Download as pdf or txt
Download as pdf or txt
You are on page 1of 534

1

AIRPORTS AUTHORITY OF INDIA


DEPARTMENT OF ENGINEERING‐SR, CHQ


TENDER DOCUMENT

(Tender ID – 2022_AAI_102420_1)
Name of work Construction of Surface Car Parking
and associated works at Tiruchirapalli
Airport, Trichy. SH.: Civil & Electrical
Works.

1 Estimated Cost : Rs. 39,68,53,169.00 (excluding GST)


2 Earnest Money : Rs. 64,68,532.00
3 Time Period : 08 Months (i/c 2 months for rains)
4 Cost of Tender Document : Rs. 5900/‐(i/c GST ) non refundable
5 Published Date : 25-01-2022
6 Bid Document Download/ : 26.01.2022 from 0930 hrs.
Sale Start Date
7 Clarification start date : 26.01.2022 from 0930 hrs.
8 Clarification end date : 07.02.2022 upto 1800 hrs.
9 Bid submission Start Date : 12.02.2022 from 0930 hrs.
10 Bid submission End Date : 28.02.2022 upto 1800 hrs.
11 Last date and time of : 04.03.2022 upto 1800 hrs.
submission of original
documents pertaining to
Envelope-I
12 Bid Opening Date (Cover-I) : 07.03.2022 at 1100 hrs.
13 Date of opening of Financial : 30.03.2022 at 1100 hrs.
Bid (Cover-II)

SURFACE CAR PARK ,TRICHY C-NIL I-NIL O-NIL CP-1


2
AIRPORTS AUTHORITY OF INDIA
DIRECTORATE OF ENGINEERING‐SR, CHQ
TENDER DOCUMENT

(Tender ID – 2022_AAI_102420_1)

Name of Work: Construction of Surface Car Parking and associated works at


Tiruchirapalli Airport, Trichy. SH.: Civil & Electrical Works.

INDEX

S.N. Particulars Individual Page Combined
No. Page No.
1. Cover Page CP-1 1

2. Index I1-I2 2-3

3. General Instruction for Online Bid Submission G1-G4 4-7


(Annexure- AA)
4. CPPP under GePNIC, Help Desk Services 1 page 8

5. Notice Inviting e-Tender for website (WNIT) WNIT1-WNIT 8 9-16

6. General Guidelines for Bidders (GGB-14 ) GGB-1 – GGB-14 17-30

7. Payment Gateway (Standard Operating Procedure Annex-1 31-57


for Online Payment)-Annex-1
8. Pre-Qualification Proforma PQ 1-PQ 5 58-62

9. Check-List CL1- CL2 63-64

10. Annexures & Proforma A1- A27 65-91

11. General Conditions of Contract (GCC) GCC1 – GCC191 92-282

12. Special Conditions of Contract (SCC)- (Civil SCC1- SCC21 283-303


Works)
13. Special Conditions of Contract (SCC)- 31 304-334
(Electrical Works) i/c list of preferred
make
14. Technical Specifications of Civil works TS (Civil)-1 to 124 335-458

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL I-1


3
15. Technical Specifications of Electrical TS(Elect.)1 – 459-534
Works TS(Elect.)76
16. Drawings of Civil Works 4 nos. 535-538

17. Drawings of Electrical works 5 nos. 539-543

18. Bill of Quantities (BOQ) 15 pages 544-558

This Tender Document contains total 01 to 558 pages.

BID MANAGER
AGM (Engg. -Civil), AAI
O/o Executive Director Engg. –SR
CHQ, Rajiv Gandhi Bhawan
Safdarjung Airport
New Delhi-110 003

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL I-2


4

Annexure‐AA
General Instructions for Online Bid Submission:
The bidders are required to submit soft copies of their bids electronically on the
CPP Portal, using valid Digital Signature Certificates. The instructions given
below are generally meant to assist the bidders in registering on the CPP Portal,
prepare their bids in accordance with the requirements and submitting their bids
online on the CPP Portal.
More information useful for submitting online bids on the CPP Portal may be
obtained at: http://etenders.gov.in/eprocure/app
REGISTRATION
1) Bidders are required to enroll on the e-Procurement module of the Central
Public Procurement Portal (URL: http://etenders.gov.in/eprocure/app) by
clicking on the link “Online bidder Enrollment” on the CPP Portal which is
free of charge.
2) As part of the enrolment process, the bidders will be required to choose a
unique username and assign a password for their accounts.
3) Bidders are advised to register their valid email address and mobile
numbers as part of the registration process. These would be used for any
communication from the CPP Portal.
4) Upon enrolment, the bidders will be required to register their valid Digital
Signature Certificate (Class II or Class III Certificates with signing key usage)
issued by any Certifying Authority recognized by CCA India (e.g. Sify /
nCode / eMudhra etc.), with their profile.
5) Only one valid DSC should be registered by a bidder. Please note that the
bidders are responsible to ensure that they do not lend their DSC’s to others
which may lead to misuse.
6) Bidder then logs in to the site through the secured log-in by entering their
user ID / password and the password of the DSC / e-Token.
SEARCHING FOR TENDER DOCUMENTS
1) There are various search options built in the CPP Portal, to facilitate bidders
to search active tenders by several parameters. These parameters could
include Tender ID, Organization Name, Location, Date, Value, etc. There is
also an option of advanced search for tenders, wherein the bidders may
combine a number of search parameters such as Organization Name, Form
of Contract, Location, Date, Other keywords etc. to search for a tender
published on the CPP Portal.
2) Once the bidders have selected the tenders they are interested in, they may
download the required documents / tender schedules. These tenders can be
moved to the respective ‘My Tenders’ folder. This would enable the CPP
Portal to intimate the bidders through SMS / e-mail in case there is any
corrigendum issued to the tender document.
3) The bidder should make a note of the unique Tender ID assigned to each
tender, in case they want to obtain any clarification / help from the
Helpdesk.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL G-1


5
PREPARATION OF BIDS
1) Bidder should take into account any corrigendum published on the tender
document before submitting their bids.
2) Please go through the tender advertisement and the tender document
carefully to understand the documents required to be submitted as part of
the bid. Please note the number of covers in which the bid documents have
to be submitted, the number of documents - including the names and
content of each of the document that need to be submitted. Any deviations
from these may lead to rejection of the bid.
3) Bidder, in advance, should get ready the bid documents to be submitted as
indicated in the tender document / schedule and generally, they can be in
PDF / XLS / RAR / DWF formats. There is no limit on the size of the file
uploaded at the server end. However, the upload is decided on the Memory
available at the Client System as well as the Network bandwidth available at
the client side at that point of time. In order to reduce the file size, bidders
are suggested to scan the documents in 75-100 DPI so that the clarity is
maintained and also the size of file also gets reduced. This will help in quick
uploading even at very low bandwidth speeds.
4) To avoid the time and effort required in uploading the same set of standard
documents which are required to be submitted as a part of every bid, a
provision of uploading such standard documents (e.g. PAN card copy, annual
reports, auditor certificates etc.) has been provided to the bidders. Bidders
can use “My Space” or ‘’Other Important Documents’’ area available to them
to upload such documents. These documents may be directly submitted
from the “My Space” area while submitting a bid, and need not be uploaded
again and again. This will lead to a reduction in the time required for bid
submission process.
SUBMISSION OF BIDS
1) Bidder should log into the site well in advance for bid submission so that
they can upload the bid in time i.e. on or before the bid submission time.
Bidder will be responsible for any delay due to other issues.
2) The bidder has to digitally sign and upload the required bid documents one
by one as indicated in the tender document.
3) Bidder has to select the payment option as “offline” to pay the tender fee /
EMD as applicable and enter details of the instrument.
4) Bidder should prepare the EMD as per the instructions specified in the
tender document. The original should be posted/couriered/given in person
to the concerned official, latest by the last date of bid submission or as
specified in the tender documents. The details of the DD/any other accepted
instrument, physically sent, should tally with the details available in the
scanned copy and the data entered during bid submission time. Otherwise
the uploaded bid will be rejected.
5) Bidders are requested to note that they should necessarily submit their
financial bids in the format provided and no other format is acceptable. If
the price bid has been given as a standard BOQ format with the tender
document, then the same is to be downloaded and to be filled by all the
bidders. Bidders are required to download the BOQ file, open it and
complete the white coloured (unprotected) cells with their respective
financial quotes and other details (such as name of the bidder). No other
SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL G-2
6
cells should be changed. Once the details have been completed, the bidder
should save it and submit it online, without changing the filename. If the
BoQ file is found to be modified by the bidder, the bid will be rejected.
6) The server time (which is displayed on the bidders’ dashboard) will be
considered as the standard time for referencing the deadlines for
submission of the bids by the bidders, opening of bids etc. The bidders
should follow this time during bid submission.
7) All the documents being submitted by the bidders would be encrypted using
PKI encryption techniques to ensure the secrecy of the data. The data
entered cannot be viewed by unauthorized persons until the time of bid
opening. The confidentiality of the bids is maintained using the secured
Socket Layer 128 bit encryption technology. Data storage encryption of
sensitive fields is done. Any bid document that is uploaded to the server is
subjected to symmetric encryption using a system generated symmetric key.
Further this key is subjected to asymmetric encryption using buyers/bid
openers public keys. Overall, the uploaded tender documents become
readable only after the tender opening by the authorized bid openers.
8) The uploaded tender documents become readable only after the tender
opening by the authorized bid openers.
9) Upon the successful and timely submission of bids (i.e. after Clicking “Freeze
Bid Submission” in the portal), the portal will give a successful bid
submission message & a bid summary will be displayed with the bid no. and
the date & time of submission of the bid with all other relevant details.
10) The bid summary has to be printed and kept as an acknowledgement of the
submission of the bid. This acknowledgement may be used as an entry pass
for any bid opening meetings.
ASSISTANCE TO BIDDERS
Any bid related issue/ query pertaining to technical support or otherwise on CPP
portal (URL:-https//etender.gov.in/eprocure/app) for submission of tender
documents should be addressed to AAI Help Desk Support (details also
mentioned in the web-NIT) as below:
(i) Call Helpdesk. 24 x 7 Help Desk Number 0120-4200462, 0120-4001002,
0120-4001005, 0120-6277787 or can send e-mail at: support-
eproc@nic.in Bidders are requested to mention the URL of the Portal and
Tender ID in the e-mail sent along with their contact details.
(ii) For any further technical assistance with regard to functioning of CPP
portal, the bidder should contact personnel at following AAI help desk
numbers on all working days as below:
08.00 hrs. to 20.00 hrs. (Mon – Sat)
011-24632950, Ext – 3512 (Six Lines), e-mail – eprochelp@aai.aero
0930 hrs. to 1800 hrs. (Mon – Fri)
011-24632950, Ext – 3523, e-mail: etenderssupport@aai.aero,
sanjeevkumar@aai.aero,
0930 hrs. to 1800 hrs. (Mon – Fri)
011-24632950, Ext – 3527, e-mail: dkumar@aai.aero,

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL G-3


7
0930 hrs. to 1800 hrs. (Mon – Fri)
011-24657900, e-mail: gmitchq@aai.aero

In case of technical support regarding e‐tender portal, if the AAI Help
Desk is non responsive the Bid Manager can be contacted as below on all
working days from 0930 hrs. to 1800 hrs.
Name : Shri Sunil Kumar,
Asstt. GM (Engg.‐Civil)

Telephone No. : 011‐24632950
Extension No. : 2572
Mobile No. : +91‐9414005870
E‐mail ID : skumar70@aai.aero

All bid procedure related queries be referred to HELP DESK as above and
then to Bid Manager only.

Please note that under no circumstances bid procedure related
queries shall be referred to the Independent External Monitors
(IEMs).

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL G-4


8

CPPP under GePNIC, Help Desk Services

1. For any technical related queries please call the Helpdesk. The 24 x 7 Help Desk Number
0120-4200462, 0120-4001002, 0120-4001005, and 0120-6277787. International Bidders are
requested to prefix 91 as country code.
Note- Bidders are requested to kindly mention the URL of the Portal and Tender Id in the subject
while emailing any issue along with the Contact details. For any issues/ clarifications relating
the tender(s) published kindly contact the respective Tender Inviting Authority.

Tel: 0120-4001002, 0120-4001005, 0120-6277787


E-Mail: support-eproc@nic.in
2. For any Policy related matter / Clarifications Please contact Dept of Expenditure, Ministry of
Finance.
E-Mail: cppp-doe@nic.in
3. For any technical Issues / Clarifications relating to the publishing and submission of AAI tender(s)
a. In order to facilitate the Vendors / Bidders as well as internal users from AAI, Help desk
services have been launched between 0800-2000 hours for the CPPP under GePNIC
https://etenders.gov.in. The help desk services shall be available on all working days
(Except Sunday and Gazetted Holiday) between 0800-2000 hours and shall assist users on
issues related to the use of Central Public Procurement Portal(CPPP).
b. Before submitting queries, bidders are requested to follow the instructions given in
“Guidelines to Bidders” and get their computer system configured according to the
recommended settings as specified in the portal at “System Settings for CPPP”.
4. In case of any technical issues faced, the escalation matrix is as mentioned below:
SL. Support Escalation Contact
E-Mail Address Timings*
No. Persons Matrix Numbers
011-24632950, 0800-2000 Hrs.
Technical Instant
1. eprochelp@aai.aero Ext-3512 (MON - SAT)
Help Desk Support
Team
etendersupport@aai.aero
After 4 Hrs.
Sh. Sanjeev or 011-24632950, 0930-1800 Hrs.
2. of
Kumar,Sr. sanjeevkumar@aai.aero Ext-3523 (MON-FRI)
Issue
Mgr.(IT)
Sh.
0930-1800 Hrs.
3 Dharmendra After 12 Hrs. dkumar@aai.aero 011-24632950
(MON-FRI)
Kumar Ext. 3527
Jt.GM(IT)
General After 03 0930-1800 Hrs.
5. gmitchq@aai.aero 011-24657900
Manager(IT) Days (MON-FRI)

*The Helpdesk services shall remain closed on all Govt. Gazetted Holidays.

5. The above mentioned help desk numbers are intended only for queries related to the issues on
e-procurement portal and help needed on the operation of the portal. For queries related to
the tenders published on the portal, bidders are advised to contact concerned Bid Manager
of AAI
9
AIRPORTS AUTHORITY OF INDIA
CORPORATE HEADQUARTERS,
DIRECTORATE OF ENGINEERING-SR,
RAJIV GANDHI BHAWAN,
SAFDARJUNG AIRPORT, NEW DELHI.

NOTICE INVITING e‐TENDER (2 BOT ‐ 2 Envelope Open Tender)



(Ref No.: AAI/ENGG/ED Engg.‐SR/Trichy/Surface Car Parking/2022)

(Tender ID –2022_AAI_102420_1 )

1. Item Rate e-tenders are invited through the e-tendering CPP Portal by Asstt.
General Manager (Engg-Civil)-SR, Airports Authority of India, O/o Executive
Director (Engg.)-SR, Corporate Head Quarters, A-Block, 3rd Floor, Rajiv Gandhi
Bhawan, Safdarjung Airport, New Delhi-110 003, on behalf of Chairman, A.A.I
from the eligible contractors for the work of “Construction of Surface Car
Parking and associated works at Tiruchirapalli Airport, Trichy. SH.: Civil &
Electrical Works” at an estimated cost of ₹ 39,68,53,169.00 (excluding GST)
with completion period of 08 months. The completion period includes 02
months considered for rain).
The tendering process is online at CPP-portal URL address
https://etenders.gov.in/eprocure/app or www.aai.aero. Prospective
Tenderers may download and go through the tender document.
Prospective Tenderers are advised to get themselves register at CPP-portal,
obtain ‘Login ID’ and ‘Password’ and go through the instructions available in the
Home Page after log in to the CPP-portal
https://etenders.gov.in/eprocure/app or www.aai.aero. They should also
obtain Digital Signature Certificate (DSC) in parallel which is essentially required
for submission of their application. The process normally takes 03 days’ time. The
tenderer may also take guidance from AAI Help Desk Support through path
aai.aero/tender/e-tender/help desk support.
(i) For any technical related queries please call the Helpdesk. The 24 x 7 Help
Desk details are as below: -
Tel: 0120-4200462, 0120-4001002, 0120-4001005, 0120-6277787.
International Bidders are requested to prefix 91 as country code.
E-mail: support-eproc@nic.in

Tenderers are requested to kindly mention the URL of the Portal and
Tender ID in the subject while emailing any issue along with the contact
details.
For any further technical assistance with regard to functioning of CPP portal
the tenderer may contact to the following AAI help desk numbers on all
working days only between 
(ii) 08.00 hrs to 20.00 hrs (Mon-Sat)-
     
SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL WNIT-1
10
011-24632950, Ext-3512 (Six Lines), E-Mail: -eprochelp@aai.aero
(iii) 09.30 hrs to 18.00 hrs (Mon-Fri)-
011-24632950Ext-3523, E-Mail:-etendersupport@aai.aero,
sanjeevkumar@aai.aero
(iv) 09.30 hrs to 18.00 hrs (Mon-Fri)-
011-24632950 Ext-3527, E-Mail:-dkumar@aai.aero
(v) 09.30 hrs to 18.00 hrs (Mon-Fri)-
011-24657900, E-Mail: - gmitchq@aai.aero

1.1. Tender processing fee of ₹ 5900/‐ (i/c GST) Non‐refundable will be


required to be paid online through Payment Gateway on CPP Portal.
1.2. Earnest Money for an amount of Rs. 64,68,532.00 is to be paid through
Online payment as per SOP (Annex‐I), or to be deposited by bidder in the
form of Demand Draft, or in the form of Bank Guarantee from any
Schedule bank of India preferably from Nationalized bank but not from
cooperative/Gramin bank as per Annexure‐1 to be uploaded on e‐
tendering portal.
1.3. The settlement of the tender processing Fee, as per case will be executed to
bidder through online mode.
1.4. State Bank of India (SBI) has been authorized as Nodal Bank and its payment
gateway has been integrated/ mapped with CPP Portal for the collection of
Tender Processing Fee/EMD through e-procurement portal from various
bidders participating in e-Tendering/ e-Procurement process is enclosed as
Annex‐ I

2. Following 2 envelopes shall be submitted through online at CPP-portal by the
tenderer as per the following schedule: -
CRITICAL DATA SHEET
Publishing Date 25-01-2022
Bid Document Download / Sale Start Date 26.01.2022 from 0930 hrs.
Clarification Start Date 26.01.2022 from 0930 hrs.
Clarification End Date 07.02.2022 upto 1800 hrs.
Bid Submission Start Date 12.02.2022 from 0930 hrs.
Bid Submission End Date 28.02.2022 upto 1800 hrs.
Last date and time of submission of original 04.03.2022 upto 1800 hrs.
documents pertaining to Envelope-I
Bid Opening Date (Envelope- I) 07.03.2022 at 1100 hrs.
Bid Opening Date (Envelope- II) 30.03.2022 at 1100 hrs.
Tender Processing Fee (Non-refundable) ₹ 5900 (i/c GST) Non-
refundable.
Earnest Money Deposit (EMD) Rs. 64,68,532.00

Envelope‐I (Tender processing fee, EMD, Technical Bid and Pre‐
qualification): ‐ Bid containing following:

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL WNIT-2


11
A. Tender Processing Fee, EMD, Pre‐Qualification
i. Scanned Copy of online receipt generated against Tender processing
fee, EMD etc.
ii. Original copy of Earnest Money Deposit in the form of Demand Draft,
Bank Guarantee to be submitted by speed post/ courier to this office
on or before 04.03.2022 upto 1800 hrs.

Earnest Money Deposit


(i) State bank of India (SBI) has
Rs. 64,68,532.00 in the form
been authorized as a Nodal Bank
of Online payment as per SOP
and its payment gateway has
(Annex-I)/Demand Draft/Bank
been integrated / mapped with
Guarantee from any Schedule
CPP Portal for the collection of
bank of India preferably from
Tender Processing Fee and EMD
Nationalized bank but not from
through e-procurement portal.
cooperative/Gramin bank.
The SOP for online payment is
enclosed as Annex-I. The bidder
who wish to make online
payment of EMD amount, have
to follow the SOP as described
above. OR,
(ii) In Favour of Airport
Authority of India payable at
New Delhi in case of Demand
Draft. OR,
(ii) In case of Bank Guarantee as
per Annexure-1 and bound
unto Jt. General Manager
(Engg.-Civil), SR, AAI,
Corporate Head Quarters,
Rajiv Gandhi Bhawan,
Safdarjung Airport, New
Delhi-110003.

B. Technical Bid containing the following: -


i. Scanned copy of Unconditional Acceptance of AAI’s tender conditions
(As per Annexure 2)
ii. Scanned copy of Signed Integrity Pact (As per Appendix XVIII on of
GCC).
iii. Scanned copy of Permanent Account Number (PAN) and GST
Registration Number.
iv. Bid Capacity: Financial bids of the tenderer will only be opened if their
available bid capacity is more than ₹ 39.69 Crore. Available bid
capacity will be calculated based on the following formula.
Available Bid Capacity: - B =2NT –A
Where,
B = is the bidding capacity
SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL WNIT-3
12
N = Maximum value of works executed in any one year during the last
5 (five) years (updated the completed works to current costing level
of enhancing at a simple rate of interest @7% per annum).
T = is the numbers of years prescribed for completion of the work in
question (i.e. 08 Months).
A = is the value of the existing commitments and ongoing works to be
completed in the next 'T' years.
Note: Bid capacity of the tenderer and value of existing commitments
for ongoing works during period of 08 months w.e.f. 28.02.2022 has
to be submitted by the tenderer as per the prescribed performa
mentioned at Annexure‐8A and Annexure‐8B. These data (Bid
Capacity calculation sheet along with Annexure-8A and Annexure-8B)
shall be certified by the Chartered Accountant/ Company Auditor
with his stamp and signature in original with membership number
v. Scanned copy of 'Undertaking' regarding Blacklisting/ Debarment on
Company's Letter Head (As per Annexure 5)
vi. Tenderer should deploy sufficient plant and machinery as per the
requirement of work in consultation with the Engineer-in-Charge
(EIC) to achieve the milestones/targets and overall completion within
the time period. Tenderer shall submit scanned copy of 'Undertaking'
on Company's Letter Head (As per Annexure 4).
vii. Companies other than proprietary firm shall submit scanned copy of
Authorization Letter/Power of Attorney along with copy of Certificate
of Incorporation of the Company under Companies Act showing
CIN/LLPIN/Name of Directors of the Company and copy of Board
Resolution regarding Authority to assign Power of Attorney.
Proprietary firm shall submit scanned copy of Authorization letter/
power of attorney only if tender is processed by a person other than
proprietor.

viii. Prequalification Performa duly filled.

ix. Submission of “Verification of local content as per Govt. of India order


on Public Procurement Preference to make in India” order-2017, 15
June 2017 and 16 Sept 2020 with up to date amendments, to support
the Indian industries as implemented “Purchase Preference Policy”.
The “Purchase Preference” is applicable for the “Class-I Local
Supplier” for the goods/services/works covered in this tender subject
to the following term & conditions:
Only Class‐I local suppliers are eligible for bidding.

ix(a) Class-1 suppliers offering items with equal to 50% or more than 50%
local content.

ix(b) The ‘Class-I supplier’ should provide a “Certificate {Certificate from


the statutory auditor or cost auditor of the company (in the case of
companies) or from a practicing cost accountant or practicing

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL WNIT-4


13
chartered accountant (in case of suppliers other than companies)
giving the percentage of local content and name of the work}.
indicating that the item offered meets the minimum local content for
class I supplier and provide the % of local content along with details
of the location(s) at which the local value addition is made.

x. Declaration of Compliance to the OM issued by Government of India,


Ministry of Finance, Department of Expenditure, vide file number PPD
-6/18/2019-PPD Dated 23 rd July 2020 on the subject “Restrictions
under Rule144 (xi) of the General Financial Rules (GFRs)” and
“Exclusion from restrictions under Rule 144 (xi) of the General
Financial Rules (GFRs), 2017 with up to date amendments. (As per
Annexure 15).
C. Qualifying requirements of contractors / tenderers containing the
following: -

i. Should have satisfactorily completed similar works (# Phase/Part
completion of the scope of work in a contract shall not be considered,
however pre‐determined phasing of the work will be accepted).
Three works, each of ₹ 15,87,41,268.00 or two works, each of ₹
19,84,26,585.00 or one work of ₹ 31,74,82,535.00 in single contract
of similar nature of work during last 7 years ending last date or extended
date of submission of Bid. The Similar nature of work means
Construction of Pavement Quality Concrete works including Car
Park.
“The value of executed works shall be brought to current costing
level by enhancing the actual value of work at simple rate of 7%
per annum, calculated from the date of completion to the last

date of submission of bid i.e. 28.02.2022“
Client certificate for experience should show the nature of work done,
the value of work, date of start, date of completion as per agreement,
actual date of completion and satisfactory completion of work.
Tenderers showing work experience certificate from non‐
government/non‐PSU organizations should submit copy of tax
deduction at sources (TDS) certificate(s) along with a certificate
issued by registered Chartered Accountant, clearly specifying the
name of work, total payment received against the work and TDS
amount for the work in support of their claim for having
experience of stipulated value of work.

Note:
1. The value of work done in experience certificate clearly indicate
the component of Tax.
2. The work experience certificate of works completed in pre‐GST
era, completion amount will be divided by 1.12 (to exclude pre
GST tax of VAT 12%) to make it at par with experience
certificates of post GST era but excluding GST.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL WNIT-5


14
ii. Should have annualized average financial turnover of ₹ 11.91 crores
(As per Annexure 8C) against works executed during last three years
ending 31st March of the previous financial year. As a proof, copy of
Abridged Balance Sheet along with Profit and Loss Account Statement
of the tenderer should be submitted along with the application.
Tenderers showing continuous losses during the last three years in
the balance sheet shall be summarily rejected.
iii. The tenderer should have a minimum net worth of ₹ 5.955 crores,
issued by certified Chartered Accountants (As per Annexure‐7).

Scanned copy of all the Documents of Envelope-I mentioned above shall be


submitted on the CPP portal.

Envelope‐II: - The Financial e‐Bid through CPP portal.


Rates to be quoted (exclusive of GST) in the respective Section only in “Envelope‐
II”/ Price Bid where brief indicative description of item & unit have been given.
Full description of Item & unit is available in Schedule “A” of GCC. Before quoting
rates in respective section in Price bid, the bidders are advised to read the full
description of respective item & Unit from Schedule “A”.
 
All rates shall be quoted in the format provided and no other format is acceptable.
If the price bid has been given as a standard BOQ format with the tender
document, then the same is to be downloaded and to be filled by all the tenderers.
Tenderers are required to download the BOQ file, open it and complete the blue
coloured (unprotected) cells with their respective financial quotes and other
details (such as name of the tenderer). No other cells should be changed. Once the
details have been completed, the tenderer should save it and submit it online,
without changing the filename. If the BOQ file is found to be modified by the
tenderer, the bid will be rejected.

3. Bid Submission: ‐
The tenderer shall submit their application only at CPP Portal:
https://etenders.gov.in/eprocure/app. Tenderer/Contractor are advised to
follow the instructions provided in the tender document for online submission of
bids. Tenderers are required to upload the digitally signed file of scanned
documents as per Para 2. Bid documents may be scanned with 100 dpi with black
and white option which helps in reducing size of the scanned document.
Uploading of application in location other than specified above shall not be
considered. Hard copy of application shall not be entertained.

4. Not more than one tender shall be submitted by one tenderer or tenderers having
business relationship. Under no circumstance will father and his son(s) or other
close relations who have business relationship with one another (i.e. when one or
more partner(s)/director(s) are common) be allowed to tender for the same
contract as separate competitors. A breach of this condition will render the tenders
of both parties liable to rejection.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL WNIT-6


15
5. Tenderer who has downloaded the tender from Central Public Procurement
Portal (CPPP) website http://etenders.gov.in/eprocure/app, shall not
tamper/modify the tender form including downloaded price bid template in any
manner. In case if the same is found to be tampered/modified in any manner,
tender will be completely rejected and tenderer is liable to be banned from doing
business with AAI.

6. Tenderer shall ensure implementation of Unique Document Identification
Number (UDIN) for all kinds of the Certification, GST and Tax Audit Reports and
other Audit, Assurance and attestation functions undertaken/ signed by him, Bid
Capacity, Net Worth certificate, TDS Financial Turnover and other relevant
documents/Certificates to be certified by Chartered Accountants, which has been
introduced by the Institute of Chartered Accountants of India.


7. Bids Opening Process is as below: ‐
Envelope‐I (Tender processing fee, EMD, Technical bid and Pre‐
qualification):
Envelope-I containing documents as per Para 2 (A), (B) and (C) as applicable
(uploaded by the tenderers) shall be opened on date & time mentioned in
CRITICAL DATA SHEET.

If the bidder has any query related to the Bid Document of the work, they should
use ‘Seek Clarification’ on CPP portal to seek clarifications. No other means of
communication in this regards shall be entertained.

If any clarification is needed from the tenderer about the deficiency in his
uploaded documents in Envelope – I, he will be asked to provide it through CPP
portal or email if required. The tenderer shall upload the requisite
clarification/documents within time specified by AAI, failing which it shall be
presumed that bidder does not have anything to submit and bid shall be evaluated
accordingly.

The intimation regarding acceptance/rejection of their bids will be intimated to


the tenderers through CPP portal.

Envelope‐II (Financial Bid):
Envelope-II containing financial bid of the tenderers found to be meeting the
technical criteria and qualifying requirements shall be opened on date & time
mentioned in CRITICAL DATA SHEET. (In case the date and time for opening of
Envelope‐II (Financial bid) is required to be changed, the same shall be
intimated through CPP Portal).

8. AAI reserves the right to accept or reject any or all applications without assigning
any reasons. AAI also reserves the right to call off tender process at any stage
without assigning any reason.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL WNIT-7


16
9. AAI reserves the right to disallow the working agencies whose performance at
ongoing project (s) is below par and usually poor and has been issued letter of
restrain/Temporary or Permanent debarment/black listing by any department of
AAI or Central /State Govt. Depts./PSUs/World Bank/ ADB etc. AAI reserves the
right to verify the credential submitted by the tenderer at any stage (before
or after the award the work). If at any stage, any information /documents
submitted by the applicant is found to be incorrect/false or have some
discrepancy which disqualifies the tenderer then AAI shall take the
following action:
a) Forfeit the entire amount of EMD submitted by the tenderer.
b) The tenderer shall be liable for debarment from tendering in AAI,
including termination of the contract apart from any other appropriate
contractual/legal action.

10. Consortium/JV companies if any, shall not be permitted.

11. Purchase preference to Central Public Sector Undertaking shall be applicable as


per the directive of Govt. of India prevalent on the date of acceptance.

12. Bidder shall submit BG(PBG/BG-SD/FBG) in accordance with the bank details.

CORPORATE NAME : AIRPORTS AUTHORITY OF INDIA
BANK NAME : ICICI BANK
IFSC CODE : ICIC0000007
BG ADVISING MESSAGE : IFN 760COV (BG ISSUE)
:IFN 767COV (BG AMENDMENT).
UNIQUE IDENTIFIER CODE : AAICORHQ
Further, while submitting the documents to BG issuing Bank issuing bank, the
vender / customer /concessionaire will also submit letter to the issuing bank as
per the format mentioned in Annexure‐17.

BID MANAGER
Asstt. Gen. Manager (Engg.-C)
O/o ED Engg. – SR, CHQ,
Airports Authority of India,
Rajiv Gandhi Bhawan,
Safdarjung Airport,
New Delhi-110 003.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL WNIT-8


17

(GGB‐14)
AIRPORTS AUTHORITY OF INDIA
General Guidelines for Bidders

Item Rate e-tenders are invited through the e-tendering CPP Portal by
Assistant General Manager (Engg-Civil), Airports Authority of India, O/o
Executive Director (Engg.)-SR, Corporate Head Quarters, A-Block, 3rd
Floor, Rajiv Gandhi Bhawan, Safdarjung Airport, New Delhi-110003, on
behalf of Chairman, A.A.I from the eligible contractors for the work of
“Construction of Surface Car Parking and associated works at
Tiruchirapalli Airport, Trichy. SH.: Civil & Electrical Works”” at an
estimated cost of Rs. 39,68,53,169.00 (excluding GST) with completion
period of 08 months. The completion period includes 02 months
considered for rains)
1. The Tenders shall be in the prescribed Form are invited in two bid system:
i) 1st Bid Envelope-I : Tender processing fee, EMD, Technical
Bid and Pre-qualification documents,
Check-list documents etc.
ii) 2nd Bid Envelope-II : Price Bid

3. Not more than one Tender shall be submitted by a contractor or by a firm.


No two or more concerns in which an individual is interested, as Proprietor
and/or partner shall tender for the execution of the same works. If they do
so, all such Tenders shall be liable to be rejected.

4. The Accepting Authority as mentioned in Schedule “Z”, shall be the


Accepting Officer hereinafter, referred to as such for the purpose of this
contract.

5. In the event of the tender being submitted by a firm, it must be signed


separately by each partner thereof or in the event of the absence of any
partner, it must be signed on his behalf by a person holding a power-of-
attorney authorizing him to do so. Such power of attorney to be uploaded in
Envelope-I, and it must disclose that the firm is duly registered under the
Indian Partnership Act, 1952.

6. Tender documents can be downloaded from the CPP e-tendering portal.


Tender processing fee of Rs. 5900/‐ (i/c GST) – Non Refundable will be
required to be paid online through Payment Gateway on CPP Portal. The last
date of submission of bid is as mentioned in Critical Data Sheet of Notice
Inviting Tender.

7. Tenderers are advised to inspect and examine the site and its surroundings
and satisfy themselves before submitting their bids as to the nature of the
ground and sub-soil (so far as is practicable), the form and nature of the site,
the means of access to the site, the accommodation they may require and in
SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GGB-1
18

general shall themselves obtain all necessary information as to risks,


contingencies and other circumstances which may influence or affect their
bid. The bidders shall be responsible for arranging and maintaining at his
own cost all materials, tools & plants, water, electricity access, facilities for
workers and all other services required for executing the work unless
otherwise specifically provided for in the contract documents.

8. Submission of a bid by a bidder implies that he has read this notice and all
other contract documents and has made himself aware of the scope and
specifications of the work to be done and of conditions and rates at which
stores, tools and plant, etc. will be issued to him by Airports Authority of
India, local conditions and other factors having a bearing on the execution
of the work. A bidder shall be deemed to have full knowledge of the site
whether he inspects it or not and no extra charge consequent on any
misunderstanding or otherwise shall be allowed.

9. All rates shall be quoted in the respective Section in CPP e-tender Portal
(Price Bid i.e. Envelope‐II).

10. As this tender is Item rate tender, rates for all items quoted shall only be
considered. Any Tender containing percentage below/above the total
estimated cost is liable to be rejected. Tenderers which propose any
alteration in the works specified in the said form of invitation to tender, or
in the time allowed for carrying out the work, or which contain any other
conditions of any sort including conditional rebates will be summarily
rejected. In case above conditions are found violated, the tender shall be
rejected and AAI shall, without prejudice to any other remedy, be at liberty
to debar/ legal action against the agency.

11. Tenders shall be received through CPP e-tendering portal as per the dates
in critical data sheet of NIT.

12. The tenderer should study the complete tender document. In order to
facilitate AAI to prepare responses, the interested tenderers are requested
to submit their queries (if any), in CPP e-tender portal only, as per time
schedule specified in NIT. The tenderers queries shall be replied through e-
portal only.

13. Earnest Money Deposit (EMD)/Tender Fees


13.1 Tender processing fee of Rs. 5900/- (i/c GST) Non-refundable will be
required to be paid online through Payment Gateway on CPP Portal.
13.2 Earnest Money for an amount of Rs. 64,68,532.00 is to be paid through
Online payment as per SOP (Annex-I), or to be deposited by bidder in the
form of Demand Draft, or in the form of Bank Guarantee from any Schedule
bank of India preferably from Nationalized bank but not from
cooperative/Gramin bank as per Annexure-1 to be uploaded on e-tendering
portal.
SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GGB-2
19

13.3 The settlement of the tender processing Fee/EMD, as per case will be
executed to bidder through online mode.
13.4 State Bank of India (SBI) has been authorized as Nodal Bank and its payment
gateway has been integrated / mapped with CPP Portal for the collection of
Tender Processing Fee through e-procurement portal from various bidders
participating in e-Tendering / e-Procurement process is enclosed as
Annex‐I.
13.5 Details of AAI Bank A/c for Bank Guarantee purpose are as follows.
CORPORATE NAME : AIRPORTS AUTHORITY OF INDIA
BANK NAME : ICICI BANK
IFSC CODE : ICIC0000007
BG ADVISING MESSAGE : IFN 760COV (BG ISSUE)
:IFN 767COV (BG AMENDMENT).
UNIQUE IDENTIFIER CODE : AAICORHQ

Further, while submitting the documents to BG issuing Bank issuing bank, the
vender / customer /concessionaire will also submit letter to the issuing bank
as per the format mentioned in Annexure‐17.

14. Power of attorney/authorization for signing tender:


a) Only the Power of Attorney/Authorization holder of the tenderer on
whose name the tender has been uploaded shall sign the Tender
documents.
b) The name and designation of the person or persons of the company
who is authorized to sign shall be clearly indicated in the authority
letter.
c) In the event of the tender submitted by a firm, it must be signed by a
person holding a power-of-attorney to sign the tender document.
Such power of attorney to be uploaded in Envelope-I, and it must
disclose that the firm is duly registered under the Indian Partnership
Act, 1952.
15. Notification of Award of contract will be made in writing to the successful
bidder by the Accepting Authority or his representative. The contract will
normally be awarded to the qualified and responsive Bidder offering lowest
evaluated bid in conformity with the requirements of the specifications and
contract documents and the Accepting Authority shall be the sole judge in
this regard. The Accepting Authority does not bind himself to accept the
lowest or, any tender or to give any reason for his decision. A responsive
bidder is one who submits priced Tender and accepts all terms and
conditions of the specifications and contract documents. A Tenderer
shall submit a responsive bid, failing which his Tender will be liable to
be rejected.

16. The Accepting Authority does not bind itself to accept lowest tender or any
tender and reserves to himself the right of accepting the whole or any part
of the tender and tenderer shall be bound to perform the same at his quoted
rates. No claim whatsoever will be entertained on this account
SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GGB-3
20


17. The Tenderer shall not be permitted to tender for works in Airports
Authority of India Engineering Department, responsible for award and
execution of contracts, in which his near relative is posted as Manager
(Finance & Accounts) or Sr. Officer or as an engineer in any capacity. He
shall also intimate the names of persons who are working with him in any
capacity or are subsequently employed by him and who are near relatives
to any officer in Airports Authority of India. Any breach of this condition by
the contractor would render him liable to be debarred from Tendering for
next 2 years.

18. The contractors shall give a list of AAI employees related to him.

19. No Engineer of Gazetted rank or other Gazetted Officer employed in


Engineering or Administrative duties in an Engineering Department of
Airports Authority of India/Govt. of India is allowed to work as a contractor
for a period of two years of his retirement from Airports Authority of India/
Government service, without the prior permission of Airports of India/Govt.
of India. The contract 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 had not
obtained the permission of Airports Authority of India/Govt. of India as
aforesaid before submission of the Tender or engagement in the
contractor’s service.

20. The Tender for the work shall remain open for acceptance for a period
of Ninety days (90) days from the date of opening of Financial Bid
(Envelope‐II). If any Tenderer withdraws his tender before the said
period or makes any modifications in the terms and conditions of the
Tender which are not acceptable to the Department, then Airports
Authority of India shall without prejudice to any other right or
remedy, be at liberty to debar/ legal action against agency.

21. The site for the work will be made available in phases. Agencies are
advised to visit site in detail, before submission of the bid.

22. On acceptance of the Tender, the name of the accredited
representative(s) of the contractor who would be responsible for
taking instructions from the Engineer‐in‐Charge shall be
communicated to the Engineer‐in‐Charge within 10 days of acceptance
of tender.

23. A tenderer shall submit the tender which satisfies each and every condition
laid down in this notice failing which the Tender will be liable to be rejected.
Also if the credential submitted by the firm found to be incorrect/false or
have some discrepancy which disqualifies the firm then the AAI shall take
the following action:

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GGB-4


21

a) Debar the firm for minimum three years to tender in AAI in any
name/style.

24. Taxes
i) All tendered rates should be inclusive of all taxes, duties, cess, fee,
royalty charges etc. levied under any statute but exclusive of GST
(Goods & Service Tax), ESI & PF. GST shall be paid to bidder for any
taxable supply/ services against a valid Tax invoice.
ii) An undertaking should be submitted for registration under GST
and compliance of GST provisions.
iii) In case of non‐compliance of GST provisions and blockage of any
input credit the bidder shall be responsible to indemnify AAI.

25. a) If any further tax or levy is imposed by Statute, after the last stipulated
date for the receipt of tender including extensions if any and the
contractor thereupon necessarily and properly pay such taxes/ levies, the
contractor shall be reimbursed the amount so paid, provided such
payments, if any, is not, in the opinion of the Engineer-In-Charge (whose
decision shall be final and binding on the contractor) attributable to delay
in execution of work within the control of the contractor.
a) The contractor shall keep necessary books of accounts and other
documents for the purpose of this condition as may be necessary and
shall allow inspection of the same by a duly authorized representative of
Airports Authority of India and / or Engineer-In-Charge and further shall
furnish such other information/document as the Engineer-In-Charge
may require from time to time.
b) The contractor shall, within a period of 30 days of the imposition of
any such further tax or levy, pursuant to the Constitution (46th
amendment) Act 1982, give a written notice thereof to the Engineer-In-
Charge that the same is given pursuant to this condition, together with all
necessary information relating thereto.

26. MODE OF SUBMISSION OF TENDERS:


Tender for the present work shall be submitted online through e-tendering
portal in two bids (i.e. Envelope I & II) system as detailed below:

Envelope‐I (Tender processing fee, EMD, Technical Bid and Pre‐
qualification): ‐ Bid containing following:
A. Tender Processing Fee, EMD, Pre‐Qualification

i. Scanned Copy of online receipt generated against Tender
processing fee, EMD etc.

ii. Original copy of Earnest Money Deposit in the form of Demand


Draft, Bank Guarantee to be submitted by speed post/ courier to
this office on or before 04.03.2022 upto 1800 hrs.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GGB-5


22

Earnest Money Deposit Rs. 64,68,532.00 in the form


(i) State bank of India (SBI) has of Online payment as per SOP
been authorized as a Nodal Bank (Annex-I)/Demand Draft/Bank
and its payment gateway has Guarantee from any Schedule
been integrated / mapped with bank of India preferably from
CPP Portal for the collection of Nationalized bank but not from
Tender Processing Fee and EMD cooperative/Gramin bank.
through e-procurement portal.
The SOP for online payment is
enclosed as Annex-I. The bidder
who wish to make online
payment of EMD amount, have
to follow the SOP as described
above. OR,
(ii) In Favour of Airport
Authority of India payable at
New Delhi in case of Demand
Draft. OR,
(ii) In case of Bank Guarantee as
per Annexure-1 and bound
unto Jt. General Manager
(Engg.-Civil), SR, AAI,
Corporate Head Quarters,
Rajiv Gandhi Bhawan,
Safdarjung Airport, New
Delhi-110003.

B. Technical Bid containing the following: -


i. Scanned copy of Unconditional Acceptance of AAI’s tender
conditions (As per Annexure 2)
ii. Scanned copy of Signed Integrity Pact (As per Appendix XVIII on
of GCC).
iii. Scanned copy of Permanent Account Number (PAN) and GST
Registration Number.
iv. Bid Capacity: Financial bids of the tenderer will only be opened if
their available bid capacity is more than ₹ 39.69 Crore. Available
bid capacity will be calculated based on the following formula.
Available Bid Capacity: - B =2NT –A
Where,
B = is the bidding capacity
N = Maximum value of works executed in any one year during the
last 5 (five) years (updated the completed works to current

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GGB-6


23

costing level of enhancing at a simple rate of interest @7% per


annum).
T = is the numbers of years prescribed for completion of the work
in question (i.e. 08 Months).
A = is the value of the existing commitments and ongoing works
to be completed in the next 'T' years.
Note: Bid capacity of the tenderer and value of existing
commitments for ongoing works during period of 08 months
w.e.f. 28.02.2022 has to be submitted by the tenderer as per the
prescribed performa mentioned at Annexure‐8A and
Annexure‐8B. These data (Bid Capacity calculation sheet along
with Annexure-8A and Annexure-8B) shall be certified by the
Chartered Accountant/ Company Auditor with his stamp and
signature in original with membership number
v. Scanned copy of 'Undertaking' regarding Blacklisting/
Debarment on Company's Letter Head (As per Annexure 5)
vi. Tenderer should deploy sufficient plant and machinery as per the
requirement of work in consultation with the Engineer-in-Charge
(EIC) to achieve the milestones/targets and overall completion
within the time period. Tenderer shall submit scanned copy of
'Undertaking' on Company's Letter Head (As per Annexure 4).
vii. Companies other than proprietary firm shall submit scanned
copy of Authorization Letter/Power of Attorney along with copy
of Certificate of Incorporation of the Company under Companies
Act showing CIN/LLPIN/Name of Directors of the Company and
copy of Board Resolution regarding Authority to assign Power of
Attorney. Proprietary firm shall submit scanned copy of
Authorization letter/ power of attorney only if tender is
processed by a person other than proprietor.

viii. Prequalification Performa duly filled.

ix. Submission of “Verification of local content as per Govt. of India


order on Public Procurement Preference to make in India” order-
2017, 15 June 2017 and 16 Sept 2020 with up to date
amendments, to support the Indian industries as implemented
“Purchase Preference Policy”. The “Purchase Preference” is
applicable for the “Class-I Local Supplier” for the
goods/services/works covered in this tender subject to the
following term & conditions:
Only Class‐I local suppliers are eligible for bidding.

ix(a) Class-1 suppliers offering items with equal to 50% or more than
50% local content.

ix(b) The ‘Class-I supplier’ should provide a “Certificate {Certificate


from the statutory auditor or cost auditor of the company (in the
SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GGB-7
24

case of companies) or from a practicing cost accountant or


practicing chartered accountant (in case of suppliers other than
companies) giving the percentage of local content and name of
the work}. indicating that the item offered meets the minimum
local content for class I supplier and provide the % of local
content along with details of the location(s) at which the local
value addition is made.

x. Declaration of Compliance to the OM issued by Government of


India, Ministry of Finance, Department of Expenditure, vide file
number PPD -6/18/2019-PPD Dated 23 rd July 2020 on the
subject “Restrictions under Rule144 (xi) of the General Financial
Rules (GFRs)” and “Exclusion from restrictions under Rule 144
(xi) of the General Financial Rules (GFRs), 2017 with up to date
amendments. (As per Annexure 15).

C. Qualifying requirements of contractors / tenderers containing the


following: -

i. Should have satisfactorily completed similar works (# Phase/Part
completion of the scope of work in a contract shall not be
considered, however pre‐determined phasing of the work will
be accepted). Three works, each of ₹ 15,87,41,268.00 or two
works, each of ₹ 19,84,26,585.00 or one work of ₹
31,74,82,535.00 in single contract of similar nature of work during
last 7 years ending last date or extended date of submission of Bid.
The Similar nature of work means Construction of Pavement
Quality Concrete works including Car Park.

“The value of executed works shall be brought to current


costing level by enhancing the actual value of work at simple
rate of 7% per annum, calculated from the date of
completion to the last date of submission of bid i.e.

28.02.2022“
Client certificate for experience should show the nature of work
done, the value of work, date of start, date of completion as per
agreement, actual date of completion and satisfactory completion
of work. Tenderers showing work experience certificate from
non‐government/non‐PSU organizations should submit
copy of tax deduction at sources (TDS) certificate(s) along
with a certificate issued by registered Chartered Accountant,
clearly specifying the name of work, total payment received
against the work and TDS amount for the work in support of
their claim for having experience of stipulated value of work.

Note:

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GGB-8


25

1. The value of work done in experience certificate clearly


indicate the component of Tax.
2. The work experience certificate of works completed in pre‐
GST era, completion amount will be divided by 1.12 (to
exclude pre GST tax of VAT 12%) to make it at par with
experience certificates of post GST era but excluding GST.
ii. Should have annualized average financial turnover of ₹ 11.91
crores (As per Annexure 8C) against works executed during last
three years ending 31st March of the previous financial year. As a
proof, copy of Abridged Balance Sheet along with Profit and Loss
Account Statement of the tenderer should be submitted along
with the application. Tenderers showing continuous losses
during the last three years in the balance sheet shall be summarily
rejected.
iii. The tenderer should have a minimum net worth of ₹ 5.955
crores, issued by certified Chartered Accountants (As per
Annexure‐7).

Scanned copy of all the Documents of Envelope-I mentioned above shall be


submitted on the CPP portal.

Envelope‐II: - The Financial e‐Bid through CPP portal.


Rates to be quoted (exclusive of GST) in the respective Section only in
“Envelope‐II”/ Price Bid where brief indicative description of item & unit
have been given. Full description of Item & unit is available in Schedule “A”
of GCC. Before quoting rates in respective section in Price bid, the bidders are
advised to read the full description of respective item & Unit from Schedule
“A”.

All rates shall be quoted in the format provided and no other format is
acceptable. If the price bid has been given as a standard BOQ format with the
tender document, then the same is to be downloaded and to be filled by all
the tenderers. Tenderers are required to download the BOQ file, open it and
complete the blue coloured (unprotected) cells with their respective financial
quotes and other details (such as name of the tenderer). No other cells should
be changed. Once the details have been completed, the tenderer should save
it and submit it online, without changing the filename. If the BOQ file is found
to be modified by the tenderer, the bid will be rejected.

Tenders shall be processed as below


Envelope‐I: Containing Tender processing fee, EMD, Technical bid and Pre-
Qualification Documents (Uploaded by the contractors/ firms) shall be opened
on as mentioned in CRITICAL DATA SHEET. The intimation regarding
acceptance/ rejection of their bids will be intimated to the contractors / firms
through CPP e-tendering portal.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GGB-9


26

Envelope‐II: Containing financial bid of the tenderers found to be meeting


the technical criteria and qualifying requirements shall be opened on date
& time mentioned in CRITICAL DATA SHEET. (In case the date and time for
opening of Envelope-II (Financial bid) is required to be changed, the same
shall be intimated through CPP Portal).
Note: Once the bidder has submitted the digitally signed file of
Unconditional Acceptance of AAI’s Tender Conditions, he is not permitted
to upload any additional file or put any remark(s)/conditions(s)

AAI reserves the right to accept or reject any or all applications without
assigning any reasons. AAI also reserves the right to call off tender process
at any stage without assigning any reason.

Clarifications: If the bidder has any query related to the Tender Document
of the work they should use ‘Clarification’ tab in CPP-tendering portal to
seek clarifications. No other means of communication in this regards shall
be entertained. Last date and time for raising query shall be as stipulated in
NIT.

If any clarification is needed by AAI from the bidder about the deficiency in
their uploaded documents in Envelope-I, they will be asked to provide it
though CPP-tendering portal. The bidder shall upload the requisite
clarification/documents within specified time by AAI failing which tender
will be liable for rejection.

In case above conditions are found violated, the tender shall be rejected.

27. COMPARISON AND EVALUATION OF TENDER


a) Prior to detailed evaluation, AAI will determine the substantial
responsiveness of Tender document. A substantial responsive Tender is
one, which confirms to all the terms and conditions of the Tender.
b) A tender is determined as not responsive, if tender is submitted
incomplete, annexures are not filled up, unconditional acceptance letter
minimum wages affidavit, integrity pact and power of attorney not found
in proper form etc. etc. as described above such tenders are liable to be
rejected by AAI.
c) In case if any condition is found violated after opening Envelope-I i.e.
Technical Bid, the tender shall be summarily rejected and AAI shall,
without prejudice to any other remedy, be at liberty to debar the agency.

Only those tenderers whose Technical Bid documents are acceptable to


AAI will be examined and their techno-commercial bid shall be evaluated
to determine whether they are complete, meets tender requirements,
free from computational errors, whether the data have been properly
filled up, and whether the requisite documents as detailed have been
submitted in conformity to the Tender specifications, drawings and
conditions.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GGB-10


27

28. Price bid: ‐


The Price e-Bid through CPP e-portal.
a) Tenderer should download the “Tender Document” file along with BOQ
from the CPP e-tendering portal and upload the digitally signed BOQ file
along with desired documents in Envelope-I.
b) Rates to be quoted in the column mentioned for rate only.
c) The offer from those contractors whose digitally signed required
documents are not found in “Envelope-I” will not be considered and will
stand rejected and Envelope-II (financial bid) of such contractors shall
not be opened.
d) Price bid shall only be accepted in the desired format. No other format
shall be accepted.
e) In case, the condition 28 (d) above is found violated, the tender shall be
rejected.

29. REJECTION OF TENDER: ‐


a. Airports Authority of India reserves the right to reject all the tenders or
any of the tender or any part of tender without assigning any reason.
b. AAI reserves the right at its sole discretion not to award any work under
this tender. AAI shall not pay any costs or loss incurred by the tenderers
in the preparation and submission of any requisite tender or technical
proposal or to procure contract for any of the items described herein.
c. If the tenderer deliberately gives wrong information or suppress any
information in his Tender, AAI reserves the right to reject such tender at
any stage or to cancel the contract, if awarded, in addition to any other
appropriate/legal action.
d. Canvassing in any form in connection with the tenders is strictly
prohibited and the tenders submitted by firms who resort to canvassing
are liable for rejection.
e. Any deviation in the Tender submission procedure will be considered as
non-responsive bid and liable to be rejected.
f. A Tenderer shall submit a responsive bid, failing which his Tender will
be liable to be rejected.
g. Tender in which any of the particulars and prescribed information are
missing or are incomplete, in any respect and/or prescribed conditions
are not fulfilled, shall be considered non-responsive and is liable to be
rejected.
h. The tenderer is expected to examine the tender document including all
instructions, forms, terms, specifications, drawings, etc. Failure to
furnish all information required as per the tender documents or
submission of a tender not substantially responsive to the tender
document in any respect may result in the rejection of the tender.
i A Tenderer shall submit the Tender which satisfies each and every
condition laid down in this notice failing which the Tender will be liable
to be rejected.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GGB-11


28

j Any tender not accompanied with EMD proforma in the prescribed form
will be considered non responsive and rejected.

30. This notice of Tender shall form part of the contract documents. The
successful Tenderer/contractor, on acceptance of his Tender by the
Accepting Authority, shall within 15‐days from the stipulated date of
start of work, sign the contract consisting of Notice inviting Tenders,
General conditions of contract, special/additional condition, General and
particular specifications, Tender conditions as issued at the time of
invitation of Tender and acceptance thereof with any correspondence
leading there to.

31. The tender for the work shall not be witnessed by a contractor or
contractors who himself / themselves has/have tendered or who may have
tendered for the same work. Failure to observe this condition would render
tender of the contractor tendering as well as witnessing the tender, liable to
summarily rejection.

32. AAI shall be the sole judge in the matter of evaluating & accepting technical
bids, Price bids and award of contract and decision of AAI shall be final &
binding.

33. AAI reserve the right to verify the credential submitted by the agency at any
stage (before or after the award of work) If at any stage, any information /
documents submitted by the applicant is found to be incorrect / false or
have some discrepancy which disqualifies the firm then AAI shall take the
following action:
a. The agency shall be liable for debarment from tendering for minimum
three years in AAI in any name/style, apart from any other appropriate
contractual / legal action.

34. IMPLEMENTATION OF INTEGRITY PACT


a) Signing of Integrity Pact is mandatory for every Bidder/ contractor in
this procurement/ bid process, and scanned copy of same should be
uploaded as specified in Tender document.
b) The Bidder/ contractor shall commit itself to ensure taking all
measures necessary to prevent corrupt practices, unfair means and
illegal activities during any stage of its bid or during any pre-contract
or post-contract stage as specified in Section 3 of the integrity pact.
c) Any breach of the aforesaid provisions by the bidder or any one
employed by it or acting on its behalf (whether with or without the
knowledge of the Bidder) shall entitle the authority to take all or any
one of the action as specified in Section 6 of the integrity pact.




SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GGB-12
29

The Independent External Monitor (IEM) for this work will be:

Shri J.K. Khanna, Shri Ramabhadran Ramanujam,
IPS (Retd.), IAS (Retd.)
A‐102, Sector‐55, Residential Address: 44/24,
Noida‐201307 (UP) Third Trust Cross Street,
Phone No. +91‐9810940403 Mandavelipakkam,
Email: jkkhannaips@yahoo.com Chennai‐ 600028
Tel. No: +91‐ 9495511954
Email: raamaanuj@gmail.com
d) The duties responsibilities and powers of IEM are detailed in section 8
of the IP Act.
e) Any query related to tender document or problem in e-bidding process
should normally be addressed to bid manager as mentioned in General
Instruction for Online bid submission (Annexure‐AA) in para
“Assistance to Bidders” on page G‐1 to G‐4 of tender document.

No bid procedure related query shall be referred to Independent
External Monitor (IEM).
f) Update with regard Integrity Pact may please be seen on AAI Website by
following the access path www.aai.aero>Vigilance>Vigilance
Events>Integrity Pact
g) The Consequence of Integrity Pact may be perused on the website.
http://www.aai.aero/

35. The Bid of subject procurement shall be strictly evaluated as per OM issued
by Government of India, Ministry of Finance, Department of Expenditure,
vide file number PPD - 6/18/2019-PPD Dated 23 rd July 2020 on the subject
“Restrictions under Rule 144 (xi) of the General Financial Rules (GFRs)” and
“Exclusion from restrictions under Rule 144 (xi) of the General Financial
Rules (GFRs), 2017 with up to date amendments.

Bidders are required to refer above OM in detail before submitting their bid.
The referred OM is in public domain and can be accessed through web site
of Department of Expenditure, Ministry of Finance, Government of India.
Necessary compliance to above OM shall be uploaded on e-tendering portal
by bidder.

Preference to Make in India order 2017 of GoI shall also be applicable for
evaluation of bid.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GGB-13


30

36. STANDARD PRINTED CONDITIONS


Standard printed conditions of the tenderer if any submitted along with the
offer will not be accepted.
For and on behalf of
Airports Authority of India
Signature:
Designation:
Date:

Signature of Witness Signature of Tenderer



Address Date

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GGB-14


31

Annex- I
Standard Operating Procedure
for
Online payment, refund and settlement of EMD and Tender Fee through CPP Portal
e-Tendering brings in economy, efficiency and transparency in the procurement of goods, works and
services. CVC are inclined to force implementation of e-Tendering in all Govt. departments & PSUs.
Online payment gateway for payment, refund and settlement of EMD and Tender Fee is part of the
implementation of e-Tendering system i.e. CPPP https://etenders.gov.in .

Stakeholders:

1. Tender Floating Department: Airports Authority of India (AAI)


2. The Technical Service Providers (TSP) - NIC to facilitate CPP Portal with entire back end
process and providing technical support to the Government Dept.
3. Bank - AAI has authorized State Bank of India as nodal bank provides payment gateway services
and receives Tender fees and Earnest Money Deposits (EMDs) from various bidders participating
in e- Tendering/ e-procurement process, holds the amount in Current/Savings Bank account till
the time of finalization of tendering process. Bank will settle the Tender Fee of all bidders, Bank
will refund EMD to unsuccessful bidders and the EMD of L 1 bidder will remain in the pooling
account and after AOC completion on the portal, the L 1 bidders EMD amount will be refunded
to their source account. This will be happened as per instruction received from TIA through online
portal. Customized MIS will be provided to the Tender Floating Department i.e. AAI.
4. The Bidders - The bidders are organizations/corporate/individuals who apply for the tender
floated by the tender floating department and participate in the tendering process.
Bidders are directly involved in making the use of this e-System for making payments
and getting refunds into their accounts.
Eligibility (Prerequisite for e-Tendering)

1. Tender Inviting Authorities (TIA) & the bidders should enroll on CPP Portal
https://etenders.gov.in to carry out the procurement activities.
2. Portal login will be through two factor authentication i.e. User id & password followed by the
login through DSC.
‐ TIA must have Digital Signature Certificate (DSC) with Signing and Encipherment feature
‐ Bidders must have DSC with Signing feature

Bank Account Details

a. Common Pooling A/C for EMD and Tender Fee Collection


b. Tender Fee Settlement A/c for Settlement of Non-refundable Tender Fee amounts
c. Forfeited EMD Settlement A/c for Settlement of forfeited EMD amounts

Payment gateway for End to End Procedures:

1. Collection Process:

a. Online collection of EMD and Tender Fee: As per current provision in the portal, TIA will
allow the option of Online Mode for collection of EMD and Tender Fee while publishing
32

tender, so that the bidders can deposit these fees through Net Banking (SBI and Other Banks)
and NEFT/RTGS.

b. Collection of EMD through Bank Guarantee(BG): During the tender creation TIA will allow
the option of “EMD through BG or EMD Exemption” so that bidders will be able to upload
the copy of BG or Exemption certificate as per tender terms and condition.

Note: Keeping in the view of running tender status, the portal currently has both online and offline payment
options for next few days, after which the offline mode will be disabled.

2. During the collection process the amount will be debited from the bidder account and credited to
the collection pooling account of the AAI.

3. Till the tender opening all the collected amount will be residing in the collection pooling account
of AAI.

4. Refund and Settlement process:

a. Step-I: After opening the tender, bid submitted successfully along with the online payment,
the tender fee settled to ‘Tender Fee Settlement Account' and EMD amount will remain in
‘Pooling Account’.
b. Step-II: On Technical Evaluation: After submission of technical evaluation report on the CPP
portal, the 'EMD of Technically Qualified bidders will remain in the pooling account' and EMD
amount of rejected bidders will be refunded to their source account.
c. Step-III: On Financial Evaluation: After submission of financial evaluation report on the
CPP portal, the 'EMD of L1 bidder will remain in the pooling account' and EMD amount of
rejected bidders will be refunded to their source account.
d. Step-IV: EMD Refund of L1: After AOC completion on the portal, the L1 bidders EMD
amount will be refunded to their source account and for this Bid managers are advised to
complete the AOC process:
‐ Only after receiving the PBG and its confirmation from the bank.
or
‐ Adjustment of Security Deposit (SD) as per NIT Condition.

5. In the case of "Cancellation of tender" before opening and "Re-Tender":

- All the submitted amount will be refunded to the bidders.

6. In the case of "Cancellation of tender" after opening and "Re-Tender":

- The tender fee has already settled to the AAI's tender fee settlement account at the EoD of
tender opening.
- Now only EMD residing in the collection pooling account, the EMD will be refunded to the
bidders.
7. In case of 'Withdraw of bid' by the vendor:

- Procurement system allows the bidder to withdraw till the bid submission closing date, assume
that the bidder has paid the amount and withdrawn the bid, eProcurement system will initiate
the refund of EMD on the day of tender opening.
33

8. In case of Revocation Corrigendum:

- If TIA publishes revocation corrigendum to accept the rejected bidder than TIA must ask EMD
again via offline mode before publishing the revocation corrigendum because EMD amount
has already been refunded or refund initiated to the rejected bidders A/c.
9. Procedure for Forfeiture of EMD through CPP Portal:

Forfeiture activity can be performed at the time of rejection of the bidder.

Step I: Rejected the bidder during the Technical or Financial Evaluation process.
Step II: On the same day, use the menu “Forfeiture Menu” to Forfeit the EMD.
Step III: Select the tender and then the bidder to forfeit the EMD
Step IV: At the end of the day System will settle the Forfeited EMD to “Forfeited EMD
Settlement A/c”

Note: Forfeiture of EMD will have to be claimed on same day of rejection otherwise it will not
be available in the system because at the end of the day CPPP will initiate refund to the rejected
bidders.

10. Following procedures are attached on subsequent pages:

a. Procedure to allow the online Payment Option in CPP Portal by TIA


b. Procedure for checking the Payment Status by TIA
c. Procedure for Online Collection of EMD and Tender Fee from Bidders
34

Procedure to allow the Online Payment Option in CPP Portal by TIA

1. TIA/Bid Manager will login to the portal https://etenders.gov.in/ with valid User ID (i.e. User ID
mapped with Digital Signature Certificate) and follow the process of tender creation.

2. After completion of Basic and Cover Details go to next stage for Fee Details and select the option
as per below screen:

Allow Online mode for EMD and
Tender Fee Payment
35

Choose Yes option for EMD
payment through Bank Guarantee
or for EMD Exemption
36

Procedure for checking the Payment Status by TIA

1. Payment confirmation can be find out at the time of Tender Opening process.
2. TIA/Bid Manager will login to the portal https://etenders.gov.in/ with valid User ID (i.e. User
ID mapped with Digital Signature Certificate) and follow the process of tender opening.
3. After opening of tender, click on first cover (i.e. Fee Cover) and select Bid Opening or Quick
Bid Opening option against each Bidder.
4. Payment status will be checked/verified for Individual Bidders.
5. Click on View Paid Information link and get the bidder details along with Payment detail.
6. If Status is seen as “Success” it means that bidder has successfully paid for Tender Fee/EMD
Successfully. Screen shot is attached herewith for the reference.

EMD and Tender Fee


both paid successfully
37

Procedure for Online Collection of EMD and Tender Fee from Bidders

1. Bidder will login to the portal https://etenders.gov.in/ with valid User ID (i.e. User ID mapped with
Digital Signature Certificate) and follow the process of participation to the tender.
2. After Login search the tender in “Search Active Tender” tab with different criteria after that click
on “set as favorite” to move on “My Tender”. Then click on “My tender” and view the tender details
and click on proceed for Bid Submission.
3. For submission of online Tender Fee and EMD, click on Button as “Pay Online” 
4. In case of Tender Fee: If the Bidder is exempted from the tender fee payment, then select the option
to “Yes” other wise “NO” as per below screenshot:

5. In case of EMD: If Bidder is paying EMD through any of below options, Select the option “Yes”
(as per below screenshot) and provide the details and upload copy as a proof.
- Bank Guarantee (BG)/Swift Transfer (ST)
- Exempted from EMD Payment,

Note: For submitting “EMD through BG/ST” or “Exemption from EMD payment” bidder must
select “Yes” otherwise bidders will not have the option to pay EMD through Bank Guarantee.
Once proceeded it is not possible to revert the option.

6. Select option “NO” (as per below screenshot) for proceeding for Online EMD payment.

After selecting the option, click on “Next” Button as per above screenshot. Further process to be
followed as per subsequent screen.
38
National Informatics Centre Payment Gateway

NIC-GePNIC Version 1.09.06 Page 1


39
National Informatics Centre Payment Gateway

NIC-GePNIC Version 1.09.06 Page 2


40
National Informatics Centre Payment Gateway

NIC-GePNIC Version 1.09.06 Page 3


41
National Informatics Centre Payment Gateway

NIC-GePNIC Version 1.09.06 Page 4


42
National Informatics Centre Payment Gateway

NIC-GePNIC Version 1.09.06 Page 5


43
National Informatics Centre Payment Gateway

NIC-GePNIC Version 1.09.06 Page 6


44
National Informatics Centre Payment Gateway

NIC-GePNIC Version 1.09.06 Page 7


45
National Informatics Centre Payment Gateway

NIC-GePNIC Version 1.09.06 Page 8


46
National Informatics Centre Payment Gateway

NIC-GePNIC Version 1.09.06 Page 9


47
National Informatics Centre Payment Gateway

NIC-GePNIC Version 1.09.06 Page 10


48
National Informatics Centre Payment Gateway

NIC-GePNIC Version 1.09.06 Page 11


49
National Informatics Centre Payment Gateway

NIC-GePNIC Version 1.09.06 Page 12


50
National Informatics Centre Payment Gateway

NIC-GePNIC Version 1.09.06 Page 13


51
National Informatics Centre Payment Gateway

NIC-GePNIC Version 1.09.06 Page 14


52
National Informatics Centre Payment Gateway

NIC-GePNIC Version 1.09.06 Page 15


53
National Informatics Centre Payment Gateway

NIC-GePNIC Version 1.09.06 Page 16


54
National Informatics Centre Payment Gateway

NIC-GePNIC Version 1.09.06 Page 17


55
National Informatics Centre Payment Gateway

NIC-GePNIC Version 1.09.06 Page 18


56
National Informatics Centre Payment Gateway

NIC-GePNIC Version 1.09.06 Page 19


57
National Informatics Centre Payment Gateway

NIC-GePNIC Version 1.09.06 Page 20


58

PRE‐QUALIFICATION PROFORMA – ENVELOPE‐I


To be filled & Uploaded by applicants along with tender documents
(Tender ID – 2022_AAI_102420_1)

Name of Work: Construction of Surface Car Parking and associated works at
Tiruchirapalli Airport, Trichy. SH.: Civil & Electrical Works

S. N. Qualifying criterion Supporting Document Enclosure Check‐


must have the following list
salient information which
AAI would like to note
1.0 Details of Agency/ Firm
1.1 Name and registered office Details to be filled.
address of the Applicant (Note: 1. relevant details
Contractor/ Firm under relevel row is
required to be filled up by
the bidder.
2. Work experience details is
required to be filled up
under one work/two
work/three work category
as applicable.)
2.0 Telephone, Fax & E-mail Details to be filled.
Copy uploaded: Yes
/ No
3.0 Scanned copy of Power of Details to be filled.
Attorney Copy uploaded: Yes
/ No
4.0 Scanned copy of receipt of Details to be filled.
tender processing fee paid Copy uploaded: Yes
/ No
5.0 Scanned copy of proforma Details to be filled.
for Earnest Money Copy uploaded: Yes
Declaration (as per / No
Annexure‐1)
6.0 Scanned copy of Details to be filled.
Unconditional Acceptance Copy uploaded: Yes
of AAI’s tender conditions / No
(Annexure 2)
7.0 Scanned copy of Signed Details to be filled.
Integrity Pact (As per Copy uploaded: Yes
Appendix XVIII on of / No
GCC)

8.0 Qualifying Criteria

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL PQ-1


59
Should have satisfactorily completed Similar works (# Phase/Part
completion of the scope of work in a contract shall not be considered,
however pre‐determined phasing of the work will be accepted). Three
works, each of ₹ 15,87,41,268.00 or two works, each of ₹
19,84,26,585.00 or one work of ₹ 31,74,82,535.00 in single contract of
similar nature of work during last 7 years ending last date or extended date
of submission of Bid. The Similar nature of work means Construction of
Pavement Quality Concrete works including Car Park.
Should have satisfactorily A) Certificate of completion
completed the specified of the Three/ Two/ One
work. work(s) for meeting
eligibility criteria as
applicable.

One work of Rs. Work No. 1


31,74,82,535.00 in a -Name of work: Details to be filled.
single contract of similar -Nature of work done:
- Value of contract:
nature of work during last
-Value of work done: Copy of
seven years ending last -Date of start: certificate
date or extended date of -Date of Completion as per uploaded:
submission of Bid. agreement:
-Actual Date of Completion: Yes / No
-Satisfactory completion of
work:
-EOT granted (if any) up to
…………. with/ without levy
of compensation. TDS certificate
- Whether experience from enclosed:
Govt. organizations or YES / NO
private clients?
Two works of Rs. Work No. 1
19,84,26,585.00 (each in -Name of work : Details to be filled.
single contract) of similar -Nature of work done:
- Value of contract:
nature of work during last
-Value of work done:
seven years ending last -Date of start: Copy of
date or extended date of -Date of Completion as per certificate
submission of Bid. agreement: uploaded:
-Actual Date of Completion:
-Satisfactory completion of Yes / No
work:
-EOT granted (if any) up to
…………. with/ without levy
of compensation. TDS certificate
- Whether experience from uploaded:
Govt. organizations or YES / NO
private clients?

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL PQ-2


60

Work No. 2 Copy of


-Name of work: certificate
-Nature of work done: enclosed:
- Value of contract: Yes / No
-Value of work done:
-Date of start:
-Date of Completion as per
agreement:
-Actual Date of Completion:
-Satisfactory completion of
work:
-EOT granted (if any) up to
…………. with/ without levy
of compensation.
- Whether experience from TDS certificate
Govt. organizations or enclosed:
private clients? YES / NO

Three works of Work No. 1


Rs. 15,87,41,268.00 (each -Name of work: Details to be filled.
in single contract) of -Nature of work done:
- Value of contract:
similar nature of work
-Value of work done:
during last seven years -Date of start: Copy of
ending last date or -Date of Completion as per certificate
extended date of agreement: uploaded:
submission of Bid. -Actual Date of Completion:
-Satisfactory completion of Yes / No
work:
-EOT granted (if any) up to
…………. with/ without levy
of compensation. TDS certificate
- Whether experience from enclosed:
Govt. organizations or YES / NO
private clients?

Work No. 2
-Name of work: Details to be filled.
-Nature of work done:
- Value of contract:
-Value of work done:
-Date of start: Copy of
-Date of Completion as per certificate
agreement: uploaded:
-Actual Date of Completion:
-Satisfactory completion of Yes / No
work:
SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL PQ-3
61
-EOT granted (if any) up to
…………. with/ without levy
of compensation. TDS certificate
- Whether experience from enclosed:
Govt. organizations or YES / NO
private clients?
Work No. 3 Copy of
-Name of work: certificate
-Nature of work done: enclosed:
- Value of contract: Yes / No
-Value of work done:
-Date of start:
-Date of Completion as per
agreement:
-Actual Date of Completion:
-Satisfactory completion of
work:
-EOT granted (if any) up to
…………. with/ without levy
of compensation.
- Whether experience from TDS certificate
Govt. organizations or enclosed:
private clients? YES / NO

TURNOVER
9.0 Annualized average Year Turnover Proof of turn over
financial turnover of not (In Lakhs) supported with
less than Rs. 11.91 crores 2018-19 abridged balance
against works executed sheets and profit &
2019-20
during last three financial loss account
years i.e. ending on 2020-21 uploaded:
31.03.2021. As a proof, YES / NO
Average:
copy of Abridged Balance
Sheet along with profit and
loss account statement of
the firm for last three years
shall be submitted along
with the application
(Annexure‐8C)
10.0 a) Permanent Account Details to be filled. Copy of PAN
No.(PAN) uploaded:
Yes/ No
b) GST Registration No. Details to be filled. Copy of GST
Registration No.
Uploaded:
Yes/ No

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL PQ-4


62

c) Undertaking reg. GST Copy of GST


(Annexure‐6) Undertaking
Uploaded:
Yes/ No
11.0 Self- Declaration Uploaded: Yes/No
(Annexure‐3)
12.0 Undertaking for Uploaded: Yes/No
deployment of T&P
(Annexure‐4)
13.0 Scanned copy of Uploaded: Yes/No
declaration regarding
blacklisting/ debarring of
firm submitting tender
(Annexure‐5)
14.0 Minimum net worth of Uploaded: Yes/No
Rs. 5.955 crores, issued
by certified Chartered
Accountants (As per
Annexure 7)
15.0 Bid Capacity calculation Uploaded: Yes/No
sheet along with duly
certified supporting
documents by Chartered
Accountant (As per
Annexure 8A and
Annexure‐8B)

16.0 Submission of relevant Uploaded: Yes/No


documents as per Make in
India Policy circular of GoI.

17 Declaration of Compliance Uploaded: Yes/No


to the OM issued by
Government of India under
Rule144 (xi) of the General
Financial Rules (GFRs)”.
(As per Annexure 15)
18.0 Other informations / documents as per Check List
Place: SIGNATURE WITH STAMP
Date: Authorized signatory of the Firm

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL PQ-5


 
63
  CHECK‐LIST

TO BE UPLOADED BY APPLICANTS IN ENVELOPE‐I

Name of Work: Construction of Surface Car Parking and associated works at


Tiruchirapalli Airport, Trichy. SH.: Civil & Electrical Works.
S.No. Qualifying criterion Enclosure Check-list

1.0 Envelope I
1.1 1.Name and registered office address of the Copy enclosed: Yes / No
Applicant Contractor/Firm/ Joint Venture
Company duly registered/consortium of
firms/companies
Telephone, Fax & E-mail

1.2 Scanned Copy of online receipt generated Copy enclosed: Yes / No


against Tender processing fee
1.3 Scanned copy of proforma for Earnest Money Copy enclosed: Yes / No
Declaration (Annexure-1)
1.4 Scanned copy of Unconditional Acceptance
of AAI’s Tender Conditions (Performa given Copy Enclosed:
in Annexure-2) Yes/No

1.5 Scanned copy of Signed Integrity Pact (As per Copy Enclosed:
Appendix XVIII) Yes/No
1.6 Scanned copy of Permanent Account Number Copy enclosed: Yes / No
and GST Registration Number
1.7 Scanned copy of Declaration regarding Copy enclosed: Yes / No
Blacklisting/debarment on Company’s Letter
head (A per Annexure-5)

1.8 Undertaking for deployment of T&P on Enclosed: Yes/No


Company’s Letter head
(Annexure-4)

1.9 Authorized Signatory/ Power of Copy enclosed: Yes / No


Attorney (Name & Designation)

1.10 Pre-Qualification Proforma duly filled Enclosed: Yes/No

1.11 Scanned copy of undertaking on GST Enclosed: Yes/No


compliance (Annexure-6)

1.12 Scanned copy of Affidavit regarding Enclosed: Yes/No


minimum wages ( As per Appendix -XXIII)
1.13 Self-declaration as per (Annexure-3) Enclosed: Yes/No

1.14 Digitally signed tender document Enclosed: Yes/No

Surface Car Park, Trichy   C‐NIL; I‐NIL; O‐NIL  CL‐1 

 
64

1.15 Bid Capacity Criteria documents as per Enclosed: Yes/No


Annexure-8A and Annexure-8B.
1.16 Financial Information of previous last three
years (As per Annexure-8C) Enclosed: Yes/No

1.17 Minimum net worth amount issued by certified Enclosed: Yes/No


Chartered Accountants (As per Annexure 7)

1.18 Submission of “Verification of local content” as Enclosed: Yes/No


per GoI order on “Public Procurement
(Preference to Make in India), Order 2017-
Revision, regarding”; dated 16th September
2020 with up to date amendment’s.

1.19 Declaration of Compliance to the OM issued Enclosed: Yes/No


by Government of India, Ministry of Finance,
Department of Expenditure, vide file number
PPD ‐6/18/2019‐PPD Dated 23 rd July 2020
on the subject “Restrictions under Rule144
(xi) of the General Financial Rules (GFRs)”
and “Exclusion from restrictions under Rule
144 (xi) of the General Financial Rules (GFRs),
2017 with up to date amendments. (As per
Annexure 15)

1.20 Notarized Affidavit on non-judicial stamp Enclosed: Yes/No


paper of Rs 100(stamp paper should be in the
name of firm submitting tender) regarding
compliance of minimum wages (Appendix-16)

Surface Car Park, Trichy   C‐NIL; I‐NIL; O‐NIL  CL‐2 

 
65
Annexure‐1

FORM OF BANK GUARANTEE AGAINST EARNEST MONEY DEPOSIT

WHEREAS, contractor _________________ (Name of contractor) (hereinafter called


“the contractor”) has submitted his tender dated _______________ (date) for the
construction of “_______________________________ ”(name of work) (hereinafter called
“the TENDER”).

KNOW ALL PEOPLE by this presence that we _________________ (name of bank)


having our registered office at _________________ (hereinafter called “the bank”) are
bound unto Joint General Manager (Engg.-Civil)-SR, Airports Authorty of India
having its head office at Rajiv Gandhi Bhawan, Safdarjung Airport, New Delhi-
110003 (hereinafter called the “Engineer in-charge” which expression shall
unless repugnant to the subject or contract includes its administration,
successors and assigns) in sum of Rs. _________________ (Rs. In words -
_________________) for which payment well and truly to be made to the said
Engineer-in-Charge the Bank binds itself, his successors and assigns by these
presents.

SEALED with the Common Seal of the Bank this ___________ day of _____________20 __.
THE CONDITIONS of this obligation are:
(1) If after tender opening the Contractor withdraws, his tender during the
period of validity of tender (including extended validity of tender) specified
in the Form of Tender.

(2) If the contractor having been notified of the acceptance of his tender by the
engineer-in-charge.

a) Fails or refuses to execute the form of Agreement in accordance with the


instructions to contractor, if required –
OR
b) Fails or refuses to furnish the performance guarantee, in accordance with
the provisions of tender document and instructions to contractor,
OR
c) Fails or refuses to start the work, in accordance with the provisions of the
contract and instructions to contractor,
OR
d) Fails or refuses to submit fresh bank guarantee of an equal amount of this
bank guarantee against security deposit after award of contract.

We undertake to pay to the engineer-in-charge either up to the above amount or


part thereof upon receipt of his first written demand, without the engineer-in-
charge having to substantiates his demand, provided that in his demand the
engineer-in-charge will note that the amount claimed by him is due to him owing
to the concurrence of one or any of the above conditions, specifying the occurred
condition or conditions.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL A-1


66
This guarantee will remain in force up to and including the date* ____________ after
the deadline for submission of tender as such deadline is stated in the
instructions to contractor or as it may be extended by the engineer-n-charge ,
notice of which extension (s) to the bank is hear by waived. Any demand in
respect of this guarantee should reach the bank not later than the above date.

DATE ……………………….. SIGNATURE OF THE BANK

WITNESS ……………………….. SEAL


(SIGNATURE NAME AND ADDRESS)

* Date to be worked out on the basis of validity period of 6 months from last date
of receipt of tender.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL A-2


67
Annexure‐2

UNDERTAKING TO GIVEN FOR UNCONDITIONAL ACCEPTANCE.

AGM Engg. (Civil.), Date:


Airports Authority of India,
O/o Executive Director (Engg.)-SR
A Block, 3rd Floor,
Rajiv Gandhi Bhawan, Safdurjung Airport
New Delhi – 110 003 (India)
Sir,
ACCEPTANCE OF AAI’S TENDER CONDITIONS
1. 1. The tender documents for the work “Construction of Surface Car
Parking and associated works at Tiruchirapalli Airport, Trichy. SH.:
Civil & Electrical Works” have been sold to me/us by Airports Authority of
India and I/we hereby certify that I/we have inspected the sites and read
the entire terms and conditions of the tender documents made available to
me/us on CPP portal which shall form part of the contract agreement and
I/We shall abide by the conditions/clauses contained therein.
2. I/We hereby unconditionally accepts the tender conditions of AAI’s tender
documents in its entirety for the above work.
3. The contents of clause 26 of General Guidelines for the Bidders (DE-6) of
the Tender Documents have been noted wherein it is clarified that after
unconditionally accepting the tender conditions in its entirety, it is not
permissible to upload any additional file or put any
remark(s)/conditions(s) (except unconditional rebate on quoted rates if
any) in/ along with the Tender Document and the same has been followed
in the present case. In case, this provisions of the tender if found violated
after opening of tender, I/We agree that the tender shall be rejected and
AAI shall without prejudice to any other right be at liberty for
debarment from tendering in AAI.
4. ‘That, I/We declare that I/We have not paid and will not pay any bribe
to any officer of AAI for awarding this contract at any stage during its
execution or at the time of payment of bills, and further if any officer of
AAI asks for bribe/gratification, I will immediately report it to the
Appropriate Authority in AAI’.
5. The required earnest money as specified in Web NIT for this work has also
been Submitted and the scanned copy of ‘EMD’ is attached herewith.
Yours Faithfully

Date: (Signature of the tenderer)

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL A-3


68
Annexure‐3

DECLARATION
(on Agency/ Firms letter head)



I/WE_______________________________________________________ hereby declare that the
documents uploaded / enclosed are true and correct. In case any document at
any stage found fake / incorrect, my/ our Earnest Money Deposit (EMD) may be
forfeited and action as deemed fit by AAI can be taken against me/us.

Place:
Date:

Signature
Authorized Signatory of the contractor/ Firm

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL A-4


69

Annexure‐4

UNDERTAKING FOR DEPLOYMENT OF T&P
(on Agency/ Firms letter head)

Name of work: Construction of Surface Car Parking and associated works at
Tiruchirapalli Airport, Trichy. SH.: Civil & Electrical Works.


Name of Contractor / Firm:

I / we have applied for issue of tender for the work of “Construction of Surface
Car Parking and associated works at Tiruchirapalli Airport, Trichy.
SH.: Civil & Electrical Works” and hereby undertake that: -

 I / we have gone through the tender documents and drawings in its


entirety, visited the site and have understood the nature of work to be
executed.
 I / we will deploy adequate T&P in working condition with adequate
standby arrangement for efficient / timely execution of the work.
 I / we have submitted the details of T&P owned by us and undertake to
procure or take on lease the balance T&P for the work as per requirement
of the work matching with the work programme.
 I / we will abide by any instructions by AAI for such procurement /
arrangement of T&P on lease as is considered necessary for efficient /
timely execution of work.

Date: Signature of Contractor:


Witness:

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL A-5


70
Annexure‐5

DECLARATION REGARDING BLACKLISTING/ DEBARRING OF FIRM

(To be submitted on Letter Head of Company)

Name of Work: “Construction of Surface Car Parking and associated works


at Tiruchirapalli Airport, Trichy. SH.: Civil & Electrical Works”.

I, ( _________________________________________________________ ), age_______ years S/o
______________________________________________________ proprietor / Managing Partner/
Managing Director of M/s _________________________________________________ having
address _______________________________________________ do hereby solemnly affirm and
state as follows;

I / We do hereby declare that our Firm has not been debarred/blacklisted/


restrained by Airports Authority of India or Central Govt. Depts./ State Govt
Depts./ Public Sector Undertakings of State & Central Govt. or World Bank/ Asian
Development Bank.

Our firm understand that in case above is discovered during tendering stage
and/or at later stage, our firm shall be liable for restrainment from bidding in
AAI, forfeiture of earnest money deposit, performance guarantee, security
deposit apart from any other appropriate contractual action including
debarment/blacklisting, termination of the contract.

Date:
(Signature of the Contractor)
With rubber‐stamp.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL A-6


71
Annexure‐6

UNDERTAKING OF AGENCY /FIRMS



(To be submitted on letter head of agency)

Name of Work: “Construction of Surface Car Parking and associated works
at Tiruchirapalli Airport, Trichy. SH.: Civil & Electrical Works”.

1. That the bidder is registered under GST and compliant of GST provision.

2. In case of non - compliance of GST provisions and blockage of any input


credit, the bidder shall be responsible to indemnify AAI.

3. That all input credits have been passed on to AAI by the bidder.

Place:

Date:
Signature
Authorized Signatory of the contractor/ Firm

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL A-7


72

Annexure‐7

CERTIFICATE OF NET WORTH FROM CHARTERED ACCOUNTANT

"It is to certify that as per the audited balance sheet and profit & loss account
during the financial year ............................. , the Net Worth of M/s .......................................
(Name & Registered Address of individual/firm/company), as on
......................................... (the relevant date) is Rs ............................. after considering all
liabilities. It is further certified that the Net Worth of the company has not eroded
by more than 30% in the last three years ending on (the relevant date)."

Signature of Chartered Accountant _________________

Name of Chartered Accountant ____________________

Membership No. of ICAI ________________________

Date and Seal _________________________________

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL A-8


73
Annexure‐8A

FINANCIAL DATA
(WORK DONE DURING THE LAST FIVE FINANCIAL YEARS)

Name of the Tenderer: -

S. Description Financial Data for Last 5 Audited Financial Years


No.
2016-17 2017-18 2018-19 2019-20 2020-21
Maximum value of
Civil Engineering
Works executed in
any one year
during the last 5
(five) years
(updated the
completed works to
current costing
level of enhancing
at a simple rate of
interest @ 7% per
annum.)
NOTE

1. All such documents reflect the financial data of the tenderer or member in case
of JV / Consortium, and not that of sister or parent company.
2. The financial data in above prescribed format shall be certified by Chartered
Accountant/ Company Auditor under his signature and stamp in original along
with membership no

Signature

Chartered Accountant

Signature

Authorized Signatory of the contractor/ Firm

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL A-9


74
Annexure‐8B
WORKS IN HAND

As on first day of the month of tender submission

Applicant's legal name .................... ....... .......... Date .................. ...............

Page ........... of ........... pages

Name and Name of Contract Value of Value of work to be


Brief client With Value In balance work done in 'T' i.e. 28
particulars telephone Rupees yet to be done months (Completion
of contract Number (Give only in Rupee as on Period of the Project)
(Clearly and fax the value of 28. 02.2022 w.e.f. 28.02.2022
indicate the number Work (Submission End
part of the assigned to date).
Work the
assigned to applicant
the (s)
applicant(s))
From From .........
....... To .........
To .........

Note: The financial data in above prescribed format shall be certified by


Chartered Accountant/ Company Auditor in original under his signature & stamp

Signature

Chartered Accountant

Signature

Authorized Signatory of the contractor/ Firm











SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL A-10
75
Annexure‐8C

Financial Information

Financial Analysis: Details to be furnished by bidders in Balance Sheet/Profit &
Loss Account for the last 3 Years duly certified by the Chartered Accountant, as
submitted by the applicant to the Income Tax Department (Copies to be attached)
S. No. Financial Year 2018- 2019- 2020- Average
2019 2020 2021 Annual
1 2 3 Turnover
Mentioned whether records Yes/No Yes/No Yes/No
are Audited
(i) Gross Annual Turnover
(ii) Turnover in construction
Work
(iii) Net Profit/Loss
(iv) Net Worth*
(v) Assets (Plant & Machinery
Only)
(vi) Working Capital
*Calculation of net worth to
be shown in separate sheet.

Signature

Chartered Accountant

Signature

Authorized Signatory of the contractor/ Firm

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL A-11


76
Annexure – 9

FORM OF BANK GUARANTEE TO SECURE A LUMP‐SUM/ MOBILISATION


ADVANCE
(On Non-Judicial Stamp Paper)
To
The Airports Authority India
1. In consideration of the Airports Authority India having its head office at New
Delhi (hereinafter called “AAI” which expression shall unless repugnant to the
subject or context include its administrators, successors and assigns) having
agreed under the terms and conditions (Contract Agreement No. _____________
dated ____________made between ___________ * __________ and AAI in connection
with the work of (hereinafter called “the said contract”), to make at the
request of the Contractor a lump-sum advance of Rs. __________ (Rupees
_____________________ only) for utilizing it for the purpose of the Contract on his
furnishing a guarantee acceptable for AAI we, the Bank (hereinafter referred
to as “the said Bank”) and having our registered office at do hereby guarantee
the due recovery by AAI of the said advance with interest thereon -as
provided according to the terms and conditions of the Contract. If the said
Contractor fails to utilize the said advance for the purpose of the Contract
and/or the said advance together with interest thereon as aforesaid is not
fully recovered by AAI we, the _________________ Bank hereby unconditionally
and irrevocably undertake to pay to AAI on demand and without demur to the
extent of the said sum of Rs _____________ (Rupees
________________________________only) any claim made by AAI on us for the loss or
damage caused to or suffered by AAI by reason of not being able to recover in
full the said sum of Rs_______________ (Rupees
__________________________________only) with interest, as aforesaid.

2. We, the _________________ Bank, further agree that AAI shall be the sole judge of
and as to whether the said Contractor has not utilized the said advance or any
part thereof for the purpose of the Contract and the extent of loss or damage
caused to or suffered by AAI on account of the said advance together with
interest not being recovered in full and the decision of AAI that the said
Contractor has not utilized the said advance or any part thereof for the
purpose of the Contract and as to the amount or amounts loss or damage
caused to or suffered by AAI should be final and binding on us.

3. We, the said Bank, further agree that the Guarantee therein contained shall
remain in full force and effect during the period that would be taken for the
performance of the said Contract and till the said advance with interest has
been fully recovered and its claims satisfied or discharged and till the
Accepting Authority of the contract certifies that the said advance with
interest has been fully recovered from the said Contractor, and accordingly on
discharges this guarantee subject, however, that AAI shall have no claim
under this Guarantee after 90 (Ninety) days from the date of completion of
the said contract, i.e., ________________ (date) or from the date of cancellation of
the said Contract, as the case may be, unless a notice of the claim under this

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL A-12


77
Guarantee has been served on the Bank before the expiry of the said period in
which case the same shall be enforceable against the Bank notwithstanding
the fact, that the same is enforced after the expiry of the said period.
4. AAI shall have the fullest liberty without effecting in any way the liability of
the Bank under this Guarantee or Indemnity, from time to time to vary any of
the terms and conditions of the said Contract or the advance or to extend time
of performance by the said Contractor or to postpone for any time and from
time to time any of the powers exercisable by it against the said Contactor and
either to enforce a forbear from enforcing any of the terms and conditions
governing the said Contract or the advance or securities available to AAI and
the said Bank shall not be released from its liability under these presents by
any exercise by AAI of the liberty with reference to the matters aforesaid or
by reason of time being given to the said Contractor or any other forbearance,
act or omission on the part of AAI or any indulgence by AAI to the said
Contractor or of any other matter or thing whatsoever after I which under the
law relating to sureties would but for this provisions have the effect of so
releasing the Bank from its such liability.
5. It shall not be necessary for AAI to proceed against the Contractor before
proceeding against the Bank if and the Guarantee herein contained should be
enforceable against the Bank notwithstanding any security which AAI may
have obtained or obtain from the Contractor shall at the time when
proceedings are taken against the Bank hereunder be outstanding or
unrealised.
6. We, the said Bank, lastly undertake not to revoke this Guarantee during its
currency except with the previous consent of AAI in writing and agree that
any change in the Constitution of the said Contractor or the said mess Bank
shall not discharge our liability hereunder.

In presence of: Dated this _____ Day of ___________

WITNESS

1. For and on behalf of (The Bank)

Signature _________________________
2. Name & Designation _______________
Authorisation no. __________________
Name & Place_____________________
Bank’s Seal _______________________

The above Guarantee is accepted by Airports Authority of India.


for and on behalf of Airports Authority of India.

Signature _____________________________
Name & Designation____________________
Dated________________________________

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL A-13


78
Note:
*For Proprietary Concerns
Sh. _____________________son of’ ________________resident of ____________carrying on
business under the name and style of _________________at ________(hereinafter called
“the said Contractor” which expression shall unless the context requires
otherwise include his heirs, executors, administrators and legal representatives).

For Partnership Concerns


1. Sh. _______________________son of ___________________resident of ____________
2. Sh. ______________________son of ____________________resident of_____________
carrying on business in co-partnership under the name and style of ___________at
______________ (hereinafter collectively called “the said contractor” which
expression shall unless the context requires otherwise include each of them and
their respective heirs, executor’s administrators and legal representatives).

For Companies
M/s _____________________a Company registered under the Companies Act, 1956 and
having its registered office in the State of (Hereinafter called “the said
Contractor” which expression shall unless the context requires otherwise include
its administrators, successors and assigns).

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL A-14


79
Annexure ‐ 10

Work Diary

PART – A

1. Name of Work………………………………………………………………………
2. Contract Agreement No …………………………………………………………….
3. Date of Acceptance …………………………………………………………………
4. Name and Registered address of Contractor………………………………………
5. Contract Sum and /or percentage on Schedule of Rate……………………………...
6. Period of Contract…………………………………………………………………...
7. Name and local address of Contractor/ Contractor’s Agent ………………………..
8. Date of First Works order……………………………………………………………
9. Date of handing over the site to contractor ………………………………………………
10. Date of Commencement of work …………………………………………………………..
11. Stipulated date of completion of Contract…………………………………………...
12. Suspension orders showing duration and authority………………………………….
13. Extended date of completion with authority ………………………………………..
14. Date of actual completion of work ………………………………………………………
15. Date of work taken over………………………………………………………………..
16. Date of expiry of Maintenance Period ……………………………………………...

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL A-15


80
Work Diary

PART – B

DAILY RECORD
1. Weather
2. Workers engaged by Contractor

Skilled Unskilled
Category No Category No Category No Category No
Concreter Paviour Glazier Mate

Bricklayer Tiller Bhisty


Plumber
Mason Painter Mazdur (man)

Carpenter Polisher Mazdur


(women)
Joiner

3. Important materials brought on site with approximate quantities (rejection, if


any, to be stated).

Schedule ‘B’ materials Contractor’s materials Rejections


Materials Quantity Materials Quantity Materials Quantity

4. Details of plant, equipment and transport and transport working on site.

T & P Hired under Contractor’s T&P equipment &


Schedule ‘C’ transport
T&P Quantity Remarks Quantity Remarks regarding
regarding breakdown
breakdown maintenance etc
maintenance
etc
Concrete Mixer

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL A-16


81
5. Brief particulars of work in progress
______________________________________________________________________

6. Important stages completed and passed


______________________________________________________________________

7. Remarks of Visiting Officer


______________________________________________________________________

Dated signature of Engineer-in- Date of signature of contractor or


charge representative or his authorized agent

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL A-17


82
Annexure ‐11


GUARANTEE TO BE EXECUTED BY CONTRACTOR FOR REMOVAL OF
DEFECTS AFTER COMPLETION IN RESPECT OF SPECIALIZED WORKS

Specimen Copy

(Separate Warranty/ Guarantee Agreements shall be made for different
specialized jobs based on descriptions provided in the Technical/CPWD
Specifications)

The Agreement made this ------------------------------- day of --------------------------
between ----------------------------------- son of ----------------------------------- of ---------
----------------------- [hereinafter called the Guarantor of the one part] and the
Chairman, AAI [hereinafter called the Authority of other part].

WHEREAS THIS agreement is supplementary to a contract [hereinafter called the


Contract] dated ---------------------- and made between the GUARANTORY OF THE
ONE PART and the Chairman, AAI, whereby the Contractor, inter-alia undertook
to render the buildings and structures in the said contract recited completely
water and leak proof.

AND WHEREAS THE GURANTOR agreed to give a guarantee to the effect that the
said structures will remain water and leak proof for five years from the date of
giving of water proofing treatment.

NOW THE GUARANTOR hereby guarantees that water proofing treatment given
by him will render the structures completely leak proof and minimum life of such
water proofing treatment shall be five years to be reckoned from the date after
the maintenance period prescribed in the contract.

Provided that the guarantor will not be responsible for leakage caused by
earthquake or structural defects or misuse of roof or alteration and for such
purpose.
[a] Misuse of roof shall mean any operation which will damage proofing
treatment, like chopping of firewood and things of the same nature which
might cause damage to the roof.
[b] Alteration shall mean construction of an additional storey or a part of the
roof or construction adjoining to existing roof whereby proofing treatment is
removed in parts.
[c] The decision of the Engineer-in-charge with regard to cause of leakage shall
be final.

During this period of guarantee the guarantor shall make good all defects and in
case of any defect being found render the building water proof to the satisfaction
of the Engineer-in-charge at his cost and shall commence the work such
rectification within 7 days from the date of issue of the notice from the Engineer-
SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL A-18
83
in-charge calling upon him to rectify the defects failing which the work shall be
got done by the department by some other contractor at the GUARANTOR’s cost
and risk. The decision of the Engineer-in-charge as to the cost, payable by the
Guarantor should be final and binding.

That if Guarantor fails to execute the water proofing or commits breach there
under then the Guarantor will indemnify the Principal and the successors against
all loss, damage, cost, expense or otherwise which may be incurred by him by
reasons of any default on the part of the GUARANTOR in performance and
observance of this supplementary agreement. As to the amount of loss and / or
damage and / or cost incurred by the Government the decision of the Engineer-
in-charge will be final and binding on the parties.

IN WITNESS WHEREOF these presents have been executed by the Obligator ------
------------- and by ------------------------------------- and for an on behalf of the
Chairman, AAI on the day, month and year first above written.

SIGNED, SEALED AND delivered by OBLIGATOR in the presence of: -

1.

2.

SIGNED FOR AND ON BEHALF OF CHAIRMAN, AAI -------------------------------------


IN THE PRESENCE OF: -
1.

2.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL A-19


84
Annexure ‐12
Guarantee Bond for Water Proofing and Anti‐Termite Treatment

This agreement made this ------------ day of ------------ Two thousand and ------------
---- between M/s -------------------------------------------------------------------------------
[hereafter called the Guarantor] of the one part and the Chairman, Airports
Authority of India [hereinafter called the Authority] of the other part.
Whereas this agreement is supplementary to the contract (thereinafter called the
contract) dated --------------- made between the GUARANTOR of the one part and
Authority of the other part whereby the contractor inter-alia undertook to
render the buildings and structures in the said contract recited completely
Termite proof /water & leak proof.
And whereas the GUARANTOR agreed to give a guarantee to the effect that the
said structure will remain Termite-proof/Water and leak proof for 5 years to be
reckoned from the date after the maintenance period prescribed in contract
expires.
During this period of guarantee the guarantor shall make good all defects and for
that matter, shall replace at his risk and cost such wooden members etc. as may
be damaged by termites and in case of any other defect being found he shall
render the building termite proof/water and leak proof at his cost to the
satisfaction of the Engineer-in-charge and shall commence the works of such
rectification within 7 days from date of issuing notice from the Engineer-in-
charge calling upon him to rectify the defects failing which the work shall be got
done by the Department by some other contractor at the GUARANTOR’S cost and
risk and in the latter case the decision of the Engineer-in-charge as to the cost
recoverable from the Guarantor should be final and binding.

That, if the Guarantor fails to execute the Anti-Termite treatment/Water Proofing


Treatment or commits breaches hereunder, then the Guarantor will indemnify
Authority and his successors against all loss, damage, cost, expense, or otherwise
which may be incurred by him by reason of any, default on the part of the
GUARANTOR in performance and observance of this supplemental agreement. As
to the amount of loss and/or damage and/or cost incurred by the Authority the
decision of the Engineer-in-charge will be final and binding on the parties.

IN WITNESS WHEREOF these presents have been executed by the obligator ---------------
----------------------------------------------------------------------- and by ------------------------------
for and behalf of the Airports Authority of India on the day, month and year first above
written.

SIGNED, sealed and delivered by OBLIGATOR in the presence of: -


1.
2.
SIGNED for and on behalf of THE AIRPORTS AUTHORITY OF INDIA by -----------------------
---- in the presence of: -
1.

2.

CONTRACTOR ENGINEER-IN-CHARGE
SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL A-20
85
Annexure ‐13
Form of Supplementary Agreement

This Agreement made this day the …………… ….. between ………..hereinafter called
the First party which expression shall include his heirs, executors and
administrators / their successors and assigns and the Chairman, Airports
Authority of India through ……….. hereinafter called the Second party which
expression shall include his successors assigns, shown as under:-
1. That this Agreement shall be called as Supplementary Agreement to the
Agreement No. …………….relating to the construction of ……………. entered into by
the parties to this agreement.

2. That WHEREAS the first party has substantially completed the execution of the
work described in and covered by the Agreement No. ……….. except the item
mentioned in the schedule annexed to this Agreement And whereas the items of
the work mentioned in the schedule annexed to this Agreement can’t now be
executed on account of non-completion of the sanitary work, electric installation
and some other work; and whereas both the parties are desirous that the items
mentioned in the schedule annexed to this agreement should be executed by the
fist party after the completion of the sanitary work, electric installation and some
other work, it is hereby further agreed as under:-

(a) That the first party shall and will execute the work covered by the items
mentioned in the schedule annexed to this agreement at the rates and as per the
terms and conditions of the original Agreement no. ………. whenever called upon
to do so by the Engineer-In-Charge, within a period of one year from the date
hereof.

(b) That the first party shall have absolutely no claim of whatsoever nature
against the second party for doing the work mentioned in the schedule annexed
to this Agreement as required under clause (a) above, except that which he
would be entitled to under the original Agreement No………………

(c) That the first party shall be liable to execute all other items arising out of the
original Agreement No…………….. which in the opinion of the Engineer-In-Charge
are necessary.

(d) That the first party shall start with the work of the remaining items
mentioned in the schedule annexed to this Agreement within …………….. days
from …………. on the receipt of a letter to the effect from the Engineer-In-Charge
or from any date fixed in the said letter and shall complete the said work within
the time fixed by the said Engineer-In-Charge or as extended by him from time to
time.

(e) That on the due execution and completion of this agreement by the parties,
the bill of the first party in relation to the work already done by him under the
original Agreement No…….. shall be provisionally finalized by the second party
and payment on account, if any amount is due, shall be made to the first party
SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL A-21
86
provided that the second party shall have a right to retain such amount as is
considered reasonable by him as a security for the execution of the work
mentioned in the scheduled annexed to this agreement and the second party
shall have a right to deal with the said amount of security as the thinks proper
under the terms and conditions of the original agreement. Further, on the due
execution and completion of this agreement, the first party should be entitled to
claim back his security deposit relating to the work in question, subject to the
right of the second party to retain such amount as he thinks reasonable as
mentioned above soon after the maintenance period of ___ month(s), as the case
may be mentioned in Clause …………. of the original agreement, is over.

(f) That the final bill relating to the entire work under the two agreements should
be prepared after the completion of the entire work covered by Agreement
No……………… and this agreement.

3. Except as modified by this agreement the said Agreement No……….. shall


remain in full force and effect.

IN WITNESS WHEREOF THE ABOVE MENTIONED PARTIES HAVE PUT THEIR


signature on this day the…………………..
__________________________ __________________________
(Signature of Contractor) (Signature of accepting authority
For and on behalf of Chairman,
Airports Authority of India

__________________________ __________________________
(Signature of Witness) (Signature of Witness)

__________________________ __________________________
Name & address Name & address
of witness of witness

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL A-22


87
Annexure ‐14

Format for Tripartite Agreement in Case of Composite Contracts



1. We M/s ___________________ hereby inform the department that works covered
under following subheads shall be executed by M/s _________________ on our behalf
and will act as specialized Agency. They will execute complete work according to
scope of work and tender specification under agreement no. ___________ dated
________. The rates, terms and conditions and performance of the system are
hereby promised as per our obligations in the above agreement.

Sl. Nature of work Subhead no. Value of work


under this
subhead
1.1
1.2
1.3

2. We M/S......................here by agree to undertake the specialised items/ jobs


covered under subheads indicated above on behalf of main Agency. We hereby
agree to abide by followings as specified in the agreement No.....................dated
...........executed between main agency M/s _________ and AAI.

2.1 We M/S......................here by confirm that we have studied complete scope of


work and tender specifications for the subheads to be executed by us.

2.2 The work shall be executed by us as per specifications of work & terms and
conditions of the contract under above subheads.

2.3 The performance tests of the system shall be conducted and results are
promised to meet requirement indicated in tender specification.

2.4 We also promise to provide warranty for the system/components during


defect liability period.

2.5 We agree to undertake AMC/CMC for the system after plant/system is taken
over by the department.

3. We as main contractor M/s ____________ agree to the arrangement of deduction


of security deposit, income tax and part rate for incomplete work or deduction
required for other reason shall be made as per contract conditions from our each
running bill.

4. We as main contractor M/s ____________ agree to the arrangement of direct


payment to M/s____________ @ __________ % of net payment (The value of net
payment due shall be determined after deduction under Para 3 above) of each
running account bill for above subheads which has been agreed by our associates
M/s_________.
SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL A-23
88
5. We M/s__________ as associate of M/s __________ agree to complete the specialised
work within our scope of work including testing and commissioning of the
systems along with completion of main work.

6. We M/s__________ as associate of M/s __________ agree to attend all meetings by


AAI as and when called for. We also agree to abide by instructions/directions
issued by AAI time to time.

7. We M/s__________ as associate of M/s __________ agree to abide by all security


instructions and directions during execution of work.

8. I on behalf of Chairman, AAI agree to the conditions signed by other two


parties.

Name Name
Signature Signature
On behalf of M/s _______________ On behalf of M/s _______________
Main contractor Associate agency
For specialized work.

Name
Signature
Designation
On behalf of AAI


SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL A-24
89
Annexure 15

(To be uploaded in cover I)


Declaration‐Cum‐ Certificate on the Letter Head of Bidder Regarding
Restrictions on Procurement from Bidders from A Country or Countries,
On Grounds of Defence In India, Or Matters Directly Related Thereto,
Including National Security.

Restrictions under Rule 144 (XI) of General Financial Rules 2017


of Ministry of Finance, Government of India order no. F. No
6/18/2019/PPD dated 23 rd July 2020 with up to date
amendments.

I/We have read the clause regarding restrictions on procurement from a bidder of a
country which shares a land border with India;
I/We, the bidder (Specify full name )
certify that we are NOT from such a country OR, if from such a country, has been
registered with Competent Authority.
I/We hereby certify that we fulfil all requirements in this regard and is eligible to be

considered.

(Signature of Authorized Signatory along with Seal)

Name of Authorized signatory:

Designation of Authorized signatory:

 List of Evidences enclosed:

1. Copy of certificate of valid registration with the Competent Authority (Score


out if not applicable)
2. ------------------------------------------------------------------
3. ------------------------------------------------------------------
4. ------------------------------------------------------------------

Date:

Place:

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL A-25


90
Annexure-16

AFFIDAVIT

(To be executed on Rs 100/ - Non Judicial Stamp Paper duly Notarized)

Name of Work: Construction of Surface Car Parking and associated works


at Tiruchirapalli Airport, Trichy. SH.: Civil & Electrical Works.

I, ( _________________________________________________________ ), age_______
years S/o ______________________________________________________ proprietor /
Managing Partner / Managing Director of M/s
_____________________________________________________________ having address
_____________________________________________________________________ do
hereby solemnly affirm and state as follows;

I am competent to swear this affidavit on behalf of ____________________________


(name of the agency) and hereby confirm that I am fully complying with the legal
obligations with regards to payment of minimum wages as per minimum wages Act – 1948
and deduction of Provident Fund Authorities as per EPF & MP Act – 1952 and Contract
Labour (Regulation and Abolition) Act, 1970.

Date:
(Signature of the Contractor)
With rubber-stamp.
(Notary)

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL A-26


91
Annexure-17

Date __________________

The Manager

(Bank)

(Branch)

Sub: Inclusion of unique identifier code of AAI while transmitting BG cover


messages where beneficiary bank is ICICI Bank (IFSC-ICIC0000007).

Dear Sir /Ma' am,

I/We, __________________, request you to include unique identifier


in field 7037 of the SFMS cover messages IFN COV 760 (for BG issuance)
and IFN COV 767 (for BG amendment) while transmitting the same to the
beneficiary bank (ICICI Bank – IFSC-ICIC0000007).

Thanking You,

(Vendor /Customer/Concessionaire)

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL A-27


92

AIRPORTS AUTHORITY OF INDIA


GENERAL CONDITIONS OF CONTRACT

INDEX

Sl. No. Details of Pages Page No.



1. General Guidelines GCC-2

2. Tender forms GCC-3

i) General Rules and Directions. GCC-6

ii) Conditions of contract GCC-17

iii) Clauses of contract GCC-22

iv) A A I Safety code GCC-118

v) Model Rules GCC-125

vi) A A I contractor's labour Regulations GCC-131

vii) Various Formats to be maintained (Appendix) GCC-138

viii) Sketch of Cement Godown GCC-182

3. Proforma of Schedules A to F GCC-183

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-1


93


GENERAL GUIDELINES

1. This book of “General Conditions of Contract” is applicable to both types of
tenders i. e.” Percentage rate tenders and Item rate tenders”. Accordingly,
alternative provisions for conditions Nos. 4, 10 & 12 of the General Rules
and Directions are given in this book. The appropriate alternatives will be
applicable in specific cases depending on whether this is used for
percentage rate tenders or item rate tenders

2. Notice Inviting Tender, Schedules A to F, special conditions/specifications


and drawings only will be issued to intending bidders. The standard form
will not be issued along with the Tender Documents but the same shall
form part of the agreement to be drawn and signed by both parties after
acceptance of tender.

3. All blanks are confined to Notice Inviting Tender and Schedules A to F.

4. Authority approving the Notice Inviting Tenders (NIT) shall fill up all the
blanks in Notice Inviting Tender and in Schedules B to F before issue of
Tender documents.

5. The intending bidders will quote their rates in Schedule A.

6. The proforma for registers and Schedules A to F are only for information
and guidance. These are not to be filled in the Standard Form. The
Schedules with all blanks, duly filled, shall be separately issued to all
intending tenderers.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-2


A
94

AIRPORTS AUTHORITY OF INDIA

Item Rate Tender & Contract for Work

Airport :

Branch : Office of :

(A) Tender for the work of:- -------------------------------------------------------------------

(i) To be submitted/ uploaded upto hours on in NIC CPP Portal.

(ii) To be opened in presence of tenders who may be present on at hrs. in the


office of

Issued to ---------------------------------------------------------------------------------- *
Signature of officer issuing documents ------------------------------------------------ *
Designation -------------------------------------------------------------------------------- *
Date of issue ------------------------------------------------------------------------------- *

*(ii) Not applicable for e-tendering

TENDER

I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E &
F, Specifications applicable, Drawings & Designs, General Rules and Directions,
Conditions of Contract, Clauses of contract, Special conditions, Schedule of Rates
& other documents and Rules referred to in the conditions of contract and all
other contents in the tender document for the work.

I / We hereby tender for the execution of the work specified for the Chairman
Airports Authority of India within the time specified in Schedule 'F', viz., schedule
of quantities and in accordance in all respects with the referred to in Rule-1 of
General Rules and Directions and in Clause 11 of the Conditions of contract and
with such material as are provided for, by and in respects in accordance with,
such conditions so far as applicable.

We agree to keep the tender open for Ninety (90) days from the date of opening
of financial bid in 3/2 bid system and not to make any modifications in its terms
and conditions.

I / We undertake and confirm that for eligibility of similar work(s) has / have not
been got executed on back to back basis through another contractor. Further

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-3


A
95

that, if such a violation comes to the notice of AAI, then I/We shall accept the
decision of AAI if we are debarred for tendering in AAI in future works. Also, if
such a violation comes to the notice of AAI before date of start of work, the
Engineer- in-Charge shall be free to forfeit the entire amount of Earnest Money
Deposit / Performance Guarantee.

I / We further undertake and confirm that information/ documents submitted by


us are genuine, and if at any stage such documents/ information found false, then
we shall be liable for debarment from tendering in AAI, and any other
appropriate legal action.

(Refer NIT Clause 1.2 on Page‐A‐2)


A sum of Rs............................ Rupees...........................................................................is here by
submitted as Demand Draft/FDR/Bank Transfer/ RTGS/BG* in the format
prescribed in tender documents as earnest money(Appendix-I). If I/we, fail to
furnish the prescribed performance bank guarantee within prescribed period,
I/we agree that the said Chairman, A.A.I. or his successors in office shall without
prejudice to any other right or remedy, be at liberty to take appropriate action as
per terms of contract. Further, if I/ we fail to commence work as specified, I/we
agree that Chairman, A.A.I. or his successors in office shall without prejudice to
any other right or remedy available in law, be at liberty to forfeit the said earnest
money absolutely, otherwise the said earnest money shall be retained by AAI
towards security deposit to execute all the works referred to in the tender
documents upon the terms and conditions contained or referred to therein and
to carry out such deviations as may be ordered, upto maximum of the percentage
mentioned in Schedule 'F' and those in excess of that limit at the rates to be
determined in accordance with the provision contained in Clause 12.2 and 12.3
of the tender form. Further, I/We agree that in case of forfeiture of earnest
money or Performance Guarantee or both Earnest Money & Performance
Guarantee as aforesaid, I/We shall be debarred for participation in the re-
tendering process of the work.

I / We hereby declare that I/we shall treat the tender documents drawings and
other records connected with the work as secret/confidential documents and
shall not communicate information/derived there from to any person other than
a person to whom I/we am/are authorised to communicate the same or use the
information in any manner prejudicial to the safety of the State. (* To be deleted
which are not applicable)

Date : Signatures of Contractor :

Witness: Postal Address

Occupation:

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-4


A
96

ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned
hereunder) is accepted by competent authority on behalf of the Chairman,
Airports Authority of India for sum of Rs. (Rupees ).

The letters referred to below shall form part of this contract Agreement:-

(i)
(ii)
(iii)

For & on behalf of Chairman, Airports Authority of India Signature-------------------

Designation-------------------- Date-----------------------------

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-5


A
97

AIRPORTS AUTHORITY OF INDIA


General Rules & Directions

1. General All work proposed for execution by contract are notified
Rules in a form of invitation to tender pasted in public places
& /NIC CPP Portal and signed by the officer inviting tender
Directions or by publication in Newspapers and posted on AAI web-
site and NIC CPP Portal http://etenders.gov.in and
www.aai.aero (for reference only).

This form will state the work to be carried out, as well as


the date for submitting and opening tenders and the time
allowed for carrying out the work, also the amount of
earnest money to be deposited with the tender, and the
amount of the security deposit and Performance
guarantee to be deposited by the successful tenderer and
the percentage, if any, to be deducted from bills. Copies of
the specifications, designs and drawings and any other
documents required in connection with the work signed
for the purpose of identification by the officer inviting
tender shall also be open for inspection by the contractor
at the office of Officer inviting tender during office hours.
2. In the event of the e-tender being submitted by a firm, it
must be digitally signed. Such tender will be treated as
signed tender. For physical tender it must be signed
separately by each partner thereof or in the event of the
absence of any partner, it must be signed on his behalf by
a person holding a power-of-attorney authorizing him to
do so, such power of attorney to be produced with the
tender, and it must disclose that the firm is duly
registered under the Indian Partnership Act, 1952.
2. (A) In case of the tender submitted by a Joint Venture /
Consortium, a copy of joint venture / consortium
agreement in the specified proforma defining the lead
partner should be submitted. The lead partner shall sign
all the documents in respect of the works. The documents
signed by any other person or firm other than the lead
partner shall not be entertained.
3. Receipts for payment made on account of work, when
executed by a firm, must also be signed by all the
partners, except where contractors are described in their
tender as a firm, in which case the receipts must be signed
in the name of the firm by one of the partners, or by some
other person having due authority to give effectual
receipts for the firm. Bank details shall be furnished by
SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-6
A
98

the firm through an application duly signed by all


partners for payment to the firm through bank transfer.
4. Applicable Any person who submits a tender shall fill up the usual
for item printed form, stating at what rate he is willing to
Rate undertake each item of the work. Tenderers, which
Tender propose any alteration in the work specified in the said
only . form of invitation to tender, or in the time allowed for
carrying out the work, or which contain any other
conditions of any sort, including conditional rebates, will
be summarily rejected. No single tender shall include
more than one work, but contractors who wish to tender
for two or more works shall submit separate tender for
each. Tender shall have the name and number of the
works to which they refer, written on the envelopes. The
rate(s) must be quoted in decimal coinage. Amount must
be quoted in full Rupees by ignoring 50 paise and
considering more than 50 paise as Rupee one. In case the
lowest tendered amount (worked out on the basis of
quoted rate of Individual items) of two or more
contractors is same, then such lowest contractors will be
asked to submit revised offer quoting rate of each item of
the schedule of quantity for all sub sections/sub heads as
the case may be, but the revised quoted rate of each item
of schedule of quantity for all sub sections/sub heads
should not be higher than their respective original rate
quoted already at the time of submission of tender. The
lowest tender shall be decided on the basis of evised offer.
If the revised tendered amount (worked out on the basis
of quoted rate of individual items) of two or more
contractors received in revised offer is again found to be
equal, then the lowest tender, among such contractors,
shall be decided by draw of lots in the presence of Jt. GM
(Engg) / DGM (Engg) / AGM (Engg) / Sr. Manager (Engg)
in-Charge of major and minor component(s) work and the
lowest contractors those have quoted equal amount of
their tenders. In case of any such lowest contractor in his
revised offer quotes rate of any item more than their
respective original rate quoted earlier at the time of
submission of tender, then such revised offer shall be
treated invalid. Such case of revised offer of the lowest
contractor or case of refusal to submit revised offer by the
lowest contractor shall be treated as withdrawal of his
tender before acceptance and 50% of his earnest money
shall be forfeited. In case all the lowest contractors those
have same tendered amount (as a result of their quoted

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-7


A
99

rate of individual items), refuse to submit revised offers,


then tenders are to be recalled after forfeiting 50% of
EMD of each lowest contractors. Contractor, whose
earnest money is forfeited because of non-submission of
revised offer, or quoting higher revised rate(s) of any
item(s) than their respective original rate quoted already
at the time of submission of his bid shall not be allowed to
participate in the retendering process of the work.
Note: Till the time software supports the above
provisions, revised offers from tenderers forming the tie
shall be obtained and procedure prescribed for
“Restricted call of tenders” shall be adopted (for e-
tenders).
4. (A) Applicable In case of Percentage Rate Tenders, tenderer shall fill up
for the usual printed form, stating at what percentage
Percentage below/above (in figures as well as in words) the total
Rate estimated cost given in Schedule of Quantities at
Tender Schedule-A, he will be willing to execute the work. The
only. tender submitted shall be treated as invalid if; 1. The
contractor dose not quote percentage above/below on
the total amount of tender or any section/sub-head of the
tender. 2. The percentage above / below is not quoted in
figures & words both on the total amount of tender or any
section / sub-head of the tender. 3. The percentage
quoted above/below is different in figures and words on
the total amount of tender or any section / sub-head of
the tender. Tenders, which propose any alteration in the
work specified in the said form of invitation to tender, or
in the time allowed for carrying out the work, or which
contain any other conditions of any sort including
conditional rebates, will be summarily rejected. No single
tender shall include more than one work, but contractors
who wish to tender for two or more works shall submit
separate tender for each. Tender shall have the name and
number of the works to which they refer, written on the
envelopes. In case the lowest tendered amount
(estimated cost + amount worked on the basis of
percentage above/below) of two or more bidders is same,
such lowest bidders will be asked to submit revised offer
in the form of letter mentioning percentage above/ below
on estimated cost of tender including all sub sections/sub
heads as the case may be, but the revised percentage
quoted above / below on tendered cost or on each sub
section/ sub head should not be higher than the
percentage quoted at the time of submission of tender.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-8


A
100

The lowest tender shall be decided on the basis of revised


offers. In case any of such contractor refuses to submit
revised offer, then it shall be treated as withdrawal of his
tender before acceptance and 50% of earnest money shall
be forfeited. If the revised tendered amount of two more
bidders received in revised offer is again found to be
equal , the lowest tender, among such bidders, shall be
decided by draw of lots in the presence of Jt. GM (Engg) /
DGM (Engg) / AGM (Engg) / Sr. Manager (Engg) in-
Charge of work & the lowest bidders those who have
quoted equal amount of their tenders. In case all the
lowest bidders those have quoted same tendered amount,
refuse to submit revised offers, then tenders are to be
recalled after forfeiting 50% of EMD of each bidder.
Bidders, whose earnest money is forfeited because of
non-submission of revised offer, shall not be allowed to
participate in the re-tendering process of the work. Note:
Till the time software supports the above provisions,
revised offers from tenderers forming the tie shall be
obtained and procedure prescribed for “Restricted call of
tenders” shall be adopted.
4. (B) In case the lowest tendered amount (estimated cost +
amount worked on the basis of percentage above/below)
of two or more contractor is same, such lowest contractor
will be asked to submit sealed revised offer in the form of
letter mentioning percentage above/below on estimated
cost of tender including all sub section/sub heads as the
case may be, but the revised percentage quoted
above/below on tendered cost or on each sub section
/sub head should not be higher than the percentage
quoted at the time or submission of tender. The lowest
tender shall be decided on the basis of revised offers. In
case any of such contractor refuses to submit revised
offer, then it shall be treated as withdrawal of his tender
before acceptance and 50% of earnest money shall be
forfeited. If the revised tendered amount of two more
contractors received in revised offers is again found to be
equal, the lowest tender, among such contractor, shall be
decided by draw of lots in the presence of Jt.GM (Engg) /
DGM (Engg), AGM (Engg) / Sr. Manager (Engg) in -Charge
of major & minor component(s) of work & the lowest
bidders those who have quoted same tendered amount of
their tenders. In case all the lowest contractors those
have quoted same tendered amount, refuse to submit
revised offers, then tenders are to be recalled after

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-9


A
101

forfeiting 50% of EMD of each bidder. Bidders, whose


earnest money is forfeited because of non- submission of
revised offer, shall not be allowed to participate in the re-
tendering process of the work
5. The officer inviting tender or his duly authorized
representative, will open tenders in the presence of any
intending bidders who may be present at the time, and
will enter the amounts of the several tenders in a
comparative statement in a suitable form. In the event of
a tender being accepted, a receipt for the earnest money
shall thereupon be given to the contractor who shall
thereupon for the purpose of identification sign copies of
the specifications and other documents mentioned in
Rule – I. In the event of a tender being rejected, the
earnest money shall thereupon be returned to the
contractor remitting the same, without any interest.
6. The officer inviting tenders shall have the right of
rejecting all or any of the tenders and will not be bound to
accept the lowest or any other tender.
7. The receipt of an accountant or clerk for any money paid
by the bidder towards tender fee will not be considered
as any acknowledgement or payment to the officer
inviting tender and the bidder shall be responsible for
seeing that he procures a receipt signed by the officer
inviting tender or a duly authorised cashier.
8. The memorandum of work tendered for and the schedule
of materials to be supplied by the department and their
issue-rates, shall be filled and completed in the office of
the officer inviting tender before the tender form is
issued. If a form is issued to an intending bidder without
having been so filled in and incomplete, he shall request
the officer to have this done before he completes and
delivers his tender.
9. The bidders shall sign a declaration under the officials
Secret Act 1923, for maintaining secrecy of the tender
documents drawings or other records connected with the
work given to them. The unsuccessful bidders shall return
all the drawings given to them.
9(A). Use of correcting fluid anywhere in tender document is
not permitted. Such tender is liable for rejection. If there
is any correction it should be cut with a straight line and
should be initialed and cello tape to be provided on all the
rates quoted in case of physical tenders.
10. Applicable In the case of Item Rate Tenders, only rates quoted shall
for Item be considered. Any tender containing percentage below /

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-10


A
102

Rate above the rates quoted is liable to be rejected. Rates


Tender quoted by the bidder in item rate tender in figures and
Only. words shall be accurately filled in so that there is no
discrepancy in the rates written in figures and words.
However,
i. If a discrepancy is found between rates in figures
and in words, then the rates which correspond
with the amount worked out by the bidder shall
unless otherwise proved be taken as correct.
ii. If the amount of an item is not worked out by the
bidder or it does not correspond with the rates
written either in figures or in words, then the rates
quoted by the contractor in words shall be taken as
correct.
iii. Where the rates quoted by the bidder in figures
and in words tally, but the amount is not worked
out correctly, the rates quoted by the contractor
will unless otherwise proved be taken as correct
and not the amount.
iv. In event no rate has been quoted for any item(s)
leaving space blank both in figure(s) and word(s)
or cancelled the quoted rate in figure(s), and
word(s) but the amount corresponding to the
item(s) is worked out by the bidder and added to
the grand total, then rate(s) of the items(s) shall be
derived from the amount(s) quoted by the
contractor against such item(s).
v. In event no rate has been quoted for any item(s),
leaving space both in figure(s), word(s), and
amount blank, it will be presumed that the bidder
has included the cost of this/these item(s) in other
items and rate for such item(s) will be considered
as zero and work will be required to be executed
accordingly.
vi. Sub Para i to iv above shall not be applicable in case
of e-tendering
Applicable In case of percentage Rate Tenders only percentage
for quoted shall be considered. Any tender containing item
percentage rates is liable to be rejected Percentage quoted by the
rate tender bidder in percentage rate tender shall be accurately filled
only . in figures and words, so that there is no discrepancy.
However, if the bidder has worked out the amount of the
tender and if any discrepancy is found in the percentage
quoted in words and figures,
i. The percentage which corresponds with the

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-11


A
103

amount worked out by the bidder shall, unless


otherwise proved, be taken as correct.
ii. If the amount of the tender is not worked out by
the bidder or it does not correspond with the
percentage written either in figures or in words,
then the percentage quoted by the bidder in words
shall be taken as correct.
iii. Where the percentage quoted by the bidder in
figures and in words tally but the amount is not
worked out correctly, the percentage quoted by the
bidder will, unless otherwise proved, be taken as
correct and not the amount
11. In the case of any tender where unit rate of any item /
items appear unrealistic, such tender will be considered
as unbalanced and in case the tenderer is unable to
provide satisfactory explanation, such a tender is liable to
be disqualified and rejected.
12. Applicable All rates shall be quoted on the tender form. The amount
for Item for each item should be worked out and requisite totals
Rate given. Special care should be taken to write the rates in
Tender figures as well as in words and the amount in figures only,
only. in such a way that interpolation is not possible. The total
amount should be written both in figures and in words. In
case of figures, the word ‘Rs’ should be written before the
figure of rupees and word ‘P’ after the decimal figures, e.g.
‘Rs. 2.15 P’ and in case of words, the word ‘Rupees’ should
precede and the word ‘Paise’ should be written at the end.
Unless the rate is in whole rupees and followed by the
word ‘only’ it should invariably be upto two decimal
places. While quoting the rate in schedule of quantities,
the word ‘only’ should be written closely following the
amount and it should not be written in the next line
12(A). Applicable In Percentage Rate Tender, the tenderer shall quote
for percentage below / above (in figures as well as in words)
percentage at which he will be willing to execute the work. He shall
rate tender also work out the total amount of his offer and the same
only. should be written in figures as well as in words in such a
way that no interpolation is possible. In case of figures,
the word ‘Rs’ should be written before the figure of
rupees and work ‘P’ after the decimal figures, e.g. ‘Rs. 2.15
P’ and in case of words, the word ‘Rupees’ should precede
and the word ‘Paise’ should be written at the end.
(quoting of rates in Paise is not applicable in e-tenders)

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-12


A
104

13 Acceptance Wherever the price of the lowest bidder is lower than


of the justified cost by more than 25%, lowest bid can be
abnormally termed as Abnormally Low Quoted Bid (ALQB).
low quoted bi
Processing of such bid shall be as follows:
(Capital i) The bid processing Manager shall seek from lowest
& Revenue bidder, a Bank Guarantee amounting to 10% of the
Expenditure difference between 75% of the justified cost and
Contract) the cost quoted by the bidder. This bank guarantee
shall be termed as Quality Protection Bank
NOT Guarantee (QPBG) and shall be over and above the
APPLICABLE normal bank guarantee and shall be valid up to the
completion of the work.
ii) The lowest bidder has to submit the QPBG within
10 days of issue of letter from Bid Manager.
iii) On receipt of QPBG from the lowest bidder, the bid
processing Manager shall submit the case to the
officer competent to accept the tender as per
delegation of powers.
iv) In case of Percentage Rate Tenders, QPBG shall be
asked for 10% of the difference between 75% of
the justified cost and the corresponding cost
worked out on the basis of percentage quoted by
lowest bidder.
v) This QPBG for any tender shall be a fixed amount as
one time measure and will not vary at any stage
during the currency of the work or contract.
vi) The justified cost worked out by AAI shall be final
and binding on the contractor.
vii) In case of labour intensive ALQB like MESS, Annual
Maintenance Contract for supply of labourers,
Operation & Maintenance Contract and other
similar works, contractor shall transfer / deposit
salary of the individual worker to their bank
account which should be linked with AADHAR and
a statement is to be submitted to AAI along with
each running and final bill.
viii) In case the lowest bidder fails to submit QPBG
within stipulated time, as decided by Bid Manager
or contractor does not transfer / deposit salary of
the individual worker to his / her bank account
which should be linked with AADHAR and do not
submit statement to AAI as the case may be the
tender shall be rejected / foreclosed and EMD / SD
collected till date shall be forfeited.
ix) In case of non-execution / completion of the work,

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-13


A
105

QPBG and EMD /SD collected till date shall be


forfeited.
13A NOT In case the contractor does not carry out the work on
APPLICABLE ALQ items as per schedule or as per NIT specifications,
the Engineer-in-charge shall issue a letter to the
contractor to comply its obligations as per NIT, for ALQ
items. Engineer-in- charge shall also give one reminder
after 10 days of 1st letter and if contractor still do not
start the work on ALQ items, then bank guarantee i.e.
QPBG should be encashed and work should be got
executed through another agency at his risk and cost.
14 i. The bidder, whose tender is accepted, will be
required to furnish performance guarantee of 3%
(Three Percent) of the tendered amount within
the period specified in Schedule F. This guarantee
shall be in the form of Fixed Deposit Receipts or
Guarantee Bonds of any Scheduled Bank but not co-
operative or Gramin Bank, in accordance with the
prescribed form, provided confirmatory advice is
enclosed.
ii. The bidder, whose tender is accepted, will also be
required to furnish by way of Security Deposit for
the fulfillment of his contract, an amount equal to
5% of the contract amount of the work.
iii. In works where condition of submission of
Performance Guarantee is not applicable, the
security deposit @ 10% of the tendered value shall
be deducted.
iv. The Security deposit (under ii & iii above) will be
collected by deductions from the running bills of
the contractor at the rates mentioned above and
the earnest money deposited at the time of tenders,
will be treated as a part of the Security Deposit.
v. Security deposit will also be accepted in form of
Fixed Deposit Receipts / Guarantee Bonds of any
Scheduled Bank but not co-operative or Gramin
Bank in accordance with the prescribed form,
provided confirmatory advice is enclosed.
15. On acceptance of the tender, the name of the accredited
representative(s) of the contractor who would be
responsible for taking instructions from the Engineer-in-
Charge shall be communicated in writing to the Engineer-
in-Charge.
16. 1. Rates to be quoted by the parties should be inclusive of
all taxes, duties, CESS, fee, royalty charges etc. levied

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-14


A
106

under any statute but exclusive of GST for all the items.

2. However GST, as applicable, shall be paid to the


contractor, for any taxable supply / services /
construction rendered by the agency to AAI, against a
valid GST invoice as per terms and conditions of the
contract.

3. In case supplies /services / works involve imports; the


same should be identified separately. Basic Custom Duty
& IGST will be paid directly by AAI by utilizing EPCG
license / Duty Credit Scrip under service Export from
India Scheme (SEIS) of Govt. of India
17. The contractor/ bidder shall give a list of AAI employees
related to him..
18. The tender for the work shall not be witnessed by a
contractor or contractors / bidders who himself /
themselves has / have tendered or who may and has /
have tendered for the same work. Failure to observe this
condition would render, tenders of the contractors
tendering, as well as witnessing the tender, liable to
summary rejection.
19. The tender for composite work includes, in addition to
building work, all other works such as sanitary and water
supply installations drainage installation, electrical work,
horticulture work, roads and paths etc. The tenderer
apart from being a registered contractor (B&R) of
appropriate class, must associate himself with agencies of
appropriate class which are eligible to tender for sanitary
and water supply drainage, electrical and horticulture
works in the composite tender.
20. The contractor/ bidder shall submit list of works
completed in last 5 years*as well as which are in hand (in
progress) in the following format for assessing bidding
capacity of the bidders:-

Name of Name and Value of work Position of Remarks


work particulars of works in
Office where progress
work is being
executed
1 2 3 4 5
21 The contractor/bidder shall comply with the provisions of
the Apprentices Act 1961, and the rules and orders issued
there under from time to time. If he fails to do so, his failure
SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-15
A
107

will be a breach of the contract and the Executive Director


(Engg.)may in his discretion, without prejudice to any other
right or remedy available in law, 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 said Act.
22 If complete site is available for work, the work shall be
completed in the manner specified here in special condition
of contract and NIT specifications.

Note: In such case para 23 below may be deleted by NIT


approving authority
23 If complete site is not available for taking up the work, the
same shall be made available in phases. The scope of work
covered in each phase, time for completion of work in each
phase and methodology of taking over completed work in
phased manner has been specified under special conditions
of contract. The completion time for each phase shall be
applicable as indicated in tender documents. The work shall
also be taken over by Engineer-In-Charge in phases. The
warranty for the works executed in each phase shall be
applied independently w.e.f. date of completion /taking over
of individual phase.

Note: In such case para 22 above may be deleted by NIT


approving authority

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-16


A
108

CONDITIONS OF CONTRACT
Definitions :
1. The contract means the documents forming the tender
and acceptance thereof and the formal agreement /
agreements executed between the competent authority(s)
on behalf of the Chairman, Airports Authority of India and
the Contractor, together with the documents referred to
therein including these conditions, the specifications,
designs, drawings and instructions issued from time to
time by the Engineer-in-Charge and all these documents
taken together, shall be deemed to form one contract /
two contracts and shall be complimentary to one another.
Contractor has to sign two agreements, one consisting
BOQ for Civil works and another one for SITC and O&M/
AMC / AICMC part. Engineer-in charge could be common
for both the agreements. Separate invoices for the civil
/construction works and SITC / O&M / AICMC / AMC
works have to be raised by the agency referring to the
respective agreements to facilitate AAI to claim input tax
credit on such SITC / O&M / AICMC / AMC works as
mentioned in Schedule 'F' para 2(v).
2. In the contract, the following expressions shall, unless the
context otherwise requires, have the meanings, hereby
respectively assigned to them:-
i. The expression works or work shall, unless there be
something either in the subject or context repugnant
to such construction, be construed and taken to mean
the works by or by virtue of the contract contracted to
be executed whether temporary or permanent, and
whether original, altered, substituted or additional.
ii. The site shall mean the land / or other places on, into
or through which work is to be executed under the
contract or any adjacent land, path or street through
which work is to be executed under the contract or
any adjacent land, path or street which may be
allotted or used for the purpose of carrying out the
contract.
iii. The Contractor / tenderer / bidder shall mean the
individual, firm or company whether incorporated or
not, Joint Venture / Consortium undertaking the
works and shall include the legal personal
representative of such individual or the persons
constituting such firm or company, or the successors
of such firm or company and the permitted assignees
of such individual, firm or company.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-17


A
109

iv. The Chairman means the Chairman Airports


Authority of India and his Successors.
v. The Engineer-in-Charge means the Engineering
Officer who shall supervise and be incharge of the
work and who shall sign the contract on behalf of the
Chairman, Airports Authority of India as mentioned in
Schedule ‘F’ hereunder.
vi. AAI or Airports Authority of India shall mean the
Chairman Airports Authority of India.
vii. The terms Member (Planning) means the head of
Department of Engineering, Airports Authority of
India.
viii. Accepting Authority shall mean the authority
mentioned in Schedule ‘F’.
ix. Excepted Risk are risks due to riots (other than those
on account of contractor’s employees), war (whether
declared or not) invasion, act of foreign enemies,
hostilities, civil war, rebellion revolution,
insurrection, terrorism, military or usurped power,
any acts of Airports Authority of India, damages from
aircraft, acts of God, such as earthquake, lightening
and unprecedented floods, and other causes over
which the contractor has no control and accepted as
such by the Accepting Authority or causes solely due
to use or occupation by Airports Authority of India of
the part of the works in respect of which a certificate
of completion has been issued or a cause solely due to
Airports Authority of India’s faulty design of works.
x. Market Rate shall be the rate as decided by the
Engineer-in-Charge on the basis of the prevailing cost
of materials and labour at the site where the work is
to be executed plus the percentage mentioned in
Schedule ‘F’ to cover, all overheads and profits.
Provided that no extra overheads and profits shall be
payable on the parts of works assigned to other
agency(s) by the contractor as per terms of contract.
xi. Schedule(s) referred to in these conditions shall mean
the relevant schedule(s) annexed to the tender papers
or the standard Schedule of Rates of the government
mentioned in Schedule ‘F’ hereunder, with the
amendments thereto issued upto the date of receipt of
the tender.
xii. Department means Airports Authority of India, which
invites tender on behalf of Chairman, Airports
Authority of India.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-18


A
110

xiii. Tendered value means the value of the entire work as


stipulated in the letter of award. 3
3. Scope and Where the context so requires, words imparting the
Performance singular only also include the plural and vice versa. Any
reference to masculine gender shall whenever required
include feminine gender and vice versa.
4. Headings and Marginal notes to these General Conditions
of Contract shall not be deemed to form part thereof or be
taken into consideration in the interpretation or
construction thereof or of the contract.
5. The contractor shall be furnished, free of cost one
certified copy of the contract documents except standard
specifications, Schedule of Rates and such other printed
and published documents, together with all drawings as
may be forming part of the tender papers. None of these
documents shall be used for any purpose other than that
of this contract
6. Works to be The work to be carried out under the Contract shall,
carried out except as otherwise provided in these conditions, include
all labour, materials, tools, plants, equipment and
transport which may be required in preparation of and
for and in the full and entire execution and completion of
the works. The descriptions given in the Schedule of
Quantities (Schedule – A) shall, unless otherwise stated,
be held to include wastage on materials, carriage and
cartage, carrying and return of empties, hoisting, setting,
fitting and fixing in position and all other labours
necessary in and for the full and entire execution and
completion of the work as aforesaid in accordance with
good practice and recognized principles.
7. Sufficiency The Contractor shall be deemed to have satisfied himself
of Tender before tendering as to the correctness and sufficiency of
his tender for the works and of the rates and prices
quoted in the Schedule of Quantities, which rates and
prices shall, except as otherwise provided, cover all his
obligations under the Contract and all matters and things
necessary for the proper completion and maintenance of
the works.
8. Discrepancie The several documents forming the Contract are to be
s and taken as mutually explanatory of one another, detailed
Adjustment drawings being followed in preference to small scale
of Errors drawing and figured dimensions in preference to scale
and special conditions in preference to General
Conditions
8.1 In the case of discrepancy between the Schedule of

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-19


A
111

Quantities, the Specifications and / or the Drawings, the


following order of preference shall be observed :-
i. Description of Schedule of Quantities.
ii. Particular/ technical Specification and Special
Condition, if any.
iii. Drawings.
iv. C P W D Specifications.
v. Indian Standard Specifications of B I S / IRC Code of
Practice / ASTM standards.
vi. Sound Engineering practice as directed by the
Engineer-in-charge, whose decision in this regard shall
final and binding on the contractor
8.2 If there are varying or conflicting provisions made in any
one document forming part of the contract, the Accepting
Authority shall be the deciding authority with regard to
the intention of the document and his decision shall be
final and binding on the contractor.
8.3 Any error in description, quantity or rate in Schedule
of Quantities or any omission therefrom shall not vitiate
the Contract or release the Contractor from the execution
of the whole or any part of the works comprised therein
according to drawings and specifications or from any of
his obligations under the contract
8.4 Payment for If the contractor has quoted different rates for the same
similar items item appearing in two or more subheads, then the lowest
with of the rates quoted shall only be considered for payments
different during execution of work. In case of deviation of quantity
quoted rates of such item, payments shall be made at the lowest
in different quoted rate for quantity executed upto the deviation limit
subheads of specified in the contract. Beyond the deviation limit the
the contract rate shall be derived as per relevant contract provision
agreement
9. Reverse AAI may opt for reverse auction in case of purchase
Auction for tender if value of supplies put to tender is more than
purchase Rs.2Cr.
tenders
10. Signing of The successful tenderer / contractor, on acceptance of his
Contract tender by the Accepting Authority, shall, within 15 days
from the stipulated date of start of the work, shall sign
either single or Two agreements , as the case may be, one
consisting BOQ for Civil works and another one for SITC
and O&M / AMC / AICMC part.
i) i. The notice inviting tender, all the documents
including drawings, if any, forming the tender as
issued at the time of invitation of tender and

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-20


A
112

acceptance thereof together with any


correspondence leading thereto.
ii. Standard AAI Form as mentioned in Schedule ‘F’
consisting of :
i) Various standard clauses with corrections upto
the date stipulated in Schedule ‘F’ along with
annexures thereto.
ii) AAI Safety Code.
iii) Model Rules for the protection of health, sanitary
arrangements for workers employed by AAI or
its contractors.
iv) AAI Contractor’s Labour Regulations.
v) List of Acts and omissions for which fines can be
imposed.
iii. No payment for the work done will be made unless
contract in form of agreement is signed by the
contractor.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-21


A
113

CLAUSES OF CONTRACT
CLAUSE 1

Performance This clause is applicable for the works for which the
Guarantee estimated cost put to tender is more than Rs.5 crores
i. The contractor shall submit an irrevocable
Performance Guarantee of 3% (Three percent) of the
Tendered amount in addition to other deposits
mentioned elsewhere in the contract for his proper
performance of the contract agreement, (not
withstanding and/or without prejudice to any other
provisions in the contract) within period specified in
Schedule ‘F’ from the date of issue of award letter. This
guarantee shall be in the form of Fixed Deposit Receipts
or Guarantee Bonds of any Scheduled bank but not Co-
operative or Gramine bank in accordance with the form
annexed hereto.(Appendix-XI) In case a fixed deposit
receipts of any Bank is furnished by the contractor to
the AAI as part of the performance guarantee and the
Bank is unable to make payment against the said fixed
deposit receipts or Guarantee Bonds, the loss caused
thereby shall fall on the contractor and the contractor
shall forthwith on demand furnish additional security
to make good the deficit
ii Performance guarantee should be furnished within 30
days of issue of award letter. In case the contractor fails
to deposit performance guarantee within the stipulated
period, no payment will be released to the contractor
for the work done in respect of 1st running account bill.
Moreover, interest @10% per annum on performance
guarantee amount would be levied (non- refundable)
for delayed period of submission
iii. The Performance Guarantee shall be initially valid upto
the stipulated date of completion plus 180 days beyond
that. In case the time for completion of work gets
enlarged, the contractor shall get the validity of
Performance Guarantee extended to cover such
enlarged time for completion of work. After recording
of the completion certificate for the work by the
competent authority, the performance guarantee shall
be returned to the contractor, without any interest.
However, in case of contracts involving maintenance of
buildings and services / any other work thereafter,
50% of Performance Guarantee shall be retained as
Security Deposit as per contract conditions. The same

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-22


A
114

shall be returned on successful completion of


commitment year wise proportionately
iv. The Engineer-in-Charge shall not make a claim under
the performance guarantee except for amounts to
which the AAI is entitled under the contract (not
withstanding and/or without prejudice to any other
provisions in the contract agreement) in the event of: a.
Failure by the contractor to extend the validity of the
Performance Guarantee as described herein above, in
which event the Engineer-in- Charge may claim the full
amount of the Performance Guarantee. b. Failure by the
contractor to pay the Chairman, AAI any amount due,
either as agreed by the contractor or determined under
any of the Clauses / Conditions of the agreement,
within 30 days of the service of notice to this effect by
Engineer-in-Charge.
v. In the event of the contract being determined or
rescinded under provision of any of the
Clause/Condition of the agreement, the performance
guarantee shall stand forfeited in full and shall be
absolutely at the disposal of the Chairman, AAI.

CLAUSE 1 A

Recovery of The person/persons whose tender(s) may be accepted
Security (hereinafter called the contractor) shall permit AAI at the
Deposit time of making any payment to him for work done under the
contract to deduct a sum at the rate of 5% of the gross
amount of each running and final bill till the sum deducted
alongwith the sum already deposited as earnest money, will
amount to security deposit of 5% of the tendered value of
the work. Earnest money shall be adjusted first in the
security deposit and further recovery of security deposit
shall commence only when the update amount of security
deposit starts exceeding the earnest money. Such
deductions will be made and held by way of Security
Deposit unless he/they has/have deposited the amount of
Security at the rate mentioned above in the form of fixed
deposit receipts or guarantee bonds of any Scheduled Bank
but not Co-operative or Gramin Bank. In case a fixed deposit
receipts or Guarantee Bonds of any Bank is furnished by the
contractor to the AAI as part of the security deposit and the
Bank is unable to make payment against the said fixed
deposit receipt or Guarantee Bond, the loss caused thereby
shall fall on the contractor and the contractor shall

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-23


A
115

forthwith on demand furnish additional security to the AAI


to make good the deficit. In works where condition of
submission of performance guarantee is not applicable, the
security deposit at the rate of 10% (Ten Percent) of gross
amount of each running bill shall be deducted instead of 5%,
till the sum along with the sum already deposited as earnest
money will amount to security deposit of 10% of the
contract value of work. Other conditions shall remain same
as stated above. All compensations or the other sums of
money payable by the contractor under the terms of this
contract may be deducted from, or paid by the sale of a
sufficient part of his security deposit or from the interest
arising therefrom, or from any sums which may be due to or
may become due to the contractor by AAI on any account
whatsoever and in the event of his Security Deposit being
reduced by reason of any such deductions or sale as
aforesaid, the contractor shall within 10 days make good in
fixed deposit receipts or Guarantee Bonds tendered by the
Scheduled Banks (but not any Co-operative or Gramin bank)
(if deposited for more than 12 months) endorsed in favour
of the Airports Authority of India, any sum or sums which
may have been deducted from, or raised by sale of his
security deposit or any part thereof. The security deposit
shall be collected from the running bills of the contractor at
the rates mentioned above and the Earnest money
deposited at the time of tenders will be treated as part of the
Security Deposit. The security deposit as deducted above
can be released against bank guarantee issued by any
Scheduled Bank (but not from Co- operative / Gramin
Bank), on its accumulations to a minimum of Rs. 5 lakh
subject to the condition that amount of such bank guarantee,
except last one, shall not be less than Rs. 5 lakh.
Note 1: Provided further that the validity of Bank Guarantee
including the one given against the earnest money shall be
in conformity with provisions contained in the clause 17
which shall be extended from time to time depending upon
extension of contract under provision of Clause 2 & Clause 5.
Note 2: Note 1 above shall be applicable for both clause 1
and 1 A

Clause 2

Compensati If the contractor fails to maintain the required progress in
on for Delay terms of clause 5 or to complete the Work and clear the site
on or before the contract or justified extended date of

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-24


A
116

completion as per clause 5(excluding any extension under


clause 5.5) as well as any extension granted under clause 12
and 15, he shall, without prejudice to any other right or
remedy available under the law to the AAI on account of
such breach, pay as compensation the amount calculated at
the rates stipulated below as the authority specified in
schedule ‘F’ may decide on the amount of Tendered Value of
the work for every completed day/month (as determined)
that the progress remains below that specified in Clause 5 or
that the work remains incomplete. This will also apply to
items or group of items for which a separate period of
completion has been specified.
i) Compensation for If the completion of work is
delay of work delayed due to reasons attributed
to contractor, AAI shall be entitled
for compensation for delay as
detailed below:
i. For works costing upto Rs.
20.00 Lac:
1.0% (one percent) of
tendered value per week of
delay or lesser amount as
decided by the competent
authority subject to a
maximum of 10% of contract
value.
ii For the works costing more
than Rs 20 Lac
a. For the works having
completion period less than
2 years
0.5% (half percent) of
tendered value per week of
delay or lesser amount as
decided by the competent
authority subject to a
maximum of 10% of the
tendered value.
b. For the works having
completion period more
than 2 years
0.5% of tendered value per
fortnight of delay or lesser
amount as decided by the
competent authority subject to

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-25


A
117

a maximum of 10% of the


tendered value.
Provided always that the total amount of compensation for
delay to be paid under this condition shall not exceed 10%
of the Tendered Value of work or of the Tendered Value of
the Sectional part of work as mentioned in schedule ‘F’ for
which a separate period of completion is originally given. In
case no compensation has been decided by the authority in
Schedule ‘F’ during the progress of work, this shall be no
waiver of right to levy compensation by the said authority if
the work remains incomplete on final justified extended
date of completion. If the Engineer in Charge decides to give
further extension of time allowing performance of work
beyond the justified extended date, the contractor shall be
liable to pay compensation for such extended period. If any
variation in amount of contract takes place during such
extended period beyond justified extended date and the
contractor becomes entitled to additional time under clause
12, the net period for such variation shall be accounted for
while deciding the period for levy of compensation.
However, during such further extended period beyond the
justified extended period, if any delay occurs by events
under sub clause 5.2, the contractor shall be liable to pay
compensation for such delay.

Provided that compensation during the progress of work


beyond the justified extended date of completion for delay
under this clause shall be for non- achievement of sectional
completion or part handing over of work on stipulated /
justified extended date for such part work or if delay affects
any other works / services. This is without prejudice to right
of action by Engineer-in- Charge under clause 3 for delay in
performance and claim of compensation under that clause.
In case action under clause 2 has not been finalized and the
work has been determined under clause 3, the right of
action under this clause shall remain post determination of
contract but levy of compensation shall be for days the
progress is behind the schedule on date of determination, as
assessed by the authority in schedule ‘F’, after due
consideration of justified extension. The compensation for
delay, if not decided before the determination of contract,
shall be decided after of determination of contract. The
amount of compensation may be adjusted or set-off against
any sum payable to the’ Contractor under this or any other
contract with AAI. In case, the contractor does not achieve a

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-26


A
118

particular milestone mentioned in schedule F, or the re-


scheduled milestone(s) in terms of Clause 5.4, the amount
shown against that milestone shall be withheld, to be
adjusted against the compensation levied as above. With-
holding of this amount on failure to achieve a milestone,
shall be automatic without any notice to the contractor.
However, if the contractor catches up with the progress of
work on the subsequent milestone(s), the withheld amount
shall be released. In case the contractor fails to make up for
the delay in subsequent milestone(s), amount mentioned
against each milestone missed subsequently also shall be
withheld. However, no interest, whatsoever, shall be
payable on such withheld amount.

Clause 2A

Incentive In case, the contractor completes the work ahead of
for early stipulated date of completion, a bonus @ 1 % (one per
completion cent) of the tendered value per month computed on per
day basis, shall be payable to the contractor, subject to a
maximum limit of 5% (five per cent) of the tendered value.
The amount of bonus, if payable, shall be paid along with
final bill after completion of work. Provided always that
provision of the Clause 2A shall be applicable only when so
provided in ‘Schedule F’. This clause shall be applicable
for the work which estimated cost put to tender is Rs.
50.00 Cr. and above for pavement work and Rs.100.00
 
Cr. and above for building work

Clause 2B

Release of Withheld amount towards compensation for delay over and
withheld above Rs. 50.00 lacs, can be released against Bank Guarantee
amount (on the format given at Appendix-1) or in the form of fixed
against deposit receipts or guarantee bonds of any Scheduled Bank
compensati but not Co-operative or Gramin Bank, pending finalization of
on for case of extension of time by competent authority as per
delay. delegation of powers. Concerned Executive Director (Engg)
will authorize such action on receipt of proposal from the
Engineer-In-Charge through proper channel

Clause 3

When Subject to other provisions contained in this clause, the
Contract can Engineer-in-Charge may, without prejudice to his any other

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-27


A
119

be rights or remedy against the contractor in respect of any


Determined delay, inferior workmanship, any claims for damages and /
or any other provisions of this contract or otherwise, and
whether the date of completion has or has not elapsed, by
notice in writing absolutely determine the contract in any of
the following cases:
i. If the contractor having been given a notice by the
Engineer-in-Charge in writing to rectify, reconstruct
or replace any defective work or that the work is
being performed in an inefficient or otherwise
improper or un-workman like manner shall omit to
comply with the requirement of such notice for a
period of seven days thereafter.
ii. If the contractor has, without reasonable cause,
suspended the progress of the work or has failed to
proceed with the work with due diligence and
continues to do so after a notice in writing of seven
days from the Engineer- in-Charge.
iii. If the contractor fails to complete the work or section
of work with individual date of completion on or
before the stipulated or justified extended date on or
before such date of completion, and the Engineer in
Charge without any prejudice to any other right or
remedy under any other provision in the contract has
given further reasonable time in a notice given in
writing in that behalf as either mutually agreed or in
absence of such mutual agreement by his own
assessment making such time essence of contract and
in the opinion of Engineer in Charge, the contractor
will be unable to complete the same or does not
complete the same within the period specified.
iv. If the contractor persistently neglects to carry out his
obligations under the contract and / or commits
default in complying with any of the terms and
conditions of the contract and does not remedy it or
take effective steps to remedy it within 7 days after a
notice in writing is given to him in that behalf by the
Engineer-in-Charge.
v. If the contractor shall offer or give or agree to give to
any person in AAI service or to any other person on
his behalf any gift or consideration of any kind as an
inducement or reward for doing or forbearing to do
or for having done or forborne to do any act in
relation to the obtaining or execution of this or any
other contract for AAI.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-28


A
120

vi. If the contractor shall enter into a contract with


Airports Authority of India in connection with which
commission has been paid or agreed to be paid by
him or to his knowledge, unless the particulars of any
such commission and the terms of payment thereof
have been previously disclosed in writing to the
Engineer-in-charge.
vii. If the contractor shall obtain a contract with AAI as a
result of wrong tendering or other non-bonafide
methods of competitive tendering or commits any
breach of Integrity Pact.
viii. If the contractor being an individual, or if a firm, any
partner thereof shall at any time be adjudged
insolvent or have a receiving order or order for
administration of his estate made against him or shall
take any proceedings for liquidation or composition
(other than a voluntary liquidation for the purpose of
amalgamation or reconstruction) under any
Insolvency Act for the time being in force or make any
conveyance or assignment of his effects or
composition or arrangement for the benefit of his
creditors or purport so to do, or if any application be
made under any Insolvency Act for the time being in
force for the sequestration of his estate or if a trust
deed be executed by him for benefit of his creditors.
ix. If the contractor being a company shall pass a
resolution or the court shall make an order that the
company shall be wound up or if a receiver or a
manager on behalf of a creditor shall be appointed or
if circumstances shall arise which entitle the court or
the creditor to appoint a receiver or a manager or
which entitle the court to make a winding up order.
x. If the contractor shall suffer an execution being levied
on his goods and allow it to be continued for a period
of 21 days.
xi. If the contractor assigns (excluding part(s) of work
assigned to other agency(s) by the contractor as per
terms of contract), transfers, sublets (engagement of
labour on a piece-work basis or of labour with
materials not to be incorporated in the work, shall not
be deemed to be subletting) or otherwise parts with
or attempts to assign, transfer, sublet or otherwise
parts with the entire works or any portion thereof
without the prior written approval of the Engineer-in-
Charge. When the contractor has made himself liable

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-29


A
121

for action under any of the cases aforesaid, the


Engineer-in-Charge on behalf of the Chairman, AAI
shall have powers :
a) To determine the contract as aforesaid so far as
performance of work by the Contractor of work is
concerned (of which determination notice in
writing to the contractor under the hand of the
Engineer-in-Charge shall be conclusive evidence).
Upon such determination, the Earnest Money
Deposit, Security Deposit already recovered and
Performance Guarantee under the contract shall
be liable to be forfeited and shall be absolutely at
the disposal of the AAI.
b) After giving notice to the contractor to measure up
the work of the contractor and to take such whole,
or the balance or part thereof, as shall be un-
executed out of his hands and to give it to another
contractor or any other means to complete the
work. The contractor, whose contract is
determined as above, shall not be allowed to
participate in the tendering process for the
balance work. In the event of above courses being
adopted by the Engineer-in-Charge, the contractor
shall have no claim to compensation for any loss
sustained by him by reasons of his having
purchased or procured any materials or entered
into any engagements or made any advances on
account or with a view to the execution of the
work or the performance of the contract. And in
case action is taken under any of the provision
aforesaid, the contractor shall not be entitled to
recover or be paid any sum for any work thereof
or actually performed under this contract unless
and until the Engineer-in-Charge has certified in
writing the performance of such work and the
value payable in respect thereof and he shall only
be entitled to be paid the value so certified

CLAUSE 3 A

In case, the work cannot be started due to reasons not
within the control of the contractor within 1/8th of the
stipulated time for completion of work or one month
whichever is higher, either party may close the contract by
giving notice to the other party stating the reasons. In such

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-30


A
122

eventuality, the Earnest Money Deposit and the


Performance Guarantee of the contractor shall be refunded
within 30 days. Neither party shall claim any compensation
for such eventuality. This clause is not applicable for any
breach of the contract by either party

CLAUSE 4

Contractor In any case in which any of the powers conferred upon the
liable to pay Engineer-in-Charge by Clause-3 thereof, shall have become
compensati exercisable and the same are not exercised, the non-exercise
on thereof shall not constitute a waiver of any of the conditions
even if hereof and such powers shall notwithstanding be
action not exercisable in the event of any future case of default by the
taken under contractor and the liability of the contractor for
Clause‐3 compensation shall remain unaffected. In the event of the
Engineer-in-Charge putting in force all or any of the powers
vested in him under the preceding clause he may, if he so
desires after giving a notice in writing to the contractor, take
possession of (or at the sole discretion of the Engineer-in-
Charge which shall be final and binding on the contractor)
use as on hire (the amount of the hire money being also in
the final determination of the Engineer-in-Charge) all or any
tools, plant, materials and stores, in or upon the works, or
the site thereof belonging to the contractor, or procured by
the contractor 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 the case of these
not being applicable, at current market rates to be certified
by the Engineer-in-Charge, whose certificate thereof shall be
final, and binding on the contractor, clerk of the works,
foreman or other authorised agent to remove such tools,
plant, materials, or stores from the premises (within a time
to be specified in such notice) in 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 his risk in all respects 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

CLAUSE 5

Time and The time allowed for execution of the Works as specified

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-31


A
123

Extension for in the Schedule ‘F’ or the extended time in accordance


Delay with these conditions shall be the essence of the Contract.
The execution of the works shall commence from such
time period as mentioned in schedule ‘F’ or from the date
of handing over of the site whichever is later. If the
Contractor commits default in commencing the execution
of the work as aforesaid, AAI shall without prejudice to
any other right or remedy available in law, be at liberty to
forfeit the earnest money & performance guarantee
absolutely
5.1 After the Contract is awarded, within 15 days, the
Contractor shall submit a Time and Progress Chart for
each mile stone and get it approved by the Engineer-in-
charge. The Chart shall be prepared in direct relation to
the time stated in the Contract documents for completion
of items of the works. It shall indicate the forecast of the
dates of commencement and completion of various trades
of sections of the work and may be amended as necessary
by agreement between the Engineer-in-Charge and the
Contractor within the limitations of time imposed in the
contract documents, and further to ensure good progress
during the execution of the work, the contractor shall in
all cases in which the time allowed for any work, exceeds
one month (save for special jobs for which a separate
programme has been agreed upon) complete the work as
per mile stones given in Schedule ‘F’.
Project Management shall be done.
a. For works costing upto Rs. 5.00 Cr. -- CPM/ PERT Chart
b. Works costing more than Rs. 5.00 Cr. -- By using
Project Management Software like Primavera / MS
Project or any other software with the approval of
Engineer-in-charge.
c. Contractor shall submit monthly progress reports (2
copies) highlighting status of various activities and
physical completion of work

PROGRAMME CHART

i. The Contractor shall prepare an integrated


programme chart in Project Management Software
for the execution of work, showing clearly all
activities from the start of work to completion, with
details of manpower, equipment and machinery
required for the fulfillment of the programme within
the stipulated period or earlier and submit the same

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-32


A
124

for approval to the Engineer-in- Charge within fifteen


days of award of the contract. A recovery of Rs.
2500/- (for works costing upto Rs. 5.00 Crores) / Rs.
5000/- (for works costing more than Rs. 5.00 Crores)
shall be made on per day basis in case of delay in
submission of the above programme.
ii. The programme chart should include the following:
a) Descriptive note explaining sequence of the
various activities.
b) Network (PERT / CPM / BAR CHART).
c) Programme for procurement of materials by the
contractor.
Programme for deployment of machinery /
equipment’s having adequate capacity,
commensurate with the quantum of work to be done
within the stipulated period, by the contractor. In
addition to above, to achieve the progress of work as
per programme, the contractor must bring at site
adequate shuttering material required for cement
concrete and R.C.C. works etc. for three floors within
one month from the date of start of work till the
completion of RCC work as per requirement of work.
The contractor shall submit shuttering schedule
adequate to complete structure work within laid
down physical milestone.
iii. If at any time, it appears to the Engineer-in-Charge
that the actual progress of work does not conform to
the approved programme referred above or after
rescheduling of milestones, the contractor shall
produce a revised programme within 7 (seven) days,
showing the modifications to the approved
programme to ensure timely completion of the work.
The modified schedule of programme shall be
approved by the Engineer in Charge. A recovery of Rs.
2500/- (for works costing upto Rs.5.00 Crores) / Rs.
5000/- (for works costing more than Rs.5.00 Crores)
shall be made on per day basis in case of delay in
submission of the modified programme.
iv. The submission for approval by the Engineer-in-
Charge of such programme or such particulars shall
not relieve the contractor of any of the duties or
responsibilities under the contract. This is without
prejudice to the right of Engineer-in-Charge to take
action against the contractor as per terms and
conditions of the agreement.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-33


A
125

v. The contractor shall submit the progress report using


MS Project / Primavera software with base line
programme referred above for the work done during
previous month to the Engineer-in-charge on or
before 5th day of each month failing which a recovery
Rs. 2500/ - (for works costing upto Rs.5.00 Crores) /
Rs. 5000/- (for works costing more than Rs.5.00
Crores) shall be made on per day basis in case of
delay in submission of the monthly progress report.
5.2 If the work(s) be delayed by:-
i. Force majeure, or an act of terrorism
ii. Abnormally bad weather, or
iii. Serious loss or damage by fire, or
iv. Civil commotion, local commotion of workmen,
strike or lockout, affecting any of the trades
employed on the work, or
v. Delay on the part of other contractors or tradesmen
engaged by Engineer- in- Charge for executing
work not forming part of the Contract, or
vi. Non-availability of stores, which are the
responsibility of AAI to supply or
vii. Non-availability or break down of tools and Plant to
be supplied or supplied by AAI or
viii. Any other cause which, in the absolute discretion of
the Engineer-in-Charge is beyond the Contractor’s
control. then upon the happening of any such event
causing delay, the contractor shall immediately
give notice thereof in writing to the Engineer-in-
Charge but shall nevertheless use constantly his
best endeavors to prevent or make good the delay
and shall do all that may be reasonably required to
the satisfaction of the Engineer-in-charge to
proceed with the works. All correspondence
with the agency and concerned stakeholders
during execution of works will be taken into
consideration for evaluation of hindrances
causing delay, for grant of extension of time by
the Competent Authority
5.3 Request for rescheduling of Milestones and extension of
time, to be eligible for consideration, shall be made by the
contractor in writing within fourteen days of the
happening of the event causing delay on the prescribed
form to the authority indicated in schedule ‘F’. The
contractor may also, if practicable, indicate in such a
request the period for which extension is desired.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-34


A
126

5.4 In any such case the Engineer-in-Charge with the approval


of authority indicated in Schedule ‘F’ may give a fair and
reasonable extension of time and reschedule the
Milestones for completion of work. Such extension or re-
scheduling of the milestone shall be communicated to the
contractor by the Engineer-in-charge in writing, within 1
month or 4 weeks of the date of receipt of such request
respectively. Non-application by the contractor for
extension of time / rescheduling of milestones shall not be
a bar for giving a fair and reasonable extension / re-
scheduling of milestones by the Engineer-in-charge with
the approval of authority indicated in schedule ‘F’ and this
shall be binding on the contractor

CLAUSE 6

Measurements Engineer-in-charge shall, except as otherwise provided,


of Work ascertain and determine by measurement, the value in
Done accordance with the contract of work done.
All measurement of all items having financial value shall
be entered in Measurement Book and/or level field book
so that a complete record is obtained of all works
performed under the contract.
All measurements and levels shall be taken jointly by the
Engineer-in-Charge or his authorised representative and
by the contractor or his authorised representative from
time to time during the progress of the work and such
measurements shall be signed and dated by the Engineer-
in-Charge and the contractor or their representatives in
token of their acceptance. If the contractor objects to any
of the measurements recorded, a note shall be made to
that effect with reason and signed by both the parties.
If for any reason the contractor or his authorised
representative is not available and the work of recording
measurements is suspended by the Engineer-in- Charge
or his representative, the Engineer-in-Charge and the
Department shall not entertain any claim from contractor
for any loss or damages on this account. If the contractor
or his authorised representative does not remain present
at the time of such measurements after the contractor or
his authorised representative has been given a notice in
writing three (3) days in advance or fails to countersign
or to record objection within a week from the date of the
measurement, then such measurements recorded in his
absence by the Engineer- in- Charge or his representative

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-35


A
127

shall be deemed to be accepted by the Contractor.


The contractor shall, without extra charge, provide all
assistance with every appliance, labour and other things
necessary for measurements and recording levels.
Except where any general or detailed description of the
work expressly shows to the contrary, measurements
shall be taken in accordance with the procedure set forth
in the specifications notwithstanding any provision in the
relevant Standard Method of measurement or any general
or local custom. In the case of items which are not
covered by specifications, measurements shall be taken in
accordance with the relevant standard method of
measurement issued by the Bureau of Indian Standards
and if for any item no such standard is available, then a
mutually agreed method shall be followed.
The contractor shall give, not less than seven days’ notice
to the Engineer-in- Charge or his authorised
Representative of the work, before covering up or
otherwise placing beyond the reach of measurement any
work in order that the same may be measured and
correct dimensions thereof be taken before the same is
covered up or placed beyond the reach of measurement
and shall not cover up and place beyond reach of
measurement any work without consent in writing of the
Engineer-in-Charge or his authorised representative of
the work who shall within the aforesaid period of seven
days inspect the work, and if any work shall be covered
up or placed beyond the reach of measurements without
such notice having been given or the Engineer-in-
Charge’s consent being obtained in writing, the same shall
be uncovered at the Contractor’s expense, or in default
thereof no payment or allowance shall be made for such
work or the materials with which the same was executed.
Engineer-in-Charge or his authorised representative may
cause either themselves or through another officer of the
department to check the measurements recorded jointly
or otherwise as aforesaid and all provisions stipulated
herein above shall be applicable to such checking of
measurements or levels.
It is also a term of this contract that recording of
measurements of any item of work in the measurement
book and/or its payment in the interim, on account or
final bill shall not be considered as conclusive evidence as
to the sufficiency of any work or material to which it
relates nor shall it relieve the contractor from liabilities

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-36


A
128

from any over measurement or defects noticed till


completion of the defects liability period

Clause 6 A

Computerised Computerized measurement is mandatory for works
Measurement costing more than Rs 5.00 Lacs. However in case of works
Book costing lesser than Rs. 5.00 Lacs Engineer-in- Charge may
decide for adopting computerized measurement if
required, except as otherwise provided, ascertain and
determine by measurement the value of work done in
accordance with the contract. All measurements of all
items having financial value shall be entered by the
contractor and compiled in the shape of the
Computerized Measurement Book having pages of A-4
size as per the format of the department so that a
complete record is obtained of all the items of works
performed under the contract
All such measurements and levels recorded by the
contractor or his authorised representative from time to
time, during the progress of the work, shall be got
checked by the contractor from the Engineer-in-Charge or
his authorised representative as per interval or program
fixed in consultation with Engineer-in- Charge or his
authorised representative. After the necessary
corrections made by the Engineer-in- Charge, the
measurement sheets shall be returned to the contractor
for incorporating the corrections and for resubmission to
the Engineer-in-Charge for the dated signatures by the
Engineer-in-Charge and the contractor or their
representatives in token of their acceptance. Whenever
bill is due for payment, the contractor would initially
submit draft computerized measurement sheets and
these measurements would be got checked/test checked
from the Engineer-in-Charge and/or his authorized
representative. The contractor will, thereafter,
incorporate such changes as may be done during these
checks/test checks in his draft computerized
measurements, and submit to the department a
computerized measurement book, duly bound, and with
its pages machine numbered. The Engineer-in-Charge
and/or his authorised representative would thereafter
check this MB, and record the necessary certificates for
their checks / test checks. The final, fair, computerized
measurement book given by the contractor, duly bound,

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-37


A
129

with its pages machine numbered, should be 100%


correct, and no cutting or overwriting in the
measurements would thereafter be allowed. If at all any
error is noticed, the contractor shall have to submit a
fresh computerized MB with its pages duly machine
numbered and bound, after getting the earlier MB
cancelled by the department. Thereafter, the MB shall be
taken in the records of Engineer-in-charge, and allotted a
number as per the Register of Computerized MBs. This
should be done before the corresponding bill is submitted
to the Engineer-in-charge for payment. The contractor
shall submit two spare copies of such computerized MB’s
for the purpose of reference and record by the various
officers of the department. The contractor shall also
submit to the department separately his computerized
Abstract of Cost and the bill based on these
measurements, duly bound, and its pages machine
numbered along with two spare copies of the “bill.
Thereafter, this bill will be processed by the Engineer-in-
charge and allotted a number as per the computerized
record in the same way as done for the measurement
book meant for measurements. The contractor shall,
without extra charge, provide all assistance with every
appliance, labour and other things necessary for checking
of measurements / levels by the Engineer-in-charge or his
representative. Except where any general or detailed
description of the work expressly shows to the contrary,
measurements shall be taken in accordance with the
procedure set forth in the specifications notwithstanding
any provision in the relevant Standard Method of
measurement or any general of local custom. In the case
of item which are not covered by specifications,
measurements shall be taken in accordance with the
relevant standard method of measurement issued by the
Bureau of Indian Standards and if for any item no such
standard is available then a mutually agreed method shall
be followed. The contractor shall give not less than seven
days’ notice to the Engineer-in- Charge or his authorized
representative of the work before covering up or
otherwise placing beyond the reach of checking and / or
test checking the measurement of any work in order that
the same be checked and / or test checked and correct
dimensions thereof be taken before the same is covered
up or placed beyond the reach of checking and / or test
checking measurement and shall not cover up and place

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-38


A
130

beyond reach of measurement any work without


consent in writing of the Engineer-in-charge or his
authorized representative of the work who shall within
the aforesaid period of seven days inspect the work, and if
any work shall be covered up or placed beyond the reach
of checking and / or test checking measurements without
such notice having been given or the Engineer-in charge’s
consent being obtained in writing the same shall be
uncovered at the contractor’s expense, or in default
thereof no payment or allowance shall be made for such
work or the materials with which the same was executed.
Engineer-in-charge or his authorised representative may
cause either themselves or through another officer of the
department to check the measurements recorded by
contractor and all provisions stipulated herein above
shall be applicable to such checking of measurements or
levels. It is also a term of this contract that checking
and/or test checking the measurements of any item of
work in the measurement book and/or its payment in the
interim, on account of final bill shall not be considered as
conclusive evidence as to the sufficiency of any work or
material to which it relates nor shall it relieve the
contractor from liabilities from any over measurement or
defects noticed till completion of the defects liability
period

CLAUSE 7

Payment on No payment shall be made for work, estimated to cost Rs.
Intermediate One lac or less till after the whole of the work shall have
Certificate to been completed and certificate of completion given. For
be regarded works estimated to cost over Rs. One lac, the interim or
as Advances running account bills shall be submitted by the contractor
for the work executed on the basis of such recorded
measurements on the format of the Department in
triplicate on or before the date of every month fixed for the
same by the Engineer-in-Charge. The contractor shall not
be entitled to be paid any such interim payment if the gross
work done together with net payment/ adjustment of
advances for material collected, if any, since the last such
payment is less than the amount specified in Schedule ‘F’,
in which case the interim bill shall be prepared on the
appointed date of the month after the requisite progress is
achieved. Engineer-in- Charge shall arrange to have the bill
verified by taking or causing to be taken, where necessary,

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-39


A
131

the requisite measurements of the work. In the event of


the failure of the contractor to submit the bills, Engineer-
in- Charge shall prepare or cause to be prepared such bills
in which event no claims whatsoever due to delays on
payment including that of interest shall be payable to the
contractor. Payment on account of amount admissible shall
be made by the Engineer-in-Charge certifying the sum to
which the contractor is considered entitled by way of
interim payment at such rates as decided by the Engineer-
in- Charge. The amount admissible shall be paid by 10th
working day after the day of presentation of the bill by the
Contractor to the Engineer-in-Charge or his Asstt. Manager
/ Manager (Engg.) together with the account of the
material issued by the department, or dismantled
materials, if any. In the case of works outside the
headquarters of the Engineer- in-Charge, the period of ten
working days will be extended to fifteen working days. All
such interim payments shall be regarded as payment by
way of advances against final payment only and shall not
preclude the requiring of bad, unsound and imperfect or
unskilled work to be rejected, removed, taken away and
reconstructed or re-erected. Any certificate given by the
Engineer-in-charge relating to the work done or materials
delivered forming part of such payment, may be modified
or corrected by any subsequent such certificate(s) or by the
final certificate and shall not by itself be conclusive
evidence that any work or materials to which it relates
is are in accordance with the contract and
specifications. Any such interim payment, or any part
thereof shall not in any respect conclude, determine of
affect in any way powers of the Engineer-in- charge under
the contract or any of such payments be treated as final
settlement and adjustment of accounts or in any way vary
or affect the contract. Pending consideration or extension
of date of completion, interim payments shall continue to
be made as herein provided without prejudice to the right
of the department to take action under the terms of this
contract for delay in the completion of work, if the
extension of date of completion is not granted by the
competent authority. The Engineer-in-Charge in his sole
discretion on the basis of a certificate from the Asstt
Manager / Manager (Engg) to the effect that the work has
been completed up to the level in question make interim
advance payments without detailed measurements for
work done (other than foundations, items to be covered

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-40


A
132

under finishing items) up to lintel level (including


sunshade etc.) and slab level, for each floor working out at
75% of the assessed value. The advance payments so
allowed shall be adjusted in the subsequent interim bill by
taking detailed measurements thereof.

CLAUSE 8

Completion Within ten days of the completion of the work, the
Certificate contractor shall give notice of such completion to the
and Engineer-in-Charge and within thirty days of the receipt of
Completion such notice, the Engineer-in-Charge shall inspect the work
Plans and if there is no defect in the work, shall furnish the
contractor with a final certificate of completion, otherwise
a provisional certificate of physical completion indicating
defects (a) to be rectified by the contractor and/or (b) for
which payment will be made at reduced rates, shall be
issued. But no final certificate of completion shall be
issued, nor shall the work be considered to be complete for
‘Civil Construction Works’ until the contractor shall have
removed from the premises on which the work shall be
executed all scaffolding, surplus materials, rubbish and all
huts and sanitary arrangements required for his/their
work people on the site in connection with the execution of
the works as shall have been erected or constructed by the
contractor(s) and cleaned off the dirt from all wood work,
doors, windows, walls, floor or other parts of the building,
in, upon, or about which the work is to be executed or of
which he may have had possession for the purpose of the
execution; thereof, and not until the work shall have been
measured by the Engineer-in-charge. If the contractor shall
fail to comply with the requirements of this Clause as to
removal of scaffolding, surplus materials and rubbish and
all huts and sanitary arrangement as aforesaid and
cleaning off dirt on or before the date fixed for the
completion of work, the Engineer-in- charge may at the
expense of the contractor remove such scaffolding, surplus
materials and rubbish etc., and dispose of the same as he
thinks fit and clean off such dirt as aforesaid, and the
contractor shall have no claim in respect of scaffolding or
surplus materials as aforesaid except for any sum actually
realized by the sale thereof.
a. For electrical and mechanical capital works: The
contractor shall remove the rubbish from the site.
Following conditions must be met before recording

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-41


A
133

completion certificate : Submits completion plan,


maintenance manual, manufactures catalogue and gives
performance test for system.
b. For repair works: The performance of the repaired
system has been tested and found satisfactory.
c. For AMC work: The system has been tested for its
performance / completeness and taken over by AAI / next
agency for operation and maintenance

CLAUSE 8 A

Contractor to When the annual repairs and maintenance of works are
keep site carried out, the splashes and droppings from white
clean washing colour washing, painting etc., on walls, floor,
windows etc. shall be removed and the surface cleaned
simultaneously with the completion of these items of work
in the individual rooms, quarters or premises etc. Where
the work is done without waiting for the actual completion
of all the other items of work in the contract, in case the
contractor fails to comply with the requirements of this
clause, the Engineer-in-charge shall have the right to get
this work done at the cost of the contractor either
departmentally or through any other agency. Before taking
such action, the Engineer-in-charge shall give ten days
notice in writing to the contractor.

CLAUSE 8 B

Completion The contractor shall submit completion plan as required
Plans to be vide General Specifications for Electrical works (Part-I
Submitted by internal) 2013 and (Part -II External) 1994 or latest
the available specifications, as applicable within thirty days of
Contractor the completion of the work. The contractor shall submit
completion plan for building works, all services, and obtain
occupancy certificate from local bodies on the basis of
completion drawings within a period of 30 days from the
date of completion. The contractor shall also submit
catalogues of all equipment’s and maintenance manual for
the complete E & M systems. If contractor fails to submit
completion plans of all works, he shall be liable to pay
compensation @ 0.5% of the tendered value of works
costing up to Rs. 5 Crores subject to maximum of Rs. 1.00
Lac and 0.25% for works costing more than Rs. 5 crores
subject to maximum of Rs. 1.5.Lac. The decision of Project-
in-charge in this regard shall be final and binding on the

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-42


A
134

contractor
CLAUSE 9

Payment of The corrected final bill shall be submitted by the contractor
final bill in the same manner as specified in interim bills within
three months of physical completion of the work or within
one month of the date of the final certificate of completion
furnished by the Engineer-in-charge whichever is earlier.
No further claims shall be made by the contractor after
submission of the final bill and these shall be deemed to
have been waived and extinguished. Payments of those
items of the bill in respect of which there is no dispute and
of items in dispute, for quantities and rates as approved by
Engineer-in- charge, will, as far as possible be made within
the period specified herein under, the period being
reckoned from the date of receipt of the bill by the
Engineer-in charge or his authorised Asstt. Manager /
Manager (Engg.), complete with account of materials
issued by the Department and dismantled materials.
Sl Value of work Time limit
1 If the Tendered value of work is up 2 months
to Rs. 50 lac
2 If the Tendered value of work is 3 months
more than Rs.50 lac and up to Rs.
2.5 Crore:
3 If the Tendered value of work 6 months
exceeds Rs. 2.5 Crore:
In case of delay in payment of final bills after prescribed
time limit, a simple interest @ 5% per annum shall be paid
to the contractor from the date of expiry of prescribed time
limit which will be compounded on yearly basis, provided
the final bill submitted by the contractor found to be in
order. The Final bill shall be prepared for both L1 & L2
bidders for all tendered items (excluding Extra Items based
on market rate) and payment shall be made on the basis of
lower of the two.

CLAUSE 9 A

Payment of Payments due to the contractor and refund of various
contractor’s nature may, if so desired by him and wherever possible in
bills to Banks banks be made through electronic payment mechanism
instead of direct to him, provided that the contractor
furnishes to the Engineer-in- Charge.
i. Informations as per proforma attached.
ii. An authorization in the form of a legally valid document

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-43


A
135

such as power of attorney conferring authority on the bank


to receive payments and
iii. His own acceptance of the correctness of the amount
made out as being due to him by Authority or his signature
on the bill or other claim preferred against Authority
before settlement by the Engineer-in-charge of the account
or claim by payment to the bank. While the receipt given by
such banks shall constitute a full and sufficient discharge
for the payment, the contractor shall whenever possible
present his bills duly receipted and discharged through his
bank.
Nothing herein contained shall operate to create in favour
of the bank any rights or equities vis-à-vis the Airports
Authority of India

CLAUSE 10

Materials Materials which Authority will supply are shown in
supplied by Schedule ‘B’ which also stipulates quantum, place of issue
Authority and rate(s) to be charged in respect thereof. The contractor
shall be bound to procure them from the Engineer-in-
charge. As soon as the work is awarded, the contractor
shall finalise the programme for the completion of work as
per clause 5 of this contract and shall give his estimates of
materials required on the basis of drawings/ or schedule of
quantities of the work. The contractor shall give in writing
his requirement to the Engineer-in-charge, which shall be
issued to him keeping in view the progress of work as
assessed by the Engineer-in- Charge in accordance with the
agreed phased programme of work indicating monthly
requirements of various materials. The contractor shall
place his indent in writing for issue of such materials at
least 7 days in advance of his requirement. Such materials
shall be supplied for the purpose of the contract only and
the value of the materials so supplied at the rates specified
in the aforesaid schedule shall be set off or deducted, as
and when materials are consumed in items of work
(including normal wastage) for which payment is being
made to the contractor, form any sum then due or which
may therefore become due to the contractor under the
contract or otherwise or from the security deposit. At the
time of submission of bills, the contractor shall certify that
balance of materials supplied is available at site in original
good condition. The contractor shall submit along with
every running bill (on account or interim bill) material-
wise reconciliation statements supported by complete

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-44


A
136

calculations reconciling total issue, total consumption and


certified balance (diameter / section-wise in the case of
steel) and resulting variations and reasons thereof.
Engineer-in-charge shall (whose decision shall be final and
binding on the contractor) be within his rights to follow the
procedure of recovery in clause 42 at any stage of the work
if reconciliation is not found to be satisfactory. The
contractor shall bear the cost of getting the material issued,
loading, transporting to site, unloading, storing under cover
as required, cutting assembling and joining the several
parts together as necessary. Notwithstanding anything to
the contrary contained in any other clause of the contract
and all stores / materials so supplied to the contractor or
procured with the assistance of the AAI shall remain the
absolute property of Authority and the contractor shall be
the trustee of the stores/ materials, and the said stores/
materials shall not be removed/ disposed off from the site
of the work on any account and shall be at all times open to
inspection by the Engineer-in-charge or his authorised
agent. Any such stores / materials remaining unused shall
be returned to the Engineer- in-charge in as good a
condition in which they were originally supplied at a place
directed by him, at a place of issue or any other place
specified by him as he shall require, but in case it is decided
not to take back the stores / materials the contractor shall
have no claim for compensation on any account of such
stores / materials so supplied to him as aforesaid and not
used by him or for any wastage in or damage to in such
stores / materials. On being required to return the stores /
materials, the contractor shall hand over the stores/
materials on being paid or credited such price as the
Engineer-in- charge shall determine, having due regard to
the condition of the stores / materials. The price allowed
for credit to the contractor, however, shall be at the
prevailing market rate not exceeding the amount charged
to him, excluding the storage charge, if any. The decision of
the Engineer-in-charge shall be final and conclusive. In the
event of breach of the aforesaid condition, the contractor
shall in addition to throwing himself open to account for
contravention of the terms of the licenses or permit and /
or for criminal breach of trust, be liable to Authority for all
advantages or profits resulting or which in the usual course
would have resulted to him by reason of such breach.
Provided that the contractor shall in no case be entitled to
any compensation or damages on account of any delay in

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-45


A
137

supply or non-supply thereof all or any such materials and


stores provided further that the contractor shall be bound
to execute the entire work if the materials are supplied by
the Authority within the original scheduled time for
completion of the work plus 50% thereof or schedule time
plus 6 months whichever is more if the time of completion
of work exceeds 12 months, but if a part of the materials
only has been supplied within the aforesaid period, then
the contractor shall be bound to do so much of the work as
may be possible with the materials and stores supplied in
the aforesaid period. For the completion of the rest of the
work, the contractor shall be entitled to such extension of
time as may be determined by the Engineer-in-charge
whose decision in this regard shall be final and binding on
the contractor. The contractor shall see that only the
required quantities of materials are got issued. Any such
material remaining unused and in perfectly good / original
condition at the time of completion or determination of the
contract shall be returned to the Engineer-in- charge at the
stores from which it was issued or at a place directed by
him by a notice in writing. The contractor shall not be
entitled for loading transporting, unloading and stacking of
such unused material except for the extra lead, if any
involved, beyond the original place of issue

CLAUSE 10 A

Materials to 1. The contractor shall, at his own expense, provide all
be materials, required for the works other than those
provided by which are stipulated to be supplied by the Authority.
the 2. The contractor shall, at his own expense and without
contractor delay; supply to the Engineer in- charge samples of
and materials to be used on the work and shall get these
Mandatory approved in advance. All such materials to be provided
Tests by the contractor shall be in conformity with the
specifications laid down or referred to in the contract.
The contractor shall, if requested by the Engineer-in-
charge furnish proof, to the satisfaction of the
Engineer-in- charge that the materials so comply. The
Engineer-in-charge shall within thirty days of supply of
samples or within such further period as he may
require intimate to the Contractor in writing whether
samples are approved by him or not. If samples are not
approved, the Contractor shall forthwith arrange to
supply to the Engineer-in charge for his approval, fresh

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-46


A
138

samples complying with the specifications laid down in


the contract. When materials are required to be tested
in accordance with specifications, approval of the
Engineer-in-charge shall be issued after the test results
are received.
3. The contractor shall at his risk and cost submit the
samples of materials to be tested or analyzed and shall
not make use of or incorporate in the work any
materials represented by the samples until the
required tests or analysis have been made and
materials finally accepted by the Engineer-in-charge.
4. If any additional tests apart from mandatory tests
specified in the contract are required to be carried out
at the instance of AAI or any other advisory body, to
ensure conformity of the item to the contract
specifications, the cost of such tests shall be borne by
AAI. In case the material / equipment fails in the above
tests, the expenditure incurred by AAI on testing of
such material or equipment along with incidental
charges borne by AAI (if any) shall be recovered from
the dues of the contractor and action shall be taken
under Clause 16 and other relevant clauses of the
contract.
5. The contractor shall not be eligible for any claim or
compensation either arising out of any delay in the
work or due to any corrective measures required to be
taken on account of and as a result of testing of
materials.
6. The contractor shall, at his risk and cost, make all
arrangements and shall provide all facilities as the
Engineer-in-charge may require for collecting and
preparing the required number of samples for such
tests at such time and to such place or places as may be
directed by the Engineer-in-charge and bear all charges
and cost of testing unless specifically provided for
otherwise elsewhere in the contract or specifications.
The Engineer-in- charge or his authorised
representative shall at all times have access to the
works and to all workshops and places where work is
being prepared or from where materials manufactured,
articles or machinery are being obtained for the works
and the contractor shall afford every facility and every
assistance in obtaining the right to such access.
7. The Engineer-in-charge shall have full powers to
require the removal from the premises of all materials

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-47


A
139

which in his opinion are not in accordance with the


specifications and in case of default, the Engineer-in-
charge shall be at liberty to employ at the expense of
the contractor, other persons to remove the same
without being answerable or accountable for any loss
or damage that may happen or arise to such materials.
The Engineer-in-charge shall also have full powers to
require other proper materials to be substituted
thereof and in case of default, the Engineer-in-charge
may cause the same to be supplied and all costs which
may be attracted for such removal and substitution
shall be borne by the Contractor.
8. The contractor shall at his own expense, provide a
material testing lab at the site for conducting routine
field tests. The lab shall be equipped at least with the
testing equipment as specified in Schedule F.
9. Details in respect of all mandatory tests shall be
maintained in the desired format and attached with
each Running Account Bill.

CLAUSE 10 B

(1) Secured 1. The Contractor, on signing an indenture in the form
Advance on to be specified by the Engineer-in- charge, shall be
Nonperishable entitled to be paid during the progress of the
materials execution of the work upto 75% of the assessed
value of any materials which are in the opinion of
the Engineer-in-charge nonperishable, nonfragile
and noncombustible and are in accordance with the
contract and which have been brought on the site in
connection therewith and are adequately stored
and/ or protected against damage by weather or
other causes but which have not at time of advance
been incorporated in the works. When materials on
account of which an advance has been made under
this sub-clause are incorporated in the work, the
amount of such advance shall be recovered/
deducted from the next payment made under any of
the clause or clauses of this contract.
Such secured advance shall also be payable on other
items of perishable nature, fragile and combustible
with the approval of the Engineer-in-charge
provided the contactor provides a comprehensive
insurance cover for the full cost of such materials.
The decision of the Engineer-in-charge shall be final

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-48


A
140

and binding on the contractor in this matter. No


secured advance, shall however, be paid on high-risk
materials such as ordinary glass, sand, petrol, diesel
etc.
The secured advance shall also be payable against
items brought at site for use in electrical and
mechanical systems. Such secured advance shall be
paid on submission of Collateral Bank Guarantee
submitted by the vendor against the payment in case
equipment / system fails to perform on testing and
commissioning. Normally secured advance is paid
up to 75% of the assessed value of items but in any
case it shall not exceed 80% of cost of items
indicated for supply of equipment
(II) Mobilisation 2. Mobilization advance not exceeding 10% of the
Advance tendered value shall be paid for the works costing
more than Rs 5.00 Cr, subject to the availability of
funds and if requested by the contractor in writing
within period as indicated below.
a. For the works costing between Rs. 5 crores –
Rs.100 crores the application for the issue of
mobilization advance must be received in writing
within 30 days of handing over of the site.
b. For the works costing more than Rs. 100 crores
the application for the issue of mobilization advance
must be received in writing within 45 days of
handing over of the site.
c. The contractor shall execute a Bank Guarantee
Bond from any Scheduled Bank but not Co-operative
or Gramin Bank as specified by Engineer-in-charge
for 110% of value of installment of mobilization
advance before such advance is released. The first
installment should not exceed Rs.20.00 Cr. for the
work for which the estimated cost is kept as
Rs.500.00 Cr. or more. The No. of installments shall
be decided by AAI depending on progress of work
and availability of funds.
d. The second and subsequent installments shall be
released by the Engineer-in-charge only after the
contractor furnishes a proof of the satisfactory
utilization of the earlier installment to the entire
satisfaction of the Engineer-in-charge. Provided
provision of Clause 10B (II) shall be applicable only
when so provided in Schedule ‘F’. The contractor
shall accordingly submit Bank Guarantee in parts for

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-49


A
141

release of corresponding mobilization advance and


validity of BG shall be for a extended period of 3
months beyond stipulated date of completion.
Interest on 3. The mobilization advance bear simple interest at the
Mobilisation rate of 10% per annum and shall be calculated from
advance the date of payment to the date of recovery, both days
inclusive, on the outstanding amount of advance.
a. However, in rare cases, wherein progress of work is
delayed beyond stipulated period of completion due
to reasons beyond control of contractor, deferment in
recovery of mobilization advance with accumulated
interest thereon may be considered by AAI. In such
case of deferred recovery, an enhanced rate of
interest i.e 15% per annum shall be payable with
recovery of outstanding mobilization amount @ 50%
of gross value of running account bill(s), subject to
Engineer-In- Charge certifying that deferment
towards recovery of outstanding advance is proposed
in the overall interest of the project and is
necessitated to improve the progress of work
Recovery of 4. Recovery of such advanced of sums against above and
Mobilisation the interest thereon shall be made by deduction from
advance (the contractor’s bill) the on-account payments in
suitable percentage in relation to the stipulated
period of completion as detailed below :
a. 25% of the amount advanced plus interest due upto
1/4th of the stipulated period of the completion.
b. 60% of the amount advanced plus interest due upto
½ of the stipulated period of the completion.
c. 100% of the amount advanced plus interest due
upto 3/4th of the stipulated period of the completion
or 80% of the progress of work whichever is earlier.
d. Wherein progress of work is delayed beyond
stipulated period of completion due to reasons
beyond control, deferment in recovery of mobilization
advance with accumulated interest thereon may be
considered at an enhanced rate of interest i.e. 15%
per annum with recovery of outstanding mobilization
advance @50% of gross value of running account bill.
e. In case requisite amount as recoverable above is
not available in on- account payments mentioned
above, the agency shall deposit the same within 7
days of its due otherwise all Bank Guarantees
submitted by the agency towards mobilization
advance shall be encashed by the Engineer-in-charge

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-50


A
142


CLAUSE 10 C

Payment on If after submission of the tender, the price of any material
Account of incorporated in the works (excluding the materials covered
Increase in under Clause 10CA and not being a material supplied from
Prices/ the Engineer-in-charge’s stores in accordance with Clause
Wages due 10 thereof) and/ or wages of labour increases as a direct
to Statutory result of the coming into force of any fresh law or statutory
Order(s) rule or order (but not due to any variation of rates in GST
applicable on such materials being considered under this
clause) beyond the prices / wages prevailing at the time of
last stipulated date for receipt of the tenders including
extensions, if any, for the work, during contract period
including the justified period extended under the
provisions of the Clause 5 of the Contract without any
action under Clause 2, then the amount of the contract shall
accordingly be varied. If after submission of the tender, the
price of any material incorporated in the works (excluding
the material covered under clause 10CA and not being a
material supplied from the Engineer-in-charge’s stores in
accordance with clause 10 thereof) and / or wages of
labour as prevailing at the time of last stipulated date of
receipt of tender including extensions, if any, is decreased
as a direct result of the coming into force of any fresh law
or statutory rule or order (not due to any changes in GST
/Custom duty). Authority shall in respect of materials
incorporated in the works (excluding the material covered
under clause 10CA and not being materials supplied from
the Engineer-in-charge’s stores in accordance with Clause
10 hereof) and/ or labour engaged on the execution of the
work after the date of coming into force of such law,
statutory rule or order be entitled to deduct from the dues
of the contractor, such amount as shall be equivalent to the
difference between the prices of the materials and/ or
wages as prevailed at the time of the last stipulated date for
receipt of tenders including extensions if any for the work
and the prices of materials and/ or wages of labour on the
coming into force of such law, statutory rule or order. This
will be applicable for the contract period including the
justified period extended under the provisions of clause 5
of the contract without any action under clause 2.
Engineer-in-charge shall call books of account and other
relevant documents from the contractor to satisfy himself
about reasonability of increase in prices of materials and

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-51


A
143

wages. The contractor shall, within a reasonable time of his


becoming aware of any alteration in the price of any such
materials and/ or wages of labour, give notice thereof to
the Engineer-in-charge stating that the same is given
pursuant to this condition together with all information
relating thereto which he may be in position to supply. For
this purpose, the labour component of 85% of the value of
the work executed during period under consideration shall
not exceed the percentage as specified in Schedule F, and
the increase / decrease in labour shall be considered on
the minimum daily wages in rupees of any unskilled
mazdoor, fixed under any law, statutory rule or order. The
cost of work for which escalation applicable (w) is same as
cost of work done as worked out as indicated in clause 10
CC minus the amount of full assessed value of secured
advances

CLAUSE 10 CA

Payment due If after submission of the tender, the price of materials
to variation specified in Schedule-F increases/ decreases beyond the
in base price(s) as indicated in schedule F for the work, then
prices of the amount of the contract shall accordingly be varied and
materials provided further that any such variations shall be effected
after for stipulated period of contract including the justified
receipt of period extended under the provisions of clause 5 of the
tender contract without any action under Clause 2

However for work done/ during the justified period
extended as above, it will be limited to indices prevailing at
the time of updated stipulated date of completion
considering the effect of extra work (Extra time to be
calculated on pro-rata basis only as cost of extra work X
stipulated period / tendered cost).

The increase / decrease in prices of cement, steel


reinforcement, structural steel, Bitumen and POL shall be
determined by the Price indices issued by the Director
General, CPWD. For other items provided in the Schedule
‘F’, this shall be determined by the All India Wholesale
Price Indices of materials as published by Economic
Advisor to Government of India, Ministry of Commerce and
Industry. Base price for cement, steel reinforcement,
structural steel and POL shall be as issued under authority
of Director General, CPWD applicable for Delhi including

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-52


A
144

Noida, Gurgaon, Faridabad and Ghaziabad and for other


places as issued under the authority of Zonal Chief
Engineer, CPWD and base price of other materials issued
by concerned Zonal Chief Engineer and as indicated in
Schedule ‘F’. In case, price index of a particular material is
not issued by Ministry of Commerce and Industry then the
price index of nearest similar material as indicated in
Schedule F shall be followed. The amount of the contract
shall accordingly be varied for all such materials worked
out as per the formula given below for individual material:
Adjustment for component of individual material.

V = P x Q x Cl-Cl0 Cl0 where,

V = Variation in material cost i.e. increase or decrease in


the amount in rupees to be paid or recovered

P = Base price of material as issued under authority of DG,


CPWD or concerned Zonal Chief Engineer CPWD and as
indicated in Schedule ‘F’.

For Projects and original works

Q = Quantity of material brought at site for bonafide use in


the works since previous bill excluding any such quantity
consumed in the deviated quantity of items beyond
deviation limit and extra/substituted item, paid/to be paid
at rates derived on the basis of market rates under clause
12.2

For maintenance works

Q = Quantity of material brought at site for bonafide use in


the works since previous bill including any such quantity
consumed in the deviated quantity of items beyond
deviation limit paid at agreement rates and
extra/substituted item being scheduled items, but
excluding nonscheduled extra/substituted item paid/to be
paid at market rates under clause 12.2

Cl0 = Price index for cement, steel reinforcement bars,


structural steel and POL as issued by the DG, CPWD and
corresponding to the time of base price of respective
material indicated in schedule ‘F’. For other items, if
any provided in Schedule ‘F’, All India Wholesale Price

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-53


A
145

Index for the material as published by the Economic


Advisor to Government of India, Ministry of Industry and
Commerce and corresponding to the time of base price of
respective material indicated in Schedule ‘F’.
Cl = Price index for cement, steel reinforcement bars,
structural steel and POL as issued under the authority of
DG, CPWD for period under consideration. For other items,
if any, provided in Schedule ‘F’ All India Wholesale Price
Index for the material for the period under consideration
as published by Economic Advisor to Government of India,
Ministry of Industry and Commerce.
If actual purchase price of material is less than base
price P and CI ≥ CIo then, this clause shall not be
applicable.
Note:
i. In respect of justified period extended under the
provisions of Clause 5 of the contract without any action
under clause 2, the index prevailing at the time of updated
stipulated date of completion considering the effect of extra
work (extra time to be calculated on prorata basis only as
cost of extra work X stipulated period/ tendered cost) shall
be considered.

Provided always that provisions of the preceding Clause 10


C shall not be applicable in respect of materials covered in
this Clause.

ii. If during progress of work or at the time of completion of


work, it is noticed that any material brought at site is in
excess of requirement, then amount of escalation if paid
earlier on such excess quantity of material shall be
recovered on the basis of cost indices as applied at time of
payment of escalation or as prevailing at the time of
effecting recovery, whichever is higher.

iii. Cement mentioned wherever in this clause includes


cement component used in RMC brought at site from
outside approved RMC plants, if any.

iv. The date wise record of ready mix concrete shall be kept
in a register and cement consumption for the same shall be
calculated accordingly. If built-up steel items are brought at
site from workshop, than the variation shall be paid for
structural steel up-to the period when the built-up
item/finished product is brought at site

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-54


A
146

Clause 10CC

Payment If the prices of materials (not being materials supplied or


due to services rendered at fixed prices by the Department in
Increase/ accordance with clause 10 & 34 thereof) and/ or wages of
Decrease labour required for execution of work increase, the
in contractor shall be compensated for such increase as per
Prices / provisions detailed below and the amount of the contract
Wages shall accordingly be varied, subject to the condition that
(excluding such compensation for escalation in prices and wages shall
material be available only for the work done during the stipulated
covered period of the contract including the justified period
under extended under the provisions of clause 5 of the contract
clause without any action under clause 2.
10CA)
after No such compensation shall be payable for a work for which
Receipt of the stipulated period of completion is equal to or less than
Tender for the time as specified in Schedule ‘F’. Such compensation for
works. escalation in the prices of materials and labour, when due,
shall be worked out based on the following provisions:

i. The base date for working out such escalation shall be the
last stipulated date of the receipt of tenders including
extension, if any.
ii. The cost of work on which escalation will be payable
shall be reckoned as below:
a. Gross value of work done upto this quarter (A)
b. Gross value of work done upto the last quarter (B)
c. Gross value of work done since previous quarter (A-B) (C)
d. Full assessed value of secured advance (excluding
material covered under clause 10CA) fresh paid in this
quarter (D)
e. Full assessed value of secured advance (excluding
material covered under clause 10CA) recovered in this
quarter (E)
f. Full assessed value of secured advance for which
escalation is payable In this quarter (D-E) (F)
g. Advance payment made during this quarter (G)
h. Advance payment recovered during this quarter (H)
i. Advance payment for which escalation is payable in this
quarter (G-H) (I)
j. Extra items/ deviated quantities of items paid as per
clause 12 based (J) on prevailing market rates during this
quarter: Then, M=(C+F+I-J) N= 0.85 M

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-55


A
147

k. Less cost of material supplied by the department as per


clause 10 and recovered during the quarter (K)
l. Less cost of services rendered at fixed charges as per
Clause 34 and recovered during the quarter (L)

Cost of work for which escalation is applicable W=N-(K+L)

iii. Components for materials, (except Bitumen, cement,


reinforcement bars, structural steel or others material
covered under clause 10CA) labour, P.O.L. etc. shall be pre-
determined for every work and incorporated in the
conditions of contract attached to the tender papers
included in Schedule F. The decision of the Engineer-in
charge in working out such percentage shall be binding on
the contracts.
iv. The compensation for escalation for other materials
(except Bitumen, cement, reinforcement bars, structural
steel or others material covered under clause 10CA) and
P.O.L. shall be worked as per the formula(m & n) given
below: a. Adjustment for civil component (except Bitumen,
cement, reinforcement bars, structural steel and others
material covered under clause 10CA) / electrical component
of construction
Materials m. Formula for adjustment in material cost

Vm = W x Xm x Ml-Ml0
100 Ml0
Vm = Variation in material cost i.e. increase or decrease in
the amount in rupees to be paid or recovered.
W = Cost of work done, worked out as indicated in sub para
(ii)of Clause 10 CC
Xm = Component of ‘materials’ (except cement, structural
steel, reinforcement bars, POL and other materials covered
under clause10 CA) expressed as percent of the total value of
work.
Ml = All India wholesale price index for civil component/
electrical component* of construction material as worked
out on the basis of All India Wholesale Price Index for
Individual Commodities / Group Items for the period under
consideration as published by the Economic Advisor to
Government of India, Ministry of Industry & Commerce and
applying weightage to the Individual Commodities/ Group
Items(in respect to the justified period extended under the
provisions of clause 5 of the contract without any action
under Clause 2, the index prevailing at the time of updated

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-56


A
148

stipulated date of completion considering the effect of extra


work(extra time to be calculated on prorate basis only as
cost of extra work x stipulated period/tendered cost, shall be
considered.)
Ml0 = All India wholesale price index for civil component/
electrical component* of construction material as worked
out on the basis of All India Wholesale Price Index for
Individual Commodities / Group Items valid on the last
stipulated date of receipt of tenders including extensions, if
any, as published by the Economic Advisor to Government of
India, Ministry of Industry and Commerce and applying
weightage to the Individual Commodities / Group Items. *
Note: relevant component only will be applicable
POL n. Formula for adjustment in POL cost
VF = W x Z x Fl-Fl0
100 Fl0
VF = Variation in cost of Fuel, Oil & Lubricant i.e. increase or
decrease in the amount in rupees to be paid or recovered.
W = Cost of work done, worked out as indicated in sub para
(ii) of Clause 10 CC
Z = Component of Fuel, Oil and Lubricant expressed as a
percentage of the total value of the work
Fl = All India wholesale price index for Fuel, Oil and
Lubricant for the period under consideration as published
by the Economic Advisor to Government of India, Ministry of
Industry & Commerce (in respect to the justified period
extended under the provisions of clause 5 of the contract
without any action under Clause 2, the index prevailing at
the time of updated stipulated date of completion or the
prevailing index of the period under consideration,
whichever is less, shall be considered)
Fl0 = All India wholesale price index for Fuel, Oil and
Lubricant valid on the last stipulated date of receipt of
tenders including extensions, if any.

The following principles shall be followed while working out


the indices mentioned in above Para
a. The compensation for escalation shall be worked out at
quarterly intervals and shall be with respect to the cost of
work done as per bills paid during the three calendar
months of the said quarter. The dates of preparation of bills
as finally entered in the measurement book/date of
submission of bill finally by the contractor to the

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-57


A
149

department in case of computerized measurement book


shall be the guiding factor to decide the bills relevant to the
quarterly interval. The first such payment shall be made at
the end of three months after the month (excluding the
month in which the tender was accepted) and thereafter at
three months’ interval. At the time of completion of the
work, the last period for payment might become less than 3
months depending on the actual date of completion.
b. The index (MI/FI etc.) relevant to any quarter/ period for
which such compensation is paid shall be the arithmetical
average of the indices relevant to the three calendar months.
If the period up to date of completion after the quarter
covered by the last such installment of payment is less than
three months, the index MI and FI shall be the average of the
indices for the months falling within that period
Labour vi Formula for adjustment in Labour cost

The compensation for escalation for labour shall be worked
out as per the formula given below:
Vl = W x Y x Ll-Ll0
100 Ll0

Vl = Variation in labour cost i.e. amount of increase or


decrease in rupees to be paid or recovered

W = Value of work done, worked out as indicated in sub


para (ii) above Y = Component of labour expressed as a
percentage of the total value of the work

Ll = Minimum wage in rupees of an unskilled adult male


mazdoor, fixed under any law, statutory rule or order as
applicable on the last date of the quarter previous to the one
under consideration (in respect to the justified period
extended under the provisions of clause 5 of the contract
without any action under Clause 2, the minimum wage
prevailing on the last date of quarter previous to the
quarter pertaining to updated stipulated date of completion
considering the effect of extra work (extra time to be
calculated on prorate basis only as cost of extra work x
stipulated period/tendered cost, shall be considered.)
Ll0 = Minimum daily wage in rupees of an unskilled adult
male mazdoor, fixed under any law, statutory rule or order
as on the last stipulated date of receipt of tender including
extension if any

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-58


A
150

vii. The following principles will be followed while working


out the compensation as per sub para (vi) above:
a. The minimum wage of an unskilled male mazdoor
mentioned in sub para (vi) above shall be the higher of the
wage notified by Government of India, Ministry of Labour
and that notified by the local administration both relevant to
the place of work and the period of reckoning.
b. The escalation for labour also shall be paid at the same
quarterly intervals when escalation due to increase in cost
of materials and/ or P.O.L. is paid under this clause. If such
revision of minimum wages take place during any such
quarterly intervals, the escalation compensation shall be
payable at revised rates only for work done in subsequent
quarters.
c. Irrespective of variations in minimum wages of any
category of labour, for the purpose of this clause, the
variation in the rate for an unskilled male mazdoor alone
shall form the basis for working out the escalation
compensation payable on the labour component.
viii. In the event the price of materials and/ or wages of
labour required for execution of the work decrease/s, there
shall be a downward adjustment of the cost of work so that
such price of materials and/ or wages of labour shall be
deductible from the cost of work under this contract and in
this regard the formula herein before stated under this
Clause 10CC shall mutatis mutandis apply, provided that:
a. No such adjustment for the decrease in the price of
materials and/or wages of labour aforementioned would be
made in case of contracts in which the stipulated period of
completion of the work is equal to or less than the time as
specified in Schedule F.
b. The Engineer-in-charge shall otherwise be entitled to lay
down the procedure by which the provision of this sub
clause shall be implemented from time to time and the
decision of the Engineer-incharge in this behalf shall be final
and binding on the contractor.
ix. Provided always that :
a. Where provisions of clause 10CC are applicable,
provisions of clause 10C will not be applicable but
provisions of clause 10CA will be applicable.
b. Where provisions of clause 10CC are not applicable,
provisions of Clause 10C and 10CA will become applicable.
Note: Updated stipulated date of completion ( period of
completion plus extra time for extra work for compensation
under clause 10C, 10CA and 10CC, the factor of 1.25 taken

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-59


A
151

into account for calculating the extra time under clause 12.1
for extra time shall not be considered while calculating the
updated stipulated date of completion for this purpose in
clause 10C. clause 10 CA, and clause 10CC.
The date of preparation of bill shall be as finally entered in
the measurement book by AM / Mgr. / SM / AGM or the date
of submission of bill by the contractor to the Department.
This shall be the guiding factor to decide the bill relevant to
that period in case of computerized billing

CLAUSE 10 D

Dismantled The contractor shall treat all materials obtained during
Material dismantling of a structure, excavation of the site for a work
AAI etc. as property of AAI and such materials shall be disposed
Property of to the best advantage of Authority according to the
instructions in writing issued by the Engineer-in-charge

CLAUSE 11

Work to be The contractor shall execute the whole and every part of
executed in the work in the most substantial and workmanlike
accordance manner both as regards materials and otherwise in every
with respect in strict accordance with the specifications. The
specifications contractor shall also conform exactly, fully and faithfully
, drawings, to the design, drawings and instructions in writing in
orders etc. respect to the work signed by the Engineer in charge and
the contractor shall be furnished free of charge one copy
of the contract documents together with specifications,
designs, drawings and instructions as are not included in
the standard specifications of Central Public Works
Department specified in Schedule F or in any Bureau of
Indian Standard or any other published standard or code
or Schedule of Rates or any other printed publication
referred to elsewhere in the contract. The contractor
shall comply with the provisions of the contract and with
the care and diligence execute and maintain the works
and provide all labour and materials, tools and plants
including for measurements and supervision of all
works, structural plans and other things of temporary or
permanent nature required for such execution and
maintenance in so far as the necessity for providing
these, is specified or is reasonably inferred from the
contract. The contractor shall take full responsibility for
adequacy suitability and safety of all the works and

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-60


A
152

methods of construction.

CLAUSE 12

Deviations/ The engineer-in-charge shall have power (i) to make
variations alteration in, omissions from, additions to, or
extent and substitutions for the original specifications, drawings,
pricing designs and instructions that may appear to him to be
necessary or advisable during the progress of the work,
and (ii) to omit a part of the works in case of non-
availability of a portion of the site or for any other
reasons and the contractor shall be bound to carry out the
works in accordance with any instructions given to him in
writing signed by the Engineering- charge and such
alterations, omissions, additions or substitutions shall
form part of the contract as if originally provided therein
and any altered, additional or substituted work which the
contractor may be directed to do in the manner specified
above as part of the works, shall be carried out by the
contractor on the same conditions in all respects
including price on which he agreed to do the main work
except as hereafter provided
12.1 The time for completion of the works shall, in the event of
any deviations resulting in additional cost over the
tendered value being ordered, be extended, if requested
by the contractor, as follows:
i. In the proportion which the additional cost of the
altered, additional or substituted work, bears to the
original tendered value plus
ii. 25% of the time calculated in (i) above or such
further additional time as may be considered
reasonable by the engineer-in-charge
12.2 Deviation, In the case of extra item(s) (items that are completely
Extra Items new, and in addition to the items contained in the
and Pricing contract) the contractor may within fifteen days of
receipt of order or occurrence of the item(s) claim rates,
supported by proper analysis, for the work and the
Engineer-in-charge shall within Six weeks of the receipt
of the claims supported by analysis, after giving
consideration to the analysis of the rates submitted by
the contractor, determine the rates on the basis of the
market rates and the contractor shall be paid in
accordance with the rates so determined.
Deviation, In the case of substituted items (items that are taken up
substituted with partial substitution or in lieu of items of work in the

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-61


A
153

items pricing contract), the rate for the agreement item (to be
substituted) and substituted item shall also be
determined in the manner as mentioned in the following
para.
(i) If the market rate for the substituted item so
determined is more than the market rate of the
agreement item (to be substituted), the rate payable to
the contractor for the substituted item shall be the rate
for the agreement item (to be substituted) so increased to
the extent of the difference between the market rates of
substituted item and the agreement item (to be
substituted).
(ii) If the market rate for the substituted item so
determined is less than the market rate of the agreement
item (to be substituted), the rate payable to the
contractor for the substituted item shall be the rate for
the agreement item (to be substituted) so decreased to
the extent of the difference between the market rates of
substituted item and the agreement item (to be
substituted).
Deviation, In the case of contract items, substituted items, contract
Deviated cum substituted items, which exceed the limits laid down
Quantities, in schedule F, the contractor may within fifteen days of
Pricing receipt of order or occurrence of the excess, claim
revision of the rates, supported by proper analysis for the
work in excess of the above mentioned limits, provided
that if the rates so claimed are in excess of the rates
specified in the schedule of quantities, the Engineer-in-
Charge shall within prescribed time limit of receipt of the
claims supported by analysis, after giving consideration
to the analysis of the rates submitted by the contractor,
determine the rates on the basis of the market rates and
the contractor shall be paid in accordance with the rates
so determined
12.3 The provisions of the preceding paragraph shall also
apply to the decrease in the rates of items for the work in
excess of the limits laid down in Schedule F, and the
Engineer-in-Charge shall after giving notice to the
contractor within one month of occurrence of the excess
and after taking into consideration any reply received
from him within fifteen days of the receipt of the notice,
revise the rates for the work in question within one
month of the expiry of the said period of fifteen days
having regard to the market rates

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-62


A
154

12.4 The contractor shall send to the Engineer-in-Charge once


every three months, an upto date account giving complete
details of all claims for additional payments to which the
contractor may consider himself entitled and of all
additional work ordered by the Engineer-in-Charge,
which he has executed during the preceding quarter
failing which the contractor shall be deemed to have
waived his right. However, the Executive Director
Engineering may authorize consideration of such claims
on merits.
12.5 For the purpose of operation of Schedule F, the following
works shall be treated as works relating to foundation
unless & otherwise defined in the contract:
i. For Buildings: All works up to 1.2 meters above
ground level or up to floor 1 level whichever is
lower.
ii. For abutments, piers and well staining: All works
up to 1.2 m above the bed level.
iii. For retaining walls, wing walls, compound walls,
chimneys, overhead reservoirs/tanks and other
elevated structures: All works up to 1.2 m above
the ground level.
iv. For roads, apron, runway & taxi track all items of
excavation, filling GSBC and including treatment of
sub-base.
v. For reservoirs/tanks (other than overhead
reservoirs/tanks): All works up to 1.2 meters
above the ground level.
vi. For basement: All works up to 1.2 m above ground
level or up to floor 1 level whichever is lower
12.6 Any operation incidental to or necessarily has to be in
contemplation of tenderer while filing, tender, or
necessary for proper execution of the item included in the
Schedule of quantities or in the schedule of rates
mentioned above, whether or not, specifically indicated in
the description of the item and the relevant specifications,
shall be deemed to be included in the rates quoted by the
tenderer or the rate given in the said schedule of rates, as
the case may be. Nothing extra shall be admissible for
such operations




SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-63


A
155

CLAUSE 13

Foreclosure If at any time after acceptance of the tender or during the
of progress of work the purpose or object for which the
contract due work is being done changes due to any supervening cause
to and as a result of which the work has to be abandoned or
Abandonme reduced in scope the Engineer-in-Charge shall give notice
nt in writing to that effect to the contractor and the
or Reduction contractor stating the decision as well as the cause for
in such decision and the contractor shall act accordingly in
Scope of the matter. The contractor shall have no claim to any
Work payment of compensation or otherwise whatsoever, on
account of any profit or advantage which he might have
derived from the execution of the works in full but which
he did not derive in consequence of the foreclosure of the
whole or part of the works. The contractor shall be paid at
contract rates, full amount for works executed at site and,
in addition, a reasonable amount as certified by the
Engineer-in-Charge for the items hereunder mentioned
which could not be utilized on the work to the full extent
in view of the foreclosure;

i. Any expenditure incurred on preliminary site work, e.g.


temporary access roads, temporary labour huts, staff
quarters and site office; storage accommodation and
water storage tanks.

ii. AAI shall have the option to take over contractor’s


materials or any part thereof either brought to site or of
which the contractor is legally bound to accept delivery
from suppliers (for incorporation in or incidental to the
work) provided, however AAI shall be bound to take over
the materials or such portions thereof as the contractor
does not desire to retain. For materials taken over or to
be taken over by AAI, cost of such materials as detailed by
Engineer-in- Charge shall be paid. The cost shall,
however, take into account purchase price, cost of
transportation and deterioration or damage which may
have been caused to materials whilst in the custody of the
contractor.

iii. If any materials supplied by AAI are rendered surplus,


the same except normal wastage shall be returned by the
contractor to AAI at rates not exceeding those at which
these were originally issued, less allowance for any

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-64


A
156

deterioration or damage which may have been caused


whilst the materials were in the custody of the contractor.
In addition, cost of transporting such materials from site
to AAI stores, if so required by AAI, shall be paid

iv. Reasonable compensation for transfer of T & P from


site to contractor’s permanent stores or to his other
works, whichever is less. If T & P are not transported to
either of the said places, no cost of transportation shall be
payable.

v. Reasonable compensation for repatriation of


contractor’s site staff and imported labour to the extent
necessary.

The contractor shall, if required by the Engineer- in-


Charge, furnish to him, books of account, wage books,
time sheets and other relevant documents and evidence
as may be necessary to enable him to certify the
reasonable amount payable under this condition.

The reasonable amount of items on (i), (iv) and (v) above


shall not be in excess of 2% of the cost of the work
remaining incomplete on the date of closure, i.e. total
stipulated cost of the work as per accepted tender less the
cost of work actually executed under the contract and less
the cost of contractor’s materials at site taken over by the
AAI as per item (ii) above. Provided always that against
any payments due to the contractor on this account or
otherwise, the Engineer- in-Charge shall be entitled to
recover or be credited with any outstanding balances due
from the contractor for advance paid in respect of any
tool, plants and materials and any other sums which at
the date of termination were recoverable by the AAI from
the contractor under the terms of the contract. In the
event of action being taken under clause 13 to reduce the
scope of work, the contractor may furnish fresh
Performance Guarantee on the same conditions, in the
same manner and at the same rate for the balance
tendered amount and initially valid upto the extended
date the completion or stipulated date of completion if no
extension has been granted plus 180 days beyond that.
Wherever, such a fresh Performance Guarantee is
furnished by the contractor, the Engineer in Charge may

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-65


A
157

return the previous Performance Guarantee



CLAUSE 14

Carrying a. If contractor: i. At any time makes default during
out part currency of work or does not execute any part of the work
Work at with due diligence and continues to do so even after a notice
risk & cost in writing of 7 days in this respect from the Engineer-in-
of Charge; or ii. Commits default in complying with any of the
contractor terms and conditions of the contract and does not remedy it
or takes effective steps to remedy it within 7 days even after
a notice in writing is given in that behalf by the Engineer- in-
Charge; or iii. Fails to complete the work(s) or items of work
with individual dates of completion, on or before the date(s)
so determined, and does not complete them within the
period specified in the notice given in writing in that behalf
by the Engineer-in-Charge.

b. The Engineer- in-Charge without invoking action under


clause 3 may, without prejudice to any other right or
remedy against the contractor which have either accrued or
accrue thereafter to AAI, by a notice in writing to take the
part work / part incomplete work of any item(s) out of his
hands and shall have powers to:
i. Take possession of the site and any materials,
constructional plant, implements, stores, etc., thereon;
and/or
ii. Carry out the part work / part incomplete work of any
item(s) by any means at the risk and cost of the contractor

c. The Engineer-in-Charge shall determine the amount, if


any, is recoverable from the contractor for completion of the
part work/ part incomplete work of any item(s) taken out of
his hands and executed at the risk and cost of the contractor,
the liability of contractor on account of loss or damage
suffered by AAI because of action under this clause shall not
exceed 10% of the tendered value of the work.

d. In determining the amount, credit shall be given to the


contractor with the value of work done in all respect in the
same manner and at the same rate as if it had been carried
out by the original contractor under the terms of his
contract, the value of contractor's materials taken over and
incorporated in the work and use of plant and machinery
belonging to the contractor. The certificate of the Engineer-

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-66


A
158

in-Charge as to the value of work done shall be final and


conclusive against the contractor provided always that
action under this clause shall only be taken after giving
notice in writing to the contractor. Provided also that if the
expenses incurred by the department are less than the
amount payable to the contractor at his agreement rates, the
difference shall not be payable to the contractor.

e. Any excess expenditure incurred or to be incurred by AAI


in completing the part work/ part incomplete work of any
item(s) or the excess loss of damages suffered or may be
suffered by AAI as aforesaid after allowing such credit shall
without prejudice to any other right or remedy available to
AAI in law or per as agreement be recovered from any
money due to the contractor on any account, and if such
money is insufficient, the contractor shall be called upon in
writing and shall be liable to pay the same within 30 days.

f. If the contractor fails to pay the required sum within the


aforesaid period of 30 days, the Engineer-in-Charge shall
have the right to sell any or all of the contractors' unused
materials, constructional plant, implements, temporary
building at site etc. and adjust the proceeds of sale thereof
towards the dues recoverable from the contractor under the
contract and if thereafter there remains any balance
outstanding, it shall be recovered in accordance with the
provisions of the contract/ provisions of law.

In the event of above course being adopted by the Engineer-


in-Charge, the contractor shall have no claim to
compensation for any loss sustained by him by reason of his
having purchased or procured any materials or entered into
any engagements or made any advance on any account or
with a view to the execution of the work or the performance
of the contract

CLAUSE 15

Suspension i. The contractor shall, on receipt of the order in writing of
of Work the Engineer-in- Charge, (whose decision shall be final and
binding on the contractor) suspend the progress of the
works or any part thereof for such time and in such
manner as the Engineer-in- Charge may consider
necessary so as not to cause any damage or injury to the
work already done or endanger the safety thereof for any

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-67


A
159

of the following reasons:


a. on account of any default on the part of the contractor
or;
b. for proper execution of the works or part thereof for
reasons other than the default of the contractor; or
c. For safety of the works or part thereof.

The contractor shall, during such suspension, properly


protect and secure the works to the extent necessary and
carry out the instructions given in that behalf by the
Engineer-in-Charge
ii. If the suspension is ordered for reasons (b) and (c) in
sub-para (i) above (but not attributed to contractor):

a. the contractor shall be entitled to an extension of time


equal to the period of every such suspension PLUS 25% for
completion of the item or group of items of work for which
a separate period of completion is specified in the contract
and of which the suspended work forms a part, and;

b. If the total period of all such suspensions in respect of


an item or group of items or work for which a separate
period of completion is specified in the contract exceeds
thirty days, the contractor shall, in addition, be entitled to
such compensation as the Engineer-in-Charge may
consider reasonable in respect of salaries and/or wages
paid by the contractor to his employees and labour at site,
remaining idle during the period of suspension, adding
thereto 2% to cover indirect expenses of the contractor
provided the contractor submits his claim supported by
details to the Engineer-in- Charge within fifteen days of
the expiry of the period of 30 days.

c. If the works or part thereof is suspended on the orders


of the Engineer-in- Charge for more than three months at a
time, except when suspension is ordered for reasons (a) in
sub-para (i) above, the contractor may after receipt of
such order serve a written notice on the Engineer-in-
Charge requiring permission within fifteen days from
receipt by the Engineer-in- charge of the said notice, to
proceed with the work or part thereof in regard to which
progress has been suspended and if such permission is not
granted within that time, the contractor, if he intends to
treat the suspension, where it affects only a part of the
works as on omission of such part by AAI or where it

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-68


A
160

affects whole of the works, as an abandonment of the


works by AAI, shall within ten days of expiry of such
period of 15 days give notice in writing of his intention to
the Engineer- in-Charge. In the event of the contractor
treating the suspension as an abandonment of the contract
by AAI, he shall have no claim to payment of any
compensations on account of any profit or advantage
which he might have derived from the execution of the
work in full but which he could not derive in consequence
of the abandonment. He shall, however, be entitled to such
compensation, as the Engineer-in-Charge may consider
reasonable, in respect of salaries and/or wages paid by
him to his employees and labour at site, remaining idle in
consequence adding to the total thereof 2% to cover
indirect expenses of the contractor provided the
contractor submits his claim supported by details to the
Engineer-in- Charge within 30 days of the expiry of the
period of 3 months

CLAUSE 15 A

Compensation The contractor shall not be entitled to claim any
in case of compensation from AAI for the losses suffered by him
delay due to on account of delay by AAI in the supply of materials in
late supply of Schedule ‘B’ where such delay is covered by the
stipulated difficulties relating to supply of wagons, force majeure
material by or any reasonable cause beyond the control of AAI.
AAI.
This clause 15 A will not be applicable for works where
no material is stipulated for issue by AAI.

CLAUSE 16

Action in All works under or in course of execution or executed in
case Work pursuance of the contract, shall at all times be open and
not done accessible to the inspection and supervision of the Engineer-
as in-Charge, his authorize subordinates in charge of the work
per and all the superior officers, officer of the Quality Assurance
Specificati Unit of the AAI or any organization engaged by the
ons Department of Quality Assurance and of the Chief technical
Examiner’s Office, and the contractor shall, at all times,
during the usual working hours and at all other times at
which reasonable notice of the visit of such officers has been
given to the contractor, either himself be present to receive
orders and instructions or have a responsible agent duly

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-69


A
161

accredited in writing, present for that 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. If it shall appear to the Engineer-in -charge or his
authorized subordinates in charge of the work or to the
Executive Director-In-charge of quality assurance or his
subordinate officers or the officers of the organization
engaged by the AAI for quality Assurance or to the Chief
Technical Examiner or his subordinate officers, that any
work has been executed with unsound, imperfect, or
unskillful workmanship, or with materials or articles
provided by him for the execution of the work which are
unsound or of a quality inferior to that contracted or
otherwise not in accordance with the contract, the
contractor shall, on demand in writing which shall be made
within twelve months (six months in the case of work
costing Rs.10 lac and below except road work) of the
completion of the work from the Engineer-in-Charge
specifying the work, materials or articles complained of
notwithstanding that the same may have been passed,
certified and paid for forthwith rectify, or remove and
reconstruct the work so specified in whole or in part, as the
case may require or as the case may be, remove the
materials or articles so specified and provide other proper
and suitable materials or articles at his own charge and cost.
In the event of the failing to do so within a period specified
by the Engineer-in-Charge in his demand aforesaid, then the
contractor shall be liable to pay compensation at the same
rate as under clause 2 of the contract (for non-completion of
the work in time) for this default. In such case the Engineer-
in-Charge may not accept the item of work at the rates
applicable under the contract but may accept such items at
reduced rates as the authority specified in schedule ‘F’ may
considered reasonable during the preparation of on account
bills or final bill if the item is so acceptable without
detriment to the safety and utility of the item and the
structure or he may reject the work outright without any
payment and/or get it and other connected and incidental
items rectified, or removed and re-executed at the risk and
cost of the contractor. Decision of the Engineer-in-Charge to
be conveyed in writing in respect of the same will be final
and binding on the contractor

CLAUSE 17

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-70


A
162

Contractor If the contractor or his working people or servants shall


Liable for break, deface, injure or destroy any part of building in
Damages, which they may be working, or any building, road, road
defects kerb fence, enclosure, water pipe, cables, drains, electric
during or telephone post or wires, trees, grass or grassland, or
maintenance cultivated ground contiguous to the premises on which
period the work or any part is being executed, or if any damage
shall happen to the work while in progress, from any
cause whatever or if any defect, shrinkage or other faults
appear in the work within twelve months (six months in
the case of work costing Rs. Ten lacs and below
except road work) after a certificate final or otherwise
of its completion shall have been given by the
Engineer-in-charge as aforesaid arising out of defect or
improper materials or workmanship the contractor shall
upon receipt of a notice in writing on that behalf make the
same good at his own expense or in default the
Engineering- charge cause the same to be made good by
other workmen and deduct the expense from any sums
that may be due or at any time thereafter may become
due to the contractor, or from his security deposit or the
proceeds of sale thereof or of a sufficient portion thereof.
The security deposit of the contractor shall not be
refunded before the expiry of twelve months (six months
in the case of work costing Rs. Ten lacs and below except
road work) after the issue of the certificate final or
otherwise, of completion of work, or till the final bill has
been prepared and passed whichever is later. Provided
that in the case of road work, if in the opinion of the
Engineer-in-charge, half of the security deposit is
sufficient, to meet all liabilities of the contractor under
this contract, half of the security deposit will be
refundable after six months and the remaining half after
twelve months of the issue of the said certificate of
completion or till the final bill has been prepared and
passed whichever is later.

In case of Maintenance and Operation works of E&M


services, the security deposit deducted from contractors
shall be refunded within one month from the date of final
payment or within one month from the date of
completion of the maintenance contract whichever is
earlier

CLAUSE 18

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-71


A
163


Contractor The contractor shall provide at his own cost all materials
to Supply (except such special materials, if any, as may in accordance
Tools & with the contract be supplied from the Engineer-in charge’s
Plants etc. stores) machinery, tools & plants as specified in Schedule F.
in addition to this, appliances, implements, other plants,
ladders, cordage, tackle, scaffolding and temporary works
required for the proper execution of the work, whether
original, altered or substituted and whether included in the
specifications or other documents forming part of the
contract or referred to in these conditions or not, or which
may be necessary for the purpose of satisfying or complying
with the requirements of the Engineer-in charge as to any
matter as to which under these conditions he is entitled to
be satisfied, or which he is entitled to require together with
carriage therefor to and from the work. The contractor shall
also supply without charge the requisite number of persons
with the means and materials, necessary for the purpose of
setting out works, and counting, weighing and assisting the
measurement for examination at any time and from time to
time of the work or materials. Failing his so doing, the same
may be provided by the Engineer-in-charge at the expense
of the contractor and the expenses may be deducted, from
any money due to the contractor, under this contract or
otherwise and / or from his security deposit or the proceeds
of sale thereof, or of a sufficient portions thereof

CLAUSE 18 A

Recovery In every case in which by virtue of the provisions sub-
of section(i) of Section 12, of the Workmen’s Compensation
Compensa Act, 1923, AAI is obliged to pay compensation to a workman
tion employed by the contractor, in execution of the works, AAI
paid to will recover from the contractor, the amount of the
Workmen compensation so paid, and, without prejudice to the rights
of the AAI under sub-section(2) of Section 12, of the said act,
AAI shall be at liberty to recover such amount or any part
thereof by deducting it from the security deposit or from
any sum due by AAI to the contractor whether under this
contract or otherwise. AAI shall not be bound to contest any
claim made against it under subsection(1) of Section 12, of
the said Act, except on the written request of the contractor
and upon his giving to AAI full security for all costs for
which AAI might become liable in consequence of contesting
such claim

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-72


A
164


CLAUSE 18 B

Ensuring In every case in which by virtue of the provisions of the
Payment Contract Labour (Regulation and Abolition) act 1970, and
and the Contract Labour (Regulation and Abolition) Central
Amenities Rules, 1971, AAI is obliged to pay any amounts of wages to a
to workman employed by the contractor in execution of the
Workers if works, or to incur any expenditure in providing welfare and
Contractor health amenities required to be provided under the above
fails said Act and the rules under Clause 19H or under the AAI
Contractor’s Labour Regulations or under the Rules framed
by AAI from time to time for the protection of health and
sanitary arrangements for workers employed by AAI
Contractors, AAI will recover from the contractor the
amount of wages so paid or the amount of expenditure so
incurred and without prejudice to the rights of the AAI
under sub section (2) of Section 20, sub section (4) of
Section 21, of the Contract Labour (Regulation and
Abolition) Act, 1970, AAI shall be at liberty to recover such
amount or any part thereof by deducting it from the security
deposit or from any sum due by AAI to the contractor
whether under this contract or otherwise AAI shall not be
bound to contest any claim made against it under sub
section (1) of Section 20, sub section (4) of Section 21, of the
said Act, except on the written request of the contractor and
upon his giving to the AAI full security for all costs for which
AAI might become liable in contesting such claim

CLAUSE 19

Labour The contractor shall obtain a valid license under the
laws to be contract labour (R&A) Act, 1970 and the Contract Labour
complied (Regulation and Abolition) Central Rules, 1971, before the
by the commencement of the work, and continue to have a valid
Contractor license until the completion of the work. The contractor
shall also abide by the provisions of the Child Labour
(Prohibition and Regulation) Act, 1986.

The contractor shall also comply with the provisions of the


building and other construction workers (Regulation of
Employment & Conditions of Service) Act, 1996 and the
building and other Construction Workers Welfare Cess Act,
1996. Any failure to fulfill these requirements shall attract
the penal provisions of this contract arising out of the

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-73


A
165

resultant non execution of the work



CLAUSE 19 A

No labour below the age of fourteen years shall be employed
on the work.

CLAUSE 19 B

Payment Payment of wages:
of i The contractor shall pay to labour employed by him either
wages directly or through subcontractors, wages not less than
fair wages as defined in the AAI Contractor’s Labour
Regulation or as per the provisions of the Contract
Labour (Regulation and Abolition) act, 1970 and the
contract labour (Regulation and Abolition) Central Rules,
1971 wherever applicable.
ii The contractor shall, notwithstanding the provisions of
any contract to the contrary, cause to be paid fair wage to
labour indirectly engaged on the work, including any
labour engaged by his sub-contractors in connection with
the said work, as if the labour had been immediately
employed by him.
iii In respect of all labour directly or indirectly employed in
the works for performance of the contractor’s part of this
contract, the contractor shall comply with or cause to be
complied with the Airports Authority of India
contractor’s Labour Regulations made by AAI from time
to time in regard to payment of wages wage period,
deductions from wages recovery of wages not paid and
deductions unauthorisedly made, maintenance of wage
books or wage slips, publication of scale of wages and
other terms of employment, inspection and submission
of periodical returns and all other matters of the like
nature or as per the provisions of the Contract Labour
(Regulation and Abolition) Act, 1970 and the Contract
Labour (Regulation and Abolition) Central Rules, 1971,
wherever applicable.
iv. The following deductions shall be permissible to be made
by the Engineer-in- Charge.
a. The Engineer-in-charge concerned shall have the right
to deduct from the moneys due to the contractor or
any sum required or estimated to be required for
making good the loss suffered by a worker or workers
by reason of non-fulfillment of the conditions of the

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-74


A
166

contract for the benefit of the workers, non-payment


of wages or of deductions made from his or their
wages which are not justified by their terms of the
contract or nonobservance of the Regulations.
b. Under the provision of Minimum Wages (Central)
Rule 1950 the contractor is bound to allow to the
labours directly or indirectly employed in the works
one day rest for 6 days continuous work and pay
wages at the same rate as for duty. In the event of
default, the Engineer-in-charge shall have the right to
deduct the sum or sums not paid on account of wages
for weekly holidays to any labours and pay the same
to the persons entitled thereto from any money due to
the contractor by the Engineer-in-charge concerned.

In the case of Union Territory of Delhi, however, as the all-


inclusive minimum daily wages fixed under Notification of
the Delhi Administration No.F.12(162)MWO/DAB/43884-
91, dated 31.12.1979 as amended from time to time are
inclusive of wages for the weekly day of rest, the question of
extra payment for weekly holiday would not arise.

v. The contractor shall comply with the provisions of the


Payment of wages Act, 1936, Minimum Wages Act, 1948,
Employees Liability Act, 1938, Workmen’s Compensation
Act, 1923, Industrial Disputes Act, 1947, Maternity
Benefits Act, 1961, and the Contractor’s Labour
(Regulation and Abolition) Act 1970, or the modifications
thereof or any other laws relating thereto and the rule
made thereunder from time to time.
vi. The contractor shall indemnify and keep indemnified
Authority against payments to be made under and for the
observance of the laws aforesaid and the AAI
Contractor’s Labour Regulations without prejudice to his
right to claim indemnity from his sub-contractors.
vii. The laws aforesaid shall be deemed to be a part of this
contract and any breach thereof shall be deemed to be a
breach of this contract.
viii. Whatever is the minimum wage for the time being, or if
the wage payable is higher than such wage, such wage
shall be paid by the contractor to the workmen directly
without the intervention of Jamadar and that Jamadar
shall not be entitled to deduct or recover any amount
from the minimum wage payable to the workmen as and
by way of commission or otherwise

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-75


A
167

ix. The contractor shall ensure that no amount by way of


commission or otherwise is deducted or recovered by
the Jamadar from the wage of workmen

CLAUSE 19 C

In respect of all labour directly or indirectly employed in the


work for the performance of the contractor’s part of this
contract, the contractor shall at his own expense arrange for
the safety provisions as per AAI Safety Code framed from
time to time and shall at his own expense provide for all
facilities in connection therewith. In case the contractor fails
to make arrangement and provide necessary facilities as
aforesaid, he shall be liable to pay a penalty of Rs. 200/- for
each default and in addition, the Engineer-in charge shall be
at liberty to make arrangement and provide facilities as
aforesaid and recover the costs incurred in that behalf from
the contractor

CLAUSE 19 D

The contractor shall submit by 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 respectively:
i. the number of labourers employed by him on the work,
ii. their working hours,
iii. the wages paid to him,
iv. 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
v. the number of female workers who have been allowed
maternity benefit according to Clause 19F and the amount
paid to them Failing which the contractor shall be liable to
pay to AAI, a sum not exceeding Rs. 200/- for each default or
materially incorrect statement. The decision of the
Engineer- in-charge shall be final in deducting from any bill
due to the contractor; the amount levied as fine and shall be
binding on the contractor.

CLAUSE 19 E

In respect of all labour directly or indirectly employed in the


works for the performance of the contractor’s part of this
contract, the contractor shall comply with or cause to be

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-76


A
168

complied with all the rules framed by AAI from time to time
for the protection of health and sanitary arrangements for
workers employed by the AAI and its contractor.

CLAUSE 19 F

Leave and pay during leave shall be regulated as follows:


1. Leave:
i. In the case of delivery - maternity leave not exceeding
8 weeks, 4 weeks upto and including the day of
delivery and 4 weeks following that day.
ii. In the case of miscarriage - upto 3 weeks from the
date of miscarriage.
2. Pay:
i. In the case of delivery – leave pay during maternity
leave will be at the rate of women’s average daily
earnings, calculated on total wages earned on the
days when full time work was done during a period of
three months immediately preceding the date on
which she gives notice that she expects to be confined
or at the rate of Rupee one only a day whichever is
greater.
ii. In the case of miscarriage – leave pay at the rate of
average daily earning calculated on the total wages
earned on the days when full time work was done
during a period of three months immediately
preceding the date of such miscarriage.

3. Conditions for the grant of Maternity Leave:


No maternity leave benefit shall be admissible to a woman
unless she has been employed for a total period of not less
than six months immediately preceding the date on which
she proceeds on leave.

4. The contractor shall maintain a register of Maternity


(Benefit) in the Prescribed Form as shown in appendix – III
and IV, and the same shall be kept at the place of work.

CLAUSE 19 G

In the event of the contractor (s) committing a default or


breach of any of the provisions of the Airports Authority of
India Contractor’s Labour Regulations and Model Rules for
the protection of health and sanitary arrangements for the
workers as amended from time to time or furnishing any

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-77


A
169

information or submitting or filling any statement under the


provisions of the above Regulations and Rules which is
materially incorrect, he / they shall, without prejudice to
any other liability, pay to the AAI a sum not exceeding
Rs.200/- for every default, breach or furnishing, making,
submitting, filing such materially incorrect statements and
in the event of the contractor(s) defaulting continuously in
this respect, the penalty may be enhanced to Rs.200/- per
day for each day of default subject to a maximum of 5 per
cent of the estimated cost of the work put to tender. The
decision of the Engineer-in-Charge shall be final and binding
on the parties.

Should it appear to the Engineer-in-Charge that the


contractor (s) is / are not properly observing and complying
with the provision of the AAI Contractor’s Labour
Regulations and Model Rules and the provisions of the
Contract Labour (Regulation and Abolition ) Act 1970, and
the Contract Labour (R&A) Central Rules 1971, for the
protection of health and sanitary arrangements for work –
people employed by the contractor (s) (hereinafter referred
as “the said Rules”) the Engineer-in-Charge shall have
power to give notice in writing to the contractor (s)
requiring that the said Rules be complied with and the
amenities prescribed therein be provided to the work-
people within a reasonable time to be specified in the notice.
If the contractor (s) shall fail within the period specified in
the notice to comply with and/ observe the said Rules and
to provide the amenities to the work-people as aforesaid,
the Engineer-in-Charge shall have the power to provide the
amenities hereinbefore mentioned at the cost of the
contractor (s). The contractor (s) shall erect, make and
maintain at his / their own expense and to approved
standards all necessary huts and sanitary arrangements
required for his / their work –people on the site in
connection with the execution of the works, and if the same
shall not have been erected or constructed, according to
approved standards, the Engineer-in-Charge shall have
power to give notice in writing to the contractor (s)
requiring that the said huts and sanitary arrangements be
remodeled and / or reconstructed according to approved
standards, and if the contractor (s) shall fail to remodel or
reconstruct such huts and sanitary arrangements according
to approved standards within the period specified in the
notice, the Engineer-in-Charge shall have the power to

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-78


A
170

remodel or reconstruct such huts and sanitary


arrangements according to approved standards at the cost
of the contractor (s)

CLAUSE 19 H

The contractor (s) shall at his / their own cost provided his/
their labour with a sufficient number of huts (hereinafter
referred to as the camp) on the following specifications on a
suitable plot of land to be approved the Engineer-in-Charge.

i. Facility to be provided
a. The minimum height of each hut at the eaves level shall be
2.10m (7ft.) and the floor area to be provided will be at the
rate of 2.7 sq.m. (30 sq.ft.) for each member of the worker’s
family staying with the labourer.

b. The contractor shall in addition construct suitable


cooking places having a minimum area of 1.80m x 1.50m (6’
x 5’) adjacent to the hut for each family
c. The contractor(s) shall also construct temporary latrines
and urinals for the use of the labourers each on the scale of
not less than four per each one hundred of the total
strength, separate latrines and urinals being provided for
women.

d. The contractor (s) shall construct sufficient number of


bathing and washing places one unit for every 25 persons
residing in the camp. These bathing and washing places
shall be suitably screened.

ii. Specifications
a. All the huts shall have walls of sun-dried or burnt-bricks
laid in mud mortar or other suitable local materials as may
be approved by the Engineer-in- Charge in case of sun-dried
bricks, the walls should be plastered with mud gobri on both
sides. The floor may be kutcha but plastered with mud gobri
and shall be at least 15 cm (6”) above the surrounding
ground. The roofs shall be laid with the thatch or any other
materials as may be approved by the Engineer-in-Charge
and the contractor shall ensure that throughout the period
of their occupation, the roofs remain water – tight.

b. The contractor (s) shall provide each hut with proper


ventilation.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-79


A
171

c. All doors, windows and ventilators shall be provided with


suitable leaves for security purposes.

d. There shall be kept an open space of at least 7.2 m (8


yards) between the rows of huts which may be reduced to
6m (20 ft.) according to the availability of site with the
approval of the Engineer-in-Charge. Back to back
construction will be allowed.

iii. Water Supply


The contractor (s) shall provided adequate supply of water
for the use of labourers. The provisions shall not be less
than two gallons of pure and wholesome water per head per
day for drinking purposes and three gallons of clean water
per head per day for bathing and washing purposes. Where
piped water supply is available supply shall be at stand
posts and where the supply is from wells or river, tanks
which may be of metal or masonry, shall be provided. The
contractor (s) shall also at his / their own cost make
arrangements for laying pipe lines for water supply to his /
their labour camp from the existing mains wherever
available and shall pay all fees and charges therefor.

iv. The site selected for the camp shall be high ground,
removed from jungle.

v. Disposal of Excreta:
The contractor (s) shall make necessary arrangement for
the disposal of excreta from the latrines by trenching or
incineration which shall be according to the requirements
laid down by the Local Health Authorities. If trenching or
incineration is not allowed, the contractor (s) shall make
arrangements for the removal of the excreta through the
Municipal Committee / authority and inform it about the
number of labourers employed so that arrangements may
be made by such Committee / authority for the removal of
excreta. All charges on this account shall be borne by the
contractor and paid direct by him to the Municipality /
authority. The contractor shall provide one sweeper for
every eight seats in case of dry system.

vi. Drainage
The contractor (s) shall provide efficient arrangements for
draining away sullage water so as to keep the camp neat and

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-80


A
172

tidy.

vii. The contractor (s) shall make necessary arrangements


for keeping the camp area sufficiently lighted to avoid
accidents to the workers.

viii. Sanitation
The contractor(s) shall make arrangements for conservancy
and sanitation in the labour camps according to the rules of
the Local Public Health and Medical Authorities

CLAUSE 19 I

The Engineer-in-Charge may require the contractor to
dismiss or remove from the site of the work any person or
persons in the contractors’ employ upon the work who may
be incompetent or misconduct himself and the contractor
shall forthwith comply with such requirements. In respect of
maintenance/repair or renovation works etc. where the
labour have an easy access to the individual work premises,
the contractor shall issue identity cards to the labourers,
whether temporary or permanent and he shall be
responsible for any untoward action on the part of such
labour. Assistant Manager/Junior Executive will display a
list of contractors working in the colony/Blocks on the
notice board in the colony and also at the service center, to
apprise the residents about the same

CLAUSE 19 J

It shall be the responsibility of the contractor to see that the
building under construction is not occupied by anybody
unauthorized during construction, and is handed over to the
Engineer-in-Charge with vacant possession of complete
building. If such building though completed is occupied
illegally, then the Engineer-in-Charge shall have the option
to refuse to accept the said building/buildings in that
position. Any delay in acceptance on this account will be
treated as the delay in completion and for such delay, a levy
upto 5% of tendered value of work may be imposed by the
General Manager Engg. Whose decision shall be final both
with regard to the justification and quantum and be binding
on the contractor. However, the Executive Director Engg.,
through a notice may require the contractor to remove the
illegal occupation any time on or before construction and

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-81


A
173

delivery

CLAUSE 19 K

Employment The contractor shall at all stages of work deploy skilled
of skilled / / semi-skilled tradesmen who are qualified and possess
semiskilled certificate in particular trade from CPWD Training
workers Institute / Industrial Training Institute/National
Institution of Construction Management and research
(NICMAR) National Academy of Construction, CIDC or
any similar reputed and recognized Institute managed /
certified by State / Central Government. The number of
such qualified tradesmen shall not be less than 20% of
total skilled / semi-skilled workers required in each
trade at any stage of work. The contractor shall submit
number of man days required in respect of each trade,
its scheduling and the list of qualified tradesmen along
with requisite certificate from recognized Institute to
Engineer in charge for approval. Notwithstanding such
approval, if the tradesmen are found to have
inadequate skill to execute the work of respective
trade, the contractor shall substitute such tradesmen
within two days of written notice from Engineer –in-
Charge. Failure on the part of contractor to obtain
approval of Engineer-in-Charge or failure to deploy
qualified tradesmen will attract a compensation to be
paid by contractor at the rate of Rs.100 per such
tradesman per day. Decision of Engineer in Charge as to
whether particular tradesman possesses requisite skill
and amount of compensation in case of default shall be
final and binding.

Provided always, that the provision of this clause shall


not be applicable for works with estimated cost put to
tender being less than Rs.5 crores

CLAUSE 19 L

Registrati The ESI and EPF contributions on the part of employer in
on with respect of this contract shall be paid by the contractor.
EPFO and These contributions on the part of the employer paid by the
ESIC contractor shall be reimbursed by the Engineer-in-charge to
the contractor on actual basis.

CLAUSE 19 M

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-82


A
174


Compliance The contractor is required to follow latest NGT guidelines at
of NGT the construction site and any violation of such guidelines
guidelines will be in his account


CLAUSE 20

Minimum The contractor shall comply with all the provision of the
Wages Minimum Wages Act, 1948, and Contract Labour (Regulation
Act to be and Abolition) Act, 1970 amended from time to time and
Complied rules framed thereunder and other labour laws affecting
with contract labour that may be brought into force from time to
time

CLAUSE 20(A)

Employees The Contractor shall comply with all the provisions of the
Provident Employees Provident Fund & Misc. Provisions Act, 1952/
Fund & Jammu & Kashmir Employees Provident Funds (and
Miscellane Miscellaneous Provisions) Act, 1961 and ESI Act, 1948,
ous amended from time to time and rules framed thereunder.
Provision Some of the provisions are given below:
Act
1952/Jam a. The contractor shall intimate his PF Account Code No.
mu & allotted by Regional PF Commissioner and ESI Registration
Kashmir No. allotted by ESI Corporation after award of work and
Employees shall continue to have valid PF Account Code No. and ESI
Provident Registration No. till actual completion of the contract.
Funds (and
Miscellane b. The contractor shall provide a list of contract Workers
ous engaged for contract work along with their PF Account No.
Provisions) & ESI Registration No.
Act,
1961and c. The contractor by 20th of every month shall provide a
State monthly statement showing recoveries of contribution and
Insurance proof of remittance of provident fund contribution to RPFC
(ESI) Act, and ESI contributions to ESI Corporation in respect of
1948. Workers engaged in contract work.

d. The contractor shall provide copies of PF & ESI challans of


monthly contributions in respect of contract workers
engaged for contract work on month to month basis.

AAI reserves the right to withhold minimum amount as

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-83


A
175

detailed under, from the running account payments, if PF /


ESI contributions are not paid by the contractor and proof to
that effect have not been produced regularly on due dates.
To withhold 3% for building work & 1.5% for
road/pavement work of the total amount of work done
during the period considered
ESI & EPF amount paid to the statutory authorities by the
contractor shall be reimbursed on actual basis on
submission of documentary evidence

CLUASE 21

Work not The contract shall not be assigned or sublet without the
to written approval of Engineer-in-Charge. And if the contractor
be sublet. shall assign or sublet his contract, or attempt to do so, or
Action in become insolvent or commence any insolvency proceedings
case of or make any composition with his creditors or attempt to do
insolvency so, or if any bribe, gratuity, gift, loan, perquisite, reward or
advantage pecuniary or otherwise, shall either directly or
indirectly, be given, promised or offered by the contractor, or
any of his servants or agent to any public officer or person in
the employ of AAI in any way relating to his office or
employment, or if any such officer or person shall become in
any way directly or indirectly interested in the contract, the
Engineers in Charge on behalf of the AAI shall have power to
adopt the course specified in Clause 3 hereof in the interest
of AAI and in the event of such course being adopted, the
consequences specified in the said Clause 3 shall ensue

CLUASE 22

All sums payable by way of compensation under any of these
conditions shall be considered as reasonable compensation
to be applied to the use of AAI without reference to the actual
loss or damage sustained and whether or not any damage
shall have been sustained

CLAUSE 23

Changes in Where the contractor is a partnership firm, the previous
firm’s approval in writing of the Engineer-in-Charge shall be
Constituti obtained before any change is made in the constitution of the
on to firm. Where the contractor is an individual or a Hindu
be undivided family business concern such approval as
intimated aforesaid shall likewise be obtained before the contractor

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-84


A
176

enters into any partnership agreement where under the


partnership firm would have the right to carry out the works
hereby undertaken by the contractor. If previous approval as
aforesaid is not obtained, the contract shall be deemed to
have been assigned in contravention of Clause 21 hereof and
the same action may be taken and the same consequences
shall ensue as provided in the said Clause 21

CLAUSE 24

All works to be executed under the contract shall be executed
under the direction and subject to the approval in all
respects of the Engineer-in-Charge who shall be entitled to
direct at what point or points and in what manner they are to
be commenced, and from time to time carried on
CLAUSE 25

Dispute Except where otherwise provided in the contract, all
Resolution questions and disputes relating to the meaning of the
Mechanism specifications, design, drawings and instruction here-in
and before mentioned and as to the quality of workmanship or
Arbitration materials used on the work or as to any other question,
claim, right, matter or thing whatsoever, in any way arising
out of or relating to the contract, designs, drawings,
specifications, estimates, instructions, orders or these
conditions or otherwise concerning the work or the
execution or failure to execute the same whether arising
during the progress of the work or after the cancellation,
termination, completion or abandonment thereof shall be
dealt with as mentioned hereinafter:

i. If the contractor considers any work demanded of him to


be outside the requirement of the contract, or disputes any
drawing, record or decision given in writing by the
Engineer-in-Charge or if the Engineer in Charge considers
any act or decision of the contractor on any matter in
connection with or arising out of the contract or carrying
out of the work, to be unacceptable and is disputed such
party shall promptly within 15 days of the arising of the
disputes request the Executive Director (Engg.)/Regional
Executive Director/Member (Plg) /Chairman, AAI as the
case may be, who shall refer the dispute to Dispute
Redressal Committee (DRC) within 15 days along with a list
of disputes with amounts claimed if any, in respect of each
such disputes. The Dispute Redressal Committee (DRC)

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-85


A
177

shall give the opposing party two weeks for written


response, and give its decision within a period of 60 days
extendable by 30 days by consent of both the parties from
the receipt of reference from the Executive Director
(Engg.)/Regional Executive Director/Member (Plg)/
Chairman, AAI. Provided that no party shall be represented
before the Dispute Redressal Committee by an advocate/
legal counsel etc.

If the Dispute Redressal Committee (DRC) fails to give its


decision within aforesaid period or any party is dis-
satisfied with the decision of Dispute Redressal Committee
(DRC) or expiry of time limit given above, then either party
may within a period of 30 days from the receipt of the
decision of Dispute Redressal Committee (DRC), give notice
to the Executive Director (Engg.)/Regional Executive
Director/Member (Plg)/ Chairman, AAI as the case may be
for appointment of Arbitrator on prescribed proforma as
per Appendix-XVII. under intimation to the other party.

It is also a term of contract and each party invoking


Arbitration must exhaust the aforesaid mechanism of
settlement of claims/disputes prior to invoking Arbitration.

The Executive Director (Engg.)/Regional Executive


Director/Member (Plg) /Chairman, AAI shall in such case
appoint the sole arbitrator or one of the three arbitrators as
the case may be within 30 days of receipt of such a request
and refer such disputes to arbitration. Wherever the
Arbitral Tribunal consists of three Arbitrators, the
contractor shall appoint one arbitrator within 30 days of
making request for arbitration or of receipt of request by
Engineer in Charge to Executive Director (Engg.)/Regional
Executive Director/Member (Plg) /Chairman, AAI for
appointment of arbitrator, as the case may be, and two
appointed arbitrators shall appoint the third arbitrator,
who shall act as the presiding arbitrator. In the event of :

a. A party fails to appoint the second arbitrator, or

b. The two appointed arbitrators fail to appoint the


Presiding Arbitrator, then Member (Plg) / Chairman, AAI
shall appoint the second or Presiding Arbitrator as the case
may be

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-86


A
178

ii Disputes or difference shall be referred for adjudication


through arbitration by a Tribunal having Sole Arbitrator
where tendered amount is Rs. 300.00 Cr or less. Where
tendered value is more than Rs. 300.00 Cr., Tribunal shall
consist of three arbitrators as above. The requirements of
the arbitration and the conciliation act, 1996 (26 of 1996)
and further modified Act in 2015 and any further statutory
modifications or reenactment thereof and the rules made
thereunder and for the time being in force shall be
applicable.

It is a term of this contract that the party invoking


Arbitration shall give a list of disputes with amounts,
claimed, if any, in respect of each such disputes along with
the notice for appointment of Arbitrator and giving
reference to the decision of the DRC. It is also term of this
contract that any member of Arbitration Tribunal shall be
a graduate engineer with experience in handling public
works, engineering contracts at a level not lower than Chief
Engineer. This shall be treated as mandatory qualification
to be appointed as Arbitrator.

Parties, before or at the time of appointment of Aarbitral


Tribunal may agree in writing for fast track arbitration as
per the Arbitration and Conciliation Act, 1996 (26 of 1996)
as amended in 2015.

Subject to provision in the Arbitration and Conciliation Act,


1996 (26 of 1996) as amended in 2015 whereby the
counter claims if any can be directly filed before the
arbitrator without any requirement of reference by the
Appointing Authority, the Arbitrator shall adjudicate on
only such disputes as are referred to him by the appointing
authority and give separate award against each disputes
and claim referred to him and in all cases where the total
amount of the claims by any party exceed Rs. 1,00,000/-,
the Arbitrator shall give reasons for the award.

It is also a term of the contract that if any fees are payable


to the arbitrator, these shall be paid as per the Act. It is also
a term of the contract that the arbitrator shall be deemed to
have entered on the reference on the date he issues notice
to both the parties calling them to submit their statement of
claims and counter statement of claims.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-87


A
179

The place of the arbitration shall be mentioned in schedule


‘F’. In case there is no mention of place of arbitration, the
Arbitral Tribunal shall determine the place of arbitration.
The venue of the arbitration shall be such place as may be
fixed by the Arbitral Tribunal in consultation with both the
parties. Failing any such agreement, then the Arbitral
Tribunal shall decide the venue

CLAUSE 26

Contractor The contractor shall fully indemnify and keep indemnified


to the Chairman AAI against any action, claim or proceeding
indemnify relating to infringement or use of any patent or design or any
AAI alleged patent or design rights and shall pay and royalties
against which may be payable in respect of any article or part thereof
Patent included in the contract. In the event of any claims made
Rights under or action brought against AAI in respect of any such
matters as aforesaid, the contractor shall be immediately
notified thereof and the contractor shall be at liberty, at his
own expense, to settle any dispute or to conduct any
litigation that may arise there from, provided that the
contractor shall not be liable to indemnify the AAI if the
infringement of the patent or design or any alleged patent or
design right is the direct result of an order passed by the
Engineer-in-Charge in this behalf

CLAUSE 27

Lump sum When the estimate on which a tender is made, includes lump
Provisions sum in respect of parts of the work, the contractor shall be
in Tender entitled to payment in respect of the items of work involved
or the part of the work in question at the same rates as are
payable under this contract for such items ,or if the part of
work in question is not, in the opinion of the Engineer-in-
Charge payable of measurement, the Engineer-in-Charge may
at his discretion pay the lump- sum amount entered in the
estimate, and the certificate in writing of the Engineer-in-
Charge shall be final and conclusive against the contractor
with regard to any sum or sums payable to him under the
provision of the clause

CLAUSE 28

Action where In the case of any class of work for which there is no such
no specifications as referred to in Clause 11, such work shall

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-88


A
180

specifications be carried out in accordance with the Bureau of Indian


are specified Standards Specifications.

In case there are no such specifications in Bureau of Indian
Standards, the work shall be carried out as per
manufacturers’ specifications. In case there are no such
specifications as required above, the work shall be carried
out in all respects in accordance with the instructions and
requirements of the Engineer-in-Charge

CLAUSE 29

With‐ i. Whenever any claims for payment of a sum of money
holding arises out of or under the contract or against the
and lien in contractor, the Engineer-in-Charge or the AAI shall be
respect of entitled to withhold and also have a lien to retain such
sums due sum or sums in whole or in part from the security, if any
from deposited by the contractor and for the purpose aforesaid,
contractor the Engineer-in-Charge or the AAI shall be entitled to
withhold the security deposit if any, furnished as the case
may be and also have a lien over the same pending
finalization or adjudication of any such claim. In the event
of the security being insufficient to cover the claimed
amount or amounts or if no security has been taken from
the contractor, the Engineer-in-Charge or the AAI shall be
entitled to withhold and have lien to retain to the extent
of such claimed amount or amounts referred to above
from any sum or sums found payable or which may at any
time thereafter become payable to the contractor under
the same contract or any other contract with the
Engineer-in Charge of the AAI or any contracting person
through the Engineer-in-Charge pending finalization of
adjudication of any such claim.

It is an agreed term of the contract that the sum of money


or moneys so withheld or retained under the lien
referred to above by the Engineer-in- Charge or AAI will
be kept withheld or retained as such by the Engineer-in-
Charge or AAI till the claim arising out of or under the
contract is determined by the arbitrator. (if the contract
is governed by the arbitration clause) or by the
competent court, as the case may be and that the
contractor will have no claim for interest or damages
whatsoever on any account in respect of such
withholding or retention under the lien referred to above

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-89


A
181

and duly notified as such to the contractor. For the


purpose of this clause, where the contractor is a
partnership firm or a limited company, the Engineer-in-
Charge or the AAI shall be entitled to withhold and also
have a lien to retain towards such claimed amount or
amounts in whole or in part from any sum found payable
to any partner/limited company as the case may be,
whether in his individual capacity or otherwise.

ii. AAI shall have the right to cause an audit and technical
examination of the works and the final bills of the
contractor including all supporting vouchers, abstract,
etc,. to be made after payment of the final bill and if as a
result of such audit and technical examination any sum is
found to have been overpaid in respect of any work done
by contractor under the contract or any work claimed to
have been done by the him under the contract and found
not to have been executed, the contractor shall be liable
to refund the amount of over payment and it shall be
lawful for AAI to recover the same from him in the
manner prescribed in sub-clause (i) of this clause or in
any other manner legally permissible; and if it is found
that the contractor was paid less than what was due to
him under the contract in respect of any work executed
by him under it, the amount of such under payment shall
be duly paid by AAI to the contractor, without any
interest thereon whatsoever.

Provided that the AAI shall not be entitled to recover any


sum overpaid, nor the contractor shall be entitled to
payment of any sum paid short where such payment has
been agreed upon between the Executive Director
Engineering / General Manager Engineering on the one
hand and the contractor on the other under any term of
the contract permitting payment for work after
assessment by the Executive Director Engineering /
General Manager Engineering

CLAUSE 29 A

Lien in i. Any sum of money due and payable to the contractor
respect of (including the security deposit refundable to him)
claims in under the contract may be withheld or retained by
other way of lien by the Engineer-in-Charge or the AAI or
Contracts any other contracting person or persons through

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-90


A
182

Engineer-in-Charge against any claim of the Engineer-


in-Charge or AAI or such other person or persons in
respect of payment of a sum of money arising out of or
under any other contract made by the contractor with
the Engineer-in-Charge or the AAI or with such other
person or persons.
ii. It is an agreed term of the contract that the sum of
money so withheld or retained under this clause by
the Engineer-in-Charge or the AAI will be kept
withheld or retained as such by the Engineer-in-
Charge or the AAI or till his claim arising out of the
same contract or any other contract is either mutually
settled or determined by the arbitration clause or by
the competent court, as the case may be and that the
contractor shall have no claim for interest or damages
whatsoever on this account or on any other ground in
respect of any sum of money withheld or retained
under this clause and duly notified as such to the
contractor.

CLAUSE 30

Employment i. The contractor shall not employ coal mining or
of coal controlled area labour falling under any category
mining or whatsoever or in connection with the work or recruit
controlled labour from area within a radius of 32 km (20 miles)
area labour of the controlled area. Subject as above the
not contractor shall employ imported labour only i.e.,
permissible deposit imported labour or labour imported by
contractors from area, from which import is
permitted.
ii. Where ceiling price for imported labour has been
fixed by State or Regional Labour Committees not
more than that ceiling price shall be paid to the
labour by the contractor.
iii. The contractor shall immediately remove any
labourer who may be pointed out by the Engineer-in-
Charge as being a coal mining or controlled area
labourer. Failure to do so shall render the contractor
liable to pay to AAI a sum calculated at the rate of
Rs.10/- per day per labourer. The certificate of the
Engineer-in –Charge about the number of coal mining
or controlled area labourer and the number of days
for which they worked shall be final and binding
upon all parties to this contract.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-91


A
183

iv. It is declared and agreed between the parties that the


aforesaid stipulation in this clause is one in which the
public are interested within the meaning of the
exception in Section 74 of Indian Contract Act, 1872.

Explanation :- Controlled area mean the following areas:


Districts of Dhanbad, Hazaribagh, Jamtara- Sub-Division
under Santhal Pargana Commissionery, District of Bankuara,
Birbhum, Burdwan, District of Bilaspur. Any other area
which may be declared a Controlled Area by or with the
approval of the Central Government

CLAUSE 31

Unfiltered The contractor(s) shall make his/their own arrangements for
water water required for the work and nothing extra will be paid
supply for the same. This will be subject to the following conditions.

i. That the water used by the contractor (s) shall be fit for
construction purposes to the satisfaction of the Engineer-
in-Charge.
ii. The Engineer-in-Charge shall make alternative
arrangements for supply of water at the risk and cost of
contractor (s) if the arrangements made by the
contractor (s) for procurement of water are in the
opinion of the Engineer-in- Charge, unsatisfactory.


CLAUSE 31A

Department Water if available may be supplied to the contractor by the
al water department subject to the following conditions:-
supply, if i. The water charges @1% shall be recovered on gross
available amount of the work done.
ii. The contractor(s) shall make his/their own
arrangement of water connection and laying of
pipelines from existing main of source of supply.
iii. The Department do not guarantee to maintain
uninterrupted supply of water and it will be incumbent
on the contractor (s) to make alternative arrangements
for water at his/their own cost in the event of any
temporary break down in the AAI’s water main so that
the progress of his/their work is not held up for want of
water. No claim of damage or refund of water charges
will be entertained on account of such break down

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-92


A
184


CLAUSE 32

Alternate i. Where there is no piped water supply arrangement and
water the water is taken by the contractor from the wells or
arrangements hand pump constructed by the AAI, no charge shall be
recovered from the contractor or that account. The
contractor shall, however, draw water at such hours of the
day that it does not interfere with the normal use for
which the hand pumps and well are intended. He will also
be responsible for all damage and abnormal repairs
arising out of his use, the cost of which shall be
recoverable from him. The Engineer-in-Charge shall be
the final authority to determine the cost recoverable
from the contractor on this account and his decision shall
be binding on the contractor.

ii. The contractor shall be allowed to construct temporary


wells in AAI land for taking water for construction
purposes only after he has got permission of the Engineer-
in-Charge in writing. No charges shall be recovered from
the contractor on this account but the contractor shall be
required to provide necessary safety arrangements to
avoid any accidents or damage to adjacent buildings, roads
and service lines. He shall be responsible for any accidents
or damage caused due to construction and subsequent
maintenance of the wells and shall restore the ground to
its original condition after the wells are dismantled on
completion of the work

CLAUSE 33

Return of Notwithstanding anything contained to the contrary in this
Surplus contract, where any materials for the execution of the
materials contract are procured with the assistance of AAI either by
issue from AAI stocks or purchase made under orders or
permits or licenses issued by AAI, the contractor shall hold
the said materials economically and solely for the purpose of
the contract and not dispose of them without the written
permission of the AAI and return, if required by the
engineer-in-Charge, all surplus or unserviceable materials
that may be left with him after the completion of the contract
or at its termination for any reason whatsoever on being paid
or credited such prices as the Engineer-in-Charge shall
determine having due regard to the condition of the

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-93


A
185

materials. The price allowed to the contractor however shall


not exceed the amount charged to him excluding the element
of storage charges. The decision of the Engineer-in-Charge
shall be final and conclusive. In the event of breach of the
aforesaid condition, the contractor shall in addition to
throwing himself open to action for contravention of the
terms of the license or permit and / or for criminal breach of
trust, be liable to AAI for all moneys, advantages or profits
resulting or which in the usual course would have resulted to
him by reason of such breach

CLAUSE 34

Hire of i. The Contractor shall arrange at his own expense all tools,
plant & plant, machinery and equipment(hereinafter referred to
Machinery as T&P) required for execution of the work except for the
Plant & Machinery listed in Schedule ‘C’ and stipulated
for issue to the contractor. If the contractor requires any
item of T&P on hire from the T&P available with the AAI
over and above the T&P stipulated for issue, the AAI will,
if such item is available, hire it to the contractor at rates
to be agreed upon between him and the Engineer-in-
charge. In such a case, all the conditions hereunder for
issue of T & P shall also be applicable to such T&P as is
agreed to be issued.
ii. Plant & Machinery when supplied on hire charges shown
in Schedule ‘C’ shall be made over and taken back at the
departmental equipment yard / shed shown in Schedule
‘C’ and the contractor shall bear the cost of carriage from
the place of issue to the site of work and back. The
contractor shall be responsible to return the plant and
machinery with condition in which it was handed over to
him, and he shall be responsible for all damage caused to
the said plant and machinery at the site of work or
elsewhere in operation and otherwise during transit
including damage to or loss of plant and for all losses due
to his failure to return the same soon after the
completion of the work for which it was issued. The
Engineer-in-charge shall be the sole judge to determine
the liability of the contractor and its extent in this regard
and his decision shall be final and binding on the
contractor
iii. The plant and machinery as stipulated above will be
issued as and when available and if required by the
contractor. The contractor shall arrange his programme

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-94


A
186

of work according to the availability of the plant and


machinery and no claim, whatsoever, will be entertained
from him for any delay in supply by the department.
iv. The hire charges shall be recovered at the prescribed
rates from and inclusive of the date the plant and
machinery made over upto and inclusive of the date of
the return in good order even though the same may not
have been working for any cause except major
breakdown due to no fault of the contractor or faulty use
requiring more than three working days continuously
(excluding intervening holidays and Sundays) for
bringing the plant in order. The contractor shall
immediately intimate in writing to the Engineer-in-
charge when any plant or machinery gets out of order
requiring major repairs as aforesaid. The Engineer-in-
charge shall record the date and time of receipt of such
intimation in the log sheet of the plant or machinery.
Based on this if the breakdown before lunch period or
major breakdown will be computed considering half a
day’s breakdown on the day of complaint. If the
breakdown occurs in the post lunch period of major
breakdown will be computed starting from the next
working day. In case of any dispute under this clause, the
decision of the Executive Director (Engg) /General
Manager (Engg) shall be final and binding on the
contractor.
v. The hire charges shown above are for each day of 8 hours
(inclusive of the one hour lunch break) or part thereof.
vi. Hire charges will include service of operating staff as
required and also supply of lubricating oil and stores for
cleaning purposes. Power fuel of approved type,
firewood, kerosene oil etc. for running the plant and
machinery and also the full time chowkidar for guarding
the plant and machinery against any loss or damage shall
be arranged by the contractor who shall be fully
responsible for the safeguard and security of plant and
machinery. The contractor shall on or before the supply
of plant and machinery sign an agreement indemnifying
the Department against any loss or damage caused to the
plant and machinery either during transit or at site of
work.
vii. Ordinarily, no plant and machinery shall work for more
than 8 hours a day inclusive of one hour lunch break. In
case of an urgent work however, the Engineer-incharge
may, at his discretion, allow the plant and machinery to

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-95


A
187

be worked for more than normal period of 8 hours a day.


In that case, the hourly hire charges for overtime to be
borne by the contractor shall be 50% more than the
normal proportionate hourly charges (1/8th of the daily
charges) subject to a minimum of half day’s normal
charges on any particular day. For working out hire
charges for over time, a period of half an hour and above
will be charged as one hour and a period of less than half
an hour will be ignored.
viii. The contractor shall release the plant and machinery
every seventh day for periodical servicing and / or wash
out which may take about three to four hours or more.
Hire charges for full day shall be recovered from the
contractor for the day of servicing / wash out
irrespective of the period employed in servicing.
ix. The plant and machinery once issued to the contractor
shall not be returned by him on account of lack of
arrangements of labour and materials, etc. on his part,
the same will be returned only when they are required
for major repairs or when in the opinion of the Engineer-
in-charge, the work or a portion of work for which the
same was issued is completed.
x. Log Book for recording the hours of daily work for each
of the plant and machinery supplied to the contractor
will be maintained by the Department and will be
countersigned by the contractor or his authorised agent
daily. In case the contractor contests the correctness of
the entries and / or fails to sign the Log Book, the
decision of the Engineer-in-charge shall be final and
binding on him. Hire charges will be calculated according
to the entries in the Log Book and will be binding on the
contractor. Recovery on account of hire charges for road
rollers shall be made for the minimum number of days
worked out on the assumption that a roller can
consolidate per day and maximum quantity of materials
or area surfacing as noted against each in the annexed
statement (see attached annexure).
xi. In the case of concrete mixers, the contractors shall
arrange to get the hopper cleaned and the drum washed
at the close of the work each day or each occasion. (a) In
case rollers for consolidation are employed by the
contractor himself, log book for such rollers shall be
maintained in the same manner as is done in case of
departmental rollers, maximum quantity of any items to
be consolidated for each roller-day shall also be same as

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-96


A
188

in Annexure to Clause 34(x). For less use of rollers,


recovery for the less roller days shall be made at the
stipulated issue rate.
xii. The contractor shall be responsible to return the plant
and machinery in the condition in which it was handed
over to him and he shall be responsible for all damage
caused to the said plant and machinery at the site of
work or elsewhere in operation or otherwise or during
transit including damage to or loss of parts, and for all
losses due to his failure to return the same soon after the
completion of the work for which it was issued. The
Engineer-in-charge shall be the sole judge to determine
the liability of the contractor and its extent in this regard
and his decision shall be final and binding on the
contractor.
xiii. The contractor will be exempted from levy of any hire
charges for the number of days he is called upon in
writing by the Engineer-in-charge to suspend execution
of the work, provided AAI’s plant and machinery in
question have, in fact, remained idle with the contractor
because of the suspension.
xiv. In the event of the contractor not requiring any item of
plant and machinery issued by AAI though not stipulated
for issue in Schedule ‘C’ any time after taking delivery at
the place of issue, he may return it after two days written
notice or at any time without notice if he agrees to pay
hire charges for two additional days without, in any way,
affecting the right of the Engineer-in- charge to use the
said plant and machinery during the said period of two
days as he likes including hiring out to a third party

CLAUSE 35

Condition i. The contractor undertakes to make arrangement for the


relating to supervision of the work by the firm supplying the tar or
use of bitumen used.
asphaltic ii. The contractor shall collect the total quantity of tar or
materials bitumen required for the work as per standard formula,
before the process of painting is started and shall
hypothecate it to the Engineer-in-Charge. If any
bitumen or tar remains unused on completion of the
work on account of lesser use of materials in actual
execution of for reasons other than authorised changes
of specifications and abandonment of portion of work, a
corresponding deduction equivalent to the cost of

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-97


A
189

unused materials as determined by the Engineer-in-


Charge shall be made and the material return to the
contractors. Although the materials are hypothecated to
AAI, the contractor undertakes the responsibility for
their proper watch, safe custody and protection against
all risks. The materials shall not be removed from site of
work without the consent of the Engineer-in-Charge in
writing
iii. The contractor shall be responsible for rectifying
defects noticed within a year from the date of
completion of the work and the portion of the security
deposit relating asphaltic work shall be refunded after
the expiry of this period.

CLAUSE 36

Employment Contractors Superintendence, Supervision, Technical staff


of Technical & Employees
Staff and
employees i. The contractor shall provide all necessary
superintendence during execution of the work and all along
thereafter as may be necessary for proper fulfilling of the
obligations under the contract.

The Contractor shall immediately after receiving letter of


acceptance of the tender and before commencement of the
work, intimate in writing to the Engineer-in-Charge, the
name (s), qualifications experience, age, address (s) and
other particulars along with certificates, of the principal
technical representative to be charge of the work and other
technical representative (s) who will be supervising the
work. Minimum requirement of such technical
representative (s) and their qualifications and experience
shall not be lower than specified in schedule ‘F”. The
Engineer-in-Charge shall within 3 days of receipt of such
communication intimate in writing his approval or
otherwise of such a representative (s) to the contractor.
Any such approval may at any time be withdrawn and in
case of such withdrawal, the contractor shall appoint
another such representative (s) according to the provisions
of this clause. Decision of the tender accepting authority
shall be final and binding on the contractor in this respect.
Such a principal technical representative and other
technical representative (s) shall be appointed by the
contractor soon after receipt of the approval from

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-98


A
190

Engineer-in-charge and shall be available at site before


start of work.

All the provisions applicable to the principal technical


representative under the clause will also be applicable to
other technical representative(s). The principal technical
representative and other technical representative (s) shall
be present at the site of work for supervision at all times
when any construction activity is in progress and also
present himself/themselves, as required to the Engineer-
in-Charge and / or his designated representative to take
instructions. Instructions given to the principal technical
representative or other technical representative (s) shall be
deemed to have the same force as if these have been given
to the contractor. The Principal Technical Representative
and other technical representatives shall be actually
available at site fully during all stages of execution work,
during recording / checking / test checking of
measurements of works whenever so required by the
Engineer-in-Charge and shall also note down instructions
conveyed by the Engineer-in-Charge or his designated
representative (s) in the site order book and shall affix
his/their signature in token of noting down the instructions
and in token of acceptance of measurements / checked
measurements / test checked measurements. The
representative (s) shall not look after any other work.
Substitutes, duly approved by engineer – in-Charge of the
work in similar manner as aforesaid shall be provided in
event of absence of any of the representative (s) by more
than two days. If the Engineer–in–Charge, whose decision
in this respect is final and binding on the contractor, is
convinced that no such technical representative (s) is/are
effectively appointed or is/are effectively attending or
fulfilling the provision of this clause, a recovery (non-
refundable) shall be effected from the contractor as
specified in Schedule ‘F’ and the decision of the Engineer–
in- Charge as recorded in the site order book and
measurement recorded checked/test checked in
Measurement Books shall be final and binding on the
contractor. Further if the contractor fails to appoint
suitable technical Principal technical representative and /
or other technical representative (s) and if such appointed
persons are not effectively present or are absent by more
than two days without duly approved substitute or do not
discharge their responsibility satisfactorily, the Engineer–

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-99


A
191

in–Charge shall have full powers to suspend the execution


of the work until such date as suitable other technical
representative (s) is / are appointed and the contractor
shall be held responsible for the delay so caused to the
work. The contractor shall submit a certificate of
employment of the technical representative (s) (in the form
of copy of Form- 16 or CPF deduction issued to the
Engineer employed by him) along with every running
account bill / final bill and shall produce evidence if at any
times so required by the Engineer– in–Charge.

ii. The contractor shall provide and employ on the site only
such technical assistants as are skilled, and experienced in
their respective fields and such foremen and supervisory
staff as are competent to give proper supervision to the
work. The contractor shall provide and employ skilled,
semi-skilled and unskilled labour as is necessary for proper
and timely execution of the work. The Engineer-in-Charge
shall be at liberty to object to and require the contractor to
remove from the works any person who in his opinion
misconducts himself, or is incompetent or negligent in the
performance of his duties or whose employment is
otherwise considered by the Engineer-in Charge to be
undesirable. Such person shall not be employed again at
works site without the written permission of the Engineer-
in-Charge and the persons so removed shall be replaced as
soon as possible by competent substitutes.

iii. The contractor shall not change his


engineer/supervisory staff after approval of the Engineer-
In-Charge. If Contractor wants to replace any of his staff
due to unavoidable circumstances, he will seek permission
of Engineer-In- Charge indicating reasons for such change,
qualification and experience of the alternative employee
suggested by him. The qualification and experience of the
alternative staff shall not be inferior to the person
employed earlier

CLAUSE 37

Levy/ 1. Taxes:
Taxes/ a. Rates to be quoted by the parties should be inclusive of all
Royalty/ taxes, duties, CESS, fee, royalty charges etc. levied under any
Land statute but exclusive of GST for all the items
Licence fee

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-100


A
192

payable by b. However GST, as applicable, shall be paid to the contractor,


Contractor for any taxable supply / services / construction rendered by
the agency to AAI, against a valid GST invoice as per terms
and conditions of the contract.

c. In case supplies /services / works involve imports; the


same should be identified separately. Basic Custom Duty &
IGST will be paid directly by AAI by utilizing EPCG license/
Duty Credit Scrip under service Export from India Scheme
(SEIS) of Govt. of India

2. Royalty:
a. The contractor shall at his own expense, provide all
materials required for the works other than those which are
to be supplied by AAI. The contractor shall deposit royalty
and obtain necessary permit for collection of stone, sand, red
bajri, kankar etc. from the local authority in the matter and
will abide by the notification issued by Central Govt. / State
Government / Local State Authorities as applicable from time
to time in this regard. The contractor is also bound to allow
deduction from his bills any difference in statutory
taxes/royalty and penalty proposed by Local State
Authorities to AAI till finalization of settlement of all
demands in this regard by Central / State Govt.

b. This will also be applicable to forest produce.

c. If pursuant to or under any law, notification or order any


royalty, cess or the like becomes payable by the AAI and does
not any time become payable by the contractor to the State
Government. Local authorities in respect of any material
used by the contractor in the works then in such a case, it
shall be lawful to the AAI and it will have the right and be
entitled to recover the amount paid in the circumstances as
aforesaid from dues of the contractor.

3. License fee for land


a. The contractor shall be liable to pay license fee for the land
allotted by AAI for installation of plants, labour camp, cement
godown and site office at AAI prevailing rates of license fee
for unpaved land at the time of call of tender.

b. In addition a security deposit at the rate of Rs 500/- per


sqm in the form of DD/BG shall also be deposited by the
contractor. In case contractor do not deposit security deposit

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-101


A
193

same shall be deducted from Ist Running Account Bill.

c. Such security deposit shall be released only after allotted


land has been fully vacated by the contractor to entire
satisfaction of Engineer-in- Charge

CLAUSE 38

Conditions for 1. Rates to be quoted by the parties should be inclusive


reimbursement of all taxes, duties, CESS, fee, royalty charges etc. levied
of levy/taxes if under any statute applicable on last stipulated date of
levied after receipt of tender including extension if any but exclusive
receipt of of GST. No adjustment i.e. increase or decrease shall be
tenders made for any variation in the rate of GSI Building and
Other Construction Workers Welfare Cess or any tax,
levy or Cess applicable on inputs.

However, effect of variation, as per Govt. order after the


last date of receipt of tender including extension if any, in
rates of GST or Building and Other Construction Workers
Welfare Cess or imposition or repeal of any other tax,
levy or Cess applicable on output of the works contract
shall be adjusted on either side, increase or decrease.

Provided further that for Building and Other


Construction Workers Welfare Cess or any tax (other
than GST), levy or Cess varied or imposed after the last
date of receipt of tender including extension if any, any
increase shall be reimbursed to the contractor only if the
contractor necessarily and properly pays such increased
amount of taxes / levies / Cess.

Provided further that such increase in tax / levy / Cess


including GST shall not reimbursed if made in the
extended period of contract for which the contractor
alone is responsible for delay as determined by authority
for extension of time under Clause 5 in Schedule F.

2. The contractor shall keep necessary books of accounts


and other documents for the purpose of this condition as
may be necessary and shall allow inspection of the same
by a duly authorised representative of AAI or the
Engineer-in-Charge and further shall furnish such other
information /document as the Engineer-in- Charge may
require from time to time.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-102


A
194

3. The contractor shall, within a period of 30 days of the


imposition of any such further tax or levy or Cess, give a
written notice thereof to the Engineer-incharge that the
same is given pursuant to the condition, together with all
necessary information / documents relating thereto.

CLAUSE 39

Termination Without prejudice to any of the rights or remedies under


of contract on this contract, if the contractor dies, the Engineer-in-charge
death of on behalf of the AAI shall have the option of terminating the
contractor contract without compensation to the contractor.


CLAUSE 40

If relative The contractor shall not be permitted to tender for works in


working in AAI wherein his near relative is posted as an Officer
AAI then the responsible for award and execution of work. He shall also
contractor intimate the names of persons who are working with him in
not allowed any capacity or / are subsequently employed by him and
to tender. who are near relatives to any officer of AAI. Any breach of
this condition by the Contractor would render him, the
contract liable to be rejected at any stage.

NOTE: By the term “near relatives” is meant wife, husband,


parents and grand parents, children and grandchildren,
brothers and sisters, uncles, aunts and cousins and their
corresponding in-laws

CLAUSE 41

No any Engineer or any officer employed in engineering or


officer in administrative duties in an engineering department of AAI
Department shall not work as a contractor or employee of contractor for
of a period of one year after his retirement from AAI service
Engineering without the prior permission of AAI in writing. This contract
to work as is liable to be cancelled if either the contractor or any of his
contractor employees is found at any time to be such a person who had
within one not obtained the permission of AAI as aforesaid, before
year of submission of the tender or engagement in the contractor’s
retirement service, as the case may be.

CLAUSE 41(a)

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-103


A
195

Integrity Signing of Integrity Pact (As per Appendix XVIII) is


Pact and mandatory for every bidder/contractor if provided so in
Independent Schedule F. All tenderers shall have to submit an
External undertaking as per Appendix XVIII along with tender
Monitor. documents. AAI shall appoint Independent External
Monitor(s) to oversee effective implementation of Integrity
Pact for such works/supplies. For this purpose, a panel of
Independent External Monitors shall be constituted by the
Authority in concurrence with Central Vigilance
Commission (CVC).

i. The Contractor/Supplier shall have to act in accordance


with the conditions laid down in the integrity pact.
a. Signing of Integrity Pact is mandatory for every
Bidder/Contractor in this procurement/bid process
the signed original pact to be send to the office of
Bid Manager and should reach before the due date
mentioned in NIT.
b. The Bidder/contractor shall commit itself to ensure
taking all measures necessary to prevent corrupt
practices, unfair means and illegal activities during
any stage of its bid or during any pre-contract or
post-contract stage as specified in section 3 of the
integrity pact.
c. Any breach of the aforesaid provisions by the
Bidder or any one employed by it or acting on its
behalf (whether with or without the knowledge of
the Bidder) shall entitle the authority to take all or
any one of the action as specified in section 6 of the
integrity pact.

ii. In case any violation of above conduct is established,


AAI reserves right to take following actions.
a. If contractor commits a violation of its
commitments and obligations under the Integrity
Pact Program during bidding process, he shall be
liable for disqualification from tender process
and forfeiture of his Earnest Money Deposit/ Bid
Security.
b. In case of violation of the Integrity Pact after
award of the contract, Authority is entitled to
terminate the contract and shall be entitled to
demand and recover from the contractor
damages equivalent to 5% of the contract value

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-104


A
196

or the amount equivalent to Security Deposit or


Performance Bank Guarantee, whichever is
higher.
c. Authority may initiate appropriate proceedings
against the contractor.
d. Contractor will be liable to pay damages as
determined by the Authority.
e. Contractor against whom an action for violation
of its commitments and obligations has been
taken earlier again commits a violation, the
Authority is entitled to debar such contractor for
future tender/ contract processes for a period as
deemed fit.
f. A violation is considered to have occurred if the
Authority is fully satisfied with the available
documents and evidence submitted along- with
Independent External Monitor’s
recommendations / suggestions that no
reasonable doubt exist in the matter

CLAUSE42

Return of i. After completion of the work and also at any


material intermediate stage in the event of non-reconciliation of
and materials issued, consumed and in balance – (see Clause
recovery for 10), Theoretical quantity of materials issued by the AAI
excess for use in the work shall be calculated on the basis and
material method given hereunder;
issued. a. Quantity of cement & bitumen shall be calculated on
the basis of quantity of cement & bitumen required for
different items of work as shown in the Schedule of
Rates mentioned in Schedule ‘F’. In case any item is
executed for which standard co-efficient for the
consumption of cement or bitumen are not available in
the above mentioned schedule / statement or cannot
be derived from the same shall be calculated on the
basis of standard formula to be laid down by the
Engineer-in-Charge.
b. Theoretical quantity of steel reinforcement or
structural steel sections shall be taken as the quantity
required as per design or as authorised by Engineer-
in- Charge, including authorised lappages, chairs etc.
plus 3% wastage due to cutting into pieces, such
theoretical quantity being determined and compared
with the actual issues each diameter-wise, section

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-105


A
197

wise and category wise separately.


c. Theoretical quantity of G.I. & C.I. or other pipes,
conduits, wires and cables pig lead and G.I. / M.S.
sheets shall be taken as quantity actually required and
measures plus 5% for wastage due to cutting into
pieces (except in the case of G.I./M.S. sheets it shall be
10%), such determination & comparison being made
diameter-wise & categorywise.
d. For any other material as per actual requirements.

ii. Over the theoretical quantities of materials so computed a


variation shall be allowed as specified in Schedule ‘F’. The
difference in the net quantities of material actually issued
to the contractor and the theoretical quantities including
such authorised variation, if not returned by the
contractor or if not fully reconciled to the satisfaction of
the Engineer-in-Charge within fifteen days of the issue of
written notice by the Engineer-in-Charge to this effect
shall be recovered at the rates specified in Schedule ‘F’,
without prejudice to the provision of the relevant
conditions regarding return of materials governing the
contract. Decision of Engineer-in-Charge in regard to
theoretical quantities of materials, which should have
been actually used as per the Annexure of the standard
schedule of rates and recovery at rates specified in
Schedule ‘F’ shall be final and binding on the contractor.
For non scheduled items, the decision of the Engineer – in
- charge regarding theoretical quantities of materials
which should have been actually used, shall be final and
binding on the contractor.
g. The said action under this clause is without prejudice to
the right of the AAI to take action against the contractor
under any other conditions of contract for not doing the
work according to the prescribed specifications.
h. For materials brought by the contractor for use in item of
work at site, similar theoretical consumption shall be
prepared and submitted to the Engineer-in-Charge for
verification. If it is found that material consumed in the
work is less than the theoretical consumption after taking
into account permissible minus variation, the recovery for
corresponding material shall be effected as per rates
specified in schedule ‘F’ under Clause 42

CLAUSE 43

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-106


A
198

Compensation The work (whether fully constructed or not) and all


during materials, machines, tools and plants scaffolding,
warlike temporary buildings and other things connected therewith
situations / shall be at the risk of the contractor until the work has
act of been delivered to the Engineer-in-Charge and a certificate
terrorism from him to that effect obtained. In the event of the work
or any materials properly brought to the site for
incorporation in the work being damaged or destroyed in
consequence of hostilities or warlike operation or act of
terrorism, the contractor shall when ordered (in writing)
by the Engineer-in-Charge to remove any debris from the
site, collect and properly stack or remove in store all
serviceable materials salvaged from the damaged work
and shall be paid at the contract rates in accordance with
the provision of this agreement for the work of clearing
the site of debris, stacking or removal of serviceable
material and for reconstruction of all works ordered by
the Engineer- in-Charge, such payments being in addition
to compensation upto the value of the work original
executed before being damaged or destroyed and not paid
for. In case of works damaged or destroyed but not already
measured and paid for, the compensation shall be assessed
by the Engineer-in charge upto Rs.5,000/- and by the
Executive Director Engg. concerned for a higher amount.
The contractor shall be paid for the damages / destruction
suffered and for restoring the material at the rate based on
analysis of rates tendered for in accordance with the
provision of the contract. The certificate of the Engineer-
in- Charge regarding the quality and quantity of materials
and the purpose for which they were collected shall be
final and binding on all parties to this contract.

Provided always that no compensation shall be payable for


any loss in consequence of hostilities or warlike operation
(a) unless the contractor had taken all such precautions
against air raid as are deemed necessary by the A.R.P.
Officers or the Engineer-in- Charge (b) for any material
etc. not on the site of the work or for any tools plant,
machinery, scaffolding, temporary building and other
things not intended for the work.

In the event of the contractor having to carry out


reconstruction as aforesaid, he shall be allowed such
extension of time for its completion as is considered
reasonable by the Engineer – in - charge

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-107


A
199


CLAUSE 44

Apprentices The contractor shall comply with the provisions of the


Act Apprentices Act, 1961 and the rules and orders issued
provisions thereunder from time to time. If he fails to do so, his failure
to be will be a breach of the contract and the Executive Director
complied Engg. / General Manager (Engg.) may, in his discretion,
with 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 said Act.

CLAUSE 45

Release of Security Deposit of the work shall not be refunded till the
security contractor produces a clearance certificate from the Labour
deposit Officer. As soon as the work is virtually complete the
after labour contractor shall apply for the clearance certificate to the
clearance Labour Officer under intimation to the Engineer-in-Charge.
The Engineer-in-Charge, on receipt of the said
communication, shall write to the Labour Officer to intimate
if any complaint is pending against the contractor in respect
of the work. If no complaint is pending, on record till after 3
months after completion of the work and / or no
communication is received from the Labour Officer to this
effect till six months after the date of completion, it will be
deemed to have received the clearance certificate and the
Security Deposit will be released if otherwise due

CLAUSE 46

Contractor’s i. From commencement to completion of the Works, the


Liability Contractor shall take full responsibility for the case
and thereof and for taking precautions to prevent loss or
Insurance of damage and to minimize loss or damage to the greatest
Works extent possible and shall be liable for any damage or loss
that may happen to the Works or any part thereof and all
AA l’s T & P from any cause whatsoever (save and except
the Excepted Risks) and shall at his own cost repair and
make good the same so that at completion, the Works
and all AAI’s T & P shall be in good order and condition
and in conformity in every respect with the requirements
of the Contract and instructions of the Engineer-in-
Charge.
ii. In the event of any loss or damage to the Works or any

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-108


A
200

Part thereof or to any T & P, to any material or articles at


the Site from any of the Excepted Risks the following
provisions shall have effect:
a. The Contractor shall, as may be directed in writing by
the Engineer-in- Charge, remove from the Site any
debris and so much of the works as shall have been
damaged, taking to AAI’s store such AAI’s T & P,
articles and/or materials as may be directed;
b. The contractor shall, as may be directed in writing by
the Engineer-in- Charge, proceed with the erection
and completion of the Works under and in
accordance with the provisions and Conditions of the
Contract; and
iii. Provided always that the Contractor shall not be entitled
to payment under the above provisions in respect of so
much loss or damage as has been occasioned by any
failure on his part to perform his obligation under the
Contract or not taking precautions to prevent loss or
damage or minimize the amount of such loss or damage.
iv. Without limiting its obligations and responsibilities
under other clauses of General Conditions of Contracts,
the contractor at his own cost shall insure, in the joint
name of AAI and the contractor, against all losses or
damages from whatever cause, arising (other than the
accepted risks) for which he is responsible under the
terms of the contract and in such manner that the AAI
and the contractor are covered during the period of
construction of works and any loss or damage occasioned
by the contractor in the course of any operation carried
out by them for the purpose of complying with its
obligations of defects liability clause hereof;
a. All works including temporary works to their full
value executed from time to time.
b. The construction materials and equipments to their
full value brought on to the site by the contractor.
v. The Contractor shall indemnify and keep indemnified
AAI against all losses and claims for injuries or damage to
any persons or any property whatsoever which may arise
out of or in consequence of the construction and
maintenance of Works and against all claims, demands
proceedings, damage costs, charges and expenses
whatsoever in respect of or in relation thereto.
vi. Before commencing execution of the work, the
Contractor shall, without in any way limiting his
obligations and responsibilities under this condition,

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-109


A
201

insure at his own cost against any damage, loss or injury


which may occur to any AAI property, or to any person
for at least the minimum amount of Rs. 1.00 lakh with
unlimited number of occurrences (including any
employee of AAI) by or arising out of carrying out of the
Contract.
vii. The contractor shall at all times indemnify AAI against all
claims, damages or compensation under the provisions of
Payment or Wages Act, 1936 Minimum Wages Act, 1948,
Employer’s Liability Act, 1938, the Workmen’s
Compensation Act, 1923, Industrial Disputes Act, 1947
and the Maternity Benefit Act, 1961 or any modifications
thereof or any other law relating thereto and rules made
there under from time to time or as a consequence of any
accident or injury to any workman or other persons in or
about the Works, whether in the employment of the
Contractor or not, his agents or servants, and also against
all costs, charges and expenses of any suit, action or
proceedings arising out of such accident or injury and
against all sum or sums which may with the consent of
the Contractor be paid to compromise or compound any
claim. Without limiting his obligations and liabilities as
above provided, the Contractor shall insure against all
claims, damages or compensation payable under the
Workmen’s Compensation Act, 1923 or any modification
thereof or any other law relating thereto.
viii. All insurance mentioned above shall be effected with any
subsidiary of the General Insurance Company of India or
by a company approved by the Insurance Regulatory
Authority of India.
ix. The aforesaid insurance policy / policies shall provide
that they shall not be cancelled till the Engineer-in-
Charge has agreed to their cancellation in writing.
x. The Contractor shall prove to the Engineer-in-Charge
from time to time that he has taken out all the insurance
policies referred to above and has paid the necessary
premiums for keeping the policies alive till expiry of the
Defects Liability Period. A self-certified copy of such
policies is required to be submitted to the Engineer-in-
charge.
xi. The Contractor shall ensure that similar insurance
policies are taken out by his subcontractors (if any) and
shall be responsible for any claims or losses to AAI
resulting from their failure to obtain adequate insurance
protection in connection thereof. The contractor shall

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-110


A
202

produce or cause to be produced by his subcontractor (if


any) as the case may be, the relevant policy or policies
and premiums receipts as and when required by the
Engineer-in-Charge. A self-certified copy of such policies
is required to be submitted to the Engineer-in-charge.
xii. If the Contractor and/or his subcontractor (if any) shall
fail to effect and keep in force the insurance referred to
above or any other insurance which he/they may be
required to effect under the terms of the Contract then
and in any such case AAI may, without being bound to,
effect and keep in force any such insurance and pay such
premium or premiums as may be necessary for that
purpose and from time to time deduct the amount so
paid by AAI from any moneys due or which may become
due to the Contractor or recover the same as a debt due
from the Contractor.
xiii. In case contractor takes Contractor All Risk (CAR) Policy
in joint name of AAI and Contractor for full tendered
value along with third party liability (max of 10% of
tendered value or as applicable as per Insurance
Regulatory Authority of India) then there is no
requirement for taking separate insurance by sub-
contractors.
However, workmen compensation policy is required to
be taken separately by main contractor and sub-
contractor for workers employed by them

CLAUSE 47
Composite i. The tenders have been called for composite work
Contract and consisting of civil construction and other associated
responsibilities specialized works. The pre-qualification criteria
of main agency shall be applicable for each subhead of work
independently. The agency meeting PQ criteria for
the main work shall be considered for execution
of composite work. However the agency shall be
allowed to execute only those specialized subheads
of works for which bidder meet PQ criteria
individually.
ii. The main contractor shall be permitted to execute
only those works (covered under one or more
subhead) for which he meets all requirements of
pre- qualification including financial, technical and
technological requirement specified in the PQ
criteria.
iii. Main contractor will associate expert agencies for

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-111


A
203

the execution of specialized works under various


subheads for which he himself has failed to meet PQ
criteria. In such case he will appoint his associate
for the execution of each specialized work with the
approval of the NIT approving authority. The main
contractor shall intimate the names of only those
agencies who fully meet the PQ criteria for each
specialized work for the acceptance of the
department.
iv. Main contractor shall not be permitted to change
their associate agencies in the course of execution of
work. If change of agency is inevitable then a
request shall be submitted to the engineer-in-
charge in writing giving full justification for change
of agency. The proposal should include name of the
alternate agency along with his financial, technical
capabilities and work experience in the appropriate
field. Such change shall be allowed only after
receiving approval from the competent authority.

Composite This clause is applicable for the works for which the
contract‐ estimated cost put to tender is more than Rs.500.00 crores.
Tripartite i. The main contractor shall finalise his rates, terms and
agreement conditions and mode of execution of work with
specialised agencies for all works covered in various
subhead of works on receipt of work order but
specifications, preferred makes of materials and
performance of system shall remain as specified in
tender document.
ii. The main contractor shall arrange an agreement between
department, main contractor and associated agencies for
all subheads on receipt of work order from the engineer-
in-charge. Main contractor and expert agency shall be
jointly responsible for quality of work and performance
of the system.
iii. Main contractor shall submit list of associated agency for
each specialized work within 1/12th of stipulated
completion period or within one month from issue of
work order whichever is later along with documentary
evidence for financial soundness, technical capabilities
and their experience for executing similar specialized
works along with his application seeking acceptance for
the name of associated agency. Approval / rejection for
the name of associated agency shall be accorded
thereafter by NIT approving authority within a period of

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-112


A
204

15 days each subhead wise.


iv. The main contractor shall submit duly signed tripartite
agreement on the format provided by AAI within 2/12th
of stipulated completion period or 60 days whichever is
later for acceptance and signature of department. The
extension of time for signing of this agreement shall not
be generally permitted. The signing time shall only be
extended if handing over of site is delayed due to reasons
beyond control of the contractor.
Conditions i. Main contractor shall be responsible for submission of
of earnest money.
composite ii. The mobilization advance shall be paid to main
contract contractor as per terms and conditions of contract and
indicated under Clause 10 B. The first installment of
mobilization advance shall be corresponding to the value
of work which shall be executed by the main contractor.
The subsequent mobilization advances corresponding to
value of work covered in each subhead shall be released
on signing of each Tripartite Agreement with expert
agency for the same.
iii. The security deposit shall be deducted from the running
bills of main contractor after adjustment of full earnest
money.
iv. Main contractor shall be responsible for completion of
work as per time schedule indicated in the NIT. The
compensation for the delay shall be levied on the main
contractor only.
v. The coordination meetings called by AAI or its
representative shall be attended by associated expert
agencies as and when required. Expert agency shall be
responsible for technical soundness, quality of work and
adherence to tender specifications. The main contractor
as well as associated agency shall be responsible for
rectification of deficiencies noticed in specialized work
Payment i. It will be the responsibility of main contractor to finalize
Conditions expert agencies for the execution of works covered under
for all subheads of NIT and get the tripartite agreements
Composite signed as per NIT requirement at an early date. The main
Contract contractor shall not be paid for value of work covered
under second running bill & subsequent bills till all
Tripartite Agreements are signed by all agencies
concerned.
ii. The main contractor must fill the ratio of work which
shall govern the ratio of direct payment to the expert
agency and to the main contractor for each subhead of

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-113


A
205

work in schedule F. This ratio may also be indicated in


tripartite agreement. Thus direct payment to each expert
agency shall be released in the same ratio from the net
payment (after all deductions).
iii. The running bill for specialized work shall be processed
as per terms and conditions of the contract. All
deductions like security deposit, income tax and part rate
for incomplete work or due to any other reason shall be
made as per contract conditions from each running bill.
In case the ratio as desired under (ii) is not filled by the
main contractor AAI will make payment of 75% of the net
payable amount to the expert agency directly and
balance 25% shall be paid to the main contractor


Clause 48

Escrow i. All payments for the works estimated cost more than
Account Rs.500 Cr shall be made only through Escrow Account
This clause opened by the contractor. However for works costing
stands less than Rs.500 Cr., it shall be at the discretion of
deleted. Technical Sanctioning authority to opt for Escrow
account or not. The bank charges for Escrow Account
Please refer shall be borne by contractor. The detailed conditions of
Clause 48 of Escrow Account shall be drawn in consultation with
Schedule F associated bank.
of GCC at
ii. Mobilization advance for mobilization of resources and
page GCC‐
purchase of plant & machinery shall be credited directly
193
to the escrow account opened for this contract through
bank transfer as per terms and condition of contract. The
agency shall be able to utilize 25% (or as decided by TS
authority) of each installment of mobilization advance to
meet minor expenses like construction of site office,
purchase of office equipment and other minor works,
while release of balance 75% fund shall be regulated by
the department. The contractor shall seek prior
concurrence of Engineer-in Charge for release of
payment to the supplier etc. through Escrow Account by
the Bank. Funds against cheque issued by contractor
shall be released by Bank on receipt of written consent
from Engineer-in Charge.
iii. Payment received and credited against each RA Bill, can
be utilized 25% directly by the contractor for minor
expenses like salary, stationary, office expenses etc. AAI

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-114


A
206

shall exercise control for release of payment by


contractor for balance 75%.
iv. The Contractor shall submit his proposal to the Engineer-
in- Charge/Authority for utilization of funds made
available by AAI (75% against each RA bill)
a. Name of agency for whom payment is proposed to be
released.
b. Details of work executed/material supplied by
agency to whom he intends to release payment.
c. Nature of advance payment if any, has to be released
to the supplier for supply of material for the project
only.
d. Documentary evidence in support of his claim.
v. Engineer –in-charge will examine and approve full / part
of such payments as per agency’s request within
maximum of three working days. The terms and
condition of Escrow Account shall be finalized with bank
according to terms and conditions of contract. Bank shall
release payment against such cheques only after written
consent of authorised officer of AAI is received.
vi. Contractor shall be permitted to close Escrow Account on
receipt of final payment for the work/project or on
receipt of letter for foreclosure of work by the AAI. All
balances and liabilities against this Escrow Account shall
be left at the disposal of the contractor

Note : In case of difference or ambiguity in Hindi and English version anywhere,


the English version will prevail.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-115


207

AIRPORTS AUTHORITY OF INDIA



SAFETY CODE

1. Suitable Scaffolds 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 materials as well suitable footholds and hand-
hold shall be provided on the ladder and the ladder shall be given an
inclination not steeper than ¼ to 1 (¼ horizontal and 1 vertical).

2. Scaffolding of staging more than 3.6m (12ft.) above the ground or floor,
swung or suspended from an overhead support or erected with stationary
support shall have a guard rail properly attached or bolted, braced and
otherwise secured at least 90 cm. (3ft.) high above the floor or platform of
such scaffolding on staging and extending along the entire length of the
outside and ends thereof with only such opening 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.

3. Working platforms, gangways and stairways should be so constructed that


they should not sag unduly or unequally, and if the height of the platform or
the gangway or the stairway is more than 3.6 m (12ft.) above ground level
or floor level, they should be closely boarded, should have adequate width
and should be suitably fastened as described in (2) above.

4. Every opening in the floor of a building or in a working platform shall be


provided with suitable means to prevent the fall of person or materials by
providing suitable fencing or railing whose minimum height shall be 90
cm.(3ft.)

5. 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 9m. (30ft.) in length while the width between side rails
in rung ladder shall in no case be less than 29 cm. (11 ½ “) for ladder upto
and including 3m. (10ft.) in length. For long ladders, this width should be
increased at least ¼” for each additional 30cm. (1 foot) of length. Uniform
step spacing of not more than 30cm shall be kept. Adequate precautions
shall be taken to prevent danger from electrical equipment. No materials on
any of the site or work shall be so stacked or placed as to cause danger or
inconvenience to any person or the public. The contractor shall provide all
necessary fencing and lights to protect the public from accident and shall be
bound to bear the expenses of defence of every suit, action or other
proceedings at law that may be brought by any person for injury sustained

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-116


208

owing to neglect of the above precautions and to pay any damages and cost
which may be awarded in any such suit, action or proceedings to any such
person on which may, with the consent of the contractor, be paid to
compensate any claim by any such person.

6. a. Excavation and Trenching – All trenches 1.2 m. (4ft.) or more in depth,


shall at all times be supplied with at least one ladder for each 30m. (100ft.)
in length or fraction thereof, Ladder shall extend from bottom of the
Trench to at least 90cm (3fts) above the surface of the ground. The side of
the trenches which are 1.5 m. (5 ft.) or more in depth shall be stepped back
to give suitable slope or securely held by timber bracing, so as to avoid the
danger of sides collapsing. The excavated material shall not be placed
within 1.5 m. (5 ft.) of the edges of the trench or half of the depth of the
trench whichever is more. Cutting shall be done from top to bottom. Under
no circumstances, undermining or undercutting shall be done.

b. Safety Measures for digging bore holes: -


i. If the bore well is successful, it should be safely capped to avoid
caving and collapse of the bore well. The failed and the abandoned
ones should be completely refilled to avoid caving and collapse;
ii. During drilling, Sign boards should be erected near the site with the
address of the drilling contractor and the Engineer-in-charge of the
work;
iii. Suitable fencing should be erected around the well during the drilling
and after the installation of the rig on the point of drilling, flags shall
be put 50 Mtr all around the point of drilling to avoid entry of
people/animals;
iv. After drilling the bore well, a cement platform (0.50 Mtr x 0.50 Mtr x
1.20 Mtr) 0.60 Mtr above ground level and 0.60 Mtr below ground
level should be constructed around the well casing;
v. After the completion of the bore well, the contractor should cap the
bore well properly by welding steel plate, cover the bore well with
the drilled wet soil and fix thorny shrubs over the soil. This should be
done even while repairing the pump; vi. After the bore well is drilled
the entire site should be brought to the ground level;

7. Demolition – Before any demolition work is commenced and also during


the progress of the work, i) All roads and open areas adjacent to the work
site shall either be closed or suitably protected. ii) No electric cable or
apparatus which is liable to be a source of danger or a cable or apparatus
used by the operator shall remain electrically charged. iii) 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.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-117


209

8. All necessary personal safety equipment as considered adequate by the


Engineer-in-Charge should be kept available for the use of the person
employed on the site and maintained in a condition suitable for immediate
use, and the contractor should take adequate steps to ensure proper use of
equipment by those concerned. The following safety equipment shall
invariably be provided.
i) Workers employed on mixing asphaltic materials, cement and lime
mortars shall be provided with protective footwear and protective
goggles.
ii) Those engaged in white washing and mixing or stacking of cement
bags or any material which is injurious to the eyes shall be provided
with protective goggles.
iii) Those engaged in welding works shall be provided with welder’s
protective eye-shields.
iv) Stone breaker shall be provided with protective goggles and
protective clothing and seated at sufficiently safe intervals.
v) When workers are employed in sewers and manholes, which are in
active use, the contractors shall ensure that the manhole covers are
opened and ventilated at least 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 boards to prevent accident to the public. In addition, the
contractor shall ensure that the following safety measures are
adhered to:-
a) Entry for workers into the line shall not be allowed except under
supervision of the Sr. Superintendent (Engg.) or any other higher
officer.
b) At least 5 to 6 manholes upstream and downstream should be
kept open for at least 2 to 3 hours before any man is allowed to
enter into the manhole for working inside.
c) Before entry, presence of toxic gases should be tested by inserting
wet lead acetate paper which changes colour in the presence of
such gases and gives indication of their presence
d) d) Presence of Oxygen should be verified by lowering a detector
lamp into the manhole. In case, no Oxygen is found inside the
sewer line, workers should be sent only with oxygen kit.
e) Safety belt with rope should be provided to the workers. While
working inside the manholes, such rope should be handled by two
men standing outside to enable him to be pulled out during
emergency.
f) The area should be barricaded or condoned off by suitable means
to avoid mishaps of any kind. Proper warning signs should be
displayed for the safety of the public whenever cleaning works
are undertaken during night or day.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-118


210

g) No smoking or open flames shall be allowed near the blocked


manhole being cleaned.
h) The malba obtained on account of cleaning of blocked manholes
and sewer lines should be immediately removed to avoid
accidents on account of slippery nature of the malba.
i) Workers should not be allowed to work inside the manhole
continuously. He should be given rest intermittently. The
Engineer-in-Charge may decide the time upto which a worker
may be allowed to work continuously inside the manhole.
j) Gas masks with Oxygen Cylinder should be kept at site for use in
emergency.
k) Air-blowers should be used for flow of fresh air through the
manholes. Whenever called for, portable air blowers are
recommended for ventilating the manholes. The Motors for these
shall be vapour proof and of totally enclosed type. Non sparking
gas engines also could be used but they should be placed at least 2
meters away from the opening and on the leeward side protected
from wind so that they will not be a source of friction on any
inflammable gas that might be present.
l) The workers engaged for cleaning the manholes / sewers should
be properly trained before allowing to work in the manhole.
m) The workers shall be provided with Gumboots or non-sparking
shoes bump helmets and gloves non sparking tools safety lights
and gas masks and portable air blowers (when necessary). They
must be supplied with barrier cream for anointing the limbs
before working inside the sewer lines.
n) Workmen descending a manhole shall try each ladder stop or
rung carefully before putting his full weight on it to guard against
insecure fastening due to corrosion of the rung fixed to manhole
well.
o) If a man has received a physical injury, he should be brought out
of the sewer immediately and adequate medical aid should be
provided to him.
p) The extent to which these precautions are to be taken depend on
individual situation but the decision of the Engineer-in-Charge
regarding the steps to be taken in this regard in an individual case
will be final.
vi) The Contractor shall not employ men and women below the age of
18 years on the work of painting with products containing lead in
any form. Wherever men above the age of 18 are employed on the
work of lead painting, the following precaution should be taken:- a)
No paint containing lead or lead products shall be used except in the
form of paste or readymade paint. b) 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 is dry rubbed and scrapped. c)

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-119


211

Overall shall be supplied by the contractors to the workmen and


adequate facilities shall be provided to enable the working painters
to wash during and on the cessation of work

9. An additional clause (viii)(i) of AAI Safety Code (iv) the Contractor shall
not employ women and men below the age of 18 on the work of painting
with product containing lead in any form, wherever men above the age of
18 are employed on the work of lead painting, the following principles
must be observed for such use:
i) White lead, sulphate of lead or product containing these pigment,
shall not be used in painting operation except in the form of pastes
or paint ready for use.
ii) Measures shall be taken, wherever required in order to prevent
danger arising from the application of a paint in the form of spray
iii) Measures shall be taken, wherever practicable, to prevent danger
arising out of from dust caused by dry rubbing down and scraping.
iv) Adequate facilities shall be provided to enable working painters to
wash during and on cessation of work.
v) Overall shall be worn by working painters during the whole of
working period.
vi) Suitable arrangement shall be made to prevent clothing put off
during working hours being spoiled by painting materials.
vii) Cases of lead poisoning and suspected lead poisoning shall be
notified and shall be subsequently verified by medical man
appointed by competent authority of AAI.
viii) AAI may require, when necessary medical examination of workers.
ix) Instructions with regard to special hygienic precautions to be taken
in the painting trade shall be distributed to working painters

10. When the work is done near any place where there is risk of drowning, all
necessary equipments 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 obtained during the course of the work.

11. Use of hoisting machines and tackle including their attachments,


anchorage and supports shall conform to the following standards or
conditions:
i) These shall be of good mechanical construction, sound materials and
adequate strength and free from patent defects and shall be kept
repaired and in good working order. (b) Every rope used in hoisting
or lowering materials or as a means of suspension shall be of
durable quality and adequate strength, and free from patent defects.
ii) Every crane driver or hoisting appliance operator shall be properly
qualified and no person under the age of 21 years should be in

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-120


212

charge of any hoisting machine including any scaffolding winch or


give signals to operator.
iii) In case of every hoisting machine and of every chain ring hook,
shackle swivel and pulley block used in hoisting or as means of
suspension, the safe working load shall be ascertained by adequate
means. Every hoisting machine and all gear referred to above shall
be plainly marked with the safe working load. In case of a hoisting
machine having a variable safe working load each safe working load
and the condition under which it is applicable shall be clearly
indicated. No part of any machine or any gear referred to above in
this paragraph shall be loaded beyond the safe working load except
for the purpose of testing.
iv) In case of departmental machines, the safe working load shall be
notified by the Electrical Engineer-in-Charge. As regards
contractor’s machines the contractors 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 electrical
Engineer concerned.

12. Motors, gearing, transmission, electric wiring and other dangerous parts
of hoisting appliances should be provided with efficient safeguards.
Hoisting appliances should be provided with such means as will reduce to
the minimum the risk of accidental descent of the load. Adequate
precautions should be taken to reduce to the minimum the risk of any part
of a suspended load becoming accidentally displaced. When workers are
employed on electrical installations which are already energized,
insulating mats, wearing apparel, such as gloves, sleeves and boots as may
be necessary should be provided. The worker should not wear any rings,
watches and carry keys or other materials which are good conductors of
electricity.

13. All scaffolds, ladders and other safety devices mentioned or described
herein shall be maintained in safe condition and no scaffold, 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

14. These safety provisions should be brought to the notice of all concerned by
display on a notice board at a prominent place at work spot. The person
responsible for compliance of the safety code shall be named therein by
the contractor.

15. 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 Labour Officer or Engineer-in- Charge of the
department or their representatives.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-121


213

16. Notwithstanding the above clauses from (1) to (15), there is nothing in
these to exempt the contractor from the operations of any other Act or
Rules in force in the Republic of India









































SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-122


214

MODEL RULES FOR THE PROTECTION OF


HEALTH AND SANITARY ARRANGEMENTS FOR WORKERS
EMPLOYED BY AAI OR ITS CONTRACTORS

1. APPLICATION
These rules shall apply to all buildings and construction works in charge of
AAI in which twenty or more workers are ordinarily employed or are
proposed to be employed in any day during the period during which the
contract work is in progress.
2. DEFINITION
Work place means a place where twenty or more workers are ordinarily
employed in connection with construction work on any day during the period
during which the contract work is in progress.
3. FIRST‐AID FACILITIES
i) At every work place, there shall be provided and maintained, so as to
be easily accessible during working hours, first-aid boxes at the rate of
not less than one box for 150 contract labour or part thereof ordinarily
employed.
ii) The first-aid box shall be distinctly marked with a red cross on white
back ground and shall contain the following equipment.
a) For work places in which the number of contract labour employed
does not exceed 50 Each first –aid box shall contain the following
equipments:
1. 6 small sterilized dressings
2. 3 medium size sterilized dressings
3. 3 large size sterilized dressings
4. 3 large sterilized burn dressings
5. 1 (30 ml) bottle containing a two per cent alcoholic solution of
iodine.
6. 1 (30 ml) bottle containing salvolatile having the dose and
mode of administration indicated on the label.
7. 1 snakebite lancet.
8. 1 (30 gms) bottle of potassium permanganate crystals.
9. 1 pair scissors.
10. 1copy of the first-aid leaflet issued by the Director General,
Factory Advice Service and Labour Institute, Government of
India.
11. 1 bottle containing 100 tablets (each of 5 gms) of aspirin.
12. Ointment for burns.
13. A bottle of suitable surgical antiseptic solution.
b) For work places in which the number of contract labour exceed 50.
Each first-aid box shall contain the following equipments.
1. 12 small sterilized dressings.
2. 6 medium size sterilized dressings.
3. 6 large size sterilized dressings

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-123


215

4. 6 large size sterilized burn dressings.


5. 6 (15 gms) packets sterilized cotton wool.
6. 1 (60 ml). Bottle containing two per cent alcoholic solution
iodine.
7. 1 (60 ml) bottle containing salvolatile having the dose and
mode of administration indicated on the label.
8. 1 roll of adhesive plaster.
9. 1 snake bite lancet.
10. 1 (30 gms) bottle of potassium permanganate crystals.
11. 1 pair scissors.
12. 1 copy of the first-aid leaflet issued by the Director General
Factory Advice Service and Labour Institute / Government of
India.
13. A bottle containing 100 tablets (each of 5 gms) of aspirin
14. Ointment for burns. 15. A bottle of suitable surgical antiseptic
solution.
iii) Adequate arrangements shall be made for immediate recoupment of
the equipment when necessary.
iv) Nothing except the prescribed contents shall be kept in the First-aid
box.
v) The first-aid box shall be kept in charge of a responsible person who
shall always be readily available during the working hours of the work
place.
vi) A person in charge of the First-aid box shall be a person trained in
First-aid treatment in the work places where the number of contract
labour employed is 150 or more.
vii) In work places where the number of contract labour employed is 500
or more and hospital facilities are not available within easy distance
from the works. First-aid posts shall be established and run by a
trained compounder. The compounder shall be on duty and shall be
available at all hours when the workers are at work.
viii) Where work places are situated in places which are not towns or cities,
a suitable motor transport shall be kept readily available to carry
injured person or person suddenly taken ill to the nearest hospital.

4. DRINKING WATER
i) In every work place, there shall be provided and maintained at suitable
places, easily accessible to labour, a sufficient supply of cold water fit
for drinking.
ii) Where drinking water is obtained from an intermittent public water
supply, each work place shall be provided with storage where such
drinking water shall be stored.
iii) Every water supply or storage shall be at a distance of not less than 50
feet from any latrine drain or other source of pollution. Where water
has to be drawn from an existing well which is within such proximity

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-124


216

of latrine, drain or any other source of pollution, the well shall be


properly chlorinated before water is drawn from it for drinking. All
such wells shall be entirely closed in and be provided with a trap door
which shall be dust and waterproof.
iv) A reliable pump shall be fitted to each covered well, the trap door shall
be kept locked and opened only for cleaning or inspection which shall
be done at least once a month.

5. WASHING FACILITIES
i) In every work place adequate and suitable facilities for washing shall
be provided and maintained for the use of contract labour employed
therein.
ii) Separate and adequate cleaning facilities shall be provided for the use
of male and femal workers.
iii) Such facilities shall be conveniently accessible and shall be kept in clean
and hygienic condition.

6. LATRINES AND URINALS


i) Latrines shall be provided in every work place on the following scale
namely:
a) Where female are employed, there shall be at least one latrine for
every 25 females.
b) Where males are employed, there shall be at least one latrine for
every 25 males.
ii) Provided that, where the number of males or females exceeds 100, it
shall be sufficient if there is one latrine for 25 males or females as the
case may be upto the first 100, and one for every 50 thereafter.
iii) Every latrine shall be under cover and so partitioned off as to secure
privacy, and shall have a proper door and fastenings.
iv) Construction of latrines: The inside walls shall be constructed of
masonry or some suitable heat-resisting nonabsorbent materials and
shall be cement washed inside and outside at least once a year, Latrines
shall not be of a standard lower than borehole system
v) (a) Where workers of both sexes are employed, there shall be displayed
outside each block of latrine and urinal, a notice in the language
understood by the majority of the workers “For Men only” or “For
Women Only” as the case may be.
(b) The notice shall also bear the figure of a or of a woman, as the case
may be.
vi) There shall be at least one urinal for male workers upto 50 and one for
female workers upto fifty employed at a time, provided that where the
number of male or female workmen, as the case may be exceeds 500, it
shall be sufficient if there is one urinal for every 50 males or females
upto the first 500 and one for every 100 or part thereafter.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-125


217

vii) (a) The latrines and urinals shall be adequately lighted and shall be
maintained in a clean and sanitary condition at all times.
(b) Latrines and urinals other than those connected with a flush sewage
system shall comply with the requirements of the Public Health
Authorities.
viii) Water shall be provided by means of tap or otherwise so as to be
conveniently accessible in or near the latrines and urinals.
ix) Disposal of excreta: Unless otherwise arranged for by the local sanitary
authority, arrangements for proper disposal of excreta by incineration
at the work place shall be made by means of a suitable incinerator.
Alternately excreta may be disposed of by putting a layer of night soil at
the bottom of a pucca tank prepared for the purpose and covering it
with a 15 cm. Layer of waste or refuse and then covering it with a layer
of earth for a fortnight (when it will turn to manure).
x) The contractor shall at his own expense, carry out all instructions
issued to him by the Engineer-in-Charge to effect proper disposal of
night soil and other conservancy work in respect of the contractor’s
workmen or employees on the site. The contractor shall be responsible
for payment of any charges which may be levied by Municipal or
Cantonment Authority for execution of such on his behalf.

7. PROVISION OF SHELTER DURING REST


At every place there shall be provided, free of cost, four suitable sheds, two for
meals and the other two for rest separately for the use of men and women
labour. The height of each shelter shall not be less than 3 meters (10 ft.) from
the floor level to the lowest part of the roof. These shall be kept clean and the
space provided shall be on the basis of 0.6 sq.m. (6 sft) per head. Provided
that the Engineer-in-Charge may permit subject to his satisfaction, a portion
of the building under construction or other alternative accommodation to be
used for the purpose.

8. CRECHES
i) At every work place, at which 20 or more women workers are
ordinarily employed, there shall be provided two rooms of reasonable
dimensions for the use of their children under the age of six years. One
room shall be used as a play room for the children and the other as
their bedroom. The rooms shall be constructed with specifications as
per clause 19 H (ii) a, b & c.
ii) The rooms shall be provided with suitable and sufficient openings for
light and ventilation. There shall be adequate provision of sweepers to
keep the places clean.
iii) The contractor shall supply adequate number of toys and games in the
play room and sufficient number of cots and beddings in the bed room.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-126


218

iv) The contractor shall provide one ayaa to look after the children in the
crèche when the number of women workers does not exceed 50 and
two when the number of women workers exceed 50.
v) The use of the rooms earmarked as crèches shall be restricted to
children, their attendants and mothers of the children

9. CANTEENS
i) In every work place where the work regarding the employment of
contractor labour is likely to continue for six months and where in
contract labour numbering one hundred or more are ordinarily
employed, an adequate canteen shall be provided by the contractor for
the use of such contract labour.
ii) The canteen shall be maintained by the contractor in an efficient
manner.
iii) The canteen shall consist of at least a dining hall, kitchen, storeroom,
pantry and washing places separately for workers and utensils.
iv) The canteen shall be sufficiently lighted at all times when any person
has access to it.
v) The floor shall be made of smooth and impervious materials and inside
walls shall be lime washed or colour washed at least once in each year.
Provided that the inside walls of the kitchen shall be lime washed every
four months.
vi) The premises of the canteen shall be maintained in a clean and sanitary
condition.
vii) Waste water shall be carried away in suitable covered drains and shall
not be allowed to accumulate so as to cause a nuisance.
viii) Suitable arrangements shall be made for the collection and disposal of
garbage.
ix) The dining hall shall accommodate at a time 30 per cent of the contract
labour working at a time.
x) The floor area of the dining hall, excluding the area occupied by the
service counter and any furniture except tables and chairs shall not be
less than one square metre (10 sft) per diner to be accommodated as
prescribed in sub-Rule (ix).
xi) (a) A portion of the dining hall and service counter shall be partitioned
off and reserved for women workers in proportion to their number.
(b) Washing places for women shall be separate and screened to secure
privacy.
xii) Sufficient tables stools, chairs or benches shall be available for the
number of diners to be accommodated as prescribed in sub-Rule (ix).
xiii) (a) 1. There shall be provided and maintained sufficient utensils
crockery, furniture and any other equipment necessary for the efficient
running of the canteen.
2. The furniture utensils and other equipment shall be maintained in a
clean and hygienic condition.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-127


219

(b) 1. Suitable clean clothes for the employees serving in the canteen
shall be provided and maintained.
2. A service counter, if provided, shall have top of smooth and
impervious material.
3. Suitable facilities including an adequate supply of hot water shall be
provided for the cleaning of utensils and equipments.
xiv) The food stuffs and other items to be served in the canteen shall be in
conformity with the normal habits of the contract labour.
xv) The charges for food stuffs, beverages and any other items served in
the canteen shall be based on ‘No Profit, No loss’ and shall be
conspicuously displayed in the canteen.
xvi) In arriving at the price of foodstuffs, and other article served in the
canteen, the following items shall not be taken into consideration as
expenditure namely :-
a) The rent of land and building.
b) The depreciation and maintenance charges for the building and
equipments provided for the canteen.
c) The cost of purchase, repairs and replacement of equipments
including furniture, crockery, cutlery and utensils.
d) The water charges and other charges incurred for lighting and
ventilation.
e) The interest and amounts spent on the provision and maintenance of
equipments provided for the canteen.
xvii) The accounts pertaining to the canteen shall be audited once every 12
months by registered accountants and auditors

10. ANTI‐MALARIAL PRECAUTIONS

The contractor shall at his own expense, conform to all anti-malarial instructions
given to him by the Engineer-in-Charge including the filling up of any borrow pits
which may have been dug by him.

11. The above rules shall be incorporated in the contracts and in notices inviting
tenders and shall form an integral part of the contracts.

12. AMENDMENTS

AAI may, from time to time, add to or amend these rules and issue directions - it
may consider necessary for the purpose of removing any difficulty which may
arise in the administration thereof

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-128


220


AIRPORTS AUTHORITY OF INDIA
Contractor’s Labour Regulations

1. SHORT TITLE
These regulations may be called the AAI Contractors Labour Regulations.

2. DEFINITIONS
i) Workman means any person employed by AAI or its contractor
directly or indirectly through a subcontractor with or without the
knowledge of the AAI to do any skilled, semiskilled or unskilled
manual, supervisory, technical or clerical work for hire or reward,
whether the terms of employment are expressed or implied but
does not include any person:- a) Who is employed mainly in a
managerial or administrative capacity: or b) Who, being employed
in a supervisory capacity draws wages exceeding five hundred
rupees per mensem or exercises either by the nature of the duties
attached to the office or by reason of powers vested in him,
functions mainly of managerial nature : or c) Who is an out worker,
that is to say, person to whom any article or materials are given out
by or on behalf of the principal employers to be made up cleaned,
washed, altered, ornamental finished, repaired adopted or
otherwise processed for sale for the purpose of the trade or
business of the principal employers and the process is to be carried
out either in the home of the out worker or in some other premises,
not being premises under the control and management of the
principal employer. No person below the age of 14 years shall be
employed to act as a workman.
ii) Fair Wages means wages whether for time or piece work fixed and
notified under the provisions of the Minimum Wages Act from time
to time.
iii) Contractors shall include every person who undertakes to produce a
given result other than a mere supply of goods or articles of
manufacture through contract labour or who supplies contract
labour for any work and includes a subcontractor.
iv) Wages shall have the same meaning as defined in the Payment of
Wages Act. 3.
3. i) Normally working hours of an adult employee should not exceed 9
hours a day. The working day shall be so arranged that inclusive of
interval for rest, if any, it shall not spread over more than 12 hours
on any day.
ii) When an adult worker is made to work for more than 9 hours on
any day or for more than 48 hours in any week, he shall be paid over
time for the extra hours put in by him at double the ordinary rate of
wages.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-129


221

iii) a) Every worker shall be given a weekly holiday normally on a


Sunday, in accordance with the provisions of the Minimum Wages
(Central) Rules 1960 as amended from time to time irrespective of
whether such worker is governed by the Minimum Wages Act or
not.
b) Where the minimum wages prescribed by the Central/State
Government under the Minimum Wages Act are not inclusive of the
wages for the weekly day of rest, the worker shall be entitled to rest
day wages at the rate applicable to the next preceding day, provided
he has worked under the same contractor for a continuous period of
not less than 6 days.
c) Where a contractor is permitted by the Engineer-in-Charge to
allow a worker to work on a normal weekly holiday, he shall grant a
substituted holiday to him for the whole day on one of the five days
immediately before or after the normal weekly holiday and pay
wages to such worker for the work performed on the normal weekly
holiday at overtime rate.

4. DISPLAY OF NOTICE REGARDING WAGES ETC.


The contractor shall before he commences his work on contract, display and
correctly maintain and continue to display and correctly maintain in a clear
and legible condition in conspicuous places on the work, notices in English
and in the local Indian languages spoken by the majority of the workers giving
the minimum rates of wages fixed under Minimum Wages Act, the actual
wages being paid, the hours of work for which such wage are earned, wages
periods, dates of payments of wages and other relevant information as per
Appendix’ VIII’.

5. PAYMENT OF WAGES
i) The contractor shall fix wage periods in respect of which wages shall be
payable.
ii) No wage period shall exceed one month.
iii) The wages of every person employed as contract labour in an
establishment or by a contractor where less than one thousand such
persons are employed shall be paid before the expiry of seventh day and
in other cases before the expiry of tenth day after the last day of the
wage period in respect of which the wages are payable.
iv) Where the employment of any worker is terminated by or on behalf of
the contractor the wages earned by him shall be paid before the expiry
of the second working day from the date on which his employment is
terminated.
v) All payment of wages shall be made on a working day at the work
premises and during the working time and on a date notified in advance
and in case the work is completed before the expiry of the wage period,
final payment shall be made within 48 hours of the last working day.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-130


222

vi) Wages due to every worker shall be paid to him direct or to other
person authorised by him in this behalf.
vii) All wages shall be paid in current coin or currency or in both.
viii) Wages shall be paid without any deductions of any kind except those
specified by the Central Government by general or special order in this
behalf or permissible under the Payment of Wages Act 1956.
ix) A notice showing the wages period and the place and time of
disbursement of wages shall be displayed at the place of work and a
copy sent by the contractor to the Engineer-in-Charge under
acknowledgement.
x) It shall be the duty of the contractor to ensure the disbursement of
wages in the presence of the Senior Superintendent Engg or authorised
representative of the Engineer-in-Charge who will be required to be
present at the place and time of disbursement of wages by the
contractor to workmen.
xi) The contractor shall obtain from Engineer in charge or the authorised
representative of the Engineer-in-Charge a certificate under his
signature at the end of the entries in the “Register of Wages” or the
“Wage-cum-Muster Roll” as the case may be in the following form:
“Certified that the amount shown in column No. ………… has been paid to
the workman concerned in my presence on …………..at ......................... ”

Note: In case of payment of wages paid through bank, the contractor shall
submit a copy of bank statement for relevant period duly signed by him.

6. FINES AND DEDUCTIONS WHICH MAY BE MADE FROM WAGES


i) The wages of a worker shall be paid to him without any deduction of
any kind except the following:
a) Fines
b) Deductions for absence from duty i.e. from the place or the places
where by the terms of his employment he is required to work. The
amount of deduction shall be in proportion to the period for which he
was absent.
c) Deduction for damage to or loss of goods expressly entrusted to the
employed person for custody, or for loss of money or any other
deduction which he is required to account, where such damage or loss is
directly attributable to his neglect or default.
d) Deduction for recovery of advances or for adjustment of
overpayment of wages, advances granted shall be entered in a register.
e) Any other deduction which the Central Government may from time to
time allow.
ii) No fines should be imposed on any worker save in respect of such acts
and omissions on his part as have been approved of by the Chief Labour
Commissioner. Note: An approved list of Acts and Omissions for which
fines can be imposed is enclosed at Appendix-XII

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-131


223

iii) No fine shall be imposed on a worker and no deduction for damage or


loss shall be made from his wages until the worker has been given an
opportunity of showing cause against such fines or deductions.
iv) The total amount of fine which may be imposed in any one wage period
on a worker shall not exceed an amount equal to three paise in a rupee
of the total wages, payable to him in respect of that wage period.
v) No fine imposed on any worker shall be recovered from him by
installment, or after the expiry of sixty days from the date on which it
was imposed.
vi) Every fine shall be deemed to have been imposed on the day of the act
or omission in respect. of which it was imposed.

7. LABOUR RECORDS
i) The contractor shall maintain a Register of persons employed on work
on contract in Form XIII of the CL(R&A) Central Rules 1971 (Appendix
VI)
ii) The contractor shall maintain a Muster Roll register in respect of all
workmen employed by him on the work under Contract in Form XVI of
the CL (R&A) Rules 1971 (Appendix VII).
iii) The contractor shall maintain a Wage Register in respect of all
workmen employed by him on the work under contract in Form XVII of
the CL (R&A) Rules 1971 (Appendix VIII)
iv) Register of accident - The contractor shall maintain a register of
accidents in such form as may be convenient at the work place but the
same shall include the following particulars : (a) Full particulars of the
labourers who met with accident. (b) Rate of Wages (c) Sex (d) Age (e)
Nature of accident and cause of accident (f) Time and date of accident
(g) Date and time when admitted in Hospital (h) Date of discharge
from the Hospital (i) Period of treatment and result of treatment (j)
Percentage of loss of earning capacity and disability as assessed by
Medical officer (k) Claim required to be paid under Workmen’s
Compensation Act. (l) Date of payment of compensation (m) Amount
paid with details of the person to whom the same was paid (n)
Authority by whom the compensation was assessed. (o) Remarks
v) The contractor shall maintain a Register of Fines in the Form XII of the
CL(R&A) Rules 1971 (Appendix-XIII). The contractor shall display in a
good condition and in a conspicuous place of work the approved list of
acts and omissions for which fines can be imposed (Appendix-XII)
vi) The contractor shall maintain a Register of deductions for damage or
loss in Form XX of the CL (R&A) Rules 1971 (Appendix-XIV)
vii) The contractor shall maintain a Register of Advances in Form XXIII of
the CL (R&A) Rules 1971 (Appendix-XV)
viii) The contractor shall maintain a Register of Overtime in Form XXIII of
the CL (R&A) Rules 1971 (Appendix-XVI).

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-132


224

8. ATTENDANCE CARD‐CUM‐WAGE SLIP


i) The contractor shall issue an Attendance card-cum-wage slip to each
workman employed by him in the specimen form at (Appendix-IX)
ii) The card shall be valid for each wage period.
iii) The contractor shall mark the attendance of each workman on the card
twice each day, once at the commencement of the day and again after
the rest interval, before he actually starts work.
iv) The card shall remain in possession of the worker during the wage
period under reference
v) The contractor shall complete the wage slip portion on the reverse of
the card at least a day prior to the disbursement of wages in respect of
the wage period under reference.
vi) The contractor shall obtain the signature or thumb impression of the
worker on the wage slip at the time of disbursement of wages and
retain the card with himself.

9. EMPLOYMENT CARD
i) The contractor shall issue an Employment Card in Form XIV of the CL
(R&A) Central Rules 1971 to each worker within three days of the
employment of the worker (Appendix-X).

10. SERVICE CERTIFICATE


On termination of employment for any reason whatsoever the contractor shall
issue to the workman whose services have been terminated, a Service certificate
in Form XV of the CL(R&A) Central Rules 1971.

11. PRESERVATION OF LABOUR RECORDS


All records required to be maintained under Regulations Nos. 6 & 7 shall be
preserved in original for a period of three years from the date of last entries
made in them and shall be made available for inspection by the Engineer-in-
Charge or Labour Officer or any other officers authorised by the Ministry of
Urban Development in this behalf.

12. POWER OF LABOUR OFFICER TO MAKE INVESTIGATIONS OR ENQUIRY


The Labour Officer or any person authorised by Central Government on their
behalf shall have power to make enquiries with a view to ascertaining and
enforcing due and proper observance of Fair Wage Clauses and the Provisions of
these Regulations. He shall investigate into any complaint regarding the default
made by the contractor or subcontractor in regard to such provision.

13. REPORT OF LABOUR OFFICER


The Labour Officer or other persons authorised as aforesaid shall submit a report
of result of his investigation or enquiry to the Engineer-in-Charge concerned
indicating the extent, if any, to which the default has been committed with a note
that necessary deductions from the contractor’s bill be made and the wages and

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-133


225

other dues be paid to the labourers concerned. In case an appeal is made by the
contractor under Clause 13 of these regulations, actual payment to labourers will
be made by the Engineer-in-Charge after G.M. Engg. has given his decision on
such appeal.
(i) Engineer-in-Charge shall arrange payments to the labour concerned within 45
days from the receipt of the report from the Labour Officer or the G.M. Engineer
as the case may be.

14. APPEAL AGAINST THE DECISION OF LABOUR OFFICER


Any person aggrieved by the decision and recommendations of the Labour
Officer or other person so authorised may appeal against such decision to the
Engineer-in-Charge concerned within 30 days from the date of decision, but
subject to such appeal, the decision of the officer shall be final and binding upon
the contractor.

15. PROHIBITION REGARDING REPRESENTATION THROUGH LAWYER


i) A workman shall be entitled to be represented in any investigation or
enquiry under these regulations by :
a) An officer of a registered trade union of which he is a member.
b) An officer of a federation of trade unions to which the trade union
referred to in Clause (a) is affiliated.
c) Where the employer is not a member of any registered trade union, by
an officer of a registered trade union, connected with the industry in
which the worker is employed or by any other workman employed in
the industry in which the worker is employed.
ii) An employer shall be entitled to be represented in any investigation or
enquiry under these regulations by :
a) An officer of an association of employers of which he is a member.
b) An officer of a federation of associations of employers to which
association referred to in Clause (a) is affiliated.
c) Where the employers is not a member of any association of employers,
by an officer of association of employer connected with the industry in
which the employer is engaged or by any other employer, engaged in
the industry in which the employer is engaged.
iii) No party shall be entitled to be represented by a legal practitioner in any
investigation or enquiry under these regulations.

16. INSPECTION OF BOOKS AND SLIPS


The contractor shall allow inspection of all the prescribed labour records to any
of his workers or to his agent at a convenient time and place after due notice is
received or to the Labour Officer or any other person, authorised by the Central
Government on his behalf .

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-134


226

17. SUBMISSION OF RETURNS


The contractor shall submit periodical returns as may be specified from time to
time.

18. AMENDMENTS
The Central Government/AAI may from time to time add to or amend the
regulations and on any question as to the application/interpretation or effect of
those regulations the decision of the General Manager (Engg.) concerned shall be
final

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-135


227

APPENDIX‐I

FORM OF BANK GUARANTEE IN LIEU OF SECURITY DEPOSIT & AMOUNT
WITHHIELD AGAINST COMPENSATION FOR DELAY IN INDIVIDUAL
CONTRACT
(on Non‐Judicial Stamp Paper of Rs.100/‐)

[Refer Clause 1A and 2B ]

To
The Airports Authority of India
…………………………………….
……………………………………..
1. In consideration of the Airport Authority of India having its head office at
New Delhi [hereinafter called the “AAI” which expression shall unless
repugnant to the subject or context include its administrator, successors
and assigns) having agreed under the terms and condition of Contract
Agreement No. ………………………dated……………made between……….and
AAI in connection with the work of …………………….(hereinafter called the
said contract) to accept Deed of Guarantee as herein provided for
Rs…………………….(Rupees……………..only) from a Nationalized Bank in lieu
of the Security deposit to be made by the contractor or lieu of the amount
withheld towards compensation for delay pending final extension of time
to be made from the contractors contained in the said Contractor. We,
the………………bank (hereinafter referred to as “the said Bank” and having
our registered office at ……………………do hereby under take and agree to
identify and keep indemnified AAI from time to time to the extent of
Rs……………………(Rupees……………………….only) against any loss or
damage, cost,, charges and expenses caused to or suffered by or that may
be caused to or suffered by AAI by reason of any breach or breaches by
the said Contractor of any of the terms and condition contained in the said
contract and to unconditionally pay the amount claimed by AAI on
demand and without demur to the extent aforesaid.

2. We ……………………………… Bank, further agree that AAI shall be the sole


judge of and as to whether the said Contractor has committed any breach
or breaches of any of the terms and conditions of the said contract and the
extent of loss, damage, costs, charges and expenses caused to or suffered
by or that may be caused to or suffered by AAI on account thereof and the
decision of AAI that the said Contractor has committed such breach and
breaches and as to the amount or amounts of loss, damage, costs, charges
and expenses caused to or suffered of that may be caused to or suffered by
AAI from time to time shall be final and binding on us.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-136


228

3. We, the said Bank, further agree that the Guarantee herein contained shall
remain in full force and effect during the period that would be taken for
the performance of the said contracts and till all the dues of AAI under the
said contract or by virtue of any of the terms and conditions governing the
said contract including compensation for delay if any as decided by AAI,
have been fully paid and its claims satisfied or discharged and till the
Accepting Authority of the contract certifies that the terms and condition
and accordingly Contract have been fully and properly carried out by the
said contractor and accordingly discharges this guarantee subject,
however that AAI shall have no claim under this Guarantee after
90(Ninety) days from the date of expiry of the defects Liabilities periods or
Final /Extension of Time grated by AAI as provided available in
agreements clause no……………..as provided in the said Contract,
i.e……….(date) or from the date of cancellation of the said contract, as the
case may be, unless a notice of the claim under this Guarantee has been
served on the Bank before the expiry of the period in which case the same
shall be enforceable against the Bank notwithstanding the fact, that the
same is enforced after the expiry of the said period.

4. AAI shall have the fullest liberty without affecting in any way the liability
of the bank under this Guarantee or Indemnity from time to time to vary
any of the terms and conditions of the said contract or to extend time of
performance by the said Contractor or to postpone for any time and form
time to time any of the powers exercisable by it against the said Contractor
and either to enforce or forbear from enforcing any of terms and
conditions governing the said contract or securities available to AAI and
the said Bank shall not be released from its liability under these present by
any exercise by AAI of any liberty with reference to the matters aforesaid
or by reason of time being given to the said contractor or any other
forbearance, act or omission on the part by AAI or any indulgence by AAI
to the said Contractor or any other matter or thing whatsoever which
under the law relating to sureties would but for this provision have the
effect of so releasing the Bank from its such liability.

5. It shall not be necessary for AAI to proceed against the contractor before
proceeding against the Bank and the Guarantee herein contained shall be
enforceable against the Bank, notwithstanding any security which AAI may
have obtained or obtain from the Contractor at the time when proceedings
are taken against the Bank hereunder be outstanding or unrealized.

6. We, the said Bank, lastly undertake not to revoke this Guarantee during its
currency except with the previous consent of AAI in writing and agree that
any charge in the Constitution of the said Contract or the said Bank shall
not discharge our liability hereunder.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-137


229

In presence of
Dated this __________ Day of _________
WITNESS
1.

2.
For and on behalf of (The Bank)
Signature __________________
Name & Designation __________
Authorisation No. _____________
Name & Place _______________
Bank’s Seal __________________

The above Guarantee is accepted by Airports Authority of India.


For and on behalf of Airports Authority of India
Signature ________________
Name ___________________
Designation _____________
Dated __________________

Note:
*For Proprietary Concerns
Sh. ____________________son of’ ________________resident of _____________carrying on
business under the name and style of _________________at ________(hereinafter called
“the said Contractor” which expression shall unless the context requires
otherwise include his heirs, executors, administrators and legal representatives).

For Partnership Concerns


1. Sh. ___________________son of ____________________resident of _______________ A- 178
2. Sh. ________________________son of ____________________resident of___________
carrying on business in co-partnership under the name and style of ___________at
______________ (hereinafter collectively called “the said contractor” which
expression shall unless the context requires otherwise include each of them and
their respective heirs, executors administrators and legal representatives).

For Companies
M/s _____________________a Company registered under the Companies Act, 1956 and
having its registered office in the State of (Hereinafter called “the said
Contractor” which expression shall unless the context requires otherwise include
its administrators, successors and assigns).

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-138


230

APPENDIX‐1A

FORM OF BANK GUARANTEE AGAINST EARNEST MONEY DEPOSIT

WHEREAS, contractor _________________ (Name of contractor) (hereinafter called


“the contractor”) has submitted his tender dated _______________ (date) for the
construction of “_______________________________ ”(name of work) (hereinafter called
“the TENDER”).

KNOW ALL PEOPLE by this presence that we _________________ (name of bank)


having our registered office at _________________ (hereinafter called “the bank”) are
bound unto Airports Authorty of India having its head office at Rajiv Gandhi
Bhawan, Safdarjung Airport, New Delhi-110003 (hereinafter called the ‘AAI’
which expression shall unless repugnant to the subject or contract includes its
administration, successors and assigns) in sum of Rs. _________________ (Rs. In
words _________________) for which payment well and truly to be made to the said
Engineer-in-Charge the Bank binds itself, his successors and assigns by these
presents.

SEALED with the Common Seal of the Bank this ___________ day of _____________20 __.
THE CONDITIONS of this obligation are:
(1) If after tender opening the Contractor withdraws, his tender during the
period of validity of tender (including extended validity of tender) specified
in the Form of Tender.

(2) If the contractor having been notified of the acceptance of his tender by the
engineer-in-charge.

a) Fails or refuses to execute the form of Agreement in accordance with the


instructions to contractor, if required –
OR
b) Fails or refuses to furnish the performance guarantee, in accordance with
the provisions of tender document and instructions to contractor,
OR
c) Fails or refuses to start the work, in accordance with the provisions of the
contract and instructions to contractor,
OR
d) Fails or refuses to submit fresh bank guarantee of an equal amount of this
bank guarantee against security deposit after award of contract.

We undertake to pay to the engineer-in-charge either up to the above amount or


part thereof upon receipt of his first written demand, without the engineer-in-
charge having to substantiates his demand, provided that in his demand the
engineer-in-charge will note that the amount claimed by him is due to him owing

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-139


231

to the concurrence of one or any of the above conditions, specifying the occurred
condition or conditions.

This guarantee will remain in force up to and including the date* ____________ after
the deadline for submission of tender as such deadline is stated in the
instructions to contractor or as it may be extended by the engineer-n-charge ,
notice of which extension (s) to the bank is hear by waived. Any demand in
respect of this guarantee should reach the bank not later than the above date.

DATE ……………………….. SIGNATURE OF THE BANK

WITNESS ……………………….. SEAL


(SIGNATURE NAME AND ADDRESS)

 Date to be worked out on the basis of validity period of 6 months from last date
of receipt of tender.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-140


232


APPENDIX‐II

PROFORMA FOR MANDATORY TESTS TO BE ATTACHED WITH RUNNING
ACCOUNT BILLS

Name of work:…………………………….......... Name of


Contractor…………………………………...
Contract Agreement No. and Date………………………... R/A Bill

No………………………..……

Sl. Ite Quantiti Frequenc No. of Upto No. of No. of Remar


N m es as per y as per Tests date Tests Tests ks
o. Agreem Specificati Requir Quanti Requir actual
ent on ed ty ed ly
done

1 2 3 4 5 6 7 8 9

























SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-141


233

Note: If the number of tests done are less than required, then reasons shall
be recorded.




Signature of Sudt. (Engg)



Signature of Engineer‐in‐Charge. Signature of Manager / AM
(Engg)

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-142


234

APPENDIX‐III

REGISTER OF MATERNITY BENEFITS (Clause 19 F)

Name and address of the


contractor…………………………………………………………………………

Name and location of the


work………………………………………………………………………………

Name of the Father’s/husban Nature of Period of Date on


employee d’s name employme actual which
nt employme notice of
nt confineme
nt given
1 2 3 4 5

Date on which maternity leave commenced and ended

In case of delivery In case of delivery


Date of
delivery/miscarria
ge Commenced Commenced
Ended Ended
6 7 8 9 10

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-143


235

Leave Pay paid to the employee

In case of delivery In case of miscarriage Remark

Rate of leave pay Amount paid Rate of Amount


leave pay paid
11 12 13 14 15

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-144


236

APPENDIX‐IV

SPECIMEN FORM OF THE REGISTER, REGARDING MATERNITY BENEFIT
ADMISSION TO THE CONTRACTOR'S LABOUR IN
AIRPORTS AUTHORITY OF INDIA WORKS(CLAUSE 19F)
Name and address of the contractor ---------------------------------------------------------
Name and location of the work ----------------------------------------------------------------
1) Name of the woman and her husband's name

2) Designation

3) Date of appointment

4) Date with months and years in which she is employed.

5) Date of discharge/dismissal, if any

6) Date of production of certificates in respect of pregnancy.

7) Date on which the woman informs about the expected delivery.

8) Date of delivery/misccarriage/death.

9) Date of production of certificate in respect of delivery/miscarriage.

10) Date with the amount of maternity/death benefit paid in advance of

expected delivery

11) Date with amount of subsequent payment of maternity benefit

12) Name of the person nominated by the woman to receive the payment of

the maternity benefit after the death.

13) If the woman dies, the date of her death, the name of the person to whom

maternity benefit amount was paid, the month thereof and the date in the

register.

14) Signature of the contractor authenticating entires in the register.

15) Remarks column for the use of Inspection Officer.


SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-145
237

APPENDIX‐V
Labour Board
Name of work
Name of Contractor-------------------------------------------------------------------------------
----------------------------------------------------------------------------------------------------
Address of Contractor ---------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------
Name and address of A. A. I. Division ---------------------------------------------------------
-------------------------------------------------------------------------------------------------------
Name of A. A. I. Labour Officer -----------------------------------------------------------------
------------------------------------------------------------------------------------------------------
Address of A. A. I. Labour Officer --------------------------------------------------------------
-----------------------------------------------------------------------------------------------------
Name of A.A.I Labour Officer--------------------------------------------------------------------
-

Sl.No. Category Minimum Actual Number Remark


wage fixed wage paid present

Weekly holiday -----------------------------------------------------------------------------------


Wage period --------------------------------------------------------------------------------------
Date of payment of wages ----------------------------------------------------------------------
-
Working hours -----------------------------------------------------------------------------------
Rest interval---------------------------------------------------------------------------------------

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-146


238

Form-XIII
APPENDIX‐VI
[See rule 2(1)]
[Part‐A: For all Establishments]
Register of Workmen Employed by Contractor

Name and address of contractor……………………………………………………………………………………….

Name and address of establishment which contractor is carried on…………………………………………………...

Name and location of work…………………………………………………………………………………………….

Name and address of Principal Employer……………………………………………………………………………...



Name of the Establishment‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐Name of Owner‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐LIN‐‐
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

Sl. Employee Na Surna Gend Father’s/Spo Date of Nationa Educatio Date Designat
No. Code me me er use Birth# lity n Level of ion
1 2 3 4 5 6 7 8 9 10 11



Category Type of Mobi UAN PAN ESIC IP LWF AADHAA Bank Bank Bran Prese Perman
Address Employme le R A/c ch nt ent
*(HS/S/SS nt Numb (IFS Addre
12 1 14 15 16 17 18 19 20 21 22 23 24

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-147


239


Servie Book Date of Reason for Mark of Pho Specimen Remarks
No. Exit Exit Identification to Signature/Th
25 26 27 28 29 3 31
*(Highly Skilled/Skilled/Semi Skilled/Un Skilled)
#Note: In case the age is between 14 to 18 years, mention the nature of work, daily hours of work and Intervals of rest in
the remarks Column.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-148


240

APPENDIX‐VII

Form-XVI
[See Rule 78 (1) (a) (i)]

Muster Roll

Name and address of


contractor……………………………………………………………………………………….

Name and address of establishment which contractor is carried


on…………………………………………………...

Name and location of


work…………………………………………………………………………………………….

Name and address of Principal Employer……………………………………For the


month of fortnight…………….

Sl Name of Se Father’s/ Date Remark


. work x Husband’
1 Man 3 s 1 2 3 4 5
2 4

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-149


241

FORM B
[See Rule 78 (1) (a) (i)]
APPENDIX‐VIII

FORMAT FOR WAGE REGISTER

Name and address of contractor……………………………………………………………………………………….

Name and address of establishment which contractor is carried on…………………………………………………...

Name and location of work…………………………………………………………………………………………….

Name and address of Principal Employer……………………………………For the month of fortnight…………….



Rate of Minimum Wages and since the
Highly Skilled Skilled Semi-Skilled Un Skilled
Minimum Basic
DA
Overtime

Name of the Establishment Name of Owner LIN _______ Wage period
From______________ To _____________ (Monthly/Fortnightly/Weekly/Daily/Piece Rated)
Sl. No. Name Rate No. of Overti Basic Speci DA Payme HRA Others Total
in of Days me al nts
Employ Wag worke hours Basi Overti
1 2 3 4 5 6 7 8 9 10 11 12

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-150


242

Deducti Net Employer


PF ESIC Society Income Insuran Others Recover Total Payment Share PF
Tax ce ies Welfare
Found
13 14 15 16 17 18 19 20 2 2

Receipt by Date of Remar


Employee/Ban Payment ks
k Transaction
ID
2 24 25









SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-151
243



FORM C
FORMAT OF REGISTER OF LOAN/
RECOVERIES

Name of Establishment LIN

Sl. Number In Na Recovery Type Particul Date of Amou


Employee me (Damage/loss/fine/adva ars damage/Loss* nt
1 2 3 4 5 6

Whether show Explanation Number of First Last Date of Remarks


cause heard in Instalments Month/Year Month/Year Complete
7 8 9 10 11 12 13

*Applicable only in case of damage/loss/fine








SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-152


244

Form-XVII [See Rule 78 (2) (a)]

Register of wages

Name and address of contractor……………………………………………………………………………………….

Name and address of establishment which contractor is carried on…………………………………………………...

Name and location of work…………………………………………………………………………………………….

Name and address of Principal Employer……………………………………For the month of fortnight…………….

Amount of wages

S. Name Serial Descri No. of Unit Daily Basi Dearne Over Othe Tot Dedu Net Sig. Initial
No of no in ption/ days s of rates of c ss -time r al ction amo or contr
workm the nature work wor wages/ wag Allowa cash if unt thum actor
an registe of ed k piece es nce pay any paid b his
r of work don rate ment (indi impr repre
workm done e . cate essio sentat
an (indi natu n of ive
cate re) the
natu work
re) men
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-153


245


APPENDIX‐VIIIA
WAGE CARD

Wages Card No…………………………

Name and Address of Contractor……………………Date of issue………………………..

Name and location of work………………………….Designation…………………………

Name of workman………………………………….Month/Fortnight……………………..

Rate of Wages…………………………………………

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 28 30 31

Morning Rate

Evening Amount

Initial

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-154


246

Received from…………………………………….the sum of Rs…………………………………………on account of my wages


Signature
The Wage Card is valid for one month from the date of iss

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-155


247

19/Form-XIX
APPENDIX‐IX
78 (2)
[See rule 78 (1) (b)]

Wages Slip

Name and address of contractor……………………………………………………………

Name and Father’s/Husband name of workman…………………………………………...

Name and location of work………………………………………………………………...

For the week/Fortnight/Month ending……………………………………………………..

1. No. of days worked……………………………………………………………………

2. No. of units worked in case of piece rate workers…………………………………….

3. Rate of daily wages/piece rate…………………………………………………………

4. Amount of overtime wages……………………………………………………………

5. Gross wages payable………………………………………………………………….

6. Deduction, if any………………………………………………………………………

7. Net amount of wages paid…………………………………………………………….

Initials of the contractor or his representative

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-156


248

APPENDIX‐X

14/Form-XIV
[See rule 76]
Employment Card

Name and address of contractor……………………………………………………………

Name and address of establishment under which is carried……………………………….

Name of work and location of work……………………………………………………….

Name and address of Principal Employee…………………………………………………

1. Name of the workman………………………………………………………………...

2. SI. No. in the register of workman employed………………………………………...

3. Nature of employment/designation…………………………………………………..

4. Wage rate (with particulars of unit in case of piece work)…………………………..

5. Wage period…………………………………………………………………………

6. Tenure of employment………………………………………………………………

7. Remark………………………………………………………………………………

Signature of Contractor

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-157


249

APPENDIX‐XI

FORM OF PERFORMANCE SECURITY (GUARANTEE)


Bank Guarantee Bond
(On Non‐Judicial Stamp Paper of Rs100/‐)

1. In consideration of the Chairman, AAI (hereinafter called “AAI”) having
offered to accept the terms and conditions of the proposed agreement
between ………………………………………………………………………………………………
[hereinafter called the said contractor(s)] for the work ……………………………
(hereinafter “the said agreement”) having agreed to production of a
irrevocable Bank Guarantee for Rs. ….......................... (Rupees
………………………..only) as a security / guarantee from the contractor(s) for
compliance of his obligations in accordance with the terms and conditions
in the said agreement.
We ………………………………. (Indicate the name of the Bank) (hereinafter
referred to as “the Bank”) hereby undertake to pay to the Chairman, AAI
an amount not exceeding Rs. ………………… (Rupees ………………… only) on
demand by AAI.

2. We ……………………………… (Indicate the name of the Bank) do hereby


undertake to pay the amounts due to payable under this Guarantee
without any demure, merely on a demand from AAI stating that the
amount claimed is required to meet the recoveries due or likely to be due
from the said contractor(s). Any such demand made on the Bank shall be
conclusive as regards the amount due and payable by the Bank under this
Guarantee. However, our liability under this guarantee shall be restricted
to an amount not exceeding Rs. ……………….. (Rupees ……………………… only).

3. We, the said Bank, further undertake to pay the Chairman, AAI any money
so demanded notwithstanding any dispute or disputes raised by the
contractor(s) in any suit or proceeding pending before any court or
tribunal relating thereto, our liability under this present being absolute
and unequivocal.

The payment so made by us under this bond shall be a valid discharge of


our liability for payment there under and the contractor(s) shall have no
claim against us for making such payment.

4. We…………………………….. (Indicate the name of bank) further agree that the


guarantee herein contained shall remain in full force and effect during the
period that would be taken for the performance of the said agreement and
that it shall continue to be enforceable till all the dues of AAI under or by
virtue of the said agreement have been fully paid and its claims satisfied or

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-158


250

discharged or till Engineer-In-Charge on behalf of AAI certified that the


terms and conditions of the said agreement have been fully and properly
carried out by the said contractor(s) and accordingly discharges this
guarantee.

5. We………………… (indicate the name of the bank) further agree with AAI
that AAI shall have the fullest liberty without our consent and without
effecting in any manner our obligations hereunder to vary any of terms
and conditions of the said agreement or to extend time of performance by
the said contractor(s) from time to time or to postpone for any time or
from time to time any of the powers exercisable by AAI against in the said
contractor(s) and to forebear and enforce any of the terms and conditions
relating to the said agreement and we shall not be relieved from our
liability by reason of any such variation, or extensions being granted to the
said contractor(s) or for any forbearance, act of omission on the part of
AAI or any indulgence by the AAI to the said contractor(s) or by any such
matter or thing whatsoever which under the law relating to securities
would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution
of the Bank or the contractor(s).

7. We………………………… (Indicate the name of the bank) lastly undertake not


to revoke this guarantee except with the previous consent of AAI in
writing.

8. This guarantee shall be valid upto ……………………………. unless extended on


demand by AAI. Notwithstanding anything mentioned above, our liability
against this guarantee is restricted to Rs. ……………….. (Rupees …………………
only) and unless a claim in writing is lodged within six months of the date
of expiry or the extended date of expiry of this guarantee all our liabilities
under this guarantee shall stand discharged.

In presence of
Dated this __________ Day of _________
Witness
1.
2.
For and on behalf of (The Bank)
Signaure __________________
Name & Designation __________
Authorisation No. _____________
Name & Place _______________
Bank’s Seal __________________

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-159


251

The above Guarantee is accepted by Airports Authority of India. For and on


behalf of Airports Authority of India
Signature ________________
Name ___________________
Designation _____________
Dated __________________
Note : * Date of validity should be schedule date of completion + Six months.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-160


252

APPENDIX‐XI‐A

Format for Letter of undertaking from the Depositor to Bank
(To be submitted along with Security Deposit / Earnest Money / Performance
Guarantee to Airport Authority of India)
(To be submitted in the Letter head of the firm)

The Branch Manager,


………………..Bank,
…………………….

Sub: - My / Our Bank Guarantee bearing No……..dated ……. for amount……. Issued
in favour of Airport Authority of India A/c……………

Sir,

The subject Bank Guarantee is obtained from your bank for the purpose of
Security Deposit / Earnest Money / Performance Guarantee on account of
contract awarded / to be awarded by M/s Airports Authority of India to me / us.

I hereby authorized the Airport Authority of India in whose favour the


deposit is made to close the subject Bank Guarantee before maturity/ on
maturity toward adjustment of dues without any reference /consent /notice
from me / our side and the bank is fully discharged by making the payment to
Airport Authority of India.

Signature of the Depositor

Place:

Date:

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-161


253

APPENDIX‐XII

LIST OF ACTS AND OMISSONS FOR WHICH FINES CAN BE IMPOSED


In accordance with rule 7(v) of the AAI Contractor's Labour Regulations to be


displayed promi nently at the site of work both in English and local Language.

1. Wilful insubordination or disobidience, whether alone or in combination

with other.

2. Theft fraud or dishonesty in connection with the contractors beside a

business or property of AAI.

3. Taking or giving bribes or any illegal gratifications

4. Habitual late attendance.

5. Drunkenness lighting, riotous or disorderly or indifferent behaviour

6. Habitual negligence.

7. Smoking near or around the area where combustible or other materials

are locked

8. Habitual Indiscipline

9. Causing damage to work in the progress or to property of the AAI or of the

contractor.

10. Sleeping on duty.

11. Malingering or slowing down work.

12. Giving of false information regarding name, age, father's name, etc.

13. Habitual loss of wage cards supplied by the employer's

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-162


254

14. Unauthorised use of employer's property of manufacturing or making of

unauthorised particles at the work place

15. Bad workmanship in construction and maintenance by skilled workers

which is not approved by the Department and for which the contractors

are compelled to undertake rectifications.

16. Making false complaints and/or misleading statements.

17. Engaging on trade within the premises of the establishments.

18. Any unauthotised divulgence of business affairs of the employees.

19. Collection or canvassing for the collection of any money within the

premises of an establishment unless authorised by the employer.

20. Holding meeting inside the premises without previous sanction of the

employers.

21. Threatening or intimidating any workman or employer during the working

hours within the premises.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-163


255

APPENDIX‐XIII

Form-XVII [See Rule 78 (2) (d)]

Register of Fines

Name and address of contractor……………………………………………………………………………………….

Name and address of establishment which contractor is carried on…………………………………………………...

Name and location of work…………………………………………………………………………………………….

Name and address of Principal Employer……………………………………………………………….…………….

SI. No. Name Father’ Designati Act or Date Whether Name of Wage Amount Date Remark
of s/ on action of workma person in period of the on s
workm Husban nature of for Offenc n whose and impose which
an d’s employm which e showed presence wages d fine
Name ent fine cause employee’s payable realise
impose against explanation d
d fine was heard
1 2 3 4 5 6 7 8 9 10 11 12

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-164


256

APPENDIX‐XIV

Form-XVII
[See Rule 78 (2) (d)]
Register of Deduction for Damage or Loss

Name and address of contractor……………………………………………………………………………………….

Name and address of establishment under which contract is carried on…………………………………………………...

Name and location of work…………………………………………………………………………………………….

Name and address of Principal Employer……………………………………………………………….…………….

SI. Name Father’ Designati Particul Date Wheth Name of Amoun No. Date of
No. of s on/natur ar of of er person in t of of recovery
work Husban e of Damag dama workm whose deducti insta Firs Last
man d’s employm es or ges or an presence on llme t Inst Remar
Name ent Loss loss showe employee impose nts Inst allm k
d cause ’s d allm ent
against explanati ent
deducti on was
on heard
1 2 3 4 5 6 7 8 9 10 11 12 13

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-165


257

APPENDIX‐XV
Form-XXII
[See Rule 78 (2) (d)]
Register of Advances

Name and address of contractor……………………………………………………………………………………….

Name and address of establishment under which contract is carried on…………………………………………………...

Name and location of work…………………………………………………………………………………………….

Name and address of Principal Employer……………………………………………………………….…………….

SI. Name Father’ Designati Wage Date Purpos Number Date Date
No. of s on/natur period and e for of and on
work Husban e of and amou which installme amount whic
man d’s employm wages nt of advanc nt by of each h Remar
Name ent payable advan e paid which install last k
ce advance ment insta
paid to be repaid llme
repaid nt
was
repai
d
1 2 3 4 5 6 7 8 9 10 11

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-166


258

APPENDIX‐XVI

Form-XXIII [See Rule 78 (2) (e)]

Register of Overtime

Name and address of contractor……………………………………………………………………………………….

Name and address of establishment under which contract is carried on…………………………………………………...

Name and location of work…………………………………………………………………………………………….

Name and address of Principal Employer……………………………………………………………….…………….

S. Name Father’s/ Sex Designatio Date on Total Normal Overti Overti Rate on Remark
N of Husband n/ which overtime rate of me rate me which s
o work s Name nature of overtime worked at wages of earnin overtime
men employem worked project in wages g paid
ent case of
piece rate
1 2 3 4 5 6 7 8 9 10 11 12

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-167


259

APPENDIX‐XVII
NOTICE FOR APPOINTMENT OF ARBITRATOR
[Refer Clause 25]
To
………………………………..
………………………………..
Dear Sir,
In terms of clause 25 of the agreement, particular of which are given
below, I/we hereby give notice to you to appoint an arbitrator for settlement of
disputes mentioned below:
1. Name of applicant
2. Whether applicant is Individual/Prop. Firm /Partnership Firm/Ltd. Co.
3. Full address of the applicant.
4. Name of the work and contract number in which arbitrator sought.
5. Name of the office which entered into contract.
6. Contract amount in the work.
7. Date of contract.
8. Date of initiation of work.
9. Stipulated date of completion of work.
10. Actual date of completion of work (if completed).
11. Total number of claim made.
12. Total amount claimed.
13. Date of intimation of final bill (if work is completed).
14. Date of payment of final bill (if work is completed).
15. Amount of final bill (if work is completed).
16. Date of request made to ED for decision.
17. Date of receipt of ED’s decision.
18. Date of appeal.
19. Date of receipt of decision on our appeal.
Specimen signature of the applicant
(Only the person/authority who
Signed the contract should sign)

I/We certify that the information given above is true to the best of my/our
knowledge. I/We enclose following documents.
1. Statement of claims with amount of claims.
2.
3.
4.
Yours faithfully
(Signature)
Copy to:
1. The Engineer-in-charge ………………….,
…………………………

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-168


260

APPENDIX ‐XVIII
INTEGRITY PACT

The integrity pact shall be signed by both the parties in the following
format

“This Pact made this ……..day of …… between Airports Authority of India, a


body corporate constituted by the Central Government under the Airports
Authority of India Act,1994 and having its Corporate Office at Rajiv Gandhi
Bhawan, New Delhi, and offices at ………….in India, hereinafter called the
Authority (which term shall unless excluded by or is repugnant to the
context, be deemed to include its Chairman, or Member, Executive
Directors, Airport Directors, officers or any of them specified by the
Chairman in this behalf, and shall also include its successors and assigns)
of the one part

AND

……represented by ……… of the other part, hereinafter called the
“Bidder/Contractor “(which term shall unless excluded by or is repugnant
to the context be deemed to include its heirs, representatives, successors
and assigns of the Bidder/ Contractor)
WHEREAS the Authority intends to award, under laid down organizational
procedures, tender/ contract for ………………….The Authority, while
discharging its functions on business principles, values proper compliance
with all relevant laws and regulations, and the principles of natural ,justice,
ethics, equity, fairness and transparency in its relations with the Bidders/
Contractors.

WHEREAS the Authority is desirous to make its business mechanism more


transparent, thus to ensure strict adherence of the aforesaid
objectives/goals, the Authority hereby adopts the instrument developed
by the renowned international non-governmental organization
“Transparency International” (T I ) headquartered in Berlin ( Germany ).
The Authority will appoint an Independent External Monitor (IEM) who
will monitor the tender process and the execution of the contract for
compliance with the principles mentioned above.

AND WHEREAS the Bidder is submitting a tender to the Authority for


……………………. In response to the NIT (Notice Inviting Tender) dated ………
Contractor is signing the contract for execution of ……NOW, therefore, To
avoid all forms of corruption by following a system that is fair, transparent
and free from any influence/prejudiced dealings prior to, during and
subsequent to the currency of the contract to be entered into with a view
to Enabling the Authority to obtain the desired said

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-169


261

stores/equipment/execution of works at a competitive price in conformity


with the defined specifications by avoiding the high cost and the
distortionary impact of corruption on public procurement, and Enabling
Authority to abstain from bribing or indulging in any corrupt practice in
order to secure the contract by providing assurance to them that their
competitors will also abstain from bribing and other corrupt practices and
the Authority will commit to prevent corruption, in any form, by its
officials by following transparent procedures. The parties hereto hereby
agree to enter into this Integrity Pact and agree as follows:

1. Commitments of the Authority;


1.1 The Authority undertakes that no official of the Authority, connected
directly or indirectly with the contract, will demand, take a promise for
or accept, directly or through intermediaries, any bribe, consideration,
gift, reward, favour or any material or immaterial benefit or any other
advantage from the BIDDER, either for themselves or for any person,
organization or third party related to the contract in exchange for an
advantage in the bidding process, bid evaluation, contracting or
implementation process related to the contract.
1.2 The Authority will, during the pre-contact stage, treat all BIDDERs
alike, and will provide to all BIDDERs the same information and will
not provide any such information to any particular BIDDER which
could afford an advantage to that particular BIDDER in comparison to
other BIDDERs.
1.3 All the officials of the Authority will report to the appropriate authority
office any attempted or completed breaches of the above commitments
as well as any substantial suspicion of such a breach.
1.4 In case any such preceding misconduct on the part of such official(s) is
reported by the BIDDER to the Authority with full and verifiable facts
and the same is prima facie found to be correct by the Authority,
necessary disciplinary proceedings, or any other action as deemed fit,
including criminal proceedings may be initiated by the Authority and
such a person shall be debarred from further dealings related to the
contract process. In such a case while an enquiry is being conducted by
the Authority the proceedings under the contract would not be stalled.

2. Commitments of Bidders/Contractor.
The Bidder/Contractor commits itself to take all measures necessary to
prevent corrupt practice, unfair means and illegal activities during any
stage of its bid or during any pre-contract or post-contract stage in order
to secure the contract or in furtherance to secure it and in particular
commit itself to the following.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-170


262

2.1 The Bidder/Contractor will not offer, directly or through


intermediaries, any bribe, gift, consideration, reward, favour, any
material or immaterial benefit or other advantage, commission, fees,
brokerage or inducement to any official of the Authority, connected
directly or indirectly with the bidding process, or to any person,
organization or third party related to the contract in exchange for any
advantage in the bidding, evaluation, contracting and implementation
of the contract.
2.2 The Bidder/Contactor further undertakes that it has not given, offered
or promised to give, directly or indirectly any bribe, gift, consideration,
reward, favour, any material or immaterial benefit or other advantage,
commission, fees, brokerage or inducement to any official of the
Authority or otherwise in procuring the Contract or forbearing to do or
having done any act in relation to the obtaining or execution of the
contract or any other contract with the Authority for showing or
forbearing to show favour or disfavour to any person in relation to the
contract or any other contract with the Authority.
2.3 The Bidder / Contactor has not entered and will not enter with other
bidders into any undisclosed agreement or understanding, whether
formal or informal. This applies in particular to prices, specification,
certifications, subsidiary contracts, submission or non-submission of
bids or any actions to restrict competitiveness or to introduce
cartelization in the bidding process.
2.4 The Bidder/Contractor shall, when presenting his bid, disclose the
name and address of agents and representatives and Indian BIDDERs
shall disclose their foreign principals or associates.
2.5 The Bidder/Contactor shall when presenting his bid disclose any and
all the payments he has made or, is committed to or intends to make to
agents/brokers or any other intermediary, in connection with this
bid/contract.
2.6 The Bidder/Contractor further confirms and declares to the Authority
that the BIDDER is the original manufacturer/integrator/ authorized
government sponsored export entity of the stores and has not engaged
any individual or firm or company whether Indian or foreign to
intercede, facilitate or in any way to recommend to the Authority or
any of its functionaries, whether officially or unofficially to the award
of the contract to the BIDDER, nor has any amount been paid,
promised or intended to be paid to any such individual, firm or
company in respect of any such intercession, facilitation or
recommendation.
2.7 The Bidder/Contractor, either while presenting the bid or during
pre-contract negotiations or before signing the contract, shall disclose
any payments he has made or has committed to or intends to make to
officials of the Authority or their family members, agents, brokers or

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-171


263

any other intermediaries in connection with the contract and the


details of services agreed upon for such payments.
2.8 The Bidder/Contractor will not collude with other parties interested in
the contract to impair the transparency, fairness and progress of the
bidding process, bid evaluation, contracting and implementation of the
contract.
2.9 The Bidder/Contractor will not accept any advantage in exchange for
any corrupt practice, unfair means and illegal activities.
2.10 The Bidder / Contactor shall not use improperly, for purposes of
competition or personal gain ,or pass on to others, any information
provided by the Authority as part of the business relationship,
regarding plans, technical proposals and business details, including
information contained in any electronic data carrier. The Bidder /
Contractor also under takes to exercise due and adequate care lest any
such information is divulged.
2.11 The Bidder/Contractor will inform to the Independent External
Monitor.
i) If he receives demand for an illegal/undue payment/benefit.
ii) If he comes to know of any unethical or illegal payment/benefit.
iii) If he makes any payment to any Authority’s associate(s)
2.12 The Bidder/Contactor commit to refrain from giving any complaint
directly or through any other manner without supporting it with full
and verifiable facts.
2.13 The Bidder/Contactor shall not instigate or cause to instigate any third
person to commit any of the actions mentioned above.
2.14 If the Bidder/Contractor or any employee of the Bidder/Contractor or
any person acting on behalf of the Bidder/ Contractor, either directly
or indirectly, is a relative of any of the officers of the Authority, or
alternatively, if any relative of an officer of the Authority has financial
interest/stake in the Bidder’s/Contractor’s firm, the same shall be
disclosed by the Bidder/Contractor at the time filing of tender. The
term ‘relative’ for this purpose would be as defined in Section 6 of the
Companies Act 1956.
2.15 The Bidder/Contractor shall not lend to or borrow any money from or
enter into any monetary dealings or transactions, directly or indirectly,
with any employee of the Authority.
2.16 That if the Bidder/ Contractor, during tender process or before the
award of the contract or during execution of the contract/work has
committed a transgression in violation of section 2 or in any other
form such as to put his reliability or credibility as Bidder/Contractor
into question, the Authority is entitled to disqualify him from the
tender process or to terminate the contract for such reason and to
debar the BIDDER from participating in future bidding processes.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-172


264

3. Previous Transgression
3.1 The Bidder/Contractor declares that no previous transgression
occurred in the last three years immediately before signing of this
Integrity Pact, with any other company in any country in respect of any
corrupt practices envisaged hereunder or with any Public Sector
Enterprise in India or any Government Department in India that could
justify Bidders’s exclusion from the tender process.
3.2 The Bidder/Contractor agrees that if it makes incorrect statement on
this subject, he can be disqualified from the tender process or the
contract, if already awarded, can be terminated for such reason and he
may be considered for debarment for future tender/contract
processes.
3.3 That the Bidder/Contractor undertakes to get this Pact signed by the
subcontractor ( s) and associate(s) whose value of the work
contribution exceeds Rs 0.5 Cr. (Rupees zero point five Cr.) and to
submit the same to the Authority along-with the tender document/
contract before contract signing.
3.4. That sub-contractor(s)/ associate(s) engaged by the Contractor, with
the approval of the Authority after signing of the contract, and whose
value of the work contribution exceeds Rs 0.5 Cr. (Rupees Zero point
five Cr.) will be required to sign this Pact by the Contractor, and the
same will be submitted to the Authority before doing/ performing any
act/ function by such subcontractor(s) / associate(s) in relation to the
contract/ work.
3.5 That the Authority will disqualify from the tender process all Bidder(s)
who don’t sign this Pact or violate its provisions or fails to get this Pact
signed in terms of policy of authority
3.6 That if the Contractor(s) does/ do not sign this Pact or violate its
provisions or fails to get this Pact signed in terms of policy of authority.
Authority will terminate the contract and initiate appropriate action
against such Contractor(s).

4. Earnest Money, Security Deposit, Bank Guarantee, Draft, Pay


order or any other mode and its validity i/c Warranty Period,
Performance Guarantee/Bond.
While submitting bid, the BIDDER shall deposit an
EMD/SD/BG/DRAFT/PAY ORDER ETC I/C WARRANTY PERIOD,
PG/BOND, VALIDITY etc. , which is as per terms and conditions and
details given in NIT / tender documents sold to the Bidders.

5. Sanctions for Violations/Disqualification from tender process and


exclusion from future Contacts.
5.1 Any breach of the aforesaid provisions by the BIDDER or any one
employed by it or acting on its behalf (whether with or without the

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-173


265

knowledge of the BIDDER) shall entitle the Authority to take all or any
one of the following actions, wherever required:
i) To immediately call off the pre contract negotiations without
assigning any reason or giving any compensation to the BIDDER.
However, the proceedings with the other BIDDER(s) would
continue.
ii) To immediately cancel the contract, if already signed, without
giving any compensation to the BIDDER.
iii) If the Authority has disqualified / debarred the Bidder from the
tender process prior to the award under section 2 or 3 or 4, the
Authority is entitled to forfeit the earnest money
deposited/bid security.
iv) To recover all sums already paid by the Authority, and in case of
an Indian BIDDER with interest thereon at 2% higher than the
prevailing Prime Lending Rate of State Bank of India, while in
case of a BIDDER from a country other than India with interest
thereon at 2% higher than the LIBOR. If any outstanding payment
is due to the BIDDER from the Authority in connection with any
other contract or any other stores, such outstanding payment
could also be utilized to recover the aforesaid sum and interest.
v) To en-cash the advance bank guarantee and performance
bond/warranty bond, if furnished by the BIDDER, in order to
recover the payments, already made by the BUYER, along with
interest.
vi) To cancel all or any other Contracts with the BIDDER. The
BIDDER shall be liable to pay compensation for any loss or
damage to the Authority resulting from such
cancellation/rescission and the Authority shall be entitled to
deduct the amount so payable from the money(s) due to the
BIDDER.
vii) To debar the BIDDER from participating in future bidding
processes for a minimum period of three years, which may be
further extended at the discretion of the Authority.
viii) To recover all sums paid in violation of this Pact by BIDDER(s) to
any middleman or agent or broker with a view to securing the
contract.
ix) In case where irrevocable Letters of Credit have been received in
respect of any contract signed by the Authority with the BIDDER,
the same shall not be opened.
x) Forfeiture of Performance Bond in case of a decision by the
BUYER to forfeit the same without assigning any reason for
imposing sanction for violation of this Pact.
xi) That if the Authority have terminated the contract under section
2 or 3 or 4 or if the Authority is entitled to terminate the contract
under section 2 or 3 or 4, the Authority shall be entitled to

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-174


266

demand and recover from the contractor damages equivalent to


5% of the contract value or the amount equivalent to security
deposit or performance bank guarantee, whichever is higher.
xii) That the Bidder / Contractor agrees and undertakes to pay the
said amount without protest or demur subject only to condition
that if the Bidder/Contractor can prove and establish to the
satisfaction of the Authority that the disqualification / debarment
of the bidder from the tender process or the termination of the
contract after award of the contract has caused no damage to the
Authority.
5.2 The Authority will be entitled to take all or any of the actions
mentioned at para 5.1 above.
5.3 (i) to (xii) of this Pact also on the Commission by the BIDDER or any
one employed by it or acting on its behalf (whether with or without the
knowledge of the BIDDER), of an offence as defined in Chapter IX of the
Indian Penal code, 1860 or Prevention of Corruption Act, 1988 or any
other statute enacted for prevention of corruption.
5.4 That if the Bidder/Contractor applies to the Authority for premature
revocation of the debarment and proves to the satisfaction of the
Authority that he has installed a suitable and effective corruption
prevention system and also restored/recouped the damage, if any,
caused by him, the Authority may, if thinks fit, revoke the debarment
prematurely considering the facts and circumstances of the case, and
the documents/evidence adduced by the Bidder/Contractor for first
time default.
5.5 That a transgression is considered to have occurred if the Authority is
fully satisfied with the available documents and evidence submitted
along with Independent External Monitor’s
recommendations/suggestions that no reasonable doubt is possible in
the matter.
5.6 The decision of the Authority to the effect that a breach of the
provisions of this Pact has been committed by the BIDDER shall be
final and conclusive on the BIDDER. However, the BIDDER can
approach the Independent External Monitor(s) appointed for the
purpose of this Pact.

6. Allegations against Bidders/Contractors/ Sub‐Contractors/
Associates:
That if the Authority receives any information of conduct of a Bidder/
Contractor or Sub- Contractor or of an employee or a representative or
an associate of the Bidder, Contractor or Sub- Contractor which
constitute corruption, or if the Authority has substantive suspicion in
this regard, the Authority will inform the Vigilance Department for
appropriate action.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-175


267

7. Independent External Monitor(s),


7.1. That the Authority has appointed competent and credible Independent
External Monitor(s) for this Pact.
7.2 The task of the Monitor(s) is to review independently and objectively,
whether and to what extent the parties comply with the obligations
under this Pact. He will also enquire into any complaint alleging
transgression of any provision of this Pact made by the Bidder,
Contractor or Authority.
7.3. That the Monitor(s) is not subject to any instructions by the
representatives of the parties and would perform his functions
neutrally and independently. He will report to the Chairperson of the
Board of the Authority.
7.4 That the Bidder / Contractor accepts that the Monitor(s) has the right
to access without restriction to all project documentation of the
Authority including that provided by the Bidder/Contractor. The
Bidder/Contractor will also grant the Monitor, upon his request and
demonstration of a valid interest, unrestricted and unconditional
access to his project documentation including minutes of meeting. The
same is applicable to Sub - Contractors and Associates. The Monitor is
under obligation to treat the information and documents of the
Authority and Bidder/ Contractor / Sub- Contractors/ Associates with
confidentiality.
7.5. That as soon as the Monitor notices, or believes to notice, a violation of
this Pact, he will so inform the management of the Authority and
request the management to discontinue or heal the violation, or to take
other relevant action. The Monitor(s) can in this regard submit his
recommendations/ suggestions. Beyond this, the Monitor(s) has no
right to demand from the parties that they act in a specific manner,
refrain from action or tolerate action.
7.6 That the Authority will provide to the Monitor(s) sufficient
information about all meetings among the parties related to the project
provided such meetings could have an impact on the contractual
relations between the Authority and the Contractor / Bidder. The
parties offer to the Monitor(s) the option to participate in such
meetings.
7.7 That the Monitor(s) will submit a written report to the Chairperson of
the Board of the Authority within 2 weeks from the date of reference
or intimation to him by the Authority and, should the occasion arise,
submit proposals for correcting problematic situations.
7.8 That if the Monitor(s) has reported to the Chairperson of the Board a
substantiated suspicion of an offence under relevant Anti- Corruption
Laws of India and the Chairperson has not, within reasonable time,
taken visible action to proceed against such offence or reported it to
the Vigilance Department, the Monitor may also transmit this

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-176


268

information directly to the Central Vigilance Commissioner,


Government of India.
7.9 The word ‘Monitor’ would include singular and plural.

8. Facilitation of Investigation.
In case of any allegation of violation of any provisions of this Pact or
payment of commission, the Authority or its agencies shall be entitled
to examine all the documents including the Books of Accounts of the
BIDDER and the BIDDER shall provide necessary information and
documents in English and shall extend all possible help for the purpose
of such Examination.

9. Law and Place of Jurisdiction.


That this Pact is subject to provisions under Indian Law. The place of
performance and jurisdiction is the Corporate Headquarter /the
Regional Headquarter / office of the Authority, as applicable.

10. Other Legal Actions


10.1 That the changes and supplements as well as termination notice need
to be made in writing.
10.2 That if the Bidder / Contractor are a partnership or a consortium, this
Pact must be signed by all the partners and consortium members or
their authorized representatives.

11. Pact duration (Validity)


11.1 That this Pact comes into force when both the parties have signed it. It
expires for the Contractor 12 months after the final payment under the
respective contract, and for all other Bidders 3 months after the
contract is awarded.
11.2. That if any claim is made / lodged during this period, the same shall be
binding and continue to be valid despite the lapse of this Pact as
specified herein before, unless it is discharged/determined by
Chairman of the Authority.
11.3 That should one or several provisions of this Pact turn out to be
invalid; the remainder of this Pact shall remain valid. In this case, the
parties will strive to come to an agreement to their original intentions.

12. Company Code of Conduct


Bidders are also advised to have a company code of conduct (clearly
rejecting the use of bribes and other unethical behaviour) and a
compliance program for the implementation of the code of conduct
throughout the company.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-177


269

13. The parties hereby sign this Integrity Pact at _____________ on


_______________

Buyer
Name of the Officer
Designation
Deptt./Ministry/PSU
Witness

1. _______________________________

2._______________________________

Bidder

CHIEF EXECUTIVE OFFICER
Witness
1. ______________________________

4. ______________________________

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-178


270

APPENDIX‐XIX
(To be filled by Contractor)
(CLAUSE-47)

Ratio of direct payment to the specialized : …% of the net payment to be


made to Specialized
agency in case of composite contract agency




Sl. Sub‐head Nature of work % of the net payment to
be made to Specialized
agency
1 Sub-head I





Note:

1. NIT approving authority must ensure that all sub-heads of works are
covered in above table. The bidder must indicate percentage payable to
specialized agency in case of all sub-heads.
2. If % is not filled in by the contractor against one or more subhead in this
schedule, then 75% of the net payment admissible as per AAI for the
subhead under consideration shall be paid directly to specialized agency in
case of composite contract.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-179


271

SKETCH OF CEMENT GODOWN

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-180


272

SCHEDULES


SCHEDULE `A’

All rates shall be quoted in the format provided and no other format is acceptable.
The price bid has been given as a standard SOQ format at page no. SOQ-1 to SOQ-1
with the tender document, then the same is to be downloaded and to be filled by all
the bidders. Bidders are required to download the BOQ file, open it and complete
the white coloured (unprotected) cells with their respective financial quotes and
other details (such as name of the bidder). No other cells should be changed. Once
the detailes have been completed, the bidder should save it and submit it online,
without changing the File name. if the BOQ file is found to be modified by the
bidder, the bid will be rejected and EMD shall be forfeited.

SCHEDULE `B’

Schedule of materials to be issued to the contractor.

Sl. Description of Item Quantity Rates in figures Place of Issue


No. & words at which
the material will
be charged to the
contractor
1 2 3 4 5

NA

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-181


273

SCHEDULE `C’

Tools and plants to be hired to the contractor.

Sl.No. Description Hire charges per Place of Issue


day
1 2 3 4

NA

SCHEDULE `D’

Extra schedule for specific requirements/ documents for the work, if any.
Please refer Special Condition of Contract for Civil & Electrical works (as applicable)
.




SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-182


274


SCHEDULE `E’

Reference to General Condition of contract

Name of work: Construction of Surface Car Parking and associated works


at Tiruchirapalli Airport, Trichy. SH.: Civil & Electrical Works.

Estimated cost of work ₹ 39,68,53,169.00 (Excluding GST)



i. Earnest Money As per Annexure 1 on page A‐1‐2

ii Performance Guarantee: 3% of contract value

iii Security deposit: 5% of contract value

SCHEDULE `F’

GENERAL RULES & DIRECTION

Officer inviting tender: ED Engg.-SR, CHQ through AGM (Engg.-Civil), AAI, Trichy
Airport Desk, O/o ED Engg.-SR, CHQ, A-Block, 3rd Floor,
Rajiv Gandhi Bhawan, Safdarjang Airport, New Delhi-
110003


Maximum percentage for quantity of a: 30% (Overall)
items of work to be executed beyond
which rates are to be determined in b: 100% ( for foundation Items)
accordance with Clauses 12.2 & 12.3

Definitions:
Office inviting tender : O/o EXECUTIVE DIRECTOR (ENGG-SR), AAI, CORPORATE
HEADQUARTERS, A-BLOCK, 3RD FLOOR, RAJIV GANDHI BHAWAN, SAFDARJANG
AIRPORT, NEW DELHI – 110 003
2(v) Engineer-in-Charge : DGM/ Jt. GM (Engg.-Civil), Trichy Airport
2(viii) Accepting Authority
(As per AAI’s DOP) : Member (Plg.), AAI
2(x) Percentage on cost materials &
Labour to cover all overheads &
Profits : 15%

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-183


275

2(xi) Standard schedule of rates :CPWD DSR 2018 & Market Rates, with up to
date correction slips as on last date of
submission of tenders.

2(xii) Department : AAI, Engineering, CHQ

Clause 1

(i) Time allowed for submission of
Performance Guarantee from with in 30 Days
the date of issue of letter of
acceptance

(ii) Maximum allowable period of As per Clause 1


extension


Clause 2

Authority for fixing Member (Planning), AAI
compensation under Clause 2

Clause 2A

Whether Clause 2A shall be Not Applicable
applicable

Clause 5

Number of days from the date of
issue of letter of acceptance for 10 days
reckoning date of start









SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-184
276


Mile Stone(s) as per table given below:


Sl. Description of Milestones Time allowed in days Amount to be
No (Physical) (from date of start) withheld in case of
non achievement of
milestone
1 Submission of programme Within 15 Days of Shall be calculated @
chart for Construction of stipulated date of ₹5000 per day.
Surface Car Parking and start
associated works at
Tiruchirapalli Airport, Trichy.
SH.: Civil & Electrical Works
2 Execution of work for Remaining days after Shall be dealt as per
Construction of Surface Car completion of Clause 2 of GCC.
Parking and associated works milestone at Sl No. -1
at Tiruchirapalli Airport,
Trichy. SH.: Civil & Electrical
Works

Time allowed for execution of work : 08 (Eight) months including 02 months


considered for monsoon rains.
Authority to decide:
i. Extension of time : Member (Planning), AAI
ii.Rescheduling of milestone : General Manager (Engg.), AAI
iii.Shifting of date of start in case of
delay in handing over of site : Executive Director (Engg.)‐SR, AAI

Clause 6, 6A
Clause applicable – (6 or 6A) : Clause 6A is Applicable

Clause 7

Gross work to be done together with net
payment/adjustment of advances for Rs. 50.00 Lakh
material collected, if any since the last
such payment for being eligible to
interim payment.



SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-185


277





Clause 10A

Testing equipment to be provided by the contractor at site lab
All the Testing equipments required for conducting test for building (Civil and
Electrical works)/ pavement works as per CPWD, AAI specifications, Manufacture’s
specifications, MoRTH, IRC as applicable.

Clause 10 B(II)

Whether Clause 10B(II) shall be Yes
applicable

Clause 10C: Applicable



Component of labour expressed as percent of value of work: 25% for Building
work / 5% for Pavement work.

Clause 10 CA

Materials covered under Nearest Material Base price and its corresponding
this clause (other than period of all the materials
Cement*, covered under clause 10CA
Reinforcement
bars, Structural
steel & Bitumen)
for which All India
Wholesale Price
index is to be
followed
1. Cement (OPC/PPC) Index valid on the Base price for cement,
last day of receipt of reinforcement steel and
tender structural steel to be determined
as issued under authority of DG
2. Reinforcement steel (Works). CPWD or concerned
bars (TMT)/ Index valid on the Zonal Chief Engineer, CPWD as
Corosion resistant last day of receipt of on last date of receipt of tender.
Reinforcement Steel tender In case base price for cement,
Bar reinforcement steel, and
3. Structural Steel Structural Steel as to be issued by

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-186


278

CPWD is not available concerned


ED (Engg.) will be empowered to
determine the same.
For bitumen basic price
excluding GST issued at nearest
delivery point of Govt. Refinery
as on last stipulated date of
receipt of tender, including
extension if any.

*Note:
1. Includes cement component used in RMC brought at site from outside approved
RMC plants, if any.
2. Base price and its corresponding period of all the materials covered under clause
10CA is to be mentioned at the time of approval of NIT. In case of recall of tenders,
the base price may be modified by adopting latest base price and its
corresponding period.

Clause 10 CC

Clause 10CC to be applicable in 18 Months
contracts with stipulated period of
completion exceeding the period shown
in next column

Schedule of component of other materials, Labour, POL etc.for price escalation.

Component of civil (except material covered under clause 10 CA) / Electrical


construction materials express as percentage total value of work - ‐‐ 75%(Xm)

Component of labour , expressed as % of total value of work – 25% (Y)

Component of POL , expressed as % of total value of work - -- Nil (Z)



Note : Xm % should be equal to (100) – (material covered under clause 10 CA i.e.
cement, steel and other materials specified in clause 10 CA + component of labour +
component of POL).







SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-187
279




Clause 11

Specification to be followed for a) AAI Specifications, MoRTH
execution of work Specification, “CPWD Specification
2019, Vol. I to II and Electrical
Specifications with upto date
correction slips, or other standard
Engineering specification as
applicable.
b) Technical specifications.
c) Manufacturer’s Specification.

Clause 12

12.2 Deviation limit beyond which
& clauses 12.2 & 12.3 shall apply 30% (Thirty Percent)
12.3 for buildings, pavements and all
other works above foundation
level.
12.5 Deviation limit beyond which
clauses 12.2 & 12.3 shall apply 100% ( Hundred Percent)
for foundation work

Clause 16

Competent Authority for DGM/ Jt.GM(Engg)


deciding reduced rates

Clause 17

Contractor Liable for Damages, defects during maintenance period – Twelve
(12) months.

Clause 18

Mandatory machinery, tools & plants to be deployed by the contractor at site:

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-188


280

To be provided as per NIT and other Machinery required for timely completion of
work.

Clause 25

Place of Arbitration : Chennai


Clause 36(1)
Requirement of Technical Representative(s) and recovery rate
Sl. Minimum Discipline Designation Rate at which

Minimum Experience
No. Qualification (Principal recovery shall be
of Technical Technical made per month

(in years)
Representati representativ from the contractor

Number
ve e) in the event of not
fulfilling provision
of clause 36
Figures Words
Rs.
1. Graduate in Civil Project-in- 10 01 1,00,000 One Lacs
Engineering charge
2. Graduate/ Civil Field 5 02 50,000 Fifty
Diploma in Engineer Civil thousand
Engineering
3. Graduate/ Electrical Field 5 01 50,000 Fifty
Diploma in Engineer thousand
Engineering Electrical
4. Graduate/ Safety Safety 2 01 50,000 Fifty
Diploma in Management Manager thousand
Safety
Management
a. Assistant Engineers retired from Government services that are holding
Diploma will be treated at par with Graduate Engineers.
b. Diploma holder with minimum 10 year relevant experience with a reputed
construction company can be treated at par with Graduate Engineer for the
purpose of such deployment subject to the condition that such diploma holder
should not exceed 50% of requirement of degree engineers

Clause 37

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-189


281

License Fee for unpaved land - Please refer clause no. 8 a) and clause no. 12 of
Special Condition of Contract

Clause 41(b)
Integrity Pact applicable Yes

Clause 42

(i) Schedule/statement for determining DSR 2018 (Civil/ Electrical)


theoretical quantity of cement & bitumen printed by C.P.W.D with up-to-
on the basis of Delhi Schedule of Rates date correction slips till last
date of submission of tender,
technical specifications & BOQ.
(ii) Variations permissible on theoretical
quantities
a. Cement for works with estimated cost put 3% plus/minus
to tender not more than Rs.5 lakhs.
For works with estimated cost put to 2% plus/minus
tender more than Rs.5 lakhs
b. Steel Reinforcement and structural steel 2% plus/minus
section for each diameter, section and
category
c. Bitumen 2.5% plus only & NIL on minus
side
d. All other materials

RECOVERY RATES FOR QUANITITES BEYOND PERMISSIBLE VARIATION



Sl. Description of items Rates in figures and words at which recovery
No. shall be made from the contractor
Excess beyond Less use beyond the
permissible variation permissible variation*
1. Cement Not Applicable Not permitted
2. Steel reinforcement Not Applicable Not permitted
3. Structural Sections Not Applicable Not permitted
4. Bitumen issued free Not Applicable Not permitted
5. Bitumen issued at Not Applicable Not permitted
stipulated fixed price

* Provided work is considered technically sound. Otherwise work has to be


re-executed as per direction of Enginee-in-charge


SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-190
282

Clause 48

Escrow Account : Not Applicable.



However, if at any stage of work complaints are received from the vendors for
non‐payment to them from the main agency, AAI shall have full liberty to pay
directly to vendor at least 75% of the amount.

SURFACE CAR PARK, TRICHY C-NIL I-NIL O-NIL GCC-191


283


SPECIAL CONDITIONS OF CONTRACT (CIVIL WORKS)

1. GENERAL
Special conditions of Contract shall be read in conjunction with General
Conditions of Contract, Technical Specifications, Drawings and any other
documents forming part of this contract wherever the context so requires.

Notwithstanding the sub-division of the documents into these separate


sections and volume 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.

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.

A) SPECIAL CONDITIONS FOR CIVIL WORKS


i. The work in general shall be carried out as specified in the nomenclature
of the item and/ or in order as per the (i) AAI specifications (ii) MoRT&H
specifications, (iii) CPWD specifications 2019 Volume I to II with upto
date correction slips, and (iv) Manufacturer’s specifications.

ii. For item not covered under AAI specifications, MoRT&H


specifications, CPWD Specifications 2019 Volume I & II with upto date
correction slips and Manufacturer’s specifications, the work shall be
done as per latest relevant BIS / IRC Codes of Practice.

iii. If there is any difference/discrepancy or contradiction in the provision of


the said specification of the item of work and the description of the item
given in the schedule of quantities, the scope of the item shall be taken
according to the following order of preference.
a) Nomenclature of item as given in the schedule of quantities.
b) Drawing/Sketch, if any referred in the nomenclature of items.
c) AAI specifications & special condition, if any
d) MoRT&H Specifications /CPWD specifications
e) Manufacturer’s specifications/ Artist’s Specifications
f) Relevant BIS/IRC Code of practice (latest revision)/ASTM
Standards.
g) General drawings.
h) Sound engineering practice as directed by the Engineer-in Charge
whose decision in this regard shall be final and binding on the
contractor.

SURFACE CAR PARK, TRICHY C-NIL; I-NIL; O-NIL SCC -1


284

2. ROLE OF ENGINEER‐IN‐CHARGE

AAI designated Engineer shall be Engineer In-charge for the project. All
decisions to executing Agency(ies) shall be communicated under signatures of
such AAI Representative. Contractor’s bills etc. shall be certified by the
Engineer In-charge. AAI through its designated Project Coordinator (assisted
by Engineer In-charge) shall exercise overall superintendence over the
work/project activities to ensure that the executing Agency(ies) contract
agreement execution is taking place as per the terms/provisions of the
respective contract agreement(s).” Engineer-in-charge/ authorized
representative shall exercise entire contract management including quality
control along with checking & certification of contractor’s running & final bill
and recommendation for payment during/post construction.

The work executing contractor/ agency shall coordinate and cooperate with
the Engineer in-charge/ representative appointed for the work day to day
instruction, Technical supervision, issue of drawing, approval of material and
samples, any addition/ alteration of work including deviation, release of
payments, quality control, approval of vendors and sub-vendors and other
requirement/ decision/ drawings related with the successful completion and
performance of the project. However, that final decision of Engineer-In-charge
shall be final and binding.

Engineer-in-charge of AAI shall take appropriate action to resolve disputes as


per dispute resolution mechanism in respect of contractor as per provisions
contained in the contract agreement and prevailing practice.

Note: In case of any dispute in the division of responsibility/ working


methodology, during execution stage, between the AAI representatives,
executing contractor and his specialized vendors/suppliers, Chairman,
AAI will be the final authority to decide (upon recommendation of the
NIT approving authority) on role definition and same shall be final and
binding on above.
3. INSPECTION OF SITE
For the purpose of inspection of site and relevant documents the contractor is
required to contact the Airport Director/ General Manager (Engg.-Civil), AAI,
Trichy Airport who shall give reasonable facilities for inspection of the same.
The contractor shall be deemed to have satisfied himself as to the nature of
the site of work. Local facilities of access, availability of materials and all
other matters affecting his prices for the execution and completion of work.
He is required to make himself fully acquainted with the nature and scope of
work.
4. ADMISSION TO SITE
The proposed work is for nearby Terminal building under construction,
accordingly contractor has to plan and quote adopting suitable methodology

SURFACE CAR PARK, TRICHY C-NIL; I-NIL; O-NIL SCC -2


285
for Construction of Surface Car Parking and associated works at Tiruchirapalli
Airport, Trichy. SH.: Civil & Electrical Works without any disturbance. Almost
all care shall be taken by contractor for safety and security of human beings
including labors working there.

As construction of the main building works in progress, site for the


proposed work shall be made available in phases as per availability,
intending bidders are advised to consider the phasing of the work during
execution while submitting their financial proposal for the subject bid.
The proposed surface car park work including associated civil &
Electrical work is required to be completed along with completion of
main building work within the stipulated date of completion .

The contractor is expected to finish the work by adequate planning as per


the satisfaction of Engineer-in-charge. All men & vehicles shall be permitted
to enter the aerodrome operational area only on possession of the security
passes issued by AAI/Security agencies on the recommendations of Engineer-
in-charge or its authorized representative. The contractor shall apply in
writing in advance of the commencement of work for issue of security passes
and shall submit a list of personal concerned with their addresses and shall
satisfy the Engineer-in-charge who shall at his discretion, have the right to
recommend the issue of passes to control the admission of contract, his agents,
his staff and workmen. The contractor shall ensure that his men shall work in
areas / zones allotted to them. Passes shall be deposited with the Engineer-in-
charge on demand and in any case immediately after completion of work. The
contractor’s staff/workmen shall observe all the rules promulgated from time
to time by the concerned authorities such as prohibition of smoking & lighting,
search of persons on entry and exit, keeping to specified routes etc. Any
person found violating the security/ safety rules laid down by the authorities
will be expelled from the area without assigning any reason whatsoever and
contractor shall have no claim on this account. No time extension shall be
granted and nothing extra shall be payable by AAI on account of restriction
due to non-operational hours and in restricted working conditions.

4. SUFFICIENCY OF TENDER: ‐

A. Particulars and data furnished in the various sections of the tender
documents need not be taken as complete by themselves. They are
intended to serve as rough guidance only for the contractors to quote for
the item rate tender. The tenderer shall, therefore, in their own interest
examine the drawings, conditions of contract and specifications of work
furnished in the tender documents. They shall also inspect the site and
satisfy themselves on their own as to the hydrological, climatic and
physical conditions prevailing at site, the nature, extent and practicability
of works, all existing and required roads and other means of
communications and access to site, royalties and ferry charges, if any,
probable site for labour camps, stores and godown etc.

SURFACE CAR PARK, TRICHY C-NIL; I-NIL; O-NIL SCC -3


286
B. They shall also obtain for themselves all necessary information as to
risks, contingencies and other circumstances which may affect or influence
their tender. No extra charges consequent on any insufficient appreciation
or otherwise shall be allowed. The contractor shall be deemed to have
satisfied himself before tendering as to the correctness and sufficiency of
his tender for the works and of the rates and prices quoted in the schedule
of works/items, quantities or in bills of quantities which rates and price
shall except as otherwise provided cover all his obligations under the
contract and all matters and things necessary for the proper completion
and maintenance of the work
C. Should there be any discrepancy in or any doubt or obscurity as to the
meaning of any of the tender documents, clarification should be sought
for in writing sufficiently in advance of the last date fixed for the receipt of
the tender from the concerned bid Manager. The department will have a
right to make any amendments in the tender documents and any such
changes will be intimated to the tender at least three days before the date
fixed for receipt of tender.

5. CONTRACTOR’S REPRESENTATIVES, AGENTS AND WORKMEN/ WORK


WOMEN
a. The contractor shall employ only Indian Nationals and verify their
antecedents and loyalty before employing them on the work. He shall
ensure that no person of doubtful antecedents and nationality is in any
way associated with the work.

b. The contractor shall, on request from the Engineer-in-Charge promptly


cease to employ in connection with the contract and replace any person
whose continued employment in connection there with is in the opinion of
the Engineer-in-charge undesirable. He shall not be re-employed in
connection with the contract without the written permission of the
Engineer-in-charge. The decision of the Engineer-in-charge upon any
matter arising under these conditions shall be final and conclusive.

6. STORES AND MATERIALS: -


a) All the stores and materials except the materials stipulated for issue by
the Authority required for the satisfactory completion of the work shall be
arranged by the contractor from his own sources/open market. No claim
whatsoever shall be entertained by the Authority on account of delay in
either providing these materials or non-availability of these materials in
the market.

b) The contractor shall, upon demand forward for the Engineer-in-charge’s


inspection, test certificates rendered by the suppliers for all materials
furnished by the contractor.

c) The contractor shall obtain the approval of the Engineer-in-charge, of


samples of all materials to be used in the work and shall deposit these
samples with him before placing an order for the materials samples.

SURFACE CAR PARK, TRICHY C-NIL; I-NIL; O-NIL SCC -4


287
Fresh samples shall be deposited with the Engineer-in-charge whenever
the type of source of any materials changes.
d) The Engineer-in-charge shall have power to cause the contractor to
purchase and use such materials from any particular source, as may, in
his opinion, be necessary for the proper execution of the work.

e) The Copy of invoice for purchase of cement, Bitumen and steel shall be
submitted to the Engineer-in-charge for every lot of cement, Bitumen /
steel brought at site along with manufacturer’s test certificate.

7. CONSUMPTION OF CEMENT / BITUMEN/ STEEL


Proper record of daily consumption of cement, steel and Bitumen shall be
maintained at the site of work for as directed by the Engineer-in-Charge.

8. SITE OFFICE, VEHICLES AND OTHER PLANTS & EQUIPMENTS:


a) Contractor has to arrange required T&P and machinery for execution of
work. Rent of land to be used for stacking of materials, installation of
Plants & instruments, Labour hutments/camp, Cement godown and
Contractor’s site office etc. by the contractor shall be charged as per AAI
approved rates @ 25% of Rs. 400/- per sqm per annum for unpaved area.
This rate shall be applicable up to 31.03.2022 with provision of annual
cumulative escalation at 7.5% effective from 01.04.2022 onwards. In
addition, a Security Deposit @ Rs. 500/- per sqm in the form of Demand
Draft or bank guarantee shall be submitted by the contractor for land use.

b) The equipment required for execution of work should be positioned as per


instructions of Engineer-in-charge.

9. ARRANGEMENT TO BE MADE BY THE CONTRACTOR AT SITE


a) Necessary registers and stationeries required for entering data and
test result shall be provided by the contractor at his own cost as directed
by the Engineer-in-charge.

10. STACKING OF MATERIALS:

The contractor shall stack materials at the area allotted at site of work strictly
as per instructions of the Engineer-in-Charge keeping in view the operational
requirements of the Director General of Civil Aviation and AAI This
storage site/yard need necessarily be in the perimeter/ proximity of the work
site and nothing extra shall be paid on this account.
a) AAI reserves full right to vacate the land without any notice if the site is
required by AAI anytime during the period of allotment.
b) The contractor will vacate the area immediately on expiry of the license
and handover vacant possession of the area to AAI.
c) The final bills of the contract will not be settled unless the area is vacated
and handed over to AAI in vacant possession on expiry of license.

SURFACE CAR PARK, TRICHY C-NIL; I-NIL; O-NIL SCC -5


288
d) The contractor will ensure that no unauthorized construction comes within
the area allotted.
e) The allotment will be only for the existing contract with AAI and will not be
extended for any other contract.
f) A proper agreement would be got executed with the contractor for
stacking construction materials and labor huts for a specific period.
g) Land shall be allotted with clear understanding that AAI reserve right to
get vacated the land without any notice if site is required by AAI any
time during the period of allotment.

11. CO‐ORDINATION:
The contractor shall co-operate with PMC, Authority’s other contractors,
compare plans, specifications and the time schedules and so arrange his
work that there will be no interference. The contractor shall forward to the
Engineer-in-charge all correspondence and drawings so exchanged. Failure to
check plans and conditions will render the contractor responsible for bearing
of any subsequent change found necessary.

12. LAND FOR LABOUR CAMPS:


No labour camp shall normally be permitted on the AAI lands without
prior approval of Engineer-in-Charge. On receipt of the written request from
the contractor, the use of land for the labour camp may however be allowed
(if available) by the Engineer-in-Charge in consultation with the Airport
D irector of the Airport duly marked and delineated on a plan. The land
required for labour huts need not necessarily be in the proximity of the
construction site and nothing extra shall be paid on this account. This land
shall be fenced by the contractor at his own cost. Before handing over the
possession of land to the contractor a security deposit of Rs. 500/- per sqm
either in cash/DD or in form of Bank guarantee shall be submitted by the
contractor for this purpose. The provision of this facility is absolutely
temporary till the completion of work and will not be continued, in any
manner whatsoever as having transferred the possession of land to the
contractor or any person or labour of the contractor. It is further agreed
between the parties that the land shall always be available to AAI during this
period at the absolute discretion of the Engineer-in-Charge. On completion of
the project, the huts, installations and offices etc., shall be removed by the
contractor and vacant possession of land shall be handed over to the
Engineer-in-Charge.

If the contractor does not vacate the land within one month after completion
of work, the Engineer-in-Charge shall forfeit the bank guarantee / cash
deposited as security by the contractor and take the action for vacation of such
land.

If any construction be found outside the area earmarked, this shall be treated
as unauthorized construction.

SURFACE CAR PARK, TRICHY C-NIL; I-NIL; O-NIL SCC -6


289
The license fee for the land shall be charged as per AAI approved
rates @ 25% of Rs. 400/‐ per sqm per annum for unpaved area. This
rate shall be applicable up to 31.03.2022 with provision of annual
cumulative escalation at 7.5% effective from 01.04.2022 onwards. In
addition, a Security Deposit @ Rs 500/‐ per sqm in the form Demand
Draft or bank guarantee shall be submitted by the contractor for land
use.

13. POWER SUPPLY:


No spare power supply is available with Airports Authority of India at Trichy
Airport. The power supply has to be arranged by the contractor from State
Electricity Board or has to make his own arrangement for Generators sets for
running his machineries etc. Nothing extra will be paid on this account.

14. STANDARD OF WORKMANSHIP:
To determine the acceptable standard of workmanship, the contractor shall
execute a portion of the items of works as a sample for approval of the
Engineer- in-Charge before taking up the actual execution of the particulars
item of work. These samples on approval of the Engineer-in-Charge shall be
guiding samples for execution of the particulars item of work. Work not
conforming to approved samples shall be rejected. The cost of samples is to be
borne by the contractor.

15. PROGRAMME OF CONSTRUCTION OF WORKS, PROGRESS REPORT AND


PERFORMANCE

i. GANTT CHART (Bar Chart) & Network/CPM chart
The contractor shall submit within fifteen days from date of acceptance of
the letter, Bar / Gantt chart. The same shall be got approved from the
Engineer-in-Charge before starting of the works and shall be binding on
the contractor. In case of non-submission of the Bar / Gantt & CPM Chart
by the contractor within fifteen days as stated above, AAI shall get it done
from any consultants at the risk and cost of the contractor and the
programme / Bar / Gantt chart so prepared shall be binding on the
contractor. A suitable recovery will be effected for non-submission of
detailed Bar / Gantt chart indicating methodology & Sequence of activities
as decided by Engineer-in-charge.

The contractor shall also submit a monthly progress report of the activities
with reference to the approved Bar / Gantt chart by 3 rd week of every
month. Based on the evaluation by the Engineer-in-Charge and / or his
representative of the progress reports submitted, the contractor shall take
necessary corrective measures to adhere to the programme, to achieve the
required progress and timely completion. In case the contractor fails to
take corrective measures, he shall make himself liable for action under
clause 2 and /or clause 3 of the contract.


SURFACE CAR PARK, TRICHY C-NIL; I-NIL; O-NIL SCC -7
290
ii. PERFORMANCE:
a) The contractor shall perform all works in substantial and acceptable
manner in accordance with the plans and specification and in
accordance with such further explanatory drawings, details and
instructions as may from time to time be given by the Engineer-in-
Charge. The work must be proceeded within such sections and such
times as directed by the Engineer-in-Charge.
b) The contractor shall provide and do everything necessary for the
proper execution of the works according to the true intent and meaning
of the drawing and specification taken together the same may or not be
particularly shown on the provided that the same can be reasonably
inferred there from. Figured dimensions to be followed in preference to
scale dimensions and all particulars to be taken from the actual work.
c) It must be clearly understood that the whole of the conditions are
intended to be strictly enforced and that no extra charges in respect
of extra work will be allowed unless they are clearly outside the
spirit and meaning of the conditions or unless such works shall have
been ordered in writing by the Engineer-in- Charge.

iii. PROGRAMME OF CONSTRUCTION:


a. Time is the essence of the contract and it shall be clearly understood
that the tenderer has a definite programme to carry out the work
within the time limit set. The time of completion stipulated in the
contract covers the rainy season and no extension of time on account
of dislocation due to rains during the above-mentioned period will be
granted.
b. The contractor shall prepare time and progress schedule in the form
of Bar / Gantt Chart based on Networks / CPM analysis including
resources scheduling for the whole of the contract within fifteen days
after receipt of the work order for completing the work within the
completion time stated in the contract and submit them for approval of
the Engineer-in-Charge.
c. Immediately after the conclusion of the agreement and before the work
is started, the contractor shall furnish in writing for approval, to the
Engineer-in- Charge a programme of his proposed general and detailed
arrangement for carrying out the works and of the time, order and
manner in which it is proposed to execute the various sections of the
work.

iv. PROGRESS OF WORKS:


a) Contractor shall give the Engineer-in-Charge a monthly or other
periodical of the work done during that period.
b) Contractor shall give everyday report on category wise labour and
equipment deployed along with the progress of work done on previous
day in the proforma given.
c) It shall be ensured that the works are carried out according to the
agreed programme and no changes are made except with the prior
approval or at the instance of the Engineer-in-Charge.

SURFACE CAR PARK, TRICHY C-NIL; I-NIL; O-NIL SCC -8


291
d) The progress of work will be reviewed periodically by the Engineer-in-
Charge with the contractor and shortfalls, if any sorted out. The
contractor shall there upon take such actions as may be necessary to
bring back his work to schedule without additional cost to the
department either by employing overtime operation, increasing the
number of shifts, capacity of equipment or as otherwise directed by the
Engineer-in-Charge.
e) Should the work be suspended by reason of rain, strike, lockouts or
other cause, the contractor shall take all precautions necessary for the
protection of the work at his own expenses shall make good any
damage arising from any of these causes.
f) The contractor shall furnish to the Engineer-in-Charge twelve
photographs as appropriate per month of the spots indicated by him to
show the progress of the work. Two photographs shall be pasted on one
sheet and these sheets shall be kept in a folder for record. The
photographs shall be taken from selected reference points in such
manner, so that the progress of work is noticeable / perceivable.

16. BYE – LAWS
The contractor shall comply with all bye-laws and regulations of local and
statutory authorities having jurisdiction over the works and shall be
responsible for payment of all fees and other charges and the giving and
receiving of all necessary notice and keeping the Engineer-in-Charge
informed of the said compliance with the bye-laws, payment made, notices
issued and received.

The contractor shall indemnify the AUTHORITY against all claims in respect
of patent, design, trade-marks of name or other protected rights in respect of
any plant, machine work or material used for or in connection with the work
or temporary works and from and against all claims, demands, proceedings,
cost, charges, and expenses whatever in respect of or in relation thereto.

The contractor shall defend all actions arising from such claims and shall
himself pay all royalties, license fees, damages, cost and other charges of all
and every sort that may be legally incurred in respect thereof. Environmental
and other clearances required shall be obtained by the contractor at his own
cost for installation of plants and machinery and other equipments.

Contractor/ agency shall ensure that each workmen deployed at site


should be registered with EPF authorities and should have UAN
number. The contractor/ agency should submit details of PF deducted
of the workmen to AAI on monthly basis. These requirements are in
addition to the GCC clause 20 (a).

Contractor/ agency shall also ensure that all labour deployed at site
should be registered with ESI authorities. The contractor/ agency
should submit details of ESI deducted of the labour to AAI on monthly
basis. These requirements are in addition to the GCC clause 20 (a).

SURFACE CAR PARK, TRICHY C-NIL; I-NIL; O-NIL SCC -9


292
17. SITE PRECAUTIONS:

a) Strict precaution must be exercised by the Contractor to avoid


interference with aircraft operation on that portion of the aerodrome
not closed off to aircraft traffic. Where there are restriction of
movement imposed by the Civil Aviation department and AAI, the
contractor shall abide by all rules and regulation laid down in this
regard by the Department and the authority.
b) It will be the responsibility of the contractor to see that air traffic
control tower signals are instantly and rigidly observed and acted upon
by all personnel employed by the contractor on the job.
i. With regard to construction safety measures, the contractor shall
adhere to vehicle Indian Standard codes of practice, requirements of
provincial Government and local Municipal authorities wherever the
provisions of the later two agencies shall be more stringent than the
provisions of the former. When these codes do not exist, the
contractor shall adhere to such safety measures as directed by the
Engineer-in-charge.
ii. The contractor shall during construction provide barricades at his own
cost, if required. As per specifications prescribed by the Engineer-in-
charge to segregate the working area to ensure safety of all concerned.
Nothing extra shall be paid on this account.
iii. The contractor shall be responsible for any damage, resulting from
his operations, to existing airport fixtures such as underground cable,
contact lights, hard surface areas, water mains, other operational
installations, airports roads, etc. The contractor shall restore, replace
or repair any such damage to the complete satisfaction of the
Engineer-in-charge. The Engineer-in-charge will stake out or inform
the contractor as to the location of such underground cables, pipes,
ducts, etc. and in this regard, the Engineer-in-charge should be
advised in sufficient time ahead as to what areas the contractor may
be operating on.
iv. If any time during the execution of work and for any reasons
whatsoever there is some difficulty in availability of site, the
contractor shall adjust his labour accordingly and no claim shall be
entertained on this account.
v. No labour huts shall be permitted to be constructed inside the
operational area.
vi. Contractor shall be responsible for the police and antecedent
verification of the labour employed by him in the operational area and
shall indemnify the department of any security problems arising there
of.
vii. As a safety measure all contractor personnel’s working in
operational area are suppose to wear coloured high visibility jackets.
Wearing of coloured high visibility jackets in the operational area
is mandatory

SURFACE CAR PARK, TRICHY C-NIL; I-NIL; O-NIL SCC -10


293
18. CONTRACT DOCUMENT: ‐
The agreement shall be executed on a non-judicial stamp paper of
appropriate value of Rs. 100/- (One Hundred Only) and the cost of the stamp
paper shall be borne by the contractor.

19. DAMAGE / DEFECTS LIABILITY: ‐


If the contractor or his working people or servants shall break, deface, injure
or destroy any part of building which they may be working on any building
road Kerb, fence, enclosure, water pipe, cables, drains, electric or telephone
post, or wires, trees, grass or grassland, cultivated ground or any pavement
contiguous to the premises on which the work of any part of it is being
executed or if any damage shall happen to the work while in progress from
any cause whatsoever, the contractor shall upon a receipt of a notice in
writing in their behalf make the same good at his own expense or in default
the Engineer-in- charge may cause the same to be made good by the other
workmen and deduct the expense from any sums that may be then or at any
time thereafter may become due to the contractor or from his security
deposit.

The defects liability period shall be reckoned in the case of this work as two
years from the date of completion of work and it shall be liability of the
contractor to repair, strengthen or reconstruct at his own expense any
portion of the work which has shown damages or any defect arising out of any
bad workmanship or defective material being used for the work. In the case of
rectification not being commenced by the contractor within 7 days from the
date of notice from the Engineer-in-charge, the Engineer-in-charge reserves
the right to get the repair work executed at the risk and cost of the contractor.

The security deposit of the contractor shall not be refunded before the expiry
of one year after the issue of the certificate of the completion of work or till
the final bill has been prepared and passed whichever is later.

The contractor shall not be entitled for any payment whatsoever on account
of above special conditions of contract.

20. The Contractor shall take all precautions to avoid all accidents by
exhibiting necessary caution boards day and night, speed limit board, red
lights and providing barriers. He shall be responsible for all damages and
accidents caused due to negligence on his part. No, hindrances shall be
caused to traffic during execution of work.

21. The Contractor shall at his own expense, provide all materials required for
the works other than those which are to be supplied by AAI. The
contractor shall deposit royalty and obtain necessary permit for collection
of earth stone, sand, red bajri, kankar etc. from the local authority in the
matter and will abide by the notification issued by Central Govt. / State
Government / Local State Authorities as applicable from time to time in this
regard. The contractor is also bound to allow deduction from his bills any

SURFACE CAR PARK, TRICHY C-NIL; I-NIL; O-NIL SCC -11


294
difference in statutory taxes / royalty and penalty proposed by Local State
Authorities to AAI till finalization of settlement of all demands in this regard
by Central / State Govt.

22. For items pertaining to building work the specification detailed under
relevant subheads for building work shall be followed.

23. All incidental charges of any kind whatsoever including cartage, storage,
cutting and wastage etc. shall be borne exclusively by the contractor and
nothing extra shall be payable to him on this account.

24. All material obtained from AAI stores or otherwise shall be got checked by
the Engineer-in-Charge of the work on receipt of the same at site before use.

25. No payment will be made to the contractor for damage caused by rain or
other natural calamities during the execution of the work and no such claim
on this account will be entertained.

26. The contractor shall adjust his labour, staff, plant machinery etc. according to
the requirement of work from time to time and no claim shall be entertained
on account of idle labour, plant, machinery etc. due to any reason whatsoever.

27. RCC WORKS:


The centering and shuttering for all CC / RCC works shall be of steel or ply
wood of approved thickness and quality. The design of centering and
shuttering for the work shall be got approved from the Engineer-in-charge
before starting the work.

28. TESTS:
The various tests as indicated in the AAI specifications, MoRT&H
specifications CPWD specifications/manufactures specifications or BIS, as
considered necessary by the Engineer-in-Charge shall be carried out in the
laboratory as approved by the Engineer-in-Charge. The contractor shall bear
the entire cost of samples, testing charges, carriage and any other
incidental expenditure incurred, thereon. The result shall be final and binding
on the contractor.

Ultrasonic Pulse Velocity Test (UPV) shall also be conducted in addition to


other mandatory tests prescribed for testing and acceptance of concrete.

29. All the materials to be used on the work shall be of best quality available
and shall have the approval of Engineer-in-Charge before use.

30. The contractor shall arrange to provide portable lights and markings with
the luminous paint to indicate the areas under construction/or repairs as per
the direction of Engineer-in-Charge. These lights shall be of the approved
colour and capacity and shall be operated throughout the night and during

SURFACE CAR PARK, TRICHY C-NIL; I-NIL; O-NIL SCC -12


295
bad weather. In addition to these markings, lights cone markers painted
with luminous paints shall also be put.

31. The contractor will remove the labour huts on completion of the work.
The payment of final bill will be subject to the compliance of this condition by
the contractor.

32. The contractor shall provide suitable temporary diversion arrangement for
flow of water in the existing drain pumping and bailing out water from
the drain, if required for proper execution of the works at his own cost, as
per directions of Engineer-in-Charge.

33.In all contracts relating to security, watch and ward services, the contractor
shall engage ex-servicemen or ex-police personnel to the contracted job.

34. The contractor shall make necessary arrangement for all machinery,
equipment etc. considered necessary by the Engineer-in-Charge for
completion of works within the stipulated time. The rates quoted by the
contractor shall include the cost of providing / running all such machinery,
equipment etc. Nothing extra shall be paid on this account.

35. The contractor shall regulate the movement of vehicles in accordance with
the regulations of local traffic authority and shall provide necessary roads,
diversions etc. for access of vehicles to the site of work. Nothing extra over
and above quoted by him shall be paid on this account.

36. Should there be any discrepancy in or any doubt or obscurity as to the


meaning of any of the tender documents, clarification should be sought for in
writing sufficiently in advance of the last date fixed for the receipt of the
tender from the concerned Asstt GME / Sr. Manager Engineering. The
department will have a right to make any amendments in the tender
documents and any such changes will be intimated to the tenderer at least
three days before the date fixed for receipt of tender.

37. SCOPE OF THE WORKS

A. INTENT OF THE PLANS AND SPECIFICATION:


The cross- sectional drawings, if any, together with the contract
specification, are intended to show and explain the manner of executing
the work and to indicate the type and class of materials to be used. The
work to be carried out under the contract shall, except as otherwise
provided in these conditions, include all labour, material, tools, plant,
equipment and transport that may be required in preparation of and for
and in the full and entire execution and completion of the works and
maintenance of the same during the construction and observation period.
The description given in the schedule of works shall, unless otherwise
stated, be held to include waste material, carriage and cartage,
carrying or hoisting setting and fixing in position and all other labour

SURFACE CAR PARK, TRICHY C-NIL; I-NIL; O-NIL SCC -13


296
necessary and for the full and entire execution with good practice and
recognized principle and any urgent and temporary works, fully
contingent on the work.

B. Excavation: While carrying out the excavation work over the areas or in
the foundation trenches, the contractor shall carry out the excavation
work very carefully assuming that there may be certain power
Communication cables and other services like storm water drain, water
supply line, chill water pipe line and firefighting line and manholes etc.
In case of any damage to the services while carrying out the work, the
contractor has to make good the same at his own expenses.

Before any excavation work is started with the help of heavy machinery,
the contractor shall cut / open the trench of size approximately 1.00 m
Wide x 1.00 m deep as per direction of Engineer-in-Charge to find out the
underground services, if any, then excavate further along the alignment
of such services and then only switch over to the excavation with the
help of heavy machinery. Nothing extra shall be paid for the same.

38. TEMPORARY SERVICE ROADS, PREPARATION OF GROUND ETC.


a. The contractor shall bear all expenses and charges, on special or
temporary service roads required by him in connection with access to
the site. He shall not object to the use of service roads by other
construction traffic.
b. Upon completion of the work such roads shall be broken up and leveled
where so required by the drawings unless the Engineer-in-Charge shall
otherwise direct.
c. Conveyance of men and materials and inspection staff etc. to any portion
of the work site involved in the construction shall be the responsibility
of the contractor.

39. CO‐OPERATION BY CONTRACTORS:


The contractor shall give his constant attention to facilitate the progress of
the work, thereof and shall co-operate with PMC & AAI officials and others in
every way possible. He shall have to be present on the work at all times.
During his absence, a competent representative who is able to communicate
with the department’s representative and is authorized to receive order and
act for him, should be present.

40. INSTRUCTIONS AND NOTICES:


a. Subject as otherwise provided in this contract all notices to be given on
behalf of the department and all other actions to be taken on its behalf.
may be given or taken by the Engineer-in-Charge or any officer, for the
time being entrusted with the functions, duties and powers of the
Engineer-in-Charge.
b. All instructions, notices and communication, etc. under the contract shall
be given in writing and if sent by registered post to the last known place of
above or the business of the contractor, shall be deemed to have been

SURFACE CAR PARK, TRICHY C-NIL; I-NIL; O-NIL SCC -14


297
served on the date on which in the ordinary course of post, these would
have been delivered to him.
c. Contractor or his agents shall be in attendance at the site(s) during all
working hours and shall superintend the execution of the works with such
additional assistance in each trade as the Engineer-in-Charge may
consider necessary and 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.
d. The Engineer-in-Charge shall communicate or confirm his instructions to
the contractor in respect of the execution of work in a works site order
Book maintained at the site office of the Engineer-in-Charge and the
contractor or his authorized representative shall confirm receipt of such
instructions by signing the relevant entries in this book. Contractor is
also authorized to write his remarks related to the work in the site
order book. On demand by the contractor, he shall be furnished certified
true copy of instruction(s).

41. PLANS & SPECIFICATIONS:


a. One copy of the preliminary plans & specifications (excluding CPWD
Specifications 2009 Vol I & II with up to date correction) shall be
furnished to the contractor at the commencement of the work. Such
copies and copies of supplementary details furnished by the Engineer-in-
Charge shall be kept at the site of work until completion and the Engineer-
in- Charge shall at all times have access to them.
b. The contractor shall submit to Engineer-in-Charge for approval such
additional plan or working drawings of structure as may be required. The
contract rates shall include the cost of furnishing such drawings.
c. The drawings accompanying the tender document are of indicative
nature and issued for tendering purpose with the purpose to enable the
tenderer to make an offer in line with the requirements of the AAI.
However, no extra claim whatsoever shall be entertained for variation in
the “Approved for Construction” and “Tender Drawings” regarding any
changes. The execution of work shall be as per approved drawings and
detailed specifications.

42. WATCH AND WARD & LIGHTING:


The contractor shall provide and maintain at his own expense all lights,
fencing and watch & ward when and where necessary or required by the
Engineer-in- Charge for the protection of the work or for safety and
convenience of those employed on the work or the public.

43. DEPARTMENTAL REPRESENTATION:


The Engineer-in-Charge during his absence on the works shall be
represented by one of his subordinates, whose duties in relation to the
contractor shall be to ensure that work is performed in conformity with the
plans and specifications in all respects. He shall communicate to the
contractor the instructions and directions of the Engineer-in-Charge on all
questions relating to the work, and the contractor shall comply with such

SURFACE CAR PARK, TRICHY C-NIL; I-NIL; O-NIL SCC -15


298
instructions and directions. He shall request the contractor in writing to
suspend the performance of any part of the work, if in his judgment the
contractor is deviating from the plans and specifications, in spite of his
instructions and contractor shall comply.

44. SITE CONDITIONS, REQUIREMENTS & SOURCES OF MATERIALS BENCH


MARKS AND SETTING OUT OF WORKS
a. The levels of the various floors of building and pavements, road work etc.
shall be as shown in the architectural level plans, should there be any
discrepancy in the floor/ground levels, the decision of the Engineer-in-
Charge shall be final and binding and no claim whatsoever shall he
entertained on this account.
b. The contractor shall be responsible for the true and proper setting out of
the work and for the correctness of the positions levels and dimensions
and alignments of all parts of the works and for the provisions of all
necessary applications and labour in connections therewith.
c. If any time during the progress of the work any error may appear or
arise in the position, levels, dimensions or alignments of any part of the
work, the contractor on being required to do so by the Engineer- in-
Charge shall at his own expense, rectify such errors to the satisfaction of
the Engineer- in-Charge.
d. The checking or any setting out of any line or level by the Engineer-in-
Charge or his representative shall not relieve in any way the contractor of
his responsibility for the correctness thereof and he shall carefully
protect and preserve all Bench marks, site rails, pegs and other things
used in the setting out of works.
e. Completion of all items of the work in question-shall be carried out by
the contractor at his own cost.
f. The contractor shall also keep proper record of such permanent
Benchmarks established denoting therein their correct levels.
g. The work of establishing all such bench marks shall be carried out only by
experienced staff of the contractor with the help of precision instruments
suitable for this type of work. The instruments used shall be checked for
their accuracy and for permanent adjustment before the commencement
of the work and also at frequent intervals during the progress of the work.
h. All such Bench marks established by the contractor shall be subject to
check and approval of the Engineer-in-Charge or his representative and
any variations noticed in the work as a result of improper establishment
or maintenance of such Bench marks shall be at the contractor’s risk and
expense.
The contractor has to adjust his work and progress the work in co-
ordination with other agencies working at site.

45. SAMPLING AND TESTING


a. The contractor at his own cost shall set up a fully furnished and
adequately equipped field laboratory at site within 30 days from the date
of issue of work order and maintain the same by providing adequate

SURFACE CAR PARK, TRICHY C-NIL; I-NIL; O-NIL SCC -16


299
technical and upkeep staff. The laboratory should have office space for
engineers to do testing and store for storage of samples.
The Engineer in charge may at his discretion, cross check the test result
obtained in contractors laboratory by independent tests at an approved
laboratory. The cost of such material, transport, cost of testing etc. shall
be borne by the contractor.

b. The contractor shall provide proper facilities at all times for the
inspection and testing of materials and the Engineer-in-Charge shall have
access at all times to the place of stores or manufacture. The contractor
shall give sufficient advance notice of placing order so as to permit
test to be completed before the material is in corporated in the work and
shall afford such facilities as the Engineer-in-Charge may require for
collection and forwarding samples and making inspection. The contractor
shall not make use of or incorporate in the work the materials
represented by the samples, until tests have been made and materials
found to be in accordance with the specifications.
All tests of materials furnished by the contractor shall be made in
accordance with commonly recognized methods of Indian or of other
international organization or such other method and test as are
prescribed in the specification or are in use in conformity with standard
practice of the department and charges therefore, will be borne by the
contractor.

c. Field tests of materials will be carried out by the Engineer-in-Charge as


deemed necessary and these tests shall be made in accordance with the
standard practices of the department. The cost involved in all such field
tests will be borne by the contractor.

d. The various tests as indicated in the specifications or as considered


necessary by the Engineer-in-Charge shall be carried out in the laboratory
as approved by the Engineer-in-Charge. The contractor shall bear the
entire cost of samples, testing charge, carriage and other incidental
expenditure incurred thereof. The result shall be final and binding on the
contractor.

e. The contractor shall submit certified true copies of the vouchers for
verification of actual purchase of any materials whenever directed by the
Engineer-in-Charge.

f. The contractor shall not be entitled for any extra payment whatsoever on
account of the above special conditions of contract until and unless
specified otherwise.

g. Contractor shall distinctly display a board at work site on the cement


store indicating the opening balance on a particular day, receipt during
the day and issue during the day and closing balance at the end of the
day. (The entries shall be updated immediately on physical issues)

SURFACE CAR PARK, TRICHY C-NIL; I-NIL; O-NIL SCC -17


300
46. CONDITIONS FOR STORAGE OF MATERIAL
The contractor shall bear all incidental charges for cartage / storage and
safe custody of material. The contractor shall construct cement godown
suitably at the place allotted by the Deptt. and as per directions of
Engineer-in-Charge for storing the materials safe against damage by sun,
rain, dampness, fire, theft etc. He shall also employee necessary watch &
ward establishment for the purpose. Cement of different brands and
grades in gunny or polythene bags shall be stored in separate godowns
each godown shall be provided with a single door with two locks. The
keys of one lock should remain with Manager (Engg.) / Asstt. Mgr. (Engg.) /
Jr. Exec. (Engg.) in-charge of the work and that of the other lock with the
authorized agent of the contractor at the site of work so that the cement is
removed from the godown according to the daily requirement with the
knowledge of both the parties. The day-to-day receipt and account of
cement shall be maintained by Manager (Engg.) / Asstt.Mgr. (Engg.) / Jr.
Exec. (Engg.) in-charge of the work and signed daily by the contractor or
his authorized agent. Cement shall be stored and stacked in bags in dry and
water proof sheds. The bag shall stack in rows of two and at least 10 to 20
cm clear above the floor with two layers of dry bricks laid on the well
consolidated earth. A space of 60cm should be kept all-round as well as
between the exterior walls and the stacks. Cement bags should be placed
together in the stack to reduce circulation of air as much as possible.
Cement bags shall not be stacked more than 10 bags high to avoid lumping
under pressure. Contractor shall distinctly display a board at work site on
the cement store indicating the opening balance on a particular day, receipt
during the day and issue during the day and closing balance at the end of
the day. (The entries shall be updated immediately on physical receipt and
physical issues.)

47. INCOME TAX, LABOUR CESS AND OTHER TAXES AS APPLICABLE


Income Tax deductions shall be made from all payments made to the
contractor as per the rules and regulations in force in accordance with
the Income Tax Act prevailing from time to time.

Labour welfare cess shall be levied @ 1% (or as notified) on the gross


amount of each running bill and final bill.

Royalty or any other tax on materials, equipments, T & P and labours in


respect of this contract shall be payable by the contractor and Airports
Authority of India will not entertain any claim whatsoever in this
respect.

48. DIFFERENCE BETWEEN FIRST LOWEST BIDDER AND SECOND LOWEST


BIDDER
The total amount of final bill worked out at the accepted tender rates, if
found to be more than the amount worked out at the quoted rates of
second lowest, the contractor shall be paid lower of the two.

SURFACE CAR PARK, TRICHY C-NIL; I-NIL; O-NIL SCC -18


301
49. FIELD LABORATORY AND LIST OF EQUIPMENTS

49.1 The contractor at his own cost shall set up a fully furnished and
adequately equipped field laboratory at site within 45 days from the
schedule date of start of work or as per the work requirement AS
APPROVED BY E-I-C and maintain the same by providing adequate
technical and upkeep staff. The laboratory should have office space for
engineers to do testing and store for storage of samples. The remaining
space shall be provided for the installation of equipment, laboratory
tables and cupboards, working space for carrying out tests, besides a
wash basin, toilet facility. The following minimum equipment shall be
provided in the laboratory:

S. NO. DESCRIPTION OF ITEMS QUANTITY

A. GENERRAL
i) Balance 20 kg capacity-self indicating type 1 No.
ii) Electronic Balance 5 kg capacity 0.5 gm. 1 No.
iii) Water bath-electrically operated and 1 No.
thermostically Controlled with adjustable shelves,
sensitivity 1 deg C.
iv) Electric Oven/ electric hot plate / Kerosne or gas 1 No.
stove.
v) Set of IS sieves with lid and pan with mechanical
shaking arrangement;
a) 450 mm diameter: 65mm, 40mm 25mm, 12.5mm, 1 Set.
10mm and 4.75mm size and any other sieve
required at site.
b) 200mm diameter: 2.36mm, 2.0mm, 1.18mm, 600 1 Set.
micron, 425micron, 300 micron, 150 micron and
75 micron and any other sieve required at site.
vi) Water Testing Kit 1 Set.
vii) First Aid Box 1 Set.
B. APPARATUS FOR AGGREGATES
i) Aggregate impact value test apparatus. 1 Set.
ii) Los angles Abrasion test apparatus. 1 Set.
iii) Flakiness and Elongation Test Gauges. 1 No.
iv) Standard measure of 30, 15 and 3 litres capacity 12 Nos.
along with standard tamping rod.
C. SURVEYING INSTRUMENTS
i) Leveling Instrument with staff. 2 Sets.
ii) Steel Tapes 30 meters, 15 meters and 5 meters. 5 Nos. each
iii) Theodolite 2 Nos.
iv) Total station 1 No.

SURFACE CAR PARK, TRICHY C-NIL; I-NIL; O-NIL SCC -19


302
49.2 In additional to tools, equipments, apparatus and instruments as described
above, if any, additional tool, equipment, apparatus and instrument is
required for laboratory and execution of work as per technical
specification of NIT the same shall be provided by contractor. Nothing
extra shall be payable to contractor on this account.

49.3 The Engineer-in-Charge may at his discretion, check the test results
obtained at contractors laboratory by independent tests at an approved
laboratory. The cost of such material, transport, cost of testing etc. shall be
borne by the contractor.

49.4 The Engineer‐in‐charge and the contractor shall agree upon a time
and progress chart as per clause 15 on page SCC (Civil)‐7. In time and
progress chart deployment of machineries, equipments, apparatus
and instruments as listed in para 49.1, 49.2 & 49.3 above are to be
treated as one of the sections of the work.

The deployment of machineries, equipment’s, apparatus and


instruments as listed above shall be made available by executing
agency as per site requirement and per instruction of Engineer‐in‐
charge.

50. INDICATIVE WORKING SCHEDULE :

As construction of the main building works in progress, site for the


proposed work shall be made available in phases as per availability. The
proposed surface car park and associated Civil & Electrical works is
required to be completed along with completion of main building work or
stipulated date of completion of this work, whichever is earlier.

The Contractor shall satisfy himself about the Site Conditions, vehicular
movement and other operational issues prior to execution of the works.
The Contractor shall propose a detailed working plan ensuring smooth
vehicular movement during construction by taking all safety,
environment, health and safety measures, which shall in no case affect
the smooth construction of main building work.

To this effect, the Contractor is required to submit a detailed working


schedule/ plan alongwith a work methodology (preferably in
Primavera/MS Project). No request for any additional claim will be
entertained from the Contractor on this account.

51. The quantities of each item as specified in Schedule of Quantity


(SOQ) shall be executed with prior approval of Engineer‐In‐charge.
The schedule of execution of various items including supply items
(if any) shall be decided by the Engineer‐In‐charge depending upon
the site requirement.

SURFACE CAR PARK, TRICHY C-NIL; I-NIL; O-NIL SCC -20


303
52. MEASURES FOR GRIHA PARAMETERS:
The contractor should take all possible actions including the following
measures to ensure adherence of GRIHA (Green Rating for Integrated
Habitat Assessment) parameters:
i) All measures to preserve the top soil as per GRIHA guidelines.
ii) Provision of proper sanitation facilities for construction workers.
iii) Efficient use of water during construction.
iv) Reduction in volume, weight and time of construction.
v) Reduction in generation of unnecessary construction waste.
vi) Minimize air pollution during construction.
vii) Storage and disposal of waste at appropriate locations.

SURFACE CAR PARK, TRICHY C-NIL; I-NIL; O-NIL SCC -21


304

SPECIAL CONDITIONS OF CONTRACT (SCC)


1. INTRODUCTION AND SCOPE

This special conditions of contract are applicable for the Electrical package
These special conditions of contract shall be read in conjunction with AAI
General Conditions of Contract and Special Condition of Contract. If there
are any provisions in the SCC, which are at variance with the provisions of
general conditions of contract, the provisions in the SCC shall take
precedence.
The work shall be carried out as per enclosed specifcations
2. WORK DESCRIPTION

a) The Electrical system described in above specifcations shall


comprises of supply, delivery, installation, testing and commissioning,
safe storage, handover, training, maintenance and warranty all as
described or reasonably implied in the Contract. The Contractor is
obliged to provide fully functioning works and systems in conformance
with the requirements of the Contract and approved design and
development documents prepared by the contractor in line to the
contract documents, drawings.
b) The drawings and documents from Engineer-in-charge shall be used as
guidance for the contractor in producing his shop drawings for
carrying out works at site. However, After the tender being awarded
GFC drawings & further calculations shall be provided to the
contractor based on which contractor shall make the shop drawings
and make TDS submission for approval of engineering
consultant/Client.
c) The Contractor shall be responsible to co-ordinate the equipment and
services and shall produce properly coordinated shop drawings to
demonstrate the installation comply with the performance
requirement with shop drawings, calculations and details. The
Engineer-in-charge from PMC/client shall monitor the process of shop
drawings and document preparation.
d) Shop drawings to be prepared by the contractor based on the GFC
issued drawing by the PMC/client. Shop drawings shall take into
account actual measurement and setting out dimensions/levels
obtained and determined by the Contractor on site, actual equipment /
material used after the TDS approval of that equipment/material,
actual routing of services, co-ordination with all installation, and site
conditions/constraints.
e) All the codes and standards mentioned in the contracts shall be
applicable as amended up to date. Please consider latest all relevant
code/ standard for each equipment in their respective head of
Technical specifcations.

AAI C=NIL, I=NIL, O=NIL SCC(Elect.) 1


305

SCOPE OF WORK:
a) Liaison with Engineer-in-charge, Local Authority to obtain and
coordinate with Existing General contractor at site of Package-1.
b) Design, Supply, Installation, testing & commissioning of complete LT
distribution system for Surface Parking, associated roads, canopy area
including required cabling, infrastructure works, tapping from existing
infrastructure/LT panel feeder available in Package-1 for further LT
main distribution system, Cabling, distribution, feeder pillars and
associated accessories.
c) Complete Earthing systems for all electrical equipment and systems.
d) Solar Street Light , Gobo Lights ,High mast lighting, Car parking
Charging sockets, EV chargers, car calling system etc. .
e) Fire hydrant etc.

SERVICES:
a) Complete LT distribution system including Feeder pillars, sub-
distribution boards, associated distribution main and sub-main cabling
and associated accessories.
b) Complete lighting and power installation including all cabling,
terminations, underground laying etc.
c) Complete Security systems for parking Boom barriers, bollards, ATKs
etc.
d) Seismic compliance and certifcations for all the equipment’s as per
NBC-2016, IEC 60068, IEEE and detailed out in various sections in this
specifcation.
e) Cabling, laying, piping, cable tray for street lighting, external,
signage’s works.
f) Voltage drop and other parameter shall be as per ECBC, NBC-2016
and as defned in various sections.
g) All associated interfacing & coordination works with other existing
Electrical PHE, frefghting, Civil installations of package-1 contractor.
h) Other works as shown on the Drawings and described elsewhere in the
Contract documents/BOQ.
i) All equipment shall be of the class most suitable for working under the
conditions specifed and shall withstand the atmospheric conditions
without deterioration as defned in various sections.
j) Contractor shall co-ordinate with all other agencies working at site for
interconnection and safety aspects.
k) LV Switchgears in all disciplines to be used in the panel shall be of
single approved make only.

AAI C=NIL, I=NIL, O=NIL SCC(Elect.) 2


306

3. REQUIREMENT FOR SPECIALIZED AGENCIES.

a) The contractor shall himself meet criteria in order to carry out


specialized packages. Otherwise he shall associate and engage the
only one specialized frm meeting the eligibility criteria stipulated pre-
qualifcation criteria mentioned as per “Annexure-EB” to execute the
respective sub-head of the contract.
b) Specialized Works: Specialized works shall be executed after
prequalifcation of agencies. The specialized agency shall have in
house capability to prepare shop drawings and technical submittals.
c) The contractor shall submit the credentials for approval of AAI as per
“Annex-EB” and engage specialized agency only after approval of
Engineer-in-Charge, whose decision based on the feedback &
credentials of the agencies on the matter shall be fnal & binding. The
contractor has to submit the details of specialized agency within one
month from the date of signing of agreement or 45 days from issue of
work order, whichever is earlier.
d) Penalty of Rs 5000/- per week for each packages will be imposed in
case main contractor is failed to submit the credential of specialized
agency within the time frame mentioned above.
e) The department reserves the right to allow the main frm to submit
additional Documents/ additional names of the specialized agency in
case of the defciencies in documents or in case of no specialized
agency getting qualifed in respect of respective subheads. The same
will have to be complied with the main contractor within the time
allowed. The decision of the department shall be frm & binding on the
intending bidders.
f) It is the responsibility of main contractor to check the credentials
submitted by specialized agency. If at any stage, it is found that the
credentials submitted by the specialized agency is fake or false in that
case amount suitable action as deemed ft shall be taken by AAI.
g) In event of the concerned agency not performing satisfactorily or
failure of specialized agency or as stated in Para 3(f) above, the main
contractor on the written direction of the department, shall remove
the specialized agency deployed on the work and shall submit name of
new specialized agency who fulflls the conditions mentioned in NIT to
execute the leftover work without any loss of time or variation in cost
to the department in this regard. Such specialized agency shall also
enter into Agreement with the main tenderer and shall meet all the
guarantee for the equipment already supplied for which payment has
been released by the department in part. If any equipment supplied
for the work, during the currency of the earlier specialized agency and
paid partly by the department becomes redundant /not in a position to
be installed and commissioned and put to benefcial use due to
change in agency for execution of work, the main contractor shall be
liable for replacement of the equipment(S) at no cost to Department.

AAI C=NIL, I=NIL, O=NIL SCC(Elect.) 3


307

h) No change of specialized agency will be allowed without prior approval


of the Engineer-In-Charge.
i) The main contractor shall be responsible and liable for proper and
complete execution of the work and ensure coordination among all
specialized agencies for executing the MEP works.

4. DRAWINGS

j) Shop drawings and TDS submission to be submitted by the contractor


for various Electrical, layouts such as Power layout, Lighting layout,
Relay coordination for LT system. Electrical Detailed single line
Diagrams, All Technical Calculation to support design of electrical
system, Lighting Lux Level Calculation on DIALUX, Final cable
schedule, Voltage Drop calculations, Cable tray sizing calculations,
Underground Pipe sizing, Equipment layout/G.A. drawings, Cabling,
Cable tray layouts, earthing layouts, including equipment installation
and cable termination details etc. for approval of Engineer in
charge/client/design consultant of PMC prior to start of work.
k) The Tender drawings are enclosed along with this contract. These
drawings are meant to give broad engineering design idea to the
contractor to quote the best for the contract regarding the nature of
work covered by these specifcations. Any information/data shown/not
shown in these drawings shall not relieve the contractor of his
responsibility to carry out the work as per the contract BOQ &
specifcations. Additional information required by the bidder for
successfully completing the work shall be obtained by him. Additional
detailed information drawings after award of work shall be provided at
GFC stage for contractor to make shop drawings for execution.

The contractor shall submit his shop drawings, and for subsequent
installation work. He shall check the drawings of other trades to verify
spaces in which his work will be installed.
Maximum headroom and space conditions shall be maintained at all points.
Where headroom appears inadequate, the contractor shall notify the AAI’s
site representative before proceeding with the installation. In case
installation is carried out without notifying, the work shall be rejected and
contractor shall rectify the same at his own cost.
The contractor shall examine all architectural, structural, plumbing, HVAC
and other all services drawings and check the as-built works before starting
the work and report to the AAI’s site representative any discrepancies and
obtain clarifcation. Any changes found essential to coordinate installation of
his work with other services and trades, shall be made with prior approval of
the AAI’s site representative without additional cost to the AAI.
5. SHOP DRAWINGS

AAI C=NIL, I=NIL, O=NIL SCC(Elect.) 4


308

On award of work, the successful tenderer shall prepare and furnish


following shop drawings for approval by the Engineer-in-charge. Such
drawings shall be based upon specifcations, local laws and regulations.
All the shop drawings shall be prepared on computer through Auto-Cad
System based on Architectural Drawings, site measurements and Interior
Designer’s Drawings, within four weeks from the award of work shall furnish,
for the approval of the AAI, three sets of detailed shop drawings of all
equipment and materials including layouts for all electrical packages and
any other requirement to be fabricated or purchased by the contractor.
These shop drawings shall contain all information required to complete the
Project as per specifcations and as required by the AAI’s site representative.
These Drawings shall contain details of construction, size, arrangement,
operating clearances, performance characteristics and capacity of all items
of equipment, also the details of all related items of work by other
contractors. Each shop drawing shall contain tabulation of all measurable
items of equipment/ materials/ works and progressive cumulative totals
from other related drawings to arrive at a variation-in-quantity statement at
the completion of all shop drawings.
When the AAI makes any amendments in the above drawings, the contractor
shall supply three fresh sets of drawings with the amendments duly
incorporated along with check print, for approval. The contractor shall
submit further eight sets of shop drawings along with soft copies to the AAI’s
representative for the exclusive use by the Owner’s site representative and
all other agencies. No material or equipment may be delivered or installed
at the job site until the contractor has in his possession, the approved shop
drawing for the particular material/ equipment/ installation.
Shop drawings shall be submitted for approval sufciently in advance of
planned delivery and installation of any material to allow Architect/
Consultant ample time for scrutiny. No claims for extension of time shall be
entertained because of any delay in the work due to his failure to produce
shop drawings at the right time, in accordance with the approved
programme.
Approval of shop drawings shall not be considered as a guarantee of
measurements or of building dimensions. Where drawings are approved,
said approval does not mean that the drawings supersede the contract
requirements, nor does it in any way relieve the contractor of the
responsibility or requirement to furnish material and perform work as
required by the contract.
Where the contractor proposes to use an item of equipment, other than that
specifed or detailed on the drawings, which requires any redesign of the
structure, partitions, foundation, wiring or any other part of the mechanical,
electrical or architectural layouts; all such re-design, and all new drawings
and detailing required therefore, shall be prepared by the contractor at his
own expense and gotten approved by the AAI.

AAI C=NIL, I=NIL, O=NIL SCC(Elect.) 5


309

The detailed execution drawings are to be prepared by the contractor as per


the relevant IS specifcations/Electrical Inspectorate standards/
specifcations/ guidelines and other statutory requirements. Drawings
provided by AAI, if any, shall at all times be properly correlated before
execution. In case of any discrepancy, the same should be brought to the
notice of AAI immediately. However, in case any discrepancy in the item
given in the Schedule of Quantities with the tender drawings relating to the
relevant item, the former shall prevail unless and otherwise given in writing
by AAI.
Approval of drawings shall not absolve the contractor of any of his
obligations to meet the requirements of specifcations under this contract.
a) Contractor shall submit Six (6) colour prints readable minimum A1/A0
size or as per requirement for preliminary approval.
b) Final 6 colour prints readable minimum A1/A0 size or as per
requirement, Distribution of approved copies as under after approval
of EIC.
6. Material Technical Submission

a) Submission of Following Technical Submission for approval of AAI for


all the following products/material but not limited to before supply at
site with 4 copies prior to approval and six copies after fnal approval
shall be submitted.
b) Distribution of 4 print copies as under for pre-approval /reviewing
Final 6 prints for Distribution of approved copies as under after approval of
AAI.
Constitute, Outline of a Material Technical Submission for Approval of
Engineering Design Consultant /Client-:
a) Product Data: For each type of product shall contain minimum as
applicable the followings.
i) Include rated capacities, operating characteristics, and furnished
all the published data sheets available in public domain. In
addition, specifc data sheets for the project covering all the
required parameters of the contract documents.
ii) Include Original catalogues of the product.
iii) Include Specialties and accessories as asked in the contract
documents.
iv) G.A/Shop Drawings: For Equipment’s showing dimensions,
placement on layouts coordinated with other services.
v) Include plans and elevations showing major components and
features.
vi) Include a plan view and cross section of equipment base/Top,
showing clearances, manufacturer's recommended workspace

AAI C=NIL, I=NIL, O=NIL SCC(Elect.) 6


310

vii) Include single-line/schematic Diagram.


viii) Include list of makes of materials/accessories.
ix) Include nameplate legends/if any.
x) Dimensioned concrete base, outline of equipment,
Cable/Pipe/conduit entries, and grounding of equipment locations.
xi) Support locations, type of support, and weight on each support.
Location of structural support.
xii) Supports for structure-supported raceways, cable trays, Light
fxtures and seismic supports.
xiii) Coordination for bus duct alignment with location of equipment.
xiv) Provide locations of fexible connectors for bus duct for the
associated equipments.
xv) Location of lighting fxtures, components/other equipment’s to be
used
xvi) Compliance of the BOQ, specifcations, data sheets, test reports,
test certifcate to be duly signed and stamped by the technical
head of the OEM for the particular product and contractor.
xvii) Quality assurance data (Internal from OEM at workplace of OEM
itself)

7. ACCESSIBILITY

The Contractor shall verify the sufciency of the size of the shaft openings,
clearances in wall cavities and suspended ceilings for proper installation as
required for electrical packages. His failure to communicate insufciency of
any of the above shall constitute his acceptance of sufciency of the same.
The Contractor shall locate all equipment which must be serviced, operated
or maintained in fully accessible positions. The exact location and size of all
access panels, required for each concealed control damper, valve or other
devices, etc. requiring attendance, shall be fnalized and communicated in
sufcient time, to be provided in the normal course of work. Failing this, the
Contractor shall make all the necessary repairs and changes at his own
expense. Access panel shall be standardized for each piece of equipment /
device / accessory and shall be clearly nomenclature / marked.
8. List of Preferred makes for electrical Packages:

Unless otherwise approved by AAI or agreed upon between AAI and the
successful tenderer, the materials to be supplied or incorporated in various
works relevant to the instant contract, shall remain confned to any of the
preferred “Makes” only, subject to their meeting the technical requirements
as spelt out under the schedule of work enclosed and specifcations given in
the NIT. The list of approved makes of various items are given in SCC.
9. COMPLETENESS OF TENDER

AAI C=NIL, I=NIL, O=NIL SCC(Elect.) 7


311

All sundry fttings, assemblies, accessories hardware items, foundation bolts,


supporting structures, etc. as required and all other sundry which are useful
and necessary for proper assembly and efcient working of the various
components of the work shall be deemed to have been included in the
tender, whether such items are specifcally mentioned in the tender
documents or not.
10. METHOD OF EXECUTION

The contractor shall submit his program of installation at least one week in
advance. The contractor shall submit a separate bar chart for installation
program mentioning man hours required so that the work can be done
accordingly.
The additional cost if any in engaging the labour for night work shall be
included in the quoted rates. Nothing extra shall be paid by AAI in this
regard separately.
11. PHASING OF WORKS

The work may be carried out in phases as approved by AAI from time to time
so that the total project work can progress smoothly with least obstruction
to the operations and also works of other Contractors/ agencies.
12. STRUCTURAL ALTERATIONS TO BUILDINGS

1. No structural member in the building shall be damaged/altered, without


prior approval from AAI.

2. Structural provisions like openings, pipes if any, provided by AAI for the
work, shall be used. Where these require modifcations, such
contingent or works shall be carried out by the contractor, at his cost
after the prior approval of AAI.

3. All cut out openings in foors provided by AAI shall be closed after
installing the cables in accordance with the item therefore in the
schedule of work& specifcations.

4. All cuttings made by the contractor in connection with the works shall
be flled by him at his cost to the original fnish.

13. MATERIALS

Contractor shall submit two copies of purchase order (without cost) of major
equipment/materials like LED lights fxtures, Lighting management etc. as
per direction of Engineer-in-charge within Eight weeks after the award of
work failing which, the penalty of Rs 10000/- per week shall imposed.
All the materials required for this work should conform to relevant IS
specifcations. The type test certifcates, routine test certifcates and

AAI C=NIL, I=NIL, O=NIL SCC(Elect.) 8


312

acceptance test certifcates & other relevant documents are also to be


submitted.
Manufacturer’s catalogues and other documents shall be provided in four
sets. Each item in each set shall be properly labelled, indicating the specifc
services for which material or equipment is to be used, giving reference to
the governing section and clause number and clearly identifying in ink the
items and the operating characteristics. Data of general nature shall not be
accepted.
14. STORAGE OF MATERIALS

The contractor shall provide proper and adequate storage facilities to


protect all the materials and equipment against damage from any cause
whatsoever. The watch & ward of the stores, equipment & materials shall be
the responsibility of the contractor till the completion, commissioning &
handing over to AAI. Necessary store rooms should be constructed by the
contractor. The land required for stores will be provided by AAI as per
respective clause of GCC.
The contractor shall take away the balance of any materials left at the site
after commissioning of the system. The cost, if already paid, for such items
shall be deducted from the subsequent running bills. AAI shall not be liable
to pay for any of the incidental charges connected with the above.
15. SAMPLES

The Contractor shall be required to provide samples to AAI of all the


materials sufciently in advance free of cost to obtain approval of AAI.
Approved samples shall be retained by AAI until the completion of the work
and all materials and workmanship incorporated in the work are to conform
to the approved samples in all respects. Rejected materials shall be
removed from the site immediately under the supervision of AAI.
16. Stencil for Gobo Liights:

Agency has to supply stencil (dynamic and static) as per approved design
min. 03 set( static&dynamic) for each GOBO luminaire for projection of
design on the Canopy. Design of stencil shall be fnalized by AAI. Nothings
extra shall be paid on this account.
17. CONSUMPTION OF MATERIALS

Proper record of daily consumption of materials shall be maintained at the


site of work for each item as directed by AAI. This is also required to be
done even if the contractor arranges these materials himself.
Item wise list showing requirement of test certifcate or inspection at the
works of the manufacturer is given under “LIST OF PREFFERED MAKE”
18. CO-ORDINATION

AAI C=NIL, I=NIL, O=NIL SCC(Elect.) 9


313

The Contractor shall co-operate and co-ordinate with all other agencies
working in the same project, compare plans, specifcations and the time
schedules and so arrange his work so that there will be no interference
during execution of the work. The Contractor shall forward to AAI all
correspondence and drawings exchanged. Failure to do so will render the
Contractor responsible for subsequent change found necessary and its cost.
However, the Contractor shall arrange necessary facilities to execute the
work simultaneously with other agencies. No claim on this account shall be
entertained by AAI.
19. PROGRAMME OF WORK

After the acceptance of Tender, the Contractor shall, within 30 days, submit
to AAI for approval, a detailed program taking into account the total time
period stipulated in the contract showing the order, the procedure and
method in which he proposes to carry out the works.
He shall furnish the particulars in writing the arrangements for manpower,
plant and machinery and all other resources owned and dedicated to this
work. Cash fow during the execution of project for procurement of
materials and for carrying out the works shall also be furnished.
In support of this program, the Contractor shall submit a work schedule in
the form of a CPM/PERT chart/ MS projects. AAI shall modify the program
submitted by the Contractor and approval shall be given indicating the
major milestones. The program approved by AAI shall be fnal and binding
on the Contractor. The approval by AAI of such program or furnishing of
such particulars shall not relieve the Contractor of any of his duties or
responsibilities under the contract.
During the progress of work, the contractor shall be required to furnish the
resource mobilization plan as required by AAI to keep the target date of
completion.

20. PROGRESS REPORTS AND SCHEDULES

The Contractor shall submit to AAI by the third day of every month, six
copies of a report duly updated along with CPM/PERT/ MS project in an
approved proforma showing the progress made during the previous month.
The Contractor shall also submit by the end of every month their planning
schedule for all the items of work for the following month in three copies in
an approved proforma to AAI.
21. TESTING AND MEASURING EQUIPMENTS

Equipment for measurement of work and testing the installation shall be


procured by the Contractor at their own cost. The same shall also be made
available to AAI without any charges.

AAI C=NIL, I=NIL, O=NIL SCC(Elect.) 10


314

The contractor shall provide all necessary instruments and labour for
testing, shall make adequate records of test procedures and readings, shall
repeat any tests as directed by the AAI and shall provide test certifcate
signed by an authorised person. Such test shall be conducted on all
materials and equipment and tests on completed work as called for by the
AAI at contractor’s expenses unless otherwise called for.
If it is proved that the installation or part thereof is not satisfactorily carried
out then the contractor shall be liable for the rectifcation of the same. AAI’s
decision as to what constitutes a satisfactory installation shall be fnal.
All tests shall be carried out by a test house approved by the AAI.
22. WATER AND ELECTRIC SUPPLY

AAI will not be responsible for the supply of water and Electric power to the
Contractor for execution of the work. The Contractor shall make his own
arrangements for water and Electric power supply.
23. TESTING / INSPECTION OF MATERIALS

AAI reserves the right to inspect the materials at factory before dispatch. If
inspection of equipment at the factory is to be done, 15 days prior
intimation should be given in advance. All arrangements for conducting the
inspection/testing at the factory shall be the responsibility of the contractor.
The traveling and daily allowance for the 1st inspection at factory will be
borne by AAI. In case the material/ test is not ready at factory or the test
fails during the 1st inspection or second inspection is required due to
whatsoever reason, the TA/DA for the AAI staf for the 2nd inspection shall
be borne by the contractor, as per the entitlement of the inspection ofcer.
For visual /destructive tests of materials, the Contractor shall provide
samples of all the materials free of cost well in advance.
All the materials to be used in and on every part of the works shall be
subjected, from time to time, to such tests as AAI may direct. Such tests
shall be performed at the expenses of the Contractor. The samples for tests
shall be in all cases selected by AAI. If at any time, any material so tested,
fails to meet the acceptance criteria, the same shall be removed from the
site of works and other materials substituted. But in the absence of any
specifed test/acceptance criteria, the decision of AAI shall be fnal and
binding as to whether the said materials shall be accepted or rejected.
The Contractor shall produce on demand from AAI, the necessary test
certifcates certifying that the materials conform to the technical
specifcations. However, this clause will not apply to routine testing of
materials at the site laboratory of the Contractor.
All tools, instruments, plants and labour/operating personnel for the tests
shall be provided by the Contractor at his own cost. For any tests as directed
by AAI, that have to be carried out at an outside laboratory, the same should

AAI C=NIL, I=NIL, O=NIL SCC(Elect.) 11


315

be carried out by the Contractor without any cost to AAI and the cost shall
include cost of tests, transportation, freight etc. Contractor has to submit
Certifed Test Reports test data report from an independent testing agency.
The category requirement of testing / inspection are provided in list of
approved makes.

24. SITE FOR PLANTS /EQUIPMENT, STACKING OF MATERIALS AND


LABOUR

The Contractor shall stack materials at the site of work strictly as per
instructions of AAI keeping in view the safety and smooth progress of the
project.
Nothing extra shall be payable for any extra lead involved in stacking the
materials at a reasonable distance away from the work place.
25. SITE MAINTENANCE DURING CONSTRUCTION

The Contractor and Sub-Contractors shall from time to time clear and
remove all rubbish and obstructions from the site and the work area shall be
kept clear and unobstructed at all times. Nothing extra shall be paid on this
account.
26. CONFORMITY TO IE ACT, IE RULES AND REGULATIONS

All electrical works shall be carried out in accordance with the provisions of
Indian Electricity Act-1910, Indian electricity rules – 1956 amended upto
date (date of call of tender unless specifed otherwise), the State Electrical
Inspectorate and technical specifcations.
The works shall also conform to relevant Indian standard Codes of Practice
(COP)/CPWD specifcations amended up to date for the type of work
involved.
If any certifcation / compliance to IEC/EN/any international
standard is stipulated in BOQ/technical specifcation, In that case
agency can submit certifcation / compliance to relevant Indian
standard as applicable and same shall be acceptable.
In all electrical works, relevant safety codes of practices shall be followed.
27. OTHER WORKS

The scope of work includes the following:


Installation of all equipment including construction of machinery
foundations, positioning of foundation bolts, grouting, etc.. The contractor
should furnish detailed specifcations of foundations and drawings and the
same has to be got approved before proceeding for foundation erection

AAI C=NIL, I=NIL, O=NIL SCC(Elect.) 12


316

work. Foundation shall be of M25 grade or as per manufacturers


recommendations.
All exposed metal work furnished under these specifcations, except as
otherwise specifed shall be painted after installation. Painting shall be with
2 or more coats of Synthetic enamel of approved brand over a coat of zinc
chromate yellow primer. All exposed piping lines should be painted with
the approved colour.
Openings of walls, slabs, trenches, etc. and making them good thereof to
original fnish.
Providing all consumables and hardware such as welding electrodes, sealing
compounds, bolts, nuts, washers, gasket material, cement, bricks, graded
stone, etc.
Providing the required skilled and unskilled manpower, experienced
supervisory and technical staf and competent management for execution.
The contractor shall be responsible for any damage resulting from his
negligence to existing facilities /installations and will restore, replace or
repair any such damages at his cost to the complete satisfaction of AAI.
28. COMPLETION DRAWINGS / DOCUMENTS

On completion of works, the contractor shall submit four sets of "As – Built"
drawings, one set reproducible in CAD version in CD to AAI before the
submission of the fnal bill. The details of the ‘As-Built’ drawings along with
the documents / tool etc. for each system to be submitted as given below,
failing which Rs. 50,000.00 recoveries shall be made for each system of
works executed.
General Arrangements, Layout drawings with dimensions, plans, sections
etc.
Control & Schematic Diagrams.
Data Sheets /Equipment name plate details
Control logic (where applicable)
Details of Inventory
Test Certifcates (Factory Tests, sites Test)
Guarantee/ warranty Certifcates (where applicable)
Other documents/ drawings as per the instructions of Engineer-in- Charge.
Keys, operating handles, tools etc. as applicable
As-built drawing for all services.
Manuals for System Operator, System Administrator and System Engineer.
Detailed system specifcations.

AAI C=NIL, I=NIL, O=NIL SCC(Elect.) 13


317

Block diagram of the system with brief descriptions.


Schematic circuit diagram as also unit/ module-wise diagram and stage-by-
stage detailed description.
Data fow-chart with data at diferent points during operations & testing.
Component layout & position chart/ photograph for ease of locating the
components.
List of components/ units/ PCBs, module-wise with value, tolerance, Part No,
type and circuit reference (where applicable).
Servicing/ Maintenance instructions including preventive Maintenance
schedule. Indicate type of test equipment to be used for maintenance.
Troubleshooting chart with proper test sequence, Voltage and data at
various test points.
Any other relevant information.
29. FIRE REGULATIONS

The installation shall be carried out in conformity with the local fre
regulations and the rules there under wherever they are in force.
30. TRAINING
The Contractor shall train a minimum of 04, AAI staf for each electrical
package during the erection and also familiarize them with the operation
and maintenance of all the system for a minimum period of two weeks to
the full satisfaction of AAI, failing which Rs. 25,000/- recoveries for each
package shall be made. This shall be applicable even if the contractor fails
to fulfll the obligations for any one package of the electrical part.
Training shall be provided for understanding and operation of all the items
related to all systems. Charge for training should be included in the total
cost. The contractor shall also provide training materials (Soft and hard
copies) to the staf prior to the commencement of the training.

31. PERFORMANCE TESTING

The contractor should conduct performance tests as indicated in the


technical part and produce sufcient documentary proof that the system is
operating at the rated capacity.
32. COMMISSIONING ON COMPLETION

After the work is completed, it shall be ensured that the installation is tested
and commissioned. All the test /calibration certifcates shall be submitted to
AAI before handing over of the system.
33. COMPLETION CERTIFICATE

AAI C=NIL, I=NIL, O=NIL SCC(Elect.) 14


318

For all works, completion certifcate shall be issued in the AAI approved pro-
forma, after completion of work.
34. GUARANTEE / WARRANTY

The Contractor shall guarantee that the equipment will be new and in
accordance with the contract documents and be free from defects in
material, unsatisfactory performance or break down due to defective design,
manufacture, installation and workmanship for a minimum period of twenty-
four calendar months commencing from the date of satisfactory
commissioning and handing over of the equipment by AAI.
The installation shall be covered by the condition that whole installation or
any part thereof found defective within two years from the date of takeover
shall be replaced or
The Contractor’s liability shall be limited to the replacement of any defective
parts in the equipment of his own manufacture or those of his sub-
contractors, under normal use and arising solely from faulty design
materials and/or workmanship provided always that such defective parts are
repairable at the site and are not in the meantime essential in the use of the
equipment. Such replaced defective parts shall be returned to the contractor
unless otherwise arranged. No repairs or replacements shall normally be
carried out by the AAI when the equipment is under the supervision of the
Contractor’s supervisory engineers. In the event of an emergency where, in
the judgment of the AAI, delay would cause serious loss or damage, repairs
or adjustments may be made by the AAI or a third party chosen by the AAI
without advance notice to the contractor and the cost of such work shall be
paid by the contractor or by the surety. In the event such action is taken by
the AAI, the contractor will be notifed promptly and he shall assist wherever
possible in making the necessary corrections. This shall not relieve the
contractor's liability under the terms and conditions of the contract.
If it becomes necessary for the contractor to replace or renew any defective
portions of the equipment under the clause, the provisions of this clause
shall apply to the portions of the equipment so replaced or renewed until the
expiration of 24 months from the date of such replacement or renewal. If
any defects be not remedied within the reasonable time, the AAI may
proceed to do the work at the contractor's risk and costs but without
prejudice to any others rights which the AAI may have against the contractor
in respect of such defects.
The repaired or new parts will be furnished free of cost by the AAI. If any
repair is carried out on his behalf at the site, the contractor shall bear the
cost of such repair. The cost of any special or general overhaul rendered
necessary during the maintenance period due to defects in the equipment or
defective work carried out by the contractor shall be borne by the
contractor.

AAI C=NIL, I=NIL, O=NIL SCC(Elect.) 15


319

The acceptance of equipment by the AAI shall in no way relieve the


contractor of his obligation under this clause in the case of these defective
parts which are not repairable at site but are essential for the operation of
the equipment, the contractor and the AAI shall mutually agree to a
programme of replacement of renewal which will minimize interruption to
the maximum extent in the operation of the equipment. The cost of
transportation of such defective parts from site to the work of the contract
and back shall be borne by the contractor. At the end of the Guarantee
period the contractor's liability ceases except for latest defects.
The warranty shall cover the followings:
i) Quality, Strength and performance of the materials and equipments
used.

ii) During this period, the contractor shall without any extra cost, carry
out all routine and special maintenance of the works executed by him
and attend to any difculties and defects that may arise in the day to
day operation of the system as reported by AAI.

iii) Any defective material supplied by the Contractor or defective


workmanship of the Contractor.

iv) Any material supplied by AAI which is proved to be damaged or


destroyed as a result of defective workmanship by the Contractor.

v) Safe electrical and mechanical stresses on all parts of the equipment


under all specifed conditions of operation.

vi) Satisfactory performance during guarantee period including free


replacement to be done in accordance with the maintenance
instructions and schedules.

vii) Performance fgures and other values as specifed in schedule of


guaranteed technical particulars.

viii) Prompt service during maintenance period and breakdowns.

ix) The guarantee / warranty for complete lighting system shall be 05


years from the date of completion of work.

x) Before releasing of Security Deposit, The Contractor has to submit


separate Bank Guarantee for an amount equal to 10% of total amount
quoted OR amount of completed cost for “SITC of LED Luminaire”,
whichever is higher, valid for 5 years from the date of completion of
work.

35. PAYMENT TERMS

AAI C=NIL, I=NIL, O=NIL SCC(Elect.) 16


320

AAI shall pay to the contractor in the manner specified below.


(A) FOR SITC ITEMS

i) 60 % of the items on pro-rata basis on supply at site, testing and approval by


AAI.

ii) 30 % of the items on installation, and approval by AAI.

iii) 10 % of the items on commissioning and handing over of the system.

(B) FOR PURELY INSTALLATION ITEMS

a) 85 % of the items on pro-rata basis on installation at site, testing and


approval by AAI.

b) Balance 15% on pre-commissioning tests, final commissioning &


handing over of the system.

The payment will be released after standard deductions, adjusting any dues from the
firm, which it might have rendered itself liable as per provisions of the contract

AAI C=NIL, I=NIL, O=NIL SCC(Elect.) 17


321

List of Preferred Make for Electrical works.

CATEGORY
OF TEST
S. MATERIAL / CERTIFICA
MAKES
NO ITEM TE/
INSPECTIO
N
A) PANEL , SWITCHGEARS AND RELATED ITEMS:
LT PANELS (TTA) EAP/ TRICOLITE/ SUDHIR/ L&T/

(FOR INCOMER ADLEC/ LEGRAND/ ABB/ C&S/

ABOVE 250 AMPs) SIEMENS/ NEPTUNE/ MEpowerR/


SCHNEIDER/ RITTAL/ RR ISPAT/
ADVANCE / KEPL/ PEATON/ RISHA /
STERLING GENERATORS / HAROLD CATEGORY
1. /NITYA/ TRISQUARE / SPC -1
ELECTROTECH/ BCH/ MILESTONE /
GEPOWER(SPECTRA)/ UNILIC/
JACKSON/GODREJ/ INCOTECH*
Subject to having valid CPRI/ ERDA
Certifcate of required fault level and
IP level protection
LT PANELS (PTTA) EAP/ TRICOLITE/ SUDHIR/L&T/
ADLEC/ C&S/ SIEMENS/ NEPTUNE/
(FOR INCOMER UP
PYROTECH/ MEpowerR/ SCHNEIDER/
TO & BELOW 250 HENSAL / ENGINEERS & ENGINEERS
AMPs) / ADVANCE / KEPL /PEATON/ RISHA/
STERLING GENERATORS /
HAROLD /NITYA/ TRISQUARE
2. /CMKL / SPC ELECTROTECH/BCH/
MILESTONE / GODREJ/
GEPOWER(SPECTRA)/ UNILIC/
JACKSON / INCOTECH Subject to
having valid CPRI/ ERDA certifcate
of required fault level and IP level
protection

AAI C=NIL, I=NIL, O=NIL SCC(Elect.) 18


322

CATEGORY
OF TEST
S. MATERIAL / CERTIFICA
MAKES
NO ITEM TE/
INSPECTIO
N
MOULDED CASE L & T/ SIEMENS/ SCHNEIDER/ GE
CIRCUIT POWER/ ABB / CONTROL &
CATEGORY -
BREAKERS SWITCH GEAR / LEGRAND/
3. 2
ANDREW YULE/ HAVELLS/
SCHNEIDER/
BENLO/INDO ASIAN/HPL
CHANGE OVER SOCOMEC/ L&T/ LEGRAND/ C&S/
SWITCH/ FUSE SIEMENS/ BENLO / HH CATEGORY -
ELCON/INDO ASIAN / HAVELLS /
4. DISCONNECTOR 2
HPL/GE POWER /
SWITCH/ SWITCH ABB/INDOASIAN/STANDARD/
FUSE UNITS SCHNEIDER
AMMETER/
VOLTMETERIKWH
/ KWAH/ PF/ MEGGER/ FINDER/ RISHABH/ L&T/
FREQUENCY SIEMENS/ NEPTUNE/ SCHNEIDER/
SOCOMEC / BENLO / AE/MECO /
METER/DIGITAL IMP/ UNIVERSAL / TRINTY / BHEL /
CATEGORY -
5. INTELLIGENT ELMEASURE / CONSERVE / HPK/
3
MULTL- HAVELLS / SIMCO / UNIVERSAL/
JAIPUR METERS / HPL / INDIA
FUNCTIONAL METER/AREVA/ TRINITY /
METER/ MOTWANI/ SECCURE/ SUNCO
TRIVECTOR
METER
SELECTOR
SWITCH, PUSH
L&T/ C&S / SIEMENS /
BUTTON EATON//KAYCEE / GE POWER/ CATEGORY -
6.
SWITCH / BCH/ SCHENIDER/ ROCKWELL 4
(ALLEN BRADELY) / TEKNIC
EMERGENCY
SWITCH

AAI C=NIL, I=NIL, O=NIL SCC(Elect.) 19


323

CATEGORY
OF TEST
S. MATERIAL / CERTIFICA
MAKES
NO ITEM TE/
INSPECTIO
N
CT’S/PT’S MEGAWIN/ SELEC/NEWTEK
ELECTRICALS/AE / KAPPA /
CATEGORY –
7. UNIVERSAL / KAYCEE / IMP / C&S/
3
L&T / MECO/ KAPCO/CROMPTON
GREAVES/PRAGATI /INSTRANS
PROTECTIVE CG POWER (CGPSL)/ L&T/ C&S/
CATEGORY
8. RELAYS (ALL SIEMENS/ MEGAWIN/ AREVA/ ABB/
-2
TYPE) EASUN REYROLLE
CONTACTORS L&T/ LEGRAND/ ABB/ TDK
CAT A (EPCOS)/ C&S/ SIEMENS/ ANDREW CATEGORY
9.
YULE/ HAVELLS/ SCHNEIDER/ GE ·3
POWER/ BCH/ TC
TIMERS/ TIME FINDER/ L&T/ LEGRAND/ ABB/
SWITCH C&S/ SIEMENS/ BCH/SELEC / INDO CATEGORY
10.
ASIAN/SCHNEIDER/ ADVANI ·3
ORLIKON/ GE
HRC FUSES L & T/ GE POWER / SIEMENS
CATEGORY
11. /ABB / C&S/INDO ASIAN/ HAVELLS/
-4
STANDARD
LED INDICATION AE / C&S / VINAY LED / EASUAL /
LAMPS CONCORD / KAYCE / SIEMENS /
VAISHNOV / L&T / SCHNEIDER /
ROCK WELL (ALLEN BRADELY) /
CATEGORY
12. PREFIFINE / BCH (TS AUTHORITY
·3
MAY ADD MAKES CONSIDERING
THE LOCAL AVAILABILITY
QUALITY. THE APPROVED OEM OF
HT / LT PANEL MANUFACUTURAL).

AAI C=NIL, I=NIL, O=NIL SCC(Elect.) 20


324

CATEGORY
OF TEST
S. MATERIAL / CERTIFICA
MAKES
NO ITEM TE/
INSPECTIO
N
POWER CABLES CRYSTAL/ RALLISON/ KEI/
UP TO AND WORLDCAB / RAVIN/ DELTON/
DYNAMIC/ RHINO/ CMI/ POLYCAB /
INCLUDING 1.1 UNICAB/ AVOCAB/ RR KABEL /
KV) GEMSCAB/ HAVELLS/ BONTON/
CORDS / CCI (BANGALORE) /
GLOSTER / NICCO (SHYAM
CATEGORY –
NAGAR, WB) / UNIVERSAL (SATNA)
1
/ RPG (ASIAN) (MUMBAI)
/INDUSTRIAL CABLES (RAJPURA)/
TORRENT (NADIAD) /HINDUSTAN
VIDYUT PRODUCT LTD
(FARIDABAD) / FINOLEX (PUNE) /
EKTA (NEW DELHI)/ SKYTONE
(FARIDABAD)
CONTROL CRYSTAL / RALLISON/ KEI/
CABLES WORLDCAB / RAVIN/ DELTON/
TAMRA / FINECAB/ DYNAMIC/
RHINO/ CMI/ POLYCAB/ UNICAB/
AVOCAB/ RR KABEL / GEMSCAB/
HAVELLS/ BATRA/ CORDS/ CCI
(BANGALORE) / GLOSTER / NICCO
(SHYAM NAGAR WB) / UNIVERSAL CATEGORY –
(SATNA) / RPG (ASIAN) (MUMBAI) 1
TORRENT (NADIAD) / FINOLEX
(PUNE)L HINDUSTAN VIOYUT
PRODUCT LTD (HVP) (FARIDABAD)
/ LAPP / ALOKE (ANKUR
TECHNOCRAT) /
(AHMEDABAD)/EKTA (NEW
DELHI) / SKYTONE (FARIDABAD)
TELEPHONE RALLISON / DELTON/ CMI/
CATEGORY –
CABLE POLYCAB/ RR KABEL / SKYTONE /
2
NATIONAL / NICCO
CO- RALLISON/ DELTON/ RHINO/ CMI/
AXIALINSTRUMEN POLYCAB/ LEGRAND/ UNICAB/
AVOCABIRR KABEL /GEMSCAB/
TATION/ FIBER CATEGORY –
13. CORDS/ SCHNEIDER / BHANSALI /
2
OPTIC/ CAT-6 SKYTONE / RPG / UNIVERSAL/
UNIFLEX/ AMP/ AVAYA/ METRO/
CABLES
SKYLINE/ DELTRON

AAI C=NIL, I=NIL, O=NIL SCC(Elect.) 21


325

CATEGORY
OF TEST
S. MATERIAL / CERTIFICA
MAKES
NO ITEM TE/
INSPECTIO
N
CABLE
MANAGEMENT MEM/ L&T/ LEGRAND / PILCO /
SYSTEM (PRE INOIANA/ VENUS/ STEELITE/
SADHANA ENG/ TECHNAD ENG. / CATEGORY –
14. FABRICATED
MM ENGG. / POWER CAB/ 3
CABLE TRAY/ NEPTUNE/ RICO STEEL/ PROFAB
WIRE MESH ENGG. / SLOTCO

SYSTEM ETC.)
SYNTHETIC
CPRI CERTIFIED FOR REQUIRED CATEGORY –
15. INSULATING
VOLTAGE LEVEL. 2
MATS
SURGE FINDER/ L&T/ LEGRAND/ DEHN/
PROTECTION TERCEL/ JMV/MERSEN/ CAPE/ CATEGORY –
16.
EATON/ PHOENIX/ CONTACT/OBO 3
DEVICES BETTERMANN
HDPE/ DOUBLE
WALL NARAYANI / POLYPIPES/ REX*/ CATEGORY –
17.
CORRUGATED DURALINE*/ HIMALYAN* 2

HDPE PIPE
CABLES GLANDS COMET / DOWELL / ELECTROMAC /
CATEGORY –
18. SIEMENS / BRACO / HMI/ MCI/
3
(METAL / CRAFT)
EMERGENCY CATEGORY –
19. ABB/ BPL* / SANYO*
LIGHT- LED 3
LUGS & DOWELLS / JOHNSONS/ COMET/ CATEGORY –
20.
THIMBLES ASCON 4
LIGHTNING LAMCO / ELARO /INTERNATIONAL /
CATEGORY –
21. ARRESTORS ATLAS / AREVA / OBLUM / ALPRO/
2
WS IND./ JAIPURIA I JAYSHREE
SYNTHETIC
CPRI CERTIFIED FOR REQUIRED CATEGORY –
22. INSULATING
VOLTAGE LEVEL 2
MATS
INSULATING TAPE CATEGORY –
23. BENLO/ANCHER/ BCH
4

AAI C=NIL, I=NIL, O=NIL SCC(Elect.) 22


326

CATEGORY
OF TEST
S. MATERIAL / CERTIFICA
MAKES
NO ITEM TE/
INSPECTIO
N
BATTERIES KIRLOSKAR / EXIDE / AMCO/
PRESTOLITE/ AMAROW / GENPRO/ CATEGORY-
24.
STANDARD FURUKAWA/ LUCAS/ 3
HBL NIFE
B) INTERNAL WIRING RELATED ITEMS.
MCB/ ISOLATORS/ L&T/ C&S/BENLO/ ANCHOR/ CATEGORY-
MARKED/ EATON/ GM/ ABB/ MK 2
MCB/DBS/MCBDB HONEYWELL/ POLYCAB/
25. / RCCB/ RCBO/ MITSUBISHI/ BCH/ HAGER/
ELCB SIEMENS / INDOASIAN /
SCHNEIDER / STANDARD /
HAVELLS / GE/ LEGRAND / HPL
RCCB (ISI L&T (HAGER) / SIEMENS / CATEGORY-
MARKED) SCHNEIDER /HAVELLS / INDO 2
26. ASIAN / GE/CONTROL &
SWITCHGEAR / LEGRAND
/STANDARD
MS CONDUIT RMCON/ BEC/ SUPER CATEGORY-
27.
3
PVC CONDUIT BEC / AKG / ANCHOR/ CATEGORY -
28. GM/POLYPACK / PRECISION / 3
MIHIR.
INDUSTRIAL C&S/ LEGRAND /HPL/ NEPTUNE- CATEGORY -
SOCKET IN SHEET BALS/ INDO ASIAN / CROMPTON / 4
29. STEEL BCH / SCHNEIDER / HAVELLS
ENCLOSURE
WITH MCB

AAI C=NIL, I=NIL, O=NIL SCC(Elect.) 23


327

CATEGORY
OF TEST
S. MATERIAL / CERTIFICA
MAKES
NO ITEM TE/
INSPECTIO
N
PVC INSULATED KEI/ PARAMOUNT/ BONTON/ RAJNI
COPPER WIRE. GANDHA/ CMI/ ANCHOR/ MESCAB/
ALOKE/ GOLD MEDAL/ APAR/
GRANDLY/ GM/ RALLISION/ BATRA
HENLAY/ ZENIUM/ RR KABEL/
CATEGORY -
30. BANSALI/ GLOSTER/ NATCAB/
2
PRAGON/ BCH/ SKYLINE/ PLAZA /
V GUARD / FINOLEX / HAVELLS /
INDO ASIAN/ CRYSTAL / POLY
CAB / KDK EVERSHINE /FINE CAB /
CAP CAB / STANDARD
SWITCHS/ BENLO/ INDOASIAN/ C&S / SIMON/ CATEGORY -
SOCKET/ ANCHOR/ L&T/ GOLD MEDAL/ 3
TELEPHONE/ TV / LEGRAND/ GM/ HPL/ ABB/ MK
31. DATA SOCKET/ HONEYWELL/ POLYCAB/ BCH//
BOXES SSKAY / HAVELLS/ NORTH WEST /
(MODULAR/PIANO CLIPSAL /WESTERN VEGA
TYPE).
LIGHT FIXTURE AS PER SPECIFICATION CATEGORY
32.
(LED) -2
LED NICHIA/ CREE/ CATEGORY
PHILIPS(LUMILED) /OSRAM/ -2
SHARP/SEOUL/ EVERLITE/
33.
CITIZEN(JAPAN)/ BRIDGELUX
(USA)/ SAMSUNG

DRIVER OF LED MEANWELL / INVENTRONICS / CATEGORY


LIGHTING C&S/ MOSO POWER/ BAG/ PHILIPS/ -2
WIPRO/ OSRAM/ BAJAJ/ PHAROS/
34.
FULHAM / HELVER / OEM OF LIGHT
FIXTURE

AAI C=NIL, I=NIL, O=NIL SCC(Elect.) 24


328

CATEGORY
OF TEST
S. MATERIAL / CERTIFICA
MAKES
NO ITEM TE/
INSPECTIO
N
AVIATION MANUFACTURERS WHO MEET CATEGORY -
WARNING ICAO REQUIREMENTS 3
LIGHT/OBSTRUCT
35. ION
LIGHT(LOW/EDIU
M / HIGH
INTENSITY)
G.I. / M.S.PIPES PRAKASH SURYA/ ITL-INDUS/ BEC/ CATEGORY -
36. RR ISPAT/ JINDAL STAR/ TATA 2
HSL/SAIL
LCD/ LED/ SAMSUNG/ LG/ SONY/ JVC/ CATEGORY –
37. PLASMA PANASONIC/ BOSCH/ ULTRAK/ 2
MONITOR PELCO
COMPUTER/ PC/ HP/ DELL/ WIPRO/ IBM CATEGORY –
38.
ACCESSORIES 2
DC CABLES KEI/ BONTON/ CMI/ ALOKE/ APAR/ CATEGORY –
39.
BANSALI/ GLOSTER 2
DASH FASTNERS HILTI/ MUNGO CATEGORY –
40.
4
EV Charger ABB/P2P/DELTA/SEIMENS /ANY CATEGORY –
41. MANUFACTURER CERTIFIED BY 2
ARAI
EARTHING JMV/RATANS/CAPE/APS/PROTEC- CATEGORY –
SYSTEM(DIGITAL/ DHURVA/OBO-BETTERMANN 3
42.
CHEMICAL/PORTA
BLE EARTHING)
BOOM AUTOINGRESS/BROSIS/NEPTUNE(F CATEGORY –
43. BARRIER/BOLLAR AAC)/ INFINITE/MAGNETIC 2
D
POLES/HIGH RR CATEGORY –
44. MAST/DECORATIV ISPAT/SGS/VALMONT/BAJAJ/SUMIP 3
E POLES

AAI C=NIL, I=NIL, O=NIL SCC(Elect.) 25


329

CATEGORY
OF TEST
S. MATERIAL / CERTIFICA
MAKES
NO ITEM TE/
INSPECTIO
N
SOLAR MODULE JAKSON ENGINEERS / HHV SOLAR CATEGORY-
TECHNOLOGIES (HHV ST) & ANY 2
45.
MANUFACTURER APPROVED BY
MNRE /BIS
SOLAR INVERTER SUNGROW/ DELTA/POWER ONE & CATEGORY-
46. ANY MANUFACTURER APPROVED 2
BY MNRE /BIS
SURGE FINDER/L&T/LEGRAND/DEHN/TER CATEGORY·3

PROTECTION CEL/
47.
DEVICES JMV/MERSEN/CAPE/EATON/PHOENI
X/ CONTACT/ OBO BETTERMANN
FIRE ESCAPE LIFE-GUARD/PROLITE/DELITE CATEGORY -3
48.
/EXIT SIGNAGES
CEILING/ WALL ANCHOR/HALONIX/GM/RR/ORIENT/ CATEGORY -2

49. FAN GEC/POLAR/USHA/CROMPTON/BAJ


AJ/KHAITAN/ALMONARD/HAVELLS
VALVES ZOLOTO/ CRANE / JOHNSON CATEGORY -

(BUTTERFLY/ CONTROL / DANFOSS/ VTM/ 2

SLUICE/ CHECK/ EMERALD/ ADVANCE/ CASTLE/


50.
NRV/ FOOT/ SANT/ KIRLOSKAR/
GATE/ GLOBE LEADER/KILBURN/ AUDCO/
ETC.) SARKAR/DIVINE / C&R
SUCTION / POT/ Y- VTM/ANERGY/EMERALD/ SANT CATEGORY-2
51.
STRAINER /LEADER
FIRE HYDRANT FIRESHIELD /LIFE-GUARD/ SWASTIK/ CATEGORY
LANDING SHOOTFIRE/EXFLAME/SAFEFIRE/TYCO -2
52. VALVES/FIRE /NEWAGE/MINIMAX/ SAFEX/ VIJAY/
BRIGADE SAFE GUARD
CONNECTION.
INSTALLATION LIFE-GUARD/TYCO/SPRAY SAFE/ HD CATEGORY -
53. VALVE (ISI 3
MARKED).

AAI C=NIL, I=NIL, O=NIL SCC(Elect.) 26


330

CATEGORY
OF TEST
S. MATERIAL / CERTIFICA
MAKES
NO ITEM TE/
INSPECTIO
N
FIRE HOSE PIPES/ FIRESHIELD/LIFE-GUARD/ SWASTIK/ CATEGORY -2
FIRST AID HOSE SHOOTFIRE/EXFLAME/SAFEFIRE/CHE
54.
REEL MGUARD/SKUM/NEWAGE /MINIMAX*/
SAFEX*
BRANCH FIRESHIELD/LIFE-GUARD/ SWASTIK/ CATEGORY -2
PIPE,NOZZLE AND SHOOTFIRE/EXFLAME/SAFEFIRE/TYCO
55.
COUPLINGS /ANSUL/GRINELL/NEWAGE//MINIMAX/
SAFEX
FIRE KANEX/ FIRESHIELD/ LIFEGUARD/ CATEGORY·2
EXTINGUISHERS SUPREMEX/SWASTIK/SHOOTFIRE/EXF
56.
LAME/SAFEFIRE/ANSUL/SKUM/CHEMG
UARD/MINMAX/SAFEX/SAFEGUARD
57. PRESSURE SWITCH DANFOSS/EMERALD/ SWIZER CATEGORY -2
AMPLIFIERS YAMHA / NEXO / HEINRICH / CATEGORY -2
58.
HONEYWELL / BOSCH/ BOSE
ANNOUNCEMENT YAMHA / NEXO / CATEGORY -2
MICOROPHONES/ HEINRICH / HONEYWELL / BOSCH/
59.
CAR CALL BOSE
CONSOLES
CONTROLLERS YAMHA / NEXO / HEINRICH / CATEGORY -3
60.
HONEYWELL
SPEAKER YAMHA / NEXO / HEINRICH / CATEGORY -3
HONEYWELL/ APOLLO/EDWARDS
61.
(UTC)/ SIEMENS/BOSCH/ NOTIFIRE/
BOSE
HDPE/ DOUBLE NARAYANI POLYPIPES / BEC / GEMINI/ CATEGORY -3
WALL GANGOTRI / TELEREX / DURALINE /
62.
CORRUGATED HIMALYAN
HDPE PIPE
63. HDPE TANK ISI MARK CATEGORY -3

CATEGORY REQUIREMENT OF TEST CERTIFICATE / INSPECTION


CATEGORY - 1:

AAI C=NIL, I=NIL, O=NIL SCC(Elect.) 27


331

Type test certifcate for similar item done. If not, one of the items ofered is
to be type tested.
OEMs routine test certifcate.
Acceptance test to be conducted in the presence of AAI representative at
OEMs factory.

CATEGORY - 2:
Type test certifcate for similar item done. If not, one of the items ofered is
to be type tested.
OEMs routine test certifcate.
Visual and functional check by AAI ofcial at AAI airport site.

CATEGORY - 3:
OEM/Dealer/Contractor routine test certifcate.
Visual and functional check by AAI ofcial at AAI airport site.

CATEGORY - 4:
Visual and functional check by AAI ofcial at AAI airport site.

AAI C=NIL, I=NIL, O=NIL SCC(Elect.) 28


332

Appendix –‘EB’
Eligibility criteria for Specialized Agencies for executing
Electrical works.
Ref clause 1.0 of Special Conditions of contract for Electrical
works.

S. Specialized work. Qualifying Criteria for the frms


No.

1 Electrical works i/c 1. Should have satisfactorily completed


Fire Fighting works similar work at Airport Terminal Building,
Hotel, reputed public building, shopping
mall etc., in line with following criteria of
work during last seven years ending on
date or extended date of bid
submissions as specifed in Tender
notice.
a) Three similar works of 40 % of quoted
amount of Electrical subhead
OR
b) Two similar works of 50 % of quoted
amount of Electrical subhead

OR
c) One similar work of 80% of quoted
amount of Electrical subhead

d) Client certifcates stating reference to


order, value of work, date of start, date
of completion (Actual & as per
agreement), satisfactory completion
certifcates etc., shall be submitted for
short listing the agency for execution of
specialized work.
2. Should have valid Electrical License.
3.Similiar works - Electrical works i/c Fire

AAI C=NIL, I=NIL, O=NIL SCC(Elect.) 29


333

Fighting works

2 Fire Fighting works 1. Should have satisfactorily completed


similar work at Airport Terminal Building,
Hotel, reputed public building, shopping
mall etc., in line with following criteria of
work during last seven years ending on
date or extended date of bid
submissions as specifed in Tender
notice.
a) Three similar works of 40 % of quoted
Fire Fighting Work subhead
OR
b) Two similar works of 50 % of quoted
amount of Fire Fighting Work subhead

OR
c) One similar work of 80% of quoted
amount Fire Fighting Work subhead

d) Client certifcates stating reference to


order, value of work, date of start, date
of completion (Actual & as per
agreement), satisfactory completion
certifcates etc., shall be submitted for
short listing the agency for execution of
specialized work.
Similiar works - Fire Fighting works

3 Car Calling System 1. Should have satisfactorily completed


similar work at Airport Terminal Building,
Hotel, reputed public building, shopping
mall etc., in line with following criteria of
work during last seven years ending on
date or extended date of bid
submissions as specifed in Tender

AAI C=NIL, I=NIL, O=NIL SCC(Elect.) 30


334

notice.
a) Three similar works of 40 % of quoted
amount of Car Calling subhead
OR
b) Two similar works of 50 % of quoted
amount of Car Calling subhead

OR
c) One similar work of 80% of quoted
amount of Car Calling subhead

d) Client certifcates stating reference to


order, value of work, date of start, date
of completion (Actual & as per
agreement), satisfactory completion
certifcates etc., shall be submitted for
short listing the agency for execution of
specialized work.
2. Should have valid Electrical License.
Similar works - Car Calling System/ public
address System

AAI C=NIL, I=NIL, O=NIL SCC(Elect.) 31


335
TECHNICAL SPECIFICATIONS (CIVIL WORKS)

1.00 PREAMBLE

These technical specifications shall be read in conjunction with the various


other documents forming the contract, namely Notice Inviting Tender &
Instructions to Tenderers, Conditions of Contract, Special Conditions of
Contract, Bill of Quantities and other related documents, together with any
addendum issued thereto.

1.01 Absence of terms such as providing, supplying, laying, installing, fixing etc.
in the description does not even remotely suggest that the contractor is
absolved of such providing, supplying etc. unless an explicit stipulation is made
in this contract. The owner shall bear no costs of materials, equipment’s duties,
taxes, royalties etc.

1.02 The classification of various items of work for purpose of measurements
and payments shall be as per bills of quantities (BOQ). Except where
distinguished by the BOQ, the rates apply to all heights, depths, sizes, shapes
and locations. They also cater for all cuts and wastages.

1.03 The specifications may have been divided in different sections/sub-head
for convenience only. They do not restrict any cross-reference. The Contractor
shall take in to account inter-relations between various parts of works/trades.
No claim shall be entertained on basis of compartment interpretations.

2.00 OBLIGATIONS OF THE CONTRACTOR
2.01 In order to ensure that the contract work is executed strictly in accordance
with this Agreement and in time, the Contractor shall have the following
obligations at no extra cost to AAI in addition to such other obligations and
responsibilities as have been specified elsewhere in this Contract.

i) Provision of adequate number of constructional Plant and machinery for


mechanized system of construction, handling and transportation;
ii) Fulfill all the Contractor's labour regulations i.e. fair wages, display of
notices regarding wages, payment of wages, labour records, attendance cards-
cum-wage slips, labour welfare etc. as per standard practices and norms
applicable at site;

2.02 All fossils, gold, silver, oil and other minerals, precious stones, coins,
article of value, of antiquity and structures and other remains/ things of
geological or archaeological interest discovered on the site of the works shall

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-1


 
 
   

 
336
be notified by the Contractor immediately to the Engineer-in-Charge for
onward information to the concerned authorities

2.03 The Contractor shall take all reasonable precaution to prevent his
workmen or any other person from removing or damaging any such article(s)
or thing(s) and protect the same till the removal as per the instructions of the
Engineer-in-Charge.

2.04 Clearance of the site of all rubbish, debris, materials, temporary


structures, plant and machinery, scaffoldings and filling of all pits, excavation
and hand over the site in a tidy and clean condition after completion of the
work.

2.05 Opening up of covered work, if instructed by the Engineer, if such covering


was done before inspection by the Engineer or without permission/ approval
from the Engineer-in-Charge.

3.00 GENERAL

3.01 The works will be executed as indicated in the nomenclature of each item
and technical specifications as given hereunder as made applicable to this
contract.

3.02 In the absence of any definite provision in the technical specifications


contained herein, reference may be made to the latest CPWD, MORTH, IRC,
ICAO Specifications and IS codes, in that order. Wherever these are silent, the
construction and completion of the works shall conform to sound engineering
practice and in case of any dispute arising out of the interpretation of the above,
the decision of the Engineer-in-Charge shall be final and binding on the
Contractor.

3.03 In addition, the abbreviations CPWD, IRC, MORTH, IS, BS, ICAO ASTM,
AASHTO shall be considered to have the following meaning:-

CPWD : Central Public Works Department


IRC : Indian Road Congress
MORTH : Ministry of Road Transport and Highways, Govt. of India.
IS : Indian Standard of the Bureau of Indian Standards.
BS : British Standard of the British Standard
ICAO : International Civil Aviation Organization
ASTM : American Standards of the American Society of Testing
Materials

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-2


 
 
   

 
337
AASHTO : American Association of State Highway and Transportation
Officials.

3.04 All the codes of practice, standards and specifications applicable shall be
the latest editions with up to date correction slips etc. or as directed by the
Engineer-in-Charge.

4.00 SUBMISSION AND APPROVAL OF PROPOSED FINISHED LEVELS AND


PROFILE

i) There is provision to take spot levels specified in various item before


commencement of that item.

ii) The Contractor shall establish working bench marks tied with the Airport
Reference Point (ARP) bench mark in the area soon after taking possession
of the site. The Reference bench mark for the area shall be as indicated in the
Contract Documents and the values of the same shall be obtained by the
Contractor from the Engineer-in-Charge. The working bench -marks shall be
at regular intervals as decided by Engineer-in- Charge. The working bench
marks/levels should be got approved from the Engineer-in-Charge. Checks
must be made on these bench marks once every month and adjustments, if
any, got approved from the Engineer and recorded. An up-to-date record
of all bench marks including approved adjustments, if any, shall be
maintained by the Contractor and also a copy supplied to the Engineer-in-
Charge for his record.

iii) In order to facilitate the setting out of the works, Co-ordinates of the car
parking and other area must be accurately established by the Contractor
and approved by the Engineer.
iv) The contractor after taking complete spot levels jointly with Engineer-in-
Charge or his/her authorized representative shall submit the proposed
finished levels and profile (longitudinal and cross section @30m or less as
decided by Engineer-in-Charge)as per ICAO of car parking, roads,
shoulder, drains, and landscaping mounds etc. along with anticipated
quantity of item(s) in hard and soft copy as per ICAO to Engineer –in-Charge
at least 45 days in advance of the scheduled date to the start of the activity
as per his approved work programme/ mile stone for each activity. The
Engineer shall review the profile submitted by contractor, revise the profile,
if required, approve and issue to the Contractor two copies of Good for

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-3


 
 
   

 
338
Construction (GFC) profile at least 10 days in advance of the scheduled date
of the start of the activity.
v) Examination and/or approval by the Engineer-in-Charge of any
profile/drawings or other documents submitted by the Contractor shall not
relieve the Contractor of his responsibilities or liabilities under the Contract.

vi) The tendered rates/prices for the work shall be deemed to include the cost of
preparation, supply and delivery of all necessary drawings/profiles, prints,
tracings and negatives which the Contractor.
vii) The lines and levels of formation, side slopes, drainage works, car parking,
roads, shoulder shall be carefully set out and frequently checked, care being
taken to ensure that correct gradients and cross-sections are obtained
everywhere.
viii)The Contractor will be the sole responsible party for safe-guarding all
survey monuments, bench marks, beacons, etc. The Engineer-in-Charge will
provide the Contractor with the data necessary for setting out the centre
line. All dimensions and levels shown on the drawings or mentioned in
documents forming part of or issued under the Contract shall be verified by
the Contractor on the site and he shall immediately inform the Engineer of
any apparent errors or discrepancies in such dimensions and levels.

ix) The construction staking shall be done by personnel who are trained and
experienced in construction layout and staking of the type and kind
required in the Contract.

x) The Contractor shall correct any deficient staking or construction work which
resulted from inaccuracies in the staking operations or from the Contractor's
failure to report inaccuracies in the plans or survey data furnished by the
Department. Physical execution of items of contract shall start only after the
final submission of profile etc by contractor and approval of same by
Engineer-in-charge.

All the above operations shall be deemed to have included under the scope of
contractor, and nothing shall be paid extra on this account.

5.00. SAMPLING AND TESTING

The Contractor or his accredited representative shall be present during


sampling/testing and signify his concurrence for sampling/ testing carried out

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-4


 
 
   

 
339
by signing the test records. The Contractor shall be liable of all actions
consequent to the test and their results as if he himself attended to the tests.
The Contractor is duly advised to be present himself for sampling and testing
or in the alternative, have fully qualified duly authorized Engineer for this
purpose.

6. CONSTRUCTION EQUIPMENT

In addition to the conditions indicated in the Contract Documents, the following


conditions regarding use of equipment in works shall be satisfied:

i. The Contractor shall be required to give a trial run of the equipment for
establishing their capability to achieve the laid down Specifications and
tolerances to the satisfaction of the Engineer before commencement of the
work;

ii. All equipment provided shall be of proven efficiency and shall be operated and
maintained at all times in a manner acceptable to the Engineer;

iii. Plants, equipment and instruments provided shall have adequate


sensitivity, facility for calibration to desired level and shall be robust;

iv. Plant, equipment and instrument provided shall have data logging
arrangement and control systems to enable automatic feedback control of
process;

v. Plants, equipments, and instruments provided shall have adequate safety


features and pollution control devices;

vi. Plant, equipment and instruments provided shall be operated by skilled and
qualified operators;

vii. All the plant/equipment to be deployed on the works shall be got approved
from the " Engineer-in-Charge for ensuring their fitness and efficiency”
before commencement of work;

viii. Any material or equipment not meeting the approval of the Engineer-in-
Charge shall be removed from the site forthwith;

ix. No equipment shall be removed from site without permission of the


Engineer-in-Charge;

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-5


 
 
   

 
340
x. The Contractor shall also make available stand by equipment and spare
parts;

xi. The Contractor shall also make available equipment for site quality
control work as directed by the Engineer –in-Charge.

7. Quarry Operations

The Contractor shall obtain materials from quarries only after obtaining the
consent of the Mining Department or other concerned authorities. The quarry
operations shall be undertaken within the purview of the rules and regulations
in force.

8. Pollution from Plants and Batching Plants

The Contractor shall take every precaution to reduce the levels of noise,
vibration, dust and emissions from his plants and shall be fully responsible for
any claims or damages caused to the department , fields and residences in the
vicinity and violation of pollution control norms, if any.

9. GENERAL LIST OF CODES, STANDARDS AND SPECIFICATIONS


ADOPTED IN THE TENDER DOCUMENTS.

10.1 The following IRC standards and IS, ASTM, British Standards, Codes and
CPWD Specifications have generally been adopted in the tender documents.
This list however does not limit the use of any other relevant code or standards
by the Engineer-in-Charge solely at his discretion either referred to in the
tender documents or not, to achieve the desired quality of work. All the codes
practice, standards and specifications applicable shall be the latest edition with
all correction slips, etc. or as directed by the Engineer-in-Charge.

NUMBER/ DESIGNATION TITLE


IRC SPECIFICATION
IRC:10-1961 Recommended Practice for Borrow pits for
Road

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-6


 
 
   

 
341
IRC:19-1977 Standard Specifications and Code Practice for
Water Bound Macadam (Second Revision)

IRC:SP II-1977 Hand Book of Quality Control for


Construction of

INDIAN STANDARDS
IRC:383-1970 Coarse and fine aggregate from natural
sources for concrete.

IS:456-2000 Code of practice for plain and reinforced


t

NUMBER/ DESIGNATION TITLE


IS:460-1985 (Part-I to III) Testing Sieves
IS:516-1959 Methods of test for strength of concrete.
IS:1124-1974 Method of test for water absorption, apparent
specific gravity and porosity apparent specific
gravity and porosity of Natural Building Stone.
IS:1199-1959 Methods of sampling and analysis of concrete
IS:2386-1963 Methods of test for aggregate for concrete
(Part-I)-1963 Particle size and shape
Part-II)-1963 Estimation of deleterious materials and
organic
Part-III)-1963 Specific gravity, density, voids,
absorption and bulking.
Part-IV)-1963 Mechanical Properties
Part-V)-1963 Soundness
Part-VI)-1963 Measuring mortar making properties of fine
aggregates.
Part-VII)-1963 Alkali Aggregate reactivity
Part-VIII)-1963 Petrographic examination
IS-2720 Methods of test of Soils

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-7


 
 
   

 
342
Part-II)-1973 Determination of water contents
Part-III)- Section-I 1980 Determination of specific gravity. Section-
I Fine grained soils.
Part-III)- Section-II 1980 Determination of specific gravity fine
medium and coarse grained soils
Part-IV)- 1985 Grain size analysis
Part-V)- 1985 Determination of liquid and plastic limit
Part-VII)- 1980 Determination of water content dry density
relation using light compaction.
Part-VIII)- 1983 Determination of water content dry density
relation using heavy compaction.
Part-XVI)- 1987 Laboratory determination of CBR
Part-XXVII-1977 Determination of total soluble sulphate.

Part-XXVIII-1974 Determination of dry density of soils in place


by the sand replacement methods.
Part-XXIX-1975 Determination of dry density of soils in place
by core cutter method.
IS-5640-1970 Method for determining the aggregate impact
value of soft coarse aggregate.
IS:6241-1971 Method of test for determination of stripping
value of road aggregate.
IS:8112-1989 43 grade ordinary Portland cement

IS 1489 (part 1): 1991 43 grade Portland Pozzolona Cement


IS 3812-2003 Fly Ash
ASTM/BS STANDARDS / SPECIFICATIONS
ASTM:D-1559-1976 Test for resistance to plastic flow of
bituminous mixtures using Marshall
apparatus.
ASTM:D-2172-1975 Extraction quantitative, of Bitumen from
bituminous paving mixtures

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-8


 
 
   

 
343
ASTM : E-11-39 Sieves for testing purpose “Wire Cloth sieve
round

NUMBER/ DESIGNATION TITLE

hole and square” hole plate screen or sieves.

BS:410-1969 Test Sieves.

MOST Specification “Specifications for Road and Bridge works”


second revision reprinted in July 1993. Issued
by Ministry of Surface Transport (Roads
Wing) and Published by Indian Roads
Congress.
ASTM- A653 Galvanized Steel
BS – 2989 Galvanized Steel
BS – 476 Fire propagation & surface spread of flames

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-9


 
 
   

 
344

Item No. 1: Excavation in soil with hydraulic excavator including cutting


and loading in tippers, trimming bottom and side slopes, in accordance
with requirements of lines, grades and cross sections, and transporting to
the embankment location within all lifts and lead within Airport Premises
as directed by Engineer‐in‐Charge. All kind of soil.

1.1 General
The earth from cutting/excavation obtained under this item shall be used
for filling low lying area within AAI area and disposed earth required to
be neatly dressed and levelled with all lifts and leads. The scope included
under this item to excavate and transport the excavated earth to disposal
locations and subsequently levelling and dressing of disposed earth with
all leads and lifts.

1.2 Scope
The scope included under this item to excavate in all kind of soils,
ordinary rock by mechanical means and transport the excavated earth to
disposal locations and subsequently levelling and dressing of disposed
earth with all leads and lifts.

1.3 Site Clearance


Before the earth work in excavation is started, the area shall be cleared
of shrubs, rank vegetation, grass, brushwood, trees and saplings of girth
up to 30cm measured at a height of one metre above ground level and
rubbish removed up to a distance of 50 metres outside the periphery of
the area under clearance. The roots of trees and saplings shall be
removed to a depth of 60cm below ground level or 30 cm below
formation level or 15 cm below sub grade level, whichever is lower, and
the holes or hollows filled up with the earth, rammed and leveled.

The trees of girth above 30 cm measured at a height of one metre above


ground shall be cut only after permission of the Engineer-in-Charge is
obtained in writing.

Existing structures and services such as old buildings, culverts, fencing,


water supply pipe lines, sewers, power cables, communication cables,
drainage pipes etc. within or adjacent to the area if required to be
diverted/removed, shall be diverted/dismantled as per directions of
the Engineer-in-Charge and payment for such diversion/dismantling
works shall be made separately.

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-10


 
 
   

 
345
1.4 Preservation of Property/Amenities
Trees, shrubs, any other plants, pole lines, fences, signs, monuments,
buildings, pipelines, sewers and other facilities within or adjacent to the
plot which are not to be disturbed shall be protected from injury or
damage, The contractor shall provide and install at his own expense,
suitable safeguards approved by the Engineer-in- charge for this purpose.
During clearing and grubbing, the Contractor shall take all adequate
precautions against soil erosion, water pollution, etc.

1.5 Methods, Tools and Equipment’s


Only such methods, tools and equipment as are approved by the
Engineer-in-charge and which will not affect the property to be
preserved shall be adopted for the work.

Also, all vegetation such as roots, under-growth, grass and other


deleterious matter unsuitable for incorporation in the filling shall be
removed between fill lines to the satisfaction of the Engineer-in-charge.

All excavations below the general ground level arising out of the removal
of trees, stumps, etc. shall be filled with suitable material and compacted
thoroughly so as to make the surface at these points conform to the
surrounding area.

1.6 Disposal of Materials


All materials arising from clearing and grubbing operations shall be the
property of AAI and shall be disposed of by the Contractor as hereinafter
provided or directed by the Engineer-in-charge.

All products of clearing and grubbing, which, in the opinion of the


Engineer-in-charge, cannot be used, shall be disposed of by contractor
as directed with all lifts and leads. The contractor will find disposal
grounds and take the necessary permissions from the concerned
authorities for the disposal grounds.

No extra payment shall be made for the disposal of materials as above


and shall be considered as incidental to the items of excavation and
embankment.

1.7 Excavation Operations


1.7.1 Setting out
The limits of excavation shall be set out to lines, curves, slopes, grades
and sections as shown on the drawings or as directed by the Engineer-
in-charge. The contractor shall provide all labour, survey instruments
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-11
 
 
   

 
346
and materials such as strings, pegs, nails, bamboos, stones, lime, mortal,
concrete, etc, required in connection with the setting out of limits of
excavation, reference grid lines and bench marks. The Contractor shall
be responsible for the maintenance of bench marks and other marks and
stakes as long as in the opinion of the Engineer-in-charge, they are
required for the work.

1.7.2 Excavation – General


All excavations shall be carried out in conformity with the directions laid
here in under and in a manner approved by the Engineer-in-charge. The
work shall be so done that the suitable materials available from
excavation are satisfactorily utilized as decided upon beforehand.

While planning or executing excavations, the contractor shall take all-


adequate precautions against soil erosion, water pollution etc. and take
appropriate drainage measures to keep the site free of water. During the
excavation the natural drainage of the area shall be maintained.
Excavation shall be done from top to bottom. Undermining or
undercutting shall not be done.

The excavations shall conform to the lines, grades, side slopes and levels
shown on the drawings or as directed by the Engineer-in-charge. The
contractor shall not excavate outside the limits of excavation subject to
the permitted tolerances.

All debris and loose material on the slopes of cuttings shall be removed.
No backfilling shall be allowed to obtain required slopes excepting that
when boulders or soft materials are encountered in cut slopes, these
shall be excavated to approved depth on instructions of the Engineer-
in-charge and the resulting cavities filled with suitable material and
thoroughly compacted in an approved manner.

While carrying out the excavation for drain work care shall be taken to
cut the side and bottom to the required shape, slope and gradient. The
surface shall then be properly dressed. If the excavation is done to a
depth greater than that shown on the drawing or as required by the
Engineer-in-Charge, the excess depth shall be made good by the
contractor at his own cost with stiff clay puddle at places where the
drains are required to be pitched and with ordinary earth, properly
watered and rammed, where the drains are not required to be pitched.
In case the drain is required is to be pitched, the back filling with clay
puddle, if required, shall be done simultaneously as the pitching work

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-12


 
 
   

 
347
proceeds. The brick pitched storm water drains should be avoided as
far as possible in filled-up areas and loose soils.

In all other cases where the excavation is taken deeper by the


contractor, it shall be brought to the required level by the contractor at
his own cost by filling in with earth duly watered, consolidated and
rammed.

In case the excavation is done wider than that shown on the drawings
or as required by the Engineer-in-Charge, additional filling wherever
required on the account shall be done by the contractor at his own cost.

1.7.3 Methods, tools and equipment


Only such methods, tools and equipment as approved by the Engineer-
in-charge shall be adopted/used in the work. If so desired by the
Engineer-in-charge, the Contractor shall demonstrate the efficacy of the
type of equipment to be used before the commencement of work.

1.7.4 Slides
If slips, slides, over-breaks or subsidence occur in cuttings during the
process of construction, they shall be removed by contractor at his own
cost as ordered by the Engineer-in-charge. Adequate precautions shall
be taken to ensure that during constructions, the slopes are not
rendered unstable or given rise to recurrent slides after construction. If
finished slopes slide into the plot subsequently, such slides shall be
removed by contractor at his own cost.

1.7.5 Dewatering
If water is met with in the excavations due to springs, seepage, rain or
other causes, it shall be removed by suitable diversions, pumping or
bailing out and the excavation kept dry whenever so required or
directed by the Engineer-in-charge. Care shall be taken to discharge the
drained water into suitable outlets as not to cause damage to the works,
crops or any other property. Due to any negligence on the part of the
contractor, if any such damage is caused, it shall be the sole
responsibility of the contractor to repair/restore to the original
condition at his own cost or compensate for the damage.

1.8 Levelling and Dressing


1.8.1 The earth used for filling shall be free from all roots, grass, shrubs,
rank vegetation, brushwood, tress, sapling and rubbish

1.8.2 Filling with excavated earth shall be done in regular horizontal layers
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-13
 
 
   

 
348
each not exceeding 20 cm in depth. All lumps and clods exceeding 8 cm
in any direction shall be broken. Wherever depth of filling exceeds 1.5
metre vibratory power roller shall be used to consolidate the filing
unless otherwise directed by Engineer-in- charge. The top and sides of
filling shall be neatly dressed. The contractor shall make good all
subsidence and shrinkage in earth fillings, embankments, traverses etc.
during execution and till the completion of work unless otherwise
specified.

1.9 Measurements for Payment


Spot levels of the original ground shall be recorded in the plot drawings.
Cross-sections shall be taken at suitable intervals not more than 5m to
10m in the original position before the excavation starts and after its
completion or as intermediately required shall be recorded. Volume
shall be computed in cu. m. by the method of average end areas.

The disposal location(s) shall be plotted on the layout plan as provided


by Engineer-in- Charge and disposal location(s) shall be pre-
determined and jointly signed by contractor and Engineer-in-Charge
before starting disposal of earth and subsequent levelling and dressing.
For rock excavation, the overburden shall be removed first so that
necessary cross-sections could be taken for measurement. Where
cross-sectional measurements could not be taken due to irregular
configuration or where the rock is admixed with other classes of
materials, the volumes shall be computed on the basis of measurement
of stacks of excavated rubble allowing a deduction of 35% therefrom.

1.10 Rates
1.10.1 Rates for the item shall include the cost of all operations, plant,
machinery and labour involve in all respect described above including
all lifts and leads within Airports premises complete to the satisfaction
of Engineer-in-charge and nothing extra shall be payable on any
account whatsoever.

1.10.2 No deduction shall be made from the rate if in the opinion of the
Engineer- in-charge, operations specified in 1.7.5 is not required to be
carried out on any account whatsoever.

Item No.‐2: Construction of embankment with approved materials


deposited at site from cutting and excavation and compacted as per
specifications and direction of Engineer‐in‐charge.


SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-14
 
 
   

 
349
2.1 Embankment
Physical requirements:
The materials used in embankments, sub grades, earthen shoulders and
miscellaneous backfills shall be excavated soil, moorum, gravel, a mixture of
these or any other material approved by the Engineer-in-charge. Such materials
shall be free of logs, stumps, roots, rubbish or any other ingredient likely to
deteriorate or affect the stability of the embankment/subgrade.

The size of the coarse material in the mixture of earth shall ordinarily not exceed
75 mm when being placed in the embankment and 50 mm when placed in the
subgrade. However, the Engineer-in-charge may at his discretion permit the use
of material coarser than this also if he is satisfied that the same will not present
any difficulty as regards the placement of fill material and its compaction to the
requirements of these Specifications. The maximum particle size shall not be
more than two - thirds of the compacted layer thickness.

2.1.1. General requirements:

The materials for embankment shall be obtained from excavated earth available
at site nearby or any other excavation under the same contract.

The work shall be so planned and executed that the best available materials are
saved for the subgrade and the embankment portion just below the subgrade.

It shall be ensured that the subgrade material when compacted to the density
requirements as in Table 1 shall yield the design CBR value of the subgrade.

TABLE 1 COMPACTION REQUIREMENTS FOR EMBANKMENT AND


SUBGRADE

Type of work / material Relative compaction as


percentage of max. laboratory
dry density as per IS : 2720
(Part 8)
1. Subgrade and earthen Not less than 97
shoulders
2. Embankment and basic Not less than 95
strip

The contractor shall at least 7 working days before commencement of


compaction submit the following to the Engineer-in-charge for approval:

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-15


 
 
   

 
350
The values of maximum dry density and optimum moisture content obtained in
accordance with IS: 2720 (Part 7) or (Part 8), as the case may be, appropriate for
each of the fill materials he intends to use.

A graph of density plotted against moisture content from which each of the
values in (i) above of maximum dry density and optimum moisture content were
determined.

The Dry density – moisture content – CBR relationships for light, intermediate
and heavy compactive efforts (light corresponding to IS: 2720 (Part 7), heavy
corresponding to IS: 2720 (Part 8) and intermediate in – between the two) for
each of the fill materials he intends to use in the subgrade.

Methods, tools and equipment: Only such methods, tools and equipment as
approved by the Engineer-in-charge shall be adopted /sued in the work. If so
desired by the Engineer-in-charge, the contractor shall demonstrate the efficacy
of the type of equipment to be used before the commencement of work.

2.1.2 Dewatering:

If water is met with in the excavations or the foundation of the embankment is


in area with stagnant water due to springs, seepage, rain or other causes, it shall
be removed by suitable diversions, pumping or bailing out and the excavation
kept dry whenever so required or directed by the Engineer-in-charge. Care shall
be taken to discharge the drained water into suitable outlets as not to cause
damage to the works, crops or any other property. Due to any negligence on the
part of the Contractor, if any such damage is caused, it shall be the sole
responsibility of the contractor to repair/restore to the original condition at his
own cost or compensate for the damage.

2.1.3 Compacting ground supporting embankment/subgrade:

Where necessary, the original ground shall be leveled to facilitate placement of


first layer of embankment, scarified, mixed with water and then compacted by
rolling so as to achieve minimum dry density as given in Table1.

2.1.4 Spreading material in layers and bringing to appropriate moisture


content

2.1.4.1 The embankment and subgrade material shall be spread in layers of


uniform thickness not exceeding 200 mm compacted thickness over the entire
width of embankment by mechanical means, finished by a motor grader and
compacted as per clause 2.9 of MORTH specifications. The motor grader blade
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-16
 
 
   

 
351
shall have hydraulic control suitable for initial adjustment and maintain the
same so as to achieve the specific slope and grade. Successive layers shall not be
placed until the layer under construction has been thoroughly compacted to the
specified requirements as in Table 1 and got approved by the Engineer-in-
charge. Each compacted layer shall be finished parallel to the final cross-section
of the embankment.

2.1.4.2 Moisture content of the material shall be checked at the site of


placement prior to commencement of compaction; if found to be out of agreed
limits, the same shall be made good. Where water is required to be added in such
constructions, water shall be sprinkled from a water tanker fitted with sprinkler
capable of applying water uniformly with a controllable rate of flow to variable
widths of surface but without any flooding. The water shall be added uniformly
and thoroughly mixed in soil by blading, dicing or harrowing until uniform
moisture content is obtained throughout the depth of the layer.

If the material delivered to the bed is too wet, it shall be dried, by aeration and
exposure to the sun, till the moisture content is acceptable for compaction.
Should circumstances arise, where owing to wet weather, the moisture content
cannot be reduced to the required amount by the above procedure, compaction
work shall be suspended.

Moisture content of each layer of soil shall be checked in accordance with IS:
2720 (Part 2), and unless otherwise mentioned, shall be so adjusted, making due
allowance for evaporation losses, that at the time of compaction it is in the range
of 1 percent above to 2 percent below the optimum moisture content determined
in accordance with IS: 2720 (Part 7) or IS: 2720 (Part 8) as the case may be.

After adding the required amount of water, the soil shall be processed be means
of graders, harrows, rotary mixers or as otherwise approved by the Engineer-in-
charge until the layer is uniformly wet. Clods or hard lumps of earth shall be
broken to have a maximum size of 75 mm when being placed in the embankment
and a maximum size of 50 mm when being placed in the subgrade.

2.1.4.3. Embankment and other areas of fill shall, unless otherwise required
in the contract or permitted by the Engineer-in-charge, be constructed evenly
over their full width and their fullest possible extent and the contractor shall
control and direct construction plant and other vehicular traffic uniformly over
them. Damage by construction plant and other vehicular traffic shall be made
good by the contractor with material having the same characteristics and
strength as the material had before it was damaged.
Embankments and other areas of unsupported fills shall not be constructed with
steeper side slopes, or to greater widths than those shown in the contract, except
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-17
 
 
   

 
352
to permit adequate compaction at the edges before trimming back, or to obtain
the final profile following any settlement of the fill and the underlying material.

2.1.5 Compaction:
Only the compaction equipment approved by the Engineer-in-charge shall be
employed to compact the different material types encountered during
construction. Smooth wheeled, vibratory, pneumatic tyred, sheep foot or pad
foot rollers, etc. of suitable size and capacity as approved by the Engineer-in-
charge shall be used for the different types and grades of materials required to
be compacted either individually or in suitable combinations.

The compaction shall be done with the help of vibratory roller of 80 to 100 k N
static weight with plain or pad foot drum or heavy pneumatic tyred roller of
adequate capacity capable of achieving required compaction.

The contractor shall demonstrate the efficacy of the equipment he intends to use
by carrying out compaction trials. The procedure to be adopted for these site
trials shall first be submitted to the Engineer-in-charge for approval.

Earthmoving plant shall not be accepted as compaction equipment nor shall the
use of a lighter category of plant to provide any preliminary compaction to assist
the use of heavier plant be taken into account.

Each layer of the material shall be thoroughly compacted to the densities


specified in Table 1. Subsequent layers shall be placed only after the finished
layer has been tested according to quality control test criteria and accepted by
the Engineer-in-charge. The Engineer-in-charge may permit measurement of
field dry density by a nuclear moisture/density gauge used in accordance with
agreed procedure and the gauge is calibrated to provide results identical to that
obtained from tests in accordance with IS: 2720 (Part 28). A record of the same
shall be maintained by the contractor.

When density measurement reveals any soft areas in the embankment/


subgrade / earthen shoulders, further compaction shall be carried out as
directed by the Engineer-in-charge. If in spite of that the specified compaction is
not achieved, the material in the soft areas shall be removed and replaced by
approved material, compacted to the density requirements and satisfaction of
the Engineer-in-charge.

2.1.6 Repairing of damages caused by rain/ spillage of water:

The soil in the affected portion shall be removed in such areas as directed by the
Engineer-in-charge before next layer is laid and refilled in layers and compacted
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-18
 
 
   

 
353
using appropriate mechanical means such as small vibratory roller, plate
compactor or power rammer to achieve the required density. If the cut is not
sufficiently wide for use of required mechanical means for compaction, the same
shall be widened suitably to permit their use for proper compaction. Tests shall
be carried out as directed by the Engineer-in-charge to ascertain the density
requirements of the repaired area. The work of repairing the damages including
widening of the cut, if any, shall be carried out by the contractor at his own cost,
including the arranging of machinery/ equipment for the purpose

2.1.7 Quality control test


The works carried out by the contractor shall conform to the specification.

For ensuring the requisite quality of construction, the works shall be subjected
to quality control tests, as described hereinafter. The testing frequencies set
forth are the desirable minimum and the Engineer-in-charge shall have the full
authority to carry out additional tests as frequently as he may deem necessary,
to satisfy himself that the works comply with the appropriate specifications.

Where no specific testing procedure is mentioned, the tests shall be carried out
as per the prevalent accepted engineering practice to the directions of the
Engineer-in-charge.

Following quality control tests shall be carried out at frequencies noted against
each.

S. TEST FREQUENCY
No.
i) Density Test (IS:2720 Part - Two tests per 3000 cum. of
8) soil.
ii) Moisture Content Test One test for every 250 cum of
(IS:2720 Part -2) soil.

2.1.8 Measurements for Payment

Excavation for car parking, roads, shoulder and drains shall be measured by
taking cross sections at 3 mtr intervals in both directions in the original position
before the work starts and after its completion and computing the volumes in cu.
m. by the method of average end.
2.1.9 Rates

Rates for the item shall include the cost of all operations, plant, machinery and
labour involve in all respect described above including all lifts and leads within
Airports premises complete to the satisfaction of Engineer-in-charge.
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-19
 
 
   

 
354
 
Item no 3: Construction of Subgrade embankment with Moorum/Good
earth brought out from approved quarry out side the airport premises.
The complete operation will include spreading the Moorum/good earth
with dozer, dressing, levelling, providing camber, grading with motor
grader and consolidating with vibratory roller 8‐10 tonne capacity
including making good the undulation etc. as per technical specifications
and drawings complete and directions of Engineer‐in‐Charge. (Cost
includes transportation, loading & unloading, all leads & lifts, taxes, royalty
and operations, excluding GST. Payment to be made for compacted
Quantity only)
1.1 General
1.1.1 Description

These Specifications shall apply to the construction of embankments including


sub-grades, and miscellaneous backfills with approved material obtained from
approved source, borrow pits or other sources. All embankments sub-grades and
miscellaneous backfills shall be constructed in accordance with the
requirements of these Specifications and in conformity with the lines,
grades, and cross-sections shown on the drawings or as directed by the
Engineer-in-charge.
 
1.2 Materials and General Requirements
1.2.1 Physical Requirements

1.2.1.1 The materials used in embankments, subgrades and miscellaneous


backfills shall be soil, moorum/good earth, gravel or any other material as
approved by the Engineer. Such materials shall be free of logs, stumps, roots,
rubbish or any other ingredient likely to deteriorate or affect the stability of the
embankment.

The following types of material shall be considered unsuitable for


embankment:

a) Materials from swamps, marshes and bogs;

b) Peat, log, stump and perishable material; any soil that classifies as OL, 01, OH
or Pt in accordance with IS:1498;

c) Materials susceptible to spontaneous combustion;


SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-20
 
 
   

 
355
d) Materials in a frozen condition;

e) Clay having liquid limit exceeding 50 and plasticity index exceeding 25 &CBR
less than 8%; and

f) Materials with salts resulting in leaching in the embankment. 

1.2.1.2 Expansive clay exhibiting marked swell and shrinkage properties ("free
swelling index''. exceeding 50 percent when tested as per IS:2720 - Part 40) shall
not be used as a fill material. Where an expansive clay having "free swelling
index" value less than 50 percent is used as a fill material, subgrade and top 500
mm portion of the embankment just below sub- grade shall be non-expansive in
nature.

1.2.1.3 Any fill material with a soluble sulphate content exceeding 1.9 grams of
sulphate (expressed as S03) per litre when tested in accordance with BS:1377,
Part 3, but using a 2:1 water-soil ratio shall not be deposited within 500 mm
distance(or any other distance described in the Contract), of permanent works
constructed out of concrete, cement bound materials or other cemenlitious
material. materials with a total sulphate content (expressed as S03 ) exceeding
0.5 percent by mass, when tested in accordance with BS:1377, Part 3 shall not be
deposited within  500 mm, or other distances described in the Contract, of
metallic items forming part of the Permanent Works.

1.2.1.4 The size of the coarse material in the mixture of earth shall ordinarily not
exceed 75 mm when placed in the embankment and 50 mm when placed in the
sub-grade. However, the Engineer may at his discretion permit the use of
material coarser than this also if he is satisfied that the same will not present any
difficulty as regards the placement of fill material and its compaction to the
requirements of these Specifications. The maximum particle size in such cases,
however, shall not be more than two-thirds of the compacted layer thickness.

1.2.1.5 Ordinarily, only the materials satisfying the density requirements given
in Table 1 shall be employed for the construction of the embankment and the
sub-grade.

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-21


 
 
   

 
356

Table 1 : Density Requirements of Embankment and Sub-grade Materials

Sr. No. Type of Work Maximum laboratory dry unit


weight when tested as per
15:2720 (Part 8)
1) Embankments up to 3 m height, not Not Less than 15.2 KN/cum
subjected to extensive flooding
2) Embankments exceeding 3 m height or Not less than 16 kN/ cum
embankments of any height subject to long
periods of inundation
3) Subgrade and earthen shoulders/ Not less than 17.5 kN/cum
verges/backfill
Note : 1)This Table is not applicable for lightweight fill material, e.g., cinder, fly
ash, etc.

2) The material to be used in subgrade shall be non-expansive and shall satisfy


design CBR of 8% at the specified dry density and moisture content. In case the
available materials fail to meet the requirement of CBR, use of stabilization
methods or by any stabilization method approved by the Engineer shall be
followed. Nothing extra shall be payable to contractor for use of stabilization
method.

1.2.1. 6 The material to be used in high embankment construction shall satisfy


the specified requirements of strength parameters.

1.2.2 General Requirements

1.2.2.1 The materials for embankment shall be obtained from approved sources.
The work shall be so planned and executed that the best available materials are
saved for the subgrade and the embankment portion just below the subgrade.

1.2.2.2 Borrow Materials: The arrangement for the source of supply of the
material for embankment and sub-grade and compliance with the guidelines,
and environmental requirements, in respect of excavation and borrow areas as
stipulated, from time to time by the Ministry of Environment and Forests,
Government of India and the local bodies, as applicable shall be the sole
responsibility of the Contractor.

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-22


 
 
   

 
357
Haulage of material to embankments or other areas of fill shall proceed only
when sufficient spreading and compaction plant is operating at the place of
deposition.
Where the excavation reveals a combination of acceptable and unacceptable
materials, the Contractor shall, unless otherwise agreed by the Engineer-in-
Charge, carry out the excavation in such a manner that the acceptable materials
are excavated separately for use in the permanent works without contamination
by the unacceptable materials. The acceptable materials shall be stockpiled
separately.

The Contractor shall ensure that he does not adversely affect the stability of
excavation or fills by the methods of stockpiling materials, use of plants or
siting of temporary buildings or structures.

1.2.2.4 Compaction Requirements

The Contractor shall obtain representative samples from each of the identified
borrow areas and have these tested at the site laboratory following a testing
programme approved by the Engineer. It shall be ensured that the subgrade
material when compacted to the density requirements as in Table 2 shall yield
the 8% CBR of the sub-grade.

Table 2 : Compaction Requirements for Embankment and Sub-grade

S.No Type of Work/Material Field Density at OMC as per percentage of


maximum modified proctor density
1 Subgrade and earthen Not less than 98%
Shoulders(Verge)
2 Embankment Not less than 98%

The Contractor shall at least 7 working days before commencement of


compaction submit the following to the Engineer for approval:

i) The values of maximum dry density and optimum moisture content obtained
in accordance with IS:2720 (Part 8), appropriate for each of the fill materials he
intends to use. ii) A graph of dry density plotted against moisture content from
which each of the values in (i) above of maximum dry density and optimum
moisture content were determined. The maximum dry density and optimum
moisture content approved by the Engineer-in-Charge shall form the basis for
compaction.

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-23


 
 
   

 
358
1.3 Construction Operations

1.3.1 Setting Out

The limits of embankment sub-grade shall be marked by fixing batter pegs on


both sides at regular intervals as guides before commencing the earthwork. The
embankment sub-grade shall be built sufficiently wider than the design
dimension so that surplus material may be trimmed, ensuring that the remaining
material is to the desired density and in position specified and conforms to the
specified side slopes.

Before the earth work is started, the area shall be cleared of shrubs, rank
vegetation, grass, brushwood, trees and saplings of girth up to 30cm measured
at a height of one metre above ground level and rubbish removed up to a distance
of 50 metres outside the periphery of the area under clearance. The roots of trees
and saplings shall be removed to a depth of 60cm below ground level or 30 cm
below formation level or 15 cm below sub grade level, whichever is lower, and
the holes or hollows filled up with the earth, rammed and leveled.
The trees of girth above 30 cm measured at a height of one metre above ground
shall be cut only after permission of the Engineer-in-Charge is obtained in
writing.

All materials arising from clearing and grubbing operations shall be the
property of AAI and shall be disposed of by the Contractor as hereinafter
provided or directed by the Engineer-in- charge.

All products of clearing and grubbing, which, in the opinion of the Engineer-in-
charge, cannot be used, shall be disposed of by contractor as directed with all
lifts and leads. The contractor will find disposal grounds and take the necessary
permissions from the concerned authorities for the disposal grounds.

No extra payment shall be made for the disposal of materials as above and shall
be considered as incidental to the items of excavation and embankment.

Existing structures and services such as old buildings, culverts, fencing, water
supply pipe lines, sewers, power cables, communication cables, drainage pipes
etc. within or adjacent to the area if required to be diverted/removed, shall be
diverted/dismantled as per directions of the Engineer-in-Charge and payment
for such diversion/dismantling works shall be made separately.

Trees, shrubs, any other plants, pole lines, fences, signs, monuments, buildings,
pipelines, sewers and other facilities within or adjacent to the plot which are not
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-24
 
 
   

 
359
to be disturbed shall be protected from injury or damage, The contractor shall
provide and install at his own expense, suitable safeguards approved by the
Engineer-in-charge for this purpose.

During clearing and grubbing, the Contractor shall take all adequate
precautions against soil erosion, water pollution, etc.

1.3.2 Dewatering

If the foundation of the embankment is in an area with stagnant water, and in the
opinion of the Engineer it is feasible to remove it, the same shall be removed by
bailing out or pumping, as directed by the Engineer and the area of the
embankment foundation shall be kept dry. Care shall be taken to discharge the
drained water so as not to cause damage to the works, crops or any other
property. Due to any negligence on the part of the Contractor, if any such damage
is caused, it shall be the sole responsibility of the Contractor to repair/restore it
to original condition or compensate for the damage at his own cost. Cost of
dewatering shall be borne by contractor and nothing extra shall be payable.

1.3.3 Stripping and Storing Topsoil

When so directed by the Engineer, the topsoil from all areas of cutting and from
all areas to be covered by embankment foundation shall be stripped to specified
depths not exceeding 150 mm and stored in stockpiles of height not exceeding 2
m for covering embankment slopes, cut slopes and other disturbed areas where
re-vegetation is desired. Topsoil shall not be unnecessarily subjected to traffic
either before stripping or when in a stockpile. Stockpiles shall not be surcharged
or otherwise loaded and multiple handling shall be kept to a minimum.

1.3.4 Compacting Ground Supporting Embankment/Sub‐Grade

Where necessary, the original ground shall be levelled to facilitate placement of


first layer of embankment, scarified, mixed with water and then compacted by
rolling in accordance with Clauses 1.3.5 and 1.3.6 so as to achieve minimum dry
density as given in Table 2

In case where the difference between the sub-grade level (top of the sub-grade
on which pavement rests) and ground level is less than 0.5 m and the ground
does not have 97 percent relative compaction with respect to the dry density (as
given in Table 2), the ground shall be loosened upto a level 0.5 m below the sub-
grade level, watered and compacted in layers in accordance with Clauses 1.3.5
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-25
 
 
   

 
360
and 1.3.6 to achieve dry density not less than 97 percent relative compaction as
given in Table 2.

Where so directed by the Engineer, any unsuitable material occurring in the


embankment foundation (500 mm portion just below the sub-grade) shall be
removed, suitably disposed and replaced by approved materials laid in layers to
the required degree of compaction.

Any foundation treatment specified for embankments especially high


embankments, resting on suspect foundations as revealed by borehole logs shall
be carried out in a manner and to the depth as desired by the Engineer. Where
the ground on which an embankment is to be built has any of such material types
(a) to (f) in Clause 1.2.1.1 at least 500 mm of such material must be removed and
replaced by acceptable fill material before embankment construction
commences.

1.3.5 Spreading Material in Layers and Bringing to Appropriate Moisture


Content

1.3.5.1 The embankment and sub-grade material shall be spread in layers of


uniform thickness in the entire width with a motor grader. The compacted
thickness of each layer shall not be more than 250 mm when vibratory
roller/vibratory soil compactor is used and not more than

200 mm when 80-100 kN static roller is used. The motor grader blade shall have
hydraulic control suitable for initial adjustment and maintain the same so as to
achieve the specific slope and grade. Successive layers shall not be placed until
the layer under construction has been thoroughly compacted to the specified
requirements as in Table 2 and got approved by the Engineer. Each compacted
layer shall be finished parallel to the final cross-section of the embankment.

1.3.5.2 Moisture content of the material shall be checked at the site of placement
prior to commencement of compaction; if found to be out of agreed limits, the
same shall be made good. Where water is required to be added in such
constructions, water shall be sprinkled from a water tanker fitted with sprinkler
capable of applying water uniformly with a controllable rate of flow to variable
widths of surface but without any flooding. The water shall be added uniformly
and thoroughly mixed in soil by blading, using disc harrow until a uniform
moisture content is obtained throughout the depth of the layer. If the material
delivered to the bed is too wet, it shall be dried, by aeration and exposure to the

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-26


 
 
   

 
361
sun, till the moisture content is acceptable for compaction. Should circumstances
arise, where owing to wet weather, the moisture content cannot be reduced to
the required amount by the above procedure, compaction work shall be
suspended.

Moisture content of each layer of soil shall be checked in accordance with


IS:2720 (Part 2), and unless otherwise mentioned, shall be so adjusted, making
due allowance for evaporation losses, that at the time of compaction it is in the
range of 1 percent above to 2 percent below the optimum moisture content
determined in accordance with IS:2720 (Part 8) as the case may be. After adding
the required amount of water, the soil shall be processed by means of graders,
harrows, rotary mixers or as otherwise approved by the Engineer until the layer
is uniformly wet.

Clods or hard lumps of earth shall be broken to have a maximum size of 75 mm


when being placed in the embankment and a maximum size of 50 mm when
being placed in the subgrade.

1.3.5.3 Embankment and other areas of fill shall, unless otherwise required in
the Contract or permitted by the Engineer, be constructed evenly over their full
width and their fullest possible extent and the Contractor shall control and direct
construction plant and other construction vehicles. Damage by construction
plant and other vehicular traffic shall be made good by the Contractor with
material having the same characteristics and strength of the material before it
was damaged.

Embankments and unsupported fills shall not be constructed with steeper side
slopes or to greater widths than those shown in the drawings, except to permit
adequate compaction at the edges before trimming back, or to obtain the final
profile following any settlement of the fill and the underlying material.

Whenever fill is to be deposited against the face of a natural slope, or sloping


earthworks face including embankments, cuttings, other fills and excavations
steeper than 1 vertical to 4 horizontal, such faces shall be benched as per Clause
1.4.1 immediately before placing the subsequent fill.

All permanent faces of side slopes of embankments and other areas of fill shall,
subsequent to any trimming operations, be reworked and sealed to the
satisfaction of the Engineer by tracking a tracked vehicle, considered suitable by
the Engineer, on the slope or any other method approved by the Engineer.

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-27


 
 
   

 
362
1.3.6 Compaction

Only the compaction equipment approved by the Engineer shall be employed to


compact the different material types encountered during construction. Static
three-wheeled roller, self-propelled single drum vibratory roller, tandem
vibratory roller, pneumatic tyre roller, pad foot roller, etc., of suitable size and
capacity as approved by the Engineer shall be used for the different types and
grades of materials required to be compacted either individually or in suitable
combinations.

The compaction shall be done with the help of self-propelled single drum
vibratory roller or pad foot vibratory roller of 80 to 100 kN static weight or heavy
pneumatic tyre roller of adequate capacity capable of achieving the required
compaction. The Contractor shall demonstrate the efficacy of the equipment he
intends to use by carrying out compaction trials. The procedure to be adopted
for the site trials shall be submitted to the Engineer for approval.

Earthmoving plant shall not be accepted as compaction equipment nor shall the
use of a lighter category of plant to provide any preliminary compaction to assist
the use of heavier plant be taken into account.

Each layer of the material shall be thoroughly compacted to the densities


specified in Table 2. Subsequent layers shall be placed only after the finished
layer has been tested according to Clause 1.6.5.2 and accepted by the Engineer-
in-Charge. The Engineer-in-Charge may permit measurement of field dry density
by a nuclear moisture/density gauge used in accordance with agreed procedure
and provided the gauge is calibrated to give results identical to that obtained
from tests in accordance with IS:2720 (Part 28). A record of the same shall be
maintained by the Contractor.

When density measurements reveal any soft areas in the embankment/sub-


grade/earthen shoulders, further compaction shall be carried out as directed by
the Engineer. If in spite of that the specified compaction is not achieved, the
material in the soft areas shall be removed and replaced by approved material,
compacted using appropriate mechanical means such as light weight vibratory
roller, double drum walk behind roller, vibratory plate compactor, trench
compactor or vibratory tamper to the density requirements and satisfaction of
the Engineer-in- Charge.

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-28


 
 
   

 
363
3.7 Drainage

The surface of the embankment/sub-grade at all times during construction


shall be maintained at such a crossfall (not flatter than that required for
effective drainage of an earthen surface) as will shed water and prevent
ponding.

1.3.8 Repairing of Damages Caused by Rain/Spillage of Water

The soil in the affected portion shall be removed in such areas as directed by the
Engineer-in- Charge before next layer is laid and refilled in layers and
compacted using appropriate mechanical means such as small vibratory roller,
plate compactor or power rammer to achieve the required density in accordance
with Clause 1.3.6. If the cut is not sufficiently wide for use of required mechanical
means for compaction, the same shall be widened suitably to permit their use for
proper compaction. Tests shall be carried out as directed by the Engineer-in-
Charge to ascertain the density requirements of the repaired area. The work of
repairing the damages including widening of the cut, if any, shall be carried out
by the Contractor at his own cost, including the arranging of
machinery/equipment for the purpose.

1.3.9 Finishing Operations: Finishing operations shall include the work of


shaping and dressing the shoulders/verge/ roadbed and side slopes to conform
to the alignment, levels, cross-sections and dimensions shown on the drawings
or as directed by the Engineer subject to the surface tolerance described in
Clause 1.6.1 to 1.6.4. Both the upper and lower ends of the side slopes shall be
rounded off to improve appearance and to merge the embankment with the
adjacent terrain.

1.4 The topsoil, removed and conserved earlier (Clauses 1.3.3) shall be spread
over the fill slopes as per directions of the Engineer to facilitate the growth of
vegetation. Slopes shall be roughened and moistened slightly prior to the
application of the topsoil in order to provide satisfactory bond. The depth of the
topsoil shall be sufficient to sustain plant growth, the usual thickness being from
75 mm to 150 mm.

1.5 Where directed, the slopes shall be turfed with sods in accordance with
direction of Engineer-in-Charge. If seeding and mulching of slopes is prescribed,
this shall be done to the requirements as per direction of Engineer-in-Charge.

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-29


 
 
   

 
364
When earthwork operations have been substantially completed, the area shall
be cleared of all debris, and ugly scars in the construction area responsible for
objectionable appearance eliminated.

1.6 Surface Finish and Quality Control of Work

1.6.1 Surface Finish : General

All works performed shall conform to the lines, grades, cross sections and
dimensions shown on the drawings or as directed by the Engineer, subject to the
permitted tolerances described herein-after.

1.6.2 Horizontal Alignment

Horizontal alignment shall be reckoned as shown on the drawings. The edges


of the carriageway as constructed shall be correct within a tolerance of ± 10 mm
therefrom.

1.6.3 Surface Levels

The levels of the subgrade as constructed, shall not vary from those calculated
with reference to the longitudinal and cross-profile DV shown on the drawings
or as directed by the Engineer beyond the tolerances of + 20mm.

6.4 Rectification

Where the surface regularity of subgrade fall outside the specified tolerances in
Clause 1.6.3, the Contractor shall be liable to rectify these in the manner
described below and to the satisfaction of the Engineer.

Where the surface is high, it shall be trimmed and suitably compacted. Where
the same is low, the deficiency shall be corrected by scarifying the lower layer
and adding fresh material and re compacting to the required density. The
degree of compaction and the type of material to be used shall conform to the
requirements under this item.

1.6.5 Tests on Earthwork for Embankment, Subgrade Construction and


Cut Formation

1.6.5.1 Borrow Material (Moorum/Good Earth)

Grid the borrow area at 25 m c/c (or closer, if the variability is high) to full depth
of proposed working. These pits should be logged and plotted for proper
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-30
 
 
   

 
365
identification of suitable sources of material. The following tests on
representative samples shall be carried out for every 3000 cum for each source:

a) Sand Content [IS:2720 (Part-4)]: 2 tests per 3000 cu.m of soil.

b) Plasticity Test [IS:2720 (Part-5)]: Each type to be tested, 2 tests.

c) Density Test [IS:2720 (Part-8)]: Each soil type to be tested, 2 tests.

d) Deleterious Content Test [IS:2720 (Part-27)]: As and when required by the


Engineer. e) Moisture Content Test [IS:2720 (Part-2)]: Two tests.

f) CBR Test on materials to be incorporated in the subgrade on soaked/


unsoaked samples [IS:2720 (Part-16)]: One CBR test (average of three
specimens) or closer as and when required by the Engineer.

1.6.5.2 Compaction Control

Control shall be exercised on each layer by taking at least one set of ten
measurements of density for each 3000 sq.m of compacted area, or closer as
required to yield the minimum number tests results for evaluating a day's work
on statistical basis. The determination of density shall be in accordance with IS:
2720 (Part-28). Test locations shall be chosen only through random sampling
techniques. If non-destructive tests are carried out, the number of tests shall be
doubled. If considerable variations are observed between individual density
results, the minimum number of tests in one set of measurement shall be
increased. The acceptance criteria shall be subject to the condition that the mean
density is not less than the specified density plus:

1.65
1.65 - ------------------ times the standard deviation
(No. of samples)0.5

However, for earthwork in the subgrade, at least one set of ten density
measurements shall be taken for every 2000 sq.m for the compacted area In
other respects, the control shall be similar to that described earlier.

1.7 Sub‐grade Strength

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-31


 
 
   

 
366
1. 7.1 It shall be ensured prior to actual execution that the material to be used in
the sub- grade satisfies the requirements of 8% CBR.

1.7.2 Sub-grade shall be compacted and finished to the design strength


consistent with other physical requirements. The actual laboratory CBR values
of constructed subgrade shall be determined on remoulded samples, compacted
to the field density at the field moisture content and tested for soaked/unsoaked
condition as specified in the Contract.

1.8 Measurements for Payment

1.8.1 Earth embankment/sub-grade construction shall be measured separately


by taking cross sections at 3m intervals after completion of clearing and
grubbing and after completion of embankment/sub-grade. The volume of
earthwork shall be computed in cubic metres by the method of average end
areas.

1.9 Rates :

1.9.1 The Contract unit rates for the items of embankment and sub-grade
construction shall be payment in full for carrying out the required operations
including full compensation for:

i) Cost of arrangement. of land as a source of supply of material of required


quantity for construction unless provided otherwise in the Contract;

ii) Setting out as per para 1.3.1;

iii) Compacting ground supporting embankment/sub-grade except where


removal and replacement of suitable material or loosening and re-compacting
is involved;

iv) Scarifying or cutting continuous horizontal benches 300 mm wide on side


slopes of existing embankment and sub-grade as applicable;

v) Cost of watering or drying of material in borrow areas and/ or embankment


and sub-grade during construction as required;

vi) Spreading in layers, bringing to appropriate moisture and compacting to


Specification requirements;

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-32


 
 
   

 
367
vii) Shaping and dressing top and slopes of the embankment and subgrade
including rounding of corners;

viii) Restricted working at sites of structures;

ix) Working on narrow width of embankment and sub-grade;

x) Excavation in all soils from borrow pits/designated borrow areas including


clearing and grubbing and transporting the material to embankment and sub-
grade site with all leads and lifts unless otherwise provided for in the Contract;

xi) All labour, materials, tools, equipment and incidentals necessary to complete
the work according to the Specifications;

xii) Dewatering; ·and

xiii) Keeping the embankment/completed formation free of water.

xiv) Transporting unsuitable excavated material for disposal with all leads and
lifts.

xv) use of stabilization methods or by any stabilization method approved by the


Engineer, In case the borrow materials/moorum / Good Earth (to be arranged
by contractor) fail to meet the requirement of CBR.

No deduction shall be made from the rate if in the opinion of the Engineer- in-
charge, operations specified in 1.9.1 (iv), (v), (viii), (xii), (xiii) and (xv) are not
required to be carried out on any account whatsoever.

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-33


 
 
   

 
368
Item no. 4: Preparation of granular sub‐base by providing close graded
material, conforming to specifications mixing in a mechanical mix plant at
OMC, carriage of mixed material by mechanical transport to work site, for
all leads and lifts, spreading in uniform layers of specified thickness with
mechanical means including neatly leveling & dressing on prepared
surface and compacting with vibratory power roller to achieve the desired
density, complete and as per direction of Engineer‐in‐charge. With
materials confirming to grade‐I (Size range 75 mm to 0.075 mm).

1.0 Scope
This work shall consist of laying and compacting well-graded material on
prepared sub-grade in accordance with the requirements of these
Specifications. The material shall be laid in one or more layers as sub-base or
lower sub-base and upper sub-base (termed as sub-base hereinafter) as
necessary according to lines, grades and cross-sections shown on the drawings
or as directed by the Engineer-in charge.

The thickness of a single compacted GSB layer shall not be less than 75 mm.
When vibrating or other approved types of compacting equipment are used,
the compacted depth of a single layer of the sub-base course may be increased
to 150 mm upon approval of the Engineer-in-charge.

2.0 Materials

2.1 The material to be used for the work shall be natural sand, crushed gravel,
crushed stone, crushed slag, or combination thereof depending upon the
grading required. Use of materials like brick metal, kankar and crushed
concrete shall be permitted in the lower sub-base. The material shall be free
from organic or other deleterious constituents and shall conform to the grading
given in Table-1 and physical requirement given in Table-2. Gradings III and IV
shall preferably be used in lower sub-base. Gradings- V and VI shall be used as
a sub-base cum drainage layer. The grading to be adopted for a work shall be
as specified in the contract.

If the water absorption of the aggregate determined as per IS:2386 (Part 3) is


greater than 2 percent, the aggregate shall be tested for Wet Aggregate Impact
Value (AIV) (IS:5640). Soft aggregate like Kankar, brick ballast and laterite
shall also be tested for Wet AIV (IS:5640).

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-34


 
 
   

 
369

Table ‐1. Grading for granular sub‐base material


IS Sieve
Percent by Weight Passing the IS Sieve
Designation
Grading Grading Grading Grading Grading Grading

I II III IV V VI
75.00 mm 100 - - - 100 -
53.00 mm 80 -100 100 100 100 80-100 100
26.50 mm 55 - 90 70 -100 55 - 75 50 - 80 55-90 75 -100
9.50 mm 35 - 65 50 - 80 - - 35-65 55 - 75
4.75 mm 25 - 55 40 - 65 10 - 30 15 - 35 25-50 30 - 55
2.36 mm 20 - 40 30 - 50 - - 10-20 10 - 25
0.85 mm - - - - 2-10 -
0.425 mm 10-15 10-15 - - 0-5 0-8
0.075 mm <5 <5 <5 <5 - 0-3

Table 2: Physical Requirement for Materials for Granular Sub‐base.

Aggregate Impact IS:2386(Part 4) 40 Maximum


Value(AIV) or IS:5640
Liquid Limit IS:2720(Part 5) Maximum 25
Plasticity Index IS:2720(Part 5) Maximum 6
CBR at 98% dry IS:2720(Part 5) Minimum 30 specified unless
density IS:272- otherwise specified in the
(Part 8) Contract

Locally available river bed material can also be used by blending river bed
material, river sand and soil with part of crushed aggregates to get all required
parameters well within the range of specifications.

2.2 Strength of sub‐base

It shall be ensured prior to actual execution that the material to be used in the
sub-base satisfies the requirements of CBR and other physical requirements
when compacted and finished.

When directed by the Engineer-in-charge, this shall be verified by performing


CBR tests in the laboratory as required on specimens re-moulded at field dry
density and moisture content and any other tests for the “quality” of materials
as may be necessary.
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-35
 
 
   

 
370
3.0 Construction Operations
3.1 Spreading and compacting
The sub base material of grading specified in the Contract and water shall be
mixed mechanically by a suitable mixture equipped with provision for
controlled addition of water and mechanical mixing so as to ensure
homogeneous and uniform mix. The required water content shall be
determined in accordance with IS: 2720(Part-8). The mix shall be spread on
the prepared sub grade with mechanical means of adequate capacity its blade
having hydraulic controls suitable for initial adjustment and for maintaining
the required slope and grade during the operation or other means as approved
by the Engineer-in-charge.

The moisture content of mix shall be checked in accordance with IS: 2720
(Part-2) and suitably adjusted so that at the time of compaction it is from 1-2%
below the optimum moisture content.

Manual mixing shall be permitted only where the width of laying is not
adequate for mechanical operations, as in small-sized jobs. The equipment
used for mix-in place construction shall be a rotator or similar approved
equipment capable of mixing the material to the desired degree. If so desired
by the Engineer-in-charge, trial runs with the equipment shall be carried out to
establish its suitability for the work.

Immediately after spreading the mix, rolling shall be done by an approved


roller. If the thickness of the compacted layer does not exceed 100mm, a
smooth wheeled roller of 80 to 100 KN weight may be used. For a compacted
single layer up to 150 mm, the compaction shall be done with the help of a
vibratory roller of minimum 80 to 100 KN static weight capable of achieving
the required compaction. Rolling shall commence at the lower edge and
proceed towards the upper edge longitudinally for portions having
unidirectional cross fall or on super elevation. For pavement having cross fall
on both sides rolling shall commence at the edges and progress towards crown.

Each pass of the roller shall uniformly overlap not less than one third of the
track made in the preceding pass. During rolling, the grade and cross fall
(camber) shall be checked and any high spots or depressions, which become
apparent, corrected by removing or adding fresh material. The speed of the
roller shall not exceed 5 Km per hour.

Rolling shall be continued till the density achieved is at least 98% of the
maximum dry density for the material determined as per IS: 2720 (Part 8). The
surface of any layer of material on completion of compaction shall be well
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-36
 
 
   

 
371
closed, free from movement under compaction equipment and from
compaction planes, ridges, cracks or loose material. All loose, segregated or
otherwise defective areas shall be made good to the full thickness of layer and
re-compacted.

4. Surface Finish and Quality Control of Work


4.1 General
All works performed shall conform to the lines, grades, cross-sections and
dimensions shown on the drawings or as directed by the Engineer-in-Charge,
subject to the permitted tolerances described herein-after.

4.2 Horizontal Alignment:


Horizontal alignment shall be reckoned with respect to the center line of the
carriageway as shown on the drawings. The edges of the carriageway as
constructed shall be correct within a tolerance of ±10 mm therefrom. The
corresponding tolerance for edges of the pavement and lower layers of
pavement shall be ±25 mm.

4.3 Surface levels:


The top level of the granular sub-base shall not vary from those calculated with
reference to the longitudinal & cross profile of the pavement shown in the
Drawings or as directed by Engineer-in-Charge, beyond the tolerances
mentioned as follow:

Sl. No. Sub‐base Tolerances


1. Flexible pavement ±10 mm
2. Concrete pavement ±6 mm

4.4 Surface Regularity:


The maximum allowable difference between pavement surface and underside
of a 3 m straightedge when placed parallel with or at right angles to the center
line of pavement at points decided by the Engineer –in-charge shall not exceed
8 mm.

4.5 Rectification:
Where the surface regularity fall outside the specified tolerances, the
Contractor shall be liable to rectify the same upto the satisfaction of Engineer-
in-Charge. Where the surface is high, it shall be trimmed and suitably
compacted. Where the same is low, the deficiency shall be corrected to
scarifying the lower layer and adding fresh material and re- compacting to the
required density.

4.6 Quality Control:


SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-37
 
 
   

 
372

The following quality control tests shall be carried out at frequencies specified
against each for Granular Sub-base:-
S. No. Test Test Method Frequency (min.)

1 Gradation IS: 2720 (Part –VI) One test per 200 m3

2 Atterberg limits IS: 2720 (Part-V) One test per 200 m3

3 Moisture Content IS: 2720 (Part-II) One test per 250 m2


prior to compaction
4 Density of IS: 2720 (Part- One test per 500 m2
compacted layer XXVIII)
5 Deleterious IS: 2720 (Part- As required
constituents XXVII)
6 C.B.R. (On set of 3 IS: 2720 (Part-XVI) As required
specimens)
7 Control of Grade, - Regularly
camber thickness
and surface finish

5. Arrangement of Traffic
No vehicular traffic of any kind shall be allowed on the finished granular sub-
base surface till it has dried and the next course laid. In exceptional cases,
construction traffic may be allowed with approval of the Engineer-in-Charge
for short durations once the course is completely dry provided vehicles move
over the full width avoiding any rutting or uneven compaction. The Contractor
will take all precautionary measures to prevent any damage to the finished
surface till next layer is laid over it.

6. Measurements for Payment
The unit of measurement for Granular Sub Base Course shall be cubic meter of
mix placed. This shall be determined from the top levels of the under layer and
the final levels of the consolidated GSBC as mentioned below:

Before laying GSBC, the top levels of under layer shall be taken jointly by the
Engineer-in-Charge or his representative and the contractor at 3 meters
intervals both ways or closer as directed by the Engineer-in-Charge. These
levels shall be recorded on the plan as well as in the level book and record shall
be signed by the contractor. The levels of the consolidated GSBC shall again be
taken and plotted on the plan and recorded in the level book, to determine the
average thickness laid, on the basis of these levels. The volume of mix laid
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-38
 
 
   

 
373
consolidated and finished, shall then be the product of the measured surface
area and the average thickness laid.

The protection of edges of granular sub-base extended over the full formation
as shown in the drawing shall be considered incidental to the work of providing
granular sub-base and as such no extra payment shall be made for the same.

7. Rate
Unit rate of the item shall include the cost of labour, materials and equipment,
mix design, mixing, transportation, placing, compacting, finishing and other
quality control operations, field & lab tests, all royalties, fees, storage, rents, all
leads and lifts.

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-39


 
 
   

 
374
Item No. 5: Providing, laying, spreading and compacting graded stone
aggregate (size range 53 mm to 0.075mm) to wet mix macadam(WMM)
specification including premixing the material with water at OMC in
mechanical mix plant, carriage of mixed material by mechanical
transport to site, for all leads & lifts, laying in uniform layers with
mechanical paver finisher in sub‐base/ base course on well prepared
surface and compacting with vibratory roller of 8 to 10 tonne capacity to
achieve the desired density, complete as per specifications and directions
of Engineer‐in‐charge.

1. Scope
1.1 This work shall consist of laying and compacting clean, crushed, graded
aggregate and granular material, premixed with water to a dense mass on a
prepared sub grade/sub-base/base or existing pavement as the case may be in
accordance with the requirements of these Specifications. The material shall be
laid in one or more layers as necessary to lines, grades and cross-sections
shown on the approved drawings or as directed by the Engineer-in-Charge.

The thickness of a single compacted Wet Mix Macadam layer shall not be less
than 75 mm. When vibrating or other approved types of compacting equipment
are used, the compacted depth of a single layer of the sub-base course may be
increased to 150 mm upon approval of the Engineer-in-Charge.

2. Materials
2.1 Aggregates
2.1.1 Physical requirements:

Coarse Aggregates shall be crushed stone. If crushed gravel/shingle is used, not


less than 90 percent by weight of the gravel/shingle pieces retained on 4.75
mm sieve shall have at least two fractured faces. The aggregates shall conform
to the physical requirement set forth in table-1.

Table 1: Physical Requirements of coarse aggregates for Wet Mix


Macadam for Sub‐base / Base course.
Test Test Method Requirements
Los Angeles Abrasion IS : 2386 (Part 4) 40 per cent (Max.)
value or Aggregate Impact IS : 2386 (Part 4) 30 per cent (Max.)
value or IS:5640
Combined Flakiness and IS : 2386 (Part 1) 35 per cent (Max.) *
Elongation Indices (Total)

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-40


 
 
   

 
375
* To determine this combined proportion, the flaky stone from a
representative sample should first be separated out. Flakiness index is weight
of flaky stone metal divided by weight of stone sample. Only the elongated
particles are to be separated out from the remaining (non-flaky) stone metal.
Elongation index is weight of elongated particles divided by total non-flaky
particles. The value of flakiness index and elongation index so found are added
up.
If the water absorption value of the coarse aggregate is greater than 2 per cent,
the soundness test shall be carried out on the material delivered to site as per
IS: 2386 (Part 5).

2.2.2 Grading requirements
The aggregate shall conform to the grading given in table below:

Table 2: Grading Requirements of aggregates for Wet Mix Macadam


Per cent by
IS Sieve Control Grading Band
weight passing
designation Tolerances Percent
the IS sieve
53mm 100 0
45mm 95-100 ±5
26.50mm - -
22.40mm 60-80 ±8
11.20mm 40-60 ±8
4.75mm 25-40 ±8
2.36mm 15-30 ±8
600micron 8-22 ±5
75micron 0-5 ±3

The job control band tolerances in the Table 2 shall be applied to final gradation
to establish a job control grading band. The full tolerance still applies if
application of the tolerances results in a job control grading band outside the
design range.

Materials finer than 425 micron shall have Plasticity Index (PI) not exceeding
6 (six).

The final gradation approved within these limits shall be well graded from
coarse to fine and shall not vary from the low limit on one sieve to the high limit
on the adjacent sieve or vice versa.


3. Construction operations

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-41


 
 
   

 
376
3.1 Preparation of Base:
The surface of the sub grade/sub-base/base to receive the wet mix macadam
course shall be prepared to the specified grade and camber and clean of dust,
dirt and other extraneous material. Any ruts or soft yielding places shall be
corrected in an approved manner and rolled until firm surface is obtained if
necessary by sprinkling water.

As far as possible, laying wet mix macadam course over existing bituminous
layer may be avoided since it will cause problems of internal drainage of the
pavement at the interface of two course. It is desirable to completely pick out
the existing thin bituminous wearing course where wet mix macadam is
proposed to be laid over it.

3.2 Provision of lateral confinement of aggregates:


While constructing wet mix macadam, arrangement shall be made for the
lateral confinement of wet mix. This shall be done by laying materials in
adjoining shoulders along with that of wet mix macadam layer and following
the sequence of operations as follows:

The sequence of operations shall be such that the construction of paved


shoulder is done in layers each matching the thickness of adjoining pavement
layer. Only after a layer of pavement and corresponding layers in paved and
earth shoulder portion have been laid and compacted, the construction of next
layer of pavement and shoulder shall be taken up.

Where the materials in adjacent layers are different, these shall be laid together
and the pavement layer shall be compacted first. The corresponding layer in
paved shoulder portion shall be compacted thereafter, which shall be followed
by compaction of earth shoulder layer. The adjacent layers having same
material shall be laid and compacted together.

3.3 Preparation of mix:


Wet Mix Macadam shall be prepared in an approved mixing plant of suitable
capacity having provision for controlled addition of water and forced/positive
mixing arrangement like pug mill or pan type mixer of concrete batching plant.

The plant shall have the following features:


i. For feeding aggregates – three/four bin feeders with variable speed
motor.
ii. Vibrating screens for removal of oversized aggregates.
iii. Conveyer belt.
iv. Control system for addition of water.
v. Forced/positive mixing arrangement like pug mill or pan type
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-42
 
 
   

 
377
mixture.
vi. Centralized control panel for sequential operation of various devices
and precise process control.
vii. Safety devices.

Optimum moisture for mixing shall be determined in accordance with IS: 2720
(Part 8) after replacing the aggregate fraction retained on 22.4 mm sieve with
material of 4.75 mm to 22.4 mm size. While adding water, due allowance shall
be made for evaporation losses. However, at the time of compaction, water in
the wet mix shall not vary from the optimum value by more than agreed limits.
The mixed material should be uniformly wet and no segregation shall be
permitted.

For small quantity of WMM work or inaccessible/remote location and in


situation of where use of machinery is not feasible, the Engineer-in-Charge may
permit the mixing to be done in concrete mixers/manual mixing.

3.4 Spreading of mix:


Immediately after mixing, the aggregates shall be spread uniformly and evenly
upon the prepared sub grade/sub-base/base in required quantities. In no case
shall these be dumped in heaps directly on the area where these are to be laid
nor shall their hauling over a partly completed stretch be permitted.

The mix shall be spread by a paver finisher. The paver finisher shall be self-
propelled of adequate capacity with following features:
i. Loading hopers and suitable distribution system so as to provide a smooth
uninterrupted material flow for different layer thicknesses from the
tipper to the screed.
ii. Hydraulically operated telescopic screed for paving width upto 8.5 m and
fixed screed beyond this. The screed shall have tamping and vibrating
arrangement for initial compaction of layer.
iii. Automatic leveling control system with electronic sensitive device to
maintain mat thickness and cross-slope of mat during laying procedure.

In exceptional cases where it is not possible for the paver to be utilized, suitable
mechanical means may be used with the prior approval of Engineer-in-Charge.

The surface of the aggregate shall be carefully checked with templates and all
high or low spots remedied by removing or adding aggregate as may be
required. The layer shall be tested by depth blocks during construction. No
segregation of larger and fine particles shall be allowed. The aggregates as
spread shall be of uniform gradation with no pockets of fine materials.

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-43


 
 
   

 
378
3.5 Compaction:
After the mix has been laid to the required thickness, grade and cross-fall /
camber, the same shall be uniformly compacted, to the full depth with suitable
roller. If the thickness of single compacted layer does not exceed 100 mm, a
smooth wheel roller of 80 to 100 KN weight shall be used. For a compacted
single layer up to 150 mm, the compaction shall be done with the help of
vibratory roller of minimum static weight of 80 to 100 KN with an arrangement
for adjusting the frequency and amplitude. An appropriate frequency and
amplitude may be selected. The speed of the roller shall not exceed 5 Km/hr.

In portions having unidirectional cross-fall / super elevation, rolling shall


commence from the lower edge and progress gradually towards the upper
edge. Thereafter, roller shall progress parallel to the centre line of the road,
uniformly over-lapping each preceding track by at least one-third width until
the entire surface has been rolled. Alternate trips of the roller shall be
terminated in stops at least 1 m away from any preceding stop.

In portions in camber, rolling shall begin at the edge with the roller running
forward and backward until the edges have been firmly compacted. The roller
shall then progress gradually towards the centre parallel to the centre line of
the road uniformly overlapping each of the preceding track by at least one-
third width until the entire surface has been rolled.

Any displacement occurring as a result of reversing of the direction of a roller


or from any other cause shall be corrected at once as specified and / or
removed and made good.

Along forms, kerbs, walls or other places not accessible to the roller, the
mixture shall be thoroughly compacted with mechanical tampers or a plate
compactor or any other suitable method decided by the Engineer-in-Charge.
Skin patching of an area without scarifying the surface to permit proper
bonding of the added material shall not be permitted.

Rolling shall not be done when the sub grade is soft or yielding or when it
causes a wave-like motion in the sub-base/base course or sub grade. If
irregularities develop during rolling which exceed 12 mm when tested with a
3m straight edge, the surface shall be loosened and premixed material added
or removed as required before rolling again so as to achieve a uniform surface
conforming to the desired grade and cross-fall. In no case the use of unmixed
material shall be permitted to make up the depressions.

Rolling shall be continued till the density achieved is at least 98 per cent of the
maximum dry density for the material as determined by the method outlined
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-44
 
 
   

 
379
in IS: 2720 (Part - 8).

After completion, the surface of any finished layer shall be well closed, free
from movement under compaction equipment or any compaction planes,
ridges, cracks and loose material. All loose, segregated or otherwise defective
area shall be made good to the full thickness of the layer and re-compacted.

3.6 Setting and drying:


After final compaction of wet mix macadam course, the pavement shall be
allowed to dry for 24 hours.

4. Opening to Traffic
No vehicular traffic of any kind shall be allowed on the finished wet mix
macadam surface till it has dried and the course laid. In exceptional cases,
construction traffic may be allowed with approval of the Engineer-in-Charge
for short durations once the course is completely dry provided vehicles move
over the full width avoiding any rutting or uneven compaction. The Contractor
will take all precautionary measures to prevent any damage to the finished
surface till next layer is laid over it.

5. Surface Finish and Quality Control of Work



5.1 Surface Regularity: The maximum allowable difference between
pavement surface and underside of a 3m straightedge when placed parallel
with or at right angles to the center line of pavement at points decided by the
Engineer-in-Charge shall not be more exceed 8 mm.

5.2 Surface level: The tolerance in surface level for wet mix macadam shall
not vary ±10 mm for machine laid and ±15 mm for manually laid with reference
to the longitudinal and cross-profile of the pavement shown on the drawing or
as directed by Engineer-in-Charge.

5.3 Quality Control: The following quality control tests shall be carried out
at frequencies specified against each for Wet Mix Macadam.

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-45


 
 
   

 
S. Test 380
Test Method Frequency (min.)
No.

1 Los Angeles Abrasion IS:2386 (Part IV) One test per 200 cum.
Value/ Aggregate of aggregate.
Impact Value
2 Grading of mixed IS:2386 (Part I) One test per 100 cum.
aggregate of aggregate.
3 Flakiness Index IS:2386 (Part I) One test per 200 cum.
of aggregate.
4 Plasticity Index IS:2720 (Part V) One test per 200 cum.
of aggregate.
5 Moisture content prior One test per 200 cum.
to compaction of aggregate.
6 Density of compacted IS:2720(Part- One test per 500 sqm.
layer 28)

5.4 The materials supplied and the works carried out by the Contractor shall
confirm to the relevant technical specifications and as approved by the
Engineer-in-Charge.

For ensuring the requisite quality of construction, the materials and works
shall be subjected to quality control tests, as described above. The testing
frequencies set forth are the desirable minimum and the Engineer-in-Charge
shall have the full authority to carry out tests as frequently as he may deem
necessary to satisfy himself that the materials and works comply with the
appropriate specifications.

Test procedures for the various quality control tests are indicated in the
respective Section of these Specifications or for certain tests within this
Section. Where no specific testing procedure is mentioned, the tests shall be
carried out as per the prevalent accepted engineering practice to the directions
of the Engineer-in-Charge.
6. Rectification of Surface Irregularity

Where the surface irregularity of the wet mix macadam course exceeds the
permissible tolerances or where the course is otherwise defective due to sub
grade soil getting mixed with the aggregates, the full thickness of the layer shall
be scarified over the affected area, reshaped with added premixed material or
removed and replaced with fresh premixed material as applicable and re-
compacted in accordance with Clause 3 above. The area treated in the aforesaid

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-46


 
 
   

 
381
manner shall not be less than 5m long and 2m wide. In no case, the depressions
shall be filled up with unmixed an un-graded material or fines.

7. Measurements for Payment

Wet mix macadam shall be measured as finished work in position in cubic


meters by level computation method. This shall be determined from the top
levels of the under layer and final levels of the consolidated layer as mentioned
below: -

Before laying wet mix macadam, the top levels of under layer shall be taken
jointly by the Engineer-in-Charge or his representative and the contractor at 3
meter intervals both ways or closer as directed by the Engineer-in-Charge.
These levels shall be recorded on the plan as well as in the level book and the
record shall be signed by the contractor. The levels of the consolidated wet mix
macadam shall again be taken and plotted on the plan and recorded in the
levels. The volume of mix laid consolidated and finished, shall then be the
product of the measured surface area and the average thickness laid.

The protection of edges of wet mix macadam extended over the full formation
as shown in the drawing shall be considered incidental to the work of providing
wet mix macadam and as such no extra payment shall be made for the same.

8. Rates

Unit rate of the item shall include the cost of Labour, materials and
equipment’s, mix design, mixing, transportation, placing, compacting, finishing
and other quality control operations, field & lab tests, all royalties, fees, storage,
rents, all leads and lifts.

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-47


 
 
   

 
382
Item no. 6: Providing and laying dry lean cement concrete with coarse and
fine aggregate conforming to IS:383, the size of coarse aggregate not
exceeding 26.5 mm, aggregate cement ratio not exceed 15:1, aggregate
gradation after blending to be as per specification, cement content not to
be less than 150 kg/cum, optimum moisture content to be determined
during trial length construction, concrete strength not to be less than 10
MPa at 7 days, mixed in a batching plant as per mix design, transported to
site, laid with a paver with electronic sensor, compacting with 8‐10 tonne
vibratory roller, finishing and curing etc. complete as per specification and
direction of the Engineer‐in‐Charge.

1. Scope
1.1 The work shall consist of construction of (zero slump) dry lean concrete
sub-base for cement concrete pavement in accordance with the requirements
of these specifications and shall conform to the lines, grades and cross-sections
shown on the drawings or as directed by the Engineer-in-Charge. The work
shall include furnishing of all plant and equipment, materials and labour and
performing all operations, in connection with work, as approved by the
Engineer-in-Charge.

1.2 The design parameters of dry lean concrete sub-base, i.e. width, thickness,
grade of concrete, details of joints, if any, etc. shall be as stipulated in the
drawings or as directed by Engineer-in-Charge.

2. Materials
2.1 Source of Materials: The contractor shall indicate to the Engineer-in-
Charge the source of all materials with relevant test data to be used in the dry
lean concrete work sufficiently in advance and the approval of the Engineer-in-
Charge for the same shall be obtained before start of the work. If the contractor
later proposes to obtain the materials from a different source during execution
of work, he shall notify the Engineer-in-Charge for his approval before such
materials are to be used.

2.1.1 Cement: Any of the following types of cement may be used with the
prior approval of Engineer-in-Charge.

Sl. No. Type Conforming to


i) Ordinary Portland Cement IS: 8112
ii) Portland Slag Cement IS: 455
iii) Portland Pozzolana Cement IS: 1489-Part-I

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-48


 
 
   

 
383
If the sub-grade is found to consist of soluble sulphates in a concentration more
than 0.5 percent, the cement used shall be sulphate resistant and shall conform
to IS: 6909.

2.2 Supply of Cement shall be obtained either in bulk form or as per clause
3.1.2.5 of CPWD specifications Vol-I, 2009. Cement shall be subjected to
acceptance tests prior to its use. Nothing extra shall be paid on this account.

2.3 Aggregates
2.3.1Aggregates for lean concrete shall be natural material complying with IS:
383. The aggregates shall not be alkali reactive. The limits of deleterious
materials shall not exceed the requirements set out in table 1 of IS: 383. In case
the aggregates are not free from dirt, the same may be washed and drained for
at least 72 hours before batching, as directed by the Engineer-in-Charge.

2.3.2 Coarse aggregate: Coarse aggregates shall consist of clean, hard, strong,
dense, non-porous and durable pieces of crushed stone or crushed gravel and
shall be devoid of pieces of disintegrated stone, soft, flaky, elongated, very
angular or splintery pieces. The maximum size of coarse aggregate shall not
exceed 26.5mm for lean concrete. No aggregate which has water absorption
more than 2 percent shall be used in the concrete mix. The aggregate shall be
tested for soundness in accordance with IS: 2386 (Part-5). After 5 cycles of
testing, the loss shall not be more than 12 percent if sodium sulphate solution
is used or 18 percent if magnesium sulphate solution is used. The Loss Angeles
Abrasion value shall not exceed 35. The combined flakiness and elongation
index of aggregate shall not be more than 35 percent.

2.3.3 Fine aggregate: The fine aggregates shall consist of clean natural
sand or crushed stone sand or a combination of the two and shall conform to
IS: 383. Fine aggregate shall be free from soft particles, clay, shale, loam,
cemented particles, mica and organic and other foreign matter. The fine
aggregates shall have a sand equivalent value of not less than 50 when tested
in accordance with the requirement of IS: 2720 (Part 37).
2.3.4The material after blending shall conform to the grading as indicated in
Table 1.
Table 1: Aggregate gradation for Dry Lean Concrete
Percentage passing
Sieve Designation
the sieve by weight
26.50mm 100
19.00mm 75-95
9.5mm 50-70
4.75mm 30-55
2.36mm 17-42
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-49
 
 
   

 
384
600micron 8-22
300micron 7-17
150micron 2-12
75micron 0-10

2.4 Water: Water used for mixing and curing of concrete shall be clean and
free from injurious amounts of oil, salt, acid, vegetable matter or other
substances harmful to the finished concrete. It shall meet the requirements
stipulated in IS: 456.

2.5 Storage of materials
2.5.1 Cement:
The Contractor shall provide adequate storage facilities to prevent
deterioration of cement during storage due to climate and other causes.
Wherever bulk storage containers are used, their capacity should be sufficient
to cater to the requirement at site. The containers shall be cleaned at least once
every 3 months. Cement remaining in stores for more than one and half month
from the date of manufacture must be retested before use and to be rejected, if
it fails to conform to any of the requirements of the specifications.

2.5.2 Aggregates:
a) Stock piles shall be made immediately on receipt of aggregates at site of
work. Aggregates shall be stacked separately according to the nominal sizes of
coarse aggregates. For fine aggregates, separate stacks shall be made.

b) Aggregates shall be stacked on a hard surface so as to exclude the


possibility of soil or grass being mixed up. When stacked in close proximity, the
stock piles shall be separated by bulk heads to prevent the different sizes of
aggregates from mixing together. Special care shall be taken to clean and wash
the last layer of aggregates in contact with ground surface before use.
c) Before batching, the aggregates shall have been stock piled for at least 24
hours to allow for draining of water, if any. The Contractor shall make adequate
provision for stock piling aggregates to the extent sufficient to meet the needs
of the work taking into account the availability of supplies and rates of delivery
etc. and nothing extra shall be paid for necessary double handling and
transport of materials from stock piles to mixing plant etc.

3. Proportioning of Materials for the Mix


3.1 The mix shall be proportioned with a maximum aggregate cement ratio of
15:1. The water content shall be adjusted to the optimum as per clause 3.2 for
facilitating compaction by rolling. The strength and density requirement of
concrete shall be determined in accordance with clause 6 and 7 by making trial
mixes.
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-50
 
 
   

 
385
3.2 Moisture Content: The right amount of water for the lean concrete in the
main work shall be decided so as to ensure full compaction under rolling and
shall be assessed at the time of rolling the trial area. Too much water will cause
the lean concrete to be heaving up before the wheels and to be picked up on
the wheels of the roller and too little will lead to inadequate compaction, a low
in-situ strength and an open-textured surface.

The optimum water content shall be determined and demonstrated by rolling


during trial area construction and the optimum moisture content and degree
of compaction shall be got approved from the Engineer-in-Charge. While laying
the main work, the lean concrete shall have a moisture content between the
optimum and optimum + 2 per cent, keeping in view the effectiveness of
compaction achieved and to compensate for evaporation losses.

3.3 Cement Content: The cement content in dry lean concrete shall be such
that the strength specified in clause 13.3.4 is achieved. For the purpose of
tendering, the cement content may be assumed as 150 Kg per cum of finished
DRLC.

If the actual quantity of cement required as per laboratory mix design varies
from the quantity assumed above, necessary cost adjustment for deviation in
the quantity of cement as per mix design, if any, shall be done as per the rate of
cement (excluding GST) in actual supply voucher from manufacturer
/authorized dealer at the time of execution. In the case of authorized
distributor the rate may be authenticated by the manufacturer. However,
under no circumstances the cement content shall fall below 150 Kg per cum.

3.4 Concrete Strength: The average compressive strength of each


consecutive group of 5 cubes made shall not be less than 10 MPa at 7 days. In
addition, the minimum compressive strength of any individual cube shall not
be less than 7.5 MPa at 7 days. The design mix complying with the above
clauses shall be got approved from the Engineer-in-Charge and demonstrated
in the trial length construction.

4. Construction
4.1 General
The pace and programme of the dry lean concrete sub-base construction shall
be matching suitably with the programme of construction of the cement
concrete pavement over it. The dry lean concrete sub-base shall be overlaid
with concrete pavement only after 7 days after sub-base construction.

4.2 Batching and Mixing


SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-51
 
 
   

 
386
4.2.1A system approach should be adopted for construction of pavement, and
the method statement for carrying out the work, detailing all the activities
including indication of time cycle, equipment, personnel etc. shall be got
approved from the Engineer-in-Charge before the commencement of work. The
above shall include the type, capacity and make of batching and mixing plant
beside the hauling arrangement and paving equipment. The capacity of paving
equipment, batching plant as well as all the ancillary equipment shall be
adequate for a paving requirement for day’s work.

4.2.2Batching and mixing of the concrete shall be done at a central batching


and mixing plant of capacity not less than 30 Cum/hr with automatic controls,
located at suitable place which takes into account sufficient space for stock
piling of cement, aggregate and stationary water tanks. This shall be however,
situated at an approved distance, duly considering the properties of the mix
and transport arrangements available with the contractor.

4.2.3Proportioning of a material shall be done in the batching plant by weight,


each type of material being weighed separately. The cement from the bulk
stock may be weighed separately from the aggregates and water shall be
measured by volume. Wherever properly graded aggregate of uniform quality
cannot be maintained as envisaged in the mix design the grading of aggregates
shall be controlled by appropriate blending techniques. The capacity of
batching and mixing plant shall be at-least 25% higher than the proposed
capacity for the laying/ paving equipment.

4.2.4The batching plant shall include preferably four bins, weighing hoppers,
and scales for the fine aggregate and for each size of coarse aggregate. If cement
is used in bulk (after opening bags on platform) a separate scale for cement
shall be included. The weighing hoppers shall be properly sealed and vented to
preclude dust during operation. Approved safety devices shall be provided and
maintained for the protection of all personnel engaged in plant operation,
inspection and testing. The batch plant shall be equipped with a suitable non
resettable batch counter which will correctly indicate the number of batches
proportioned.

4.2.5Bins preferably with four adequate separate compartments shall be


provided in the batching plant.

4.2.6Batching plant shall be equipped to proportion aggregates and bulk


cement by means of automatic weighing devices using load cells. The weighing
device shall have an accuracy within + 1% in respect of quantity of cement and
water and + 2% in respect of aggregates and accuracy shall be checked at least
once a month.
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-52
 
 
   

 
387
4.2.7Mixers shall be pan type, reversible type with single or twin shaft or any
other mixer capable of combing the aggregates, cement and water into a
thoroughly mixed and uniform mass within the specified mixing period and of
discharging the mix without segregation. Each stationary mixer shall be
equipped with an approved timing device which will automatically lock the
discharge lever when the drum has been charged and release it at the end of
the mixing period. The device shall be equipped with a bell or other suitable
warning device adjusted to give a clearly audible signal each time the lock is
released. In case of failure of the timing device the mixer may be used for the
balance of the day while it is being repaired provided that each batch is mixed
for 90 seconds or as per the manufacturer’s recommendation. The mixer shall
be equipped with a suitable non resettable batch counter which shall correctly
indicate the number of batches mixed.

4.2.8The mixer shall be cleaned at suitable intervals. The pickup and throw
over blades in the drum or drums shall be repaired or replaced when they are
worn down 20mm or more. The contractor shall have available at the job site
a copy of the manufacturers design, showing dimensions and arrangements of
blades in reference to original height and depth or provide permanent marks
on blade to show points of 20mm wear from new conditions. Drilled holes of
5mm diameter near each end and at mid-point of each blade are recommended.
Batching plant shall be calibrated for the each ingredients upto its maximum
quantity being used in the mix at site in the beginning and thereafter at suitable
interval not exceeding one month.

4.2.9 Air-conditioned centralized computer control cabin shall be provided


for automatic operation of the equipment.

4.2.10 The design feature of the batching plant should be such that it can be
shifted quickly.

4.3 Transporting
Plant mix lean concrete shall be discharged immediately from the mixer,
transported directly to the point where it is to be laid and protected from the
weather by covering with tarpaulin during transit. The concrete shall be
transported by tipping trucks, sufficient in number to ensure a continuous
supply of material to feed the laying equipment to work at a uniform speed and
in an uninterrupted manner. The lead of the batching plant to the paving site
shall be such that the travel time available from mixing to paving as specified
in Para 13.4.5.2 will be adhered to. Tipping truck shall not have old concrete
sticking to it. Each tipping truck shall be washed with water jet before next
loading as and when required after inspection.
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-53
 
 
   

 
388
4.4 Placing
Lean concrete shall be laid by a paver on the sub base layer or as specified. The
equipment shall be capable of laying the material in one layer in an even
manner without segregation, so that after compaction the total thickness is as
specified. The paving machine shall have high amplitude tamping bars to give
good initial sub-base the surface of the granular sub-base/drainage layer shall
be given a fine spray of water and rolled with a smooth wheeled roller.

The Dry Lean Concrete shall be laid in such a way that it is at least 750mm
wider on each side than the proposed width including paved shoulders of the
concrete pavement. The extra widening beyond 750 mm width on either side
shall be decided based on the specification of the paver, such that the crawler
moves on the Dry Lean Concrete and the cost of extra width beyond 750 mm
on either side, if any, shall be borne by the Contractor. For small works, the
laying of concrete with paver may be dispensed with. Where laying of PQC is
done by manual method, the extra 750 mm width Dry Lean Concrete on either
side for crawler movement is not required.

4.5 Compaction
4.5.1The compaction shall be carried out immediately after the material is laid
and levelled. In order to ensure thorough compaction, rolling shall be
continued on the full width till there is no further visible movement under the
roller and the surface is well closed. The minimum dry density obtained shall
be 98 per cent of that achieved during trial length construction in accordance
with clause 6. The densities achieved at the edges i.e. 0.5 m from the edge shall
not be less than 96 per cent of that achieved during trial construction.

4.5.2The spreading, compacting and finishing of the lean concrete shall be


carried out as rapidly as possible and the operation shall be so arranged as to
ensure that the time between mixing of the first batch of concrete in any
transverse section of the layer and the final finishing of the same shall not
exceed 90 minutes when the concrete temperature is between 25 and 30
degree Celsius and 120 minutes if less than 25 degree Celsius. The period may
be reviewed by Engineer-in-Charge in the light of the results of the trial run but
in no case shall it exceed 2 hours. Work shall not proceed when the
temperature of the concrete exceeds 30 degree Celsius. If necessary, chilled
water or addition of ice may be resorted to for bringing down the temperature.
It is desirable to stop concreting when the ambient temperature is above 35
degree Celsius. After compaction has been completed, roller shall not stand on
the compacted surface for the duration of the curing period except during
commencement of next day’s work near the location where work was
terminated the previous day.
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-54
 
 
   

 
389
4.5.3Double drum smooth-wheeled vibratory rollers of minimum 80 to 100 KN
static weight are suitable for rolling dry lean concrete. In case any other roller
is proposed, the same shall be got approved from Engineer-in-Charge, after
demonstrating its performance. The number of passes required to obtain
maximum compaction depends on the thickness of the dry lean concrete, the
compatibility of the mix, and the weight and type of the roller and the same as
well as the total requirement of rollers for the job shall be determined during
trial run by measuring the in-situ density and the scale of the work to be
undertaken.

4.5.4A preliminary pass without vibration to bed the Dry Lean Concrete down
shall be given followed by the required number of passes to achieve the desired
density and, a final pass without vibration to remove roller with vibration
marks and to smoothen the surface.

Special care and attention shall be exercised during compaction near joints,
kerbs, channels, side forms and around gullies and manholes. In case adequate
compaction is not achieved by the roller at these points, use of plate vibrator
shall be made, if so directed by the Engineer-in-Charge.

4.5.5 The final lean concrete surface on completion of compaction shall be well
closed, free from movement under roller and free from ridges, low spots cracks,
loose material, pot holes, ruts or other defects. The final surface shall be
inspected immediately on completion and all loose, segregated or defective
areas shall be corrected by using fresh lean concrete material laid and
compacted. For repairing honeycombed/hungry surface, concrete with
aggregate of size 10 mm and below shall be spread and compacted as per
specification. It is necessary to check the level of the rolled surface for
compliance. Any level/thickness deficiency shall be corrected after applying
concrete with aggregate of size 10 mm and below after roughening the surface.
Strength test shall be carried out, and if deficiency in strength is noticed, at least
three (evenly spread) cores of minimum 100 mm dia. per 5000 sqm shall be
cut to check deficiency in strength. The holes resulting from cores shall be
restored by filling with concrete of the specified strength and compacted by
adequate rodding.

4.5.6Segregation of concrete in the tipping truck shall be controlled by moving


the dumper back and forth while discharging the mix into the same or by any
appropriate means. Paving operation shall be such that the mix does not
segregate.

4.6 Joints
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-55
 
 
   

 
390
Construction and longitudinal joints shall be provided as per the drawings.
Transverse butt type joint shall be provided at the end of the construction in a
day. Longitudinal construction joint shall be provided only when full width
paving is not possible. Transverse joints in Dry Lean concrete shall be
staggered from the construction butt type joint in concrete pavement by 800-
1000 mm.

Longitudinal joint in Dry Lean Concrete shall be staggered by 300-400 mm


from the longitudinal joint of concrete pavement.

At longitudinal or transverse construction joints, unless vertical forms are


used, the edge of compacted material shall be cut back to a vertical plane where
the correct thickness of the properly compacted material has been obtained.

4.7 Curing
After two to three hours i.e. when concrete has started setting/ hardening, the
exposed surfaces shall be kept damp with moist gunny bags, sand or any other
material approved by the Engineer-in-Charge or by sprinkling water. 24 hours
after compaction, the exposed surface shall be kept continuously in damp or
wet condition by ponding or by covering with a layer of sacking, canvas,
hessian or similar materials and kept constantly wet for at least 7 days from
the date of laying where Ordinary Portland Cement is used and this period of
curing shall be 10 days from the date of laying when Portland Pozzolana
Cement/ Portland slag cement is used.

5. Trial Mixes

The contractor shall make trial mixes of dry lean concrete with moisture
contents like 5.0, 5.5, 6.0, 6.5 and 7.0 per cent using specified cement content
and the specified aggregate grading but without violating the requirement of
aggregate-cement ratio specified in clause 13.3.1. Optimum moisture and
density shall be established by preparing cubes with varying moisture
contents. Compaction of the mix shall be done in three layers with vibratory
hammer fitted with a square or rectangular foot (as in appendix 'A'). After
establishing the optimum moisture, a set of six cubes shall be cast at that
optimum moisture for the determination of compressive strength on third and
the seventh day. Trial mixes shall be repeated if the strength is not satisfactory
either by increasing cement content. After the mix design is approved, the
Contractor shall construct a trial section in accordance with clause13.6.

If during the construction of trial area/patch, the optimum moisture content


SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-56
 
 
   

 
391
determined as above is found to be unsatisfactory, the contractor may make
suitable changes in the moisture content to achieve the satisfactory mix. The
cube specimens prepared with the change mix content should satisfy the
strength requirement. Before production of the mix, natural moisture content
of the aggregate should be determined on a day-to-day basis so that the
moisture content could be adjusted. The mix finally designed should neither
stick to the rollers nor become too dry resulting in ravelling of surface.

6. Trial Length
After finalizing the mix design, trial length/area as decided by the Engineer-in-
Charge shall be prepared.

After the construction of the trial length, the in-situ density of the freshly laid
material shall be determined by sand replacement method. Three density holes
shall be made at locations equally spaced along a diagonal that bisects the trial
length average of these densities shall be determined. These main density holes
shall not be made in the strip 500 mm from the edges. The average density
obtained from the three samples collected shall be the reference density and is
considered as 100 per cent. The field density of regular work will be compared
with this reference density in accordance with clauses 4.5.1 and A.2 of
Appendix ‘A’.

The hardened concrete shall be cut over 3m width and reversed to inspect the
bottom surface for any segregation taking place. The trial length shall be
constructed after making necessary changes in the gradation of the mix to
eliminate segregation of the mix. The lower surface shall not have honey
combing and the aggregates shall not be held loosely at the edges.

The main work shall not start until the trial length has been approved by the
Engineer-in-Charge. After approval has been given, the materials, mix
proportions, moisture content, mixing, laying, compaction plant and
construction procedures shall not be changed without the approval of the
Engineer-in-Charge.

7. Tolerance for Surface Regularity, Level, Thickness, Density and
Strength

7.1 Surface Regularity: The maximum allowable difference between
pavement surface and underside of a 3 m straightedge when placed parallel
with or at right angles to the centre line of pavement at points decided by the
Engineer–in-Charge shall not be more exceed 10 mm for dry lean concrete.

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-57


 
 
   

 
392
7.2 Surface level: The tolerance in surface level for dry lean concrete shall
not vary ±6 mm with reference to the longitudinal and cross-profile of the
pavement shown on the drawing or as directed by Engineer-in-Charge.

7.3 Thickness, density and strength shall be as per Appendix ‘A’.

7.4 Quality control test on the materials and the work and minimum
frequencies shall be as under:
Sl. Test Test Method Minimum
No. desirable
frequency
1 Quality of cement IS:269/455/1489 As required
2 Los Angeles IS:2386(Part IV) One test per 200m3
Abrasion Value/
Aggregate Impact
value
3 Aggregate gradation IS: 2386(Part I) One test per 100m3
4 Aggregate moisture IS: 2386(Part III) As required
content/ Water
absorption
5 Wet analysis of mix IS:1119 As required
6 Control of grade, - Regularly
camber thickness
and surface finish
7 Cube strength of IS:516 One test per 1000
material mixed at Sqm or part thereof
site (3 samples)

7.5 Rectification:

The defective length of the Dry Lean Concrete course shall be removed to full
depth and replaced with material conforming to the specification. Before
relaying the course, the disturbed subgrade or layer below shall be corrected
by levelling, watering and compacting.

8. Traffic
No heavy vehicles shall be permitted on the lean concrete sub-base after its
construction. Light vehicles if unavoidable may, however, be allowed after 7
days of its construction with prior approval of the Engineer-in-Charge.

9. Measurement for Payment


The unit of measurement for dry lean concrete pavement shall be cubic meter

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-58


 
 
   

 
393
of concrete placed. This shall be determined from the top levels of the under
layer and the final levels of the consolidated dry lean concrete as mentioned
below:-

Before laying dry lean concrete, the top levels of under layer shall be taken
jointly by the Engineer-in-Charge or his representative and the contractor at 3
meters intervals both ways or closer as directed by the Engineer-in-Charge.
These levels shall be recorded on the plan as well as in the level book and the
record shall be signed by the contractor. The levels of the consolidated dry lean
concrete shall again be taken and plotted on the plan and recorded in the level
book, to determine the average thickness laid, on the basis of these levels. The
volume of mix laid consolidated and finished, shall then be the product of the
measured surface area and the average thickness laid.

10. Rate
The contract unit rate payable for dry lean concrete sub-base shall be for
carrying out the required operations including all labour, materials and
equipment, mixing, transport, placing, compacting, finishing, curing,
rectification of defective surfaces, testing as per Specifications, all royalties,
fees, storage and rents where necessary and all leads and lifts.























SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-59
 
 
   

 
394
Appendix ‘A’
Dry Lean Concrete

A.1 Sampling and Testing of Cubes

Samples of dry lean concrete for making cubes shall be taken from the un-
compacted material from different locations immediately before compaction at
the rate of 3 samples for each 1000 Sqm or part thereof laid each day. The
sampling of mix shall be done from the paving site.

Test cubes of 150mm size shall be made immediately from each mix sample.

Cubes shall be made in accordance with the methods described in IS:516 except
that the cubes shall be compacted by means of a vibratory hammer with the
moulds placed on a level and rigid base. The vibrating hammer shall be electric
or pneumatic type fitted with a square or rectangular foot having an area of
between 7500 to 14000 Sqmm. The compaction shall be uniformly applied for
60 + 5 seconds with a downward force of between 300 N and 400 N on to each
of the three layers of the lean concrete material placed into the mould. The
surface of each compacted layer shall be scarified before the next layer is added
to give key for the next layer. The final layer shall be finished flush with the top
of the cube mould. The dry lean concrete shall be cured in accordance with
IS:516.

A.2 In‐Situ Density


The dry density of the laid material shall be determined from three density
holes at locations equally spaced along a diagonal that bisects each 2000 sqm
or part thereof laid each day and shall comply with the requirements as per
Clause 13.4.5.1. This rate of testing may be increased at the discretion of the
Engineer in case of doubt or to determine the extent of defective area in the
even of non-compliance. Density holes at random may be made to check the
density at edges.

A.3 Thickness
The average thickness of the subbase layer as computed by the level data of
sub-base and subgrade or lower sub-base shall be as per the thickness specified
in the contract drawings. The thickness at any single location shall not be 8mm
less than the specified thickness. Such areas shall be corrected as stated in
Clause 13.4.5.5. Areas which cannot be repaired should be replaced over full
width. The extent of deficient area should be decided based on cores.

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-60


 
 
   

 
395
Item No. 7: Providing and laying Pavement Quality Concrete (PQC)
produced in a batching and mixing plant having a Characteristic flexural
strength i.e. flexural strength of 4.1 MPa at 28 days using Ordinary Portland
cement of 43/53 grade or Portland Pozzolana Cement or Portland Slag
cement conforming as per relevant IS codes, to be mixed at site, with 0.5%
Super plasticizer by mass of cementitious material, fine aggregate, graded
stone aggregates of 40 mm nominal size in appropriate proportion as per
specification and job mix formula, laid in panels as per drawings/design as
approved by the Engineer‐In‐Charge using Slip Form Paver or Fixed form
paver including anti friction layer, joint filler board, making necessary
provision for expansion, dummy and construction joint including filling
with Polysulphide sealant of approved make, curing and making profile,
complete as per direction of Engineer‐in‐Charge and specifications. The
item for execution shall include all operations making pavement for
intended use but not limited to following:
(i) Polyethylene sheet (White in color) of thickness 400 micron
conforming to IS: 2508 with 6mm thick fine sand layer.
(ii) Providing and laying in position for expansion joint, 25mm thick pre‐
cut Synthetic joint filler board of approved make conforming to
IS:1838 (part 3)‐2011, 45 mm from top (to be removed at the time of
filling of Polysulphide sealant).
(iii) Mechanically cutting dummy joints 3mm wide x 1/3rd thickness of
slab which is subsequently widened to 10mm for the top 25mm
depth and construction joints 10mm wide x 25mm deep as per
specification.
(iv) Providing and laying in position Polysulphide sealant of approved
make conforming to BS‐5212‐1990 or IS: 11433‐1995 in expansion/
construction/ dummy joints including rounding off edges, applying
2 coats of approved primer compatible with the brand of
Polysulphide and preparing the surface and applying masking tape
along the edge of joint to prevent accidental spillage of sealant on top
surface and to give neat finish to the sealant and removing the
masking tape after application of sealant etc. as per the details
below:
(a) Expansion Joints of size 25 mm wide and 10 mm deep over
30mm dia expanded closed‐cell Polyethylene foam back‐
up/backer rod of minimum density 22 Kg/Cum, as per
manufacturer’s specifications and sketch at Appendix‐‘A’.
(b) Construction Joints of size 10 mm wide and 10 mm deep over
12mm dia expanded closed‐cell Polyethylene foam back‐
up/backer rod of minimum density 22 Kg/Cum, as per
manufacturer’s specifications and sketch at Appendix‐‘A’.

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-61


 
 
   

 
396
(c) Dummy Joints of size 10 mm wide and 10 mm deep over 12 mm
dia expanded closed‐cell Polyethylene foam back‐up/backer
rod of minimum density 22 Kg/Cum, as per manufacturer’s
specifications and sketch at Appendix‐‘A’.

(v) Making profile as per DGCA CAR, panel drawing showing dummy,
construction, expansion joints location
Note:
(i) Areas inaccessible to paving equipment shall be constructed by
manual/hand guided method. Areas in which manual/hand guided
methods of construction become indispensable shall be got
approved by the Engineer‐in‐Charge in writing in advance.
(ii) The quantity of cement, type of cement and super plasticizer for one
Cum. of finished concrete specified are for tendering purpose only.
The contractor shall quote his rates assuming quantity of OPC
cement as 360 Kg/Cum or 400 Kg of Portland Pozzolana Cement/
Portland Slag cement. In addition, if the actual quantity of cement &
super plasticizer required as per laboratory mix design varies from
the quantity assumed above, necessary cost adjustment for deviation
in the quantity of cement and super plasticizer as per mix design, if
any, shall be done as per the rate of cement and super plasticizer in
actual supply voucher from manufacturer/authorized dealer at the
time of execution. In the case of authorized distributor, the rate may
be authenticated by the manufacturer. The rate of cement and super
plasticizer exclusive of GST shall only be considered for payment.

1.0 MATERIALS

1.1 CEMENT
a) Ordinary Portland Cement 43 Grade conforming to IS: 269-2015.
b) Ordinary Portland cement 53 grade conforming to IS: 269-2015.
Following extra precautions shall be taken:
(i) Proper mix design may be done to account for
shrinkage/micro cracking due to higher heat of hydration.
(ii) The temperature of aggregate, water and cement should be
maintained at the lowest practical levels, so that
temperature of concrete is below 300 C at the time of
placement.
(iii) Aggressive curing of concrete to avoid cracking shall be done
keeping surface continuously wet by providing wet hessian
cloth etc, before continuous curing i.e. after 24 hours of
laying.

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-62


 
 
   

 
397
(iv) Use of 53 grades OPC shall be avoided in case of hot weather
concreting.
c) Factory Produced Portland Pozzolana Cement (Flyash based)
conforming to IS: 1489 (Part-I)-2015.
d) Portland Slag Cement conforming to IS:455-2015.
e) Sulphate Resisting Portland cement conforming to IS: 12330 (If
soluble salt like sulphate in subgrade is more than 0.5%)

Note:
i) High alumina cement is not permitted to be used.
ii) Agency should submit copies of purchase voucher to the Engineer-in-
Charge and original to be produced for verification

1.1.1 Supply of Cement shall be obtained either in bulk form or as per clause
3.1.2.5 of CPWD specifications Vol-I, 2019. Tests on cement shall be done
as per clause 16.1 under quality control and nothing extra shall be paid on
this account.

1.1.2 SUPER PLASTICIZER


Super Plasticizer conforming to IS: 9103 may be used to improve the
workability of concrete.

1.2 WATER

Water for mixing and curing concrete will ordinarily be obtained from a source
which is used for drinking. Where water from such a source is not available, the
contractor shall ensure that it is clean and free from injurious quantities of acid,
alkalies, salts, alcohol, silt, oil, organic matter etc. and conforms to IS: 456 (latest
revision). In order to ensure that the water does not contain impurities in
injurious proportions, the contractor shall get the water tested in one of the
approved testing laboratories at his own expense. Nothing extra shall be paid on
this account. In such cases, the provisions laid down in clause 5.4 of IS: 456
(latest revision) shall be binding. Test on water should be repeated whenever
there is change in the source.

1.3 COARSE AGGREGATES



These shall be natural materials conforming to IS: 383(latest revision) but with
Los Angeles Abrasion value not more than 30 per cent. These shall be crushed or
broken from hard stones obtained from approved quarry. These shall be clean,
strong, durable of fairly cubical shape and free from soft, friable, thin elongated
and laminated/ disintegrated pieces. These shall also be free from dirt, organic,
deleterious and any other foreign matter and adherent coatings and shall satisfy
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-63
 
 
   

 
398
the physical requirement laid down in clause 16.1 under quality control. Nothing
extra shall be paid for testing of material. Manufactured aggregate shall also be
allowed subject to meeting the requirement of IS 383.

1.3.1 Some aggregates may contain ferrous sulfides and iron oxides which can
cause stains on exposed concrete surfaces. In areas where staining has
been a problem or is suspected, the Engineer should verify that producers
and aggregate suppliers have taken steps to prevent the inclusion of any
ferrous sulfides or iron oxides in aggregate to be used in the project.

If there is a concern that these may exist, an indicator to identify staining


particles is to immerse the aggregate in a lime slurry. If staining particles
are present, a blue-green gelatinous precipitate will form within 5 to 10
minutes, rapidly changing to a brown color on exposure to air and light.
The reaction should be complete in 30 minutes. If no brown gelatinous
precipitate forms, there is little chance of reaction in concrete.

1.4 FINE AGGREGATE

The fine aggregate shall be coarse sand consisting of clean natural sand or
crushed stone sand or a combination of the two and shall conform to IS:
383 and clause 3.3.4 of IRC 15-2017 and shall satisfy the physical
requirement laid down in clause 16.1 under quality control. Nothing extra
shall be paid for testing of material. Fine aggregate shall be free from soft
particles, clay, shale, loam, cemented particles, mica, organic and other
foreign matter. Manufactured fine aggregate shall also be allowed subject
to meeting the requirement of IS 383.

1.5 COMBINED GRADING OF AGGREGATES


The grading of all aggregates (coarse and fine aggregates) to be used on
specific job shall be determined in the material testing laboratory
(approved by AAI/Govt. Institutions i.e., IITs, NITs, Govt. Engg. Colleges)
or in-house by Department of Structure as directed by the Engineer-In-
Charge. The coarse and fine aggregates shall be mixed in suitable
proportions so that the grading of the mixed aggregates shall be in the
range indicated in the table below:

I.S. Sieve Size %age passing by weight

45 mm 100

22.4 mm 55-60

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-64


 
 
   

 
399
11.2 mm 45-50

5.6 mm 35-40

2.8 mm 30-35

1.4 mm 20-25

710 micron 15-20

355 micron 8 -14

180 micron 0-5

If the combined aggregate grading calculated thereof does not meet the
specified grading requirements, appropriate adjustment shall be made in
the proportions of different aggregate fractions. Any deviation to the
overall grading shall be made only with the specific approval of Engineer-
In-Charge and nothing extra shall be paid for such adjustment. Design of
mix shall be redone if there is a change in the source of coarse or fine
aggregates or type of cement as per Para 1.1. Nothing extra shall be paid
for such testing and designing.

1.6 ANTI‐FRICTION LAYER


1.6.1 Anti-friction layer shall be provided between the concrete slab and the
DRLC surface. Before placing the anti-friction layer, the sub-base shall be
swept clean of all the extraneous materials and a layer of 6mm fine sand
shall be laid. On sand layer, polyethylene sheet (white in colour) of
thickness 400 micron conforming to IS: 2508, with overlaps of not less
than 300mm longitudinally and 300mm transversely shall be laid. Any
damaged sheeting shall be replaced at the contractor’s expenses. The anti-
friction layer shall be nailed to the lower layer with concrete nails.

1.6.2 COMPOSITION

1.6.2.1 Natural Compound

1.6.2.1.1 The compound used for manufacturing natural film shall consist
only of polyethylene resins complying with 1.7.2.1.2. Any additives, such
as antioxidants, to impart additional qualities to the films, such as slip,
may be added in quantity to the resins, as agreed to between the supplier
and the purchaser.

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-65


 
 
   

 
400
1.6.2.1.2 The polymers for the natural film shall have a melt flow index
between 0.10 to 15.0 g/10 min. The density for the compound from which
the film is made shall be between 0.913 to 0.923 g/ml at 27°C (0.915 to
0.925 g/ml at 23°C).

1.6.3 Appearance - The film shall be uniform in colour, texture and finish. The
material shall be substantially free from pin-holes and undispersed raw
materials, streaks and particles of foreign matter. There shall be no other
visible defects, such as holes, tears or blisters. The edges shall be free from
nicks and cuts visible to unaided eye. The natural films shall be free from
pin-holes.

1.6.4 Odour - The film shall be free from any objectionable odour.

1.6.5 Density - The density of the film, when determined in accordance with A-
l of IS 2508 or Method 5 of IS: 8543 (Part l/Set 2)-1979 shall be as
prescribed in 1.7.2.1.2. However, in case of dispute, the latter shall be the
preferred method.

1.66 Melt Flow Index - The melt flow index of the film when determined in
accordance with 7 of IS: 2530-19637 shall be as prescribed in 1.7.2.1.2.

1.6.7 Tensile Strength at Break - The tensile strength at break when tested as
prescribed in A-4 of IS 2508 for all thicknesses of polyethylene film shall
be not less than 11.77 MN/m2 ( 120 kgf/ cm2 ) in lengthwise direction
and 8.33 MN/m2 ( 25 kgf /cm2 ) in crosswise direction

2.0 HANDLING AND STORAGE OF MATERIALS


2.1 CEMENT
The Contractor shall provide adequate storage facilities to prevent
deterioration of cement during storage due to climate and other causes.
Wherever bulk storage containers are used, their capacity should be
sufficient to cater to the requirement at site. The containers shall be
cleaned at least once every 3 months. Cement remaining in stores for more
than one and half month from the date of manufacture must be retested
before use and to be rejected, if it fails to conform to any of the
requirements of the specifications.

2.2 AGGREGATES
a) Stock piles shall be made immediately on receipt of aggregates at
site of work. Aggregates shall be stacked separately according to
the nominal sizes of coarse aggregates. For fine aggregates,
separate stacks shall be made.
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-66
 
 
   

 
401
b) Aggregates shall be stacked on a hard surface so as to exclude the
possibility of soil or grass being mixed up. When stacked in close
proximity, the stock piles shall be separated by bulk heads to
prevent the different sizes of aggregates from mixing together.
Special care shall be taken to clean and wash the last layer of
aggregates in contact with ground surface before use.

c) Before batching, the aggregates shall have been stock piled for at
least 24 hours to allow for draining of water, if any. The Contractor
shall make adequate provision for stock piling aggregates to the
extent sufficient to meet the needs of the work taking into account
the availability of supplies and rates of delivery etc. and nothing
extra shall be paid for necessary double handling and transport of
materials from stock piles to mixing plant etc.

d) Grading of coarse and fine aggregate shall be checked as per clause


16.1 under quality control to ensure that the suppliers are
maintaining the uniform grading as approved for samples used in
the mix design.

3.0 MIX DESIGN


3.1 The concrete mix shall be got designed by the Contractor in the material
testing laboratory (approved by AAI/Govt. institutions i.e., IITs, NITs,
Govt. Engg. Colleges) or in-house by Department of Structure as directed
by the Engineer-In-Charge so as to obtain the target average flexural
strength. The margin over characteristic strength is as below:
Characteristic flexural strength (beam) at 28 days, (fcr) = 4.1 MPa
Normal variate for the desired confidence level, (Z) = 1.65
Assumed value of Standard Deviation, (s) = 0.4 MPa
Target average flexural strength at 28 days, f’cr = fcr + 1.65 x s
f’cr = 4.1 + 1.65 x 0.4 = 4.76 MPa
Say, 4.8 MPa
Water cement ratio by weight = 0.45 (Maximum)
Slump = 25 ± 15 mm for slip/fixed form paver
= 40 ± 10 mm for manual method

Any change in the source of materials or mix proportions including change


of brand of cement proposed by the Contractor during the course of work
shall be assessed by making laboratory trial mixes and same shall be
incorporated in work with written approval of concerned Engineer-In-
Charge.

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-67


 
 
   

 
402
In case services of Department of Structure, AAI is utilized for mix design
and other testing if any, contractor shall be charged extra as per prevalent
charges and same shall be deducted from contractor bills. Contractor
quoted rates shall be deemed to be inclusive of same and nothing extra
shall be payable.

3.2 The quantity of cement, type of cement and super plasticizer for one Cum.
Of finished concrete specified in the item are for tendering purpose only.
Necessary cost adjustment shall be done as per formula laid down below:

3.2.1 OPC 43/53 grade of Cement: If the actual quantity of OPC 43/53
grade of Cement required as per laboratory mix design varies from
360 Kg/Cum, necessary cost adjustment for deviation in the
quantity of OPC 43/53 grade of Cement shall be done as per the rate
of OPC 43/53 grade of Cement in actual supply voucher from
manufacturer/authorized dealer at the time of execution. In the
case of authorized dealer, the rate may be authenticated by the
manufacturer. The rate of OPC 43/53 grade of Cement exclusive of
GST shall only be considered for payment. In no case quantity of
OPC 43/53 grade of cement shall fall below 330 Kg/Cum. Extra
payable/deductible rate shall be calculated in following manner:

Cost of OPC 43/53 grade of Cement above/below 360Kg/Cum : ‘X’


Add 1% Water Charges on ‘X’
Add 15% CP & OH on total adding 1% water charges
Add 1% labour Cess on total after adding 15% CP & OH : Say ‘A’

3.2.2 Portland Pozzolana Cement or Portland Slag cement:


If the actual quantity of Portland Pozzolana Cement or Portland Slag
cement required as per laboratory mix design varies from 400
Kg/Cum, necessary cost adjustment for deviation in the quantity of
Portland Pozzolana Cement or Portland Slag cement shall be done
as per the rate of Portland Pozzolana Cement or Portland Slag
cement in actual supply voucher from manufacturer/authorized
dealer at the time of execution. In the case of authorized dealer the
rate may be authenticated by the manufacturer. The rate of
Portland Pozzolana Cement or Portland Slag cement exclusive of
GST shall only be considered for payment. In no case quantity of
Portland Pozzolana Cement or Portland Slag cement shall fall below
330 Kg/Cum. Extra payable/deductible rate shall be calculated in
following manner:
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-68
 
 
   

 
403
Cost of Portland Pozzolana Cement or Portland Slag cement
above/below 400Kg/Cum : ‘X’
Add 1% Water Charges on ‘X’
Add 15% CP & OH on total adding 1% water charges
Add 1% labour Cess on total after adding 15% CP & OH : Say ‘A’

3.2.3 SUPER PLASTICIZER


If the actual percentage of Super plasticizer by mass of
cementitious material varies from 0.5%, Extra payable/ deductible
rate shall be calculated in following manner:
Extra/ less cost of super plasticizers over or below 0.5% of
cementitious material: ‘X’
Add 1% Water Charges on ‘X’
Add 15% CP & OH on total adding 1% water charges
Add 1% labour Cess on total after adding 15% CP & OH : Say ‘A’

The rate of super plasticizers shall be as per actual supply voucher


from manufacturer/authorized dealer at the time of execution. In
the case of authorized dealer the rate may be authenticated by the
manufacturer. The rate of super plasticizer exclusive of GST shall
only be considered for payment.

3.3 At the time of tendering, the Contractor, after taking into account the type
of aggregates, plant and method of laying he intends to use, shall allow in
his tender for aggregate/cement and water cement ratios which he
considers will achieve the specified strength. These ratios shall, however,
not exceed the ratios stipulated in para 3.1 and shall produce a
workability, which shall enable concrete to be properly compacted to its
full depth and finished to the surface tolerance specified.

3.4 No concrete shall be laid nor any payment made thereof unless the
concrete mix design is submitted by the Contractor and is approved by the
concerned Engineer-In-Charge and communicated in writing. This mix
design shall be provisional and subject to obtaining satisfactory results
with trial mixes. Final approval shall be issued only after getting the
satisfactory test report from trial mixes.

3.5 Laboratory charges for mix design, cost of materials, its cartage and other
incidental expenses shall be borne by the Contractor.

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-69


 
 
   

 
404
3.6 Guidelines for Cement Concrete Mix Design for Pavements can be followed
as per IRC: 44 -2017 and SP: 23-1982.

4.0 FIELD TRIAL MIXES



4.1 Preliminary trial mixes shall be made and tested. Trial mixes shall also be
made if a change is intended subsequently in the source of supply of
materials/quality of materials or in the proportions of the materials to be
used.

4.2 Samples of concrete shall be taken at the concrete batching plant and work
beams made, cured and tested in accordance with IS: 1199 and IS: 516, as
per clause 4.3 given below.

4.3 Representative samples of materials to be used shall be taken and trial mix
using the proposed proportions shall be made, two samples each on three
different days. Each sample shall consist of 6 beam specimens, three for
testing at 7 days and three at 28 days and a total of 36 beams shall be made
in three days. The workability of each of these six trial mixes shall be
determined. The test strength of the sample shall be the average strength
of 3 specimens but individual variation should not be more than +15%.
Otherwise, new trial mix corresponding to the initially approved sample
will have to be made. The proposed mix proportion shall not be accepted
if the average of 28 days beam strength of 6 trial mixes is not satisfying
the provisions as per para 16.4.1. The mix shall be suitably modified if the
strength do not meet the criteria as specified.

4.4 The mix design shall be got approved from concerned Engineer-In-Charge.
The design mix, thus approved shall be intimated to the Contractor by the
Engineer in-Charge with full data and clear understanding that the mix
proportion specified is provisional subject to the verification of level of
control at the site.

4.5 30 beams and 30 cubes shall be cast for deriving the relationship between
flexural strength and compressive strength i.e. K-value, by the Engineer-
In-Charge and the same shall be got approved from concerned General
Manager Engg (Project)/work. This K-value shall be used for calculation
of required core strength in clause 16.4.3.

4.6 During the progress of work, samples of concrete shall be taken at the
concrete batching plant and work beams made, cured and tested in

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-70


 
 
   

 
405
accordance with IS:1199 and IS: 516. Acceptance criteria for this shall be
as per para 16.4.1.

4.7 All samples for tests shall be taken in the presence of the Engineer-in-
charge and the contractor or their authorized representatives.

5.0 SLUMP TEST



5.1 Slump tests shall be carried out as per IS: 1199 (latest revision). A slump
test shall be carried out as per clause 16.1 under quality control or more
and frequently, if directed by the Engineer-in-Charge. Any batch from
which slump test is being made shall not be transferred to the place of
laying till the slump test has been completed and result approved. Not
only the batch which gives a slump in excess of that specified shall be
rejected but the concrete already laid immediately preceding the batch
tested up to the nearest last transverse joint may be rejected by the
Engineer-in- Charge or his representative, if he is satisfied that such
preceding batches were sub-standard in this respect. The decision of the
Engineer- in-Charge in this respect shall be final and binding on the
contractor. Such rejected concrete shall be removed by the Contractor
immediately and replaced with proper concrete at his own cost and
expense.

6.0 BATCHING AND MIXING OF CONCRETE



6.1 A system approach should be adopted for construction of pavement,
and the method statement for carrying out the work, detailing all the
activities including indication of time cycle, equipment, personnel etc.
shall be got approved from the Engineer-in-Charge before the
commencement of work. The above shall include the type, capacity and
make of batching and mixing plant beside the hauling arrangement and
paving equipment. The capacity of paving equipment, batching plant as
well as all the ancillary equipment shall be adequate for a paving
requirement for day’s work.

6.2 Batching and mixing of the concrete shall be done at a central batching
and mixing plant of adequate capacity as per work program with
automatic controls, located at suitable place which takes into account
sufficient space for stock piling of cement, aggregate and stationary water
tanks. This shall be however, situated at an approved distance, duly
considering the properties of the mix and transport arrangements
available with the contractor.

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-71


 
 
   

 
406
6.3 Proportioning of a material shall be done in the batching plant by weight,
each type of material being weighed separately. The cement from the bulk
stock may be weighed separately from the aggregates and water shall be
measured by volume. Wherever properly graded aggregate of uniform
quality cannot be maintained as envisaged in the mix design the grading
of aggregates shall be controlled by appropriate blending techniques. The
capacity of batching and mixing plant shall be at-least 25% higher than the
proposed capacity for the laying/ paving equipment.

6.4 The batching plant shall include preferably four bins, weighing hoppers,
and scales for the fine aggregate and for each size of coarse aggregate. If
cement is used in bulk (after opening bags on platform) a separate scale
for cement shall be included. The weighing hoppers shall be properly
sealed and vented to preclude dust during operation. Approved safety
devices shall be provided and maintained for the protection of all
personnel engaged in plant operation, inspection and testing. The batch
plant shall be equipped with a suitable non resettable batch counter which
will correctly indicate the number of batches proportioned.

6.5 Bins preferably with four adequate separate compartments shall be


provided in the batching plant.

6.6 Batching plant shall be equipped to proportion aggregates and bulk


cement by means of automatic weighing devices using load cells. The
weighing device shall have an accuracy within + 1% in respect of quantity
of cement and water and + 2% in respect of aggregates and accuracy shall
be checked at least once a month.

6.7 Mixers shall be pan type, reversible type with single or twin shaft or any
other mixer capable of combing the aggregates, cement and water into a
thoroughly mixed and uniform mass within the specified mixing period
and of discharging the mix without segregation. Each stationary mixer
shall be equipped with an approved timing device which will
automatically lock the discharge lever when the drum has been charged
and release it at the end of the mixing period. The device shall be equipped
with a bell or other suitable warning device adjusted to give a clearly
audible signal each time the lock is released. In case of failure of the timing
device the mixer may be used for the balance of the day while it is being
repaired provided that each batch is mixed for 90 seconds or as per the
manufacturer’s recommendation. The mixer shall be equipped with a
suitable non resettable batch counter which shall correctly indicate the
number of batches mixed.

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-72


 
 
   

 
407
6.8 The mixer shall be cleaned at suitable intervals. The pickup and throw
over blades in the drum or drums shall be repaired or replaced when they
are worn down 20mm or more. The contractor shall have available at the
job site a copy of the manufacturers design, showing dimensions and
arrangements of blades in reference to original height and depth or
provide permanent marks on blade to show points of 20mm wear from
new conditions. Drilled holes of 5mm diameter near each end and at mid-
point of each blade are recommended. Batching plant shall be calibrated
for the each ingredients upto its maximum quantity being used in the mix
at site in the beginning and thereafter at suitable interval not exceeding
one month.

6.9 Air-conditioned centralized computer control cabin shall be provided for


automatic operation of the equipment.

6.10 The design feature of the batching plant should be such that it can be
shifted quickly.

6.11 Concrete mixed as above is not to be modified by the addition of water or


otherwise in order to facilitate handling or for any other purpose.

7.0 PAVING EQUIPMENT



7.1 The concrete shall be placed with Slip Form Paver/Fixed form paver (with
independent units to spread, consolidate from the mould, screed and
float-finish, texture and cure) or Manual method as per the item/as
approved by Engineer-in-Charge. If the concrete is to be laid by slip form
paver, the paver shall be equipped with electronic controls to control the
line and grade from either one side or both sides of the machine.

7.2 Vibrators shall operate at a frequency and spacing recommended by the


manufacturer. The variable vibration setting shall be provided in the
machine.

7.3 The contractor shall provide adequate no. of concrete saws with sufficient
no. of diamond edge saw blades. The saw machine shall be either electric
or petrol/ diesel driven type. A water tank with flexible hose and pump
shall be made available for this activity on priority basis. The contractor
shall have at least one standby saw in good working condition. The
concreting work shall not commence if the saws are not in working
condition.

7.4 Guide wires for Slip form Paver


SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-73
 
 
   

 
408
7.4.1 Guide wire shall be provided along both sides of the slab. Each guide
wire shall be at a constant height above and parallel to the required
edge of the slab as described in the contract/drawing within a
vertical tolerance of + 2 mm. Additionally, one of the wires shall be
kept at a constant horizontal distance from the required edge of the
pavement as indicated in the contract/ drawing within a lateral
tolerance of +10mm.

7.4.2 The guide wires shall be supported on stakes 5-6 meters apart by
connectors capable of fine horizontal and vertical adjustment. The
guide wire shall be tensioned on the stakes so that a 500 grams
weight shall produce a deflection or not more than 20mm when
suspended at the midpoint between any pair of stakes. The ends of
guide wire shall be anchored to fixing point or winch and not on the
stakes.
7.4.3 The stakes shall be positioned and the connectors maintained at
their correct height and alignment 12 hrs. on the day before
concreting takes place until 12 hrs. after finishing of the concrete.
The guide wires shall be checked and tensioned on the connectors
at any section at least 2 hrs. before concreting that section.

7.4.4 The contractor shall submit to the Engineer-In-Charge for his


approval of line and level, the stakes and connectors which are
ready for use in the length of pavement to be constructed next day.
Such approval shall be obtained at least 12 hrs. before
commencement of paving operation. Any deficiencies noted by the
Engineer-in-Charge shall be rectified by the contractor who shall
then reapply for approval of the affected stakes. Work shall not
proceed until the Engineer-in-Charge has given his approval. It shall
be ensured the stakes and guide wires are not affected by the
construction equipment when concreting is in progress.

7.5 Side Forms and Rails for Fixed form paver

7.5.1 All side forms shall be of mild steel channels of depth equal to the
thickness of pavement or slightly less to accommodate the surface
irregularity of the sub base. The forms can be placed in series of
steel packing plates or shims to take care of irregularity of sub base.
They shall be sufficiently robust and rigid to support the weight and
pressure caused by a paving equipment.

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-74


 
 
   

 
409
7.5.2 Side forms for use with wheeled paving machines shall incorporate
metal rails firmly fixed at a constant height below the top of the
forms. The forms and rail shall be firmly secured in position by not
less than 3 stakes/pins for every 3 meter length so as to prevent
movement in any direction. Forms and rails shall be straight within
a tolerance of 3 mm in 3 meter and when in place shall not settle in
excess of 1.5 mm in 3 meter while paving is being done. Forms shall
be cleaned and oiled immediately before each use.

7.5.3 The forms shall be bedded on a continuous bed of low moisture


content lean cement mortar or concrete and set to the line and
levels shown on the drawings within tolerances of + 10 mm and +
2 mm respectively. The bedding shall not extend under the slab and
there shall be no vertical step between adjacent forms of more than
2 mm. The forms shall be got inspected by the Engineer-in-Charge
for his approval 12 hrs. before construction of the slab and shall not
be removed until at least 12 hrs. Afterwards. No concreting shall
commence till form work has been approved by the Engineer-in-
Charge.

7.5.4 At all times sufficient forms shall be used and set to the required
alignment for required length of pavement immediately in advance
of the paving operations, or the anticipated length of pavement to
be laid within the next 24 hrs.

7.5.5 Forms shall be fixed in advance as per specifications. Before any


paving is done the site shall be shown to the Engineer-in-Charge in
order to verify the arrangement for paving as per the relevant
clauses of this specification. The mixing and placing of concrete
shall progress only at such a rate as to permit proper finishing,
protecting and curing of the pavement.

7.6 Steel Forms for Manual Method

7.6.1 Manual method may be adopted where execution with slip form
paver is not feasible. All side forms shall be of mild steel. The steel
forms shall be of mild steel sturdy channels sections and their depth
shall be equal to the thickness of the pavement.

7.6.2 The side forms shall have a length of at least 3.0 meters except on
curves of less than 45 meters radius where shorter length may be
used. When set to grade and stacked in place the maximum
deviation of the top surface of any section from a straight line shall
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-75
 
 
   

 
410
not exceed 2 mm in the vertical plane and 5 mm in the horizontal
plane. The method of connection between sections shall be such
that the joint formed shall be free from difference in level, play or
movement in any direction. The use of bent, twisted or worn out
forms will not be permitted. At least three stake pickets for each 3.0
m of form and the bracing and support must be ample to prevent
springing of the forms under the pressure of concrete or the weight
or thrust of machinery operating on the forms.

7.6.3 The supply of forms shall be sufficient to permit their remaining in


place for 12 hrs. after the concrete has been placed or longer, if in
the opinion of the Engineer–in-Charge, it is necessary.
7.6.4 The top line of the forms is not to vary from the correct level or
alignment and the levels and alignment of the forms are to be
checked and corrected as necessary immediately prior to the
placing of concrete. The top edges and faces of the forms are to be
carefully cleaned and maintained in clean condition.

7.6.5 While removing the steel forms, care shall be taken to withdraw
them gradually. Any damages to the bull nosed edges shall be made
good while the concrete is still green, as directed by the Engineer–
in- Charge

7.6.6 Setting of forms shall be according to the slab plan subject to the
approval of the Engineer-in-Charge and concreting shall not
commence until the setting of forms is approved.

7.6.7 Forms shall be set at least 50 meters length in advance of the point
where the concrete is being laid and shall not be removed until at
least 12 hrs. of the placing of concrete or longer if in the opinion of
Engineer- in-Charge, it is necessary. After setting, the working faces
shall be thoroughly oiled using approved oil but before concrete is
placed against them.

7.6.8 Sufficient rigidity shall be obtained to support the forms in such a


position during the entire operation of compaction and finishing
that they will not at any time deviate more than 3 mm from a
straight edge 3 meters in length. Forms which show a variation
from the required rigidity or the alignment and levels shown on the
plans, shall be reset or removed, as directed. The length and
number of pins or stakes shall be such as to maintain the forms at
the correct line and grade. All forms shall be cleaned and oiled each
time before they are used.
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-76
 
 
   

 
411
8.0 HAULING AND PLACING OF CONCRETE

8.1 Freshly mixed concrete from the central batching and mixing plant shall
be transported to the paver site by means of tippers/transit mixers of
sufficient capacity and approved design in sufficient numbers to ensure a
constant supply of concrete. Cover shall be used for protection of concrete
against the weather. While loading the concrete, truck shall be moved
back and forth under the discharge chute to prevent segregation. The
tipping trucks shall be capable of maintaining the mixed concrete in a
homogeneous state and discharging the same without segregation and
loss of cement slurry. The feeding to the paver is to be regulated in such a
way that paving is done in an uninterrupted manner with a uniform speed
throughout the day’s work. Tipping truck shall be washed at a regular
frequency as prescribed by the Engineer-in-Charge to ensure that no
leftover mix of previous loading remains stuck.

8.2 Concrete mixed in central mixing plant shall be transported to the site
without delay and the concrete which in the opinion of Engineer-in-
Charge, has been mixed too long before laying will be rejected and shall be
removed from the site. The total time taken from the addition of water to
the mix until the completion of surface finishing and texturing shall not
exceed 120 minutes when concrete temperature is less than 250C and 90
minutes when concrete temperature is between 250C to 300C.
Tippers/transit mixers delivering concrete shall not run on completed
slabs until after 28 days of placing of concrete.

8.3 In all cases the temperature of the concrete shall be measured at the point
of discharge from the delivery vehicle.

8.4 The addition of water to the surface of the concrete to facilitate the
finishing operations will not be permitted except with the approval of the
Engineer in-Charge when it shall be applied as a mist by means of
approved equipment.

8.5 If considered necessary by the Engineer-in-Charge, the paving equipment


shall be provided with approved covers to protect the surface of the slab
under construction from direct sunlight and rain or hot wind.

8.6 As soon as the side forms are removed, edges of the slabs shall be
corrected wherever irregularities have occurred by using fine concrete
composed of 1:1:2, cement: sand: coarse aggregate (10 mm down) with

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-77


 
 
   

 
412
water cement ratio not more than 0.4 under the supervision of Engineer-
in-Charge.

8.7 If the requirement for surface regularity fails to be achieved on two


consecutive working days then normal working shall cease until the cause
of the excessive irregularity has been identified and remedied.

8.8 Construction by Slip Form Paver: The slip form paving train shall
consist of power machines which spreads compacts and finishes the
concrete in a continuous operation.

8.8.1 The slip form paving machine shall compact the concrete by
internal vibration and shape it between the side forms with either
a conforming plate or by vibrating and oscillating finishing beams.
The concrete shall be deposited without segregation in front of slip
form paver across the whole width and to a height which at all times
in excess of the required surcharge. The deposited concrete shall be
struck off to the necessary average and differential surcharge by
means of the strike off plate or a screw auger device extending
across the whole width of the slab. The equipment for striking-off
the concrete shall be capable of being rapidly adjusted for changes
of the average and differential surcharge necessitated by change in
slab thickness or cross fall.

8.8.2 The level of conforming plate and finishing beam shall be controlled
automatically for the guide wires installed by sensors attached at
the four corners of the slip form paving machine. The alignment of
paver shall be controlled automatically from the guide wire by at
least one set of sensors attached to the paver. The alignment and
level of ancillary machines for finishing, texturing and curing of the
concrete shall be automatically controlled relative to the guide wire
or to the surface and edge of an adjoining hardened slab.

8.8.3 Slip form paving machines shall have vibrators of variable output
with a maximum energy output of not less than 2.5 KW per meter
width of slab per 300 mm depth of slab for a laying speed upto 1.5
m per minute or pro-rata for higher speeds. The machine shall be
of sufficient mass to provide adequate reaction during spreading
and paving operations on the traction units to maintain forward
movements during the placing of concrete in all situations.

8.8.4 If the edges of the slip formed slab slump to the extent that the
surface of the top edge of the slab does not comply with the
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-78
 
 
   

 
413
requirements, then special measures approved by the Engineer-in-
Charge shall be taken to support the edges to the required levels
and work shall be stopped until such time as the contractor can
demonstrate his ability to slip form the edges to the required levels.
The slumped edge shall have to be corrected by adding fresh
concrete after roughening the surface.

8.8.5 Upon the instructions of the Engineer-in-Charge, contractor shall


scrape the concrete surface when in plastic state with a 3.0 m long
tube float fixed with a long and stable handle before texturing. Tube
float shall be of an alloy steel tube of 50-60 mm diameter with a
long and stable handle. The length of the tube float shall preferably
be longer than half the length of slab i.e., half the distance between
two transverse contractions joints. This operation shall be done to
minimize surface irregularity caused due to varied causes like
frequent stoppage of work, surface deformation due to plastic flow
etc. The tube float shall be placed at the center of the slab parallel
to longitudinal joint and pulled slowly and uniformly towards the
edges. After the use of the float tube, it shall be frequently cleaned
before further use. The slurry removed shall be discarded. This
activity shall be advanced laterally by providing an overlap of half
the length of two float. The removal of the cement slurry from the
surface shall be sufficient enough such that the texture is formed on
a firm surface and is more durable. This operation however, shall
be carried out after removing bleeding water.

8.8.6 In the case of construction by slip form paver, areas inaccessible to


paving equipment shall be constructed by manual/hand guided
method. Areas in which manual/hand guided methods of
construction become indispensable shall be got approved by the
Engineer-in-Charge in writing in advance. Work shall be carried out
by skilled personnel as per methods approved by the Engineer-in-
Charge. For construction by hand guided method in the limited
area, no cost adjustment will be made.

8.9 Construction by Fixed Form Paver: The fixed form paving train
shall Consist of separate powered machines which spread compact
and finish the concrete in a continuous operation. The paving train
moves on the rails fixed on both sides of the pavement and
compacting/finishing is simultaneously carried with the equipment
fitted with paving train which moves on the rails.

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-79


 
 
   

 
414
8.9.1 The concrete shall be discharged without segregation into a hopper
of the spreader which is equipped with means for controlling its
rate of deposition on to the sub-base. The spreader shall be
operated to strike off concrete upto a level requiring a small
amount of cutting down by the distributor of the spreader The
distributor of spreader shall strike of the concrete to the surcharge
adequate to ensure that the vibratory compactor thoroughly
compacts the layer. If necessary poker vibrator shall be used
adjacent to the side forms and edges of the previously constructed
slab.

8.9.2 The vibratory compactor shall be set to strike off the surface
slightly high so that it is cut down to the required level by the
oscillating beam. The machine shall be capable of being rapidly
adjusted for changes in average and differential surcharge
necessitated by changes in slab thickness or cross fall. The final
finisher shall be capable to finish the surface to the required level
and smoothness as specified, care being taken to avoid bringing up
of excessive mortar to the surface by over working.

8.9.3 In the case of construction by fixed form paver, areas inaccessible


to paving equipment shall be constructed by manual/hand guided
method. Areas in which manual/hand guided methods of
construction become indispensable shall be got approved by the
Engineer-in-Charge in writing in advance. Work shall be carried out
by skilled personnel as per methods approved by the Engineer-in-
Charge. For construction by hand guided method in the limited
area, no cost adjustment will be made.

8.10 SURFACE TEXTURE


8.10.1 Surface of the pavement shall be finished for the newly
constructed concrete pavements such that texturing
equipment shall not tear or unduly roughen the concrete
surface during the operation. The texture shall be uniform in
appearance and approximately 2.0mm in depth. Brush shall
be applied when the water sheen has practically disappeared
and the surface of concrete shall be brush-textured in a
direction at right angles to the longitudinal axis of the
carriageway to get satisfactory texture.

8.10.2 The texture depth shall be determined by the Sand Patch


Test as described below. This test shall be performed at least
once for each day’s paving and wherever the Engineer-In-
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-80
 
 
   

 
415
Charge consider it necessary at times after construction as
under:
Five individual measurement of the texture depth shall be
taken at least 2m apart anywhere along a diagonal line across
a lane completed between points 50m apart along the
pavement. No measurement shall be taken within 300mm of
the longitudinal edges of a concrete slab constructed in one
pass.

8.10.3 Measurement of Texture Depth – Sand Patch Method


The following apparatus shall be used:
i) A cylindrical container of 25 ml internal capacity
ii) A flat wooden disc 64mm diameter with a hard rubber
disc, 1.5mm thick, stuck to one face, the reverse face
being provided with a handle.
iii) Dry natural sand with a rounded particle shape
passing a 300micron IS sieve and retained on a 150
micron IS sieve.

Method: The surface to be measured shall be dried, any


extraneous mortar and loose material removed and the
surface swept clean using a wire brush both at right angles
and parallel to the carriageway. The cylindrical container
shall be filled with the sand, tapping the base 3 times to the
surface on ensure compaction, and striking off the sand level
with the top of cylinder. The sand shall be poured into a heap
on the surface to be treated. The sand shall be spread over to
surface, working the disc with its face kept flat in a circular
motion so that the sand is spread into a circular patch with
the surface depressions filled with sand to the level of peaks.
The diameter of the patch shall be measured to the nearest
5mm. The texture depth of concrete surface shall be
calculated from 31000/(D x D) mm where D is the diameter
of patch in mm.

8.10.4 Texture depth shall not be less than a minimum required


when measurement are taken as given in table nor greater
than a maximum average of 1.25 mm.

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-81


 
 
   

 
416
TABLE : TEXTURE DEPTH
S No. Time Test Number of Required Specified
Texture value
measurements
Depth (mm) Tolerance

1. Between 24 Hrs. and 7 An average of 5 1.00 ±0.25


days after the Measurements
construction of the
slab or until the slab is
first used by vehicles

2. Not later than 6 weeks An average of 5 1.00 ±0.25


before the pavement
Measurements
is opened to traffic

8.10.5 After the application of the brushed texture, the surface of


the slab shall have a Uniform appearance.

8.10.6 Where the texture depth requirements are found to be


deficient, the Contractor shall make good the texture across
the full lane width over length directed by the Engineer-in-
Charge, by texturing the hardened concrete surface in an
approved manner

9.0 CONSTRUCTION BY MANUAL/HAND GUIDED METHOD:

The pavement shall be constructed using side forms. The acceptance


criteria regarding level, thickness, surface regularity, texture, finish
strength of concrete and all other quality control measures shall be
the same as in the case of machine laid down.

9.1 Placing of Concrete:


9.1.1 Concrete shall be deposited between the forms. Where a certain
amount of redistribution is necessary, it shall be done with shovels
and not with rakes. The concrete shall be compacted with the
needle vibrator and vibrating screeds. Use of vibrator near side
forms is essential to eliminate honey combing. To effect adequate
compaction, the concrete shall be placed with appropriate
surcharge over the final slab thickness. The amount of surcharge

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-82


 
 
   

 
417
will depend upon the mode of placement of concrete and shall be
determined by trial. In general, the required surcharge is about 20%
of the required slab thickness.

9.1.2 The concrete is to be deposited and spread to such a depth that when
compacted and finished, the slab thickness indicated will be obtained
at all points and the surface will not at any point be below the
level specified for the finished surface.

9.2 Compaction of Concrete

9.2.1 Compaction shall be carried out by electrically operated needle and


screed vibrators as stipulated hereafter. Needle vibrators should be
used all over the area for obtaining initial compaction of concrete.
These should be of diameter not less than 4.5 cm and if the vibrators
are pneumatic, the pressure must not be below 4 kg/sq.cm. If
electrically operated, they should have a minimum frequency of 3500
impulses per minute. Minimum number of petrol driven vibrators as
specified by the Engineer-in-Charge with minimum frequency of
3500 impulses per minute shall be provided at each work head as a
standby arrangement. The screed and internal vibrator shall
conform to I.S.:2505 and I.S.: 2506 respectively.

9.2.2 There should be at least three needle vibrators working in one bay.
A vibrating screed consisting of a steel or timber section weighing not
less than 15 kg per meter with a tamping edge of not less than 7 cm
width and having a vibrator mounted thereon shall follow needle
vibrators to obtain full compaction. The face of the wooden tamping
edge of the screed shall be lined with M.S. plate rigidly fixed by
means of counter sunk screws. Where screed vibrators are used
for compaction, a standby unit shall always be maintained ready for
use, should the other one go out of order. Where electrically driven
vibrators are employed, a stand by pneumatic unit shall be kept ready
for use in case of power failure. At the discretion of the Engineer-in-
Charge, for compaction at edges and joints, vibrators may be
supplemented by hand tamping and rodding for securing
satisfactory results. Under no circumstances, honey combing of
concrete at joints or elsewhere shall be permitted.

9.2.3 When using screed vibrator for compaction, it should not be


dragged over the concrete. During the initial passes, it shall be lifted
to the adjacent forward position in the steps. Subsequently, it shall
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-83
 
 
   

 
418
be slowly slided over the surface with its axis slightly tilted
away from the direction of sliding and the operation repeated
until a close, dense surface is obtained.

9.2.4 Work men shall not be allowed to walk on freshly laid concrete.
All operations shall be carried out from suitable wooden bridges
spanning the lane-width.

9.2.5 IMPORTANT PRECAUTION: The vibration process shall be


restricted just upto the stage of appearance of water/ cement
slurry on the surface. After reaching this point vibration should be
discontinued. It should be ensured that no over-vibration is
resorted, as it leads to formation of thin cement slurry layer over
the top surface which tends to peel off with passage of time by
movement of traffic.

9.3 Finishing of Concrete

9.3.1 Immediately after compacting of concrete and the construction of


joints but before the concrete has hardened and while the concrete is
still in a plastic state, the pavement surface shall be inspected for
irregularities with a profile checking template and minor
irregularities and score marks shall be eliminated by removing
surplus material or by adding and working in freshly mixed concrete
if necessary by means of long handled floats and scraping straight
edges followed by further compaction and finishing. The long
handled floats may be used to smoothen and fill in open textured area
in the pavement surface, but the final finishing is to be done with
scraping straight edges.

9.3.2 The scraping straight edges are to be 3 meters long with flexible
handles long enough to reach the other side of the slab when
operated from one side of the pavement. They are to be placed
parallel to the forms at the side of the pavements and worked
backwards and forwards uniformly across the width of the slab.
After this operation has been completed and the surface has been
brought to the required finish, the straight edge is to be moved
forward but not more than half its length and the process repeated.

9.3.3 The straight edge testing and refloating is to continue until the entire
surface:

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-84


 
 
   

 
419
a) Is free from observable departure from the straight
edge.
b) Conforms to the required levels and cross-section.
c) Conforms to the specified surface finish when the
concrete has hardened.

9.3.4 The foregoing work is to be carried out while the concrete is still
plastic and workable and in such time sequence so as to ensure the
removal of water and laitance from the surface.

9.4 BELTING

Just before the concrete becomes non-plastic, the surface shall be belted
with two ply canvas belt not less than 20 cm wide and at least 1 meter
longer than the width of the slab. Hand belts shall have suitable handles
to permit controlled uniform manipulation. The belt shall be operated
with short strokes transverse to the center line of pavement and with
a rapid advance parallel to the concrete line.

9.5 BROOMING

9.5.1 After belting and as soon as surplus water, if any, has risen to
the surface, the pavement shall be given a broom finish with an
approved steel or fiber broom not less than 45 cm wide. The
broom shall be pulled gently over the surface of the pavement
from edge to edge. Adjacent strokes shall be slightly overlapped.
Brooming shall be perpendicular to the centre line of the pavement
and so executed that the corrugations formed will be uniform in
character and width and not more than 2.0 mm deep.

9.5.2 Brooming shall be completed before the concrete reaches such a


stage that the surface is likely to be torn or unduly roughened
by the operation. The broomed surface shall be free from porous
or rough spots, irregularities, depressions and small pockets such
as may be caused by accidental disturbing of particle of coarse
aggregates embodied near the surface. The rate of the contractor
for the item of quality controlled concrete pavement includes the
provision for belting and brooming operations and nothing extra
shall be paid on this account.

9.6 EDGING
After belting/ brooming has been completed but before the initial
setting of concrete, the edges of the slab shall be carefully finished
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-85
 
 
   

 
420
with an edging tool of 6 mm radius, and the pavement edges shall be
left smooth and true to line.

9.7 HONEY COMBING


As soon as the side forms are removed, any minor honey combed areas
shall be filled with mortar composed of one part of cement and two
parts of fine aggregate. Major honey combed areas or segregated
concrete or other defective work or areas damaged by removal of
the forms or concrete damaged by rain or due to any other
reason whatsoever shall be considered as defective work and shall be
removed and replaced by the contractor at his own expense. The total
area of honey combed surface not exceeding 2.5 sq.cm. each, shall not
exceed 4% of the area of the slab side. Engineer in charge’s decision
as to whether the concrete is defective or not shall be final and binding.

10.0 SURFACE ACCURACY



10.1 After the concrete has sufficiently hardened after about 12 hours and
not later than 24 hours, the surface shall be tested again for high spots. All
high spots shall be marked and those exceeding 3 mm shall be ground
down immediately as directed by the Engineer-in-Charge after obtaining his
written permission. Care shall be taken to see that the grinding does not in
any way damage the concrete surface.

10.2 The final surface finish is to be such that when tested with a
profilograph/ roughness indicator/or a 3 meter long straight edge or an
equivalent mechanical unevenness indicator placed anywhere within the
same or adjoining slab in any direction on the surface, there shall be no
variation greater than 3mm.

10.3 If the surface irregularities exceeding 3 mm still remains despite


grinding if permitted, as per para 10.1 the concrete shall be removed to its
full depth and replaced. The area of concrete to be removed shall be
complete slab between the nearest joints. Where the defective slab is less
than 4.5 meter from the construction joint, the whole area upto the
construction joint shall be removed to the full depth. The concrete so
removed shall not be reused in the work. Fresh concrete shall be laid in the
manner already described in these specifications and shall again be
subjected to test for surface accuracy and other quality control
measures. Nothing extra shall be paid for all these operations.

10.4 Every slab shall bear an impression not exceeding 3 mm in depth


comprising the number allotted to the slab and the date on which it is laid.
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-86
 
 
   

 
421
This impression shall be formed by the Contractor when the concrete is
green so as to leave permanent mark on setting.

11.0 CURING OF CONCRETE


Initial curing shall be done by application of curing compound or by
manual method as per clause 16.37.13.5 of CPWD specifications Vol-II,
2009. However, nothing extra shall be paid for curing by application of
curing compound.

11.1 Initial Curing by application of Curing Compound:

11.1.1 Immediately after the surface texturing, the surface and sides of the
slab shall be cured by the application of approved resin-
based aluminized reflective curing compound or white pigmented
curing compound which hardens into an impervious film or
membrane with the help of a mechanical sprayer.

11.1.2 Curing compounds shall contain sufficient flake aluminium in


finely divided dispersion to produce a complete coverage of the
sprayed surface with a metallic finish. The compound shall become
stable and impervious to evaporation of water from the surface of
the concrete within 60 minutes of application and shall be of
approved type. The curing compounds shall have a water
retention efficiency index not less than 90 percent in accordance
with BS Specifications No.7542 or as per ASTM C-309-81 Type 2.

11.1.3 The curing compound shall not react chemically with the concrete
and the film or membrane shall not crack, peel or disintegrate within
three weeks after application. Immediately prior to use, the curing
compound shall be thoroughly agitated in its containers. The rate
of spread shall be in accordance with the manufacturer’s
instructions checked during the construction of the trial length and
subsequently whenever required by the Engineer-in-Charge. The
mechanical sprayer shall incorporate an efficient mechanical device
for continuous agitation and mixing of the compound during
spraying. Arrangements should be made to spray the curing
compound on the sides of the slab. The curing compound shall be
sprayed in two applications to ensure uniform spread. In addition
to spraying of the curing compound, the fresh concrete surface
shall be protected for at least 3 hours by covering the finished
concrete pavements with tents supported on mobile truss
during adverse weather conditions as directed by the Engineer-
in-Charge.
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-87
 
 
   

 
422
11.2 FINAL CURING

Final curing shall be done either by spreading of wet hessian and


moisturing it regularly or by ponding method as given below. However,
nothing extra s h a l l be paid for curing by spreading wet hessian
method. All joints shall be filled in with temporary filler like sand etc.
in order to prevent the edges of joints from being damaged and
entry o f clay m a t e r i a l s i n t o t h e joints d u r i n g final curing.

11.2.1 Final curing by spreading of wet hessian method: After


two or three hours after application of curing compound, the pavement shall
be covered including sides by moist hessian (minimum of two layers) and
the same shall then be kept damp for a minimum period of 14 days after
which time the hessian may be removed. During the curing period, the
hessian shall be kept continuously moist.

All damaged/torn hessian shall be removed and replaced by new


hessian on a regular basis.

11.2.2 Final curing by ponding method: After two to three hours


after application of curing compound or upon removal of the burlap as
the case may be, the slab shall be thoroughly wetted and cured by
ponding as follows:

Exposed edges of the slab shall be banked with a substantial berm of


earth. Upon the slab shall then be laid a system of transverse and
longitudinal height of clay about 50 mm high immediately covered
with a blanket of sandy soil free from stones to prevent the drying up
and cracking of clay. The rest of slab within these boundaries shall
then be covered with sufficient sandy soil so as to produce blanket of
earth not less than 40mm deep after wetting. The earth covering shall
be thoroughly wetted while it is being place on the surface and against
the sides of the slab and kept thoroughly saturated with water
for 21 days and thoroughly wetted down during the morning
of the 22nd day and shall thereafter remain in place until the
concrete has attained the required strength and permission is
given by the Engineer-in-Charge. Thereafter the covering shall be
removed and the pavement cleaned and swept. If the earth covering
becomes displaced during the curing period, it shall be replaced to
the original depth and restarted.

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-88


 
 
   

 
423
11.2.3 The contractor shall be liable at his cost to replace any concrete
damaged as a result of incomplete curing or cracked on a line other than
that of a joint as per procedure in IRC:SP-83.

11.2.4 The Contractor shall employ his own security personnel to prevent
workmen, cattle straying etc., on the pavement concrete.

11.2.5 Concrete shall not be subjected to any load or weight of any plant until at
least 28 days after laying, except for cutting the joints as directed by the
Engineer-in-Charge.

12.0 CONTRACTION/DUMMY JOINTS



12.1 The spacing of transverse and longitudinal joints shall be 4.5 to 5
meter or as shown in the drawing. It shall be 10 mm wide and shall
extend vertically from the surface of the slab to a depth equal to
one-third depth of slab. The joint shall be formed by cutting with a joint
cutting machine. The initial cut or slot of not less than 3mm wide is
to be formed by sawing the concrete with a joint cutting machine of
approved design as soon as the concrete hardens. Normally in
summer when ambient temperature is more than 30°C, initial
cutting may be carried after 4‐8 hrs. of laying and in winter when
ambient temperature is less than 30°C, initial cut may be done at 8‐
12 hrs. of laying. Top 25mm of this joint groove shall be subsequent
widened to 10mm, after 14-16 days of casting concrete pavements. The
details of Contraction/dummy joint shall be as given in Appendix –‘A’.

12.2 Before cutting the dummy joints, all necessary precautions shall be taken to
ensure that the joint alignment is marked straight and true as per the
drawings. The joint cutting machine will be handled only by an experienced
person thoroughly familiar with this type of work. The joint should be cut
along this alignment only. Any error in the joint cutting alignment shall be
rectified by the Contractor at his own expense as directed by the
Engineer-in-Charge, preferably using epoxy concrete as approved.

12.3 The groove shall be inserted with 12mm dia closed-cell Polyethylene
foam back-up rod, 13mm below from the surface of the concrete and filling
with Polysulphide Sealant conforming to grade B.S.: 5212-1990 or
IS:11433-1995. Prior to filling with Polysulphide, the joints shall be
cleaned by compressed air up to full depth and primed properly with
appropriate Polysulphide primer up to back-up rod and masking tape
shall be applied along the edges of joint to prevent spillage of sealant on top

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-89


 
 
   

 
424
surface to give neat finish to sealant. The masking tape shall be removed
after the sealant has been applied and tooled.

12.4 All joints shall be sealed as soon as practicable after 28 days of placing of
slabs. Joints shall be sealed flush with the adjacent pavement surface.
The pavement shall be opened to traffic only after joint sealing over the
entire pavement has been completed. To prevent tackiness or pick up
under traffic, the exposed surfaces of the sealing compound shall be
dusted with hydrated lime, if directed by Engineer-in-Charge, for which
nothing extra shall be paid to the Contractor.

12.5 Each lot sealant shall be supported with manufacturers test certificate.
However, one sample per 1000 kg. of sealant received at site or part
thereof shall be collected by the Engineer-in-Charge or his authorized
representative and sent for testing to any Government/ AAI approved
Laboratory.

The contractor shall note that as testing charges of sealant seem to be


high, they shall confirm the testing charges and quote their rates
accordingly. Nothing extra over and above the quoted rates is payable on
this account and no plea on what so ever ground will be entertained later
on.

12.6 In case of sudden rain or storm, the work can be concluded at the
dummy joints but these will then be formed as construction joints.

12.7 Before sealing of joints, it may be ensured that the transverse joints on each
side of the longitudinal joint shall be in line with each other and of the same
type and width. Any concrete or other foreign matter must be removed from
the groove before sealing.

13.0 CONSTRUCTION JOINTS



13.1 Construction joints shall be provided as shown in the drawing and also at
places whenever day’s operations start and stops or where concreting is
stopped due to unforeseen circumstances. The joints shall be straight and
vertical through the full depth of the slab.

13.2 At all construction joints, bulk head shall be used to retain the concrete and
care shall be taken in striking off and finishing the surface to the top face of
the bulkhead. When work is resumed, the surface of concrete laid
subsequently, shall conform to the grade and cross section of previously
laid pavement. Where semi-mechanized method of construction is used, the
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-90
 
 
   

 
425
concrete along the face of all joints shall be compacted with an internal
vibrator inserted in the concrete and worked along the joint to ensure a
concrete free from honeycombing. In case of mechanized construction,
working and vibration/RPM of all the fixed vibrators shall be checked. There
shall be two additional needle vibrators to compact the concrete near
bulk head.
13.3 The Sealing of joints shall be done in the same manner as for
contraction joints, by cutting a groove of 10mm wide and 25mm deep as
shown in Appendix ‘A’.

14.0 EXPANSION JOINTS



14.1 Expansion joints are essential where cement concrete pavement
is designed to abut with structures like bridges, culverts, etc. and
at junction of building and pavement. Expansion joint shall also
b e provided at the intersection of runway, taxiway and Apron.
The expansion joint shall be straight, extend through the full depth of the
slab and shall be of the shape and dimensions shown on the drawing. The
slab edges adjacent to the joint shall be formed truly vertical.

14.2 Where semi-mechanized method of construction is used, the concrete along


the face of all joints shall be compacted with an internal vibrator inserted in
the concrete and worked along the joint to ensure a concrete free from
honeycombing. In case of mechanized construction, working and
vibration/RPM of all the fixed vibrators shall be checked. There shall be two
additional needle vibrators to compact the concrete near bulk head.
14.3 Synthetic expansion joint filler board as per specification shall be used to fill
the gap between adjacent slabs at expansion joint. The joint groove shall
be filled with Polysulphide conforming to grade B.S.: 5212-1990 or IS:
11433-1995. Prior to filling with Polysulphide, the joints shall be cleaned
by compressed air up to full depth and primed properly with appropriate
Polysulphide primer up to back-up rod and masking tape shall be applied
along the edges of joint to prevent spillage of sealant on top surface to
give neat finish to sealant. The masking tape shall be removed after the
sealant has been applied and tooled. The details of expansion joint shall be
as given in Appendix –‘A’.

15.0 APPLICATION OF POLYSULPHIDE JOINT SEALING COMPOUND



15.1 Materials
15.1.1 Sealant: It shall be cold Polysulphide sealant of approved make
conforming to BS: 5212-1990 or IS: 11433-1995.

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-91


 
 
   

 
426
15.1.2 Back‐up Rod/Backer Rod: Type of material shall be Expanded
closed cell Polyethylene foam and shall conform to ASTMC-5249-95 or
ASTMD 3575.

15.1.3 Primer: It shall be applied on the concrete faces of the joints. It shall
be single component primer suitable for use with Polysulphide joint sealant,
as approved by the Engineer-in-Charge.

15.1.4 Joint Filler Board: The joint filler shall be Synthetic joint filler board
of approved make. It shall be 25mm thick within a tolerance of +1.5mm
and of a firm compressible material and complying with the requirements
of IS:1838 (Part 3):2011 with a compressibility more than 25%. It shall
be provided to the full width between the side forms. If two pieces are
joined to make up full width, the joint shall be taped such that no slurry
escapes to the joint. The physical requirement of filler shall be as per the
table given below:

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-92


 
 
   

 
427
Method
S.No Characteristics Requirement of test,
Ref. to IS

1 Resistance to Filler strips shall not be


handling deformed or broken by -
twisting, bending or other
types of ordinary handling
when exposed to atmospheric
condition (see note)
2 Recovery 90% min. 10566
a) Load required to compress
3 Compression the specimen to 50% of its
original thickness before the
test shall be (i) 7 kgf/cm2, -do-
min.
(ii) 53 kgf/cm2, max.
4 Extrusion Amount of extrusion of the -do-
free edge shall not exceed
6mm
5 Water Absorption 1%, max. -do-

6 Density 100 + 10 kg/m3, min. -do-

7 Weathering a) shall show no sign of


disintegration,
delamination or
separation after the test -do-
b) shall satisfy the
requirement of recovery,
compression and extrusion
after the test

Note: Pieces of joint filler that have been damaged shall be rejected.

In order to ensure that sides of the PQC pavement in the portion of


above expansion joint filler board do not get dirty and this space does
not accumulate pieces of aggregates and other foreign materials,
precaution is required to be taken as indicated in note 1 given below.


SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-93
 
 
   

 
428
Note:

1. Expansion joint filler board should be provided upto the top of finished
pavement surface. At the time of filling the joint with sealant material and
back-up rod/baker rod, the required depth of joint filler board from the top
upto the bottom of back-up rod/baker rod should be cut & removed. For easy
removal of top filler board and to avoid damage to the filler board, a pre-cut
in the expansion joint filler board shall be provided at a suitable depth so that
back-up rod/baker rod & sealant could be filled after removal of the top cut
portion of the filler board. Nothing extra shall be paid for the filler board from
top upto the bottom of back-up rod/baker rod.

2. As the period for the test will be around three weeks, advance planning
is required to avoid any delay on this account.

15.2 PROCEDURE

15.2.1 Preparation of Surface: All the joint surfaces to which the sealant is to
be applied should be clean, dry and free from any loose material,
dirt, dust, scale, protective lacquer, grease.

15.2.2 Expansion joint filler material must be checked to ensure that it is tightly
packed and no gaps or voids exist at the base of the joint slot.

15.2.3 Sealant should be prepared as per manufacturer’s specifications.

15.2.4 Before sealant is applied, primer shall be applied to secure better


adhesion between sealant and the concrete surface. The surface shall be
allowed to dry for at least 30 minutes but no longer than 3 hours before the
sealant is applied.

15.2.5 To prevent accidental spillage of sealant on the top surface and to give a neat
finish, masking tape should be applied along the edge of joint before the
sealant material is filled.

15.2.6 Immediately after filling the joints, the sealant should be tooled either with
a stainless steel or wooden spatula of the size of the joint to give a smooth
surface. While tooling, the spatula should be wetted with a wetting agent
like soap water. Masking tape shall be removed immediately after the
sealant has been tooled. By tooling, the sealant is compressed with the
result that air bubbles if any, are broken up and the sealant becomes free
of voids and there is a proper adhesion of the sealant to the sides of the
joints.
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-94
 
 
   

 
429
15.3 Sealant of approved make shall be filled only after complete curing of
concrete i.e., after 28 days. Sealant shall be applied slightly to a lower level
than the slab with a tolerance of 1+0.5mm as shown in Appendix –‘A’.

15.4 Sealant of approved make shall be filled up for a depth as specified in item.
The rate of application of sealant may be calculated on the basis of the
following formula:
Number of 1 Kilogram tins required = 0.0015 x L x W x D
where L = Length of joint in meters
W = Width of joint in mm.
D = Depth of joint in mm.
15.5 Manufacturer’s certificate shall be produced for establishing that the sealant
is not more than six months old or the shelf-life of the sealant. For storage,
preparation of sealant, health and safety precautions etc., manufacturer’s
specifications shall be applicable.
15.6 A typical sketch showing details of filling of joints is enclosed as
Appendix -‘A’.

16.0 QUALITY CONTROL

16.1 The following quality control tests shall be carried out at frequencies
specified against each, as per the table given below:

S.No Test Test Method Frequency Acceptance


Criteria
I Cement
Physical and IS:4031, Once for each source of As per
chemical tests IS:4032 supply and every 200 relevant
tonnes or part thereof. code as per
Cement remaining in Para 1.1
stores for more than
one and half month
from the date of
manufacture must be
retested before use and
to be rejected, if it fails
to conform to any of the
requirements of the
specifications.

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-95


 
 
   

 
430
S.No Test Test Method Frequency Acceptance
Criteria
Each brand of cement
rought to site shall be
tested as per this
frequency. Besides, the
Contractor also will
submit daily test
report on cement
released by the
manufacturer.
II Coarse aggregate
a) Flakiness IS:2386 Before approval of the Not more
Index (Part-I) quarry and at every than 25%
subsequent change
in the source of
supply and one test
for every 2000 cum
of aggregate
b) Impact value IS:2386 - do- Not more
or (Part-IV) than 30%
Los Angeles
abrasion value
c) Water IS:2386 (Part -do- Not more
Absorption III) than 3%.
d) Deleterious IS:2386 (Part Before approval of the As per
materials II) quarry and at every table -2 of
subsequent change in IS: 383
the source of supply.
e) Moisture IS:2386 (Part Regularly as required This data
content III) subject to a minimum shall be used
of one test per day for
correcting
the water
demand of
the mix on a
daily basis

f)Grading IS: 2386 One test per day As per


(Part– I) on each size of Table - 7 of
aggregates IS: 383

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-96


 
 
   

 
431
S.No Test Test Method Frequency Acceptance
Criteria
g) Soundness IS 2386 Before approval of the
(i) Loss with (Part V) quarry and at every
Sodium subsequent change Max. 12%
Sulphate for in the source of
5 cycles supply
(ii) Loss with
Magnesium Max. 18%
Sulphate
with 5
cycles
(h) Presence of As per clause Before approval of the No presence
ferrous 1.3.1 quarry and at every of ferrous
sulphide and subsequent change in sulphide and
iron oxide the source of supply. iron oxide
III Fine Aggregates
a) Silt Content CPWD One test per 200 cum Not more
Specification and part thereof than 8%
2009 Vol. I,
Page 78,
Appendix –C
b) Grading IS : 2386 -do- Fineness
(Part-III) modulus
between
2.5 to 3.9
c) Water IS : 2386 -do- Not more
Absorption (Part-III) than 3%
d) Deleterious IS: 2386 Before approval of the As per
materials (Part-II) quarry and at every table 1 of
subsequent change in IS 383
the source of supply.

e)Moisture IS:2386 Regularly as required This data


content (Part-III)
subject to a minimum shall be used
of two test per day. for
correcting
the water
demand of
the mix on a
daily basis.
IV Combined Grading of Aggregates

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-97


 
 
   

 
432
S.No Test Test Method Frequency Acceptance
Criteria
a) Grading IS: 2386 1 test per 150 cum As per Para
(Part-I) a nd part thereof 1.5
V Concrete
a) Slump test IS : 1199 At least once in 50 As per Para
of concrete batches at each mixer 3.1
or more frequently if
directed by the EIC.
b) Flexural IS : 516 One test consisting of As per Para
strength six beam specimens 16.4
and 6 cubes. Three
specimens shall be
tested after 7 days and
another three shall be
tested after 28 days
for every 200 Cum
of Concrete & part
thereof
c) Surface As Regularly As per Para
accuracy prescribed 10
VI Polyethylene IS:2508 One test per lot As per
sheet Density IS:2508
Tensile
strength at
break
Melt flow
Index

16.2 Equipment as per list at Appendix–‘B’ shall be provided by the


Contractor in the field testing laboratory. Nothing extra shall be paid to
him on this account. Records as required shall be maintained at site.

All test details in support of mix design shall be maintained as part of


records of the contract and shall be signed both by the contractor and the
Engineer-in-Charge or their authorized representatives. The contractor
shall provide all labour, materials and equipment required for all tests to
be carried out, at his own cost.

16.3 The Engineer-in-Charge reserves the right to test any concrete laid
regarding quality, soundness, compaction, thickness strength and finish
of the concrete at any time before the expiry of the “Defects Liability

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-98


 
 
   

 
433
period” notwithstanding that necessary tests had been carried out and
found satisfactory at the time of execution.

16.4 QUALITY CONTROL AND STANDARD OF ACCEPTANCE OF


STRENGTH OF CONCRETE

16.4.1 Samples of concrete shall be collected at the point of discharge on
the pavement and beams cast as controlled specimens and tested in
accordance with IS: 516 and IS: 1199. The concrete will be said
to comply with the specified flexural strength, when the
following conditions are met with.

(a) The mean strength determined from any group of four


consecutive samples (each sample containing 3 beam
specimen i.e. 4x3 =12 beam specimens) at 28 days should
exceed the specified characteristic flexural strength by at least
0.3 MPa i.e., 4.4 MPa.

(b) The strength of any specimen is not less than the


specified characteristic flexural strength minus 0.1 MPa i.e., 4.0
MPa.

16.4.2 Should the concrete fail to pass the specification for strength
as described above, the contractor may, all at his own expense elect
to cut cores (diameter of the core not less than 150mm) as per the
direction of Engineer-in-Charge where the requirements are not
met with. The points from where cores are to be taken and the
number of cores required shall be at the discretion of the Engineer-
in-Charge and shall be representative of the whole of concrete
concerned. In no case, however, shall fewer than 3 cores be tested.

16.4.3 Cores shall be prepared and tested as described in IS 516. Concrete


in the member represented by a core test shall be considered
acceptable if the average of the results of crushing strength tests
of the cores shall not be less than 0.8x0.85 times the corresponding
Characteristic compressive strength of cubes and no individual
core has a strength less than 0.8x0.75 times the corresponding
Characteristic compressive strength of cubes where height to
diameter ratio of the core is 2. Where height to diameter ratio
of the core is not 2 necessary corrections shall be made in
calculating crushing strength of cubes as per clause 12.21.1 of
IRC:15-2017.

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-99


 
 
   

 
434
Sample calculation for required core strength is placed below for
core cut with height to diameter ratio of core is 2:
Flexural strength fcr = K 𝑓
fcr = 4 . 1 MPa
4.1 = K 𝑓
K - value as derived in clause 4.5
fck = 16.81/K2
Average core strength required = 0.8x0.85x fck MPa
Individual core strength required = 0.8x0.75x fck MPa

16.4.4 If however, the tests on cores also confirm that the concrete
is not satisfying the strength requirements, then the concrete
corresponding to the area from which the cores were cut should
be replaced, i.e., over an area extending between two transverse
joints where the defects could be isolated or over larger area
as decided by the Engineer-in-Charge.

16.4.5 All defective and sub-standard work which includes concrete


slab of sub-standard strength as established in above para shall
be liable to rejection and shall be replaced by the contractor
at his expense. Acceptance criteria for cracked concrete slabs
shall be as follows (ref. clause 12.33 of IRC-15-2017):

i) Fine crazy cracks (Plastic shrinkage cracks) with cumulative


length of 3000 mm in a slab can be accepted after repair as per
IRC:SP-83. Beyond cumulative length of 3000 mm, it shall be
rejected.
ii) Slabs with cracks running transversely or longitudinally
penetrating to full depth and length of the slab are to be
rejected.
iii) Slabs with any type of cracks which are penetrating to more
than half the depth shall be rejected. (ref. clause 12.33 of IRC-
15-2017).
iv) When due to operational or any other reason, such
replacement does not become possible (decision of
Engineer-in-charge in this respect being final and binding on
the contractor), the cost of removal and replacement of such
rejected work shall be recovered from the contractor
whether such rejected work is subsequently replaced by the
Deptt. or not.

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-100


 
 
   

 
435
17.0 WEATHER LIMITATIONS

17.1 Concreting during rains: To prevent damage to freshly laid concrete
during monsoon, or sudden rains, the Contractor shall provide an
adequate supply of tarpaulins or other water-proof material. Any
concrete damaged by rain shall be removed and replaced by the
Contractor at his own cost as directed by the Engineer-in-Charge. If
need be, necessary provisions shall be made to support the water-
proof material clear of the newly-laid concrete surface to prevent
smoothening or any damage due to the contact with tarpaulin. The
whole unit should be weighted down appropriately to prevent from
blown off by winds. The rate quoted shall include all these.

17.2 Concreting in hot weather: No concreting shall be done when the concrete
temperature is above 30°C. Besides, in adverse conditions like high
temperature, low relative humidity, excessive wind velocity,
imminence of rains etc. if so desired by the Engineer-in-charge, tents on
mobile trusses may be provided over the freshly laid concrete for a
minimum period of 3 hours as directed by the Engineer-in-charge. The
temperature of the concrete mix on reaching the paving site shall not be
more than 30°C. To bring down the temperature, if necessary, chilled
water or ice flakes should be made use of. No extra payment shall be made
for this arrangement.

17.3 Concreting in cold weather: No concreting shall be done when the


concrete temperature is below 5°C.

18.0 MEASUREMENTS

18.1 For the purpose of ascertaining the quantity of concrete in the


pavement length, breadth and thickness shall be measured as detailed
below:

a) Length
i)Between the end of a pavement to the center line
of the construction / expansion joints.
ii) Between the center lines of consecutive construction/
expansion joints.
b) Width
i) Between the edge of a pavement and the center line of
the construction joints.
ii) Between the center lines of construction joints and expansion
joints.
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-101
 
 
   

 
436
iii) Between the center lines of construction joints and
expansion joints.
iv) Between the center lines of consecutive construction
joints.

c) Thickness
Levels shall be taken before and after construction, at the grid of
points 5 metre centre-to-centre longitudinally in straight reaches for
each panel and 2.5 metre centre-to-centre at curves. The levels shall
also be taken transversely, at 0.75 metre from either edge of the and
the remaining locations shall be at equi-distance but not more than
2 metre in the balance portion of panel. The average thickness of the
pavement course in any panel shall be the arithmetic mean of the
difference of levels before and after construction at all the grid
points falling in that panel, provided that the thickness of finished
work shall be limited to those shown on the drawings or approved
by the Engineer-In- Charge in writing. As supplement to level
measurements, the Engineer shall have the option to take cores/
make holes to check the depth of construction. The holes made and
the portions cut for taking cores shall be made good by the
Contractor by laying fresh mix/material including compacting as
required at his-own cost immediately after the measurements are
recorded.

The finished concrete courses to be paid on volume basis by


multiplying length , breadth and thickness as measured above and
its volume shall be calculated in Cubic metres correct to two places
of decimal. Measurements of concrete slabs shall be recorded
in aforesaid manner jointly by the Engineer-in-Charge or his
authorized subordinate and the Contractor or his authorized agent.

19.0 RATE
19.1 The rate of the item for concrete in pavement shall include the cost of
all materials and labour including charges for machinery tools & plants,
making profile including taking levels including all cartages and lift
required in all the operations described above complete in all respects
for a successful completion of the job. The rate also includes cost of mix
design from outside laboratory, trial mix, all costs of setting up of
laboratory at site and carrying out the quality control measures/tests
enumerated above by the Contractor at his own cost in the presence
of Engineer-in-Charge or his authorized representative, and submission
of test results on completion of tests to the Engineer-in-Charge thereof.

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-102


 
 
   

 
437

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-103


 
 
   

 
438
APPENDIX‐B
LIST OF MINIMUM EQUIPMENT TO BE PROVIDED IN THE FIELD TESTING
LABORATORY BY THE CONTRACTOR AT HIS OWN COST.

CONCRETE SECTION:
1. Sieve analysis for combined grading of aggregates
Sets of I.S. Sieves of sizes 63mm, 45mm, 22.4mm, 11.2mm, 5.6mm, 2.8mm,
1.4mm, 710micron, 355micron and 180micron.
2. Sieve analysis for coarse aggregates
Sets of I.S. Sieves of sizes 63mm, 40mm, 20mm, 12.5mm, 10mm, 4.75mm,
2.36mm
3. Sieve analysis of fine aggregate
Sets of I.S. Sieves of sizes 10mm, 4.75mm, 2.36mm, 1.18mm, 600micron,
300micron and 150micron.
4. Silt content of sand
Graduated glass cylinders 500 C.C. capacity.
5. Bulkage of sand
a) Graduated glass cylinders 250 C.C. capacity
b) Graduated glass cylinders 500 C.C. capacity.
6. Slump test/ Compacting Factor Test
a) Slump cones
b) Slump rods 3/8" dia. 24" long bullet pointed.
c) Steel plates 24" x 24"
d) Steel scales
e) Compacting Factor Apparatus
7. For making beam specimens for flexural strength
a) Beam moulds size 70x15x15cm (minimum 18 nos.)
b) Cube moulds size 15x15x15cm (minimum 18 nos.)
c) Tamping rods.
d) Table Vibrator (Size 1m x 1m)
8. Testing flexural strength of concrete:
Compressive strength testing machine of adequate capacity i/c hand
operated in two numbers with flexure test attachment.
9. Other miscellaneous items
a) Physical balance with set of weights
b) Electronic Weighing scale of different capacity
c) Spring balances
d) Glass measuring jar
e) Beakers
f) Towels, glass plates etc.

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-104


 
 
   

 
439
g) Apparatus for testing flakiness index, Impact value and Los Angeles
Abrasion value of coarse aggregates

Item 12: Extra for Flamed/Sand blasted/ Leather finish finishing in place
of polished marble/granite stone as per approved by Engineer in charge
complete at all levels.

Scope: The process is often referred to as a “flamed” or “thermal” finish and can
be best described as creating a textured look. To achieve the style, an intense
flame is held at the stone’s wet surface. While firing it, the surface becomes so
hot it bursts and a layer flakes away to reveal a rough, even texture and finish as
per direction of Engineer-in-charge. The relevant section of CPWD specifications
may be referred for further clarifications if any.

Equipments: All tools and plants and accessories required to achieve the
Flamed/Sand blasted/ Leather finish in marble/ granite stone is to be arranged
by the contractor, the cost of which is included in the item.

Measurement: The measurement shall be in square meter i.e, length & width to
be measured in two decimal places of meter of Flamed/Sand blasted/ Leather
finish surface.

Rate: The Contract unit rates for Flamed/Sand blasted/ Leather finish surface
Includes all materials, labour, tools, equipment, transportation, lead & lifts etc.
and other incidental cost necessary to complete the work.

Item 15: Construction of cement concrete kerb with channel with top and
bottom width 115 and 165 mm respectively, 250 mm high in M 20 grade
PCC on M15 grade foundation 150 mm thick, kerb channel 300 mm wide,
50 mm thick in PCC M20 grade, sloped towards the kerb, kerb stone with
channel laid with kerb laying machine, foundation concrete laid manually,
all complete as per MORTH specifications and direction of Engineer‐in‐
charge.
AND

Item 16: Construction of cement concrete kerb with top and bottom width
115 and 165 mm respectively, 250 mm high in M 20 grade PCC on M15
grade foundation 150 mm thick, foundation having 50 mm projection
beyond kerb stone, kerb stone laid with kerb laying machine, foundation
concrete laid manually, all complete as per MORTH specifications and
direction of Engineer‐in‐charge.
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-105
 
 
   

 
440

1. Scope: This work shall consist of constructing cement concrete kerbs with
channel in the central median and/or along the footpaths or separators in
conformity with the lines, levels and dimensions as specified in the drawings or
as directed by the Engineer-in-charge.

2. Materials: Kerb with channel shall be provided in cement concrete of Grade M


20 in accordance with Section 1700 of MORTH Specifications.

3. Type of Construction: These shall be cast-in-situ construction with suitable


kerb casting machine in all situations except at locations where continuous
casting with equipment is not practicable. In those locations precast concrete
blocks shall be used.

4. Equipment: A continuous kerb casting equipment of adequate capacity and


controls, capable of laying the kerbs in required cross-sections and producing a
well-compacted mass of concrete free of voids and honeycombs, shall be used.

5. Construction Operations

5.a Kerb shall be laid on firm foundation of minimum 150 mm thickness of


cement concrete of M 15 grade cast in-situ or on extended width of pavement.
The foundation shall have a projection of 50 mm beyond the kerb stone. Before
laying the foundation of lean concrete, the base shall be levelled and slightly
watered to make it damp.

5.b In the median portions in the straight reaches, the kerb shall be cast in
continuous lengths. In the portions where footpath is provided and/or the slope
of the carriageway is towards median (as in case of super elevated portion),
there shall be sufficient gap/recess left in the kerb to facilitate drainage
openings.

5.c After laying the kerbs and just prior to hardening of the concrete, saw cut
grooves shall be provided at 5 m intervals up to finished road level or as specified
by the Engineer-in-charge.

5.d Kerbs on the drainage ends such as along the footpath or the median in
Super elevated portions, shall be cast with monolithic concrete channels as
indicated in drawings. The slope of the channel towards drainage pipes shall be
ensured for efficient drainage of the road surface.

5.e Vertical and horizontal tolerances with respect to true line and level shall be
±6mm.
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-106
 
 
   

 
441
6. Measurements for Payment: Cement concrete kerb with channel including
foundation shall be measured in linear meter for the complete item of work.

7. Rate: The Contract unit rates for cement concrete kerb with channel
including foundation for kerb shall be payment in full compensation for
furnishing all materials, labour, tools, equipment, transportation etc. for
construction and other incidental cost necessary to complete the work.

Item 27: Supplying and installing in place Speed breaker of following


specification: Size: (L) 1000 x (W) 350-400 x (H) 50 mm
Color: Black and Yellow combination
Material: Reflective ABS Plastic/PVC with ISO/BIS certification

Scope: Supplying and installing in place Speed breaker of following specification:


Size: (L) 1000 x (W) 350-400 x (H) 50 mm
Color: Black and Yellow combination
Material: Reflective ABS Plastic/PVC with ISO/BIS certification
Load bearing capacity: 50 MT.
Installation will be done by providing 10 steel zinc plated nails of 12 mm diameter
and of length 150mm (10 nails has to be provided per 1000mm of length of speed
breaker).

Measurements: Measurement shall be in linear meter for the complete item of
work.

Rate: The Contract unit rates for supplying and installing speed breaker shall
include all materials, labour, tools, equipment, transportation etc. and other
incidental cost necessary to complete the work.

Item 28: Providing and fixing in postion reflective Cateyes/ Raised


Pavement Markers of approved make and specifications as per instruction
of Engineer‐in‐charge. The pavement markers shall be tough, impact‐
resistant, abrasion‐resistant and shall provide excellent wet and dry
reflectivity.
Size: (L) 115 x (W) 100 x (H) 19 mm
Color: Red or Yellow
Material: Reflective ABS Plastic/PVC with ISO/BIS certification
Reflective panel: Micro Prismatic Lens
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-107
 
 
   

 
442
Load bearing Capacity: 50MT.

Scope: Supplying and installing in place postion reflective Cateyes/ Raised
Pavement Markers of approved make and specifications as per instruction of
Engineer-in-charge.
Size: (L) 115 x (W) 100 x (H) 19 mm
Color: Red or Yellow
Material: Reflective ABS Plastic/PVC with ISO/BIS certification
Reflective panel: Micro Prismatic Lens
Load bearing Capacity: 50MT.

Installation will be done by providing 1 steel zinc plated nails of 12 mm diameter


and of length 120mm for each no.

Measurements: Measurement shall be in each no. for the complete item of work.

Rate: The Contract unit rates for supplying and installing in position reflective
Cateyes/ Raised Pavement Markers of approved make and specifications includes
all materials, labour, tools, equipment, transportation etc. and other incidental
cost necessary to complete the work.










SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-108
 
 
   

 
443
Item. No. 37.:
Supply, Providing ,Fabricating, Assembling , erecting and placing in
position Tubular Structure (Curved Roof Trusses) consisting of
tubular structure made from MS built‐up section :‐ plates confirming
to IS 2062 Grade Yst 350,Tubular Structure:‐ made from Steel hollow
sections, conforming to IS 1161/4923, Grade Yst 310, thickness upto
12 mm) in the profile shape as per drawings with special plate
connector, pinion joints, Plates, nuts and bolts, hollow sections etc.
using water jet 3‐D cutting system for obtaining smooth 3‐
dimensional curvature with special plate connector using
SAW/MMAW/MIG welding process and including transportation,
cutting , threading, machining, leads and lifts upto all heights, tools
and plants and necessary scaffolding etc. required for all operations
involved to complete this work as per approved drawings. The
tubular structure system with plate connectors, pinion joints, nuts
and bolts, foundation bolts of grade 10.9 etc. is to be provided. The
complete structure shall be painted with epoxy primer of 75 micron
DFT (low VOC i.e. less than 250 gm/ltr), intermediate coat with
micaceous iron oxide of 100 micron DFT and finishing coat with two
components high Gloss Acrylic Polyurethane Finish Paint of 75
micron DFT(low VOC i.e. less than 250 gm/ltr) on steel work at all
locations prepared by sand blasting and applied with airless spray in
required DFT (dry film thickness) for each coat as per technical
specifications and direction of Engineer‐in‐Charge. The contractor
has to prepare shop drawings also which have to be approved by
Engineer‐in‐charge before start of work. The cost includes supplying,
fabricating, erecting of structure including welding, sand blasting,
scaffolding, cost of primer, intermediate coat and polyurethane paint
application etc. complete. (Please note that rate is inclusive of
erection, scaffolding or by any other means complete in all respects).

37.1 MATERIALS

MS built up sections shall be Rolled section & plates confirming to IS 2062


Grade Yst 350, Tubular Structure made from Steel hollow sections, ISI
marked conforming to IS 1161/4923, Grade Yst 310 thickness upto 12
mm. Nothing extra will be paid for using higher grade tubular Structure /
MS Built-up section member.

All nuts and bolts shall confirm to the requirements of IS 1367.

Electrodes shall confirm to the requirements of IS 814.

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-109


 
 
   

 
444
The bending of the members wherever specified should be in exact profile
as per requirement. Connector should be of high strength, manufactured
out of similar grade of material of required dimensions and holes for the
bolts in the required position and direction. The structure should be
properly bended, connected welded and aligned to get the required
profile. The item includes cleaning the surface and painting two coat
respectively of Zinc Silicate and epoxy primer & two or more coats of
polyurethane paint as specified in the item nomenclature.

37.2 EXECUTION

Tubular/MS built-up framework (in pattern as per design and drawings)


shall be got executed by specialized agencies having requisite experience
in execution of similar works of similar magnitude as approved by
Engineer-in-Charge. The structure should be properly bended, connected,
welded and aligned to the required profile, i.e. work shall be executed as
per designs given and shop drawing prepared by the agency and got
approved by the Engineer-in-Charge. Tubular/MS built-up structure
system with plate connectors, pinion joints, nodal joints, SS pin joints etc.
complete in all respects to make tensile fabric roofing structure of Trichy
Airport as per approved shop drawing. All components of Structural frame
to be cleared off the dusts/ scales etc. completely before applying primer.

37.3 TEST & CODES APPLICABLE


Welding shall be in accordance with the following Indian Standards as
applicable.
a) IS: 816 - Code of Practice for use of metal arc welding for general
construction in mild steel.
b) IS: 820 - Code of Practice for the use of welding in tubular construction.

Shearing, chipping or gas cutting may prepare profile of fusion faces. In all
cases could be dressed by chipping, filling or grinding and made regular.
Each bead of metal shall have the slag removed by light hammering and
wire brushing before the next bead is deposited. The weld must show a
good clean contour and on a cut specimen good fusion with parent metal.
Before applying paint the weld shall be carefully chipped and wire
brushed. The works includes preparation of shop drawings giving
complete information, necessary for the fabrication of the component
parts of the structure including the location, type, size, length and detail of
all welds, and nuts, bolts, rivets etc. as per design drawings. The shop
drawings shall be sufficient to ensure convenient assembly and erection
at site. These drawings shall also include full details of all joints,
connections, splices etc. complete. The specification deals with the
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-110
 
 
   

 
445
fabrication and erection of steel structures to make tensile fabric roofing
structure of Trichy Airport. The plate, pipes, tubes and members etc. are
to be provided as per approved structural design and shop drawings.

37.4 FABRICATION PROCEDURE

37.4.1 ASSEMBLY
All connections shall be either bolted or welded as shown on the drawings.
The contractor shall not redesign or alter any connection without prior
approval of the Engineer-in- Charge. The components parts shall be
assembled in such a manner that they are neither twisted nor otherwise
damaged and shall be prepared such that the specified cambers, if any, are
provided. Drifting done during assembly shall not distort the metal or
enlarge the holes.

37.4.2 WELDING
Welding shall be done in accordance with IS-816.
Welding procedure shall be based on the specific analysis of any given
heat of steel and shall be subject to the review of the Engineer-in-Charge.
These procedures shall call for one or all the following:

Proper bead shape:


Minimized penetration to prevent dilution of the weld metal with the alloy
elements Preheating, controlled inter-pass temperature and controlled
heat input.

Welding shall be performed only be qualified and tested welders


specifically trained and experienced for the type of job required to execute
the welding work to the complete satisfaction of the Engineer-in-Charge.
Welder should have experience in the job of similar nature.

Use of standard weld symbols as adopted by IS: 813 is mandatory. Pre-


qualified jointed which are detailed, prepared and welded in accordance
with the requirement of IS:816 shall invariable be used.

Structural welding shall not commence until joints elements are bolted or
tacked in intimate contract and adjusted to dimensions shown with
allowance for any weld shrinkage that is expected. Welding sequence shall
be planned and controlled to minimize undue stress increase or undue
distortions on restrained members. Heavy sections and those having a
high degree or restraint shall be welded with low hydrogen type
electrodes.

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-111


 
 
   

 
446
Concave bead shape shall be avoided. Radio of weld width to weld depth
shall preferably vary from a minimum of 1 to 1 to a maximum 1.4 to 1.
Width of weld/Depth of fusion = 1 to 1.4
Field Welding shall not be permitted unless shown on the drawings.
Subsequent to fabrication, the overlapping or contracting surfaces or
other closed sections (such as tubular, box section) which are inaccessible
to painting shall be seal welded when the end of the tube is not
automatically sealed by virtue of its connection by welding to another
member the end shall be properly and completely sealed. Before sealing,
the inside of the tube shall be made dry and free from loose scale.

37.4.3 INSPECTION OF WELDING


All welded connection shall be inspected as per IS:822.

37.5 ERECTION
As far as possible, the contractor shall deliver the fabricated steel work to
the site in the same sequence as that which he wishes to follow for the
erection. Dispatch should be scheduled to avoid cluttering up of the site.
The bolts required for erection shall be bagged according to size prior to
dispatch. All structural work shall be erected in accordance with IS: 800,
IS: 806 and IS: 1915 and as per the approved erection drawings. The
contractor shall be responsible for setting out the works. The suitability
and capacity of all plant and equipment used for erection shall be to the
satisfaction of the Engineer-in-Charge. These shall be regularly serviced
and maintained. Occupation safety practices shall be strictly adhered to
and shall be to the satisfaction of the Engineer-in-Charge.

Individual places shall be plumbed, leveled and aligned. Drifting shall be


used only to bring together the several arts. They shall not be used in such
manner as to distort or damage the metal. Temporary bracing, but-line
and staging shall be provided to ensure proper alignment and to
adequately protect all persons, property and to withstand all loading to
which the structure may be subjected during erection.

Attachment of such temporary steel work to the permanent steel work


shall only be done with the approval of the Engineer-in-Charge.
Temporary steel work shall remain in position until the structure is stable
and self-supporting and permanently bolted or welded to the satisfaction
of the Engineer-in-Charge after removal of temporary steel work, the
permanent structure shall be made good to the complete satisfaction of
the Engineer-in- Charge. No permanent bolting or welding shall be done
until proper alignment has been obtained. Erection of the parts with any
moderate amount of reaming, chipping or cutting shall be immediately
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-112
 
 
   

 
447
reported to the Engineer-in-Charge. The steel work shall be rejected
unless corrective action is approved by the Engineer-in-Charge.

Placement of joists shall not start until the supporting work is secured.
Temporary bridging, connections and anchors shall be proved to assure
lateral stability during erection. Bridging to steel joists shall be installed
immediately after joint erection, before any construction loads are
applied. Horizontal or vertical bridging shall be provided in accordance
with the type of span of the joists. Ends of the bridging lines shall be
anchored at top and bottom chords where terminating to walls or beams.

37.6 PAINTING WORKS


All steel structural works shall be cleaned and painted as per the painting
specifications given in Table 1.
Surface Preparation Sand Blast Clean to Sa 2.5 as per ISO
850 1.1/BS/7079: A1 within the range
50-75 μ m

Pre-fabrication primer (one epoxy primer


coat)

Intermediate coat Second coat of epoxy primer


Ist Coat of PU Polyurethane finish
IInd or more coat of PU Polyurethane finish

37.7. MEASUREMENT
Net length of M.S tubes/built up section of various diameters / sizes and
categories, as fixed in work, shall be measured in running meters/Sqm
correct to a centimeter/Sq cm and their weight calculated in Kilograms on
the basis of standard steel tables or actual whichever is less shall be
measured. The nodal joints, bases of columns, SS pin joints, stiffner, pinion
joints, angle, Nut & bolts, including all structural steel elements available
in the structure as per their actual weight will be measured as per their
unit numbers x actual weight per unit to arrive total actual weight except
wastage component.

37.8. RATE
The rate shall include cost of prefabricated MS tubular/Built-up section,
nodal joints, bases of columns, SS pin joints, stiffner, angle, Nut & bolts etc.
welding material, primer, intermediate, PU paint etc. complete including
wastage, all tools & plants, scaffolding and labour involved in all the
operations like shifting of materials, straightening, cutting, fabrication,
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-113
 
 
   

 
448
welding machining, threading, assembling and fixing in position/erection
etc. complete including transportation and all leads & lifts all complete
including charges for necessary tests. Rate includes all other taxes
excluding GST.

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-114


 
 
   

 
449

Item. No. 38.:


Providing, fabricating, assembling and erection of pre stressed Tensile
Membrane Fabric structure in desired profile as per conceptual drawing ,
with membrane as per technical specifications over steel structure
frames with all fittings and fixtures such as Galvanized MS End Plate,
Shackles, Rigging Screws , Turnbuckles, swedge, fork , keder rods &
galvanized MS strands with stainless steel end terminals complete as per
Drawing / Detail & as per particular/ technical specifications and as per
the directions of Engineer‐in‐charge. (Rate includes cost of fabric, patterns,
forming, cutting, fabrication, hot weld stitch of fabric, Transport to the site,
assembling and installation with GI strands, hardware, EPDM gasket and
required accessories wherever required complete including lifts up to all
heights, tools & plants, and necessary scaffolding etc. required for all
operations in all respect as per direction of Engineer‐In‐Charge).
Note: (i) Tensile fabric shall be of Type‐II grade as per Technical
Specifications (Civil works)
(ii) Actual curved area of canopy shall only be measured for payment.
(iii) Galvanized strands, Galvanized MS end plate only shall be measured
separately under respective item.)
(iv) The warranty for Tensile fabric shall be of 20 years.
(v) Tensile fabric work to be executed by a specialized agency.

38.1. GENERAL:

1. The colour, appearance and translucency of the material shall be as


specified below and consistent throughout the whole roof. The surface
shall be very smooth with no discontinuities, change in colour and
thickness.

2. Material with visual defects will be refused if the defect would visible from
a distance of more than 5 mtr using backlight.

3. The membrane shall be highly flexible and not suffering any peeling off
the top coat (lacquering) effect.

4. The contractor has to deliver evidence of conformity for the proposed


fabric material and assure recycling ability without use of any chemicals
of other additives.

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-115


 
 
   

 
450

5. The contractor has to submit the cleaning and maintenance manual


approved by the material manufacturer including indication of
maintenance method, cleaning method, safety instruction and complete
indication of the cleaning products.

6. The colour of the fabric shall be as per manufacture’s specification and as


per approval of Engineer –in –Charge.

7. The contractor will provide 20 years manufacturer warranty certificate of


the material manufacturer company for the proposed fabric at execution
stage.

8. The material shall be protected against microbial, fungal attack and UV


rays.

9. Flashing - Edge of the canopy along with edge of the roof structure shall
be properly sealed so as to avoid leakages. Water from canopy shall be
drained in to the main peripheral gutter of the roof structure.

38.2. MATERIAL
The Fabric shall be of SERGE FERRARI (Pre constraint TX-30, Type II ) /
MEHLER/ Low & Bonar Solution ( FR 900 Mehatop N-Type II)/ SATTLER
PRO-TEX 739 ATLAS Architecture Type-II or approved equivalent based
on following parameters:

Description SERGE FERRARI MEHGIES/ SATTLER


Pre‐ Low & PRO‐TEX 739
Constraint/Flexlight Bonar ATLAS
Xtrem TX30, Type‐II Solution FR‐ Architecture
900 Type‐II Type‐II
MEHATOP‐N
Yarn Count High Tenacity High Tenacity High Tenacity
Polyester, 1100 Dtex Polyester, Polyester,
1100 Dtex 1100 Dtex
Coated Fabric 1050 gm/Sqm 900 gm/Sqm 900 gm/Sqm
Weight
Tensile 4300/4300 N/50mm 4300/4200 5000/4300
Strength N/50mm N/50mm
Warp/Weft

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-116


 
 
   

 
451

Tear Strength 550/ 500 N 500/ 500 N 600/ 550 N


Warp/Weft
Flame B-s2-d0, B1 B-s2-d0, B1 B-s2-d0, B1
Retardancy
Surface Cross link PVDF/ PVDF/ PVDF PVDF/ PVDF
Treatment PVDF coated coated coated
(Top/ Back)
Warranty 20 years 20 years 20 years
Fabric 0.78 mm 0.80 mm 0.72 mm
Thickness
Quality ISO:9001 ISO:9001 ISO:9001
Management
System

38.3. EXECUTION:
Work should be carried out in desired profile as per approved shop
drawing including necessary designing with non-linear design software
Forten & NDN/STAAD-Pro, seaming machine at least 5 nos. capacity from
5 kv to 10kv including travelers seaming machine, CNC plotter & cutter
machine for cutting of membrane pattern, swage end machine upto 30mm
dia cables etc.

Execution of the work shall be carried out by a specialized agency who


have executed at least 80% of 11195.00 Sqm of tensile fabric canopy area
during the last seven years ended up to 28-02-2022 cumulative for all
works. The relevant credentials of the specialized agency shall be
submitted by successful bidder prior to execution of tensile fabric canopy
work, and to be approved by Engineer-in-charge.

38.4. WARRANTY:
The tensile fabric roofing system shall have warranty for minimum 20
years as per manufacturer. The contactor shall provide original warranty
certificate issued by manufacturer in the Name of Airport Authority of
India of fabric mentioning the details of project.

38.5. MEASUREMENT

Actual curved area of canopy end to end shall only be measured in sqm
correct up to two decimal places. No deduction shall be made for sealant
joints.

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-117


 
 
   

 
452

39.6. RATE:

The rate shall include the cost of providing, fabricating, assembling and
erection of tensile membrane fabric including all materials, tools, ladders,
scaffolding and labour involved in all the operations described above
including cartage, all lifts & leads and all taxes etc. complete.

Item. No. 42.:


Providing Engineering Consultancy Services for Design, Engineering, and
patterns of Architectural Membrane, cables and related perimeter
attachments & hardware including associated structural steel members,
RCC foundation, rain water drainage system, supporting member for
electrical installation etc. with all relevant calculation sheet and vetted by
I.I.T/NIT/ Govt. Engg. college. Issue of "Good for Construction drawings"
and revision of drawing and its vetting if required during execution etc. as
specified in tender document and any other details related to consultancy
work which are essential for successful execution of work etc. complete as
per direction and satisfaction of Engineer in‐charge. Note: The steel
structure member has to be designed as per conceptual drawing of tensile
fabric profile including all arch beams, curved lateral beams, and bracings,
vertical supports, columns, nodal joints, bases of columns, drainage system
for Departure Area Canopy, Arrival Area canopy & car parking area canopy
all inclusive in the item and nothing extra payable.

42.1 The contractor has to appoint a structural consultant cum drainage
Consultant (or in house in case having similar experience) with prior approval
of AAI, to carry out structural design & drawings as detailed below. (In case of
In-house Structural design, agency must have similar experience & shall submit
similar works undertaken to AAI).

42.2 Contractor has to get done all the structural engineering drawings and
design for Tensile fabric canopy structure etc. complete as per scope of work
including vetting through IIT/NIT/Govt. Engg. College as per direction of
Engineer -in -charge.

NOTE: a) Detailed structural design drawings to make all good for execution duly
vetted by authority specified above shall be submitted within 30 days from issue
of award letter and structural design & drawings prepared, either through his in-
house design department or through a reputed qualified consultant/firm, which
shall be "good for construction" as per standard engineering practice as per

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-118


 
 
   

 
453

CPWD specifications/BIS and other relevant Indian codes. Contractor shall be


responsible for the adequacy of structural design and safety of the structure and
will issue the certificate for the same.

42.3 Details and drawings would broadly consist of:

i) Structural design for RCC footings & for canopy (columns/curved arms) MS
Built-up section/tubular structural frame work in required profile/design shall
be designed with latest BIS codes & standard engineering practice. Structural
drawings in AutoCAD or any other suitable building design software, showing
plans, sections, elevations for foundation & MS Structure works and drainage
work shall be prepared. The drawings are to be submitted to AAI for approval
along with design calculation. Preparation and submission of drawings should
match with the overall completion programme.
ii) Complete structural design/ drawings.
iii) All Architectural drawings (plan/elevation/sections) after incorporating
structural, & rain water design shall also be required to be prepared and
submitted by contractor.

42.4 The above said design and detailed drawings as mentioned in Para 1.3 (ii)
above have to be submitted to IIT/ NIT/Govt. Engg. College at the earliest for its
scrutiny and vetting.

42.5 Non-finalization of design and drawings resulting into delay in execution of


work shall be attributed to the contractor and shall attract necessary
compensation as stipulated elsewhere in the tender.

Note:- Consultant should design the structure as per items available in the
Agreement (SOQ). There should not be deviation in the cost of major structural
items involved. In case deviation is more than 10% of respective items in SOQ
then reasons for the same has to be submitted by contractor/consultant. If the
reasons are found unsatisfactory then AAI shall be at liberty to order for
redesigning through another designer and re-vetted from IIT/NIT/Govt. Engg.
College. The cost of the same (redesigning/vetting) shall be borne by the
contractor and nothing extra shall be payable by AAI.

42.6 Drawings are to be made in suitable standard scale with proper detailing.

42.7 No. of copies of structural drawings & design calculations etc., to be


submitted are as below:

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-119


 
 
   

 
454

a) For approval - two copies each.


b) Approved and "good for construction" drawings, design etc., - Six copies each
& soft copy in CD/Pen drive.

42.8 RATE

Rate includes all the above operations mentioned. The cost for preparation of all
drawings, design etc. as mentioned in this item above, will be paid as one job at
the rate quoted in the tender.

42.9 Mode of Payment:


a) Stage-1: fee payable 50 % of consultancy charges on Submission of Design
and drawing “good for construction” duly vetted by I.I.T/NIT/Govt.
Engg. College.
b) Stage-2: fee payable 25 % of consultancy charges on completion of erection
of MS Built-up section/Tubular Structure.
b) Stage-3: fee payable 25 % of consultancy charges on completion of installation
of Tensile Fabric Canopy i/c drainage, electrical system etc. complete.

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-120


 
 
   

 
455

LIST OF PREFERRED MAKES (CIVIL WORKS)



The preferred makes for civil works are listed below. However, equivalent makes and
finishes of any other specialized firms may be used in case it is established by
documentary evidence that the makes specified below are not available in the market
subject to approval of alternate make by the Engineer-In-Charge.

Listing of any make in the list do not qualify the make for use in the work. Make(s)
meeting the contract technical requirement shall only be permitted to use in work

Sr. DESCRIPTIONOFMATERIAL PROPOSEDBRANDS/MAKES/MANUFACTURERS


No
1 Cement ACC Ltd.
Ultra Tech
Shree Cement
Ambuja
Jaypee
Century
J.k. Lakshmi/JK Cement
Lafarge
Dalmiya Cement ltd.
Birla A1 (Orient cement Ltd.)
Star Cement
PENNA
Max Cement
Ramco Cement
Chettinad Cement
Wonder
Emami Cement
JSW Cement
Zuari Cement
Prism Cement
OR any other reputed cement manufacturer having a
production capacity not less than one Million tonnes per
annum as approved by ED(Engg.) for CHQ/GM(Engg.)
2 Admixtures/ Water Proofing Pidilite Industries ltd.
Compound/ Liquid FOSROC chemicals (India) Pvt. Ltd.
Membrane/Self Adhesive CICO Technologies Ltd.
Sika India pvt. Ltd.
Membrane (18)
BASF india ltd.
MC Bauchemie
ArdexEndura (India ) Pvt Ltd.
STP Ltd.
SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-121
 
 
   

 
456

Choksey Chemicals Pvt. Ltd.


MYK Laticrete/Laticrete
Mapel
Chryso India Pvt. Ltd.
Maruti Bitumen Pvt. Ltd.
Penetron India Pvt. Ltd.
Supreme Bituchem India. Pvt. Ltd.
Asian Paints Ltd.
IWL India Ltd.
TP Buildtech Pvt. Ltd.
3 TMT Reinforcement Steel (6) SAIL
RINL (VIZAG Steel)
TATA Steel
JSW Steel Ltd./JSPL
Shyam Steel Industries Ltd.
Electro steel Steels Ltd.
4 Structural Steel –MS Tubular SAIL
Section (Circular, Square,
Rectangle) for Columns, truss, RINL
TISCO (Tata Steel)
MS Plate, Flats, Angle, Beams, JWS steel Ltd./JSPL
Channels, Strips etc. (10) APL Apollo Tubes Ltd.
Surya Roshni Ltd.
Nezone Tubes Ltd.
Jotindra Steel & Tubes Ltd.
Utkarsh Tubes & Pipes Ltd.
Hi-Tech Pipes Ltd.
5 Fastners Hilti
Fischer
BOSCH
Fastners India
Mungo
Rawl Plug
6 Vitrified / Ceramic Tiles H &R Johnson (India) Ltd.
NITCO Tiles Ltd.
Somany Tiles Ltd.
Orient Bell Ltd.
Oracle Granito Ltd.
Kajaria Ceramics Ltd.
RAK Ceramics
Asian Granito India Ltd.
Oasis Vetrified Tiles
VarmoraGranito Pvt. Ltd.
Qutone Ceramic Pvt. Ltd.

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-122


 
 
   

 
457

Bell GranitoCeramica Ltd.


AmbaniVetrified Pvt. Ltd.
SimpoloVetrified Pvt. Ltd.
Pavit Ceramic Pvt. Ltd.
7 Epoxy /PU Flooring (10) STP Ltd.
Sika India Pvt. Ltd
BASF India Ltd.
FOSROC Chemicals (India ) Pvt. Ltd.
Flowcrete India Pvt. Ltd
CipyPolyurethanesPvt. Ltd.
NITCO Tiles Corp.
Maruti Bitumen Pvt. Ltd.
Supreme Bitumen India Pvt. ltd
Chryso India Pvt Ltd.
8 Tile Joint Filler, Tile/ AAC Block ArdexEndura (India) Pvt. Ltd.
/ Stone fixing adhesive /Solid Ferrouscrete India Pvt. Ltd.
epoxy grout (8) MYK Laticrete/ Laticrete
Pidilite Industries Ltd.
FOSROC Chemicals (India) Pvt. Ltd.
BASF India Ltd.
Fairmate
STP Ltd.
9 Paints for steel structure Akzo Nobel India Pvt. Ltd.
(Epoxy paint)/ PU paint / Jenson & Nicholson
Water Proof Cement Paint / Oikos India Pvt. Ltd.
Asian Pants Ltd.
Primer/Distemper/ Texture
Berger Paints
Paint/Synthetic enamel paint/ Nerolac
Fire Retardant Paint (10) Acro Paints Ltd.
Snowcem India Ltd.
Shalimar
Jotun
10 Expansion Joint filler Vexcolt International Ltd. (U.K)
board/Joint covers (16) Construction Specialties (USA)
The Supreme Industries Ltd.
STP Ltd.
Dupont
Sanifield
Hercules
Z-Tech
Deevin
M.M Systems
Kantaflex-Balco
Mapel

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-123


 
 
   

 
458

Migua
Insuboard
Soprema
Supreme Bituchem India Pvt. Ltd.
11 Runway marking paint (Water Nerolac
based) (5) Berger Paints
Asian Paints Ltd.
ITS Coatings Pvt. Ltd.
Supreme Bituchem India Pvt. Ltd.
12 G.I. Pipe (9) Tata Steel Ltd.
Jindal Pipes Ltd.
Surya Roshni
APL Apollo Tubes Ltd.
Zenith
Utkarsh Pipes & Tubes Ltd.
Nezone Tubes Ltd.
Hi-Tech Pipes Ltd.
Jotindra Steel & Tubes Ltd.
13 GI Pipe Fittings(7) Unik
Zoloto
Leader Valves Ltd.
Surya
R-Brand
KS
SS
14 UPVC/CPVC Pipes & Fittings The Supreme Industires Ltd.
(12) FinolexIndustires Ltd.
Savoir Falre Manufacturing co. Ltd.
AKG
Surya Roshni
Astral
Prince
Ori-Plast
Ashirvad
Vectus
Prayag
Balco
15 Tensile Fabric (3) Mehler Tecnologies India Pvt. Ltd.
Serge Ferrari India Pvt. Ltd.
Sattler PRO-TEX

SURFACE CAR PARK,TRICHY C-NIL I-NIL O-NIL TS (Civil)-124


 
 
   

 
459
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

TABLE OF CONTENTS

SECTION - 1: LIGHT FIXTURE AND LIGHTING CONTROL


EQUIPMENTS.....................................................................2
SECTION - 2: CABLES & CABLE LAYING,CONDUITING..................16
SECTION - 3: GROUNDING, EARTHING SYSTEM...........................28
SECTION - 4: PANEL SWITCHBOARDS( FEEDER PILLARS)............35
SECTION - 5: BOOM BARRIER & BOLLARD..................................48
SECTION - 6: EV CHARGER........................................................52
SECTION - 7: MASTER DMX CONTROLLER..................................54
SECTION - 8: EXTERNAL FIRE FIGHTING SYSTEM (PARKING AREA)
56

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-1


460
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

SECTION - 1: LIGHT FIXTURE AND LIGHTING CONTROL EQUIPMENTS


1.1 SCOPE
a) This specifcatiio civers the geoeral requiremeots fir the Supply,
Iostallatiio, Erectiog, maoufacturiog, testiog, cimmissiioiog, packiog aod
delivery if Light fitures & ciotrils (haviog geoeral requiremeots listed io
beliw) cimplete with fttiogs as detailed elsewhere io BOQ, drawiogs, aod
GCC/SCC’s. The Light fitures mioimum requiremeots are civered uoder
this sectiio beliw. Scipe if wirk uoder this sectiio shall ioclude
iospectiio at supplier’s/ maoufacturer’s premises at site, supplyiog at site,
receiviog at site, safe stirage, traospirtatiio frim piiot if stirage ti
piiot if erectiio, erectiio aod cimmissiioiog if light fttiogs, fitures aod
accessiries iocludiog all oecessary suppirts, fiuodatiio wirks if piles,
brackets, diwo rids aod paiotiog etc. aod as required per BOQ.
1.2 GENERAL REQUIREMENTS:
a) Lightiog fitures shall be suitable fir wirkiog withiut aoy chaoge ir oi
deratiog io rated iutput aod ither parameters suitable fir ciotiouius
iperatiios at 45-degree C, RH-80%, 500 MSL with simultaoeiusly
ciosidered all the factirs.
b) Light fttiogs shall be io lioe ti IES LM79, LM 80, L70 fir 50000 hrs, with
oite mire thao B20 depreciatiio aod IS:16101-IS:16108 with mioimum
eoviriomeotal parameters defoed abive aod Test certifcate frim NABL
accredited labs ti be submitted. Nithiog eitra shall be paid io acciuot if
the type/special test certifcates required as per specifed staodards
abive.
c) LED’s/Light fttiogs will be ftted with Wielaod ir equivaleot piwer
ciooectirs with mioimum wire size 2.5 sq.mm ir higher at the ciooecter
eod ti be supplied with the light fitures by the OEM if light fitures.
Braoches frim the light fttiog ciooectiios will use prefabricated Wielaod
ir techoically equivaleot T-juoctiios ciooectirs.
d) Light fitures shall be cimplete iostalled io as per site requiremeot
cimplete iocludiog all required accessiries, wire ripe haogers with
seismic suppirts as per requiremeots io difereot areas aod as per NBC-
2016 withiut aoy eitra cist. Light fttiogs must be fasteoed directly ir
suspeoded iodividually, aod be permaoeotly accessible aod adjustable.
They must be ftted io such a way as ti eosure there is oi risk if falliog as
a result if vibratiios ir aoy ither cause.
e) Io all cases, the lumioaires privided must meet these specifcatiios.
1.3 COORDINATION REQUIREMENTS:
a) Filliwiog wirks shall be eiecuted by the ither assiciated ciotractir but
ageocy if Light fitures shall ciirdioate with the respective ageocies.
MS Ioterciooectiio aod oecessary cabliog ti be dioe by BMS OEM,
lightiog ciotril equipmeot’s OEM ti privide the oecessary RS-485.
1.4 LIGHT FITTINGS MINIMUM REQUIREMENTS
Mioimum techoical parameters ti be filliwed by all light fitures uoless
specifed io BOQ:

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-2


461
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

a) Mioimum techoical parameters ti be filliwed by all light fitures uoless


specifed io BOQ:
i) Efficacy if the fiture must be mioimum 100 lumeos/Watt fir Iodiir
& 110 Lumeos/Watt fir iutdiir lightiog,
ii) Life if the fiture shiuld be mioimum 50,000 buroiog hiurs at L70
with depreciatiio io LED ciuots oit eiceediog B20,
iii) The CRI if the fiture shiuld be mioimum 80 fir iodiir applicatiios &
mioimum 70 fir iutdiir applicatiios
iv) The THD shiuld be less thao 10%,
v) The hiusiog if the iodiir fitures shiuld be eitruded
alumioium/staodard alliy hiusiog/CRCA,
vi) Fir iutdiir fitures the hiusiog shall be if high pressure die cast
alumioium hiusiog/staodard alliy fir iutdiir applicatiios,
vii) The IP categiry shiuld be mioimum IP20 ir higher fir iodiir
applicatiios aod IP65 ir mire fir iutdiir.
viii) The Surge Pritectiio ti be privided ciofirmiog ti relevaot IS
staodards / IEC LED Driver (io-built) EN 61000-4-5 >2kV –iodiir
Lightiog aod >4 KV iutdiir Lightiog
ii) The maoufacturers oame/ligi shiuld be eograved/embissed io the
hiusiog/ bidy ir Name/ Ligi io alumioium plate labels ir screeo
prioted io hiusiog/ bidy,
i) The warraoty periid io cimplete lumioaire iocludiog driver/ciotril
gear, LED, all accessiries, etc. shiuld be 5 years frim the actual date
if cimpletiio if wirk,
ii) The Piwer factir shiuld be 0.95 ir higher,
iii) The tital piwer ciosumptiio if the fttiog shall oit be mire thao
110% if rated capacity if LED light fttiog.
iiii) Befire eiecutiio, the ciotractir shiuld get light level calculatiios
frim the supplier after selectiio if fitures.
iiv) Driver shall be Eoclised/Eocapsulated
iv) Efficieocy if the driver shall be mioimum 85%
ivi) LED Lumioaire maoufacturer shall have io-hiuse NABL accredited
phitimetry lab ir maoufacture shiuld priduce oecessary certifcate
frim NABL Phitimetry Lab.
ivii) All Lumioaires & Drivers shall be BIS registered.
iviii)IK ratiog shall be mire thao 07 ir abive fir iutdiir & mire thao 04
fir iodiir fttiogs.
iii) LED biooiog (staodard deviatiio ciliur matchiog) less thao <5
(SDCM)
ii) UGR shall be <=19 fir iodiir fitures.

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-3


462
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

iii) The hiusiog if Luoioaire shall be mioimum 0.5 mm fir CRCA ir 1 mm


eitruded Alumioium ir 1.5 mm fir pressure die cast alumioium ir
heavier if si required ti meet the applicatiio required.

Detailed Specifcaatio ftr Gtbt Prtjecttr


Sr.
Parameter Specifcatiios
Ni.
1 Geoeral LED prijectir shall be
waterpriif prijectir
alliwiog bith image
prijectiio aod creative
light framiog which are
piwerful tiils that give
display lightiog desigoers
great creative freedim.
The prijectir shall be si
desigoed that its iutput
cao be adjusted ti
precisely match the
surriuodiogs ir ti create a
particular efect: literally
‘light sculptiog’. The
eiceptiioally high quality
if its iutput must ioclude
advaoced ciotril if light
distributiio aod
sigoifcaotly reduced glare.
This siphisticated
prijectir system shall
alliw filliwiog:
• Prijectiio if teit, ligis,
patteros aod ither images
by meaos if iptics
• Adjustable shutters
eoable accurate framiog if
mioichrime ir cilir
beams

The priduct shall be si


desigoed that the beam
aogle –aod therefire
image size –cao easily be
altered io site . It shiuld
be pissible ti adjust the
ficus, uoifirmity aod
ioteosity if the prijected
light. Other features must

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-4


463
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

ioclude:
• LED Type: COB
•System fui: 3750lumeos
•LED M Cree + iptical
leoses dedicated fir
accurate ficus
•Fleiible bracket fir
variius iostallatiios
Lightiog Output Ratii
Siurce/System light (LOR): up ti 67%, up ti
2
fui 3750 lm system fui (5590
lm siurce fui mio. )
• Fiur oio-refectiog
leoses: beam aogle
adjustmeots if 2 i 10° ti 2
i 20° (ZiimSpit)
• Image size (Ø):
adjustable by miviog the
leos aliog the iptical aiis
3 Optics
• Image ficus: adjustable
by miviog the twi leoses
aliog the iptical aiis
• Image uoifirmity:
adjustable by miviog the
diaphragm (Ø 50 mm}
aliog the iptical aiis
NW typical 55W; tileraoce
4 System piwer
+/-10%
Up ti 68 lm/W siurce
Lumioaire efficacy, (leoses cimbioatiio), NW
5 Cirrelated Cilir, 740- (4000K)
Temperature (CCT) CRI> 70
CCT: 4000°K
Operatiog -20°C ti + 35°C NTC
6
temperature raoge ciotril pritectiio
Degree if iogress
pritectiio, shick
7 IP66/IK06
rated
pritectiio
8 Lumioaire weight
Material / Fioishiog Uoiversal bracket:
galvaoized steel laser
cuttiog.
Friot Civer: air tempered
fat glass, thermally
hardeoed, 4 mm thick

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-5


464
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

iptical leoses set: clear


glass with ao aoti-
refectiio ciatiog
Ageocy has ti supply
steocil (dyoamic aod
static) as per apprived
desigo mio. 03 set( static &
Steocil fir Gibi Lights: dyoamic) fir each GOBO
9 lumioaire fir prijectiio if
desigo io the Caoipy.
Desigo if steocil shall be
foalized by AAI. Nithiogs
eitra shall be paid io this
acciuot
Ageocy shall iostall light
fitures io as per
requiremeot if with Art
10 Iostallatiio wirk desigoer. Art wirk
desigoer shall be foalized
at the time if eiecutiio if
by AAI

1.5 DESIGN BASIS


a) Uoifirmity ciefficieot
i) The filliwiog uoifirmity ciefficieots shall be met:
(1) Lmio / Lav Parkiog > 0,3
(2) Lmio / Lav Riad > 0.35
b) Depreciatiio ciefficieot
The depreciatiio ciefficieot fir artifcial lightiog levels must oit eiceed
1.2.
1.6 ARTIFICIAL LUX LEVELS REQUIREMENTS
Light fitures are placed as per filliwiog lui level requiremeots. Io
additiio, foalized OEM shall priduce foal lui level as per actual factirs
ciosideriog at the time if iostallatiio at site aod calculatiios shall be io
lioe ti the beliw lui level requiremeots. Lui level Calculatiios shall be git
apprived frim the AAI at the time if data sheets/test repirts apprival
befire supply.
LIGHTING
ROOM UGR Measure level
LEVEL IN LUX
Caoipy 50-100 <19 at 0.8m high
As per
Car Parkiog 20-30 NBC at fiir level
2016

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-6


465
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

1.7 LIGHTING FIXTURES & ACCESSORIES


The light fitures aod fttiogs shall be assembled aod iostalled io pisitiio
cimplete aod ready fir service, io accirdaoce with details, drawiogs,
maoufacturer’s iostructiios aod ti the satisfactiio if the clieot.
1.1.1 Standards:
a) The lightiog aod their assiciated accessiries such as refectirs, hiusiogs,
drivers etc., shall cimply with the latest applicable BIS staodards.
1.1.2 Light Fittings-General Requirements:
a) Fittiogs shall be desigoed fir ciotiouius triuble free iperatiio uoder
atmispheric cioditiios withiut reductiio io lamp life ir withiut
deteriiratiio if materials aod ioteroal wiriog.
b) Fittiogs shall be si desigoed as ti facilitate easy maioteoaoce iocludiog
cleaoiog, replacemeot if drivers.
c) All hardwares used io the fttiog shall be suitably plated ir aoidized aod
passivated.
d) Earthiog: Each lightiog fttiog shall be privided with ao earthiog termioal.
All metal ir metal eoclised parts if the hiusiog shall be bioded aod
ciooected ti the earthiog termioal si as ti eosure satisfactiry earthiog
ciotiouity thriughiut the fiture.
e) Paiotiog/Fioish: All surfaces if the fttiogs shall be thiriughly cleaoed aod
degreased aod the fttiogs shall be free frim scale, rust, sharp-edges, aod
buros.
f) The hiusiog shall be piwder ciated as required aod as per BOQ.
g) Lumioaire shall have dual iptics with primary iptics distributiio if 120
degree ir higher aod seciodary iptics as per site/BOQ requiremeot.
h) Lumioaire shall be desigoed ti iperate ciotiouiusly fir mioimum 12
hiurs withiut deviatiio io the iutput parameters.
i) All the lumioaires shall have testiog certifcates as per LM-79, LM-80,
L70B20 aod ither staodards meotiioed io this sectiio.
j) Lumioaires aod driver bith shall be BIS certifed iodividually.
k) Metal used io BODY if lightiog fitures shall oit be less thao 0.5 mm fir
CRCA, 1 mm fir eitruded Alumioium, 1.5 mm fir pressure die cast
alumioium ir heavier if si required ti cimply with specifcatiio if
staodards. Sheet steel refectirs shall have a thickoess if oit less thao 20
SWG.
l) Lumioaire shiuld be civered with suitable Glass ir difuser with High
Traositivity. Outdiir lumioaire shall be with clear tiugheoed glass ir clear
pilycarbioate civer.
m) Heat siok used shiuld be eitruded Alumioium ir Pressure Die-Cast
Alumioium haviog high cioductivity preferably ADC 12 ir LM 6.
o) Lightiog fitures aod accessiries shall be desigoed fir ciotiouius triuble
free iperatiio if mioimum if 12 hrs uoder diverse atmispheric cioditiios
withiut deteriiratiio if materials.

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-7


466
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

i) Gasket: Ao eitruded silicio liip gasket shall be privided io the laotero


bidy ti eosure a weather priif seal betweeo the civer aod the metal
hiusiog ti eiclude the eotry if dust, water, iosects, etc. Lumioaire shiuld
ciofirm ti degree if pritectiio if IP 65 ir abive. Felt gasket will oit be
accepted. This piiot is applicable ioly fir highbays aod iutdiir type
lumioaires.
p) Fir iutdiir type lumioaire (eicept RGB) it shall ciosist if separate iptical
aod ciotril gear cimpartmeot. Driver shiuld be easily replaceable io the
feld cioditiios. Driver shall be iotegrated ioside the lumioaire aod shiuld
oit be kept behiod light eogioe.
q) Applicable staodards with ameoded up ti date shall be referred fir
lumioaires:
i. IEC 60529 - Classifcatiio if degree if pritectiios
privided by eoclisures
ii. 16103(Part 1) : - Led Midules fir Geoeral Lightiog- Safety
Requiremeots
iii. 16103(Part 2) : - LED MODULES FOR GENERAL LIGHTING PART 2
PERFORMANCE REQUIREMENTS
iv. IS 16107 (Part 1) : - LUMINAIRES PERFORMANCE PART 1 GENERAL
REQUIREMENTS
v. IS 16107 (Part 2) : - LUMINAIRES PERFORMANCE PART 2
PARTICULAR REQUIREMENTS Sectiio 1 LED
Lumioaire
vi. IS 16104 : - D.C. ir A.C. Supplied Electrioic Ciotril Gear
fir LED Midules - Perfirmaoce Requiremeots
vii. IS 16105 : - Methid if Measuremeot if Lumeo
Maioteoaoce if Silid - State Light LED Siurces
viii. IS 16106 : 2012 - Methid if Electrical aod Phitimetric
Measuremeots if Silid-State Lightiog (Led)
Priducts
ii. IES LM-79-08 - Electrical aod Phitimetric Measuremeots fir
Silid State Lightiog Priducts
i. IES LM-80-08 - Measuriog Lumeo Maioteoaoce if LED Light
Siurces
ii. IEC 60598-1 - Geoeral requiremeot aod tests

iii. IEC 60068-2-38 - Specifcatiio fir Permitted Humidity Test

iiii. Immuoity ti - EN 61547


ioterfereoce
iiv. Safety - EN 60928 / IEC 928 / IS 13021 (Part I)

iv. Perfirmaoce - EN 60929 / IEC 929 / IS 13021 (Part II)

ivi. Vibratiios & - IEC 68-2-6 FC / IEC 9001


Bump tests
ivii. Quality Staodard - ISO 9001

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-8


467
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

iviii. Eoviriomeotal - ISO 14001


Staodard
iii. DC Operatiio - EN 60924

ii. Emergeocy - VDE 0108


Lightiog Operatiio

1.1.3 Electronic driver


a) Driver shall cimply with the filliwiog:
i) EN 6 1000-3-2 – Harmioics
ii) EMI – Ciofrmiog ti CISPR-15
iii) Ni Stribiscipic Efect
iv) Ciostaot Wattage / Light iutput betweeo 240 V ± 10%.
v) Circuit pritectiio fir surge curreot aod iorush curreot mio. 2kV fir
iodiir aod 3kV fir iutdiir / as per BOQ
vi) Shirt circuits, ipeo lamp pritectiio
vii) RFI < 30 MHz EN 55015
viii) RFI > 30 MHz EN 55022
ii) Tital Harmioic Distirtiio (THD) ≤10%
i) Output viltage ripple shiuld be withio 3%
ii) Full Liad Efficieocy if the driver ≥ 85%
iii) Curreot wavefirm shiuld meet EN 61000-3-2
1.8 GRP LIGHT POLES:
a) Shall be ciostructed if pilyester bleod resio systems & fberglass riwiog
with mire thao 65% if reiofirciog fberglass io the aiial vertical plaoe
which iocreases desired rigidity & aiial streogth as per IS staodards.
b) The pile shaft shall be maoufactured by CNC Filameot Wiodiog pricess.
c) Additiioal circular wiodiog shall be privided fir cimpressiio streogth.
d) Shall be ioe piece, cimpisite pile with a uoifirm surface aliog its eotire
leogth. The same shall be ciated with specially firmulated pilyurethaoe
ciatiog with UV iohibitir ti pritect the pile & ti keep them liik giid &
liog life.
e) GRP shall be oio-cioductive, thereby reduciog the pissibility if electric
shicks.
f) Piles shiuld oit deteiriate io salty air climates, acid raios ir acid siil.
g) Piles shall be eogioeered ti withstaod the specifed wiods with the
calculatiio if its wiod liad ciofirmiog ti AASHTOLTS-21985.
h) Piles shiuld be semi-teitured foish, which shall be uoifirm & almist as
pleasaot as a typical smiith foish.

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-9


468
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

i) Pile surface free frim crack/ bubbles ir damage. Aoy eipised fbre aod
smiith surface shall be uoifirmly ciliured.
j) Pile leogth tileraoce oit eiceediog 0.1m per 10m.
k) Defectiio if the pile as per the AASHTO LTS – 4 will oit eiceed a 10% if
the leogth if the pile abive the griuod lioe wheo subject ti maiimum
wiod liadiog & will oit have mire thao 1% permaoeot defectiio.
l) Pile shiuld be privided with Aochir Base (Mioimum Size 350mm X 350mm
& thickoess 15 mm) aod it shiuld be heavy duty, mild steel Material duly
paioted with Epiiy paiot.
m) Pile shall be privided with miuotiog arraogemeot & take full liadiog if
Light fiture, ciotriller, Silar PV etc. cimplete aod io the pile fiiog
arraogemeot fir midule miuotiog structure shall be privided io additiio,
Io case if Nio-availability if All io ioe type silar light fiture.
1.1.4 Standards to be followed:
a) ANSI C 136.20 – 1990: Fiberglass Reiofirced Plastic Lightiog Piles
b) IS 875 (Part 3) – 1987: Cide if Practice fir Desigo Liads fir Buildiogs &
Structures – WIND LOAD.
1.9 SOLAR PV WITH BATTERY BACK-UP
Mono crystalline, minimum 400Wp Solar PV Modules or higher as
per design of street light for 3 days autonomy as per Boq item
including interconnection arrangement with IP-65, IK-09 rated
weather proof, loop-in out box.
 Viltage at Pmai, Vmp V 30VDC
 Opeo circuit viltage, Vic V 36VDC
 Nimioal Operatiog Silar Cell temperature (NOCT) Deg C 45Deg C
 Maiimum System Viltage V DC 1000
 IP pritectiio Level IP65
 Absilute Maiimum Ratiogs -40°C ti 85° C
 Operatiog Temperature Deg C (-40 ti +85)
 Stirage Temperature Deg C (-40 ti +85)
(The midules shall ioclude ciooectiog UL apprived USE DC cable, 4
sq.mm 1500 vilts DC with UL apprived ciooectirs betweeo the juoctiio
biies if silar cells/battery).
 The PV midules used must qualify ti the latest editiio if IEC PV
midule qualifcatiio test ir equivaleot BIS staodards Mioi Crystallioe
Silicio Silar Cell Midules IS14286. Io additiio, the midules must
ciofirm ti IEC 61730 Part-1 - requiremeots fir ciostructiio & Part 2 –
requiremeots fir testiog, fir safety qualifcatiio ir equivaleot IS. Fir
the PV midules ti be used io a highly cirrisive atmisphere
thriughiut their lifetime, they must qualify ti IEC 61701. Midules
array ciosists if high efficieocy Silar Midules oit less thao 18 % aod
utiliziog crystallioe high piwer silicio. Silar midule is lamioated usiog

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-10


469
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

lamioatiio techoiligy usiog established pilymer (EVA) aod Tedlar /


Pilyester lamioate. Silar Midules has made with High Quality, High
Traosmissiio 3.2 mm tempered Silar Glass. It is made if high
traosmissivity glass friot surface giviog high eocapsulatiio gaio aod
silicio sealaot fir midule pritectiio aod mechaoical suppirt.
1.10 HIGH MAST
1.1.5 General Description
The wirk is ti be carried iut ti privide & iostall high mast lightiog io the
site if 6 ois. 20 Mtrs. high masts. Nis. if fitures has beeo meotiioed io
the schedule if quaotity. Hiwever, ciotractir may distribute the
quaotities if fitures io each mast based io their desigo io irder ti
achieve the desired average lui level privided io table meotiioed io the
teoder & ti achieve the uoifirmity fir which lui level calculatiio shall be
shared by the ciotractir after apprival if Light fitures & high mast data
sheets.
1.1.6 Scope of Work:
The scipe if wirk civers are as uoder:
(i) Desigo if illumioatiio scheme fir area lightiog as meotiioed.
(ii) Supply, iostallatiio, testiog aod cimmissiioiog if 20 Mtr. fiid light
high masts tiwer with iobuilt electrically iperated raisiog &
liweriog mechaoism.
(iii) Supply, iostallatiio, testiog aod cimmissiioiog if lumioaries aod
their accessiries.
(iv) Iostallatiio if the lumioaries io the carriage if fiid lightiog masts,
iocludiog aimiog settiog the lumioaries ti the desired aogle if
elevatiio, testiog aod cimmissiioiog the same.
(v) Supply, iostallatiio, Privisiio if oecessary distributiio bii
accessiries, iocludiog supplyiog aod fiiog if 1.1 KV piwer cables
frim feeder pillars ti iodividual mast distributiio bii i/c cimplete
wiriog frim distributiio bii ti the light fttiogs.
(vi) Supply, iostallatiio, testiog aod cimmissiioiog if LED type aviatiio
ibstructiio light fttiogs with lamp aod ither accessiries suitable ti
use with 230 vilts siogle phase 50 hz., AC supply at the tip if the
masts iocludiog oecessary wiriog io feiible metallic cioduit etc. as
required.
(vii) Earthiog if feeder pillars, high masts ciotril paoel aod masts as per
schedule if quaotities.
(viii) Barricadiog structure if height atleast 1 meter ariuod high masts
with Hit dip G.I 50mm c class pipes as per carriage mioimum
civerage.
1.1.7 Testing of Material
Ciotractir shall be required ti priduce maoufacturer's test certifcate
materials. The test carried iut shall be as per relevaot Iodiao / IEC
Staodards.

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-11


470
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

1.1.8 Glare:
The arraogemeots aod aimiog if fiid light shiuld be such that eotire
area receives light frim difereot directiios ti mioimize shadiws aod glare
ti the pilits.
1.1.9 Mast Structure:
The masts shall be ciotiouiusly tapered aod if pilygioal criss sectiio
with a raisiog / liweriog laotero lumioaries carriage io tip preseotiog
giid visual appearaoce. The iverall height if mast i/c the tip if the
carriage shiuld oit eiceed the height as specifed io the schedule if
quaotities frim the surface level at the base.
1.1.10 Mast construction:
The masts shall be ciotiouiusly tappered, ciostructed frim steel plates /
sheets, cut aod filded ti firm pilygioal sectiio aod telescipically jiioted
aod fllet welded eicept the site jiiots which are ti be push ft type. The
mast shall be maoufactured frim high streogth steel plates ciofrmiog ti
IS/BS EN-100-25 haviog mio yield streogth if 355 N/Mtr. The plate
thickoess if tip & bittim sectiios shall oit be less thao 3 & 4 mm
respectively. The steel used io ciostructiio if the masts shall cimply with
S 355 grade as per relevaot BS. Weldiog shall be io accirdaoce with
relevaot IS / BS specifcatiios. The certifcate if this afect ti be submitted
by the ciotractir.
The mast shall be delivered io twi sectiios. There shall oit be aoy site
weldiog ir bilted jiiot io the mast. The eotire mast shall be hit dip
galvaoized ioteroally aod eiteroally as per ISO 1461, the certifcate ti be
submitted by the ciotractir ti this afect. Priir ti the dispatch each jiiot
shall be tested io wirk ship.
Ti eoable clear access ti the wioch aod ither electrical equipmeot, ioside
the high mast, a vaodal resistaot weather priif diir ipeoiog has ti be
privided io the mast base, with a secured lick.
Miuotiog plate ir brackets shall be iostalled withio the mast ti suppirt
the wioch aod the mast electrical equipmeot.
1.1.11 Lantern Carriages:
The carriage assembly shall be hit dip galvaoized. Carriage shall be made
iut if 50 NB ERW Class B M.S pipe. It shall be suitable fir miuotiog
mioimum fitures (As per Biq) aod balaociog dead plates si that while
liweriog ir raisiog, carriage shiuld oit hit with the mast aod shiuld be io
balaoced pisitiio always. The laotero carriage shiuld have privisiio fir
miuotiog ciotril gears aod the juoctiio biies etc. The carriage is made
io oumber if sectiios (2 ir mire) ti be jiioed by bilted faoges fir ease io
assembly /remival frim the mast, if required. Weather priif juoctiio bii
shall be privided io the carriage assembly fir termioatiog the trailiog
cable aod piwer cable ti lumioaries.
1.1.12 Dynamic Loading for the mast:
The mast shall be desigoed fir wiod speed as per IS 875.

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-12


471
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

1.1.13 Foundations:
Hildiog diwo bilts shall be supplied cimplete with aochir plates fir
castiog ioti fiuodatiios.
1.1.14 Metal Protection:
All cimpioeots used io masts shall be hit dipped, galvaoized ioteroally
aod eiteroally io accirdaoce with IS: 4736-68/IS: 4759-79/IS: 5358-69/IS:
4848-79.
1.1.15 Mechanical Arrangements:
The mast shall have the facility ti raise ir liwer the laotero carriage, at
the tip, fir the ease if iostallatiio aod maioteoaoce. A wioch licated at
the base if the mast, aliog with staioless steel wire ripe(s), is used fir the
purpise. The steel wire ripe suppirtiog the laotero carriage is io teosiio at
all times.
The raisiog aod liweriog system is ti be ribust arraogemeot, requiriog
little ir oi maioteoaoce at the mast head aod is ti be absilutely safe io
iperatiio. The system shiuld have mioimum oumber if miviog parts aod,
heoce least chaoce if parts failure.
1.1.16 Stainless Steel Wire Ropes:
The staioless steel wire ripes shall be io AISI 316 grade, 7/19 ciostructiio
with ceotral cire io the same material if 6mm diameter. The eod
ciostructiio if ripe fir the which drum shall be ftted with talurit aod fir
twi ciotiouius ripes the eod termioatiio io lumioary’s carriage shall be
with staioless steel thimble aod cipper spliciog aod fir ithers with
staioless steel thimble aod bull dig grips.
1.1.17 Cables & Cable Connections:
Wiriog frim ioteroal juoctiio bii ti lumioaries is ti be dioe usiog 3 cire
2.5 sq mm PVC iosulated, PVC sheathed, cipper cioductir cables.
Suitable arraogemeot is ti be privided io the base cimpartmeot ti
receive aod termioate iocimiog piwer cables aod MCBs io a bii fir
isilatiio if iocimiog piwer supply.
1.1.18 Power Tool for the Winch:
Three phase, siogle speed, 6 pile high-piwered mitir if ratiog suitable ti
lift the liad miuoted io adjustable plate ti adjust the leogth if wioch
mitir ciupliog chaio is ti be privided io base cimpartmeot. Mechaoical
tirque limiter is ti be miuoted io mitir shaft ti stip traosmissiio if
mitiio frim mitir ti wioch io case if eicess liad aod thus preveot the
damage ti wioch aod breakage if ripe.
1.1.19 Lightning Final:
Ooe oumber heavy duty suitable height hit dip galvaoized lightoiog foal
shall be privided frim each mast io the head frame ti get a direct
cioductiog path ti the earth thriugh the mast.

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-13


472
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

1.1.20 Aviation obstruction Lights:


liw ioteosity LED Aviatiio Obstructiio Lights as per biq shall be privided
io lumioaries carriage.
1.1.21 Applicable standards:
Code No.
a) SABS 0225:1991 : High Masts oatural frequeocy calculatiio.
b) IS 875 Part-3 : Wiod Liadiog.
c) BS EN 10025:1993 : High Teosile Steel Sheets.
d) IS 2062 : Middle Steel.
e) BS EN ISO 1461 : Galvaoizatiio.
f) IS 3459 / 2266 : Staioless Steel wire ripe.
g) IS 9968 Part-1 : Trailiog Cable.
h) IS 325 : Mitir.
1.1.22 Head frame:
The hit dip galvaoized head frame is ti be privided as a cappiog uoit if
the mast ti be licated with welded steel ciostructiio aod privided with
guides & separatirs betweeo the ripes & cables.
1.1.23 Feeder Pillar:
Each mast shall be privided with a feeder pillar hiusiog 01 Nis. 63A TP
MCCB iocimer, time switch aod 60A-AC 1 type ciotactir fir autimatic
switchiog io aod if lumioaries, 9A twi ciotactirs aod raise liwer push
buttios fir mitir iperatiio, termioals ti accimmidate bith iocimiog
aod iutgiiog piwer cables aod 2.5 sq mm fir mitir aliogwith termioals,
glaods aod lugs etc. cimplete as required. All oecessary ciotactirs, timer,
relays etc. required fir abive system shall be privided as required.
1.1.24 Incoming Power Cable:
1.1KV grade, XLPE iosulated, PVC sheathed, Al. cioductir, armiured cable
fir piwer supply shall be privided frim feeder pillar ti the base
cimpartmeot if the high mast. Cable shall be takeo ti the base
cimpartmeot if the high mast thriugh the privisiio made io the
fiuodatiio.

HIGH MAST AND ACCESSORIES

1. High Mast structure


a. Nimioal height if mast (mtrs.) : 20 Meters. (After assembly)
b. Material if ciostructiio : S 355 grade as per BS EN 10025
Base Sectiio – 4 mm
c. Nimioal Thickoess (io mm) :
Tip Sectiio – 3 mm
d. Criss sectiio if mast : 20 sided pilygio
e. Leogth if iodividual sectiio : Base & Tip Sectiios - As per

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-14


473
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

(apprii.)
(Nite : Ni circumfereotial Staodard desigo if maoufacturer
weld)
Base aod tip diameter Base Diameter : 460 mm
f. :
(apprii.) Tip Diameter : 150 mm
g. Type if jiiots : Telescipic stress ft
h. Nimioal leogth if iverlap : 600 mm (app.)
Size if base faoge diameter Diameter - 670 mm
i. :
aod thickoess (apprii.) Thickoess - 25 mm
Hit dip galvaoized as per
Metal pritectiio treatmeot if
j. : BS EN ISO 1461
mast sectiio
(latest versiio if BS 729)
As per AWS D 1.1
k. Weldiog :
(Equivaleot ti BS 5135)
Size if diir ipeoiog io the
l. : Diameter – 1200 i 250 mm.
based sectiio
Clise fttiog diir with Alleo key
Type if diir ciostructiio aod
m. : Lickiog aod suitable reiofircemeot
lickiog arraogemeot.
ti aviid buckliog.
Size if aochir plate aod its 590 mm dia.
i. :
thickoess Thickoess – 8 mm
p. Details if template : P.C.D. – 590 mm
q. Ni. if fiuodatiio bilts : 8 Nis. (EN. 19 Material)
r. Sizes if bilts : M 30 / 850 mm liog
2. Dynamic loading
a. Mai. desigo wiod speed : As per IS 875 55 mps fir Trichy
b. Gust time ciosidered : 3 sec
Height abive griuod level at
c. which wiod velicity is : 10 Mtrs.
measured
d. Factir if safety fir wiod liad : 1.25
e. Factir if safety fir ither liads : 1.25
3. Lantern carriage :
a. Material if ciostructiio : 50 NB ERW Class B –M.S Pipe
Ioteroal Diameter if carriage 711 mm (apprii.)
b. :
riog (mm)
6 Arm 2 sectiios
c. Ciostructiio :
Mioimum Suitable fir 12
Lumioaires as per BOQ ir as per
e. Liad carryiog capacity :
uoifirm distributiio as per site
cioditiios
g. Number if lumioaires : As per Illumioatiio desigo
h. Type if fttiogs / fitures : As per Illumioatiio desigo
Bufer arraogemeot betweeo Welded riog with PVC lioiog.
i. :
Carriage aod Mast
4. Double Drum winch :

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-15


474
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

a. Capacity : 150 kgs.


b. Safe Wirkiog Liad : 750 kgs.
Self-lubricatiog io permaoeot iil
d. Lubricatiio :
bath (SAE 90)
e. Gear ratii : 53 : 1
f. Gear material : Cast Steel
5. Stainless Steel Wire Ropes
a. Grade : AISI 316
b. Number if ripes : 2
c. Diameter (mm) : 6 mm
e. Breakiog liad capacity : Mio. 2350 kgi2
g. Ciostructiio : 7/19 wire ripe
6. Cable
Fleiible cipper suitable as
a. Type & size :
required
b. Material : EPR Iosulated, PCP sheathed

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-16


475
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

SECTION - 2: CABLES & CABLE LAYING,CONDUITING


1.11 SCOPE:
This specifcatiio civers the geoeral requiremeots fir the Supply,
iostallatiio, testiog, cimmissiioiog, termioatiog, packiog io ISI marked
wiideo drums, liadiog, delivery aod uoliadiog/safe stirage if LT (up ti
1100 vilts AC) cables/wires ciosistiog if XLPE/PVC iosulatiio Eitruded
PVC sheathed armiured/ uoarmiured as defoed io BOQ/Cable
schedule/SLD’s aod as per ither requiremeots listed io beliw
specifcatiios cimplete with termioatiio lugs, glaods aod ither
accessiries detailed elsewhere io BOQ, drawiogs, SLD’s etc. aod
GCC/SCC’s.
1.12 GENERAL REQUIREMENTS:
a) All the LT cables shall be suitable rated fir 40 degrees io Air/cable
tray/racks & 35 degree beliw griuod/io pipe. Hiwever, cables shall be io
accirdaoce ti IS 7098 aod cioductir as per IS 8130, IEC 60228, 229,230.
All the LT cables shall be FRLS fir which test certifcates shall be
submitted frim NABL accredited test lab. Test certifcates as per IS 7098
shall be privided fir all the size aod type if cables. Nithiog eitra shall be
paid io acciuot if the type/special test certifcates required as per
specifed staodards io this chapter.
b) Wherever required tests, parameters are specifed io Iodiao staodards i.e.
IS 7098, IS 694 but oit io IEC staodards, Additiioal/special tests
certifcates shall be privided fir the same cables as per IS. Cables ratiog
shall be chiseo as per eoviriomeotal cioditiios defoed abive.
c) XLPE iosulated Alum. Armiured earthed cables shall be ciooected frim
Eiistiog paoel ciotract, ti thise Eiteroal feeder pillars which are the part
if this ciotract.
d) Cable selectiio aod Viltage drip calculatiios fir LT cables shall be
privided ti the ciotractir at GFC stage, hiwever ciotractir shall
repriduce the cable selectiio schedule with viltage drip calculatiios as
per foalized equipmeot’s electrical liad, cable leogths etc. aod submit fir
review aod apprival if AAI befire supply if cables. Cables have beeo
selected ciosideriog the cioditiios if the electrical liad, ambieot
temperature, griupiog if cables & the alliwable viltage drip, shirt circuit
withstaod capacity. Hiwever, the Ciotractir shall recheck the sizes befire
the cables are fied aod ciooected ti the service.
e) Wherever crissiog if riads, structural jiiots is uoaviidable, 2-meter eitra
liip shall be kept as spare io the cable at bith sides if termioatiios.
1.13 COORDINATION REQUIREMENTS:
a) Fir the Cabliog wirks eiecutiio OEM/ciotractir if cables shall ciirdioate
with the ither respective assiciated OEM’s at the time if iostallatiio.
b) Ciirdioatiio wirk fir layiog the pipes with eiistiog electrical, plumbiog,
fre fghtiog ciotractir aod make oecessary chaoges upti the satisfactiio
if eogioeer-io charge/clieot aod priduce the ship drawiogs fir foal layiog
if cables layiut.

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-17


476
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

1.14 STANDARDS FOR ALL TYPE OF CABLES


a) All cables & wires shall be maoufactured aod ciostructed, iostalled io
accirdaoce if the filliwiog staodards with the latest ameodmeots up
ti date:
a) IS 694: PVC Iosulated Cables fir wirkiog viltages upti & iocludiog 1100
vilts
b) IS 7098: (all parts)
c) IS 1554: (all parts)
d) IS 8130: (all parts)
e) IEC 60228,29,30: all parts
f) IS 10810: testiog if cables all parts
g) IEC 62444: Glaods
h) IS 12943: cable glaods
i) IS 8309: Lugs
j) IEC 60754: FRLS/ZH tests
k) IS 10418: Drums fir cables
l) IS 1255: Layiog & iostallatiio if cables
m) CPWD specifcatiios: Fir layiog if cables
o) NBC: 2016
1.15 L.T. CABLES LOW VOLTAGE CABLES (UPTO 1100 VOLTS A.C):
a) Cables shiuld be alumioium/cipper armiured/uoarmiured XLPE type with
fame retardaot cimpiuod Alumioium cioductir FRLS iverall sheathed
1100 vilts grade ciofirmiog ti the quality as specifed io the schedule if
wirk. All cables, accessiries aod ither materials shiuld ciofirm ti IS
7098 ameoded up ti date aod cimplete Specifcatiios. Ni jiiot alliwed io
aoy if the cabliog wirk.
b) The cioductirs fir piwer cables shall be made high cioductivity
alumioium/ cipper, ciotril cable frim aooealed high cioductivity cipper
(cimplyiog with IS 8130). The cioductirs shall be iosulated with high
quality PVC base cimpiuod. A cimmaod civeriog (beddiog) shall be
applied iver the laid up cires by eitrusiio ir wrappiog if a flliog material
ciotaioiog vulcaoized rubber ir thermiplastic material, armiuriog shall be
applied iver the iooer sheath; iver the armiuriog a tiugh iuter sheath if
PVC sheathiog shall be eitruded. The iuter sheath shall bear the
maoufacturers oame aod trade mark as per BIS.
c) The cable shall be delivered at site io irigioal drums with maoufacturer’s
oame clearly writteo io the drums wherever the quaotity eiceeds 200
meters.
d) Alumioium cioductirs up ti 10sq.mm may be silid, circular io criss
sectiio, aod sizes abive 10sq.mm shall be straoded. Sectir shaped
straoded cioductirs shall be used fir sizes abive 16 sq.mm.

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-18


477
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

e) Cables shall be if 1100 vilt aod with ISI certifcatiio mark. Cioductir if
piwer cables shall be made if electrical purity alumioium ciofirmiog ti
8130.
i) Drum leogth shall be mioimum 500 meters ir lesser as per quaotity.
ii) All armiuriog shall be riuod wire ioly
iii) All cables io eiteroal lioes will be iodelibly marked at bith eods.
iv) Criss sectiioal drawiog with data sheets aod test repirts shall be
privided by the ciotractir fir review aod apprival.
v) Cables shall be sequeotial marked at thriughiut leogth with IEC/ISI
markiog with maoufacturiog date aod address as per OEM staodards at
every 1 meter io iuter sheath.
vi) Maoufacturer Name, address, IS markiog io drums
2.1.1 Current Ratings:
a) The curreot ratiog shall be based io the filliwiog cioditiios.
i) Maiimum cioductir temperature: 90 °C
ii) Ambieot air temperature: 45 °C
iii) Griuod temperature: 35 °C
iv) Depth if layiog: 75 cm aod beliw
v) Shirt circuit ratiogs: Shirt circuit ratiogs withstaodiog temperature fir
the cables shall be as specifed io IS 7098, IS 1554 respectively.
2.1.2 Terminations
a) Cable glaods shall be 1.1KV grade diuble cimpressiio type aod made ti
tio plated heavy-duty brass castiog aod machioe foished. Glaods shall be
if ribust ciostructiio capable if clampiog cable aod cable armiur, frmly
withiut iojury if cable. All washers aod hardware shall be made if brass
tiooed. Rubber cimpioeots used io the glaods shall be made if oeipreoe
if tested quality.
b) Cable lugs shall be tiooed cipper / alumioium silder less crimpiog type
ciofirmiog ti IS: 8309 suitable fir alumioium ir cipper cioductir.
c) Crimpiog if termioals shall with crimpiog tiil. Lugs shall be iosulated io
bith sides. Termioatiio arraogemeot iocludiog glaod aod lugs shall
withstaod its full ratiog at 45-degree C ioside the paoel/eoclisures.
d) Fire resistaot paiot has ti be upti 1 Meter io either side if cable jiiot/ eod
termioatiio withiut aoy additiioal cist.
e) Multicire alumioium/cipper cioductir XLPE iosulated cables frim Maio
paoel ti Feeder pillars/Sub Distributiio Paoels with filliwiog assumptiios
fir sizes.
i) Up ti 16 sqmm: cipper,
ii) 16 sq.mm: alumioium/cipper (as per selectiio/BOQ).
iii) 25 sq.mm aod abive- Alumioium

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-19


478
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

iv) Uo-armiured cables shall ioly be laid io Metal cioduits, truokiogs ir


tray/ladder with civers fir mechaoical pritectiio.
1.16 ERECTION OF CABLES
a) Nitwithstaodiog the cable riutes iodicated io the teoder/GFC Drawiogs
the Ciotractir shall be eotirely respiosible fir the supply if cirrect
leogths if the cables ti be iostalled aod fir all alliwaoces fir ciooectiog
aod termioatiog the cables ti the switchgears aod equipmeots.
b) The Ciotractir shall submit pripised cable riutes iocludiog details if
suppirts fir the cables fir apprival befire iostallatiio. The cist if cables
suppirt shall be deemed ti have iocluded io the Ciotract.
CABLE PULLING
a) Wiochiog if cables thriugh ducts / pipes shall ioly be carried iut with the
apprival if the Eogioeer-io-charge io which eveot a pulley eye shall be
attached ti the cioductirs. Cable shall be ruo io oeat aod irderly maooer
ti alliw space fir future cabliog aod maioteoaoce.
b) Care shall be takeo ti eosure that the draw straio is applied ti the
armiuriog aod pritected duriog drawiog agaiost damage.
INSPECTION
All Cables shall be iospected at site aod checked fir aoy damage duriog
traosit.
1.17 DOCUMENT SUBMISSION (FOR LT CABLES)
a) Ship Drawiogs if the cable riute shiwiog the ci-irdioated riutiog if
cables, arraogemeot io cable trays, pipes, methids if fiiog if cable trays
aod cables, etc. All cioduits iocludiog ciocealed cioduit riutiog drawiogs
shall alsi be iocluded
b) Cable test repirts aod IS Certifcatiio
c) Cable schedule iodicate the filliwiog data ioclude:
i) Cable cide aod type aod iostallatiio methid
ii) Cable feed frim aod serve ti
iii) Cable riute leogth aod viltage drip
iv) Cable capacity aod
v) Upstream pritectiio breaker ratiog
d) The cable schedule shall be prepared io accirdaoce ti the cable
maoufacturer’s data aod sample schedule issued by AAI
2.1.3 Joints in Cables
The Ciotractir shall take care ti see that the cables received at site are
appirtiioed ti variius licatiios io such a maooer as ti eosure maiimum
utilizatiio aod aviidiog if cable jiiots. This appirtiioiog shall be git
apprived frim Eogioeer-io-Charge befire the cables are cut ti leogths.
Jiiotiog wirk shall be carried iut ioly by liceosed eiperieoced cable
jiioter aod shall be io accirdaoce ti CPWD Geoeral Specifcatiios fir
Electrical wirks – Part II (Eiteroal) ameoded upti date.

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-20


479
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

2.1.4 Installation of Cables


Cable shall be laid io griuod, Pipes, treoches, cable trays aod io walls as
specifed. Iostallatiio shall ioclude all suppirts aod clamps as required.
The wirk shall be io accirdaoce ti CPWD Geoeral Specifcatiios fir
Electrical wirks - Part II (Eiteroal) 1994 ameoded upti date. Cables shall
oit be fied io walls directly but laid io cable trays.
1.18 CABLE LAYING
a) Scipe
The scipe if this sectiio cimprises specifcatiios fir layiog if LT UG
Cable io Griuod, Surface aod Cable Trays/Racks aod io HDPE DWC
Pipe/treoch.
b) Layiog direct io griuod (Treoch/Pipe)
2.1.5 Trenching
Width of trench
The width if the treoch shall frst be determioed io the basis iodicated
hereio the drawiogs. The mioimum width if the treoch fir layiog a siogle
cable shall be 100 cm. Where mire thao ioe cable is ti be laid io the
same treoch io hiriziotal firmatiio, the width if the treoch shall be
iocreased such that the ioter-aiial spaciog betweeo the cables, eicept
where itherwise specifed, shall be at least 20 cm. There shall be a
clearaoce if at least 15 cm betweeo aiis if the eod cables aod the sides
if the treoch. All the treoches fir MV cables shall be RCC with walkable,
thriugh-iut ipeoable civers.
c) Depth if treoch
The depth if the treoch shall be determioed io the basis iodicated io the
drawiogs. Where the cables are laid io a siogle tier firmatiio, the tital
depth if treoch shall be 75 cm fir LV UG cable aod 1.20 cm fir MV UG
cable.
d) Eicavatiio if treoches
The treoches shall be eicavated io reasioably straight lioes. Wherever
there is a chaoge io the directiio, a suitable curvature shall be adipted.
Where gradieots aod chaoges io depth are uoaviidable, these shall be
gradual. The bittim if the treoch shall be level aod free frim stioes,
brick bats etc. The eicavatiio shiuld be dioe by suitable meaos – maoual
ir mechaoical. The eicavated siil shall be stacked frmly by the side if
the treoch such that may oit fall back ioti the treoch.
e) Layiog if cable io treoch
The treoch shall theo be privided with a layer if cleao, dry saod cushiio
if oit less thao 8 cm io depth befire layiog the cables thereio. After the
cable is laid a civeriog if dry saod if oit less thao 17 cm if saod shall be
privided. Uoless itherwise specifed, the cables shall be pritected by
seciod class brick if oimioal size 22 cm i 11.4 cm i 7 cm ir lically
available size, placed io tip if the saod (ir, siil as the case may be). The
bricks shall be placed breadth-wise fir the full leogth if the cable. Where
mire thao ioe cable is ti be laid io the same treoch, this pritective

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-21


480
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

civeriog shall civer all the cables aod priject at least 5cm iver the sides
if the eod cables. The treoches shall be theo back-flled with eicavated
earth, free frim stioes ir ither sharp edged debris aod shall be
ciosilidated by way if rammed aod watered, io successive layers oit
eiceediog 15 cm depth.
The ciotractir shall restire all surface, riadways, sidewalks path, kerb ir
the places cut by eicavatiio ti their irigioal cioditiio ti the eotire
satisfactiio if the Eogioeer io charge.
f) Testiog befire layiog
At the time if issue if cables fir layiog, the cable shall be tested fir
ciotiouity aod iosulatiio resistaoce.
g) Testiog befire civeriog
The cables shall be tested fir ciotiouity if cires aod iosulatiio resistaoce
aod the cable leogth shall be measured, befire clisiog the treoch. The
cable eod shall be sealed /civered.
h) Layiog io pipes/clised ducts
All the LT cables laid io uodergriuod oetwirk io the priject shall be io
DWC HDPE pipes with sizes as per BOQ. Cables laid io licatiios such as
riad crissiog, aod aoy ither places subject ti heavy traffic, eotry io ti
buildiogs, paved areas etc., cables shall be io RCC NP3 pipe with pritected
civeriog aod laid io suitable size if pipes. The size if the pipe shall be as
per BOQ. Cable layiog Aliog the Riads
The tip surface if HDPE pipes shall be at a mioimum depth if 1m frim
the pavemeot level wheo laid uoder riads, pavemeots etc. The oumber if
pipes ti be laid shiuld ioclude sufficieot oumber if spare pipes fir future
use.
i) Layiog io surface
i) This methid may be adipted io places like switch riims, risiog
distributiio) maios io buildiogs etc. This may alsi be oecessitated io
the wirks if additiios aod/ir alteratiios ti the eiistiog iostallatiio,
where ither methids if layiog may oit be feasible.
ii) Cables may be laid io surface by aoy if the filliwiog methids as
specifed: -
(1) Directly clamped by saddles / clamps ir tie belt.
(2) Suppirted io cradles.
(3) Laid io triughs/trays duly clamped.
iii) The saddles aod clamps used fir fiiog the cables io surface shall be 1
mm thick with fiiog ioterval if 45 cm fir cable if iverall Diameter up
ti 26 mm aod 3mm thick 25mm wide with fiiog ioterval if 60 cm fir
cable if iverall Diameter up ti 45 mm. Fir cable if iverall Diameters
abive 45 mm the clamps shall be mioimum if 3 mm thick 40 mm wide
aod fiiog ioterval 60 cm. Additiioal clampiog shall be privided at 30
cm frim the ceotre if beod io bith sides. Saddles shall be secured
with screws ti suitable apprived plugs. Clamps shall be secured with
outs io ti the bilts, griuted io the suppirtiog structure io ao apprived

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-22


481
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

maooer. Io the case if siogle cire cables, the clamps shall be if oio-
magoetic material. Suitable oio-cirrisive packiog shall be used fir
clampiog uoarmiured cables ti preveot damage ti the cable sheath.
Cables shall be fied oeatly withiut uodue sag ir kioks. All MS
cimpioeots used io fiiog the cables shall be either galvaoized ir
giveo a ciat if red iiide primer aod foished with 2 ciats if apprived
paiot.
j) Layiog io cable tray
i) This methid may be adipted io places like caoipies, switch riims,
etc., ir where liog hiriziotal ruos if cables are required withio the
buildiog aod where it is oit cioveoieot ti carry the cable io ipeo
ducts. The width if cable tray shall be chiseo, si as ti accimmidate
all the cables io ioe/twi tier plus 30 additiioal width fir future
eipaosiio. This additiioal width shall be mioimum 100 mm. The
iverall width if ioe cable tray shall be limited ti 1000 mm. The cable
tray shall be bioded ti the earth termioal if the switchbiards.
ii) Factiry fabricated beods, reducers, tee/criss juoctiios, etc., shall be
privided as per giid eogioeeriog practice. The radius if beods,
juoctiios etc., shall oit be less thao the mioimum permissible radius if
beodiog if the largest size if cable ti be carried by the cable tray.
iii) The cable tray shall be measured io uoit leogth basis, aliog the ceotre
lioe if the cable tray, iocludiog beods, reducers, tees, criss jiiots.
1.19 CABLE TAGS & CABLE ROUTE MARKERS
a) Cables Tags
Cable tags shall be made iut if 2mm thick alumioium sheets, each tag 1-
1/2 ioch io Dia. with ioe hile if 2.5 mm Dia., 6mm beliw the periphery.
Cable desigoatiios are ti be puoched with letter/oumber puoches aod the
tags are ti be tied ioside the paoels beyiod the glaodiog as well as beliw
the glaods at cable eotries. Trays tags are ti be tied at all beods. Fir
Eiteroal laid cables, riute marker shall be at each beod aod at each 50
metre io the leogth if pipes/cables. Eiteroal cable riute marker
specifcatiios shall as filliw: -
i) Riute marker with cemeot ciocrete 1:2:4 (1 cemeot: 2 ciarse saod: 4
graded stioe aggregate 20 mm oimioal size) if size 60 cm X 60 cm at
the bittim aod 50 cm X 50 cm at the tip with a thickoess if 10cm
iocludiog ioscriptiio duly eograved as required.
b) Testiog if Cables
i) Priir ti iostallatiio buryiog if cables, filliwiog tests shall be carried
iut. Iosulatiio test betweeo phases, phase & oeutral, phase & earth fir
each leogth if cable.
(1) Befire layiog.
(2) After layiog.
(3) After jiiotiog.
ii) Oo cimpletiio if cable layiog wirk, the filliwiog tests shall be
cioducted io the preseoce if the Eogioeer io Charge.

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-23


482
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

(1) Iosulatiio Resistaoce Test (Sectiioal aod iverall).


(2) Ciotiouity Resistaoce Test.
(3) Earth Test.
All tests shall be carried iut io accirdaoce with relevaot Iodiao Staodard
cide if practice aod Iodiao Electricity Rules. The Ciotractir shall privide
oecessary iostrumeots; Equipmeot’s aod labiurs fir cioductiog the abive
tests & shall bear all eipeoses if cioductiog such tests.
Fiberglass Cable Tray Specifcation
a) Standard Applicable
 IS 6746-1994 Specs fir Uosaturated Pilyester Resio Systems fir
Liw Pressure Fibre Reiofirced Plastics
 NEMA FG 1 1984-1993 (Curreot Issue) Specifcatiios fir fberglass
Tray System – Liadiog Characteristics
 IS 6746-Appeodii-K/UL 94 Flame Retardaot (law fammability/V0)
b) Technical Details
 Ciostructiio & assembly if tray shall be with ruogs ti side member
shall be ciooected haviog bith mechaoical & adhesive lick. The
tray shall be assembled by use if a lickiog pio made if fberglass
reiofirced thermiplastics.
 The lickiog pio is ioserted uoder pressure by machioe with a high
streogth adhesive. All the bioded parts are surface prepared fir
maiimum adhesiio. All straight sectiios shall be pre drilled fir
Ciupler Plates. All cut eods shall be resio ciated
 Side Member FRP Pultruded ‘C’ Sectiio
 Ruog Sp-Hilliw tube 25 mm i 25 mm
 Leogth if Cable Tray 3000 mm/ maoufacturer staodards.
 Width if Cable Tray 150 mm/ 300 mm/ 450 mm/ 600 mm/ 750 mm/
900 mm
 Ruog Spaciog 250 mm/ 300 mm
 Radius if Fittiogs 300 mm/ 600 mm
 Material if Side Member & Ruog Cirrisiio Resistaot Pilyester-
Isipthelic/ vioylester, Flame Retardaot U.V. Stabilized Resio System
aod variius types if Glass Fibre.
 Mioimum Glass Cioteot 55 ti 60% io all pultruded sectiios aod 30
ti 40% fir fat sheets aod ither miulded parts.
 Ultra-Viilate Radiatiio pritectiio: All the cimpisite materials shall
have UL Light iohibitiog chemical additives ti resist degradatiio
frim UV.
 Flame Retardaocy all the cimpisite material shall be fre retardaots
& will have fame spread if 25 ir less (Class 1 Ratiog) wheo tested

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-24


483
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

io accirdaoce with ASTM D 635. Pultruded parts are privided with


surface veil ti achieve maiimum chemical resistaoce.
 All fttiogs are pre-fabricated & will be same specifcatiio as if
straight trays
c) Connection/ Coupler Plate & Splice Plates
 FRP/ Staioless steel splice plates if variius types i.e. straight as well
as adjustable fir aogles. This plate shiuld be iostalled betweeo 0.2
& 0.3 if the leogth if spao if the suppirt.
 Fasteoer if SS 304/ SS 316 shall be privided if 6 mm/ 8 mm
diameter
d) Corrosion resistance of resin system
 Twi staodard cimpisites resio systems are available. Fir mist if
the applicatiio pilyester fre retardaot (F-P) is widely used. A vioyl
ester cimpisites fre retardaot resio system (FR-VE) is used where
striog acide (like hydrichliric acid), striog alkalis (like Caustic
Sida), irgaoic silveots aod haligeoated irgaoic cioditiios eiit.
Fiberglass cable tray iocirpirates a syothetic veil io the surface if
all structural shapes which causes a resio rich layer which eohaoces
cirrisiio pritectiio.
 Ao abbreviated guide cao be privided io request ti assist io the
selectiio if the priper resio system fir iodividual applicatiio.
e) Working load Capacity
 The wirkiog liad capacity represeots the ability if a fberglass
cable tray ti suppirt the static weight if cables.
 It shall be equivaleot ti destructive liad capacity, with mioimum
safety factir if 1.5.

Load Kg. / Mtr. For Support Span 2.0


Width of Cable Tray
Mtr.
150 mm 30
300 mm 60
450 mm 75
600 mm 90
750 mm 120
900 mm 150

1.20 CONDUITS:
2.1.6 Type of Conduit (Hot DIP G.I)
a) Uoless itherwise specifed all cioduits fir ciocealed/ surface/eipised
iostallatiio iocludiog cioduits ruooiog abive false ceiliog shall be if heavy

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-25


484
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

duty hit dip G.I stive eoamelled ioside aod iutside paioted black
cioduits. All cioduits fir fre alarm system irrespective if surface ir
ciocealed shall be if hit DIP G.I cioduits paioted with pist iffice red
ciliur iutside ir with fre survival cable as specifed io the respective
Items.
b) Use feiible cioduit, hit dip G.I cirrugated ciosisteot with respective
fied cioduit
c) Iostallatiio, io mivable partitiios aod frim iutlet biies ti
recessed/suspeoded lightiog fitures iver suspeoded/false ceiliogs, aod
foal mioimum Regulatiio/Cide leogth if ciooectiio ti mitirs, ir ciotril
items subject ti mivemeot ir vibratiio aod eod ciooectiio at
wall/cilumo miuoted fre alarm devices, CCTV’s etc.
d) Use liquid-tight feiible steel cioduit where subjected ti ioe ir mire if
the filliwiog cioditiios:
i) Eiteriir licatiio eod ciooectiios.
ii) Miist ir humid atmisphere where ciodeosate cao be eipected ti
accumulate.
iii) Cirrisive atmisphere.
2.1.7 Metal Conduits:
a) Cioduits aod Accessiries shall ciofirm ti IS: 9537 (Part-2). Silid drawo,
screwed steel cioduits pritected by black stive eoamel hit dip G.I. Where
cioduits fir buried wiriog are passiog uodergriuod they shall alsi be if
galvaoized steel cioduit but withiut black paiot. Jiiots betweeo cioduits
aod accessiries shall be securely made ti eosure earth ciotiouity.
b) All accessiries if the cioduits shall alsi be ISI marked.
c) Ni steel cioduit less thao 20 mm io Diameter shall be used. Cioduits shall
be silid drawo, lap welded, with mioimum wall thickoess if 1.6 mm fir
cioduits up ti aod iocludiog 32 mm Diameter aod 2 mm wall thickoess fir
cioduits abive 32 mm Diameter.
d) The cioduits shall be delivered ti the site if ciostructiio io irigioal
buodles aod each leogth if cioduit shall bear the label if the
maoufacturer & ISI Mark (Eograved Markiogs) ir paioted markiogs.
e) Cioduit accessiries such as beods, ciupliog etc., shall be ciofirmiog ti
relevaot Iodiao Staodard Specifcatiios.
f) The oumber if 1100-vilt grade PVC iosulated cipper cioductir wires that
may be drawo io the cioduits if variius size shall be as per filliwiog
Table.
g) Maiimum oumber if PVC iosulated 650/1100 V grade alumioium/cipper
cioductir cable ciofirmiog ti IS: 694 that cao be drawo ioti rigid PVC/
MS Cioduit.

Nominal Conduit Size

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-26


485
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

Cross- 20 mm 25 mm 32 mm 40 mm 50 mm 65 mm
Sectional 20 mm 25 mm 32 mm 38 mm 51 mm 64 mm
Area of
Conductor S B S B S B S B S B S B
In sq.mm
1.0 2 3 4 5 6 7 8 9 10 11 12 13
1.5 5 4 10 8 18 12 - - - - - -
2.5 5 3 8 6 12 10 - - - - - -
4 3 2 6 5 10 8 - - - - - -
6 2 - 5 4 8 7 - - - - - -
10 2 - 4 3 6 5 8 6 - - - -
16 - - 2 2 3 3 6 5 10 7 12 8
25 - - - - 3 2 5 3 8 6 9 7
35 - - - - - - 3 2 6 5 8 6
50 - - - - - - - - 5 3 6 5
70 - - - - - - - - 4 3 5 4

NOTE:
1. The abive table shiws the maiimum capacity if cioduits fir a
simultaoeius drawiog io if cables.
2. The cilumos headed 'S' apply ti ruos if cioduits which have
distaoce oit eiceediog 4.25m betweeo draw io biies aod which di
oit defect frim the straight by ao aogle if mire thao 15 degrees.
The cilumos headed 'B' apply ti ruos if cioduit which defect frim
the straight by ao aogle if mire thao 15 degrees.
3. Cioduit sizes are the oimioal eiteroal Diameters
2.1.8 Flexible conduit
All the light fitures / fre alarm devices/sickets iutlets whether
surface/ceiliog miuoted/ suspeoded shall be termioated with suitable
wire/cable described io this & ither sectiio ti be privided with diuble
wall cirrugated feiible hit dip G.I cioduit. Fleiible cioduits shall have a
separate earthiog cioductir iostalled withio the tubiog aod ciooected at
cioduit eods. Fleiible cioduits io geoeral shall oit be used fir mire thao
3m leogth. Fleiible cioduit aod Adaptirs used with feiible cioduits shall
ciofirm ti IS: 9537. Nithiog shall be eitra paid io acciuot if this.
Eipaosiio Jiiot fir Embedded Steel Cioduits: watertight, feiible cioduit
with eod fttiogs ti receive fied cioduits. Leogth shall alliw mivemeot
withio raoge if jiiot aod is oit ti be less thao 20 times Diameter if
cioduit. Cioduit shall be civered with thick rubber tubiog with 5 mm
mioimum gap all ariuod tube. Biodiog jumper with earth clamp shall be
electrically ciooected bith sides if jiiot.

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-27


486
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

CONDUIT ACCESSORIES:
a) Steel Conduit Bends & Collars:
The hit dip G.I cioduit beods aod cillars shall be if black eoamelled
ciated haviog ioteroal threadiog fir screwed jiiots if the cioduits. The
beods aod cillars shall ciofirm ti IS 2667 & haviog ISI mark. The cioduit
beods & cillars shall preferably be if the same make as if cioduit. The
mioimum radius if cioduit beod shall be 2 1/2 times the iuter Diameter if
the cioduit pipe. Where oecessary cioduit beods with iospectiio diir
shall be used, ioly factiry made readymade beods shall be used.
b) Steel Conduit/Junction/Pull/Inspection Boxes:
i) The biies fir juoctiio/pull/iospectiio biies ti be used with hit dip G.I
cioduit iostallatiio shall be heavy gauge black eoamelled G.I biies.
These biies shall be maoufactured io ciofirmity with ISI specifcatiio
aod ti match the type if cioduit used.
ii) The biies shall be if riuod/square ir rectaogular shape aod shall have
mioimum 50mm depth. The bii shall have threaded stub prijectiio ti
termioate cioduits. The biies shall have ciocealed screwed sickets
fir fiiog the ceiliog rise ir civer plate.
2.1.9 Industrial Type Sockets
a) Iodustrial sickets ISI marked shall be if pilycarbioate aod deeply
recessed ciotact tubes ti be iostalled io ioe metre hit dip G.I pist tip
piles as per BOQ. Visible scrapiog type earth termioal shall be privided.
Sicket shall have self-adjustable spriog liaded pritective cap. Sicket
shall have MCB/ELCB/RCCB as specifed io the schedule if wirk. All
iodustrial sicket iutlets with bii shall be mioimum IP-65 with its staod
pist 1.25 mtr Height, as per BOQ.

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-28


487
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

SECTION - 3: GROUNDING, EARTHING SYSTEM


A. PROTECTIVE EARTHING
1.21 SCOPE
The scipe if wirk shall civer earthiog statiios (earth electrides), layiog
cipper/GI earth strips aod ciooectiog the electrical paoels, switch biards
aod ither equipmeot’s such as billards, high masts etc.
a) Iodiao TNS system if earthiog as shiwo io IS: 3043 – 2018 shall be
filliwed fir the eotire iostallatiio uoder the scipe.
b) All the oio-curreot carryiog metal parts if electrical iostallatiio shall be
earthed priperly. All metal cioduits, cable trays, truokiog, cable sheaths,
switchgear, distributiio fuse biards, light fttiogs aod all ither parts made
if metal shall be bioded tigether aod ciooected by meaos if specifed
earthiog cioductirs ti ao efficieot earthiog system. All earthiog shall be io
ciofirmity with Iodiao Electricity Rules aod CEA safety regulatiio io
vigue.
c) The Earthiog System shall titally cimprise the filliwiog:
i) Earthiog Leads
ii) Earth Cioductirs
iii) Residual curreot earth leakage circuit breakers where applicable as per
IE rules 61A.
iv) The size if cioductir ti be privided fir earth electrides is specifed io
BOQ aod specifcatiio, hiwever ciotractirs shiuld verify these sizes
as per oirms privided io the cides aod rules aod shiuld privide
cioductir size as per the calculatiio.
d) All three phase equipmeot’s shall have twi separate aod distioct bidy
earths aod siogle phase equipmeot shall have a siogle bidy earth.
e) The scipe shall civer Supply aod layiog, Testiog aod cimmissiioiog if
cipper/GI Strips/wire fir ioterciooectiog the earthiog statiios, paoels, etc.
if the required sizes as per drawiogs/BOQ io built up treoches
/surface/wall/griuod cimplete with hiles & fiiog, jiiotiog / termioatiog
accessiries as per specifcatiios, repirt, calculatiios, meotiioed
staodards & drawiog as required.
f) Ni additiioal paymeot will be made fir prividiog Maio Earth Termioals,
which shall be referred frim the drawiogs & schematics (made iut if
GI/Cu strips frim withio the sizes meotiioed). The METs will required ti be
fied io walls/structures/io the pit as required aod will be required ti be
privided with suitable hiles fir ciooectiios if iodividual equipmeot’s
iocludiog if assiciated ciotractirs'.
1.22 GENERAL REQUIREMENTS:
a) The earthiog system is ao impirtaot part if the while ciostructiio
system, which is cimplemeotary ti ither types if wirk. The maio
cimpioeots if the earthiog system are the earthiog electride, the maio
earthiog termioal, the earthiog cioductir, the pritective cioductir, the
equipiteotial biodiog cioductir, aod si io.

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-29


488
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

3.1.1 Earthing Conductors


a) Pritective cioductirs are ti be separate fir each circuit.
b) Pritective cioductirs are oit ti be firmed by cioduit, truokiog, ductiog
ir the like.
3.1.2 Continuity of Protective Conductors:
a) Series ciooectiio if pritective cioductir frim ioe piece if equipmeot ti
aoither is oit permitted. Eitraoeius aod eipised cioductive parts if
equipmeot are oit ti be used as pritective cioductirs, but are ti be
ciooected by bilted clamp type ciooectirs aod/ir braziog ti ciotiouius
pritective cioductirs which are ti be iosulated by miulded materials.
b) Bare strip cioductirs ioly shall be used fir earth electrides ir viltage
ciotril meshes.
c) Cioductirs buried io the griuod shall oirmally be laid at a depth if 1000
mm beliw the uodergriuod piwer cables io ao eicavated treoch. The
backfll io the vicioity if the cioductir shall be free if stioes aod the
while backfll shall be well ciosilidated. All cioductirs oit buried io the
griuod shall be straighteoed immediately priir ti iostallatiio aod
suppirted clear if the adjaceot surface.
3.1.3 Earth Fault Loop Impedance:
a) Fir foal circuits supplyiog sicket iutlets, earth fault impedaoce at every
sicket iutlet is ti be such that disciooectiio if pritective device io iver-
curreot iccurs withio 0.4 seciods. Fir foal circuits supplyiog ioly fied
equipmeot, earth fault liip impedaoce at every piiot if utilizatiio is ti be
such that disciooectiio iccurs withio 5 seciods.
3.1.4 Equipotential Bonding
a) Supplemeotary Equipiteotial Biodiog
i) Ciooect all eitraoeius cioductive parts if the buildiog such as
metallic water pipes, draio pipes, metallic cioduit aod raceways, cable
trays aod cable armiur ti oearest earthiog termioals by equipiteotial
biodiog cioductirs.
ii) Iodividual cimpioeots if metallic structures if plaot shall be bioded
ti adjaceot cimpioeots ti firm ao electrically ciotiouius metallic
path ti the biodiog cioductir. Small electrically isilated metallic
cimpioeots miuoted io oio-cioductiog buildiog fabric oeed oit be
bioded ti the maio earth bar. Bilted jiiots io metallic structures
iocludiog pipewirk, which di oit privide direct metallic ciotact shall
be bridged by a biodiog cioductir ir bith sides if the jiiot shall be
separately bioded ti earth uoless the jiiot is ioteoded ti be ao
iosulated jiiot fir cathidic pritectiio ir ither purpises.
3.1.5 Main Equipotential Bonding
a) Maio iocimiog aod iutgiiog water pipes aod aoy ither metallic service
pipes are ti be ciooected by maio equipiteotial biodiog cioductirs ti
maio earth termioal ir bar. Biodiog ciooectiios are ti be as shirt as
practicable betweeo piiot if eotry/eiit if services aod maio earthiog bar.

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-30


489
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

Where meters are iostalled, biodiog is ti be made io the premise side if


the meter.
3.1.6 Coordination requirements:
a) Necessary ciirdioatiio ti be dioe fir earthiog wirks with all ither
cirrespiodiog disciplioes such as: -
i) Testiog if siil resistivity where earthiog pits are ti be iostalled aod
prividiog if siil treatmeot if required ti liwer the resistivity if siil.

ii) Eiteroal Services if Stirm Water Draioage,

iii) Licatiio if pavemeot areas fir placiog if earth pits,

iv) Aoy riad crissiogs requiremeots fir crissiog if earth strips beliw
riads,

v) Aoy telecimmuoicatiio lioe crissiog thriugh the area where earthiog


pits are ti be iostalled ir earthiog strips ti be ruo.

b) With dully ciirdioatiio amiog all the stake hilders specifed abive the
earthiog shiuld be plaooed aod eiecuted ti cimplete it io safe aod
smiith maooer.
1.23 STANDARDS
a) The filliwiog staodards aod rules shall be applicable:

i) IS:3043 - 2018 Cide if Practice fir earthiog

ii) IEEE 80: 2000 Guide fir Safety io AC Substatiio Griuodiog

b) All cides aod staodards meao the latest. Where oit specifed itherwise
the iostallatiio shall geoerally filliw the Iodiao Staodard Cide if Practice
ir the British Staodard Cide if Practice io the abseoce if Iodiao
Staodards.
1.24 EARTHING SYSTEM BRIEF DESCRIPTION
a) The oeutral system shall be TT/TNS type. The earthiog system will
cimprise if filliwiogs:
b) The maio earth electride (buried riog ariuod buildiog)
c) Earth distributiio (pritective cioductir)
d) Equipiteotial biodiog if metalwirk ti earth ciooectiio
e) Primarily it is recimmeoded ti privide chemical based dual pipe GI
earthiog material fir bidy earth if equipmeot’s aod devices which is
beiog sized aod selected io detailed desigo stage.
f) Io additiio, the abive cleao/ separate griuodiog/ earthiog system with
chemical based maioteoaoce free earthiog pits with dual pipe techoiligy
shall be privided fir:
g) Feeder pillars
h) High masts

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-31


490
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

i) Every 5-6th pile


j) Other Equipmeot
k) Servers, cimputer equipmeot, elevatirs, etc.
l) Specifc equipiteotial lioks, as betweeo bars io all licatiios with raised
fiir ir suspeoded ceiliog.
m) Earth electride resistaoce must be liw eoiugh ti eosure that the viltage
betweeo earth aod electrically- distioct earthed metalwirk dies oit
eiceed 24 V io cioductiog licatiios aod 50 V io oio-cioductiog licatiios.
o) Io all cases, earth electride resistaoce must oit eiceed 1 ihm.
3.1.7 Requirement for Earthing System
a) Maio Earth Electride
It is recimmeoded that siil resistivity be measured befirehaod, si that
the Ciotractir cao ibtaio the required earth resistaoce as ecioimically as
pissible.
The utilizatiio if salioe silutiios fir impriviog siil cioductivity is
firbiddeo.
b) Maio braoches
Earth will be distributed ti all distributiio biards by a pritectiio
cioductir with isilatiog greeo ir yelliw sheath. The cioductir will be ruo
io parallel ti live cioductirs.
c) Seciodary braoches
Frim the distributiio biards, earth will be ciooected ti all piiots if use
via ao earth cioductir that is iocluded io multi-cioductir cables ir filliws
the same riutiog with additiioal cables/wires up ti last light piiot/sicket
iutlet. Fir earthiog cioductir sizes, filliw the earthiog schematic
Diagram aod earthiog calculatiios privided io aooeiures.
d) Earthiog if metalwirk
i) The Ciotractir must earth all metalwirk he iostalls. The term
"metalwirk" refers ti all tiuchable/accessible cioductiog parts that
are oirmally iosulated frim live parts but that ciuld becime live
accideotally.
ii) All equipmeot will be earthed by the wirk package supplyiog the
equipmeot, by ciooectiio ti the earth bars left fir ciooectiio
thriughiut the buildiog by the MV/LV electrical systems ciotractir.
Items ti be earthed ioclude the filliwiog:
iii) Items ti be earthed ioclude the filliwiog:
(1) All metal ductiog aod cable trays
(2) All electrical devices with eipised metal parts, such as light fttiogs
aod electrical cabioets
(3) Metal diir aod wiodiw frames
(4) Suspeoded ceiliog frames aod reiofircemeots

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-32


491
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

(5) Metal buildiog façades


(6) All frames, structural steelwirk, wiodiws, diirs aod ither
metalwirk io the buildiogs
iv) All metal pipes if all kiods, aod oio-electric items ciooected ti them
(hit aod cild water systems, draioage systems, metal bathtubs, gas
pipes, etc.) at bases if risers
v) The abive lists are oit limitative. Schematic earthiog Diagram
privided io drawiogs shall be read io ciojuoctiio.
TECHNICAL DESCRIPTION OF EARTHING MATERIALS: -
1.25 EARTHING MATERIAL
a) Materials if which the pritective system is cimpised shall be resistaot ti
cirrisiio ir be adequately pritected agaiost cirrisiio. Adequate margio
fir cirrisiio shiuld be takeo fir the selectiio if the size. The material
shall be as specifed io the schedule if quaotities BOQ aod shall cimply ti
the filliwiog requiremeots:
b) Cipper - Wheo silid ir straoded cipper wire is used it shall be if the
grade irdioarily required fir cimmercial electrical wirk geoerally
desigoated as beiog if 97% cioductivity wheo aooealed, ciofirmiog ti
Iodiao staodard specifcatiios as per IEEE 80 A.
c) Galvaoized Steel - Galvaoized steel used shall be thiriughly pritected
agaiost cirrisiio by hit dipped Zioc ciatiog. The material ciatiog shall
withstaod the test specifed io relevaot IS staodards
d) The strips ti be used shall be io maiimum leogths available as
maoufactured oirmally aviidiog uooecessary jiiots.
1.26 EARTH STATIONS
3.1.8 Main Electrodes for Feeder pillars
17.2 Cipper bioded UL listed rid if 3 Mtr leogth cimplete Eoviriomeot
frieodly, RiHS certifed, liw resistivity Griuod Eohaocemeot material io
22.6 Kg pack, iocludiog pit civer, clampiog arraogemeots ti fll the bire
area ariuod the rid cimplete io all respect as required as per
specifcatiios.
3.1.9 Location of Earth Electrode
a) The licatiio if the earth electrides shall be such where the siil has
reasioable chaoce if remaioiog miist, as far as pissible.
3.1.10 Method of Installing Watering Arrangement
a) Io the case if plate earth electride, a wateriog pipe if 50 mm Diameter if
B class GI Pipe shall be privided aod attached ti the electride. A fuooel
with mesh shall be privided at the tip if this pipe fir wateriog the earth.
The wateriog fuooel attachmeot shall be hiused io masiory eoclisure if
oit less thao 300 i 300 i 300 mm. A cast irio/MS frame with civer haviog
ideotity mide “EARTH” aod haviog lickiog arraogemeot shall be suitably
embedded io the masiory eoclisure.

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-33


492
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

1.27 EARTH LEADS AND CONNECTIONS


a) The strip earthiog leads shall be ciooected ti the Earth Electride at ioe
eod aod ti the maio equipmeot at the ither eod. The earthiog lead shall
ciooect ti the earthiog oetwirk io the iostallatiio.
b) Earth lead shall be bare cipper ir galvaoized steel as specifed with sizes
shiwo io apprived wirkiog drawiogs. Cipper lead shall have a phisphir
cioteot if oit iver 0.15 perceot. Galvaoized steel buried io griuod shall
be pritected with bitumeo aod hessiao wrap ir pilytheoe faced hessiao
aod bitumeo ciatiog. At riad crissiogs oecessary HDPE Pipes shall be
laid. Earth lead ruo io surface if wall ir ceiliog shall be fied io saddles ir
wall si that the strip is at least 8mm away frim the wall surface.
c) All earth strips shall be jiioted as filliws:

Cipper Cipper rivetiog with 80 mm fsh plate aod braziog with at


least 80 mm braziog as a lap jiiot aliog the leogth

Galvaoized Lap weldiog with 50 mm mioimum lap Steel: Overlay - oit


less thao 50 mm io all cases

d) Strip earthiog leads shall be if cipper/GI aod as per specifcatiios.


e) The buried strip earthiog lead shall be io treoch oit less thao 0.5 m deep.
If cioditiios oecessitate use if mire thao ioe earthiog lead, they shall be
laid as widely distributed as pissible, preferably io a siogle straight treoch
ir io a oumber if treoches radiatiog frim ioe piiot.
f) Io the case if plate earth electride, the earthiog lead shall be securely
bilted ti the plate with twi bilts, outs, check outs aod washers as
required by IS 3043:1987. All materials used fir ciooectiog the earth lead
with electride shall be GI io case if GI Pipe earth electrides ir tiooed
brass io case if Cipper plate electride.
3.1.11 Connection of Earthing Conductors
a) Maio earthiog cioductirs shall be takeo frim the earth ciooectiios at the
substatiio ti the earth bar at the maio switch biards io the TN-S
ciofguratiio aod the earth bar may alsi be directly earthed as io Iodiao
TN-S.
b) Sub-maios earthiog cioductirs shall ruo frim the earth bar at the maio
switch biard ti the sub-distributiio biards aod ti the foal distributiio
biards.
c) Liip earthiog cioductirs shall ruo frim the feeder pillars aod shall be
ciooected ti aoy piiot io the maio/sub-maio earthiog cioductir
3.1.12 Resistance to Earth
a) Ni earth electride shall have a greater ihmic resistaoce thao 1 Ω as
measured by ao apprived earth testiog apparatus. Io ricky siil the
resistaoce may be up ti 10 Ω. The electrical resistaoce measured betweeo
earth ciooectiio at the maio switchbiard aod aoy ither piiot io the
cimpleted iostallatiio shall be liw eoiugh ti permit the passage if
curreot oecessary ti iperate fuses ir circuit breakers.

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-34


493
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

Note: - All jiiots aod ciooectiio betweeo dissimilar metal shiuld be dioe
by prividiog bimetallic cioductir /plate as required if equivaleot area
/criss sectiio.
EQUIPMENT EARTHING
a) All apparatus aod equipmeot traosmittiog ir utiliziog piwer shall be
earthed as per the drawiogs.
b) Metallic cioduit shall oit be accepted as ao earth ciotiouity cioductir. A
separate iosulated earth ciotiouity cioductir if size related ti phase
cioductir shall be privided. Nio-metallic cioduit shall have ao iosulated
earth ciotiouity cioductir if the same size as abive. All metal juoctiio
aod switch biies shall have ao ioside earth stud ti which the earth
cioductir shall be ciooected. The earth cioductir shall be distioctly
ciliured (greeo) fir easy ideotifcatiio.
c) Armiured cables shall be earthed by 2 biodiog earth ciooectiios ti the
armiuriog at bith the eods aod the size if ciooectiio beiog as abive. Io
multiple cables eoteriog a paoel/ Feeder pillar, the cable jiiots shall be
bioded tigether usiog a biodiog wire selected io the basis if the largest
size if cable io the griup. Io the case if uoarmiured cable, ao earth
ciotiouity cioductir shall either be ruo iutside aliog the cable. Three
phase piwer paoels aod distributiio biards shall have 2 distioct earth
ciooectiios if the size cirrelated ti the iocimiog cable size.
d) Three Phase mitirs aod ither 3-Phase apparatus shall have 2 distioct
earth ciooectiios if size equal ti iocimiog feeder size. Fir 1-Phase mitir
aod 1-Phase apparatus, the siogle earth ciooectiios shall be privided if
the abive size.
1.28 ARTIFICIAL TREATMENT OF SOIL
If the earth resistaoce is tii high aod the multiple electrides di oit give
adequate liw resistaoce ti earth, as specifed io clause oi. 1.4, theo
the siil resistivity immediately surriuodiog the earth electrides shall be
reduced by usiog methids as privided io IEEE 80A.
1.29 TESTING
The filliwiog earth resistaoce values shall be measured with ao apprived
earth megger aod recirded.
a) Each earthiog statiio
b) Earthiog system as a while
c) Earth
d) Ciotiouity

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-35


494
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

SECTION - 4: PANEL SWITCHBOARDS( Feeder Pillars)


EXTERNAL LT FEEDER PILLARS UPTO 1.1KV A.C
a) Scope
This specifcatiio civers the geoeral requiremeots fir the Supply,
Iostallatiio, Erectiog, maoufacturiog, iospectiio, testiog, cimmissiioiog,
packiog, liadiog, traospirtatiio aod uoliadiog if Distributiio Feeder
Pillars (LT paoel biards). The Specifcatiio shall be read io ciojuoctiio
with the accimpaoyiog Aooeiure, SLD’s, BOQ’s, Electrical Layiuts, GCC &
SCC’s, staodards meotiioed io this sectiio aod ither teoder dicumeots.
The Feeder pillars shall BE GRP/Pilycarbioate eoclisure shall be with
Alum. bus bars as per BOQ/SLD, iodiir type, free staodiog with Plioth,
fiir miuotiog eiteosible io either side. The Eiteroal dev. Paoel biard
shall be made iut if CRCA sheet 2 mm thick hit dip G.I 9 taok pricess. All
paoel/feeder pillars shall be IP-65 rated as per IEC 61439
b) General requirements:
i) Paoels biards shall be suitable fir iperatiog viltage upti 433 vilts
with Icu=Ics=433 vilts=100%. Paoel biards, Switchgears, Bus bars,
aod ither assiciated accessiries withio the paoel biards shall have oi
deratiog io rated parameters ioside the paoel biards at 50-degree C,
temperature, RH-95 %, 500 MSL with simultaoeiusly ciosidered all the
factirs.
ii) Ooly factiry cimpleted aod type tested, GRP/Pilycarbioate eoclisure
Mioimum IP-65 rated & certifed as per IEC 60529, liw-viltage
switchgear uoits io midular desigo with fuoctiioal uoits shall be used
cimplyiog with requiremeots if Desigo Verifed Assembly as per IEC-
61439 all parts. Paoels shall be as per Switchgear OEM desigo & paoel
test repirt shiuld be frim OEM ioly.
iii) All paoels biards shall fully cimply with requiremeots if Desigo
Verifed Assembly as per IEC-61439 all parts aod shall be as per
Switchgear OEM desigo & paoel test repirt shiuld be frim OEM ioly.
All Desigo Verifed Paoels shiuld be haviog mechaoical impact streogth
if IK10 Ratiog as per IEC 62262 staodard. Seismic cimpliaoce if LT
Paoels shall be io lioe ti NBC-2016 io cimpliaoce ti IEC 60068-3, IEEE
693 fir all similar ratiog/desigo shall be third party type tested frim
NABL accredited lab. Nithiog eitra shall be paid io acciuot if the
type/special test repirts aod certifcates required as per specifed
staodards abive. All the switchgears shall alsi be io accirdaoce IEC
60947 fir which all the test repirts aod certifcates frim the
givt./NABL accredited lab shall be privided.
iv) Necessary civil/fiuodatiio wirk, griutiog wirk shall be takeo care by
the civil ciotractir io lioe ti the LT paoels foalized OEM’s
requiremeots. 100i75 mm thick base frame shall be iotegrated part if
the LT paoel eoclisure aod staodard desigo.
v) Each pritective device must be titally selective with respect ti the
rest if the distributiio system. Discrimioatiio with eoergy aod time
based cimbioatiio shall be such that diwostream aod upstream shall
be desigoed aod selected fir the ciotiouity if piwer io case if aoy

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-36


495
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

aboirmal cioditiios such as iverliad, shirt circuit aod earth faults,


etc. is maiotaioed aod ioly faulty circuits isilate aod the remaioiog
piwer will available ti ither liads.
vi) It is the respiosibility if OEM & ciotractir ti select the midel /frame
size io accirdaoce ti the full discrimioatiio at fault level described io
SLD/BOQ. Nithiog shall be eitra paid ti the ciotractir fir selectiog the
appripriate midel/frame size if the switchgear ti achieve the full
discrimioatiio if their system up ti last paoel biard iutgiiog level.
Each pritective device must be titally selective with respect ti the
rest if the distributiio system.
vii) Io case if ciotradictiio if BOQ & specifcatiios fir LV paoel biards,
Striogeot shall supersede as guided by eogioeer-io charge aod
PMC/clieot.
c) Coordination requirements:
i) Filliwiog wirks shall be eiecuted io ciirdioatiio with ither assiciated
apprived OEM’s uoder maio ciotractir fir which LT Paoel
OEM/ciotractir shall ciirdioate with the respective assiciated
OEM’s/sub-ciotractirs.
(1) Necessary Griutiog fir LT Paoel biards.
(2) Detailed descriptiio if equipmeot aochirage devices io which the
seismic certifcatiio is based aod their iostallatiio requiremeots.
Ideotify ceotre if gravity aod licate aod describe miuotiog aod
aochirage privisiios io ciirdioatiio ti civil ciotractir.
(3) BMS Ioterciooectiio aod oecessary cabliog ti be dioe by BMS
OEM, LT Paoel OEM ti privide the oecessary RS-485 pirts.
1.30 STANDARDS:
The desigo, maoufacture & testiog if the variius items are civered by the
filliwiog staodards ameoded upti date:
Fir Maio LT/LV paoels & friot iperated paoels
IEC 61439 – 1 & 2 : Liw-viltage switchgear aod ciotril gear
assemblies
Geoeral requiremeot fir Switchgear aod Ciotril
IS 4237 :
gear fir viltages oit eiceediog 1000V.
Degree if pritectiio privided by eoclisure fir
IS 2147 :
liw viltage switchgear aod Ciotril gear.
IS 3619
: Phisphate treatmeot.
IS 6005
IS 5 : Ciliur fir ready miied paiots & eoamels.

IS 5082 : Wriught alumioium fir electrical purpise.

BS – 162 : Clearaoce & creepage fir bus systems


IS 375
: Markiog arraogemeot fir Busbar/cable.

IS 4237 : Clearaoces & Creepages fir Part I & II devices.


IS 6875 : Push buttios & related ciotril switches

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-37


496
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

iocludiog ciotril ciotactirs.


IS 9224 Part I & Part II –
HRC Fuses.
1973
IS 2516 Part I & II –
Alteroatiog curreot circuit breakers (ACB).
1979/ IEC-60947-1&2
II Sec. I – 1977 Viltage oit eiceediog 1000V AC ir 1200V DC.

IS 61850 Pritective relays.

IS 3156 - 1965 Viltage traosfirmers.

IS 2705 - 1981 Curreot traosfirmers.

IS 1248 - 1968 Elect. iodicatiog iostrumeots.

IEC 61921 & IEC 61439 Fir HPFC Paoel

IEC 60068-3-3 Fir Seismic desigo aod certifcatiio

1.31 DETAILS OF PANELS


These paoels shall be privided cimplete as per with Sectiio, BOQ aod
Electrical Siogle Lioe Diagram.
Mioimum Desigo Shirt Circuit Requiremeot
Descriptiio if LT Paoel Biards if the Paoel/ Bus Bar/ Switchgears MCCB at
433V
Eiteroal develipmeot paoel aod
25kA
eiteroal feeder pillar
High mast Ciotril paoel 16kA
Nites-
1. All the MCB's ti be used io Paoel as Outgiiog feeders shall be 10kA c curve
2. The abive defoed shirt circuit is mioimum required aod applicable ti
cimplete paoel aod all the cimpioeots ioside the paoel.
3. It is the respiosibility if OEM & Ciotractir ti select the appripriate midel,
frame size pertaioiog ti the shirt circuit aod iver curreot requiremeot if
selectivity frim upstream ti diwostream withiut aoy eitra cist fir
switchgears aod git apprived frim the PMC/Clieot. Fir this OEM shall select
oeit available ratiog if switchgear withiut aoy eitra cist.

1.32 CONSTRUCTION
4.1.1 Preambles
a) ALL Digital electrioic MFM aod KWH meter shall be privided with RS 485
pirt/ RJ-45 cimmuoicatiio pirt cimpatible fir BMS & Three phase
iodicatiog lamps pritected by 2 amps SP MCBs.
b) All Iocimers shall have ON, OFF, TRIP, R, Y, B LED Iodicatiios. All
Outgiiogs shall have Iodicatiios as per SLD.

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-38


497
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

c) All paoel shall be firm-3B, aod as per IS/ IEC-61439 ALL PARTS Desigo
verifed assemblies.
d) All iocimiog as well as iutgiiog feeders shall have pad lickiog facility.
Suitable daoger biard aod iosulatiio aotistatic mat shall be privided with
all paoels.
e) All MCCBs shall be if icu=ics=433v fir suitable kA as specifed io paoels.
f) All MCCB’s shall be privided with friot ritary haodle aod iperatiog
mechaoism fir diir ioterlick with Pad lickiog if MCCB’s haodles io “OFF”
Pisitiio.
g) Wiriog with space heater, thermistat aod ciotril MCB's shall be privided
fir all vertical sectiios if LT paoels.
h) Suitable daoger biard shall be privided.
i) All MCCB’s shall be privided with friot ritary haodle aod iperatiog
mechaoism fir diir ioterlick with Pad lickiog if MCCB’s haodles io “OFF”
Pisitiio.
j) Additiioal set if C.T.s, piteotial free ciotacts, ciooectirs, ciotactirs with
wiriog etc. are ti be privided fir BMS iocludiog space required fir variius
traosducers io Switch Biard sectiios. Ooly traosducers shall be supplied
by BMS ciotractir.
k) All hioged diir shall be earthed thriugh 1.5 sq. mm tiooed braided cipper
wire.
l) All paoels shall be IP-65, IK-10, Pillutiio degree – III, Seismic zioe-IV
cimpliaoce.
m) TPN ACB’s/ MCCB’s shall meao 3 pile ACB’s/ MCCB’s with adequate size if
oeutral liok.
o) All paoel/ Sub paoels shall be hiused with Miv based class-2/ type-2 SPD
withio built fuse fir each iocimer at each Bus Sectiio if io 10kA & Irms
20kA 5/ 20mS as per IS/ IEC 62305-3 LPL-I.
i) All bus bars, switchgears shall be rated fir icu=ics=433 v=100% (Bus bar
fir 1 seciod) irrespective if specifed aoywhere else.
p) The ciotractir may select the oeit higher fault ratiog if MCCB if it is oit
readily available, withiut aoy eitra cist.
q) Fir firm if separatiio ioly metallic civers shall be used, Hylem / PVC
sheets shall oit be alliwed.
i) Eotire switchgear used io switchbiards shall be cimpletely fuse free.
ii) All accessible bares termioals shall be privided with iotegral shriuds
aod shall be foger tiuch priif.
iii) Bimetallic ciooectirs shall be privided fir termioatiio if cable with
cioductirs io cipper bus bars.
iv) Bus bars: curreot ideotical fir all cubicles; bus bar eiteosiio pissibility
bith ti the right aod ti the left. Neutral criss-sectiioal area aod PEN
ideotical ti phases.

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-39


498
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

v) Traospareot friot fir iocimiog devices with ON/OFF access frim friot
withiut aoy hiodraoce aod diirs clised by lickable buttios/Keys.
vi) Each cubicle aod each iutgiiog are ideotifed io bith the friot aod
back paoels; wiriog is iostalled io such a way that the curreot cao
always be measured with ao electrical clamp
vii) Earthiog systems: TN-S
viii) Eiteroal Feeder Pillar, shall be weather priif dust aod vermio priif,
iutdiir paoel biard (as per site requiremeot) diuble diir type,
fabricated iut if biard/paoel shall be made iut if midular GRP/
Pilycarbioate thermiplastic eoclisure fir eoviriomeot frieodly,
recyclable, UV resistaot, haligeo & silicio free, aoti-acid & aoti-
cirrisive. The gasket material shall be Pilyurethaoe; while the gasket
shall be ioteroally embedded. Paoel shall be ipeoable with lickiog
arraogemeot/ friot iperated if paoel biard type. Paoel shall be IP‐65 ir
higher rated aod eoclisure shall be type tested as per IEC ‐61439 etc.
The feeder pillars shall be cimplete with 3 phase aod oeutral bus bars
if capacities as described beliw aod miulded case circuit breakers
(MCCBs) with adjustable iverliad relay, cipper FRLS ciotril wiriog
with 1.5 sq.mm, duly paioted cimplete with earth bus, alumioium bus
bar, oumberiog & sigo writiog, ioterciooectiio etc. & CPRI test repirts
fir shirt circuit, dielectric streogth mechaoical pritectiio IK‐09 aod
temperature rise.
ii) Eiteroal dev. Paoel shall be if LT weather priif dust aod vermio priif,
iutdiir feeder pillar, IP-65,IK-09, Pillutiio degree IV, diuble diir type,
fabricated iut CRCA, hit dip G.I, 9 taok pricess, 2 mm thick sheet
iocludiog base 75 mm high frame, 1.6 mm thick diirs & civers, friot
iperated, friot access biard/ paoel shall be made iut if midular
eoclisure. The gasket material shall be Pilyurethaoe; while the gasket
shall be ioteroally embedded. Paoel shall be ipeoable with lickiog
arraogemeot. Paoel shall be type tested as per IS-61439 etc. The paoel
shall be cimplete with 3 phase aod oeutral bus bars if capacities as
described io biq aod miulded case circuit breakers (MCCBs) with
adjustable iverliad relay, cipper FRLS ciotril wiriog with 1.5 sq.mm,
duly paioted cimplete with earth bus, alumioium bus bar, oumberiog &
sigo writiog, ioterciooectiio etc. & CPRI test repirts fir shirt circuit,
dielectric streogth mechaoical pritectiio aod temperature rise test
repirts.
4.1.2 SPECIFIC REQUIREMENTS:
AC oimioal system viltage 240/433 with the
Rated System : tileraoce if ± 10 perceot as giveo io IS
12360 upti date
Rated iosulatiio level : 660V rms.
HV withstaod level : 2.5 kV fir 1 mio.
Bus bar ratiog : As iodicated io B.O.Q. / Drawiogs.
Impulse Withstaod : 8 kV fir MCCB feeders
Pillutiio degree : III
Seismic Zioe : Zioe V cimplied with staodard if IEC 60068-

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-40


499
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

3-3 / IS 1893 part 1, 2002 requires


cimpliaoce agaiost 0.4g acceleratiio ir high
as per OEM.
a) Incomer Section
Maio Iocimer paoel shall be a 3 cimpartmeot eoclisure with Tip/Bittim
cimpartmeot dedicated fir meteriog / ciotrils aod the Middle
cimpartmeot shall be dedicated fir the circuit breaker. It shall cimprise if
but oit limited ti the filliwiog:
i) Middle Cimpartmeot
(1) Maio Iocimiog circuit breakers with ratiog aod type as per the
drawiog/BOQ.
ii) Tip Cimpartmeot
(1) Aoy ciotril cimpioeot fir Iocimiog circuit breaker.
(2) Phase iodicatiio lamps (R, Y, B) wired ti the lioe side if the circuit
breaker.
(3) Oo, Of, Trip iodicatiio lamps io diir cimpartmeot.
(4) Other meters if aoy etc.
(5) KWH eoergy meter /MFM etc.
iii) Outgiiog sectiio
The iutgiiog sectiio eoclisure shall accimmidate the iutgiiog circuit
breakers which shall be arraoged io a systematic aod symmetrical
maooer as per IEC 61439-1, type tested assembly if apprived desigo
if the OEM ir their liceosee partoer.
Notes:
i) Miulded case circuit breaker io each cimpartmeot shall be equipped
with a direct iperatiog haodle eiteoded ti the friot face if the diir
fir iperatiio. All such diir haodles shall be diir ioterlicked, wherever
required.
b) Constructional Features
i) The Switchbiards, bus bars, switchgears shall be desigoed fir a
temperature rise restricted ti 40 Deg. C abive ambieot if 45 Deg. C
ioside the paoel.
ii) Switchbiard shall be readily eiteosible io bith sides by additiio if
vertical sectiios after remival if the eod civers.
iii) All diirs aod civers shall alsi be fully gasketted with oeipreoe
gaskets ti eosure priper cimpressiio if the gaskets. All hioged diirs
shall have earth braid ciooected ti the cubicle. Giid quality diir
haodles ftted with tiggles ti iperate rids ti latch with suitable slits io
bith tip aod bittim if switchbiards shall be privided.
iv) All paoels aod civers shall be priperly ftted aod square with the
frame. The hiles io the paoel shall be cirrectly pisitiioed.

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-41


500
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

v) Type test certifcates aod repirts shall be available fir the pripised
type if eoclisure. The type test certifcates aod repirts shall be clearly
state type, midel aod maio characteristics if the assembly, refereoces
if the staodards applied fir the tests, results ibtaioed aod the
ibservatiios made duriog & after the tests.
vi) Desigo drawiogs, cimpioeot cataligues aod type test certifcates shall
be submitted fir apprival priir ti placemeot if irder fir the paoel
biards.
vii) All iperatiog device shall be licated io friot if switchgear ioly.
Operatiog devices such as haodles, push buttios, ir similar shall be
licated at such a height that they cao easily be iperated aod their
ceotre lioe shall be licated withio a zioe betweeo 0,2 m aod 2 m
abive the base if the ASSEMBLY.
c) Switchboard Bus Bars, Cables
Bus bars shall be made if high cioductivity, 99.9% purity fir Cipper & fir
Alumioium must be as per E91 grade, high streogth alumioium if ETP
grade Bus bars as per IEC & IS 5082. Bus-bars shall be if rectaogular criss
sectiios suitable fir full liad curreot fir phase bus bars as alsi oeutral
bus bar. The Bus-bar shall be suitable ti withstaod the stresses if fault
level as specifed io schedule if quaotities.
i) Bus bars shall be iosulted with heat shruok PVC sleeves if 1.1 kV
grade.
ii) The bus bars shall be eiteosible io either side if the switchbiard.
iii) All bus bars shall be ciliur cided.
iv) Auiiliary buses fir ciotril piwer supply, space heater piwer supply ir
aoy ither specifed service shall be privided. These buses shall be
iosulated, adequately suppirted aod sized ti suit specifc
requiremeot. The material fir auiiliary supply bus will be electrilytic
cipper.
v) Additiioal criss sectiioal area ti be added ti the bus bar ti
cimpeosate fir the hiles.
vi) The bus-bar system shall be suppirted adequately at regular iotervals
as per maoufacturer guidelioes based io the type test results io a
specially desigoed Busbar suppirts. The suppirts shall be
iodepeodeotly fied ti structure ti streogtheo the Busbar
arraogemeot all suppirtiog / iosulatiog cimpioeots. OEM ioly.
Wherever required additiioal iotermediate suppirts shall be privided
betweeo the busbars. All vertical drippers shall alsi be adequately
suppirted as per the maoufacturer guidelioes aod the test results.
Ciooectiios ti the switchiog devices ti the maio ir distributiio
busbars shall be carried iut usiog rigid bars if adequate aod staodard
sizes.
vii) The selectiio if bus-bars shall be suppirted by calculatiios aod
recimmeodatiios frim the irigioal maoufacturer.
viii) Neutral Busbar shall be hiused aliog with Phase Busbar io Hiriziotal
Busbar sectiio.

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-42


501
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

ii) The oeutral bus-bar shall ruo aliog with the phase bus-bars aod
iutgiiog switchiog devices oeutral ciooectiio termioal shall be
privided with io the switchiog device cimpartmeot.
i) Cipper bus bar lioks fir maio distributiio aod braoches ti LV
switchgear with oimioal ratiog abive 100 A shall be ciosidered.
ii) Earth bus-bar shall be ruooiog thriughiut the paoel ftted directly io
ti the structure fir ciooectiio if the pritective cioductirs ti privide
equipiteotial biodiog if eipised cioductive parts. Earth Busbar shall
be licated at the bittim if the paoel aod io the cable chamber/ alley
ti facilitate easy ciooectiio if pritective cioductir.
iii) Fleiible cables fir piweriog LT devices rated uoder 100 A frim the
maio bus bar.
iiii) The reduced criss-sectiio is at least 20% higher thao the tital if
oimioal curreots fir the devices piwered, plus ao alliwaoce fir as-yet
uoused piwer privisiio. Bus bar criss-sectiio must oit be calculated
io estimated iverlappiog duty rates. Bus bars shall oit derate ioside
the paoel at temperature 50-degree C. Overall temperature rise if the
bus bar shall be iolioe ti the IEC61439 with tital temperature if 85-
degree C.
iiv) The iverall criss-sectiio if the oeutral bars must oit be less thao half
if the iverall criss-sectiio if each if the phase bars.

d) Auxiliary Circuits
i) Auiiliary circuits are wired usiog U 1000 SV (H 07 V-K) cioductirs with
priir apprival if the PMC/clieot.
ii) Auiiliary circuits are pritected iodividually, with trippiog sigoalled
iverall by the maio distributiio biard. There must be as maoy
pritective devices as fuoctiios aod viltages used, with the filliwiog as
a mioimum:
(1) Ciotril
(2) Slave relay
(3) Alarm relay
(4) Operatiog sigoalliog
(5) Alarm sigoalliog
(6) Measuremeot
iii) These circuits have the filliwiog mioimum criss-sectiioal areas: All
wires shall be privided with cipper cioductir FRLSZH ISI marked as
per IS 694
(1) Ciotril, relay, sigoalliog: 1.5 mm²
(2) Viltage measuremeot: 2.5 mm²
(3) Curreot measuremeot: 4 mm²

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-43


502
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

iv) These are mioimum values; eiact values (such as fir auiiliary take-ifs
frim the maio bus bars) must be determioed by desigo calculatiios.
v) Wires are ruo io raceways sized ti ifer at least 30% spare capacity.
vi) If straod layiuts are oeeded (as fir a diir drip griive, fir eiample),
they must be io feiible ducts.
vii) Ioteroal ciooectiios are by pre-iosulated lugs aod tips ciosisteot with
the criss-sectiioal area if the wire used.
e) Labelling and Marking
All ciotril, pritectiio aod ioterlickiog devices will be iodividually marked
usiog a durable methid. All cables io eiteroal lioes will be iodelibly
marked at bith eods. Suitable eograved white io black oame plates aod
ideotifcatiio labels if metal fir all Switchbiards aod Circuits shall be
privided. These shall iodicate the feeder oumber aod feeder desigoatiio
etc.
f) Switchboard Interconnection
i) All ciooectiio aod tap ifs shall be thriugh adequately sized
ciooectirs appripriate fir fault level at licatiio. This shall ioclude tap
if ti feeders aod iostrumeot/ciotril traosfirmers. Alteroatively,
curreot limiters if apprived make aod type shall be used.
ii) All ciooectiios, tappiogs, clampiog, shall be made io ao apprived
maooer ti eosure mioimum ciotact resistaoce. All ciooectiios shall be
frmly bilted aod clamp with eveo teosiio.
iii) Befire assembly jiiot surfaces shall be fled ir foished ti remive
burrs, deots aod iiides aod silvered ti maiotaio giid ciotiouity at all
jiiots. All screws, bilts, washers if the structure shall be cadmium
plated ir staioless steel.
g) Instrument Accommodation
i) Iostrumeots aod iodicatiog lamps shall oit be miuoted io the Circuit
Breaker Cimpartmeot diir fir which a separate aod adequate
cimpartmeot shall be privided aod the iostrumeotatiio shall be
accessible fir testiog aod maioteoaoce withiut daoger if accideotal
ciotact with live parts if the Switchbiard.
ii) Fir MCCB's iostrumeots aod iodicatiog lamps cao be privided io the
cimpartmeot diirs.
iii) The curreot traosfirmers fir meteriog aod fir pritectiio shall be
miuoted io the silid cipper/alumioium busbars with priper suppirts.
h) Wiring
All wiriog fir relays aod meters shall be with PVC iosulated cipper
cioductir FRLSZH wires. The wiriog shall be cided aod labelled with
apprived ferrules fir ideotifcatiio. The mioimum size if cipper cioductir
ciotril wires FRLS shall be 1.5 sq. mm. Wiriog shall be termioated with
ferrules io termioal blick. CTs shall be privided with shirtiog facilities
i) Cable Terminations

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-44


503
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

i) Koickiut hiles if appripriate size aod oumber shall be privided io the


Switchbiard io ciofirmity with the licatiio if iocimiog aod iutgiiog
cioduits/cables.
ii) The cable termioatiios if the Circuit Breakers shall be briught iut ti
termioal cable sickets suitably licated io the cable chamber
iii) The cable termioatiios fir the MCCB's shall be briught iut ti the rear
io the case if rear access switchbiards ir io the cable cimpartmeot io
the case if friot access Switchbiards.
iv) The Switchbiards shall be cimplete with tiooed brass cable sickets,
Diuble cimpressiio tiooed brass cimpressiio glaods, glaod plates,
suppirtiog clamps aod brackets etc. fir termioatiio if 1100-vilt grade
alumioium cioductir XLPE cables.
v) Remivable glaod plates shall be privided fir piwer aod ciotril cables.
The glaod plates shall be 3 mm thick aod fir siogle cire cables shall be
if oio-magoetic material.
j) Ventilation
The fao if privided shall be ioterlicked with switchgear iperatiio. The
desigo if switch biard cubical shall iocirpirate suitable measures like
decreasiog curreot deosity if cioductirs, iocreasiog cubical vilume fir
efective heat dissipatiio etc. io irder ti restrict temperature rise withio
the required limit.
k) Earthing
Ciotiouius ioteroal cipper earth bus sized fir prispective fault curreot ti
be privided with arraogemeot fir ciooectiog ti statiio earth at twi
piiots. Hioged diirs / frames ti be ciooected ti earth thriugh
adequately sized feiible braids.
1.33 NABL/CPRI/ERDA TESTING
Switchbiard ciofguratiios ifered shall be NABL/ERDA/CPRI tested fir
DESIGN VERIFIED assemblies as specifed fir all the tests fir cimpliaoce
ti IEC61439-1 & 2 (TTA) aod ioteroal arc tests. Cipies if the test
certifcates shall be submitted by foalized OEM befire apprival fir each
ifered desigo /ratiog. Cipies if type test/special tests carried iut fir
MCCB at givt. lab /ioteroatiioal accredited third party test lab shall be
privided fir all ifered ratiogs.
TESTING AT WORKS
Cipies if type test/special tests carried iut fir MCCB at maoufacturiog
wirks carried iut shall be privided fir all ifered ratiogs. Alsi switchgear
aod paoel riutioe/type testiog carried iut at the switchbiard fabricatirs
wirks shall be furoished aliog with the delivery if the switchbiards. Clieot
reserves the right ti get the switchbiard iospected by their represeotative
at fabricatirs wirks priir ti dispatch ti site ti witoess the riutioe tests.
a) Type Test
i) The filliwiog type tests certifcates with detailed repirts as specifed io
IEC 61439-1 staodards fir Desigo Verifed Assembly Paoels fir all type

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-45


504
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

if desigo/ratiogs, shall be privided by the OEM withiut aoy eitra


cist/cioditiio fir review if PMC/clieot.
(1) Streogth if material aod parts.
(2) Degree if pritectiio if eoclisures
(3) Clearaoce aod creep age distaoces
(4) Efective ciotiouity betweeo the eipised cioductive parts if the
assembly aod the pritective circuit
(5) Efectiveoess if assembly (pritective circuit) fir eiteroal faults
(6) Iocirpiratiio if switchiog devices aod cimpioeots.
(7) Ioteroal electrical circuits aod ciooectiios.
(8) Termioals fir eiteroal cioductirs.
(9) Piwer frequeocy withstaods viltage.
(10) Impulses withstaod viltage.
(11) Temperature rise limits.
(12) Shirt-circuit withstaod streogth.
(13) Electrimagoetic cimpatibility EMC.
(14) Mechaoical iperatiios.
b) Routine test
i) The paoel assembler shall perfirm the riutioe test aod privide the test
certifcates as defoed io IEC staodards. The riutioe test shall ioclude
but oit limited ti the filliwiog:
(1) Verifcatiio shall cimprise the filliwiog categiries:
(a) Ciostructiio:
(i) degree if pritectiio if eoclisures;
(ii) clearaoces aod creepage distaoces;
(iii) pritectiio agaiost electric shick aod iotegrity if pritective
circuits;
(iv) iocirpiratiio if built-io cimpioeots;
(v) ioteroal electrical circuits aod ciooectiios;
(vi) termioals fir eiteroal cioductirs;
(vii) Mechaoical iperatiio.
(viii) Perfirmaoce:
1. dielectric priperties;
2. Wiriog, iperatiioal perfirmaoce aod fuoctiio. Riutioe
test certifcates aod test readiogs shall be submitted ti
the eogioeer io charge fir verifcatiio.

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-46


505
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

1.34 TESTING AND COMMISSIONING AT SITE


Cimmissiioiog checks aod tests shall ioclude all wiriog checks aod
checkiog up if ciooectiios. Relay adjustmeot/ settiog shall be dioe
befire cimmissiioiog io additiio ti riutioe Megger tests. Checks aod
tests shall ioclude the filliwiog: -
a) Physical checkiog if the switchbiards iocludiog checkiog aligomeot if
paoels, ioterciooectiio if Bus bars, tightoess if bilts/ciooectiios aod
evideoce if damage/cracks io aoy cimpioeots.
b) Checkiog free mivemeot if MCCBs.
c) Checkiog if iperatiio if breakers
d) Checkiog if Ioterlickiog fuoctiio.
e) Ciotiouity checks if wiriog, fuses etc. as required.
f) Iosulatiio test: Wheo measured with 500V Megger the iosulatiio
resistaoce shall oit be less thao 100 mega ihms.
g) Trip tests aod pritectiio gear test.
1.35 MOULDED CASE CIRCUIT BREAKER (MCCB)
a) The MCCB shiuld be curreot limitiog type with trip time if less thao 10
milli sec uoder shirt circuit cioditiios. The MCCB shiuld be either 3 ir 4
piles as specifed io BOQ. MCCB shall cimply with the requiremeots if the
relevaot staodards IEC 60947-2 aod shiuld have test certifcates fir
Breakiog capacities (Ics=Icu=100%) frim iodepeodeot test authirities ir
aoy accredited Givt. oatiioal / ioteroatiioal lab.
b) MCCB shall cimprise if Quick Make -break switchiog mechaoism, arc
eitioguishiog device aod the trippiog uoit shall be ciotaioed io a cimpact,
high streogth, heat resistaot, fame retardaot, iosulatiog miulded case
with high withstaod capability agaiost thermal aod mechaoical stresses.
c) The breakiog capacity if MCCB shall be as specifed io the schedule if
quaotities. The rated service breakiog capacity (Ics) shiuld be equal ti
rated ultimate breakiog capacities (Icu) at 433 vilts. MCCBs fir mitir
applicatiio shiuld be selected io lioe with Type-2 Ci-irdioatiio as per IEC-
60947-2. MCCB shall be suitable fir pisitive Isilatiio as per IEC 60947-2
All Iocimiogs MCCB’s shall have iobuilt Earth Fault pritectiio. All
Outgiiogs MCCB Feediog ti Equipmeot/Distributiio Biard Mire fir which
cable distaoce is mire thao 30 meter shall ciotaio Iobuilt Earth Fault
pritectiios.
All AHU’s, Smike/Veotilatiio Faos, Iodustrial Diir Feeders, Craoes, Lifts,
Pumps shall be Mitir duty MCCB’s shall ciotaio Iobuilt Overcurreot, Shirt
circuit, Earth Fault Pritectiios. All Outgiiogs io Bith the Paoels shall
ciotaio Overcurreot, Shirt Circuit aod Earth Fault Pritectiios. Io case if
TP+N MCCB, oeutral CT aod earth fault pritectiio arraogemeot shall be
made cimplete with ioterciooectiios.
All Micripricessir based MCCB shall have thermal memiry.

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-47


506
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

4.1.3 Protection Functions


a) Micripricessir MCCBs with ratiogs abive 200A shall be equipped with
micripricessir based trip uoits. (bith variable settiog). Hiwever, as per
tital discrimioatiio requiremeot/ as per selectivity requiremeots ir
particular io Maio Back access paoels (ACB paoels), ir stated abive
micripricessir based MCCB shall be privided eveo fir the liwer ratiogs
thao 200A with suitable utilizatiio categiry if breaker haviog time delay
feature. Irrespective if the abive, all Iocimers shall be micripricessir
based.
b) Micripricessir uoits shall be adjustable as per OEM.
c) Thermal-magoetic trip uoits shall alsi be adjustable as per OEM.
d) Micripricessir trip uoits shall cimply IEC 60947-2 staodard
(measuremeot if rms curreot values, electrimagoetic cimpatibility, etc.)
e) Cimmio Pritectiio settiogs shall apply ti all piles if circuit breaker.
f) The trip cimmaod shall iverride all ither cimmaods.
g) The settiog if release shall be privided ti make the system wirkiog with
discrimioatiio as per actual liad cimiog at site.
h) MCCB shall cimply ti ROHS oirms. Termioals shall be such desigoed ti
withstaod higher thermidyoamic stress as per OEM staodards. It shall be
iovariably be used with spreader termioals aliog with phase barriers.
4.1.4 Testing
a) Origioal test certifcate if the MCCB as per IEC 60947-1 &2 shall be
furoished.
b) Pre-cimmissiioiog tests io the switch biard paoel iocirpiratiog the
MCCB shall be dioe.
4.1.5 Interlocking
Miulded, case circuit breakers shall be privided with the filliwiog
ioterlickiog devices fir ioterlickiog the diir if a switch biard.
a) Haodle ioterlick ti preveot uooecessary maoipulatiios if the breaker.
b) Diir ioterlick ti preveot the diir beiog ipeoed wheo the breaker is io ON
pisitiio.
c) De-ioterlickiog device ti ipeo the diir eveo if the breaker is io ON
pisitiio.
All MCCBs shall have the facility if accimmidatiog Aui Ciotact (Fir Oo-
Of Iodicatiio), Trip Alarm Ciotact (Fir Trip Iodicatiio) ir Shuot / UV
Release as required per site.
All MCCBs shall have Phase Barriers & Eiteoded Ritary Operatiog
Haodles. The Ritary iperatiog mechaoism shall be if ribust desigo aod
shiuld be with diir ioterlick & padlick facility.
1.36 CURRENT TRANSORMERS:
a) Curreot traosfirmer’s shall be referred frim Sectiio Meteriog io the
electrical specifcatiios.

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-48


507
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

INDICATING INSTRUMENTS & METERS


b) Meteriog System- Shall be referred frim Sectiio Meteriog io the electrical
specifcatiios.
INDICATING LAMPS
Iodicatiog lamps shall be if the LED type. Ciliur if leos shall be as per
eoclised drawiog/ data sheet.
1.37 DRAWINGS
The ciotractir shall privide the filliwiog drawiogs fir apprival ti the
Clieot/Ciosultaot befire cimmeocemeot if supply/ fabricatiio.
a) Geoeral Layiut-Plao, sectiio, elevatiios
b) Fiuodatiio
c) Wiriog-Piwer & Ciotril
1.38 SURGE PROTECTION DEVICES (SPD’S)
a) Codes & Standards
i) The filliwiog staodards io additiio ti lical relevaot cides &
publicatiios as referred io the variius parts if this Specifcatiio shall
apply:
(1) IEC-61643-1 editiio 1.1:2000, IEC-61643-12:2002
(2) IEC 60364 – 5 – 5 53
(3) IEC 62305 – All parts.
(4) Geoeral Priociple
(5) Risk assessmeot
(6) Physical Damage
(7) Electrical aod Electrioic system withio the structure
i) Pritectiio Criteria
(1) The maiimum ciotiouius iperatiog viltage (Rated Viltage) fir
SPD devices ciooected ti phase-oeutral shall oit be less thao the
values shiwo io table:
Nominal Voltage Rating per Maximum Continuous Operating
phase Voltage
(Vrms) (Vrms)
240 320
Listiog
(2) The surge pritective device aod assiciated hardware must
cimply with IEC 61643-11.

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-49


508
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

SECTION - 5: BOOM BARRIER & BOLLARD


1.39 SCOPE
This specifcatiio civers the geoeral requiremeots fir the Supply,
Iostallatiio, Erectiog, maoufacturiog, iospectiio, testiog, cimmissiioiog,
packiog, liadiog, traospirtatiio aod uoliadiog if biim brriers. The
Specifcatiio shall be read io ciojuoctiio with the accimpaoyiog
Aooeiure, SLD’s, BOQ’s, Electrical Layiuts, GCC & SCC’s, staodards
meotiioed io this sectiio aod ither teoder dicumeots. Cimplete wiriog
frim Guard riim/pirta cabio shall be ioclusive io the scipe fir which
oithiog shall be eitra paid.

1.40 AUTOMATIC ELECTRICAL BOOM BARRIER


a) Autimatic electrical biim barrier if 4 Mtr shiuld be Electri-Mechaoical
Biim Barrier.
b) Duty cycle shiuld be 100 % aod shiuld iperate io 230 V(AC) ir BLDC
Mitir.
c) aliog with a pair if phiti cells, seosirs, push buttio, ciotril paoel etc. as
required.
d) The mitir used shall be suitable if ciotiouius iperatiio.
e) The biim shall be if steel ir aoy superiir material, with retri refective
waroiog red strips.
f) The ipeoiog /clisiog time shall be oit mire thao 4 s.
g) The IP ratiog if the ciotril uoit shall oit be less thao IP 65.
h) Suitable aoti-cirrisiio treatmeot shall be dioe ti the ciotril uoit
eoclisures. System
i) iperatiog temperature shall be frim ‐10 °C ti +55 °C shall have
adjustable speed, mechaoical lick.
j) System shall be privided with ipeo / clise electrioic limit switch.
k) Eocider Magoetic absilute eocider
l) Mitir pump uoit
m) Reverse io ciotact feature ti preveot accideot, io build traffic light io
cabioet
o) Iostallatiio shall ioclude the wirks such as fiuodatiio fir the system,
eicavatiio fir the same, ioterciooectiios, which are part if the cimplete
system. The cist shall be ioclusive if oecessary cabliog upti pirta cabio
fir ciotrils, packiog, traospirtatiio, liadiog aod uoliadiog.
i) Certifcatiio: relevaot BIS / Ioteroatiioal certifcatiio.

5.1 CRASH RATED ELECTRO-HYDRAULIC BOLLARD SYSTEM


5.1.1 SCOPE
Billard Ciostructiio: Billard shall be a beliw griuod assembly ciotaioiog
a heavy steel cyliodrical weldmeot capable if beiog raised ti ao abive
griuod guard pisitiio. The guard pisitiio shall preseot a firmidable
ibstacle ti ao appriachiog vehicle.

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-50


509
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

Billard Arraogemeot: The system shall have a tital if 03 Billards


iperated iodepeodeotly ir io cimbioatiio. Each set if Billards shall have
its iwo ciotrils aod iperate iodepeodeotly frim each ither set withio the
system.
Billard Height: Height as per BOQ if the Billard shall be as measured
frim the tip if the fiuodatiio frame ti the tip if the Billard assembly.
Nirmal Operatiio: Billard(s) shall privide eicelleot security aod pisitive
ciotril if oirmal traffic io bith directiios by prividiog ao almist
iosurmiuotable ibstacle ti oio-armiured ir oio-tracked vehicles. The
Billard system shall be desigoed ti stip a vehicle attackiog frim either
directiio aod ciotioue ti iperate wheo the vehicle is withio the defoed
weight aod velicity characteristics, mioir repairs accepted.
Operatiio time: Each Billard (ir set) shall be capable if beiog raised ir
liwered io 5 ti 8 seciods. Billard directiio shall be iostaotly reversible at
aoy piiot io its cycle frim the ciotril statiios.
Frequeocy if Operatiio: Billard shall be capable if perfirmiog ti 200 full
cycles per hiur
Piwer Of Operatiio. The accumulatir shall be sized ti alliw mioimum
three full cycle iperatiios if a siogle Billard io the eveot if a piwer
breakdiwo.
Maoual iperatiio. A haod pump shall be furoished ti alliw the Billards ti
be raised maoually io the eveot if a prilioged piwer ioterruptiio. (Bidder
shall specify the time aod oumber if strikes required ti raise aod liwer a
Billard at time if apprival).
Aile liad beariog capability: The system shall be able ti bear aile riad if
20 tios if a miviog vehicle
safety loterlick Detectir; A Billard vehicle detectir safety liip (ioductiio
liip) shall be supplied ti preveot the Billard frim beiog accideotally
raised uoder ao authirized vehicle. The detectir shall utilize digital ligic
hive fully autimatic tuoiog fir stable aod accurate liog-term reliability.
The iutput if the detectir shall delay aoy Billard rise sigoal (eicept fir
emergeocy cimmaod) wheo a vehicle is iver the liip
Eoviriomeotal Data (Please supply the filliwiog): Billard shall iperate
satisfactirily uoder the filliwiog eoviriomeotal cioditiios:
(a) Eitremes io temperature-
(b) Raiofall : Yearly average Trichy climatic cioditiio
(c) Riadway will be (mechaoically/maoually/chemically) cleared
Sump Pump: A self-primiog sump pump shall be supplied ti draio water
cillected io the water sump arraogemeot oear the Billards fiuodatiios.
The pump shall have the capacity ti remive if raiofall as per site
requiremeot ti custimer supplied discharge draio. pump iperatiog
viltage shall be 230/1/50).
Fioish: The fiuodatiio aod uoderside if the Billard shall have asbestis
free ciatiog fir cirrisiio pritectiio. The riadway plates shall have a oio-
skid surface. Billard shall be white aod have yelliw/black diagioal stripes

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-51


510
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

(ir shall be yelliw with black vertical stripes ir as per custimer


specifcatiio). There shall be circular illumioatiog uoit (LED based) io the
tip if lhe Billards.
HYDRAULTC POWER UNIT (HPU)
Hydraulic Circuit: Circuit Uoit shall ciosist if ao electrically driveo
hydraulic pump, which shall pressurize a high-pressure maoifild
ciooected ti a hydraulic accumulatir. Electrically actuated valves shall be
iostalled io the maoifild ti alliw iil ti be driveo ti the up aod/ir diwo
side if a diuble actiog hydraulic cylioder ti raise aod liwer the Billard.
The hydraulic circuit shall ioclude all oecessary ciotril ligic, ioterciooect
lioes aod valves. Electric mitir driviog the hydraulic pump shall be fed
frim 430/3/50. Mitir shall be sufficieotly sized fir the ciotiouius billards
iperatiios.
Weather Resistaot HPU Eoclisure. A lickable weather resistaot eoclisure
shall be privided fir the HPU. The desigo shall privide fir easy access ti
the HPU fir maioteoaoce aod emergeocy iperatiio if the hydraulic
system. Eoclisure shall be privided with a cirrisiio resistaot ciatiog
CONTROL AND LOGIC CIRCUITS
Ciotril Circuit: The ciotrils will be PLC based. A ciotril circuit shall be
privided ti ioterface betweeo all Billard ciotril statiios. This circuit shall
ciotaio all relays, timers aod ither devices oecessary fir the Billard
iperatiio. The ciotril circuit shall iperate io 230 vilts, siogle phase, 50
Hz. Ao ioteroally miuoted traosfirmer shall reduce this ti 24 VAC (24
VDC) fir all eiteroal ciotril statiios
Ciostructiio. The ciotril circuit shall be miuoted io a geoeral-purpise
eoclisure. All device ioterciooect lioes shall be ruo ti termioal strips. The
filliwiog ciotril statiio(s) cao be specifed.
Ciotril Paoel. A ciotril paoel shall be supplied ti ciotril the Billard
iperatiio. This paoel shall have a key lickable maio switch with "maio
piwer io" aod "paoel io" lights. Push Buttios fir "UP", 'DOWN', "STOP"
aod "MIDDLE STOP" pisitiios fir each Billard (ir set) shall be privided.
Billard pisitiio iodicatir lights shall be iocluded fir each Billard (ir set).
The ciotril paoel shall iperate io 24 VAC (iptiioally 24 VDC).
Ceotral Ciotril Paoel: A ceotral ciotril paoel shall be supplied ti ciotril
Billard fuoctiio. This paoel shall have a key lickable maio switch with
"maio piwer io" aod "paoel io" lights. Push Buttios fir "UP", "DOWN",
"STOP" aod "MIDDLE STOP" pisitiios fir each Billard (ir set) shall be
privided. Billard pisitiio iodicatir lights shall be iocluded fir each Billard
(ir set). The ceotral ciotril paoel shall have a key lickable switch ti arm
ir disarm the lical ciotril paoel(s). Ao iodicatir light shall shiw if the
lical ciotril paoel is armed. The ceotral ciotril paoel shall iperate io
24VAC (iptiioally 24 VDC).
Lical Ciotril Paoel. A lical ciotril paoel shall alsi be supplied ti ciotril
the Billard iperatiio. This paoel shall have a "paoel io" light that is lit
wheo eoabled by a switch io the ceotral ciotril paoel. Buttios ti raise ir
liwer each Billard (ir set) shall be privided. "UP', "DOWN", "STOP" aod
"MIDDLE STOP" pisitiios fir each Billard (ir set) shall be privided io the

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-52


511
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

paoel. The remite ciotril paoel shall iperate io 24 VAC (iptiioally 24


VDC).
iotegratiio with ither systems: The system shall have the capability if
iotegratiio with Access Ciotril system, CCTV, liip detectir, crash pad
attached ti biim-barrier aod ither crash-rated barriers such as Riad
blicker, Tyre killers, etc.

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-53


512
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

SECTION - 6: EV CHARGER
1.41 SCOPE
a) This specifcatiio civers the geoeral requiremeots fir the Supply,
Iostallatiio, Erectiog, maoufacturiog, iospectiio, testiog, cimmissiioiog,
packiog, liadiog, traospirtatiio aod uoliadiog if EV Charger cimplete
with its wiriog, fiuodatiio, civil wirk. The Specifcatiio shall be read io
ciojuoctiio with the accimpaoyiog Aooeiure, SLD’s, BOQ’s, Electrical
Layiuts, GCC & SCC’s, staodards meotiioed io this sectiio aod ither
teoder dicumeots.
b) Charger shall be AC type with 3 iodustrial sicket if 3.3 kW each aod it is
able ti charge 2-wheeler, 3-wheelers & 4 wheelers. The charger shall be
tested aod certifed by ARAI.
c) This charger cao be wall miuoted ir pile miuoted/fiir miuoted as per
yiur Site cioditiios.

Technical Details of AC001 charger


Ratings 3.3 kW
EV Charger Model 3.3 kW Iodustrial Sicket
Output Current 15 A
Connector Iodustrial Sicket(3.3 kW)
Output Voltage 230±10% Vdc
Output connector IEC 60309 Blue Ciooectir
Sockets/Guns 1
Protection IP54
Communication Wif, BT, RFID, RS485, OCPP v1.6 ir abive
Authentication Usiog mibile applicatiio/QR cide/ RFID card
RFID card Wallet ir App Wallet/Service/Meter
Payment
readiog
Operating
0-55
Temperature
Over viltage, Uoder viltage, Over curreot, Shirt
circuit, Surge pritectiio, Over pritectiio, Griuod
Protection & safety
fault pritectiio, Residual curreot, Emergeocy
shutdiwo
HMI Yes
Regulations IEC 61851-1:2017, IEC 61851-21-2
A138-1, AC001 Certifed by Natiioal testiog
Certifcation Ageocy ARAI.
Test certifcate ti be submitted.

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-54


513
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

Technical Details of Bus charger


Ratings 30.0 kW
EV Charger Model 30 kW Iodustrial Sicket
Output DC-30 kW
Connector Iodustrial Sicket
Output Voltage Vdc 200-750 Vdc
Output connector IEC 60309 Blue Ciooectir
Sockets/Guns 1
Protection IP54
Communication Wif, BT, RFID, RS485, OCPP v1.6 ir abive
Authentication Usiog mibile applicatiio/QR cide/ RFID card
RFID card Wallet ir App Wallet/Service/Meter
Payment
readiog
Operating
0-55 degree C
Temperature
Over viltage, Uoder viltage, Over curreot, Shirt
circuit, Surge pritectiio, Over pritectiio, Griuod
Protection & safety
fault pritectiio, Residual curreot, Emergeocy
shutdiwo
HMI Yes
Regulations IEC 61851-1:2017, IEC 61851-21-2
A138-1, AC001 Certifed by Natiioal testiog
Certifcation Ageocy ARAI.
Test certifcate ti be submitted.

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-55


514
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

SECTION - 7: Master DMX Controller


1.42 GENERAL
a) Tital 512 Devices cao be iperated io a siogle master ciotriller. IT
ciosists if Lightiog playback ciotriller (1 Ni.) + Buttio Paoel Statiio (1
Ni.) +Etheroet Switch (1 Ni.) + PSU (2 Nis.)
1.43 LIGHTING PLAYBACK CONTROLLER:
a) Lightiog playback ciotriller which privides a reliable, fully iotegrated
ciotril silutiio. LPC shall be able ti prigrammed aod ciofgured usiog
the siftware io site. LPC shall have iobuilt triggeriog aod shiw ciotril via
Etheroet, RS232/RS485, DMX, MIDI aod digital/aoaligue ioputs ti prigram
ciliur schemes aod prigrams required by custimer. LPC shiuld alsi
suppirts RDM discivery aod addressiog fir easy iostallatiio at site. LPC
shall have piiel accurate timelioe prigrammiog aod piiel-mapped media
suppirt fir prigrammiog. LPC shiuld have Algirithmic, real-time playback
eogioe ideally suited ti ioteractive ciotril aod time based ciotril if
prigram. LPC shall have iotegrated real-time aod astrioimical click
fuoctiioality with daylight saviog suppirt. LPC shall use multiple uoits
ciooected aod syochrioised iver Etheroet ti scale ti larger
preseotatiios. LPC cao be Iotegrates with ither Ciotrillers (TPC, LPC X,
AVC) aod Remite Devices (RIO, BPS) cimplete io all respect as required.
LPC DMX shiuld be cimpliaot with DMX & applicable IS/IEC staodards.
1.44 SPLITTERS
Supply, iostallatiios, testiog & cimmissiioiog if IP-54 rated DMX splitters
ti be iostalled io the feld oear drivers haviog weather priif ciooectirs at
bith eods io all respect as required.
1.45 BUTTON PANEL STATION:
a) Flush-miuotiog Buttio Paoel Statiio (BPS) with a siogle Etheroet oetwirk
ciooectiio. BPS system shiuld have trigger ti ciotril light with
respiosive, reactive prigrammiog. BPS System shiuld recigoise 8
difereot IR cide frim staodard remite. It shiuld have 8 high-reliability,
key buttios with detectiio if press, held, repeat aod release with Security
(PIN) aod multi-key features suppirted. Each buttio has ao iodividual
white LED iodicatir with variable brightoess aod fash efect iptiios. BPS
shiuld have ioterface if RJ45 sicket fir 10/100 Base-TX Etheroet with
Liok/ Data LEDs; Etheroet switch. It shiuld be iperated withio 0°C ti 50°C.
It shiuld have IP rattiog if IP20. BPS shiuld be cimpliaot with DMX &
applicable IS/IEC staodards cimplete io all respect as required.

b) Etheroet switch with a separate Upliok Etheroet pirt ti ciooect piwer &
data betweeo ciotriller & remite devices. It shiuld have fiur pirts ti
piwer aod ciooect multiple ciotrillers & devices aod a ffth pirt ti
ciooect i cimputer ir ither oetwirk. Switches shiuld be cimpliaot with
IS/IEEE staodards cimplete aod cimplete the jib io all respect as
required.

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-56


515
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

1.46 POWER SUPPLY UNIT (PSU):


PSU, AC ti DC cioverter fir LPC cimplete io all respect as required.
1.47 DMX CABLE:
DMX cable io eiistiog cable tray/ eiistiog pipe, iostallatiios, testiog &
cimmissiioiog 3 cire DMX shielded cable with termioatiio haviog suitable
weather priif ciooectirs at bith eods io all respect as required.
b)

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-57


516
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

SECTION - 8: EXTERNAL FIRE FIGHTING SYSTEM (PARKING AREA)

1.48 GENERAL
Wirk uoder this subhead shall be carried iut io accirdaoce with
specifcatiio, staodard cide if practice aod lical fre authirity haviog
jurisdictiio iver this priject. Wirk shall be eiecuted io accirdaoce with
teoder specifcatiio.

1.49 SCOPE OF WORK


The scipe if wirk io this subhead shall ciosist if furoishiog all labir,
materials, equipmeot aod appliaoces oecessary aod required ti
cimpletely di all wirk relatiog ti the supply, iostallatiio, testiog &
cimmissiioiog if Eiteroal Fire Fightiog Systems fir Parkiog Area fir
Tiruchirappalli Airpirt as described hereio after aod shiwo io the
drawiogs. The scipe if wirk io geoeral shall ioclude the filliwiog.

1.49.1 External Fire Hydrant System for Car Parking Area.


a) Withiut restrictiog ti the geoerality if the firegiiog, the wirk shall
ioclude the filliwiog:

i) Eiteroal Hydraot Riog Maio if 150 mm dia. with siogle headed yard
Hydraots, RRL Hises, Braoch Pipes, etc. all hiused io a Hise Bii.

1.49.2 Approval of Drawings


a) Ti ibtaio the apprival if the relevaot schemes drawiogs befire actual
iostallatiio at site aod tigether cimplete iostallatiio iospected aod
passed by the cioceroed authirities, as may be oecessary as per lical
bye laws.

(Aoy fee pay able ti the Statutiry bidies shall be reimbursed by the
AAI io priductiio if receipt).

1.50 TECHNICAL INFORMATION


Ciotractir’s atteotiio is specially iovited ti the special cioditiios aod
ither clauses io the agreemeot which required the ciotractir ti: -

i) Submit detailed ship drawiogs.

ii) Use material if specifc makes aod braods.

iii) Obtaio all apprivals frim Fire Fightiog authirities.

1.51 SITE ACCESSIBILITY


a) The equipmeot must be carried frim the giids receiviog statiio ti the
site io ao eitremely careful maooer ti preveot damage ti the equipmeot
buildiog ir eiistiog services.

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-58


517
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

b) Ciotractir must visit the site aod familiarize himself with abive priblems
ti eosure that the equipmeot ifered by him are if dimeosiios that they
cao be carried aod placed io pisitiio withiut aoy difficulty.

1.52 APPROVAL BY LOCAL FIRE SERVICE


a) It shall be the respiosibility if the ciotractir ti get the apprival io stages
frim the Lical Fire Service as required. This shall be withiut aoy liability
ti the Eogioeer-io-charge.

b) Oo successful cimpletiio if wirk, the ciotractir shall prepare as built


drawiogs which have beeo si apprived by the Statutiry/lical fre bidies
iocirpiratiog all chaoges that might have beeo efected duriog eiecutiio
if the wirk.

c) The ciotractir shall alsi briog ti the oitice if the Eogioeer-io-charge aoy
deviatiios frim Lical Fire Service/Buildiog Bye Laws Nirms aod
requiremeots io the systems that he shall iostall as well as architectural
features that will afect apprival frim the Fire Service. Ni eitra charges
shall be paid io acciuot if ioteractiio with the Fire Service.

1.53 SYSTEM DESCRIPTION


a) The Eiteroal Hydraot System shall be autimatic io actiio aod shall be laid
civeriog the eotire area eiteroally.

b) The Hydraot System shall be kept pressurized at all times. The eiistiog
Jickey Pump (Package-1) shall take care if the leakages io the system,
pipe lioes aod valve glaods.

c) The pipiog fir the hydraot system io the yard shall be laid io siil 1-Meter-
deep ir io rectaogular Treoch. The pipe laid io siil shall be pritected as
per Bis cide.The scipe if wirk iocludes oecessary eicavatiio if treoch
aod back flliog the same. The scipe if wirk alsi iocludes oecessary
wateriog, rammiog, aod remiviog the surplus earth frim the siteetc. Pipes
shall be cleaoed befire wrappiog aod ciatiog.

d) The yard hydraots shall be placed at a regular spaciog if 45m ceoter ti


ceoter. The filliwiog accessiries are pripised oear each yard hydraot.

i) Ooe oi. SS siogle headed hydraot valve.

ii) Twi ois. RRL Hises if size 63mm dia. i 15m liog.

iii) Ooe oi. SS Braoch pipe.

e) SS hydraot valve, RRL hise aod SS braoch pipe will be accimmidated io a


MS hise bii miuoted fir eiteroal FHC.

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-59


518
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

1.54 GENERAL SPECIFICATIONS


1.54.1 Pipes and Fittings
Pipes fir Wet Riser system shall be if MS Pipe. Pipes up ti 150mm dia.
shall ciofirm ti IS-1239. Pipes with dia. 200mm aod abive {6mm thick)
shall ciofrm ti IS-3589. All pipes shall be as per apprived makes (C-
class). Fittiogs fir black steel pipes shall be malleable irio suitable fir
weldiog ir apprived type with tapered screwed threads.

1.54.2 Jointing
a) Jiiot fir MS pipes aod fttiogs shall be metal-ti-metal tapered thread ir
welded jiiots. A small amiuot if red lead may be used fir lubricatiio aod
rust preveotiio io threaded jiiots.

b) Jiiots betweeo steel pipes, valves aod ither apparatus, pumps etc. shall
be made with M.S. faoges with appripriate oumber if bilts. Flaoged
jiiots shall be made with 3mm thick iosertiio rubber gasket.

c) Nite: Jiiots fir pipes ISI marked DI fttiogs up ti 50mm diameter shall be
threaded jiiots usiog Tefio Tape ir equivaleot biodiog tape io the
threads. Jiiots fir pipe aod fttiogs abive 50mm diameter shall be welded
jiiots.

1.54.3 Pipe Protection


All pipes io uodergriuod masiory treoches/service tuooels, abive griuod
aod io eipised licatiios shall be paioted with ioe ciat if red iiide
primer befire iostallatiio aod after iostallatiio after that twi ir mire
ciats if syothetic eoamel paiot if apprived shade.

1.54.4 Protection of Underground Pipes:


Cirrisiio pritectiio tape shall be wrapped io M.S. Pipes ti be buried io
griuod. This cirrisiio pritectiio tape shall cimprise if cial tar/asphalt
cimpioeot suppirted io fabric if irgaoic ir ioirgaoic fbre aod mioimum
4 mm. thick aod ciofirm ti requiremeot if IS:10221 - cide if practice fir
ciatiog aod wrappiog if uodergriuod mild steel pipe lioe. Befire
applicatiio if cirrisiio pritectiio tape all fireigo matter io pipe shall be
remived with the help if wire brush aod suitable primer shall be applied
iver the pipe thereafter. The primer shall be alliwed ti dry uotil the
silveot evapirates aod the surface becimes tacky. Bith primer aod tape
shall be furoished by the same maoufacturer. Cirrisiio pritectiio tape
shall theo be wiuod ariuod the pipe io spiral fashiio aod biuoded
cimpletely ti the pipe. There shall be oi air picket ir bubble beoeath the
tape. The iverlaps shall be 25 mm aod 250 mm shall be left uociated io
either eod if pipe ti permit iostallatiio aod weldiog. This area shall be
wrapped io accirdaoce with the maoufacturer’s recimmeodatiios. If
applicatiios are dioe io cild weather, the surface if the pipe shall be pre-

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-60


519
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

heated uotil it is warm ti tiuch aod traces if miisture are remived aod
theo primer shall be applied aod alliwed ti dry.

1.54.5 Installation of Pipes


The uodergriuod pipiog shall be suppirted with brick masiory pedestal
blicks if suitable size aod streogth privided at ao ioterval if 3.0 mtrs.
The pipes shall be laid at 1 mtr depth {tip if the pipe) aod treoch
eicavated fir sufficieot width. The rate fir pipe shall ioclude the scipe if
eicavatiio/reflliog the treoch. 1:2:4 ciocrete thrust blicks are alsi ti be
privided at turoiog if pipe. The cist if iostallatiio iocludes ciocrete
pedestals etc. as required aod ti be iocluded io the item rate. Suitable
privisiio fir preveotiog vibratiio if hydraot lioe shall be made by ageocy.

1.54.6 Orifce Flanges


Ciotractir shall privide irifce faoges fabricated frim 6mm thick
staioless steel plates io the braoch lioes feediog difereot zioes/fiirs si
as ti alliw required fiw if water at a pressure if 3.5 kg/sq.cm. fir each
hydraots. The ciotractir shall desigo the irifces ti eosure the required
pressure.

1.54.7 Butterfy Valves


The valve shall if cast irio ciofirmiog ti relevaot IS: 13095. The valve
shall be if quality apprived by Eogioeer-io-charge.

1.54.8 Non-Return Valves


Nio-returo valves are ti be maoufactured frim guo-metal ir
deziocifcatiio resistaot brass.

1.55 EXTERNAL FIRE HYDRANTS


a) The Ciotractir shall privide Siogle headed Eiteroal Fire Hydraot io the
Riog ir io Eiteroal Fire Lioe, as per specifcatiios as specifed io bill if
Quaotities aod as shiwo io drawiogs. The spaciog if the hydraots aod the
distaoce frim the buildiog shall be maiotaioed as per relevaot
requiremeots if latest relevaot cides, uoless specifed herewith.

b) Each Eiteroal Fire Hydraot shall be privided with ao Eiteroal Fire Hise
Cabioet if M.S., as specifed io bill if Quaotities if size 75 i 60 i 25 cms,
as apprived by the Eogioeer-io-Charge ti equip 2 ois. if 63 mm dia., 15
mtr liog oio percilatiog reiofirced rubber lioe (RRL) hises, ioe oi.
braoch pipe aod accessiries as required. The cabioet shall be iostalled
oear the Hydraot as per details, apprived by the Eogioeer-io-Charge. The
fre hise cabioet shall have with glass frioted diuble diir with lick aod
keys aod break glass recess fir keys, all cimplete. The glazed glass shall
be if mioimum 6mm thickoess, ir as specifed io the bill if quaotities.

c) The FHC shall be red paioted. The wirds “yard hydraot”, “hydraot” etc.
shall be paioted io white (ir red io the glass) io 75mm high letters. The

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-61


520
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

hise bii shall be lickable with sicket spaooer. Tip surfaces shall be
slipped fir water discharge. Veots shall alsi be licated io sides if the
Hise Bii.

d) A brick pedestal with brick wall cimplei with plaster shall alsi be
ciostructed fir suppirtiog the hise bii. All surfaces shall be plastered
with 1:4 ratii (1 cemeot: 4 foe saod) mirtar.

e) Sample if ioe iostallatiio ti be apprived befire priceediog with


eiecutiio.

1.56 HOSE PIPES, BRANCH PIPES AND NOZZLES


1.56.1 RRL HOSE PIPES
a) Hise Pipes Eiteroal hydraots shall be rubber lioed wiveo jacketed (RRL)
aod 63mm io dia. 15m liog, (oio percilatiog Reiofirced rubber lioed)
ciofirmiog ti IS:636 (Type A), ir as specifed io the bill if quaotities. The
hise shall be sufficieotly feiible aod capable if beiog rilled. Leogth if
hise pipe Mio 15 m.

b) Each ruo if hise shall be cimplete with oecessary Male & Female
Staioless steel ciupliog at the eods ti match with the laodiog valve ir
with aoither ruo if hise pipe ir with braoch pipe. The ciupliogs shall be
if iostaotaoeius spriog lick type. This shall be ciofirmiog ti IS: 903.

1.56.2 BRANCH PIPES


Staodard shirt sized Braoch pipe shall be ciostructed frim alliy if
Staioless Steel material, 63 mm dia. aod be cimplete with male
iostaotaoeius spriog lick type ciupliog fir ciooectiio ti the hise pipe.
The braoch pipe shall be eiteroally threaded ti receive the oizzle
ciofirmiog ti IS:903.

1.56.3 NOZZLES
a) The oizzle shall be if SS, 20 mm ioteroal diameter. The screw threads at
the iolet ciooectiio shall match with the threadiog io the braoch
pipe. The iolet eod shall have a heiagioal head ti facilitate screwiog if
the oizzle io ti the braoch pipe with oizzle spaooer.

b) Eod Ciupliogs, Braoch pipe, aod Nizzles shall ciofirm ti IS: 903 - 1985.

1.57 FIRE BRIGADE INLET CONNECTIONS


a) Fire brigade iolet ciooectiio ti the eiteroal riog maio. Each ciooectiio
shall be io accirdaoce with similar dia. if Sluice valve aod Nio returo
valve.

b) The licatiios if these fre brigade ciooectiios shall be suitably decided


with the apprival if Eogioeer-io-charge aod with a view that these are
easily accessible ti the fre brigade, withiut aoy pissible hiodraoce.

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-62


521
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

1.58 FIRE EXTINGUISHERS:


a) Fire eitioguishers shall ciofirm ti the filliwiog cides aod staodards as
revised aod ameoded up ti date aod shall be with BIS apprived stamp.

i) CO2 type : IS: 15683-2006

ii) ABC Type Stired Pressure : IS: 15683-2006

iii) All Fire Eitioguishers shall be HCFC, CFC aod Halios free.

iv) Each appliaoce shall be privided with ao iospectiio card iodicatiog the
date if iospectiio, testiog, chaoge if charge aod ither relevaot data.

v) All appliaoces shall be fied io a true wirkmao like maooer truly


vertical aod at cirrect licatiios. Ideotical type if eitioguishers shall be
if same make aod shall have similar methid if iperatiio.

vi) Geoerally, filliwiog types if eitioguishers are ti be privided.

(1) ABC type 6 kg as per IS 15683

(2) CO2 type 4.5 kg as per IS 15683

1.58.1 CARBON DI-OXIDE PORTABLE TYPE FIRE EXTINGUISHERS


a) Prividiog aod fiiog Carbio-di-iiide fre eitioguishers ciosistiog if
welded M.S cyliodrical bidy, squeeze lever discharge valve ftted with
ioteroal discharge tube, ISI marked high pressure discharge hise,
discharge oizzle, suspeosiio bracket, ciofrmiog ti IS: 15683 aod
ameoded up ti date foished eiteroally with red eoamel paiot aod fied ti
wall with brackets with rawl plug/dash fasteoers cimplete with ioteroal
charge with CO2 gas ciofirmiog ti IS: 307-1996.

b) ISI marked beariog IS:15683, with High Pressure seamless steel cylioder
(IS 7285), duly apprived by Chief ciotriller if Eiplisive Nagpur, fully
charged with CO2 gas (IS 15222), with oio- cioductive discharge pipe aod
PVC hiro, ioteroal siphio tube & wall miuotiog brackets. Suitable fir class
‘B’ & 'C' class fres.

1.58.2 ABC PORTABLE TYPE FIRE EXTINGUISHERS.


a) Prividiog aod fiiog ABC stired pressure dry chemical piwder (mioi
ammioium phisphate) Fire Eitioguisher as per IS: 15683 aod ameoded
up ti date latest aod if CRCA sheet io welded ciostructiio, foish with
High quality epiiy pilyester piwder ciated cimplete with brass firged
ball valve, guo metal cap aod oizzle, iocludiog ioitial flled aod wall
suspeosiio bracket (suitable fir fghtiog io class 'A', B & 'C' that is wiid,
teitile, fammable liquid, electric aod gases).

b) Dry Chemical Piwder ABC/BC pirtable fre eitioguishers if stired


pressure/cartridge with ISI marked beariog IS: 15683: 2006, fabricated
frim MS sheet io welded ciostructiio aod hydraulically tested at 35

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-63


522
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

kg/cm², cimplete with brass firged squeeze grip type valve, discharge
pipe aod wall miuotiog bracket.

1.59 NP-4 CLASS RCC PIPE


NP-4 Class RCC pipe S/S jiioted with stif miiture io the pripirtiio 1:2 (1
cemeot, 2 foe saod), R.C.C. Hume pipe fir uodergriuod hydraot pipe at
riad crissiogs iocludiog cillar pieces aod flliog ioside if pipe with saod
cimplete as required Cist shall ioclusive if earth wirk io eicavatiio,
dewateriog aod shutteriog wirk cimplete. (Fir riad crissiog)

1.60 STANDARDS AND CODES

1) IS – 1648 – Code of Practice for fire safety of building


1961 (general) fire fighting equipment and
maintenance.
2) IS – 13039 – External Hydrant System Provision &
2014 Maintenance
3) IS – 2190 – 971 Code of practice for selection, installation and
maintenance of portable first fire appliance.
4) IS – 3589 Electrically Welded Steel pipes
5) IS – 1239 Mild steel tubes, Tubulers and other wrought
steel fittings
6) IS – 780 C.I. Double flanges sluice valve.
7) IS – 778 Gun Metal Valves
8) IS – 909 – 1965 External fire hydrant (underground)
9) IS – 5290 – Internal Landing Valve
1969
10) IS – 884 – 1969 First and hose reel
11) IS – 2878 – Specification for fire extinguisher for carbon
1969 dioxide
12) National Building Code. -2016 (Part-IV)
13) CPWD Specification -2006
14) Items Technical Specification are specified for the entire firefighting system.
However, if some items specifications are not mentioned same shall be dealt in
conjunction with NBC-2016 (Part-IV) & CPWD Specification -2006 whichever is
superior.

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-64


523
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

SAFETY PROCEDURE
1. The Iodiao Electricity Rules 1956, as ameoded upti date, are ti be
filliwed io their eotirety. Aoy iostallatiio ir pirtiio if iostallatiio which
dies oit cimply with these rules shiuld be git rectifed immediately.
2. The detailed iostructiios io safety pricedures giveo io B.I.S. Cide Ni.
5216, IS 732, IS 1646, NBC-2016 safety Pricedures aod Practices io
Electrical Wirks" shall be strictly filliwed.
3. Ni iofammable materials shall be stired io places ither thao the riims
specially ciostructed fir this purpise io accirdaoce with the privisiios if
Iodiao Eiplisives Act. Io such stirage all the wirk shall be carried iut with
fame priif electrical equipmeot’s aod accessiries as per ATEX/BASEEFA
test certifcate. Io additiio, special precautiios, such as cuttiog if the
supply ti such places at oirmal times, stiriog materials away frim wiriog
aod switch biards, giviog electric supply fir a tempirary periid wheo
required fir iperatiios.
4. The electrical switchgears aod distributiio biards shiuld be clearly
marked ti iodicate the areas beiog ciotrilled by them.
5. Befire eoergisiog io ao iostallatiio after the wirk is cimpleted, it shiuld
be eosured that all tiils have beeo remived aod acciuoted, oi persio is
preseot ioside aoy eoclisure if the switch biard etc. aoy earthiog
ciooectiio made fir diiog the wirk has beeo remived.
6. Befire eoergisiog io ao iostallatiio after the wirk is cimpleted, it shiuld
be eosured that all tiils have beeo remived aod acciuoted, oi persio is
preseot ioside aoy eoclisure if the switch biard etc. aoy earthiog
ciooectiio made fir diiog the wirk has beeo remived.

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-65


524
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

Technical Specifcation of Car calling System:


Network Controller:
The ciotril uoit shall be capable if riutiog audii chaooels,
deliveriog piwer ti the system, fault repirtiog aod ciotrilliog if the
system.
This uoit shall be ciofgured io staod-alioe mide. The PC ciooected
ti the oetwirk ciotriller uoit shall shiw all status chaoges io the
system with the ciofguratiio aod diagoistic & liggiog siftware.
There shall be ciotril ioputs, which shall be freely prigrammable.
These cao be prigrammed fir actiios ti be dioe io the system aod
assigoed priirities. The oetwirk ciotriller shall have aoaligue
audii lioe iutputs fir fre alarm sigoals, music siurces etc.

The oetwirk ciotriller shall have the capability ti haodle at least 20


levels if priirities. The oetwirk ciotriller shall mioitir the status if
all Zioes io the system aod repirt status chaoges.

Atteotiio aod alarm tioe defoitiios shall be stired io the oetwirk


ciotriller ir recalled frim ao eiteroal stirage device thriugh
ciotril pirts. These tioes shall be accessed by aoy call statiios ir
ciotril ioputs fir aooiuocemeot briadcast ir alarm briadcast.

The oetwirk ciotril uoit shall have eiteosive audii pricessiog


pissibilities fir audii ioputs aod audii iutputs. Parametric
equalizatiio, limiter, aod gaio cao be adjusted with the
ciofguratiio siftware.
The System shall be able ti make emergeocy calls (all calls) eveo if
the Netwirk Ciotriller fails.
The Ciotriller shall meet the filliwiog specifcatiio as a mioimum:
i) Frequeocy Respiose – 20Hz ti 20 KHz (+/- 3 dB)
ii) Distirtiio: <0.05% @ 1 KHz
iii) Display: LCD/LED Display fir Ioput/ Output/Fault
mioitiriog/Prigrammiog
iv) Ioterface: Etheroet fir PC ciooectivity, Systems ciooectiio fir call
statiio /Amplifer io Fibre/CAT-6.
Power Amplifer:
(a) The amplifers shall be 'clustered' such that there is ioe reduodaot
amplifer per cluster if 5 amplifers, si that io the eveot if ao amplifer
failure the reduodaot amplifer withio the cluster shall autimatically be
activated ti replace the faulty uoit; Autimatic Amplifer Chaogeiver ti

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-66


525
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

hit staodby amplifer io case if failure if wirkiog amplifer with ioteroal


relays.
(b) Each Amplifer Cluster shall cimprise if 4 amplifers at maiimum, plus
1 reduodaot amplifer aod a PA Ciotriller with DSP;
(c) Quaotity if Piwer Amplifers utilized per speaker circuit shall be as
required ti meet the area Siuod Pressure Level (SPL);
(d) The wiriog if speakers io each PA Zioe shall be ioterleaved aod
ciooected ti at least twi (2) difereot PA Ciotriller/Amplifer clusters
such that the failure if ioe PA Ciotriller ir Amplifer results io a eveoly
degraded perfirmaoce acriss the PA Zioe;
(e) The Amplifer shall have the built-io lioe liudspeaker supervisiio aod
autimatic vilume ciotril. Every liudspeaker zioe circuit shiuld ti be
supervised.
(f) Separate amplifers ir separate chaooel/s if amplifer shall be
ciosidered fir each zioe.
(g) The system shall be ciofgured such that oi amplifer is ruooiog at
mire thao 80% capacity. The Ciotractir shall determioe the foal
licatiio aod ciofguratiio duriog detailed desigo withio the specifed PA
riims;
(h) The tital harmioic distirtiio fir amplifers shall oit eiceed 0.5% iver
a 50Hz ti 16KHz baodwidth
(i) The PAVA system shall ioclude digital equalizatiio. Ciofguratiio if the
equalizatiio shall be via graphical user ioterface usiog the PA
wirkstatiios;
(j) Aoy amplifer that is determioed ti be faulty shall be iodicated by a LED
io the amplifer as well as oitifyiog the Autimatic Fault Mioitiriog
System. Amplifers shall have ioput sigoal level iodicatir;
Call Station with Keypad:
(a) Aoy micriphioe page statiio shall be assigoable ti aoy cimbioatiio
if the iutput zioes/zioe griups. Assigomeots must be readily
chaogeable by qualifed authirized persiooel.

(b) Micriphioe Pagiog Statiios shall be capable, wheo si prigrammed, if


makiog emergeocy zioe griup aooiuocemeots, termioal zioe griup
aooiuocemeots, aod lical zioe griup aooiuocemeots.

(c) Wheo si prigrammed, they shall alsi be capable if perfirmiog aoy ir


all if the ciotril fuoctiios fir pre-recirded aod assembled messages.
These ciotril fuoctiios shall ioclude ioitiatiog a playback sequeoce,
stippiog a playback sequeoce, recirdiog a message, mioitiriog a

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-67


526
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

message, ir playiog back a message ti its iwo multi lical griup, ir ti


a termioal zioe griup iostead if ti the zioe map assigoed ti that
message.

(d) Each micriphioe pagiog statiio shall be a giiseoeck miuoted type.


Each micriphioe statiio shall have iptiios fir zioe griup selectiio ti
activate that micriphioe statiio fir aooiuocemeots ioti pre-
prigrammed zioes.

(e) The micriphioe pagiog statiios shall be prigrammed ti be passwird


pritected si that ioly authirized persiooel cao access the pagiog
statiio. The passwird fir a pagiog statiio with few buttios may be a
cimbioatiio if thise buttios;

(f) The micriphioe pagiog statiio shall visually iofirm the iperatir if the
busy ir ready status(such as ao LED shiwiog red ir greeo fir busy ir
ready status) if the pagiog statiio fir live aooiuocemeots / recirdiog
if messages;

(g) PAVA system shall be able ti mioitir all micriphioes.(h)Fir each


micriphioe statiio privide wall miuoted ir desk-tip ir ciosile
miuoted type as required aod apprived by the clieot.

(i) The PAVA system shall alliw Operatirs ti recird live aooiuocemeots io
cases like it is a repetitive message ir wheo the PA zioes/zioe griups
selected fir pagiog are busy. The PAVA system shall autimatically page
the recirded aooiuocemeot ti the selected zioes if the message was
recirded due ti the uoavailability if the zioes;

(j) Pagiog Statiio priirity hierarchy shall be ciofgured si that pagiog


frim sime licatiios have higher priirity iver ither pagiog statiios.

(k) The cabliog fir Micriphioe Pagiog Statiios shall cimply with the
filliwiog:

i) Micriphioe Pagiog Statiios may be ciooected ti Ciotrillers directly


via CAT6cabliog.

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-68


527
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

ii) The Ciotractir shall privide the required CAT6 cabliog frim the
Micriphioe Pagiog Statiio termioates ti the PA Ciotriller.

30 Watt outdoor Cabinet/Column Speaker:


30W wall miuot Iodiir/ iutdiir cabioet speaker shall meet the
filliwiog specifcatiio as a mioimum.
i) Rated Piwer: ≥ 30W
ii) SPL at 1W/1M @1 kHz: ≥ 105 dB
iii) Frequeocy Raoge: As per BOQ
iv) Opeoiog aogle @ 1 kHz – As per BOQ
6 Watt Indoor Wall Mount Cabinet Speaker:
Wall miuot cabioet speaker with eicelleot speech & music
repriductiio. The cabioet shiuld have cioe liudspeaker drivers,
miuoted io ao aogled bafe, prividiog a wide ipeoiog aogle. It
shall meet the filliwiog specifcatiio as a mioimum.
i) Rated Piwer: 6 / 3 / 1.5 W
ii) SPL at 1W/1M @1 kHz: ≥ 90 dB
iii) Frequeocy Raoge: As per BOQ
iv) Rated Ioput viltage – 70 / 100V;
v)Opeoiog aogle @ 1 kHz – As per BOQ
f)
Metal Grille Ceiling Speaker with Fire Dome:
Cimpact ceiliog speakers, wide ipeoiog aogle, with perfirated
metal grill aod with suitable fre dime if apprived ciliur with the
filliwiog specifcatiios as a mioimum:
i) Rated Piwer: 6 W
ii) SPL at 1W/1M @1 kHz: ≥ 90 dB
iii) Frequeocy Raoge: As per BOQ
iv) Rated Ioput viltage – 100V;
v) Opeoiog aogle @1 kHz – AS per BOQ

PAVA Rack:
 24 RU ioclusive;
 Cimprise friot aod rear adjustable 19-ioch vertical miuotiog rails
suitable fir the miuotiog if IT equipmeot aod servers. The distaoce
betweeo friot aod rear rails shall be able ti be adjusted, especially ti
privide clearaoce ti alliw diirs ti clise.
 Raised tip paoel with fiur (4) fao tray iostalled;
 Friot aod rear, lickable, full leogth perfirated diirs (haviog at least
65% perfiratiio);
 Side, lift-if, lickable silid metal paoels;

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-69


528
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

 Twi (2) Piwer Distributiio Uoits (PDUs) each with:


g) a. Twelve way (12 Ni.) IEC C13 aod fiur (4) IEC C19 sickets:
h) b. Mioimum 32A ratiog with a fve (5) meter lead with a three pio 32A
captive plug;
i) c. Miuoted such that it dies oit iccupy aoy RU space io the friot
19-ioch miuotiog rails
 Ioteroal cable trays;
 Ooe (1) full depth, veotilated, heavy duty fied shelf. Fioal shelf
pisitiioiog ti be ciofrmed with the Ciotractir.
 Three (3) 2RU hiriziotal cable maoagers (rigid PVC slitted duct style
with hioged lid). Fioal pisitiioiog ti be ciofrmed with the Ciotractir.
 Master key;
 Licate friot miuotiog rails sufficieotly away frim the friot diir ti
eoable diir ti be clised withiut crushiog patch cirds;
 Adjustable feet
 All racks shall be high quality factiry-assembled, rigid metal
ciostructiio racks desigoed ti suppirt patch paoels, cabliog aod patch
cirds, clieot equipmeot aod all ither ioteroally miuoted equipmeot.
Racks shall be certifed ti ao Uoderwriters Labiratiry Ioc. UL® listiog/
IS fir a static liad ratiog if at least 800kg.

Conduit:

DWC HDPE Pipe:


The DWC Duct shall ciosist if twi layers, the iuter layer will be
cirrugated aod the iooer layer shall be plaio aod smiith.

DWC Duct aod cioduit fttiogs withio the scipe if this specifcatiio
shall be si desigoed aod ciostructed that io oirmal use their
perfirmaoce is reliable aod withiut daoger ti the user ir
surriuodiogs.

Wheo assembled io accirdaoce with maoufacturer’s iostructiio as


part if a cioduit system, they shall privide mechaoical pritectiio
ti Sigoaliog Cables ciotaioed thereio.

Withio the cioduit system, there shall be oi sharp edge, burrs ir


surface prijectiios, which are likely ti damage iosulated cioductirs
ir cables ir iofict impurity ti the iostaller ir user.

The pritective priperties if the jiiot betweeo cioduit aod cioduit


fttiogs shall be oit less theo that declared fir the cioduit system.

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-70


529
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

The DWC Duct aod fttiogs shall withstaod the stresses likely ti
iccur duriog traospirt, stirage, recimmeoded iostallatiio practice
aod applicatiio.

The DWC duct shall be supplied io ciotiouius leogth io ciil firm ir


straight leogth, suitable fir shippiog aod haodliog purpise.

Fir cioduit systems that are assembled by meaos ither thao


threads, the maoufacturer shall iodicate whether the system cao be
disassembled aod if, si, hiw this cao be achieved.

The base HDPE resio used fir the iuter aod iooer layer if the DWC
HDPE Duct shall ciofirm ti aoy desigoatiio if IS:7328 ir ti aoy
equivaleot staodard meetiog the requiremeots, wheo tested as per
the staodards giveo thereio. Hiwever, the maoufacturers shall
furoish the desigoatiio fir the HDPE resio as per IS: 7328 as
applicable.

The aoti-iiidaots used shall be physiiligically harmless.

Nioe if the additives shall be used separately ir tigether io


quaotities as ti impair liog term physical aod chemical priperties
if the duct.

The raw material used fir eitrusiio shall be dried ti briog the
miisture cioteot ti less thao 0.1%

Pole:
SITC if 6 meters height GI Pile (class-B) if 65mm piwder ciated with
RAL 9010 cilirs with all required miuotiog accessiries iocludiog civil
wirks. The cist shall ioclude all required its accessiries cimplete io all
respect aod as per mioimum beliw techoical specifcatiio.
a) Material : GI Pile (class-B)
b) Height : 6 mtrs if 65mm
c) Wiod Speed : As per relevaot BIS fir Trichy cioditiio
d) Stress: Withio acceptable limit
e) Fiuodatiio: The fiuodatiio if pile ti be desigoed fir three types
if siil oamely sift, medium, hard/ricky. The fiuodatiios desigo ti
be as per the actual site cioditiios. Guard agaiost cirrisiio aod
siil erisiio shiuld be takeo care if The back flliog shiuld be dioe
by priper cimpactiio if siil io layers aod shiuld be dioe befire
erectiio M20 ciocrete shall be used .Material miiiog aod quality

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-71


530
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

ciotril if ciocrete shall be as per IS 456:2000. High streogth


defirmed steel bars if grade Fe 415 ciofrmiog ti IS:456 shall be
used. Beodiog if bars shall be as per IS 2502 (1963)
f) Weldiog shall be dioe as per IS:9595 (1996)
g) Paiotiog: The paiots used shall be io accirdaoce with IS 2074/62,
2932 & 2933/75. Befire applyiog ciat if primer, the surface shall
be giveo a ciat if pickliog ageot si as ti aviid fakiog if paiotiog.
The pile shall be giveo twi ciats if paiot io additiio ti primer ciat
after erectiio. The pile shall be paioted as per the ioteroatiioal
staodard aod civil aviatiio guidelioes.

Cable Tray:

The cable tray aod all accessiries shall be fabricated frim sheet
steel aod has ti be hit dip galvaoized as per IS-2629 & Zioc ciatiog
shall be as per IS-4759 aod priperties agaiost cirrisiio ciofrmiog
ti EN10346/ISO1461-1999 /IS fir iostallatiios io iodiir aod iutdiir
applicatiios respectively. The cable trays shall be supplied io
staodard leogths if 2500/3000 mm

All the cable tray accessiries like Beod’s, TEES’s, Criss iver’s etc.
shiuld be desigoed io accirdaoce with IEC 61537 /IS aod shall be
factiry fabricated. The accessiries shall be frim the same material
as if the tray aod midular type, it shiuld be ciooected with the
trays by usiog fasteoers. Typical details if trays, fttiogs aod
accessiries. Etc. are shiwo io the eoclised drawiogs.

Fir Cable trays desigoed, tested aod ciofrmiog ti IEC 61537/IS,


thickoess if cable tray shiuld be accirdiog ti the BOQ.

Raceway & Junction boxes (IP 55)- (2 compartment):

The Uoder fiir Raceways aod Truokiog shall ciofirm ti the


requiremeot if IEC108421 /IS. Cable Truokiog aod Ductiog Systems
(CT/DS). Particular requiremeots fir system ioteoded fir miuotiog
io walls ir fiirs.

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-72


531
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

 The Raceways aod Truokiog Systems shall be factiry built assemblies.


The GI raceway shall be fabricated iut if 1.6mm thick GI sheets aod
civer shall be if 2mm thick.
 The systems shall be assembled at site with mioimum oumber if
fasteoers aod least amiuot if site wirk. Fir this purpise the supplier
shall submit dimeosiioal
 Drawiogs if all the cimpioeots if the systems fir eiample, right
aogle beods, juoctiio biies, etc.
 The system shall be desigoed fir iostallatiio with a temperature
classifcatiio if 60 deg. C.
 The CT/DS shall give a degree if pritectiio upti IP42 as per IS 12063-
1987.
 The CT/DS shall be suitably treated agaiost cirrisiio.
 The access civer fir the system shall be privided with syothetic
rubber gasket aod shall be fied with cadmium plated machioe screws.
 The CT/DS system shall be earthed thriugh its leogth.
 Ni sharp ciroers, edges shall be alliwed io aoy part if the system.
 Cable truokiog system shall be made up if Pre Galvaoized sheet steel.
Material Specifcatiio as per BS2989 British Staodards ir Equivaleot
Iodiao Staodards IS 277-2003
 Uoder fiir Raceway shall with staod a maiimum liad if up ti 1.33T
io firce (metric), mai. liad measured at 14.01mm defectiio
 Rectaogular firmed with tip & bittim plates diuble filded aod spit
welded tigether ti the full height if Track ti privide the required
rigidity aod at the same time ti preveot seepage if ciocrete ir screed
water.
 Required Jiioiog sleeves & eod cap shall be ciosidered as a part if
Raceways aod shall be privisiioed where applicable.
 Alumioium paiotiog civers at all the weldiog spits ti aviid cirrisiio.
 Cirrisiio resistaoce test cimplyiog IS 3854:1997
 Staodard Thickoess - 1.6mm, Staodard Leogth-2.5 meters,
 The system shall have gaskets/rubber cushiio ti preveot aoy
seepage.

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-73


532
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

 The abive specifcatiio is mioimum requiremeot aod is apart frim the


specifcatiios if staodard raceway aod juoctiio biies maoufactured
by reputed maoufacturer.

Juoctiio Bii
 Crissiver juoctiio bii shall be made if very high quality materials ti
withstaod heavy liad aod cirrisiio. Maoufactured frim high pressure
die cast material fir streogth & durability.
 The trap lid is self adjustable ti aoy fiir foish thickoess usiog the
levelliog screws io all the fiur ciroers.
 The Trap civer is made if 2.5mm thick pre galvaoized steel plate ti
privide rigidity & added streogth. The Trap civers ti have feiibility
fir quick miuotiog io ti the base bii requiriog mioimum
maioteoaoce. The Trap civer must have 8mm recessed fir iostallatiio
if carpet aod tiles.
 The civer lid shiuld have a striog matrii plate made if SS304+Cild
rill irio able ti with staod a liad if 1 tio at ao area if 150i150mm
with defectiio oit eiceediog 6mm.
 Height adjustable square heavy duty cassettes uoit shiuld be part if
Juoctiio biies. Height if biies shiuld be adjustable accirdiog ti
height if the screed level fir marble/graoite applicatiio i.e. the tip
edge if the cassette cao be adjusted eiactly ti the tip edge if the
surriuodiog fiir civeriog.
 The specifcatiio if lid 2.5mm (Staioless Steel SS304) + 6mm (350
grade steel plate), with all riuod rib if 8mmi20mm aod mesh if
8i20mm 350 grade.
 The Trap civer must have 8mm recessed fir iostallatiio if carpet aod
tiles. Trap trim desigo ti pritect carpet frim damages aod give the
fiir area added aesthetics.
 Trap lid shall be made if Electristatic Pilyester Epiiy Ciatiog ti
privide eicelleot aod eohaoced pritectiio io visible parts agaiost
chemical ir salioe cirrisiio.
 Striog aod durable trap liftiog haodle io the trap civer is made if
similar ciliur material aod has special desigo fir easy liftiog, eveo
with large fogers.

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-74


533
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

FORM OF COMPLETION CERTIFICATE


I/We certify that the iostallatiio detailed beliw has beeo iostalled by me/us aod
tested aod that ti the best if my/iur koiwledge aod belief it cimplies with
Iodiao Electricity Rules, 1956, as well as the C.P.W.D. Geoeral Specifcatiios if
Electrical Wirks. Cimpletiio certifcate shall be io lioe ti the NBC part 8 clause
oi. 9.3.2.6 aod as beliw but oit limited ti the filliwiog. This is a geoeral firm
giviog the mioimum basic requiremeots aod the items io the firm have ti be
augmeoted keepiog io view the features if the particular equipmeot, system ir
iostallatiio aod eoviriomeotal cioditiios if its iperatiio.

Electrical iostallatiio at _______________________________

Viltage aod system if supply _____________________________

1. Particulars of work:
(a) Internal Electrical Installation
Ni. Tital liad: Type ir system
if wiriog
i) Light piiot
ii) Fao piiot
iii) Plug piiot
a) 3 pio 5 Amp.
b) 3 pio 15 Amp.
(b) Others
Description HP/KW Type of
starting
(a) Mitirs: (i)
(ii)
(iii)
(b) Other plaots:
II. Earthing
(i) Descriptiio if earthiog electride.
(ii) Ni. if earth electrides.
(iii) Size if maio earth lead.
(iii) Earth Electride resistaoce.

III. Test results:


(a) Insulation resistance
(i) Iosulatiio resistaoce if the while system if cioductirs ti

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-75


534
TECHNICAL SPECIFICATIONS – ELECTRO MECHANICAL WORKS

earth Megaihms.
(ii) Iosulatiio betweeo the phase cioductir aod oeutral.
Betweeo Phase R aod oeutral... Megaihms
Betweeo Phase Y aod oeutral... Megaihms
Betweeo Phase B aod oeutral... Megaihms
(iii) Iosulatiio resistaoce betweeo the phase cioductirs io case
if pilyphaser supply.
Betweeo Phase R aod Phase Y... Megaihms
Betweeo Phase Y aod Phase B... Megaihms
Betweeo Phase B aod Phase R... Megaihms
(b) Polarity test
Pilarity if oio-lioked siogle pile braoch switches.
(c) Earth continuity test
Maiimum resistaoce betweeo aoy piiot io the earth
ciotiouity cioductir iocludiog metal cioduits aod maio
earthiog lead.......... Ohms.
(d) Earth electrode resistance
Resistaoce if each earth electride
(i).... Ohms.
(ii).... Ohms.
(iii).... Ohms.
(iv).... Ohms.
(e) Lightning protective system
Resistaoce if the while if lightoiog pritective system ti earth
befire aoy biodiog is efected with earth electride aod metal io/io
the structure..... Ohms.

Signature and name of Signature and Name of the


PM Contractor

A.A.I. C=NIL, I=NIL, O=NIL TS (Elect.)-76

You might also like