitable type
and adequate for the job;
(b) materials used in its construction
are sound and of sufficient
strength;
(c) it is of sound construction and
stable;
(d) that the required safeguards are
in position.
xvi) A scaffold should not be erected,
substantially altered or dismantled
except by or under the supervision.
xvii) Every scaffold should be maintained
in good and proper condition, and
every part should be kept fixed or
secured so that no part can be
Page 346 of 615
OISD-192
displaced in consequence of normal
use.
xviii) If out-rigger scaffolding is to be
used, it should be specifically
designed and inspected before
putting in use.
6.2.2 Lifting appliances on scaffolds
i) When a lifting appliance is to be
used on a scaffold:
(a) the parts of the scaffold should
be carefully inspected to
determine the additional
strengthening and other safety
measures required;
(b) any movement of the scaffold
members should be prevented;
(c) if practicable, the uprights should
be rigidly connected to a solid
part of the building at the place
where the lifting appliance is
erected.
6.2.3 Prefabricated scaffolds
i) In the case of prefabricated scaffold
systems, the instructions provided
by the manufacturers or suppliers
should be strictly adhered to.
Prefabricated scaffolds should have
adequate arrangements for fixing
bracing.
ii) Frames of different types should not
be intermingled in a single scaffold.
iii) Scaffolding shall be erected on firm
and level ground.
iv) All members of metal scaffolding
shall be checked periodically to
screen out defective / rusted
members. All joints should be
properly lubricated for easy
tightening.
v) Entry to scaffolding should be
restricted.
vi) Erection, alteration and removal
shall be done under supervision of
experienced personnel.
vii) Use of barrels, boxes, loose bricks
etc., for supporting platform shall not
be permitted.
viii) Each supporting member of platform
shall be securely fastened and
braced
ix) Where planks are butt-joined, two
parallel putlogs shall be used, not
more than 100mm apart, to give
support to each plank.
x) Platform plank shall not project
beyond its end support to a distance
exceeding 4 times the thickness of
plank, unless it is effectively secured
to prevent tipping. Cantilever planks
should be avoided.
xi) The platform edges shall be
provided with 150mm high toe board
to eliminate hazards of tools or other
objects falling from platform.
xii) Erect ladders in the four up-one out
position
xiii) Lash ladder securely with the
structure.
xiv) Using non-slip devices, such as,
rubber shoes or pointed steel ferules
at the ladder foot, rubber wheels at
ladder top, fixing wooden battens,
cleats etc.
xv) When ladder is used for climbing
over a platform, the ladder must be
of sufficient length, to extend at least
one meter above the platform, when
erected against the platform in four
up-one out position.
xvi) Portable ladders shall be used for
heights not more than 4mt. Above
4mt flights, fixed ladders shall be
provided with at least 600 mm
landings at every 6mt or less.
xvii) The width of ladder shall not be less
than 300mm and rungs shall be
spaced not more than 300mm.
xviii) Every platform and means of access
shall be kept free from obstruction.
xix) If grease, mud, gravel, mortar etc.,
fall on platform or scaffolds, these
shall be removed immediately to
avoid slippage.
xx) Workers shall not be allowed to
work on scaffolds during storms or
high wind. After heavy rain or
storms, scaffolds shall be inspected
before reuse.
xxi) Don't overload the scaffolding.
Remove excess material and scrap
immediately.
xxii) Dismantling of scaffolds shall be
done in a pre-planned sequential
manner.

Page 347 of 615
OISD-192
6.2.4 Suspended scaffolds/boatwain's
chair
i) In addition to the requirements for
scaffolds in general as regards
soundness, stability and protection
against the risk of falls, suspended
scaffolds should meet the following
specific requirements.
(a) platforms should be designed
and built with dimensions that are
compatible with the stability of
the structure as a whole,
especially the length;
(b) the number or anchorage should
be compatible with the
dimensions of the platform;
(c) the safety of workers should be
safeguarded by an extra rope
having a point of attachment
independent of the anchorage
arrangements of the scaffold;
(d) the anchorage and other
elements of support of the
scaffold should be designed and
built in such a way as to ensure
sufficient strength;
(e) the ropes, winches, pulleys or
pulley blocks should be
designed, assembled, used and
maintained according to the
requirements established for
lifting gear adapted to the lifting
of persons according to national
laws and regulations;
(f) Before use, the whole structure
should be checked by a
competent person.
6.2.5 Bamboo Scaffolding
i) In general, it should be avoided as
far as possible. It should not be
used in the unit/off-site areas and
where hot work is to be done.
ii) For construction and maintenance of
residential and office buildings,
situated outside explosive licensed
area, bamboo scaffold, if used,
should conform to provisions given
in lS-3696 (Part 1)-1987.
6.3 STRUCTURAL WORK, LAYING
OF REINFORCEMENT &
CONCRETING
6.3.1 General provisions
i) The erection or dismantling of
buildings, structures, civil
engineering works, formwork,
falsework and shoring should be
carried out by trained workers only
under the supervision of a
competent person.
ii) Precautions should be taken to
guard against danger to workers
arising from any temporary state of
weakness or instability of a
structure.
iii) Formwork, falsework and shoring
should be so designed, constructed
and maintained that it will safely
support all loads that may be
imposed on it.
iv) Formwork should be so designed
and erected that working platforms,
means of access, bracing and
means of handling and stabilising
are easily fixed to the formwork
structure.
6.3.2. Erection and dismantling of steel
and prefabricated structures
i) The safety of workers employed on
the erection and dismantling of steel
and prefabricated structures should
be ensured by appropriate means,
such as provision and use of:
(a) ladders, gangways or fixed
platforms;
(b) platforms, buckets, boatswain's
chairs or other appropriate
means suspended from lifting
appliances;
(c) safety harnesses and lifelines,
catch nets or catch platforms;
(d) Power-operated mobile working
platforms.
ii) Steel and prefabricated structures
should be so designed and made
that they can be safely transported
and erected.
iii) In addition to the need for the
stability of the part when erected,
the design should explicitly take
following into account:
(a) the conditions and methods of
attachment in the operations of
transport, storing and temporary
support during erection or
dismantling as applicable;
(b) Methods for the provision of
safeguards such as railings and
working platforms, and, when
necessary, for mounting them
Page 348 of 615
OISD-192
easily on the structural steel or
prefabricated parts.
iv) The hooks and other devices built in
or provided on the structural steel or
prefabricated parts that are required
for lifting and transporting them
should be so shaped, dimensioned
and positioned as:
(a) to withstand with a sufficient
margin the stresses to which they
are subjected;
(b) Not to set up stresses in the part
that could cause failures, or
stresses in the structure itself not
provided for in the plans, and be
designed to permit easy release
from the lifting appliance. Lifting
points for floor and staircase
units should be located (recessed
if necessary) so that they do not
protrude above the surface;
(c) To avoid imbalance or distortion
of the lifted load.
v) Storeplaces should be so
constructed that:
(a) there is no risk of structural steel
or prefabricated parts falling or
overturning;
(b) storage conditions generally
ensure stability and avoid
damage having regard to the
method of storage and atmo-
spheric conditions;
(c) racks are set on firm ground and
designed so that units cannot
move accidentally.
vi) While they are being stored,
transported, raised or set down,
structural steel or prefabricated
parts should not be subjected to
stresses prejudicial to their stability.
vii) Every lifting appliance should:
(a) be suitable for the operations and
not be capable of accidental
disconnection;
(b) be approved or tested as per
statutory requirement.
viii) Lifting hooks should be of the self-
closing type or of a safety type and
should have the maximum
permissible load marked on them.
ix) Tongs, clamps and other appliances
for lifting structural steel and
prefabricated parts should:
(a) be of such shape and dimensions
as to ensure a secure grip
without damaging the part;
(b) be marked with the maximum
permissible load in the most
unfavourable lifting conditions.
x) Structural steel or prefabricated
parts should be lifted by methods or
appliances that prevent them from
spinning accidentally.
xi) When necessary to prevent danger,
before they are raised from the
ground, structural steel or
prefabricated parts should be
provided with safety devices such as
railings and working platforms to
prevent falls of persons.
xii) While structural steel or
prefabricated parts are being
erected, the workers should be
provided with appliances for guiding
them as they are being lifted and set
down, so as to avoid crushing of
hands and to facilitate the
operations. Use of such appliances
should be ensured.
xiii) A raised structural steel or
prefabricated part should be so
secured and wall units so propped
that their stability cannot be
imperiled, even by external agencies
such as wind and passing loads
before its release from the lifting
appliance.
xiv) At work places, instruction should be
given to the workers on the
methods, arrangements and means
required for the storage, transport,
lifting and erection of structural steel
or prefabricated parts, and, before
erection starts, a meeting of all
those responsible should be held to
discuss and confirm the
requirements for safe erection.
xv) During transportation within the
construction area, attachments such
as slings and stirrups mounted on
structural steel or prefabricated
parts should be securely fastened to
the parts.
xvi) Structural steel or prefabricated
parts should be so transported that
the conditions do not affect the
stability of the parts or the means of
transport result in jolting, vibration or
stresses due to blows, or loads of
material or persons.
Page 349 of 615
OISD-192
xvii) When the method of erection does
not permit the provision of other
means of protection against fall of
persons, the workplaces should be
protected by guardrails, and if
appropriate by toe-boards.
xviii) When adverse weather conditions
such as snow, ice and wind or
reduced visibility entail risks of
accidents, the work should be
carried on with particular care, or, if
necessary, interrupted.
xix) Structures should not be worked on
during violent storms or high winds,
or when they are covered with ice or
snow, or are slippery from other
causes.
xx) If necessary, to prevent danger,
structural steel parts should be
equipped with attachments for
suspended scaffolds, lifelines or
safety harnesses and other means
of protection.
xxi) The risks of falling, to which workers
moving on high or sloping girders
are exposed, should be limited by all
means of adequate collective
protection or, where this is imposs-
ible, by the use of a safety harness
that is well secured to a strong
support.
xxii) Structural steel parts that are to be
erected at a great height should as
far as practicable be assembled on
the ground.
xxiii) When structural steel or
prefabricated parts are being
erected, a sufficiently extended area
underneath the workplace should be
barricaded or guarded
xxiv) Steel trusses that are being erected
should be adequately shored,
braced or guyed until they are
permanently secured in position.
xxv) Load-bearing structural member
should not be dangerously
weakened by cutting, holing or other
means.
xxvi) Structural members should not be
forced into place by the hoisting
machine while any worker is in such
a position that he could be injured
by the operation.
xxvii) Open-web steel joists that are
hoisted singly should be directly
placed in position and secured
against dislodgment.
6.3.3 Reinforcement
i) Ensure that workers use Personnel
Protective equipment like safety
helmet, safety shoes, gloves etc.
ii) Don't place the hand below the rods
for checking clear distance. Use
measuring devices.
iii) Don't wear loose clothes while
checking the rods.
iv) Don't stand unnecessarily on
cantilever rods.
v) To carry out welding/cutting of rods,
safety procedures/precautions as
mentioned in Item No. 6.5 to be
followed.
vi) For supplying of rods at heights,
proper staging and/or bundling to be
provided.
vii) Ensure barricading and staging for
supplying and fixing of rods at
height.
viii) For short distance carrying of
materials on shoulders, suitable
pads to be provided.
ix) While transporting material by
trucks/trailers, the rods shall not
protrude in front of or by the sides of
driver's cabin. In case such
protrusion cannot be avoided behind
the deck, then it should not extend
1/3
rd
of deck length or 1.5M which
ever is less and tied with red
flags/lights.
6.3.4 Concreting
i) Ensure stability of shuttering work
before allowing concreting.
ii) Barricade the concreting area while
pouring at height/depths.
iii) Keep vibrator hoses, pumping
concrete accessories in healthy
conditions and mechanically locked.
iv) Pipelines in concrete pumping
system shall not be attached to
temporary structures such as
scaffolds and formwork support as
the forces and movements may
effect their integrity.
Page 350 of 615
OISD-192
v) Check safety cages & guards
around moving motors/parts etc.
provided in concreting mixers.
vi) Use Personal Protective Equipment
like gloves, safety shoes etc. while
dealing with concrete and wear
respirators for dealing with cement.
vii) Earthing of electrical mixers,
vibrators, etc. should be done and
verified.
viii) Cleaning of rotating drums of
concrete mixers shall be done from
outside. Lockout devices shall be
provided where workers need to
enter.
ix) Where concrete mixers are driven
by internal combustion engine,
exhaust points shall be located
away from the worker's workstation
so as to eliminate their exposure to
obnoxious fumes.
x) Don't allow unauthorised person to
stand under the concreting area.
xi) Ensure adequate lighting
arrangements for carrying out
concrete work during night.
xii) Don't allow the same workers to
pour concrete round the clock. Insist
on shift pattern.
xiii) During pouring, shuttering and its
supports should be continuously
watched for defects.
6.4 ROAD WORK
6.4.1 Site shall be barricaded and
provided with warning signs,
including night warning lamps at
appropriate locations for traffic
diversion.
6.4.2 Filled and empty bitumen drums
shall be stacked separately at
designated places.
6.4.3 Mixing aggregate with bitumen shall
preferably be done with the help of
bitumen batch mixing plant, unless
operationally non-feasible.
6.4.4 Road rollers, Bitumen sprayers,
Pavement finishers shall be driven
by experienced drivers with valid
driving license.
6.4.5 Workers handling hot bitumen
sprayers or spreading bitumen
aggregate mix or mixing bitumen
with aggregate, shall be provided
with PVC hand gloves and rubber
shoes with legging up to knee joints.
6.4.6 At the end of day's work, surplus hot
bitumen in tar boiler shall be
properly covered by a metal sheet,
to prevent anything falling in it,
6.4.7 If bitumen accidentally falls on
ground, it shall be immediately
covered by sprinkling sand, to
prevent anybody stepping on it.
Then it shall be removed with the
help of spade.
6.4.8 For cement concrete roads, besides
site barricading and installation of
warning signs for traffic diversion,
safe practices mentioned in the
chapter on "Concreting", shall also
be applicable.
6.5 CUTTING/WELDING
6.5.1 Common hazards involved in
welding/cutting are sparks, molten
metal, flying particles, harmful light
rays, electric shocks etc. Following
precautions should be taken: -
i) A dry chemical type fire extinguisher
shall be made available in the work
area.
ii) Adequate ventilation shall be
ensured by opening manholes and
fixing a shield or forced circulation of
air etc, while doing a job in confined
space.
iii) Ensure that only approved and well-
maintained apparatus, such as
torches, manifolds, regulators or
pressure reducing valves, and
acetylene generators, be used.
iv) All covers and panels shall be kept
in place, when operating an electric
Arc welding machine.
v) The work piece should be
connected directly to Power supply,
and not indirectly through
pipelines/structures/equipments etc.
vi) The welding receptacles shall be
rated for 63 A suitable for 415V, 3-
Phase system with a scraping earth.
Receptacles shall have necessary
mechanical interlocks and earthing
facilities.
vii) All cables, including welding and
ground cables, shall be checked for
Page 351 of 615
OISD-192
any worn out or cracked insulation
before starting the job. Ground cable
should be separate without any
loose joints.
viii) Cable coiling shall be maintained at
minimum level, if not avoidable.
ix) An energised electrode shall not be
left unattended.
x) The power source shall be turned off
at the end of job.
xi) All gas cylinders shall be properly
secured in upright position.
xii) Acetylene cylinder shall be turned
and kept in such a way that the
valve outlet points away from
oxygen cylinder.
xiii) Acetylene cylinder key for opening
valve shall be kept on valve stem,
while cylinder is in use, so that the
acetylene cylinder could be quickly
turned off in case of emergency.
Use flash back arrestors to prevent
back-fire in acetylene/oxygen
cylinder.
xiv) When not in use, valves of all
cylinders shall be kept closed.
xv) All types of cylinders, whether full or
empty, shall be stored at cool, dry
place under shed.
xvi) Forced opening of any cylinder
valve should not be attempted.
xvii) Lighted gas torch shall never be left
unattended.
xviii) Store acetylene and oxygen
cylinders separately.
xix) Store full and empty cylinders
separately.
xx) Avoid cylinders coming into contact
with heat.
xxi) Cylinders that are heavy or difficult
to carry by hand may be rolled on
their bottom edge but never
dragged.
xxii) If cylinders have to be moved, be
sure that the cylinder valves are
shut off.
xxiii) Before changing torches, shut off
the gas at the pressure reducing
regulators and not by crimping the
hose.
xxiv) Do not use matches to light torches,
use a friction lighter.
xxv) Move out any leaking cylinder
immediately.
xxvi) Use trolleys for oxygen & acetylene
cylinder and chain them.
xxvii) Always use Red hose for acetylene
and other fuel gases and Black for
oxygen, and ensure that both are in
equal length.
xxviii) Ensure that hoses are free from
burns, cuts and cracks and properly
clamped.
xxix) Avoid dragging hoses over sharp
edges and objects
xxx) Do not wrap hoses around cylinders
when in use or stored.
xxxi) Protect hoses from flying sparks, hot
slag, and other hot objects.
xxxii) Lubricants shall not be used on Ox-
fuel gas equipment.
xxxiii) During cutting/welding, use proper
type goggles/face shields.
6.6 WORKING IN CONFINED SPACES
6.6.1 Following safety practices for
working in confined space like
towers, columns, tanks and other
vessels should be followed in
addition to the safety guidelines for
specific jobs like scaffolding,
cutting/welding etc.
i) Shut down, isolate, depressurise
and purge the vessel as per laid
down procedures.
ii) Entry inside the vessel and to carry
out any job should be done after
issuance of valid permit only in line
with the requirement of OISD-STD-
105.
iii) Ensure proper and accessible
means of exit before entry inside a
confined space.
iv) The number of persons allowed
inside the vessel should be limited
to avoid overcrowding.
v) When the work is going on in the
confined space, there should always
be one man standby at the nearby
manway.
Page 352 of 615
OISD-192
vi) Before entering inside the vessels
underground or located at lower
elevation, probability of dense
vapours accumulating nearby
should also be considered in
addition to inside the vessel.
vii) Ensure requisite O
2
level before
entry in the confined space and
monitor level periodically or other
wise use respiratory devices.
viii) Check for no Hydrocarbon or toxic
substances before entry and monitor
level periodically or use requisite
Personal Protective Equipment.
ix) Ensure adequate ventilation or use
respiratory devices.
x) Depending upon need, necessary
respirator system, gas masks and
suit shall be worn by everyone
entering confined space. In case of
sewer, OWS or in the confined area
where there is a possibility of toxic
or inert gas, gas masks shall be
used by everyone while entering.
xi) Barricade the confined spaces
during hoisting, radiography,
blasting, pressure testing etc.
xii) Use 24V flameproof lamp fittings
only for illumination.
xiii) Use tools with air motors or electric
tools with maximum voltage of 24V.
xiv) House keeping shall be well
maintained.
xv) Safety helmet, safety shoes and
safety belt shall be worn by
everyone entering the confined
space.
xvi) Don't wear loose clothing while
working in a confined space.
xvii) In case of the vessels which are
likely to contain pyropheric
substances (like Iron Sulphide),
special care need to be taken before
opening the vessel. Attempt should
be made to remove the pyropheric
substances. Otherwise, these
should be always kept wet by
suitable means.
xviii) The cutting torches should also be
kept outside the vessel immediately
after the cutting.
xix) The gas cylinders used for
cutting/welding shall be kept
outside.
xx) All cables, hoses, welding
equipment etc., shall be removed
from confined space at end of each
work day, even if the work is to be
resumed in the same space the next
day.
xxi) To the extent possible sludge shall
be cleared and removed from
outside before entering.
xxii) No naked light or flame or hot work
such as welding, cutting and
soldering should be permitted inside
a confined space or area unless it
has been made completely free of
the flammable atmosphere, tested
and found safe by a competent
person. Only non-sparking tools and
flameproof hand lamps protected
with guard and safety torches
should be used inside such confined
space or area for initial inspection,
cleaning or other work required to
be done for making the area safe.
xxiii) Communication should be always
maintained between the worker and
the attendant.
6.7 PROOF/PRESSURE TESTING
6.7.1 Review test procedure before
allowing testing with water or air or
any other fluid.
6.7.2 Provide relief valves of adequate
size while testing with air or other
gases.
6.7.3 Ensure compliance of necessary
precautions, step wise loading,
tightening of fasteners, grouting etc.
before and during testing.
6.7.4 Inform all concerned in advance of
the testing.
6.7.5 Keep the vents open before opening
any valve for filling/draining of liquid
used for hydrotesting. The
filling/draining should not exceed the
designed rate for pressure testing.
6.7.6 Provide separate gauges of suitable
range for pressurising pump and the
equipment to be tested.
6.7.7 Provide gauges at designated
locations for monitoring of
pressures.
Page 353 of 615
OISD-192
6.7.8 Check the calibration of all
pressurising equipment and
accessories and maintain records.
6.7.9 Take readings at pre-defined
intervals.
6.8 WORKING AT HEIGHTS
6.8.1 General Provision
i) While working at a height of more
than 3 meters, ISI approved safety
belt shall be used.
ii) While working at a height of more
than 3 meters, permit should be
issued by competent person before
commencement of the job.
iii) Worker should be well trained on
usage of safety belt including its
proper usage at the time of
ascending/descending.
iv) All tools should be carried in tool kits
to avoid their falling.
v) If the job is on fragile/sloping roof,
roof walk ladders shall be used.
vi) Provide lifeline wherever required.
vii) Additional safety measures like
providing Fall Arrestor type Safety
belt, safety net should be provided
depending upon site conditions, job
requirements.
viii) Keep working area neat and clean.
Remove scrap material immediately.
ix) Don't throw or drop
material/equipment from height.
x) Avoid jumping from one member to
another. Use proper passageway.
xi) Keep both hands free while
climbing. Don't try to bypass the
steps of the ladder.
xii) Try to maintain calm at height. Avoid
over exertion.
xiii) Avoid movements on beam.
xiv) Elevated workplaces including roofs
should be provided with safe means
of access and egress such as stairs,
ramps or ladders.
6.8.2 Roof Work
i) All roof-work operations should be
pre-planned and properly
supervised.
ii) Roof work should only be
undertaken by workers who are
physically and psychologically fit
and have the necessary knowledge
and experience for such work.
iii) Work on roofs shouldn't be carried
on in weather conditions that
threaten the safety of workers.
iv) Crawling boards, walkways and roof
ladders should be securely fastened
to a firm structure.
v) Roofing brackets should fit the slope
of the roof and be securely
supported.
vi) Where it is necessary for a person
to kneel or crouch near the edge of
the roof, necessary precautions
should be taken.
vii) On a large roof where work have to
be carried out at or near the edge, a
simple barrier consisting of crossed
scaffold tubes supporting a tubing
guardrail may be provided.
viii) All covers for openings in roofs
should be of substantial construction
and be secured in position.
ix) Roofs with a pitch of more than 10
should be treated as sloping.
x) When work is being carried out on
sloping roofs, sufficient and suitable
crawling boards or roof ladders
should be provided and firmly
secured in position.
xi) During extensive work on the roof,
strong barriers or guardrails and toe-
boards should be provided to stop a
person from falling off the roof.
xii) Where workers are required to work
on or near roofs or other places
covered with fragile material,
through which they are liable to fall,
they should be provided with
suitable roof ladders or crawling
boards strong enough and when
spanning across the supports for the
roof covering to support those
workers.
xiii) A minimum of two boards should be
provided so that it is not necessary
for a person to stand on a fragile
roof to move a board or a ladder, or
for any other reason.

Page 354 of 615
OISD-192
6.8.3 Work on tall chimneys
i) For the erection and repair of tall
chimneys, scaffolding should be
provided. A safety net should be
maintained at a suitable distance
below the scaffold.
ii) The scaffold floor should always be
at least 65 cm below the top of the
chimney.
iii) Under the working floor of the
scaffolding the next lower floor
should be left in position as a catch
platform.
iv) The distance between the inside
edge of the scaffold and the wall of
the chimney should not exceed 20
cm at any point.
v) Catch platforms should be erected
over:
(a) the entrance to the chimney;
(b) Passageways and working
places where workers could be
endangered by falling objects.
vi) For climbing tall chimneys, access
should be provided by:
(a) stairs or ladders;
(b) a column of iron rungs securely
embedded in the chimney wall;
(c) Other appropriate means.
vii) When workers use the outside rungs
to climb the chimney, a securely
fastened steel core rope looped at
the free end and hanging down at
least 3 m should be provided at the
top to help the workers to climb on
to the chimney.
viii) While work is being done on
independent chimneys the area
surrounding the chimney should be
enclosed by fencing at a safe
distance.
ix) Workers employed on the
construction, alteration,
maintenance or repair of tall
chimneys should not:
a) work on the outside without a
safety harness attached by a
lifeline to a rung, ring or other
secure anchorage;
b) put tools between the safety
harness and the body or in
pockets not intended for the
purpose;
c) haul heavy materials or
equipment up and down by hand
to or from the workplace on the
chimney;
d) fasten pulleys or scaffolding to
reinforcing rings without first
verifying their stability;
e) work alone;
f) climb a chimney that is not
provided with securely anchored
ladders or rungs;
g) Work on chimneys in use unless
the necessary precautions to
avoid danger from smoke and
gases have been taken.
x) Work on independent chimneys
should not be carried on in high
winds, icy conditions, fog or during
electrical storms.
6.9 HANDLING AND LIFTING
EQUIPMENT:
6.9.1 General Provisions
Following are the general guidelines
to be followed with regard to all
types of handling and lifting
equipment in addition to the
guidelines for specific type of
equipments dealt later on.
i) There should be a well-planned
safety programme to ensure that all
the lifting appliances and lifting gear
are selected, installed, examined,
tested, maintained, operated and
dismantled with a view to preventing
the occurrence of any accident;
ii) All lifting appliances shall be
examined by competent persons at
frequencies as specified in "The
Factories act".
iii) Check thoroughly quality, size and
condition of all lifting tools like chain
pulley blocks, slings, U-clamps, D-
shackles etc. before putting them in
use.
iv) Safe lifting capacity of all lifting &
handling equipment, tools and
shackles should be got verified and
certificates obtained from competent
authorities before its use. The safe
working load shall be marked on
them.
v) Check periodically the oil, brakes,
gears, horns and tyre pressure of all
moving equipments like cranes,
Page 355 of 615
OISD-192
forklifts, trailers etc as per
manufacturer's recommendations.
vi) Check the weights to be lifted and
accordingly decide about the crane
capacity, boom length and angle of
erection.
vii) Allow lifting slings as short as
possible and check packing at the
friction points.
viii) While lifting/placing of the load, no
unauthorised person shall remain
within the radius of the boom and
underneath the load.
ix) While loading, unloading and
stacking of pipes, proper wedges
shall be placed to prevent rolling
down of the pipes.
x) Control longer jobs being lifted up
from both ends.
xi) Only trained operators and riggers
should carry out the job. While the
crane is moving or lifting the load,
the trained rigger should be there for
keeping a vigil against hitting any
other object.
xii) During high wind conditions and
nights, lifting of heavy equipments
should be avoided. If unavoidable to
do erection in night, operator and
rigger should be fully trained for
night signaling. Also proper
illumination should be there.
xiii) Allow crane to move on hard, firm
and leveled ground.
xiv) When crane is in idle condition for
long periods or unattended, crane
boom should either be lowered or
locked as per manufacturer's
guidelines.
xv) Hook and load being lifted shall
remain in full visibility of crane
operators, while lifting, to the extent
possible.
xvi) Don't allow booms or other parts of
crane to come within 3 meters reach
of overhead electrical cables.
xvii) No structural alterations or repairs
should be made to any part of a
lifting appliance, which may affect
the safety of the appliance without
the permission and supervision of
the competent person.
6.9.2 Hoists
i) Hoist shafts should be enclosed with
rigid panels or other adequate
fencing at:
(a) ground level on all sides;
(b) all other levels at all points at
which access is provided;
(c) all points at which persons are
liable to be struck by any moving
part.
ii) The enclosure of hoist shafts,
except at approaches should extend
where practicable at least 2mt
above the floor, platform or other
place to which access is provided
except where a lesser height is
sufficient to prevent any person
falling down the hoistway and there
is no risk of any person coming into
contact with any moving part of the
hoist, but in no case should the
enclosure be less than 1mt in
height.
iii) The guides of hoist platforms should
offer sufficient resistance to bending
and, in the case of jamming by a
safety catch, to buckling.
iv) Where necessary to prevent danger,
adequate covering should be
provided above the top of hoist
shafts to prevent material falling
down them.
v) Outdoor hoist towers should be
erected on firm foundations, and
securely braced, guyed and
anchored.
vi) A ladderway should extend from the
bottom to the top of outdoor hoist
towers, if no other ladderway exists
within easy reach.
vii) Hoisting engines should be of ample
capacity to control the heaviest load
that they will have to move.
viii) Hoists should be provided with
devices that stop the hoisting engine
as soon as the platform reaches its
highest stopping place.
ix) Winches should be so constructed
that the brake is applied when the
control handle is not held in the
operating position.
x) It should not be possible to set in
motion from the platform a hoist,
which is not designed for the
conveyance of persons.
Page 356 of 615
OISD-192
xi) Winches should not be fitted with
pawl and ratchet gears on which the
pawl must be disengaged before the
platform is lowered.
xii) Hoist platforms should be capable of
supporting the maximum load that
they will have to carry with a safety
factor.
xiii) Hoist platforms should be equipped
with safety gear that will hold the
platform with the maximum load if
the hoisting rope breaks.
xiv) If workers have to enter the cage or
go on the platform at landings there
should be a locking arrangement
preventing the cage or platform from
moving while any worker is in or on
it.
xv) On sides not used for loading and
unloading, hoist platforms should be
provided with toe-boards and
enclosures of wire mesh or other
suitable material to prevent the fall
of parts of loads.
xvi) Where necessary to prevent danger
from falling objects, hoist platforms
should be provided with adequate
covering.
xvii) Counterweights consisting of an
assemblage of several parts should
be made of specially constructed
parts rigidly connected together.
xviii) Counterweights should run in
guides.
xix) Platforms should be provided at all
landings used by workers.
xx) Following notices should be posted
up conspicuously and in very legible
characters:
(a) on all hoists:
on the platform: the carrying
capacity in kilograms or other
appropriate standard unit of
weight;
on the hoisting engine: the
lifting capacity in kilograms or
other appropriate standard
unit of weight;
(b) on hoists authorised or certified for
the conveyance of persons:
on the platform or cage: the
maximum number of persons
to be carried at one time;
(c) on hoists for goods only:
on every approach to the hoist
and on the platform: prohi-
bition of use by persons.
xxi) Hoists intended for the carriage of
persons should be provided with a
cage so constructed as to prevent
any person from falling out or being
trapped between the cage and any
fixed part of the structure when the
cage gate is shut, or from being
struck by the counterbalance weight
or by articles or materials tailing
down the hoistway.
xxii) On each side in which access is
provided, the cage should have a
gate fitted with devices which
ensure that the gate cannot be
opened except when the cage is at
a landing and that the gate must be
closed before the cage can move
away from the landing.
xxiii) Every gate in the enclosure of the
hoist shaft which gives access from
a landing place to the cage should
be fitted with devices to ensure that
the gate cannot be opened except
when the cage is at that landing
place, and that the cage cannot be
moved away from that landing place
until the gate is closed.
6.9.3 Derricks
Stiff-leg derricks
i) Derricks should be erected on a firm
base capable of taking the
combined weight of the crane
structure and maximum rated load.
ii) Devices should be used to prevent
masts from lifting out of their
seating.
iii) Electrically operated derricks should
be effectively earthed from the sole
plate or framework.
iv) Counterweights should be so
arranged that they do not subject
the backstays, sleepers or pivots to
excessive strain.
v) When derricks are mounted on
wheels:
Page 357 of 615
OISD-192
a) a rigid member should be used to
maintain the correct distance
between the wheels;
b) they should be equipped with
struts to prevent them from
dropping if a wheel breaks or the
derrick is derailed.
vi) The length of a derrick jib should not
be altered without consulting the
manufacturer.
vii) The jib of a scotch derrick crane
should not be erected within the
backstays of the crane.
Guy derricks
i) The restraint of the guy ropes
should be ensured by fitting stirrups
or anchor plates in concrete
foundations.
ii) The mast of guy derricks should be
supported by six top guys spaced
approximately equally.
iii) The spread of the guys of a guy
derrick crane from the mast should
not be more than 45
0
from the
horizontal.
iv) Guy ropes of derricks should be
equipped with a stretching screw or
turnbuckle or other device to
regulate the tension.
v) Gudgeon pins, sheave pins and fool
bearings should be lubricated
frequently.
vi) When a derrick is not in use, the
boom should be anchored to
prevent it from swinging.
6.9.4 Gin poles
i) Gin poles should:
(a) be straight;
(b) consist of steel or other suitable
metal;
(c) be adequately guyed and
anchored;
(d) be vertical or raked slightly
towards the load;
(e) be of adequate strength for the
loads that they will be required to
lift/move.
ii) Gin poles should not be spliced and
if a gin pole is composed of different
elements, they should be assembled
in conformity with their intrinsic
material strength.
iii) Gin poles should be fastened at
their feet to prevent displacement in
operation.
iv) Gin poles, which are moved from
place to place and re-erected,
should not be taken into use again
before the pole, lifting ropes, guys,
blocks and other parts have been
inspected, and the whole appliance
has been tested under load.
v) When platforms or skips are hoisted
by gin poles, precautions should be
taken to prevent them from spinning
and to provide for proper landing.
6.9.5 Tower cranes
i) Where tower cranes have cabs at
high level, persons, capable and
trained to work at heights, should
only be employed as crane
operators.
ii) The characteristics of the various
machines available should be
considered against the operating
requirements and the surroundings
in which the crane will operate
before a particular type of crane is
selected.
iii) Care should be taken in the
assessment of wind loads both
during operations and out of service.
Account should also be taken of the
effects of high structures on wind
forces in the vicinity of the crane.
iv) The ground on which the tower
crane stands should have the
requisite bearing capacity. Account
should be taken of seasonal
variations in ground conditions.
v) Bases for tower cranes and tracks
for rail-mounted tower cranes should
be firm and level. Tower cranes
should only operate on gradients
within limits specified by the
manufacturer. Tower cranes should
only be erected at a safe distance
from excavations and ditches.
vi) Tower cranes should be sited where
there is clear space available for
erection, operation and dismantling.
As far as possible, cranes should be
sited so that loads do not have to be
handled over occupied premises,
over public thoroughfares, other
construction works and railways or
near power cables.
Page 358 of 615
OISD-192
vii) Where two or more tower cranes are
sited in positions where their jibs
could touch any part of the other
crane, there should be direct means
of communication between them
and a distinct warning system
operated from the cab so that one
driver may alert the other of
impending danger.
viii) The manufacturers' instructions on
the methods and sequence of
erection and dismantling should be
followed. The crane should be
tested before being taken into use.
ix) The climbing operation of climbing
tower cranes should be carried out
in accordance with manufacturers'
instructions. The free-standing
height of the tower crane should not
extend beyond what is safe and
permissible in the manufacturers'
instructions.
x) When the tower crane is left
unattended, loads should be
removed from the hook, the hook
raised, the power switched off and
the boom brought to the horizontal.
For longer periods or at times when
adverse weather conditions are
expected, out of service procedures
should be followed. The main jib
should be slewed to the side of the
tower away from the wind, put into
free slew and the crane immobilised.
xi) A windspeed measuring device
should be provided at an elevated
position on the tower crane with the
indicator fitted in the drivers' cab.
xii) Devices should be provided to
prevent loads being moved to a
point where the corresponding safe
working load of the crane would be
exceeded. Name boards or other
items liable to catch the wind should
not be mounted on a tower crane
other than in accordance with the
manufacturers' instructions.
xiii) Tower cranes should not be used for
magnet, or demolition ball service,
piling operations or other duties,
which could impose excessive
loading on the crane structure.
6.9.6 Lifting ropes
i) Only ropes with a known safe
working capacity should be used as
lifting ropes.
ii) Lifting ropes should be installed,
maintained and inspected in
accordance with manufacturers'
instructions.
iii) Repaired steel ropes should not be
used on hoists.
iv) Where multiple independent ropes
are used, for the purpose of stability,
to lift a work platform, each rope
should be capable of carrying the
load independently.
6.10 VEHICLE MOVEMENT
6.10.1 Park vehicles only at designated
places. Don't block roads to create
hindrance for other vehicles.
6.10.2 Don't overload the vehicle.
6.10.3 Obey speed limits and traffic rules.
6.10.4 Always expect the unexpected and
be a defensive driver.
6.10.5 Drive carefully during adverse
weather and road conditions.
6.10.6 Read the road ahead and ride to the
left.
6.10.7 Be extra cautious at nights. Keep
wind screens clean and lights in
working condition.
6.10.8 All vehicles used for carrying
workers and construction materials
must undergo predictive/preventive
maintenance and daily checks
6.10.9 Driver with proper valid driving
license shall only be allowed to drive
the vehicle
6.10.10 Routes shall be leveled, marked and
planned in such a way so as to
avoid potential hazards such as
overhead power lines and sloping
ground etc.
6.10.11 While reversing the vehicles, help of
another worker should be ensured
at all times
6.10.12 An unattended vehicle should have
the engine switched off
6.10.13 Wherever possible one-way system
shall be followed
6.10.14 Barriers/fixed stops should be
provided for excavation/openings to
prevent fall of vehicle
Page 359 of 615
OISD-192
6.10.15 Load should be properly secured
6.10.16 The body of the tipper lorry should
always be lowered before driving
the vehicle off.
6.10.17 Signs/signals/caution boards etc.
should be provided on routes .
6.11 ELECTRICAL
6.11.1 General Provisions
i) Only persons having valid licenses
should be allowed to work on
electrical facilities.
ii) No person should be allowed to
work on live circuit. The same, if
unavoidable, special care and
authorisation need to be taken.
iii) Treat all circuits as "LIVE" unless
ensured otherwise.
iv) Electrical "Tag Out" procedure
"MUST" be followed for carrying out
maintenance jobs.
v) Display voltage ratings prominently
with "Danger" signs.
vi) Put caution/notice signs before
starting the repair works.
vii) All electrical equipment operating
above 250V shall have separate and
distinct connections to earth grid.
viii) Proper grounding to be ensured for
all switch boards and equipment
including Portable ones prior to
taking into service.
ix) Make sure that electrical switch
boards, portable tools, equipments
(like grinding machine etc.) don't get
wet during their usage. If it happens,
stop the main supply, make the tools
dry and then only use them. Check
proper earthing.
All temporary switch boards/
KIOSKS put up at work site should
be suitably protected from rain and
the level of same should be high
enough to avoid contact with water
due to water logging.
x) Don't work wet on electrical system.
xi) Don't overload the electrical system.
xii) Use only proper rated HRC fuses.
xiii) Industrial type extension boards and
Plug sockets are only to be used.
xiv) ELCB for all temporary connections
must be provided. Use insulated 3-
pin plug tops.
xv) All power supply cables should be
laid properly and neatly so that they
don't cause hindrance to persons
working and no physical damage
also takes place to the cables during
various construction activities.
xvi) All Power cables to be properly
terminated using glands and lugs of
proper size and adequately crimped.
xvii) Use spark-proof/flame proof type
electrical fi ttings in Fire Hazard
zones as per area classification
under OISD-STD-113.
xviii) Check installations of steel
plates/pipes to protect underground
cables at crossings.
xix) Don't lay unarmored cable directly
on ground, wall, roof or trees. All
temporary cables should be laid at
least 750 mm below ground and
cable markers should be provided.
Proper sleeves should be provided
at road crossings. In case temporary
cables are to be laid on wooden
poles/steel poles, the minimum
cable heights should be 4.5 M.
xx) Maintain safe overhead distance of
HT cables as per Indian Electricity
Rules and relevant acts.
xxi) Don't connect any earthing wire to
the pipelines/structures.
xxii) Don't make any unsafe temporary
connections, naked joints/wiring etc.
xxiii) Ensure that temporary cables are
free from cuts, damaged insulation,
kinks or improper insulated joints.
xxiv) Check at periodic intervals that pins
of sockets and joints are not loose.
xxv) Protect electrical wires/equipments
from water and naked flames.
xxvi) Illuminate suitably all the work
areas.
xxvii) All switchboards should be of MS
structure only and incoming source
should be marked.
xxviii) Hand lamps should not be of more
than 24V rating.
xxix) Fire extinguishers (DCP/CO
2
/Sand
buckets) should be kept near
Page 360 of 615
OISD-192
temporary switch boards being used
for construction purposes. Don't use
water for fighting electrical fires.
xxx) Insulating mats shall be provided in
the front and back end of switch
boards.
xxxi) All parts of electrical installations
should be so constructed, installed
and maintained as to prevent
danger of electric shock, fire and
external explosion.
Periodic checking/certification of
electrical safety appliances such as
gloves, insulating mats, hoods etc.
to be done/witnessed along with
maintaining a register at site signed
by competent authority.
xxxii) A notice displaying following, should
be kept exhibited at suitable places:
a) prohibiting unauthorised persons
from entering electrical
equipment rooms or from
handling or interfering with elec-
trical apparatus;
b) containing directions as to
procedures in case of fire, rescue
of persons in contact with live
conductors and the restoration of
persons suffering from electric
shock;
c) specifying the person to be
notified in case of electrical
accident or dangerous
occurrence, and indicating how to
communicate with him.
xxxiii) No other cables/pipes to be laid i n
trench used for electrical cables.
xxxiv) Utmost care should be taken while
excavating Earth from cable trench
to avoid damage or any accident.
xxxv) Sub-station floor cut-outs meant for
switch board installations to be
covered wherever installation is
incomplete.
NOTE: A Residual Current Operated Circuit
Breaker (RCCB) or Earth Leakage
Circuit Breaker (ELCB), when
installed, protects a human being to
the widest extent. RCCB or ELCB
should be provided as per Indian
Electricity Rules.
6.11.2 Inspection and maintenance
i) All electrical equipment should be
inspected before taking into use to
ensure suitability for its proposed
use.
ii) At the beginning of every shift, the
person using the electrical
equipment should make a careful
external examination of the
equipment and conductors,
especially the flexible cables.
iii) Apart from some exceptional cases,
work on or near live parts of
electrical equipment should be
forbidden.
iv) Before any work is begun on
conductors or equipment that do not
have to remain live:
a) the current should be switched
off by a responsible authorised
person;
b) precautions should be taken to
prevent the current from being
switched on again;
c) the conductors or the equipment
should be tested to ascertain that
they are dead;
d) the conductors and equipment
should be earthed and short-
circuited;
e) neighbouring live parts should be
adequately protected against
accidental contact.
v) After work has been done on
conductors and equipment, the
current should only be switched on
again on the orders of a competent
person after the earthing and short-
circuiting have been removed and
the workplace reported safe.
vi) Electricians should be provided with
approved and tested tools, and
personal protective equipment such
as rubber gloves, mats etc.
vii) All conductors and equipment
should be considered to be live
unless there is a proof of the
contrary.
viii) When work has to be done in
dangerous proximity to live parts the
current should be cut off. If for
operational reasons this is not
possible, the live parts should be
fenced off or enclosed by qualified
staff from the sub-station concerned.


Page 361 of 615
OISD-192
6.11.3. Testing
i) Electrical installations should be
inspected and tested and the results
recorded.
ii) Periodic testing of the efficiency of
the earth leakage protective devices
should be carried out.
iii) Particular attention should be paid to
the earthing of apparatus, the
continuity of protective conductors,
polarity and insulation resistance,
protection against mechanical
damage and condition of
connections at points of entry.
6.12 OFFSHORE
6.12.1 General
The isolated nature of offshore installations
are hazardous. They call for greater need for
safety and survival at offshore. Safety at
offshore is safety of installations and safety
of personnel. Safety problems and accidents
at offshore have high risks due to limited
space, helicopter operation, sea transport
etc. Following are the general safety
guidelines to be followed in addition to the
safety guidelines stipulated for specific jobs
dealt later on:
i) Workers should be well trained to
do their job independently with high
degree of self-control and self-
discipline.
ii) On arrival at offshore, everyone
should be briefed about the safety
rules to be followed at offshore,
evacuation system etc. All
personnel should wear overall
(dangri), helmet and shoes for
personnel protection.
iii) In case of emergency, workers
should follow instruction of Field
Production Superintendent (F.P.S.)
In certain cases instructions may be
given to abandon the offshore
installation and evacuate the
persons to safe location.
iv) To overcome above problems,
offshore personnel must receive
training for using life saving
appliances and other personal
survival techniques.
v) Any person working at offshore
should have one person as standby
for any eventuality.
6.12.2 Drilling Rigs
i) Location of jack up rigs should not
be less than 5 Kms from shipping
route. Orientation of the rig, wind
direction etc are required for safe
landing of helicopter. Information
w.r.t. sea currents, wind speed, Hi-
lo tide etc are required for mooring
of supply vessels.
ii) Sea bed condition at every location
should be ensured for safety of rig.
iii) Radio and other communication
facilities should be such to maintain
contact with base all times.
iv) During toeing of rig, the rig deck
should be clear of load, toeing lines
should be in good condition and
tensions in various toeing lines
should be constantly monitored.
v) Few steps during toeing are:
a) crane booms should be
secured to their vesta,
b) all hatches and water tight
doors should be closed,
c) number of personnel on board
should be restricted,
d) evacuate in case of emergency
and operation should be
completed preferably in day
light.
6.12.3 Drilling
i) In view of CO
2
and H
2
S gas cut from
well, effective ventilation should be
provided where drilling is in
progress.
ii) Safety alarm shall be checked in
advance in view of failure of
ventilation system.
iii) Suitable sensors for H
2
S and
Methane should be function tested
time to time and suitable colour
code should be given.
iv) Working areas of the crane should
be illuminated during night to avoid
accident.
v) Clear space should be available for
despatch and receipt of load and, in
particular, basket transfer of
passengers. Persons engaged in
loading/unloading of materials
should be protected from falling into
the sea.
Page 362 of 615
OISD-192
vi) Signal light should be fitted at the
top of the jib.
vii) Crane hook should be fitted with
safety latches.
viii) Experienced person should be
engaged in operation of specific
equipment like winches, cranes etc.
ix) At least three cable turns shall
always be there on the winch drum.
x) Adequate communication like walkie
talkie, round robin phone should be
available between the crane
operator, supervisor and helper.
xi) Crane operation should be
completely stopped during
helicopter landing/taking off.
xii) Except for helicopter landing deck,
all decks, platforms, bridges,
ladders should have rigid and fixed
guard rails atleast one meter high
and should have one intermediate
rail midway between the handrail
and 100 mm toe board.
xiii) Wooden ladders shall not be used
at offshore.
xiv) Flow sensor in the flow line should
be ensured for safe working and to
avoid blow out.
xv) Hydrogen sulphuide gas In offshore
is of great risk and at 10 ppm
(0.001%) concentration in air, a
person should not be exposed for
more than 8 hours, If concentration
is more, then breathing apparatus
should be used. Corrosion of
equipment is also caused by H
2
S.
xvi) Portable H
2
S gas detector should
be continously used.
6.12.4 Production Platforms
i) In case hydrocarbon Is released due
to overpressure, leak, overflow, gas
blow etc., shut down process to stop
flow of hydrocarbon. Prevent ignition
of released hydrocarbon and in case
of fire shut in the process complex
and follow emergency contigency
plan.
ii) Sub surface safetv valve (SSSV))
below the well head should be
actuated during uncontrolled well -
flow and they should be regularly
checked.
iii) Surface safety valve or SDV should
be checked for no gas leakage from
bleed port / flange etc., in the well
head area. It should not be in
"mechanical override" or bypassed
from panel.
iv) High pressure gas lift lines -
blowdown system should be O.K.
v) Auto actuation of SDVs in the inlet
of pressure vessels should be O.K.
and in "normal position" from
shutdown panels. A record of status
of switches normal/bypassed in
auto-con* panels (PSH, PSL, LSL,
ILSL) should be maintained.
Shut Down Panels
vi) Welders rectifier set and electrical
connections to it should be checked
and approved by electrical-in-
charge for proper electrical safely.
vii) SCADA" telementry system if
available should be operational for
remote opening and closing of wells
at unmanned platforms (through
RPMC).
viii) Local ESD/FSD (near the work site)
should be provided for jobs of very
critical nature, so that the persons
working can access it immediately in
emergency for safety. Safety officer
should judge the requirement &
inform FPS for the same.
ix) Railings and Gratings etc. in and
around work area should be O.K.
and inspected to avoid slippage of
man into sea.
x) Emergency shut down (ESD)
system is initiated when an
abnormal condition is detected.
ESD should be checked once in six
months.
xi) Platform should be manned round
the clock.
xii) Welding and cutting work should be
regulated by hot work permit.
xiii) All detectors should be calibrated as
per recommendation of the
manufacturer.
xiv) No system should be by-passed
which affects the system of platform.
Page 363 of 615
OISD-192
xv) In H
2
S field platforms, due care shall
be taken as per recommendations.
xvi) Follow the instructions of F.P.S.
during stay at platform
6.12.5 Fire Prevention And Control
i) Provision be made for safe handling
and storage of dirty rags, trash, and
waste oil. Flammable liquids and
chemicals applied on platform
should be immediately cleaned.
ii) Paint containers and hydrocarbon
samples, gas cylinders for welding
and cutting should be stored
properly. Cylinders should be
transported in hand-cart.
iii) Smoking should be restricted and
no smoking area should be
identified.
iv) Special attention should be given to
crude oil pump seals, diesel and
gas engines which are potential
source of ignition in the event of
failure.
v) Fire and smoke detectors i.e.
ultraviolet heat, thermal and smoke
detector should be function tested
once in three months.
vi) Fire is controlled in offshore by
water spraying, Halon, CO
2

flooding, DCP and sprinkler system.
vii) Foaming agent is applied for
controlling fire in liquid hydrocarbon.
The system is not effective in gas
fire.
viii) Light weight breathing system
should be used.
ix) The fire control plan at offshore
should reveal control station, fire
alarms and fire detectors, deluge
valves and sprinkler, fire
extinguishing appliances, fireman
outfit and ventilation system.
x) Fire fighting equipment should be
maintained in ready to use
condition.
6.12.6 Life Saving Appliances
i) Life boats with a speed of 6 knots
and carrying capacity upto 50
persons are used in offshore.
ii) No. of life boats on one installation
should have a capacity to
accommodate twice the number of
persons onboard installation.
iii) Launching appliances and life boat
equipment should be checked every
week.
iv) Boat landing areas should be
adequately illuminated.
v) Life raft has no power and they rely
on drift.
vi) Life jacket lifts the wearer after
entering water.
vii) Life buoys are used to rescue
persons if any person accidentally
falls in the sea.
viii) All life saving appliances should be
inspected by the MMD surveyor /sr.
officials once a year.
ix) Every life boat shall be inspected
once a week.
x) Every life boat and life raft should
be serviced once a year by a
competent authority,
6.12.7 Safety Precautions during
Helicopter Transportation
i) Passenger briefing regarding safety
rules while travelling in helicopter
should be carried out before
boarding the helicopter.
ii) Emergency procedure should be
briefed to all the passenger In case
helicopter is to ditch into the sea.
iii) Heli-pad should have a non-skid
surface. Nylon rope net should be
stretched on the deck.
iv) Proper drainage should be available
on helideck.
v) There should be no obstruction on
the helideck itself and within 3
meters of its parameter. Closest
super structure above the helideck
should have red obstruction light.
vi) While landing fire crew of two
persons should be standby adjacent
to helideck.
vii) Heli-deck should be properly
illuminated for night landing.
viii) During switching off helicopter,
persons should not be allowed to go
out/ towards helicopter

Page 364 of 615
OISD-192
6.13 DEMOLITION
6.13.1. General provisions
i) When the demolition of any building
or structure might present danger to
workers or to the public:
(a) necessary precautions, methods
and procedures should be
adopted, including those for the
disposal of waste or residues;
(b) the work should be planned and
undertaken only under the
supervision of a competent
person.
ii) Before demolition operations begin:
(a) structural details and builders'
drawings should be obtained
wherever possible;
(b) details of the previous use should
be obtained to identify any
possible contamination and
hazards from chemicals,
flammables, etc.;
(c) an initial survey should be carried
out to identify any structural
problems and risks associated
with flammable substances and
substances hazardous to health.
The survey should note the type
of ground on which the structure
is erected, the condition of the
roof trusses, the type of framing
used in framed structures and the
load-bearing walls;
(d) a method of demolition should be
formulated after the survey and
recorded in a method statement
having taken all the various
considerations into account and
identifying the problems and their
solutions;
iii) All electric, gas, water and steam
service lines should be shut off and,
as necessary, capped or otherwise
controlled at or outside the
construction site before work
commences.
iv) If it is necessary to maintain any
electric power, water or other
services during demolition
operations, they should be
adequately protected against
damage.
v) As far as practicable, the danger
zone round the building should be
adequately fenced off and sign
posted. To protect the public a fence
2m high should be erected
enclosing the demolition operations
and the access gates should be
secured outside working hours.
vi) The fabric of buildings contaminated
with substances hazardous to health
should be decontaminated.
Protective clothing and respiratory
devices should be provided and
worn.
vii) Where plant has contained
flammable materials, special
precautions should be taken to
avoid fire and explosion.
viii) The plant to be demolished should
be isolated from all other plant that
may contain flammable materials.
Any residual flammable material in
the plant should be rendered safe by
cleaning, purging or the application
of an inert atmosphere as
appropriate.
ix) Care should be taken not to
demolish any parts, which would
destroy the stability of other parts.
x) Demolition activities should not be
continued under adverse climatic
conditions such as high winds,
which could cause the collapse of
already weakened structures.
xi) To prevent hazards parts of struc-
tures should be adequately shored,
braced or otherwise supported.
xii) Structures should not be left in a
condition in which they could be
brought down by wind pressure or
vibration.
xiii) Where a deliberate controlled
collapse technique is to be used,
expert engineering advice should be
obtained, and:
(a) it should only be used where the
whole structure is to come down
because it relies on the removal
of key structural members to
effect a total collapse;
(b) it should only be used on sites
that are fairly level and where
there is enough surrounding
space for all operatives and
equipment to be withdrawn to a
safe distance.
xiv) When equipment such as power
shovels and bulldozers are used for
Page 365 of 615
OISD-192
demolition, due consideration should
be given to the nature of the building
or structure, its dimensions, as well
as to the power of the equipment
being used.
xv) If a swinging weight is used for
demolition, a safety zone having a
width of at least one-and-a-half
times the height of the building or
structure should be maintained
around the points of impact.
6.13.2. Demolition of structural steelwork
i) All precautions should be taken to
prevent danger from any sudden
twist, spring or collapse of
steelwork, ironwork or reinforced
concrete when it is cut or released.
ii) Steel construction should be
demolished tier by tier.
iii) Structural steel parts should be
lowered and not dropped from a
height.
6.14 RADIOGRAPHY
6.14.1 All radiography jobs shall be carried
out as per BARC Safety Regulations
6.14.2 During field radiography, nearby
area around the radiation source
should be cordoned off.
6.14.3 If the field radiography is to be done
at the same location repeatedly, it is
advisable to provide either a wire
fencing around or a temporary brick
enclosure.
6.14.4 Special permission/permit should be
taken for radiography from area-in-
charge.
6.14.5 As far as possible, field radiography
should be done only during night
time when there is little or no
occupancy there.
6.14.6 Radiation warning signals should be
pasted all along the cordoned off
area.
6.14.7 Entry into the restricted area by
unauthorised persons should be
strictly prohibited during exposure.
6.14.8 The radiation level alongwith the
cordon should be monitored by a
suitable and well-calibrated radiation
survey meter.
6.14.9 All personnel working with
radiography sources should wear
appropriate protective equipment
and film badges issued by BARC.
6.14.10 Protection facilities such as
manipulator rod, remote handling
tongs, lead pots, radiation hazard
placards and means of cordon off
shall be available at each site.
6.14.11 The radiography source shall never
be touched or handled directly with
hands.
6.14.12 The package containing radiography
cameras and sources should never
be carried by public transport like
bus, train etc.
6.14.13 Radiography sources and cameras,
when not in use, should be stored
inside a source pit with lock and key
arrangement as approved by BARC.
The storage room should preferably
be located in an isolated area of
minimum occupancy and radiation
level outside the storage room
should not exceed 0.25 mR/hr as
per BARC Regulations.
6.14.14 In case of an accident (due to loss
or of damage to radiography
source), action should be taken in
line with BARC Safety
Rules/Guidelines.

6.15 SAND/SHOT BLASTING/ SPRAY
PAINTING

6.15.1 Sand blasting should be used only
after approval from competent
person.
6.15.2 Air Compressor used for sand/shot
blasting/painting should have guard
and positioned away from the work
place.
6.15.3 Exhaust of the prime mover, if IC
engine is used, should be directed
away from the work place.
6.15.4 In case of motor driven compressor,
the body of the motor as well as the
compressor to be properly earthed.
6.15.5 The hoses used for compressed air
should be of proper quality, and
health of the same to be ensured
through regular check/ test.
Page 366 of 615
OISD-192
6.15.6 The operator of sand/shot
blasting/painting should wear
suitable PPE's including mask.
6.15.7 Adequate measures to be taken to
suppress dust/spray particle.
6.15.8 Sand used for sand blasting should
be suitably covered & protected
from to rain/moisture.
6.15.9 When these activities are done in
confined places, adequate measure
to be taken for proper ventilation.
6.16 WORK ABOVE WATER
6.16.1 General Provisions
i) Where work is done over or in close
proximity to water & where
possibility of drowning exists,
provision should be made for:
a) Preventing workers from falling into
water;
b) The rescue of workers in danger
of drowning;
c) Safe and sufficient transport.
ii) Provisions for the safe performance
of work over or in close proximity to
water should include, where
appropriate, the provision and use of
suitable and adequate:
a) fencing, safety nets and safety
harnesses;
b) lifebuoys, life jackets and manned
boats;
c) protection against such hazards
as reptiles and other animals.
iii) Gangways, pontoons, bridges,
footbridges and other walkways or
work places over water should:
a) possess adequate strength and
stability;
b) be sufficiently wide to allow safe
movement of workers;
c) have level surfaces free from
tripping hazards;
d) be adequately lit when natural
light is insufficient;
e) where practicable and necessary, to
prevent danger, be provided with
toe-boards, guard rails, hand ropes
etc.
f) be secured to prevent
dislodgment by rising water or high
winds;
g) if necessary, be equipped with
ladders which should be sound, of
sufficient strength and length and be
securely lashed to prevent slipping.
iv) All deck openings including those for
buckets should be fenced.
6.16.2 Rescue & Emergency procedures

i) Persons who work over water
should be provided with some form
of buoyancy aid. Life jackets should
provided sufficient freedom of
movement, have sufficient buoyancy
to bring persons to the surface and
keep them afloat face upwards, be
easily secured to the body, be
readily visible by way of self
luminous paint/strip.
ii) Nobody should work alone on or
above water.
iii) Each worker should be trained in the
procedure to be followed in the
event of an emergency.
7.0 ADDITIONAL SAFETY
PRECAUTION FOR UNITS
WITH HYDROCARBONS
In addition to general safety
precautions as outlined above for
the activities in Clause 6.0, following
additional safety precautions need
to be taken for the sites within the
operating area or nearby, where
presence of Hydrocarbons cannot
be ruled out.
i) No job shall be carried out without a
valid permit. Permit should be in
line with OISD-STD-105 "Work
Permit System".
ii) Smoking should be prohibited in all
places containing readily
combustible or flammable materials
and "No Smoking" notices be
prominently displayed.
iii) In confined spaces and other places
where flammable gases, vapours or
dusts can cause danger, following
measures should be taken:
(a) only approved type electrical
installations and equipment,
including portable lamps, should
be used;
(b) there should be no naked
flames or source of ignition;
(c) oily rags, waste and clothes or
other substances liable to
spontaneous ignition should be
removed without delay to a safe
place;
(d) ventilation should be provided.
Page 367 of 615
OISD-192
iv) Regular inspections should be made
of places where there are fire risks.
These include the vicinity of heating
appliances, electrical installations
and conductors, stores of flammable
and combustible materials, welding
and cutting operations.
v) Welding, flame cutting and other hot
work should only be done after
issuance of work permit in line with
the requirement of OISD-STD-105
after appropriate precautions, as
required, are taken to reduce the
risk of fire. For carrying out other
jobs also, OISD-STD-105 should be
followed strictly.
vi) Fire-extinguishing equipment should
be well maintained and inspected at
suitable intervals by a competent
person. Access to fire-extinguishing
equipment such as hydrants,
portable extinguishers and
connections for hoses should be
kept clear at all times.
vii) All supervisors and a sufficient
number of workers should be trained
in the use of fire-extinguishing
equipment, so that adequate trained
personnel are readily available
during all working periods.
viii) Audio means to give warning in
case of fire should be provided
where this is necessary to prevent
danger. Such warning should be
clearly audible in all parts of the site
where persons are liable to work.
There should be an effective
evacuation plan so that all persons
are evacuated speedily without
panic and accounted for and all
plant and processes shut down.
ix) Notices should be posted at
conspicuous places indicating:
(a) the nearest fire alarm;
(b) the telephone number and
address of the nearest
emergency services.
x) The work site shall be cleared of all
combustible materials, as Sparks
and molten metal coming from the
welding job can easily ignite
combustible materials near or below
the welding site. If the combustible
materials cannot be removed from
the area, the same shall be properly
shielded.
xi) A dry chemical type fire extinguisher
shall be made available in the work
area. Also fire protection facilities
like running hoses etc. as per permit
should be complied with.
xii) Wherever required, welding screens
shall be put up to protect other
equipment in adjoining areas
against flying sparks. Material used
should be metal/asbestos/water
curtain.
xiii) Welding or cutting of vessels/
equipments used in Hydrocarbon/
hazardous chemicals shall be done
after proper gas freeing and
verifying the same with the
explosive-meter.
xiv) The confined space/equipment shall
be gas freed and cleaned.
xv) Absence of any toxic gas and any
flammable gas above explosion limit
shall be ensured with the help of
gas detection instrument and
explosive meter respectively.
xvi) Used and hot electrode stubs shall
be discarded in a metal bucket.
xvii) Use approved and certified flame
arrestors for vehicles.
xviii) Work permit to be obtained, if
construction work is carried out
within existing operating area.
8.0 FIRST AID
First aid facilities should be provided
in line with various statutory
regulations like factory act etc.
However following care should be
taken:
i) First aid, including the provision of
trained personnel should be ensured
at work sites. Arrangement should
be made for ensuring the medical
attention of the injured workers. First
aid box should be as per the Factory
rules.
ii) Suitable rescue equipment, like
stretchers should be kept readily
available at the construction site.
iii) First-aid kits or boxes, as
appropriate and as per statutory
requirements, should be provided at
workplaces and be protected
against contamination by dust,
moisture etc.
Page 368 of 615
OISD-192
iv) First-aid kit or boxes should not
keep anything besides material for
first aid in emergencies.
v) First-aid kits and boxes should
contain simple and clear instructions
to be followed, be kept under the
charge of a responsible person
qualified to render the first aid and
be regularly inspected and stocked.
vi) Where the work involves risk of
drowning, asphyxiation or electric
shock, first-aid personnel should be
proficient in the use of resuscitation
and other life saving techniques and
in rescue procedures.
vii) Emergency telephone numbers of
nearby Hospitals, Police, Fire
Station and Administration should
be prominently displayed.
9.0 DOCUMENTATION
The intention of keeping
documentation of all types of
accident(s) is to prevent recurrence
of similar accident(s). All accidents
should be reported as per OISD
Guidelines (OISD-GDN-107) and
Factories act, 1948.
All accidents (major, minor or near
miss) should be investigated,
analysed and recommendations
should be documented along with
implementation status.
All related data should be well-
documented and further analysis
highlighting the major cause(s) of
accidents be done. This will help in
identifying thrust areas and training
needs for prevention of accidents.

10.0 SAFETY AWARENESS &
TRAINING
Safety awareness to all section of
personnel ranging from site-in-
charge to workmen helps not only
preventing the risk but also build up
the confidence. Time and
expenditures also get saved as a
result.
Safety awareness basically seeks to
persuade/inform people on safety
besides supplementing skill also.
Awareness programme may include
followings:
i) Poster: Posters with safety slogan
in humorous, gruesome
demonstrating manner may be used
to discourage bad habits attributable
to accidents by appealing to the
workers' pride, self-love, affection
curiosity or human aspects. These
should be displayed in prominent
location(s).
ii) Safety Sign Boards: Different type
of message of cautioning, attention,
notice etc. should be displayed at
the appropriate places for learning/
awareness of the workmen while
working at site.
iii) Films & Slides: Film(s) narrating
the accident including the causes
and possible remedial ways of
preventing the recurrence of a
similar accident should be displayed
at regular intervals. Slides consisting
main points of the film show may
also be shown to workers.
iv) Talks, lectures & conferences:
The success of these events would
depend much on audiences
understandings of the speaker (s).
The speakers are to be
knowledgeable and good presenter.
Speakers should know to hold the
attention and to influence the
audiences.
v) Competitions: Organise
competition(s) between the different
deptts/categories of workers. The
sense of reward/recognition also will
improve safety awareness and
result in enhancing safety levels.
vi) Exhibitions: Exhibitions also make
the workers acquainted with hazards
and means of preventive measures.
vii) Safety Publication: Safety
publications including pocket books
dealing with ways of investigation
and prevention in the field of safety
and so on, may be distributed to
workers to promote the safety
awareness.
viii) Safety Drives: From time to time,
an intensive safety drive by
organising a safety day or a safety
week etc. should be launched.
ix) Training: Training for covering the
hazards for different trade should be
imparted. Training should also
include the specific hazards related
Page 369 of 615
OISD-192
to a job in addition to the general
safety training as has been dealt in
various chapters and should include
all workers. Reference may be
drawn from OISD-STD-154.
11.0 REFERRENCES
i) Factory Act, 1948
ii) Indian Electricity Rules
iii) Safety & Health in Construction by
ILO
iv) The Building & Other Construction
Workers (Regulation, Employment
and Conditions of Service) Act 1996



Page 370 of 615
OISD-192

ANNEXURE I

LIST OF SAFETY CODES FOR CIVIL WORKS PUBLISHED BY BUREAU OF
INDIAN STANDARDS

Sr.no Code No. Title
01. IS : 818 Code of Practice for Safety and Health Requirements in Electric
and Gas Welding and Cutting Operations First Revision.
02. IS : 875 Code of practice for Structural safety of buildings: Masonry walls
03. IS : 933 Specification for Portable Chemical Fire Extinguisher, Foam
Type Second Revision.
04. IS : 1179 Specification for Equipment for Eye and Face Protection during
Welding First Revision.
05. IS : 1904 Code of practice for Structural safety of buildings: Shallow
foundations
06. IS : 1905 Code of practice for Structural safety of buildings: Masonry walls
07. IS : 2171 Specification for Portable Fire Extinguishers, Dry Powder Type
Second Revision.
08. IS : 2361 Specification for Building Grips First Revision.
09. IS : 2750 Specification for Steel Scaffoldings.
10. IS : 2925 Specification for Industrial Safety Helmets First Revision.
11. IS : 3016 Code of Practice for Fires Precautions in Welding and Cutting
Operations First Revision.
12. IS : 3521 Industrial safety belts and harnesses
13. IS : 3696 Part I Safety Code for Scaffolds and Ladders : Part I Scaffolds.
14. IS : 3696 Part II Safety Code for Scaffolds and Ladders : Part II Ladders.
15. IS : 3764 Safety Code for Excavation Work.
16. IS : 4014 -Part I & II Code of practice for Steel tubular scaffolding
17. IS : 4081 Safety Code for Blasting and Related Drilling Operations.
18. IS : 4082 Recommendations on staking and storage of construction
materials at site
19. IS : 4130 Safety Code for Demolition of Buildings First Revision.
20. IS : 4138 Safety Code Working in Compressed Air-First Revision
21. IS : 4756 Safety code for Tunneling works
22. IS : 4912 Safety requirements for Floor and Wall Openings, Railings and
toe Boards First Revision.
23. IS : 5121 Safety Code for Piling and other Deep Foundations.
24. IS : 5916 Safety Code for Construction involving use of Hot Bituminous
Materials.
25. IS : 5983 Specification for Eye Protectors First Revision.
26. IS : 6922 Structures subject to underground blasts, criteria for safety and
design of
27. IS : 7155 Code of recommended practices for conveyor safety
28. IS : 7205 Safety Code for Erection on Structural Steel Works.
Page 371 of 615
OISD-192

Sr.no Code No. Title
29. IS : 7069 Safety Code for Handling and Storage of Building Materials.
30. IS : 7293 Safety Code for Working with Construction Machinery.
31. IS : 7323 Guidelines for operation of Reservoirs
32. IS : 7969 Safety code for handling and storage of building material
33. IS : 8758 Recommendation for Fire Precautionary Measures in
construction of Temporary Structures and Pandals.
34. IS : 8989 Safety Code for Erection of Concrete Framed Structures.
35. IS : 9706 Code of Practices for construction of Arial ropeways for
transportation of material
36. IS : 9759 Guidelines for de-watering during construction
37. IS : 9944 Recommendations on safe working load for natural and man-
made fibre roap slings
38. IS : 10291 Safety code for dress divers in civil engineering works
39. IS :10386 Part I Safety Code for Construction, Operation and Maintenance for
River Valley Projects.
40. IS :10386 Part II Safety Code for Construction, Operation and Maintenance of
River Valley Projects.
41. IS : 11057 Code of practice for Industrial safety nets
42. IS : 13415 Code of Practice on safety for Protective barriers in and around
building
43. IS : 13416 Recommendations for preventive measures against hazards at
working places


Page 372 of 615
OISD GDN 207

FOR RESTRICTED
CIRCULATION ONLY

OCTOBER 2002









CONTRACTOR SAFETY










OISD GUIDELINES 207







Oil Industry Safety Directorate
Government of India
Ministry of Petroleum & Natural Gas


Page 373 of 615
CONTRACTOR SAFETY


CONTENTS



SECTION DESCRIPTION

1.0

INTRODUCTION


2.0

SCOPE


3.0

DEFINITIONS


4.0

DUTIES / RESPONSIBILITIES


4.1

Owner


4.2

Contractor


4.3

Consultant


4.5

Designer


5.0

SAFETY MANAGEMENT


5.1

Job Safety Analysis (JSA)


5.2

Criteria of a Selection of a Contractor


5.3

Site Planning and Layout


5.4

Gate Entry Procedure


5.5

Training


5.6

Inspection / Audit


5.7

Penalties for non-compliance


5.8

Incident Reporting and Investigation System


5.9

Safety Committee Meetings


5.10

Safety Equipment / Personnel Protective Equipment


6.0

REFERENCES


ANNEXURE I List of BIS codes / Statutory Regulations


ANNEXURE II Checklist for Safety Inspection / Audit




Page 374 of 615
CONTRACTOR SAFETY






1.0 INTRODUCTION

Oil and Gas operations like Drilling,
Production, Refining, Transportation and
Distribution are inherently hazardous. A
large number of contractor workforce is
deployed to carry out construction,
maintenance and other jobs. The analysis of
the incidents in the Petroleum Sector
indicates that a large number of incidents
involved contractor workforce and have
resulted in either casualty or injury besides
leading to property damage and operational
interruptions and environmental degradation.

In order to improve the safety levels of oil
installations, the contractor safety is of
utmost importance and there is a need to
institute a good contractor safety system.

2.0 SCOPE

This standard covers broadly the guidelines
on the management system for enhancing
the safety levels of the contractor workforce
deployed in construction, maintenance and
operation activities in the hydrocarbon
industry.

The safety precautions to be taken while
carrying out different activities during
construction / maintenance have separately
been covered in OISD-GDN-192 on "Safety
Practices during Construction".

3.0 DEFINITIONS

Work station/Work site

A place/unit where the job is carried out by
contractor/executing agency in specified
manner with safety, during construction
phase or in operation phase.

Owner
Any physical or legal person/entity for whom
prescribed job is carried out.

It shall also include owner's designated
representative / consultant /nominee / agent,
authorised from time to time to act for and
on its behalf, for supervising / co-ordinating
the activities of the contractor/execution
agency.

Contractor / Executing Agency

A physical or legal person/entity having
contractual obligation with the owner, and
who deploys one or more worker on the site.

Contractor Worker

It covers all workmen who are either self-
employed or employed through contractor,
the casual workers and includes contractors
supervisor, working at a location / site
employed directly by Owner or through their
contractor.

Incident

An incident is an unplanned, uncontrolled,
unintended or unforeseen event, caused by
unsafe acts and / or unsafe conditions,
resulting in or having the potential to result in
personal injury and/or property damage.

Consultant

Consultant is a physical or legal
person/entity engaged by owner to provide
the consultancy services to owner for
management of the contract on their behalf
or as specified.

Designer

Designer is a physical or legal person / entity
engaged by owner to provide design
services of a work site.

Owner's Representative / Engineer In
Charge

The Owners representative/Engineer-in-
charge is the one, who has been designated
by the owner to manage the contract.

Owner's Safety Officer

A properly trained person designated by
owner who ensures safety at work site.


Page 375 of 615


4.0 DUTIES/ RESPONSIBILITIES

4.1 OWNER

4.1.1 Owners Management

The commitment to safety has to be
emphasised by the owner by practice by its
own management and employees at all
levels. The duties and responsibilities of
owner should include:

i) To institute a mechanism for
identification and compliance of all
applicable statutory rules &
regulations (Refer Annexure I for a list
of few important Bureau of Indian
Standards & statutory regulations).

ii) To provide specific information to
contractors and make workers aware
on the hazards associated with job
assigned.

iii) To provide information about
Risk Mitigation measures available at
the place of work.

iv) To provide the contractor with
information on Owners Safety Plan &
Regulations, Emergency Management
Plan, lockout/ tag out procedure,
confined space entry, work permit
system, excavation/trench permit
system etc.

v) To specify rules (e.g. for security
including access arrangements) and
safety rules such as fire protection,
first aid arrangements, Work Permit
systems etc.

vi) To provide comprehensive list of
statutory regulations / standards and
specification, to be complied with
during execution of contract, in the
tender document itself.

vii) To ensure training of the
contractor workforce, medical
examination, and proper usage of
safety equipment.

viii) To specify the requirements of
Health, Safety and Environment (HSE)
(commensurate with the nature of job)
in Pre- Qualification criteria.

ix) To designate Engineer-in-charge
and safety officer.

x) To arrange for a multi-
disciplinary safety audit team to
conduct surprise / regular safety
audits and monitor the implementation
of the recommendations.

xi) To introduce suitable schemes
for motivation of the contractor worker
to adhere to safety guidelines.

xii) To review safety practices & their
implementation through periodic
surprise visit of the work sites and
monthly review meeting.

xiii) To develop the HSE plans and
incorporate the same in the tender
document.

xiv) To liaise with external agencies
like press, public etc and with law
enforcement, regulatory, statutory
agencies etc.

xv) To report to statutory agencies
on safety compliance and accidents, if
any.

4.1.2 Owner's Representative/Engineer-
in-charge

The duties & responsibilities of engineer-in-
charge should include:

i) To ensure that all Contract
requirements including Health, Safety,
Environment & Security are complied
with.

ii) To ensure that contractor workforce
deployed is adequately qualified,
trained and in state of health to
commensurate with the requirements
of the job.

iii) To ensure that the Tools / Tackles and
Machinery being used are properly


Page 376 of 615
tested and are in sound working
conditions and necessary resources
proposed for providing safe place of
work and necessary PPE are being
used.

iv) To take the required necessary
corrective action immediately upon
noticing or receipt of a report on
noncompliance or any such condition
which poses a threat to health, safety
or environment. If during the course of
execution of the contract, any
situation of non-compliance with the
contractor's safety and health plan are
noticed / reported, the same will be
taken up with the contractor for
correction. In the event of repeated
non compliance, suitable action to be
initiated as per the contract.

v) To ensure that the incidents are
reported to all concerned within
stipulated timeframe.

vi) To ensure submission of a plan for
safe working (Method Statement)
from contractor and approval of the
same by competent person /
department.

vii) To ensure that Work Permit
System in line with OISD-STD-105 is
adhered to.

viii) To ensure availability of all the
documentation needed for the
execution of contract.

ix) To ensure that the quality controls
have been maintained during
fabrication/erection and all jobs
required for safe commissioning have
been carried out.

x) To ensure safe dismantling of all
temporary facilities/connections put
up by the contractor, after completion
of work.

xi) To compile a report on the safety
performance (at the conclusion of
each contract or periodically such as
annually for renewable and long-term
contracts), which is to be considered
in future when selecting contractors.

xii) To ensure that the Consultant,
contractor and sub-contractor employ
/ designate qualified & trained Safety
Engineer / Officer commensurate with
requirement of the job.

4.1.3 Owner's Safety Officer
The duties & responsibilities of the Owner's
Safety Officer should include:
i) To assess the hazards associated
with jobs in consultation with all
concerned and establish safe working
procedure including identification of
the escape routes.
ii) To establish a written record of factors
which can cause injuries and
illnesses.
iii) To undertake routine/surprise
inspections of all work sites and
identify unsafe conditions & practices,
if any. Check for compliance of the
safety practices being followed with
approved HSE Plan.
iv) To investigate promptly the incidents
(including near-miss) in order to
advise corrective and/or preventive
action.
v) To maintain statistical information for
use in analyzing all phases of
incidents and events involving
contract personnel.
vi) To provide the means for complying
with the reporting requirements for
occupational injuries and illnesses.
vii) To check whether the proposed
working arrangements are safe and
satisfactory, particularly at the
interface between the contractor's
planned work and owners existing
facilities.

viii) To communicate to the
Contractor the imposed restrictions
which may affect the work/personnel
such as the temporary closure of a
corridor or electrical isolation of
equipment.



Page 377 of 615
ix) To review and monitor the contractor's
adherence to approved HSE plan and
all applicable environmental, health,
and safety requirements.

x) To ensure that Consultant,
Contractors Managers, Supervisors
and workmen at all levels (who will
plan, monitor, oversee and carry out
the work) undergo Health, Safety and
Environmental training in their
respective responsibilities with
respect to conducting work safely and
with due regard for the protection of
the environment.

xi) To identify areas of operations where
specialized training is required to deal
with potential dangers.

xii) To document and to bring to the
attention of the Owner's Supervisor
and Contractor any non-
compliance/violation of the safety
norms against approved safety and
health plan or safety and health
requirements and also raise these
issues in the Safety Committee
Meetings.

xiii) To take part in Tool Box
Meetings at random and to ensure
maintenance of records.

4.2 CONTRACTOR

4.2.1 Contractor's Management

Duties & responsibilities of the contractor
should include the following:

i) To implement safe methods and
practices, deploy appropriate
machinery, tools & tackles,
experienced supervisory personnel
and skilled work force etc. required for
execution.

ii) To prepare a comprehensive and
documented plan for implementation,
monitoring and reporting of Health,
Safety and Environment (HSE) and
implement the same after its approval.

iii) To nominate qualified & trained Safety
Engineers / Officers reporting to the
Site in charge, for supervision, co-
ordination and, liaison for the
implementation of the safety plan.

Similar HSE Plan should be
implemented at the sub- contractors
or suppliers site /office. However the
compliance with the HSE Plan is to be
the sole responsibility of the
Contractor.

iv) To arrange suitable facilities in liaison
with the owner for drinking water,
toilets, lighting, canteen, crche etc as
applicable as per Laws/ Legislation at
site and also arrange for workmen
compensation insurance, third party
liability insurance, registration under
ESI / PF act etc as applicable.

v) To arrange for fire protection
equipment as per the advice of owner.

vi) To ensure that its employees have
completed appropriate health and
safety training as required by the
statute / regulation and also as per
requirements of the Owner /
Consultant. The documentation of
such training imparted to all its
employees should be maintained and
produced for verification as required.

vii) To comply with all the security
arrangements of owner.

viii) To ensure that the plant and
equipment used on-site by him / his
employees is correctly registered,
controlled and maintained in sound
working condition.

ix) To ensure availability of First Aid
boxes and First Aid trained attendant.

x) To ensure that all incidents including
near misses are reported to all
concerned immediately.

In construction projects where sub-
contractors are engaged, the contractor
should set out the responsibilities, duties
and safety measures that are expected of


Page 378 of 615
the sub-contractors workforce. These
measures should include the provision and
use of specific safety equipment, methods of
carrying out specific tasks on safety and the
inspection and appropriate use of tools.

The responsibilities indicated separately
under contractors Supervisor, Safety Officer
and contract worker are contractually that of
the Contractor and legally binding on the
Contractor only. However the specific
detailing as above has been given
separately for guidance and operational
convenience.

The selection of sub contractors, if
employed, should be approved by the
owner. Sub-contractor should comply fully
with all safety rules and conditions
applicable to the main contractor.

4.2.2 Contractors Supervisor / Safety
Officer

Duties & responsibilities of the Contractors
supervisor/Safety Officer should include the
following:

i) To ensure strict compliance with work
permit system by carrying out work
only with appropriate work permits
and after ensuring that all safety
precautions / conditions in the permit
are complied with and closing the
same after job completion.

ii) To ensure that required guards and
protective equipment are provided,
used, and properly maintained.

iii) To ensure that tools and equipment
are properly maintained and tested.

iv) To plan the workload and assign
workers to jobs in commensuration
with their qualification, experience and
state of health.

v) To ensure that the workers
understand the work to be done, the
hazards that may be encountered,
and the proper precautions/procedure
for carrying out the work safely.

vi) To take immediate action to correct
any violation of safety rules observed
or reported.

vii) To ensure that the workers likely
to be exposed to hazardous
chemicals/materials have access to
appropriate Material Safety Data
Sheets (MSDS), wherever applicable,
and provide necessary mitigation
measures.

viii) To ensure inspection and
certification of all tools (hand operated
as well as mechanically operated)
being used. Defective tools shall be
immediately removed.

ix) To ensure that appropriate warning
signboards or tags are displayed.

x) To ensure that workers have proper
training for their job assignments,
including use of appropriate PPE and
first aid fire fighting equipment.

xi) To comply with all applicable safety
and health standards, rules,
regulations and orders issued by
competent authority pertaining to the
assigned activities.

xii) To ensure that sick and/or
injured workers receive appropriate
first aid and/or medical attention.

xiii) To report each incident and/or
injury in accordance with established
procedures and assist in investigation.

xiv) To take necessary action for
correction of any unsafe act /
condition at the workplace. However,
in case the same is outside the limits
of authority, it should be reported to
Owners Engineer-in-charge
immediately.

xv) To conduct daily inspections to
ensure compliance with safety
standards, codes, regulations, rules
and orders applicable to the work
concerned.



Page 379 of 615
xvi) To ensure that workers under
their supervision are aware of their
responsibilities.

xvii) To arrange daily tool box
meeting and regular site safety
meetings and maintain records in the
required formats. (Refer Clause 5.9.1)

xviii) To arrange stand-by supervisor/
worker where situations so demand.

xix) To develop methods and display
banners/posters to inculcate safety
consciousness.

xx) To attend training and ensure
participation of his workers for training
as per schedule arranged by the
Owner / Consultant and keeps himself
updated.

xxi) To keep records of number of
persons working at the site.

xxii) To keep a constant liaison with
Engg-in-charge / owners
representative on safety issues.

xxiii) To maintain accident & nearmiss
record in a register.

xxiv) To ensure that only PPE of the
approved type by owner is used at
site.

A separate Safety Officer should be
assigned, where more than 100 workers are
employed at site. For smaller jobs, the
supervisor should assume the role of the
safety officer also.

4.2.3 Contract workers

The duties & responsibilities of the
contractor worker should include the
following:

i) To perform work safely as per the job
requirement and instructions.

ii) To inform all concerned regarding
unsafe conditions/acts.

iii) To wear PPE as stipulated and
necessary for the job.

iv) To inform promptly to their supervisor
regarding all work related incidents
resulting in personal injury, illness
and/or property damage.

v) To take all necessary and appropriate
safety precautions to protect
themselves, other personnel and the
environment.

4.3 CONSULTANT

The activities and responsibilities covered
under the scope of the Owner may be
delegated to the consultant in those cases
as applicable, based on the respective
contract conditions. The primary
responsibility of Consultant is to ensure
compliance with agreed HSE plan for the
contract by the Contractor. However those
responsibilities conferred on Owner as
Principal employer cannot be delegated to
consultant.

Where the consultants scope involves
Engineering and Design, those factors under
Designer should also be applicable.

In all cases, the Consultant's scope should
include submission of latest HSE plans for
work under his and Contractor's purview and
implementing the same till job completion. It
should conform to owner's overall HSE plan.
This should include Guidelines and
Implementation and Reporting Methodology
to be followed with required report formats.

Adequate number of Safety Officers shall be
provided by the Consultant with necessary
skills required for the work to be performed.

The Consultant shall review the documents
submitted by the contractor and advise
owner on acceptance as well as advise
suitability and number of Contractor's safety
officers / supervisors.

4.4 DESIGNER

The Process Designer should identify all
hazards and risks likely to be encountered
during fabrication, erection including


Page 380 of 615
dismantling, Pre-commissioning,
commissioning and Performance run to
meet the Guarantees and advise the risk
mitigation measures.

All the hazards and safety measures to be
adopted while handling Dangerous
chemicals and Catalysts should be detailed
by the Process Licensor and the same
should be again included in the scope of the
suppliers. Specific write ups/MSDS should
be obtained from Patented single source
suppliers also.

Designs should recognize, include and apply
safe practice during preparation,
construction and subsequent operational
use and maintenance after completion of the
Project.

All documents including drawings and
calculations are to be originated, checked
and approved in accordance with latest
international codes, standards,
specifications and design basis philosophy.

Preferred use of low risk materials, policy
on hazardous substances, preferred use
of low noise and dust-suppressed
equipment etc. should be encouraged.

5.0 SAFETY MANAGEMENT

5.1 JOB SAFETY ANALYSIS (JSA)

Job safety analysis (JSA) provides a
mechanism by which the contractor, safety
officer or supervisor take a detailed look at
how an individual task is performed and its
inherent hazards and preventive measures.
This procedure helps in integrating accepted
safety and health principles and practices
into a particular operation. In a JSA, each
step of the job is examined to identify
potential hazards and to determine the
safest way to do the job.

A job safety analysis includes five steps as
below:

Select a job
Break the job down into a sequence of
steps
Identify the hazards against each of
these steps (based on knowledge of
accident, causes of injuries and personal
experience) and determine the
preventive measures to overcome these
hazards
Apply the controls to the hazards
Evaluate the controls

5.2 CRITERIA OF SELECTION OF A
CONTRACTOR

Contractor Safety can be ensured to a
large extent if competent agency for
execution of assignment or job, based on
HSE system agreed upon by owner, is
selected. It is necessary to assess his
capabilities and competencies to perform
work safely.

A databank should be developed for all the
contractors for their past performance on
HSE aspects. An attempt should also be
made to get similar data from other similar
industries.

The data required will depend upon
complexity involved in the job and type / size
of resources required. Format needs to be
suitably developed depending upon size,
nature of the job & hazard associated
therein. The format designed should also
take care of the skill required to carry out the
job.

Performance review is essential for all type
of contractors. It helps in recording actual
performance/experience with contractors
while the contract is in progress. It is
essential that resources agreed as per the
contract are reviewed at mobilization stage
for ensuring compliance from the day one
and thorough effective supervision /
monitoring system are at place.

This activity also helps in taking timely action
in case of unsatisfactory performance to
correct the situation and ensure safe work
during execution period and deciding about
suitability of the contractor for future jobs.

The periodicity of such performance review
will depend upon size/type/complexity of
contract. However, the performance should
be reviewed at least at mobilisation stage
and at the end of the contract.



Page 381 of 615
5.3 SITE PLANNING AND LAYOUT

Before starting the construction/maintenance
job at existing workplace in operation or
green field locations, following should be
ensured: -

i) Details regarding location of
workshop/ fabrication yard, site office,
stores, laboratory, electrical
installations, placement of
construction machinery, medical and
welfare facilities, lighting underground
and above ground piping route, cable
route etc. should be decided prior to
commencement of the work in
consultation with owner / Consultants
and implementation should be
ensured. Layout should be displayed
at strategic locations.

ii) The resources required to meet any
emergency situations like fire fighting,
first aid etc. should be planned and
mobilized as per the job requirement.

iii) The sequence or order in which work
to be done and any hazardous
operations or processes should be
identified.

iv) Free access to site shall be provided
with clear roads, passage, gangways,
staircases etc. Access to construction
site should be leveled, open and free
from any obstructions like
construction material or scrap/waste,
exposure to hazards such as falling
materials, material handling
equipment and vehicles. Any pit or
ditch shall be covered or barricaded.

v) Arrangements should be made to
maintain good housekeeping at site.
Scrap and debris generated out of
construction work should be
removed/disposed off at a regular
interval as directed. Emergency exit
should be provided in case of
blockade of primary exit.

vi) Suitable warning notices and also the
routes to and from welfare facilities
should be displayed prominently.

vii) Pedestrian pathways and routes
for vehicular traffic (light/heavy
vehicles including material handling
equipment) should be earmarked.

viii) Artificial lighting to be provided at
places where work continues or
workers pass by after sunset or in
case natural light is insufficient like
confined spaces.

ix) Keep all equipment /machines under
cover to prevent them from dust,
rain/flood water, heat etc. and follow
storage instructions as applicable for
each of them.

5.4 GATE ENTRY PROCEDURE

Gate entry at any site / workplace / unit is to
be restricted to ensure entry of only
authorised persons / vehicles.

5.4.1 Entry procedure for all contractor
worker should be as follows:

A. Issuance of Pass

i) The passes are to be issued after the
owners representative/engineer-in-
charge forwards the application of the
contractor providing complete details
of the workers being engaged. The
contractor may be asked to submit
Character & Antecedents (C&A)
verification of individual worker from
concerned authorities.

ii) With regard to issuance of passes for
all vehicles including material
handling equipment, owners
representative / engineer-in-charge
should forward the application only
after ensuring that all documents
pertaining to the fitness of the
vehicle/equipment and valid driving
license of the driver etc. are available.

iii) The passes should be serially
numbered with address, contractor
name, identification mark, signature of
the worker etc.

iv) Special colour code for passes should
be used for persons entering different


Page 382 of 615
areas like Administrative Block, Unit
area, Project Area (wherever
applicable).

v) Contractor workers engaged on
routine basis for long periods should
be provided with monthly photo pass.

vi) Special permit is required separately
for working beyond normal working
hours and holidays.

B. Gate Entry

i) Entry of the contractors employees
should be permitted with valid gate
passes only.

ii) Entry of contractors workers should
be allowed in presence of authorized
representative of contractor.

iii) Records of persons at the time of
entry/exit should be maintained.

iv) At the entry gate of the location, a
physical checking for non-carrying of
lighter, matchboxes, explosives etc.
should be carried out.

v) Gate passes/Identity Cards should be
displayed on persons at all the times.

vi) For Mega-projects at existing /
operating installations, it is preferable
to have a separate gate for entry of
contractor workers and also the
project areas should be segregated
fencing from operational area by
fencing / other physical means.

vii) No vehicle should be allowed to
enter in an operational area without
proper flame arrestor.

viii) Awareness on Safety through
training / posters etc. highlighting Do's
and Don'ts should be spread within
entire contractor workforce.
Video/Audio tapes on Safety Topics
should be played preferably.

ix) For occasionally engaged labourers
such as for material handling etc.,
spot photograph may be preferably
taken with two copies (one for
preparing the pass and other for
attachment with gate register).
Specific advice and recommendation
of User Department may be given due
cognizance. Relevant details are to
be written. The pass should be
collected back at the gate after days
work.

5.4.2 Tank Truck Loading (TTL)
Operation :

At the loading / unloading location, a large
no. of Tank Trucks of petroleum products
enter the installation. Crew members are
generally not regular entrants. The
procedure should be as follows:

i) The gate pass should be issued to the
individual crew members on written
request of the transporter
mentioning TT registration nos.,
License and certificate of training as
per MV rule 9.

ii) Character & Antecedent (C & A)
verification of the TTL crew through
local police is to be done preferably
and record maintained.

iii) For loading/unloading purpose,
register entry at security gate is
made before allowing entry into the
premises with recording of names of
crew members, time of entry, pass
Sr. No., TT no. etc.

iv) For loading/unloading, crew is allowed
entry alongwith TT only, after
checking of TT from
explosive/security point of view.

v) Out time, invoice no., Destination etc.,
are recorded while TTs go out of the
security gate.

5.5 TRAINING

Training is to educate contractor workforce
on various hazards associated with the
job/workplace and on the respective
preventive / mitigation measures to avoid
untoward incidents.



Page 383 of 615
i) Workers should be adequately and
suitably:

(a) informed of potential safety and
health hazards to which they may
be exposed to at their workplace;

(b) instructed and trained in the
measures available for the
prevention, control and protection
against those hazards.

ii) No person should be employed in any
work at a workplace unless that
person has received the necessary
information, instruction and training so
as to be able to do the work
competently and safely. The
competent authority should, in
collaboration with employers, promote
training programs to enable all the
workers to read and understand the
information / instructions related to
safety and health matters.

iii) The information, instruction and
training should be given in a language
understood by the worker and written,
Oral, visual and participative
approaches should be used to ensure
that the worker has assimilated the
information.

iv) Every worker should receive
instruction and training regarding the
general safety and health measures
common to the workplace. This
should include:

(a) general rights and duties of
workers at the workplace;

(b) means of access and egress
both during normal working and
in an emergency;

(c) measures for good
housekeeping;

(d) location and proper use of
welfare amenities and first aid
facilities provided;

(e) proper use and care of the items
of personnel protective
equipment and protective
clothing provided to the worker;

(f) general measures for personal
hygiene and health protection;

(g) fire precautions to be taken;

(h) action to be taken in case of an
emergency;

(i) requirements of relevant safety
and health rules and regulations.

Copies of the relevant safety and health
rules, regulations and procedures should be
available to workers upon the
commencement of and upon any change of
employment.



5.5.1 Training Techniques

a) Lectures

This technique should be applied when it is
required to transfer information in local
language to a large contractor workforce
with controlled content and time.

b) Case Study

This is an effective technique based on the
presentation of case of real events by
Trainer to highlight probable causes like
Human Error, ignorance about the job etc.

c) Videos

Videos, an effective technique of
communication, should be used to display
the right techniques of performing a task in a
safe manner and hazards associated with a
job.

d) Demonstration at site

Right way to do a job should invariably be
demonstrated to workers at the site itself.
The right way is also a safe way. Hazards
due to wrong procedures, short cuts and
their adverse effects etc. should also be
highlighted.



Page 384 of 615
5.5.2 Training/Awareness Module and
Frequency

A. General Safety Training to all
categories of contractor employees
should be imparted before induction
and annually thereafter. No person
should be allowed to enter the
installation without undergoing this
training. This training program may
cover:

i) Mandatory uses of PPE like Cotton
clothes, Helmet, Safety Shoes, Safety
Belts etc.

ii) Probable Hazards

iii) Important Telephone No / Escape
route

iv) First Aid

v) Use of Fire extinguisher

The contractor workers, if engaged in
operation of the plants/facilities, should be
trained in line with Clause No. 4.6 of OISD-
GDN-206 on Safety Management System.
For other categories of contractor workers,
training modules for different category
employees are as follows:



B. Contractor Supervisor

Contractor Supervisor should be trained in
accordance with the provision of clause no.
5.1.1.2, 5.2.7, 5.3.10, 5.6.12 and 5.7.8 of
OISD-STD-154 on 'Safety Aspects in
Functional Training'

C. Contractor Worker

Yearly training programme should be carried
out for contractor worker and the records
should be maintained. The training
programme should cover at least the
following:

i) Worker responsibility for safety
of himself and work area.

ii) Associated hazards with the job
and job area including
electrical shock hazards.

iii) Importance of First Aid fire
fighting equipment, their use &
operations

iv) Communication system at the
installation

v) Fire / Accident Reporting
procedure

vi) General Safety rules

vii) Safety Measures during
execution of job such as:

- Welding / Cutting / Grinding
- Working at height
- Confined space entry
- X ray / radiation
- Erection / Dismantling of
scaffolding
- Tank construction and repairs
- Handling of chemicals etc.

viii) Importance & use of PPE
ix) Emergency Routes
x) Assembly Points

xi) Job Specific Training

D. Consultant / Contractor

Awareness program should be carried out
for Consultant / Contractor at the time of
induction. This program should cover at
least the following:

i) Responsibility of contractor for safety
of their personnel and work area

ii) Hazardous property of Petroleum
products and chemical used

iii) Communication system

iv) Fire / Accident Reporting procedure

v) Medical facility available

vi) Statutory requirements



Page 385 of 615
vii) Importance of First Aid equipment and
required at the site

viii) Work Permit system

ix) Direct/ Indirect losses due to accident

x) Safety Measures while executing the
jobs such as:

- Welding / Cutting / Grinding
- Working at height
- Confined space entry
- X ray / radiation
- Erection / Dismantling of
scaffolding
- Tank construction and repairs
- Handling of chemicals etc.
- electrical jobs

xi) Safety training needs of their
supervisors and workers

xii) Importance & Use of PPE at the site

xiii) General Safety rules at the installation



E Security Personnel

Training program should be carried out for
Security personnel at the time of induction
and annually thereafter and the records
should be maintained. The training program
should cover at least the following:

i) Layout of Plant and Facilities
ii) Vulnerable locations
iii) Safety regulations (Statutory and in
company)
iv) Fire Protection Facilities and
Locations
v) Role in case of Fire / Disaster
vi) Emergency Procedure and Drills
vii) Industrial First Aid
viii) Use of Personnel Protective
Equipment
ix) Disaster Management Plan

5.6 INSPECTION / AUDIT

Inspection / Audit is a tool to evaluate
compliance of all safety requirements. Most
of the information could be gathered
through site inspection using ready-made
check lists to ensure that contractors /
agencies abide by the safety rules and
norms while working at operating /
construction sites.

A checklist, while carrying out different type
of jobs, should be developed based on
hazards associated with the job being
performed and requirements as per OISD-
GDN-192 on "Safety Practices during
Construction". Typical format is enclosed at
Annexure II, which should be modified to suit
the requirement of the site / job to be done.

Before starting the work and at regular
intervals thereafter, Contractors
Supervisor/safety Officer and Owner's
representative / Engineer-in charge/safety
Officer should inspect as per the checklist so
prepared to ensure that contractor has
prepared to start the work with all safety
precaution required for safe execution of job.

5.7 PENALTIES FOR NON-
COMPLIANCE

Financial or other type of penalties like
seizure of gate passes, stoppage of work for
a limited period etc. may be levied on the
contractors or their workers for non-
compliance of safety rules. A provision of
suitable accident severity based penalty
clause for contractor may be incorporated to
ensure adherence of systems and
procedures. A few of the usual non-
compliance are as follows:

-- Non-usage of PPEs like Safety helmet /
Safety shoes / Safety goggles /
Respiratory protection etc. by the
contractor personnel

-- Non-usage of the safety belt and life line
by the workers while working at height

-- Non-provision of basic safety
requirement such as 24 V lamp for
working in confined space, uncertified /
non standard lifting tools, earth leakage
protection & earthing connections for
electrical appliances as per Indian
Electricity Rules, emergency isolation
switches etc.



Page 386 of 615
-- Violation of Safety Permit conditions like
Fire fighting equipment

-- Non-barricading of area while rigging,
digging etc.

-- Working without valid work permit

-- Unauthorised road closure/blockage

5.8 INCIDENT REPORTING AND
INVESTIGATION SYSTEM

All the incidents including near-miss should
be reported immediately by contractors
Supervisor to Contractor and owners
Supervisor/Engineer-in-charge, who should
inform to Owners Safety Officer and owners
Management. Owners Safety Department
will be required for onward reporting as per
OISD, Statutory requirements.

All accidents regardless of the extent of
injury or damage should be investigated in
order to find probable causes, lessons learnt
thereof and remedial measures required to
prevent its recurrence.

The incident investigation should be done as
per provision of clause no. 4.12 of OISD-
GDN-206 on 'Safety Management System' .
All the recommendations of investigation /
Enquiry Report need to be monitored closely
for its implementation. A proper record
needs to be maintained to ensure
implementation of all the recommendations
and same should be reviewed from time to
time.

5.9 SAFETY COMMITTEE MEETINGS

Following three type of safety committee
meetings should be held aiming at raising
the level of safety consciousness at the site:

5.9.1 Toolbox meeting

To maintain awareness, update training and
convey important safety and health
information, contractor supervisors should
conduct tool box meetings at least weekly
and also prior to start of any work. All the
contractor workers should attend this
meeting. The owners supervisor/Engineer-
in-charge and safety officers should also
attend these meetings on random basis.
Tool box meeting should be conducted more
frequently depending upon circumstances.
Record of the same can be maintained in
the following typical format.

TOOLBOX MEETING FORM

SUBJECT :
PRESENTER :
DATE :
TIME : From.. To..
CONTENT IN BRIEF :

Participants Name Signature

-------------------- ---------------------
-------------------- ---------------------
-------------------- ---------------------

5.9.2 Site Safety Committee Meeting

Primary purpose of this safety committee is
to enable owner, contractor and workers to
work together to monitor the site safety and
health plan so as to prevent accidents and
improve working condition on site. Its size
and membership will depend on the size and
nature of job.

The safety committee should include
representatives of owner, consultant,
contractor identified as safety
officer/supervisor. It should be headed by
Engineer-in-charge.

The safety committee should have regular
and frequent meetings, atleast fortnightly, to
discuss the safety and health program on
site and to make suggestions for
improvement. The meetings should be
documented with a time bound action plan.
The functions carried out by safety
committee should include:

i) Review compliance of pending items
of last Safety meetings.

ii) Consideration of the reports of safety
personnel.

iii) Discussion of accident/near-miss and
illness reports in order to make
appropriate recommendation for
prevention.


Page 387 of 615

iv) Examination/evaluation of suggestions
made by workers.

v) Dissemination of acquired knowledge
through training programs and
information sharing sessions.

vi) Discussion & review of Fire Prevention
& Disaster Management Plan.

vii) To send recommendation to
Apex Body for
consideration/approvals.

5.9.3 Safety Review Meeting by
Location Head

This meeting should be headed by the
Location head and attended by Owners
Supervisor/Engineer-in-charge, owners
safety Officer and all concerned department
heads. Prime purpose of this review is to
ensure that all the recommendations of
various committees are being complied with
and to take decisions on critical points
raised. This meeting should take place at
least once in every quarter. All the
investigation reports/ audit findings with
status of implementation of
recommendations should be discussed.

5.10 SAFETY EQUIPMENT /
PERSONNEL PROTECTIVE
EQUIPMENT

The type of safety equipment to be used is
decided based on the job requirement.
Selection should be made based on OISD-
GDN-192, OISD-STD-155 (Part I & II) and
the job requirement. Safety equipment /
Personnel Protective Equipment (PPE) shall
be of approved make. Contractor shall
provide necessary training to each employee
regarding proper usage and upkeep of PPE
including its limitation.

A register showing stock and issue of PPE
should be maintained by the contractor at
site and must be available for inspection.

6.0 REFERENCES

1) OISD-GDN-206 on Safety
Management System

2) OISD-GDN-192 on Safety During
Construction

3) OISD-STD-155 Part(I&II) on
Personnel Protective Equipment

4) Building & Other Construction
workers (Regulation of Employment
& Condition of Service) Act 1996


Page 388 of 615
ANNEXURE I
LIST OF SAFETY CODES FOR CIVIL WORKS PUBLISHED BY BUREAU OF
INDIAN STANDARDS

Sl.no. Code No. Title
1 IS: 818 Code of Practice for Safety and Health Requirements in Electric
and Gas Welding and Cutting Operations First Revision.

2 IS: 875 Code of practice for Structural safety of buildings: Masonry
walls

3 IS: 933 Specification for Portable Chemical Fire Extinguisher, Foam
Type Second Revision.

4 IS: 1179 Specification for Equipment for Eye and Face Protection during
Welding First Revision

5 IS: 1904 Code of practice for Structural safety of buildings: Shallow
foundations

6 IS: 1905 Code of practice for Structural safety of buildings: Masonry
walls

7 IS: 1989 Part II Leather Safety Boots and shoes for heavy metal industry

8 IS: 2171 Specification for Portable Fire Extinguishers, Dry Powder Type
Second Revision

9 IS: 2361 Specification of Building Grips First Revision

10 IS: 2750 Specification for Steel Scaffoldings

11 IS: 2925 Specification for Industrial Safety Helmets First Revision

12 IS: 3016 Code of Practice for Fires Precautions in Welding and Cutting
Operations First Revision

13 IS: 3521 Industrial Safety Belts and harnesses

14 IS: 3696 Part I Safety Code for Scaffolds and Ladders: Part I Scaffolds

15 IS: 3696 Part II Safety Code for Scaffolds and Ladders: Part II Ladders

16 IS: 3764 Safety Code for Excavation Work

17 IS: 4014 Part I & II Code of Practice for Steel Tubular Scaffolding

18 IS: 4081 Safety Code for Blasting and Related Drilling Operations

19 IS: 4082 Recommendations on stacking and storage of construction
materials at site

20 IS: 4130 Safety Code for Demolition of Buildings First Revision

21 IS: 4138 Safety Code for working in compressed air First Revision


Page 389 of 615

22 IS: 4756 Safety Code for Tunneling works

23 IS: 4912 Safety requirements for Floor and Wall openings, Railings and
toe boards First Revision

24 IS: 5216 Part I & II Recommendations on safety procedures and practices in
electrical work

25 IS: 5121 Safety code for piling and other deep foundations

26 IS: 5916 Safety Code for Construction involving use of Hot Bituminous
materials

27 IS: 6994 Part I Specifications for safety gloves: Part I Leather and Cotton
gloves

28 IS: 5983 Specification for Eye Protectors First Revision

29 IS: 6922 Criteria for safety and design of structures subject to
underground blasts

30 IS: 7155 Code of recommended practices for conveyor safety

31 IS: 7205 Safety Code for Erection on Structural Steel Works

32 IS: 7069 Safety Code for Handling and Storage of Building Materials

33 IS: 7293 Safety Code for Working with Construction Machinery

34 IS: 7323 Guidelines for operation of Reservoirs

35 IS: 7969 Safety Code for handling and storage of building materials

36 IS: 8758 Recommendation for Fire Precautionary Measures in
construction of Temporary Structures and Pandals

37 IS: 8989 Safety Code for Erection of Concrete Framed Structures

38 IS: 9706 Code of Practices for construction of Arial ropeways for
transportation of material

39 IS: 9759 Guidelines for de-watering during construction

40 IS: 9944 Recommendations on safe working load for natural and
manmade fibre rope slings

41 IS: 10667 Guide for selection of industrial safety equipment for protection
foot and leg

42 IS: 10291 Safety Code for dress divers in civil engineering works

43 IS: 10386 Part I Safety Code for Construction, Operation and Maintenance for
River Valley Projects

44 IS: 10386 Part II Safety Code for Construction, Operation and Maintenance for


Page 390 of 615
River Valley Projects

45 IS: 11057 Code of Practice for Industrial Safety Nets

46 IS: 13415 Code of Practice on safety for Protective barriers in and around
building

47 IS: 13416 Recommendations for preventive measures against hazards at
working places





Statutory Regulations

Latest Statutory Acts and Rules, as given below, may be referred:-

1. The Petroleum Acts 1934 and Petroleum Rules 2002
2. The Factory Act, 1948 (As amended by Factory Amendment Act 1987) and concerned
Factory Rules
3. The Water (Prevention and Control of Pollution) Act 1974 & Rules 1975
4. The Environment (Protection) Act 1986
5. The Manufacturing, Storage and Import of Hazardous Rules 1989
6. The Hazardous Wastes Management (Management & Handling) Rules 1989
7. The Indian Electricity Act 1901 and Rules 1956
8. The Indian Explosive Acts, 1884 & The Indian Explosive Rules 1983
9. The Gas Cylinder Rules 1981and the static & Mobile Pressure Vessels (Unfired) Rules 1981
10. The Indian Boiler Act 1923 and Regulations 1950
11. The Public Liability Act 1991 as amended in 1992
12. The Motor Vehicle act 1988 and Central Motor Vehicle rules 1989
13. Building & Other Construction workers (Regulation of Employment & Condition of Service)
Act 1996

In addition to above, various other statutory acts like EPF, ESIS, Minimum wage act and other
local statutory requirements shall also be complied with.


Page 391 of 615
ANNEXURE II
CHECK LIST FOR SAFETY INSPECTION / AUDIT


Job ___________ Location _______________ Date of Audit______Frequency _____________

Inspected by __________________ Contractor (s) __________________________


Sl.no. ITEM

YES NO NA REMARKS /
ACTION
1.0 PERSONNEL PROTECTIVE EQUIPMENT (PPE):
Are following PPEs being used as per the job requirements?

1.1 Safety Helmets


1.2 Safety Shoes


1.3 Gum Boots


1.4 Safety Belts with life line


1.5 Gloves


1.6 Ear Plug


1.7 Goggles


1.8 Shield Glass


1.9 Face Protection


1.10 Breathing Apparatus


1.11 Canister Mask


1.12 Hand wash / Eye wash/ Respirating filter /
cloth


1.13 Boiler Suit


1.14 Others


2.0 HOUSE KEEPING

2.1 Whether Waste Bins are provided / used


2.2 Are Passageways / Walkways clear?


2.3 Is General neatness O.K.?


2.4 Is the Ground free from oil, grease etc.
and is not found to be slippery?


2.5 Others


Page 392 of 615

3.0 EXCAVATION

3.1 Whether soil stability is checked?


3.2 Whether proper shoring for the excavation
is provided to prevent cave-in for side of
slope >45 Degree?


3.3 Whether proper precautions have been
taken if the excavation is adjoining to
heavy structure like building, street and
roadways?



3.4 While excavating whether proper slope
usually 45
0
& suitable benches of 0.5 m
width at each 1.5 m depth are provided?


3.5 Whether barricading of 1m height with
glowing caution board is provided for
excavation beyond 1.5m depth?


3.6 Whether excavating earth is placed
beyond 1m of the edge of the trench?


3.7 Whether heavy vehicle movement is
restricted to come too close to the
excavating area?


3.8 Whether necessary precaution is taken
for underground pipes, sewers, cables by
contractors?


3.9 Whether excavation hot work permit is
taken?


3.10 Whether extra precaution is taken for
bailing out water properly while
excavating?


3.11 During rains whether the excavation is
done with extra precaution to prevent
caving in?


3.12 Whether two separate entry/ exit points
with necessary ladders / steps, as per
requirement, have been provided?


3.13 Whether one person is available at all the
time to communicate any hazards noticed
with workers working in deep trenches or
excavation?


3.14 Whether necessary precautions like


Page 393 of 615
regular gas testing are being taken in
areas having hydrocarbons and LPG so
that no gas accumulation takes place in
the trenches.

3.15 Whether IS: 4081-1986 & Indian
Explosive act & rules for storage, handling
& carrying of explosive material and
execution of blasting operation is
followed?


3.16 Whether in case of mechanised
excavation, caution board is provided for
dos and donts like Nobody to enter
within one meter of the extreme reach?


3.17 Whether the following are inspected
during excavation work :-
a) Boulder formation encountered
b) Collapsing / development of cracks of
sides
c) Marked damage to support
d) Unexpected fall of ground
e) Inspection of site after each blast.




3.18 Others


4.0

PERMITS

4.1 Whether valid work permit is issued to
start any work?


4.2 Whether all conditions of the permit are
fulfilled before starting the job?


4.3 As noted in the permit, whether
compliance of all the recommendations
are ensured?


4.4 Whether permits are available at work site
all the times?


4.5 Whether hot work permit registered in fire
station?


4.6 Whether permits are being closed after
the completion of job?


4.7 Others


5.0 SAFETY IN CUTTING / WELDING/GRINDING

5.1 Whether LPG / Oxygen / Acetylene/ Gas


Page 394 of 615
cylinders are kept outside only while
working in confined space?

5.2 Are Acetylene /LPG cylinders kept in
upright position and secured at
designated places under shed wet
gunny bags wrapped around it if the same
is under sun at designated place?


5.3 Check cylinder and cylinder valves for any
kind of damage?


5.4 Whether protective valves are kept on
cylinder while not in use?


5.5 Whether proper means and method for
transportation of cylinders to avoid
dropping and rolling are being adopted /
followed?


5.6 Whether gas cylinders, regulators are
kept away/free from oil and grease?


5.7 Whether all hoses were found to be free
of any damage or crack?


5.8 Whether oxygen and acetylene cylinders
are stored separately?


5.9 Whether color coding is being used for
easy identification of different type of
cylinders and hoses?


5.10 Whether cylinder keys are available near
the cylinder?


5.11 Whether gas torches with NRV with flash
back arrestor of approved make are only
being used?



5.12 Whether pressure gauges are in working
condition and checked from time to time?


5.13 Whether welding shields are used while
welding?


5.14 Whether proper earthing for welding
machines are provided?


5.15 Whether power is taken from approved
sources (welding receptacles)?


5.16 Whether welding receptacles are properly
grounded?



Page 395 of 615

5.17 Whether welding cables are maintained in
good condition and without any joints/
cuts?


5.18 Whether to avoid short circuit, welding
machines are protected against rain?


5.19 Whether earth connectors are securely
connected to the job and not to the
adjoining pipeline or structure?


5.20 Whether flame arrestor of DG set is of
approved make and quality?


5.21 Others


6.0 SAND / SHOT BLASTING

6.1 Whether sand blasting is used only after
getting approval from competent
authority?


6.2 Whether air compressor used for sand /
shot blasting are positioned away from
work place?


6.3 Whether exhaust of the prime mover is
directed away from the work place?


6.4 Whether in case of motor driven
compressor, the body of the motor as well
as the compressor is properly earthed?


6.5 Whether line operator of sand/shot
blasting wear suitable PPEs including
mask?


6.6 Whether adequate measures are adopted
to confine dust/spray particles?


6.7 Whether adequate measures are taken
for proper ventilation while the work is
done in confined space?


6.8 Others


7.0 SAFETY WHILE WORKING AT HEIGHTS / SCAFFOLDING / LADDERS

7.1 Whether work permit is obtained to take
up work at height above 3 mts?


7.2 Whether steel pipes scaffoldings are used
in unit/off site areas?




Page 396 of 615
7.3 Whether provision for suitable platform
with all scaffoldings are made? Whether
its construction is as per specification with
toe board and railing?


7.4 Whether the area below working at height
is cordoned?


7.5 Whether suitable platform is provided?


7.6 Whether ISI approved quality and good
condition safety belts are used while
working at heights?


7.7 Whether life line of safety belt is
Anchored to an independent secured
support capable of withstanding load of a
falling person?


7.8 Whether the area around the scaffold is
cordoned off to prohibit the entry of
unauthorized person?


7.9 Whether ropes used are of good condition
and adequate strength free of defects?


7.10 Whether ladder is placed at secured and
leveled surface?


7.11 Whether it is extended 1.5 Mts. Above the
landing point?


7.12 Whether ladder used are of adequate
length and tying short ladder is avoided?


7.13 Whether metallic ladders are placed away
from electrical system?


7.14 Whether tools or materials are removed
after completion of the days job at
heights?


7.15 Whether a valid permit is obtained before
taking up work on asbestos or fragile
roof?


7.16 Whether sufficient precaution is taken
while working on fragile roof?


7.17 Whether provision is made to arrange
duck ladder, crawling board for working at
fragile roof?


7.18 Whether scaffolding has been erected on
rigid / firm / levelled surfaces only?



Page 397 of 615

7.19 Whether scaffold has been inspected by
competent person prior to being put in
use?


7.20 Whether the scaffolding has been
designed for the load to be borne?


7.21 Whether the erection and dismantling of
the scaffolding is being done only by
trained persons and under supervision?





7.22 Whether safety net with proper working
arrangement and life line has been
provided?


7.23 Others


8.0 SAFETY IN CONFINED SPACE

8.1 Whether a permit is obtained to enter a
confined space?


8.2 Whether gas test for hydrocarbon, toxic
gas, oxygen level is obtained before
entering any confined space?


8.3 Whether adequate oxygen level is
ensured in confined space before
entering? If not, whether all precaution
like using of Breathing Apparatus set is
ensured?


8.4 Whether, in case of chance of ingress of
hydrocarbon gases / toxic gases,
Personnel Monitoring System (PMS) is
used or not?


8.5 Whether only in presence of a supervisor,
worker enters in confined space?


8.6 Whether provision of sufficient means of
entry and exit is available?


8.7 Whether provision of ventilation to remove
welding fumes, dust, exhaust gases are
made?


8.8 Whether provision of 24V (Hand lamps
with cage as per OISD-STD-155) light for
working inside space is made?




Page 398 of 615
8.9 Is it strictly ensured that a stand-by
trained person is standing outside before
a person enters a confined space and
communication is being maintained all the
time with workers working inside?


8.10 Whether life belt with one end under
control of stand-by person outside is kept
while working in confined space?


8.11 Whether Personnel protective Equipment
are in good condition as specified in the
permit?


8.12 Whether absence of Hydrogen Sulfide,
CO or other toxic gas is ensured before
entering into a confined space? If yes,
whether proper required PPE like BA,
Gas Mask are used.


8.13 Whether boxing up is being done only as
per the approved procedures and by
competent persons?


8.14 Whether all the safety precautions listed
in OISD-GDN-192 are taken while
working in sewers, OWS etc.?

8.15 Whether proper house keeping is being
maintained inside the confined space?


8.16 Whether training has been provided to
workers working in the confined space
and the workers only of sound health are
being asked to work in the confined
space?


8.17 Others


9.0 SAFETY IN MATERIAL HANDLING

9.1 Whether all lifting tools, tackles,
machines, chains, ropes etc. are of sound
construction, made of sound material and
maintained in good condition?


9.2 Whether safe working load, date of testing
visibly marked/painted on the equipment?


9.3 Whether lifting tools, tackles are of
adequate strength for the load to be
handled?


9.4 Whether all parts including the working
gears fixed or movable of every lifting
machine, chain, rope, tackles specify the



Page 399 of 615
following condition:

a) Thoroughly examined by competent
person at least once a year or such
interval as required by statutory
authority.

b) Document of such examination are
maintained and produced to owner
supervisor before use of particular
equipment?

9.5 Whether chain blocks and cables are
inspected before each use to assure their
sound condition?


9.6 Whether hoist and lift if used are:

a) Properly maintained and thoroughly
examined by competent authority at
least once in every year.

b) A register to be maintained to record
particulars of such examination in
prescribed forms and shall be
produced to the owner supervisor
before use.


9.7 Whether area below the movement of
boom of crane is cleared to avoid injury
from falling objects?


9.8 Whether it is ensured that crew of truck
leave the truck in crane handling area
before starting loading / unloading, if not
involved in rigging operation?


9.9 Whether transporting material from one
place to another is done by suitable
means?


9.10 Whether carrier with sufficient capacity
without projecting parts is used for
transporting materials?


9.11 Whether riggers engaged are well trained
and conversant with signaling procedures
including night signalling if required?


9.12 Whether permission of authorized person
is obtained before working on or near an
overhead crane?


9.13 Whether trained riggers are available all
the time along with crane?



Page 400 of 615

9.14 Whether barricading has been done to
ensure no unauthorised person enters in
the working area of the crane?


9.15 Whether lifting plan has been prepared
and approved before start of the work?


9.16 Whether route of crane movement has
been planned before the crane moves out
of the garage?


9.17 Whether it has been ensured that no
electrical cable come within 3 metres or
safe distance from the boom of the
crane?


9.18 Whether boom is being kept in the
horizontal position or locked while idling?


9.19 Whether material is being stacked /
destacked in trucks with the help of
wedges to ensure no slippage while
loading / unloading takes place?


9.20 Whether the forklift / crane is being
operated only by trained person?


9.21 Others


10.0 ELECTRICAL SAFETY

10.1 Has the Electrical Line Clearance
procedure been followed involving
electrical and other concerned Dept. and
filling of formats?


10.2 Have Danger Signs with Voltage rating/
Men at work signboards been displayed
at both Sub Station as well as the work
site?


10.3 Has the contractor worker understood the
electrical circuit on which he is going to
work with probable electrical hazards and
mitigation measures to be adopted?





10.4 Whether contractor has engaged
electrician (s) having valid electrical
licence in line with provisions in Indian
Electricity Rules?




Page 401 of 615
10.5 Have all checks prior to switching
operation been carried out and
authorisation of owner/ user section
obtained subsequently?


10.6 Have all earthing links on electrical
conductors removed before charging the
line/ apparatus?


10.7 Have PPE as prescribed under Indian
Electricity Rules been in place, kept
healthy and used?


10.8 Are earthing and bonding arrangement of
non-current carrying metallic parts in line
with provisions of Indian Electricity Rules
1956 amended time to time as IS:
3043?


10.9 Have electrical part of OISD-GDN-192
and Clause No. 9.0 for Temporary
installations in OISD-173 been
understood and followed wherever
applicable?


10.10 Are flexible wires having voltage of 240
volts above earth potential taken through
PVC conduits?


10.11 Whether portable hand lamps with a
voltage rating of not more than 24 volts
used with flameproof enclosures in
confined spaces within columns, vessels
etc?


10.12 Have the Switches, MCBs, fuses etc.
been inspected for proper ratings?


10.13 Has Earth Leakage Circuit Breaker (
ELCB) been used on the incoming side to
protect against leakage of current? Is the
device tested every time the work is
started?


10.14 Whether all portable appliances are
provided with insulated Three pin Plugs
and socket arrangement?


10.15 Whether industrial type extension boards
and plug sockets are used?


10.16 Has the electrical equipment brought to
site by contractor been inspected by
owners supervisor/ safety officer for
damage/cuts/abrasion etc? Is record of



Page 402 of 615
Insulation Resistance, wherever required ,
being kept?





10.17 Have standard practices for termination of
conductors/ cables been followed (e.g.
use of proper lugs, crimping tool, cable
glands etc)? Is cable armour in continuity
from feeding point to load?


10.18 Are the Contractor supervisor and
workmen well acquainted with first aid for
electrical shock?


10.19 Are the wires/ cables identifiable along
their route towards the load by using
colour coding and/or markers?


10.20 Others


11.0 ROAD WORK

11.1 Whether site is barricaded and provided
with warning signs including night warning
lamps/ self glowing markers at
appropriate location for diversion of
traffic?


11.2 Whether mixing aggregates with bitumen
is done with the help of batch mixing
plants? If no, whether adequate
precautions have been taken?


11.3 Whether road rollers, bitumen sprayers,
pavement finishers are driven by
experienced drivers with valid driving
licenses?


11.4 Whether the worker handling hot bitumen
sprayers or spreading bitumen aggregate
mix or mixing bitumen with aggregate are
provided with PVC hand gloves rubber
shoes with pegging upto knee joints?


11.5 Others


12.0 FORM WORK, REINFORCEMENT

12.1 Whether form work, shuttering, shoring
etc. are adequately designed and
provided to erect the structure and to
support the expected load?



Page 403 of 615

12.2 Whether staging (support) for shuttering is
designed for loads like worker movement,
impact load and other incidental loads
during construction?


12.3 Whether workers use PPEs at work site?


12.4 Whether all safety procedures are
adopted while cutting rod?


Whether proper staging and bundling is
provided for supplying rods at height?


12.6 Whether sufficient cross bracings are
provided for high staging works at
vulnerable points?


12.7 Others


13.0 CONCRETING

13.1 Whether the concreting area is
barricaded?


13.2 Whether vibrator hoses, pumping
concrete accessories are in healthy
condition and mechanically strong?


13.3 Whether it is ensured that no pipe line in
concrete pumping system is attached to
any temporary strut such as scaffolds
etc.?


13.4 Whether it is checked that safety guards
around moving parts are provided in
concrete mixer/ machines?


13.5 Whether earthing of electrical mixers,
vibrator etc. are checked?


13.6 Whether entry of unauthorised person in
the concreting area is restricted?


13.7 Whether adequate lighting arrangement is
made in the concreting area if working
during night?


13.8 Whether PPEs like gum boots, gloves and
dust masks etc. are being used?


13.9 For overhead or underground work,
whether form work and shuttering have
been checked so that the same do not
collapse during concreting?

12.5


Page 404 of 615

13.10 Others


14.0 DEMOLISHING (DEMOLISHING BY BLAST NOT CONSIDERED)

14.1 Has the stability of structure been
examined by competent person and found
OK?


14.2 Are non-sparking tools being used, if
required?


14.3 Is intermittent clearing operation being
done to keep the area reasonably tidy and
clean?


14.4 Whether effective barricading has been
provided?


14.5 Whether Electrical and other facilities like
water, oil, gas pipelines have been
isolated/protected?


14.6 Whether the plan of demolition (including
sequence of activities) has been prepared
and approved prior to start of the work?


14.7 Others



15.0 RADIOGRAPHY

15.1 Are safety precautions for handling of
source as per guidelines of BARC being
followed?


15.2 Is the potency of the source being used
within acceptable limits as per the BARC
regulations?


15.3 Is the area being cordoned with proper
signs during radiography?


15.4 Does proper place exist as per BARC
regulations for storage of source /
Personnel safety equipment?


15.5 Does the radiographer has valid
certificate of radiography from competent
authority (BARC)?


15.6 Is radiographer using Exposure Meter /
Dosi Meter?


15.7 Whether minimum occupancy of the


Page 405 of 615
premises / workplace is being ensured
while radiography is in progress?

15.8 Is permit system being followed?


15.9 Others


16.0 ADDITIONAL SAFETY PRECAUTION FOR UNITS WITH HYDROCARBONS

16.1 Are jobs being carried out with a valid
work permit only as per OISD-STD-105
"Work Permit System".


16.2 Is smoking prohibited in all places
containing combustible or flammable
materials and "No Smoking" notices
prominently displayed.


16.3
Are only approved type electrical
installations and equipment, including
portable lamps, being used?


16.4 Are oily rags, waste, wooden materials
and clothes or other substances liable to
spontaneous ignition being removed?


16.5 Are the combustible materials properly
shielded in case same cannot be
removed from the area?


16.6 Has welding screens (like metal/asbestos/
water curtain) been put up to protect other
equipment / facilities/ OWS/ drains in
adjoining areas against flying sparks, as
may be required?


16.7 Is Gas-testing being done with the means
of a calibrated Gas detection Meter prior
to start of Hot work and being done
subsequently at regular intervals as per
the requirement?

16.8 Are regular inspections being done of
places where there are fire risks like in the
vicinity of heating appliances, electrical
installations and conductors, stores of
flammable and combustible materials,
welding and cutting operations?


16.9 Are fire-extinguishing equipment being
placed at strategic locations and are kept
well maintained and inspected at suitable
intervals by a competent person.


16.10 Are access to fire-extinguishing
equipment such as hydrants, portable



Page 406 of 615
extinguishers and connections for hoses
kept clear at all times?

16.11 Are all supervisors and a sufficient
number of workers trained in the use of
fire-extinguishing equipment?


16.12 Are audio means, to give warning in case
of fire provided, audible in all parts of the
site where persons are liable to work?


16.13 Is there an effective evacuation plan in
place so that all persons are evacuated
speedily without panic?


16.14 Others


17.0 EMERGENCY PROCEDURES

17.1 Is signaling / siren system effective?


17.2 Is arrangement for rescuing affected
person adequate?


17.3 Are signs showing emergency exit route
installed?


17.4 Is emergency exit route clear of
obstacles?


17.5 Is communication system adequate?


17.6 Whether emergency vehicle with driver
has been provided to meet any
emergency situation?


17.7 Does any tie-up with hospitals or local
doctors exist?


17.8 Has the assembly point for workers in
case of emergency been identified and
earmarked?


17.9 Has training been provided to a few
workers for First Aid?


17.10 Others


18.0 WELFARE FACILITIES

18.1 Is hygienic conditions prevailing at labour
camps?



18.2 Are First Aid facilities available?


Page 407 of 615

18.3 Does proper sanitation exist at site office
and labour camps?


18.4 Does any arrangement of medical
facilities like tie ups with nearby hospital
exist?


18.5 Is proper drinking water facility available
for workmen & staff?


18.6 Are crches provided for children (if
applicable)?


18.7 Is any proper place/canteen/restroom
provided for eating food and taking rest?


18.8 Is any place earmarked for storing /
keeping clothing?


18.9 Is Adequate washing facility available?


18.10 Does proper ventilation at working place
exist?


18.11 Others


19.0 GENERAL

19.1 Are illumination levels at workplace and
passages adequate?


19.2 Is communication system adequate?


19.3 Are display and caution boards provided
at strategic locations?


19.4 Are road barriers being used for blocking
any roads/passage?


19.5 Has the structure been adequately
secured against storm/high winds during
construction/ erection?


19.6 Are the equipment properly earthed?


19.7 Are vehicles being checked like brakes,
oil, lights etc. on regular basis?


19.8 Is compressed air being used only for its
intended purpose and not for any other
purpose?


19.9 Are only proper clothes and not loose
clothes being used while working around



Page 408 of 615
machinery?

19.10 Are nails or other sharp objects being
removed or bent?


19.11 Are machine guards over moving parts of
machinery such as coupling, pulley, wheel
etc. installed?


19.12 Whether after maintenance of machinery
the guards are securely fitted before
putting into operation?



19.13 Are working platforms / gangways
provided with hand rails & toe guards?


19.14 Are swing platforms provided with chains
& secured adequately when not in use?


19.15 Are the approaches to work sites being
maintained & kept clear of obstacles?


19.16 Whether engines of equipment entering
into the operating area have exhaust and
muffler system with approved spark
arrestor?


19.17 Whether vehicles/engine driven
equipment, electrical equipment and tools
used are certified?


19.18 Whether contractors inform his workers
about hazards and safe procedures?


19.19 Whether sufficient care is taken so that
spark do not go outside working
enclosure & falls below?


19.20 Whether contractors qualified / trained
supervisor is present?


19.21 Whether all exhausts of engines are
provided with approved type of flame
arrestors and exhaust is not facing toward
the place where the workers are working?


19.22 Others





Signature of the Auditor




Page 409 of 615



Page 410 of 615
Page 411 of 615
Page 412 of 615
Page 413 of 615
Page 414 of 615
Page 415 of 615
Page 416 of 615
Page 417 of 615
Page 418 of 615
Page 419 of 615
Page 420 of 615
Page 421 of 615
Page 422 of 615
Page 423 of 615
Page 424 of 615
Page 425 of 615
D:\old data of AK\Tenders\6724\1045 (Breakwater)\22-6724-Preamble-1045.doc

PREAMBLE TO SCHEDULE OF RATES

1. The Schedule of Rates/Price shall be read with all other sections of this Bidding Document.
2. The Contractor is deemed to have studied the drawings, specifications and details of works to
be done within the Time Schedule and should have acquainted himself of the conditions
prevailing at site.
3. No claim shall be entertained during currency of this Contract towards any items due to the
above including where the Contractor has quoted low/ high rates.
4. Owner/Consultant reserves the right to interpolate or extrapolate the rates for any new item of
work not covered in Schedule of Price from the similar items already available in schedule of
rates. All the works shall be measured upon completion and paid for at the rate quoted and
accepted in the "Schedule of Price". In case any activity though specifically not covered in
schedule of rates descriptions but the same is covered under scope of work/ scope of supply/
specification/ drawings etc. no extra claim on this account shall be entertained, since
Schedule of Price is to be read in conjunction with all other documents forming part of the
Contract.
5. All items of work mentioned in the Schedule of Prices shall be carried out as per the
specifications, drawings and instructions of Employer/Consultant and the rates are deemed to
be inclusive of material, consumable, labour, supervision, tools & tackles and detailing of
construction/fabrication drawings, isometric wherever required as called for in the detail
specification and conditions of the Contract.
6. Owner/Consultant reserves the right to cancel/ delete/ curtail any item or group of work if
necessary. Such a step shall not be construed as reason for changing the rates.
7. The quoted prices shall be inclusive of all taxes & duties (including Maharashtra VAT), VAT
on Works Contract Tax, Central Sales Tax, Excise Duty, Entry Tax, Octroi, levies etc. except
Service Tax. Bidders price quoted in Excel file (short description of SOR) shall not include
service tax. Bidder shall indicate the service tax component separately in Form SP-2.
8. Item description provided in Schedule of Rates (Short Description) is in brief, which is print
out of Excel file of SOR. While quoting and filling the rate in this Schedule of Rates (Short
Description), Bidder shall take into consideration complete scope of work/item description as
mentioned in Schedule of Rates (Detailed Description) for the relevant item. The rate quoted
in Schedule of Rate (Short Description) shall be deemed to include all activities of work
mentioned in item description of Schedule of Rates (Detailed).
9. Bidders to note that the Prices in Indian Rupees and foreign currency are to be filled in the
respective Excel sheets in Notes and Attachments folder only.
10. Bidder shall furnish the details as requested below alongwith this Preamble to Schedule of
Rate, to be submitted alongwith there price offer:


Name of authorized person submitting the tender
on behalf of the Bidder (s):


Designation of authorized person:


Name of firm / Contractor:


Address of firm / Contractor:


Date:



SCHEDULE OF RATES
Page 426 of 615

SCHEDULE OF RATES
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL
Document No.
6724-00-12-42-SR-4005
Rev 0
Page 1 of 10






0 16.07.2013 Issued For Tender
SG BM CS
Rev No Date Purpose Prepared by Reviewed by Approved by

Template No 5-0000-0001-T3 Rev 1
Copyrights EIL All rights reserved




SCHEDULE OF RATES
FOR COMPLETION OF BREAKWATER



PROJECT: COMPLETION OF BALANCE WORKS OF BREAKWATER
OWNER : RATNAGIRI GAS & POWER PVT. LTD (RGPPL)
JOB NO. : 6724
Page 427 of 615

SCHEDULE OF RATES
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL
Document No.
6724-00-12-42-SR-4005
Rev 0
Page 2 of 10


Template No 5-0000-0001-T3 Rev 1 Copyrights EIL All rights reserved
SCHEDULE OF RATES
Page 428 of 615

SCHEDULE OF RATES
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL
Document No.
6724-00-12-42-SR-4005
Rev 0
Page 3 of 10



S.No. Item Units Quantities
Unit Price Total Amount
INR
# Foreign
Currency
INR
# Foreign
Currency
1. MOB/DEMOB SETUP
A.
Mobilisation
(Equipment as presented by Contractor, taking into account the Min. Construction Equipment defined in the tender)
1. Mobilisation of all quarry equipment at quarry site
including drill & blast equipment , loaders, and
dumpers
L.S.

----

2. Mobilisation of batching plant and casting equipment
for ACCROPODE
TM
including transportation
equipment
L.S.

----

3. Mobilisation of marine spread L.S. ----

B.
Temporary works including dock, load out structures,
temporary jetty etc.,
L.S. ----

C. Mobilisation of dredging equipment L.S. ----

D.
Demobilisation of all equipment (marine and quarry
equipment, etc.)
L.S. ----

2. DEVELOPMENTS
A.
Development of quarry acquisition/leasing of quarry,
removal of over burden, completion of roads from quarry
to loadout points and completion of trial blast.
L.S. ----
Page 429 of 615

SCHEDULE OF RATES
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL
Document No.
6724-00-12-42-SR-4005
Rev 0
Page 4 of 10


S.No. Item Units Quantities
Unit Price Total Amount
INR
# Foreign
Currency
INR
# Foreign
Currency
B.
Development of casting and stockpiling yards including
Levelling of casting/ stocking yards, completion of roads
from yards to loadout point, setup of batching plant with
moulds for ACCROPODE
TM
and commencement of
ACCROPODE
TM
casting.

L.S. ----
3. COMPLETION OF BREAKWATER
A & B Initial Surveys, all engineering and modelling
A. All Engineering, initial surveying and modelling

1. Basic engineering before models, completion of
detailed engineering, AFC drawings and finalization
of construction method statements

L.S. ----
2. Initial survey (echoscope + divers)

L.S. ----
3. Completion of 2D and 3D model testing of
Breakwater

L.S. ----
B. All surveys for Breakwater, dredging and offshore works
except the initial survey of item A.2

L.S. ----
Page 430 of 615

SCHEDULE OF RATES
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL
Document No.
6724-00-12-42-SR-4005
Rev 0
Page 5 of 10


S.No. Item Units Quantities
Unit Price Total Amount
INR
# Foreign
Currency
INR
# Foreign
Currency

C & D Core Material
C. Quarrying of core material, stockpiling, testing and loading to barge
1. Quarrying of core material & stockpiling
cum 395000

2. Testing & loading to barge
cum 395000

D. 1. Transportation of core material to site and placing
in Breakwater after removal of soft materials if any,
as per specifications
cum 395000

2. Reshaping of existing core material and placing
within the theoretical limits of core in sections
cum 77000

E. Secondary armour rocks (undelayer and berm)
1. Quarrying of secondary armour & stockpiling cum
362000

2. Testing and loading to barge cum
362000

3. Transportation of secondary armour to site and
placing in breakwater as per specifications cum 362000

F. Big armour rocks of the toe berm(3T 8T)
1. Quarrying of Big armour rocks of toe berm &
stockpiling
cum 28958

Page 431 of 615

SCHEDULE OF RATES
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL
Document No.
6724-00-12-42-SR-4005
Rev 0
Page 6 of 10


S.No. Item Units Quantities
Unit Price Total Amount
INR
# Foreign
Currency
INR
# Foreign
Currency
2. Testing and loading to barge
cum
28958
3. Transportation of Big armour rocks of toe berm to
site and placing in breakwater as per specifications
cum
28958


G. License holders fees for ACCROPODE
TM

1. For Installation of ACCROPODE
TM
from the
storage area
Nos. 6300
2. For Fabrication and Installation of New
ACCROPODE
TM

Nos. 7620
H. ACCROPODE
TM
9m
3

H1) Transportation, installation of free issued ACCROPODETM 9m
3
which are supplied by RGPPL
1. Inspection and Health Check of ACCROPODE
TM

9m
3

L.S.
2. Handling and Transportation of ACCROPODE
TM

9m
3

Nos. 6300
3. Installation of ACCROPODE
TM
9m
3
Nos. 6300
H2) Dismantling of ACCROPODE
TM
9m
3
from provisional
roundhead or other and installation
Nos. 204
H3) Fabrication, Transportation & Installation of new ACCROPODE
TM
9m
3

1. Fabrication of ACCROPODE
TM
9m
3
Nos. 7620
Page 432 of 615

SCHEDULE OF RATES
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL
Document No.
6724-00-12-42-SR-4005
Rev 0
Page 7 of 10


S.No. Item Units Quantities
Unit Price Total Amount
INR
# Foreign
Currency
INR
# Foreign
Currency
2. Transportation of ACCROPODE
TM
9m
3
Nos. 7620
3. Installation of ACCROPODE
TM
9m
3
Nos. 7620
I ACCROPODE
TM
12m3
I1) Transportation, installation of free issued ACCROPODE
TM
12m
3
which are supplied by RGPPL
1. Inspection & health check of ACCROPODE
TM

12m
3

L.S. ----
2. Handling and Transportation of ACCROPODE
TM

12m
3

Nos. 360
3. Installation of ACCROPODE
TM
12m
3
Nos. 360
I2) Dismantling of ACCROPODE
TM
12m
3
and Installation Nos. 20
I3) Fabrication, Transportation & Installation of new ACCROPODE
TM
12 m
3

1. Fabrication of ACCROPODE
TM
12 m
3

Nos. 274

2. Transportation of ACCROPODE
TM
12 m
3

Nos. 274

3. Installation of ACCROPODE
TM
12 m
3
Nos. 274
J Dredging for Breakwater Construction
1. Dredging of trench in soft materials below future
Breakwater in the virgin area and disposal in the
offshore site
cum 95000

Page 433 of 615

SCHEDULE OF RATES
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL
Document No.
6724-00-12-42-SR-4005
Rev 0
Page 8 of 10


S.No. Item Units Quantities
Unit Price Total Amount
INR
# Foreign
Currency
INR
# Foreign
Currency
2. Dredging of soft materials deposits on the sides of
the partially built sections of submerged Breakwater
and disposal in the offshore site
cum 136100

K.
Removal of all temporary works L.S. ----
L. Any other item L.S. ----
TOTAL LUMPSUM PRICE ----

# Bidder to specify currency.

Note:

1. The above SOR items shall be read in conjunction with tender scope of work, tender specifications and tender drawings.
2. Mode of measurement for various items of the Schedule of Rates is covered in Construction specification for Completion of Breakwater (Doc. No. 6724-00-12-
42-SP-4005).
3. Unit rates for items where quantities have been indicated in the above SOR will be utilised for +/- variation in quantities during actual execution from the tender
quantities.
4. All lumpsum items in the above SOR shall be non-adjustable and contractors rates quoted against all such items shall remain firm.
5. Unit rates & total price for quarrying of core material and armour materials and transportation of same (cl. 3.C, 3.D, 3.E, 3.F) shall include cost of all material
wastages, disposal of rejected materials etc and contractor will be paid for the actual volume of material placed at breakwater site as per tender specifications.






(Signature of Bidder)
With Stamp & Seal
Page 434 of 615

SCHEDULE OF RATES
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL
Document No.
6724-00-12-42-SR-4005
Rev 0
Page 9 of 10


FORM SP-2
DETAILS OF SERVICE TAX


S.No. Tax Ceiling Amount on which the
Service Tax is applicable
Rate of
Service Tax
(%)
Amount of Service Tax
(a) (b) (c) (d) (e)
i)
SERVICE TAX
(INR)


NOTE:

1. Bidder shall consider the rate of service tax (including cess) applicable presently @12.36%
2. Bidder shall furnish this Form duly filled in all respects alongwith his price part. However, Bidder is required to furnish this Form indicating
only the Rate of Duty/ Tax (%) as per Column (d) alongwith his unpriced part.
3. The rate of Service Tax indicated in this format shall be considered for statutory variation as per the provisions of bidding document.
4. Total Amount of Service tax shall be payable based on the ceiling amount of services on which service tax is applicable as declared by the
bidder under Form SP-2. However in case of any variation in the executed quantities the ceiling amount on which the Service Tax is applicable
shall be modified in similar proportion of executed contract value.
5. Service tax quoted above shall be considered for evaluation as per provisions of Bidding Document.
(STAMP & SIGNATURE OF BIDDER)
Page 435 of 615

SCHEDULE OF RATES
FOR COMPLETION OF
BALANCE WORK OF BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL
Document No.
6724-00-12-42-SR-4005
Rev 0
Page 10 of 10








EXTENDED STAY COMPENSATION

S.
NO.
ITEM RATE
1.0 Rate of Extended Stay Compensation per Month beyond
the Time Schedule and grace period mentioned in
Bidding Document for reasons solely attributable to
Owner.

Rs. __________

(Per Month)


NOTE:
1. Extended Stay Compensation shall be loaded on the quoted prices as per clause no. 57.0 of
Special Conditions of Contract.
2. In case no rate for Extended Stay Compensation is stipulated, it will be considered that
Extended Stay Compensation is not required by the Bidder and the rates quoted by them
shall be valid till completion of works in all respects.





NAME OF WORK : COMPLETION OF BALANCE WORK OF BREAK
WATER


BIDDING DOCUMENT NO.

: AK/6724-000-12-42-CR-T-9602/1045
NAME OF BIDDER
: M/S
Page 436 of 615

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL All rights reserved

MASTER LIST OF DOCUMENTS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-RP-4001 Rev. 0
Page 1 of 3






MASTER LIST OF DOCUMENTS










PROJECT : COMPLETION OF BALANCE WORKS OF BREAKWATER
OWNER : RATNAGIRI GAS & POWER PVT. LTD. (RGPPL)
OWNERS
ENGINEER
: GAS AUTHORITY OF INDIA LTD. (GAIL)
JOB NO. : 6724










0 17.07.2013 Issued for Tender SG CS BVK
Rev.
No
Date Purpose Prepared by
Reviewed
by
Approved
by
Page 437 of 615

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL All rights reserved

MASTER LIST OF DOCUMENTS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-RP-4001 Rev. 0
Page 2 of 3


A. TECHNICAL DOCUMENTS





B. TENDER DRAWINGS









S. No. Document Description Doc. No.
Latest
Revision
Issued On
1. Master List of Documents 6724-00-12-42-RP-4001 0 17.07.2013
2.
Scope of Work for Completion of
Breakwater
6724-00-12-42-SOW-4005 0 17.07.2013
3.
Design Criteria for Completion
of Breakwater
6724-00-12-42-BD-4005 0 17.07.2013
4.
Construction Specification for
Completion of Breakwater
6724-00-12-42-SP-4005 0 17.07.2013
5.
Specification for the Inspection of
the ACCROPODE
TM
blocs stored
at land
8714157R3CGL 1 31.05.2013
6. List of Minimum Equipments 6724-00-12-42-RP-4002 0 17.07.2013
S. No. Document Description Drg. No.
Latest
Revision
Issued On
1. EGS Bathymetry 6724-00-12-42-1001 0 17.07.2013
2. EGS Bathymetry Detail 6724-00-12-42-1002 0 17.07.2013
3. EGS Thickness of soft Layer 6724-00-12-42-1003 0 17.07.2013
4.
EGS As-built Side Scan Sonar
Survey
6724-00-12-42-1004 0 17.07.2013
5. Geotechnical Profile 6724-00-12-42-1005 0 17.07.2013
6.
Placing of new ACCROPODE
Units (3 nos. drawings)
6724-00-12-42-1006 to 6724-
00-12-42-1008
0 17.07.2013
7. Roundhead Typical Section 6724-00-12-42-1009 0 17.07.2013
8. Trunk Typical Section 6724-00-12-42-1010 0 17.07.2013
9.
Typical Sections from CH 20 to
CH 2310 (14 nos.)
6724-00-12-42-1011 to 6724-
00-12-42-1024
0 17.07.2013
10. Temporary North Round Head 6724-00-12-42-1025 0 17.07.2013
Page 438 of 615

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL All rights reserved

MASTER LIST OF DOCUMENTS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-RP-4001 Rev. 0
Page 3 of 3


C. REFERENCE REPORTS AND LAYOUT



All reference reports and layouts listed under C. above shall be accessed by the bidder from EILs FTP
server. Procedure for accessing the ftp server is given below:


External access (from Internet)
1. Open windows Explorer (Please do not open internet explorer)
2. type following ftp://121.241.99.39 in the Address navigation bar, press enter key 3.

Type following username and password.

username : eildc\6724-breakwater
password: Eil9876@


S. No. Document Description Report. No.
Latest
Revision
Issued On
1.
BESIX Report on Assessment of
Balance Works
REPORT. N* 001 A 31.03.2006
2.
GEOSTAR Final Report on
Geotechnical Investigations
GSIPL_J031_21_FINREP 1 01.02.2011
3. EGS As-built Survey Report EGS/P14413/RGPPL/Dab/081 0 27.05.2013
4. Site Layout 9-C2G-0001 8 22.05.1999
Page 439 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
SCOPE OF WORKS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SOW-4005 Rev. 1
Page 1 of 24







SCOPE OF WORKS
FOR COMPLETION OF BREAKWATER



PROJECT : COMPLETION OF BALANCE WORKS OF BREAKWATER
OWNER : RATNAGIRI GAS & POWER PVT. LTD. (RGPPL)
OWNERS
ENGINEER
: GAS AUTHORITY OF INDIA LTD. (GAIL)
JOB NO. : 6724







1 26.07.2013 Client Comments Incorporated & Reissued for Tender SG CS BVK
0 17.07.2013 Issued for Tender
SG CS BVK
Rev.
No
Date Purpose Prepared by Reviewed by Approved by
Page 440 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
SCOPE OF WORKS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SOW-4005 Rev. 1
Page 2 of 24

TABLE OF CONTENTS
1.0 INTRODUCTION .................................................................................................................................. 4
2.0 PROJECT DESCRIPTION .................................................................................................................... 4
3.0 PROJECT FACILITIES ......................................................................................................................... 4
4.0 PRESENT STATUS OF PROJECT ....................................................................................................... 4
5.0 STATUS OF MARINE FACILITIES .................................................................................................... 4
6.0 SCOPE OF WORK ................................................................................................................................ 6
7.0 ENGINEERING AND CONSTRUCTION REQUIREMENTS ............................................................ 8
7.1 Engineering Requirements ................................................................................................................ 8
7.2 Construction Requirements ............................................................................................................... 8
7.2.1 Dredging ............................................................................................................................................ 8
7.2.2 Breakwater ........................................................................................................................................ 9
8.0 OTHER REQUIREMENTS ................................................................................................................... 9
8.1 Permissions, Approvals and Regulations .......................................................................................... 9
8.2 Quarry Works .................................................................................................................................... 9
8.3 ACCROPODE
TM
units .................................................................................................................... 10
8.4 Assessment of Site Conditions, Existing Facilities and Materials .................................................. 10
8.5 Temporary Works and Dredging .................................................................................................... 10
8.6 Interference ..................................................................................................................................... 10
8.7 Site Laboratory ................................................................................................................................ 11
8.8 Navigational Requirements ............................................................................................................. 11
8.9 Surveys ............................................................................................................................................ 11
8.10 Environment Management .............................................................................................................. 11
8.11 Construction Sequence .................................................................................................................... 11
8.12 Land for Construction Works.......................................................................................................... 12
9.0 LIST OF DELIVERABLES ................................................................................................................. 12
10.0 BID REQUIREMENTS ....................................................................................................................... 14
APPENDIX-1: PROJECT SITE INFORMATION .......................................................................................... 16
APPENDIX-2: PROJECT SITE FIGURES ..................................................................................................... 20


Page 441 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
SCOPE OF WORKS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SOW-4005 Rev. 1
Page 3 of 24

LIST OF TABLES
Table 1-0: Approximate Bill of Quantities .........................................................................................................6
Table 1-1: Water Levels at Dabhol (m CD) .....................................................................................................17
Table 1-2: Operational Offshore Waves ...........................................................................................................17
Table 1-3: Wave Height vs. Direction ..............................................................................................................18
Table 1-4: Wave Height vs. Period ...................................................................................................................18
Table 1-5: Extreme Waves ...............................................................................................................................19


LIST OF FIGURES
Figure 2-1: Dabhol Site - General Location A .................................................................................................20
Figure 2-2: Dabhol Site General Location B .................................................................................................21
Figure 2-3: Dabhol Layout of the ENRON Project (1998) and Large Scale Bathymetry .............................22
Figure 2-4: Dabhol Present State of the Breakwater Construction (EGS, 2013) ...........................................23
Figure 2-5: Zone for the HRW Offshore Waves ..............................................................................................24












Page 442 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
SCOPE OF WORKS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SOW-4005 Rev. 1
Page 4 of 24

1.0 INTRODUCTION
Government of India has entrusted the revival and restructuring of the Dabhol Project to M/s GAIL
and M/s NTPC (both are Government of India Undertakings). M/s GAIL and M/s NTPC have
formed a Joint Venture Company, named Ratnagiri Gas and Power Private Limited (M/s RGPPL) to
complete the balance works at the LNG Terminal and Power Plant, commission the same and
thereafter, operate the facilities. The balance works of completion at the LNG Terminal are being
looked after by M/s GAIL.
M/s RGPPL has engaged M/s GAIL as the Owners Engineer and M/s GAIL in turn has appointed
Engineers India Limited (M/s EIL) as their primary Project Management Consultant (PMC) for PMC
services for the completion and commissioning of the balance works of LNG Terminal.
M/s EIL has appointed M/s ARTELIA as back-up consultant for all the maritime items.
2.0 PROJECT DESCRIPTION
The configuration of the Dabhol Project consists of a 1967 MW combined cycle power plant along
with an integrated 5 MMTPA LNG Terminal located at Anjanwel, about 340 km by road to the south
of Mumbai (India).
The LNG Terminal at Dabhol is designed to supply 2.1 MMTPA of re-gasified LNG to the Dabhol
Power Plant and the balance 2.9 MMTPA is for re-gasification and transportation to catchment gas
markets through a pipeline network already laid for the purpose.
3.0 PROJECT FACILITIES
The facilities at the LNG terminal include a 2.3 km long offshore breakwater, approach channel,
1750 m long approach trestle, jetty head with berthing and mooring dolphins, navigational dolphins,
tug berths, LNG unloading arms, LNG unloading lines, vapour return line, 3 numbers of LNG
storage tanks, boil off gas compressors, re-condenser, vaporizers, low pressure and high pressure
pumps, low pressure and high pressure gas export systems, gas metering arrangements, utilities and
other associated infrastructure.
4.0 PRESENT STATUS OF PROJECT
The Dabhol Project was incomplete when the construction works were stopped in June 2001.
Thereafter, since April 2002 the plant facilities have been kept under preservation and the revival
process envisages putting the facilities into commercial operations from early 2009 after completing
the balance jobs left in the Power Plant and the LNG Terminal and marine works. After the health
assessment of the berthing facilities, jetty structure and non marine portion of the LNG terminal and
modification completed in Dec 2012, the LNG terminal was successfully commissioned in January
2013 and Five LNG cargos have been unloaded the LNG tanks till April 2013 (non monsoon period).
However, completion of breakwater is essential for successful unloading of LNG cargo during
monsoon period also.
5.0 STATUS OF MARINE FACILITIES
Construction of the marine facilities was awarded by the previous client to a consortium of BESIX
and KIER and work commenced in 1999. Approximately 55% of the breakwater (see Figure 2-4)
and 95% of the jetty was completed when the works were abandoned in 2001.
In 2006, a consortium of BESIX and KIER undertook a detailed assessment of the facilities,
including material reconciliation, health audit, etc. for completion of the balance jobs. Report on
assessment of current status of works and balance works to be completed is enclosed with this
tender.
Page 443 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
SCOPE OF WORKS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SOW-4005 Rev. 1
Page 5 of 24

In 2013, Re-assessment of Breakwater i.e. As-built survey of breakwater has been carried out by
EGS (EGS/P14413/RGPPL/Dab/081) under the supervision of EIL and ARTELIA, which is part of
the tender documents.
The status, condition and usability of existing ACCROPODE
TM
units at site has been assessed in a
preliminary (and not definitive) by BESIX and KIER and has been included in the above mentioned
assessment report. However, more detailed inspection is required according to the Specifications
for the Inspection of the ACCROPODE
TM
Blocs Stored at Land, specification no. (8714157R3
CGL), indicating the specifications for tests of these units and criteria for acceptance. Only the units
accepted on these bases may be used in the breakwater, and remaining materials procured to
complete the balance works.
The major balance works to complete the breakwater are indicated in the Bill of Quantities of Table
1 on the next page.
As on date, about 7000 ACCROPODE
TM
units (approx. 6600 units of 9m
3
and approx. 400 units of
12 m
3
) are on the storage area and will be provided as free issue on as is where is basis. Since
investigations will be done to check whether these units are suitable (according to specification no.
8714157R3CGL) for the BOQ it has been assumed that 95% of the units of 9m3 (so 6300 over
6600) and 90% of the bigger units of 12m3 (so, 360 over 400) will be declared as suitable for use in
the breakwater.
Balance ACCROPODE
TM
units required to complete the works shall be fabricated by the Contractor.
The above quantities are indicative and the contractor shall make his own assessment of the
quantities and conditions of materials. In case total number of free issue is less than mentioned
above, the fabrication of balance ACCROPODE
TM
units shall be in contractors scope.
The contractor shall submit his proposal as per price schedules attached elsewhere.

Page 444 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
SCOPE OF WORKS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SOW-4005 Rev. 1
Page 6 of 24

Table 1-0: Approximate Bill of Quantities
Approximate Bill of Quantities

WORKS
Measurement
unit
Partial
quantities
Total
quantities
1) Dredging cum. 231 100
1a
Dredging of breakwater trench ,
virgin area
cum. 95 000

1b
Dredging of breakwater trench on
the sides of partially built core
cum. 136 100

2) Quarrying and Placing of core
material 5 1000 kg
cum. 472 000
2 a From quarries cum. 395 000

2 b
From reshaping of core material
out of the theoretical limits
cum. 77 000

3) Quarrying and Placing of secondary
armour 1.5 3 Tons
cum. 362000
4) Quarrying and Placing of toe berm 3-
8 Tons
cum.

28 958
5) Placing of 9m
3
ACCROPODE Nos. 14 124
5 a From storage area Nos. 6 300

5 b
From part to be dismantled, at
the provisional roundhead of
zone B
Nos. 204

5 c New

7 620

6) Placing of 12m
3
ACCROPODE Nos. 634
6 a From storage area Nos. 360

6 b New Nos. 274

Note: The above quantities are tentative based on As-built survey carried out by M/s. EGS, however,
final quantities shall be established from pre-engineering survey to be carried out by contractor.
6.0 SCOPE OF WORK
The scope of work for completion of the breakwater comprise mobilization and demobilization of all
personnel, equipment and marine spread, basic design, detailed engineering and physical model tests,
surveys, temporary works, development of quarries, supply of materials, construction of balance
portion of the breakwater and removal of temporary works as per assessment reports, job
specifications, codes, recommendations of license holders, drawings and direction of engineer-in-
charge.
The brief scope of work includes but is not limited to the following:
6.1 Basic design, physical model tests, detailed and construction engineering with calculations and
drawings, as required in document Design Criteria for Completion of Breakwater(6724-00-
12-42-BD-4005)
Page 445 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
SCOPE OF WORKS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SOW-4005 Rev. 1
Page 7 of 24

6.2 Constructed part survey specifically for Armours; prior to conclusion of basic design, by
ECHOSCOPE and divers in parallel, as required in document Construction Specifications for
Completion of Breakwater (6724-00-12-42-SP-4005).
6.3 Pre-engineering, Pre-construction/regular surveys during construction and Post-construction
surveys of bathymetry, meteorological parameters and partially constructed sections, as
indicated in Construction Specifications for Completion Breakwater (6724-00-12-42-SP-
4005). Contractor shall also carry out bathymetry survey of existing navigation channel
before and just after monsoons (2014 monsoon and 2015 monsoon) and report shall be
submitted to owner.
6.4 Site survey, assessment, identification of quarry, acquisition / leasing, obtaining license from
various authorities, development, quarrying, and restoration of quarry including temporary
production and handling facility.
6.5 All temporary works required for construction of breakwater
6.6 Quarrying of required rock core and underlayer armours.
6.7 Testing, sorting and screening of rock material.
6.8 Production of balance ACCROPODE
TM
units required to complete the breakwater as per
license holder's specifications (refer clause 8.2 regarding use of existing ACCROPODE
TM
units at old casting yard).
6.9 Takeover of Existing ACCROPODE
TM
available in Bharti Shipyard on As is where is basis
and furnish the receipt of free issue ACCROPODE
TM
units (indicating total number). Carry
out Inspection Survey of existing ACCROPODE
TM
units as per the Specification for the
Inspection of the ACCROPODE
TM
blocs stored at land (specification no. 8714157R3
CGL), submit survey results to company for issue of Fit for purpose certificate for use in
breakwater construction. Minor repair to exiting ACCROPODE
TM
if any required. Any
ACCROPODE
TM
damaged during transportation and found not fit for use shall be replaced
with new ACCROPODE
TM
units without any additional cost and time effect. Balance rejected
ACCROPODE
TM
units will be disposed by contractor at its own cost.
6.10 Disposal of rejected ACCROPODE
TM
units and other materials in the disposal site indicated
by the Owner
6.11 Stockpiling of all materials and transportation of all materials to breakwater construction site
6.12 Repairs and modifications (if any, following analysis of the results of survey at 6.2) to
existing construction of the breakwater
6.13 Dredging and removal of silt/sand deposits on the sides of the existing partly completed
submerged breakwater as well as in the virgin area. Disposal of the dredged material in the
offshore dumping site about 15km offshore the site indicated by the Owner.
6.14 Construction of balance portion of breakwater, after dredging of soft material: placing of core
material, rock and ACCROPODE
TM
units (as per license holders specifications and
requirements including supervision) and approved drawings and documents.
6.15 Repairs to breakwater (if any) during the construction period.
6.16 Removal of old and new temporary works in Owner's provided land, as per directions of
Engineer-in-Charge.
6.17 Procurement & Installation of swell meter as per attached specifications.
6.18 Any other works required to complete the breakwater as per design requirements and
specifications.
6.19 As built drawings of completed breakwater along with maintenance plan.
Further, detailed explanation of above scope is covered in following sections of this document.
Page 446 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
SCOPE OF WORKS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SOW-4005 Rev. 1
Page 8 of 24

7.0 ENGINEERING AND CONSTRUCTION REQUIREMENTS
7.1 Engineering Requirements
Contractor is required to demonstrate that the detailed design of the breakwater is in accordance with
the Design Criteria for Completion of Breakwater (Doc. No. 6724-00-12-42-BD-4005). Such
design shall be inclusive of basic engineering design, model testing, detailed design following the
tests results and other design requirements as specified.
Engineering design, mathematical and physical model testing of the breakwater has been carried out
earlier by BESIX and KIER (Model testing was carried out by M/s. SOGREAH on behalf of BESIX
and KIER-Report of these studies shall be given to the successful bidder). However, some
parameters have changed from these tests, namely:
Erosion of about 1m of the depth in front of the breakwater (tested as -11m CD, nowadays
equal more or less to -12m CD),
Modification of the CLI grid rules for the ACCROPODE
TM
units (of course the new rules
should be tested, validated and used)
Introduction of a toe berm with rocks of 3-8 tons in front of the ACCROPODE armour
So, 2D and 3D tests are required even if the Contractor maintains the tender sections of Drawings
6724-00-12-42-1009 and 6724-00-12-42-1010.
During his design, the contractor has to carry out 2D and 3D model testing as specified in the
Design Criteria for Completion of Breakwater (Doc. No. 6724-00-12-42-BD-4005) the contractor
must verify breakwater tender design and may modify, if validated by calculations and by tests, some
parts of the sections.
However, any design change in the following are not allowed:
Breakwater length,
crest height and width (both in the trunk at the roundheads) and
ACCROPODE
TM
unit size and slope (both in the trunk and at the roundheads).
Of course, additional engineering and 2D physical model studies will be required with particular care
for any design changes proposed by the contractor and these shall meet the design requirements
specified in the design basis. Where changes are proposed specific information shall be submitted
demonstrating how the revised design is to be integrated with the existing breakwater.
Contractor shall submit the detailed design along with all calculations, model studies results, and
ACCROPODE
TM
license holders recommendations, construction engineering and drawings for
review and obtain approval for the same from client/client's representative.
Contractor shall submit his proposal for engineering and model testing along with his offer.
Applicable codes and standards are given in the design basis and specifications, and a copy of these
shall be made available at design centre and site.
7.2 Construction Requirements
7.2.1 Dredging
Contractor shall be responsible of the dredging of soft material down to the hard layer all below the
future breakwater footprint, on the sides of the partially constructed part and fopr the entire width
in the virgin area. He shall be responsible for disposal of dredged materials in the offshore zone
indicated by the Owner.
Page 447 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
SCOPE OF WORKS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SOW-4005 Rev. 1
Page 9 of 24

7.2.2 Breakwater
Contractor shall be responsible for the balance part of breakwater to be constructed along with the
interface between new works and the existing works.
Construction of the rubble mound structure will proceed in accordance with the approved method
statement(s) by the Engineer in Charge. The actual jetty being a priority to be protected, the works
will be starting in front of the actual jetty and will be developed on both sides of this point toward
the actual breakwater and the southern round head. The Contractor must take into consideration that
these two sides must be carried out simultaneously.
The contractor shall also carry out any modification and repair works including removal of soft
material above the core already placed, re-profiling the existing breakwater where required and re-
handling the displaced core and armour in the existing breakwater construction to ensure that they
meet the present design and construction requirements.
Contractor shall also be responsible for removal of temporary protection works in the breakwater and
interfacing between the new and existing construction work.
All works shall be carried out as per the requirements for testing, sorting, screening, transportation
and placing of rock materials, concrete armour, construction surveys, tolerances and quality control,
specified in the Construction Specifications for Completion of Breakwater (Doc. No. 6724-00-12-
42-SP-4005).
Presently, the LNG port is being closed during Monsoon period as notified by MMB. Accordingly,
Contractor will require to de-mobilize its craft & crew from work site to safe location / sheltered
location before the notified port closing date & will re-mobilise on opening of port. Contractor may
obtain specific approval from MMB & other statutory authorities for working during monsoon
season. In case of Non-availability of MMB permission to work in Monsoon period, Contractor may
engage its crafts for other works at any other location (within India / outside India) during Monsoon
period & will re-mobilise to work site on start of Non-monsoon period. There will not be any
financial implication to either side on account of idling of resources or / and mobilization De-
Mobilisation of Crafts due to non availability of MMB / other permission for work during monsoon
season.
8.0 OTHER REQUIREMENTS
8.1 Permissions, Approvals and Regulations
Contractor shall be responsible for all permissions and approvals required to carry out the works. In
addition he shall comply with all applicable statuary requirements and central and state and local
regulations. MOEF clearance/ permission for completion of breakwater works is available with client
and copy will be given to successful bidder.
Contractor is required to take permission from MMB for mobilization / de-mobilisation of
Equipments for taking up work for Completion of Breakwater.
8.2 Quarry Works
Contractor shall be responsible for all quarry works including but not limited to Site Survey,
Identification of Quarry, assessment, Acquisition / leasing, obtaining license from various
authorities, development, quarrying of required core & armour, restoration of quarry including
temporary production and handling facility.
Contractor shall make his own assessment of nearby quarries regarding availability of suitable rock
materials and obtain the approval of owner.
Page 448 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
SCOPE OF WORKS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SOW-4005 Rev. 1
Page 10 of 24

8.3 ACCROPODE
TM
units
Contractor shall be responsible for obtaining all necessary permissions and pay all royalties to the
license holder for use of ACCROPODE
TM
units All works regarding ACCROPODE
TM
units such as
materials, fabrication, transportation, placement, positioning and QA/QC shall meet the license
holder's specifications and requirements, including site support from the license holder. (License
holder: Concrete Layer Innovations, B.P. 510, 37205 Tours Cedex 3, France,
www.concretelayers.com)
ACCROPODE
TM
units fabricated by M/s. BESIX and KIER (approximately 7000 nos.) kept at
approx.15 Km from the site, will be provided as free issue by Owner to the contractor, on as is
where is basis. However, before use in the breakwater, these units shall be checked with the
methodologies and requirements of specification no. 8714157R3CGL.
The loading, transportation, unloading, placing/installation including all other connected activities of
existing ACCROPODE
TM
units shall be responsibility of contractor. Balance ACCROPODE
TM

units required to complete the works shall be fabricated by the contractor.
Load out and transportation of all the ACCROPODE
TM
units to the breakwater location shall be the
responsibility of contractor.
8.4 Assessment of Site Conditions, Existing Facilities and Materials
Assessment of all site conditions including Dabhol quarry, casting/stocking yards, loading/unloading
facilities and all other existing works and materials is the responsibility of the contractor through site
visits and/or any other means. Any existing materials used in the works shall meet the requirements
furnished in the specifications and design criteria.
8.5 Temporary Works and Dredging
Contractor shall be responsible for all temporary works such as roads, unloading/loading facilities,
construction of new loading jetty, dredging in Vashisti River and at river mouth etc. required to
complete the breakwater as per his construction methodology. All the statutory permissions for all
aforementioned activities shall be in the contractors scope
Contractor shall be responsible of dredging of soft materials as indicated in the footprint of the future
completed breakwater. Contractor shall be responsible for the removal of any debris/materials
deposited in the channel and turning circle due to his construction activities. Further the contractor
shall also be responsible for the removal of his or any third party marine craft sunk in the navigation
channel due to collision with contractors marine spread. The contractor must take all precautions so
as not to damage the subsea/ underground high pressure gas/ naphtha pipeline passing through the
RGPPL construction jetty premises.
8.6 Interference
Contractor has to note that the LNG jetty shall be under operation during construction of the
breakwater and no construction marine spread shall be allowed on the lee side of breakwater when
LNG vessel is in the navigation channel and the turning circle. In addition, the contractor shall
ensure that his activities do not in any way restrict the movement of LNG carriers in the navigation
channel, berthing, de-berthing and unloading operations during the tenure of breakwater construction
period.
Contractor shall take into account any impact of these disruptions in his offer. It is anticipated that
approximately 3 to 4 LNG ship unloading operation of about 36 hours each will take place in a
month (around 20 to 25 LNG ships in a year) during non-monsoon period before the breakwater is
completed.
Page 449 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
SCOPE OF WORKS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SOW-4005 Rev. 1
Page 11 of 24

8.7 Site Laboratory
Contractor shall setup a suitable site laboratory of adequate capacity to carry out tests on materials as
per the specifications. However Engineer-in-Charge may carry out additional tests at other
laboratories for which samples shall be provided at no additional costs.
8.8 Navigational Requirements
All marine spread shall be equipped with necessary navigation and communication equipment,
which shall be manned continuously during progress of marine operations.
Contractor shall also provide necessary navigation aids such as buoys and beacons required for
marine works.
8.9 Surveys
A commencement bathymetric survey shall be carried out before start of works, which shall cover
the whole breakwater zone, in the same footprint as in the EGS survey of 2013.
Horizontal reference system will be the WGS 84 Spheroid, Universal Transverse Mercator
Projection, zone 43, Northern Hemisphere. Vertical reference will be Chart Datum. These two
references will be used for all the documents of the project.
In addition, always at the start of activities under water inspection of the existing ACCROPODE
armour (including ECHOSCOPE and diving inspection) will be done according to the criteria of the
document Construction Specifications for completion of Breakwater (6724-00-12-42-SP-4005)
In addition to above, Survey of Channel before and just after Monsoon as indicated in Document
Construction Specifications for completion of Breakwater (6724-00-12-42-SP-4005)
Finally, installation and managing of oceanographic and meteorological stations and execution of
regular surveys and final survey shall also be carried out as in the above document.
Any unwarranted / accidental falling of construction material in Navigational Channel / elsewhere
will be removed by contractor at his own cost.
8.10 Environment Management
The site shall not be polluted due to any oil spills/other pollutants due to activities of the contractor
during the construction period. Contractor shall develop an environmental management plan and take
adequate anti-pollution measures during construction. Soft Silt dredged will be disposed at Location
notified by CWPRS (presently 15-18 Kms from work site) & Boulders / rocks shall be shifted to
onshore location. Contractor shall take permission from concerned authority (CWPRS or / any other
agency) for disposing silt / boulders.
8.11 Construction Sequence
The breakwater construction shall commence from the south head of the breakwater. The gap in the
breakwater where no core has been placed shall also be taken up for construction as soon as possible
so as to provide maximum tranquillity at the berth.
As per Besix, Breakwater of 1120m (from Ch 530 to Ch 1600m from South head) must be required
to protect the existing LNG Jetty.
Page 450 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
SCOPE OF WORKS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SOW-4005 Rev. 1
Page 12 of 24

8.12 Land for Construction Works
Contractor shall be responsible for all land for storage, casting, stockpiling and other related
construction activities required to complete the works, including right of way. Plot Plan of Land
available with RGPPL near Construction Jetty is enclosed in the tender (Drawing No. 9-C2G-0001).
Contractor shall assess the requirement & take additional land, if required. Contractor shall construct
temporary fencing with separate gate for entry & exit including access Road so that Contractor
operation does not interfere with RGPPL Power Block Operation.
The Land will be restored to original condition after completion of work & handed over Back to
RGPPL
The following existing facilities shall be made available temporarily (on as is where basis) by owner,
for the project:
1. Existing Construction jetty
2. Existing Land near to the construction jetty
The above facilities will be made available to contractor on as-is where is basis and any further
upgradation, clearing and making the same ready for use shall be in contractors scope.
9.0 LIST OF DELIVERABLES
Contractor shall submit at least following documents/method statements/reports/drawings etc. for
Engineer-In-Charge/Owners review and approval during basic engineering, surveys, modeling,
detail engineering and construction of Breakwater. In addition, any other required document shall
also be furnished for review and approval.
1. Basic design document containing typical section, layout plan, review of design principles and
conditions, calculation note and justification of the selected sections
2. Inception report for physical model testing report; describing the model facilities and details of
scaling calculations, measurement and recording procedures and other details of methodology.
Interim reports shall also be furnished.
3. Final report (including both the 2D and 3D model tests) comprising test results, drawings,
observations about hydraulic stability of the Accropode
TM
armour and overtopping, colour
photographs, video recordings and design indications coming from the tests and useful for
defining the final sections
4. Survey report of Pre-engineering survey of breakwater
5. Pre-construction Survey reports-regular surveys during construction
6. Post construction survey report
7. Survey report of navigation channel before and just after of Monsoons (2014 and 2015 monsoon)
8. Survey report on Inspection of exiting ACCROPODE
TM
units
9. Detail Design Document covering all aspects of the breakwater, armour, toe, underlayers, core,
and apron for all the trunk sections and the heads, geotechnical stability, settlement etc as
detailed out in 2.5, (6724-00-12-42-BD-4005). It shall also include Indication and
characteristics of the navigational aids needed for marine works. Detail design shall be prepared
on the basis of Basic design, results of physical model testings and survey results.
10. Proposed source of Core Stone and Rock Armour Units including documentation showing that
the proposed materials from each quarry or quarry face comply with this Specification and
evidence that the source can supply the required quantity at the required rates. Details of
development and restoration of quarries have to be included. Quality tests reports on quarrying
material indicating their suitability for use.
Page 451 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
SCOPE OF WORKS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SOW-4005 Rev. 1
Page 13 of 24

11. Method Statements: The details will include methodology/procedures and schedule of at least the
following:
11.1 Proposed additional site investigation works, especially initial bathymetric survey and
offshore surveys of the completed portion of the breakwater, as well as other possible
surveys such as navigation channel surveys, post construction survey etc. considered as
needed from the Contractor to complete his site knowledge and realising a design
ensuring the stability of the breakwater at all times and in every part.
11.2 Proposed temporary works, to ensure short-term stability of the structure during the
construction period.
11.3 Enabling works required to carry out the works
11.4 Proposed method statement for production of concrete armour units including:
Location and size of pre-casting yard and storage area
Location of batching plant (source of concrete)
Formwork details
Concrete placing
Curing
Handling, stacking and transporting the units
Proposed plant and labour resources
Production schedule (including concrete approvals, setting-up yard, production rate
etc.)
11.5 Method statement for quarrying, grading, sorting, stacking, inspection, weighing and
transportation of the rock materials. The Contractor will give his proposal for sampling
and testing rock armour and core stone and for ensuring compliance with the
requirements of this Specification. Details will include, for each Class of Rock Armour
and Core Stone, the sampling rate and size of the sample and will take into account such
factors as the number of quarries or quarry faces, overall quantity of each class, rate of
delivery to Site, method of stockpiling and handling and rate of placing.
11.6 Method statement for handling, stockpiling and disposal of non-compliant rock materials.
11.7 Method statement for Dredging of trench below the breakwater and toe and disposal of
dredged material
11.8 Method statement for the construction of the structure including, but not limited to the
following:
Proposed plant and labour resources
Dredging according to the specified tolerances and disposal of dredged materials
Method of placing the various rock materials within the specified tolerances
Method of placing concrete armour units
Method of recovering the ACCROPODE units in the temporary round head
Method for re-profiling the temporary round head
Sequence of construction
Construction program
Setting out control, inspection and survey procedures
Monitoring of seabed and fill displacements
11.9 Health and Safety considerations
Page 452 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
SCOPE OF WORKS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SOW-4005 Rev. 1
Page 14 of 24

11.10 Communication and navigation equipment for marine spread.
12. Final drawings of layout and sections of Breakwater based on detail engineering indicating
typical sections as detailed characterised by the same armour unit, crest and toe width and level,
etc. at different sections where bathymetric conditions change significantly, such as to modify
configuration of the toe. And for all peculiar points (interaction with heads, interaction with
existing structure) additional sections and detail plan views as sufficient to fully understand the
nature of works.
13. Construction drawings showing construction sequence
14. Dredging drawings
15. As-built drawings and maintenance plan
10.0 BID REQUIREMENTS
Contractor to submit his proposal for detailed and construction engineering, model testing including
hydraulic laboratory references, surveys methodology and equipment, tie up with license holder of
ACCROPODE
TM
units with commitment letter/MOU/agreement along with specifications, proposed
Proof engineer, proposed design centre, key engineering personnel including any sub-consultants and
engineering methodology along with his offer.
In case of consortium bid, the division of scope among the consortium members shall be generally in
commensurate with their past experience.
Contractor shall include details of his proposed deployment of equipment, marine spread and key
personnel including construction methodology for quarrying (including location of proposed
quarries), stockpiling, sorting, fabrication of ACCROPODE
TM
units, testing, transportation,
dredging, placing, surveys and quality control, in his offer.
Contractor shall submit detailed CVs of his key personnel including project manager, engineering
manager, quarry manager, planning engineer, contracts manager, quality & safety engineer and
marine construction manager. Key personnel should have at least 15 years experience in their
respective disciplines.
Contractor shall also submit a list of his major equipment and marine spread proposed to carry out
the work. This should include equipment for quarrying, loading and transportation of materials to
load out dock, batching plants and casting equipment. List of marine spread should include bottom
dumping/side dumping barges, rock and ACCROPODE
TM
units barges, equipment for profiling of
breakwater, crane barges, dredgers, tugs, surveys and diving vessels and other marine spread
required to carry out the works. The details, numbers and capacities of the proposed equipment and
marine spread should be furnished including present location.
Contractor to furnish proof of ownership of proposed key construction equipment/marine spread
(copy of invoice payment/insurance cover/registration with statutory body/ classification
certificate/purchase order). Where major equipment/marine spreads are proposed to be hired, a
MOU/commitment letter from the supplier should also be furnished.
Owner reserves the right to physically check and verify ownership/availability of above
equipment/marine spread at any stage prior to award of work. All equipment/marine spread shall be
in good working/seaworthy condition and the owner reserves the right to check the relevant
seaworthiness/classification certificates.
Contractor will need to establish that his proposed equipment, marine spread, personnel and
methodology are adequate to carry out the works as per specifications, design criteria and stipulated
time schedule for his offer to be acceptable. Contractor will be required to give a presentation
covering details of his engineering, marine spread, equipment, personnel and construction
methodology to the Owner for evaluation of his offer during the bidding stage.
Page 453 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
SCOPE OF WORKS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SOW-4005 Rev. 1
Page 15 of 24

Contractor shall furnish complete details of the proposed qualifying project, along with supporting
documents including location drawings, work order and completion certificates from the owner.
Contractor shall also furnish details of major equipment, marine spread used, as-built layout
drawings, along with site details such as water depth, tidal variation for the proposed qualifying
project.




Page 454 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
SCOPE OF WORKS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SOW-4005 Rev. 1
Page 16 of 24

APPENDIX-1: PROJECT SITE INFORMATION
1. Introduction
Dabhol, is well connected by road and Mumbai is around 350kms from the site through motorable
road & railways. Dabhol site has its own helipad. Facilities are available only for support crafts
within the River Vashisti, that lies to the north of the site.
Refer the breakwater design criteria (Doc. No. 6724-00-12-42-BD-4005) for additional details on the
environmental design conditions.
2. Climate
Climate of the region is tropical and is characterised by heavy monsoon. The region is influenced by
annually recurring seasons of southwest monsoon, post monsoon winter and summer.
3. Rainfall
Yearly mean rainfall 3500 mm
Monthly maximum average 1341 mm
Hourly 300 mm
Rainfall is generally confined to between June and October.
4. Temperature
Average Ambient: 27.4 C
Extreme Dry Bulb: 38.9 C / 10 C
5. Relative Humidity
Average Relative Humidity 60%
6. Winds
The wind conditions are characterised by a SW monsoon season (June to September). Cyclones
occur over the Arabian Sea and the data from the Admiralty Pilot does show nearby cyclone tracks.
During the period from April to September, the winds blow mostly from northwest-southwest sector.
During the rest of the year, winds are from direction between southwest and northwest and
occasionally from the northeast and southeast.

Page 455 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
SCOPE OF WORKS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SOW-4005 Rev. 1
Page 17 of 24

7. Tides
Normal astronomical tide levels and extreme design water levels are as follows:
Table 1-1: Water Levels at Dabhol (m CD)
Denomination Values (m CD)
1: 100 year cyclonic condition 4.10
1:30 year cyclonic condition 3.26
Mean Higher High Water Spring (MHHW) 2.60
Mean Lower High Water - Neap (MLHW) 2.40
Mean Sea Level (MSL) 1.70
Mean Higher Low Water Neap (MHLW) 1.20
Mean Lower Low Water - Spring (MLLW) 0.60
Design low water level 0.20
Lowest Astronomical Tide (LAT) -0.10
8. Waves
During the pre-monsoon and monsoon season (May to August), wave heights (one year return
period) up-to 6m can occur. During the non-monsoon season, wave heights in general are limited to
1.5m. The site is subject to both wind waves and swell.
Operational waves have been assessed by HR Wallingford in their report for the offshore zone in
front of Dabhol shown in Figure 2-5. (HR Wallingford report shall be given to the successful bidder)
The wave height Hs exceeded for a given % in the whole year are shown in the following table
Table 1-2: Operational Offshore Waves

Distribution of these operational waves per direction is given in the following table

Hs (m)
HRW
exceeded
frequency %
5 0,03%
4,5 0,15%
4 0,43%
3,5 2,95%
3 10,20%
2,5 23,50%
2 41,00%
Page 456 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
SCOPE OF WORKS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SOW-4005 Rev. 1
Page 18 of 24

Table 1-3: Wave Height vs. Direction

Distribution of these operational waves per wave period is given in the following table
Table 1-4: Wave Height vs. Period

Most of the relevant waves occur in the summer monsoon months, from May to August. More
details may be found in the HR Wallingford report.
Concerning extreme waves, the following values shall be maintained.

Page 457 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
SCOPE OF WORKS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SOW-4005 Rev. 1
Page 19 of 24

Table 1-5: Extreme Waves

9. Currents
The currents in the area are predominantly tidal with maximum ebb (southward) current of 1.6knots
and maximum flood (northwards) current of 1.2 knots.
Design current shall be = 2 knots.
10. Geotechnical conditions
Local geotechnical is characterised by a surface layer (1 to 6m thick) of very soft, silty clay (to be
dredged under the breakwater) based on a layer of weathered rock or stiff consolidated clay.
More information on geotechnical conditions may be found in Tender drawings.
11. Earthquake
The marine terminal is located in Zone IV according to the Indian Earthquake Code IS 1893.
12. Use of the Site Information
The climatic and oceanographic conditions described above (sections) are for general information
only. Bidders are advised to get familiarise themselves with the prevalent environmental conditions.



Tr years Hs (m) Tp (s)
1 5,4 10,5
10 6,5 12,4
100 7,6 15,6
Tr years Hs (m) Tp (s)
100 8 16,0
ENRON Scope Book 1998
at -14m CD
BESIX Design Wave 1999
at the breakwater
Page 458 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
SCOPE OF WORKS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SOW-4005 Rev. 1
Page 20 of 24

APPENDIX-2: PROJECT SITE FIGURES



Figure 2-1: Dabhol Site - General Location A
Page 459 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
SCOPE OF WORKS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SOW-4005 Rev. 1
Page 21 of 24


Figure 2-2: Dabhol Site General Location B








Dabhol
Page 460 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
SCOPE OF WORKS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SOW-4005 Rev. 1
Page 22 of 24



Figure 2-3: Dabhol Layout of the ENRON Project (1998) and Large Scale Bathymetry



Dabhol
Page 461 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
SCOPE OF WORKS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SOW-4005 Rev. 1
Page 23 of 24






Figure 2-4: Dabhol Present State of the Breakwater Construction (EGS, 2013)







Page 462 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
SCOPE OF WORKS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SOW-4005 Rev. 1
Page 24 of 24









Figure 2-5: Zone for the HRW Offshore Waves







Page 463 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
DESIGN CRITERIA
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-BD-4005 Rev. 0
Page 1 of 25






DESIGN CRITERIA
FOR COMPLETION OF BREAKWATER




PROJECT : COMPLETION OF BALANCE WORKS OF BREAKWATER
OWNER : RATNAGIRI GAS & POWER PVT. LTD. (RGPPL)
OWNERS
ENGINEER
: GAS AUTHORITY OF INDIA LTD. (GAIL)
JOB NO. : 6724






0 17.07.2013 Issued for Tender
SG CS BVK
Rev.
No
Date Purpose
Prepared
by
Reviewed
by
Approved
by
Page 464 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
DESIGN CRITERIA
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-BD-4005 Rev. 0
Page 2 of 25

TABLE OF CONTENTS
1.0 BREAKWATER DESIGN CRITERIA ................................................................................................ 4
1.1 Scope/General ................................................................................................................................... 4
1.2 Proof Consultant ............................................................................................................................... 4
1.3 Applicable Codes .............................................................................................................................. 4
1.4 Structural Form of the Breakwater .................................................................................................... 4
1.5 Environmental Conditions ................................................................................................................ 5
1.6 Operational condition ........................................................................................................................ 6
1.7 Design condition ............................................................................................................................... 6
1.7 Overload condition ............................................................................................................................ 7
1.9 Design criteria ................................................................................................................................... 7
1.9.1 Armor stability .............................................................................................................................. 7
1.9.2 Toe stability .................................................................................................................................. 7
1.9.3 Crest and Rear slope stability ....................................................................................................... 8
1.9.4 Filter rules ..................................................................................................................................... 8
1.9.5 Geotechnical Stability ................................................................................................................... 9
1.10 Physical model tests criteria .............................................................................................................. 9
1.10.1 Armour stability ....................................................................................................................... 9
1.10.2 Toe stability .............................................................................................................................. 9
1.10.3 Rear slope stability ................................................................................................................. 10
1.10.4 Overtopping ............................................................................................................................ 10
2.0 DESIGN PHASES............................................................................................................................... 10
2.1 Basic Design of Tender sections ..................................................................................................... 10
2.1.1 Introduction ................................................................................................................................. 10
2.1.2 Crest ............................................................................................................................................ 10
2.1.3 Armour ........................................................................................................................................ 10
2.1.4 Toe .............................................................................................................................................. 12
2.1.5 Crest and Rear slope ................................................................................................................... 13
2.1.6 Under-layer ................................................................................................................................. 14
2.1.7 Core material .............................................................................................................................. 14
2.1.8 Slope sliding stability ................................................................................................................. 14
2.2 Contractor basic design ................................................................................................................... 17
2.3 Surveys ............................................................................................................................................ 17
2.4 Physical Model tests ........................................................................................................................ 17
2.5 Detailed design ................................................................................................................................ 17
3.0 PHYSICAL MODEL TESTING OF BREAKWATER ...................................................................... 18
3.1 General ............................................................................................................................................ 18
3.2 2D Wave Flume Tests ..................................................................................................................... 19
3.2.1 Model construction ..................................................................................................................... 19
3.2.2 Model tests .................................................................................................................................. 19
3.2.3 Reporting .................................................................................................................................... 20
3.3 3D Wave Basin Tests ...................................................................................................................... 20
3.3.1 Objectives and model.................................................................................................................. 20
3.3.2 Test Conditions ........................................................................................................................... 21
3.3.3 Reporting .................................................................................................................................... 22
4.0 SURVEYS ........................................................................................................................................... 22
4.1 Bathymetric survey ......................................................................................................................... 22
4.2 Complementary survey of the bottom close to the rocks placed by BESIX ................................... 23
4.3 Surveys to assess the conditions of the ACCROPODE units on the land ................................... 23
4.4 Surveys of the underwater state of the ACCROPODE armour already built .............................. 23
4.4.1 Echoscope survey ....................................................................................................................... 23
4.4.2 Divers survey ............................................................................................................................. 24



Page 465 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
DESIGN CRITERIA
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-BD-4005 Rev. 0
Page 3 of 25

LIST OF TABLES


Table 1: Water Levels at Dabhol (m CD) ...........................................................................................................5
Table 2: Design Current at Dabhol .....................................................................................................................5
Table 3: Extreme Waves at Dabhol ....................................................................................................................6
Table 4: Armour Stability Calculations for the Tender Sections ......................................................................12
Table 5: Concrete Consumption and Number of Units ....................................................................................12
Table 6: Toe Stability Calculations for the Tender Sections 1-3 t berm ..........................................................13
Table 7: Toe Stability Calculations for the Tender Sections 3-8 t toe berm .....................................................13
Table 8: Breakwater Material Geotechnical Parameters ..................................................................................14
Table 9: Test series for the 2D Model ..............................................................................................................20
Table 10: Test Series for the 3D Model ............................................................................................................22


LIST OF FIGURES

Figure 1: Tender Typical Section: Trunk .........................................................................................................11
Figure 2: Tender Typical Section : Roundhead ................................................................................................11
Figure 3: Detail of the toe berm ........................................................................................................................11
Figure 4: Geotechnical Stability - Results Obtained with TALREN for a Flat Bedrock ..................................15
Figure 5: Geotechnical Stability - Results Obtained with TALREN for Bedrock with a 10% Slope ..............16
Figure 6: Zones to be Surveyed During Construction ......................................................................................23
Figure 7: 3D Quality of Image for 3D Sonar of the Underwater Armour ........................................................24








Page 466 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
DESIGN CRITERIA
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-BD-4005 Rev. 0
Page 4 of 25

1.0 BREAKWATER DESIGN CRITERIA
1.1 Scope/General
According to Scope of works (6724-00-12-42-SOW-4005) detailed engineering, complementary
survey and model testing of the breakwater, are to be done by Contractor before construction.
The Contractor shall also be responsible for the detailed engineering and design of the balance part
of breakwater to be constructed along with the interface between new works and the existing works.
The work is to be carried out as per the criteria furnished in this document. (Also refer clause 7.1 of
document no. 6724-00-12-42-SOW-4005, Scope of Works for Completion of Breakwater)
Design basis described herein includes minimum requirement for design of breakwater at RGPPL
LNG Terminal Dabhol. It also includes the basic engineering carried out by company to prepare
tender drawings.
Contractor shall submit design calculations, design parameters, survey results, drawings, model
testing results and construction procedures to the Engineer-In-Charge for review and approval.
1.2 Proof Consultant
A qualified Proof Consultant, acceptable to the Maharashtra Maritime Board Competent Authority
shall be appointed by the Contractor to certify the final Engineering Design documents at the
Contractor's cost.
1.3 Applicable Codes
The breakwater shall be designed as per
BS 6349 Part 7 (UK),
CIRIA/CUR/CETMEF The Rock Manual, 2007 (EU)
Coastal Engineering Manual, 2003 (US Army Corps of Engineers)
Overtopping manual 2008 EUROTOP (EU)
1.4 Structural Form of the Breakwater
The breakwater shall be a rubble mound breakwater built on the hard layer after removing the
surface layer of soft clay.
Tender drawings indicating the tender breakwater layout and cross sections of breakwater are
enclosed in the tender. Some modifications may be allowed to these sections for the completion
portion of the breakwater, provided that they are justified by design calculations and validated by
model tests.
However, the following elements cannot be changed in any possible alternatives:
The breakwater is envisaged to be a rubble mound structure with primary armour made by
patented concrete armouring blocks ACCROPODE
TM
. Concrete armour blocks
ACCROPODE
TM
shall have sizes of 9m
3
for the trunk and 12m
3
for the roundhead, as these
were used earlier on the existing part of the breakwater.
The length of breakwater shall be 2300m from each of the two centres of the roundheads,
The crest level in the new part (after all settlements) shall be = +7.0m Chart Datum,
The crest width shall be = 7.3m in the trunk section (R= 13.5 m in the roundheads).
Page 467 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
DESIGN CRITERIA
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-BD-4005 Rev. 0
Page 5 of 25

Suitable secondary armour will also be required as underlayer and toe, and it is anticipated that this
can be rocks or some form of concrete unit.
1.5 Environmental Conditions
Seabed slope in front of the breakwater is essentially flat. More details shall be obtained for the
contractor design from the analysis of the most recent Nautical Charts and the initial bathymetry.
Water depth in front of the breakwater is around -12m CD, and may be obtained by the EGS Survey
Report (EGS/P14413/RGPPL/Dab/081) attached with the tender. It has to be considered for physical
modelling that dredging down to the hard layer is envisaged in the design criteria (thickness of the
surface soft layer may be obtained from the EGS Report as well).
So, geotechnical conditions of the breakwater basis will be those of the hard layer (weathered rock or
consolidated clay) below the soft surface layer. Characteristics of this hard layer are found in the
GEOSTAR Report (GSIPL_J031_21_FINREP) attached with tender.
Water levels, tidal fluctuations, waves and currents at the seaward face of the breakwater are
furnished as follows.
Table 1: Water Levels at Dabhol (m CD)
Denomination Values (m CD)
1: 100 year cyclonic condition 4.10
1:30 year cyclonic condition 3.26
Mean Higher High Water Spring (MHHW) 2.60
Mean Lower High Water - Neap (MLHW) 2.40
Mean Sea Level (MSL) 1.70
Mean Higher Low Water Neap (MHLW) 1.20
Mean Lower Low Water - Spring (MLLW) 0.60
Design low water level 0.20
Lowest Astronomical Tide (LAT) -0.10
Table 2: Design Current at Dabhol
Denomination
Speed
(knots)
Directions
Maximum for Structural Design 2.0 To NW/SE

Page 468 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
DESIGN CRITERIA
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-BD-4005 Rev. 0
Page 6 of 25

Table 3: Extreme Waves at Dabhol

1.6 Operational condition
Operational yearly wave conditions for overtopping assessment will be:
H
s
= 5.40m;
T
p
= 10.5 sec;
Water levels = +2.60m CD.
Overtopping will be assessed in the contractor design only for information: no specific criteria are
imposed.
1.7 Design condition
The breakwater will be designed to be stable for the following one hundred year return period
conditions in front of the works:
H
s
=
o High level = 7.60m in calculations and = 8.00m in physical models
o Low level = 6.80 m (maximum Hs value obtained in SOGREAH physical model
of 1999 for this level. Note that this value corresponds to ~ 0.56 x Water depth,
which is in accordance to the indications of the literature).
T
p
= 16.0 sec;
T
z
= 12.0 sec;
T
s
= 11.4 sec;
Water levels=
o +4.10m CD high level and
o +0.20 m CD low level.
Tr years Hs (m) Tp(s)
1 5,4 10,5
10 6,5 12,4
Tr years Hs (m) Tp(s)
Design Waves
ENRON Scope Book 1998, at -14m
BESIX 1999, for Physical Models
at the breakwater, high level
at the breakwater, low level
15,6
100 8 16
max 6,8 16
Design wave for
calculations
Design wave for
physical models
Design wave low water
for calculations
100 7,6
max
as obtained, starting
from Hs=8m at the
wave maker
16
Design wave low water
for physical models
Page 469 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
DESIGN CRITERIA
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-BD-4005 Rev. 0
Page 7 of 25

1.7 Overload condition
According to British Standards (BS 6349-7), it is required to test in physical model the breakwater
stability under an overload condition in order to check the safety margin.
H
s
= 8.80m;
T
p
= 16 sec;
T
z
= 12 sec;
T
s
= 11.4 sec;
Water levels = +4.10 m CD and +0.2 m CD.
1.9 Design criteria
The structure will be designed in accordance with the recommendations of the guidelines mentioned
in 1.3 and taken into consideration the design and operational conditions provided in 1.6 and 1.7.
The following paragraphs furnish detailing formulae and criteria to be considered for design of all
the elements of breakwater.
1.9.1 Armor stability
The Hudson formula to be used for armours and the corresponding recommendations on parameters
are shown here after.
..Eq. 1.9.1
With:
V: volume of the armor unit;
H
s
: is the statistical significant wave height H
1/3
;
The K
D
is the stability coefficient which depends on the type of structure (curve of trunk
section) and wave attack on the structure. For gentle seabed slopes the K
D
values for
ACCROPODE units are the following :
o At trunk part of breakwater: K
D
= 15;
o At head of breakwater K
D
= 10.5 (70 % of the value of the trunk part);
: Armor slope: 3/2 (3 horizontal and 2 vertical)
: Relative buoyant density =
s
/
w
-1;

s
: Concrete density, assumed = 2.40 tons/m
3
(minimum value for ACCROPODE units
according to the CLI recommendations);

w
: Water density, assumed = 1.025 tons/m
3
.
1.9.2 Toe stability
The empirical formula to be used to design the toe is the Van Der Meer formula described here
below:
..Eq. 1.9.2
With:
H
s
: is the statistical significant wave height at low level (critical for the toe) H
1/3
;
: Relative buoyant density =
s
/
w
-1;
Page 470 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
DESIGN CRITERIA
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-BD-4005 Rev. 0
Page 8 of 25

D
n50
: Equivalent cube size D
n50
=(M
50
/
s
);
M
50
: Mass of rock for which 50 % of rocks are lighter;

s
: Rock density ;

w
: Water density ;
h
t
: water depth above toe;
h: water depth in front of the structure;
N
od
: Damage number, number of displaced rocks per width Dn. The usual values, for a
standard toe are the following:
o N
od
= 0.5 start of damage;
o N
od
= 2.0 some flattening;
o N
od
= 4.0 complete flattening.
The criteria to be considered (defined considering the stability of the rocks of the tender sections in
the physical model tests) are the following:
For the rocks of the berm
o Start of damage may be associated to yearly conditions
o some limited flattening can be accepted for 100 tears conditions. The basic design
will be carried out with N
od
= 2.0 and 100 years conditions for low water
1.9.3 Crest and Rear slope stability
Taking into consideration the large overtopping rates occurring above the structure the crest and rear
slope will be protected with the same armour unit volumes than the front slope.
The rear slope (and crest) stability depends on the overtopping rates in extreme conditions. Thus, the
stability of the crest of rear slope will be tested during physical model tests.
1.9.4 Filter rules
The under-layer should offer an efficient support for the armour layer and prevent the transport of
fine material of the core.
.........................................................................................................Eq 1.9.3

The under-layers as support of the ACCROPODE armour layer have been defined in accordance
with the CLI recommendations and fulfil the standards for underlayer (the lower value 10 admits
some margins)
The core material granulometry should be defined in order to limit fine material, and to fulfil the
filter rules given in the standards:
.........................................................................................................Eq 1.9.4

..........................................................................................................Eq 1.9.5

5
int 85
15
D
D
ext
60 5
int 50
50
D
D
ext
15 10
50
50
arm
main
und
W
W
5
int 85
15
D
D
ext
60 5
int 50
50
D
D
ext
Page 471 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
DESIGN CRITERIA
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-BD-4005 Rev. 0
Page 9 of 25

1.9.5 Geotechnical Stability
The compressible seabed soil beneath the breakwater shall be removed by dredging to weathered
bedrock or (if this level is not met beforehand
1
) up to -17m CD to minimize settlement of the
breakwater structure and to avoid geotechnical sliding with circles passing through the soft layer.
Settlement and geotechnical stability to sliding of the breakwater due to consolidation of the core
material will be assessed in the design report by means of a suitable method.
The initial crest height of the new part will be set such that the calculated crest height after five years
is at least equal to the height specified in 1.4. tolerances.
Checks on geotechnical stability will include earthquake effects (the marine terminal is located in
Zone IV according to the BIS:1893).
The design ground acceleration to be considered is = (1/3) x Z x I x S
= 0.33 x 0.24 x1.5 x 1.0 = 0.12 g
Importance factor, I is considered as 1.5 in this calculation for Important embankments and Soil
factor, S is considered as 1.0 for Zone IV.
Geotechnical stability factor to global sliding will be 1.10 for the design earthquake conditions.
Settlements should construction tolerances.
1.10 Physical model tests criteria
1.10.1 Armour stability
For design wave condition
For ACCROPODE single layer armour units the usual criterion for design wave condition is no
damage. This level of damage can be interpreted as follow during physical modelling:
Limited movements of armour unit;
Limited settlements of the armour;
No extraction of armour units.
For overload wave condition
For overload tests the armour layer should show no extraction of armour units.
1.10.2 Toe stability
Recommendations regarding the ACCROPODE toe or berm distinguish
rocks for berm;
rocks for toe.
For design wave condition

1
According to the EGS survey, the weathered rock upper level is always above the -17 m level

Page 472 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
DESIGN CRITERIA
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-BD-4005 Rev. 0
Page 10 of 25

Criteria to be taken into consideration are the following:
Rocks of the berm: N
od
< 2.0 in calculations and percentage of displaced rocks (or any units)
in physical model < 3%
Rocks of the toe: N
od
< 2.0 in calculations or percentage of displaced rocks (or any units) in
physical model < 5%
For overload wave condition
The berm and toe can be reshaped but the function of sustaining the armour should be maintained (to
be checked during physical modelling)
1.10.3 Rear slope stability
The same recommendations as for the front armour and berm should be considered so:
Rocks of the rear side berm: percentage of displaced rocks (or any units) in physical model <
3% in 100 years conditions
ACCROPODE armour units of the rear side = no damage in 100 years conditions, namely:
o Limited movements of armour unit;
o Limited settlements of the armour;
o No extraction of armour units.
ACCROPODE armour units in overload = no extraction of armour units.
1.10.4 Overtopping
The damage in rear slope being observed directly during tests, it is not necessary to measure
overtopping rate (it is just important to check that damages on the crest/rear side remain within the
limits of 1.10.3).
The wave disturbance will be measured in model tests: however, no criteria are assigned for this
parameter.
2.0 DESIGN PHASES
2.1 Basic Design of Tender sections
2.1.1 Introduction
This tender basic design is performed in order to provide an example to the contractor. It includes
information obtained from the physical model tests previously carried out in 1999.
2.1.2 Crest
The crest is already defined and information is provided here below:
The crest level in the new part (after all settlements) shall be = +7.0m Chart Datum,
The crest width shall be = 7.3m in the trunk section (R= 13.5 m in the roundheads).
2.1.3 Armour
According to formulation provided in paragraph 1.9.1 the following armour unit volumes the same
as in the BESIX design and SOGREAH previous model tests - are verified for the design condition:
In trunk part equal to 9.0 m
3
ACCROPODE armour unit;
Page 473 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
DESIGN CRITERIA
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-BD-4005 Rev. 0
Page 11 of 25

In roundhead equal to 12.0 m
3
ACCROPODE armour unit.
In calculation the minimum concrete density of 2.40 t/m
3
density was considered (concrete density of
at least 2.40 tons/m3 is specified by CLI for ACCROPODE units).
Tender typical sections are given in the following figures. Calculations for the tender sections are
supplied in the following Table 4.

Figure 1: Tender Typical Section: Trunk


Figure 2: Tender Typical Section : Roundhead

Figure 3: Detail of the toe berm

Page 474 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
DESIGN CRITERIA
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-BD-4005 Rev. 0
Page 12 of 25

Table 4: Armour Stability Calculations for the Tender Sections

The following table shows information regarding the armour layers:
Table 5: Concrete Consumption and Number of Units
Unit description Thickness (m)
Concrete
consumption
(m
3
/m
2
)
Number of unit
(u/m)
ACCROPODE 9.0 m
3
2.63 1.322 0.1469
ACCROPODE 12.0 m
3
2.95 1.445 0.1204
2.1.4 Toe
A rocks category of 1.5 3.0 t is employed in the tender sections for berm and underlayer.
A rock category of 3-8 t (complementary in the lower size) is envisaged for a toe berm in front of the
armour berm on the sea side and at the roundheads.
Calculations for the tender sections are supplied in the following Table.
The calculations are carried out taking into consideration a minimum rock density of 2.60 t/m for the
lower category and 2.65 t/m for the bigger rocks of the toe berm.
The contractor shall use the real minimum density obtained in the rocks of the selected quarry.

Parameter Unit
Accropode
trunk
Accropode
roundhead
Water densi ty Tons/m3 1,025 1,025
Concrete or rock densi ty Tons/m3 2,40 2,40
Steepness h/v - 1,50 1,50
KD - 15,0 10,5
Desi gn wave Hs (m) m 7,60 7,60
Needed Volume m3 8,1 11,5
Needed Weigth Tons 19,4 27,7
Note : results in red
Selected Volume Trunk = 9 m3 OK
Selected Volume Roundhead = 12 m3 OK

Dabhol - Main Armour Stability
Page 475 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
DESIGN CRITERIA
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-BD-4005 Rev. 0
Page 13 of 25

Table 6: Toe Stability Calculations for the Tender Sections 1-3 t berm

Table 7: Toe Stability Calculations for the Tender Sections 3-8 t toe berm

2.1.5 Crest and Rear slope
Taking into consideration the large overtopping rates occurring above the structure the crest and rear
slope will be protected with the same armour unit volumes than the front slope.
For the tender sections, the stability of the rear side rocks has been verified in physical model: the
same shall be done form the contractor for his design sections.
Seabed l evel z (m CD) -12,00
Toe l evel z
toe
(m CD) -8,30
Water l evel LWL (m CD) 0,20
Toe rock densi ty
s
(kg/m3) 2600
Water densi ty
w
(kg/m3) 1025
Si gni fi cant wave hei ght H
s
(m) 6,80
Water depth h (m) 12,20
Water depth over toe h
t
(m) 8,50
Damage parameter N
OD
(-) 2,00
Rel ati ve densi ty of armour D (-) 1,54
Nominal median stone diameter D
n50
(m) 0,92
50% toe rock mass M
50
(tons) 2,02
Note : Results in red
Selected rock layer
Selected 50% rock mass (tons) OK
Dabhol Breakwater - Toe stability 1/100 years conditions
1.5-3 tons
2,25
Seabed l evel z (m CD) -12,00
Toe l evel z
toe
(m CD) -6,10
Water l evel LWL (m CD) 0,20
Toe rock densi ty
s
(kg/m3) 2650
Water densi ty
w
(kg/m3) 1025
Si gni fi cant wave hei ght H
s
(m) 6,80
Water depth h (m) 12,20
Water depth over toe h
t
(m) 6,30
Damage parameter N
OD
(-) 2,00
Rel ati ve densi ty of armour D (-) 1,59
Nominal median stone diameter D
n50
(m) 1,27
50% toe rock mass M
50
(tons) 5,44
Note : Results in red
Selected rock layer
Selected 50% rock mass (tons) OK
Dabhol Breakwater - Toe stability 1/100 years conditions
4-8 tons
5,5
Page 476 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
DESIGN CRITERIA
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-BD-4005 Rev. 0
Page 14 of 25

2.1.6 Under-layer
The underlayer rock categories under the ACCROPODE armour units are defined in accordance
with the CLI recommendations.
The rocks category used supporting the armour layer is 1.5 3.0 tons (average weight = 2.25 tons).
This category fulfils the requirements of Eq
n
1.9.3 of paragraph 1.9.4, since
W
50
main armour trunk = 21.6 tons
W
50
main armour roundhead = 28.8 tons
W
50
underlayer = 2.25 tons
o = 1/12.8 of W
50
main armour roundhead
o = of 1/9.6 of W
50
main armour trunk
2.1.7 Core material
A quarry run of 5 to 1000 kg shall be considered for the breakwater.
The contractor has to supply granulometric curves of the core, as well as of the underlayer, and to
demonstrate that these curves fulfil the rules of Eq
n
1.9.4 and 1.9.5 of 1.9.4.
2.1.8 Slope sliding stability
The model
The sliding stability of these two sections is checked with the software TALREN. TALREN was
developed and is distributed by the specialist geotechnical consultant TERRASOL (France), and
represents the following physical phenomena:
Investigation of the most critical slip plane;
Circular slip, plane slip, logarithmic spirals;
Calculations using the Bishop or Fellenius method, failure calculations (logarithmic spirals);
Automatic or manual investigation of slip circles;
Approach to partial or full coefficients;
Consideration of seismic forces (pseudo-static method).
Input data
The sliding stability is checked on two theoretical and critical sections:
1. One with an horizontal bedrock at -17 m CM;
2. One with 10% inclined bedrock and an elevation at -17 m CM at the front toe.
The material characteristics considered for calculation are provided in the following table:
Table 8: Breakwater Material Geotechnical Parameters
Material / Soil
d
(kN/m
3
)
sat
(kN/m
3
) C (kPa) ()
Bedrock* - 26 10 40
Carry-run 17 21 0 40
Rocks 16 20 0 45
ACCROPODE Unit 12 17 15 45
Page 477 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
DESIGN CRITERIA
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-BD-4005 Rev. 0
Page 15 of 25

*bedrock includes very stiff, greyish, Clay with gravel and moderately weathered, greyish
black, amygdaloidal BASALT.
These material characteristics should be more deeply studied by the contractor at a detailed stage of
the design: definitive values to be employed shall be justified by specific analyses.
Seismic conditions taken into consideration for this basic design are the following:
Horizontal coefficient: 0.12 g
Vertical coefficient (2/3 of horizontal coefficient): 0.08 g
With: g gravitational acceleration m/s.
These coefficients are based on the Indian codes and should be checked and validated (or modified if
needed) in detail by the contractor in his detailed design.
Results
For the two critical sections the results are shown in the following figures.
The safety coefficient obtained is practically the same and ~ 1.10 (so, fulfilling criteria, but without
margins) since the critical circles are within the breakwater and not in the seabed (bedrock) thus they
are not dependent of the seabed configuration.
The calculations being performed with very critical sections (in the reality, the bottom of the hard
material where the breakwater will be placed is quite flat and less deep than -17m CD) the result are
considered acceptable.

Figure 4: Geotechnical Stability - Results Obtained with TALREN for a Flat Bedrock
Page 478 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
DESIGN CRITERIA
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-BD-4005 Rev. 0
Page 16 of 25


Figure 5: Geotechnical Stability - Results Obtained with TALREN for Bedrock with a 10% Slope
At detailed design stage it is required to the contractor to test other configurations, notably
considering the rear slope stability and a difference between water levels in front side and rear side.
Page 479 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
DESIGN CRITERIA
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-BD-4005 Rev. 0
Page 17 of 25

2.2 Contractor basic design
The contractor shall review the basic design and endorse the responsibility for it.
He may also define, if wished, alternative design (provided that the requirements of 1.4 are
fulfilled).
Should the Contractor wish to propose an alternative design even with minor modifications he
shall first prepare basic engineering designs of the breakwater sections for testing, based on the
design conditions and design criteria of this document
The basic design study will include:
Verification of hydraulic stability of the armour and the toe,
Verification of filter criteria,
Overtopping assessment,
Design of the underlayers and core layers, according to filter criteria,
Geotechnical stability (foundations, slope stability and settlements).
The result will be a design of (possibly) revised typical sections of the breakwater, to be tested in the
physical model. These sections shall be approved by the Client before testing.
A report containing typical section, layout plan, review of design principles and conditions,
calculation note and justification of the selected sections will be delivered for the Basic Design.
2.3 Surveys
The surveys indicated in 4.0 will be done during the desk study and physical model phases. Results
shall be available for the start of the detailed design.
2.4 Physical Model tests
Physical model tests should be done according to the specifications of 3.0
2.5 Detailed design
Detailed designs of all the components of the breakwater will be prepared once the Basic design, the
results of all the surveys and the 2D and 3D modelling reports are approved by the Engineer-In-
Charge.
The aim of the final detailed design is to establish, through stability and geotechnical calculations
and by using results of physical model tests - and taking into account of the Contractor working
preferred methodology - final sections, and in this way to provide the basis for the construction.
The armour and scour protection must be designed in order to include a reasonable safety margin
without being unduly oversized.
If required the design of the breakwater armour and scour protection may be adjusted based on the
results of the model testing. The final adopted design must comply with the design criteria specified
herein and be submitted to the Engineer-In-Charge for approval.
Detailed design shall include:
All aspects of the breakwater, armour, toe, underlayers, core, and apron except what
excluded in a specific way here below for all the trunk sections and the heads.
Page 480 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
DESIGN CRITERIA
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-BD-4005 Rev. 0
Page 18 of 25

Dredging of trench below the breakwater and toe and disposal of dredged material,
Indication and characteristics of the navigational aids needed for marine works
On the other side, final design does not include
Temporary works,
Placing drawings of the ACCROPODE units, which have to be prepared under a separate
contract of technical assistance with the license holder CLI.
Updated construction material characteristics and design parameters (also coming from model tests
and surveys), construction phases and detailed schedule will be incorporated in this design stage.
The Detailed Design documentation shall contain:
Brief descriptions of the design elements,
Engineering designs of all elements,
Summary of results of 2D and 3D model tests and impact on the design,
Summary of the survey results and impact on the design (including the discussion on the
existing armour integrity, on the basis of the Echoscope and divers survey)
Calculation notes (armour design and transitions, geotechnical stability, stability and design
of the crest structure),
Revised and detailed Bill of quantities,
Detailed Design Drawings:
o Layout and sections of breakwaters,
All different typical sections,
Within a typical section (characterised by the same armour unit, crest and toe
width and level,) different sections where bathymetric conditions change
significantly, such as to modify configuration of the toe,
For all peculiar point (interaction with heads, interaction with existing structure)
additional sections and detail plan views as sufficient to fully understand the
nature of works,
o Dredging drawings.
Further details on construction specifications concerning materials and placement methods
of the designed elements,
3.0 PHYSICAL MODEL TESTING OF BREAKWATER
3.1 General
Physical model testing of the Breakwater is required in any case (even in absence of modifications to
the tender design) to establish the following:
Confirm the stability of all the parts of the structure under wave loading, according to the
design criteria
Measure the wave disturbance seawards and landwards of the breakwater and
Assess that wave overtopping is not such to damage the rear side.
Two phases are required:
2D model to finalise the design section
3D model to test one roundhead and a part of the trunk under the attack of waves comprising
the oblique ones
Page 481 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
DESIGN CRITERIA
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-BD-4005 Rev. 0
Page 19 of 25

A delegation of the Engineer-in-charge and his back-up consultant will assist to the crucial phases of
the tests.
3.2 2D Wave Flume Tests
3.2.1 Model construction
The physical model will be built in a hydraulic laboratory of international reputation at a scale of
1:40 to 1: 50 in a flume at least 30m long, equipped with an irregular wave generator adequate to
reproduce random waves according to prefixed spectra and with an Active Wave Absorption (AWA)
technology.
A Jonswap spectrum with = 3.3 will be used, as in the previous SOGREAH model tests.
As ACCROPODE
TM
are used, the hydraulic laboratory shall have from CLI the approval of the
ACCROPODE
TM
license, receive from him certified model units and receive from him the assistance
for a correct placing of the units (note that updated placing grid is different than that in use at the
time of construction of the first portion of the breakwater).
The flume will have a glass viewing facility for viewing of the structures behaviour.
The various components of the armour and of the under-layers will be represented to the appropriate
scales according to the Froude similitude. Model bathymetry will correspond
At the breakwater, to the deepest sea level surveyed in front of the breakwater by the most
recent bathymetric survey (taking into account of the dredged trench as in the Tender
Drawings),
a slope corresponding to that of the local bathymetry of the more recent Marine Chart of the
area.
3.2.2 Model tests
Testing will start on the initially proposed breakwater section (that defined in the Contractor Basic
Design). On the basis of the results of the first series of tests, this solution may be modified, in order
to improve its performance, but without modifying the elements described in . 1.4.
Each test shall be 6 hours (prototype time) duration, unless no damage has occurred at all after 3
hours, or permissible damage is obviously exceeded.
Measurements and observations on the model will include:
o Wave disturbance seawards and landwards of the structure and
o Stability of various parts of the structures, such as the main armour, toe mound and
crest of the breakwater,
o Continuous rocking of the main armour units
o % of overtopping waves
Test series will be the following one. Note that waves of conditions 6 and 7 will break before hitting
the breakwater, so the target values 8 and 8.8m for Hs in front of the breakwater are likely not to be
achieved.

Page 482 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
DESIGN CRITERIA
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-BD-4005 Rev. 0
Page 20 of 25

Table 9: Test series for the 2D Model

This test series will be repeated for all the sections, up to when a satisfactory design section is
achieved. It is considered that
A series on the initial desk study section and
A series on an improved section
should be adequate for the project needs, considering all the information already available.
When the tests on the final section are achieved, tests on construction tests protected only by
underlayer will be done for contractor information concerning wave limits for construction.
For this section, the ACCROPODE
TM
will be removed and an additional series of tests will be
performed with mean sea level, wave period T
p
= 12s (corresponding to the most frequent
operational waves) and increasing wave height H
s
from 3m by steps of 1m until failure of the under
layer.
3.2.3 Reporting
An inception report will be submitted prior to commencement of model testing. This report will
describe the model facilities and give details of scaling calculations, measurement and recording
procedures and other details of methodology.
Appropriate interim reports will be supplied during the testing and a final report will be supplied at
the end of the study, with the most relevant results and the engineering comments. Coloured
photographs and high-speed video recordings will also be supplied.
3.3 3D Wave Basin Tests
3.3.1 Objectives and model
The aims of the 3D tests are:
n
% of 100 years Hs (m) Tp (s)
WL
1 60% 4,8 16 +4.1 m CD
2 80% 6,4 16 +4.1 m CD
3 100% 8 16 +4.1 m CD
4 110% 8,8 16 +4.1 m CD
5 80% 6,4 16 +0.2 m CD
6 100%
8 at the wave
maker
16 +0.2 m CD
7 Max
8,8 at the
wave maker
16 +0.2 m CD
Low level
Design, Model Tests 2013, 2D
i n front of the BKW
Page 483 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
DESIGN CRITERIA
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-BD-4005 Rev. 0
Page 21 of 25

To determine the stability of the primary armour and underlayer/toe on the Southern
roundhead (the new one) of the breakwater, and along a part of the trunk, including also
oblique waves attack;
To confirm in this way the final breakwater design for construction.
The model testing is to be carried out in a suitable wave tank equipped with a random wave maker
generator. The structure will be constructed at a scale between 1: 60 and 1: 70
The various components of the armouring and of the sub-layers will be represented to the appropriate
scale according to the Froude similitude
The model will represent at least 250 meters of trunk section and the entire Southern roundhead of
the breakwater, with the surveyed bathymetry in this area and the slope in front of the area as defined
according to
the deepest sea level surveyed in front of the breakwater by the most recent bathymetric
survey (taking into account of the dredged trench as in the Tender Drawings),
the more recent Marine Chart.
3.3.2 Test Conditions
The test will be carried using a Jonswap spectrum with = 3.3, and with reference to the design
criteria.
Testing will start on the breakwater configuration defined in the 2D tests. On the basis of the results
of the first series of tests, this solution may be improved if needed - but without modifying the
elements described in . 1.4.
Each test shall be 6 hours (prototype time) duration, unless no damage has occurred at all after 3
hours, or permissible damage is obviously exceeded. Measurements and observations on the model
will include:
o Wave disturbance seawards and landwards of the structure in at least five points and
o Stability of various parts of the structures, such as the main armour, toe mound and
crest of the breakwater
o Continuous rocking of the main armour units
o % of overtopping waves
The tests will reproduce the following hydraulic conditions (incident waves). The directions from
225N (frontal) and 255N (oblique) have been defined since they are by far the most severe ones in
the HR WALLINGFORD Study.
Note that waves of conditions 3b, 4b, 7b and 8b will break before hitting the breakwater, so the
target values 8 and 8.8m for H
s
in front of the breakwater are likely not to be achieved.





Page 484 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
DESIGN CRITERIA
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-BD-4005 Rev. 0
Page 22 of 25

Table 10: Test Series for the 3D Model

If the first configuration tested should be improved, the whole test series will be repeated for the
improved configuration
3.3.3 Reporting
An inception report will be submitted prior to commencement of model testing. This report will
describe the model facilities and give details of scaling calculations, measurement and recording
procedures and other details of methodology.
Appropriate interim reports will be supplied during the testing and a final report will be supplied at
the end of the study, with the most relevant results and the engineering comments. Coloured
photographs and high-speed video recordings will also be supplied.
Upon completion of the model testing, three copies (both hard & soft) of the test Final Report
(including both the 2D and 3D model tests) comprising test results, drawings, observations about
hydraulic stability of the ACCROPODE
TM
armour and overtopping, colour photographs, video
recordings and design indications coming from the tests and useful for defining the final sections will
be submitted to the Engineer-In-Charge for approval.
4.0 SURVEYS
4.1 Bathymetric survey
A bathymetric survey will be done just before starting the works in the same area of the EGS survey
of early 2013, and will constitute the reference survey for contractual quantity measurements.
n
% of 100 years Hs (m) Tp (s)
WL
1 60% 4,8 16 +4.1 m CD
2a 80% 6,4 16 +4.1 m CD
2b 80% 6,4 16 +0.2 m CD
3a 100% 8 16 +4.1 m CD
3b 100%
8 at the wave
maker
16 +0.2 m CD
4a 110% 8,8 16 +4.1 m CD
4b Max
8,8 at the
wave maker
16 +0.2 m CD
5 60% 4,8 16 +4.1 m CD
6a 80% 6,4 16 +4.1 m CD
6b 80% 6,4 16 +0.2 m CD
7a 100% 8 16 +4.1 m CD
7b 100%
8 at the wave
maker
16 +0.2 m CD
8a 110% 8,8 16 +4.1 m CD
8b Max
8,8 at the
wave maker
16 +0.2 m CD
Design, Model Tests 2013, 3D
i n front of the BKW
225 N
255 N
Page 485 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
DESIGN CRITERIA
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-BD-4005 Rev. 0
Page 23 of 25

Survey will be done according to the requirements of the chapter 7 Surveys of the Construction
Specifications for Completion of Breakwater (6724-00-12-42-SP-4005).
4.2 Complementary survey of the bottom close to the rocks placed by BESIX
Characteristics of the layers are supplied in GEOSTAR Report (GSIPL_J031_21_FINREP), from
which it is evident that the surface layer above the weathered rock is very soft and unsuitable for any
foundation.
Thickness of this surface layer to be removed has been defined before the tender by geophysical
investigations EGS-As Built Survey Report (EGS/P14413/RGPPL/Dab/081)
However, the Contractor shall realise during construction complementary surveys along the
breakwater to become fully confident on the level of the weathered rock, which is the level up to
which surface soft layer shall be removed according to the tender drawings.
In other words, during construction, Contractor shall continuously test the nature of the bottom on
the sides of the breakwater (see figure 6); with the objective to be certain that all new construction
will be done on hard material (ancient core or other construction rock) or on natural weathered rock,
and not on soft materials.

Figure 6: Zones to be Surveyed During Construction
4.3 Surveys to assess the conditions of the ACCROPODE units on the land
This survey will be done according to the Specification for the Inspection of the ACCROPODE
TM

blocs stored at land (8714157R3CGL). Only units fulfilling criteria stated in this document may
be used for the breakwater.
4.4 Surveys of the underwater state of the ACCROPODE armour already built
This survey is prescribed in order
To identify the state of the zone of the berm and to confirm the way how to introduce the
additional toe berm in front of the ACCROPODE armour already built
to validate the integrity of the existing ACCROPODE armour,
and will combine Echoscope survey and survey with divers
4.4.1 Echoscope survey
This survey with shall be performed on the area of the breakwater already built and covered by the 9
and 12m
3
ACCROPODE units.
Page 486 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
DESIGN CRITERIA
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-BD-4005 Rev. 0
Page 24 of 25

The objective is to obtain a clear picture of the underwater integrity and interlocking of the
ACCROPODE units and of the state of the berm, in complement to the survey realised by EGS
before tender.
For this objective, the suitable equipment to be used is a Coda Echoscope 3D sonar (or equivalent,
after demonstration of its capabilities). Over the full length of constructed breakwater and on each
side including the NE roundhead the Echoscope survey will record the current status of the
ACCROPODE armour, the basement and the toe. This survey is extended from the high water
level to the armour toe and the under basement + 5 m.
This survey is to take place at high tide in order to obtain the maximum coverage of the armouring
including the toe.
The survey should obtain an accurate picture of the ACCROPODE armouring including the toe.
The accuracy and the number of recorded points are left to the Contractors appreciation in order to
provide a clear picture.
The following image represents a minimum quality of output that Contractor shall produce.

Figure 7: 3D Quality of Image for 3D Sonar of the Underwater Armour
4.4.2 Divers survey
At the same time of the Echoscope survey a qualitative survey with trained divers shall be done. So,
the survey must be done in a period in which water is clear in order to visually identify the placement
quality.
The divers must be specifically trained on the technique, in order to report properly the quality of
placement. If possible, underwater photos or videos will be provided.
The diver survey shall assess if any roll over breakwater material is lying around and especially to
assess damages to Breakwater, if any. Video recording of the survey has to be submitted.
Page 487 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
DESIGN CRITERIA
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-BD-4005 Rev. 0
Page 25 of 25

The diver survey needs to be carried out around only in the areas where the Breakwater has been
partially completed.

Page 488 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
CONSTRUCTION SPECIFICATIONS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SP-4005 Rev. 0
Page 1 of 34






CONSTRUCTION SPECIFICATIONS
FOR COMPLETION OF BREAKWATER


PROJECT : COMPLETION OF BALANCE WORKS OF BREAKWATER
OWNER : RATNAGIRI GAS & POWER PVT. LTD. (RGPPL)
OWNERS
ENGINEER
: GAS AUTHORITY OF INDIA LTD. (GAIL)
JOB NO. : 6724








0 17.07.2013 Issued for Tender SG CS BVK
Rev.
No
Date Purpose Prepared by
Reviewed
by
Approved
by
Page 489 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
CONSTRUCTION SPECIFICATIONS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SP-4005 Rev. 0
Page 2 of 34

TABLE OF CONTENT
1.0 SCOPE AND GENERAL REQUIREMENTS ...................................................................................... 5
1.1 Scope of the specifications ................................................................................................................ 5
1.2 Explosives ......................................................................................................................................... 5
1.3 Safety Precautions ............................................................................................................................. 5
1.4 Prevention of surface erosion ............................................................................................................ 6
1.5 Enabling Works ................................................................................................................................. 6
2.0 DEFINITIONS AND GENERAL METHODOLOGY ......................................................................... 6
2.1 Definition of Terms ........................................................................................................................... 6
2.2 Method Statements ............................................................................................................................ 7
2.3 General sequence for the breakwater completion ............................................................................. 8
3.0 ROCK MATERIALS ............................................................................................................................ 9
3.1 Physical Properties of Rock Materials .............................................................................................. 9
3.2 Cracks, Laminations .......................................................................................................................... 9
3.3 Length to Thickness Ratio ................................................................................................................ 9
3.4 Grading or Rock Armour Units ......................................................................................................... 9
3.5 Grading of Core Stone ...................................................................................................................... 9
3.6 Quality Control ............................................................................................................................... 10
4.0 ACCROPODE CONCRETE ARMOUR UNITS ............................................................................ 10
4.1 General ............................................................................................................................................ 10
4.2 Concrete .......................................................................................................................................... 12
4.3 Quality Control, units at land .......................................................................................................... 13
4.4 Quality Control, units removed from the provisional roundhead ................................................... 13
4.5 Quality Control, new units .............................................................................................................. 13
5.0 TRANSPORTING AND PLACING OF ROCKS & ARMOUR UNITS ........................................... 14
5.1 Transporting and Depositing Rock Materials ................................................................................. 14
5.2 Placing of Core ................................................................................................................................ 14
5.3 Placing Selected Rock Layers ......................................................................................................... 15
5.4 Damage to Rock Armour Units ....................................................................................................... 16
5.5 Placing Concrete Armour Units ...................................................................................................... 16
5.6 Sequence of Placing ........................................................................................................................ 17
5.7 Grading of Armouring to be maintained ......................................................................................... 17
5.8 Tolerances ....................................................................................................................................... 17
5.9 Possible repair of major damages of the armour of the part already built ...................................... 19
6.0 DREDGING ........................................................................................................................................ 20
6.1 General ............................................................................................................................................ 20
6.2 Site data ........................................................................................................................................... 21
6.3 Dredging Plant and Equipment ....................................................................................................... 21
6.4 Dredging Tolerances ....................................................................................................................... 21
6.5 Side Slopes ...................................................................................................................................... 21
6.6 Measurement and Calculation of Dredging Works ......................................................................... 22
6.7 Disposal of dredged material .......................................................................................................... 22
7.0 SURVEYS ........................................................................................................................................... 22
7.1 General ............................................................................................................................................ 22
7.2 Setting Out ...................................................................................................................................... 23
7.3 Measurement of Oceanographic and Environmental Conditions .................................................... 23
7.4 Survey Charts .................................................................................................................................. 23
7.5 Hydrographic surveys method ........................................................................................................ 24
7.6 Survey Vessel .................................................................................................................................. 24
7.7 Surveys of the underwater ACCROPODE armour ..................................................................... 25
7.8 Bathymetric Surveys prior & during construction .......................................................................... 27
7.9 Underwater Surveys of Placed Rocks ............................................................................................. 27
7.10 Above Water Surveys of Placed Rocks........................................................................................... 28
Page 490 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
CONSTRUCTION SPECIFICATIONS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SP-4005 Rev. 0
Page 3 of 34

7.11 Presentation of Results of placed Rocks Layers..............................................................................28
7.12 ACCROPODE units surveys .......................................................................................................28
7.13 Post-Construction Surveys ..............................................................................................................28
8.0 MEASUREMENT OF WORKS .........................................................................................................29
8.1 Dredging ..........................................................................................................................................29
8.2 Core and Secondary Armour ...........................................................................................................29
8.3 ACCROPODE units ....................................................................................................................30
APPENDIX-1: BESIX-KIER GRADING OF ROCKS ...............................................................................32
APPENDIX-2: BASIC SPECIFICATIONS FOR ACCROPODE PRODUCTION AND PLACING ....34


Page 491 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
CONSTRUCTION SPECIFICATIONS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SP-4005 Rev. 0
Page 4 of 34

LIST OF TABLES
Table 1: Definitions ............................................................................................................................................ 7
Table 2: Sampling for quality control ............................................................................................................... 10
Table 3: Minimum Concrete requirements for ACCROPODE Units .......................................................... 12
Table 4: Sampling for ACCROPODE Units Concrete ................................................................................. 14
Table 5: Tolerances - Core ............................................................................................................................... 18
Table 6: Tolerances - All rocks except core and underlayer for ACCROPODE units ................................. 18
Table 7: Tolerances External underlayer ....................................................................................................... 18
Table 8: Dredging tolerances ............................................................................................................................ 21

LIST OF FIGURES
Figure 1: ACCROPODE units basic scheme ................................................................................................ 11
Figure 2: Zone of ACCROPODE units to be removed in case of failure of one bloc ................................. 20
Figure 3: 3D quality of image for 3D sonar of the underwater armour ............................................................ 26
Page 492 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
CONSTRUCTION SPECIFICATIONS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SP-4005 Rev. 0
Page 5 of 34

1.0 SCOPE AND GENERAL REQUIREMENTS
1.1 Scope of the specifications
This document defines the requirements for the construction of the offshore breakwater at the
RGPPL LNG terminal at Dabhol, India.
The offshore breakwater is a rubble mound structure, 2300 m long with ACCROPODE units as
the primary armour. Indicative drawings showing the layout and cross-section of the breakwater are
enclosed in the bid document.
The following sections of this chapter 1 of the document describe the general requirements regarding
explosives, safety precautions, prevention of erosion and enabling works.
Sections starting from chapter 2 describe the specific requirements of the contract (material
requirements, methods of works and methods of measurement).
1.2 Explosives
Contractor shall obtain the necessary permits for the procurement or import of explosives and
detonators, and for their transport to and from and storage and use at the Quarry Site. Contractor
shall comply with all current Central Government, State Government Regulations and Local laws,
ordinances, codes and other requirements relating to the storage and use of explosives and shall be
fully responsible for obtaining all the required permits and authorizations therefore, whatever their
nature.
1.3 Safety Precautions
Mines Act 1952 in connection with site safety shall be applicable for quarrying work. However, all
activities such as drilling, blasting, loading, transport, crushing and screening of rock connected with
the provision of rock for breakwaters are subject to the laws and regulations of the both Central
Government and State Government. Particular attention should be paid to the requirements of the
Indian Explosives Act - 1885. Contractor also has to obtain approval from the Ministry of
Environment for exploitation of quarries.
Contractor shall comply with all statutory safety regulations in force during the execution of the
works and shall take all necessary precautions to ensure the safety of the Contractor's and Engineer-
in-Charges personnel on the Site.
Contractor shall take measures to prevent damage to existing buildings or harm to third parties, their
properties and interests, all to the satisfaction of the Engineer-in-Charge. A high level of security
shall be maintained around the Site and explosives and detonator stores shall be guarded 24 hours
per day, including Sundays and holidays.
Contractor shall take every precaution and all necessary safety measures to ensure the safety of all
visitors and local inhabitants, both during the transport and storage of explosives and during the
preparations for and the detonation of each blast.
The supervision of blasting operations shall at all times be carried out by a competent and
experienced employee of the Contractor. The storing & guarding of magazines should be in
accordance with existing regulations and the Indian Explosives Act of 1885.
After each blast, the Contractor shall ensure that the quarry area is in a safe condition in all respects
and in particular with regard to failed charges and explosives and possible rock and overburden slips
or falls.
Page 493 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
CONSTRUCTION SPECIFICATIONS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SP-4005 Rev. 0
Page 6 of 34

The possible occurrence of heavy rain shall be taken into account when determining the safety of all
slopes and rock faces.
Because of the dangers inherent to the use of explosives and the heavy equipment and the handling
of heavy rock, clear safety procedures shall be formulated and implemented by the Contractor. All
personnel involved in the quarry operations shall adhere to these procedures.
Contractor shall obtain required permission from competent authorities for transportation.
Contractor shall construct suitable access roads and shall be responsible for the maintenance thereof.
Public highways should not be used to the extent possible.
1.4 Prevention of surface erosion
Contractor shall take particular care at all times to prevent surface erosion on the site and elsewhere
on land which may be affect by his operations and the Engineer-in-Charge may impose such
reasonable limitations and restrictions upon the method of clearance and upon the timing and season
of the year when clearance is carried out as the circumstances warrant.
1.5 Enabling Works
Contractor shall be responsible for the design and construction of work harbour, loading/unloading
facilities, storage and casting yards, temporary roads, dredging and any other enabling works
required to complete the works.
Contractor shall make available for use of Engineer-in-Charge, a landing stage at an approved
location easily accessible & suitable for use during the construction period along with suitable boat.
In addition contractor shall ensure that the Engineer-in-Charge has access to all works by providing
necessary staging, scaffolding, and walkways to all areas.
All the above works shall comply with relevant BS/BIS standards.
2.0 DEFINITIONS AND GENERAL METHODOLOGY
2.1 Definition of Terms
The following definitions will apply in these Specifications:
Page 494 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
CONSTRUCTION SPECIFICATIONS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SP-4005 Rev. 0
Page 7 of 34

Table 1: Definitions
Primary Armour
Outer protective layer of armouring comprising individual armour units designed
to dissipate wave energy
Secondary Armour
Layer of rocks laid between the core and the primary armour, sometimes called
the under-layer or filter layer
Core (or Core Stone) Quarry stone forming the main body of the structure
Filter Layers Geotextile or rock used as separation layer between materials of different grading
Berm Horizontal section at front or rear face of the structure
Toe (or Toe Bund) Lowest part of the structure slope forming the transition to the seabed
Rock Armour Units Armour units or rock used as secondary armour
Concrete Armour Units Armour units of specially shaped concrete used as primary armour
Rock Generally larger pieces of rock that are used individually as Rock Armour Units
Stone(s) Generally smaller pieces of rock used en masse as in the Core
Rock Material Collective term of rocks and stones
AFC Approved For Construction
2.2 Method Statements
Within three (3) months of the award of work or no later than two (2) months before commencement
of construction of the structure, whichever is the earlier, or such other period as may be agreed, the
Contractor will submit to the Engineer-in-Charge for review & approval, full details of the proposed
survey/engineering/model method and construction method for the structure.
The details will include methodology and schedule of at least the following:
a) Proposed additional site investigation works, especially initial bathymetric survey and
offshore surveys of the completed portion of the breakwater, as well as other possible
surveys considered as needed from the Contractor to complete his site knowledge and
realising a design ensuring the stability of the breakwater at all times and in every part.
b) Proposed basic design, modelling studies and detailed engineering, according to the Design
Criteria for Completion of Breakwater (6724-00-12-42-BD-4005) specifications, and in
any case considered as needed to finalise a design ensuring the stability of the breakwater at
all times and in every part.
c) Proposed temporary works, to ensure short-term stability of the structure during the
construction period.
d) Enabling works required to carry out the works
e) Proposed source of Core Stone and Rock Armour Units including documentation showing
that the proposed materials from each quarry or quarry face comply with this Specification
and evidence that the source can supply the required quantity at the required rates. Details of
development and restoration of quarries have to be included.
f) Proposed method statement for production of concrete armour units including:
Location and size of pre-casting yard and storage area
Location of batching plant (source of concrete)
Formwork details
Concrete placing
Page 495 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
CONSTRUCTION SPECIFICATIONS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SP-4005 Rev. 0
Page 8 of 34


Curing
Handling, stacking and transporting the units
Proposed plant and labour resources
Production schedule (including concrete approvals, setting-up yard, production rate
etc.)
g) Method statement for quarrying, grading, sorting, stacking, inspection, weighing and
transportation of the rock materials. The Contractor will give his proposal for sampling and
testing rock armour and core stone and for ensuring compliance with the requirements of this
Specification. Details will include, for each Class of Rock Armour and Core Stone, the
sampling rate and size of the sample and will take into account such factors as the number of
quarries or quarry faces, overall quantity of each class, rate of delivery to Site, method of
stockpiling and handling and rate of placing.
h) Method statement for handling, stockpiling and disposal of non-compliant rock materials.
i) Method statement for the construction of the structure including, but not limited to the
following:
Construction Drawings showing construction sequence
Proposed plant and labour resources
Dredging according to the specified tolerances and disposal of dredged materials
Method of placing the various rock materials within the specified tolerances
Method of placing concrete armour units
Method of recovering the ACCROPODE units in the temporary round head
Method for re-profiling the temporary round head
Sequence of construction
Construction program
Setting out control, inspection and survey procedures
Monitoring of seabed and fill displacements
j) Health and Safety considerations
k) Communication and navigation equipment for marine spread.
2.3 General sequence for the breakwater completion
Construction of the rubble mound structure will proceed in accordance with the approved method
statement(s) by the Engineer in Charge.
The actual jetty being a priority to be protected, the works will be starting in front of the actual jetty
and will be developed on both sides of this point toward the actual breakwater and the southern
round head.
The Contractor must take into consideration that these two sides must be carried out simultaneously.
As a consequence, the Contractor has to consider the necessary equipment in such a way to ensure
the works progress on both directions at one time.
Page 496 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
CONSTRUCTION SPECIFICATIONS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SP-4005 Rev. 0
Page 9 of 34

3.0 ROCK MATERIALS
3.1 Physical Properties of Rock Materials
Rock Armour Units and Core Stone will comply with requirements (i)-(v) below when tested in
accordance with BS 812 and requirement (vi) below when tested in accordance with Appendix B of
BS 6349 Part 1.
I. Saturated surface dry density not less than
a. 2500 kg/cubic meter for core;
b. 2600kg/cubic meter for selected rocks
II. Water absorption not more than 3 percent by weight;
III. Aggregate impact value less than 30 percent;
IV. Ten percent fines value not less than 100 kN;
V. Aggregate abrasion value less than 8 percent;
VI. Soundness value less than 18 percent after 5 cycles in magnesium sulphate solution using a
coarse aggregate sample.
3.2 Cracks, Laminations
Individual rocks for Rock Armour Units will be free from cracks, laminations and cleavage planes,
weathered material and solution cavities. All rocks will be free of all remains of quarry blasting
materials.
3.3 Length to Thickness Ratio
No more than 50% of the Rock Armour Units will have a length to thickness ratio (L/d) greater than
2, and no rock will have L/d ratio greater than 3, where the length, L, is defined as the greatest
distance between any two points on the rock (i.e. diametrically opposite corners of a cuboidal block)
and the thickness, d, the minimum distance between two parallel straight lines through which the
rock can just pass.
3.4 Grading or Rock Armour Units
The grading for Rock Armour Units will be in accordance with the system described in Manual on
the Use of Rock in Coastal and Shoreline Engineering, Construction Industry Research and
Information Association (CIRIA) Special Publication 83, Netherlands Centre for Civil Engineering
Research and Codes (CUR) Report 154.
In addition an Effective Mean Weight, Wem, is specified. It is arithmetic mean weight of all rocks
in a given sample, excluding those lighter than 2% of the cumulative percentage by weight.
Armouring for the structure(s) will be classified by weight and comply with the grading(s)
requirements as per design. (Appendix 1 contains the previous BESIX Kier grading just for
information: this is not an obligation for the Contractor, who should define his own grading
according to his analysis and to the standards mentioned here above)
The Contractor will provide and display in a prominent location, to the agreement of the Engineer-
in-Charge, a series of sample rocks clearly marked with their weight covering the range of rock sizes
to be used on the project. These rocks will be used as a visual reference to assist in rock inspections.
3.5 Grading of Core Stone
The grading for core stone will be in accordance with the same system as used for Rock Armour
Units. Core Stone will be classified by weight and comply with the grading requirements as per
design (also you may refer to Appendix 1 for reference)
Page 497 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
CONSTRUCTION SPECIFICATIONS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SP-4005 Rev. 0
Page 10 of 34

3.6 Quality Control
The Contractor will undertake sampling and testing for each quarry, quarry face or other source in
accordance with the following schedule.
Table 2: Sampling for quality control
Grading
Sizes
(kg/tons)
Wem
Tonnes
Use in Besix Kier
Design
Frequency of
Testing
Sample
Size
Core Class A 5-1000kg 5-80kg Breakwater Core Every 10000 tones 35 tones
Armour Class
A
1.5 to 3tons
2.0 to 2.4
tonnes
Underlayer Every 10000 tones 105 tones
For other classes of rocks, as that of the toe berm 3-8 tons (or other, according to the final validated
contractors design), relevant sampling will be agreed with the Engineer-in-charge
The above frequency of testing is for guidance during the initial stage of quarrying. The Contractor
will develop a Quality Control Procedure whereby the frequency of testing may be reduced subject
to the agreement of the Engineer-in-Charge.
Notwithstanding the above, samples for each source of rock material will be carried out weekly,
commencing at the start of production, until it can be demonstrated that the source is consistently
producing the required grading. In addition, the Contractor will undertake additional sampling and
testing when circumstances so dictate or as instructed by the Engineer-in-Charge.
If required by Engineer-in-Charge, a drop test in which one armour stone is allowed to fall freely a
distance of 3.0m onto other armour stone resting on a firm foundation shall be carried out and neither
stone shall break. Any rock in non-compliance will be rejected and removed from the Site by the
Contractor.
4.0 ACCROPODE CONCRETE ARMOUR UNITS
4.1 General
CLI (Concrete Layer Innovations) has exclusive license to represent the proprietary
ACCROPODE technology and to award sub-licenses to third parties in the territory where the
project is located.

Page 498 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
CONSTRUCTION SPECIFICATIONS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SP-4005 Rev. 0
Page 11 of 34


Figure 1: ACCROPODE units basic scheme
Within three (3) months of the award of work or no later than two (2) months before commencement
of construction of the structure, whichever is the earlier, or such other period as may be agreed, the
Contractor shall obtain assistance from CLI under an ACCROPODE license contract for any work
in the Concrete Armour units or Primary Armour.
The price of this compulsory contract shall be included in the contractor financial proposal, so CLI
shall be contacted during the period of preparation of the proposal.
Design and works regarding ACCROPODE such as materials, fabrication, transportation, and
placement shall meet the CLI specifications and recommendations. CLI can be contacted at the
following address:
CLI (Concrete Layer Innovations)
3 Cour du 56 Avenue Marcel Dassault - BP 50510
37 205 Tours cedex 3 France
Tel: +33 2 47 74 18 10
Fax: +33 2 47 74 18 12
Email: cli@concretelayer.com
Website: www.concretelayer.com
Procurement of the appropriate formworks in sufficient number in such a way to respect the
production schedule is the Contractors responsibility.
Page 499 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
CONSTRUCTION SPECIFICATIONS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SP-4005 Rev. 0
Page 12 of 34

4.2 Concrete
Concrete for the production of Concrete Armour Units will be as per M/s. CLI recommendations.
The minimum requirements for the concrete are provided here after. Additional characteristics apply;
refer to the abstract of specifications.
Table 3: Minimum Concrete requirements for ACCROPODE Units
Criteria Specifications
Minimum 28-day strength C30/37 (30 MPa on cylinder and 37 MPa on cube)
Maximum compressive strength
(cylinder)
55 MPa (indicative value)
Exposure class
Parts of marine structures, tidal range area subject to
splashing
Minimum 28-day tensile strength
Brazilian test / Fct
3.0 MPa
Minimum density As per designer's requirements
Maximum Water/Cement ratio 0.45
Minimum equivalent binder content
for 20mm Dmax (cement + additives).
To be adapted depending on size of
aggregates.

350 kg/m3
Maximum temperature of concrete on
placing
30C (indicative value)
Maximum hydration temperature 70C (indicative value depending on cement)
Aggregate quality
Not frost-riven, alkali-reactive or aggressive for the other
constituents of the concrete.
Aggregates may be crushed or rounded
Category LA 35 or Micro Deval 30
Maximum diameter of aggregates
(recommended size)
40 mm 6m and 60 mm > 6m
Workability: consistency S2 to S4
Abstract of specifications are provided by CLI and here after attached in Appendix 2 give the
necessary information in terms of concrete requirements and concreting methodologies.
Detailed specifications will be delivered by CLI when the ACCROPODE sub license contract
between CLI and the CONTRACTOR comes into effect.
Page 500 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
CONSTRUCTION SPECIFICATIONS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SP-4005 Rev. 0
Page 13 of 34

Concrete mix design tests, trial mix design are required. The Contractor will be in charge of
developing a proper concrete mix design suitable for the production of the ACCROPODE units.
The mix design and the result of the trial mix will be submitted to the Engineer in Charge for his
approval prior to start with the industrial production. Would the material quality changes, new mix
design would have to be issued.
4.3 Quality Control, units at land
The check of the suitability of these units, stored in a closed area at land, shall be done according to
the requirements of the Specifications for the inspection of ACCROPODE blocs stored at land
(8714157R3CGL).
This attachment is a part of the tender documents.
4.4 Quality Control, units removed from the provisional roundhead
These units may be directly reused for the armouring of the reconstructed parts of the trunk, without
any specific control, except in case of evident and macroscopic damages, as the break of one of the
legs or similar.
A representative of the Engineer-in-charge will be in any case always present during deconstruction
operations in order to verify that none of these types of damages are present in the units removed and
then envisaged for the new parts of the trunk.
4.5 Quality Control, new units
Contractor will take every care to ensure that the produced Concrete Armour Units comply with this
Specification. The Contractor will keep detailed production records for the Concrete Armour Units.
Any Concrete Armour Unit found not to comply with this Specification, or to be significantly
damaged or otherwise unfit for purpose will be rejected by Engineer-in-Charge. Any rejected units
will be removed from the Site by the Contractor.
However, subject to the consent of the Engineer-in-Charge, broken concrete units may be
reclassified for use in secondary armour or core. Sampling and testing are to be submitted to the
Engineer in Charge.
Procedure for sampling consistent to the CLI rules is supplied in the following table.
Page 501 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
CONSTRUCTION SPECIFICATIONS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SP-4005 Rev. 0
Page 14 of 34

Table 4: Sampling for ACCROPODE Units Concrete
AIM OF THE TEST To check the quality and characteristics of the concrete placed on site
DEFINITIONS
BATCH: A batch of concrete is a block or part of a block or a set of blocks cast at the
same time using concrete of the same class
SAMPLE: A sample is drawn from a single batch and a batch may only produce a single
sample (3 cylinders/ cubes)
RESULTS: A result is the average of the measurements taken on all the test specimens
(in general 3) forming a sample

PRODUCTION CONTROL CERTIFICATION: A concrete with production control
certification is one that that is subject to European certification (EC) for which all stages
of production are subject to inspection by national certification organisations.
EXECUTION
EN 206-1 section
8.2.1.2
Production
Minimum sampling frequency
First 50 m of
production
Beyond first 50 m
Concrete with
certification
Concrete without
certification
Initial (until at least 35 test results
have been obtained)
3 samples
1 sample every
200 m or 2 per
week
1 every 150 m or
1 per day
Continuous (once at least 35 test
results have been obtained)

1 every 400 m or
1 per week

MEASUREMENTS
The following are performed on a sample:
3 test specimens taken for F
ck
at 28 days
Consistency test
Measurement of the density of each test specimen

For each sample:
Consistency measurement
Temperature measurement

Every 10 samples, 3 additional test specimens for F
tk
at 28 days
Every 30 samples, 6 additional test specimens for F
ck
and F
tk
at 90 days

N.B.:
Ordinary samples will be taken at the time when and in the place where the concrete is
placed
STORING OF TEST
SPECIMENS
24 h in a covered area, then in a curing tank at 20C

5.0 TRANSPORTING AND PLACING OF ROCKS & ARMOUR UNITS
5.1 Transporting and Depositing Rock Materials
Contractor will transport rock material by land and sea and deposit it by means of marine operated
plant and will take all precautions and provide all means necessary to ensure that the various classes
of rock material are deposited in the position and to the slopes indicated on the AFC Drawings.
The rock materials will be placed using suitable techniques to achieve a dense fill with no
segregation and no contamination from seabed deposits.
5.2 Placing of Core
The Core stone will be placed by tipping from marine plant as per the method statement, (see section
2.3).
Before placing, contractor shall remove any soft material deposited on the already built parts of the
core (for the partially built sections). Quarried rock core material shall be placed to ensure that the
Page 502 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
CONSTRUCTION SPECIFICATIONS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SP-4005 Rev. 0
Page 15 of 34

larger rock fragments are evenly distributed and the smaller rock fragments serve to fill the spaces
between the larger rock fragments.
Following tipping the surfaces will be trimmed to the required profile. This trimming to replace the
parts of core out of the core theoretical profile into the core theoretical profile is subject of a specific
price
The core can be placed by slitting barges for the deeper parts. In any case a proper trimming is
necessary in order to comply with the profiles requirements.
The Core already dumped onto the sea bed will be trimmed in such a way to retrieve the profiles as
per design.
On the areas partially built, where the core has been dumped, the Contractor will ensure the
soundness of the core material by over trimming for about 1m thick layer. The material will be
considered to be sound if the material trimmed does not contains silt of clays.
Moreover, before placing any additional core material, the Contractor will have to withdraw the
possible layers of soft clay or silt, either settled again in the dredged trench (in the assumption that
some sedimentation may occur between the moment of dredging and the moment of placing core) or
covering the core material. Once the layer of soft clay or silt has been totally removed, the
Contractor may keep on with the placement overlapping core layers.
5.3 Placing Selected Rock Layers
Selected Rock Armour Units of the under-layers and toes will be placed in position working from the
bottom to the top of the section for that category and care will be taken to ensure that all Rock
Armour Units are tightly interlocked and supported one upon the other, by surface contact, all fine
material having been cleaned off.
Quarried stone in under-layers and armour layers shall be placed individually so that the greatest
dimension is at right angles to the surface of the slope. Individually placed stone shall not be dropped
or tipped into position, but shall be placed piece by piece into the structure to achieve a minimum
three-point support and be stable to the designed lines and levels.
Rock Armour Unit above toe level will not be tipped from vehicles or bulldozed into position.
Tipping from marine plant above toe level will only be permitted if specially designed plant is used
to ensure that other requirements of this action can be met.
The foregoing will apply throughout the construction including zones of armouring that may have
been temporarily filled over by the Contractor for access or other purposes. The subsequent removal
of all such extraneous material, including concrete, will be entirely the Contractors responsibility.
The rocks will be brought up uniformly over the full horizontal width of the section for each class of
unit.
No placing of Rock Armour Units will proceed before a complete handling trial has been conducted
to the satisfaction of the Engineer-in-Charge. One trial will be undertaken for each Class of Rock
Armour and will be made on the correct slope and under-layer and will be of adequate size to
represent the actual placing conditions. If successful and subject to the consent of the Engineer-in-
Charge, the trial may be incorporated into the Works.
Contractor will give the Engineer-in-Charge 14-days-notice of the trial.
Page 503 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
CONSTRUCTION SPECIFICATIONS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SP-4005 Rev. 0
Page 16 of 34

The placement of the ACCROPODE units as a primary Armour cannot be started before the
section has been fully approved by the Engineer in Charge. The section cannot be less than 30m and
not more than 50 in length.
The approval on the section will be given on the basis of:
cross sections surveyed every 10 meters at most once completed up to the working level
multi-beam survey of the section has been delivered.
5.4 Damage to Rock Armour Units
If any Rock Armour Unit is broken as a result of handling or placing operations it will be rejected
and will be removed. However, subject to the consent of the Engineer-in-Charge, such broken
material may be reclassified for use elsewhere in the Works, either as a smaller size of Rock Armour
or as Core Stone.
5.5 Placing Concrete Armour Units
ACCROPODE concrete blocks will be placed in accordance with M/s. CLIs specifications and,
the CLI ACCROPODE specification will take precedence on any other document.
Abstract of the ACCROPODE specifications is provided in Appendix- 2
Concrete armour units will be placed in accordance with the positioning shown on the AFC
Drawings. The theoretical placing drawings will be provided by CLI on the basis of the approved
design drawings.
The ACCROPODE units will be placed individually according to the reference grid at the proper
packing density.
ACCROPODE units will be placed with a cable crawler crane fitted with a geo-localisation system
of DGPS type at minimum and allowing an accuracy of less than 10cm. The crane must have the
necessary capability to place the units close to the target designated by the plans. The DGPS system
or the assistance placing tool must record the centroid of each unit placed on the breakwater and the
files must be exportable in CAD files in 3D. The actual position of each unit is not to be used for
controlling the whole armour placement
Underwater assistance is compulsory in order to monitor the ACCROPODE units interlocking.
Considering the poor underwater visibility, divers may not be able to operate properly and safely.
Blind and uncontrolled placement of ACCROPODE units is not tolerated. A visualization system
such as the POSIBLOC or Echoscope type is then compulsory for ensuring the underwater
interlocking. A double checking is to be implemented such as using an efficient multi-beam system
and particular procedures.
The abstract of the placement specifications can be found in the Appendix-2. The full technical
specifications will be provided to the contractor when the CLI sublicense comes into effect.
The team must have been fully trained by the CLIs expert prior to place the blocks on the structure
and prior to perform the trial to be witnessed by the Engineer in Charge.
No placing of Concrete Armour Units will proceed before a complete handling trial has been
conducted to the satisfaction of the Engineer-in-Charge.
One trial will be undertaken for each size of Concrete Armour Unit and will be made on the correct
slope and secondary armour and will use at least six Concrete Armour Units. If successful and
subject to the consent of the Engineer-in-Charge, the trial may be incorporated into the Works.
Page 504 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
CONSTRUCTION SPECIFICATIONS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SP-4005 Rev. 0
Page 17 of 34

Contractor will give the Engineer-in-Charge 14 days notice of the trial and will ensure that a
representative of M/s. CLI is also present for the trial.
5.6 Sequence of Placing
Construction of the rubble mound structure will proceed in accordance with the approved method
statement(s) by the Engineer in Charge.
As already said, the actual jetty being a priority to be protected, the works will be starting in front of
the actual jetty and will be developed on both sides of this point toward the actual breakwater and the
southern round head. The Contractor must take into consideration that these two sides must be
carried out simultaneously.
As a consequence, the Contractor has to consider the necessary equipment in such a way to ensure
the works progress on both directions at one time.
The Secondary Armour placing will follow closely behind the construction of the Core. The full
section of Secondary Armour will be kept placed at all times as close up to the leading end of the
core as is practicable and as per the detailed method statement of the Contractor. The primary
Armour will follow closely behind the construction of the Secondary Armour.
The full section of Primary Armour will be kept as close as practical to the leading edge of the
Secondary Armour and as per the detailed method statement of the Contractor, as approved by the
Marine Warranty Surveyor appointed by the Owners Builders Risk Insurance Policy. The
connection between the already completed breakwater and the newly built breakwater has to be
carefully carried out.
The works will consist in:
Dismantling the temporary roundhead up to the typical trunk section (ACCROPODE units
and underlayer).
Re-profiling the materials (core and underlayer) in order to retrieve the full typical sections
within the tolerances.
Preparing a new section approved by the Engineer in Charge with the underlayer.
Surveying the centroids of the last ACCROPODE diagonals placed in the slope as well as
the toe line and the crest line.
Request the ACCROPODE placing plans according to these surveys.
Placing the ACCROPODE units as per specifications.
5.7 Grading of Armouring to be maintained
The grading of armouring within each Class will be correctly maintained and to this end the
Contractor will take all actions necessary to remove any rocks that may have been displaced by wave
or other action and washed or swept or otherwise moved into voids of previously placed armouring
before any further armouring necessary to complete the sections is placed.
5.8 Tolerances
Rock materials and concrete armour units will be placed to the levels, dimensions and slopes shown
on the AFC Drawings. Rock Materials will comply with the tolerances given in the Tables below:



Page 505 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
CONSTRUCTION SPECIFICATIONS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SP-4005 Rev. 0
Page 18 of 34

Table 5: Tolerances - Core
Core Tolerances on level at any point
Level
Effective Mean Weight, Wem, Less
than 300 kg
Effective Mean Weight,
Wem, greater than 300 kg
Above
0.0m CD
+0.2m, -0.2m +0.4m, -0.2m
Below
0.0m CD
+0.5m, -0.3m +0.8m, -0.3m
Below Toe +0.8m, -0.3m +1.2m, -0.3m
Table 6: Tolerances - All rocks except core and underlayer for ACCROPODE units
Rock Armour Units Tolerances
Level On level at any point On layer thickness
Above 0.0m CD +0.4 D, -0.2D +0.3 D, -0.1D
Below 0.0m CD +0.6 D, -0.3D +0.4 D, -0.2D
Below Toe +1.0 D, -0.3D +1.0 D, -0.2D
The following tolerances for the external part of the underlayer are given in function of the
ACCROPODE units irrespectively the altitude or the depth. Furthermore they have to be measured
vertically from the theoretical profile
Table 7: Tolerances External underlayer
Rock Armour Units Tolerances
ACCROPODE size On level at any point On layer thickness
9m3 ACCROPODE +/- 0.50 m +0.3 D, -0.1D
12m3 ACCROPODE +/- 0.55 m +0.4 D, -0.2D
The value of D is different for each Class of Rock Armour Unit and is defined as the nominal size
(equivalent cube) of a rock of weight W. The weight W is determined for each Class of Rock
Armour as the weight corresponding to a value of y = 50% for the grading of that Class; that is 50%
by weight of the rocks in a grading have a weight less than W.
The value of D is calculated as the cube root of the volume of a rock with weight W, where the
volume is calculated as W divided by the saturated surface dry density. Notwithstanding the
tolerances tabulated above, the following requirements will apply:
A. No two adjacent actual measured profiles will both be in the negative tolerance band.
B. No two adjacent layer thicknesses will both be in the negative tolerance band.
In addition to the above tolerances, all profiles will be reviewed for general acceptability and
undesired trends will be corrected. In particular, attention will be paid to deviation from the design
slope and unacceptable deviations will be corrected.

Page 506 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
CONSTRUCTION SPECIFICATIONS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SP-4005 Rev. 0
Page 19 of 34

5.9 Possible repair of major damages of the armour of the part already built
In the surveys before the tender (EGS As-built survey report, EGS/P14413/RGPPL/Dab/081) no
clear evidence of the need of this type of repair has been found. A visual inspection above water has
also shown an apparent integrity of the armour.
However, specific survey with the combination of 3D ECHOSCOPE technique (or similar) and
divers survey is envisaged within the contractor tasks, at the start of the activities, to confirm this
statement or on the contrary to identify possible zones where the underwater armour of the
portion already built is heavily damages and in the judgement of the Engineer-in-charge where
major intervention is needed.
In this case, the procedure described here after will be followed
Further to the surveys and inspections to be performed by the contractor on the built sections, the
Engineer in charge will release his analysis, determining whether repair works have to be
implemented in order to make safe the already built part of the breakwater, as per original design.
The typical work sequence in case of severe non conformity is the following:
1. Identification of the blocs to be removed in order to reach the concerned area. Example
here below if the block number 11 at the lower tip of the triangle were out of the armour and
created in this way a weakness in the armouring, all of the overlaying blocks would have to
be removed.
2. Removal of the units, with suitable means preventing to expose the workers safety at all
times.
3. Temporary storage of the units and basic inspection prior to reuse them.
4. Underlayer survey in order to assess the volume of material to be replaced
5. Underlayer trimming and correction by using suitable equipment and reloading the profile
with appropriated rocks in the below triangle. If necessary, some additional
ACCROPODE units will be withdrawn from armouring on each triangle side in order to
ensure a proper curing of the defect. The profile has to be as per design.
6. ACCROPODE units Re-placement as per placing drawing and focusing in priority on a
good interlocking of the units.









Page 507 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
CONSTRUCTION SPECIFICATIONS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SP-4005 Rev. 0
Page 20 of 34


Figure 2: Zone of ACCROPODE units to be removed in case of failure of one bloc
6.0 DREDGING
6.1 General
Before placing rock material at any given section, will be done
Jetting/cleaning of silt/sand present on partially built breakwater all the soft/ loose material
in the breakwater footprint,
dredging
[1] at a trench below the future core (this especially in the so-called virgin area, where
no rocks had been placed in the previous BESIX work) and
[2] on the sides of partially placed core, below the future toe footprint
Materials to be removed shall be identified with suitable qualitative and quantitative surveying
(divers, side scan views, direct contact with grabs or other), and then dredged & removed completely
to ensure that the breakwater foundation rests on the weathered rock.
Dredging of sand/silt deposits on the submerged portions of partly completed breakwater shall be
carried out ideally just before placing of core, rock and ACCROPODE units. In any case, time
between dredging and first placing of core materials filling dredging parts should be as short as
possible, in order to avoid further settlement of fine materials.
The Contractor shall store or dump the material in the offshore dumping area at 15 km form the site,
as per the Engineers instructions.
Dredging activities shall be executed according to the standards:
British standard BS 6349: Part 5 Code of Practice for Dredging and Land Reclamation
Bloc
11
Page 508 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
CONSTRUCTION SPECIFICATIONS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SP-4005 Rev. 0
Page 21 of 34

6.2 Site data
The Engineer-in-charge has made available to the contractor for his information all relevant data in
his possession concerning:
Bathymetry
Geotechnical Conditions
The Contractor remains responsible for interpreting all such data, and for making his own enquiries
and additional bathymetric and geotechnical investigations at his own expenses, in order to satisfy
himself entirely before submission of the tender for dredging works.
6.3 Dredging Plant and Equipment
Before any plant is brought to the Site a detailed dredging programme including particulars of
dredging and other craft which the Contractor proposes to use shall be submitted to the Engineer-in
charge for approval.
All dredging plant and associated equipment to be employed on the Works shall be in good working
order and in such condition that the Contract can be completed without need for overhaul or repair
other than routine maintenance.
In the event of a breakdown which will cause any major item of dredging or associated equipment to
be out of service for a period exceeding two weeks, the Contractor shall implement the replacement
procedure for that item of equipment as set out in the Tender submission.
If in the opinion of the Engineer-in charge progress of the Works is excessively delayed due to the
protracted absence of certain plant, the Engineer may bring in replacement plant, and all costs so
incurred shall be met by the Contractor.
No plant shall be removed from the site of the Works without the approval of the Engineer-in charge
All dredgers shall, whilst operating especially in dredging operations of type [2] of 6.1, not cause
any damages to existing breakwater structure close to the dredged area. The Contractor shall define
and demonstrate the adequacy of his proposed means to this aim.
6.4 Dredging Tolerances
The dredging shall be carried out to the lines and levels shown on the Drawings or such modified
lines and levels as may be notified by the Engineer-in charge to the Contractor in writing.
Underwater dredging shall be permitted outside the designed lines and level provided that it does not
create unstable slopes and does not exceed the following tolerances:
Table 8: Dredging tolerances
Vertical tolerance 0 to 0.3 m
Horizontal tolerance + 0.8 m
6.5 Side Slopes
Side slopes indicated in Drawings are only indicative: care shall be taken by Contractor when
dredging for side slopes to avoid slumping and disturbance of the sea bed and foreshore.
Tolerances on side slopes shall be generally as specified above except that vertical tolerances shall
be measured perpendicular to the slope.
Page 509 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
CONSTRUCTION SPECIFICATIONS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SP-4005 Rev. 0
Page 22 of 34

In any case, side slopes will be such to maintain a minimum clearance of 2 m from the constructed
breakwaters or other structures.
6.6 Measurement and Calculation of Dredging Works
See section 8.1.
6.7 Disposal of dredged material
All the dredged material shall be disposed off at designated offshore dumping grounds in water
depths ranging from 20m and more. The disposal ground is located at about 15kms Offshore from
the dredging site. The exact coordinates of the dumping site will be provided to the contractor.

The Contractor shall ensure that no spoil is dumped outside the limits of the dumping areas. Any
such dumping outside the limits of the specified dumping location shall be removed by the
Contractor at his own cost and time. A record shall be kept of the position, time and quantities of
barge discharges and this record shall be forwarded to EIC every week. The contractor shall install
and maintain standard marker buoys for identification of the dumping area and the same shall be
approved by EIC.

The dredged spoil shall be dumped fairly uniformly in the entire dumping area marked. Soundings
shall be carried out (spaced at 100m grid) before dumping and after dumping. In no case the
elevation of the spoil shall reach 2.5m above original water depth (Seabed).
All dredging and disposal of dredged spoil shall be conducted in the presence of the Engineer or a
nominated Representative.
7.0 SURVEYS
7.1 General
The Contractor shall perform all necessary survey works & required to be executed by him as laid
down in the specifications and as directed by the Engineer-in-Charge. These shall include:
1. Initial surveys in design phase
setting out ;
registration of water levels ;
carrying out initial bathymetric surveys;
carrying out of surveys of placed units in the constructed part, with ECHOSCOPE and
divers ;
production of survey documents.
2. Regular surveys during construction
setting out ;
registration of water levels, wind and waves ;
carrying out regular bathymetric surveys in the dredged zones;
carrying out regular surveys of core, rock layer and main armour layer during
construction,
production of survey documents.
Survey of navigation channel before and just after Monsoon, as the same marine spread will be
available at site during the execution of the job shall also be included.
Page 510 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
CONSTRUCTION SPECIFICATIONS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SP-4005 Rev. 0
Page 23 of 34

Field measurements and processing of data shall be executed in both the horizontal and vertical
places and drawn to the scales agreed with the Engineer-in-Charge.
The Engineer-in-Charge shall be present, if he so desires, during any surveys, elaborations or any
connected activities and the Contractor shall give sufficient notice and assistance to the Engineer-in-
Charge to enable him to be present and sufficient information to be able to verify the results.
The surveys shall be carried out in accordance with schedules prepared by the Contractor and
approved by the Engineer-in-Charge.
7.2 Setting Out
Contractor shall furnish, install and maintain all markers, buoys, shore beacons and other items
necessary to define the Works and facilitate the inspection and measurement thereof. It shall be the
responsibility of the Contractor to obtain all licenses, permits and permissions for the use of marine
radios, walkie-talkies, radio positioning systems, DGPS, for the placing of onshore, offshore and
under water beacons, marker buoys and for giving the proper statutory notices for all maritime
operations.
The setting out of the works shall be executed by the Contractor, with the Engineer-in-Charge in
attendance.
Contractor shall provide the Engineer-in-Charge with sufficient equipment, duly calibrated in the
field, labour and materials to enable the Engineer-in-Charge to check the Contractors setting out, at
any time the Engineer-in-Charge may direct.
7.3 Measurement of Oceanographic and Environmental Conditions
Contractor shall install automatic level tide gauge to record water levels continuously and reduce the
same to Chart Datum (CD) at approved locations near to the Works. This should be done since the
initial surveys period.
Contractor shall keep daily records of the tide levels throughout the Contract period. During echo
sounding, tide levels should be recorded close to the survey area, either continuously or at intervals
not exceeding 15 minutes.
Contractor shall install a weather station at a suitable location for measuring the atmospheric
conditions throughout the contract period.
In addition, an in situ self-recording
digital current & wave rider buoy or
AWAC acoustic profiling for waves and currents, installed on the bottom
shall be installed at a suitable location for continuous monitoring of the sea-state.
Data acquisition & processing shall be done on a monthly basis.
7.4 Survey Charts
All survey charts to be produced by the Contractor shall be reduced to Chart Datum (CD) and the
depths and/or heights shall be plotted in metres and centimetres. Horizontal reference shall be WGS
84 in UTM projection.
Three hard copies of each chart (signed by both the Contractor and Engineer-in-Charge) shall be
provided to the Engineer-in-Charge along with a copy of the drawing in a suitable digitized format.
Page 511 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
CONSTRUCTION SPECIFICATIONS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SP-4005 Rev. 0
Page 24 of 34

7.5 Hydrographic surveys method
Hydrographic surveys shall be performed by using echo sounding equipment multibeam echo Souder
of Reson Seabat 7125 type and referenced with accurate DGPS (Positioning system), both with an
accuracy which ensures that the requirements of the Contract are achieved.
These surveys shall only be carried out if weather and sea conditions, condition of equipment and
methods of execution and interpretation are, in the opinion of the Engineer-in-Charge, satisfactory
for this purpose.
The accuracy of hydrographic surveys should be within 0.1m horizontally and 0.1 m vertically.
For continuity purpose, all the survey activities shall be performed based on the same vertical and
horizontal control parameters adopted during the pre-bid survey carried out by Owner.
Echo sounding equipment shall be checked and calibrated at least daily before and after use, by
means of a bar or plate suspended at known distance below the water surface. Checking shall be
performed at the actual location of the survey and the Engineer-in-Charge may require additional
checks during surveying. Adjustments to the recordings/readings taken shall be made accordingly.
Records of bar checks shall be retained at the start of the echo sounder record.
Engineer-in-Charge may order calibration checks of the equipment as and when considered
necessary. The Contractor shall cooperate in this respect and supply any manpower, boats and
equipment that may be reasonably required for this verification, to be performed by the contractor.
At the start of each hydrographic survey, the DGPS is to be calibrated to an accuracy of 0.1mTo this
effect, the Contractor shall establish a fixed point (or fixed points) with known coordinates such that
the survey boat can easily be positioned with the transducer of the echo-sounder always in the same
position relative to the calibration point.
Digital recording along with analogue recording onboard using standard navigation software such as,
Hydronav, PC Nav should be carried out. All field books, calculations, maps, original records,
survey tracks and as run plots etc. of all survey activities shall be kept on site available for the
reference of Engineer-in-Charge for the duration of the Contract.
Data shall be recorded digitally and processed and plotted using suitable hydrographic software such
as Hydronav. Reduction of sounded depths for tidal heights obtained from the gauges, corrections for
squat and wave motions (to be made using appropriate observed data and/or compensating devices).
The spacing of the sounding lines shall be to the approval of THE ENGINEER-IN-CHARGE. For
the final survey the line intervals shall not exceed 10 m.
7.6 Survey Vessel
Contractor shall provide for his own use and operate to the satisfaction of the Engineer-in-Charge a
fully equipped hydrographic survey vessel for accurate echo sounding of the areas of work, and such
other equipment as required for the hydrographic surveys, including position fixing.
The Contractor will provide a copying machine at the site office for the use of the Engineer-in-
Charge.
The survey vessel shall have:
a) Sufficient size and stability to safely and properly carry out the survey work under the prevailing
site and sea conditions;
b) Good manoeuvrability, even at low speeds of 1 to 2 knots;
c) Adequate space for instruments, recorders, etc.;
Page 512 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
CONSTRUCTION SPECIFICATIONS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SP-4005 Rev. 0
Page 25 of 34

d) Day accommodation for two men of the Engineer-in-Charge, besides the normal crew and
Contractor's own surveyors;
e) Communication facilities such as VHF, SSB & Mobile phones for use of Contractors and
Engineer-in-Charge.
f) PPE for Contractors and Engineer-in-Charge.
The Survey Vessel shall have at minimum the following equipment
A. Differential Global Positioning System
The system shall consist of onboard receivers, reference beacon, transponder, processing computers,
software and plotters required for differential as well as short base line kinematics mode along with
sufficient spares to enable uninterrupted operation of the system.
The system shall be installed, tested and set to work for continuous operation for the period of
implementing the works. The system shall be fully operational, a minimum of 7 days before
commencement of surveying operations including Field Calibration and base line check. Once
operational the system shall remain in continuous operation until the last Post-work survey, is
completed and the last Post-work survey drawings have been signed and have been accepted by the
Engineer-in-Charge.
On differential mode the Positioning System shall at all times maintain a repeatable accuracy, for
any point within the work site of plus or minus 0.1 m in the horizontal plane and on kinematic mode
plus or minus 5 cm.
B. Echo Sounder
The echo sounder for hydrographic surveys shall be operated in the 210 /500 kilo Hertz range
(narrow beam transducer).
C. Side Scan Sonar
Side Scan Sonar survey shall be carried out for recording the toe of the breakwater prior to the
construction and during progress monitoring. The recording shall be carried out by compatible online
digital recording & processing software such as Delph or CODA or similar.
7.7 Surveys of the underwater ACCROPODE armour
A survey prior to the conclusion of the Basis Design will cover the entire part already constructed
(except the provisional SE roundhead to be dismantled) and is prescribed in order
To identify the state of the zone of the berm and to assess the possible need to introduce the
additional toe berm in front of the ACCROPODE toe also in the completed parts of the
breakwater,
to validate the integrity of the existing ACCROPODE armour,
and will combine Echoscope survey and survey with divers
A) ECHOSCOPE survey
This survey with shall be performed on the area of the breakwater already built and covered by the 9
and 12m
3
ACCROPODE units.
The objective is to obtain a clear picture of the underwater integrity and interlocking of the
ACCROPODE units and of the state of the berm, in complement to the survey realised by EGS
before tender.
Page 513 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
CONSTRUCTION SPECIFICATIONS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SP-4005 Rev. 0
Page 26 of 34

For this objective, the suitable equipment to be used is a Coda Echoscope 3D sonar (or equivalent,
after demonstration of its capabilities). Over the full length of constructed breakwater and on each
side including the NE roundhead the Echoscope survey will record the current status of the
ACCROPODE armour, the basement and the toe. This survey is extended from the high water
level to the armour toe and the under basement + 5 m.
This survey is to take place at high tide in order to obtain the maximum coverage of the armouring
including the toe.
The survey should obtain an accurate picture of the ACCROPODE armouring including the toe.
The accuracy and the number of recorded points are left to the Contractors appreciation in order to
provide a clear picture. The following image represents a minimum quality of output that Contractor
shall produce.

Figure 3: 3D quality of image for 3D sonar of the underwater armour
B) Divers survey
At the same time of the Echoscope survey a qualitative survey with trained divers shall be done. So,
the survey must be done in a period in which water is clear in order to visually identify the placement
quality. The divers must be specifically trained on the technique, in order to report properly the
quality of placement. If possible, underwater photos or videos will be provided. The diver survey
shall assess if any roll over breakwater material is lying around and especially to assess damages to
Breakwater, if any. Video recording of the survey has to be submitted. The diver survey needs to be
carried out around only in the areas where the Breakwater has been partially completed.
A divers survey may also be repeated, during the construction and as and when advised by
Engineer-in-Charge. So, for the entire duration of the contract, the contractor shall mobilize &
maintain at site a diving spread and CCTV for real time viewing under-water video coverage by
Engineer-in-Charge.
Digital Video graphic footage shall be carried out during each diving campaign. Each video graphic
coverage with proper geographic reference, annotations and voice over shall be submitted to the
Engineer-in-Charge.
On completion of the entire breakwater construction works, a video graphic coverage with
annotation & voice over plus reporting will be prepared and submitted to the Engineer-in-Charge
covering all the aspects of the breakwater construction works, survey campaign and the diving
monitoring etc. This video coverage shall not have any copyright restriction and shall be the
property of the Owner.
Page 514 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
CONSTRUCTION SPECIFICATIONS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SP-4005 Rev. 0
Page 27 of 34

All divers shall be trained for the purpose and approved by the Engineer and CLI for the
ACCROPODE works.
7.8 Bathymetric Surveys prior & during construction
The Pre-construction survey of the breakwater shall include the turning circle, the approach channel
and the lateral extent of breakwater. The survey has to be carried out deploying dual frequency Echo
sounder and Side Scan sonar. Contractor has to report if any debris is located in the area prior to
construction of the breakwater.
Survey lines for the bathymetric survey of the seabed, upon which the breakwaters will be founded,
shall be run perpendicular to the centre-line of the breakwaters and shall be spaced not more than 10
m apart. At the roundheads, radial lines shall be run with an interval of 10m arc distance.
Three longitudinal lines parallel to the breakwater on either side of the centre line shall be run by
simultaneous run deployment of Echo sounder and side scan sonar, for entire coverage of
breakwater.
All survey lines shall be extended to a horizontal distance of not less than 50 m beyond the toe
positions of the proposed breakwaters.
The survey line pattern for the approach channel shall include three longitudinal lines along the
approach channel at a spacing of 100m from either side of the centreline of approach channel.
The Side Scan sonar shall be operated at 100m range. Five additional lines of 1 km length shall be
surveyed to cover the turning circle, spaced at 100m with the centreline along the centre of the
approach channel.
During the construction of breakwater, monitoring survey of the approach channel and turning circle
shall be carried out with a similar configuration, as and when advised by Engineer-in-Charge.
7.9 Underwater Surveys of Placed Rocks
Multibeam echosounder having a good resolution will be deployed on the areas in order to survey
the core material as well as the rocks armour placed on the structure. This survey is to be carried out
for each phase of construction (when the core is trimmed on the section as well as the armour rocks
are placed on the section).
Furthermore, profiles shall be measured at intervals of 10 m along the length of the breakwater
performing at least one sounding every 1m along the slope and the berms or as directed by the
Engineer-in-Charge
Both documents, profiles as well as the 3D cloud of point in AutoCAD files resulting from the
multibeam sounding will be provided to the Engineer in Charge for his approval at least 7 days prior
to receiving the approval or corrective actions to be undertaken requests.
The survey configuration followed during the survey prior to breakwater construction shall be
adopted for comparative assessment.
No layer shall be covered by a subsequent layer until the profile of the former layer has been
approved in writing by the Engineer-in-Charge.
Measurements shall be carried out using a probe with a spherical end of diameter 0.5D
n50
. For a land-
bases survey this will generally be connected to a staff or EDM target; for an underwater survey it
will generally be a weighted bass on the end of a sounding chain. Soundings shall be carried out with
a sounding chain with a ball as stated hereunder.
Page 515 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
CONSTRUCTION SPECIFICATIONS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SP-4005 Rev. 0
Page 28 of 34

D
n50
= (W
so
/ a)
1/3
with a = density
For Fine and Light Grading a Ball diameter of 150 mm may be used.
7.10 Above Water Surveys of Placed Rocks
Rock armour above 0.0m CD, i.e. when not approachable by Survey vessel will be surveyed using
auto-downloadable digital total station. The level and position of each rock on each profile will be
measured and recorded.
The location of the staff or target on each rock will be discussed and agreed with the Engineer-in-
Charge but will generally be on the highest point of the outermost part of the rock.
Consistency of measurements is of the essence to obtain meaningful results. Profiles shall be
measured at intervals of 10m along the length of the breakwater.
7.11 Presentation of Results of placed Rocks Layers
At each profile, the actual measured profile of each part of the rock construction (core, secondary
armour and primary armour, as applicable) will be plotted on the same plot so that actual profile and
layer thickness may be compared to the specified requirements. These plots will be at a minimum
scale of 1:50.
During the progress of construction, seabed immediately ahead of the core construction will be
surveyed by the Contractor at regular intervals as specified and as directed by the Engineer-in-
Charge. All survey records will be provided to the Engineer-in-Charge. The Contractor and the
Engineer-in-Charge will jointly agree the completed profile of each layer of the structure(s), at 10
meter longitudinal intervals, or as and when directed by the Engineer-in-Charge.
No surface will be covered by a subsequent layer, until there is available a certificate based on the
above inspection and/or survey signed by both the Contractor and the Engineer-in-Charge indicating
the satisfactory completion of the each unit of construction.
7.12 ACCROPODE units surveys
ACCROPODE units surveys will be performed during construction and after construction thanks
to an accurate multibeam echo sounder of Reson Seabat 7125 type or equivalent allowing visualizing
the external envelope of the armouring and detecting possible misplacement of the toe and the
artificial amour units.
Data will be submitted to the Engineer in Charge for each placing position after completion up to the
sea level.
Specific methodology is to be deployed by the Contractor to ensure that the picture which will be
provided can be interpreted by the Engineer in Charge.
Location of the centroids of each ACCROPODE block placed on the breakwater has to be
recorded accurately and exported in a CAD drawing in 3D allowing to calculate precisely the
packing density achieved on each section of the breakwater.
7.13 Post-Construction Surveys
After completion of the construction of the breakwater a survey has to be carried out of the approach
channel, turning circle deploying multibeam echosounder and side scan sonar to establish that there
are no debris lying in the area. If any debris is located, the same has to be removed by the Contractor
at his own cost and time.
Page 516 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
CONSTRUCTION SPECIFICATIONS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SP-4005 Rev. 0
Page 29 of 34

The survey line pattern for the above surveys shall include three longitudinal lines spaced at 100m
with the central line along the centre of approach channel. Five additional lines of 1 km length shall
be surveyed to cover the turning circle, spaced at 100m with the centreline along the centre of the
approach channel.
8.0 MEASUREMENT OF WORKS
8.1 Dredging
Dredging profiles shall be as shown on the Drawings. Dredging works will be measured as the
volume between the agreed pre-dredged survey bed surface and the required cut of the dredged areas
as shown on the Drawings. No payment will be made for any material dredged beyond profile limits.
The volume of material removed shall be calculated by the method of average end areas.
For the purpose of calculation, cross sections shall be taken at intervals from the pre-dredging
hydrographical survey with sounding intervals along each cross section being a maximum of
5 metres apart.
Volumes for progress payments shall be agreed with the Engineer-in-charge on a monthly basis and
shall be based on the Contractors interim hydrographical surveys.
Pre-dredging Survey
The survey shall cover the whole area to be dredged and shall be extended to at least 100 m beyond
the actual dredging limits. This survey will coincide with the Initial Bathymetric Survey described in
7 (Surveys).
Sounding lines shall be made at intervals not exceeding 20 m or as directed by the Engineer-in-
charge.
Post dredging surveys
Post dredging surveys shall be carried out on final completion of all dredging works or any section
thereof.
The spacing of the sounding lines shall be to the approval of Engineer-in-charge. For the final survey
the line intervals shall not exceed 10 m. Closer centres may be required in places where the bottom is
composed of stiff material or broken rock or places where new works are to be constructed.
8.2 Core and Secondary Armour
Measurement for quarry rocks of core and secondary armour layer (underlayer and toes) shall be the
volume in cubic meters of the completed sections (including both rocks and empty zones constituting
the layer porosity).
Measurements will be done by comparing survey profiles realised at the presence of the
representative of the Engineer-in-charge before and at the end of the works, upon completion of each
layers to the theoretical profiles the tolerances.
Requirements for these surveying profiling are those supplied in 7.9, 7.10 and 7.11.
A. Core Material
The cost of quarrying of core shall include blasting, quarrying, transportation of material from quarry
site to yard and stock piling of material at yard.
Page 517 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
CONSTRUCTION SPECIFICATIONS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SP-4005 Rev. 0
Page 30 of 34

Cost of testing and loading of core material shall include cost of testing, sorting, screening, grading,
stacking, weighing (if asked by Engineer-In-charge), road transportation of core material from
onshore yard to load out jetty, loading at load out point in barge.
Cost of transportation and placing of core material shall include transportation of core material from
load out point to the breakwater site, placing within the theoretical profile in breakwater after
removal of soft material.
In case of placing of core material in partially built breakwater, Cost of reshaping of existing core
material and placing within theoretical limits of core section shall be dealt as separate item.
B. Rock Armours for Under layer and Berm
The cost of quarrying of rock armour shall include blasting, quarrying, , transportation of material
from quarry site to yard and stock piling of material.
Cost of testing and loading of rock armour shall include cost of testing, sorting, screening, grading,
stacking, weighing (if asked by Engineer-In-charge), road transportation of rock armour from
onshore yard to load out jetty, loading at load out point in barge.
Cost of transportation and placing of rock armour shall include transportation of rock armour from
load out point to the breakwater site, placing within the theoretical profile in breakwater (Placing of
underlayer and Berm shall be considered as combined item)
C. Big Rock Armours for Toe
The cost of quarrying of rock armour shall include blasting, quarrying, transportation of material
from quarry site to yard and stock piling of material.
Cost of testing and loading of big rock armour shall include cost of testing, sorting, screening,
grading, stacking, weighing (if asked by Engineer-In-charge), road transportation of rock armour
from onshore yard to load out jetty, loading at load out point in barge.
Cost of transportation and placing of big rock armour shall include transportation of rock armour
from load out point to the breakwater site, placing within the theoretical profile in toe of breakwater.
If requested by the Engineer-in-charge, for comparison only, also measurement of weights may be
done. The weight shall be measured using a weigh bridge before loading into barge. Bidder has to
install his own weigh bridge or make necessary arrangement for weighing of core and secondary
armour. This weight should correspond to the total mass of placed core and secondary armour
computed starting from
surveyed bulk volume (V
bs
),
armour layer porosity (n
vp
) for design and
apparent rock density (
app
).
Contractor shall provide the design armour layer porosity (n
vp
) value as a part of contractors design
while apparent rock density (
app
) shall be as per relevant Clauses of Rock Manual, CIRIA C683
2007.
For the purpose of interim payments, progress surveys should be carried out in a similar way as of
the initial and final surveys.
8.3 ACCROPODE units
A. Transportation, Installation of free issued ACCROPODE units
Page 518 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
CONSTRUCTION SPECIFICATIONS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SP-4005 Rev. 0
Page 31 of 34

Inspection and Health Check of exiting ACCROPODE units shall be done lumpsum basis. These
shall include supply of all material, labour, casting, coring, testing and reporting as per specification
etc.
Measurement of Handling and Transportation for ACROPODE concrete units shall be in numbers.
These shall include screening, handling and transportation of exiting ACCROPODE units to the
load out point including loading on barge and transportation to breakwater site.
Measurement of Installation for ACROPODE concrete units shall also be in numbers. This shall
include suitable trials if any, placing and positioning of all ACCROPODE units as per
specifications and guidance of licensor.
Above items shall be measured separately for 9m
3
and 12 m
3
ACROPODE concrete units.
B. Fabrication, Transportation and Placing of New ACCROPODE units
Measurement of fabrication for ACROPODE concrete units shall be in numbers. These shall
include supply of all material, labour, casting, coring, testing and reporting as per specification and
transportation of ACCROPODE units to the load out point including loading on barge.
Measurement of Transportation for ACROPODE concrete units shall be in numbers. These shall
include handling and transportation of exiting ACCROPODE units to the load out point, loading
on barge and transportation to breakwater site.
Measurement of placing of ACCROPODE units shall also be in numbers. This shall include
suitable trials if any, placing and positioning of all ACCROPODE units as per specifications and
guidance of licensor.
C. Dismantling and Re-installation of existing ACCROPODE units
Measurement for Dismantling and Re-installation of existing ACCROPODE units shall be in
number of units placed. This shall include removal ACCROPODE units from the provisional
roundhead, verifications and again placing of these ACCROPODE units in breakwater design
profile.


Page 519 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
CONSTRUCTION SPECIFICATIONS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SP-4005 Rev. 0
Page 32 of 34

APPENDIX-1: BESIX-KIER GRADING OF ROCKS
1.0 GRADING OF ROCK ARMOUR UNITS
The grading given below were used in the earlier design of Besix and Kier, and is given for
information purposes only. The Contractor shall re-confirm the acceptability of these gradings. Any
change in grading shall require approval by Engineer-in Charge.
The system is analogous to Particle Size Distribution charts for aggregates but the horizontal axis is
the weight of a rock instead of a sieve size, and the vertical axis is the cumulative percentage by
weight of all rocks in a given sample that are lighter than, instead of the percentage passing.
Rather than using grading envelopes drawn on a cumulative plot to define the limits of standard
grading, the system adopted here refers to a series of specified weights of stones (rock sizes a, b, c
and d in increasing size order) and the associated allowable range of y, the cumulative
percentage by weight lighter than values.
Armour
Class
Rock sizes (MT)

Wem (MT)
(a) (b) (c) (d) Min Max
A
B
C
D
E
1.00
2.40
0.75
0.34
0.17
1.50
3.50
1.10
0.50
0.25
3.00
7.00
2.20
1.00
0.50
4.50
10.50
3.30
1.50
0.75
2.00
4.75
1.50
0.68
0.34
2.40
5.55
1.75
0.79
0.39
Allowable
range of y
y<2% 0%<y<10% 70%<y<100 97%<y

Only Armour Class A shall be used in the works for rock armour units for breakwater.

2.0 GRADING OF CORE STONE
The grading given below was used in the earlier design of Besix and Kier. Any change in grading
shall require additional engineering and approval by Engineer-in Charge.
Core Stone
Class
Core Stone Size (kg)

Wem (MT)
(a) (b) (c) (d) Min Max
A 1 5 1000 1500 80 500
Allowable
range of y
y<2% 0%<y<10% 70%<y<100 97%<y



Page 520 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
CONSTRUCTION SPECIFICATIONS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SP-4005 Rev. 0
Page 33 of 34

3.0 QUALITY CONTROL
Sampling and testing schedule for other classes of Armour used by Besix and Kier.
Grading
Wem
Tonnes
Frequency of Testing Sample Size
Armour
Class B
4.75 to 5.55 Every 10000 tones 105 Tonnes
Armour
Class C
1.50 to 1.75 Every 5000 tones 140 Tonnes
Armour
Class D
0.68 to 0.79 Every 5000 tones 70 Tonnes
Armour
Class E
0.34 to 0.39 Every 5000 tones 35 Tonnes


Page 521 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
CONSTRUCTION SPECIFICATIONS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-SP-4005 Rev. 0
Page 34 of 34












APPENDIX-2: BASIC SPECIFICATIONS FOR ACCROPODE PRODUCTION AND PLACING





Page 522 of 615
ABSTRACT OF
ACCROPODE
TM
TechnicaI Specifications
Warning: Iimited vaIidity
Page 523 of 615
ABSTRACT OF
ACCROPODE
TM
TechnicaI Specifications
Presentation Note
Page 524 of 615
Contents
Page 525 of 615
I IN NT TR RO OD DU UC CT TI IO ON N
n relation to its specialised activity in coastal
engineering, Sogreah Consultants
(SOGREAH), Licensor of the ACCROPODE
Technique has designed and developed a
special system of artificial armour blocks for
defences protecting maritime and river
structures against waves and currents,
together with a specific unit fabrication process
using moulds.
The artificial units referred to hereinabove are
known under the trade name
"ACCROPODE" which is a distinctive
TRADEMARK registered internationally.
This Technique is marketed exclusively by CL
(Concrete Layer nnovations), a subsidiary
company of SOGREAH, authorised to grant
ACCROPODE Sub-Licences.
The original shape of the ACCROPODE
blocks makes them suitable when used as
armour facing, enabling them to be placed in a
single layer and thus making substantial
savings.
The block fabrication and placing methods
were developed on-site and in a laboratory
thanks to the experience acquired with
ACCROPODE on great number of projects.
The CONTRACTOR shall comply with all
Sub-Licence requirements associated with
the use of these concrete armour blocks and
obtain the conditions for their use from CL
whose coordinates are given below.
Generally, it has always been CL's policy to
continuously improve its products. CL
therefore reserves the right to make changes
in guidelines and specifications and to make
additions or improvements to its products
without incurring any obligation to
incorporate the new changes on previous
applications.
Once the ACCROPODE Sub-Licence
contract is in force, technical assistance will
be provided by CL to the CONTRACTOR.
Technical assistance to the CONTRACTOR
has proved to be essential on past projects.
CL experienced staff organises training
sessions for the team on site, speeding up
the learning process, aiming at achieving
positive effect on production rates and quality
of the works.
This assistance will help insure that the
breakwater armour will be built to the
required standards, consistent with the
DESGNER's original design and tested
scheme.
L LE EG GA AL L P PR RO OV VI IS SI IO ON NS S
This document is an abstract from the
TECHNCAL NFORMATON DOCUMENT
(TD) referred to in the contract granting the
right to use the ACCROPODE technique
for this project.
The CONTRACTOR is required to comply
with the legal provisions in force.
ACCROPODE is trademark of Sogreah
Consultants- France. CL is acting as the
official licensee of SOGREAH.
This document is provided to
DESIGNERS and CONTRATORS before
the construction stage to aIIow them to
carry out their preIiminary tasks. The fuII
TID shaII be suppIied to the
CONTRACTOR before the start of the
construction works once the sub-Iicense
contract is effective.
No totaI or partiaI reproduction of this
document is permitted without the prior
written approvaI from CLI.
All rights reserved.
Tous droits rservs
Page 526 of 615
C CL LI I C CO OO OR RD DI IN NA AT TE ES S
3, cour du 56, Avenue MarceI DassauIt
B.P. 50 510 - 37 205 Tours Cedex 3 - France
TeI : + 33(0)247741810
Fax : + 33(0)247741812
Site internet : www.concretelayer.com
EmaiI : cli@concretelayer.com
P PR RE ES SE EN NT TA AT TI IO ON N O OF F T TH HE E T TI ID D A AN ND D A AI IM M
The SPECFCATONS section of the TD document
corresponds to the bases of the ACCROPODE technique.
The SPECFCATONS are the compulsory requirements
that must be followed to achieve the quality standards of the
ACCROPODE trademark and meet the characteristics
defined by the international patent registered in the name of
SOGREAH. The project specifications can be used if the
variations from the CL's specifications are compatible with
the ACCROPODE technique and approved by the
Designer of the structure.
La TECHNCAL NFORMATON section is based on
feedback that CL has received from many different
construction sites supervised over the years.
The TECHNCAL NFORMATON is given for guidance,
illustrating the conceptuaI aspects of the techniques that
have been used on site. This information is not binding, but
given simply to assist the CONTRACTOR in making the right
choices when using the technique.
The data sheets are documents to help provide the
CONTRACTOR with additional information on particular
points of the structure or on working methods.
They may be obtained on request by the CONTRACTOR.
Construction of an ACCROPODE armour in
compliance with the ACCROPODE
technique, to ensure that the hydraulic
stability characteristics define by the
DESGNER is achieved.
The final objective can only be achieved if
attention is paid to quality and safety at all
times.
Page 527 of 615
P PR RO OV VI IS SI IO ON NS S C CO ON NC CE ER RN NI IN NG G S SA AF FE ET TY Y
A CONTRACTOR who has been granted the
ACCROPODE Sub-license is fully
responsible for implementing the said contract
in conformity with the safety requirements
stipulated by the laws in force in the country
where the technique is used.
CL cannot be held responsible for any failure
to comply with such safety regulations.
The CONTRACTOR who uses this technique
is fully responsible for applying all safety
regulations.
The technical documentation provided by CL
describes only conceptuaI aspects of the
use of the technique and must be adapted by
the CONTRACTOR to ensure the complete
safety of people on site in conformity with
international regulations and those in force in
the country where the blocks are fabricated or
used.
T TE EC CH HN NI IC CA AL L A AS SS SI IS ST TA AN NC CE E F FR RO OM M C CL LI I
The technical assistance provided by CL is
intended to help the CONTRACTOR apply the
ACCROPODE technique correctly.
This technical assistance is based on
feedback from numerous projects involving
the use of the ACCROPODE technique
throughout the world.
CL carries out technical assistance
assignments at the CONTRACTOR's request
and at dates agreed with him. The technical
content of the assignment is defined by the
CONTRACTOR and CL's specialist on the
basis of his first observations on site and on
the basis of information obtained prior to the
visit.
The quality of the technical assistance will
depend on the accuracy and regularity of the
documents submitted to CL. t is in the
CONTRACTOR's own interest to keep CL
informed of the progress of works in order to
obtain assistance that will keep the work
moving ahead and ensure the success of the
application.
The documents required by CL enable it to
assess and evaluate in detail the assistance
needed by the CONTRACTOR to achieve his
objective.
The project ENGNEER is responsible for the
correct and successful implementation of the
project according to the ACCROPODE
technical specifications.
The CONTRACTOR is responsible for
construction of the project according to the
specifications, and as directed by the
ENGNEER. CL provides technical
assistance to the CONTRACTOR according
to the Sub-Licence contract with the
CONTRACTOR.
Page 528 of 615
S ST TA AN ND DA AR RD DS S
The standards used for implementing the ACCROPODE technique are European ones.
However, the CONTRACTOR may choose to use other equivaIent standards.
The following is a list of the standards used.
NF EN 196-1 August 1995 Methods of testing cement - Part 1: Determination of strength
NF EN 196-2 August 1995 Methods of testing cement - Part 2 : chemical analysis of cement
NF EN 196-3 August 1995
Methods of testing cement - Part 3 : determination of setting times and
soundness
NF EN 196-7 August 1990
Methods of testing cement - Part 7 : methods of taking and preparing
samples of cement
NF EN 196-21 August 1990
Methods of testing cement. Determination of the chloride, carbon dioxide
and alkali content of cement
NF EN 197-1 October 2001
Cement - Part 1 : composition, specifications and conformity criteria for
common cements
NF EN 197-2 February 2001 Cement - Part 2 : conformity evaluation
NF EN 206-1 ApriI 2004 Concrete - Part 1 : specification, performance, production and conformity
NF EN 450 October 2005
Fly ash for concrete - Part 1 : definition, specifications and conformity
criteria
NF EN 932-1 December 1996 Tests for general properties of aggregates. Part 1 : methods for sampling
NF EN 933-1 December 1997
Tests for geometrical properties of aggregates. Part 1 : determination of
particle size distribution. Sieving method
NF EN 933-2 May 1996
Tests for geometrical properties of aggregates. Part 2 : determination of
particle size distribution. Test sieves, nominal size of apertures
NF EN 933-3 March 1997
Tests for geometrical properties of aggregates. Part 3 : determination of
particle shape. Flakiness index
NF EN 933-8 August 1999
Tests for geometrical properties of aggregates. Part 8 : assessment of
fines. Sand equivalent test
NF EN 933-9 August 1999
Tests for geometrical properties of aggregates - Part 9 : assessment of
fines - Methylene blue test
NF EN 934-2 September 2002
Admixtures for concrete, mortar and grout - Part 2 : concrete admixtures -
Definitions, requirements, conformity, marking and labelling
NF EN 1008 JuIy 2003
Mixing water for concrete - Specification for sampling, testing and
assessing the suitability of water, including water recovered from
processes in the concrete industry, as mixing water for concrete
NF EN 1097-3 August 1998
Tests for mechanical and physical properties of aggregates - Part 3 :
determination of loose bulk density and voids
NF EN 1097-6 June 2001
Tests for mechanical and physical properties of aggregates - Part 6 :
determination of particle density and water absorption
NF EN 1354 May 1997
Determination of compressive strength of lightweight aggregate concrete
with open structure
NF EN 1367-1 ApriI 2000
Tests for thermal and weathering properties of aggregates - Part 1 :
determination of resistance to freezing and thawing
NF EN 1744-1 September 1998 Tests for chemical properties of aggregates. Part 1 : chemical analysis
NF EN 12350-1 December 1999 Testing fresh concrete - Part 1 : sampling
NF EN 12390-1 October 2001
Testing hardened concrete - Part 1 : shape, dimensions and other
requirements for test specimens and moulds
NF EN 12390-2 October 2001
Testing hardened concrete - Part 2 : making and curing specimens for
strength tests
NF EN 12390-5 October 2001 Testing hardened concrete - Part 5 : flexural strength of test specimens
NF EN 12390-6 October 2001
Testing hardened concrete - Part 6 : tensile splitting strength of test
specimens
NF EN 12620 August 2003 Aggregates for concrete
NF EN 12878 September 2005
Pigments for the colouring of building materials based on cement and/or
lime - Specifications and methods of test
PR NF EN 14754-1 September 2003
Curing compounds - test methods - part 1: determination of water
retention efficiency of common curing compounds
NF P 15-317 September 1995 Hydraulic binders - Sea-water resisting cements
Rock ManuaI 2009 Manual for the use of rock in hydraulic engineering
Page 529 of 615
ABSTRACT OF
ACCROPODE
TM
TechnicaI Specifications
Warning: This document has been updated at the date of issuance by
CLI. The updates incIude important improvements for a proper
impIementation of the works. It is recommended to obtain the Iast
update by contacting CLI.
Page 530 of 615
Contents
Page 531 of 615
1. CHARACTERISTICS OF THE ACCROPODE"
BLOCK
1.1 - GEOMETRIC CHARACTERISTICS
The unit shape is defined and must be respected to ensure that the armour facing attains the
necessary hydraulic stability performance. This document refers to the ACCROPODE unit
developed in the early 1980s, this is named the first-generation ACCROPODE unit, as opposed to
the second-generation ACCROPODE unit (called ACCROPODE ) patented in 2000.
VoIume V (m) V = 0.34 H
3
1 2 3 4 5 6 8 10 12 14 16 18 20 22 24 28
bIock Height H (m) H = (V/ 0.34)
1
/3 1.43 1.81 2.07 2.27 2.45 2.60 2.87 3.09 3.28 3.45 3.61 3.75 3.89 4.01 4.13 4.35
Armour thickness T (m) T = 1.29 Dn 1.29 1.63 1.86 2.05 2.21 2.34 2.58 2.78 2.95 3.11 3.25 3.38 3.50 3.61 3.72 3.92
Intermediate sizes are avaiIabIe on request.
1.2 - ACCROPODE" BLOCK DRAWINGS
The following drawings are supplied by CL in accordance with the sub-licence for preparing the
formwork drawings.
The block shape must be scrupulously reproduced in order to guarantee the structural capability and
stability of the ACCROPODE block.
Content of drawings
001 Shape definition drawing
002 Drawings of individual plates
003 Simplified formwork drawing (this is not a working drawing)
Page 532 of 615
2. ACCROPODE" BLOCK FORMWORK
2.1 - FORMWORK PRINCIPLE
The formwork principle is shown in drawing no. 003, "Simplified formwork drawing".
The ACCROPODE formwork consists of two symmetrical, bottomless half-shells that can be
separated. They are assembled to create a mould into which the concrete is poured.
The two half-shells are struck using a jack that presses on the end of the noses, thus detaching the
form from the ACCROPODE block.
2.2 - DESIGN
The Contractor is responsible for designing the formwork and all ancillary parts. The design must
comply with all standards in force. Safety devices such as access gangways must be sized in
accordance with local legislation.
2.3 - FORMWORK FABRICATION TOLERANCE
All parts of the formwork must be welded together using a jig, the dimensions of which must be
checked before any assembly takes place. The tolerances are as follows:
1. Jig: 1mm
2. Dimensions of individual plates: 1mm
3. Formwork assembly: dimensions of H (mm) = +/- [5mm + (H/1000)]
4. The volume of the block produced with the form must be at least equal to the theoretical
volume
Page 533 of 615
3. FABRICATION OF ACCROPODE"BLOCKS
3.1 - CONCRETE
3.1.1 - Main characteristics of concrete
The present specifications are given in relation to standard EN NF 206-1
Criteria Specifications
Minimum 28-day strength for bIocks 4m
3
C25/30 (25 MPa on cylinder and 30 MPa on cube)
Minimum 28-day strength for bIocks > 4m
3
C30/37 (30 MPa on cylinder and 37 MPa on cube)
Maximum compressive strength (cyIinder) 55 MPa (indicative value)
Exposure cIass XS3: Parts of marine structures, tidal range area subject to splashing
Minimum 28-day tensiIe strength - BIocks 4m
3
BraziIian test / Fct,sp
2.5 Mpa
Minimum 28-day tensiIe strength - BIocks > 4m
3
BraziIian test / Fct,sp
3.0 MPa
Minimum density As per designer's requirements
Maximum W/C ratio 0.45
Minimum equivaIent binder content (cement +
additives). To be adapted depending on size of
aggregates.
Cf. tabIe EN NF 206.1 Tab NA F1
350 kg/m
Maximum temperature of concrete on pIacing 30C (indicative value)
Maximum hydration temperature 65C (indicative value)
Aggregate quaIity EN NF 12620, and see section 3.1.4
Not frost-riven, alkali-reactive or aggressive for the other
constituents of the concrete.
Aggregates may be crushed or rounded
Category LA 35 or Micro Deval 30
Maximum diameter of aggregates (recommended
size)
40 mm 6m and 60 mm > 6m
WorkabiIity: consistency S2 to S4
Use of admixtures: authorised within the limits set in standard EN NF 934.2.
Use of cement additives authorised within the limits set in standard EN NF 206-1 annex NA F1.
Maximum aggregate diameter: see also Technical nformation: Properties of Aggregates.
3.1.2 - Other characteristics
The compression values given below are those for cyIinders. The following relation should be used to
determine equivalent values for cubes:
F
ck
CyIinder =0.8 x F
ck
Cube (ref. BS 1881)
BIocks 4m
3
BIocks between 5m
3
and 15m BIocks above 15m
Minimum strength for form striking Fck CyI 6 MPa 7 MPa 10 MPa
Minimum strength for handIing Fck CyI 15 Mpa 20 MPa 25 MPa
Minimum strength for pIacing Fck CyI 25 MPa 30 MPa 30 MPa
BIock weight
Weight at least equal to the
weight taken into account in
the studies or given by the
designer of the structure.
Weight at least equal to the
weight taken into account in the
studies or given by the designer
of the structure.
Weight at least equal to the
weight taken into account in
the studies or given by the
designer of the structure
Page 534 of 615
These values are given for general situations, and are to be used in all cases that do not call for any
particular precautions. However, the Contractor may propose lower values if he can provide proof that
they do not affect the structural integrity of the block.
3.1.3 - DurabiIity of concrete
The durability of the materials to be used must be in accordance with the structure designer's
stipulations. n addition, the Contractor must use materials that are compatible with the environment in
which the blocks are to be used. Exposure class XS3 has been chosen as it takes into account
aggression from the surrounding environment in which the armour blocks are to be used.
Characteristics of the class XF4 will be taken into account in case of frost.
Furthermore, the Contractor must take special care in choosing the cement to be used and the quality
of the aggregates. They must be compatible with the durability required by the structure's designer.
Recommendations are given in the Technical nformation document.
3.1.4 - Production monitoring
The fabrication of ACCROPODE blocks must be subject to quality control. A production tracing
system must be introduced. This must comprise the following at least:
Traceability of concrete composition and components.
dentification of blocks using a single number.
Appropriate concrete quality testing to ensure that production corresponds in every respect with the
standards or specifications.
A concrete design mix test.
A trial mix test.
Concrete inspection tests.
The recommended tests and sampling procedures are those given in standard EN NF 206.1
3.2 - GENERAL SIMPLIFIED FABRICATION PROCEDURE
3.2.1 - InstaIIing the formwork
The formwork must be installed in a stable, clean area. t must be oiled with a form striking agent
enabling the block to be removed without damage.
The formwork must be positioned so that it is stable throughout the operations and perfectly
watertight.
3.2.2 - Pouring
Concrete must be poured in layers of suitable thickness to ensure adequate compaction.
The concrete must not fall from a height of over 2 metres.
Page 535 of 615
3.2.3 - Vibration
Each layer of concrete must be vibrated to remove air bubbles and ensure adequate compaction. The
degree and duration of vibration must be adapted to ensure that it fulfils its role, but special care must
be taken to avoid any segregation of the concrete constituents.
3.2.4 - Setting and hardening
f weather conditions (temperature, wind, sun and rain) prevent the concrete from setting and
hardening correctly, precautions must be taken to limit these effects.
3.2.5 - Form striking
Forms are struck when the concrete has reached the strength specified in section 3.1.2. Forms are
struck by applying a force to the front protuberance with the jack. No tensile stress must be exerted on
the block.
3.2.6 - Curing
Blocks must be cured after being removed from the forms, either with a chemical or with water
(14 days in the case of water), to prevent the water from evaporating quickly.
3.2.7 - Transporting bIocks
Blocks are to be transported when they have reached a structural strength at least equivalent to that
given in section 3.1.2.
3.2.8 - Storage
Blocks are to be stored vertically or tilted. Blocks less than 6 m may be stored in two layers. The
ground must be able to support the weight without any differential settlement or scouring that could
destabilise the blocks.
Page 536 of 615
4. ACCROPODE" ACCEPTANCE CRITERIA
4.1 - BLOCK CLASSIFICATION
BIocks must have no surface or structuraI defects. However, certain minor defects are
without consequence for the integrity of the block and may be tolerated within certain limits specified in
the TD.
Blocks are classified into three categories A, B, C depending on their condition.
Category A
The bIocks compIy fuIIy with the
requirements
Accepted as they are and validated for placing
Category B The bIocks have minor defects
Accepted as they are or minor repairs required. These
blocks will be placed in selected, less exposed areas
Category C The bIocks have major defects
These blocks are rejected and must not be used on
the structure
4.2 - BLOCK WEIGHT
The weight of the blocks must be no less than that specified by the structure's designer. Otherwise,
new studies will have to be undertaken and approved by the designer in order to assess the stability of
the armouring.
Page 537 of 615
5. AMROUR UNDERLAYER AND TOE
5.1 - PRESENTATION
The underlayer of the concrete armour consists of natural rockfill but other materials such as shattered
concrete may be included when the structure's designer has clearly specified this.
The size and characteristics of the underlayer rockfill are defined by structure's designer. However the
following principles are recalled to ensure that the underlayer is suited to the armour:
Rocks must be sufficiently large to prevent them from escaping through the armour. f they should
have large flat surfaces they must not create any slip plane. Underlayer placing tolerances must be
observed regardless of the size of the rocks used.
5.2 - GEOMETRIC CHARACTERISTICS OF THE
UNDERLAYER
The table below defines the main standard characteristics recommended by CL for the underlayer
rockfill. These data comply with the Rock Manual 2009.
UnderIayer rockfiII
Category Item VaIues Note
Grading
Unit weight of rockfiII
N.U.L.
N.L.L.
The weight of the rockfill must meet the
conditions defined in the Rock Manual 2009.
N.U.L=0.14 x weight of part of armour
N.L.L.=0.07 x weight of part of armour
Dimensions
L+G/2E 3 and
L/E<3
L: largest dimension
G: largest measurable dimension perpendicular
to direction L
E largest dimension perpendicular to plane LG
UnderIayer
toIerance
LocaI defects in underIayer +/-H/6
Measured vertically. H is the height of an
armour block valid at all points of the
underlayer, or else on berms.
GeneraIised deviation of the
underIayer
+/-H/10
Measured on 3 profiles spaced no more than
10 m apart
The here above table defines the theoretical rock fill of the underlayer in compliance with the
standards. t is nevertheless accepted deviances from plus or minus 30% of the limits NLL and NUL.
The rock fill characteristics are given to the Designer opinion.
n the case, the underlayer does not match the two characteristics of the two last lines in the here
above table, there might be important consequences on the ease of the ACCROPODE units
placement.
Page 538 of 615
5.3 - CHECKING THE UNDERLAYER
5.3.1 - Purpose
The underlayer must be suitable for placing the armour blocks. The underlayer must comply in every
respect with the tolerances defined in table 5.2 and must be stable during placing. Rockfill must not be
able to become detached from the underlayer when the armour blocks are being placed.
5.3.2 - Equipment
The Contractor is free to choose the type of equipment to be used for measuring the underlayer.
t may be mechanical (soundings along the underlayer) or electronic (single- or multi-beam sonars).
5.3.3 - Minimum method
1 profile every 10m along the breakwater. This minimum may be lowered to 5 m in complex areas.
Each profile will involve at least one sounding every H m (H = block height) along the slope, taking
care to investigate precisely the foot of the underlayer, the horizontal berm and the crest of the
underlayer, The berm at the foot of the structure is measured over a minimum distance of 2H from
the angle formed by the slope and flat part of the structure.
The fact that the profile surveys can be spaced up to 10 m apart does not alter the requirement that
the tolerance must be observed at all points of the underlayer.
The Contractor must take all necessary measures to ensure that this tolerance is observed between
profiles. f necessary the profiles can be surveyed much closer together.
5.3.4 - AdditionaI inspection
The underlayer must be inspected visually both above and under water to ensure that it is compatible
with placing the armour blocks.
Armour block placing must not begin under any circumstances until the underlayer has been validated
by the Engineer.
Page 539 of 615
6. PLACING ACCROPODE" BLOCKS
6.1 - AIM
The aim of placing work is to obtain a stable armouring that complies with the fundamental principles
of the ACCROPODE technique:
Placing density within the limits set out in section 6.5.
Blocks are in a single layer and no block must be out of profile (less than 1/3 of the block outside
the armour). Each block is in contact with the underlayer.
Blocks are interlocked with one another and not free to move.
The lozenge-shaped grid is used everywhere. Local exceptions are tolerated.
The underlayer rock fill cannot escape if there are any gaps between blocks.
Blocks are placed in mostly varied attitudes.
6.2 - PLACING DRAWINGS
6.2.1 - GeneraI principIes for pIacing drawings
Placing drawings for the armour blocks are supplied by CL. Placing drawings are prepared by CL on
the basis of drawings provided by the Contractor. These may be as-built drawings of the underlayer,
or theoretical working drawings of the structure. The placing drawings give the theoretical x and y
coordinates of the centre of gravity of each block to be placed. They are based on a grid principle that
defines a compulsory placing density.
The drawings may also indicate a z coordinate when a positioning system requiring a third dimension
is used.
The first row of blocks must be placed as accurately as possible. The maximum tolerance with respect
to the target will be H/12.
There is no tolerance with respect to the target for the higher rows. nterlocking the block with the row
below is given priority.
n contrast, the placing drawing provides a constant reference to the placing density, which is vital for
the stability of the armour.
6.3 - PARTICULAR MINIMUM CONDITIONS FOR PLACING
ARMOUR BLOCKS
6.3.1 - Positioning system
ACCROPODE blocks are to be placed using equipment that can place them both above and under
water in accordance with the coordinates provided by CL with the placing drawings. The equipment
may be mechanical or electronic of the DGPS type or a GPS-RTK, an underwater positioner or
Posibloc placing assistance system.
Accuracy at the block release hook must be at least H/12.
The system must also record the final position of the block to within H/12. t must be possible to export
the points recorded to an AutoCAD file in order to calculate the density with reference to the placing
drawings.
Block placing by sight is authorised above water, but is essential to record the real coordinates of the
blocks.
Page 540 of 615
6.3.2 - PIacing under water
As the blocks must be interlocked, it is essential for underwater placing to be assisted and checked,
either by an underwater viewing system or by supervisors. The supervisors must have the adequate
qualification in order to ensure that the blocks are perfectly interlocked and that the placing rules have
been observed. Divers must be used when placing blocks underwater, and strict compliance with
safety regulations is essential.
6.4 - PLACING DENSITY
Placing density is an important factor for the stability of the armour. Placing density varies depending
on the interlocking of the blocks on site. Regular calculations must be performed to check the placing
density and ensure that is kept within acceptable proportions.
6.4.1 - CaIcuIation of pIacing density
The placing density is calculated area by area, but measurements must be performed in all parts of
the breakwater. A density calculation must also be performed for the upper berm.
6.4.2 - PIacing density toIerances
For the side slope: the actual placing density must be between 95% and 105% of that shown on the
theoretical placing drawing.
For the berm: the actual placing density must be between 95% and 105% of the theoretical number of
blocks per 100 m given by CL.
6.5 - CALCULATION OF THEORETICAL NUMBER OF
BLOCKS TO PLACE
The Contractor is responsible for calculating the final number of blocks to fabricate and place on the
structure.
At the beginning of work on site, the Contractor must make a precise estimation of the number of
blocks needed for the structure. This estimation involves a theoretical calculation based on the
number of blocks per 100 m indicated by CL and the area to be covered.
6.6 - VALIDATION OF THE ARTIFICIAL BLOCK ARMOUR
The artificial block armour must be inspected by the Owner or his representative with a view to
performing acceptance procedures. The Owner will accept the works with or without reservations. The
inspection will concentrate on the points referred to in section 6.1, which defines the armour
acceptance criteria.
For the inspection to go smoothly, the Contractor must forward the Technical Specifications to the
Owner or his representative.
Any provisional acceptance procedures must be performed as work progresses.
Page 541 of 615
7. DOCUMENTS TO BE PRODUCED FOR THE
STRUCTURE
The Contractor using the technique must introduce a system for monitoring the quality of placing on
the structure.
Documents handed to CLI are for information purposes only and CLI may express its technical opinion
on them. The documents to be handed to the Engineer/Owner are those for monitoring works
implementation.
The Contractor is left to choose the monitoring system, but the following documents at least must be
produced:
DOCUMENTS TO PRODUCE
Engineer/Owner
For checking
CLI
For information
TheoreticaI drawings of the structure (pIan view/typicaI
sections)
At least 3 weeks before starting
works
DetaiIed bIock fabrication procedure Before starting fabrication Before starting fabrication
Inspection of form dimensions Before starting fabrication Production of forms
Concrete design mix documents Before producing blocks Before producing blocks
Concrete triaI mix documents
Before industrial block
production
Before industrial block
production
TraceabiIity sheet for each bIock During block production First month of fabrication
BIock weights During block production First month of fabrication
Concrete inspection/traceabiIity records During block production First month of fabrication
DetaiIed procedure for pIacing the underIayer and armour
bIocks
Before start of block placing Before start of block placing
ProfiIes of the underIayer every 5m at most
UnderIayer inspection report
Throughout works First month of placing
Photographs of the underIayer Throughout works First 100 metres
BIock pIacing monitoring sheet Throughout works First 50 blocks
As-buiIt drawings of bIock pIacing (AutoCAD format) Throughout works End of works
Density caIcuIations area by area over the entire structure As placing progresses First month of placing
Periodic survey of settIement reference points
End of works unless anomaly
observed
f anomaly observed
Photos or videos of pIacing both under and above water Throughout works
First month and particular
areas
POSIBLOC" fiIes (if used) Throughout works First month
MonthIy bIock pIacing "Progress report". Monthly, before 5th of month
Page 542 of 615



COMPLETI ON OF THE DABHOL BREAKWATER (INDI A)

REPORT R3

SPECIFICATIONS FOR THE INSPECTION OF
THE ACCROPODE BLOCS STORED AT LAND

ARTELIA Eau & Environnement
Branche MARITIME
6 rue de Lorraine
38130 - Echirolles
Tel. : +33 (0) 4 76 33 40 00
Fax : +33 (0) 4 76 33 43 33



DATE : 31
ST
MAY 2013 REF : 8 71 41 57 R3 - CGL Coteba & ARTELIA, same team, enhanced expertise
Page 543 of 615
GAIL & EIL
COMPLETION OF THE DABHOL BREAKWATER
ACCROPODE INSPECTION SPCIFICATIONS

MAR/8 714157 / R3 V01 / CGL / 31
ST
MAY 2013 I

N - 8 71 4157 Report R3




1 First issue CGl MFs Psi 31/05/2013
Version Description Redaction Checked Approved Date
Page 544 of 615
GAIL & EIL
COMPLETION OF THE DABHOL BREAKWATER
ACCROPODE INSPECTION SPCIFICATIONS

MAR/8 714157 / R3 V01 / CGL / 31
ST
MAY 2013 A
TABLE OF CONTENTS
1. CONTEXT AND OBJECTIVES ______________________________________ 1
2. SPECIFICATIONS __________________________________________________ 2
2.1. CLI SPECIFICATIONS __________________________________________________________ 2
2.2. IDENTIFICATION OF THE ACCROPODE UNITS _____________________________ 2
2.3. VISUAL INSPECTIONS _________________________________________________________ 2
2.4. NON DESTRUTIVE TEST ______________________________________________________ 3
2.5. DESTRUCTIVE TESTS _________________________________________________________ 3
2.5.1. CONCRETE PARAMETERS __________________________________________________3
2.5.2. CRACKS DETERMINATION __________________________________________________4
3. BLOCKS CLASSIFICATION _________________________________________ 5
4. GENERAL REPORTING ___________________________________________ 6
5. STORAGE AFTER INSPECTION ___________________________________ 7

APPENDIX A ACCROPODE UNITS ACCEPTANCE CRITERIA (CLI)
APPENDIX B ABSTRACTS OF ACCROPODE BASIC SPECIFICATIONS
(CLI)
oOo
Page 545 of 615
GAIL & EIL
COMPLETION OF THE DABHOL BREAKWATER
ACCROPODE INSPECTION SPCIFICATIONS

MAR/8 714157 / R3 V01 / CGL / 31
ST
MAY 2013 1
1. CONTEXT AND OBJECTIVES
Further to the initial stages of the DABHOL RGPPL project, the 2,300m breakwater was not yet
completed. However several thousand of ACCROPODE units have been fabricated for the
project. Some of them have been placed on the 500 first meters of the structure, but approximately
7000 units were remaining at the stock yard. These units have been fabricated in the years 2000
and 2001.
It is necessary to perform a checking of these units in order to assess if they can still be used on
the breakwater project as primary armour.
The units are stored close to each other on a double layer. A detailed inspection requires removing
all of the units from the present storage areas.
These specifications concern the inspection to be done of the ACCROPODE units stored on the
storage yard area, to assess whether they can be used on the breakwater as primary armour.
oOo


Page 546 of 615
GAIL & EIL
COMPLETION OF THE DABHOL BREAKWATER
ACCROPODE INSPECTION SPCIFICATIONS

MAR/8 714157 / R3 V01 / CGL / 31
ST
MAY 2013 2
2. SPECIFICATIONS
Two aspects have to be considered for these inspections:
Aspects of the blocs
Testing of the concrete used for the fabrication (destructive and non-destructive tests)
In order to assess the quality of the units produced, destructive test will have to be performed as
well as visual inspection.
2.1. CLI SPECIFICATIONS
The base documents for the assessment of the ACCROPODE conditions are:
CLI acceptance criteria to assess the blocks conditions (Appendix A),
Abstracts of CLI specifications for the ACCROPODE units, including in chapter 3.1
specifications for the concrete (Appendix B).
The ACCROPODE units inspected on the casting yard have to comply with both the concrete
specifications and the acceptance criteria.
2.2. IDENTIFICATION OF THE ACCROPODE UNITS
All of the units will have to be clearly identified with a single number.
If the number written initially at the casting time is still visible, a form has to be drafted in order to
maintain the relationship between the new numbering system and the previous one. This form will
indicate the date of inspection, the new number and the corresponding former number.
For each of these units, a single inspection form will be drafted: This form will be used all
through the inspection process in order to report the block quality details in terms of aspects and
concrete results when they are available. This form will also include a general picture of each block
displaying the new identification number and if necessary additional details (Major crack, honey
combing). This new number is to be kept until the unit find its final position on the breakwater.
2.3. VISUAL INSPECTIONS
Foreword: Visual inspections have to be conducted for each block. It implies to remove all of the
units and inspect them one by one visually. Suitable equipment mobilisation as well as trained work
forces is required for this operation.
The ACCROPODE acceptance criteria provided in Appendix A will be used as a guide for
conducting the visual inspections. The blocks will be categorized in function of the visual defects.
Units having important cracks will be discarded from the stock for further investigations (see
destructive tests chapter).
The visual inspections will focus on:
Blow holes
Loss of laitance
Spalling and broken edges
Honney combing
Page 547 of 615
GAIL & EIL
COMPLETION OF THE DABHOL BREAKWATER
ACCROPODE INSPECTION SPCIFICATIONS

MAR/8 714157 / R3 V01 / CGL / 31
ST
MAY 2013 3
Cold joints
Bleeding
Cracks
Reporting:
Report shall include a daily operations report, tables with records on measurements and
observations, a photographic report on a soft report format A copy of the forms will be provided to
EIL as soon as they become available. The original document is to be kept for further records.
2.4. NON DESTRUTIVE TEST
The objective is to provide further information regarding the concrete on a significant number of
units.
Second step
30 units will be randomly selected in the stock of units and separated from the stock while
performing the Schmidt hammer test..
All of these 30 units will be used for conducting destructive tests. Refer to section 2.5 destructive
tests.
Artificial concrete units where coring has been performed will be classified as category B.
First step:
10% of the blocks will be tested on the whole stock for non-destructive tests (Schmidt hammer)
performing at least 5 tests on each block randomly selected in the stock. All of these tests will be
recorded in the single inspection form.
Reporting:
As soon as the first 50 blocks results become available they must be issued to EIL who will decide
the procedure for further inspections.
Beyond these 50 first results, the following results will be provided on weekly bases to EIL.
2.5. DESTRUCTIVE TESTS
2.5.1. Concrete parameters
The objective is to provide detailed information regarding the compressive and the tensile strength
of the concrete used for the ACCROPODE units.
The 30 units used at the second step of the non-destructive tests will be used for destructive tests.
Coring will be performed in the view of crushing tests and provide information on the compressive
and tensile strength.
Cores sample must be taken on sound concrete free of visible defect. On the same block
three cores for compressive strength and two cores for Brazilian testing.
Dimensions of the cores must be meaningful and suitable for testing as per Indians
Standards. Minimum sizes of cylinders should be at least 10 cm in diameter and the height
twice as long as the diameters of the said sample.
These tests have to be undertaken as soon as the inspections start.
Page 548 of 615
GAIL & EIL
COMPLETION OF THE DABHOL BREAKWATER
ACCROPODE INSPECTION SPCIFICATIONS

MAR/8 714157 / R3 V01 / CGL / 31
ST
MAY 2013 4
Samples testing must be carried out only in approved laboratories
At least 4 cores from each block will be taken.
4 samples will be used for the concrete density (non-destructive) then :
3 samples will be used for compressive strength (report of individual and average
values).
1 sample will be used for information regarding the tensile strength (information only).
Performing a splitting test (Brazilian test)
Reporting:
All of the results will be provided to EIL when they become available.
The results will be indicated in the single inspection form for each block tested.
Compilation tables will also have to be issued for comprehensive analysis.
2.5.2. Cracks determination
The objective is to provide sound data on the depth of the cracks visible on the blocks by assuming
a relation between the width at the surface and the depth.
Further to the visual inspection, 20 units will be selected in the discarded cracked units as follow:
10 units with minor cracks
10 units with major cracks
For each of them, a single core drilling will be performed on the crack in order to assess its depth.
Measurement of the cracks length from the external side to the deeper part will be performed;
The tested units will be discarded from the stock and put on hold until further notice from EIL.
Reporting
Report will be issued as soon as the result becomes available.
Based on these results, it will be possible to classify the blocks more precisely.
oOo
Page 549 of 615
GAIL & EIL
COMPLETION OF THE DABHOL BREAKWATER
ACCROPODE INSPECTION SPCIFICATIONS

MAR/8 714157 / R3 V01 / CGL / 31
ST
MAY 2013 5
3. BLOCKS CLASSIFICATION
According to the acceptance criteria, the blocks will be classified in three categories:
A: block fully complying with the specifications (aspects, cracks, concrete)
B: Blocks with minor defects
C: Blocks with structural defects (cannot be used on the breakwater).
All of the units will have to be classified according to the above categories. For those which no data
regarding the concrete is provided, the assessment will be based on the aspect only and it will be
clearly indicated, that the concrete have not been tested.
The base document for the classification are:
CLI acceptance criteria to assess the blocks conditions (Appendix A),
Abstracts of CLI specifications for the ACCROPODE units, including in chapter 3.1
specifications for the concrete (Appendix B).
oOo
Page 550 of 615
GAIL & EIL
COMPLETION OF THE DABHOL BREAKWATER
ACCROPODE INSPECTION SPCIFICATIONS

MAR/8 714157 / R3 V01 / CGL / 31
ST
MAY 2013 6
4. GENERAL REPORTING

Temporary reports are to be issued regularly to EIL on the bases of the above requirement for
each task.
Final reports will provide:
Single inspection forms for each block with all of the collected data for the said block.
Synthesis of the collected data under the form of table compiling all the records.
Clear picture of the classification, A, B C with the relevant figures.
Assessment of the concrete quality (meaning values).
Final report is to be issued to EIL within 2 weeks after the completion of the inspections.
oOo

Page 551 of 615
GAIL & EIL
COMPLETION OF THE DABHOL BREAKWATER
ACCROPODE INSPECTION SPCIFICATIONS

MAR/8 714157 / R3 V01 / CGL / 31
ST
MAY 2013 7
5. STORAGE AFTER INSPECTION
The blocks will be stored while performing the inspections according to the three categories
indicated above. Stock piles will have to be clearly identifiable A, B, C.
The blocks subjected to additional tests (concrete for example) will be discarded and put on hold
until the data become available.
oOo
Page 552 of 615
GAIL & EIL
COMPLETION OF THE DABHOL BREAKWATER
ACCROPODE INSPECTION SPCIFICATIONS

MAR/8 714157 / R3 V01 / CGL / 31
ST
MAY 2013 APPENDICES 1

APPENDIX A
ACCROPODE UNITS ACCEPTANCE
CRITERIA (CLI)

Page 553 of 615

ACCROPODE
Technical information
ACCROPODE ACCEPTANCE CRITERIA
Page 554 of 615
TECHNI CAL
DEF
ACCROPODE is a
trademark registered
worlwide by SOGREAH.
L I NFORMATI ON
FECTS
SSN
September 2010
Identifiant: TF005ACCGB
1/11
Page 555 of 615
1.1. PURPOSE
1. INTRODUCTION
This document is issued in order to make it easier to identify
the fabrication stage.
The blocks have to be in compliance with the TECHNICAL S
The defects must be exceptional. If these defects are repe
composition or placing method must be modified. It is not acc
Blow holes: superficial cavities in the concrete surface crea
concrete
1.2 DEFINITIONS OF DEFECTS
concrete.
Loss of laitance: localised loss of cementitous material due
Honeycombing: cavities created by local lack of concrete o
Crack: partial fracture of variable width, depth and length.
S lli b k d t di l d d b k Spalling or broken edges: concrete dislodged or broken aw
1.3. BLOCKS CLASSIFICATION
Category A The blocks comply fully with the requirements
Category B The blocks have minor defects
Category C The blocks have major defects
TECHNI CAL
DEF
ACCROPODE is a
trademark registered
worlwide by SOGREAH.
the damage that the ACCROPODE units may suffer at
SPECIFICATIONS defined for the technique
eated, production must be interrupted and the concrete
ceptable to have blocks with systematic defects.
ted by air bubbles trapped between the mould and the
e to faulty mould tightness.
r loss of laitance around aggregates.
d i i di t l ft t i i f th it ld way during or immediately after stripping of the unit mould.
Accepted as they are and validated for placing
Accepted as they are or minor repairs required. These blocks will be
placed in selected, less exposed areas
These blocks are rejected and must not be used on the structure
L I NFORMATI ON
FECTS
SSN
September 2010
Identifiant: TF005ACCGB
2/11
Page 556 of 615
2. BLOW HOLES
CAUSE
VIBRATION: La
Not adequacy
E(2) Scale 5, maximu
Blow holes may be accepted within the limits set out below.
ACCEPTANCE CRITERIA
( ) ,
area
Echelle 5 sur mo
Minimiser le bulla
CONSEQUENCE Uni
Based on w
NOTA
There is no
Blow holes on the vertical part must be avoided.
TECHNI CAL
DEF
ACCROPODE is a
trademark registered
worlwide by SOGREAH.
ack and\or not suited vibration
y of the technique of vibration
um area per hole 1.5 cm, depth 3 mm, p , p ,
a of blow holes 3%.
oins de 30% des faces verticales
age sur les surfaces horizontales
it Weight modified.
work in CIB report no. 24. p
o need to repair blow holes
o
r
t

n
o
.

2
4
.

B
a
s
e
d

o
n

w
o
r
k

i
n

C
I
B

r
e
p
o
B
Blow holes on the top of the nose are hard to eliminate and a
greater tolerance may be applied.
L I NFORMATI ON
FECTS
SSN
September 2010
Identifiant: TF005ACCGB
3/11
Page 557 of 615
CAUSE
Bad waterproofing at the junction of th
at the feet of the mould
Loosen aggregates not more than
3. LOSS OF LAITANCE
Loss of laitance at the base or at the joint between the two half
ACCEPTANCE
CRITERIA
Loosen aggregates not more than
H/100
If these conditions are not met the
block will be rejected
Loss of laitance lead to honeycombi
CONSEQUENCE
y
drop of concrete strenght
NOTA
Loss of laitance must be purely sup
there is only slight loss of laitance
will be classified in category A. If
laitance is more serious but still w
limits of the above criteria the bloc limits of the above criteria the bloc
classified in category B.
TECHNI CAL
DEF
ACCROPODE is a
trademark registered
worlwide by SOGREAH.
he shells or
A
f-shells is permitted within the following limits:
A
C
ng and a g
perficial. If
the block
f loss of
within the
ck will be ck will be
L I NFORMATI ON
FECTS
SSN
September 2010
Identifiant: TF005ACCGB
4/11
Page 558 of 615
CAUSE
Chock during
Moul
Stripping m
The spalling or broken edge
4. SPALLING AND BROKEN EDGES
Spalling and broken edges may be tolerated within the follow
ACCEPTANCE CRITERIA
The spalling or broken edge
more than 2%
Spalling/broke
Classification
Category A
Category B
Category C
CONSEQUENCE Loss of weight
NOTA
(1)
The defects location must
acce
Category C
TECHNI CAL
DEF
ACCROPODE is a
trademark registered
worlwide by SOGREAH.
manutention or stripping.
d with undercut.
methodology not suited.
es m st not lead to a loss of eight not
wing limits:
es must not lead to a loss of weight not
% of the block weight
(1)
.
en edges characteristic:
Acceptance criteria
0.1% of the block weight
entre 0.1% et 1% of the block weight
> 1% of the block weight
t, units stability modified.
be investigated carefully to match the
ptance criteria
> 1% of the block weight
L I NFORMATI ON
FECTS
SSN
September 2010
Identifiant: TF005ACCGB
5/11
Page 559 of 615
CAUSE
Concrete mix desig
aggregates)
Elapsed time too lo
No adequate Vibra
5. HONEYCOMBING
CAUSE No adequate Vibra
Concrete poured to
Concrete segregat
Loss or lack of laita
The honeycombing
The structural s
Loss or lack of lai
than H/100. Los
ACCEPTANCE CRITERIA
Classif
Categ
Categ
Categ
CONSEQUENCE
NOTA
A honeycombing c
a
TECHNI CAL
DEF
ACCROPODE is a
trademark registered
worlwide by SOGREAH.
gn ( cement contents not suited, absence of fines in the
ong between two layers
ation ation.
oo high.
ion in the mixer.
ance.
g do not lead to a loss of weight greater than 2% of the block.
strength of the block must not be altered by honeycombing.
tance must not be expose or loosen the aggregates by more
ss of laitance or honeycombing must be purely superficial. y g p y p
Honeycombing characteristic:
fication Acceptance criteria
gory A 2% of the total block surface
gory B entre 2% et 5% of the total block surface
gory C > 5% of the total block surface
Loss of weight, units stability modified.
can be lead by a loss of laitance, if this is the case see the
acceptance criteria of loss of laitance
L I NFORMATI ON
FECTS
SSN
September 2010
Identifiant: TF005ACCGB
6/11
Page 560 of 615
CAUSE
Due to poor workm
NOTA
As ACCROPODE
6. COLD JOINT
CAUSE
Bleeding is the resu
7. BLEEDING
CAUSE
ACCEPTANCE CRITERIA
Areas affected by th
of the total area of th
CONSEQUENCE
NOTA Modification
TECHNI CAL
DEF
ACCROPODE is a
trademark registered
worlwide by SOGREAH.
manship or cause by waiting too long between two layers of
concrete
blocks are made of non-reinforced concrete, cold joints
are strictly forbidden
ult of excess water in the mix. This rises along the sides of the
fforms
is problem must not in any circumstances cover more than 2%
he block. Outside the above limits, the blocks will be classified
in category B.
washes off the surface concrete.
n of the concrete mix design will settle the problem.
L I NFORMATI ON
FECTS
SSN
September 2010
Identifiant: TF005ACCGB
7/11
Page 561 of 615
8. CRACKS
8.1. INTRODUCTION
The ACCROPODE
TM
units are made of un-reinforced concret
to their structural strength. In absolute terms the units should n
possible for a portion of units produced in very particular cond
However, experience again shows that certain defects appear
the small units ( 5m
3
) some of these cracks can be accepted
bigger units (> 5m
3
) because the impact forces are much bigg
8.2. PRINCIPLE
The principle is to avoid cracks where they may lead to st
example the junctions between the noses and core and the jun
sensitive areas
It is possible to classify cracks into two categories:
Harmful cracks: these endanger the structur
Harmless cracks: these do not lead to signif
Junctio
nose
The figure below indicates the most sensitive areas:
Junction b
and
TECHNI CAL
DEF
ACCROPODE is a
trademark registered
worlwide by SOGREAH.
e. This means that any significant cracking will be detrimental
not have any cracks but experience shows that this is only
ditions.
r on a number of blocks at several places on the skin. With
when they are harmless, but this is not the case with the
ger. Blocks over 5m
3
have to be absolutely free of cracks.
tructural problems or significant losses of weight. As an
nction between the anvil and core of the blocks are quite
re of the block
icant loss of weight
on between the
e and the core
between the anvil
d the core
L I NFORMATI ON
FECTS
SSN
September 2010
Identifiant: TF005ACCGB
8/11
Page 562 of 615
8.3. HARMFUL CRACKS (Sensitive area)
CAUSE
Characteristics of th
Excess of water or
Thermal gradient be
Evaporation too fas
Curing product not s Curing product not s
Too sharp and strik
Insufficient tightenin
Settlement of fresh
ACCEPTANCE CRITERIA
Classification
Length
width
CONSEQUENCE
width
depth
TECHNI CAL
DEF
ACCROPODE is a
trademark registered
worlwide by SOGREAH.
he aggregates
workability too high
etween the core and the surface
t by vibration hole
suited suited
ing angle of the form
ng (closure points form) leaving too much space
concrete
Category B Category C
Not more than H/7 Above H/7
Not more than 2mm Above 2mm
Loss of weight, units stability modified
Not more than 2mm Above 2mm
Not more than 2cm Above 2cm
L I NFORMATI ON
FECTS
SSN
September 2010
Identifiant: TF005ACCGB
9/11
Page 563 of 615
8.4. HARMFUL CRACKS (Other area)
CAUSE
Characteristics of the aggr
Excess of water or worka
Thermal gradient between
the surface
ACCEPTANCE CRITERIA
CONSEQUENCE Los
Classification
Length No
width No
depth No
CONSEQUENCE Los
8 5 ADDITIONAL TESTING 8.5. ADDITIONAL TESTING
When cracks between not more than 2 mm are
observed on blocks, it is nevertheless recommended
that further investigations should be carried out before
undertaking repairs, in order to determine the depth of
the cracks.
Usually cracks are limited to 1 to 2 cm in depth, but
ti th b h d sometimes they may be much deeper.
In order to be sure of the depth, it is recommended
that some of the units should be sampled and cored
where the biggest cracks are observed. When the
crack complies with the previous conditions (less than
H/7 in length, less than 2 mm in width) and it is not
deeper than 2cm, the block can be repaired. This
investigation is to be carried out on a limited number
of units (10 units) for each type of crack. When the
depth of the crack is more than 2 cm the block is to be
rejected.
TECHNI CAL
DEF
ACCROPODE is a
trademark registered
worlwide by SOGREAH.
regates
ability too high
n the core and
Evaporation too fast by vibration hole
Curing product not suited
Too sharp and striking angle of the form
Chocks
ss of weight, units stability modified
Category B Category C
ot more than H/7 Above H/7
t more than 2mm Above 2mm
ot more than 2cm Above 2cm
ss of weight, units stability modified
Length > H/7
Width > 2 mm
Depth Investigation
Depth
Depth
> 2cm
Block
category C
Depth
2cm
Block
category B
L I NFORMATI ON
FECTS
SSN
September 2010
Identifiant: TF005ACCGB
10/11
Page 564 of 615
CAUSE
Generally due to a
and
ACCEPTANCE CRITERIA Additional tes
8.6. HARMLESS CRACKS
8.6.1. SKIN CRACKS
ACCEPTANCE CRITERIA Additional tes
NOTA
generally limited t
Skin cracks on the upper face of the nose pp
8.6.2. CRACKS AROUND VIBRATION HOLE
These cracks are generally limited to the surface of the skin
danger at all times for the structure of the block, they have to
core sampling in order to determine the depth of the crack. T
the chapter 8.5 additional testing.
Wh th k di l t th i f th When the cracks are perpendicular to the axis of the nose a
harmful.
TECHNI CAL
DEF
ACCROPODE is a
trademark registered
worlwide by SOGREAH.
an excess of water at the surface( water rise during vibration)
d when it evaporates or an excess of laitance.
sting on the skin crack depth on the area most affected sting on the skin crack depth on the area most affected
to the skin of the blocks. In most of the cases they do not go
deeper than the laitance at the surface
After additional testing, it is noted , the cracks are limited to g
surface laitance.
, but can be sometimes quite deep. Without being a real
o be avoided and additional testing should be carried out by
The results should be analysed with the same criteria than in
d t f th ib ti h l th h t b id d nd out of the vibrating holes, they have to be considered as
Waterproof vibration hole with
seal to prevent excessive loss of
water by the vibration hole
SOLUTION
(See photos TECHNICAL INFORMATION
chapiter2.2.5)
Vibration hole protected with wet
hessian
L I NFORMATI ON
FECTS
SSN
September 2010
Identifiant: TF005ACCGB
11/11
Page 565 of 615
GAIL & EIL
COMPLETION OF THE DABHOL BREAKWATER
ACCROPODE INSPECTION SPCIFICATIONS

MAR/8 714157 / R3 V01 / CGL / 31
ST
MAY 2013 APPENDICES 2
APPENDIX B
ABSTRACTS OF ACCROPODE BASIC
SPECIFICATIONS (CLI)





Page 566 of 615
ABSTRACT OF
ACCROPODE
TM
TechnicaI Specifications
Warning: Iimited vaIidity
Page 567 of 615
ABSTRACT OF
ACCROPODE
TM
TechnicaI Specifications
Presentation Note
Page 568 of 615
Contents
Page 569 of 615
I IN NT TR RO OD DU UC CT TI IO ON N
n relation to its specialised activity in coastal
engineering, Sogreah Consultants
(SOGREAH), Licensor of the ACCROPODE
Technique has designed and developed a
special system of artificial armour blocks for
defences protecting maritime and river
structures against waves and currents,
together with a specific unit fabrication process
using moulds.
The artificial units referred to hereinabove are
known under the trade name
"ACCROPODE" which is a distinctive
TRADEMARK registered internationally.
This Technique is marketed exclusively by CL
(Concrete Layer nnovations), a subsidiary
company of SOGREAH, authorised to grant
ACCROPODE Sub-Licences.
The original shape of the ACCROPODE
blocks makes them suitable when used as
armour facing, enabling them to be placed in a
single layer and thus making substantial
savings.
The block fabrication and placing methods
were developed on-site and in a laboratory
thanks to the experience acquired with
ACCROPODE on great number of projects.
The CONTRACTOR shall comply with all
Sub-Licence requirements associated with
the use of these concrete armour blocks and
obtain the conditions for their use from CL
whose coordinates are given below.
Generally, it has always been CL's policy to
continuously improve its products. CL
therefore reserves the right to make changes
in guidelines and specifications and to make
additions or improvements to its products
without incurring any obligation to
incorporate the new changes on previous
applications.
Once the ACCROPODE Sub-Licence
contract is in force, technical assistance will
be provided by CL to the CONTRACTOR.
Technical assistance to the CONTRACTOR
has proved to be essential on past projects.
CL experienced staff organises training
sessions for the team on site, speeding up
the learning process, aiming at achieving
positive effect on production rates and quality
of the works.
This assistance will help insure that the
breakwater armour will be built to the
required standards, consistent with the
DESGNER's original design and tested
scheme.
L LE EG GA AL L P PR RO OV VI IS SI IO ON NS S
This document is an abstract from the
TECHNCAL NFORMATON DOCUMENT
(TD) referred to in the contract granting the
right to use the ACCROPODE technique
for this project.
The CONTRACTOR is required to comply
with the legal provisions in force.
ACCROPODE is trademark of Sogreah
Consultants- France. CL is acting as the
official licensee of SOGREAH.
This document is provided to
DESIGNERS and CONTRATORS before
the construction stage to aIIow them to
carry out their preIiminary tasks. The fuII
TID shaII be suppIied to the
CONTRACTOR before the start of the
construction works once the sub-Iicense
contract is effective.
No totaI or partiaI reproduction of this
document is permitted without the prior
written approvaI from CLI.
All rights reserved.
Tous droits rservs
Page 570 of 615
C CL LI I C CO OO OR RD DI IN NA AT TE ES S
3, cour du 56, Avenue MarceI DassauIt
B.P. 50 510 - 37 205 Tours Cedex 3 - France
TeI : + 33(0)247741810
Fax : + 33(0)247741812
Site internet : www.concretelayer.com
EmaiI : cli@concretelayer.com
P PR RE ES SE EN NT TA AT TI IO ON N O OF F T TH HE E T TI ID D A AN ND D A AI IM M
The SPECFCATONS section of the TD document
corresponds to the bases of the ACCROPODE technique.
The SPECFCATONS are the compulsory requirements
that must be followed to achieve the quality standards of the
ACCROPODE trademark and meet the characteristics
defined by the international patent registered in the name of
SOGREAH. The project specifications can be used if the
variations from the CL's specifications are compatible with
the ACCROPODE technique and approved by the
Designer of the structure.
La TECHNCAL NFORMATON section is based on
feedback that CL has received from many different
construction sites supervised over the years.
The TECHNCAL NFORMATON is given for guidance,
illustrating the conceptuaI aspects of the techniques that
have been used on site. This information is not binding, but
given simply to assist the CONTRACTOR in making the right
choices when using the technique.
The data sheets are documents to help provide the
CONTRACTOR with additional information on particular
points of the structure or on working methods.
They may be obtained on request by the CONTRACTOR.
Construction of an ACCROPODE armour in
compliance with the ACCROPODE
technique, to ensure that the hydraulic
stability characteristics define by the
DESGNER is achieved.
The final objective can only be achieved if
attention is paid to quality and safety at all
times.
Page 571 of 615
P PR RO OV VI IS SI IO ON NS S C CO ON NC CE ER RN NI IN NG G S SA AF FE ET TY Y
A CONTRACTOR who has been granted the
ACCROPODE Sub-license is fully
responsible for implementing the said contract
in conformity with the safety requirements
stipulated by the laws in force in the country
where the technique is used.
CL cannot be held responsible for any failure
to comply with such safety regulations.
The CONTRACTOR who uses this technique
is fully responsible for applying all safety
regulations.
The technical documentation provided by CL
describes only conceptuaI aspects of the
use of the technique and must be adapted by
the CONTRACTOR to ensure the complete
safety of people on site in conformity with
international regulations and those in force in
the country where the blocks are fabricated or
used.
T TE EC CH HN NI IC CA AL L A AS SS SI IS ST TA AN NC CE E F FR RO OM M C CL LI I
The technical assistance provided by CL is
intended to help the CONTRACTOR apply the
ACCROPODE technique correctly.
This technical assistance is based on
feedback from numerous projects involving
the use of the ACCROPODE technique
throughout the world.
CL carries out technical assistance
assignments at the CONTRACTOR's request
and at dates agreed with him. The technical
content of the assignment is defined by the
CONTRACTOR and CL's specialist on the
basis of his first observations on site and on
the basis of information obtained prior to the
visit.
The quality of the technical assistance will
depend on the accuracy and regularity of the
documents submitted to CL. t is in the
CONTRACTOR's own interest to keep CL
informed of the progress of works in order to
obtain assistance that will keep the work
moving ahead and ensure the success of the
application.
The documents required by CL enable it to
assess and evaluate in detail the assistance
needed by the CONTRACTOR to achieve his
objective.
The project ENGNEER is responsible for the
correct and successful implementation of the
project according to the ACCROPODE
technical specifications.
The CONTRACTOR is responsible for
construction of the project according to the
specifications, and as directed by the
ENGNEER. CL provides technical
assistance to the CONTRACTOR according
to the Sub-Licence contract with the
CONTRACTOR.
Page 572 of 615
S ST TA AN ND DA AR RD DS S
The standards used for implementing the ACCROPODE technique are European ones.
However, the CONTRACTOR may choose to use other equivaIent standards.
The following is a list of the standards used.
NF EN 196-1 August 1995 Methods of testing cement - Part 1: Determination of strength
NF EN 196-2 August 1995 Methods of testing cement - Part 2 : chemical analysis of cement
NF EN 196-3 August 1995
Methods of testing cement - Part 3 : determination of setting times and
soundness
NF EN 196-7 August 1990
Methods of testing cement - Part 7 : methods of taking and preparing
samples of cement
NF EN 196-21 August 1990
Methods of testing cement. Determination of the chloride, carbon dioxide
and alkali content of cement
NF EN 197-1 October 2001
Cement - Part 1 : composition, specifications and conformity criteria for
common cements
NF EN 197-2 February 2001 Cement - Part 2 : conformity evaluation
NF EN 206-1 ApriI 2004 Concrete - Part 1 : specification, performance, production and conformity
NF EN 450 October 2005
Fly ash for concrete - Part 1 : definition, specifications and conformity
criteria
NF EN 932-1 December 1996 Tests for general properties of aggregates. Part 1 : methods for sampling
NF EN 933-1 December 1997
Tests for geometrical properties of aggregates. Part 1 : determination of
particle size distribution. Sieving method
NF EN 933-2 May 1996
Tests for geometrical properties of aggregates. Part 2 : determination of
particle size distribution. Test sieves, nominal size of apertures
NF EN 933-3 March 1997
Tests for geometrical properties of aggregates. Part 3 : determination of
particle shape. Flakiness index
NF EN 933-8 August 1999
Tests for geometrical properties of aggregates. Part 8 : assessment of
fines. Sand equivalent test
NF EN 933-9 August 1999
Tests for geometrical properties of aggregates - Part 9 : assessment of
fines - Methylene blue test
NF EN 934-2 September 2002
Admixtures for concrete, mortar and grout - Part 2 : concrete admixtures -
Definitions, requirements, conformity, marking and labelling
NF EN 1008 JuIy 2003
Mixing water for concrete - Specification for sampling, testing and
assessing the suitability of water, including water recovered from
processes in the concrete industry, as mixing water for concrete
NF EN 1097-3 August 1998
Tests for mechanical and physical properties of aggregates - Part 3 :
determination of loose bulk density and voids
NF EN 1097-6 June 2001
Tests for mechanical and physical properties of aggregates - Part 6 :
determination of particle density and water absorption
NF EN 1354 May 1997
Determination of compressive strength of lightweight aggregate concrete
with open structure
NF EN 1367-1 ApriI 2000
Tests for thermal and weathering properties of aggregates - Part 1 :
determination of resistance to freezing and thawing
NF EN 1744-1 September 1998 Tests for chemical properties of aggregates. Part 1 : chemical analysis
NF EN 12350-1 December 1999 Testing fresh concrete - Part 1 : sampling
NF EN 12390-1 October 2001
Testing hardened concrete - Part 1 : shape, dimensions and other
requirements for test specimens and moulds
NF EN 12390-2 October 2001
Testing hardened concrete - Part 2 : making and curing specimens for
strength tests
NF EN 12390-5 October 2001 Testing hardened concrete - Part 5 : flexural strength of test specimens
NF EN 12390-6 October 2001
Testing hardened concrete - Part 6 : tensile splitting strength of test
specimens
NF EN 12620 August 2003 Aggregates for concrete
NF EN 12878 September 2005
Pigments for the colouring of building materials based on cement and/or
lime - Specifications and methods of test
PR NF EN 14754-1 September 2003
Curing compounds - test methods - part 1: determination of water
retention efficiency of common curing compounds
NF P 15-317 September 1995 Hydraulic binders - Sea-water resisting cements
Rock ManuaI 2009 Manual for the use of rock in hydraulic engineering
Page 573 of 615
ABSTRACT OF
ACCROPODE
TM
TechnicaI Specifications
Warning: This document has been updated at the date of issuance by
CLI. The updates incIude important improvements for a proper
impIementation of the works. It is recommended to obtain the Iast
update by contacting CLI.
Page 574 of 615
Contents
Page 575 of 615
1. CHARACTERISTICS OF THE ACCROPODE"
BLOCK
1.1 - GEOMETRIC CHARACTERISTICS
The unit shape is defined and must be respected to ensure that the armour facing attains the
necessary hydraulic stability performance. This document refers to the ACCROPODE unit
developed in the early 1980s, this is named the first-generation ACCROPODE unit, as opposed to
the second-generation ACCROPODE unit (called ACCROPODE ) patented in 2000.
VoIume V (m) V = 0.34 H
3
1 2 3 4 5 6 8 10 12 14 16 18 20 22 24 28
bIock Height H (m) H = (V/ 0.34)
1
/3 1.43 1.81 2.07 2.27 2.45 2.60 2.87 3.09 3.28 3.45 3.61 3.75 3.89 4.01 4.13 4.35
Armour thickness T (m) T = 1.29 Dn 1.29 1.63 1.86 2.05 2.21 2.34 2.58 2.78 2.95 3.11 3.25 3.38 3.50 3.61 3.72 3.92
Intermediate sizes are avaiIabIe on request.
1.2 - ACCROPODE" BLOCK DRAWINGS
The following drawings are supplied by CL in accordance with the sub-licence for preparing the
formwork drawings.
The block shape must be scrupulously reproduced in order to guarantee the structural capability and
stability of the ACCROPODE block.
Content of drawings
001 Shape definition drawing
002 Drawings of individual plates
003 Simplified formwork drawing (this is not a working drawing)
Page 576 of 615
2. ACCROPODE" BLOCK FORMWORK
2.1 - FORMWORK PRINCIPLE
The formwork principle is shown in drawing no. 003, "Simplified formwork drawing".
The ACCROPODE formwork consists of two symmetrical, bottomless half-shells that can be
separated. They are assembled to create a mould into which the concrete is poured.
The two half-shells are struck using a jack that presses on the end of the noses, thus detaching the
form from the ACCROPODE block.
2.2 - DESIGN
The Contractor is responsible for designing the formwork and all ancillary parts. The design must
comply with all standards in force. Safety devices such as access gangways must be sized in
accordance with local legislation.
2.3 - FORMWORK FABRICATION TOLERANCE
All parts of the formwork must be welded together using a jig, the dimensions of which must be
checked before any assembly takes place. The tolerances are as follows:
1. Jig: 1mm
2. Dimensions of individual plates: 1mm
3. Formwork assembly: dimensions of H (mm) = +/- [5mm + (H/1000)]
4. The volume of the block produced with the form must be at least equal to the theoretical
volume
Page 577 of 615
3. FABRICATION OF ACCROPODE"BLOCKS
3.1 - CONCRETE
3.1.1 - Main characteristics of concrete
The present specifications are given in relation to standard EN NF 206-1
Criteria Specifications
Minimum 28-day strength for bIocks 4m
3
C25/30 (25 MPa on cylinder and 30 MPa on cube)
Minimum 28-day strength for bIocks > 4m
3
C30/37 (30 MPa on cylinder and 37 MPa on cube)
Maximum compressive strength (cyIinder) 55 MPa (indicative value)
Exposure cIass XS3: Parts of marine structures, tidal range area subject to splashing
Minimum 28-day tensiIe strength - BIocks 4m
3
BraziIian test / Fct,sp
2.5 Mpa
Minimum 28-day tensiIe strength - BIocks > 4m
3
BraziIian test / Fct,sp
3.0 MPa
Minimum density As per designer's requirements
Maximum W/C ratio 0.45
Minimum equivaIent binder content (cement +
additives). To be adapted depending on size of
aggregates.
Cf. tabIe EN NF 206.1 Tab NA F1
350 kg/m
Maximum temperature of concrete on pIacing 30C (indicative value)
Maximum hydration temperature 65C (indicative value)
Aggregate quaIity EN NF 12620, and see section 3.1.4
Not frost-riven, alkali-reactive or aggressive for the other
constituents of the concrete.
Aggregates may be crushed or rounded
Category LA 35 or Micro Deval 30
Maximum diameter of aggregates (recommended
size)
40 mm 6m and 60 mm > 6m
WorkabiIity: consistency S2 to S4
Use of admixtures: authorised within the limits set in standard EN NF 934.2.
Use of cement additives authorised within the limits set in standard EN NF 206-1 annex NA F1.
Maximum aggregate diameter: see also Technical nformation: Properties of Aggregates.
3.1.2 - Other characteristics
The compression values given below are those for cyIinders. The following relation should be used to
determine equivalent values for cubes:
F
ck
CyIinder =0.8 x F
ck
Cube (ref. BS 1881)
BIocks 4m
3
BIocks between 5m
3
and 15m BIocks above 15m
Minimum strength for form striking Fck CyI 6 MPa 7 MPa 10 MPa
Minimum strength for handIing Fck CyI 15 Mpa 20 MPa 25 MPa
Minimum strength for pIacing Fck CyI 25 MPa 30 MPa 30 MPa
BIock weight
Weight at least equal to the
weight taken into account in
the studies or given by the
designer of the structure.
Weight at least equal to the
weight taken into account in the
studies or given by the designer
of the structure.
Weight at least equal to the
weight taken into account in
the studies or given by the
designer of the structure
Page 578 of 615
These values are given for general situations, and are to be used in all cases that do not call for any
particular precautions. However, the Contractor may propose lower values if he can provide proof that
they do not affect the structural integrity of the block.
3.1.3 - DurabiIity of concrete
The durability of the materials to be used must be in accordance with the structure designer's
stipulations. n addition, the Contractor must use materials that are compatible with the environment in
which the blocks are to be used. Exposure class XS3 has been chosen as it takes into account
aggression from the surrounding environment in which the armour blocks are to be used.
Characteristics of the class XF4 will be taken into account in case of frost.
Furthermore, the Contractor must take special care in choosing the cement to be used and the quality
of the aggregates. They must be compatible with the durability required by the structure's designer.
Recommendations are given in the Technical nformation document.
3.1.4 - Production monitoring
The fabrication of ACCROPODE blocks must be subject to quality control. A production tracing
system must be introduced. This must comprise the following at least:
Traceability of concrete composition and components.
dentification of blocks using a single number.
Appropriate concrete quality testing to ensure that production corresponds in every respect with the
standards or specifications.
A concrete design mix test.
A trial mix test.
Concrete inspection tests.
The recommended tests and sampling procedures are those given in standard EN NF 206.1
3.2 - GENERAL SIMPLIFIED FABRICATION PROCEDURE
3.2.1 - InstaIIing the formwork
The formwork must be installed in a stable, clean area. t must be oiled with a form striking agent
enabling the block to be removed without damage.
The formwork must be positioned so that it is stable throughout the operations and perfectly
watertight.
3.2.2 - Pouring
Concrete must be poured in layers of suitable thickness to ensure adequate compaction.
The concrete must not fall from a height of over 2 metres.
Page 579 of 615
3.2.3 - Vibration
Each layer of concrete must be vibrated to remove air bubbles and ensure adequate compaction. The
degree and duration of vibration must be adapted to ensure that it fulfils its role, but special care must
be taken to avoid any segregation of the concrete constituents.
3.2.4 - Setting and hardening
f weather conditions (temperature, wind, sun and rain) prevent the concrete from setting and
hardening correctly, precautions must be taken to limit these effects.
3.2.5 - Form striking
Forms are struck when the concrete has reached the strength specified in section 3.1.2. Forms are
struck by applying a force to the front protuberance with the jack. No tensile stress must be exerted on
the block.
3.2.6 - Curing
Blocks must be cured after being removed from the forms, either with a chemical or with water
(14 days in the case of water), to prevent the water from evaporating quickly.
3.2.7 - Transporting bIocks
Blocks are to be transported when they have reached a structural strength at least equivalent to that
given in section 3.1.2.
3.2.8 - Storage
Blocks are to be stored vertically or tilted. Blocks less than 6 m may be stored in two layers. The
ground must be able to support the weight without any differential settlement or scouring that could
destabilise the blocks.
Page 580 of 615
4. ACCROPODE" ACCEPTANCE CRITERIA
4.1 - BLOCK CLASSIFICATION
BIocks must have no surface or structuraI defects. However, certain minor defects are
without consequence for the integrity of the block and may be tolerated within certain limits specified in
the TD.
Blocks are classified into three categories A, B, C depending on their condition.
Category A
The bIocks compIy fuIIy with the
requirements
Accepted as they are and validated for placing
Category B The bIocks have minor defects
Accepted as they are or minor repairs required. These
blocks will be placed in selected, less exposed areas
Category C The bIocks have major defects
These blocks are rejected and must not be used on
the structure
4.2 - BLOCK WEIGHT
The weight of the blocks must be no less than that specified by the structure's designer. Otherwise,
new studies will have to be undertaken and approved by the designer in order to assess the stability of
the armouring.
Page 581 of 615
5. AMROUR UNDERLAYER AND TOE
5.1 - PRESENTATION
The underlayer of the concrete armour consists of natural rockfill but other materials such as shattered
concrete may be included when the structure's designer has clearly specified this.
The size and characteristics of the underlayer rockfill are defined by structure's designer. However the
following principles are recalled to ensure that the underlayer is suited to the armour:
Rocks must be sufficiently large to prevent them from escaping through the armour. f they should
have large flat surfaces they must not create any slip plane. Underlayer placing tolerances must be
observed regardless of the size of the rocks used.
5.2 - GEOMETRIC CHARACTERISTICS OF THE
UNDERLAYER
The table below defines the main standard characteristics recommended by CL for the underlayer
rockfill. These data comply with the Rock Manual 2009.
UnderIayer rockfiII
Category Item VaIues Note
Grading
Unit weight of rockfiII
N.U.L.
N.L.L.
The weight of the rockfill must meet the
conditions defined in the Rock Manual 2009.
N.U.L=0.14 x weight of part of armour
N.L.L.=0.07 x weight of part of armour
Dimensions
L+G/2E 3 and
L/E<3
L: largest dimension
G: largest measurable dimension perpendicular
to direction L
E largest dimension perpendicular to plane LG
UnderIayer
toIerance
LocaI defects in underIayer +/-H/6
Measured vertically. H is the height of an
armour block valid at all points of the
underlayer, or else on berms.
GeneraIised deviation of the
underIayer
+/-H/10
Measured on 3 profiles spaced no more than
10 m apart
The here above table defines the theoretical rock fill of the underlayer in compliance with the
standards. t is nevertheless accepted deviances from plus or minus 30% of the limits NLL and NUL.
The rock fill characteristics are given to the Designer opinion.
n the case, the underlayer does not match the two characteristics of the two last lines in the here
above table, there might be important consequences on the ease of the ACCROPODE units
placement.
Page 582 of 615
5.3 - CHECKING THE UNDERLAYER
5.3.1 - Purpose
The underlayer must be suitable for placing the armour blocks. The underlayer must comply in every
respect with the tolerances defined in table 5.2 and must be stable during placing. Rockfill must not be
able to become detached from the underlayer when the armour blocks are being placed.
5.3.2 - Equipment
The Contractor is free to choose the type of equipment to be used for measuring the underlayer.
t may be mechanical (soundings along the underlayer) or electronic (single- or multi-beam sonars).
5.3.3 - Minimum method
1 profile every 10m along the breakwater. This minimum may be lowered to 5 m in complex areas.
Each profile will involve at least one sounding every H m (H = block height) along the slope, taking
care to investigate precisely the foot of the underlayer, the horizontal berm and the crest of the
underlayer, The berm at the foot of the structure is measured over a minimum distance of 2H from
the angle formed by the slope and flat part of the structure.
The fact that the profile surveys can be spaced up to 10 m apart does not alter the requirement that
the tolerance must be observed at all points of the underlayer.
The Contractor must take all necessary measures to ensure that this tolerance is observed between
profiles. f necessary the profiles can be surveyed much closer together.
5.3.4 - AdditionaI inspection
The underlayer must be inspected visually both above and under water to ensure that it is compatible
with placing the armour blocks.
Armour block placing must not begin under any circumstances until the underlayer has been validated
by the Engineer.
Page 583 of 615
6. PLACING ACCROPODE" BLOCKS
6.1 - AIM
The aim of placing work is to obtain a stable armouring that complies with the fundamental principles
of the ACCROPODE technique:
Placing density within the limits set out in section 6.5.
Blocks are in a single layer and no block must be out of profile (less than 1/3 of the block outside
the armour). Each block is in contact with the underlayer.
Blocks are interlocked with one another and not free to move.
The lozenge-shaped grid is used everywhere. Local exceptions are tolerated.
The underlayer rock fill cannot escape if there are any gaps between blocks.
Blocks are placed in mostly varied attitudes.
6.2 - PLACING DRAWINGS
6.2.1 - GeneraI principIes for pIacing drawings
Placing drawings for the armour blocks are supplied by CL. Placing drawings are prepared by CL on
the basis of drawings provided by the Contractor. These may be as-built drawings of the underlayer,
or theoretical working drawings of the structure. The placing drawings give the theoretical x and y
coordinates of the centre of gravity of each block to be placed. They are based on a grid principle that
defines a compulsory placing density.
The drawings may also indicate a z coordinate when a positioning system requiring a third dimension
is used.
The first row of blocks must be placed as accurately as possible. The maximum tolerance with respect
to the target will be H/12.
There is no tolerance with respect to the target for the higher rows. nterlocking the block with the row
below is given priority.
n contrast, the placing drawing provides a constant reference to the placing density, which is vital for
the stability of the armour.
6.3 - PARTICULAR MINIMUM CONDITIONS FOR PLACING
ARMOUR BLOCKS
6.3.1 - Positioning system
ACCROPODE blocks are to be placed using equipment that can place them both above and under
water in accordance with the coordinates provided by CL with the placing drawings. The equipment
may be mechanical or electronic of the DGPS type or a GPS-RTK, an underwater positioner or
Posibloc placing assistance system.
Accuracy at the block release hook must be at least H/12.
The system must also record the final position of the block to within H/12. t must be possible to export
the points recorded to an AutoCAD file in order to calculate the density with reference to the placing
drawings.
Block placing by sight is authorised above water, but is essential to record the real coordinates of the
blocks.
Page 584 of 615
6.3.2 - PIacing under water
As the blocks must be interlocked, it is essential for underwater placing to be assisted and checked,
either by an underwater viewing system or by supervisors. The supervisors must have the adequate
qualification in order to ensure that the blocks are perfectly interlocked and that the placing rules have
been observed. Divers must be used when placing blocks underwater, and strict compliance with
safety regulations is essential.
6.4 - PLACING DENSITY
Placing density is an important factor for the stability of the armour. Placing density varies depending
on the interlocking of the blocks on site. Regular calculations must be performed to check the placing
density and ensure that is kept within acceptable proportions.
6.4.1 - CaIcuIation of pIacing density
The placing density is calculated area by area, but measurements must be performed in all parts of
the breakwater. A density calculation must also be performed for the upper berm.
6.4.2 - PIacing density toIerances
For the side slope: the actual placing density must be between 95% and 105% of that shown on the
theoretical placing drawing.
For the berm: the actual placing density must be between 95% and 105% of the theoretical number of
blocks per 100 m given by CL.
6.5 - CALCULATION OF THEORETICAL NUMBER OF
BLOCKS TO PLACE
The Contractor is responsible for calculating the final number of blocks to fabricate and place on the
structure.
At the beginning of work on site, the Contractor must make a precise estimation of the number of
blocks needed for the structure. This estimation involves a theoretical calculation based on the
number of blocks per 100 m indicated by CL and the area to be covered.
6.6 - VALIDATION OF THE ARTIFICIAL BLOCK ARMOUR
The artificial block armour must be inspected by the Owner or his representative with a view to
performing acceptance procedures. The Owner will accept the works with or without reservations. The
inspection will concentrate on the points referred to in section 6.1, which defines the armour
acceptance criteria.
For the inspection to go smoothly, the Contractor must forward the Technical Specifications to the
Owner or his representative.
Any provisional acceptance procedures must be performed as work progresses.
Page 585 of 615
7. DOCUMENTS TO BE PRODUCED FOR THE
STRUCTURE
The Contractor using the technique must introduce a system for monitoring the quality of placing on
the structure.
Documents handed to CLI are for information purposes only and CLI may express its technical opinion
on them. The documents to be handed to the Engineer/Owner are those for monitoring works
implementation.
The Contractor is left to choose the monitoring system, but the following documents at least must be
produced:
DOCUMENTS TO PRODUCE
Engineer/Owner
For checking
CLI
For information
TheoreticaI drawings of the structure (pIan view/typicaI
sections)
At least 3 weeks before starting
works
DetaiIed bIock fabrication procedure Before starting fabrication Before starting fabrication
Inspection of form dimensions Before starting fabrication Production of forms
Concrete design mix documents Before producing blocks Before producing blocks
Concrete triaI mix documents
Before industrial block
production
Before industrial block
production
TraceabiIity sheet for each bIock During block production First month of fabrication
BIock weights During block production First month of fabrication
Concrete inspection/traceabiIity records During block production First month of fabrication
DetaiIed procedure for pIacing the underIayer and armour
bIocks
Before start of block placing Before start of block placing
ProfiIes of the underIayer every 5m at most
UnderIayer inspection report
Throughout works First month of placing
Photographs of the underIayer Throughout works First 100 metres
BIock pIacing monitoring sheet Throughout works First 50 blocks
As-buiIt drawings of bIock pIacing (AutoCAD format) Throughout works End of works
Density caIcuIations area by area over the entire structure As placing progresses First month of placing
Periodic survey of settIement reference points
End of works unless anomaly
observed
f anomaly observed
Photos or videos of pIacing both under and above water Throughout works
First month and particular
areas
POSIBLOC" fiIes (if used) Throughout works First month
MonthIy bIock pIacing "Progress report". Monthly, before 5th of month
Page 586 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
LIST OF MINIMUM EQUIPMENTS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-RP-4002 Rev. 0
Page 1 of 4






LIST OF MINIMUM EQUIPMENTS
FOR COMPLETION OF BREAKWATER




PROJECT : COMPLETION OF BALANCE WORKS OF BREAKWATER
OWNER : RATNAGIRI GAS & POWER PVT. LTD. (RGPPL)
OWNERS
ENGINEER
: GAS AUTHORITY OF INDIA LTD. (GAIL)
JOB NO. : 6724






0 17.07.2013 Issued for Tender
SG BM CS
Rev.
No
Date Purpose
Prepared
by
Reviewed
by
Approved
by
Page 587 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
LIST OF MINIMUM EQUIPMENTS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-RP-4002 Rev. 0
Page 2 of 4

1.0 MINIMUM EQUIPMENT
All of the implantation of the breakwater has to be done by geo-referenced system by DGPS. DGPS
is compulsory for the whole duration of the works and in sufficient number considering the required
equipment using the system.
The minimum equipment is defined in points 1.1, 1.2 and 1.3
The contractor must in his proposal describe in detail all the equipment envisaged in the all the parts
of the works. The Owner deserves the possibility after accurate analysis to declare one or more
mean(s) of equipment insufficient for this project. In this case this mean(s) of equipment may not be
considered for the minimum equipment assessment
Numbers of equipment means for each type - for the aim of payment - will be those indicated by the
contractor in his proposal.
1.1 Marine Spread/ Marine dump barges/ marine cranes for marine transportation and
construction.
Dredgers as suitable for both dredging operations (type of dredgers may also be different):
o at a trench below the future core (this especially in the so-called virgin area, where no rocks
had been placed in the previous BESIX work) and
o on the sides of partially placed core, below the future toe footprint,
Transportation system (barges loaded by quasi-stationary dredgers or dredger herself in case of
TSHD) for bringing and dumping the material dredged to the final dumping area,
Split hopper barges, DGPS referenced, 1000t capacity at least,
Side dump barges, DGPS referenced, 500t capacity at least,
Cable cranes for placing the ACCROPODE units DGPS referenced, adequate for placing the
units on the longest distances of the sections. Minimum two are required (one for placing on port
side, one of the sea side),
Large excavators with grabs and buckets for trimming and placing the armour rocks within the
tolerances DGPS referenced and bucket localization; long reach excavators able to trim down to
the ACCROPODE toe berm,
Transportation flat top rock barges for the rocks 1500-2000tons for the rocks,
Transportation barges for the ACCROPODE units,
Jack up barges or heavy pontoons for the placement of the ACCROPODE units Minimum two
are required (one for placing on port side, one of the sea side),
1.2 Minimum Equipment at ACCROPODE casting yard and loading jetty
A. Facilities
The casting yard will be set up with concrete slabs in order to accommodate the moulds and the
blocks while they are hardening until they reach the necessary compressive strength before being
lifted.
B. Concrete slabs or casting beds
The concrete slabs will be thick enough to support the weight of the blocks and possible
equipment driving on. The number of slabs is left to the appreciation of the contractors.
Page 588 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
LIST OF MINIMUM EQUIPMENTS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-RP-4002 Rev. 0
Page 3 of 4

C. Batching plant and stockpile:
The contractor will make sure that the batching plants he uses can provide the concrete in
sufficient quantity in order to prevent from cuts in feeding the moulds and cold joints. The
contractor can either use his own on-site batching plant or outside batching plants. In both cases,
the batching plant will be automatically operated and time for transporting the concrete shall be
limited to 30 minutes to the moulds. A spare batching plant is to be appointed and readily
available in case of a breakdown of the main batch plant.
The stockpiles for the aggregates will have to of hard surface in order to avoid mix with the
ground soil and be contaminated.
D. On site laboratory:
The contractor will deploy on site a testing laboratory in order to perform all of the usual tests
for the aggregates, cement, concrete samples. A third party laboratory will be appointed by the
Engineer in charge in order to double check some samples upon the appreciation of the Engineer
in charge. Samples will have to be kept on standard conditions of humidity and temperature.
E. Moulds:
The ACCROPODE moulds will be either fabricated or re-used moulds. They will be checked
dimensionally prior any use by the Engineer in Charge. The Contractor will have to obtain the
plans for the moulds with the patent holder.
The number of moulds must be sufficient to make sure that the work schedule is respected.
F. Concrete pouring:
The Contractor can choose any of the usual methodologies for casting the blocks. Pouring
straight into the mould is acceptable as well as using concrete pump. Conveyor belts can also be
accepted.
G. Concrete vibration:
The Contractor will deploy internal vibrators in order to ensure a suitable compaction. External
vibrators can be accepted only if the main vibration is performed with internal vibrator (pocker).
In no case, the external vibration can be accepted for the main vibration.
H. Transporting and loading the blocks
When the units have reached the minimum strength requirements, the units can be transported to
the storing yard and then to the yard, and loaded on barges by using suitable equipment.
These parts of equipment can consist in
loaders for lifting and transporting the blocks as well as
forklifts of sufficient capacity equipped with a cradle. Or/and
a cable crane and low bed trucks with cradle able to secure the blocks.
1.3 Minimum Equipment for quarrying, stacking, stock piling at yard
Drilling equipment
Blasting equipment
Hydraulic peckers for splitting oversize blocks
Page 589 of 615

Format No. EIL-1641-1924 Rev.1 Copyrights EIL All rights reserved
LIST OF MINIMUM EQUIPMENTS
FOR COMPLETION OF
BREAKWATER
AT RGPPL LNG TERMINAL, DABHOL

Document No.
6724-00-12-42-RP-4002 Rev. 0
Page 4 of 4

Grabs, cranes and hydraulic excavators for blocks selection, transportation within the quarry site
and stockpiling
Weighing devices
Laboratory for definition of the rocks characteristics
Grabs and cranes for loading vehicles
Vehicles for transportation of rocks to the yard
Grabs, cranes and hydraulic excavators for blocks unloading from vehicles, stockpiling in the
yard area and loading on barges.


Page 590 of 615
Page 591 of 615
I
S
S
U
E
D

F
O
R

T
E
N
D
E
R
D
r
a
w
i
n
g

N
o
:

6
7
2
4
-
0
0
-
1
2
-
4
2
-
1
0
0
1

-

R
e
v
.

0
0
1
7
/
7
/
1
3
Page 592 of 615
1
7
/
7
/
1
3
D
r
a
w
i
n
g

N
o
:

6
7
2
4
-
0
0
-
1
2
-
4
2
-
1
0
0
2

-

R
e
v
.

0
I
S
S
U
E
D

F
O
R

T
E
N
D
E
R
0
Page 593 of 615
1
7
/
7
/
1
3
D
r
a
w
i
n
g

N
o
:

6
7
2
4
-
0
0
-
1
2
-
4
2
-
1
0
0
3

-

R
e
v
.

0
I
S
S
U
E
D

F
O
R

T
E
N
D
E
R
0
Page 594 of 615
D
r
a
w
i
n
g

N
o
:

6
7
2
4
-
0
0
-
1
2
-
4
2
-
1
0
0
4

-

R
e
v
.

0
1
7
/
7
/
1
3
I
S
S
U
E
D

F
O
R

T
E
N
D
E
R
0
Page 595 of 615
D
r
a
w
i
n
g

N
o
:

6
7
2
4
-
0
0
-
1
2
-
4
2
-
1
0
0
5

-

R
e
v
.

0
1
7
/
7
/
1
3
I
S
S
U
E
D

F
O
R

T
E
N
D
E
R
0
Page 596 of 615
D
r
a
w
i
n
g

N
o
:

6
7
2
4
-
0
0
-
1
2
-
4
2
-
1
0
0
6

-

R
e
v
.

0
1
7
/
7
/
1
3
I
S
S
U
E
D

F
O
R

T
E
N
D
E
R
0
Page 597 of 615
D
r
a
w
i
n
g

N
o
:

6
7
2
4
-
0
0
-
1
2
-
4
2
-
1
0
0
7

-

R
e
v
.

0
0
I
S
S
U
E
D

F
O
R

T
E
N
D
E
R
1
7
/
7
/
1
3
Page 598 of 615
D
r
a
w
i
n
g

N
o
:

6
7
2
4
-
0
0
-
1
2
-
4
2
-
1
0
0
8

-

R
e
v
.

0
0
I
S
S
U
E
D

F
O
R

T
E
N
D
E
R
1
7
/
7
/
1
3
Page 599 of 615
D
r
a
w
i
n
g

N
o
:

6
7
2
4
-
0
0
-
1
2
-
4
2
-
1
0
0
9

-

R
e
v
.

0
0
I
S
S
U
E
D

F
O
R

T
E
N
D
E
R
1
7
/
7
/
1
3
Page 600 of 615
0
I
S
S
U
E
D

F
O
R

T
E
N
D
E
R
1
7
/
7
/
1
3
D
r
a
w
i
n
g

N
o
:

6
7
2
4
-
0
0
-
1
2
-
4
2
-
1
0
1
0

-

R
e
v
.

0
Page 601 of 615
0
I
S
S
U
E
D

F
O
R

T
E
N
D
E
R
1
7
/
7
/
1
3
D
r
a
w
i
n
g

N
o
:

6
7
2
4
-
0
0
-
1
2
-
4
2
-
1
0
1
1

-

R
e
v
.

0
Page 602 of 615
I
S
S
U
E
D

F
O
R

T
E
N
D
E
R
0
1
7
/
7
/
1
3
D
r
a
w
i
n
g

N
o
:

6
7
2
4
-
0
0
-
1
2
-
4
2
-
1
0
1
2

-

R
e
v
.

0
Page 603 of 615
I
S
S
U
E
D

F
O
R

T
E
N
D
E
R
0
1
7
/
7
/
1
3
D
r
a
w
i
n
g

N
o
:

6
7
2
4
-
0
0
-
1
2
-
4
2
-
1
0
1
3

-

R
e
v
.

0
Page 604 of 615
0
I
S
S
U
E
D

F
O
R

T
E
N
D
E
R
1
7
/
7
/
1
3
D
r
a
w
i
n
g

N
o
:

6
7
2
4
-
0
0
-
1
2
-
4
2
-
1
0
1
4

-

R
e
v
.

0
Page 605 of 615
0
I
S
S
U
E
D

F
O
R

T
E
N
D
E
R
1
7
/
7
/
1
3
D
r
a
w
i
n
g

N
o
:

6
7
2
4
-
0
0
-
1
2
-
4
2
-
1
0
1
5

-

R
e
v
.

0
Page 606 of 615
0
I
S
S
U
E
D

F
O
R

T
E
N
D
E
R
1
7
/
7
/
1
3
D
r
a
w
i
n
g

N
o
:

6
7
2
4
-
0
0
-
1
2
-
4
2
-
1
0
1
6

-

R
e
v
.

0
Page 607 of 615
0
I
S
S
U
E
D

F
O
R

T
E
N
D
E
R
1
7
/
7
/
1
3
D
r
a
w
i
n
g

N
o
:

6
7
2
4
-
0
0
-
1
2
-
4
2
-
1
0
1
7

-

R
e
v
.

0
Page 608 of 615
0
I
S
S
U
E
D

F
O
R

T
E
N
D
E
R
1
7
/
7
/
1
3
D
r
a
w
i
n
g

N
o
:

6
7
2
4
-
0
0
-
1
2
-
4
2
-
1
0
1
8

-

R
e
v
.

0
Page 609 of 615
0
I
S
S
U
E
D

F
O
R

T
E
N
D
E
R
1
7
/
7
/
1
3
D
r
a
w
i
n
g

N
o
:

6
7
2
4
-
0
0
-
1
2
-
4
2
-
1
0
1
9

-

R
e
v
.

0
Page 610 of 615
0
I
S
S
U
E
D

F
O
R

T
E
N
D
E
R
1
7
/
7
/
1
3
D
r
a
w
i
n
g

N
o
:

6
7
2
4
-
0
0
-
1
2
-
4
2
-
1
0
2
0

-

R
e
v
.

0
Page 611 of 615
0
I
S
S
U
E
D

F
O
R

T
E
N
D
E
R
1
7
/
7
/
1
3
D
r
a
w
i
n
g

N
o
:

6
7
2
4
-
0
0
-
1
2
-
4
2
-
1
0
2
1

-

R
e
v
.

0
Page 612 of 615
0
I
S
S
U
E
D

F
O
R

T
E
N
D
E
R
1
7
/
7
/
1
3
D
r
a
w
i
n
g

N
o
:

6
7
2
4
-
0
0
-
1
2
-
4
2
-
1
0
2
2

-

R
e
v
.

0
Page 613 of 615
0
I
S
S
U
E
D

F
O
R

T
E
N
D
E
R
1
7
/
7
/
1
3
D
r
a
w
i
n
g

N
o
:

6
7
2
4
-
0
0
-
1
2
-
4
2
-
1
0
2
3

-

R
e
v
.

0
Page 614 of 615
0
I
S
S
U
E
D

F
O
R

T
E
N
D
E
R
1
7
/
7
/
1
3
D
r
a
w
i
n
g

N
o
:

6
7
2
4
-
0
0
-
1
2
-
4
2
-
1
0
2
4

-

R
e
v
.

0
Page 615 of 615
D
r
a
w
i
n
g

N
o
:

6
7
2
4
-
0
0
-
1
2
-
4
2
-
1
0
2
5

-

R
e
v
.

0
1
7
/
7
/
1
3
I
S
S
U
E
D

F
O
R

T
E
N
D
E
R
0

Potrebbero piacerti anche