Professional Documents
Culture Documents
TENDER DOCUMENT
VOLUME - 1
5. PROFORMA PR 1 – 26
VOLUME – 2
(AAI’S REQUIREMENT)
1. SEC. A – GENERAL 1 – 15
3. SEC. C – DESIGN 1 – 13
7. APPENDICES 01 TO 03 1 – 31
VOLUME - 3
iv) IT CABLING 50 – 56
i) SCCTV EQUIPMENTS 2 – 15
ii) FIDS 16 – 33
iii) PA SYSTEM 34 – 59
iv) EPABX 60 – 75
6. SCHEDULE - A 1–3
TOTAL 758
1. Lump-sum/Turn Key (Design & Build) e-tenders are invited through the
CPP e-tendering portal by Sr. Manager (Engg.-Civil), Airports Authority of India,
O/o Executive Director (Engg.)-NR, Corporate Head Quarters, B-Block, 3rd
Floor, Rajiv Gandhi Bhawan, Safdarjung Airport, New Delhi-110 003, on behalf
of Chairman, A.A.I from the empaneled contractors of AAI for Pre-Engineered
/Pre-Fabricated buildings of Airports for the work of “Construction of Pre-
engineered Airport Terminal building and associated works at Hindon,
Ghaziabad (U.P.) – On Design & Build basis” at an estimated cost of Rs. 45.40
Crores (Approx.) with period of completion 04 months.
(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, Mobile: 91 8826246593, E-mail: support-
eproc@nic.in
Bidders are requested to kindly mention the URL of the Portal and Tender ID in the
subject while e-mailing any issue along with the contact details.
(II) For any further technical assistance with regard to functioning of CPP portal the
bidder may contact to the following AAI help desk numbers on all working days only
between
(i) 08.00 hrs to 20.00 hrs (Mon-Sat)-011-24632950, Ext-3512 (Six lines), E-Mail:-
eprochelp@aai.aero
WNIT - 1
(iii) 09.30 hrs to 18.00 hrs (Mon-Fri)- 011-24657900, E-Mail: - gmitchq@aai.aero
Tender processing fee of Rs. 5,900/- (i/c GST) Non-refundable will be required to
be paid offline in the form of Demand Draft (In favour of Airports Authority of India,
payable at New Delhi) from Nationalized or any scheduled bank (but not from co-
operative or Gramin bank). The original Demand Draft against Tender processing fee
should reach by post/ courier/ given in person to the concerned officials, within 3 days
of the last date of bid submission or as specified in the Tender Document. The details of
Demand Draft / any other accepted instruments, physically sent, should tally with the
details available in the scanned copy and the data entered during bid submission time.
2. Following Two (2) envelopes shall be submitted through online at CPP portal by
the bidder as per the following schedule:-
i) Agency should have Permanent Account Number (PAN) and GST Registration
no.
ii) Scanned copy of unconditional Acceptance of AAI’s Tender Conditions as per
Annexure-5
iii) Scanned copy of DD/BG against EMD
iv) Scanned copy of signed Integrity Pact
v) Scanned copy of Undertaking as per Annexure-6
WNIT - 2
vi) Scanned copy of Undertaking as per Annexure-7
vii) Scanned copy of Undertaking as per Annexure-9
viii) Scanned copy of Authorization letter/Power of Attorney
ix) Check list as per Annexure -1
x) Scanned copy of DD against tender fee.
xi) Scanned copy of declaration as per Annexure-2
xii) Scanned copy of Undertaking as per Annexure-3
Scanned copy of earnest money deposit (EMD) of value Rs. 70.40 Lacs (Rupees Seventy
Lacs and Forty Thousand Only) (Performa given in page no GCC-94 : Appendix- IA
of Tender Document) in the form of Demand Draft / Bank Guarantee as stipulated in
the notice inviting tender to be submitted in Envelope-I along with Unconditional
Acceptance of AAI’s Tender Conditions ( Performa given in page no PR-6 :
Annexure-5 of Tender Document) and scanned copy of signed Integrity Pact
Conditions ( Performa given in page no GCC-118-126 : APPENDIX –XVIII of
Tender Document).
Envelope-II: The Financial e-Bid through CPP portal.
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 bidders. Bidders 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 bidder). No
other 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.
Original Demand Draft against Tender Processing Fee, Original EMD in the form of
BG/ Demand Draft, Original hard copy of signed Unconditional Acceptance of AAI’s
Tender Conditions, signed Original integrity Pact and Original Undertaking as per
Annexure-6,7 & 9 to be sent Sr. Manager (Engg.-Civil), Airports Authority of India,
O/o Executive Director (Engg.)-NR, Corporate Head Quarters, B-Block, 3rd Floor,
opposite to Room No 371, Rajiv Gandhi Bhawan, Safdarjang Airport, New Delhi-110
003 and should reach to bid manager before the date & time mentioned in CRITICAL
DATA SHEET. Tender of the tenderer, whose tender processing fees, EMD, Integrity
Pact, Unconditional Acceptance of AAI’s tender conditions and original
undertakings are not received by the time mentioned in CRITICAL DATA SHEET will
be summarily rejected. Any postal delay will not be entertained.
If any clarification is needed from the bidder about the deficiency in his uploaded
documents in Envelope – I, he will be asked to provide it through the CPP portal. The
bidder shall upload the requisite clarification/documents within time specified by
AAI, failing which tender will be liable for rejection.
WNIT - 3
Envelope-II: Financial bids of the contractors/firms found to be meeting the
technical criteria shall be opened and date of Opening shall be communicated
via CPP Portal.
4. 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.
5. AAI reserve the right to disallow issue of tender document to working agencies whose
performance at ongoing project(s) is below par and usually poor and has been issued
letter of restrain/ Temporary/ permanent debar by any department of AAI. 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:
b. The agency shall be liable for debarment from tendering in AAI, apart from
any other appropriate contractual / legal action.
6. Purchase preference to Central Public Sector Undertaking shall be applicable as per the
directive of Govt. of India prevalent on the date of acceptance.
Approved
(K. Bhattacharjee)
E.D. (Engg.), NR
WNIT - 4
APPENDIX -A
AIRPORTS AUTHORITY OF INDIA
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 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:
https://eprocure.gov.in/eprocure/app.
REGISTRATION
1) Bidders are required to enroll on the e-Procurement module of the Central Public
Procurement Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the
link “Online bidder Enrolment” 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 / eMudra 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.
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.
WNIT - 5
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.
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/JPG formats. Bid documents may be scanned with 100 dpi with black and
white option which helps in reducing size of the scanned document.
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 and
keep it as a repository.
Note: My Documents space is only a repository given to the Bidders to ease the
uploading process. If Bidder has uploaded his Documents in My Documents space,
this does not automatically ensure these Documents being part of Technical Bid.
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.
WNIT - 6
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 blue 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 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 (ie 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
1) Any queries relating to the tender document and the terms and conditions contained
therein should be addressed to the Tender Inviting Authority for a tender or the
relevant contact person indicated in the tender.
Any queries relating to the process of online bid submission or queries relating to
CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk.
WNIT - 7
IMPORTANT NOTICE
The scope of the Works shall broadly comprise of the design, engineering,
procurement, construction, erection, installation, setting to work, testing, pre commissioning,
commissioning, and completion of the following in accordance with the Airports Authority of
India’s(AAI) Requirements:
The Tenderers are required to peruse and comprehend the Tender Documents in entirety
and apprise themselves of the detailed scope of Works before submitting the Tender.
The execution of the Works shall comprise of undertaking the design, engineering, procurement,
construction, erection, installation, setting to work, testing, pre- commissioning, commissioning
and completion of the Works. The information contained in these Tender Documents, being
indicative in its nature, are being provided for the limited purposes of enabling the
Tenderers to prepare a tender in response to these Tender Documents in the form and
manner set forth in these Tender Documents and for no other purpose.
These Tender Documents are a summary of available information and no reliance shall be
placed on any information or statements contained herein, and no representation or
warranty, expressed or implied, is or will be made in relation to such information and no
liability is or will be accepted by the AAI, its respective advisers, consultants,
contractors, servants and/or its agents in relation to the accuracy, adequacy or completeness of
such information or statements made, nor shall it be assumed that such information or
statements will remain unchanged.
The information contained in these Tender Documents does not purport to be comprehensive or
to have been independently verified. Nothing in this NIT shall be construed as legal, financial
or tax advice. AAI shall not be liable for any costs, expenses, however so incurred by
Tenderers in connection with the preparation and submission of Tenders including but not
limited to costs associated with attending meetings for clarifications, site inspection and
visits irrespective of the ultimate result of the tendering process including without
limitation the annulment of the tendering process by the AAI.
Nothing in this NIT is, nor shall be relied upon as, a promise or representation as to the AAI’s
ultimate decision in relation to the Works. AAI expects to evaluate and select a tenderer
for the execution of the Works in accordance with these Tender Documents on the basis
of Tenders submitted. Tenderer(s) shall not, therefore, assume that they will have an
opportunity to revise their Tenders following submission, except as provided in these
Tender Documents. However, AAI reserves the right to change or amend the procedures
(including the timetable) relating to the tender process, reject any, or all, of the Tenders,
not to invite a Tenderer to proceed further, not furnish a Tenderer with additional
information nor otherwise to negotiate with a Tenderer in respect of the Works at any
time.
The contractor shall have to appoint Architectural / Design Consultant who shall prepare
architectural & structural details / drawings, detailed engineering and contractor shall be
INT-1
responsible for successful execution and completion of the work. The tenderer shall furnish
details of Design Consultant/Architect, along with preferred name and same shall be subject to
approval by AAI.
The amount quoted by tenderer is deemed to include the payment to all the associated
consultants/design experts/services also.
The structural design/drawings duly vetted from Govt. Engineering College like IIT / NIT/
Reputed Govt. Engineering College be submitted to AAI for approval before following the same
for execution. Internal Glazing shall also be got vetted by AAI approved Glazing Consultant /
Auditor. The charges for proof checking and vetting shall be borne by the contractor.
The contractor shall provide mock-up for all the finishing items including light fixtures etc.
at appropriate location approved by the Engineer-in-Charge. Any change in the mock-up
prior to final acceptance shall be carried out by the Contractor without any extra cost.
AAI, its respective advisers, consultants, contractors, servants and/or agents do not accept
any responsibility for the legality, validity, effectiveness, adequacy or enforceability of
any documentation executed, or which may be executed, in relation to the Project. No legal
or other obligation shall arise between the successful Tenderer and the AAI unless and
until the Contract has been formally executed by the AAI and the successful Tenderer and
any conditions precedent to the effectiveness of the Contract have been fulfilled. The
AAI shall not be obliged to appoint any of the Tenderers to undertake the Works, and
reserves the right not to proceed with the Tender process and to withdraw the selection
procedure, or any part thereof, at any time.
The Tenderer is prohibited from any form of collusion or arrangement with another Tenderer
(or its advisers or consultants) in an attempt to influence the award process. Giving or
offering of any gift, bribe or inducement or any attempt to any such act on behalf of the
Tenderer towards any officer/employee of the AAI or to any other person in a position to
influence the decision of the AAI for showing any favour or forbearing any action in relation to
this Tender or any other contract, shall render the Tenderer to such liability/penalty as the AAI
may deem proper, including but not limited to rejection of the Tender of the Tenderer and
forfeiture of its EMD.
Each Tenderer's acceptance of delivery of this Important Notice constitutes its agreement to,
and acceptance of the terms set forth in these Tender Documents.
INT-2
AIRPORTS AUTHORITY OF INDIA
GENERAL GUIDELINES FOR THE BIDDERS
1. Lump sum rate e-tenders are invited on behalf of the Airports Authority of India for the
work as mentioned at Page No.130 of GCC. The estimated cost of the work is mentioned
at Page No. 130 of GCC. This estimate, however, is given merely as rough guide.
2. The Tenders shall be in the prescribed Form.
3. The works are required to be completed within the period as mentioned at Page No.132
of GCC.
4. Not more than one Tender shall be submitted by a contractor or by a firm of
contractors. Two or more concerns in which an individual is interested, as Proprietor
and/or partner shall not tender for the execution of the same works. If they do so, all
such Tenders shall be liable to be rejected.
5. The Accepting Authority as mentioned at Page No.131 of GCC shall be the Accepting
Officer hereinafter, referred to as such for the purpose of this contract.
6. Tender document can be downloaded from the CPP portal without paying any tender
fees. However, to participate in the tender/to submit the tender document, the Bidders
must pay tender processing fee of Rs. 5,900/- (i/c GST) Non-refundable through
Demand Draft (from nationalized bank/ scheduled bank but not from
cooperative/Gramin bank).
7. Bidders are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their Tenders 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, working conditions including space for
stacking of materials, installation of T&P, rates of various materials to be incorporated in
works, conditions affecting accommodation and movement of labours etc. and in
general shall themselves obtain all necessary information as to risks, contingencies and
other circumstances which may influence or effect their Tender. The bidders shall be
deemed to have full knowledge of the site whether he inspects it or not and no extra
charges consequent on any misunderstanding or otherwise shall be allowed.
8. Submission of a Tender by a bidders implies that he has read this notice and all other
contract documents and has made himself aware of the scope and specifications of the
works 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, local material rates and
other factors bearing on the execution of the works.
9. All rates shall be quoted in the standard BOQ format uploaded in the portal.
10. Once the contractor has uploaded the digitally signed files of tender related documents
along with unconditional acceptance as an attachment, he is not permitted to upload any
additional file or put any remarks(s) / conditions(s) in /along with the Tender
document.
11. Tenders shall be uploaded by the bidder upto the date and time as mentioned at Page
No. 2 of WNIT and shall be opened on the date and time as mentioned at Page No. 2 of
WNIT.
NIT-1
12. Earnest Money of amount Rs. 70.40 Lacs (Rupees Seventy Lacs and Forty Thousand
Only) as mentioned at Page No. 130 of GCC in the form of BG / Demand Draft from any
Schedule bank of India preferably from Nationalized bank but not from
cooperative/Gramin bank as per Proforma on Apendix-1A on Pg. no. GCC-94 of Tender
Document in favour of Airports Authority of India.
AAI Bank & Account details for preparation of Bank Guarantee are as follows:
13. 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.
13.1 A responsive bidder is one who submits the financial bid and accepts all the terms and
conditions of the tender document.
13.2 A major modification is one which affects in any way the quality, quantity and period of
completion of the work or which limits in any way the responsibilities or liabilities of
the Bidder or any right of AAI, as required in the specifications and contract
documents. Any modification in the terms and conditions of the Tender which are not
acceptable to AAI shall also be treated as a major modification.
13.3 A Bidders shall submit a responsive bid, failing which his Tender will be liable to be
rejected.
13.4 The Accepting Authority reserves to himself the right of accepting the whole or any
part of the Tender and Bidders shall be bound to perform the same at his quoted rates.
14. On acceptance of Tender earnest money will be treated as part of the security
deposit.
15. Airports Authority of India will return the earnest money where applicable to
every unsuccessful bidder except as provided in the Tender document.
16. Canvassing in connection with Tenders is strictly prohibited and the Tenders submitted
by the bidders who resort to canvassing will be liable to rejection.
17. The Bidders 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.
NIT-2
18. The contractors shall give a list of AAI employees related to him.
20. The Tender for works shall remain open for acceptance for a period of 90 days
(Ninety days) from the date of opening of financial bid. If any bidder 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 forfeit the full
said earnest money absolutely.
21. 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.
22. 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) Forfeit the entire amount of EMD submitted by the firm.
b) The agency shall be liable for debarment from tendering in AAI, apart from any
other appropriate contractual / legal action.
23. The site for the work may be made available in full or parts as decided by Engineer-In-
Charge.
24. Last date and time of submission of e-bids (Envelop I & II) is as per table of critical data
sheet of WNIT.
26. The Accepting Authority reserves the right to allow the public enterprises purchase
preference facilities as admissible under the existing policy on the date of opening of
tender.
NIT-3
27. SUBMISSION OF BANK GUARANTEE
The agency shall advise the branch of the bank issuing bank guarantee to send the
original Bank guarantee directly to the Airports Authority of India (AAI) under
Registered Post (A.D). However, in exceptional cases as in case of EMD, where the
guarantee is to be handed over directly to the AAI for any genuine reasons, the branch
shall immediately send by Registered Post (A.D) an unstamped duplicate copy of the
guarantee directly to the AAI with a covering letter with request to compare the
same with the original received from their customer and confirm that it is in order. The
agency shall also advise the issuing bank branch to incorporate the address etc. of the
Regional/Controlling Branch of the issuing Branch in a suitable space in the Bank
Guarantee.
The agency shall also advise the issuing bank branch that whenever any letter is issued
by AAI to the concerned Bank Branch for confirmation of having issued the guarantee,
Branch must send the confirmation letter to the concerned authorities promptly.
28.1 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.
28.2 If any clarification is needed by AAI from the bidder about the deficiency in his uploaded
documents in Envelope–I, they will be asked to provide it through CPP e-tendering
portal. The bidder shall upload the requisite clarification/documents within specified
time of receipt of such request from AAI, failing which tender will not be considered for
the subsequent stages.
28.3 “No bid procedure related query shall be referred to Independent External Monitors
(IEMs).”
Bidders are requested to mention URL of the portal and Tender ID in the e-mail sent
alongwith 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:
NIT-4
09:30 Hrs to 18:00 Hrs. (Mon – Fri)-
011-24632950, Extn. – 3523, E-mail:- etendersupport@aai.aero
sanjeevkumar@aai.aero and snita@aai.aero
In case of technical support regarding e-tender portal, if AAI Help Desk is non responsive, the
Bid Manager can be contacted as below on all working days from 9:30 Hrs. to 18:00 Hrs.
Name : K. D. Sharma
Tel. No. : 011-24342526
Mobile No. : 9868547508
E-mail ID : keshavd@aai.aero
Fax No.: 011-24693495
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 IEMs.
29.1 Signing of Integrity Pact (as per Appendix-XVIII) is mandatory for every
bidder/consultant in this procurement/bid process, the signed original pact to be send to
the office of Sr. Manager Engg (C), Block ‘B’ 3rd Floor, Rajiv Gandhi Bhawan, Safdarjung
Airport New Delhi-110003 and should reach to Bid Manager on or before date & time
mentioned in table of critical data sheet on Page WNIT-2. Scanned copy of the same may
be submitted in the Envelope-I in CPP portal.
29.2 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 2 of the integrity
pact.
29.3 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 5 of the integrity pact.
29.4 The External Independent Monitor (EIM) for this work will be:
29.5 The duties, responsibilities and powers of EIM are detailed in section 7 of the I Pact.
NIT-5
29.6 Any query related to tender document or problem in E-bidding process should
normally be addressed to bid manager as detailed in para for Queries, Replies and
clarifications.
29.7 Updates with regard to Integrity Pact may please be seen on AAI website by following the
access path www.aai.aero> Vigilance> Vigilance Events> Integrity Pact
31. All the intending bidders shall submit “Approach and Methodology” to be adopted
containing brief not more than 04 pages about planning and execution of the project i/c
Commissioning.
32. PRICES
32.1 All tendered rates should be inclusive of all taxes including GST. Wherever
supplies/services involve imports, the same should be identified separately. Basic custom
duty will be paid by AAI by utilizing EPCG license/duty scrip under SEI scheme of GoI. GST
shall be paid to bidder for any taxable supply/services against a valid tax invoice.
32.2 In case of change in rate of tax or any provision relating to levy of tax after last date of
submission of bid resulting in increase in burden of tax on the contractor, the contractor
shall be entitled to receive any compensation for such increase in quantum of tax payable
by the contractor. Similarly recovery shall be made from the contractor on account of
decrease of rate of tax or any provision relating to levy of tax.
32.3 Bidders are required to submit an undertaking covering the following in Envelope –I as
per Annexure 6 at page PR-8.
a. That the bidder is registered under GST and compliant of GST provision.
b. In case of non - compliance of GST provisions and blockage of any input credit,
the bidder shall be responsible to indemnify AAI.
c. That all input credits have been passed on to AAI by the bidder.
NIT-6
33. Not more than one tender shall be submitted by one contactor or contractors 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.
34. 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 tempered/modified in any manner, tender will be completely rejected and
EMD would be forfeited and tenderer is liable to be banned from doing business with
AAI.
35. If the entity participating in any of the tenders is a private or public limited company,
Partnership firm or proprietary firm and any of the Directors/ Partners/Proprietor of
such company is also a director of any other company or partner of a concern or a sole
proprietor having established business with AAI and has outstanding dues payable to
the Authority, then the said entity shall not be allowed to participate in AAI tenders.
36. Any bidder or any of its Joint Venture Member or shareholder thereof has participated as
a consultant to the Authority in the preparation of any documents, design or technical
specifications of the project shall be liable to be rejected due to conflict of interest.
NIT-7
GENERAL CONDITIONS OF CONTRACT
INDEX
2. Tender forms 3
v) Model Rules 82
GENERAL GUIDELINES
Airport : Hindon
(A) Tender for the work of:- Construction of Pre-engineered Airport Terminal building and
associated works at Hindon, Ghaziabad (U.P.) – On Design & Build
basis.
(i) To be submitted/ uploaded upto ( Refer WNIT page No -2) hours on________in NIC
CPP Portal.
Issued to -----------------------------------------------------------------------------------*
Signature of officer issuing documents ------------------------------------------------*
Designation --------------------------------------------------------------------------------*
Date of issue -------------------------------------------------------------------------------*
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 eligiblility of similar work(s) has / have not been got executed
on back to back basis through another contractor. Further 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.
A sum of Rs. 70.40 Lacs (Rupees Seventy Lacs and Forty Thousand Only) is here by submitted as
Demand Draft/ /BG* in the format prescribed in tender documents as earnest money(Appendix-IA).
If I/we, fail to furnish the prescribed performance bank guarantee within prescribed period, I/we agree
that the said Chaiman, 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)
Occupation:
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-----------------------------
1. General All work proposed for execution by contract are notified in a form of invitation to
Rules tender pasted in public places /NIC CPP Portal and signed by the officer inviting
& Directions tender 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 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 printed form, stating at
for item what rate he is willing to undertake each item of the work. Tenderers, which
Rate Tender propose any alteration in the work specified in the said form of invitation to
only . 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
revised 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 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 the usual printed form,
for stating at what percentage below/above (in figures as well as in words) the total
Percentage estimated cost given in Schedule of Quantities at Schedule-A, he will be willing
Rate Tender to execute the work. The tender submitted shall be teated as invalid if;
only. 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. 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 forfeiting 50% of
EMD of each bidder.
Bidders, whoes 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 any where 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 be considered. Any
for Item tender containing percentage below / above the rates quoted is liable to be
Rate Tender rejected. Rates quoted by the bidder in item rate tender in figures and words shall
Only. 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.
Applicable In case of percentage Rate Tenders only percentage quoted shall be considered.
for Any tender containing item rates is liable to be rejected Percentage quoted by the
percentage bidder in percentage rate tender shall be accurately filled in figures and words, so
rate tender that there is no discrepancy.
only . 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 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 each item should be
for Item worked out and requisite totals given. Special care should be taken to write the
Rate Tender rates in figures as well as in words and the amount in figures only, in such a way
only. 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 percentage below / above (in
for figures as well as in words) at which he will be willing to execute the work. He
percentage shall also work out the total amount of his offer and the same should be written in
rate tender figures as well as in words in such a way that no interpolation is possible. In case
only. 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)
13 Acceptance of Wherever the price of the lowest bidder is lower than the justified cost by more
abnormally than 25%, lowest bid can be termed as Abnormally Low Quoted Bid (ALQB).
low quoted bid Processing of such bid shall be as follows:
(Capital i) All such items which are more than 25% below the justified rate shall be
& Revenue terms as ‘Abnormally Low Quote Items (ALQI)’ and these items shall be
Expenditure identified by the Bid Processing Manager.
Contract) ii) The Bid Processing Manager shall take approval of the accepting authority
to seek clarification from the lowest bidder.
iii) The lowest bidder has to submit justification of their price either in NIC
portal, if possible, or through a separate letter along with analysis of rates
for all such ALQI.
iv) On receipt of clarifications, a committee comprising of officials from
Engineering, Finance and other related directorates, to be decided by the
accepting authority, shall analyze the bidder’s justification and shall give
their recommendation to accept or reject the bid. The recommendation of
the committee can be accepted by the authority next higher to the officer
competent to accept the tender as per the Delegation of Powers. However
Chairman shall have the full power. Reasons for such acceptance/rejection
shall be on record.
v) On decision to accept the tender, the bidder shall be asked to submit a bank
guarantee for all such “ALQI”, amounting to 10% of the difference
between the 75% of justified cost and the cost quoted by the bidder. This
bank guarantee shall be termed as Quality Protection Bank Guarantee
(QPBG) and shall be over and above the other normal bank guarantees and
shall be valid up to the defect liability period.
vi) In case of Percentage Rate Tenders, Bank Guarantee shall be asked for
10% of the difference between 75% of the estimated cost and the
correspondence cost worked out on the basis of percentage quoted by
bidder.
vii) 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.
viii) In case of labour intensive ALQB like MESS, Annual Maintenance
Contract for supply of labors, 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 card
and a statement to be submitted to AAI.
13A In case the contractor does not carry out the work on 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 5% (Five 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. All Tendered rates should be inclusive of all taxes including GST.
Wherever supplies/services involve imports, the same should be
identified separately. Basic Custom Duty will be paid by AAI by
utilizing EPCG license/duty scrip under SEI scheme of GOI. GST shall
be paid to bidder for any taxable supply/services against a valid Tax
Invoice.
2. The bidder is required to provide Tax type and Tax percentage in all bids
other than that of civil works.
3. In case of composite works having component of SITC items, such as
Electrical & Mechanical Installation, Airport System. Security, IT,
Furniture etc should be identified separately with value of goods and
services, Tax Rate, amount of Tax so as to enable AAI to claim Input Tax
Credit on such items.
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 work Name and particulars Value of work Position of works Remarks
of Office where work in progress
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 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
CONDITIONS OF CONTRACT
Definitions :
1. The contract means the documents forming the tender and acceptance thereof
and the formal agreement executed between the competent authority 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 and shall be complimentary to one another.
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.
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.
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 item appearing in
similar items two or more subheads, then the lowest of the rates quoted shall only be
with different considered for payments during execution of work. In case of deviation of
quoted rates quantity of such item, payments shall be made at the lowest quoted rate for
in different quantity executed upto the deviation limit specified in the contract.
subheads of
Beyond the deviation limit the rate shall be derived as per relevant contract
the contract
agreement provision.
9. Reverse AAI may opt for reverse auction in case of purchase tender if value of supplies
Auction for put to tender is more than Rs.2Cr.
purchase
tenders
10. Signing of The successful tenderer / contractor, on acceptance of his tender by the Accepting
Contract Authority, shall, within 15 days from the stipulated date of start of the work, sign
the contract consisting of :
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
acceptance thereof together with any correspondence leading thereto.
ii. Standard AAI Form as mentioned in Schedule ‘F’ consisting of :
a. Various standard clauses with corrections upto the date stipulated in
Schedule ‘F’ alongwith annexures thereto.
b. AAI Safety Code.
c. Model Rules for the protection of health, sanitary arrangements for
workers employed by AAI or its contractors.
d. AAI Contractor’s Labour Regulations.
e. 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.
CLAUSES OF CONTRACT
CLAUSE 1
Performance This clause is applicable for the works for which the estimated cost put to tender
Guarantee is more than Rs.5 crores.
i. The contractor shall submit an irrevocable Performance Guarantee of 5%
(Five 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 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 (hereinafter called the
Security contractor) shall permit AAI at the time of making any payment to him for work
Deposit 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 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 / GraminBank), 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
Compensation If the contractor fails to maintain the required progress in terms of clause 5 or to
for Delay complete the Work and clear the site on or before the contract or justified
extended date of 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 delay If the completion of work is delayed due to
of work reasons attributed to contractor, AAI shall be
entitled for compensation for delay as detailed
below :
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 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 for In case, the contractor completes the work ahead of updated stipulated date of
early completion or justified extended date of completion as determined under clause
completion 5.3,12 & 15, a bonus @ 1 % (one per 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. Provided that justified
time for extra work shall be calculated on pro – rata basis as cost of extra work x
stipulated period/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’.
Clause 2B
Release of Withheld amount towards compensation for delay over and above Rs. 50.00 lacs,
withheld can be released against Bank Guarantee (on the format given at Appendix-1) or in
amount against the form of fixed deposit receipts or guarantee bonds of any Scheduled Bank but
compensation not Co-operative or Gramin Bank,pending finalization of case of extension of time
for delay. by competent authority as per 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 Contract Subject to other provisions contained in this clause, the Engineer-in-Charge may,
can be without prejudice to his any other rights or remedy against the contractor in
Determined respect of any 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
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 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 Engineer-in-Charge
liable to pay by Clause-3 thereof, shall have become exercisable and the same are not
compensation exercised, the non-exercise thereof shall not constitute a waiver of any of the
even if action conditions hereof and such powers shall notwithstanding be exercisable in the
not taken under event of any future case of default by the contractor and the liability of the
Clause-3 contractor for 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 in the Schedule ‘F’ or
Extension for the extended time in accordance with these conditions shall be the essence of the
Delay 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 Primevera / 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
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.
v. The contractor shall submit the progress report using MS Project/Primavira
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. The
contractor shall also sign the hindrance register at appropriate place for each
hindrance.
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.
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/ re-scheduling 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
Clause 6 A
Computerised Computerised measurement is mandatory for works costing more than Rs 5.00
Measurement Lacs. However in case of works costing lesser than Rs. 5.00 Lacs Engineer-in-
Book 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 computerised
measurements, and submit to the department a computerised 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, computerised measurement book given by the contractor, duly
bound, 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 alongwith 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
setforth 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 in charge 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 beyond reach of measurement any work without
CLAUSE 7
Payment on No payment shall be made for work, estimated to cost Rs. One lac or less till
Intermediate after the whole of the work shall have been completed and certificate of
Certificate to be completion given. For works estimated to cost over Rs. One lac, the interim or
regarded as running account bills shall be submitted by the contractor for the work executed
Advances 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, 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 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 contractor shall give notice
Certificate and of such completion to the Engineer-in-Charge and within thirty days of the
Completion receipt of such notice, the Engineer-in-Charge shall inspect the work and if there
Plans 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 realised
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
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 carried out, the splashes
keep site clean and droppings from white 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 vide General
Plans to be Specifications for Electrical works (Part-I internal) 2005 and (Part -II External)
Submitted by 1994 or latest available specifications, as applicable within thirty days of the
the Contractor 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 contractor.
.
CLAUSE 9
Payment of The corrected final bill shall be submitted by the contractor in the same manner
final bill 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-incharge 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 to Rs. 50 2 months
lac
2 If the Tendered value of work is more than 3 months
Rs.50 lac and up to Rs. 2.5 Crore:
3 If the Tendered value of work exceeds Rs. 6 months
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 nature may, if so desired
contractor’s by him and wherever possible in banks be made through electronic payment
bills to Banks mechanism instead of direct to him, provided that the contractor furnishes to the
Engineer-in- Charge.
i. Informations as per proforma attached.
ii. An authorisation in the form of a legally valid document 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 Schedule ‘B’ which also
supplied by stipulates quantum, place of issue and rate(s) to be charged in respect thereof.
Authority 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 alongwith every running bill (on account or interim
bill) material-wise reconciliation statements supported by complete 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. Not withstanding
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
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 be 1. The contractor shall, at his own expense, provide all materials, required for
provided by the the works other than those which are stipulated to be supplied by the
contractor Authority.
and Mandatory 2. The contractor shall, at his own expense and without delay; supply to the
Tests Engineer in- charge samples of materials to be used on the work and shall
get these approved in advance. All such materials to be provided 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-incharge for his approval, fresh 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 analysed 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 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
CLAUSE 10 B
(1) Secured 1. The Contractor, on signing an indenture in the form to be specified by the
Advance on Engineer-in- charge, shall be entitled to be paid during the progress of the
Nonperishable execution of the work upto 75% of the assessed value of any materials
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.
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. Mobilisation advance not exceeding 10% of the tendered value shall be paid
Advance 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 mobilisation
advance before such advance is released. The 1st installment should
not exceed Rs.10.00 Cr. The number of installments and value of each
subsequent installment shall be decided by AAI depending on
Interest on 3. The mobilisation advance bear simple interest at the rate of 10% per annum
Mobilisation and shall be calculated from the date of payment to the date of recovery,
advance 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 the interest thereon
Mobilisation shall be made by deduction from (the contractor’s bill) the on-account
advance 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.
CLAUSE 10 C
Payment on If after submission of the tender, the price of any material incorporated in the
Account of works (excluding the materials covered under Clause 10CA and not being a
Increase in material supplied from the Engineer-in-charge’s stores in accordance with
Prices/ Clause 10 thereof) and/ or wages of labour increases as a direct result of the
Wages due coming into force of any fresh law or statutory rule or order (but not due to any
to Statutory variation of rates in GST applicable on such materials being considered under
Order(s) 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 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.
CLAUSE 10 CA
Payment due If after submission of the tender, the price of materials specified in Schedule-F
to variation in increases/ decreases beyond the base price(s) as indicated in schedule F for the
prices of work, then the amount of the contract shall accordingly be varied and provided
materials after further that any such variations shall be effected for stipulated period of contract
receipt of tender including the justified period extended under the provisions of clause 5 of the
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 amount of the contract shall accordingly be varied for all such materials
worked out as per the formula given below for individual material:
V = P x Q x Cl-Cl0
Cl0
where,
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
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 Index for the material
Clause 10CC
Payment due If the prices of materials (not being materials supplied or services rendered at
to fixed prices by the Department in accordance with clause 10 & 34 thereof) and/
Increase/ or wages of labour required for execution of work increase, the contractor shall
Decrease in be compensated for such increase as per provisions detailed below and the
Prices / amount of the contract shall accordingly be varied, subject to the condition that
Wages such compensation for escalation in prices and wages shall be available only for
(excluding the work done during the stipulated period of the contract including the justified
material period extended under the provisions of clause 5 of the contract without any
covered action under clause 2.
under
clause 10CA) No such compensation shall be payable for a work for which the stipulated period
after Receipt of completion is equal to or less than the time as specified in Schedule ‘F’. Such
of compensation for escalation in the prices of materials and labour, when due, shall
Tender for be worked out based on the following provisions:
works.
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
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)
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 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
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 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.
v. The following principles shall be followed while working out thr indices
mensioned 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 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
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
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-in-
charge 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 10
C 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 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 10CA,
and clause 10CC.
CLAUSE 10 D
Dismantled The contractor shall treat all materials obtained during dismantling of a structure,
Material excavation of the site for a work etc. as property of AAI and such materials shall
AAI be disposed off to the best advantage of Authority according to the instructions in
Property writing issued by the Engineer-in-charge.
CLAUSE 11
Work to be The contractor shall execute the whole and every part of the work in the most
executed in substantial and workmanlike manner both as regards materials and otherwise in
accordance every respect in strict accordance with the specifications. The contractor shall
with also conform exactly, fully and faithfully to the design, drawings and instructions
specifications, in writing in respect to the work signed by the Engineer in charge and the
drawings, contractor shall be furnished free of charge one copy of the contract documents
orders etc. 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 methods of construction.
CLAUSE 12
Deviations / The engineer-in-charge shall have power (i) to make alteration in, omissions
variations from, additions to, or substitutions for the original specifications, drawings,
extent and designs and instructions that may appear to him to be necessary or advisable
pricing 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 new, and in addition to the
Extra Items items contained in the contract) the contractor may within fifteen days of receipt
and Pricing 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 with partial
substituted substitution or in lieu of items of work in the contract), the rate for the
items pricing 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 cum substituted items,
Deviated which exceed the limits laid down in schedule F, the contractor may within
Quantities, fifteen days of receipt of order or occurrence of the excess, claim revision of
Pricing 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 Engieer-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.
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
authorise 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 upt to 1.2 metres 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, over head
reservoirs/tanks and other elevated structures: All works up to 1.2 m above
the ground level.
iv. For roads, apron, runway & taxitrack 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 metres 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.
CLAUSE 13
Foreclosure of If at any time after acceptance of the tender or during the progress of work the
contract due purpose or object for which the work is being done changes due to any
to supervening cause and as a result of which the work has to be abandoned or
Abandonment reduced in scope the Engineer-in-Charge shall give notice in writing to that
or Reduction effect to the contractor and the contractor stating the decision as well as the
in cause for such decision and the contractor shall act accordingly in the matter.
Scope of Work The contractor shall have no claim to any 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;
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 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.
CLAUSE 14
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.
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-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.
CLAUSE 15
Suspension i. The contractor shall, on receipt of the order in writing of the Engineer-in-
of Work 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 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):
CLAUSE 15 A
Compensatio The contractor shall not be entitiled to claim any compensation from AAI for the
n in case of losses suffered by him on account of delay by AAI in the supply of materials in
delay due to Schedule ‘B’ where such delay is covered by the difficulties relating to supply of
late supply of wagons, force majeure or any reasonable cause beyond the control of AAI.
stipulated
material by This clause 15 A will not be applicable for works where no material is stipulated
AAI. for issue by AAI.
CLAUSE 16
CLAUSE 17
Contractor If the contractor or his working people or servants shall break, deface, injure or
Liable for destroy any part of building in which they may be working, or any building, road,
Damages, road kerb fence, enclosure, water pipe, cables, drains, electric or telephone post
defects or wires, trees, grass or grassland, or cultivated ground contiguous to the
during premises on which the work or any part is being executed, or if any damage shall
maintenance happen to the work while in progress, from any cause whatever or if any defect,
period 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
CLAUSE 18
Contractor The contractor shall provide at his own cost all materials (except such special
to Supply materials, if any, as may in accordance with the contract be supplied from the
Tools & Engineer-incharge’s stores) machinery, tools & plants as specified in Schedule F.
Plants etc. 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-incharge 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 of In every case in which by virtue of the provisions sub-section(i) of Section 12, of
Compensatio the Workmen’s Compensation Act, 1923, AAI is obliged to pay compensation to
n a workman employed by the contractor, in execution of the works, AAI will
paid to recover from the contractor, the amount of the compensation so paid, and,
Workmen 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.
CLAUSE 18 B
Ensuring In every case in which by virtue of the provisions of the Contract Labour
Payment and (Regulation and Abolition) act 1970, and the Contract Labour (Regulation and
Amenities to Abolition) Central Rules, 1971, AAI is obliged to pay any amounts of wages to a
Workers if workman employed by the contractor in execution of the works, or to incur any
Contractor expenditure in providing welfare and health amenities required to be provided
fails under the above 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 contract labour (R&A) Act,
laws to be 1970 and the Contract Labour (Regulation and Abolition) Central Rules, 1971,
complied before the commencement of the work, and continue to have a valid license until
by the the completion of the work. The contractor shall also abide by the provisions of
Contractor 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 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
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 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 non
observance 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 nay 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 with 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.
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-incharge 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-
incharge 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 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.
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 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 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 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.
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 provide.
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 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
CLAUSE 19 J
It shall be the responsibility of the contractor to see that the building under
construction is not occupied by any body 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 delivery.
CLAUSE 19 K
Employment The contractor shall at all stages of work deploy skilled / semi skilled tradesmen
of skilled / who are qualified and possess certificate in particular trade from CPWD Training
semiskilled Institute / Industrial Training Institute/National Institution of Construction
workers 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 alongwith 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
Registration The ESI and EPF contributions on the part of employer in respect of this contract
with EPFO shall be paid by the contractor. These contributions on the part of the employer
and ESIC paid by the contractor shall be reimbursed by the Engineer-in-charge to the
contractor on actual basis.
CLAUSE 19 M
CLAUSE 20
Minimum The contractor shall comply with all the provision of the Minimum Wages Act,
Wages 1948, and Contract Labour (Regulation and Abolition) Act, 1970 amended from
Act to be time to time and rules framed thereunder and other labour laws affecting contract
Complied labour that may be brought into force from time to time.
with
CLAUSE 20(A)
Employees The Contractor shall comply with all the provisions of the Employees Provident
Provident Fund & Misc. Provisions Act, 1952/ Jammu & Kashmir Employees Provident
Fund & Funds (and Miscellaneous Provisions) Act, 1961 and ESI Act, 1948, amended
Miscellaneous from time to time and rules framed thereunder. Some of the provisions are given
Provident Act below:
1952/Jammu a. The contractor shall intimate his PF Account Code No. allotted by Regional PF
& Kashmir Commissioner and ESI Registration No. allotted by ESI Corporation after
Employees award of work and shall continue to have valid PF Account Code No. and ESI
Provident Registration No. till actual completion of the contract.
Funds (and b. The contractor shall provide a list of contract Workers engaged for contract
Miscellaneou work along with their PF Account No. & ESI Registration No.
s Provisions) c. The contractor by 20th of every month shall provide a monthly statement
Act, 1961and showing recoveries of contribution and proof of remittance of provident fund
State contribution to RPFC and ESI contributions to ESI Corporation in respect of
Insurance Workers engaged in contract work.
(ESI) Act, d. The contractor shall provide copies of PF & ESI challans of monthly
1948. contributions in respect of contract workers engaged for contract work on
month to month basis.
AAI reserves the right to withhold minimum amount as 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 to The contract shall not be assigned or sublet without the written approval of
be sublet. Engineer-in-Charge. And if the contractor shall assign or sublet his contact, or
Action in attempt to do so, or become insolvent or commence any insolvency proceedings
case of or make any composition with his creditors or attempt to do so, or if any bribe,
insolvency 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 approval in writing of the
firm’s Engineer-in-Charge shall be obtained before any change is made in the
Constitution constitution of the firm. Where the contractor is an individual or a Hindu
to undivided family business concern such approval as aforesaid shall likewise be
be intimated obtained before the contractor 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 questions and disputes
Resolution relating to the meaning of the specifications, design, drawings and instruction
Mechanism here-in before mentioned and as to the quality of workmanship or materials used
and on the work or as to any other question , claim, right, matter or thing whatsoever,
Arbitration 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 out side 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) 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 settelement 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.
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.
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 rerefernce 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.
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 to The contractor shall fully indemnify and keep indemnified the Chairman AAI
indemnify against any action, claim or proceeding relating to infringement or use of any
AAI against patent or design or any alleged patent or design rights and shall pay and royalties
Patent Rights which may be payable in respect of any article or part thereof included in the
contract. In the event of any claims made 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 sum in respect of
Provisions parts of the work, the contractor shall be entitled to payment in respect of the
in Tender 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 specifications as
no referred to in Clause 11, such work shall be carried out in accordance with the
specifications Bureau of Indian Standards Specifications. In case there are no such
are specified 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-holding i. Whenever any claims for payment of a sum of money arises out of or under the
and lien in contract or against the contractor, the Engineer-in-Charge or the AAI shall be
respect of entitled to withhold and also have a lien to retain such sum or sums in whole
sums due from or in part from the security, if any deposited by the contractor and for the
contractor purpose aforesaid, 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 even 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) 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 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 respect i. Any sum of money due and payable to the contractor (including the security
of claims in deposit refundable to him) under the contract may be withheld or retained by
other Contracts way of lien by the Engineer-in-Charge or the AAI or any other contracting
person or persons through 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 of i. The contractor shall not employ coal mining or controlled area labour falling
coal mining or under any category whatsoever or in connection with the work or recruit
controlled area labour from area within a radius of 32 km (20 miles) of the controlled area.
labour not Subject as above the 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
CLAUSE 31
Unfiltered The contractor(s) shall make his/their own arrangements for water required for
water supply the work and nothing extra will be paid 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
Departmental Water if available may be supplied to the contractor by the department subject to
water supply, if the following conditions:-
available i. The water charges @1% shall be recovered on gross 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.
CLAUSE 32
Alternate water i. Where there is no piped water supply arrangement and the water is taken by
arrangements the contractor from the wells or 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 contract, where any
Surplus materials for the execution of the contract are procured with the assistance of
materials 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 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 plant & i. The Contractor shall arrange at his own expense all tools, plant, machinery and
Machinery equipment(hereinafter referred to 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 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
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 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 supervision of the
relating to use work by the firm supplying the tar or bitumen used.
of asphaltic ii. The contractor shall collect the total quantity of tar or bitumen required for
materials 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 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
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/Taxes/ 1. Taxes:
Royalty/ Land a. All Tendered rates should be inclusive of all taxes including GST.
Licence fee Wherever supplies/services involve imports, the same should be
payable by identified separately. Basic Custom Duty will be paid by AAI by
Contractor utilizing EPCG license/duty scrip under SEI scheme of GOI. GST shall
be paid to bidder for any taxable supply/services against a valid Tax
Invoice.
b. The bidder is required to provide Tax type and Tax percentage in all bids
other than that of civil works.
c. In case of composite works having component of SITC items, such as
Electrical & Mechanical Installation, Airport System. Security, IT,
Furniture etc should be identified separately with value of goods and
services, Tax Rate, amount of Tax so as to enable AAI to claim Input Tax
Credit on such items.
CLAUSE 38
Conditions for 1. All Tendered rates should be inclusive of all taxes including GST.
reimbursement Wherever supplies/services involve imports, the same should be
of levy/taxes if identified separately. Basic Custom Duty will be paid by AAI by
levied after utilizing EPCG license/duty scrip under SEI scheme of GOI. GST shall
receipt of be paid to bidder for any taxable supply/services against a valid Tax
tenders Invoice.
2. The bidder is required to provide Tax type and Tax percentage in all bids
other than that of civil works.
3. In case of composite works having component of SITC items, such as
Electrical & Mechanical Installation, Airport System. Security, IT,
Furniture etc should be identified separately with value of goods and
services, Tax Rate, amount of Tax so as to enable AAI to claim Input Tax
Credit on such items.
CLAUSE 39
Termination of Without prejudice to any of the rights or remedies under this contract, if the
contract on contractor dies, the Engineer-in-charge on behalf of the AAI shall have the option
death of of terminating the contract without compensation to the contractor.
contractor
CLAUSE 40
If relative The contractor shall not be permitted to tender for works in AAI wherein his near
working in AAI relative is posted as an Officer responsible for award and execution of work. He
then the shall also intimate the names of persons who are working with him in any
contractor not capacity or / are subsequently employed by him and who are near relatives to any
allowed to officer of AAI. Any breach of this condition by the Contractor would render him,
tender. 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 grand children, brothers and sisters, uncles, aunts and
cousins and their corresponding in-laws.
CLAUSE 41
CLAUSE 41(a)
Integrity Pact Signing of Integrity Pact (As per Appendix XVIII) is mandatory for every
and bidder/contractor if provided so in Schedule F.
Independent All tenderers shall have to submit an undertaking as per Appendix XVIII along
External with tender documents. AAI shall appoint Independent External Monitor(s) to
Monitor. 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 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 intermediate stage in the event
material and of non-reconciliation of materials issued, consumed and in balance – (see
recovery for Clause 10), Theoretical quantity of materials issued by the AAI for use in the
excess material work shall be calculated on the basis and 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-efficients 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 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 & categoriwise.
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 taken 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
Compensation The work (whether fully constructed or not) and all materials, machines, tools
during warlike and plants scaffolding, temporary buildings and other things connected therewith
situations / act shall be at the risk of the contractor until the work has been delivered to the
of terrorism Engineer-in-Charge and a certificate 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.
CLAUSE 44
Apprentices The contractor shall comply with the provisions of the Apprentices Act, 1961 and
Act provisions the rules and orders issued thereunder from time to time. If he fails to do so, his
to be complied failure will be a breach of the contract and the Executive Director Engg. / General
with Manager (Engg.) may, in his discretion, cancel the contract.The contractor shall
also be liable for any pecuniary liability arising on account of any violation by
him of the provisions of the said Act.
CLAUSE 45
Release of Security Deposit of the work shall not be refunded till the contractor produces a
security deposit clearance certificate from the Labour Officer. As soon as the work is virtually
after labour complete the contractor shall apply for the clearance certificate to the Labour
clearance 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 Contractor shall take
Liability and full responsibility for the case thereof and for taking precautions to prevent
Insurance of loss or damage and to minimize loss or damage to the greatest extent
Works 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 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,
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,
CLAUSE 47
Composite i. The tenders have been called for composite work consisting of civil
Contract and construction and other associated specialized works. The pre-qualification
responsibilities criteria shall be applicable for each subhead of work independently. The
of main agency 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 meets 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 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 estimated cost put to
contract- tender is more than Rs.500.00 crores.
Tripartite i. The main contractor shall finalise his rates, terms and conditions and mode of
agreement 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 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 of i. Main contractor shall be responsible for submission of earnest money.
composite ii. The mobilization advance shall be paid to main contractor as per terms and
contract conditions of contract and indicated under Clause 10 B. The first instalment
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
Clause 48
Escrow i. All payments for the works estimated cost more than Rs.500 Cr shall be
Account made only through Escrow Account opened by the contractor. However for
works costing less than Rs.500 Cr., it shall be at the descretion of Technical
Sanctioning authority to opt for Escrow account or not. The bank charges for
Escrow Account shall be borne by contractor. The detailed condtions of
Escrow Account shall be drawn in consultation with associated bank.
ii. Mobilization advance for mobilisation of resources and purchase of plant &
machinery shall be credited directly to the escrow account opened for this
contract through bank transfer as per terms and condition of contract. The
agency shall be able to utilise 25% (or as decided by TS authority) of each
instalment of mobilisation 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 utilised 25%
directly by the contractor for minor expenses like salary, stationary, office
expenses etc. AAI 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 utilisation of funds made available by AAI (75%
against each RA bill)
Note : In case of difference or ambiguity in Hindi and English version anywhere, the
English version will prevail.
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 there of 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 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.
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 driiling 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 borewell, the contractor should kept the borewell properly
by ld welding steel plate, cover the borewell with the drilled wet soil and fix thorny
shrubs over the soil. This should be done even while repairing the pump;
vi. After the borewell 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.
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.
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 metres 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
ready made 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) 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) (a) 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 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.
16. Notwithstanding the above clauses from (1) to (15), there is noting in these to exempt the
contractor from the operations of any other Act or Rules in force in the Republic of India.
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 sterilised dressings
2. 3 medium size sterilised dressings
3. 3 large size sterilised dressings
4. 3 large sterilised 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 sterilised dressings.
2. 6 medium size sterilised dressings.
3. 6 large size sterilised dressings
4. 6 large size sterilised burn dressings.
5. 6 (15 gms) packets sterilised 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.
(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 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.
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) he notice shall also bear the figure of a man 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.
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.
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.
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
limewashed 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 9.
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 9.
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.
(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.
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.
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. 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.
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.
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.
(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.
(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.
(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 (Appndix 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).
(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
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).
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 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.
(i) A workman shall be entitled to be represented in any investigation or enquiry under these
regulations by :
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.
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.
APPENDIX-I
[Refer Clause 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 nay 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.
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.
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 __________________
APPENDIX-1A
KNOW ALL PEOPLE by these presents that we _________________ (name of bank) having our
registered office at _________________ (hereinafter called “the bank”) are bound unto
_________________ (Name of Sr.Manager) (hereinafter called “the Engineer-in-charge”) in the sum
of Rs. _________________ (Rs. In words _________________) for which payment well 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.
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 to be worked out on the basis of validity period of 6 months from last date of receipt of tender.
APPENDIX-II
No………………………..……
1 2 3 4 5 6 7 8 9
Note: If the number of tests done are less than required, then reasons shall be recorded.
APPENDIX-III
APPENDIX-IV
2) Designation
3) Date of appointment
8) Date of delivery/misccarriage/death.
10) Date with the amount of maternity/death benefit paid in advance of expected delivery
12) Name of the person nominated by the woman to receive the payment of the maternity benefit
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.
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---------------------------------------------------------------------
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……………………………………………………………………………...
1 2 3 4 5 6 7 8 9 10 11
Category Type of Mobile UAN PAN ESIC IP LWF AADHAAR Bank A/c Bank Branch Present Permanent
Address Employment Number (IFSC) Address
*(HS/S/SS/US)
12 13 14 15 16 17 18 19 20 21 22 23 24
Servie Book No. Date of Exit Reason for Exit Mark of Identification Photo Specimen Signature/Thumb Remarks
Impression
25 26 27 28 29 30 31
APPENDIX-VII
Form-XVI
[See Rule 78 (2) (a)]
Muster Roll
FORM B
[See Rule 78 (2) (a)] APPENDIX-VIII
FORMAT FOR WAGE REGISTER
DA
Overtime
FORM C
FORMAT OF REGISTER OF LOAN/ RECOVERIES
Sl. Number In Employee Name Recovery Type Particulars Date of damage/Loss* Amount
register (Damage/loss/fine/advance/loans
1 2 3 4 5 6
Whether show cause Explanation heard in Number of Instalments First Month/Year Last Month/Year Date of Complete Remarks
issued* presence of* Recovery
7 8 9 10 11 12 13
Register of wages
Amount of wages
S. Name of Serial no Descript No. of Units Daily Basic Dearness Over- Other Total Deduc Net Sig. or Initial
No workman in the ion/ days of rates of wage Allowanc time cash tion if amou thumb contract
register nature worked work wages/ s e payme any nt impre or his
of of work done piece rate nt. (indic paid ssion represe
workman done (indic ate of the ntative
ate nature work
nature ) men
)
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16
APPENDIX-VIIIA
Obverse (of previous page Appendix VIII)
Name of workman………………………………….Month/Fortnight……………………..
Rate of Wages…………………………………………
1 2 3 4 5 6 7 8 9 1 1 1 1 1 1 1 1 1 1 2 2 2 2 2 2 2 2 2 2 3 31
0 1 2 3 4 5 6 7 8 9 0 1 2 3 4 5 6 7 8 8 0
Morning Rate
Evening Amount
Initial
19/Form-XIX APPENDIX-IX
78 (2)
[See rule 78 (2) (b)]
Wages Slip
6. Deduction, if any………………………………………………………………………
APPENDIX-X
14/Form-XIV
[See rule 76]
Employment Card
3. Nature of employment/designation…………………………………………………..
5. Wage period…………………………………………………………………………
6. Tenure of employment………………………………………………………………
7. Remark………………………………………………………………………………
Signature of Contractor
APPENDIX-XI
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.
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) inn 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 his 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 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.
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 __________________
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.
APPENDIX-XI-A
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.
Place:
Date:
APPENDIX-XII
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.
2. Theft fraud or dishonesty in connection with the contractors beside a business or property of
AAI.
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.
12. Giving of false information regarding name, age, father's name, etc.
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.
19. Collection or canvassing for the collection of any money within the premises of an
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.
APPENDIX-XIII
Register of Fines
SI. No. Name of Father’s/ Designatio Act or Date of Whether Name of person Wage Amount Date on Remarks
workman Husband’ n nature of action for Offence workman in whose period of the which
s employmen which showed presence and imposed fine
Name t fine cause employee’s wages realised
imposed against fine explanation was payable
heard
1 2 3 4 5 6 7 8 9 10 11 12
APPENDIX-XIV
Form-XVII
[See Rule 78 (2) (d)]
Register of Deduction for Damage or Loss
SI. Name Father’s Designation Particular Date of Whether Name of Amount No. of Date of
No. of Husband’ /nature of of damag workman person in of install recovery
workma s Name employmen Damages es or showed whose deductio ments First Last
n t or Loss loss cause presence n Instal Instal Remark
against employee’s imposed lment lment
deductio explanation
n was heard
1 2 3 4 5 6 7 8 9 10 11 12 13
APPENDIX-XV
Form-XXII
[See Rule 78 (2) (d)]
Register of Advances
SI. Name Father’s Designation Wage Date Purpose Number of Date and Date
No. of Husband’ /nature of period and for which installment amount on
workma s Name employmen and amount advance by which of each which
n t wages of paid advance to installme last Remark
payable advanc be repaid nt repaid install
e paid ment
was
repaid
1 2 3 4 5 6 7 8 9 10 11
APPENDIX-XVI
Register of Overtime
S. Name of Father’s/ Sex Designation/ Date on Total overtime Normal Overtime Overtim Rate on which Remarks
N workme Husbands nature of which worked at rate of rate of e overtime paid
o n Name employement overtime project in case wages wages earning
worked of piece rate
1 2 3 4 5 6 7 8 9 10 11 12
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.
I/We certify that the information given above is true to the best of my/our knowledge. I/We enclose following
documents.
Yours faithfully
(Signature)
Copy to:
1. The Engineer-in-charge ………………….,
…………………………
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
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.
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
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 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.
2.12 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.
2.15 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.
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.
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 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.
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.
iii) 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 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.
iv) 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.
A.A.I. C……I…….O……. GCC - 123
Various Formats to be maintained (Appendix ) AIRPORTS AUTHORITY OFINDIA
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.
5.6 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.
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
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 information directly to the Central Vigilance
Commissioner, Government of India.
8. Facilitation of Investigation.
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.
10.1 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.
11.1 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.
Bidders are also advised to have a company code of conduct (clearly rejecting the
use of brides and other unethical behaviour) and a compliance program for the
implementation of the code of conduct throughout the company.
Buyer
Name of the Officer
Designation
Deptt./Ministry/PSU
Witness
1. _______________________________
2._______________________________
Bidder
4. ______________________________
APPENDIX-XIX
Ratio of direct payment to the specialized : …% of the net payment to be made to Specialized
agency in case of composite contract agency
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.
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 BOQ format at page no. SOQ - 1 to SOQ –3 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 blue 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 details 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’
Sl. No. Description of Item Quantity Rates in figures & Place of Issue
words at which the
material will be
changed to the
contractor
1 2 3 4 5
Not Applicable
SCHEDULE `C’
Not Applicable
SCHEDULE `D’
Extra schedule for specific requirements/ documents for the work, if any. Please refer Special
Condition of Contract for Civil, Electrical, IT and Airport System works.
SCHEDULE `E’
SCHEDULE `F’
Maximum percentage for quantity of items of Refer S.No. 6.3.5 of Pg. no. SCC (C )-7 to 8
work to be executed beyond which rates are to be
determined in accordance with Clauses 12.2 &
12.3
Definitions:
Office inviting tender Airports Authority of India
O/o Executive Director (Engg)NR
Rajiv Gandhi Bhawan,
Safdarjung Airport,
New Delhi - 110003
2(v) Engineer-in-Charge DGM/Jt GM., AAI
2(viii) Accepting Authority Member(P),AAI
2(x) Percentage on cost materials &
Labour to cover all overheads &
Profits 15%
2(xi) Standard schedule of rates DSR 2016, with up to date correction slips as on last
date of submission of tenders & market rates.
2(xii) Department AAI, Engineering
Clause 1
Clause 2
Clause 2A
Clause 5
Clause 6, 6A
Clause applicable – (6 or 6A) : Refer S.No. 6 on Pg no. SCC ( C)- 4 to SCC(C )-8
Clause 7
All the Testing equipments required for conducting test for building (Civil, Electrical, IT and Airport
System works)/ pavement works as per CPWD, AAI specifications, Manufacture’s specifications, MoRTH,
IRC as applicable.
Clause 10 CA
Materials covered under this Nearest Material (other than Base price and its
clause cement*, reinforcement corresponding period of all the
bars, structural steel & materials covered under clause
Bitumen) for which All India 10CA
Wholesale Price index is to be
followed
1. Cement (OPC/ PPC) Index valid on the last day of Base price for cement and
receipt of tender reinforcement steel to be
determined as issued under
authority of DG (Works).
2. Reinforcement steel bars CPWD or concerned Zonal
(TMT) Chief Engineer, CPWD as on
3. Structural Steel last date of receipt of tender.
In case base price for cement,
reinforcement steel and
Bitumen as to be issued by
CPWD is not available
concerned ED (Engg)
empowered to determine the
same.
*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 contracts with 18 Months (Not Applicable in this contract
stipulated period of completion exceeding the as completion period is 04 months).
period shown in next column
Component of civil (except material covered under clause 10 CA) / Electrical construction materials
express as percentage total value of work = Xm %.
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).
Clause 11
Specification to be followed for execution of work a) “CPWD Specification 2009, Vol. I to II with up
to date correction slips, MORTH or other
specification as applicable.
b) Technical specification.
c) Manufacturer’s Specification.
Clause 12
Clause 16
Clause 17
Defect Liability Period : 24 Months after the completion of work
Clause 18
Clause 25
Clause 36(1)
Number
Minimum
Technical Technical from the contractor in
Representative representative) the event of not fulfilling
provision of clause 36
Figures Rs. Words
1. Graduate in Civil/ Electrical Project-Manager 10 01 1,00,000 One lac
Engineering
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
Licence Fee for unpaved land Rs. 400/- per Sqm per annum
Clause 41(b)
Integrity Pact applicable : Yes
Clause 42
(i) Schedule/statement for determining theoretical DSR 2016 printed by C.P.W.D with up-
quantity of cement & bitumen on the basis of Delhi to-date correction slips till last date of
Schedule of Rates submission of tender, technical
specifications & BOQ.
(ii) Variations permissible on theoretical quantities
a. Cement for works with estimated cost put to 3% plus/minus
tender not more than Rs.5 lakhs.
For works with estimated cost put to tender more 2% plus/minus
than Rs.5 lakhs
b. Steel Reinforcement and structural steel section for 2% plus/minus
each diameter, section and category
c. Bitumen 2.5% plus only & NIL on minus side
d. All other materials
Sl. Description of items Rates in figures and words at which recovery shall be made
No. from the contractor
Excess beyond permissible Less use beyond the
variation permissible variation*
1. Cement Not Applicable Not Applicable
2. Steel reinforcement Not Applicable Not Applicable
3. Structural Sections Not Applicable Not Applicable
4. Bitumen issued free Not Applicable Not Applicable
5. Bitumen issued at Not Applicable Not Applicable
stipulated fixed price
* Provided work is considered technically sound. Otherwise work has to be re-executed as per
direction of Engineer-in-charge
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.
Annexure to clause 34 (x) showing quantities of materials for areas of surfacing to be considered for
working out minimum period for which hire charges of road roller are to be recovered.
(iii) @ 1.25 m3 per 100 m2 with roadtar @2.25 Kg per m2 600 Sq.m.
(b) For 2nd Coat, stone aggregate 10 mm nominal size 0.9 Cu.m. per
100Sq.m with
(i) 1kg of paving bitumen A-90 or S-90 or bitumen emulsion per Sq.m.
or
(ii) 1.25 Kg. of road tar, per Sq.m. 600 Sq.m. 600Sq.m.
17. 4 cm bitumastic sheet , using stone aggregate 2.6 Cu.m. (60% 12.5 560 Sq.m.
mm nominal size, 40% 10 mm nominal size) per 100 Sq.m. and coarse
sand 2.5 Cu.m. per 100 Sq.m. and hot cut back bitumen over a tack
coat of hot cut back bitumen.
18. Laying full grouted surface using stone aggregate 40 mm nominal size 460 Sq.m.
6.10 Cu.m. per 100 Sq.m. with binder, binding with 20 mm to 12.5
mm nominal size stone grit. 1.83 Cu.m. per 100 Sq.m. and seal coat of
binder and stone grit 10 mm nominal size, 1.07Cu.m. per 100 Sq.m.,
the binder being hot bitumen or tar as specified.
19. Laying full grouted surface using stone aggregate 50 mm nominal size 370 Sq.m.
9.14 Cu.m. per 100 Sq.m. with binder, binding with stone grit 20 mm
to 12.5 mm nominal size 1.83 Cu.m. per 100 Sq.m. and seal coat of
binder and stone grit 10 mm nominal size, 1.07Cu.m. per 100 Sq.m.,
the binder being hot bitumen or tar,
20. 4cm. thick premix macadum surfacing using stone aggregate 25 mm 560 Sq.m.
nominal size 4.57 Cu.m. per 100 Sq.m. and hot bitumin binding with
stone aggregate 12.5 mm nominal size 1.52 Cu.m. per 100 Sq.m. and
seal coat of hot bitumen and stone aggregate 10 mm nominal size 1.07
Cu.m. per 100 Sq.m.
21. 5cm. thick premix macadum surfacing using stone aggregate 25 mm 460 Sq.m.
nominal size 6.10 Cu.m. per 100 Sq.m. and hot bitumin binding with
stone aggregate 12.5 mm nominal size 1.52 Cu.m. per 100 Sq.m. and
seal coat of hot bitumen and stone aggregate 10 mm nominal size 1.07
Cu.m. per 100 Sq.m.
CHECK LIST
1 2 3 4
S. Qualifying criterion Supporting Enclosure
No. Document must Check-
have the following list
salient information
which AAI would
like to note
1 Scanned copy of PAN
PR - 1
8 Scanned copy of undertaking as per Yes / No
Annexure-7
Place:
PR - 2
Annexure - 2
DECLARATION
/ enclosed are true and correct. In case any document at any stage found fake /
incorrect, my EMD may be forfeited & action as deemed fit by AAI can be taken against
me/us.
Signature
Place:
Date:
PR - 3
Annexure – 3
I / we have applied for issue of tender for the work of “Construction of Pre-
engineered Airport Terminal building and associated works at Hindon,
Ghaziabad (U.P.) – On Design & Build basis” 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.
or take on lease the balance T&P for the work as per requirement of the work
work.
Signature of Contractor:
Date:
Witness:
PR - 4
Annexure – 4
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-incharge 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.
1.
2.
1.
2.
CONTRACTOR ENGINEER-IN-CHARGE
PR - 5
ANNEXURE-5
UNDERTAKING TO BE PUT IN ENVELOPE ‘ I’.
Date: ………………….
Sir,
ACCEPTANCE OF AAI’S TENDER CONDITIONS
PR - 6
Annexure-6
a. That the bidder is registered under GST and compliant of GST provision.
c. That all input credits have been passed on to AAI by the bidder.
Place:
Date:
Signature
PR - 7
ANNEXURE-7
Undertaking
Bank/ ADB etc. and the debarment is not in force as on last date of submission of
proposal. Our firm understand that in case above is discovered at later stage, our firm
shall be liable for restrainment from bidding in AAI, apart from any other appropriate
Place:
PR - 8
Annexure-8
………………………………………………………
………………………………………………………
Payable at : ………………………………………………………
Amount : Rs .…………………………………………………
Remarks : ………………………………………………………
………………………………………………………
PR - 9
Annexure- 9
state that, in the event of work is awarded to our agency, the wages to be paid to the
workers engaged shall not be less than the minimum wages determined by appropriate
DEPONENT
Place:
Date:
Note: This affidavit is to be attested by a First Class Magistrate / Notary Public on non-
PR - 10
ANNEXURE – 10
To
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 shall 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 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
PR - 11
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 shall 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.
7. Address of Regional / Controlling branch of the issuing branch of bank Guarantee
is ------------------------------------------------------------------------------
In presence of : Dated this Day of 2018
WITNESS:
Signature………………………………
Authorization No………………………
Bank’s Seal………………………..
Signature
Name
Designation
Dated
Note:
PR - 12
*For Proprietary Concerns
For Companies
PR - 13
Annexure 11
WORK DIARY
PART A
1. Name of Work……………………………………………………………………………………………
2. Contract Agreement No
………………………………………………………………………………..
3. Date of Acceptance……………………………………………………………………………………..
5. Contract Sum…………………………………………………………………………………………….
PR - 14
WORK DIARY
PART B
DAILY RECORD
1. Weather
Skilled Unskilled
Category No Category No Category No Category No
Concreter Paviour Glazier Mate
Bricklayer Tiller Plumber Bhistry
Mason Painter Mazdur (man)
Carpenter Polisher Mazdur (Women)
Joiner Mazdur (boy)
PR - 15
5. Brief Particulars of work in progress :
……………………………………………………………
6. Important stage completed and passed :
…………………………………………………...
7. Remarks of Visiting Officer : …………………………………………………..
PR - 16
ANNEXURE - 12
(SAMPLE COPY)
AND WHEREAS THE GURANTOR agreed to give a guarantee to the effects that the said
structures will remain water and leak proof for ten years from the date of giving of
water proofing treatment.
NOW THE GUARANTOR herby 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 ten 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
PR - 17
Engineer-in charge at his cost and shall commence the work such rectification within
7days from the date of issue of the 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. 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.
1.
2.
1.
PR - 18
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:-
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
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
PR - 19
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 of witness Name & address of witness
PR - 20
Annexure 14
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 specialised 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.
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.
PR - 21
5. We M/s__________ as associate of M/s __________ agree to complete the specialized
work within our scope of work including testing and commissioning of the systems
along with completion of main work.
8. I on behalf of Chairman, AAI agree to the conditions signed by other two parties.
Name Name
Signature Signature
PR - 22
Annexure 15
FORM OF
HYPOTHECATION DEED,
(on Non-Judicial stamp
paper), [General Condition
No. 10 B (ii)]
AND WHEREAS one of the conditions on which the said advance of Rs.
(Rupees only) is to be granted by AAI to the Contractor is that the
Contractor shall hypothecate the plant and equipment described in the Schedule hereto in
favour of AAI as security for the due repayment of the said advance.
AND WHEREAS the Contractor has represented that he is the owner of the plant and
equipment described in the Schedule hereto.
NOW THIS INDENTURE WITNESSTH THAT in pursuance of the said agreement and in the
consideration of the premises the Contractor both hereby hypothecate, assign and
transfer to AAI the plant and equipment described in the Schedule hereto to the intent that
the same shall remain and form securityfor repayment to AAI of the
said advance of Rs. (Rupees _______________ only) together
with the interest there on at % per annum.
1. The Contractor hereby agrees, declares and covenants with AAI as follows:
(a) The Contractor shall repay to AAI the said advance of Rs.
(Rupees only) together with interest on as foresaid by
(date) and agrees that the said advance be recovered by AAI making deductions in the
manner provided in condition 54 of the General Conditions of Contract and other
conditions of the contract from the claims made by the Contractor against AAI for on
account payment.
(b) The Contractor has paid in full the purchase price of the plant and equipment
described in the schedule hereto and each and every one of them and that the same
are the absolute property of the contractor and that the same have not been sold,
pledged, mortgaged or transferred or in any way dealt with by the Contractor.
(c) So long as any amount remains payable to AAI by the Contractor in respect of the
PR - 23
said advance of Rs. (Rupees only) the
Contractor shall not sell, pledge, hypothecate, transfer, part with or in any way deal
with the plant and equipment described in the Schedule hereto.
(e) AAI may on the happening of any of the events mentioned in the preceding clause (d) or
in the event of the said advance or any part thereof becoming due and payable and has
not been paid or recovered or cannot be recovered as provided in the said
conditions, size and take possession of the said plant and equipment (and either remain
in possession thereof without removing the same or else may remove the same) and sell
the said plant and equipment or any of them either by public auction or private contract
and may out of the sale proceeds retain the balance of the said advance and interest
them remaining unpaid and un-recovered and all costs, charges and expenses and
payments incurred or made in maintain, defending or protecting the rights of AAI
hereunder and shall pay over the surplus, if any, to the Contractor.
(f) The Contractor shall at all times during the continuance of the security and at the
expense of the Contractor insure and keep insured the plant and equipment described
in the Schedule hereto for the full value thereof in the joint names of the Contractor
and AAI with and insurance company to be approved by the Engineer-in-Charge against
the risk of loss or damage form whatever cause arising other than the Excepted Risks.
During the continuance of the security the Contractor shall pay all premia and sums of
money necessary for keeping such insurance on foot and the insurance policy and receipts
in original for premia paid shall be deposited with the Engineer-in-Charge. The Contractor
shall assign all his right, title and interest in the policy to AAI.
(g) The Contractor shall not permit or suffer the said plant and equipment or any part
thereof to be destroyed or damaged or used or to be used or to deteriorate in a greater
degree than it would deteriorate by reasonable wear and tear thereof in the performance
of the Contract.
(h) In the event of any damage or loss happening to the said plant and equipment or
any part thereof from whatever cause other than the Excepted Risks the Contractor shall
forthwith have the same repaired or replaced as the case may be or arrange for payment
PR - 24
of the entire amount recovered or to be recovered from the insurance company to. AAI
towards the payment of the said advance of Rs. (Rupees
only).
IN WITNESS WHEREOF the parties hereto have executed these present on the day and
year first above Written Signed and delivered by the within named (Contractor) in the
presence of
WITNESS
1.
2.
Signed Shri
(1) ----
(2) -----
Note :
PR - 25
For Partnership Concerns
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)
PR - 26
SPECIAL CONDITIONS OF CONTRACT (CIVIL WORKS)
1. GENERAL
1.2 Notwithstanding the sub-division of the documents into these separate sections
and volume every part 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.
2. COMPLETION SCHEDULE
2.1 Contractor shall have to plan his construction programme and activities so as to
complete the work in the stipulated period by working in multiple shifts if
required. The period of completion given includes the time required for
mobilization as well as testing, rectifications, if any, re-testing and completion in
all respects to the entire satisfaction of Engineer-in-Charge.
2.2 The contractor shall furnish within 15 days from the stipulated date of start of
work. CPM network chart showing the mile stone and critical path for
completion of work within the stipulated time and as per conditions of the
contract. The programme should clearly include Manpower, Material and
Machinery resources proposed to be deployed for achieving the targeted
progress, justification for same based on machinery output, the date from which
each machinery shall be available at site in working condition etc. complete. The
programme shall be subject to the approval of engineer-in-Charge who may
order changes in the programme. The decision of Engineer-in-Charge shall be
final and binding in this regard.
2.3 Contractor is expected to mobilize and deploy sufficient resources as per the
agreed programme to achieve the progress within the broad frame work of
accepted methods of working and safety. Timely deployment of required
machineries, equipment’s, apparatus and instruments are to be treated as one of
the sections of the work.
SCC (C) - 1
2.4 No additional payment shall be made to the contractor for any multiple shift of
working or any other methods contemplated by him in his work schedule even
though the time schedule is approved by the Engineer-in-Charge.
2.5 During the currency of the work the contractor is expected to adhere to the time
schedule on mile stone and total completion and this adherence will be a part of
Contractor's performance under the contract.
2.6 The Engineers-in-Charge can hold the payment till such time; the contractor does
not submit Bar Chart, Work Programme etc.
2.7.1 The contractor shall submit the programme (Network based) on Critical Path
Method using precedence Diagram method to complete the work with in
stipulated time schedule.
2.7.2 The agency shall submit month wise details of manpower and machinery to be
deployed in project alongwith material procurement schedule for completion of
work with in stipulated period based on programme Networking. The progress
will be reviewed monthly with respect to the programme/Net Work chart
submitted by agency. Two copies of proposed network chart showing activities
completed and backlog if any, should be submitted to the Engineer-in-Charge on
fortnightly basis. The revised CPM chart with additional manpower/machinery/
labour deployment scheduled should also be submitted in case regular backlog is
observed and revised programme is essential to complete the work within
stipulated period and maintain timelines for individual activities.
2.7.3 The approval to the revised schedule resulting in a completion date beyond the
stipulated date of completion shall not automatically amount to grant of
extension of time to the Contractor.
2.7.4 Time is the essence of the contract and contractor shall abide by the same
putting his earnest efforts to complete the work in stipulated time. However in
exceptional circumstances which are beyond the contractor’s control, extension
of time (E.O.T.) shall be applied by the contractor and processed by the Engineer-
in-charge and submitted to competent authority for sanction in parts as
specified below:
2.7.5 Compensation for delay against GCC clause 2 for unjustified period of delay in
completion of work shall be worked out on the basis of AAI guidelines/ T.I. in
vogue for working out the direct losses to be recovered towards compensation
for delay.
SCC (C) - 2
3 DRAWINGS AND DOCUMENTS
3.1 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.
3.2 The scope of work includes architectural and structural design. The
contractor shall prepare the detailed drawings and seek approval of
Engineer Incharge, AAI before execution
4.1 The contractor shall not be permitted to enter in (other than for inspection
purpose) or take possession of the site until instructed to do so by the Engineer-
in-Charge in writing. The portion of the site to be occupied by the contractor
shall be defined and/or marked on the site plan, failing which these shall be
indicated by the Engineer-in-Charge at site and the contractor shall on no
account be allowed to extend his operations beyond these areas. In respect of
any land allotted to the contractor for purpose of or in connection with the
contract, the contractor shall be issued a license subject to the following and such
other terms and conditions as may be imposed by the licenser: -
i) That he shall pay a nominal license fee for land allotted by AAI for
installation of Plants, stacking of material, Labour Camp (if provided),
Cement Godown and site office, license fee from contractor is chargeable
for land @ Rs. 400/- per sqm per annum. A security deposit of
Rs. 500/Sqm in the form of DD/BG is also to be obtained from the
contractor for this purpose. This security deposit can be released only
after ensuring that allotted land has been vacated and Engineer-in-charge
to certify this fact in the final bill. The allotment of land for purpose of or
in connection with the contract subject to the following and such other
terms and conditions as may be imposed by the licenser:
ii) That such use or occupation shall not confer any right of tenancy of the
land to the contractor.
iii) That the contractors shall be liable to vacate the land on demand by the
Engineer-in-Charge.
iv) That the contractor shall have no right to any construction over this land
without the written permission of the Engineer-in-Charge. In case, he is
allowed to construct any structure he shall have to demolish & clear the
same before handing over the completed work unless agreed to the
contrary.
4.2 The contractor shall provide, if necessary or if required on the Site, all temporary
access thereto and shall alter, adapt and maintain the same as required from
time to time and shall take up and clear them away as and when no longer
required and as and when ordered by the Engineer-in-Charge and make good all
damage done to the Site.
SCC (C) - 3
4.3 Land for Labour Camps: No Labour camps will be permitted within the
operational area and the contractor shall make the necessary arrangements, at his
own cost with prior approval of the Engineer-in-Charge in setting the camps
outside operational area in AAI land at prescribed charges if available or at private
land.
5 TEMPORARY WORKS
The Tenderer should see the approaches to the site of work and conditions of the
same. If any approach from main road is required to be made at site or existing
approach is to be maintained for cartage of materials etc. by the Contractor, the
same shall be provided, improved and maintained by the Contractor at his own
cost.
The tenderer should see the approaches and conditions of the same. if any
approach from main road is required at site or existing approach is to be made
and maintained for cartage of materials etc. by the contractor, the same shall be
provided, improved and maintained by the contractor at his own cost.
All temporary and ancillary works including enabling works connected with the
work shall be responsibility of the contractor and the price quoted by them shall
be deemed to have included the cost of such works which shall be removed by
the contractor at his cost, immediately after completion of the work.
6 PAYMENTS
6.1 Payment Schedule:
Refer to the e- financial bid. Contractor shall provide further break down /
stages of payment of the e-financial bid items, as reasonably required by AAI for
the purpose of progress measurement, accounting and payment which will be
duly approved by TS authority. Nothing shall be paid for Pre-execution stages
and the approval by the TS Authority will be final & binding. Concerned
DGM/Project In-charge may decide part payment under specific head based on
progress of work.
SCC (C) - 4
6.2 Contractor's Application for Payment
6.2.1 From the date of issue of the Work order, on the 5th (fifth) Business Day of
the completion of a particular stage as per schedule, the Contractor may submit
a Request for Payment, to the AAI's Representative in respect of the preceding
stage, subject to such Request for Payment meeting the minimum value of Rs.
1.00 Crores.
6.2.2 Within each Request for Payment the Contractor shall show separately:
6.2.3 The Contractor's Request for Payment shall be prepared on forms in number
advised by the AAI's Representative.
6.3.2 Without prejudice to any other rights of the AAI to withhold payment to the
Contractor, the AAI may withhold from any payment due to the Contractor such
amount as the AAI deems reasonably necessary or appropriate:
a) if in the opinion of the AAI's Representative the progress of the Works
at the time of the Request for Payment is lagging behind the progress of
the Works as set out in the Contract Schedule; and/or
b) to protect it from any losses, expenses, costs or liability because of any one
or more of the following reasons:
i. defects and deficiencies in any Works, whether or not payment has
been made;
ii. unsatisfactory performance of the Contract;
iii. the filing of third party claims relating to the Works or any of its
commitment parts for which the Contractor is liable;
iv. the Contractor's failure to make payments to Subcontractors;
v. failure by the Contractor to provide or procure replacement
Performance Guarantee in accordance with the Contract;
SCC (C) - 5
vi. failure by the Contractor to provide evidence of insurance coverage
in accordance with the Contract;
vii. reasonable evidence that Completion will not occur by the Time for
Completion;
viii. any overpayments made by the AAI with respect to a previous
payment;
ix. failure by the Contractor to provide satisfactory evidence that the
costs of all labour and Equipment and other obligations arising out of
the Contract have been fully satisfied and discharged by the
Contractor and/or to otherwise fail to submit adequate supporting
documentation for any Request for Payment.
Payments due to the contractor and refund of various nature may, if so desired
by him and wherever possible in banks be made through electronic payment
mechanism instead of direct to him, provided that the contractor furnishes to
the Engineer-in-Charge.
Information to be given as per direction of Engineer-in-Charge
i) An authorization in the form of a legally valid document such as power of
attorney conferring authority on the bank to receive payments and
ii) 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 claims
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.
SCC (C) - 6
iii) Nothing herein contained shall operate to create in favour of the bank any
rights or equities vis-à-vis the Airports Authority of India.
In case of composite tenders, running payment for the major component shall
be made by Engineer-In-charge of major discipline to the main contractor,
Running payment for minor component shall be made by the Engineer-in-
Charge of the discipline of minor component directly to the main contractor.
In case main contractor fails to make the payment to the contractor associated
by him within 15 days of receipt of each running account payment, then on the
written complaint of contractor associated for such minor component,
Engineer-in-Charge of minor component shall serve the show cause to the main
contractor and if reply of main contractor either not received or found
unsatisfactory, he may make the payment directly to the contractor associated
for minor component as per the terms and conditions of the agreement drawn
between main contractor and associate contractor fixed by him. Such payment
made to the associate contractor shall be recovered by Engineer-in-Charge of
major or minor component from the next RA/ final bill due to main contractor as
the case may be.
No change of scope shall be executed unless the Authority has issued the change
of scope Order save and except any works necessary for meeting any
Emergency. Unless the Parties mutually agree to the contrary, the total value of
all Change of scope order shall not exceed 10% (Ten Percent) of the Contract
Price. Provision for employer variation and contractor variation alongwith mode
of payment without affecting the progress of work shall be prescribed in
document. Variation to be paid shall be derived on following basis:-
a) Rate of works/items available in CPWD Standard Schedule of Rates
applicable in the contract shall be derived on the basis of rates available in
the CPWD Standard Schedule of Rates and shall be adjusted with cost index
notified by CPWD twice a year on 1st January and on 1st July. In case, CPWD
do not notified cost index for a particular place, then in such cases, cost index
approved by AAI designated project in charge shall be applicable.
b) Rate of works/items not available in Standard Schedule of Rates: Rates of
such works/items shall be worked out as below:
i) Cost of Material at current market price, as actually utilized in the
final finished Permanent works, including a reasonable percentage for
wastage and transportation.
ii) Cost of labour shall be derived on the basis of Standard Analysis of
Rates of CPWD or MORTH Standard Data Book at rates under
Payment of Minimum wages act or Market rate( whichever is Higher)
for the area of work for each category of worker.
iii) In case any item not included in Standard Analysis of Rates of CPWD
SCC (C) - 7
or MORTH Standard Data book or any other Standard Analysis of
Rates as specified under para(ii) above or Standard Analysis of Rates
of State PWD,the engineer shall determine the rate in accordance with
Good Engineering and Industry Practice.
iv) Hire Charges for plant & machinery , scaffolding, shuttering, forms etc,
required to be used at the site of the work. The tools used by the
various trades shall be counted as Plant & Machinery for this Purpose.
v) Design charges(if applicable) shall be added as per CPWD manual
Provisions or on actual cost basis.
Contractor’s Profit and over head shall be added @ 15% on Standard
Analysis of Rates of CPWD or the Standard Analysis as applicable on
items (i),(ii),(iii),(iv) and (v) above.
Goods and Service Tax(GST) and labour welfare cess etc,. applicable
on contract value as a whole shall also be added.
6.3.6 The bills shall be submitted on the format prescribed by the Engineer-in-
Charge, through computerized billing in triplicate.
6.3.7 The payment due to the contractor shall be made within 15 days of the
submission of the bill by the contractor and the bill shall be verified by the
Engineer-in-Charge or his representative within 10 days of submission of the
bill. The payment shall be made from the AAI Office at Civil Enclave
Hindon/RHQ,New Delhi through ERP/SAP system.
7.1 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.
7.2 Labour & other cess as per rules and regulations in force shall be deducted from
the bills of the contractors and deposited with designated authorities.
8. POWER SUPPLY
Contractor shall make his own arrangements for power supply for the execution
of the work. However, if surplus power supply is available with AAI, power
connection can be given to the agency on payment basis as per applicable per
unit rates.
9. CONTRACT AGREEMENT
9.1 The contract agreement shall be executed on a non-judicial stamp paper of value
Rs.100/- to be provided by the Contractor.
9.2 Contractor's tender including the letters of clarifications between the contractor
and the AAI prior to the award of contract shall form a part of the Contract
Agreement to the extent they have been accepted by AAI.
SCC (C) - 8
10. INSURANCE OF WORKS ETC
a) The work and the temporary works to the full value of such works
executed from time to time.
The Contractor shall indemnify and keep indemnified AAI against all losses and
claims for injuries or damage to any person or any property whatsoever, which
may arise out of or in consequence of the construction and maintenance of the
works by them and against all claims, demands, proceedings of or in relation
thereof.
Before commencing the execution of the works the contractor (But without
limiting his obligations and responsibilities) shall insure against any damage,
loss or injury which may occur to any property (including that of the Employer)
or to any person, including any employee of the employer by or arising out of the
execution of the works or temporary works or in carrying out of the contract.
SCC (C) - 9
13. MINIMUM AMOUNT OF THIRD PARTY INSURANCE
13.1 Such insurance 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 and for at least the minimum amount of Rs. 1 Lakh with
unlimited number of occurrences. Whenever required the contractor shall
produce to the AAI the policy or policies of Insurance and the receipts for
payments of the premiums.
13.2 If the Contractor could not effect a comprehensive insurance cover against risks
which he may be required to effect under the terms of this clause, then he shall
give his attention to get the best insurance cover available and even in case of
effecting a wider insurance cover than the one which the subsidiary of the
General Insurance Company or by a company approved by the Insurance
Regulatory Authority of India could offer, such an Insurance is ought to be done
after the AAI's approval, by or through the subsidiary of the General Insurance
Company.
In case in view of operational reasons if it appears, at any stage that the project
may not be completed within the stipulated period due to restricted working
hours in day time or work can be taken up in the night period, if the site is made
available for execution of work in night time only, the contractor shall execute
the work during the night as and when asked by the Engineer-in-Charge in
writing. Nothing extra shall be payable to contractor for working in night time.
For proper execution, the work site shall be properly illuminated.
15.1 After the closure of day's work, all equipment and stock piled materials must be
so placed that after darkness their tops are below a fifty to one ratio from the
ends of the basic strips of the runway and twenty to one from sides of useable
aircraft traffic areas and must be marked with red flags by day and red lights by
night to indicate that they project above the general contour of the aerodrome.
SCC (C) - 10
15.2 Work shall be closed at 2 hrs. notice for VVIP movement and also other
exigencies, if directed by the Engineer-in-Charge. No compensation shall be
entertained on this account from the contractor.
iii) The cost of all site tests as above by way of cost of sample, transportation,
freight (inclusive of taxes if any) shall be borne by the contractor.
The work site belongs to AAI adjoining to IAF Operational Airport. For the works
falling within the restricted area, execution shall be restricted to non-operational
hours. The contractor is expected to finish the work before each break by
adequate planning with suitable construction joints etc. as per the satisfaction of
Engineer-in-Charge. All men and vehicles shall be permitted to enter the
aerodrome operational area only on possession of the security passes issued by
airport in-charge or his 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 personnel concerned with their addresses and shall
satisfy the Engineer-in-Charge who shall, at his discretion, have the right to
SCC (C) - 11
recommend the issue of passes to control the admission of contractor, 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 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.
20.1 The contractor shall be allowed to install plants and machineries, store and stack
the material within airport premises in non-operational area. The contractor
shall not be permitted to enter on (other than for inspection purpose) or take
possession of the site until instructed to do so by the Engineer-in-Charge in
writing. The portion of the site to be occupied by the contractor shall be defined
and/or marked on the site plan, failing which these shall be indicated by the
Engineer-in-Charge at site and the contractor shall on no account be allowed to
extend his operations beyond these areas.
20.2 The contractor shall co-operate with any other agency working on the same
project, compare plans, specifications and the time schedule 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 for conditions will render the contractor responsible for bearing the
cost of any subsequent change found necessary, contractor should co-ordinate in
such a way that on no account there should be any disturbance to the work. No
claim on this account shall be entertained by AAI.
20.3 The Contractor(s) shall take instructions from the Engineer-in-Charge regarding
collection and stacking of materials at any place. No excavated earth or building
rubbish shall be stacked on areas where other buildings, roads, services and
compound walls are to be constructed. The stacking shall take place as per
stacking plan however, if any change is required, the same shall be done with the
approval of Engineer-in-Charge. All the building rubbish, malba, dismantle
material shall be disposed and nothing shall be paid extra on this account.
21. BYE-LAWS
21.1 The contractor shall comply with all bye-laws and regulations of local and
statutory authorities having jurisdiction over the works and shall be responsible
SCC (C) - 12
for payment of all fees and other charges and for giving and receiving of all
necessary notices and keeping the Engineer-in-Charge, informed of the said
compliance with the bye-laws, payments made, notices issued and received.
21.2 The contractor shall indemnify the AAI against all claims in respect of patent
rights, design, trademarks of name or other protected rights in respect of any
plant, machine, work or materials used for or in connection with the work or
temporary works and from and against all claims, demands proceedings, cost,
charges and expenses what so ever in respect of or in relation there to. The
contractor shall defend all actions arising from such claims and shall himself pay
all royalties, license fees, damages, costs and charges of all and every sort that
may be legally incurred in respect thereto.
i) Any materials or T & P etc. found lying outside the sites approved by the
Engineer-in-Charge shall be removed by the Engineer-in-Charge at the
risk and cost of the contractor.
iii) All vehicles entering the operational area of airport shall follow the
prescribed routes for entering the areas and shall display red flags/lights
on top.
iv) With regard to construction safety measures, the contractor shall adhere
to various Indian Standard Codes of Practice, ICAO guidelines,
requirements of Provincial Government and local Municipal Authority
wherever the provisions of the latter 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.
v) The contractor shall be responsible for any damage, resulting from his
operations, either to buildings, structures, airport fixtures such as
underground cable, lights, hard surface areas, water mains, other
operational installations, Airport roads etc. The contractor shall restore,
replace or repair any such damage to the complete satisfaction of the
Engineer-in-Charge and in default the Engineer-in-Charge may cause the
same to be made good by any other means and deduct the expenses from
any sums due to contractor.
23. The contractor shall take all precautions to avoid accidents by exhibiting
necessary day & night caution boards, speed limit boards, red flags, red lights,
providing barriers and safety tapes. He shall be responsible for all damages and
SCC (C) - 13
accidents caused due to negligence on his part. No hindrances shall be caused to
traffic during execution of work.
24. No payment will be made to the contractor for damage caused by rains or other
natural calamities during the execution of the works and no such claim on this
account will be entertained.
25. The contractor shall remove the labour huts, temporary barricades etc. on
completion of the work and leave the site in a neat and tidy state. The payment of
final bill will be subject to the compliance of this condition by the contractor.
(a) Materials brought to the site by the contractor shall be stored by the
contractor in a safe/dry storage space. The contractor shall be
responsible for safe custody of materials at site till such time, the
installation is commissioned and handed over to the Engineer-in-Charge.
(b) Cement bags shall be stored in separate godowns to be constructed by
Contractor at his own cost with weather proof roofs and walls. Bulk
cement should be stored in silos.
For the work to be carried out in restricted area, the Contractor shall have to
coordinate with the AAI/IAF for locating T&P and stacking of materials etc.
Nothing extra shall be paid to the Contractor on this account.
In case, it appears, at any stage that the project may not be completed within the
stipulated period due to restricted working hours in day time, the contractor shall
execute the work during the night as and when asked by the Engineer-in-Charge in
writing. Nothing extra shall be payable to contractor for working in night time. For
proper execution, the work site shall be properly illuminated and arrangement
shall be made by the contractor at his own expenses.
28.2 Necessary diesel/petrol/fuel & lubricants etc. for smooth running of all the
equipment, vehicles and machineries deployed for the work shall be provided
SCC (C) - 14
by the contractor at his own expenses. In the event of any break down of the
plant, vehicles and machineries deployed for the work, the contractor shall take
prompt remedial measure to put them back in working condition and nothing
extra will be paid. To minimize break down period, necessary spare parts shall
be kept readily available at site by the contractor at his own expense.
28.3 The agency is also required to provide specific uniforms and safety devices to the
manpower deployed on site for the work in operational area as detailed below:-
i) Jacket and Trousers for male staff and Suitable dress with jacket for female
staff of good quality clothes as approved by Engineer-in-charge with
illuminated reflective type logo of AAI.
ii) An apron of reflective cloth is to be provided to each of the working labour
on site.
iii) Safety helmets and foot wears are to be provided for each of the workers.
iv) Safety belts, protective Goggles, Hand gloves etc. are to be provided as per
requirement and nature of jobs.
v) Helmets shall be provided for Contractor’s & AAI Supervisor & Visiting /
inspecting officials.
29. RECOVERIES:-
SCC (C) - 15
31.3 The contractor is allowed to use 53 grade OPC in case of non availability of 43
grade OPC wherever possible with prior approval of Engineer-in-Charge.
However nothing shall be paid extra to contractor on this account.
31.4 In order to encourage use of fly ash as per Govt. of India guidelines, Portland
pozzolana cement (PPC) may be used for the work. It shall be ensured that the
percentage of fly ash is printed on each bag of cement (PPC) by the
manufacturer. In case of supply of fly of bulk cement or flyash content not
printed on each bag, a certificate from the PPC manufacturer indicating the same
shall be obtained before allowing such cement in works.
32. PERFORMANCE
The contractor shall perform all works in substantial and acceptable manner in
accordance with the plans and specifications and in accordance with explanatory
drawings, details and instructions as may be given by the Engineer-in-Charge
from time to time.
The contractor shall provide and take all necessary actions for the proper
execution of the works according to the true intent and meaning of the drawing
and specifications taken together.
The applicator during this period of guarantee the guarantor shall make good all
defects and in case of any defect being found render the building water proofing,
ACP cladding / Structural glazing, Sheet roofing, false ceiling, Automatic sliding
door, Fire rated door & Toilet cubicals 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-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.
The security deducted from the bills for specialized items of work shall be
refunded to the contract agency only after expiry of Guarantee period in
accordance with the terms and condition of the contract agreement.
b) If any time during the progress of the work any error may appear or arise in
the position, levels, dimension or alignments of any part of the work the
contractor is required to rectify the same at his own expenses to the
satisfaction of the Engineer-in-Charge.
c) The checking or any setting out of any line by the Engineer-in-Charge or his
representative shall not relieve in any way the contractor of responsibility for
the correctness thereof.
SCC (C) - 16
d) The contractor should ensure establishment of reference points for
coordinates, bench marks, center of pillars etc. for performing all the
functions/uses till the physical completion of work.
e) The contractor shall also keep proper record of such permanent bench marks
established denoting therein their correct levels.
f) The work establishing all such bench marks shall be carried out only by
experienced staff of the contractor with the help of precision instrument
suitable for this type of work. The instruments shall be checked/ calibrated
for their accuracy and for permanent adjustment before the commencement
of the work and also frequent intervals during the progress of the work.
h) The contractor has to adjust his work and progress to work in co-ordination
with other agencies working at site.
i) The materials such as Good Earth, Moorum, Coarse and Fine aggregates etc.
shall be brought to site only after approval of the quarry / source by the
Engineer-in-Charge.
34. NUISANCE:
The Contractor shall not at any time do, cause or permit any nuisance on the Site
or do anything which shall cause unnecessary disturbance or inconvenience to
owners, tenants or occupiers of other properties near the Site and to the Public
generally.
The Contractor shall provide and maintain round the clock security of the site
and project office at his own expense including area lighting and deployment of
adequate security staff for the protection of the Works or for the safety and
convenience of those employed on the Works.
ii) The Contractor shall cooperate with and provide the facilities to the sub-
Contractors and other agencies working at site for smooth execution of the
work. The Contractor shall:
(b) Properly co-ordinate their work with the work of other Contractors.
(e) Provide hoist and crane facilities for lifting material at mutually agreed
rates.
(f) Co-ordinate with other Contractors for leaving inserts, making chases,
alignment of services etc. at site.
(g) Adjust work schedule and site activities in consultation with the
Engineer-in- Charge and other Contractors to suit the overall schedule
completion.
iii) Other agencies will also simultaneously execute and install the works of
sub-station / generating sets, air-conditioning, lifts, etc. for the work
and the contractor shall afford necessary facilities for the same.
iv) The contractor shall conduct his work, so as not to interfere with or hinder
the progress or completion of the work being performed by other
SCC (C) - 18
contractor(s) or by the Engineer-In-Charge and shall as far as possible
arrange his work and shall place and dispose off the materials being used or
removed so as not to interfere with the operations of other contractor or he
shall arrange his work with that of the others in an acceptable and in a
proper co -ordination manner and shall perform it in proper sequence to
the complete satisfaction of others.
v) For completing the work in time, the Contractor might be required to work
in two or more shifts (including night shifts). No claim whatsoever shall be
entertained on this account, not with-standing the fact that the contractor
may have to pay extra amounts for any reason, to the laborers and other
staff engaged directly or indirectly on the work according to the provisions
of the labour and other statutory bodies regulations and the agreement
entered upon by the Contractor with them.
vi) All material shall only be brought at site as per program finalized with the
Engineer-in- Charge. Any pre-delivery of the material not required for
immediate consumption shall not be accepted and thus not paid for.
37.1 The Engineer-in-Charge may from time to time in writing delegate to his
Representative any of the powers and authorities vested in the Engineer-in-
Charge and shall furnish to the Contractor a copy of all such written delegation of
powers and authorities. Any written instruction or written approval given by the
Representative of the Engineer-in-Charge to the Contractor within the terms of
such delegations shall bind the Contractor and AAI as if it had been given by the
Engineer-in-Charge.
37.3 If the Contractor shall be dissatisfied with any decision of the Representative of
the Engineer-in-Charge he shall be entitled to refer the matter to the Engineer-in
Charge who shall thereupon confirm, reverse or vary such decision.
Subject to any provisions to the contrary contained in the Contract, works shall
be carried out during night or on Sundays or on authorized holidays with the
permission of the Engineer-in-Charge.
SCC (C) - 19
39. The site of the work lies adjoining to operational IAF airport. The contractor can
work round the clock basis to complete the work within stipulated time schedule,
by informing the Engineer-in-Charge in advance. Nothing extra shall be payable
on this account. The item of chain link fencing (approx. 1500 mtr. length) has to
be carried out inside the IAF, Hindon premises. As this is restricted area, the
contractor has to apply for entry passes for manpower and vehicles, well in
advance.
The contractor shall take all necessary precautions to prevent any nuisance or
inconvenience to the owners, tenants or occupiers of adjacent properties and to
the public in general and to prevent any damage to such properties from
pollutants like smoke, dust, noise. The contractor shall use such methodology
and equipment so as to cause minimum environmental pollution of any kind
during and minimum hindrance to road users and to occupants of the adjacent
properties or other services running adjacent/near vicinity. The contractor shall
make good at his cost and to the satisfaction of the Engineer-in-Charge, any
damage to roads, paths, cross drainage works or public or private property
whatsoever caused due to the execution of the work or by traffic brought
thereon by the contractor. All waste or superfluous materials shall be carried
away by the contractor, without any reservation, entirely to the satisfaction of
the Engineer-in-Charge.
45. DEWATERING
For works below ground level the contractor shall keep that area free from
water. If dewatering or bailing out of the water is required, the contractor shall
do the same at his own cost and nothing extra shall be paid. Nothing extra shall
be paid for execution of work in or under water and / or liquid mud including
pumping out of water as required.
46. GUARANTEE
46.1 The contractor shall be duly responsible for and shall guarantee proper design
and performance of the following works for a period of 05 years from the date of
completion of the work:-
1. All water proofing work Five percent of the cost of the work shall be
withheld which shall be released after five
2. Roofing System and ACP years. A guarantee bond for five years shall be
cladding furnished by the contractor for these items as
per Performa prescribed in the NIT
document.
3. Structural Glazing If any defect/ leakage due to workmanship is
noticed during the guarantee period, the
4. Anti-Termite Treatment contractor should rectify it within seven days
and if not attended to the same will be got
done from another agency at the risk and cost
of contractor. However, this security deposit
can be released in full if bank guarantee of
equivalent amount is produced and deposited
with the department.
46.2 The Specialized agency for the work shall be got approved form the Engineer-in-
Charge well before actual commencement of the item of work. The contractor
shall submit the list of specialized agencies except for internal Electrical
installation, proposed to be engaged by him along with necessary performance
certificates within 30 days from the date of issue of acceptance letter to
substantiate technical capability and experience of the agency for prior approval
of the Engineer-In-Charge.
SCC (C) - 21
other materials collected by him for the work direct to the revenue
authority of the District/States Government concerned. Nothing extra shall be
payable on this account.
The Contractor shall effect and maintain professional indemnity insurance, in the
name of AAI, for the amount equal to 10% of the estimated cost in respect of any
design of the works to be carried out by, or on behalf of the Contractor. The
insurance, which shall ensure the Contractor’s liability by reason of professional
negligence and errors in the design of the works, shall be valid from the date of
commencement of works, until three (03) years from the date of issue of
completion certificate. Alternatively the contractor shall redeem the insurance
before the expiry of the yearly insurance in such a way that the entire validity
period is covered.
SCC (C) - 22
“Good” and “Excellent” grading are acceptable and below these grading the
concrete will not be acceptable.
iv) 5% of the total number of RCC members in each category i.e. beam, column,
slab and footing may be tested by UPV test method for establishing quality
of concrete. It is suggested that test be conducted on RCC beam near joint
with column, on RCC column near joint with beam, on RCC footings and
rafts. On RCC rafts a suitable grid can be worked out for determining
number of tests. In addition doubtful areas such as honeycombed locations,
locations, where continuous seepage is observed, construction joints and
visible loose pockets will also be tested.
v) The test results are to be examined in view of the above acceptance criteria
“Good” and “Excellent” and wherever concrete is found with less than
required quality as per acceptance criteria, repairs to concrete will be
made. Honeycombed areas and loose pockets will be repaired by grouting
using Portland Cement Mortar/Polymer Modifies Cement Mortar /Epoxy
Mortar ,etc. after chipping loose concrete in appropriate manner. In areas
where concrete is found below acceptance criteria and defects are not
apparently visible on surface, injecting approved grout in appropriate
proportion using epoxy grout /acrylic Polymer modified cements slurry
made with shrinkage compensating cement / plain cement slurry etc. will
be resorted to for repairs.(refer relevant chapters from CPWD Hand Book
on Repairs and Rehabilitation of RCC Buildings).Repair to concrete will be
done till satisfactory results are obtained as per the acceptance criteria by
retesting of the repaired area. If satisfactory results are not obtained
dismantling and relaying of concrete will be done.
50. Successful Bidder shall have to provide details of costing on demand from AAI
before acceptance & or after award as the case may be.
SCC (C) - 23
SPECI AL CONDITIONS OF CONTRACT (ELECTRIC AL)
1. INTRODUCTION
3. DETAILS OF TENDER
The Drawings & layouts enclosed with the tender document are indicative/
tentative to carry out detailed design & engineering by the contractor. The
numbers of equipment and capacities indicated in the drawings shall in no
way be considered as final designed values while submitting the bid. On
award of work, the successful tenderer shall prepare and furnish detailed
design and drawings for approval by the Engineer-in-charge. Such drawings,
SCC(E) 1
shall be based upon specifications, relevant IS codes, local laws and
regulations etc.
a) Design of HVAC system with heat load calculations complete with layout
of ducting & piping etc.
b) Design of E & M system with electrical load calculations complete with
drawings, SLD, layout plans, DG sets, synchronizing panel, transformers,
LT panels, switch boards etc.
c) Cabling, Earthing & conduit layout.
d) Lighting layout with lux level calculations, sinages etc.
e) Water supply and drainage pumping system layout.
f) Control wiring and control diagram.
g) Fire hydrant, fire detection & alarm system.
h) The Airport Name signs are shown in the drawings however the provision
of Airport name signs on Air & city side (Hindi, English & local language)
at suitable location shall be as per the direction of Engineer -in-charge.
The shop drawings for complete systems shall be submitted within one month
of placement of work order. The contractor shall not proceed with the
installation works until the drawings are approved by AAI.
Approval of drawings shall not absolve the contractor of any of his obligations
to meet the requirements of specifications/ Conditions under this contract.
5. COMPLETENESS OF TENDER
6. CONTRACT DOCUMENTS
The contract document is confidential and must strictly confine to the
contractor's own use and for the purpose of the contract.
7. METHOD OF EXECUTION
The contractor shall submit his Programme of installation at least one week in
advance. The contractor shall submit a separate bar chart for installation
programme 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 rates. Nothing extra shall be paid by AAI in this regard
separately.
8. PHASING OF WORKS
The work has to 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.
SCC(E) 2
9. STRUCTURAL ALTERATIONS TO BUILDINGS
10. MATERIALS
All the materials required for this work should conform to relevant IS/
specifications. The type test certificates, routine test certificates and
acceptance test certificates & other relevant documents are also to be
submitted.
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 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.
12. SAMPLES
The Contractor shall be required to provide to AAI samples of all the materials
sufficiently in advance free of cost to obtain approval of AAI. Approved samples
shall be retained by AAI until the completion of the work or used at site with
proper identification 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.
SCC(E) 3
even if the contractor arranges these materials himself.
14. CO-ORDINATION
The Contractor shall co-operate and co-ordinate with all other agencies working
in the same project, compare plans, specifications 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.
After the acceptance of Tender, the Contractor shall, within 15 days, submit
to AAI for approval, a detailed programme 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.
In support of this programme, the Contractor shall submit a work schedule in
the form of a CPM/PERT chart. AAI shall modify the programme submitted
by the Contractor and approval shall be given indicating the major milestones.
The programme approved by AAI shall be final and binding on the Contractor.
The approval by AAI of such programme, 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 fur nish the
resource mobilization plan as required by AAI to keep the target date of
completion.
AAI will not be responsible for the supply of water and Electric power to the
Contractor for execution of work. The Contractor shall m ake his own
arrangements for temporary connections required, if any, and make
necessary payments to the Departments concerned. No amount shall be
payable by AAI on this account.
SCC(E) 4
18. 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 t he 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 staff for the 2nd inspection shall be borne by the
contractor.
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 specified
test/acceptance criteria, the decision of AAI shall be final and binding as to
whether the said materials shall be accepted or rejected.
The Contractor shall produce on demand from AAI, the necessary test
certificates certifying that the materials conform to the technical
specifications. However, this clause will not apply to routine te sting 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 be
carried out by the Contractor without any cost to AAI and the cost shall
include cost of tests, transportation, freight etc.
The category requirement of testing / inspection is provided in list of approved
makes.
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.
All electrical works shall be carried out in accordance with the provisions of
Indian Electricity Act-1910, Indian electricity rules – 1956 amended up to date
(date of call of tender unless specified otherwise) and the State Electrical
SCC(E) 5
Inspectorate.
The works shall also conform to relevant Indian standard Codes of Practice
(COP) for the type of work involved.
In all electrical works, relevant safety codes of practices shall b e followed.
Ratings of components:
All current carrying components in an installation shall be of appropriate
ratings of voltage, current and frequency as required at the respective sections
of the electrical installation in which they are used without their respective
ratings being exceeded.
On completion of works, the contractor shall submit four sets of "As – Built"
drawings, one set reproducible and one set in CAD version in CD to AAI before
the submission of the final bill. The details of the ‘As-Built’ drawings along with
the documents / tool etc for each subhead i.e. HVAC-VRV/VRF, Internal &
external EI, Fire Alarm & Detection system, Fire Fighting system , water
supply and drainage pumping system etc. to be submitted are as given below,
failing which Rs.50,000.00 recovery shall be made for each system of following
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 Certificates (Factory Tests, sites Test)
• Guarantee/ warranty Certificates (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.
• Block diagram of the system with brief descriptions.
• Data flow-chart with data at different points during operations &
testing.
• 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.
• One set of As built drawing of SLD, Do`s & Don’ts etc. to be displayed
near the facility.
• Any other relevant information.
26. 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 obtaining prior approval, if any, and payment of all fees and other charges,
giving and receiving of all necessary notices and keeping AAI inform ed of the
said compliance with the bye-laws, payments made, notices issued and
received.
The Contractor shall indemnify AAI against all claims in respect of royalties,
patent rights, design trademarks of name or other protected rights in respect of
any plant, machine, work or materials used for or in connection with the work or
temporary works and from and against all claims, demands proceedings, costs,
charges and expenses whatsoever in respect of or in relation thereto. The
Contractor shall defend all actions arising from such claims and shall himself
and every sort that may be legally incurred in respect thereof.
The Electrical works shall be carried out as per state electrical inspectorate
standards/specifications /guidelines and the contractor shall ge t the approval
and safety certificate from the inspectorate after the completion of work and
before energisation.
The Contractor shall comply with proper and legal orders and directions of
local or public authority or municipality and abide by their rules and regulations
and pay all fees and incidental charges which may be liable during the
contract period.
27. SAFETY
Only properly tested and marked material handling equipment shall be used.
All supporting arrangements and fixing details shall be checked periodically
and necessary rectifying actions are to be taken in order to ensure safe
handling of loads during different operations.
All plant and machinery of the contractor shall observe the safety regulations
needed for working in a project where other contractors /sub-contractors
/agencies might also be working, so as not to interfere with the work of the
other contractors or foul with their constructions.
The Contractor shall take all precautions to avoid accidents by exhibiting
necessary caution boards day and night, speed limit borders, red flags, red
lights and providing barriers. They 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.
SCC(E) 8
28. COMPENSATION
The rates quoted by the Contractor for all items except those where specific
provisions indicated in the schedule of quantities shall include all leads, lifts and
nothing extra shall be paid on this account.
The Contractor shall adjust his labour, staff, plant, machinery, etc. according
to the requirement of work from time to time with particular regard to
approved phases of work and no claim shall be entertained on account of
idle labour, plant, machinery, etc., due to any reason whatsoever.
The Contractor shall clear the site thoroughly of all scaffolding materials,
wastage and rubbish etc., left out of his work and dress the site around the area
to the satisfaction of AAI upon completion of the work and before release
of payment of the last running bill. The payment of final bill will be subject
to the compliance of this condition by the contractor.
29. TRAINING
The Contractor shall train a minimum of ten AAI staff during the erection and
also familiarize them with the operation and maintenance of all the system for a
minimum period of 10 days to the full satisfaction of AAI, failing which
Rs.50,000.00 recovery shall be made.
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 to the staff prior to
the commencement of the training.
30. STATUTORY APPROVALS
It is responsibility of the contractor to get initial and final approvals / NOC for
systems like electrical, fire protection, firefighting, Bulk storage fuel tanks etc.
from the concerned departments /local bodies. The contractor shall also do
all the liaison works with the departments for getting the approvals. All the
incidental expenses in connection with the above shall be borne by the
contractor with no extra cost to AAI. For all approvals / NOC, statutory fees
shall be paid by the contractor initially, however, it shall be reimbursed by AAI
on submission of documentary evidences.
1. All the equipment to be supplied and works to be executed should
conform to the Electrical Inspectorate / CEA Standards including all
protection and metering accessories.
2. Contractor has to obtain necessary scheme approval (NOC) for
various facilities, if any, from the Electrical Inspectorate/ CEA
immediately after the award of work.
3. All testing/calibration, etc. are to be carried out as per the
requirements of statutory authorities. The tests/calibration certificates
SCC(E) 9
shall be submitted to AAI.
4. On completion of work, the contractor has to obtain necessary safety
certificate from EI / CEA by submitting necessary completion
certificates, drawings, equipment details, load details, test results, etc.
before tenderization.
5. The scope of work also includes obtaining initial and final approvals
(NOC) for the fire protection & firefighting system from local authorities
like State Fire Dept.
After the work is completed, it shall be ensured that the installation is tested
and commissioned. All the test /calibration certificates shall be submitted to
AAI before handing over of the system.
For all works completion certificate shall be submitted to AAI, after completion
of work.
34. PRICES
The rate quoted for all items (Imported and Indigenous) shall be in Indian
Rupees only and inclusive of all taxes, duties, work contract tax, Service Tax,
applicable customs duties, installation, testing & commissioning charges,
Freight & Insurance, In Land transportation, incidental charges etc. In case of
imported items, the rate quoted shall be inclusive of all taxes and levies of the
country of origin also.
The contractor must deliver all items at site within the contract period,
failing which any increase in amount due to change in foreign exchange rate
shall be on account of the contractor and the same shall be born by the
contractor. The rates shall remain firm during the tendency of the contract
irrespective of any change in foreign currency rate.
The contractor shall arrange import license in the name of AAI, if
required, to import equipment/components with no extra cost to AAI.
All items shall be fully insured by the contractor. The cost of
Insurance and Freight shall be paid by the contractor. The documents in
support of insurance policy shall be submitted to AAI as well as the supplier
before shipment.
The contractor shall send the goods to consignee i.e. Airports
SCC(E) 10
Authorities of India in a fully packed condition as per requirement of
component/equipment and fully insured.
The contractor shall be solely responsible to ensure the following:
a. Sound packing of equipment/components.
b. Shipment of the items by the due date as per schedule.
c. Insurance.
d. Custom Clearance and handling of items at port of entry in India.
e. Forwarding and transshipment of equipment/components up to the
destination.
f. Insurance of Inland transshipment.
g. Receipt of equipment at site and safe custody till they are installed,
tested and commissioned & taken over by AAI.
h. Execution, installation, testing and commissioning of the installation as
specified in the tender.
i. Handing over of installation to the authorized representative of AAI.
35. GUARANTEE / WARRANTY
All the items of equipment and installations shall be guaranteed to be free
from defective workmanship or materials for a period of 12 months from the
date of handing over. The Contractor at his own cost shall rectify any defect
/replace material that may appear during the period.
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 difficulties and defects that may arise in the day to day operation of the
system within 24 hrs. of intimation reported by AAI.
The Contractor shall hold himself fully responsible for reinstallation or replace
free of cost to AAI during the defect liability period as stipulated hereunder.
a) Any defective material supplied by the Contractor or defective
workmanship of the Contractor.
b) Any material supplied by AAI which is proved to be damaged or
destroyed as a result of defective workmanship by the Contractor.
SCC(E) 11
Appendix – ‘ A’
S.No. Specialized work. Base Cost* Qualifying Criteria for the firms
1 Sub-station work i/c DG Shall be as per 1. Should have satisfactorily completed
sets with AMF panels, quoted amount similar work at Airport Terminal Building,
Transformers, HT & LT Hotel, Reputed public building, shopping
Panels, Capacitor Bank, mall etc., in line with following criteria of
Earthing and Advance value of work during last seven years
lighting protection etc. ending on last date of submission of
financial bid by main contractor.
a). Three Separate works each costing not
less than 40% of base cost*.
b) Two separate works each costing not less
than 50% of base cost*.
c) One work costing not less than 80% of
base cost*.
d) Client certificates stating reference to
order, value of work, date of start, date of
completion (Actual & as per agreement),
satisfactory completion certificates etc., shall
be submitted for short listing the agency for
2 Internal and External EI, Shall be as per Same as above.
Light & power plug points, quoted amount
Hand driers,
Landscaping/façade
lighting, Automatic Sliding
Door etc.
3 HVAC- VRV/VRF Shall be as per Same as above.
quoted amount
4 Illuminated signage Shall be as per Same as above.
(indoor) & Outdoor. quoted amount
SCC(E) 12
8 Baggage Handling System Shall be as per Same as above.
quoted amount
9 Airports System i/c. SCCTV Shall be as per Same as above
Network, EPABX System, quoted amount
Public Address System,
Flight Information Display
System etc.
*The base cost shall be the quoted amount of respective package by the successful
bidder.
The firm should have valid electrical license issued by state’s licensing authority for
all electrical works.
SCC(E) 13
General:-
1. Scope
Hindon Airport belongs to Indian Air Force (IAF), Airports Authority of India
(hereinafter referred to as the “AAI”) is Constructing Airport Terminal building & other
associated works for RCS operations at Hindon Air Force Station Ghaziabad, for which
land has been acquired by the U.P Govt. The development includes a New Domestic
Passenger Terminal Building i/c canopies, utility buildings such as Electrical
Substation building, Office, Visitors toilet, Cafeteria, terminal front development with
Landscape ,Internal roads ,Car parking, security wall, G.I. chain link fencing, Guard
Rooms, Strom water drainage, Sewerage System, UG tanks, Tube wells, Furniture etc. A
part of work like G.I. Chain link fencing approx.. 1500 mtr.in length i/c gates are to be
executed in IAF area for which necessary works/entry permission from IAF will be
required. All other works are outside IAF Permises.
2. General
2.1 The Vision
The concept plan has been developed with functional orientation including
smooth passenger & baggage processes amalgamated with ceremonial
facilities, architectural identity and engineering principle’s outlined in the
Tender Documents
2.2 Abbreviations
h) "Notice" means instructions given under the Contract which includes any
written instructions, orders, approvals / disapprovals, refusals and
confirmations. The Notice shall be issued by the AAI’s Representative to
relevant parties carrying out the Execution of the Works. The same shall be
conveyed / forwarded by personal delivery, post, telefax or e-mail to the
Vol 2: Sec A: General 4
address of the relevant party. Refer Annexure-A1 of this section for document
Approval / review form.
i) “Quality Plan” means the quality plan, setting out the Contractor’s means of
complying with his obligations in relation to Quality Assurance provided and
maintained in accordance with Volume 1 [Conditions of Contract].
j) “Safety Plan” means the safety plan setting out the Contractor’s means of
complying with his obligations in relation to safety provided and maintained in
accordance with contract.
k) “Scope of Work” means the description of the Works as specified in
Volume 2, Section B [AAI’s Requirements- Functional].
n) “GFC Drawings/ Working Drawings” means the Good for Construction drawings
pertaining to Permanent, Temporary and Enabling Works submitted by the
Contractor after vetting from the third party as per Contract Agreement used for
the Execution of the Works after obtaining Notice from the AAI’s Representative.
o) “Shop Drawings”: means that section of the working drawings used for the
fabrication of the Works.
3. Relevant Documents
The Design & Construction Specifications shall be read in conjunction with Volume1
[Conditions of Contract], Volume 2 [AAI’s Requirements] and any other
document forming part of the Tender Documents.
In the event of a conflict between the AAI’s Requirements and any Design &
Construction Specifications the Contractor shall always immediately seek advice
from the AAI’s Representative.
4. Execution of Works
a) The Execution of the Works shall include the Design Phase to the
Construction Phase.
b) Design Phase: The Design Phase shall commence upon issuance of Work order
in accordance with Volume 1 [Conditions of Contract] to the Contractor.
Contractor’s submittals during Design and Construction Phase for the Scope of
Works identified in Volume 2, Section B [AAI’s Requirements- Functional] shall
include the following stages of design:
Detailed requirements of the above during Design & Construction Phases are
stated in Volume 2, Section C (AAI’s Requirements - Design).
6. The Programme
The Contractor shall prepare and submit the Programme in accordance with
Volume 1 [Conditions of Contract].
7. Monitoring of Progress
8.2 Submittals
Notwithstanding the above, the Contractor’s EMP shall include but not be
limited to the following:
d) An erosion and sediment control plan which identifies the type and
location of the erosion and sediment controls to be provided. The
Contractor’s EMP shall include monitoring and reporting requirements to
assure that the control measures are in compliance with the erosion and
sediment control plan.
f) Work area plans showing the proposed activity in each portion of the area
and identifying the areas of limited use or non-use. The Contractor’s EMP
should include measures for marking the limits of use areas including
methods for protection of features to be preserved within authorized work
areas.
l) Noise Control
The Contractor shall establish and maintain a Quality Assurance and Quality Control
System in accordance with Appendix 02 to Volume 2 [AAI's Requirements] for design
and construction procedures and the interfaces between them. This QA/QC System
shall be applied without prejudice to, or without in any way limiting any provision of
the Quality Assurance Plan that the Contractor already maintains.
10. Meetings
10.1 General
The AAI’s Representative shall arrange an initial meeting following issue by the
AAI to the Contractor of the Work order.
The AAI’s Representative shall arrange a meeting at the AAI’s office prior to
the Contractor being given possession of any part of the Project Site. The
Contractor’s Key Personnel, and those with responsibility for activities on the
agenda, shall attend the said meeting. The agenda may include but not be
limited to the following:
b) AAI’s Requirements
c) Temporary utilities and facilities;
Weekly meetings shall be held at the AAI’s office to discuss detailed technical
and construction issues in addition to the status of the Contractor’s
submittals. These meetings shall be chaired by the AAI’s Representative, who
shall also prepare and distribute the minutes. The Contractor’s Key Personnel
shall attend this meeting. Sub-contractor’s representatives shall also attend
these meetings when requested to do so by the AAI’s Representative.
All the documents submittals shall be 6 hard copies of A4 size & 2 soft
copies, all the drawing submittals shall be 6 hard copies of A0 size and 2 soft
copies (1 native format & other pdf format) or as agreed during the award of
contract or as per directions of Engineer-in-Charge. The drawings supporting
A4 document shall be A3 size.
TRANSMITTAL FORM
(1) Contract No. (2) Contractor
(3) To:
(4) Copy to:
(5) Subject: (6) Contractors File No.:
The Contractor shall carry out all site investigations including surveys necessary for
the design of the Permanent Works and to enable the determination of the
methods of construction and the nature, extent and design of the Temporary
Works.
The Contractor shall obtain information on the climatic conditions in Hindon, such as
temperature, rain fall, wind, sunshine, relative humidity etc from the Meteorological
Department and/or other Relevant Authorities and shall make full provision for the
effects of the local weather conditions in his planning, design, Programming and
Execution of the Works.
iii) The scope of responsibilities of each staff and the reporting lines
between individual staff; and
iv) The documents that each staff is authorized to sign on behalf of the
Contractor.
e) The staff organization shall cover the Contractor’s Key Personnel and
Specially Required Staff (as specified hereinafter) as well as other working-
level staff with authorities and responsibilities in directing Execution of the
Works on the Project Site.
The Contractor shall note the financial penalties that can be levied for the
failure to employ any of the Key Personnel required by this Clause.
g) Key Personnel
The Contractor’s staffing proposal for the Execution of Works shall include the
following Key Personnel but not limited to:
He shall have at least ten (10) years experience and should have experience
of execution of Pre-engineered/Pre-fabricated buildings of similar complexity
and magnitude. The project manager shall hold a university degree or an
equivalent qualification, in civil engineering or in a branch of civil engineering
appropriate to the nature of the Works included in the Contract.
He must be bestowed with adequate authority to receive and carry out the
directions and instructions of the AAI’s Representative.
The Project Manager shall have a fluent command of written and spoken
English and shall be employed fulltime on this Project Site.
a) The Contractor shall ensure that all local Contractors and Sub-contractors
engaged in the Works are given training, guidance and the necessary
opportunity for transfer of technology in various areas of construction such as
control of ground settlements, instrumentation, safety, quality assurance, etc.
Contractor/Subcontractor
Contract No:
AAI’s Representative
Reviewed by
@
Level A – No comment: Contractor may proceed as appropriate.
Level B – Proceed subject to amendment as noted: Contactor may proceed
after amending submittal as directed and does not need to re- submit.
Level C – Subject to amendment as noted: Contractor to amend as directed
and re-submit to the AAI’s Representative within the time frame specified of
receipt of comments.
Level D – Rejected: amend or redo as needed and re-submit to AAI’s
Representative within the time frame specified of receipt of comments.
Sl.
Clause / Page No. Comments Action by date Code @
No.
(AAI’s representative)
Accepted
(Contractor)
1. General
1.1. Objective
2. Scope of Work
2.1.1 The Scope of work shall comprise of but not limited to design, engineering,
procurement, construction, erection, installation, setting to work, testing,
commissioning and completion of following:
2.1.2 The Tender Drawings provided along with this Tender provide the general design
intent of the AAI. However, Contractor has to independently analyze and examine
the documents for accuracy, adequacy, sufficiency or completeness and design and
engineer a fully functional, fit for purpose building. AAI has no responsibility to the
Contractor (whether in contract, tort for breach of statutory duty or howsoever
other arising) for or in relation to information and data in the AAI requirements,
Design & Construction Specifications, Tender drawings etc.
2.1.3 The Scope of work shall comprise of, but not limited to, the following disciplines/
facilities:
a) General
CIVIL WORK:
1. TERMINAL BUILDING :
Construction of Pre Engineered/Pre-Fabricated Terminal Building of 3500
sqm. area for 150 departure and 150 arrival Peak hour Passengers (with
provision of City side and Air side canopy – 1925 sqm.) ( As per enclosed
Tender drawings).
2. MISCELLANEOUS WORKS:
Grading and leveling of the plot area of 210mtr. x 110mtr. to match with the final
finished level of the surrounding areas, including filling with supply of approved fill
material (Confirming to relevant IS code).
Construction of Pre Engineered/Pre-Fabricated Substation cum Office Building of
500 sqm area.
Construction of aesthetically good looking Cafeteria and toilets for Visitors etc. on
city side of Terminal Building with Total area of 150 sqm.
Provision of 10.0 mtr wide. Electrically operated trolley gate on the link road to
segregate the operational area of AAI and IAF with Security Hut.
Construction of car parking area of Size 94mtr. X20mtr with Paver Blocks as per
provision of IRC.
Construction of 02 nos. bore-well i/c provision of supply of water to Underground
Sump.
Construction of underground static tank for total capacity of 200000 ltr for Drinking
water, firefighting and Toilets requirement etc. for terminal building.
Provision of 02 nos. gates to segregate air side and city side area at the entry and
exit gates.
Construction of Roads, Footpaths and Hard standing using Paver blocks as per
provisions of IRC with total area of 8400 sqm on City side and air side in AAI Civil
Enclave premises.
Provision of G.I. Chain-link fencing parallel to Link road inside IAF area with length
of 1500 mtr.(approx.)
Construction of Boundary wall all around the plot area as per AAI Specification and
RCC retaining wall, wherever required i/c Entry & Exit gate at City side.
Horticulture and gardening works on city and airside of Terminal building.
Provision of water storage & water supply, storm water drainage system, rain water
harvesting system and External Sewage System i/c provision of Septic Tank. & Soak
Pit.
External directional signages on Approach road.
City side security cabins/morchas including stainless steel bollards in front of
terminal building city side.
Tactile Path (as per ADA) from the designated place in city side of terminal building
upto nearest check-in counter.( For visually handicapped persons)
Provision of Furnishing in Reserved Lounge.
Provision of Q-Managers as per requirement.
Provision of Modular Mattings at all external doors of terminal building.
Provision of Stainless Steel Dustbins.
ELECTRICAL WORKS:
Execution of all MEP works as per below mentioned items.
i) Sub-Station works
(b) HT Cable
(c) Transformer- 11KV/0.433KV
(e) LT Panels
Vol 2: Sec B: Functional 3
(f) Capacitor Bank
(i) DG Sets
(g) Double automatic Sliding Doors for Air lock lobby of each entry & exit gate of
Terminal Building.
iii). HVAC
(b) RO System
(c) Clean agent Gas suppression system for Sub-Station panels/server room etc.
AIRPORT SYSTEM:
IT SYSTEM:
i) Passive and Active networking components such as OFC, UTP cabling, Routers, Core
& Access switches and accessories. Provision of Raceways, cable trays and
conduction and cabling.
ii) Server room and adequate space for keeping network switches along with electrical
power point & UPS.
iii) Access Control System as per BCAS requirement.
iv) Provision of internet, VPN bandwidth, Wi-Fi system
ii) All statutory approvals other than those mentioned above including but not limited
to approval from Chief fire officer, F i r e and Emergency services and Consent for
operation (CFO) etc. as required for the Execution of the Works and Operation of
the building shall be obtained by the Contractor. The Contractor shall coordinate /
liaison with the Relevant Authorities for obtaining all approvals including
preparation and submission of necessary drawings and documents. This shall
Vol 2: Sec B: Functional 5
include all approvals on emergency procedures during the Construction Phase and
for occupation & operation of the domestic terminal building, car parking and utility
building.
The Contractor shall design & construct with minimal disturbance to the environment
and in strict adherence & compliance to applicable codes, guidelines & bye laws.
Temporary power, water and permission for sewerage and drainage for the Execution
of the Works shall be obtained by the Contractor from the Relevant Authorities. AAI
will not be responsible for the provision of temporary power and water supply for the
Execution of the Works. The AAI will provide assistance, wherever possible, to obtain
any permission. Copies of all applications, correspondence and approvals from
the Relevant Authorities must be submitted to the AAI’s Representative.
Safety tools, gadgets and other provisions shall be properly maintained and shall not be
removed without the Notice of the AAI. The Contractor shall ensure that necessary and
sufficient precautions are taken by his workmen and safety provisions are adhered to.
The Contractor shall not allow any of the safety tools, gadgets and other provisions to be
used unless he has satisfied himself that the provisions are safe.
8. Standards
The Execution of Works shall be in accordance with the latest revision of CPWD
Specifications, National Building Codes, Indian Standards, ICAO Recommendations and
Guidelines as per relevant part/ Annexures, MORTH specifications. The Contractor shall
submit copies to the AAI’s Representative all codes and standards used for the Works as
and when required.
1. Introduction
1.1 The AAI's Requirements -Design specifies the procedural requirements for the
preparation of the design of the Permanent Works, Enabling Works and
Temporary Works. These requirements are subdivided into: Design Phase and
Construction Phase.
2. Contractors Design team
2.1 The Contractor shall prepare the design of the Permanent Works and
Temporary Works, either in-house or by appointing design consultancy
firm/ firms. The in- house design team or the consulting firm/ firms shall
have prior experience of designing as per NIT of similar magnitude in or
outside India. The design experience should include all phases of design
especially the Concept Design, Design Development, Working Drawings and
Shop Drawings etc.
Credentials of the in house design team members or the consultancy firm shall
be submitted along with the Tender to establish the past experience.
2.2 The scope will include, but not limited to, the design of the following
disciplines:
i) Architecture design
ii) Civil & Structural design
iii) Façade design
iv) Interior design
v) HVAC design
vi) Water supply and Drainage design
vii) Electrical design (High Voltage and Low Voltage)
viii) Extra Low voltage systems design (Fire Detection system)
ix) Lighting design (Interior, Exterior and Façade)
x) Acoustics design
xi) Public Address system design
xii) Signage design
xiii) Fire Fighting, detection & Alarm system (internal and external)
xiv) IT systems design
xv) Baggage Handling system design
xvi) Road Pavement design
xvii) Landscape design
2.3 In addition to the above team, the Contractor shall nominate 3 (three)
reputed Interior design contractors on design & build basis for selection by the
AAI to undertake the Interior Design. The selected Interior design firm shall be
appointed by the Contractor to carry out the complete Interior Design of
terminal including VIP/Reserved lounge and all passenger areas, through
various stages of design from the Concept stage.
3. Design Matrix
The scope includes all disciplines for New Domestic Passenger Terminal Building i/c
canopies, utility buildings such as Electrical Substation building, Office, Visitors toilet,
Cafeteria, terminal front development with Landscape ,Internal roads ,Car parking,
security wall, G.I. chain link fencing, Guard Rooms, Strom water drainage, Sewerage
System, UG tanks, Tube wells, Furniture etc. in all design stages (concept design,
schematic design, detailed design, working drawings, shop drawings and As built
drawings).
An art curator has to be appointed by the Contractor to develop and complete the
artwork design through all design stages as per the design intent.
4. Tender Drawings
The Tender Drawings and any drawings issued along with AAI’s Requirements shall
be validated by the Contractor and further developed into all stages of design,
conforming to relevant regulations and standards as stipulated in the AAI’s
Requirements and Design & Construction Specifications.
5. Stages of Design
5.1 Contractor’s submittals during Design and Construction Phase for the Scope
of Works identified in Volume 2, Section B [AAI’s Requirements- Functional]
shall include following stages of design:
i) a report on compliance with the Design Criteria and all applicable codes
and statutory regulations.
ii) the submission of design manuals
iii) the submission of proposed software
iv) the preliminary off site testing recommendation
v) references to the relevant design codes and standards
vi) floor plans, elevations, sections, at 1:100 scale for all disciplines of Works
vii) preliminary calculations and routing drawings for all building services
viii) finishes schedule for the Works
ix) the construction methodology
x) the design submission programme (update)
xi) drawings/ reports of Project Site surveys and other field investigations
xii) 3D renderings& Prespective views
a) General
The Detailed Design stage submission shall be a coherent and complete set of
documents properly consolidated and indexed and shall fully describe the
proposed design. All disciplines of Works which are inter- dependent shall be
submitted together in a single submission. The drawings shall completely
define all elements of the building and infrastructure works on Airside and
Landside.
In particular, and where appropriate, it shall include, but not be limited to, the
following:
iii) potential forces and movements due to all possible loadings and
actions on the structures, and their accommodation – to be supported with
vi) the locations and nature of all relevant joints and connections and
details thereof
viii) provisions and proposals for construction interfacing with the Related
Works Contractors
xi) proposed methods of predicting the ground movements due to work and
adjacent to the excavations; monitoring of the existing structure and
protection to sides of excavation
xii) effect on structures due to ground movements and the proposed protective
measures to limit the effects to a degree not exceeding the limit as defined
under the Design Specifications
b) Drawings
The Detailed Design stage submission shall include drawings that shall illustrate
the proposed design and in particular shall include, but not limited to the
following;
c) Documents
i) Technical submittal
d) Supporting Documents
The Detailed Design submission shall include following documents, which shall
be submitted to the AAI’s Representative for review. Where relevant or
required, these documents shall be accompanied by a design note stating
clearly how information has been used in the design of the Permanent Works.
i) Geotechnical Interpretative
ii) Survey
A report on all survey drawings and topographical survey work
undertaken by the Contractor shall be included.
Vol 2: Sec C : Design 5
iii) Utilities
• In the event that the Contractor considers that there are any
discrepancies or inconsistencies between the design submission
programme and the Programme, the Contractor shall submit with the
Detailed Design submission his proposed revisions to the Programme
such that the discrepancies or inconsistencies are removed.
a) In respect of the Detailed Design drawings the Contractor shall produce the
proposed Working Drawings. The Working Drawings shall include the
Detailed Design drawings, which may be supplemented by further drawings
b) These records shall be maintained in one master copy (paper copy) of the
Working Drawings and subsequently updated on the CAD drawings. Upon
completion of the Works or at such time as agreed to or required by the AAI’s
Representative, the Contractor shall prepare drawings which, subject to the
AAI’s Representative's Notice, shall become As-Built Drawings.
c) All such drawings shall be endorsed by the Contractor as true records of the
construction of the Permanent Works and of all Temporary Works that are to
remain on the Project Site. The Contractor shall also show the locations of
utilities exposed and retained.
a) be consistent with the Schedule and show all relevant Milestone Events
including review periods by the AAI;
c) make allowance for periods of time for review by the AAI’s Representative
and Relevant Authorities;
e) indicate the Design Interface and co-ordination periods for the Related
Works.
6.3 The Contractor shall submit the design submission programme to the AAI’s
Representative within 15 (fifteen) days of date of issue of work order in
accordance with Volume 1 [Conditions of Contract]. and thereafter update the
same at intervals of not more than 15 (Fifteen) day throughout the Design and
Construction Phase.
7. Design Compliance
e) CPWD specifications
8.1 Design submissions shall be made and a approval shall be obtained from
the AAI’s Representative. The form and detail of the design submission
shall be as determined by the AAI’s Representative and will not release or
dilute the Contractor’s responsibility for the design.
8.2 The issue of an approval shall be without prejudice to the issue of any
future Notices.
9. Calculations
9.3 Calculations to be included as part of the submission herein shall comprise the
up-to-date calculations in respect of the Design and such further calculations
which the Contractor has prepared during the production of Working
Drawings.
9.4 Analysis of the structures shall be carried out using STAAD model and
necessary input &out put files shall be submitted to the AAI’s
Representative.
9.5 Copies of EXCEL spreadsheets and computer model data files sufficient to
regenerate the model and re-run the analysis should be submitted together
with the calculations to the AAI’s Representative.
9.6 The Contractor shall submit all calculations necessary to support submittals
relating to the construction methods.
City Side
1. Car Parking
2. City side Roads i/c Footpaths with in AAI boundary
3. Public toilet, Drinking Water facilities and Cafeteria to be provided in city side.
Terminal
Kerb
Check-in
10. At least one lower height check in counter for persons with disability.
11. The Check-in Concourse should be column free space.
Toilets/ Washrooms/ facilitation
12. Preferably toilets to be large and consolidated rather than small and more number of
toilets for a particular zone i.e. check in or baggage claim etc.
13. The toilets to be designed such that at any point of time half of it can be closed for
maintenance and cleaning.
14. Every Gents & Ladies toilet to have atleast one Indian WC along with western WCs.
15. At least one urinal to be of lower level for children in each toilets.
16. Each Gents and Ladies toilets to have a Janitors cupboard with enough space for storage
of cleaning materials and equipments.
17. Water Taps / soap dispensers in wash rooms should not have sensors as they are prone
to break down.
Certification
This certifies that all design has been performed utilising the skill and care to be
expected of a professionally qualified and competent designer, experienced in
work of similar nature and scope. This further certifies that all works relating to the
preparation, review, checking and certification of design has been verified by us.
(for Contractor)
Name
Position/Designation
Date
Note 1
(ii) the Contractor's Technical Proposals and Design. ........ for which a Notice has
been issued.
(iii) Design. ....….. for which a Notice has been issued if such Design
Packages develop and amplify the Contractor's Technical Proposals.
1. Introduction
This section pertains to the responsibilities, obligations and other requirements relating
to the construction of the Permanent Works, Enabling Works and Temporary Works.
2. Contractor’s Superintendence
Throughout the Execution of the Works, and as long thereafter as is necessary to fulfill
his obligations under the Contract, the Contractor shall provide all the necessary
superintendence to plan, arrange, direct, manage, inspect and test the Works.
Superintendence shall comprise of sufficient number of supervisory staff having
adequate knowledge of the works, the language for communications and of the operations
to be carried out (including the methods and techniques required, the hazards likely to
be encountered and methods of preventing accidents),for the satisfactory and safe
Execution of the Works.
3. Project Site
a) Project Site shall not be used by the Contractor for any purpose other than for
carrying out the Works, except with a Notice from the AAI’s Representative.
b) The location and size of each stockpile of materials, including excavated
materials, within the Project Site shall be as permitted by the AAI’s
Representative. Stockpiles shall be maintained at all times in a stable condition.
c) Entry and exit from the Project Site shall be controlled and shall be only
available at the locations for which the AAI’s Representative has given approval.
Approval will only be given after the Contractor has provided evidence that he
has obtained, if required, the necessary approvals from the Relevant Authorities.
a) The Contractor shall make his own arrangements, subject to approval from the
AAI’s Representative, for any further access required to the Project Site.
b) In addition, the Contractor shall ensure that access to every portion of the
Project Site is continuously available to the AAI and the AAI’s Representative.
c) The Contractor shall be responsible for ensuring that any access or ingress
through the Project Site boundaries are controlled such that no disturbance or
damage to public or private property occurs as a result of the use of such
access or ingress by its employees and Subcontractors.
d) Alternative access shall be provided to all premises if interference with the
existing access, public or private, is necessary to enable the Contractor’s works
to be carried out. The arrangements for the alternative access shall be as agreed
by the AAI’s Representative. Unless otherwise notified by the AAI’s
Representative, permanent access shall be reinstated as soon as practicable after
completion of the Works, the alternative access shall be removed immediately
when it is no longer required and the ground sur- faces reinstated to the
satisfaction of the AAI’s Representative. Proper signage and guidance shall be
provided for the traffic / pedestrians / users regarding diversions.
Volume‐2 : Sec D : Construction 1
3.3 Barricades and Signboards
a) The Contractor shall erect barricades with gates around his areas of
operations to prevent entry by un-authorized persons to the Project Site and
necessary identity cards /permits should be issued to workers and staff by the
Contractor. The Contractor shall submit a proposal for barricades/gates around
the complete perimeter of the Project Site for which the AAI’s Representative
shall give a Notice.
b) Approval from the AAI’s Representative shall be obtained before hoardings,
fences, gates or signs are removed. Hoardings, fences, gates and signs which
are to be left in position after the completion of the Works shall be repaired and
repainted as instructed by the AAI’s Representative.
c) Hoardings, barricades, gates and signs shall be maintained in clean and good
order by the Contractor until the completion of the Works, whether such
hoardings, fences, gates and signs have been installed by the Con- tractor or by
others and ownership transferred to the Contractor during the Execution of the
Works.
d) All hoardings, barricades, gates and signs installed by the Contractor shall be
removed by the Contractor upon the completion of the Works, unless otherwise
directed by the AAI’s Representative.
e) Hoarding/ barricades to be reused after removing from one place to other-
locations (provided they are in good condition) subject to approval issued by the
AAI’s Representative.
f) Damaged/worn-out barricades /hoardings shall be replaced by the Contractor.
The AAI’s Representative’s decision regarding need for replacement shall be
final and binding.
3.4 Clearance of the Project Site
a) All Temporary Works which are not to remain on the Project Site after the
completion of the Works shall be removed prior to completion of the Works or at
other times as instructed by the AAI’s Representative. The Project Site shall be
cleared and reinstated to the lines and levels and to the same or better condition
as existed before the Works started except as otherwise stated in the Contract.
4.1 Security
The Contractor shall be responsible for keeping un-authorized persons off the
Project site and authorized persons shall be limited to the Contractors personnel
and the AAI’s personnel and to any other personnel notified to the Contractor
by (or on behalf of) the AAI, as authorized personnel of the AAI and other
Contractors on the Project Site.
4.2 Safety
a) Works shall not be carried out in inclement conditions of the weather that may
adversely affect the Works unless proper protection is provided to the satisfaction
of the AAI’s Representative.
b) Permanent Works, including materials for such Works, shall be protected from
exposures of weather conditions that may adversely affect such Permanent Works
or materials.
The Contractor shall take all necessary precautions to protect the structures
or works being carried out by others adjacent to and, for the time being, within
the Project Site from the effects of vibrations, undermining and any other earth
movements or diversion of water flow arising from the- Works.
7. Site Establishment
8. Materials
a) Materials and goods for inclusion in the Permanent Works shall be new.
e) Samples of materials for which approval has been issued by the AAI’s
Representative shall be kept at the Project Site by the Contractor in a secure
dry storage room. These samples shall not be returned to the Contractor or
used in the Permanent Works unless the AAI’s Representative has issued a
Notice. The samples shall be used as a means of comparison by the AAI’s
Representative to determine the quality of the materials subsequently
delivered. Materials delivered to the Project Site for use in the Permanent
Works shall be of the same or better quality as the samples which have
received a Notice.
1. Introduction
These AAI’s Requirements establish the general procedures for the Contractor to
follow for the Works related to those disciplines that form part of the design and
construction which requires manufacture, installation and testing. These
requirements relate to manufacturing, procurement and delivery of plant and
equipment and the requirements for Testing and Commissioning.
2. Manufacturing
2.1 Management
The Contractor shall establish procedures and controls that govern the
procurement, integration, manufacture, Testing, quality assurance and delivery
of plant, equipment and spares to be supplied under the Contract. This shall
include the administration and supply of Spare Parts and warranty in
accordance with the Contract. The Contractor’s manufacturing management
plan shall be submitted to the AAI’s Representative for his review within 15
(fifteen) days of work order.
2.5 Shipping
The Contractor’s manufacturing management plan shall provide for the proper
inspection of materials and equipment to ensure satisfactory completion of
manufacturing and testing / check prior to shipment. All shipments shall be
adequately prepared to preclude damage during shipment. The Contractor’s
quality control personnel shall verify the inspection and preparation for
shipment.
3. Equipment Identification
All Equipment and materials supplied shall be indelibly familiar or otherwise
identified to show its identity, type, version, function, location, rating or limitation as
appropriate.
4.2 Crating
Each case, crate or package shall be of robust construction and suitable for the
intended purpose. Packaging materials that are likely to suffer deterioration in
quality as a result of exposure to environmental conditions likely to be met
during transit from the factory of origin to the Project Site shall not be used.
The contents of each case, crate or package shall be protected against the
harmful effects of ingress of water by enclosing within a heavy duty
waterproof membrane and adding a suitable desiccant substance (e.g. silica
gel) to the case, crate or package.
Each case, crate or package shall be legibly and indelibly marked in large
letters with the address, Contract number, ‘right way up’, opening points
and other markings like “fragile”, etc., as necessary to permit materials to be
readily identified, handled during transit and when received at the Project
Site.
Each case, crate or package shall contain a comprehensive packing list
showing the number, mark, size, weight and contents together with any
relevant drawings. A second copy of the packing list shall be enclosed in a
watertight enclosure on the outside of each case, crate or package. Distribution
of additional copies of each packing list shall be in accordance with the
requirements of the AAI’s Representative.
All items heavier than 100kg shall be marked on the outside of the case to
show the gross and net weights, the points for slinging and where the
weight is bearing.
Care shall be taken to prevent movement of equipment within containers by the
provision of bracing, straps and securing bolts as necessary. Bags of loose
items shall be packed in cases and shall be clearly identified by well- secured
metal labels on which the quantity and name of the part and its index or
catalogue number have been stamped.
Details of cases, crates, packages, containers, etc., intended to hold important
or delicate items of Equipment or materials shall be submitted to the AAI’s
Representative for a Notice.
Spare Parts shall be suitably packed for storage over an indefinite period
without deterioration and shall be clearly identified showing full name and
part number without any need to unwrap packaging. Electrical and other
delicate items or Equipment shall be cocooned.
Cable ends, cable entry points into Equipment and other similar
terminations and openings shall be sealed or blanked off to prevent the
ingress of dirt or moisture.
Tube ends and other similar openings shall be thoroughly cleaned and then
blanked off to prevent ingress of dirt or moisture. Flanged ends shall be
protected by adhesive tape or jointing material covered by a properly secured
wooden plank not smaller than the flange itself. Plain tube ends shall be closed
off with bungs or plugs of suitable materials firmly fixed in position.
Particular care shall be taken to prevent damage to, or corrosion of, shafts and
journals where they rest on timber or other supports that may contain
moisture. At such points wrappings impregnated with anti-rusting
composition shall be used of sufficient strength to resist chafing under the
pressures and movements likely to occur in transit.
Care shall be taken to familiar risk of damage to ball and roller bearings
and any fragile material in transit.
4.4 Procedures
5. Equipment Protection
All Equipment shall be capable of short term continuous operation, without the
benefit of air conditioning or forced cooling, at the extremes of environmental
conditions likely to be encountered. All Equipment shall be capable of continuous
operation in its normal environment and achieve its stated service life.
All Equipment shall in general be mounted in equipment rooms or in easily accessible
plant rooms.
Equipment and its location shall be fully protected against the ingress of dust,
water and the accumulation of moisture due to condensation.
The Contractor shall be responsible for ensuring that his Equipment and Systems are
not adversely affected by the modified environmental conditions caused by heat or
vapor emissions or moisture of other adjacent Equipment whether provided under
the Contract or otherwise.
6. Installation
The installation plan shall show how the Contractor proposes to familiarize
and carry out the installation and complete the whole of the Works by
Completion Date. The Contractor shall submit the plan for the review of the
AAI’s Representative 15 (Fifteen) days prior to the start of installation.
Prior to proceeding with installation, the Contractor shall submit for the
AAI’s Representative review, six copies of detailed drawings showing all
installations including dimensions, supports, hardware, installation methods
and all other pertinent data.
6.4.1 General
The Contractor shall provide 6 (six) copies of all drawings in A0 size bound
into circuit books. The Contractor shall ensure that at each Equipment
location, an as-built copy of the Site documentation is provided. This
documentation shall include, but not be limited to:
a) circuit wiring book;
b) equipment mode tables; and
c) Operation and Maintenance Manuals.
6.4.4 Earthing
The Contractor shall provide at each equipment room earth bars/strips that
shall be connected to the earthing system. The earth bars/strips shall be used
as common points for all earthing in that location.
7.1 General
All testing Equipment shall carry an appropriate and valid calibration label.
They shall be periodically checked for calibration accuracy.
All test reports shall be signed by the Contractor.
The Contractor shall present a comprehensive Testing and Commissioning
Plan to ensure a completely safe and operable system within 3 months
from the Notice to Proceed.
All test procedures shall be submitted at least 30 days prior to conducting any
test. Test procedures shall show the extent of testing covered by each
submission, the method of testing, acceptance criteria, the relevant drawing
(or modification) status and the location.
Test procedures shall be amended, as required, by the Contractor during the
currency of the Contract to reflect changes in system design or the
identification of additional testing requirements.
The AAI’s Representative and/or any of their staff shall be given the
facilities to monitor all tests by the Contractor and shall have access to all test
records. Ample time shall be allowed within the testing programme for
necessary alterations to Equipment, Systems and design to be undertaken
together with retesting prior to final commissioning.
All costs associated with Testing shall be borne by the Contractor. Unless
otherwise specified, the Contractor shall also bear any expenses incurred due
to retesting caused by defects or failure of Equipment to meet the
requirements of the Contract in the first instance.
The Contractor shall give a minimum 7 (seven) days notice to the AAI’s
Representative for the witnessing of all tests. All costs for transportation,
accommodation, meals, etc., for the AAI’s Representative to witness tests
anywhere within or outside India shall be borne by the AAI.
The functional tests of the PAT shall be carried out on installed Equipment
before System Acceptance Tests (SAT) to demonstrate that the
components/Systems of the Works operate correctly in accordance with the
Specification.
The functional tests shall sequence through all required operations to prove
that the System performs in accordance with the Specification and that the
local configuration data is correct.
Input conditions shall be simulated wherever necessary.
The functional tests shall be specified and carried out by Contractor's
personnel independent of design and installation.
f) Integration Tests
Partial Acceptance Test (PAT) shall include integration tests to integrate the
various sub-systems of the System and demonstrate correct operation of all
internal and external interfaces.
Following satisfactory completion of these Tests the Contractor shall
prepare the installation for formal demonstration in the presence of the
AAI’s Representative.
g) System Acceptance Tests (SAT)
Following satisfactory completion of SAT and the integrated system tests, the
AAI shall commence an extended period of trial running to prove all
technical systems in time table operation to allow all technical systems to
settle and to train staff in working procedures.
The Contractor shall allow for attendance over the whole of this period
which may be expected to include maintenance and repair activities and
also further opportunity for technical staff training.
Samples that have been tested may be incorporated in the Works provided
that:
a) the sample complies with the specified requirements;
b) the sample is not damaged; and
c) the sample is not required to be retained under any other provision of the
Contract.
Additional samples shall be provided for testing if in the opinion of the AAI’s
Representative:
d) Material previously tested no longer complies with the specified
requirements;
or
e) Material has been handled or stored in such a manner that it may not
comply with the specified requirements,
Unless agreed otherwise, all Tests shall be carried out by the Contractor in the
presence of the AAI, the AAI’s Representative and/or their authorized
representative.
Attendance on Tests, including that by the AAI, the AAI’s Representative
and/or their authorized representative, and the Contractor, shall be as laid
down in the Quality Assurance procedures contained in Tender
Documents.
Records of Tests carried out shall be kept by the Contractor and a report along
with all Tests results shall be submitted to the AAI’s Representative
8. Maintenance
The Contractor shall provide a maintenance support plan that shall include such items
as:
a) procedures for periodical overhaul and test running,
b) technical manuals,
c) initial provision for spares, facilities, test equipment, tools, jigs and fixtures, d)
training requirements,
e) procedures for removal and replacement of components,
f) periodic running of equipment and machines which would otherwise
deteriorate because of non-operation for more than a week, and
g) manpower plan required for maintenance.
On completion of trial running the Contractor shall deliver to the AAI’s Representative
copies of all manufactured drawings, schedules and software for all components as
well as all As Built Drawings,
The Contractor shall deliver to the AAI copies of all such manufactured drawings,
schedules and software for all components as well as As Built Drawings as shall have
been amended or updated since the completion of trial running of the Systems.
During the Defects Rectification Period, all minor faults shall be rectified within 3
hours and major faults shall be rectified and made operational within 22 hours. The
Contractor shall take the consent and approval of the operational team for shut
down during repair works.
9. Manuals
The Contractor shall produce manuals for all the Equipment supplied and
Systems tests to be conducted well in advance for the AAI’s Representative to
witness all the tests procedures.
The Contractor shall provide 6 (six) controlled copies of all manuals for the use of
AAI’s Representative and shall maintain all manuals in an up-to date condition
throughout the Execution Period.
10.1 General
During the Execution Period, the Contractor shall provide free of cost all
materials including consumables, unit exchange spares and emergency
spares required for maintenance (routine and breakdown) of the electro-
mechanical systems. This shall also include environmental control systems
provided under the Contract. The Contractor shall supply the spares,
materials, jigs and fixtures not later than 6 (six) weeks before the
commissioning of the Systems.
The Contractor shall also supply spares for all electromechanical systems
during the Defects Rectification Period. The consumables required for all
electromechanical systems during the Defects Rectification Period shall be
arranged by the AAI.
If the spares supplied by the Contractor are not consumed during the
Execution Period, these shall become the property of the AAI at the end of the
said period.
The Contractor shall provide, free of cost, 6 (six) weeks before the start of trial
running, special tools and test equipment which are essential for day to day use
in both corrective and preventative maintenance and for workshop use in the
overhaul of all modules and units likely to be required over the full service
life of the System.
The Contractor shall submit, within 6 months from the date of issue of
Notice to Proceed, a schedule of Spare Parts required for electro- mechanical
services duly indicating, for each item of spares, its description,
This schedule shall include all types of consumable, unit exchange and
emergency spares.
The Contractor shall also advise upon recommended inventory having regard
to the lead time of the respective items.
The AAI shall during Defect Rectification Period purchase as many parts as
required by him at the rates indicated in this schedule.
Under such circumstances, the Contractor shall also grant to the AAI, without
payment of any royalty or charge, full right and liberty to make or have made
spare or replacement parts as aforesaid and for such purposes only to use,
make and have made copies of all drawings, patterns, specifications and other
information supplied by the Contractor to the AAI pursuant to the Contract.
The Contractor will so far as he is reasonably able to bind his Subcontractors
to conform with the requirements of this Clause and shall, prior to entry into
any Subcontracts, provide the AAI with full details of any Subcontractor who
will not so conform in which event the AAI may direct the Contractor to seek
an alternative Sub-contractor.
The AAI may require the Contractor to enter into a maintenance contract with
the AAI for the electro-mechanical services provided under the Contract
on terms and conditions to be mutually agreed upon.
All Spare Parts as mentioned in Clause 10.0 above shall be provided by the
Contractor 6 (six) weeks before commencement of trial running.
The Contractor shall:
a) submit to the AAI’s Representative a list of spares required for the life of the
System.
b) base the spares calculations on the reliability and availability of data and the
criticality of the Equipment.
c) submit to the AAI’s Representative for review the calculations and spares list.
d) submit to the AAI’s Representative a Card system for easy identification of
spares.
e) The spares list shall:
The Contractor shall identify principal and second-source suppliers that can
supply the Systems and sub-system spares listed. The Contractor shall make
the second source supplier information available to the AAI’s Representative at
the time of submission of the final design.
The Contractor shall identify the lead items for all Spare Parts. Parts with long
lead items shall be identified as such to the AAI’s Representative in the
spares list.
In the event that any item of the supply requires to be routinely changed or
calibrated, regardless of whether it appears in the spares list or not, it shall be
identified to the AAI’s Representative together with the routine change
interval.
In the event that any of the spares identified have a particular shelf life or
special storage requirement, this shall be made known to the AAI’s
Representative with the submission of the spares list, including the necessary
action for disposal or storage.
All spare equipment identified in the spares list shall conform to the
identification and configuration control requirements established by the
Contractor for the Equipment provided under the Contract.
10.10 Delivery
Approved spares, special tools and test equipment shall be supplied prior to
commissioning.
The Contractor shall train or shall arrange training for the AAI's staff who shall
be nominated by the AAI. The Contractor shall train the AAI's staff in sufficient
detail so that the staff can appreciate, understand, monitor, operate, maintain
and manage the technical, operational, maintenance, management and
business aspects of the Systems.
The Contractor shall train or shall arrange training for the AAI's staff at all
levels, covering all aspects of the operation, maintenance and management of
the System. Of primary importance is the training of AAI's training staff whose
responsibility will be to provide support to the training instructors during
the in-depth start-up training that will take place prior to and during initiation
of trial running. These AAI's training instructors will also be responsible for
implementing on-the-job training and skill enhancement training programme
for the AAI's staff after commencement of trial running.
Where the AAI's staff is attached to the Contractor for the purposes of training,
all such trainees shall be properly supervised and monitored by a qualified
training supervisor to ensure that each trainee has the best opportunity to
benefit from the theoretical and practical experience.
The Contractor shall be responsible for the safety, health and welfare of
trainees when under training. Accordingly an explanation of the safety rules
and codes shall form part of a general induction course to be given by the
Contractor and where necessary the Contractor shall issue a rule book for
which the trainee shall sign indicating his acceptance and understanding
thereof.
The Contractor shall provide a training plan that shall include but not limited
to:-
a) schedule of training course
b) objectives
c) syllabus
d) format of course
e) training facilities required or to be provided
f) list of training materials and documentation
g) examination procedures
h) training instructors' qualifications and
i) course evaluation methods
The Contractor shall make full and appropriate use of multi-media and
computer techniques in the design and delivery of training packages. This shall
include all necessary teaching aids as well as technical literature, manuals,
photographs, drawings, video and films, models and all other instructional
materials as may be necessary for the training of the personnel. Such
materials, other than videos, films and reproducible materials prepared
specifically for the trainees shall be retained by the Contractor at the end of
each training programme.
The Contractor shall provide all training material that shall include but not
limited to-:
a) course agenda
b) objectives
In general, the Contractor shall use Equipment specifically set aside for
training purposes.
However, he may use for the training of the AAI's staff, subject to a Notice
from the AAI’s Representative, Equipment being installed, tested or
commissioned when no other such Equipment is available. The Contractor
shall not use for this purpose Spare Parts from assemblies.
Any special or protective clothing required by the trainees shall be provided
by the Contractor free of charge.
Personal items of clothing shall be of new issue and may be retained by the
trainee on completion of the training course.
11.6 Monitoring
Throughout the training programme, the AAI and the AAI’s Representative
shall have free access to all training sessions to monitor the progress of the
trainees and the Contractor's training instructors.
To ascertain that the objectives of the courses have been achieved, the
Contractor shall set periodical theoretical and practical tests for the
trainees. The results of these tests together with a report on the trainees'
general attitude, ability, technical knowledge, aptitude and attendance record
shall be forwarded at regular intervals to the AAI who may require the
submission of additional reports in special cases.
Methods for monitoring progress shall include but will not necessarily be
limited to:
a) theoretical tests and systems of assessment;
b) practical test pieces and objective systems of assessment; and c)
progress reports.
Records of the progress of trainees shall be kept up-to-date and shall be made
available to the AAI for examination when required.
Copies of the records of individual trainees showing all test results and reports
of progress shall be sent to the AAI’s Representative on completion of each
training course.
The training shall be carried out at such locations where the greatest
benefit for trainees may be gained. This may be in India, abroad, at places of
manufacture, assembly or testing or at such other locations as may be
necessary and all associated costs shall be borne by the Contractor. All
places of training shall be subject to the AAI’s Representative's Notice.
11.8 Administration
The AAI shall be responsible for the cost for the reception of and hotel and
travel arrangements for the AAI’s and AAI’s Representative’s monitoring
staff and each trainee whether in India or any other country. All other
expenses related to coordination shall be borne by the Contractor.
1. General
Prior to commencement of the Tests on completion, the Contractor shall submit to the
AAI’s Representative provisional operation and maintenance manuals in sufficient
detail for review.
The Works shall not be considered to be completed for the purpose of taking over
until the AAI’s Representative has received final Operation and Maintenance Manuals
in such details and other manuals specified in Volume 2[AAIs Requirements] for these
purpose.
These include;
a) A detailed description of control and operation sequences;
b) Pre-start checklists;
c) Starting and stopping procedures;
d) Automatic manual and emergency operating procedures;
e) Adjustment and regulation requirements;
f) Guidelines for seasonal changeover;
g) Inspection instructions and procedures, including inspection and testing
schedules, frequencies and checklists, and recommendations on methods of
logging and recording;
h) Methods of part-load operations;
2.5 Records
Copies of all Tests and commissioning records and data, each cross-
referenced to the applicable As-Built Drawings and other documents;
Details of all set points for systems, Equipment, ancillaries and actual
values obtained during commissioning;
These include:
a) Full specifications for all consumables;
b) Schedules and recommended frequencies of preventative maintenance,
including periodic replacement, inspection, testing, calibration, adjustment,
cleaning, lubrication, painting and protection against corrosion;
c) Procedures and mean times for onsite corrective maintenance and repair;
and
d) Procedures and mean times for off-site maintenance and repair, including
details of how the Equipment are to be dismantled, packaged, transported and
re-assembled:
ii) Copies of all Tests and other certificates (including hydraulic and
electrical test certificates, Relevant Authorities’ acceptance certificates
and underwriters’ certificates);
iii) The mean time between failure of major components and operating
systems;
If the equipment uses software, the Operation and Maintenance Manuals shall
include a dedicated volume for each software programme that provides;
a) A printout of the listing;
b) Flow charts, data flow diagrams and programme description;
c) Instructions on the use of diagnostic software;
d) A programming and system user manual; and
e) The identity of application source software, special tools and utility software to
enable the AAI’s Representative to modify or develop the programme.
2.8 Standards
i) Contain all material in A4 size pages, although drawings and schedules may
be reduced to A3 size pages folded to A4 in a manner that shows the subject title
on the right hand side;
iii) Incorporate stiff dividers with durable plasticized tabs between each
section;
iv) Be bound, with all perforations reinforced, in a ring, binder of sufficient size to
prevent “cramping” and to allow the volume to lay flat when opened; and
v) Covers which are rigid and durable with the name and logo of the AAI
applied in in-laid lettering on both the front and the spine.
The information supplied in respect of each Spare Part or other items shall be
in a format acceptable to the AAI’s Representatives and shall include but not
limited to the following:
a) The manufacturer’s part number;
b) The provision made for the AAI’s inventory or asset number;
c) In relation to Spare Parts, a full description including a note as to whether it is a
sealed unit or whether it is an assembly or sub-assembly which can be broken
down into component parts;
d) The quantity to be supplied;
e) The expected utilization over a 12 month period;
f) The overall dimensions (including packing) for shelf space purposes;
g) In relation to Spare Parts, a note as to inter-changeability or otherwise with
similar parts;
h) The source of the Spare Part, special tool or other item, the manufacturer’s
name and address together, where appropriate, with that of his Indian
agent.
i) The normal manufacturing and shipment lead times for additional
quantities; and
j) The environmental conditions for storage.
Spare Parts shall be tropicalized in their packing for prolonged storage and
shall be suitably labeled to indicate:
a) The shelf life;
b) The date of supply;
c) The type of storage required (e.g. under cover, weather-proof or air-
conditioned);
d) A description of the part and the relevant part number;
e) The serial number;
f) The inspection certificate number and batch number;
3.4 Precautions
APPENDIX 01 to 03:-
1. Progress Reports
1.1. General
The Contractor shall submit to the AAI’s Representative one (1) colour original
and five (5) colour copies, or as per direction of AAI’s Representative
with two softcopies on separate DVDs, of the Fortnightly Progress Report. This
report shall be submitted by the last 15th & 30th day of each calendar month.
1.1.1. The Report shall be typed, printed and bound. It shall be supported by graphics and
photographs. It shall be submitted in a format to which the AAI’s Representative
shall have given his consent. Unless the AAI’s Representative directs otherwise,
the Contractor's Fortnightly report shall contain sections/sub-sections for, but not
limited to, the topics described hereinafter.
1.1.2. The Contractor shall include in the Fortnightly progress report a record of
Fortnightly progress of various major Works on Site in the form of colour
photographs with appropriate annotations and dates stated.
1.1.3. The Contractor shall deliver daily to the AAI’s Representative, a report as to the
number of workmen, plant and equipment employed for the Works in each
trade, etc. and a log of delivery notes for all goods and materials delivered to the
Project Site. This information shall be summarized as a Fortnightly return for the
Fortnightly progress report.
The Contractor‘s Fortnightly progress reports shall include sections relating to the
following activities;
1.2.1. A narrative review of all significant financial matters, and actions proposed
or taken in respect to any outstanding matters.
The introduction shall briefly summaries the progress that has been made during
the past month and how the actual progress relates to the planned progress in
accordance with the Programme.
The Physical Progress S-Curve shall be in the form of a graph which compares the
actual progress with the planned progress in terms of percentage to show the
performance.
Volume-2: Appendices 01 to 03 1
The value of the physical progress achieved shall be assessed as the aggregate of
the values of those activities which are separately identified in the Programme
and which are:
b) in progress, provided that the value attached to each such activity shall be agreed
with the AAI’s Representative. Notwithstanding any value agreed with the AAI’s
Representative shown on the S-Curve, the S-Curve shall not be used for the
purpose of progress payment claim.
i) the actual start dates for activities which have commenced together with the
scheduled start date for each activity and the time lapse;
ii) the actual completion dates for activities which have finished together with the
scheduled finish date for each activity and the time lapse;
Volume-2: Appendices 01 to 03 2
iii) the forecast and scheduled start dates for activities scheduled;
iv) the forecast and scheduled completion dates for activities which have
commenced;
1.4.3. The Activity Variance Analysis which shall analyze activities planned to start
prior to or during the report period but not started at the end of the report
period as well as activities started and/or completed in advance of the Works
Programme.
1.4.4. The Resource Chart to show the actual resources mobilized for the works against
the baseline figures in the Baseline Resource Charts.
A report on the status of all Milestone Events due to have been achieved during
the Fortnight and forecasts of achievement of any missed Milestone Events, and
those due in the next Fortnight.
1.7.3. Details of design and drawing progress, including design interface coordination,
started or completed during the Fortnight as related to the Temporary
Works, Permanent Works and Shop drawings;
1.7.5. Details of the progress of off-site activities such as design, production and/or
fabrication of any components or materials;
1.7.8. Details of any other items which the AAI’s Representative or the Contractor shall
consider to be necessary or desirable from time to time.
Volume-2: Appendices 01 to 03 3
1.8. Procurement Report
1.8.2. A report listing major items of plant and materials which will be incorporated into
the Works. The items shall be segregated by type as listed in the Specifications
and the report should show as a minimum the following activities:
1.9. Photographs
Each Fortnight the Contractor shall propose and the AAI’s Representative will confirm the
number of photographs to be supplied so as to accurately record progression all parts
of the works. The number of photographs shall not be less as agreed by the AAI’s
Representative.
1.10. Safety
A review of all safety aspects during the month including reports on all
accidents, actions proposed to prevent further occurrence and safety
performance to-date, including results of all audits undertaken during the
reporting period.
1.11. Environmental
A review of all the environmental issues during the past Fortnight to include all
monitoring reports, mitigation measures undertaken and activities to control
environmental impacts, including results of all audits undertaken during the
reporting period.
Volume-2: Appendices 01 to 03 4
1.12. Quality
Volume-2: Appendices 01 to 03 5
AAI’S REQUIREMENTS
APPENDIX - 02
Volume-2: Appendices 01 to 03 6
Observation Point (O) A stage identified on an Inspection and Test Plan
where the AAI’s Representative or authorized
third parties may observe activities and any
associated verification
2.2. Introduction
Volume-2: Appendices 01 to 03 7
ISO 9001: 2000 Certification at his discretion. ISO Certification is a requirement
of this Project for the Contractor‘s subcontractors, consultants, sub-
consultants, suppliers and Designers. The Contractor however cannot delegate
or subcontract the AAI’s Quality Assurance Requirements to subcontractors,
consultants, sub-consultants or suppliers without the AAI’s Representative
written notice of no objection.
The Contractor‘s Quality Plan shall ensure that all goods and materials,
whether onshore in India or off-shore before shipping, workmanship, plant and
equipment procured and supplied, inspecting, handling, assembling, testing,
storing, fabrication, suppliers and vendors are in compliance with the
Contract requirements. Plan(s) and/or Procedures to be prepared by others
(suppliers, subcontractors, sub-consultants) and their incorporation in the
overall Quality Plan of the Contractor, shall be identified.
The Contractor shall assist in the independent audit review, checking, sampling
testing and examination of the Works by the AAI’s Representative. The
Contractor shall provide full and timely access for such work by the AAI’s
Representative, including inspection of records and documentation. Such
access shall include direct access to the Site, work areas, storage facilities,
fabrication sites, Contractor‘s offices, laboratories, manufacturers/suppliers
facilities and similar areas and facilities where any work is being conducted.
For design and/or activities occurring outside of India which require the
AAI’s Representative to inspect, the Contractor shall provide:
a) Right to inspect;
b) Facilities to carry out their work; and
c) Assistance in travel and accommodation arrangements.
Volume-2: Appendices 01 to 03 8
The Contractor shall be required to provide the Quality Assurance Manager
with adequate resources and authority to enable the quality of the work on the
Contract to be managed effectively. Those resources shall be required to fulfill
the requirements for quality assurance, inspection and testing and self-
certification as detailed in these requirements.
The Contractor shall plan, perform and record all quality control activities to
ensure that all work is performed in accordance with the requirements of
the Contract and of his Quality Management System. Documentation which
have been reviewed and approved by the AAI’s Representative, such activities
shall include, without limitation, the inspections and/or tests implied or
expressly required by the Contract.
The AAI, Stake holders, AAI’s Representative and third parties including the
Airport Authority of India and statutory authorities, reserve the right to and
shall conduct periodic audits and inspections on the Works and services
provided either on its own or through third party, and will sample, test and
measure material used within the Works completed by the Contractor or its
subcontractors of all tiers and suppliers/vendors and to observe the execution
of these activities.
The Contractor, his consultant, subcontractors of all tiers and suppliers thereof
shall make available for audit all records necessary to demonstrate that the
Works have been executed in accordance with the Contract. They shall also
provide the AAI’s Representative with documents that demonstrate that
the Works are progressing in accordance with the specified
requirements. These shall be provided in a timely manner to enable non-
conformities to be rectified satisfactorily.
Volume-2: Appendices 01 to 03 9
2.4. Quality System Requirements
The organization of the Contractor‘s Project Plan shall comply with ISO
10005 (2005): Quality Management-Guidelines for Quality Assurance Plan.
The AAI’s Representative may require the Contractor to stop using a particular
laboratory and find an alternative if the AAI’s Representative has reasonable
grounds to be dissatisfied with its performance.
All testing of systems, software, plant and materials must be carried out by
persons accredited to meet the requirements and Standards.
a) Quality Plan;
b) Design Quality Plan and Delivery Schedule; and
c) Manufacturing Quality Plan and Delivery Schedule.
The Contractor shall maintain and make available for inspection by the
AAI’s Representative at its site, a complete, up-to-date, organized file of all
submittals (plans, procedures, Method Statements etc), including an index and
locator system which identifies the status of each submittal.
Volume-2: Appendices 01 to 03 10
The Contractor shall submit to the AAI’s Representative the following
Quality Plans for his review and approval:
b) Design Quality Plan(s) for the control of all design related activities for the
Permanent Works or Plant and/or Temporary Works;
d) Method Statements and Inspection and Test Plans, for the control of all
inspection and test related activities.
2.6. Format of Quality Plans
The Quality Plan(s) shall define all measures necessary to meet the objectives
and requirements of the Contract at all appropriate phases of the work.
The Quality Plan(s) shall have a standardized format and show clearly on each
page:
a) The quality plan number or, in the case of attached documents, a reference to
the quality plan number;
The Contractor shall prepare construction Quality Plan(s) for the construction,
installation, testing and commissioning activities. Separate construction quality
plan(s) shall be prepared for other Contractor‘s or subcontractor‘s off Site
activities. Each construction quality plan shall identify the scope of work to
be controlled.
The Quality Plan shall include an organizational chart showing all of the
Contractor‘s Key Personnel.
The Quality Plan shall define the Contractor's management structure for
the execution of the Works and for the control of the quality of the Works and
shall, without limitation, define:
Volume-2: Appendices 01 to 03 11
structure and the interface relationship between all parties involved;
f) The audit procedure, audit schedule for each type of quality plans and list of
proposed auditors including details of their authority, qualifications and
experience;
g) The procedures for the control of receipt and issue of all correspondence, so
as to ensure traceability, shall be defined. Correspondence shall include letters,
internal memoranda, facsimiles and electronic transmittals (i.e. CompuServe,
Internet, Share Point, Expedition etc);
l) The procedure for the regular review and revision of each type of quality
plan and its supplemental individual specific quality plans, to ensure their
continuing suitability and effectiveness shall be defined. In addition, the
method to be used for revision and issue of revised documentation shall be
defined;
Volume-2: Appendices 01 to 03 12
n) The procedures for identifying training needs and for the provision of
training of all personnel performing activities affecting quality shall be defined;
and
v) The identification of the inspection and test status of all material and
manufactured products during all stages of the construction and installation
process to ensure that only products that have passed the required
inspections and tests are dispatched for use and/or installation;
p) The list of inspection and Test Plans and Method Statements to manage and
control any test and inspection activities;
r) Where required by the Contract, the quality control requirements for major
components and
Volume-2: Appendices 01 to 03 13
s) Lists of forms and formats to be used to record the activities under the
construction Quality Plan(s) shall be attached at the end of each section or
reference included to existing standard procedures.
The Quality Plan(s) shall ensure that conditions adverse to quality such as
failures, malfunctions, deficiencies and defects in materials and equipment
shall be promptly identified and recorded as Non-Conforming Product and
specific procedures to rectify non-conformities raised. This includes
systems non-conformities raised as a result of both internal audit by the
Contractor and external audits by the AAI’s Representative.
The Quality Plan(s) shall address the controls to be applied by its organization
to its subcontractors, suppliers and lower tier contractors thereof, both
directly and by identifying the quality system documentation that
subcontractors, suppliers and lower tiers thereof are required to produce. The
Contractor shall ensure that subcontractors, suppliers and lower tiers thereof
agree to and implement the applicable controls specified in the Contractor
Quality Plan and the identified Quality Management System documentation.
The Contractor shall be responsible for the management of the design of the
Works. While not being responsible to do any design for any
Interfacing Party, the Contractor shall use his best endeavors to manage and
resolve the interface, including those with designers.
The Contractor shall ensure that the designs of the Works are properly
checked and dealt with by a Engineering Manager (Design & Technical
Support) whom shall be identified within the organization of the Contractor.
The Engineering Manager (Design & Technical Support) shall be either in-
house or external consultant responsible for the detailed checking of
Deliverables prior to submission and ensure that the design can meet all its
obligations under the Contract and for the Contractor to do likewise. The
Engineering Manager (Design & Technical Support) or his authorized
representative shall check the designs for various disciplines as the case
may be.
The procedures for the checking of design of Permanent Works shall also apply
to design of Temporary Works and construction sequences that affect the
Permanent Works or Safety during construction / installation.
Volume-2: Appendices 01 to 03 14
The procedures for the control of design changes shall be defined in order that
design changes are reviewed, verified, validated and approved before
implementation.
The Contractor shall maintain records showing design calculation and data
supporting design review activities.
The AAI’s Representative reserves the right to inspect and audit these
documents at any time to verify the effectiveness of design reviews.
The Design Quality Plan(s) shall define the Contractor's policy for the
design of the Permanent Works or Plant and/or Temporary Works and
shall, without limitation, define:
iii) The preparation, checking, issue, distribution, indexing and filing reports,
calculations, drawings and specifications along with the means of their
revisions;
vi) The design checks by the Engineering Manager (Design & Technical
Support); and
vii)List of examples of the forms and formats to be used to record the activities
under the Design Quality Plan shall be attached at the end of each section or
a reference included to existing standard procedures.
Volume-2: Appendices 01 to 03 15
i) The design of temporary barricading / fencing arrangements for
segregation of existing operational airport;
ii) The design of excavation and lateral support systems for underground
excavations shall be reviewed by the AAI’s Representative before the
excavation commences;
iii) The design of formwork and false work for cast in-situ and precast
concrete works shall be reviewed and approved by the AAI’s Representative
before the erection of the same commences;
iv) The design of the Structural Steel Works, roofing systems & Facades etc.
shall be reviewed and approved by the AAI’s Representative before the
erection of the same commences; and
2.9.1. Each Manufacturing Quality Plan shall identify the scope of work to be
controlled. In relation to such scope of work, it shall, without limitation, define:
a) The organization of the Contractor's staff directly responsible for the day to
day management of the work on or off the Site;
iv) The inspection and testing activities of incoming materials, in process and
final product;
v) The identification of the inspection and test status of all material and
manufactured products during all stages of the manufacturing process to
Volume-2: Appendices 01 to 03 16
ensure that only products that have passed the required inspections and tests
are dispatched for use and/or installation;
f) The Inspection and Test Plans to manage and control any test and
inspection activities;
h) Where required by the Contract, the quality control requirements for major
components. and
i) List of forms and formats to be used to record the activities under the
Manufacturing Quality Plans shall be attached at the end of each section or
reference included to existing standard procedures.
Contractor shall submit with his Quality Plan a schedule of internal, consultant,
subcontractor and supplier audits that are to be conducted by his personnel
s. The schedule, scope and method of the audits shall be sufficient enough, such
that the Contractor can verify that all aspects of the Works are being
conducted in accordance with the contractual requirements. The schedule
and any amendments are subject to the acceptance by the AAI’s
Representative. The schedule shall be reviewed every four (4) weeks by the
AAI’s Representative.
The Contractor shall ensure that audits of all the activities in each quality
plan are carried out to ensure the continuing suitability and effectiveness of the
Quality Management System. Reports of each such audit shall be submitted
promptly to the AAI’s Representative for his information.
Volume-2: Appendices 01 to 03 17
All audits as described in this section are to be carried out in compliance
with established ISO 9001 auditing principles and in accordance with ISO
19011.
2.11.1. Contractor shall prepare Method Statements for each area and/or type of
activity conducted, and submitted to the AAI’s Representative for his
review, comment and approval prior to commencing construction on any
Temporary or Permanent Works. Methods Statements shall be prepared for all
Temporary and Permanent Works and shall be specific to the work being
constructed and to the location of work.
2.11.2. All Methods Statements shall be consistent with Design Drawings and
Works Specifications that have been subjected to checks and reviews as
specified.
2.11.3. Any deviations from the requirements of the Design Drawings or Works
Specifications shall require written agreement of the Designer, certified by the
Engineering Manager (Design & Technical Support) and shall be submitted to
the AAI’s Representative for his review and approval.
2.12.1. The Contractor, and through him, his consultants, subcontractors and
Volume-2: Appendices 01 to 03 18
suppliers engaged in supplying, manufacturing, construction, installation,
commissioning and testing or any other service connected with the Works,
shall maintain Inspection and Test Plans (ITP) appropriate for the services
they provide that are accepted by the AAI’s Representative. These
accepted ITPs will stipulate the necessary level and frequency of tests and
inspections for each aspect of the Works, and also stipulate, without
limitation:
g) All Quality “Hold Points” (H), “Witness Points” (W) and “Observation Points”
(O) shall be identified by the Contractor for his Quality Department to
inspect and verify its acceptance;
h) The AAI’s Representative can place additional Quality “Hold Points” (H),
“Witness Points” (W) and “Observation Points” (O) for the Contractor‘s Quality
Department on a case-by-case basis; and
i) AAI’s Representative may designate additional Quality “Hold Points” for his
inspection on a case-by-case basis.
2.12.2. The Contractor shall conduct inspections and tests in accordance with his
detailed plans as stipulated in the ITP. Records shall be kept of the
completion of the inspections and tests that identify the record of the results
which shall be made available for review during AAI’s Representative audit.
The Contractor shall appoint suitably qualified and experienced persons as the
‘Construction Quality Assurance Manager’ and the ‘Design Quality Assurance
Manager’ to be responsible for the task of ensuring that the requirements of
the Quality Management System are implemented and maintained. The
Contractor shall submit for approval from the AAI’s Representative, details of
the qualifications, experience, authority and responsibility of the proposed
Quality Assurance Managers.
The Contractor shall ensure that the Quality Assurance Managers are able to
discharge their duties without hindrance or constraint. In addition, the
Contractor shall make available any such resources that are necessary to
ensure the effective implementation of the quality system and all quality plans.
Volume-2: Appendices 01 to 03 19
The Contractor shall appoint suitably qualified and experienced persons as
‘Quality Control Managers’ to lead teams of Quality Control Engineers for
carrying out, independent from other teams, inspections of the Works as
identified as the Quality ‘Hold Point’, ‘Witness Point’ (W), ‘Observation
Point’ (O). The Contractor shall, at the time of submission of the proposed
Key Staff, submit for review by the AAI’s Representative details of the
qualifications, experience, authority and responsibility of the proposed Quality
Control Manager.
The Contractor shall ensure that the Quality Control Managers are able to
discharge their duties without hindrance or constraint, including but not
limited to, the authority to suspend works as considered necessary. In
addition, the Contractor shall make available any such resources that are
necessary to ensure the effective implementation of the quality system and all
quality plans.
The Contractor shall assign Quality Control Engineers, QCE, for each shift for
each location/activities where work is being performed. Each QCE shall be
suitably qualified and experienced in all the construction activities being
conducted at the Site.
Materials Technicians:
Staffing Levels:
The actual size of the QA/QC staff shall reflect the complexity, needs, shifts and
composition of Quality Control activities consistent with work in progress. The
staffing levels shall be consistent with the Contractor‘s Quality Plan and the
Project Baseline Programme, the relative locations of work in progress and the
nature of the work.
Volume-2: Appendices 01 to 03 20
Quality Certifications:
a) The Quality Plan and all of the measures and procedures provided therein are
functioning properly and are being fully complied with, except as specifically
noted in the certification.
b) All work, including that of the Designer, and all other designers,
subcontractors at all tiers, suppliers and fabricators, has been checked and/or
inspected by the Contractor‘s Designer Checker, except as specifically noted in
the certification, conforms to the requirements of the Contract.
Weekly
a) Type, number and results of quality assurance and quality control activities,
including but not limited to reviews, inspections, tests, audits, monitoring of
work performance and materials analysis;
c) The identity of the Quality Control Engineer or data recorder, the type of
test or observation employed, the results and the acceptability of the work and
action taken in connection with any deficiencies noted;
e) Preventive actions;
The AAI’s Representative reserves the right to inspect and audit these
documents at any time.
Volume-2: Appendices 01 to 03 21
All inspection and testing shall be the responsibility of the Contractor, at
Contractor's cost. In all cases, the cost of materials for such tests shall be borne
by the Contractor.
The AAI’s Representative shall be free to carry out such additional tests as may
be decided by him at his sole discretion, from time to time, in addition to
those specified in this document. The AAI’s Representative shall also be free to
appoint any third party for inspection and testing of specialized works at
his own cost. The Contractor shall provide the samples and labour for
collecting the samples. No extra payment shall be payable to the Contractor for
samples or for the collection of the samples. The results of such additional tests
and third party inspection shall be binding on the Contractor.
The AAI’s Representative shall have the right at all times to inspect all
operations including the source of materials, procurement, layout and storage
of materials, all equipment including the concrete batching and mixing
equipment, and the quality control system. Such an inspection shall be
arranged by the Contractor and the AAI’s Representative's notice obtained
prior to starting of the particular item of work. This shall however, not relieve
the Contractor of his responsibilities.
Field/Site Laboratory
a) All the materials to be used in the work and tested in the laboratory shall
comply with the AAI’s Requirements or such recognized specifications as
Volume-2: Appendices 01 to 03 22
acceptable to AAI’s Representative.
Frequency of Testing
Unsuitable Materials
If at any stage during the execution of the Works, the AAI’s Representative
finds that the particular material is not suitable to be used in any component of
the work, the AAI’s Representative may order retesting of the material from
any approved laboratory at the cost of the Contractor. The rejected material
either after the initial test or after re-testing, as the case may be, shall be
immediately removed from the Site by the Contractor at his own cost. In
case of default on the part of the Contractor in removing rejected materials and
any work executed with such unaccepted materials, the AAI’s Representative
shall be at liberty to have them removed and/or dismantled by other means at
the risk and cost of the Contractor.
If the Contractor has used or proposes to use or repair any item of the
Works which does not conform to the requirements of the Contract, he shall
immediately submit for review by the AAI’s Representative a proposal for
rectification, and supply full particulars of the nonconformity and, if
appropriate, of the proposed means of repair.
The Contractor shall maintain a Non Conformity Register to indicate the status
of all nonconformities which have been identified by the AAI’s Representative
and the Contractor.
Volume-2: Appendices 01 to 03 23
The AAI’s Representative reserves the right to inspect and audit these
documents at any time.
2.17.1. The Contractor shall notify the AAI’s Representative of the places of
manufacture and/or the source of supply of all goods and materials to be
incorporated into the Works and shall give reasonable notice to the AAI’s
Representative before the start of any manufacturing and/or the supply of
goods and materials.
2.18.1. In relation to all Quality Control points and Quality ‘Hold Points’ involving
inspection and/or witness testing by the AAI’s Representative, the
Contractor shall give the AAI’s Representative notice of when the relevant
work will be inspected and/or tested.
2.18.2. In relation to all Quality Control Points involving inspection and/or testing by
the Contractor, the AAI’s Representative may elect to witness such inspections
and/or tests but, on expiration of the period of notice pursuant to clause
4.18, the Contractor may proceed with the inspections and/or tests
notwithstanding the absence of the AAI’s Representative or of any response to
the said notice. Witness by the AAI’s Representative shall not discharge the
Contractor of the responsibility to provide acceptable product, nor shall it
preclude subsequent rejection by the AAI’s Representative.
2.18.3. The Contractor shall make available at the Site no less than twenty-four
(24) hours prior to installation or use of such goods, supplies or materials and
Contractor‘s Equipment all certificates and/or proofing document(s).
2.18.4. The AAI’s Representative reserves the right to inspect and audit these
documents at any time.
Within seven (7) days of the issue of a Completion Certificate for a Section or
for all the Works, the Contractor shall submit a Certificate of Compliance
signed by the Project Manager and the Quality Assurance Manager indicating
that all materials, goods and supplies incorporated in the Works conform to
the requirements of the Contract.
2.19.1. The Contractor shall compile reports of each inspection and/or test. Such
reports shall show the results of all the inspections and/or tests carried out
and shall certify that the work has been inspected and/or tested in accordance
with the requirements of the Contract and that the work complies with the
requirements of the Contract..
2.19.2. Each report of inspection and/or test shall be signed by a representative of the
Contractor who has been allocated the requisite authority under the relevant
Inspection and Test Plan and signed by the Contractor‘s Quality Assurance
Manager.
Volume-2: Appendices 01 to 03 24
2.19.3. The AAI’s Representative reserves the right to inspect and audit these
documents at any time.
2.20. Samples
2.20.1. The Contractor shall ensure test specimens are controlled as followed:
2.20.2. All samples for testing shall be fully prepared for transportation and testing by
the Contractor and shall be delivered by the Contractor to the place of testing.
2.20.3. For all test samples, the Contractor shall ensure that all samples are
identified by a unique number in accordance with its quality control procedure
for inspection and test status of materials and manufactures products and shall
contain the required identification for traceability. At a minimum, the
identification reference shall consist of:
a) Contract number;
2.20.4. Additional fields may be added by the Contractor with a notice from the
AAI’s Representative for the control of the laboratory activities and analysis of
test results.
2.21.1. The Contractor shall provide additional samples for testing if in the opinion of
the AAI’s Representative:
2.22. Trials
2.22.1. Trials shall be carried out as stated in the Contract to demonstrate that the
Volume-2: Appendices 01 to 03 25
proposed materials, equipment or methods of construction comply with the
Contract.
2.22.3. Trials shall be carried out using types of materials and methods of
manufacture, construction and/or installation which have been reviewed
and given a notice from by the AAI’s Representative.
2.22.4. Unless permitted by the AAI’s Representative, the materials and methods of
manufacture, construction and/or installation used in the trial to produce
work complying with the requirements of the Contract shall not be changed
unless further trials have been carried out to demonstrate that the proposed
changes are satisfactory.
2.23.1. The Contractor shall allow the AAI’s Representative a reasonable time to
carry out any inspection and/or witness testing and to assess the result of any
inspection and/or test before proceeding with the Works.
2.24.1. The AAI’s Representative may reject the work in question, or require it to be
uncovered, in the event of any failure by the Contractor to inspect and/or test
at a Quality ‘Hold Point’ by Contractor‘s Quality Department.
2.25.1. If the Contractor fails to test, either type test or routine test or qualification
test, for each batch of goods or elements of the Works, then the AAI’s
Representative shall arrange for third party inspection. The AAI’s
Representative shall recover two times the actual cost associated with testing,
including the services of any specialized personnel or independent assessors,
and will deduct such cost from the Contractor.
Volume-2: Appendices 01 to 03 26
AAI’s REQUIREMENTS
APPENDIX - 03
3.1. Introduction
The purpose of this document is to define the minimum Drafting and CAD
standard to be achieved by the Contractor for all drawings produced by the
Contractor for the purpose of the Works. The Contractor shall produce and
obtain the AAI’s Representative‘s Notice of No Objection to a CAD Manual
which defines the standards and procedures for producing drawings. This will
be coordinated with the CAD Manuals produced by the Interfacing Contractors.
By defining a common format for the presentations of drawings and CAD files,
the exchange of drawn information is improved and will maximize the use of
CAD in the co-ordination process.
Paper and drawing sizes shall be “A” series sheets as specified in BS 3429.
The latest available versions of the following software, compatible for use with
Intel-Windows based computers shall be used, unless otherwise stated, for
the various electronic submissions required:
a) The following guidelines shall be followed when the Contractor uses the
Internet browser as the communication media to share information with the
AAI / AAI’s Representative.
Volume-2: Appendices 01 to 03 27
b) All the data formats or standards must be supported by Microsoft Internet
Explorer version 2007 or above running on Windows XP, Vista or Windows
7.
c) The following lists the file types and the corresponding data formats to be
used on internet. The Contractor shall comply with them unless prior Notice is
obtained from the AAI’s Representative for a different Data format.
The following states the standards to be used on the Internet when connecting
to database(s). The Contractor shall comply with them unless prior Notice is
obtained from the AAI’s Representative for a different standard:
3.2.1. General
c) The current status of each drawing shall be clearly defined by the use of a
single letter code as follows:
CD Concept Drawings
SD Schematic Drawings
Volume-2: Appendices 01 to 03 28
DD Design Development Drawings
WD Working Drawings
Sh D Shop drawings
AD As-Built Drawings
3.3.1. Introduction
Scope of Use; Data input procedures between the AAI’s Representative and
Contractors must be coordinated, and the key parameters used to form CAD
data files must be standardized. The Contractor shall be responsible for
coordinating with the AAI’s Representative and Interfacing Contractors to
prepare, and obtain the AAI’s Representatives Notice of No Objection to a CAD
Manual setting out the production standards and procedures for CAD data
files. The production of all CAD data files shall comply with the following
requirements.
3.3.2. Objectives
a) To ensure that the CAD data files produced for the Project are coordinated and
referenced in a consistent manner.
b) To provide the information and procedures necessary for a CAD user from one
discipline or external organization to access (and use as background
reference), information from a CAD data file prepared by another discipline or
external organization.
c) To standardize the information contained within CAD data files which may be
common to more than one discipline such as drawing borders, title boxes,
grid lines etc.
ensure all Contractors use ‘Model space’ and ‘Paper space’ in the
production of their CAD files‘.
3.3.3. General
b) The intent of the issue of digital information is to aid the related design by
others. The definitive version of all drawings shall always be the paper or
polyester film copies which have been issued by the Contractor or organization
originating the drawing.
Volume-2: Appendices 01 to 03 29
d) Any Contractor or organization making use of the CAD data from others
shall be responsible for satisfying himself that such data is producing an
accurate representation of the information on the corresponding paper
drawing which is satisfactory for the purpose for which he is using it. Provided
the general principles of this section have been achieved by the originator of
the CAD data, Contractors making use of the CAD data from others shall not
be entitled to require alterations in the manner in which such CAD data is
being presented to them.
Any terminology used within this section that is ambiguous to the user shall be
clarified with the AAI’s Representative. British Standard BS1192 is used in
principle as a guide for drawing practice, convention, CAD data structure and
translation.
a) Hard copies of the drawings, i.e. paper, are considered to be the main
vehicle for the receipt and transmittal of design and production information,
typically plans, elevations and sections.
b) The Project wide accepted media for the receipt and transmittal of ’Paper’
drawings will be paper and polyester film of various standard ISO ‘A‘ sizes. The
composition of this information shall be derived from a CAD “Model”, as
noticed by the AAI’s Representative.
i) Typically CAD “Model Space” files are required for general arrangement
and location plans and will consist of a series of other “Model Space”
referenced CAD files covering the total design extents at a defined building
level (the number of referenced files should be kept to an absolute
minimum). Data contained within a CAD “Model Space” files is drawn at full
size (1:1) and located at the correct global position and orientation on the
Project Grid / or defined reference points.
ii) Each CAD” Model Space” file will relate to an individual discipline.
Drawing border / text, match / section lines or detailed notation shall
Volume-2: Appendices 01 to 03 30
NOT be included within a CAD “Model Space” file. Dimensions shall be
included within a CAD” Model Space” but located on a dedicated layer.
Elevations, Long Sections and Cross Sections shall also be presented in CAD
“Model Space” as defined above, but do not need to be positioned and
orientated on the Project Grid.
i) “Paper Space” CAD files are utilized to aid the process of plotting”
Paper” drawings and are primarily a window of the CAD “Model Space” file.
A “Paper Space” CAD file will typically contain drawing borders, text, match
or section lines & detailed notation. Once these files are initially set up
and positioned the majority of “Paper Drawing” plots at various
approved scales are efficiently and consistently generated by displaying
different combinations of element layers and semiology contained within
the “Paper Space” file and the referenced “Model Space” files.
Volume-2: Appendices 01 to 03 31
DESIGN & CONSTRUCTION SPECIFICATIONS
1.0 Introduction
The purpose of this document is to specify the design basis and criteria & construction
specification for the Domestic Terminal Building, Pavement Works (Roads & car park) &
other works outside terminal as mentioned in the scope.
Domestic terminal, Pavement Works and other works outside terminal shall be designed in
compliance with this design & construction specifications mentioned in this document. If
the specification for a material/ product is not provided in this document then contractor
will submit the specification for such material/ product and obtain AAI’s prior approval
before use of such material/ product for the works.
The AAI’s Design shall be developed to further and completed by the contractor to achieve
its function, performance and quality in accordance with this specification. The contractor
shall validate the tender drawings against the AAI’s Requirements and then develop the
Designs to completion.
All related research, survey and other information gathered, organized and performed by
the Contractor should support to carry out the same design along with the requirements
described herein. The final product of all design including related structure and services
shall be confirmed with best and appropriate quality and performance in all aspect of
function and aesthetics by the Contractor.
TSC-1
BROAD SPECIFICATION ALONGWITH APPROVED MAKES
S.
Description/ Item Specification Approved Makes
No.
TERMINAL BUILDING ( Pre
Engineered/Pre-Fabricated
A Building)
1 Foundation
i) Pre-construction Anti-termite As per Manufacturer
treatment specs.
ii) Earth works/Cement concrete, As per CPWD specs.
Plinth Protection
iii) Cast - in- situ RCC with BMC/RMC As per CPWD specs. Reinforcement bars - Sail, RINL,
TISCO, Jindal
OPC Cement - 43 grade/53
grade- Ultra Tech/ACC
Ltd./Ambuja/Birla /Jaypee/ L&T
/ JK/Lafarge/Vikram
2 Super structure
i) Pre engineered/Pre-Fabricated As per CPWD specs. SAIL/RINL/TISCO (TATA Steel)
Steel structure MS channels, /Jindal Steel/Apollo Steel/
ISMB, MS plates, MS Pipes etc. Hi-Tech tubes
TSC-2
Glass :-
1.Saint Gobain Glass India Ltd.
2.Pilkington
3.Guardian (USA)
4.Emirates Glass LLC
5.Glaverbel
6.Modi Guard
4 Electric panel room /AHU/Shaft- As per CPWD specs 1.Navair Ltd., 2.Promat
Steel Fire resistance door International Ltd.,3. Shakti
Hormann Pvt. Ltd,4. iCLEAN,5.
Sukrti, 6. Kutty Flush Doors
(Chennai),7.Pacific
5 i) Arrival/ departure concourse – As per Manufacturer 1.Dorma India Pvt. Ltd.,2. Hafele
Frameless Automatic sliding door specs. India Pvt. Ltd.,3. GEZE
ii) Ticketing counters/ terminal GmbH,4.Assa abloy, 5.Linox
managers/airlines Technology Pty Ltd
counter/passenger area - Glazed
doors(framed glass Panels)in
manet flush fittings in 12mm
toughened glass
7 Roofing
i) Double skin insulated standing As per Manufacturer 1. Tata Bluescope Steel Ltd., 2.
seam Galvalume/zincalume specs. Llyod, 3. JSW Steel Ltd., 4.
Roofing System over M.S. Truss. Dongbu Steel Co. Ltd.Korea, 5.
Bhushan Power & Steel Ltd.
iii) Rain Water Spout & Pipe (PVC) As per CPWD specs
TSC-3
8 False Ceiling
i) Terminal Building – below As per CPWD specs. 1. Saint Gobain Gyproc India Ltd.
roofing truss)/ Office 2.Lloyd Insulations India Ltd
Areas/other areas: Calcium 3. Armstrong World Industries
Silicate tiles Ceiling (India) Ltd.,4. Aerolite Ceiling
Systems, 5.Hilux,6. Dexune,7.
New Age False Ceiling Pvt Ltd,8.
Everest
1. Saint Gobain Gyproc India Ltd.
2.Lloyd Insulations India Ltd
3. Armstrong World Industries
(India) Ltd.,4. Aerolite Ceiling
Systems, 5.Hilux,6. Dexune,7.
New Age False Ceiling Pvt Ltd,8.
Everest
ii) VIP/Reserved Lounge rooms : As per CPWD specs. 1.Saint Gobain Gyproc India Ltd.
Gypsum Board False ceiling 2.USG Boral (formerly Boral
Gypsum)
iii) Washroom : As per CPWD specs. 3.Armstrong World Industries
Gypsum board (India) Pvt. Ltd.
4.Knauf AMF India Pvt. Ltd.
5.Vans Gypsum
9 Cladding
i) External - 4mm thick Aluminium As per 1 Alucobond (3A Composites
Composite Panels (ACP)-FR CPWD/Manufacturer India Pvt. Ltd.),2. Alpolic,3.
grade specs. Reynobond,4. Alstrong, 5.
Internal - 3mm thick Aluminium Aludecor,6. Dongshin
Composite Panels (ACP)-FR
grade
ii) Gable end wall cladding:- Granite As per CPWD specs.
stone/Local stone upto 900 mm
height
TSC-5
iv) Server room/ control rooms As per CPWD specs
(flooring & skirting) –
Raised/False Access Flooring
vii) Toilets – 600 mm x 600 mm anti- As per CPWD specs. Vitrified tiles:-
skid vitrified tiles and 300 mm x 1 H & R Johnson (India) Ltd.
600 mm vitrified tiles as dado 2 NITCO Tiles Ltd.
upto false ceiling height. 3 Somany Tiles Ltd
4 Kajaria Ceramics Ltd.
5 RAK Ceramics
6 Asian Granito India Ltd. (AGL)
7 Orient Bell Ceramics
TSC-6
2 Super structure
4 Electric panel room /AHU/Shaft- As per CPWD specs 1.Navair Ltd., 2.Promat
Steel Fire resistance door International Ltd.,3. Shakti
Hormann Pvt. Ltd,4. iCLEAN,5.
Sukrti, 6. Kutty Flush Doors
(Chennai),7.Pacific
6 Steel door/rolling shutter As per CPWD specs.
7 Roofing
i) Double skin insulated standing As per Manufacturer 1. Tata Bluescope Steel Ltd., 2.
seam /Galvalume /zincalume specs. Llyod, 3. JSW Steel Ltd., 4.
Roofing System over M.S. Truss. Dongbu Steel Co. Ltd.Korea, 5.
Bhushan Power & Steel Ltd.
ii) Thermal Insulation : As per Manufacturer 1.UP Twiga, 2.Roxul-Rockwool,
Glass wool Insulation specs. 3.Rockloyd, 4. Rockwool India
iii) Rain Water Spout & Pipe (PVC) As per CPWD specs.
TSC-7
False Ceiling
8
i) Office Areas/other areas : As per CPWD specs. 1. Saint Gobain Gyproc India Ltd.
Calcium Silicate tiles Ceiling 2.Lloyd Insulations India Ltd
3. Armstrong World Industries
(India) Ltd.,4. Aerolite Ceiling
Systems, 5.Hilux,6. Dexune,7.
New Age False Ceiling Pvt Ltd,8.
Everest
11 Steel Structure - fire retardant As per CPWD specs 1. Akzo Novel, 2. Jotun, 3. Asian
protective coating Paint, 4. Berger
TSC-10
14 Door & Window Hardware As per Manufacturer 1.Dorma India Pvt. Ltd.
Fittings, Door closer etc. specs. 2.D-Line
3.Hafele India Pvt. Ltd.
4.GEZE GmbH
5.Assa Abloy
6.Kich Architectural Products Pvt.
Ltd.
15 Plumbing works As per CPWD specs 1.Tata Steel Ltd.
a) External - G.I. Pipe 2.Jindal Pipes Ltd.
3.Surya Roshni
4.APL Apollo Tubes Ltd.
5.Zenith
6.Utkarsh Pipes & Tubes Ltd.
7.Nezone Tubes Ltd.
8.Hi-Tech Pipes Ltd.
b) Internal – CPVC pipe As per CPWD specs. 1.The Supreme Industries Ltd.
2.Finolex Industries Ltd.
3.Savoir Faire Manufacturing Co.
Ltd.
4.Astral
5.AKG
6.Ori-plast
7.Ashirvad
8.Surya Prakash
9.Prince
10.Vectus
c) Sewage/Drainage pipe – SW As per CPWD specs.
pipe/RCC pipe
16 Liquid Recessed Soap Dispenser/ As per Manufacturer 1. Bobrick Washroom
Jumbo Roll Tissue Toilet specs. Equipment, Inc.
Dispenser/ SS Grab Bar 2. Euronics
17 Glass Mirror – Large size mirror As per Manufacturer 1.Saint Gobain Glass India Ltd.
200 mm above counters to be specs. 2.Pilkington
provided with washbasin 3.Modi Guard
4.Atul Ltd.
5.Glaverbel
E Approach road, Car park, Hard As per AAI
standing - GSBC, DRLC, Paver specs./CPWD
Block Specification/IRC
specification/MORTH
Specification
F Boundary wall:- 2.4 mtr height As per AAI
RCC framed Boundry wall with Specification and
Brick work with 600mm dia CPWD specs.
concertina coil on top supported
with MS Angles as per Drawing
TSC-11
G G.I. Chain Link Fencing:- 2.4 mtr. As per AAI
high G.I. chain link fencing with Specification and
600mm dia concertina coil on top CPWD specs.
supported with angle post
embedded in C.C. at suitable
interval
H Signage As per CPWD specs. External signages to guide
passengers in car park area,
arrival, departure etc. and name
of airport on the terminal
building on city side and air side
(retro reflective boards are to
be provided in city side of
terminal building).
TSC-12
2.0 TECHNICAL SPECIFICATIONS (CIVIL)
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 and other related documents, together with any addendum issued
thereto.
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.
In addition to the general obligation of the Contractor during defect liability period, the Contractor
shall guarantee successful performance of waterproofing treatments for a period of five years from the
certified date of completion of the work. The Engineer shall prescribe the form and the manner of
executing such guarantees. The Contractor hereby confirms that there is nothing in the
items/specifications (or a shortcoming therein) as will prevent such successful performance. The
work shall be executed through approved specialists experienced in the respective trades. 5 % of the
security deducted from the bills for such specialized items of work shall be refunded to the contract
agency only after expiry of guarantee period.
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 interrelations between
various parts of works/trades. No claim shall be entertained on basis of compartment interpretations.
Any builder’s work required as part of electrical and other installation shall be executed by the
Contractor as directed under this contract.
The Contractor shall be required to submit and take approval from the Engineer-in-
Charge/Consultant of shop drawings of the items of work specified in the specifications or as directed
from time to time. No extra payment shall be made for the same. Shop drawings shall be in metric
units and shall be prepared in a format approved by the Engineer-in- Charge.
The Contractor shall prepare and submit as-built drawings by way of making modifications/changes
carried out with respect to the construction drawings issued prior to the construction of respective
elements. These will be then incorporated by the respective Consultant/ agency in to their drawings
for maintaining necessary records for the owner.
No walls, terraces shall be cut for making any opening after waterproofing has been done without
approval of the Engineer. Cutting of waterproofing when authorized by the Engineer in writing shall
be done very carefully so that no other portion of the waterproofing is damaged. On completion of the
work at such places, the waterproofing membrane shall be made good and ensured that the
opening/cutting is made fully waterproof as per specifications and details of waterproofing approved
by the Engineer at no extra cost. No structural member shall be cut or chased without the written
permission of the Engineer.
TSC-13
All materials intended to be used at site shall be tested prior to its use in an approved manner. A list of
tests including frequency of tests on construction materials is included in the special specifications.
Cost of all such tests and any other tests felt necessary by the Engineer shall be deemed to be included
in the price of respective materials quoted by the Contractor. Any defective materials brought to site
shall be returned without any extra cost for the same.
Performance tests shall be carried out as the discretion of the Engineer on all/any items, of work as
directed by the Engineer. Should any item shall fail to pass the tests, the Contractor shall be given
opportunity to take corrective measures and have the same re-tested to the satisfaction of the
Engineer, he may at his sole discretion order dismantling of the whole or part of the works done and
order the Contractor to reconstruct the same. The cost of all these operations and materials shall be
borne by the Contractor without any extra claim.
The Contractor may make a special note of the strictness of the concrete mix to be adopted in items of
maximum water-cement ratio, minimum slump, control of total chloride and sulphate contents, use of
admixtures etc.
Minimum cement contents are given purely from durability point of view. Larger contents shall have
to be provided if demanded by mix design.
Provision of cement slurry to create bond between plain/reinforced concrete surface and subsequent
applied finishes (floor, plaster, dado, skirting etc.) shall not be paid extra.
Mix design using smaller aggregate of 10mm down shall also be done in advance for the use in junction
having congested reinforcement.
All full-fledged laboratories shall be established at site to start of construction and shall also stock all
relevant codes like BIS,EN,ASTM,MORTH, ICAO etc. as per the requirements of the special
specifications/Technical specification.
Procedure of mixing the admixtures shall be strictly as per manufactures recommendations if not
otherwise directed by the Engineer.
The batching plant for all concrete shall be used. Alternatively, use of ready mix concrete from an
approved source shall be permitted. Concrete shall be transported using concrete pumps of adequate
capacity including necessary stand by.
All the water tanks and other liquid retaining concrete structures shall undergo hydro-testing as per
special specifications.
Special benches shall be provided at site for stacking reinforcement bars of different sizes as per the
specifications.
Form work for beams of RCC areas shall be designed in such a way that the form work of the adjacent
slabs can be removed without disturbing the props/supports of the beams.
Wherever there are tension/suspended concrete members, which are suspended from upper level
structure members, the shuttering/scaffolding of such members at lower level shall have to be kept in
TSC-14
place till upper level supporting members gain minimum required strength. Cost of such larger
durations of keeping in place the shuttering/scaffolding shall be deemed to be included in the price
quoted for respective structural members.
In the mobilization period, the Contractor shall carry out expeditiously and without delaying
the following works:
a) Material testing and mix design of concrete as contemplated in the specifications.
b) Setting up of full-fledged site laboratory as per the requirement of these specifications.
c) Any other pre-requisite items required for final execution.
The specifications for market rate items to be executed under this contract are enclosed. Items, which
are not covered under the specifications, shall be executed; as per latest CPWD specifications &
relevant IS codes, MORTH specifications, ICAO recommendations & Guidelines under the directions of
Engineer- In-charge.
The work to be carried out under this contract shall consist of various heads as per Scope of Work.
The item unless otherwise specified also include compliance with/supply of the following:
a) General works such as setting out, clearance of site before setting out and clearance of works
after completion.
b) A detailed program for the construction and completion of works (using CPM/PERT techniques)
including updating of all such activities on the basis of decisions taken at the periodic site review
meetings as directed by the Engineer-in-Charges.
c) Samples of various materials proposed to be used on the work for conducting tests thereon is
required as per the provisions of the contract.
d) Design of mixes as per relevant clauses of the specifications given proportions of ingredients,
source of aggregates and binder along with accompanying trial mixes to be submitted to the
Engineer-in-Charge for his approval before use on the works.
e) Setting of field-testing laboratory with all required apparatus and staffs for conducting day-to-
day quality control tests.
f) Any other item of work which is not specifically provided in the Bill of Quantities but which is
necessary for complying with the provisions of the contract.
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 the Engineer-in-Charge 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. Provision of special magazine at the site for storage of explosives, if necessary, for which
required license shall be obtained from the concerned authorities. However controlled
TSC-15
blasting/chemical blasting shall be permitted by AAI subjected to other guideline instead of
chiseling where blasting is prohibited, but no extra cost shall be paid on this account.
iii. 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.
All fossils, gold, silver, oil and other minerals, precious stones, coins, articles of value, of antiquity and
structures and other remains/things of geological or archaeological interest discovered on the site of
the works shall be notified by the Contractor immediately to the Engineer-in-Charge for onward
information to the concerned authorities.
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-Charges.
Clearance of the site of all rubbish, debris, vats, tanks, materials, temporary structures, plant and
machinery, scaffoldings and filling of all pits, excavation and hand over the site in a tidy and cleaned
condition.
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.
5.0 GENERAL
5.1 The works will be executed as indicated in the nomenclature and technical specifications as
given hereunder as made applicable to this contract.
5.2 In the absence of any definite provision in the technical specifications contained herein,
reference may be made to the latest CPWD, MORTH, IRC, CPCB, GRIHA, NBC, 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.
5.3 In addition, to abbreviations CPWD, IRC, MOST, IS, BS, ICAO, ASTM, AASHTO shall be
considered to have the following meaning: -
TSC-16
GRIHA : Green Rating for Integrated Habitat Assessment.
NBC : National Building Code
5.4 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-Charges.
6.0 TESTING
It is made clear that cost of testing, cost of material for testing, all field apparatus required for
sampling and testing as per CPWD/IS codes and manpower incident to such testing will be provided
along with necessary transport arrangement to and fro to the approved testing agency or laboratory
by the Contractor during the construction phase of the work and defect liability period. The
expenditure in this regard shall be borne by the Contractor and nothing extra shall be payable by AAI
on this account. Field laboratory with all the required apparatus and staffs shall be established by the
Contractor at site of work at his cost for carrying out field tests at stipulated frequencies.
7.1 The Contractor or his accredited representative shall be present during sampling/testing and
signify his concurrence for sampling / testing carried out 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.
7.2 The Contractor or his accredited representative shall prepare shop drawings of all specialized
works thereafter prepare mock-up as per approved shop drawings for specialized works and
all finishing items in specified colors and shade (minimum three options) as specified by
Consultant/Engineer –in –Charge and shall execute the same on based on approved mock-up.
The Contractor shall be liable of all actions consequent to the mock-up and their results as if he
himself attended to the mock up. The Contractor is duly advised to be present himself for
mock-up, in the alternative have fully qualified duly authorized Engineer for this purpose.
8.0 GENERAL LIST OF CODES, STANDARDS AND SPECIFICATIONS ADOPTED IN THE TENDER
DOCUMENTS.
8.1 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.
IRC SPECIFICATION
TSC-17
Embankments Constructed by Manual Operation
IRC:SP II-1977 Hand Book of Quality Control for Construction of Roads and
Runways (First Revision).
INDIAN STANDARDS
IRC:383-1970 Coarse and find aggregate from natural sources for concrete.
Part-V)-1963 Soundness
TSC-18
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-VII)- 1980 Determination of water content dry density relation using light
compaction.
TSC-19
ASTM/BS STANDARDS / SPECIFICATIONS
ASTM : E-11-39 Sieves for testing purpose “Wire Cloth sieve round hole and
square” hole plate screen or 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.
Annexure 14 Pavements
9.1 The contractor at his own cost shall set up a fully furnished and adequately equipped field
laboratory at site within 15 days from the schedule date of start of work 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:
f) Sieve Analysis
k) Soundness Test
i) Sodium Sulphate 25 kgs
ii) Soaking tank 1 No.
iii) Balance, Capacity 3 kg., Sensitivity 0.1 gm. 1 set
iv) Sieves: Coarse 1 set
v) Sieves: Fine 1 set
l) Concrete
TSC-22
xvii) Temperature chart recorder 1 No.
xviii) Flexural Strength Testing Machine 1 No.
m) Miscellaneous
n) Surveying instrument
i) Auto leveling instrument with staff 2 sets
ii) Total station survey equipment complete 1 set
9.2 In additional to tools, equipment, 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.
9.3 The Engineer-in-charge may at his discretion, check the test results obtained at contractor
laboratory by independent test at an approved laboratory. The cost of such material, transport,
cost of testing etc. shall be borne by the contractor.
9.4 In the event of failure to setup laboratory and provide equipment/ apparatus mentioned in
clause no. 8.1 as mentioned above or substitute/ replaced the equipment/ apparatus on
account of maintenance / breakdown Rs. 200.00 per day per equipment / apparatus shall be
debited to the contractors account.
NOTE :–
1. To achieve the scheduled/ Planned progress of work as per completion schedule, additional
plants and machinery if required, to be arranged by the agency and no extra payment to be
made on this account.
2. To Maintain and record of the T&P received & the dates when it has been received at site also
to keep track of the receipt of the material at site, workmen / staff deployed works diary shall
be maintained jointly by the Engineer-in- charge and the agency to maintain a daily record of
these activities to form basis of any analysis of this kind or in case any dispute occurs at a later
date.
TSC-23
. GENERAL SPECIFICATION FOR STRUCTURAL STEEL WORK
1.1 Drawings
1.1.1 The Contractor shall prepare fabrication drawings, erection drawings, bill of
materials, drawing office dispatch lists/shipping documents, schedule of bolts and
nuts and as built drawings. All drawing work shall be in metric system and all writing
work shall be in English.
1.1.2 The fabrication drawings shall show full length with all connecting members and
connections marked thereon. The fabrication drawings shall include all the necessary
blown-up details required for the correct fabrication of the structures to meet the
design requirement. These drawings shall be made in conformity with the best
modern practices and with due regard to speed and economy in fabrication and
erection. Each erection piece shall be clearly identified by an erection mark in these
drawings.
1.1.3 The preparation / detailing of fabrication drawing shall be complete in all respects. In
the case of bolted connections, the bolt dia, the hole dia, the actual location of holes
and the coordinating scheme with connecting / matching elements shall be clearly
indicated. As far as possible, uniformity in the bolt dia shall be maintained where
HSFG bolts are used; method of surface preparation shall be indicated. In case of
welded constructions, the size and length of welds along the relevant weld lines
should be distinctly marked. The length specified shall be the effective length
excluding end crates. For all butt welds, details of appropriate edge preparation shall
be indicated.
1.1.5 For bolted connections subjected to dynamic loading, lock nuts or spring washers shall
be used in addition to plain washers.
1.1.6 Erection drawings shall consist of line diagrams showing every detailed member in
position with the respective erection mark. Erection marks shall appear on the left end
of the members as detailed. All steel members shall be erected with marks in the same
relative position as shown in plan or elevation. All loose members shall either be given
part marks or wired on to the main erection mark for dispatch.
TSC-24
1.1.7 The erection clearances for cleat-connected ends of member’s connection steel to steel
shall preferably not be greater than 10 mm. at each end. The erection clearance at ends
of beams shall not be more than 20mm. at each end but where for particular reasons
greater clearance is necessary, suitably designed seats shall be provided.
1.1.8 The fabrication drawings shall be prepared in such a manner that structures are
dispatched with maximum transportable lengths and work involved at site is
minimum. Steelwork shall be shop-fitted and ship-assembled as far as practicable.
1.1.9 All edge preparations for welding shall conform to IS: 9595
1.1.10 The Contractor shall ensure correctness & completeness of fabrication drawings.
1.2.1 All steel and other materials used for steelwork and in association with steelwork shall
conform to appropriate Indian standards. Only tested materials shall be used unless
written authority is obtained for the use of untested materials for certain secondary
structural members.
a) All rolled sections and plates up to & including 20 mm thickness shall conform
to Grade “A” as per IS: 2062
1.2.3 Steel tubes for structural purpose shall conform to IS: 1161/4923 (of Grade Yst 310)
1.2.4 Translucent sheets shall be fiberglass reinforced polyester sheets of matching profile
as per IS: 12866.
1.2.6 Gutters shall be of copper bearing steel conforming to Grade “A” as per IS: 2062
1.2.7 All black bolts, nuts and locknuts shall conform to IS: 1363 and IS: 1364 (for precision
and semi precision hexagonal bolts) of property class 6.4 unless otherwise specified.
Washers shall conform to IS: 6610
1.2.8 All tapered washer shall be as per IS: 5372 for channels, and IS: 5374 for Joists Spring
washers shall conform to IS: 3063
TSC-25
1.2.9 All HSFG bolts shall conform to IS: 3757. Assembly of joints using HSFG bolts shall
conform to IS: 4000. Nuts and washers of HSFG bolts shall be as per IS: 6623 & IS: 6649
respectively.
1.2.10 Covered electrodes for arc welding shall conform to IS: 814. Coding of electrodes shall
be as follows:
a) ER421 ‘C’ X for mild steel of Grade ‘A’ and Grade ‘B’ as per IS: 2062
b) EB 542 ‘C’ H3X for Mild steel of Grade ‘B’ as per IS: 2062 for dynamically loaded
structures (arising out of crane, vibratory screen, equipments etc.) ‘C’ is the
value of the current as recommended by the electrode manufacturer.
1.2.11 Certified mill test reports of materials used in the work shall be made available for
inspection by the Engineer-In-charge upon request.
1.2.12 All materials shall be straight and if necessary before being worked shall be
straightened and /or flattened by pressure including de-coiling of plates unless
required to be of curvilinear form and shall be free from twists.
1.2.13 The MS / GI gratings shall be electro-forged and shall be of approved brand and
manufacturer unless otherwise agreed to by the Engineer-In-charge. The type of
grating selected shall be based on the loading in the area in which the grating is
provided and shall be subject to approval of Engineer-In-charge.
1.3.1 Cut edges shall be finished smooth by grinding or machining wherever necessary.
Sufficient allowance (3 mm to 5 mm) should be kept in the items in case machining is
necessary.
1.3.2 Cutting may be effected by gas cutting, shearing, cropping or sawing. In gas cutting of
high tensile steel, special care is to be taken to leave sufficient metal to be removed by
machining so that all metal that has been hardened by flame is removed.
1.3.3 Sufficient shrinkage allowance (@1mm/M) shall be kept wherever heavy welding is
involved.
1.3.4 Straightening and bending shall be done in cold condition as far as practicable.
1.3.5 If required, straightening and bending may be done by application of heat between
900ºC and 1100ºC. Cooling down of the heated item shall be done slowly.
1.4.1 Drilling and punching of holes for bolts shall be done as per clause no. 11.4.4 of IS:
800:1984, unless otherwise specified by the Owner.
TSC-26
1.4.2 Drifting of holes for bolts during assembly shall not cause enlargement of holes beyond
permissible limit or damage the metal.
1.4.3 Holes of bolted connection should match well to permit easy entry of bolts. Gross
mismatch of holes shall be avoided.
1.4.4 Permissible deviation in holes for mild steel bolts of normal accuracy and high strength
bolts are given in the ANNEXURE-A.
1.5.1 Fabrication of all structural steel work shall be in accordance with IS: 800-1984 and in
conformity with various clauses of this specification, unless otherwise specified in the
drawings.
1.5.2 Fabrication of structures shall preferably be taken up as per the sequence of erection.
1.5.3 All erection units shall bear erection mark no. and reference drg. no. at a prominent
location on the structures for easy identification at site.
1.5.4 Fabricated structures shall conform to tolerance as specified in this standard and in IS:
7215-1974. In case of contradiction, tolerances specified in this standard shall prevail.
1.5.5 All the components of structures shall be free from twist, bend, damage etc.
1.5.6 Assembly of structures shall be carried out by using suitable jigs and fixtures in order
to obviate distortion during welding.
1.5.7 Cutting of items specially for truss, bracing, bunker, hopper, galleries surge girder,
portal etc, shall be done only after checking of sizes as per layout.
1.5.8 Surface, wherever machining is specified, shall be either planed or milled or ground to
ensure maximum contact.
1.5.10 If pre-bending of the plate is required to avoid welding distortion; it shall be done in
cold condition.
1.5.11 Sufficient trail assembly of fabricated components (dispatch elements) shall be carried
out in the fabrication works to control the accuracy of workmanship.
1.5.12 Where necessary, washers shall be tapered or otherwise suitably shaped to give the
heads of nuts and bolts satisfactory bearing.
1.5.13 The threaded portion of each bolt shall project through the nut at least by one thread.
TSC-27
1.5.14 Tolerance of assembled components of structures are given in IS: 7215: 1924
1.5.15 Permissible deviations from designed (true) geometrical form of the dispatch elements
shall be in accordance with IS: 7215-1974.
1.6.1 The method of construction shall be either by welding or by bolting limiting the site
work to the minimum possible.
1.6.2 Bolt diameter shall not be less than 16mm. except for bolts securing roof and wall
sheeting, windows, doors and stitching of thin coverings. For bolted joints, min two
bolts shall be used.
1.6.3 The size of fillet welds shall not be less than 5mm for load-bearing joints.
1.6.4 Main structural elements shall be welded continuously. Intermittent welds shall be
used only on secondary members, which are not exposed to weather or other corrosive
influence.
1.6.5 Connections and splices shall be made by welding, or by bolting with high tensile
turned and fitted bolts. Black bolts shall be used in connections and attachments of
secondary members such as purlins, wall girts, etc. Bolts shall be prevented from
loosening by means of lock nuts, single coil spring washers or similar devices.
1.6.6 Method of splicing shall be similar to the method of construction adopted for
structures. All splices shall be full-strength splice unless exception is specified.
1.6.7 Roof and wall sheets shall be fixed to purlins and wall girts by stainless steel top speed
screws/galvanized J-hook bolts, each complete with neoprene and stainless steel
/galvanized washers. The connections shall ensure water tightness into the buildings.
The spacing of these screws/bolts shall be sufficient to prevent uplift of sheets by
suction. The roof and wall sheets shall be stitched together at their edges by using
studs, rivets or screws. The end and side overlaps of sheeting shall be sufficient to
prevent ingress of rainwater. End lap shall not be less than 75mm and side lap shall not
be less than one a half corrugation for GCS sheets. For troughed aluminium sheets
manufacturer’s recommendations shall be followed.
1.7.1 The Contractor shall be responsible for the design and the detailing of all connections.
The design of connections shall provide for adequate strength for the transfer of force
in the structural elements indicated on the design drawings. For purposes of detailing
of connections, the allowable stresses in material, bolts and welds shall be as per IS:
800 and IS: 816 or as specified in the design drawings.
TSC-28
1.7.2 For all full strength butt welding of plates and sections thicker than or equal to 10mm,
edge preparation shall be done and got approved by the Engineer-In-charge.
1.7.3 Two numbers of washers shall be used for all bolted connections, one washer bearing
against the head and other bearing against the nut.
1.7.4 The magnitude of forces shown on design drawings shall be used at face values with no
reductions for connections.
1.7.5 If extra joints are to be provided in column, crane girder etc, prior approval on the
same shall be obtained from the Engineer-In-charge. However, as general guidance, the
following is suggested:
a) Splice joint on column and crane girder shall be of full strength but weld, and,
wherever possible, shall be located at the section of minimum or substantially
lesser stress.
1.7.6 All penetration for piping, conduit, cable trays, etc., through grating or plate flooring
shall be cut and suitably banded in the field, except when such penetrations are
dimensioned in the drawings in which case they shall be shop cut and banded.
1.8 Fabrication
1.8.1 Fabrication of all structural steelwork shall be in accordance with IS: 800 or their
equivalent foreign national standard of the country of origin of supply unless otherwise
specified, and in conformity with various clauses of the Technical Specification.
1.8.2 Wherever practicable and wherever perfect matching of parts is required at site,
members shall be shop assembled before dispatch to minimize site work. Parts not
completely assembled in the shop shall be secured, to the extent possible, to prevent
damage during dispatch.
1.8.3 All pieces shall be properly identified and bundled for transportation to work site. Care
shall be exercised in the delivery, handling and storage of material to ensure that
material is not damaged in any manner. Materials shall be kept free of dirt, grease and
foreign matter and shall be protected from corrosion. All materials shall be stored
properly on skids above the ground which shall be kept clean and properly drained.
Girders and beams shall be placed upright and stored. Long members such as columns
and chord members shall be supported on skids spaced near enough to prevent
damage due to deflection.
1.8.4 Bolts shall be furnished according to bolt lists showing the location of their use and
additional bolts shall be supplied to cover wastage.
1.8.5 All fabricated pieces shall bear erection mark numbers painted/punched according to
appropriate erection and shop drawings at a prominent location on the structure for
easy identification.
TSC-29
1.8.6 All workmanship shall be in accordance with the best practice in modern structural
shops. Greatest accuracy shall be achieved in the manufacture of every part of the work
and all identical parts shall be strictly interchangeable.
1.8.7 Shearing or flame cutting may be used at the Contractor’s option provided that a
mechanically controlled cutting torch is used for flame cutting and that the resulting
edges are clean and straight.
1.8.8 Unless clean square and true to shape all flame cut edges shall be planed/cleaned by
chipping or grinding. Where machine flame cutting is permitted of high tensile steel,
special care shall be taken to leave sufficient margin and all flame hardened material
shall be removed by machining/edge grinding.
1.8.9 Wherever shearing is used for cutting to size, sheared members shall be free from
distortions at sheared edge.
1.8.10 The ends of all girder stiffeners shall be in contact with the compression flange and
shall be planed or ground to fit tightly against flange plates unless otherwise stated on
the drawings. Care shall be taken to ensure full bearing of the stiffeners at the supports
by machining the contact surfaces of both bearing stiffeners and bearing plates. The
ends shall not be drawn or caulked.
1.8.11 Column splices and butt joints of struts and compression members depending on
contact for stress transmission shall be accurately machined and close butted over the
whole section with a clearance not exceeding 0.1mm locally at any place.
1.8.12 In column cap and bases, the ends of shafts, should be accurately machined so that the
parts connected butt over the entire surface of contact. Care should be taken so that
these connecting members are fixed with such accuracy that they are not reduced in
thickness by machining by more than 1.0mm. On secondary members, where sufficient
gussets and welds are provided to transmit the entire loading. The column ends may
not be machined subject to the approval of the Engineer-In-charge.
1.8.13 Holes for permanent black bolts shall not be more than 1.5mm larger than the nominal
diameter of the back bolts unless specified otherwise. All holes for turned and fitted
bolts shall be sub punched or drilled and reamed at site under assembly of connected
parts to a tolerance of +.3mm unless specified otherwise.
Holes in purlins, side-sheeting runners, packing plates and lacing bars may be punched
full size. Holes in light framing with the exception of joint holes may be punched full
size. All punching and sub-punching shall be clean and accurate and all drilling free
from burrs. In block/batch drilling, parts shall be separated after drilling and burrs
removed. No hole shall be made by gas cutting process.
TSC-30
1.8.14 The component parts shall be so assembled that they are neither twisted not otherwise
damaged and specified cambers, if any, shall be provided. No drifting of hole shall be
permitted except to draw the parts together. Drifts used shall not be larger than the
nominal diameter of the bolt.
Drifting done during assembling shall not distort the metal or enlarge the holes.
Sufficient trial assembly shall be carried out in the fabrication works to prove the
accuracy of workmanship of the and the number of such trials required shall be at
inspector’s discretion.
1.8.15 Where necessary, washers shall be tapered or otherwise suitably shaped to give the
heads and nuts of bolts a satisfactory bearing. The threaded portion of each bolt shall
project through the nut by at least one thread.
1.8.16 In all cases where the full bearing area of the bolt is to be developed, the bolt shall be
provided with a washer of sufficient thickness, under the nut so as to avoid any
threaded portion of the bolt being within the thickness of the parts bolted together.
Column bases and caps, shall be in one solid piece, and except when cut from plates
with true surfaces, shall be accurately machined over the bearing surfaces, and shall be
in effective contact over the whole area of the machine end of the stanchion.
1.8.17 Each piece shall be distinctly marked before delivery in accordance with an approved
marking diagram and shall bear such other marks as well to facilitate erection. For easy
identification at site a small distinguishing mark for each building shall be painted at
each end of every member before dispatch from fabrication shop. The fabricated steel
work shall be dispatched in sequence as per agreed programme and for such portion as
may be found convenient for erection or as ordered by the Engineer-In-charge.
1.8.18 The Contractor shall provide suitable packing wherever necessary to guard against
damage during handling and transportation to site. All fabricated parts shall be
adequately braced to prevent damage during transit.
1.8.19 The tolerance for fabrication of steel structures shall generally conform to IS: 7215 and
to suit the technological requirements as specified by the equipment supplier.
1.8.20 Any fabrication work which is considered not to be in keeping with the Technical
Specification forming the Contract, or in absence of Technical Specification with
recognized good practice, shall be rectified/replaced/corrected at the Contractor’s
expense as directed by the Engineer-In-charge. Site fabrication work shall also conform
to all specifications, stipulations, terms and conditions applicable for shop-welded
structures as mentioned above.
1.9.1 Each dispatchable structure shall bear mark no. along with reference drawing number
TSC-31
at two prominent locations (e.g. on flange and bottom of base plate of a column).
1.9.2 “As built” drawing shall be prepared after fabrication is completed to indicate
additions/alterations made during the process of fabrication.
1.9.3 Control assembly of important structures shall be done in the shop floor before
dispatch to avoid mismatching. For all such important structures, match marking shall
be given at the control assembly stage in the shop floor as such match markings shall
be made clearly visible while assembling the structures at site.
1.9.4 Centre lines of column flanges and both sides of web shall be punched preferably at top
and bottom to facilitate alignment after erection.
2.1 Scope
The scope of work under erection includes in addition to provision of erection and
transport equipment, tools and tackles, consumables, materials labour and supervision
the following.
TSC-32
f) Fabrication of minor items/ missing items or such important items as
directed by the Engineer-In-charge.
g) Assembly at site of steel structural components wherever required
including temporary supports and staging.
h) Making arrangements for and providing all facilities for conducting
ultrasonic X-rays or gamma ray tests on welds, getting the tests
conducted, reports and interpretation.
i) Rectifying at site damaged portions of shop primer by cleaning and
touch-up paint.
j) Erection of structures including making connections by bolts/high
strength friction grip bolts/welding.
k) Alignment of all structures true to line level plumb and dimensions
within specified limits of tolerances as per IS : 12843 “Tolerance for
Erection of Steel Structures”
l) Application of second coat of primer paint and two coats of finishing
paint at site after erection.
m) Grouting of all columns bases after proper alignment of columns and
only after obtaining clearance from Engineer-In-charge.
n) Supply of labour in sufficient numbers where necessary, as directed by
the Engineer-In-charge.
o) Conducting preliminary acceptance and final acceptance tests.
p) Preparation of as built drawings, preparing of sketches/drawings to suit
field engineering decisions, availability of material, convenience of
fabrication, transportation and erection and changes during fabrication
and erection.
All such works are subject to approval by the Engineer-In-charge.
TSC-33
2.3.3 Any material found damaged or defective shall be stacked separately and the
damaged or defective portions shall be painted in distinct colour for
identification. Such materials shall be dealt with as ordered by the Engineer-In-
charge.
2.3.4 The handling and storing of the component parts of a structure shall involve the
use of materials and applications not likely to produce injury by twisting,
bending or otherwise deforming the structures. No member slightly bent or
twisted shall be put in place until the defects are corrected. Members seriously
damaged in handling shall be rejected.
2.4.2 During assembly and during erection of the units to position, the Contractor
shall compare the structure with drawings to ensure that there are no
fabrication omissions or errors. Should any omission or defect be found the
same shall be brought to the notice of the Engineer-In-charge who will issue
necessary instructions for the rectification.
TSC-35
2.6.6 The Contractor shall design, manufacture, erect and provide false work, staging,
temporary supports etc. required for safe and accurate erection of structural
steel work and shall be fully responsible for the adequacy of the same.
2.6.7 The Contractor shall, if so required by the Engineer-In-charge, get his drawings,
erection schemes and designs for such false work, staging etc. approved by the
Engineer-In-charge, but such approval by the Engineer-In-charge shall not
relive the Contractor of any of his responsibilities for the safety of such works.
As far as possible, assemblies of structures shall be made on the ground itself.
2.6.8 The Contractor shall provide adequate supervision at all stages of the work and
examine each portion of the work for accuracy before commencing the erection
of the next structural member. The Contractor shall also provide facilities such
as adequate temporary access ladders, tools and tackles, instruments etc.
satisfactory to Engineer-In-charge / Consultant for his inspection at any stage
during erection.
2.6.9 Instrumental checking for correctness of initial setting out of structures and
adjustment shall be carried out in sequence at different stages as determined by
design as against checking and adjustment of alignment in one stage after
completion of entire erection. The final leveling and alignment shall be carried
out immediately after completion of each section of a building or when called
for by the Engineer-In-charge.
2.6.10 All structural members shall be erected with erection marks in the same
relative position as shown in the appropriate erection and shop drawings.
TSC-37
The painting shall be as per painting specifications and instructions and in GS
for painting works.
TSC-39
3.2.8 The Contractor shall prepare the edge with an automatically controlled flame
cutting torch followed by grinding correctly to the shape, size and dimensions of
the groove, prescribed in the design and shop drawings. In case of U-groove
joint, the edges shall be prepared with an automatic flame cutting torch in two
passes following a bevel cut with a gouging pass or by machining.
3.2.9 The welding surface shall be smooth, uniform and free from fins, tears, notches
or any other defect which may adversely affect welding. Welding surface or the
surrounding surface within 50 mm of weld shall be free from loose scale, slag,
rust, grease, paint, moisture or any other foreign materials. Pre-bending of
plates for three plate welded sections shall be done where found necessary.
3.2.10 Manipulators may be used where necessary and shall be designed to facilitate
welding and to ensure that all welds are easily accessible to the operators.
Where full strength built welds are specified run-on pieces shall be used. The
welding shall be such that the face of weld deposit at all places be proud of the
surface of the parent metal by 1 to 1.5 mm. Where a flush surface is required the
surplus weld metal shall be ground and dressed off.
3.2.11 After completing each run of weld all slag shall be thoroughly removed and the
surface cleaned before starting the next run of weld. The weld metal as
deposited (including lack welds if to be incorporated) shall be free from cracks,
slag, inclusions, gross porosity, cavities and other deposition faults. The weld
metal shall be properly fused with the parent metal without serious
undercutting or overlapping at the toes of the weld. The surface of the weld
shall have a uniform and consistent contour and uniform appearance.
3.2.12 All weld runs found defective shall be cut by using either chipping hammer
gouging torch or suitable grinding wheel in such a manner that adjacent
materials is not injured in any way. Peeling of the welds involving deformation
of the weld surface either during de-slagging or thereafter shall not be allowed.
3.2.13 Arc.-strikes on parent surface of structures shall be strictly avoided.
TSC-40
Before inspection, the surface of weld metal shall be cleaned of all slag,
spatter, beads, scales etc. by using wire brush or chisel.
b) Dye Penetration Test (DPT) – This shall be carried out for all important
fillet welds and groove welds for both statically and dynamically loaded
structures to check the following
i) Surface cracks
ii) Surface porosities
Dye Penetration Test shall be carried out in accordance with American
National Standard ASTME-166
c) Ultrasonic Testing – Ultrasonic test shall be conducted for all groove
welds and heat affected zone in dynamically loaded structures and for
other important load bearing butt welds in statically loaded structures as
desired by the Engineer-In-charge to detect the following.
i) Cracks
ii) Lack of fusion
iii) Slag inclusions
iv) Gas porosity
Ultrasonic testing shall be carried out in accordance with American
National Standard ANSI/AWS DI.1-96. Before ultrasonic test is carried
out, any surface irregularity like undercuts, sharp ridges etc. shall be
rectified. Material surface to be used for scanning by probes must allow
free movement of probes. For this purpose, surface shall be prepared to
make it suitable for carrying out ultrasonic examination.
d) Radiographic Testing (X-ray and & Gamma-Ray Examination)
This test shall be limited to 2% of length of welds for welds made by
manual or semi automatic welding and 1% of length of weld if made by
automatic welding machines. The location and extent of weld to be
tested by this method will be decided by the Owner to detect the
following defects.
i) Gas porosity
ii) Slag inclusion
iii) Lack of penetration
iv) Lack of fusion
v) Cracks
Radiographic testing shall be conducted in accordance with American
National Standard ANSI/AWSDI 1-96. Any surface irregularity like
undercuts, craters pits etc. shall be removed before conducting
radiographic test. The length of weld to be tested shall not be more than
0.75xfocal distance. The width of the radiographic film shall width of the
weld joint plus 20mm on either side of the weld.
TSC-41
3.3.1 The Contractor shall provide testing equipment for conducting non-destructive
tests for confirming the integrity of welding wherever necessary as directed by
the Engineer-In-charge.
Acceptable Limits of Defects of Weld
Limits of acceptability of welding defects shall be as follows:
a) Visual inspection and Dye Penetration Test
The limit of acceptability of defects detected during visual inspection and
Dye Penetration Test shall be in accordance with American National
Standard ANSI/AWS D1-96.
b) Ultrasonic Testing – The limits of acceptability of defect detected during
ultrasonic testing shall be in accordance with American National
Standard ANSI/AWS D1-96.
c) Radiographic Testing – The limit of acceptability of defects during
Radiographic testing shall be in accordance with American National
Standard ANSI/AWS D1-96.
General guidelines for permissible deviations in welding have been given in
section 11.0 of this document.
TSC-42
The steel surface which is to be painted will be cleaned of dirt and grease
and the heavier layer of rust shall be removed by chipping prior to actual
surface preparation to a specified grade.
Prior to paint application all surfaces should be assessed and treated in
accordance with ISO 8504:1992. Oil or grease should be removed in
accordance with SSPC-SP1 solvent cleaning.
Abrasive blast cleans to Sa 2-1/2 (ISO 8501-1:1988) or SSPC-SP6. If
oxidation has occurred between blasting and application, the surface
should be re-blasted to the specified visual standard. Surface defects
revealed by the blast cleaning process, should be ground, filled, or
treated in the appropriate manner.
4.2 Paints and Painting
Guidelines stipulated here shall be considered along with those specified
in GS separately for painting.
4.2.1 Manufacturer of paints, mixing of paints etc. shall be generally
according to the relevant IS codes of practice and as per guidelines in
the General Specification in the relevant chapter.
4.2.2 In the event of conflict between this General Specification for painting
and the paint manufacturer’s specifications, this conflict shall be
immediately brought to the notice of the Engineer-In-charge. Generally
in case of such conflict, manufacturer’s specification /recommendations
shall prevail.
4.2.3 Generally compatibility between primer intermediate and finishing
paint shall be certified by the paint manufacturer supplying the paints.
Before the Contractor buys the paint in bulk, it is recommended to
obtain sample of paint Control Areas of Painting on Control Area,
surface preparation and painting shall be carried out in the presence of
the manufacturer of paint.
5.1.1 All welds shall be 100% visually inspected to cheek the following:
i) Presence of undercuts
ii) Surface cracks in both welds and base metals.
TSC-43
iii) Unfilled craters
iv) Improper weld profile and size
v) Excessive reinforcement in weld
vi) Surface porosity
5.1.2 Before inspection, the surface of weld metal shall be cleaned of all slag,
spatter matter, scales etc. by using wire brush or chisel.
5.2.1 This shall be carried out for all important fillet welds and groove welds to
check the Surface cracks and Surface porosities
5.2.2 Dye Penetration Test shall be carried out in accordance with American
National Standard ASTME 165.
5.3.1 Ultrasonic test shall be conducted for all groove welds and heat affected
zone in dynamically loaded structures and for other important load
bearing butt welds in statically loaded structures as desired by OWNER to
detect the following:
i) Cracks
ii) Lack of fusion
iii) Slag inclusions
iv) Gas porosity
5.3.3 Before Ultrasonic test is carried out, any surface irregularity like
undercuts, sharp ridges etc. shall be rectified. Material surface to be used
for scanning by probes must allow free movement of probes. For this
purpose, surface shall be prepared to make it suitable for carrying out
ultrasonic examination.
TSC-44
5.4 Radiographic Testing (X — ray and Gamma — ray Examination)
5.4.1 This test shall be limited to 2% of length of welds for welds made by
manual or semi-automatic welding and 1% of length of weld if made by
automatic welding
machines. The location and extent of weld to be tested by this method
shall be decided by OWNER to detect the following defects:
i) gas porosity
ii) slag inclusions
iii) lack of penetration
iv) lack of fusion
v) cracks
5.4.3 Any surface irregularity like undercuts, craters, pits etc shall be removed
before conducting radiographic test. The length of weld to be tested shall
not be more than 0.75 x focal distance. The width of the radiographic film
shall be width of the welded joint plus 20 mm on either side of the weld.
TSC-45
National Standard ANSI / AWS Dl. 1-92 respectively, for statically and
dynamically loaded structures.
iii) Radiographic Testing
The limits of acceptability of defects detected during Radiographic
testing shall be in accordance with clause 8.15.3 & 9.25.2 of American
National Standard
ANSI / AWS Dl .1-92 respectively for statically and dynamically
loaded structures.
1. Inspection of All welds Naked eye or lens. All faulty welds shall be
weld seams rectified.
appearances
TSC-46
3. Mechanical As per IS 9595. As per IS 9595.
tests for
welding
procedure
performance
& electrodes
6.1 General
The Engineer-in-charge or his representatives shall have free access at all reasonable
times to the fabrication shop and shall be afforded all reasonable facilities for satisfying
himself that the fabrication is being undertaken in accordance with drawings and
specifications.
The Contractor shall not limit the number and kinds of test, final as well as
intermediate tests or extra tests requested by the Engineer-in-charge. All necessary
tools, gauges, instruments etc. and technical and non-technical personnel shall be
furnished for shop tests to the Engineer at contractor's cost as and when required by
the Engineer-in-charge.
b. - Partial approvals.
c. - Final approval.
Test erection
Approval of members
TSC-47
Approval of markings.
The final approval refers to all elements and assemblies of the steel structures,
with shop primer coat, ready for delivery from shop, to be loaded for
transportation or stored.
Partial approvals.
7.1 General
The fact that certain material has been accepted shall not invalidate final rejection at
site by Engineer-in-charge if it fails to be in proper assembly. No material shall be
painted or despatched to site without inspection and approval by Engineer-in-charge.
For fabrication work carried out on the field, the same standard of supervision of
quality control shall be maintained as in shop fabricated work. Inspection and testing
shall be conducted in a manner satisfactory to Engineer-in-charge.
Members shall be inspected at all stages of fabrication and assembly or verify that
dimensions, tolerances, alignment, surface finish etc. ate in accordance with the
requirements shown on drawings and as per IS codes.
After final shop acceptance and marking, the item shall be packed and loaded for
transportation.
Packing must be adequate to protect items against warping during loading and
unloading. Proper lifting devices shall be used for loading, in order to protect items
against warping.
Slender projecting parts shall be braced with additional steel bars, before loading, for
protection against warping during transportation rules. If certain parts can not be
transported in the lengths stipulated in the design, the position and type of additional
splice joints shall be approved by Engineer-in-charge. Damaged parts and members
due to transportation may be rejected by Engineer-in-charge and re fabricated at site
or at shop and redelivered at Contractor's cost.
Bolts, nuts and washers shall be packed and transported in crates. The parts shall be
delivered in the order stipulated by the Engineer-in-charge and shall be accompanied
by document showing:
Particulars of structure
The storage plane for steel parts shall be prepared and got approved by the Engineer-
in-charge before the steel structures start arriving from the shop.
A platform shall be provided by the Bidder near the erection site for preliminary
erection work.
The Contractor shall make the following verifications upon receipt of material at site:
For quality certificate regarding material and workmanship according to the general
specifications and drawings.
TSC-49
Whether parts received are complete without defects due to transportation, loading
and unloading and defects, whether the defects if any are well within the admissible
limit.
For the above work sufficient space must be allotted in the storage area. The storage
area should be clean and free of water and moisture and should be approved by
Engineer-in-charge.
Precautions shall be taken to prevent warping of items during unloading. The parts
shall be unloaded, sorted and stored so as to be easily identified.
The parts shall be stored according to construction symbol and markings so that these
may be taken out in order of erection / sequence. The parts shall be set at least 150
mm clear from ground on wooden or steel blocks for protection against direct contact
with ground moisture. If minor rectification of members like straightening etc. are
required, these shall be done in a special place allotted which shall be adequately
equipped.
8.0 TOLERANCES
The dimensional and weight tolerances for rolled shapes shall be in accordance with IS
1852. The acceptable limits for straightens (sweep and camber) for rolled or fabricated
member are:
TSC-50
PRE – CONSTRUCTION ANTI-TERMITE TREATMENT WORKS
Providing Pre-constructional anti- termite treatment and creating a chemical barrier to the building
by injecting chemical emulsion of required concentrations under grade slab and Grade beam, alround
the footings, column pits, trenches, pits, tunnels, wall trenches, back fill, plinth filling, junction of wall
and floor, Retaining / side walls of basement floor, external perimeter of building, surrounding of
pipes, expansion joints, below UG sump and Retaining / side walls etc.as per instructions of chemical
manufacturer and all as directed. The treatment shall be carried out strictly in accordance with the
technical specification and conforming to IS 6313 or equivalent BS specification. The chemical to
be used as insecticides for the treatment shall be 50% EC (Imdachloropid 30.5 SC)and the
application shall be dilute one part of chemical 50% EC with 49 parts of water to get 1% emulsion
and strictly in accordance with the manufacturer's specification, as specified by consultants
appointed by the contractor.
ROOFING SYSTEM
Supply, Fabrication, Erection and installation of on-site single length color coated Standing Seam
profile of Tata Blue Scope / Ispat industries ltd / Lloyd / JSW Steel / Dongbu, Korea / Blue scope,
Thailand, Malaysia, double structural architectural insulated multi zip standing seam steel roofing
system; of nominal 400-450 mm effective cover width with two – three stiffener symmetrically spaced
between ribs and standing seam height of 62-65 mm /as approved. The panel shall be concealed fixed
with aluminium clip having 3 mm thermal pad, mechanically field seamed for increased weather
durability and greater resistance to wind uplift. The feed material is manufactured from 0.55 mm Base
Metal thickness (0.60 mm TCT), min. 300 MPa yield strength coated with hot dip metallic Aluminium
Zinc alloy coating, AZ150 (150 gms/sq.mt total on both sides) confirms to AS 1397 with Super Durable
Polyester/ SMP or approved equivalent quality paint conforms to AS/NZS 2728 Class 3 of approved
make having the license of Bethlehem International Engineering Corporation (BIEC) or relevant
licensing authority.
The coated steel shall be factory painted and oven baked with total coating thickness of nominal 35
μm, comprising of nominal 20 μm exterior coat on top surface and nominal 5 μm reverse coat on back
surface over nominal 5 μm primer coat on both surfaces of approved colour shade by Engineer-In-
Charge. The standing seam sheet panel Tata Blue Scope / Ispat industries ltd / Lloyd / JSW Steel /
Dongbu, Korea / Blue scope, Thailand, Malaysia shall be fixed on to the galvanized Z sub purlin, using
extruded structural grade aluminium clips (Aluminium alloy 6005 A/ 6063-T5)/G.I. Clips fixed over
minimum3 mm thick thermal pad. The head of clips shall be accurately matches the roof sheeting to
ensure the sheet slides freely during thermal movement.
The insulation shall be 60 mm thick fiberglass with minimum density 24 kg/m3 or Rockwool with
minimum density 48 kg/m3 to achieve minimum U value of 0.26 W/m2 K, as approved by Engineer-
In-Charge.
The liner sheet is manufactured form 0.45mm base metal thickness (BMT) and 0.50mm total coated
thickness (TCT). The panel shall be 28% perforated backed with Non woven acoustic tissue paper, for
acoustic properties. The panel shall be of 980-1015mm effective cover width, 28-30mm rib height,
190- 203 mm pitch, manufactured out of Hi tensile pre-painted sheet steel Zinc Aluminium Alloy
coating-AZ150 (min. 150 gms/sq.mt total on both sides), G300 or G550 Grade, with Super durable
Polyester /SMP or approved equivalent quality paint coat as per AS/NZS 2728 Class 3 of make as per
TSC-51
the list of approved makes having the license of Bethlehem International Engineering Corporation
(BIEC) or relevant licensing authority.
The coated steel shall be factory painted and oven baked with total coating thickness of nominal 35
μm, comprising of nominal 20 μm exterior coat on top surface and nominal 5 μm reverse coat on back
surface over nominal 5 μm primer coat on both surfaces of approved color shade by Engineer-in-
charge. The item includes supply, fabrication and installation of 3mm thick aluminium (grade AA
1100) gutter with welding, all necessary accessories and fasteners to complete the system water tight.
The concealed clip and bottom panel profile sheet shall be fastened with min. 25 μm Zinc-Tin alloy
coated, Hex head, self-drilling screw as per AS 3566-2002 Class 3 fasteners of approved make
(Buildex/Corroshield/Landmark). The fastener size shall be calculated as per the design.
The supplier and applicator shall have the necessary ISO 9001:2000, 14001:2004 &OHSAS 18001
certification or relavent certification. The insulation material should conform to ECBC /GRIHA
recommendation.
The two sheets shall sandwich with 60 mm thick Fibre Glass wool 24 kg/m3 or Rockwool with
minimum density 48 kg/m3 insulation to achieve minimum U value of 0.26 W /m2K and SITC of 39 db.
A Vapour barrier of 400 gauge polythene sheet should be provided on either side of the insulation. The
entire Double skin system is installed over the structure purlin. The contractor shall prepare the shop
drawings based on the drawings supplied by the Engineer-in-charge for approval.
Only skilled and experienced persons shall be employed for this purpose.
1.1 SPECIFICATIONS:-
(a) The thermal U value of the roof built-up shall be minimum of 0.26 W/m2K.
(b) Acoustic requirement: Sound Transmission class (STC) = 39±3 – Impact Insulation (IIC) =
42±3.
TSC-52
1.2.3 Metallic Coating
The top and bottom sheet shall have a hot dip metallic Aluminium-Zinc alloy coating of Aluminium
(55%) & Zinc (45%) with total mass coating of 150 gms/sq.mt on both sides as AZ150 or equivalent
coating as per AS 1397.
1.3 INSULATION
The two sheets shall sandwich with 60 mm thick Fibre Glass wool 24 kg/m3 or Rockwool with
minimum density 48 kg/m3 insulation to achieve minimum U value of 0.26 W /m2K and SITC of 39 db.
A Vapour barrier of 400 gauge polythene sheet should be provide on either side of the insulation. The
entire Double skin system is installed over the structure purlin.
b) Thickness of paint
As per AS 2728
As per AS 2728
As per AS 2935
TSC-53
g) Scratch resistance : For 1500 gms minimum (no scratch)
As per AS 1580.403.1
1.5 ACCESSORIES
1.5.3 Sealant
It should be acetic acid free and amine-free neutral curing silicone rubber sealant of approved make. It
shall be applied at all end laps as per manufacturer’s recommendation and approval by engineer-in-
charge.
(a) The installation shall be done in accordance to the standard practices as specified by the
manufacturer and as approved by the concern authority. All sheets and accessories must be
stored and finally erected without any damage.
(b) Single length sheet shall be installed from ridge to eave (on site roll forming) or the end laps
shall be 200mm (min) with appropriate two silicon strip barrier and fasteners as per
manufacturer’s recommendations.
(c) The contractor shall also submit methodology for fixing and also a maintenance manual for
routine maintenance.
TSC-54
(d) Flashing, capping and trims shall be manufactured from the material in the length as per
manufacturer’s recommendation. The shape and girths shall be as per design requirement and
shall be approved by the concern authority.
(e) The contractor shall ensure that panel erector is familiarized with the erection procedure and all
the supporting members are straight, level and true (according to AISC) before starting panel
erection, Panels shall be erected according to approved shop drawings by the concern
authorities.
Materials
Prior to delivery, manufacturers test certificates shall be supplied for all materials certifying grade and
conformity with applicable standards. At owner's discretion on number and frequency, random
samples drawn from material at site will be got tested at an independent test house/laboratory
approved by the owner. The materials shall be tested for and demonstrate to meet performance
criteria and requirements listed elsewhere.
Load testing
Test certificates to justify load/span data furnished by manufacturer in accordance with IS-801/AS/BS
standards should be submitted. Profiles must exhibit deflection less than L/150 under live load and
point load (as per IS 875) and less than L/100 under wind load.
Performance parameters check for STC and wind uplift has to be done by a third party agency.
Test Frequency
(a) Minimum one test for 1000 sqm area or part thereof of sheet after random sample for all tests.
(b) Testing of colour coated sheet coils shall be carried out at the coil manufacturer lab. As per
direction of engineer-in-charge, contractor has to be carried out the test by any third party lab
and the cost of the test shall be borne by the contractor.
(c) The testing of Rockwool slab or fibre glass shall be carried out and witnessed at manufacturer’s
works and type test reports for “non combustibility”, Thermal Conductivity and Noise reduction
Coefficient (NRC) shall be submitted by the contractor for review.
The Thickness of the panel will be 80mm. Rest specifications will be same as above for roof system.
TSC-55
Aluminium Composite Panel Cladding
Designing, fabricating, testing, installing and fixing in position Curtain Wall with Aluminium
Composite Panel Cladding, with open grooves for linear as well as curvilinear portions of the
building , for all heights and all levels etc. including:
(a) Structural analysis & design and preparation of shop drawings for pressure equalisation or
rain screen principle as required, proper drainage of water to make it watertight including
checking of all the structural and functional design.
(b) Providing, fabricating and supplying and fixing panels of aluminium composite panel
cladding in pan shape in metalic colour of approved shades made out of 4mm thick aluminum
composite panel comprising of Aluminum Skin of Minimum 0.5mm(Alloy Grade AA3105)
coated with KYNAR 500/Hylar 5000 PVDF based fluorocarbon /FEVE Lumiflon paint based
fluro-polymer resin/Exterior Grade Lead free Coating on Top Face Compliance to AAMA 2605
of approved finish +3mm thick noncombustible mineral based polymer core compliance to
Class B,s1,d0 As per En13501-1 and 2hrs Fire Resistance as per ASTM E119 and NBC Guidelines
2016 +0.5mm aluminum skin with service coat on Bottom face # 2 using stainless steel screws,
nuts, bolts, washers, cleats, weather silicone sealant, backer rods etc. . Overall weight of the
ACP shall not be less than 7.6 kg per sqm.
(c) The fastening brackets of Aluminium alloy 6005 T5 / MS with Hot Dip Galvanised with
serrations and serrated washers to arrest the wind load movement, fasteners, SS 316 Pins and
anchor bolts of approved make in SS 316, Nylon separators to prevent bi-metallic contacts all
complete required to perform as per specification and drawing The item includes cost of all
material & labour component, the cost of all mock ups at site, cost of all samples of the
individual components for testing in an approved laboratory, field tests on the assembled
working curtain wall with aluminium composite panel cladding, cleaning and protection of the
curtain wall with aluminium composite panel cladding till the handing over of the building for
occupation.
The Contractor shall provide curtain wall with aluminium composite panel cladding, having all
the performance characteristics all complete , as per the Architectural drawings, as per item
description, as specified, as per the approved shop drawings and as directed by the Engineer-
in-Charge.
MATERIAL
Costs of Testing
The contractor shall pay for all costs associated with the performance testing including costs
associated with the supply, fabrication, assembly, erection, maintenance, modification, dismantling
and the removal of the Testing Prototypes from the test site. Include all fees and charges payable to
the Testing Laboratory.
The contractor shall also pay for costs for a minimum party of four (4) representatives of the
Employer, Employer’s Representative to attend each Testing occurring out of town Costs include
round-trip flights (economy class for flights less than 5 hours, business if longer), accommodation,
sustenance and reasonable out of pocket expenses.
In the event that mock-up failures necessitate retests, the contractor shall pay the additional
laboratory fees and any other fees and expenses, including the cost of witnessing by the Employer,
Employer Representatives and all other fee, expense and time incurred by the Employer, Employer
Representative as a result of retesting. This applies to all re-testing. All necessary corrections shall
take place in the presence of the Employer’s Representative.
GLAZED DOORS
Supplying and installation of 12 mm thick frameless toughened clear glass door consisting hardware
of Dorma-Germany / Linox-Australia / Geze - Germany or approved equivalent and 12mm thick
toughened clear glass of any required size of ASAHI/ Saint Gobain/ Emirates or approved equivalent.
Glass to be toughened by special chemical to strengthened by double impact, all edge to be machine
polished and sides also to be toughened. The work also includes cutting of floor (15mm strip of size
TSC-57
15mm X 15mm) for floor spring of Dorma heavy floor spring BTS 84 - Dorma / FS 004 - Linox / TS 500
NV of Geze or approved equivalent to hold the glass at bottom. The work includes cost of all cut
outs/holes wherever required including fixing of hardware consisting of all required patch fittings for
doors with side and upper panels, upper and bottom patches, floor lock with cylinder and strike plate
and SS-316 grade pull handle of size 450mmX22mm complete as per direction of Engineer-In-Charge.
1.1 MATERIAL
Double door with fan light and side panels consists of the following:
a) Glass door (With 2 leaf’s) over/side panel fitting, with pivot and satin SS covers.
b) Glass door (With 2 leaf’s) over and side panel connector, with satin SS covers.
c) Top patch (2 no’s) fitting with pivot bearing location, with satin SS covers.
d) Bottom patch (2 no’s) fitting with pivot bearing for floor spring, with satin SS covers.
e) Floors lock (2 no’s) – US10 / PF 023 / PL 50 or approved equivalent with strike plate and Euro
Profile cylinder.
f) Floor Spring (2 no’s) BTS 84 - Dorma / FS 004 - Linox / TS 500 NV - Geze or approved
equivalent.
g) Back to Back SS-316 Pull Handle (4 no’s) 450mm x 22mm diameter.
The fittings will be mounted on 12 mm thick clear toughened glass door with all necessary required
accessories. The door will also consist of floor spring with all necessary glass mounting accessories for
the self closing feature. Complete as per manufacturer specification. The door shall also consist of Pull
Handle 450mm x 22mm diameter.
FAÇADE SYSTEM
Design, Supply and fixing structural glazing system consisting of powder coated aluminium and glass
of approved make, aluminium frame work fabricated out of heavy duty Aluminium extruded profile
powder coated with durable thermosetting polyester powder coating by electrostatic spraying and
hard stoved to not less than 60 micron thickness to comply with BS 6496:1994 (1991) and AAMA
2603-98 standard as per approved shade. All aluminium members and profile shall be of AC-25grade
as specifications. The aluminium members shall be protected with protections tapes all around the
profile for safety against external scratches at site. (Protection tape shall be removed only at a time of
handing over as per the instructions of project management.). The anchoring /bracing of the glazing to
the RCC slabs /beams /colums shall be done with required number of non corrosive galvanized
extended brackets of approved design (Galvanizing to be done conforming to IS: 4759-1996 upto 610
gms per sqm, 80-90 mcirons thickness) with approved dash fasteners of the minimum 12mm dia and
depth of minimum 100mm, in the concrete and stainless steel bolts including providing and fixing
aluminium shims of various thickness to adjust the beam level and line variation. The anchoring
system has been design to withstand the dead load of structural wall as well as stresses due to wind
pressure etc. The glazing frame shall be aligned for each vertical mullion for the entire height and for
each transom for the entire width horizontally by laser beam equipment to ensure 100% x axis and y
axis alignment. To make the joint water and air tight the glazing frame work provided with approved
in built ventilation and drainage system. All the joints of the structural glazing system and the
TSC-58
periphery, of glass shall be properly sealed with specified weather silicon. The details of inbuilt
ventilation and drainage system should be submitted by the contractor before execution.
EPDM gasket of suitable profile to accommodate glasses in all vision areas shall be provided at all
glazing area to make the glazing water and air tight. Including the glass to be fixed at the outer side of
the aluminium frame with structural silicon sealant (SG 18/ DC995) and mechanical support with
pressure plates and cover plates(the structural silicon bite size shall not be less than 8mm/ as per the
structural requirement/as per manufacturers recommendation). Expansion joint gap for mullion shall
be minimum 15 to 20mm to be provided where ever required, filled with expansion joint sealant from
wacker, Dow corning DC 789/Sikka or equivalent. All screws, washers used shall be only stainless
steel 316 grades and through, Bolts, Nuts and Anchors used shall be only stainless steel of 316 grades
etc. complete as per direction of EIC. (The structural design &drawings shall be provided by
Consultant / approved specialized agency however the executing agency has to submit shop drawings
and mock-up based on same which have to be approved by EIC before start of work.)
1) Mullions & Transoms, extruded aluminium sections shall be of 6063-T6 alloy to be as per
structural calculations of Jindal/Bhoruka or approved equivalent.
2) Coating of aluminium section will be powder coated with durable thermosetting polyester
powder coating by electrostatic spraying and hard stoved to not less that 60 micron thickness to
comply with BS 6496-1994 (1991) and AAMA 2603-98 standard of approved shade as per
direction of EIC.
3) Heavy duty, best quality EPDM gasket at joints and connection between Aluminium members.
4) All components should be sealed for water proofing with silicon of wacker, Dow corning of DC
789 /Sikka or equivalent or water proof membranes with internal/external aluminium flashing
finished to approval. Curtain wall should be seal to hoist structure and allow movements etc. in
its service life. Item includes cost of supplying, installation and fixing of aluminium frame with
structural members, mullions, Transom, sub fame, fixtures etc, including supply installation and
fixing glass including cost of sealants, brackets, fasteners, screws, sleeve, spacer tape, backer rod,
bolts, gasket, fixtures, scaffolding, sales tax/VAT, excise duty, any other taxes etc. complete in all
respect. (The work is to be carried out by a specialized agency approved by the EIC.)
a) 31.52 mm thick Hermetically-sealed laminated insulated glass (double glazed) units of size
and shape as required and specified, comprising with 13.52 mm thick laminated glass (6
mm Clear Heat Strengthened Glass + 1.52mm PVB Layer + 6 mm Heat Strengthened Low e
Glass Planetherm of Saint Gobain or equivalent make ) + 12mm air gap + 6 mm thick heat
soaked, toughened clear glass, as per specification fixed in precise size on the outer infill
panel of make Saint Gobain/ Asahi/Emirates glass or equivalent make.
The design of structural glazing should be done as per site condition and as per specifications.
1.2 MATERIAL
TSC-59
Double-glazed units (DGU) or insulated glass units (IGU) as per ASTM 774 shall consist of
31.52 mm thick Hermetically-sealed laminated insulated glass (double glazed) units of size and
shape as required and specified, comprising with 13.52 mm thick laminated glass (6 mm Clear
Heat Strengthened Glass + 1.52mm PVB Layer + 6 mm Heat Strengthened Low e Glass
Planetherm of Saint Gobain or equivalent make ) + 12mm air gap + 6 mm thick heat soaked,
toughened clear glass, as per specification fixed in precise size on the outer infill panel of make
Saint Gobain/ Asahi/Emirates glass or equivalent
b) Glass Properties:
Light Factors
Solar Radiation
Ashrae Values
c) E.P.D.M. GASKET
Heavy duty, best quality of EPDM gaskets shall be used at joints and connections between
aluminium members. (EPDM should have its property at-least for minimum 10 years, should
not become brittle).
d) BACKER ROD
Backer rod should be closed cell polyethylene, light weight, resilient, non-impregnated, non-
staining and non-bleeding, insert, sealant will not adhere and round with following
specifications:
Stability : Excellent
TSC-60
Resiliency : Excellent
Colour : Clear
e) EXPANSION JOINT
Building will have an expansion gap of 50-75mm as per structural requirement. In the curtain
wall glazing vertical expansion joint of this width to be provided with adequate structural /
weather proof sealant. Sealant design, appropriate grade etc to be got approved from the
sealant manufacturer. Nothing extra shall be paid on this account. For aesthetic purpose
covering is required for this joint. That also to be done without any extra cost.
1.3 EXECUTION
a) GLAZING WORK
The size of glass panels shall be shown in the drawings and thickness specified in the item. The
glass panes shall be of approved quality and make. They shall have properly squared corners
and straight edges. Damaged or defective glass shall be replaced with new glass at no
additional cost. Each piece of glass shall be delivered with factory labels intact, indicating glass
type, quality and thickness. Labels shall not be removed until installation has been accepted.
Glazing gasket channels and beads of E.P.D.M. or neoprene for all glass to be framed shall be
the standard products as specified to fit the frames. Setting blocks shall be of hard P.V.C. They
shall be high enough to provide minimum edges clearance for glass. Glass is to be protected
from breakage immediately upon installation by applying suitable warning markings.
All components should be sealed for water proofing with silicon of (Wacker Sika-305 or DOW
corning DC-991 make) joint movement minimum + 50% according to ASTMC -920.
Structural silicone of Two part sealant DC 983 or One part sealant DC 995 or structural sealant
from GE / Sika / Wacker or approved equivalent designed to meet test requirements of ASTM
C 1184 for bonding DGU unit with subframe in controlled dust free environment and in
conditioned space.
b) REPLACEMENT OF GLASS
In case of glass breakage during installation & testing, the glass will have to be replaced by De-
glazing the glass at site & the re-glazing of the new glass will have to be done at site without
any extra cost up to defect liability period.
c) FINAL CLEANING
Protective coating and warning markings shall remain undisturbed until final acceptance.
Immediately prior to final inspection, temporary protective covering or coating shall be
removed and surfaces shall be washed with a suitable thinner and left in a finished condition
having approved uniform appearance and free from all marks and blemishes. Both faces of the
glass shall be washed and polished.
TSC-61
d) INSPECTION
As desired by Engineer-in-charge agency should arrange for factory inspection of Aluminium
section and glass to ascertain the quality of material i.e. aluminium and glass as per
manufacturer’s standard / BIS / ASTM standard, including anodizing / P.P.C., toughening of
glass as per specifications and standards.
i) The aluminium shall be of grade 6063-T6 alloy. Testing shall be carried out as per Particular
specifications for alluminium work annexed with tender.
ii) Float glass shall confirm to BS 952 part – 1 for clear glass. The thickness of glass shall be
checked at any stage.
iii) If desired by A.A.I., the system shall be got tested in an approved independent laboratory at
conditions prevalent at site but for minimum 1170 pascal wind load, the max. deflection in the
system should be not more than L/175. Water test and air penetration according to the centre
for Windows and Cladding Technology (CWCT) standard USA at 600 Pascal pressure. The
system should be based on rain screen principal and pressure equalized drainage.
The following lab tests are to be carried out and shall be in accordance with following standards:
1. Air Infiltration as per ASTM E 283 -04. Standard Test Method for Determining Rate of Air Leakage
through Exterior Windows, Curtain Walls, and Doors under Specified Pressure Differences across the
Specimen.
2. Static Water Penetration as per ASTM E 331-00. Standard Test Method for Water Penetration of
Exterior Windows, Skylights, Doors, and Curtain Walls by Uniform Static Air Pressure Difference.
3. Dynamic Water Penetration as per AAMA 501.1-05. Standard Test Method for Water Penetration
of Windows, Curtain Walls and Doors Using Dynamic Pressure.
4. Wind Load Serviceability as per ASTM E 330-02. Standard Test Method for Structural Performance
of Exterior Windows, Doors, Skylights and Curtain Walls by Uniform Static Air Pressure Difference.
5. Seismic Floor Displacement as per AAMA 501.4-00. Static Test Method For Evaluating Curtain
Wall and Storefront Systems Subjected To Seismic And Wind Included Interstory Drifts.
The cost of all testing shall be borne by the contractor.
TSC-62
TOILET CUBICLES
Providing & fixing of modular toilet cubicles (Sturdo Classique-Evergreen series of Greenlam
Industries or Titan 12 mm Box-up series of Merino or T-Line or approved equivalent)
consisting of high pressure 12 mm thick compact laminated board as per IS 2046 (Indian
Standards) and as per fire retardant BS-476/97 standards with phenolic core panels for
partitions of intermediate divider, doors and pilasters (. The cubicle shall have dimensions of
1550 mm depth x 1000 mm width x 2100 mm height with a door size of minimum 600 mm(W)
x 1905mm(H), head rail on top of panels and panels shall be fixed on the floor with a clearance
of maximum 150 mm using stainless steel satin finish adjustable legs screwed to the floor.)
including providing and finishing stainless steel (SS) lock set, SS door knob, SS gravity self
closing hinge, SS coat hook with door stopper, SS U channel, SS head rail, SS adjustable foot, SS
tabular holder, SS head rail wall bracket, SS head rail corner connection and SS noise reducing
tape, etc.(all SS accessories shall be of Grade 304) as per direction of Engineer-Incharge.
Accessories: Standard – Merino Make Stainless Steel - 304 Grade accessories) or Equivalent
a) SS “U” Channel
b) SS “F” channel
c) SS Top Rail
d) SS Coat Hook
e) SS Privacy Thumb turn c/w Occupancy Indicator
f) SS Door Knob
g) SS Hinges with Cover
h) SS Shoe Box Leg 12mm - 316 Grade
i) Rubber Lining for Groove
j) S.S.Screws 304 G & P.V.C Wall Plugs
Providing & fixing Urinal Modesty Panels made of 12 mm thick compact laminated board
(Greenlam Sturdo UMP model A of Greenlam Industries Ltd / UMP SS Series of Merino
Industries or approved equivalent make ) of approved texture/shade having standard
dimension of 1200 mm Height x 450 -500 mm Width and made as per IS 2046 (Indian
Standard) and as per fire retardant BS-476/97 standard and should be heat, bacteria, water,
chemical, scratch and impact resistant . The product should have Green Guard Certificate.
Including all accessories as per approval and direction of Engineer-in-Charge .Modesty panels
will be fixed to the wall at an height of 500-600mm from the floor with 304 garde SS right angle
bracket, 304 grade SS Screws with satin finish & Wall Plugs .
TSC-63
The work includes all accessories, machineries, tools etc., complete as per direction of
Engineer-in-charge.
Specification:
Accessories: Standard – Merino Make Stainless Steel - 304 Grade accessories) or Equivalent
GLASS PARTITIONS
Providing and Fixing of Slim Glass internal partition using 12 mm Toughened Glass ( Saint
giobain/AASHI or equivalent )and Aluminium profiles of DORMA Alexa System-45 Frames or
approved equivalent to a height of maximum 3m. The Fixed glass to be fixed using DORMA
Alexa BP45 Profiles or equivelent at Top & Bottom & fixed frame cleat. The profile size shall be
45x25MM to be fixed on to the floor/ ceiling as per the requirements and the H Junction profile
to be used at all Glass to Glass vertical joints and 90 degree L /T Junction profiles at required
necessary areas as per design.
The profile shall be made of 2 mm Gauge thick matt natural anodized Aluminium and having
Minimum anodic coating 20 miicron .
GENERAL
DESIGN CRITERIA
The above system shall meet the following design parameters, and will also comply with BS /
Indian Standard Specifications and Codes of Practice.
VISUAL APPEARANCE
Aesthetically the design of the Glazing system should give uniform appearance.
DESIGN LOADINGS
a) The glazing system design shall be capable of accommodating dead load and wind loads and
other movements without reducing its performance or causing permanent damage.
b) The glazing's own dead loads and the loads occurring due to wind forces acting on them shall
be transferred to the structure / ground at its anchorage points.
c) The glazing system shall be designed to withstand a minimum wind pressure in accordance
with IS: 875 in that zone.
d) The vertical movements occurring due to thermal expansion / contraction and structural roof
members deflection shall be accommodated as per the design of the building.
TSC-64
TEMPERATURE DIFFERENCE
The system design shall accommodate a standard temperature range of +100C to +700C
EARTHQUAKE FORCE
The system design shall be capable of incorporating seismic joints, to deal with earthquakes in
that zone.
DEFLECTION
The Glazing system shall allow a standard deflection of L/175 and shall also accommodate
variable deflection limits.
The Glazing system shall achieve and meet the standard thermal and acoustic performance for
glazing in accordance with the industry norms and building regulations.
The systems design to have provision for incorporating fire and smoke stops.
The Glazing system shall be designed to withstand test pressures as specified in BS and Indian
Standards or ASTM (E283-91 and E330-93)
The Glazing system shall be capable of withstanding a positive and negative pressure (100%) for 10
seconds and (1.5 x design load) for a further 10 seconds if tested in a test lab.
MATERIAL
Float glass used for glazing shall be of approved quality conforming to BS 952 Part-I for clear
and tinted and BS 6206 for toughened glass and of the thickness specified in the item. The
tolerance in thickness shall be + 0.3 mm for 4 to 6mm and + 0.6mm for 8 to 12mm thick glass.
TOUGHENED GLASS
Toughened glass is 4 to 5 times stronger than its equivalent thickness of normal annealed float of
sheet glass. It offers great resistance to sudden temperature changes and sudden impacts.
TSC-65
Float glass on international quality conforming to BS 952 Part – I for clear and tinted glass and of the
thickness specified in the item shall be used for manufacturing toughened glass. Toughening, which
shall be carried out horizontally (without tong-marks), shall conform to ASTM 1048.
All works such as cutting, grounding, drilling etc. On glass shall be carried out prior to
toughening. Once tempering is done, no work will be allowed on the glass.
Glass shall be securely and safely cRated for delivery, handling and storage. Cushions shall be
provided at edges of glass to prevent damage. Glass faces shall be protected from scratches and
abrasions. It shall be stored in a dry, well-ventilated location, carefully protected at all times
from soiling, atmospheric.
GLAZING WORK
The glass panes shall be of the type and thickness specified in the item. Their sizes shall be as shown
in the drawings. The glass panes shall be of approved quality and make. They shall have properly
squared corners and straight edges. Damaged or defective glass shall be replaced with new glass
at no additional cost. Each piece of glass shall be delivered with factory labels intact, indicating
glass type, quality and thickness. Labels shall not be removed until installation has been accepted.
Glass is to be protected from breakage immediately upon installation by applying suitable warning
markings.
REPLACEMENT OF GLASS
In case of glass breakage after installation, the glass will have to be replaced by deglazing the glass
at site & the re-glazing of the new glass will have to be done at site without any extra cost.
STRUCTURAL SEALENT
Structural sealant should have minimum tearing strength 6.0N/mm, sore A hardness 44
(ISO:868), tensile strength (ISO :8339-A) 1.06 N/Sqmm and one part. Joint movement capability
+ 25% (As per ASTM C-920), one part natural cure equivalent to SG 18 of Sikka (Wacker), 995 of
Dow Corning or equivalent.
WEATHER SEALENT
The Silicon weather proofing sealant is designed for sealing expansion and control joints, pre-cast
concrete panel joint, non-structural curtain wall mullion joints, stress cracks and joints in parapet
wall. The sealant forms durable, flexible, water tight bonds with most building materials in any
combination, in particular, ceramics, stone, masonry, wood, steel, anodized.
TSC-66
Weather sealant should have minimum tearing strength 4.0N/mm, sore hardness 20 (ISO 868),
joint movement capability +15% (s per ASTM C-920), one part natural core equivalent to Sika
Elastosil 305, DOW corning 791P or equivalent.
FINAL CLEANING
Protective coating and warning markings shall remain undisturbed until final acceptance.
Immediately prior to final inspection, temporary protective covering or coating shall be removed
and surfaces shall be washed with a suitable thinner and left in a finished condition having
approved uniform appearance and free from all marks and blemishes. Both faces of the glass shall
be washed and polished.
TSC-67
TECHNICAL SPECIFICATIONS FOR PAVEMENT WORKS :
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 200 mm upon approval of the Engineer-in-charge.
Materials
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 15:2386 (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 (15:5640).
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.
Construction Operations
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 15: 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 15:2720 (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 rotavator 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
TSC-69
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 200mm, 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 crossfall or on super
elevation. For pavement having crossfall 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 crossfall (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 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.
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.
Horizontal Alignment:
Horizontal alignment shall be reckoned with respect to the centre 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.
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:
S. Toleranc
Sub-base
No. es
1 Flexible pavement ±10 mm
2 Concrete pavement ±6 mm
TSC-70
Surface Regularity:
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 recompacting to the
required density.
Quality Control:
The following quality control tests shall be carried out at frequencies specified against each for
Granular Sub-base:-
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.
TSC-71
2. DRY LEAN CEMENT CONCRETE
Providing and laying dry lean cement concrete with coarse and fine aggregate conforming
to 15:383, 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.
2.2 Cement: Any of the following types of cement may be used with the prior approval of
Engineer-in-Charge.
S. No. Type Conforming to
i) Ordinary Portland Cement IS: 8112
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.
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.
TSC-72
Nothing extra shall be paid on this account.
2.3 Aggregates
2.3.1 Aggregates 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 splinters 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 15':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 15:383. 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 15:2720 (Part 37).
2.3.4 The material after blending shall conform to the grading as indicated in Table 1.
2.4 Water: Water used for mixing and curing of concrete shall be clean and free from injurious
TSC-73
amounts of oil, salt, acid, vegetable matter or other substances harmful to the finished
concrete. It shall meet the requirements stipulated in IS: 456.
2.5.1 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:
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.
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.
TSC-74
3.3 Cement Content: The cement content in dry lean concrete shall be such that the strength
specified in clause 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 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.
4.2.1 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.
4.2.2 Batching 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.
4.2.3 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 can not 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.
TSC-75
4.2.4 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.
4.2.5 Bins preferably with four adequate separate compartments shall be provided in the
batching plant.
4.2.6 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.
4.2.7 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.
4.2.8 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 5 mm 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
TSC-76
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 4.S.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.
4.4 Placing
Lean concrete shall be laid by a paver with electronic sensor 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 compaction to the
sub-base. One day before placing of the dry lean cement concrete 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
4.5.1 The compaction shall be carried out immediately after the material is laid and leveled. 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.
4.5.2 The 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.
4.5.3 Double drum smooth-wheeled vibratory rollers of minimum 80 to 100 KN static weight
TSC-77
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.
4.5.4 A 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.
4.5.6 Segregation 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
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.
TSC-78
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 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 clause 6.0.
If during the construction of trial area/patch, the optimum moisture content 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
6.1 After finalizing the mix design, trial length/area as decided by the Engineer-in-Charge
shall be prepared.
6.2 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'.
6.3 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
TSC-79
surface shall not have honey combing and the aggregates shall not be held loosely at the
edges.
6.4 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.
7.1 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.
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.
7.4 Quality control test on the materials and the work and minimum frequencies shall be as
under:
7 Cube strength of material mixed IS: 516 One test per 1000 Sqm
at site (3 samples) or part thereof
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 leveling, watering and compacting.
TSC-80
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.
TSC-81
Appendix 'A'
Dry Lean Concrete
Samples of dry lean concrete for making cubes shall be taken from the uncompacted
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 15:516 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 Sqm. 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 15:516.
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 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 sub-base 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 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.
TSC-82
Stainless Steel Q-Management systems
Stainless Steel Q-Management systems with retractable tape head Mechanism consisting of Polyester
tape of desired colour of minimum 45 mm width , with minimum 2.75 metre retractable length ,with
desired logo and name in desired colour, with pole 1000mm total height, 63 mm dia. with thickness
1.5 mm of Stainless Steel Grade -202. Stainless Steel pole fixed to S.S. base 350 mm dia. with S.S. cover
45 mm high and bottom with rubberized or ABS or suitable base. Approx. weight should be 10 Kgs.
Providing and placing stainless steel Swing Bin ( Dustbins) of Sizes 14"x 28" made of 2mm
thick 202 grade Stainless steel sheet all as per manufacturers specification etc complete and as
per the direction of the Engineer-In-Charge.
Material
Grade 202 stainless steel is a type of Cr-Ni-Mn stainless with similar properties to A240/SUS 302
stainless steel. The toughness of grade 202 at low temperatures is excellent.
It is one of the most widely used precipitation hardening grades, and possesses good corrosion
resistance, toughness, high harness, and strength.
The following datasheet provides an overview of grade 202 B stainless steel.
The new modular matting system combines high performance with flexible design options and easy
on site installation. This matting system is made up of two tile versions, each incorporating a 2mm
drainage foot on the bottom surface. The large open scraper profiles incorporate ‘heel steps’ to
prevent heel trapping. Traffic rated at 5000 crossings per day.
The new modular matting system combines high performance with flexible design options and easy
on site installation.
The new modular matting system is made up of 2 tile versions. Each tile is 300x300mm square and
17mm deep incorporating a 2mm drainage foot on the bottom surface. The large open scraper profiles
incorporate ‘heel steps’ to prevent heel trapping.
The Nomad 8900 Aqua Tile combines the scraper elements with large central textile infill of Nomad
Aqua 8500 dual fibre matting. This tile will scrape, remove and hold moisture.
MATERIAL
Material shall be of approved quality and confirming to specification as specified in Description of item
and CPWD Specification 2009 Vol 1&2 with upto date correction slip and relevant IS code.
INSTALLATION TECHNIQUE
Installation shall be done as specified in Description of item and as per manufacturer specification and
direction of Engineer in charge
TSC-84
TECHNICAL SPECIFICATIONS (E & M)
TABLE OF CONTENTS
S.No. WORK Page No.
TSE1
ELECTRICAL SYSTEM
TSE2
1. Introduction
1.1 The Electrical design & construction specifications for proposed IAF,
Hindon is covered under this section.
2. Scope
The Scope of work shall include basic design, Construction detailed design,
supply, installation, testing, commissioning and handing over the entire
electrical system along with As-Built drawings and O&M manual.
TSE3
j. Supplying and laying of HT cable/ overhead line from tapping point
of state electricity board to proposed substation shall be in scope of
AAI. Presently state electricity board is providing only one source.
However the provisions for 02 HT incomers/VCB to be provided by
successful bidder (01 No for future use). Charges of feeder cables
(supply & laying) from the metering point in the vicinity of substation, HT
switch gears, liaise with State Electricity Authority, associated civil works
are in the scope of tenderer.
3. Design Requirements
System:
TSE4
n. Neutral and Body Earthing systems.
o. Electrical work related to HVAC, PHE, Fire , BHS and IT etc.,
p. Lightning Arrestor.
q. Aviation Obstruction Lighting (If reqd.).
r. In case of water supply pumping system 01 set of similar capacity
shall be provided/ supplied as standby/spare pump. Interconnections of
different water supply sources shall be provided.
Wiring System
Code of practice for electrical wiring installation (System voltage not
IS: 732 exceeding 650 V)
IS : 1646 Code of practice for fire safety of buildings (General Electrical installation).
IS : 2667 Fittings for rigid steel conduits for electrical wiring.
IS : 3480 Flexible steel conduits for Electrical wiring.
IS : 3837 Accessories for rigid steel conduit for electrical wiring.
IS : 694 PVC insulated cables
IS : 2509 Rigid - non-metallic conduits for electrical wiring.
IS : 6946 Flexible (Pliable) non-metallic conduits for electrical installation
IS : 1293 3 Pin plugs and sockets
IS : 8130 Specifications for conduits for electrical installation
IS : 3854 Switches for domestic purpose
IS : 3415 Fittings for rigid non-metallic conduits
IS : 9537 Conduits for electrical installation
General and safety requirements for household and similar electrical
IS : 302 appliances
IS: 3043 Code of practice for earthing
IS : 5216 Guide for safety procedures and practices in electrical work
MV Distribution Board
IEC- 60947 General requirements for switch gear and control gear for voltages not
exceeding 1000V
IS 5578-85 Guide for marking of insulated conductors
IS 11353-85 Guide for uniform system of marking and identification of conductors
and apparatus terminals
IEC- 60529 Degree of protection provided by enclosures for low voltage switch
gear and control gear
IS 2675-83 Enclosed distribution fuse boards and cutouts for voltages not
exceeding 1000V
IS 2551-82 Danger notice plates
Circuit breakers Part 1. Requirements (Part I/Sec 1): and tests:
IS 2516 Section 1. Voltages not exceeding 1000V ac or 1200V dc.
Alternating current isolators (dis-connectors) and earthing
IS 1818-72 switches
TSE5
Factory built assemblies of switchgear and control gear for voltages
IS 8623-77/IEC- up to and including 1000V AC & 1200V DC
61439
IS 8828-78 Miniature air break circuit breakers for voltages not exceeding 1000V
IS 9926-81 Fuse wires used in rewire able type electric fuses up to 650 Volts
Motor starters for voltages not exceeding 1000 Volt A.C. or
IS 8544-79 1200 Volt D.C.
Contactors for voltages not exceeding 1000 Volt A.C or 1200 Volts
IS 2959-85 D.C
IS 9224-79 Low Voltage fuses
IS 12640-89 Residual current operated circuit breakers
Direct acting indicating analogue (all parts) electrical measuring
IS 1248-83 instruments and their accessories
IS 2705-81 Current transformers. (all parts)
IS 4201-83 Application guide for voltage transformers
Terminal markings for electrical measuring instruments and their
IS 8197-76 accessories
Earthing System
IS 3043 Code of practice for earthing.
IEEE 80:86.
IEEE 142:92
HT Cables
Code of practice for installation and maintenance of power cables up to
IS 1255 :83 and including 33kV rating (Amendment I)
IS 7098 : 85 Cross linked polyethylene insulated PVC (Part2) sheathed cables
TSE6
IS 8130 : 84 Conductors for insulated electric cables and flexible cords
IS 5831 : 84 PVC insulation and sheath of electric cables (Amendment I)
HT Switch Board
IS:2516 Circuit breakers
IS:2705 Current Transformers
IS:3705 Voltage Transformers
Direct acting indicating analogue electrical measuring instruments and
IS:1248-83 their (all parts) accessories
IS:4201-83 Application guide for voltage transformers
Terminal markings for electrical measuring instruments and their
IS:8197-76
accessories
Lighting
IS:3646 ( Part 1) Code of practice for General Lighting.
1992
IS 6665 – 1972 Code of practice for Industrial Lighting.
IS 9583 – 1981 Code of practice for Emergency Lighting.
IS 1944 _ 1970 Code of Practice Street lighting.
NBC _ 2005 National Building Code.
D.G set
TSE7
ISO 3046 / BS Diesel Engine for General Purpose
5514
IS 1460 Specification for Diesel Fuels
IEC 34-1 & IS Rotating Electrical Machines
4722
NFC 17-102 &
IS 2309. Lightning Arrestor
Apart from the above standards the following Act, codes, Rules &
regulations of mentioned Organizations shall also be met.
a. Indian Electricity ACT & Indian Electricity Rules 1956 (Latest Amendment)
b. National Building Code (NBC)
c. Bureau of Indian Standards (BIS)
d. National Electrical Code (NEC)
e. Pollution Control Boards.
f. Uttar Pradesh State electricity board (UPSEB)
g. Utility Company Regulations.
h. International Civil Aviation Organization.
5. Design Development
TSE8
Concourse 150 – 200 – 300
Machine room – Electrical eq. room 150 – 200 – 300
Toilets 150 – 200 – 300
Street lights 8 – 15 – 30
Apron Flood Light (LED) Average - 20
Min - 5
3. HVAC, PHE, Fire, Lift, BHS, and IT equipment load requirement. (In line
with other agencies).
4. Transformer Sizing.
5. DG Sizing
6. UPS sizing.
7. Master Single line diagram.
8. Layout drawings for various facilities (Cable tray/Cable trench/Earthing
/ Power / Lighting etc.)
9. Power plug Point shall be provided as per architectural and functional
requirements considering below mentioned criteria:
• For Office area- 1 No power plug point and 2 Nos Light plug point to be
provided for each area upto 20 SqM and qty will increase for more area in
the same ratio.
• For ancillary building- 1 No power plug point and 1 No Light plug point to
be provided for each area upto 20 SqM and qty will increase for more area
in the same ratio.
• For Public Area- 1 No power plug point (16/6A) to be provided for each
area upto 20 SqM and qty will increase for more area in the same ratio.
TSE9
22. All substation and closet shall have necessary fire protection as per
IS/CPWD requirements. .
23. Data Sheets of all Major items.
24. Operational spares, Warrantee and Guarantee of the Equipments, DLP
shall meet as per the condition of the contracts.
25. As built drawings and O&M documents shall be submitted as per the
condition of the contracts.
26. Do`s & Don’t`s, SLD for all the panels, power Supply, water supply, STP,
PHE, GLF, Lights, Elevators, Escalators etc. to be displayed at respective
locations.
27.
6. General Requirements of Major Equipments:-
TSE10
c. Two diagram and rating plate indicating the details of transformer
connecting diagram vector group, tap changing diagram etc. shall be
provided.
Cables end boxes on H.V. side shall be suitable for 11KV, suitable size of 3 Core
XLPE insulated armoured aluminum cable and on LV side cable end box shall be
suitable to terminate LT XLPE cables/LT Bus ducting.
6.1.5 Testing
TSE11
c. Indoor, floor mounting compartmentalized type, IP 42
a. The switchboard shall be factory assembled, indoor type, metal clad, totally
enclosed, dead back and fully interlocked design generally manufactured
and tested as per IS. The switchboard shall form a continuous board with
main supporting frame fabricated from CRCA sheet steel of 14 gauge
thickness to form a rigid assembly providing self-contained housing. Doors
and partitions shall be fabricated using 16 gauge CRCA sheets. Design of the
board shall permit future extensions at both the ends. The switchboard
shall be completely assembled and tested at the manufacturer’s works
for proper operation and designed for a short circuit fault level of 350
MVA. The bus bars shall be continuously rated for the ratings as per the
design requirements with levels suitable for 11000 Volts, 3 phase, 50 cycles
and effectively earthed system.
f. Voltage transformer shall be insulated for full voltage rating and shall be
Cast Resin Type. Secondary winding shall be rated for 110 volts RMS.
High voltage HRC fuses of full interrupting rating shall be provided. Fuses
shall be mounted for easy accessibility for replacement with safety while
the main bus bars are live. The VA rating of PT shall be adequate to
meet the VA burden of all meters relays together with 10% spare
capacity.
TSE12
g. Current transformer shall be mounted in such a way that they do not come
in the way of jumper connection to break isolating contacts. Each CT
shall be of proper accuracy as per relevant standards for metering
and protection, with adequate burden. CT shall be cast resin type having
bar/wound primary.
6.2.3 Meters
All indicating meters shall be of digital with LCD display and suitable for flush
mounting
6.2.4 Relays
Selector switches shall be of the rotary type and adequately rated for the
purpose intended. Minimum acceptable rating is 10 Amps, continuous at 240
Volts.
6.2.6 Earthing
Main earth bar shall be tinned copper for the full length of Switchboard.
Provision shall be made for connections from the earth bar to the substation
earth on both sides of the switchboard.
7.1 SCOPE
TSE13
This section covers manufacture, supply, installation, testing and
commissioning of sandwich insulated bus trunking for connection between
the Transformer to LT panels or DG sets to DG Panel or DG Panel to LT Panels.
7.4 CONSTRUCTION
The enclosure shall be made from 1.6 mm thickness galvanized sheet steel duly
powder coated with IP 55 protection. Bus bars would be in ‘Sandwich’
construction and the conductors will be individually insulated with layers of
insulating film. Inner layer shall be of Glass MICA and outer layer of polyester
material having minimum class F. Alternatively extrusion of Class ‘F’ material in
the form of epoxy insulation may be provided. No drilling of Bus bars is
permitted. Length of section will be limited to max 3 Mtrs. Bus bars of one
section will be connected to Bus bars of adjacent section by uniblock joint/single
bolt joint system removable as separate sub-assembly, so that it can be inserted
or removed without disturbing the adjacent sections.
5.5.1 Bus trunking will be designed to withstand short circuit current of 50 kA for
one second.
5.5.2 Busbar system should be designed for an ambient temp. of 40 deg C. and
temp. rise restricted to 55 Deg. C max. on conductor above ambient.
7.6 INSTALLATION
Necessary Vertical / Horizontal Bends/ Tees shall be provided as required as per
drawings. Bus bars trunking will be rigidly fixed to the side walls or
suspended from ceiling by supports as per site requirement. At the termination
either on transformer side or on generator end or on switchgear panel, bus duct
TSE14
will be provided with flange ends, adopter Box and copper flexible (preferably
multisheet types) to connect Bus bars of bus duct to bus bars of switchgear panel
or transformer terminals or generator terminals.
All the components like Bus bars ducting, Bends, Hanger ends, Adopter Boxes
etc. will be made from galvanized steel sheets. All bus duct connections shall be
checked through torque wrench or as per manufacturer recommendations.
Earth strip of Aluminium shall be provided, one on each side all along the bus
duct of size 50 X 5 mm size Earth strip should be firmly fixed to the body of bus
duct at regular intervals.
Routine Tests
7.9.2 Testing
TSE15
triplicate. Only routine testing shall be carried out at the manufacturer’s
works. The manufacturer should produce the certificate for type test carried
out by them in the past.
7.10 LV Switchgear
8. L.T. PANELS
8.1 GENERAL
Low Voltage switchgear & control gear assemblies IS 8623-1 upto 250A rating
incomer and IEC 61439-1&2 for above.
TSE16
8.3 SWITCH BOARDS
8.3.1 General
• The switchboard along with ACBs and connections should have been type
tested design at CPRI / Independent international test house for short circuit,
temperature rise, protective earth short circuit test and dielectric tests of the
ratings required.
• For operator safety IP2 X (touch proof) protection to be available even after
opening the feeder compartment door. The compartmentalization to be
achieved by using metal separators, use of PVC sheet / Hylem sheets shall not
be allowed.
• The Switchboard shall be configured with Air Circuit Breakers, MCCB's, MCB’s,
RCCB`s and other equipment as called for in the schedule of quantities.
TSE17
• The Switchboards shall be of adequate size with a provision of spare space
to accommodate possible future additional switch gear.
• The Switchboards shall be metal clad totally enclosed, floor mounted free
standing type of modular extensible design suitable for indoor mounting.
• The incomer panel shall be suitable for receiving bus trunking or MV cable
of size specified.
• The switchboards shall be designed for use in high ambient temperature and
humid tropical conditions as specified. Ease of inspections, cleaning and
repairs while maintaining continuity of operation shall be provided in the
design.
• Metal based neoprene gaskets between all adjacent units and beneath all
covers shall be provided to render the joints dust and vermin proof to provide
required degree of protection as stipulated in schedule of quantities. The
unused openings within the switchboards shall be closed using suitable
grommets.
• Special care to be taken to ensure effective earthing of the frame and doors
of the switchboards.
• Each vertical section shall be provided with a rear or side cable chamber
housing the cable end connections and power/control cable terminations.
There should be adequate space for ease of installation and maintenance &
adequate safety for working in one vertical section without coming into
contact with any live parts. The design of the switchboard shall allow standard
extension chambers if required to accommodate cables.
TSE18
partition shall be fabricated from CRCA/Aluzinc sheet steel of min 1.6 mm
thickness. Joints of any kind in sheet metal shall be seam welded and all
welding slag ground off and welding pits wiped smooth with plumber
metal. All panels and covers shall be properly fitted.
• The height of the operating handle, push buttons etc shall be restricted
between 300 mm and 1800 mm from finished floor level.
• Sheet steel hinged lockable doors for each separate compartment shall be
provided and duly interlocked with the breaker in "ON" and "OFF" position.
TSE19
• Each switchgear cubicles shall be fitted with label in front and back
identifying the circuit, switchgear type, rating and duty. All operating device
shall be located in front of switchgear only.
• Bus bars shall be made of high conductivity and high strength Aluminium. Bus
bars shall be of rectangular cross sections, suitable for full load current for
phase bus bars or as stipulated in schedule of quantities. The cross section of
the neutral bus bar shall be the same as that of the phase bus bar for bus
bars of capacities upto 200A; for higher capacities, the neutral bus bar must
not be less than half the cross- section of that of the phase bus bar. Bus
bar shall be suitable to withstand the stresses of fault level as specified in
schedule of quantities.
• The bus bar system may comprise of a system of main horizontal bus bars
and auxiliary vertical bus bars run in bus bar alley on either side in which
the circuit could be arranged with front access for cable entrances.
• Clearances
TSE20
• All connection and tap offs shall be through adequately sized
connectors appropriate for fault level at location. This shall include tap off to
feeders and instrument/control transformers.
• For unit ratings up to 100 amps, PVC insulated copper conductor wires of
adequate size to carry full load current shall be used. The
terminations of such interconnections shall be crimped. Solid connections
shall be used for all rating of above 100 amps.
Air Circuit Breakers shall be provided in fully draw out cubicles, unless otherwise
stated. These cubicles shall be such that draw out is possible without
disconnection of the wires and cables. The power and control circuits shall have
self-aligning and self-isolating contacts. Mechanical latches shall be integrated in
ACB at service, test and isolated position to ensure that Breaker is firmly latched
in respective position. It shall not be possible to move the breaker from the
position unless latch is manually operated.
• All voltmeter and ammeter and other instruments shall be flushed mounted
type of size 96sq.mm conforming to class 0.5 or as specified to IS 1248 for
accuracy.
• For all ACBs, Instruments and indicating lamps shall not be mounted on the
Circuit Breaker Compartment door for which a separate and adequate
compartment shall be provided and the instrumentation shall be accessible for
testing and maintenance without danger of accidental contact with live parts of
the Switchboard.
TSE21
• LED Type indicator lamps shall be provided as per schedule of quantities
suitable for operation on 230 volts AC supply. All lamps shall be protected by 2A
control MCBs.
• Multifunction meters shall be provided as per requirement which shall
display showing V, A, PF, Hz, KW, KWH, KVAR, etc. Also add on modules for
RS485 port, programmable contacts, analogue output etc to link to BMS system.
8.3.10 Wiring
All wiring for relays and meters shall be with FRLS insulated copper conductor
wires. The wiring shall be coded and labeled with approved ferrules for
identification. The minimum size of copper conductor control wires shall be 2.5
Sq. mm. Runs of wires shall be neatly bunched and suitably supported and
clamped. Means shall be provided for easy identification of wires.
Identification ferrules shall be used at both ends of wires. All control wires
meant for external connections are to be brought out on a terminal board.
8.3.12 Earthing
Continuous earth bus sized for prospective fault current to be provided with
arrangement for connecting to station earth at two points. Hinged doors /
frames to be connected to earth through adequately sized flexible braids.
TSE22
9. LT Air Circuit Breakers
9.1 General
• The circuit breakers shall be of the air break type, robust and compact
design suitable for indoor mounting and shall comply with the requirement IS
13947-1 and 2. Rupturing capacity shall be 50 KA. Heat loss per pole shall be
low.
• The breaker shall provide IP 2X protection between the front panel and
internal power circuits to avoid any accidental contact with the live main
current carrying path with the front cover open.
• Protective devices, metering, CTs, PTs, push buttons and indicating lamps shall
be provided as per requirement of site.
• All current carrying parts in the breaker shall be silver plated and suitable
arcing contacts shall be provided to protect the main contacts which shall be
separate from the main contacts and easily replaceable. In addition, Arc chutes
shall be provided for each pole, and these shall be suitable for being lifted out
for the inspection of the main and the arcing contacts.
• Self-aligning cluster type isolating contacts shall be provided for the Circuit
Breaker, with automatically operated shutters to screen live cluster
contacts when the Breaker is withdrawn from the cubicle. Sliding
connections including those for the auxiliary contacts and control wiring shall
also be of the self-aligning type. The fixed portion of the sliding connections
shall have easy access for maintenance purposes.
• There shall be flexibility in changing the types of terminals at site to suit the bus
bar orientation if required.
TSE23
• The circuit breakers shall be for continuous rating and service short Circuit
breaking capacity (Ics).
• Ultimate breaking capacity (Icu) and short circuit withstand values (Icw) for 1 sec
• The ACB shall have double insulation (Class-II) with moving and fixed
contacts totally enclosed for enhanced safety and in accessibility to live parts.
9.3 Operating Mechanism
• The Circuit Breaker shall be trip free with independent manual spring
operated or motor wound spring operated mechanism as specified and
with mechanical ON/OFF indication. The operating mechanism shall be such
that the circuit breaker is at all times free to open immediately the trip coil is
energized. The breaker shall be provided with in built anti pumping mechanism.
• The closing time shall be less than or equal to 60 ms to ensure faster closing of
the breaker. And tripping time should be less than 40 ms to reduce the let
through energy in the event of fault.
• The operating handle and mechanical trip push button shall be at the front
and integral with the Circuit Breaker.
• There shall be mechanical indicator on the front panel for ‘Ready to close’
situation for the breaker by checking all interlocking.
Sequence type strain free interlocks shall be provided to ensure the following:
• It shall not be possible for the Breaker to be withdrawn from the cubicle when
in the "ON" position. To achieve this, suitable mechanism shall be provided to
lock the Breaker in the tripped position before the Breaker is isolated.
TSE24
• It shall not be possible for the Breaker to be switched "ON" until it is either
in the fully inserted position or, for testing purposes, it is in the fully isolated
position.
• It shall not be possible for the Circuit Breaker to be plugged in unless it is in the
OFF position.
• A safety latch shall be provided to ensure that the movement of the Breaker
while withdrawing is checked before it is completely out of the cubicle & thus
preventing its accidental fall due to its weight.
The Circuit Breaker shall have suitable free / minimum 4 NO/NC auxiliary
contacts rated at 10 amps 415 volts 50 Hz. These contacts shall be
approachable from the front for connecting all external wiring from the front.
They shall close before the main contacts when the Circuit Breaker is plugged
in and vice versa when the Circuit Breaker is Drawn Out of the cubicle.
• All electrical auxiliaries, including the spring charging gear motor shall be
installable on site without requiring adjustment or any special tools.
a. True RMS Sensing- The release shall sense true RMS value of current
to avoid nuisance tripping during starting.
TSE25
b. Thermal Memory: The release incorporate thermal memory feature to
achieve faster tripping in case of repetitive overloads.
c. Defined time-current characteristics :
d. Trip Indication
e. Self-powered
f. Zone Selective Interlocking
All incomer ACBs (except APFC Panel) shall have following additional
protections other than mentioned above.
TSE26
• Release should be able to capture short circuit current on which ACB has
tripped. The last five trips and alarms shall be stored in memory with the
date & time stamping along with type of fault and alarm.
• Release should have facility to select different type of IDMT Characteristics.
The ACB protection release shall offer the following protection functions as
standard:
• Long-time (LT) protection with an adjustable current setting and time delay;
• Short-time (ST) protection with an adjustable pick-up and time delay;
Instantaneous (INST) protection with an adjustable pick-up and an OFF Position.
• Earth-fault protection with an adjustable pick-up and time delay shall be
provided
• The release shall have in built RS485 port for BMS connectivity and breaker
control thru PC on MODBUS protocol.
9.7.1 Earthing
The frame of the Circuit Breaker shall be positively earthed when the Circuit
Breaker is racked into the cubicle.
10.1 General
• The circuit breakers shall comply with the requirement of IS 13947-2: 1993.
MCCBs shall be suitable for nominal voltage of 3 phase 690 Volts AC 50 HZ
supply.
• The circuit breaker shall comply with the isolation function requirement of IS
13947-2 section 7.1.2 to be marked as suitable for isolation / disconnection
to facilitate safety of operating personnel while the breaker is in use.
• The circuit breaker shall provide IP 2X protection for insulation between the
front cover and internal power circuits to avoid any accidental contact with the
live main current carrying path with the front cover open.
TSE27
• MCCBs shall be equipped with Microprocessor / Thermal Magnetic based trip
units.
• The MCCBs shall be made of halogen free high strength heat resisting and
flame retardant thermo setting insulating material.
• Three phase MCCBs shall have a common handle for simultaneous operation
and tripping of all the three phases.
• The contact tips shall be made of suitable arc resistant sintered alloy.
• The operating handle of the MCCBs shall be quick make / break, trip free type.
• The operating handle of the MCCBs shall have suitable, ON, OFF and TRIP
indicators & Terminal spreaders shall be provided.
• The operating handle and mechanical trip push button shall be at the front
and integral with the circuit breaker
• MCCBs shall comprise of the mechanism designed to trip the circuit breaker in
the event of high value short circuit currents.
TSE28
The circuit breaker shall be provided with following accessories, wherever
required
MPCB shall have a rated operational and insulation voltage of 690V AC (50 Hz)
and MPCB shall be suitable for isolation conforming to relevant IS/IEC
standard and shall have a rated impulse withstand voltage (Uimp) of 6 kV.
The motor circuit breakers shall be designed to be mounted vertically or
horizontally without derating. The motor circuit breakers shall accept a
padlocking device in the “isolated” position.
The motor circuit breakers shall be equipped with a “PUSH TO TRIP” device on
the front enabling the correct operation of the mechanism and poles opening
to be checked. The auxiliary contacts shall be front or side mounting, and
both arrangements shall be possible. The front-mounting attachments shall
not change the breaker surface area. Depending on its mounting direction the
single pole contact block could be NO or NC. All the electrical auxiliaries and
accessories shall be equipped with terminal blocks and shall be plug-in type.
The motor circuit breakers shall have a combination with the downstream
contactor enabling the provision of a perfectly co-ordinate motor-starter. This
combination shall enable type 2 co-ordination of the protective devices
conforming to relevant IS/IEC standard.
The motor circuit breakers, depending on the type, could be equipped with a
door- mounted operator which shall allow the device setting. The motor
circuit breakers shall be equipped with releases comprising a thermal element
assuring overload protection and a magnetic element for short-circuit
protection. In order to ensure safety and avoid unwanted tripping, the
magnetic trip threshold (fixed) shall be factory set to an average value of 12
Ir. All the elements of the motor circuit breakers shall be designated to enable
TSE29
operation at an ambient temperature of 50°C without derating. The thermal
trips shall be adjustable on the front by a rotary selector. The adjustment of
the protection shall be simultaneous for all poles. Temperature compensation
(-20°C to +50°C)
The housing shall be heat resistant and having high impact strength. The
terminals shall be protected against finger contact to IP20 Degree of
protection. All DP, TP, TPN and 4
Pole miniature circuit breakers shall have a common trip bar independent to
the external operating handle.
TSE30
The Battery Charger shall essentially comprise of the
followings.
• 1 No. Double Pole “ON/OFF” MCB at A.C. Input.
• 1 No. Pilot Lamp to indicate charges “ON”.
• 1 No. Main Transformer: Double Wound, naturally air- cooled, having
Copper wiring.
• 1 Set Single Phase full wave Bridge Rectifier consisting of 2 nos. Diodes
and 2 Nos. SCR’s liberally with Resistor/ Condenser Network for surge
suppression.
• 1 No. Rotary Switch to select Auto Float/ Manual/ Float/ Manual Boost.
• 1 Set Solid State constant potential Controller to stabilise the DC
Output Voltage of the Float cum Boost charger at ± 2% of the set value
for AC Input Voltage variation of 230V ± 5% from 50 Hz and
simultaneous load Variation of 0 – 100% and also complete with
Current Limiting Circuit to drop the Float charger Output Voltage upon
overloads to enable the Battery to take over.
• 1 No. Electronic Controller to automatically hangover Battery charging
from Boost to Float and vice – versa.
• 1 No. Digital Type DC Ammeter and Toggle Switch to read charger output
current and Battery charge/ discharge current.
• 1 No. Digital Type DC Voltmeter to read the DC Output Voltage.
• 1 No. double pole ON/OFF MCB at Charger output.
Visual and Audible Alarm with Manual Accept/ Reset Facility shall be provided
for the following.
TSE31
The manufacturer must have established stores with proper procedures for
checking incoming material, stocking, rejection etc so that non-Quality
material does not enter the shop.
a) A general visual check shall be carried out. This shall cover measurement
of overall dimension, location, number and type of devices, terminal
boxes, location and connection of terminals etc.
b) Checking of bill of materials as per approved drawing.
c) Checking of operation of various feeders as per approved schematic
drawings.
d) Operation check shall be carried out for every control function as per
schematic drawings by manually simulating fault conditions and
operation of control switches/relays etc.
e) Checking of interchange-ability of identical feeders.
f) Insulation resistance test and value measurement on power and
control circuits before and after high voltage withstand test.
g) High voltage test on power and control circuit as per IS 8623.
h) For equipment brought from other suppliers, certified test reports of tests
carried out at the manufacturers’ works shall be submitted. Normally
all routine tests as specified in the relevant standards shall be conducted
by the sub supplier at its works and copies of routine test reports shall be
furnished.
11.7 INSTALLATION
The installation work shall cover assembly of various sections of the panels
lining up, grouting the units etc. In the case of multiple panel switch boards
after connecting up the bus bars etc., all joints shall be insulated with
necessary insulation tape or approved insulation compound. A common earth
bar shall be run inside at the back of switch panel connecting all the sections
for connection to frame earth system. All protection and other small wirings
for indication etc. shall be completed before calibration and commissioning
TSE32
checks are commenced. All relays, meters etc. shall be mounted and
connected with appropriate wiring.
Commissioning checks and tests shall include all wiring checks and checking
up of connections. Relay adjustment/ setting shall be done before
commissioning in addition to routine Megger tests. Checks and tests shall
include the following:-
11.9 Starters
12.1 SCOPE
TSE33
The Scope in this section covers Design, Manufacture, Supply, Installation,
Testing and Commissioning of Automatic Power Factor Correction Panel
(APFC Panel) with 415V, 3 Ph, 4 wire system heavy duty capacitors.
12.2 GENERAL
The APFC Panel/banks are intended for improvement of power factor of the
electrical system and designed for automatic power factor correction.
Automatic power factor correction panel shall improve the power factor up to
0.99.
12.3 DESIGN
The APFC panel shall be suitable for operation on 415 V, three phase, four
wire, 50 Hz Ac system, system fault level of 50 KA. The KVAR rating of the
capacitor banks shall be as per schedule of quantities/ requirement.
The APFC panel shall be indoor, floor mounted, free standing type & designed
with the concept of modularity which allows upgrading of the KVAR rating as
and when required.
Capacitor banks for each individual module shall be mounted on the back side
so that removal and replacement should be possible from the back of the
panel.
The control panel shall be supplied with removable gland plates for cable
entry at the top as well as bottom.
13. COMPONENTS
The capacitor units shall be indoor type, air- cooled with low viscosity
impregnated paper dielectric hermitically sealed. The impregnation used
shall be non- inflammable, non-oxidizing, lower freezing point type synthetic
compound. Each individual cell shall be provided with pressure sensitive dis-
connectors / devices.
TSE34
Capacitors shall be of heavy duty type & shall conform to IS: 13341-
1992, 13340-1993. Capacitor bank shall be suitable for 415 V, 3 phase, 4 wire,
50 HZ, AC supply system. The capacitor bank shall comprise of suitable
number of 3 phase units in suitable combination. Capacitor units shall be
provided with externally mounted discharge resistors to reduce the
residual voltage.
Individual unit shall be provided with MCCBs, capacitor duty contactors etc to
make bank of required KVAR. Two no’s of earth terminals shall be provided to
each capacitor bank and shall be mounted to capacitor panel earth bus.
13.2 CONTACTORS
The Power contactors used in APFC Panel shall be of capacitor duty type and
suitable for switching of three phase capacitor banks. The rating of capacitor
duty contactors shall be as per design requirement.
The APFC Relay used in the APFC Panel shall be of 14steps, intelligent
Microprocessor based type. The relay shall be flush mounting type and shall
have display for indicating the Power factor
13.5 OPERATION
The selection of the contactors, switches etc. shall be such that no heating
takes place during the course of operation, duty cycle and their ratings shall
be suitable for capacitor switching operations.
TSE35
13.6 INSTALLATION, TESTING & COMMISSIONING
14. HT CABLES
14.1 GENERAL :
Unless or otherwise specified, the work shall be carried out as per the
prevailing CPWD specifications for electrical works and Indian Electricity Rules
as amended up to date.
14.2 MATERIAL :
Cable termination shall be done in terminal cable box using heat shrinkable
jointing kit and lugs/thimbles. The seals of cables must not be removed until
all preparations for termination are completed. Termination shall be finished
on the same day as commenced and sufficient protection for weather shall be
arranged. The conductors shall be efficiently insulated with high voltage
insulation tape.
15.1 GENERAL
TSE36
15.2 CONSTRUCTION
L.T. Cables shall be PVC/ XLPE insulated and PVC sheathed aluminium
conductor armoured cables conforming to IS: 1554 (Part I) / IS: 7098 (Part I)
respectively. Cables shall be of 1100 volt and with ISI certification mark.
Conductor of power cables shall be made of electrical purity aluminium
conforming to IS: 8130-1984.
15.3 INSPECTION
All HT & LT Cables shall be inspected at site and checked for any damage
during transit.
The Contractor shall take care to see that the cables received at site are
apportioned to various locations in such a manner as to ensure maximum
utilization and avoiding of cable joints. This apportioning shall be got
approved from Engineer-in-Charge before the cables are cut to lengths.
16.1 Scope
16.2.1 General
This method shall be adopted where the cable route is through open
ground and where no frequent excavations are likely to be encountered and
where re-excavation is easily possible without affecting other services.
16.2.2 Trenching
a) Width of trench
The width of the trench shall first be determined on the basis indicated
herein. The minimum width of the trench for laying a single cable shall be 35
cm.
TSE37
Where more than one cable is to be laid in the same trench in horizontal
formation, the width of the trench shall be increased such that the inter-
axial spacing between the cables, except where otherwise specified, shall be
at least 20 cm. There shall be a clearance of at least 15 cm between axis of the
end cables and the sides of the trench.
b) Depth of trench
The depth of the trench shall be determined on the basis indicated herein.
Where the cables are laid in a single tier formation, the total depth of
trench shall be 75 cm for LT UG cable and 120 cm for HT UG cable.
c) Excavation of trenches
The trench shall then be provided with a layer of clean, dry sand cushion of
not less than
8 cm in depth before laying the cables therein. After the cable is laid a
covering of dry sand of not less than 17 cm of sand shall be provided.
Unless otherwise specified, the cables shall be protected by second class
brick of nominal size 22cmx11.4cmx7cm or locally available size, placed on
top of the sand. The bricks shall be placed breadth-wise for the full length of
TSE38
the cable. Where more than one cable is to be laid in the same trench,
this protective covering shall cover all the cables and project at least 5cm over
the sides of the end cables. The trenches shall be then back-filled with
excavated earth, free from stones or other sharp edged debris and shall be
consolidated by way of rammed and watered, in successive layers not
exceeding 15 cm depth.
The contractor shall restore all surface, roadways, sidewalks path, carbs or the
places cut by excavation to their original condition to the entire
satisfaction of the Engineer-in- charge.
Cables laid In locations such as road crossing, and any other places subject
to heavy traffic, entry in to buildings, paved areas etc., cables shall be
protected and laid in suitable size of pipes or closed ducts. Metallic pipe or
RCC or NP-2 Hume Pipe or HDPE pipe shall be used as protection pipe for
cables. The size of the pipe shall not be less than 15 cm in diameter for a
single cable and not less than 20 cm for more than one cable.
Pipes for cable entries to the building shall slope downwards from the
building. The pipes at the building end shall be suitably sealed to avoid
entry of water, after the cables are laid.
Open ducts with suitable removable covers (RCC slabs or chequered plates)
are generally provided in sub-stations, switch rooms, between the buildings
etc., for taking the cables. The cable ducts should be of suitable dimensions
for the number of cables involved. Laying of cables with different voltage
ratings in the same duct shall be avoided. Where it is inescapable to take HV
& MV cables in same trench, they shall be laid with a barrier between them or
alternatively, one of the two (HV/MV) cables may be taken through pipe(s).
Splices or joints of any type shall not be permitted inside the ducts. The cables
shall be laid directly in the duct such that unnecessary crossing of cables is
avoided. Cables shall be fixed with clamps on the walls of the duct or taken in
TSE39
hooks/ brackets/ troughs in ducts. The size and material of saddles/ clamps
shall be as given under laying on surface.
This method may be adopted in places like switch rooms, rising distribution)
mains in buildings etc. This may also be necessitated in the works of additions
and/or alterations to the existing installation, where other methods of laying
may not be feasible.
The saddles and clamps used for fixing the cables on surface shall be
a) 1 mm thick with fixing interval of 45 cm for cable sizes upto 35 Sqmm
b) 3mm thick 25mm wide with fixing interval of 60 cm for cable sizes above 35
sqmm upto 95 sqmm
c) 3mm thick 25/40 mm wide with fixing interval of 60 cm for cable sizes
above 95 sqmm upto 185 sqmm
d) 3mm thick 40 mm wide with fixing interval of 60 cm for cable sizes above
185 sqmm upto 400 sqmm
This method may be adopted in places like indoor substations, switch rooms,
etc., or where long horizontal runs of cables are required within the building
and where it is not convenient to carry the cable in open ducts. Cables laid on
cable trays shall be clamped on to the tray at suitable intervals as mentioned
under laying on surface.
Cable tags shall be made out of 2mm thick aluminium sheets, each tag 1-1/2
inch in dia. with one hole of 2.5mm dia., 6mm below the periphery. Cable
designations are to be punched with letter/number punches and the tags are
to be tied inside the panels beyond the glanding as well as below the glands at
cable entries. Trays tags are to be tied at all bends. On straight lengths, tags
shall be provided at every 5 meters inside substation building and 30 meters
inside the trench.
TSE40
16.3 Route Markers
16.3.1 Location
Route markers shall be provided along the runs of cables at locations approved
by the Engineer-in-charge and generally at intervals not exceeding 100m.
Markers shall also be provided to identify change in the direction of the cable
route and at locations of underground joints.
16.3.2 CC Marker
At the time of issue of cables for laying, the cable shall be tested for continuity
and insulation resistance between phases, phase & neutral, phase & earth.
The cables shall be tested for continuity of cores and insulation resistance and
the cable length shall be measured, before closing the trench. The cable
end shall be sealed/covered.
All tests shall be carried out in accordance with relevant Indian Standard code of
practice and Indian Electricity Rules. The Contractor shall provide necessary
instruments, Equipments and labour for conducting the above tests & shall
bear all expenses of conducting such tests.
a. The cable trays shall be hot dip galvanized as per IS: 2629 with min. 46
microns coating.
b. The tray sizes shall be as indicated below, unless specifically mentioned.
• 150 mm wide, 16 gauge, 25 mm high, perforated
• 300 mm wide, 16 gauge, 40 mm high, perforated
• 450 mm wide, 14 gauge 50 mm high, ladder type
• 600 mm & above wide, 14 gauge, 50 mm or 65 mm high ladder type
TSE41
The distribution boards shall be complete with :
• Sheet steel enclosure of 16 or 18 SWG suitable for recessed semi-
recessed or surface mounting
• Electrolytic grade copper, bus bars, incoming and outgoing feeders
• Earthing terminals
• Circuit diagram indicating load distribution on the inside cover
• Weather proof enclosure and canopy for outdoor DB's and feeder pillar.
• Double door vertical or horizontal.
TSE42
19. Wiring Installation
19.1 Wiring installation consisting of:
• Lighting circuit
• Power circuit
• Emergency circuit
• UPS circuit
a. All conduits & accessories shall hot dip galvanized as per IS 9537.
b. Conduit accessories of similar wall thickness & include bends, elbows,
juction boxes, reducers, nipple, spliter coupling plugs, etc.
c. Junction boxes shall be with the required number of outlets & cover
50/75 mm deep as per site conditions. Junction boxes shall be of square
/ rectangle type of 1.6 mm sheet steel with min. 6 mm thick pressure
die-cast aluminum material LM- 6 and shall have bolted cover with good
quality gasket lining.
d. Flexible conduits made out of continuous length of spirally wound, inter-
linked strip steel with zinc coating on both sides.
19.4 Wires
b. All lighting circuits shall be wired with min. 2.5 sq.mm copper wires
and power outlets Upto 25A with 4.0 sq.mm copper wires.
TSE43
The control switches and sockets shall be of rated capacity and shall comply
the following features:
Conduit
size mm
dia
Wire sq. mm 20 25 32 40 50 63
2.5 4 6 8 x x x
4 2 4 6 x x x
6 x 2 4 x x x
10 x x 2 4 x x
16 x x x x 4 x
25 x x x x 4 x
35 x x x x x 4
50 x x x x x 4
TSE44
• On the routes indicated on the drawing or to be marked on the drawing
and at site and got approved before laying.
• Conduit junction boxes/pull through boxes to be i n s t a l l e d at spaces
not more than 12 m or two 90 deg. bends, the junction boxes shall be
flush with ceiling.
• Conduits to be kept 100 mm minimum from pipes and non-Electrical
services
• Separate conduits/runways to be used for
- Lighting circuits
- Emergency lighting circuit
- Power circuit
- UPS circuit
• Fixing screws to be rust proof or cheese head screws
• Conduit buried in concrete to be fastened to the reinforcement and
get approved before casting the slab.
• Conduits embedded in wall to be fixed by staples at 500 mm intervals.
• Conduits embedded in floor screed to be galvanized and painted with
emulsified bitumen
• Conduits to be free from sharp edges and burrs and necessary PVC
bushing to be provided wherever necessary.
• Outlet boxes to have minimum size of 50 x 50 x 32 mm or as
per switch manufacturer's specification.
• Flexible conduits are acceptable only at machine end and for short
extension to outlets (not exceeding 500 mm in false ceiling)
• Chasing the brick wall shall be done by cutters/circular discs.
• All metallic conduits and accessories shall be threaded type and
exposed threads and bends shall be given one coat of black enamel
paint over a coat of red oxide paint.
19.7 Earthing
• All outlet boxes, switch & socket boxes, and light fitting to be earthed
properly.
• The switch/socket outlet shall be factory built suitable for the particular
make of switch/outlet.
19.8 Wiring
TSE45
• Single core PVC insulated FRLS copper wires as specified below or as shown
on drawings and schedule of material
• Wire sizesCopper Light point / 6A socket 2.5 sq.mm Power points – 16A/25A
4.0 sq.mm Machineries According to the load current A maximum 3 circuits
of same phase can be taken per conduit and each circuit shall have
independent neutral and earth wire from DB. Jointing of wires are not
b. permissible, however looping may be done from the circuit point/secondary
points to points.
c. GI/Aluminum trunking may be used if number of conduits is many. The metallic
trunking shall be earthed securely at DB end and throughout the length.
d. GI or extruded aluminum trunking shall be used for Vertical outgoings from DBs
to avoid number of conduits.
19.9 Testing
LED type light fittings shall be used for internal & External illumination to
achieve the desired Lux level as per the below mentioned Technical Parameters.
TSE46
Type - 2.
12 Total power consumption of fitting. Not more than 110% of rated capacity of LED
light.
Note:- An undertaking be obtained from fitting manufacturer regarding confirmation about use of said
make LED`s in their fittings.
20.2 Material
a. The earthing station shall be generally as indicated in IS: 3043 shall include:
TSE47
• Masonry chamber with hinged cast iron/concrete cover, watering pipe
and funnel.
• Test link
• GI earth strip on each side of all columns.
• Neutral Earthing shall be necessary Copper Electrode
b. The resistance of each station should not exceed 2 ohms. and the
system earthing shall not exceed 1ohm additional earth pits shall be
provide and connected in parallel to bring down the earth resistance
wherever required. The no. of earthing station shall be worked out as per
the soil resistivity of the sand. .
1 General
The lightning protection installation shall consist of air termination network, down
TSE48
conductors, earthing and bonding to prevent side flashing.
The Lightning Protection Contractor shall submit the Risk Evaluation and the achieved
Lightning Protection Level (LPL) calculation based on IS/IEC 62305 – Part 2. In the
absence of such an evaluation employment of LPL - I will be deemed mandatory. The
Lightning Protection Contractor shall then submit the shop drawings based on the
achieved LPL and shall employ the air termination network consisting of mesh of either
5m x 5m or less, in co-ordination with rolling sphere (size as per the protection level). All
the service entries to the structure i.e. power line, telecom line, gas line, water line etc.
shall be protected by installing current surge protectors (either 25KA or 18.75KA or 12.5
KA rating), depending on the Lightning Protection Level (LPL) to be used to bring down
the risk (R) below the tolerable risk level ( RT ).
The Lightning Protection Contractor shall use 25x3 mm bare copper tape of 99.99%
purity (complying with BS EN 13601), (or PVC coated as the case may require, complying
with the same) to form the air-termination mesh on the uppermost part of the structure
(typically the roof) and ring conductor around the structure (the spacing between the
ring conductors shall depend on the size of the rolling sphere) to prevent from side
flashes.
Air termination network shall be extended and it’s determined by using rolling sphere
method.
This method involves rolling an imaginary sphere of 20m or 30m or 45m or 60m radius
(depending on the Lightning Protection Level to be used) over structure to require
protection.
Typically, if LPL I is employed, then the first horizontal conductor shall be at 20m level
(from ground). From 20m to 120m, horizontal conductors shall be installed at every 20
meters or every 5 floors. From 120m upto 400 meters, horizontal conductors shall be
installed at every 10 meters or every 3 floors, from 400 meters and above, the
horizontal conductors shall be installed at every 5 meters or every floor. However, if the
structure is more than 120m in height then the top 20% of the building height is
protected using ring conductors every floor and then follow the above rule.
Based on the above the Lightning Protection Contractor shall use 25x3mm copper tape
as ring conductor and this tape shall be bonded to all down conductors around the
periphery and a branch conductor to be taken horizontally and all these down
conductors shall be bonded to the aluminium cladding wall using bi-metallic clamps.
TSE49
Any roof (e.g. staircase) on top of the main roof shall have air termination network and
it shall be connected to lower roof network.
All the fixing clips for the copper tape shall be metallic (complying with Class ‘H’ of the
electrical testing based on IEC 62561) and shall be fixed at an interval of 500mm (1000
mm fixing distance for fixing conductors on vertical surface up to 20m from the ground
level and on the horizontal surface i.e. roof).
The down conductors shall be placed around the periphery of the building. A minimum
of two re-enforcing bars shall be used as down conductors in each column. The
minimum overlap dimension to connect two re-bars shall be at least 20 times the
diameter of the re-bar. If it not practical to arc-weld two re-bars then suitable clamps
shall be used at a distance of each 10cm till the above dimension is achieved. Re-
enforcement bars in the designated columns should be used as down conductors, with a
suitable junction box to be recessed at approx. 500mm above the ground for the test
link.
The electrical continuity of the reinforcing bars shall be determined by electrical testing
between the uppermost part and the ground level. The overall electrical resistance shall
not be greater than 0.2 Ω , measured using test equipment suitable for this purpose. If
this value is not achieved, or it is not practical to conduct such testing, the reinforcing
bar shall not be used as a natural down conductor.
The composite glass panel shall be bonded to all the down conductors at the various
slab levels as per the rolling sphere spacing by using bi-metallic clamps complying to IEC
62561.
The earthing shall be done as per local authorities requirements. A minimum of 2400
mm solid copper electrode shall be provided with each down conductor separately.
However, the Lightning Protection Contractor shall submit the calculation for deciding
the number of earth rods in each earth pit. Wherever the soil resistivity is low (typically
below <20 Ω m), the Lightning Protection Contractor must use either solid copper rods
or stainless steel rods to ensure the longitivity of the earth termination network.
The complete Lightning Protection System measured at any point, shall not exceed 10
ohms. With the test clamp disconnected, the resistance of each individual earth should
be no more than ten times the number of down conductors in the complete system.
TSE50
The terminated head of each electrode shall be located in a light weight inspection pit. If
clear earth is not available, then the Lightning Protection Contractor has to install the
earth pit inside the building using double flange earth electrode seals.
The double flange earth seals should be designed for use in concrete slabs of nominal
thickness from 300mm to 5000mm thick, The seal will withstand water pressure up to
80 psi equal to a 55 meter head of water. The earth seal flange shall be free from dust /
debris, grease/paint before pouring of the concrete. A Contractor should be employed
to do the installation or shall be done under the supervision of the manufacturer or the
manufacturer’s authorised representative.
Lightning Protection Contractor also has to ensure, based on IS/IEC 62305 – IV, that
suitable co-ordinated over-voltage surge protection devices with an extra low let –
through voltage are used for protecting any terminal devices i.e. DBs feeding critical
services or even the local critical electrical gadget.
All metallic parts protruding outside the extended air termination network (e.g. balcony
hand rails etc.) shall be connected to the air termination using suitable clamps (material
complying to IEC 62561) at every floor wherever the horizontal conductor is applied.
The equipments on the roof (i.e. Chiller units etc.) shall be protected using vertical air
terminals of suitable height so that it provides the zone of protection. This air terminal
shall be installed at a suitable separation distance so that the partial lightning current
doesn’t flow through the equipment. The cable from the equipment shall be protected
using an over – voltage protector. The equipment shall not be bonded to the air
termination network. Lightning Protection Contractor shall give the calculation of the
suitable separation distance.
The Lightning Protection Contractor shall install suitable surge protectors at local power
distribution boards feeding vulnerable equipment, in order to protect these against
transients generated downstream of the protectors. (These transients may be the result
of inductive coupling or electrical switching.)
Protectors shall be tested in accordance with the requirements of:
TSE51
power circuits’.
Protectors for a given Location Category shall be rated for a High Exposure Level (as
defined by IS/IEC 62305 - 4), unless contrary information is available.
The protector must not interfere with or restrict the system’s normal operation. It shall
not:
The protector shall be rated for a peak discharge current of no less than 10kA (8/20:s
waveform) between any two conductors (phase to neutral, phase to earth and neutral
to earth).
The protector shall limit the transient voltage to below equipment susceptibility levels.
Unless otherwise stated, the peak transient let-through voltage shall not exceed 600
volts, for protectors with a nominal working voltage of 230 or 240 volts, when tested in
accordance with IS/IEC 62305 Part - 4 (6kV 1.2/50 µs open circuit voltage, 3kA 8/20µs
short circuit current).
This peak transient let-through voltage shall not be exceeded for all combinations of
conductors:
• phase to neutral
• phase to earth
• neutral to earth.
Remove indication of status (including loss of phase/supply) shall also be possible via a
volt free contact.
The status indication shall warn of protection failure between all combinations of
conductors, including neutral to earth. (Otherwise a potentially dangerous short circuit
between neutral and earth could go undetected for some time.) This shall include early
warning of excessive neutral to earth voltages.
TSE52
The Lightning Protection Contractor shall also install transient overvoltage
protectors on all data communication/signal/telephone lines in order to protect
equipment connected to the line, against transient overvoltages. (Where data
lines link equipment in separate buildings, transient overvoltage protectors shall
be installed at both ends of the line in order to protect both pieces of
equipment.)
Protectors shall be tested in accordance with the requirements of:
• CCITT IX K17 ‘Tests on power fed repeaters using solid-state devices in order to
check the arrangements for protection from external interference’.
Protectors shall be rated for Location Category - High Exposure Level (as defined by
IS/IEC 62305 – 4 : 2010), unless contrary information dictates a lower Exposure Level.
The protector must not impair the system’s normal operation. It shall not:
• suppress the system’s normal signal voltage
• restrict the system’s bandwidth or signal frequency
• introduce excessive in-line resistance
• cause signal reflections or impedance mismatches (high frequency systems
only).
The protector will have a low transient let-through voltage for tests conducted in
accordance with IS/IEC 62305-4 : 2010 (5kV 10/700µs test).
The protector shall be supplied with detailed installation instructions. The Contractor
must comply with the installation practice detailed by the protector manufacturer.
The protector manufacturer shall allow for the facility to mount and earth large
numbers of protectors through an accessory combined mounting and earthing kit.
2 Materials
Materials shall comply in weight, size and composition with the requirements of IEC
62561,
All surge protection devices to be used shall be from the same manufacturer who
supplies the structural lightning protection.
TSE53
Surge protectors shall be manufactured for the specific type and voltage of the electrical
service and shall provide clamping for both normal (L-N) and common (L-N-G) mode
protection.
3 Equipotential Bonding
All installation details shall be agreed with the Engineer prior to commencement of
work. The Lightning Protection Contractor shall obtain an inspection certificate from the
manufacturer or its authorized representative towards the satisfactory installation of
the system and that proper material in accordance to the above standard has been
used.
For structures taller than 30 meters, the lightning Protection Contractor shall install the
equipotential bonding at either the basement or the ground level and then every 20
meters floor thereafter. Wherever protection of internal systems against over-voltages
caused by lightning discharge requires SPDs, these shall conform to IS/IEC 62305 – Part
4.
The gas, water and other metallic systems shall all be bonded directly to the equi-
potential bar located inside but close to the outer wall near the ground floor or
basement level. The power cable shall be bonded to the equi-potential bonding bar via a
suitable SPD. The screen of the antenna cable or any shielded power supply shall also be
bonded to the equipotential bar.
Service entry SPDs are for metallic electrical services only - gas and water do not fall
under this category. Metallic gas and water need to be directly bonded. The service
TSE54
entry data and telecom lines can handle 2.5kA (10µs/350 µs) per line, so the lightning
protection Contractor shall provide suitable SPDs in accordance to the above
specification as per the IS/IEC 62305 – Part 4
Since the service entrance SPDs are designed to protect against dangerous sparking only
as per IS/IEC 62305-3. The lightning protection Contractor shall need to fit additional
protection at the sub-distribution and near equipment to protect electronic equipment
to IS/IEC 62305-4. Both types of SPD are a required in accordance with this IS/IEC
standard if the risk assessment demands this.
The bonding bar shall be located close to the main distribution board and shall be
connected to earth termination network at ≤ 1 ohm, with a very short length conductor
not exceeding 10 meters in length.
All the bonding bars at different levels shall be connected to each other, which in-turn is
earthed at 1 ohm.
4 Testing
On completion of the installation or of any modification to it, the following isolated and
combined measurement and / or checks has to be made and the results recorded in a
lightning protection system logbook.
The resistance to earth of each local earth electrode and in addition the resistance to
earth of the complete earth termination system.
Each local earth electrode has be measured in isolation and the test point between the
down conductor and the earth electrode in the disconnected position (isolated
measurement)
A further measurement has to be taken with the test point in the connected position
(combined measurement)
The results of visual check of all conductors, bonds and joints and their measured
electrical continuity.
If the resistance to earth of a lightning protection system exceeds 10 ohms, the value
must be reduced. Necessary remedial action needs to be taken to reduce the value
below or equal to 10 ohms.
TSE55
The shop drawings must be approved by the manufacturer or the manufacturer’s
authorized representative, which has to be used for installation afterwards to ensure
total adherence to the standards and requirements. Also the manufacturer or the
manufacturer-authorized representative will have to survey and certify the installation
to ensure the standards.
The manufacturer or the manufacturer’s authorized representative will certify the bill of
materials, provided by the Lightning Protection Contractor for the project.
The Lightning Protection Contractor must submit the Test Certificates of the materials
used as per IEC 62561, which shall be attested in original by the manufacturer or the
manufacturer’s authorized representative.
5 Records
The contractor has to keep on site, the following records, and be responsible for the
upkeep of the installation:
a) Approved shop drawings, showing the nature, dimensions, materials and position of
all component parts of the lightning protection system.
b) The nature of the soil and any special earthing arrangements.
c) The type and position of the earth electrodes, including reference electrodes.
d) The test conditions and the result obtained.
e) Any alteration, additions or repairs to the system.
f) The name of the person responsible for the installation upkeep.
g) A label shall be attached at the origin of the electrical installation, worded as follows
h) “This structure is provided with a lightning protection system in accordance with IS /
IEC 62305 and IEC 62561 and the bonding to the services and the main equi-
potential bonding shall be maintained accordingly”
21. Cables
TSE56
b. The earth conductors for cables and conduits shall be of 50% of the phase
conductor subject to a maximum of 185 sq.mm and a Minimum 2.5
sq.mm copper and 300
sq.mm Al. & no. 6 SWG GI.
22. UPS
22.1 UPS shall be double conversion, online and shall meet the following.
a. Rating : As per design requirements.
b. Total System eff. : Above 90%
c. Configuration : Parallel redundancy – Electrically or
Hardwired synchronization
d. Type : PWM IGBT based
e. Input Voltage : 415V AC ± 15%
f. Output Voltage : 415V AC ± 1% selectable
g. Static bypass : To be provided
h. Manual bypass : to be provided
i THD i : Less than 5% at 100% load
j Input PF : Greater than 0.95
k. Display : LCD panel with history and BMS output
l. Isolation transformer : Built-in
m. Battery : VRLA, SMF
n. Back-up time : 30 min. for each UPS @100% load
o. Battery testing : Through UPS
p. Battery breaker : To provide for each bank
q. Time delay for rectifier: Adjustable time delay to avoid
start inrush current
23. D.G. SETS WITH ACCOUSTIC ENCLOSURE
23.1.1 The scope of these specifications covers supply installation, testing and
commissioning of 415V, 3 phase, 4 wire three arrangement diesel
engine alternator set. All minor civil works, electrical and other works
associated with the testing, installation and commissioning of the DG Sets
shall be carried out by the tenderer.
23.1.2 DG Set shall be common bed plate mounted and complete in all respect
including Alternator with self-regulated, brushless, self-excitation system,
Acoustic enclosure as per CPCB norms, Engine driven or motor driven
Radiator, speed governing system, voltage regulator (AVR/DVR), batteries, Lub
Oil System consisting of auxiliary lube oil pumps, filters, first filling of
lubricants etc, exhaust piping 990 ltrs HSD storage tank, first filling of coolants
etc.
23.2 DESIGN
TSE57
The design and workmanship shall be in accordance with the best
engineering practices, to ensure satisfactory performance and service life.
The equipment offered by the contractor shall be complete in all respect.
Any material or accessories, which may not have been specifically
mentioned, but which are useful and necessary for the satisfactory and
trouble free operation and maintenance of the equipment, shall be provided
without any extra cost to AAI.
The tenderer has to certify that the engine & alternator meets the capacity
requirement after de-ration as per IS/BIS. DG Set should be type tested
for Noise and Emission levels as per latest CPCB norms/standards.
The DG set shall be silent type, water cooled with radiator, manually and
automatically operated, designed for continuous operation with
variable load, prime power application. The DG set shall comprise of
diesel engine, coupled to alternator on a single frame with DG Set
controller (PCC 3.3/WOODWARD or equivalent) for monitoring and
controlling having suitable Alternator with self-regulated, Screen protected,
brushless, self-excitation system.
TSE58
The engine shall be capable for delivering specified Prime Power rating at
variable loads for PF of 0.8 lag with 10% overload available in excess of
specified output for one hour in every 12 hours. The average load factor of
the engine over period of 24 hours shall be
0.85 (85%) for prime power output. Genset should have minimum 50%
single step loading capacity and it should be able to take full load within 15
seconds from start.
23.4.1 One common base frame shall be provided for mounting the engine and
alternator, complete with anti-vibration mountings between generating set
and foundation, leveling lines etc. as required.
23.4.2 The normal speed of engine shall preferably be 1500 RPM and the direction
of rotation shall be clearly marked on the set.
23.4.3 The engine shall be fitted with an exhaust gas driven turbo charger complete
with its own self-contained lubricating system. The turbo charger shall be
positioned at the free end of the engine. The turbo charger will be provided
with a provision to check its lube oil level.
23.4.4 The engine shall be fitted with following accessories subject to the design of
the manufacturer:
TSE59
h) Necessary batteries (minimum 2 nos of 25 plates, 180 AH
capacity) with interconnecting leads and terminals and battery stand
made out of minimum 5mm
thick MS angle with suitable height.
i) Battery charging alternator unit and voltage regulator, suitable
for starting batteries.
j) Necessary gear driven oil pump for lubricating oil, priming of engine
bearing as well as fuel systems as per manufacturer
recommendations.
k) Turbo charger
l) Lubrication oil cooler
m) Lubrication oil filters with replaceable elements.
n) Crank case heater as per manufacturer recommendations.
o) Fuel injection: Engine should have suitable fuel injection system
in order to achieve low fuel consumption.
p) Fuel control solenoid.
q) Fuel pump with engine speed adjustment
r) All moving parts of the engine shall be mechanically guarded in
such a manner that a human finger cannot touch any moving part.
s) Engine driven or electric motor driven Radiator
t) Any other item not included/specified but is a standard design of the
manufacturer
Digital tachometer Running hours counter Starting attempts counter Lube Oil
pressure low (for idle and for rated speed) Lube Oil temperature high Coolant
temperature high Exhaust gas temperature high Over speed indication Low lub
oil trip indication
3 phase current
3 phase voltage
TSE60
Frequency Active power Reactive power Power factor Frequency totalizer
Battery charging indication
Battery voltmeter
23.6.1 The manufacturer shall furnish a 3 mm thick mild steel calibrated day tank of
990 ltr Capacity. The day tank shall be suitably located outside the acoustic
enclosure and shall be complete with gauge glasses, filling, draining , vent
connection, suitable pedestal supports with brass float valve and level switch
for low and high level alarm.
23.6.2 The fuel oil system shall be provided with suction fuel filter with replaceable
element.
23.6.3 The fuel oil system shall be equipped with engine driven fuel pump, which
will draw the fuel oil from the day tank via filters and shall be as per the
engine manufacturer design.
23.6.4 Fuel injection system shall be designed so as to achieve safe knock free
performance with low fuel consumption & low exhaust emission levels.
Exhaust emission levels shall be tested and it should fulfill the requirements
of latest CPCB Emission Levels.
23.6.5 Piping of adequate size shall be used for lub oil of the material as per
manufacturer standard. For fuel lines within the acoustic enclosure, PVC
braided pipe as per manufacturer recommendations can be used.
TSE61
gear type lube oil pump mounted at the free end of the engine, and
driven from the engine crank shaft. The pumps shall take suction from a
sump tank integral with the engine through a foot valve, suction filter
through oil cooler, and deliver oil to a main supply header. High pressure oil
shall be supplied to the main and big end bearings, crankshaft bearings,
governor, auxiliary drive gear etc. Suitable lubricating arrangement for engine
cylinder valve gear, cams and pistons at the required level shall be arranged.
A pressure relief valve shall be mounted on the main supply header for
safety against too high pressure while starting with cold oil. A timer based
auto running (auto priming pump) or as per manufacturer’s standards shall
be provided to keep engine lubricated all the time.
23.8.1 Radiator fan shall be either engine driven or electric motor driven type.
Radiator fan flow should be free from any obstruction.
Vacuum indicator shall be provided with all engines to indicate choked filter.
Maximum air intake restrictions with clean and choked filters should be
within prescribed limit as per OEM/manufacturer recommendation for the
particular model of the engine. Gensets should be supplied with heavy duty
air cleaners and dampers as required.
The electric starting system shall comprise of starter motor, heavy duty
starter 12/24V DC batteries (minimum 2 No. of 180AH each) and axial type
gear to match with the toothed ring on the fly wheel. A timer in the control
panel to protect the starter motor from excessively long cranking runs shall
be suitably integrated with the engine protection system and shall be
included within the scope of the work. The scope shall cover all cabling,
terminals, including initial charging etc. The system shall be capable of
starting the DG sets with in 10 secs, even in winter conditions with an
ambient temperature down to 0 deg. C.First charging of uncharged batteries
is very important and shall be done from authorized battery charging centre.
Initial charging shall be done for 72-80 hours.
TSE62
Batteries shall be placed on MS stands fabricated out of MS angle iron of
size 50 x 50 x
5mm at a height of 300mm from a ground level. Two intermediate MS
strips need be provided. The stand shall be painted with good quality enamel
paint. A minimum of 20mm free space should be considered on all four sides
of the battery while making the stand. The batteries shall be fixed inside the
canopy and at a relatively at cool place. Minimum 70 Sq.mm stranded
copper cable with crimped lugs shall be used for connecting batteries to the
starter motor. The engine should be provided with battery charging
alternator suitable for charging the batteries provided for cranking.
The governor shall be electronic type of class A1 as per ISO 3046/ BS 5514
with actuator shall be provided as per standard design of manufacturer.
Governor shall be a self-contained unit capable of monitoring speed.
Engine exhaust system shall be fitted with residential/ hospital type silencer,
Expansion joints etc. The runs forming part of factory assembly i.e, piping
with acoustic insulation and cladding up to exhaust silencer shall be inclusive
of DG set item.
All M.S. pipes for exhaust lines shall be conforming to relevant IS. The
work include necessary cladding of exhaust pipe work using 50mm thick
mineral wool/Rockwool, density not less than 120kg/m3 and aluminium
cladding (0.6mm thick) for the complete portion.
TSE63
(c) Pipe sleeve of larger dia. should be used while passing the pipe
through concrete wall & gap should be filled with felt lining.
(d) Exhaust piping inside the Acoustic Enclosure/Genset room should be
lagged with asbestos rope along with aluminium sheet
cladding/insulated to avoid heat input to the room.
(e) Exhaust flexible shall have it’s free length when it is installed.
Minimum two no’s of flexible bellows shall be used.
(f) MS pipes and long bend/elbows should be used.
(g) The exhaust outlet should be in the direction of prevailing winds and
should not allow exhaust gases to enter air inlet/windows etc.
(h) When tail end is horizontal, 45 Degree downward cut should be given
at the end of the pipe to avoid rain water entry into exhaust piping.
(i) When tail end is vertical, there should be rain trap to avoid rain water
entry. If rain cap is used, the distance between exhaust pipe and rain
cap should be higher than diameter of pipe. Horizontal run of exhaust
piping should slope downwards away from engine to the condensate
trap. Silencer should be installed with drain plug at bottom.
(j) Exhaust piping should be supported in such manner that load of
exhaust piping is not exerted to turbocharger.
(k) The silencer shall be adequately located as per manufacturer
recommendations to reduce noise and back pressure imposed on the
system.Care shall be taken to ensure that no carbon particle emitted
due to exhaust leakage enters and deposits on alternator windings
and on open connections.
H = h+0.2x √KVA
23.13 ALTERNATOR
TSE64
Insulation Class : F/H
Temperature Rise : Within class F/H limits at rated load
Voltage Regulation : +/- 1%
Voltage variation : +/- 5%
Overload duration /capacity : 10% for one hour in every 12 Hrs of
Continuous use.
Frequency variation : +/- 1%
Excitation : Self excited
Efficiency at full load 0.8 P.F : Not less than 93.5%
Total distortion factor : Not be less than 3%
Type of AVR : Electronic/ Digital Voltage Regulator
Type of Bearing and
Lubrication arrangement : Anti-friction double bearings with grease
lubrications or as per manufacturer
standards
23.13.2 The alternator shall have a continuous rating & shall be able to deliver
output rating at actual site conditions at 0.8 pf (lag) and the voltage
specified.
23.13.3 The short circuit ratio (SCR) of the generator at rated KVA and rated voltage
shall not be less than 0.5.
23.13.4 The alternator shall withstand without mechanical damage an over speed
of 20% for a period of 2 minutes.
23.13.5 The alternator shall be fitted with suitable Nos. Resistance Temperature
Device (RTD) & Bearing Temperature Device (BTD) along with space heaters.
The terminal of space heaters will be wired to terminal box and the
temperature scanner shall be provided in control panel for scaling the
winding and bearing temperature.
23.13.6 The leads of embedded WTDs shall be wired upto the terminal block in
a separate terminal box. Manufacturer shall indicate the setting values for
each WTD/BTD for alarm and trip.
23.13.7 Two independent earth terminals on the frame complete with nuts,
spring washer and plain washer shall be provided.
23.13.8 Alternator shall be provided with suitable terminal box for terminating bus
duct. Suitable arrangement shall be provided in the terminal box for
TSE65
formation of star point for alternator neutral earthing. The terminal box
shall be suitable to withstand the mechanical and thermal stresses
developed due to any short circuit at the terminals.
23.13.9 Voltage dip shall not exceed 20% of the rated voltage for any step load or
transient load as per ISO: 8528 (Part-1). The winding shall not develop hot
spots exceeding safe limits
due to imbalance of 20% between any two phases from no load to full load.
23.14.1 The alternator shall be provided with a complete diode type brushless
excitation system, capable of supplying the excitation current of the
generator under all conditions of output from no load to full load and
capable of maintaining voltage of the generator constant at one particular
value.
23.14.3 The excitation system shall comprise a shaft driven AC exciter with rotating
rectifiers. The rectifiers shall have in-built protection for over-voltage.
23.14.4 The alternator should be complete with shunt and booster excitation. The
exciter shall be fast response type and shall be designed to have a low time
constant to minimize voltage transients under severe load changes. The
excitation voltage response ratio shall be at least 0.8.
23.14.5 The rated current of the main exciter shall be at least 10% more than the
alternator rated exciter current and it shall have a 40% overload capability
for 10 seconds.
23.14.6 No external supply shall be required during starting and normal running of
the alternator.
23.15.1 In order to maintain output terminal Voltage constant within the regulation
limits i.e. +/1%, Automatic/ Digital voltage regulator unit shall be provided
as per standard practice of manufacturer.
TSE66
23.15.2 The regulator shall regulate the output voltage from generator current
and potential signals. Series compounding transformer shall be provided to
enable maintaining adequate terminal voltage in the event of terminal
faults. Alternatively excitation system shall be provided with arrangement
for field forcing. Contactor shall consist of suitable protection relays for
generator with the operational characteristics of automatic voltage
regulator, especially under short circuit conditions.
23.15.3 Voltage regulation and steady stage modulation shall be within + 1% of the
line voltage with manual voltage adjustment capability within + 5%.
23.15.4 Necessary equipment for field suppression and surge protection shall be
provided.
23.15.5 The response time of the exciter and the generator shall be properly
matched to avoid hunting.
23.15.6 AVR system shall be provided with equipment for automatic and remote
operation/control as required.
23.16 PAINTING
23.17 FOUNDATION
TSE67
23.18 SOUND ATTENUATED ACOUSTIC ENCLOSURE
DG Sets with Acoustic Enclosure shall be provided with lifting hooks &
built in Anti vibration mountings (AVMs). Indications of the Genset /Engine
should be visible from outside the enclosure. Routine/periodical check on
engine/alternator should be possible without dismantling acoustic
enclosure.
The enclosure shall be fabricated out the CRCA sheet of thickness not less
than 1.6mm on the outside cover with inside cover having not less
than 0.6mm thick perforated powder coated CRCA sheet. The hinged
doors shall be made from not less than 16 SWG (1.6mm) thick CRCA sheet
and will be made air tight with neoprene rubber gasket and heavy duty
locks.
All sheet metal parts should be processed through 7-tank process. The
enclosure should be powder coated. The batteries should be
accommodated in the enclosure in battery rack. The canopy should be
provided with high enclosure temperature safety device.
The acoustic lining should be made up of high quality insulation material i.e.
rockwool / glass / mineral wool / PU foam of appropriate thickness &
density for sound absorption as per standard design of manufacturer’s to
reduce the sound level as per CPCB norms. The insulation material shall
be covered with fine glass fiber cloth and would be supported by
perforated M. S. Sheet duly powder coated / GI sheet/ aluminum sheet.
The enclosure shall be provided with suitable size & no. of hinged type
doors along the length of the enclosure on each side for easy access inside
TSE68
the acoustic enclosure for inspection, operation and maintenance purpose.
Sufficient space will be provided inside the enclosure on all sides of the D.G.
Set for inspection, easy maintenance & repairs.
The canopy should be as compact as possible with good aesthetic look. The
complete enclosure shall be of modular construction.
The inside of enclosure should be provided with at least two nos. 28W-
T5 fluorescent tube light luminaries controlled by a 5A switch for adequate
lighting during servicing etc. of the D.G. Set. The power supply to these
luminaries should be from the load side of the D.G. Panel so that it can
remain energized under all conditions.
The test certificate shall be furnished to the employer for prior approval
before dispatch of any equipment from works and the approval in writing
from employer shall be essential to effect dispatch of the equipment. The
test reports shall furnish complete identification of the data, including serial
number of each equipment.
The successful tenderer shall arrange staff / fuel / POL for test run at his
cost.
Inspection and Testing of DG sets shall necessarily be carried out
at factory / manufacturer premises in presence of representative of the
AAI.
TSE69
23.19.2 For testing, following procedure shall be followed:
D.G. set along with CPCB approved Acoustic Enclosure shall be tested at the
manufacturer's works and the following tests shall be performed.
The department also reserves the right to inspect the fabrication job at
factory and the successful tenderer has to make arrangement for the same.
D.G. set shall be tested on load of unity power for the rated KW rating.
During testing, each of the D.G. set covered under scope of work shall be
operated for a period of 2 hours on the rated KW at D.G. sets KW rating
including one hour on 10% overload after continuous run of the two (2)
hours. During testing all controls / operations safeties shall be checked
and proper record shall be maintained. Any defect/ abnormality
noticed during testing shall be rectified. The testing shall be declared
successful only when no abnormality/ failure is noticed during the
testing. The D.G. set shall be cleared for dispatch to site only when the
testing is declared successful by authorized representative/ Engineer-in-
charge.
a) Sensitivity test
b) Response time test
TSE70
23.20 Site Trial Run/ Running-in-Period
After successful testing of the D.G. set, a trial run at available load shall be
carried out for 18 Hours (6 hrs each day). The D.G. set shall be operated and
a log of all relevant parameters shall be maintained during this period. The
arrangement of diesel, consumables and staff for trial run/ running in period
shall be made by the successful tenderer & the cost for the same shall be
borne by the contractor only. The contractor shall be free to carry out
necessary adjustments. The D.G. set shall be successfully completed the trial
run, if no break down or abnormal/ unsatisfactory operation of any
component of the entire installation included in the scope of work of the
contractor occurs during this period. After this the D.G. set shall be made
available for beneficial use. After the D.G. set shall be operated without
any major break down/trouble, it shall be taken over by the department
subject to guarantee clause of this contract. This date of taking over of the
D.G. set, after trouble free operation during the trial run/ running-in
period, shall be the date of acceptance/taking over.
23.21.1 The equipment shall be shipped with suitably protected packing according to
the weather conditions involved.
23.21.2 For transportation, if totally enclosed boxes are not used, the equipment shall
be mounted on skids and enclosed in the open frame wooden crates.
Dispatch certificate issued by the AAI representative along with serial no. of
the D.G. set shall be displayed on the packing. However, items like
instruments and other components not assembled with equipment shall be
packed with number and part number for ease of identification.
TSE71
shall be complete with all Auxiliary Relays. Timers, Contactors, Programmable
logic controller of approved make, control wiring, interconnections etc with 2.5
sq.mm PVC insulated FRLS grade copper conductor wires in separate
compartments.
24.2 SYSTEM FEATURES
a The system shall be designed run in AUTO as well as in MANUAL mode. In
auto mode the system shall run automatically with predefined sequence and in
manual mode all the operation shall be done as per the sequence as defined by
operator.
c DG’s shall be started & stopped automatically as per the load requirement
on the main bus.
d Selection of DG’s for automatic DG start stop on sudden load requirement.
e Automatic synchronization of DG sets in Auto mode
f Active & reactive Load sharing of each DG set
g Automatic selection of Next DG as master, after stopping / tripping of master
DG.
h Monitoring of electrical parameter of each DG such as voltage, frequency,
reactive load, active load, energy produced, voltage error (%), frequency
error and phase angle error etc.
i Status & control of outgoing breakers
j Back up protection electrical / mechanical by time delayed tripping of DG sets.
k Protection for Reverse power; reverse KVAR, under voltage, over
voltage, under frequency, over frequency, over current, low lube oil pressure,
over speed etc.
l Data acquisition system shall be incorporated with the system for the
purpose of recording & display of all important & critical parameters of
the engine, alternator & system as such in totality. Operation of the
system shall also be through operator interface with coloured 21" LCD
Monitor, Pentium intel core 2 duo processor with 3.4 GHz speed, 320 GB Hard
Disk & 3GB RAM.
m “ B” checks alarm after each DG complete recommended time / Running
hours for proper maintenance.
n PLC shall also monitor & control DG auxiliary start/ stop activity with proper
interlocks as per safety considerations and PLC shall audio/visual alarm in case
of abnormality for operator attention
o PLC system shall have provision to test the DG in Test mode without closing
the breaker to do the routine electrical / mechanical testing of DG sets and
without interruption of power generation.
TSE72
24.3.1 Automatic Start & Stop of Engine:
The system should come in operation after sensing of grid failure and
automatically control the start & stop of engines, depending on the
Predefined load setting in the PLC. In case engine does not start in the first
Cranking, two more auto commands should be given with proper intervals.
Even then if engine fails to start, indication must appear on MMI (Man
Machine interface). In the event the engines are under loaded i.e. load Sensed
is capable of being catered by less than the capacity of running DG Sets then
command must be given to stop required number of excess DG Sets after
running idle for short duration. Provision to select no. of DG sets to be started
and synchronized at no load to cope up with sudden load without tripping the
DG’s should also be inbuilt into the system.
Engine Protections: - Over speed fault, Low lube oil pressure, Water
temperature High, Emergency Stop, Luke oil Temperature High.
Due to any electrical fault PLC shall trigger the master trip Relay. These
PLCs will be state of the art equipments using latest technology and of
most rugged and reliable design. Since they shall be operating in the Harsh &
TSE73
unfriendly environment of DG room, they will be suitable to operate trouble
free in those conditions. The chosen equipment should be able to withstand
high temperature, humidity & voltage fluctuations, thus making it suitable
for the operating conditions described above.
TSE74
(v) The speed, excitation, frequency and voltage of incoming generator is
controlled identically as per the lead generator starting sequence
described above, except closing of ACB.
(vi) When the lead generator KW crosses more than the 85% of rated
capacity of DG set, the PLC system performs synchronization
sequence for paralleling of generator prior to switching on of the
ACB of 2nd generator. When the KW of 2nd generator crosses 80% of
rated capacity of DG set then the PLC system performs synchronization
sequence for paralleling of next generator prior to switching on the
ACB of 3rd generator and similar sequence to be followed for the
other DG sets.
(vii) The last incoming generator ACB is tripped when PLC system senses
that the total load on the system is less than the specified load and
stops the engine after 5 minutes of idle running.
(viii) DG sets will start and stop automatically depending on the pre-defined
load setting in the PLC & also all DG sets will operate in load sharing
mode.
TSE75
vii. Active/ Reactive load sharing between all the running sets in manual
mode shall be managed by raising/lowering voltage/frequency with the
help of joy sticks.
viii. During the parallel operation of DG sets in 'Manual Mode', Neutral contact
of only master generator shall close. This shall be assured by inter
locking the neutral contactors of the entire generator.
TSE76
• Backup of data areas.ie. saving of data during power OFF/ON, is possible
with an integrated battery and/or by storing them in the Flash
EPROM
• The CPU shall be connected with inputs or outputs which are required
to run system. These I/O shall be put at local or remote location
which reduces wiring from field area.
• All the electrical parameters are collected by Power Monitors which
send these DG parameters to PLC on communication bus. Power
Monitors use to send data on high speed communication bus to
PLC and only required parameters shall be sent in one block.
• PLC should give necessary command to switch OFF capacitor panel while
DG sets are in operation.
• Necessary logic shall also be incorporated in the PLC for switching
on the capacitor panel while the load is fed from the standby
transformer.
TSE77
logic, tripping and indication functions mentioned above and safe operation
of DG set as per the requirement.
In addition to the above, the contractor shall include any other
additional features which shall be required for effective function or to
enhance the safety of DG Set. All the PLC, synchronizing and load sharing
components shall be incorporated in a separate cubicle with all
interconnections with other panels as required.
This specification covers the design, manufacture, shop floor tests, type and
routine tests and delivery of outdoor floor mounted Feeder Pillar, voltage
rating 415, 3 phase, and 4 wire systems. The switchgear must have been type
tested in the same configuration that has been offered.
a. All out door type feeder pillar shall be floor mounted, front operated
with Double door with lockable arrangements.
b. Transparent sheet should be provided to see the status of the FP
without opening the front door.
c. Minimum 2 mm Thickness of CRCA MS sheet shall be used for all load
bearing parts and rest may be 1.6 mm with MS power coated..
d. Base frame shall be of power coated MS Angle.
e. Inside and Outside painting shall be Pebble Grey RAL 7032 unless
otherwise specified.
f. Enclosure shall be IP 55 protected.
g. Flat Neoprene gasket shall be provided wherever required.
h. Cable entry shall be from Bottom side.
i. Double compression gland shall be used.
j. Bus bar material shall be pure annealed copper with 99.99% purity.
k. Heat shrinkable – color coded sleeve to be provided.
l. The minimum fault level should be considered as 10 KA.
m. Bus bar supports shall be Epoxy _ suitable size to be used.
n. Suitable MCCB (FP) for Incomer and MCB’s to be provided as
per the requirements.
o. Timer and day light sensor to be provided for automatic on - off the
street lights along with by pass toggle switch for manual (maintenance)
operation.
p. All control wire and power wire should be as per the requirements
_ Min 2.5 sq.mm copper to be used.
q. All control gears shall be as per approved make.
r. Multifunction meter, ON, Off and Trip indication to be provided.
s. Danger Plate and Identification Feeder Pillar No plate to be provided as
required.
t. Continuous earthing provision to be provided to connect at two points.
All doors and structural pats to be earthed with adequate copper
braided wires.
TSE78
24.8 Lighting Poles
24.9.1 SCOPE:
TSE79
a) B.S. Code of Practice Gradient of wind speeds related to
CP-3 Chapter V part -II height above ground.
b) B.S. 4300 Grades of M.S. Plates
c) B.S.5135 Welding.
d) B.S.729 Galvanising.
e) Technical Report (TR) No. 7 - 1996. Specification for Mast and foundation.
f) I.S.875 (Part III) 1987 Code of practice for design loads for
structures.
24.9.3 Structure
24.9.4 Construction :
The mast shall be fabricated from special steel plates, cut and folded
to form a polygonal section as stated at 3.01 above and shall be
telescopically jointed and fillet welded. The welding shall be in accordance
with BS: 5135. The procedural weld geometry and the workmanship shall be
exhaustively tested on the completed welds. Each mast section delivered
to site shall included one circumferential welded diaphragm stiffness to
maintain the structural monolithic property. Each mast section shall have a
length of approx 10-11 metres and thus a 30 metre size mast shall be
delivered only in three sections, and shall be joined together by slip-stressed-
fit method at site. No site welding or bolted joint shall be done on the mast.
The minimum over lap distance shall be 1.5 times the diameter at
penetration.
The mast shall be provided with full penetrated flange which shall be free
from any lamination or incision. The welded connection of the base
flange shall be fully developed to the strength of the entire section. The
base flange shall be provided with supplementary. For the environmental
protection of the mast, the entire fabricated mast shall be hot dip galvanized,
internally and externally, having a uniform thickness of 65 microns for the
bottom and top sections.
As adequate door opening shall be provided at the base of the mast and the
opening shall be such that is permits clear access to equipment like winches,
cables, plug and socket, etc. and also facilitate easy removal of the winch.
The door opening shall be complete with a close fitting, vandal resistant,
TSE80
weather proof door, provided with a heavy duty double internal lock with
special paddle key.
A fabricated Lantern Carriage shall be provided for fixing and holding the
L E D t y p e Flood light fittings and control gear boxes. The Lantern
Carriage shall be of special design and shall of steel tube construction, the
tubes acting as conduits for wires, with holes fully protected by grommets.
The Lantern Carriage shall be so designed and fabricated to hold the required
number of Flood light fittings and the control gear boxes, and also to have a
perfect self-balance.
The Lantern Carriage shall be fabricated in two halves and joined by bolted
flanges with stainless steel bolts and plastic lock type stainless steel nuts to
enable easy installation or removal from the erected mast.
The inner lining of the carriage shall be provided with protective PVC
arrangement, so that no damage is caused to the surface of the mast
during the raising and lowering operation of the carriage.
The entire Lantern Carriage shall be hot dip galvanized after fabrication.
For the installation and maintenance of the luminaries and lamps, it will be
necessary to lower and base the Lantern Carriage Assembly. To enable this, a
suitable Winch Arrangement shall be provided, with the winch fixed at the
base of the mast and the specially designed head frame assembly the top.
24.9.10 Winch :
TSE81
The winch shall be of completely self-sustaining type, without the need for
brake shoe, springs or clutches. Each driving spindle of the winch shall be
positively locked when not in use, gravity activated PAWLS Individual drum
also should be operating for fine adjustment of lantern carriage The capacity,
operating speed, safe working load of the and the recommended
fabrication and serial number of the winch shall be clearly marked on
each winch.
The gear ratio may be according to manufacturer’s standard. However, the
minimum- working load shall be not less than 750 kg. The winch shall be
self-lubricating type by means of an oil bath and the oil shall be readily
available grades of reputed producers.
It should be possible to operate the winch manually by a suitable handle and
/ or by an external power tool. It shall be possible to remove the double
drum after dismantling, through the door opening provided at the base of
the mast.
Also, a winch gear box for simultaneous and reversible operation of the
double drum winch shall be provided as part of the contract.
A test certificate shall be furnished by the Contractor from the original
equipment manufacturer, for each winch in support of the maximum load
operated by the winch.
TSE82
24.9.13 Electrical System, Cable and Cable Connections:
The electrical connections shall be made with at least 5 (five) core flexible
round sheath power cables using copper conductors of appropriate rating.
A suitable terminal box shall be provided as part of the contract at the base
compartment of the hightmast for terminating the incomer cable. The system
shall have in-built facilities for testing the luminaries while in lowered
position.
Also suitable provision shall be made at the base compartment of the mast
facilitate the operation of externally mounted, electrically operated power
tool for raising and lowering of the lantern carriage assembly. The trailing
cables of the lantern carriage rings shall be terminated by means of metal
clad plug and socket provided in the base compartment to enable easy
disconnection when required.
TSE83
Suitable earthing terminal using 12 mm. diameter stainless steel bolts shall
be provide at a convenient location on the base of the Mast, for lighting
and electrical earthing of the mast.
TSE84
FIRE ALARM SYSTEM
TSE85
1. Introduction
2. Scope
The scope under this section covers the fire alarm (detection) system for the
proposed IAF, Hindon Airport works which includes but not be limited to
Design, Supply, installation, testing and commissioning of fire alarm system
consisting of following items:
b) Intelligent Repeater Panels having LCD display, with SMF Batteries, with
Flame Retardant Low Smoke Halogen Free Cables confirming to NBC and
Local Fire Authorities, CPVC Pipes and Junction boxes for termination of cables.
c) Graphic Command Center with fire Alarm Control and monitoring software
comprising, keyboard, mouse and network connectivity.
i) The automatic fire detection and alarm system shall be provided throughout
the building, including the false ceiling voids, more than 1.2m etc. Areas like
Arrival hall, Check in area, meter & greeter areas and Baggage claim which are
occupied most of the times shall be provided with beam detectors, manual call
points, audio and visual alarm etc.
TSE86
3. Design requirement
Fire alarm system
The following are the main fire detection and alarms system component shall
be provided inside the terminal Building & utility building.
a) Automatic Detection: Smoke, heat, multi sensor, duct, hostile smoke / heat are
provided in back of house areas to automatically sense the smoke / fire and give
the alarm signal. The provision of different type of detectors in back of house
areas shall be as per the technical requirement.
b) Manual Alarm: Break glass type manual call points are provided in all areas of
Terminal Building to give fire alarm due to manual breaking of device, in case of
fire.
c) Notification Appliances: Fire alarm is notified through strobes in public areas and
speakers cum strobes in service areas of terminal.
d) Evacuation System: A prerecorded voice module shall be used to store tones
and/or messages (live or prerecorded) and transmit them over to PA which shall
be coordinated with IT systems (Hard/Soft points) as per system requirements.
Voice Evacuation System shall be integrated with PA system.
e) Interfaced Systems: In case of fire signal as per the interfaced mode, the
assigned work (ON/OFF, active/inactive etc.) shall be performed by other systems
/services, provided in building like HVAC,BMS, Fire suppression, BHS, VHT, PA,
electrical, CCTV, Access controlled doors.
The followings are life safety system interfacing and other work with the fire
detection and alarm system.
a) Detail design of Fire detection, Alarm and Evacuation speaker or Voice Alarm
system
b) Interface with Elevator services.
TSE87
The following NFPA (National Fire Protection Association) codes provide
a general indication of the NFPA standards to be conformed to, but
are not intended to be all inclusive.
IS Codes
There will be FACP at each Floor & Fire Command Centre networked with all
FACP will be installed at convenient location. Annunciation through the
speakers will be made from the Centralized Fire command Centre from Fire
Station. A Security Tamper switch will be provided on the FACPs to avoid
unauthorized usage during non-fire conditions. Locations of all the
TSE88
components including control panels will be at the discretion of the
competent authority.
All the FACPs should be connected using NFPA procedures using LAN and
final monitoring should be available at Fire Control room.
a) The contractor should furnish all equipment, parts, materials, cables,
conduits and any other supply required to satisfactorily effect the complete
installation of Fire Detection and Alarm Control Panel,
c) Contractor should provide details DBR along with drawings at all stages
along with material submittals. The document is indicative contractor
should validate, verify and ensure completeness of document in all
respect in terms of performance and functionality.
e) The contractor must take such precautions as are necessary to guard against
electromagnetic and electrostatic interference, to provide adequate
ventilation and to install the equipment to ensure maximum safety to the
operators and other personnel in the area.
g) The system design should meet local Fire service rules for such Buildings
conforming to IS: 11360 of 1985, IS: 2175 of 1988, IS: 2189 of 1988 and
NFPA- 72 & 318 including their up to-date revisions.
TSE89
for all the closed/locked/un-attended rooms, inaccessible area, false ceiling
etc. as per the site requirement and conditions.
k) The duty personnel attending to the panel should be able to monitor (Audio-
Visually) Fire Alarm, Fault Alarm, (short /open circuit of detector line in any
zone, etc.), Power failure, Back up battery status and other relevant data.
l) The system should be designed to work from 230V, 50HZ AC Mains supply.
Fluctuation of voltage up to + or - 10% or any other type of transient
should not cause false alarm or affect the working of the system in any way.
m) In case of fire, in addition to Fire alarm on the fire alarm panel, hooters
should actuate in the concerned zone automatically.
n) The tenderer should study the conditions at site such as height above mean
sea level, maximum/minimum temperature, corresponding humidity
(throughout the year) and air conditioning system, etc. with a view to
ensure that his system design performs as required under all conditions.
p) Proposed Fire Alarm System should also support the following type of
Addressable Fire Sensors:
TSE90
r) Design should be FAILSAFE & conform to NFPA-72 / 318 and its’ up to date
revisions.
s) The offered system should be a user friendly type which in turn helps
the operators and technical staff for easy operation & identification of
faults. . It should have a mimic panel with all the buildings covered. In the
alarm condition, particular building map should appear with the location of
the problem.
t) All the PCB Cards/Modules etc. should be coated for protection against
corrosion.
u) The system should have provision to configure the alarm conditions. Sounder
in the building must not be activated in Single detector alarm condition. The
control room should get this information and sounder should be activated
there.
a) System description.
g) Commissioning instructions.
h) Certification documents.
TSE91
As a minimum, the following drawings should be provided for the system:
d) Building plan showing zoning and location of fire controller, detectors, call
points, sounders and ancillary devices.
b) Detectors
c) Call points
d) Sounders
e) Ancillary devices
TSE92
When a fire alarm condition is detected and reported by one of the
system initiating devices or appliances, the following functions should
immediately occur:
Detect the activation of any initiating device and the location of the
alarm condition. Operate all notification appliances and auxiliary
devices as programmed. In the event of CPU failure, all Signaling Line
Circuit (SLC) loop modules should fallback to degrade mode. Such
degrade mode should treat the corresponding SLC loop control
modules and associated detection devices as conventional two-wire
operation. Any activation of a detector in this mode should
automatically activate associated Notification Appliance Circuits.
Printing and history storage equipment should log and print the
event information along with a time and date stamp.
TSE93
Pre-signal and Positive Alarm Sequence: The system should provide
means to cause alarm signals to only sound in specific areas with a
delay of the alarm from 60 to up to 180 seconds after start of alarm
processing. In addition, a Positive Alarm Sequence selection should be
available that allows a 15-second time period for acknowledging an
alarm signal from a fire detection/initiating device. If the alarm is not
acknowledged within 15 seconds, all local and remote outputs should
automatically activate immediately.
Drill: The system should support means to activate all silenceable fire
output circuits in the event of a practice evacuation or “drill”. If enabled
for local control, the front panel switch should be held for a minimum
of 2 seconds prior to activating the drill function.
TSE94
Environmental Drift Control: The system should provide means for
setting Environmental Drift Compensation by device. When a
detector accumulates dust in the chamber and reaches an
unacceptable level but yet still below the allowed limit, the control
panel should indicate a maintenance alert warning. When the
detector accumulates dust in the chamber above the allowed limit,
the control panel should indicate a maintenance urgent warning.
One-Man Walk Test: The system should provide both a basic and
advanced walk test for testing the entire fire alarm system. The basic
walk test should allow a single operator to run audible tests on the
panel. All logic equation automation should be suspended during the
test and while annunciators can be enabled for the test, all should
default to the disabled state. During an advanced walk test, field-
supplied output point programming will react to input stimuli such as
CBE and logic equations. When points are activated in advanced test
mode, each initiating event should catch the input. The advanced
test should be audible and should be used for pull station
verification, magnet activated tests on input devices, input and
output device and wiring operation/verification.
TSE95
Fire officer at Fire Station can view & Print the history of a fire
alarm control panel (FACP), event status, device properties,
and other information based on access permissions defined by the
system administrator.
The CPU shall contain and execute all control-by-event programs for
specific action to be taken if an alarm/trouble conditions is detected by
the system. Control-by-event programs shall be held in non-volatile
programmable memory and shall not be lost even if system primary and
secondary power failure occurs.
The CPU shall also provide a real-time clock for time annotation of all
system displays. The Time-Of-Day and date shall not be lost if system
primary and secondary power supplies fail.
TSE96
The FACP and CPU shall be modular in construction to allow ease of
servicing. Systems which require use of external programmers or
change of EPROM’s are not acceptable.
The system display shall provide all the controls and indicators used
by the system operator and may also be used to program all system
operational parameters.
The display assembly shall contain and display as required, custom
alphanumeric labels for all intelligent detectors, addressable modules
and software zones.
TSE97
display interface shall allow scrolling of events by event
type including FIRE ALARM, TROUBLE and OTHER EVENTS. A Print
Screen button shall be provided for printing the event currently
displayed on the LCD.
The SLC interface board shall contain its own microprocessor and
shall be capable of operating in a local/degrade mode (any
addressable device input shall be capable of activating any or all
addressable device outputs) in the event of a failure in the main CPU.
The SLC interface board shall provide power and communicate with
all intelligent addressable detectors and modules on a single pair of
wires.
The SLC interface board shall be able to drive a twisted circuit up to
2000 mtr in length.
The SLC interface boards shall provide power to all the hooters
provided in the loop for activation.
6.6. Enclosures
TSE98
The control panel should be housed in a UL-listed cabinet suitable
for surface or semi-flush mounting. The cabinet and front should be
corrosion protected, given a rust-resistant prime coat, and
manufacturer's standard finish.
The box with provisions for electrical cables connections into the
sides and top should be used.
The Main Power Supply should operate on 240 VAC, 50 Hz, and
should provide all necessary power for the FACP. It should provide
power to the CPU and should incorporate a battery charger for 24
hours of standby power using dual-rate charging techniques for fast
battery recharge. It should be capable of detecting earth faults.
All the field cables should be terminated in the lockable junction box.
Junction box and the main fire control panel should be
TSE99
interconnected through flexible cable using cable duct / cable tray
as per the decision of the Head Fire and Safety or his authorized
representative. It should have a terminal block for termination of
each wire. Steel glands should be provided for input of each cable. It
should have provision for termination of loop cable, sounder circuit
cable, damper actuation/indication cable and any other cable to
and from control panel and repeater panel installed in the fire
control room. It should have provision of 10% spare capacity for
termination of cable.
The isolator module should not require any address-setting, and its
operations should be totally automatic. It should not be necessary to
replace or reset an isolator module after its normal operation.
TSE100
actual emergency operation, they cannot be restored to normal use
except by the use of a key.
TSE101
Data transmissions to and from the fire control panel and the detector
should be via communications module which is factory fitted to
the detector by the original detector manufacturer and forms a
complete and integral part of the detector.
The detector should be supplied complete, fully tested and calibrated,
and each should bear the serial no. and seal of the approving
laboratory/body.
The method of addressing each detector should be easy.
All the fire detectors with base supplied against this work must bear
b) Serial no.
The four wires reflected beam smoke detectors, uniquely suitable for
protecting open areas with high ceilings where spot-type smoke
detectors are difficult to install and maintain. Detector should have
an optical sight and a two-digit signal strength meter for easy
alignment. The beam smoke detector must consist of
transmitter/receiver unit and a reflector. When smoke enters the
area between the unit and the reflector, it causes a reduction in the
signal strength. When the smoke level (signal strength) reaches the
predetermined threshold, an alarm is activated. The detectors should
have four standard sensitivity selections as well as two acclimatize
settings. When acclimatize setting is selected, the detector should
automatically adjust its sensitivity using advanced software
algorithms to select the optimum sensitivity for the specific
environment. Detector should also have an integral sensitivity test
feature which will allow the user to quickly and easily meet the
annual maintenance and test requirements of NFPA 72, without
physical access to the detector. The detector should connect to the
Fire Alarm Panel via fully supervised two wire circuit stub line.
Specifications
TSE102
b) Six user-selectable sensitivity levels.
g) Sensitivity (6 levels): 25%, 30%, 40%, 50% and two acclimatize levels 30-
50% and 40- 50%.
i) Alignment aid:
• Optical gun sight
• Integral signal strength indication.
• Two-digit display.
j) Indicators:
• Alarm — local red LED and remote alarm.
• Trouble — local yellow LED and remote trouble.
• Normal — local flashing green LED.
TSE103
alarm level just above the peak levels sensed over long periods of
time for each detector’s actual environment.
The detector should also have multi-detector algorithms that permit
one sensor to consider readings from adjacent sensors to
provide faster detection of fires. The detectors should send data
to the panel representing the analog level of smoke density.
TSE104
The control module NAC may be wired for Style Z or Style Y (Class
A/B) with up to 1 amp of inductive A/V signal, or 2 amps of resistive
A/V signal operation, or as a dry contact (Form-C) relay.
The control module should be suitable for pilot duty applications and
rated for a minimum of 0.6 amps at 30 VDC.
Three additional tone pulses can be added to each of the four pulse
patterns. Two of the tone pulses are used to alert occupants that
they are approaching a stairway and need to proceed either up or
down. The third tone pulse is an alert tone marking areas of refuge
for those who need to find those areas. It should also have range of
field selectable power settings including 1/4, 1/2, 1, 2, and 4 watts.
Specification
• Listed to UL 464.
• Five field-selectable power settings.
• Four field-selectable routing evacuation patterns.
• Low-profile, compact design.
• With prerecorded Voice chip
Control room at fire station will have a screen panel PC loaded with
Graphics of the entire network, which should identify all active
devices, such as smoke detectors, and their exact location in the each
building, along with information about potential hazards to
TSE105
emergency responders before they encounter them, thereby
giving fast accurate emergency scene size-up for the Fire Fighters.
The display should be interactive & contains Site Plan, Alarm history,
details, Building Information /contacts etc. Provision for connection
to bigger screen/projector will be preferred.
This device should be UL listed or FM approved.
6.21. Cables
All fire alarm system wiring shall be copper conductor flame retardant
low smoke and halogen free in accordance with local, state and
national codes, tested and approved from Government Authority.
Number and size of conductors shall be as recommended by the fire
alarm system manufacturer/ applicable codes, but not less than 18
AWG (1.02 mm) for Initiating Device Circuits and Signaling Line Circuits,
and 14 AWG (1.63mm) for Notification Appliance Circuits.
Wire and cable shall have a fire resistance rating armored type suitable
for the installation as indicated in NFPA 70.
Fire alarm control panel primary power wiring shall be 12 AWG.
The control panel cabinet shall be grounded securely.
The fire alarm control panel shall be networked by placed at FA
(Fire Alarm) panel rooms and central main room.
Wiring for initiating devices circuits shall be 1.5 sq mm minimum
armored class-A type and subject to the circuit load.
Wiring for Notification Appliances circuits shall be 2.5 sq mm minimum
armored class-B and subject to the circuit load.
Wiring for speaker circuits shall be 1.5 sq mm minimum twisted,
shielded armored class-B and subject to the circuit load
Wiring for telephone circuits shall be 1.5 sq mm minimum armored
class-B
and subject to the circuit load
Cable shall be in red color Wiring for fire network shall be armored
2cX1.5 sqmm cu FRLS type
Cables used for the transmission of system data and alarm signals
should be in accordance with the types recommended by the
manufacturer of the fire alarm system.
TSE106
termination. Cable tails should be insulated by means of blank sleeving
anchored and sealed into the seal.
Installation:
a) Installation shall be in accordance with the NFPA 72, local and state
codes as shown on the drawings and as recommended by the major
equipment manufacturer.
TSE107
b) All cable, cable supports, junction boxes shall be concealed in
finished areas and may be exposed in unfinished areas. Smoke
detectors shall not be installed prior to the system
programming and test period. If construction is ongoing during
this period, measures shall be taken to protect smoke detectors from
contamination and physical damage.
c) All fire detection and alarm system devices, control panels and
remote annunciators shall be flush mounted when located in finished
areas and may be surface mounted when located in unfinished areas
within the specified rooms as shown in drawings.
TSE108
e) Where required, return all elevators to the primary (Ground) or
alternate floor of egress.
Commissioning
Commissioning shall include pre-testing, troubleshooting, acceptance
testing, and punch list.
f) Open initiating device circuits and verify that the trouble signal
actuates.
g) Open signaling line circuits and verify that the trouble signal actuates.
TSE109
h) Open and short notification appliance circuits and verify that
trouble signal actuates.
i) Open and short (wire only) network communications and verify that
trouble signals are received at network station or annunciators.
r) Perform the following tests for the public address and voice alarm
system:
TSE110
• Simulate live voice announcements in fire zones using All Call,
All Call Minus, Page to EVAC, and Page to alert functions to
ensure that proper voice instruction messages are transmitted
to the proper zones.
f) Open initiating device circuits and verify that the trouble signal
actuates.
g) Open and short signaling line circuits and verify that the trouble
signal actuates.
TSE111
m) Test each initiating and indicating device and circuit for proper
operation and response at the control unit. Smoke sensors shall be
tested in accordance with Manufacturer's recommended calibrated
test method. Testing of duct smoke detectors shall comply with the
requirements of NFPA 72.
s) Verify that software control and data files have been entered
or programmed into the FACP.
Quality
The e n t i r e equipment supplied shall b e w i t h r e l e v a n t UL/FM/EN
and ISO 9001 certifications.
FINAL INSPECTION
TSE112
At the final inspection a factory trained representative of the
manufacturer of the major equipment should demonstrate that the
systems function properly in every respect.
INSTRUCTION
HANDING OVER
At the time of hand over, the Fire Alarm contractor should provide the
EIC with the following documentation:
TRAINING
Training for testing of various detectors
ON SITE
The Fire Alarm contractor should provide the EIC with details of the
training required by personnel to operate and maintain the fire
detection and alarm system.
TSE113
• Other Staff Training
The Fire Alarm contractor and the EIC should jointly agree the
number of staff to attend the training courses.
The scope of training provided should depend on the type, size and
complexity of the system.
The Fire Alarm contractor should initially provide technical training in
all aspects of the system. The trainee should then be given full
instructions in the use, operation and maintenance of the system.
This should include instruction in the procedures to be followed in
the event of fire and false alarms, routine maintenance and testing
procedures, and how to keep the Log Book.
TSE114
FAS system work during the specified warranty period for 12 months
from the date of handover.
• The warranty includes for the free supply of the engineering
manpower, maintenance labour, all materials including the spare parts
etc., required for the total maintenance.
TSE115
FIRE PROTECTION SYSTEM
TSE116
1. Introduction
2. Scope of Work
TSE117
b) The building shall be provided with Fire Protection system, as required
by NBC, relevant Indian standard codes & standards along with
CPWD & local-building regulations applicable for the project.
c) A New Fire water tank is proposed at the location shown in the tender
drawings. The fire pumping system for the proposed buildings shall be
planned, designed, constructed from this new fire water tank.
Solenoid
valve with auto closing and opening, depending on the tank water
level shall be provided.
d) Fire Water Pumps & Panel along with associated piping, valves and
accessories shall be as per system requirements. Electrical control
panel for Fire Pumps and cabling / wiring including connection to
various FPS equipments.
e) Fire Hydrant System with piping network, landing valves, Hose Reels,
Hose box and Hose Cabinets.
TSE118
m) Minor civil works related to fire protection system such as penetrating
through walls, floors and filling up all these holes with fire sealant (Fire
Stop Mortar), thrust block and anchor block for supporting underground
pipes. Providing all the valve chambers, along with the manhole covers,
designed for appropriate loading.
n) Obtaining Completion Certificate from the Local Fire Officer & clearance
certificate.
o) Provide fire and life safety signage.
p) The Contractor shall be responsible for the Supply & Installation of all
the above mentioned Fire Protection Systems in accordance with the
Specifications, Standards and the contract drawings / documents.
The entire work shall be carried out strictly in accordance with the true
intent and meaning of the specifications and drawings taken together,
regardless of whether the same may or may not be shown particularly
on the drawings or described in the specification, provided that the
same can be reasonably inferred from there.
3. Design Criteria
The objective of this report is to design a fire protection system that shall
provide:
3.1. Classification
TSE119
The buildings classification shall be as per NBC.
The water to the Internal Hydrant system shall be fed through vertical
risers located at common area or staircase.
a) The Building shall be equipped with a Hydrant and First aid Hose Reel
System. The Hydrant Stations with Fire Hose Reel shall be provided
at landing of all stairs and to meet the requirements as per NBC,
relevant IS codes and local fire regulations.
b) Locations of Internal Fire Hydrant Stations shall be in the recessed
wall openings and the same shall be coordinated with Architectural
drawings.
c) To reduce excess pressure Orifice plates of suitable design shall be
provided.
d) The hydrant risers shall be terminated with air release valve at the
highest points to release the trapped air in the pipe work along
with necessary accessories.
e) Each internal hydrant station shall consists of one single headed
63mm hydrant valve, 2nos 15m long Fire hoses, 1 no wall mounted
hose reel with 30m long hose tubing, complete with shut off nozzle &
clamps, 1 no branch nozzle and 1 no. fireman axe.
f) Test and drain line for each riser system.
TSE120
b) Each External hydrant station shall consist of hydrant valve along with
two nos. hoses and one branch nozzle.
c) An isolation valve shall be provided for ease of maintenance.
d) To reduce excess pressure Orifice plates of suitable design shall be
provided. Isolation valves, Air release mechanisms at high points, Drain
valves shall be provided.
e) Fire brigade inlets for pumping water into hydrant lines shall be
provided. Fire brigade inlet shall be located and arranged so that hose
lines can be readily and conveniently attached to the inlets without
external interference.
f) Underground piping shall be laid at least 1m below and at road
crossing where heavy vehicles are expected to pass; it shall pass
through RCC pipe for additional protection.
d) IS : 5714 – 1981 Specification for Hydrant, Stand pipe for fire fighting.
e) IS: 638 Sheet rubber jointing and rubber insertion jointing.
f) IS: 1239 Mild steel tubes, tubular and other wrought (Part I & II) steel
fittings.
g) IS: 884 Swinging type wall mounted hose reel with drum.
h) IS: 388 Specification for Hose tubing.
TSE121
l) IS : 5312 Swing check type reflux ( non- return ) valves.
m) IS : 636 – 1988 Fire Fighting Delivery hose- non- percolating.
The design and drawings shall include for the following besides the
other necessary requirements.
b) Internal & external Fire Hydrant drawings showing piping network, Fire
Hose Station Locations, air valves and drain valves, all termination details
etc., for all levels.
e) Design & Detail drawings for Fire Water Tank, pipe Sleeves, etc.
6. Construction Specification
TSE122
6.1. Hydrant System Description
a) The Fire protection covers Wet Risers in the entire building, Fire Hose
Stations housing Hose Reels, Landing Valve and Canvass Hose. External Hydrant
ring main along with Yard Hydrants are provided. Fire service inlet and Fire
Breeching connection are also provided.
b) The Hydrant system are automatic in action and are kept pressurized at all
times.
c) The Hydrant risers are terminated with air release valves at the highest points
and with drain valves at the bottom.
a) Fire Pumps
All the fire pumps are connected to the respective dedicated fire water
tank through a common suction manifold and the discharge of each
pump is connected to a common discharge manifold. The discharge
manifold provides the system connections. Necessary isolation valves
and check valves are provided for sectional isolation and control.
Process and instrumentation devices will be provided for monitoring and
control functions.
The fire pump shall be horizontally mounted single stage centrifugal end
suction type and direct driven by electrical motor, as specified. The
pump rating and performance shall be described in the drawings and
should be as per NBC. Pump casing shall be of close-grained cast iron
with bronze impeller. The shaft sleeve shall be brass of S.S 304 and the
trim shall be brass or bronze and the shaft shall be stainless steel.
Pump shall be capable of delivering 150 % of the rated capacity at 65 %
of the rated head and the no-delivery head shall not exceed 120 % of
rated head. Pump casing shall withstand 1.5 times the working
pressure. The pump shall be electrically driven with direct flexible
coupling. In the event of a demand from the system, the main electric
fire pump will automatically start at a preset pressure level and
deliver the rated flow at the rated pressure to the system. In the event
of failure of the main electric pump to start on demand, the standby
diesel driven fire pump will start at a preset pressure level and deliver
the demand. Stopping of the fire pumps will be manually only. The
jockey pump will ensure that the system is maintained at the design
pressure at all times.
TSE123
The fire pumping system is the most critical component of the
complete fire-fighting system and therefore requires be periodically
operating and testing to ensure the functionality is not impaired. To
facilitate this by simulation, a test line will be provided which will be
tapped-off the pump discharge common header and will have a pump
flow test meter with isolation valves. The discharge of the test line will
be connected to the fire tank. This arrangement will provide a means of
periodic running of the fire pumps in a closed loop without water
wastage as well as ensure water circulation in the static fire water tank.
The flow test meter shall be sized to measure flow of 150% of pump
rated capacity so that the performance characteristics of the fire pumps
can be periodically tested to verify there is no deterioration in
performance outputs over a period of time. Status of the fire pumps is
monitored at the fire alarm control panel.
The electric drive motor shall be squirrel cage A.C. induction type
suitable for operations on 415 volts, 3 phase, 50 Hz system. The motor
shall be totally enclosed fan cooled type confirming to protection class
IP – 55. The class of insulation shall be ‘F’. The synchronous speed
shall be 1500 / 3000 RPM as specified. The motor shall be of
continuous duty and shall have horse power rating necessary to drive
the pump at 150 percent of its rated discharge with at least 65
percent rated head. The motor shall conform to IS 325 – 1978. The
motor starter shall be automatic star Delta type confirming to related
IS. The starter assembly shall be suitable integrated in the power and
control panel for the riser system.
Accessories
The fire pump shall be complete with the following accessories :
TSE124
Pump Foundation
Each pumps shall be bolted and grouted to a reinforced
concrete foundation of 1:1 1 / 2:3 concrete (1 cement : 1 1 / 2 fine
aggregate : 3 coarse aggregate) and cured for 7 days. Each concrete
base shall include supports for pipe elbows at the suction and / or
discharge. The pump foundation and supports shall be as per the pump
manufacturer’s recommendation.
b) Control Panels
1. Scope
This section covers the basic requirement of the control panels. Also
refer Vol 4. C2. Electrical Systems for detailed electrical related
descriptions.
2. General
Unless otherwise specified in the tender specifications, the
entire equipment shall be suitable for operating on 415 volts, 50 cycles,
earthed neutral, 3 phase, 4 wire A.C system.
3. Standards
The equipment and panel shall be as per IS standards
requirements. Should there be any ambiguity or inconsistency, the
Contractor should report the same to the EIC/his representative and
obtain clarification before submitting his tender.
TSE125
All equipment, cables etc. shall be adequately rated for the switch
rating to suit the climatic condition experienced in the vicinity of
installation and other similar installations.
4. Procedure
Throughout all stage of work the Contractor shall maintain a close
liaison with the EIC/his representative and with all other
Contractor associated with the work. He shall also allow sufficient
freedom and access to other Contractors to carryout their work. Any
damage caused due to negligence on part of the contractor to the
structure / works, shall be duly compensated by him.
The contractor shall submit the fabrication drawings of the Pump Panel
indicating all enclosures separately for all Pumps etc. for approval by
the EIC. Drawings shall indicate cable inlets, outlets, chamber
dimensions and front and side elevations. These drawings shall take
into account all fuses, contactor, switches & meters etc.
The control panels shall be fitted with circuit charts mounted to the
inside cover. These charts shall consist of a typed list giving the
designation of each circuit and the size of the breaker required, and
shall be protected by a sheet of Perspex 2 mm thick, labels shall also be
attached to the barriers of breachers indicating the number of each
individual circuit shown on the list.
6. Type
The control panels shall be floor / wall mounted, free standing, totally
enclosed, dust and vermin proof construction or alternatively of
compartmentalized cubicle rigid construction type as specified in the
TSE126
tender specifications. In either case, the panel shall be vermin proof
and suitable for operating and maintenance personnel.
The panel shall be arranged in multi-tier formation. All doors and covers
shall be hinged and latched and shall be folded and braced as
necessary to provide a rigid support for all components. Joints of any
kind in sheet metal shall be seam welded. All welding slag shall be
ground smooth and welding pits wiped smooth with Plumber metal.
All panels and covers shall be properly fitted and secured with the
frame and holes in the panels correctly positioned. Fixing screws shall
enter into holes tapped into an adequate thickness of metal or
provided with nuts. Self-threading screw shall not be used in the
construction of control panels. Base channel of 75 mm x 75 mm thick
shall be provided at the bottom. Minimum clear space of 200 mm
between the floor of the control panel and bottom most unit shall be
provided. In other words the bottom most unit shall be 275 mm clear
off the finished floor level.
Where cables enter from below, cable boxes shall be fitted at the rear
end arranged in tiers to facilitate making connections to the upper and
lower units. Clamps shall be provided to support the weight of the
cables. All power wiring inside the control panel shall be colour coded.
Circuit diagram showing the arrangement of circuit shall be pasted on
the inside of panel door covered with transparent Perspex sheet 2 mm
thick. All labeling shall be provided in engraved anodized aluminum /
Bakelite strips on the front face of the panel board. The total height of
the panel shall be limited to 2400 mm including the base channel.
Doors and covers shall be of minimum 2 mm thick sheet steel.
TSE127
Partitions / shrouds shall be of minimum 1.6 mm thickness. Primer
coating with two coats of highly corrosion resistant primer shall be
applied according to the seven tank process of painting. The panel shall
be powder coated finally. The diagram shall be approved by EIC/his
representative .
7. The Contactor rating shall be suitable for the rating of the Main Fire
Pump and Jockey Pump: Contractor shall co-ordinate and supply the
total panel suitable for the pumps offered by him.
10. The wiring shall be PVC insulated and PVC armoured sheathed
aluminium conductor copper cable of 650 / 1100 volts grade
conforming to IS 694) as required from Fire Pump Board to motor
and cable of suitable size.
11.Testing
The panel shall be tested at manufacturer’s works and shall be
got approved by Employer’s Representative before dispatch to site. The
panel shall be tested again at site as directed by Employer’s
Representative.
12.Cables Trays
All cables shall be laid in factory fabricated cable trays / Ladder type
saddle comprising of hot dipped Galvanized G.I angles / channels and
rungs duly painted with 2 coats of anti corrosive primer paint and 1
coat of enamel paint. The channels and rungs shall be perforated and
shall be of minimum 2 mm thickness. Sufficient care shall be taken at
the time of fabrication for derusting before painting. Mild steel
hangers shall be provided from structural steel rods with double
nuts and washers at one meter distance or welded to suspension plate
provided in the building concrete roof.
a) Piping
TSE128
2) G.I. pipes conforming to IS: 1239 with upto date amendments, ISI
marked (Heavy grade) (for pipes of sizes 150 mm NB and below)
suitably treated on the outside to prevent soil corrosion as per IS:
10221.
3) G.I pipes up to 50 mm dia shall have all fitting as per IS 1239, part II
(heavy grade) while pipes above 150 mm dia shall be as per IS: 3589
inclusive of IS marking.
b) Valves
1. Gate valves / Butterfly valves will be used for isolation of flow in pipe
lines. For sizes up to 50 mm gate valves shall be used and they shall be
of the outside screw rising spindle type and shall be as per IS : 778. For
sizes 80 mm and above butterfly valve shall be used.
TSE129
required). Gate valves shall have back setting bush to facilitate gland
renewal during full open condition.
3. Non-return valves shall be cast iron wafer swing check type. An arrow
mark in the direction of flow shall be marked on the body of the valve.
These valves shall conform to IS: 5312. The flap shall be cast iron and
flap seat ring of loaded gun metal.
5. Alarm check valve: This shall be installed in the tapping point to each
wet riser from the internal ring main. Alarm Check Valve shall have
divided seated ring, rubber faced clapper.. The alarm check valve shall
be flanged type with Cast Iron body & bronze seat ring. The clapper
shall be cast iron.
c) Yard Hydrant
Yard Hydrant valve shall be as per IS: 5290 and IS marked. The valve
shall be oblique type complete with hand wheel, quick coupling
connection, spring and gun metal blank cap as per IS: 5290. The
hydrant shall be tapped from the 150 / 100 dia main with elbow and
standpipe 80 mm dia at approx. 1-2 m above ground level.
The Internal landing valve shall be of gun metal conforming to IS: 5290.
It shall be oblique type, complete with hand wheel, quick coupling
connection, spring and gun metal blank cap.
e) Excavation
TSE130
f) Hose Reel
The hose reel shall be directly tapped from the riser through a 20 mm
dia pipe, the drum and the reel being firmly held against the wall by use
of dash fasteners. The Hose Reel shall be swinging type ( 180 degrees
) and the entire Drum, Reel etc. shall be as per IS : 884. The rubber
tubing shall be of approved quality and the nozzle shall be 6mm dia shut
off type.
1) Hose for Fire Brigade used inlet shall be housed in a Hose Cabinet of
Size 1.0 M x 0.5 M with glass and locking arrangement.
3) The steel work shall be given primer coating, two coats of highly
corrosion resistant primer, applied according to the seven tank
process of painting. The cabinet shall be powder coated finally. The
words “Yard Hydrant” “Hydrant” etc. shall be painted in white (or red
on the glass) in 75 mm high letters. The hose box shall be lockable type.
All horizontal surfaces shall be sloped adequately with water discharge
holes. The final coat of paint shall have stove enameled finish.
4) A brick pedestal with brick wall complete with plaster shall also be
constructed for supporting the hose box if required as directed
by EIC/his representative.
i) Pressure Gauge
TSE131
The Pressure Gauge shall be constructed of die cast aluminum and
stove enamel. It shall be weather proof with an IP 55 enclosure. It
shall be stainless steel Bourden type Pressure Gauge glycerin filled,
with a scalerange from 0 to 16 Kg / CM square and shall be
constructed as per IS: 3624.
j) Painting
All Hydrant pipe shall be painted with Fire red colour paint (Shade
No. 536 of IS: 5).The pipes shall be painted with one coat of Zinc
Chromate primer and two coats of enamel paint.
a) Diesel Engine
b) Engine Accessories
TSE132
The engine shall be complete with the following
accessories: -
c) Cooling System
The diesel engine shall be water cooled, the water for cooling shall
be taken from discharge of fire pump (taken off prior to the pump
discharge valve), directly into the engine cylinder jackets via pressure
reducing device to limit the applied pressure to a safe value as specified
by Engine Manufacture.
e) Starting System
The exhaust system shall be complete with hospital silencer and silencer
piping including bends and accessories. The total backpressure shall
TSE133
not exceed the engine manufacturer’s recommendation. The exhaust
piping shall be suitable lagged. The exhaust piping shall run within the
duct land terminate above roof level. The exhaust pipe shall be
insulated with `ROCKLLOYD` insulation and suitably cladded.
h) Governing System
i) Engine Instrument
TSE134
3. Battery charge: - Necessary float boost charger shall be incorporated in
the control section of the power and control panel, to keep the
battery under trim condition. Voltammeter to indicate the state of
charge of the batteries shall be provided.
4. Day Oil Tanks: - Day oil tanks shall be of 300 liters capacity and made
out of minimum 3 mm thick MS sheets, duly welded and painted as per
requirements. It should be attached with level indicator with signals
compatible to computer.
5. The day oil tank shall be equipped with an air breather, shielded
level gauge, strainer and a hand hole of not less than 150 mm diameter,
besides the required fuel connection and a drain plug. Primer coating
with two coats of highly corrosion resistant primer shall be applied
according to the seven tank process of painting. The tank shall be
power coated finally. The fuel tank shall be hydrostatically tested at a
pressure not less than 0.35 kg/ sq.cm.g. The fuel tank shall be equipped
with fuel piping and valves, Overflow pipes, vent & sludge trap, drain
valve, inspection and cleaning hole fill connection etc. The fuel tank
shall have the calibration facility. An adequate size spill tray shall have
both vertical & horizontal reinforcement with suitable size angle section
The automatic mains failure control panel shall be such that to start
the Diesel Pump automatically when there is failure of main supply /
Emergency supply and other main fire pumps. The panel will have
suitable rated bus bars, internal wiring, fuses, with suitable provision
for connection incoming / outgoing / out coming loads. It will include
the following accessories.
The automatic mains failure control panel shall be such that to start
the Diesel pump automatically when there is failure of main supply /
Emergency supply and other main fire pumps. The panel will have
suitable rated bus bars, internal wiring, fuses, with suitable provision
for connections incoming / outgoing / out coming loads. It will include
the following accessories.
1. One set main supply voltage monitor to identify low voltage complete
failure and initiate necessary signal for operation of automatic control
gear.
TSE135
4. 1. No. control unit incorporating engine start / stop and 3 impulse
starting relay and failure to start lock out.
• In the event of failure of diesel pump due to faulty starting, the main
supply contractor will get energized without any time delay on the
restoration of the main supply and interlocking shall be open to main
fire pumps.
12. Battery charger for charging batteries when set is not operating
connected to the load side so that it will get on energized from the
mains.
TSE136
• Rectifier.
• D. C. Ammeter.
• D. C. Voltmeter.
• Charge rate selector switch for trickle or high charge.
• A lamp indicating that battery is being charged.
l) Exhaust Pipe
Providing and fixing M.S class ‘C’ Diesel Engine exhaust pipe including
all fittings & support and fiber rope protection.
6.6. Portable Fire Extinguishers
6.7. Signage
TSE137
VRV/VRF
TSE138
1. CODES AND STANDARDS
1.1 The design, materials, manufacture, inspection, testing and performance of the
various equipments included in the work shall comply with all currently applicable
codes, regulations, and standards applicable in the locality where the equipments
are to be installed.
The main List for BIS codes and other relevant standards are given in the
tender.
1.2 VARIABLE REFRIGERANT FLOW SYSTEM
1.2.1 SCOPE
The scope of this section comprises the supply, erection testing and
commissioning of inverter based Variable Refrigerant Flow System with
hermetically sealed Scroll/ Rotary Compressor conforming to these
specifications and in accordance with the requirements of Drawing and
Schedule of Quantities. The work shall be executed through the
authorized dealer of the VRF equipment manufacturer and the
contractor shall procure all VRF equipments including Y-joints and remote
controls of one make only out of the approved list of VRF Firms.
1.2.2 TYPE
Outdoor units shall be air cooled, variable refrigerant flow air conditioner of
R410A gas based consisting of one outdoor unit and multiple indoor units. Each
indoor units having capability to cool or heat independently for the requirement of
the rooms.
The outdoor unit shall be factory assembled unit housed in sturdy weather
proof casing, constructed from heavy gauge mild steel panels and coated
with baked enamel finish. The Unit should be completely factory wired
tested with all necessary controls and switch gears:
a) All outdoor units above 8 HP shall have minimum two scroll/ rotary
compressors and be able to operate even in case one of compressor
is out of order.
b) Compressor installed in outdoor unit shall be equipped with at least one
inverter compressor up to 18 HP, two inverter compressors up to 36 HP
and above this, three inverter compressors so that the operation is not
disrupted with failure of any compressor.
TSE139
c) The system shall be capable of changing the rotating speed of inverter
compressor by inverter controller to follow variations in cooling and heating
load.
d) Outdoor unit shall be suitable for mix match connection of all type of indoor
units.
e) The refrigerant piping between indoor units and outdoor unit shall be
extendable up to 165m actual piping length for outdoor unit with maximum
90m level difference without any oil traps and total piping length with
1000m.
f) Both indoor units and outdoor unit shall be factory assembled, tested and
filled with first charge of refrigerant before delivering at site.
g) All outdoor units must be equipped with optimized heat exchanger.
h) All outdoor units must be equipped with night time quite operation function
which results in less sound level in night time operations of the outdoors.
The nighttime quiet operation shall be with three modes- automatic, manual
and combined mode.
i) It should also be provided with duty cycling for switching starting sequence
of multiple outdoor units.
j) The noise level shall not be more than 68 dB (A) at normal operation,
measured horizontally 1m away.
k) The outdoor unit shall be modular in design and should be allowed
for side by side installation
l) The unit shall be provided with its own microprocessor control panel.
m) The outdoor units shall be complete with safety devices namely –
high/ low pressure switch, fan driver overload protector, over current
relay, inverter overload protector.
n) The oil mechanism shall be capable of oil film control by high thrust
mechanism.
o) The heat transfer circuit should perform super cooling before the
expansion process in the indoor units.
p) The outdoor unit’s side panel and outer panel shall be alloyed hot-dip
zinc coated steel plate with powder polyester resin coating on the
inner and outer surfaces in the thickness of 32 micron.
q) The outdoor unit’s bottom frame shall be hot-dip aluminium, zinc and
silicone coated steel plate.
The outdoor unit should be fitted with low noise, aero spiral and aero
asymmetrical design fan with multiple speed DC motor .The fan shall be
coated with styrene-acrylonitrile resin(glass fiber filled) The fan shall be
covered with aero smooth grille which shall be three-dimensional,
integrated, soft woven steel covered with plastic coating. The fan
protective net shall be coated with weather resistant polypropylene resin.
The condensing unit shall be designed to operate safely when connected
to multiple fan coil units, which have a combined operating nominal
capacity up to 160 % of indoor units for outdoor units up to 36 HP. The
capacity control for the outdoor units shall range from 5% to 100%.
TSE140
1.2.4 INVERTER COMPRESSOR
The heat exchanger shall be constructed with copper tubes mechanically bonded
to aluminum fins to form a cross fin coil.
The refrigerant circuit shall include liquid & gas shut-off valves and a
solenoid valve at condenser end.
All necessary safety devices shall be provided to ensure the safe
operation of the system.
All necessary safety devices shall be provided to ensure safe operation of the
system.
Following safety devices shall be part of outdoor unit; high pressure
switch, low pressure switch, fuse, crankcase heater, fusible plugs, over
load relay, protection for inverter, and short recycling guard timer.
TSE141
suitable for the duty selected. The type, capacity and size of indoor units
shall be as specified in detailed Bill of Quantities.
GENERAL
The fan shall be dual suction, aerodynamically designed turbo, multi blade
type, statically & dynamically balanced to ensure low noise and vibration
free operation of the system. The fan shall be direct driven type, mounted
directly on motor shaft having supported from housing.
The cooling coil shall be made out of seamless copper tubes and have
continuous aluminum fins. The fins shall be spaced by collars forming an
integral part. The tubes shall be staggered in the direction of airflow. The
tubes shall be hydraulically/ mechanically expanded for minimum thermal
contact resistance with fins. Each coil shall be factory tested at 21kg/sqm
air pressure under water.
Noise level should not be more than 38 db at high speed at a distance of 1
mtr. Unit shall have cleanable type filter fixed to an integrally moulded
plastic frame. The filter shall be slide away type and neatly inserted.
Each indoor unit shall have computerized PID control for maintaining
design room temperature. Each unit shall be provided with microprocessor
thermostat for cooling and heating.
Each unit shall be with wired LCD type remote controller. The remote
controller shall memorize the latest malfunction code for easy
maintenance. The controller shall have self-diagnostic features for easy
and quick maintenance and service. The controller shall be able to change
fan speed and angle of swing flat individually as per requirement.
The unit shall be ceiling mounted type with four directional flow. The unit
shall include pre-filter, fan section and DX-coil section. The housing of the
unit shall be powder coated Galvanized steel. The body shall be light in
weight and shall be able to suspend from four corners.
TSE142
Unit shall have an external attractive panel for supply and return air. Unit
shall have four way supply air grilles on sides and return air grille in
center.
Each unit shall have high lift drain pump, fresh air intake provision (if
specified)
Low gas detection system and very low operating sound.
All the indoor units regardless of their difference in capacity should have
same panel size for harmonious aesthetic point of view. The sound
absorbing thermal insulation material shall be polyurethane foam.
Unit shall be suitable for ceiling mounted type. The unit shall include pre
filter, fan section & DX coil section .The housing of unit shall be light
weight powder coated galvanized steel. The unit shall have high static fan
for ductable arrangement.
1.7.1 All refrigerant piping for the air conditioning system shall be constructed from soft
seamless upto 19.1mm and hard drawn seamless copper refrigerant pipes for
above 19.1mm with copper fittings and silver-soldered joints. The refrigerant
piping arrangements shall be in accordance with good practice within the air
conditioning industry, and are to include expansion valves, charging connections,
suction line insulation and all other items normally forming part of proper
refrigerant circuits.
1.7.2 All joints in copper piping shall be sweat joints using low temperature brazing and
or silver solder. Before jointing any copper pipe or fittings, its interiors shall be
thoroughly cleaned by passing a clean cloth via wire or cable through its entire
length. The piping shall be continuously kept clean of dirt etc. while constructing
the joints. Subsequently, it shall be thoroughly blown out using nitrogen.
1.7.3 The air-conditioning system supplier shall design sizes and erect proper
interconnections of the complete refrigerant circuit.
1.7.4 The thickness of copper piping shall not be less than that specified in the BOQ.
1.7.5 The suction line pipe size and the liquid line pipe size shall be selected according
to the manufacturers specified outside diameter. All refrigerant pipes shall be
properly supported and anchored to the building structure / cable tray using steel
hangers, anchors, brackets and supports which shall be fixed to the building
structure by means of inserts or expansion shields of adequate size and number
to support the load imposed thereon.
1.7.6 After the refrigerant piping installation has been completed, it shall be evacuated,
for carrying out the air tightness test. The refrigerant piping system shall then be
pressure tested using Nitrogen, gas at a pressure of 4.0 MPaG (580 PSIG) which
TSE143
will be gradually increased. Pressure of 4.0 MPaG (580 PSIG) shall be
maintained in the system for atleast 24 hours. If there is no pressure drop, the
system will be considered as having passed the test. If a drop in pressure is
detected, search for the leak site by applying soapy water to surface of the piping
connections (flares, brazed joints etc.) and charge the hose connections.
A pressure between 0.2 and 0.3 MPa G in the piping shall be allowed after
conducting the air tightness test so as to prevent contamination in the
piping.
1.7.7 Vacuum drying of the system has to be carried out after passing of air tightness
test and will be carried out with a Vacuum Pump which can bring the pressure
below – 100.7 KPaG (-755 mm Hg). During Vacuum test, evacuation from both
the liquid and gas piping must be carried out. The system in a vacuum state
below – 100.7 KPaG (-755 mm Hg) shall be left for atleast 4 hours and in case
the gauge indicator does not rise the test will be considered successful. If the
gauge indicator rises, there may be moisture remaining or a leak in the circuit.
1.7.8 After completing the vacuum drying, charge the calculated additional refrigerant
from the gas cylinder via the liquid side stop valve service port using pressure
difference. The refrigerant must be charged in a liquid state. Digital scale shall be
used for measuring the additional refrigerant quantity.
1.8.1 The indoor units shall be connected to drain pipe made of hard PVC or
Galvanized Iron as specified in BOQ.
1.8.2 The pipes shall be laid in proper slope for efficient drainage of condensate water.
A downward gradient of at least 1/100 will be provided for the drain piping.
1.8.3 For proper drainage of condensate, U Trap shall be provided in the drain piping
(wherever required). All pipe supports shall be of pre-fabricated & pre painted
slotted angle supports, properly installed with clamps etc.
1.8.4 The main drain pipe should be connected to the vertical drain pipe through a Y-
joint or T-joint. A vent pipe should be installed at the top of the vertical to improve
the drain water flow. Vent pipe should be provided with insect screen. Cost for
these accessories is deemed to be included in the rates quoted by the tenderer.
TSE144
c. Nitrite rubber must have a ‘K’ value of 0.035 W/m K at a mean
temperature of 20 º C and a minimum density of 55 Kg/cu. m.
d. Thermal insulation of all refrigerant piping shall be finally covered with
lagging fabrics viz., fiber cloth, a non-flammable lagging fabric and
finally finished with thermal insulation protective coating.
e. The joints shall be properly sealed with synthetic glue to ensure
proper bonding of the ends.
1.10.1 Scope:
The Inline fan shall be complete with centrifugal impeller, casing, direct
driven motor, vibration isolators etc.
(i) The fan housing shall be manufactured from hot rolled GSS sheet metal.
Housing metal parts shall be either spot welded or screwed or mounted
together with rivets.
(ii) The fan shall be complete with mounting bracket for horizontal mounting.
(iii) The fan shall be moisture resistant and approved for installing in humid or damp
environment.
(iv) The fan motor shall be single phase 220±10% volts, 50 H Z capacitor start with
class ‘F’ insulation. An IP 54 terminal box shall be mounted on the casing
which shall be factory prewired to the motor.
(v) The motor shall be provided with Standard Thermal Overload Protection so that
the thermal contacts open automatically if the temperature within the motor
winding becomes excessive.
(vi) The motor enclosure shall be IP 44. Motor shall have ball bearings which are
greased for life and designed to run at any angle. The fan motor shall be
suitable for speed control with dimmer type speed contactor by voltage
variation.
(vii) The Inline fan shall be provided with gravity type louver shutter to prevent
against back draught with very low airflow resistance. The frame shall be
manufactured from high impact polystyrene with PVC blades. The complete
assembly shall be UV stabilized.
(viii) Noise level for Indoor fans shall not exceed 45 Db and the static pressure
shall be as per BOQ.
1.10.3 Testing:
Fan shall be tested for the performance and the following test results shall be
furnished.
(i) C.F.M.
TSE145
(ii) Static pressure at the fan supply end.
(iii) Noise level
1.11.2 Material:
(i) The duct shall be fabricated out of galvanized sheet, class VIII (Zinc coating 120
gm/m²as per the parameters given below which are conforming to IS 655-2006.)
(ii) The thickness of sheets shall be as given below:
TSE146
2250 to above* 1.00 40x40 mm angle 40x40x4 mm
connections, or diagonal angles,
40mm pocket 40- 40x40x3 mm angle
mm bar slips, 1 m 60 cm from joint
maximum centers from joint
with 35x3mm bar
reinforcement
* Ducts 2250 mm and larger require special field study for hanging and
supporting methods.
In addition to above the following points should be also taken into account
while fabrication of ducts.
g) The flexible joints shall be fitted to the delivery side of AHU fans
with Fire Retardant Double canvass. The length of flexible joints
should not be less than 150 mm and not more than 300 mm
between faces.
h) The ducting work can be modified if deemed necessary in
consultation with the Engineer in Charge to suit actual site
conditions in the building.
1.12.1 Ducting work shall mean all ducts, casing, dampers, access doors, joints,
stiffeners and hangers. The ducting shall be fabricated as per IS: 655.
1.12.2 The duct shall be fabricated from Lock Forming Quality (LFQ) grade galvanized
steel sheets with 120 gms / sq.m galvanizing (total coating on both sides)
on the sheets.
TSE147
1.12.3 All ducts wherever specified, shall be factory fabricated in box sections from G.I.
continuous coils with all suitable joints, supports, sealing arrangements etc.
1.12.4 Changes in section of duct work shall be affected by tapering the ducts with as
long a taper as possible. All branches shall be taken off at not more than 45
DEG. angle from the axis of the main duct unless otherwise approved by the
Engineer-in-Charge.
1.12.5 All ducts shall be supported from the ceiling / slab by means of fully threaded GI
rods of 9 mm – 12 mm dia., with M.S. slotted double–C channel of 3.0 mm
thickness at the bottom. The rods shall be anchored to R.C. slab using
metallic expansion fasteners.
1.13 Dampers:
1.13.1 All dampers shall be louver dampers of robust constructions and tightly fitted.
The design, method of handling and control, shall be suitable for the location
and service required.
1.13.2 Dampers shall be provided with suitable links, levers and quadrants as required
for their proper operation, control or setting in any desired position. Dampers
and their operation devices shall be made robust, easily operable, and
accessible through suitable access doors in the ducts. Every damper shall
have an indicating device clearly showing the damper position at all times.
1.13.3 Damper shall be placed in ducts and at every branch, supply or return air duct
connection whether or not indicated on the drawings for the proper volume
control and balancing the system.
1.13.4 Fire Dampers shall be multi blade louvers type. The blade should remain in the
air stream in open position and shall allow maximum free area to reduce
pressure drop and noise in the air passage. The blades and frame shall be
constructed with minimum 1.6 mm galvanized sheet of minimum 400 mm
long. It shall be complete with locking device, motorized actuator and control
panel.
1.13.5 Fire Dampers shall be motorized smoke and fire dampers type. It shall be
provided with spring loaded UL stamped fusible link to close fire damper in
the event of rise in duct temperature. Fire damper shall also close on receipt
of fire alarm signal to cut off air supply instantaneously. An electric limit
switch shall also be operated by the closing of fire damper, which in turn shall
switch off power supply to ductable unit.
1.13.6 Fire dampers shall be CBRI tested and certified for 120 minutes against collapse
and flame penetration as per UL 555-1993.
1.13.7 Fire dampers shall be compatible with the fire detection system of buildings and
shall be capable of operating automatically on receiving signal from fire alarm
panel.
1.14.1 Supply air grilles shall be provided with vertical and horizontal adjustable bars
and volume control multi-louver damper which shall be key operated from the
front of the grille.
TSE148
1.14.2 All return air grilles and exhaust grilles shall be similar but without volume control
damper.
1.14.3 Sheet metal fresh air louvers with frame, dampers, filters, etc. shall be provided
in the clear opening in masonary made by the owner or in a window or as
shown in the drawings. Wherever fresh air ducting is involved, it shall be
carried out as shown and insulated with 25mm thick insulation wherever the
duct crosses a conditioned area.
1.14.4 All G.I frames, rectangular or circular, for fixing thereon of supply and return air
grilles and diffusers shall be deemed to be included in the quoted rates.
1.14.5 Linear grilles shall be provided with G.S.S. opposed blade volume control
dampers in supply collars.
1.15 Installation:
(i) The duct fabrication and installation shall generally conform to B.S.S./ IS
Standards. Duct dimensions shown on drawings are clear inside dimensions.
Wherever insulation is applied from inside, ducts shall be appropriately enlarged.
All openings in walls required for running ducts or for return air shall have to be
cut by the contractors without any extra cost. All such cuttings shall be made
good by the contractors.
(ii) The contractors shall provide and neatly erect all sheet metal work as
shown on drawings or as may be required to carry out the intent of these
specifications and drawings and this work shall meet with the approval of
the Engineer – In-charge in all its parts and details.
(iii) All necessary allowances and provisions shall be made by this contractor
for beam, pipes, or other obstructions in the building, whether or not the
same are shown on the drawings. Where necessary to avoid beams or
other structural work or plumbing or other pipes or conduits, the ducts
shall be transformed, divided or curved to one side, the required area
being maintained, all as approved or directed by the Engineer – In-charge.
(iv) All metal work in dead or furred down spaces shall be erected in time to
occasion no delay to other contractors on the building.
(v) Ducting over false ceiling shall be supported from the slab above, or from
beams. In no case shall a duct be supported from the ceiling hangers or
be permitted to rest on a hung ceiling.
(vi) If a duct cannot be run as shown on the drawing, the contractor shall
install the duct between the required points by any suitable path available,
subject to the approval of the Engineer – In-charge.
(vii) All duct shall be rigid and shall be adequately supported and braced
where required with standing seams, tees or angles of ample size to keep
the ducts true to shape and to prevent buckling, vibration or breathing.
TSE149
(viii) All joints shall be tight and all interior surface shall be smooth. Bends shall
be made with radius not less than one-half the width of the duct or with
scientifically designed interior curbed vanes, as approved. The each of the
individual elbows formed by the vanes will be about five.
(ix) All sheet metal connections, partitions and plenums required to confine
the flow of air to and through the filters and fans, shall be constructed of
18 G Galvanised iron braces and fitted with all necessary doors as
required by the architect, to give access to all parts of the apparatus.
Doors shall not be less than 450 mm x 650 mm in size.
(x) Where metal ducts or sleeves terminate in wood work brick or masonary
openings, tight joints shall be made by means of closely fitting heavy
flanged collars.
(xi) Doors shall be set in ducts and plenums for access to pipes, dampers,
coils, valves etc.
1.16 Insulation:
All the ducts wherever specified shall be insulated in the manner specified
hereinafter.
1.17 Testing:
(a) After completion, all duct systems shall be tested for air leakage.
(b) The entire air distribution system shall be balanced to supply the air quantities
as required in the various regions and rooms to maintain the specified room
condition. The final balance of air quantities through each grille, register or
diffuser shall be recorded and submitted to the Architect for approval.
1.18 Painting:
All grilles and diffusers shall be powder coated, before installation, in approved
shade and colour.
2. INSULATION
2.1 Scope:
2.2 General:
2.2.1 All tests like pressure testing should be complete and recorded and all systems
approved before insulation is applied to the equipment and piping. Insulation
material shall be manufactured by approved manufacturers and shall be of
approved manufacture of the type specifically intended for the services specified.
TSE150
2.2.2 Insulation materials and finishes shall be inherently proof against rotting, mould
and fungal growth and attack by vermin, be non-hygroscopic and in all respects
be suitable for continuous use throughout the range of operating temperatures
and within the environment indicated.
2.2.3 Unless otherwise indicated, all thermal insulating materials used within any
building shall, when tested in accordance with Indian standards be classified
non-combustible with a facing of combustible material provided the facing is not
more than 0.8 mm thick. Thermal insulating materials used within any building
shall be free from substances which in the event of a fire would generate
appreciable quantities of smoke, noxious or toxic fumes.
2.2.4 The insulation material for thermal insulation of refrigerant pipes and drain pipes
shall conform to following specifications in general:
d. The insulation shall have fire performance such that it passes Class I as
per BS476 Part 7 for surface spread of flame as per BS 476 and also pass
Fire Propagation requirement as per BS476 Part 6 to meet the Class ‘O;
Fire category as per 1991 Building Regulations (England & Wales) and
the Building Standards (Scotland) Regulations 1990.
e. Water Vapour permeability shall not exceed 0.017 Perm inch (2.48 x 10-
14 Kg / m.s.Pa), i.e. Moisture Diffusion Resistance Factory or ‘µ’ value
should be minimum 7000.
2.2.5 At all points of support, both insulation and out covering shall be continuous and
shall not be punctured or floured by the supports. The insulation at supports shall
be material of sufficient compressive strength to take the loads transmitted to the
supports. The load bearing insulation shall be extended on each side of the
supports.
2.2.6 At entries into building the weather-proofed insulation shall extend not less than
100 mm beyond the inner face of the wall and be sealed to the satisfaction of the
owner.
TSE151
2.3.3 The material should be rigid pre formed moulded sections of closed cell
elastometric nitrile rubber insulation class ‘O’ fire rating having a uniform density
of 55 Kg/m³ and with a “K” value not exceeding 0.035 W/mk at 20º C mean
temperature.
2.3.4 All Refrigerant and Condensate Drain Pipe shall be insulated in the manner
specified herein. An air gap of 100mm shall be present between adjacent
insulated surfaces carrying chilled refrigerant and also between the insulated
surface and the wall to allow natural ventilation without affecting it’s external
surface coefficient of heat transfer before applying insulation, all pipes shall be
brushed and cleaned. All pipe surfaces shall be free from dirt, dust, mortar,
grease, oil, etc. Nitrile rubber insulation shall be applied as follows:-
c. Adhesive must be allowed to tack dry and then press surface firmly
together starting from but ends and working towards centre.
TSE152
i) Black bitumastic adhesive or sodium silicate (as recommended
by suppliers of insulation) shall be applied over the surface after
cleaning the ducts as per IS standards.
vi) Tie down with Nylon strap at intervals of 300 mm using G.I. sheet
crimped clamps. Use 50 mm long 20 G G.I. sheet angles at all
corners below the tape.
2.4.4 Connecting duct of equipment shall be provided with acoustic lining for a
distance of 3.0 mtrs. from the fan outlet with 25 mm thick resin bonded Fiber
Glass. Acoustic lining shall be provided as follows:
a). Black bitumen paint shall be applied over the surface after
cleaning the ducts.
d). Fix 0.80 mm thick perforated aluminium sheet with 2.38 mm dia
holes at 4.76 mm staggered centres over the insulation with the
help of screws and washers tightened into the Aluminium frames.
TSE153
Water Supply System
TSE154
WATER SUPPLY PUMPS, EQUIPMENT & WATER TREATMENT UNIT
1.1 Work under this sub-head consists of furnishing all labour, with appropriate T&P
scaffolding & staging as required to completely install pumping system for
various water supply services and water treatment.
1.2 Without restricting to the generality of the foregoing, the work of pumps and
water treatment equipment shall include the followings:
j) Motor control panels, power and control cabling and allied electrical works.
TSE155
2.0 PUMP SET
2.1.1 Water supply pumps shall be suitable for clean water. Pumps shall be single or
multistage, monoblock horizontal/vertical, centrifugal pumps with cast iron/cast
steel body and bronze impeller, stainless steel shaft and coupled to a TEFC
electric motor (IE-3 or more) by means of a flexible coupling or as specified in bill
of quantities. Each pump should operate a curve 10m below specified head.
2.1.2 Pump and motor shall be mounted on a common M.S. structural or C.I. base
plate or as required as per site conditions.
2.1.3 Each pump shall be provided with a totally enclosed fan cooled induction motor
of required H.P. and RPM as per requirement.
2.1.4 Each pumping set shall be provided with a 150mm dia or of suitable size
gunmetal “Bourden” type pressure gauge with gunmetal isolation cock and
connecting piping.
2.1.5 Provide Anti vibration mounting pads appropriate for each pump.
2.1.6 Provide vibration eliminators on suction and Discharge side of the Pump and
wherever required.
2.1.7 Provide rate of flow measuring meter with bypass arrangement with every set of
pumps.
2.1.8 All water supply pumps shall be provided with mechanical seals, of required
specifications.
3.1 Sump pumps shall be compact, mono-block, dry motor submersible type with
non-clog free flow open impellers and with solid handling capacity of required
size for lifting domestic sewage or muddy water/drainage.
3.2 The pump shall automatically operate with high water level and stop at low
water level in the sump by means of “Electronic Level Controller”, of the
approved make.
TSE156
3.3 The sump pumps shall be complete in all respect and shall be installed as per
manufacturer’s recommendations. All accessories shall be In-Built as per
manufacturer’s specification.
4.1 Water filter shall be of dual media of downward or upward flow type.
4.2 Filters shall be vertical type of required diameter. The shell shall be fabricated
from M.S. plate suitable to withstand a minimum working pressure 3.0 Kg/m².
The filter shall have at least one pressure tight manhole cover or it shall be
fabricated from high performance composite fibre glass with top and bottom
flanged openings. Filter shall be provided with screwed or flanged
connections for inlet, outlet, individual drain connections and all other
connections necessary and required. Filter shall be painted inside with two or
more coats of coal-tar epoxy paint, one coat of red oxide primer outside with
two or more coats of synthetic enamel paint of approved shade.
The pressure filter shall be complete with cleaning cycle controller adjustable to
meet application requirement, collection system initial charge of media,
actuating control valves in required sequence for back wash.
4.5 Accessories
TSE157
a) Air release valve with connecting piping.
b) Suitable dia
c) dial burden type gunmetal pressure gauges with gunmetal isolation cock and
connecting piping on inlet and outlet.
g) Inter connecting piping blower of required capacity for required air scouring.
5.1 Softener shall be designed to give zero commercial hardness. Softener shall be
with cation exchange resins.
5.2 Vessel shall be suitable for a minimum working pressure 3.0 Kg/m². The vessel
shall be tested at 1.5 times the working pressure. The shell shall be designed to
allow a minimum free board space at 50% of the mineral bed depth for adequate
expansion during back washing.
5.3 The vessel shall have an internal collecting and distribution system of
manufacturer’s design.
5.4 The softener shall have a set of interconnecting face piping consisting of inlet,
outlet and brine injection system with valves and accessories complete as per
requirement. Piping shall be G.I. heavy duty, as per I.S: 1239 and valves shall be
cast iron double flanged sluice valves with C.I. body and Neoprene rubber
diaphragm valves or butter fly valves.
5.5 One set of hydraulic ejector with control valve, brine delivery pipes with
adjustable indicator.
TSE158
5.6 One measuring tank (Brine Tank) having a capacity of minimum one
regenerations.
5.7 One orifice board for indicating wash and rinse rate to be fitted in drain sump.
5.8 One charge of supporting gravel, sand and “cation” resin in requisite quantity.
5.9 One water testing kit with instructions for testing water samples.
5.10 Softening plant shall be designed to use STP treated water & raw water available.
6 CHLORINATION UNIT
7.1 Pipes for suction and delivery shall be galvanized steel pipes (heavy duty)
confirming to I.S:1239 upto 150mm dia and as per I.S:3589 for dia 200mm and
above or as specified. The M.S flanges shall confirm to I.S:6392-1971 and shall be
galvanized.
7.2 Gate valve and check valve above 65mm dia shall be C.I. double flanged
conforming to I.S:780 manufactured by the reputed manufacturers or C.I. double
flanged butterfly valves or as per approval of Engineer-in-charge.
7.3 Full way and check valves 65mm dia and below shall be gunmetal tested to
pressure certified and conforming to I.S:778.
7.4 Suction strainer or foot valves shall be C.I., confirming to I.S:4038 – 1979.
TSE159
7.5 Joints
All pipes and fittings shall be provided with flanged joints, with flanges either
screwed or welded complete and jointed with 1.5mm thick gasket complete with
nuts, bolts and washers etc.
7.6 Testing
Hydrostatic testing shall be carried out for G.I. Pipes at 1.5 times the working
pressure for 2 Hours (Min.) without drop in pressure.
Sluice Valves above 65 mm shall be of Cast Iron body and Gunmetal seat. They
shall conform to type PN 1.6 of IS:780. Sluice valves upto 65mm shall be of
Gunmetal Full way Valve with wheel tested to class-II as per I.S: 778. Valve
wheels shall be of right hand type and have an arrow head engraved or cast
thereon showing the direction for turning open and closing.
8.2.1. The Butterfly Valve shall be suitable for waterworks. The Valves conforming to
IS : 13095 shall be provided. All valves shall be suitable to withstand the pressure
in the system and rating shall be PN 1.6. All valves shall be right handed (i.e.
handle or key shall be rotated clock wise to close the valve).
8.2.2 The direction of opening and closing shall be marked and an open / shut
indicator fitted.
TSE160
8.3 NON-RETURN VALVE
Non-return valves shall be of Cast Iron body and Stainless Steel seat. They shall
conform to API-594 and have companion flanges. They shall be Dual Plate Type
suitable for both horizontal and vertical installation. An arrow mark in the
direction of flow shall be marked on the body of the valve.
Air valves shall be provided at all high points in the piping system for venting
valves shall be of the double float type, with G.M. body, vulcanite balls, rubber
sealing, etc. Air valves shall be of the sizes specified and shall be associated with
an equal size forged ball valve.
8.5.1 The Ball Valve shall be made from forged brass. The valve shall be internally
threaded to receive pipe connections.
8.5.2 The Ball shall be made from brass and machined to perfect round shape and
subsequently chrome plated. The seat of the valve body bonnet gasket and gland
packing shall be of Teflon.
8.5.3 The handle shall be of chrome plated steel with PVC jacket. The handle shall also
indicate the direction of ‘open’ and ‘closed’ situations. The gap between the ball
and the teflon packing shall be sealed to prevent water seeping.
8.5.4 The handle shall also be provided with a lug to keep the movement of the ball
valve within 90 degree.
8.6 STRAINER
Strainers shall be preferably of the approved type with fabricated steel bodies.
Strainers shall be fabricated by minimum 1 mm thick stainless steel sheet with 3
mm dia. perforation holes. Strainers shall be provided with flanges or threaded
sockets as required. They shall be designed so as to enable blowing out
accumulated dirt and facilitate removal and replacement of screen without
disconnection of the main pipe.
TSE161
Pressure gauges shall be of 150mm dia. dial and of appropriate range and be
complete with shut off gauge valve etc. duly calibrated before installation. Care
shall be taken to protect pressure gauges during pressure testing.
All suction and delivery lines shall be provided with double flanged reinforced
neoprene flexible pipe connectors. Connectors should be suitable for a working
pressure of each pump. Length of the connector shall be as per manufacturer’s
details.
9.0 CABLES
9.1 Contractor shall provide all power and control cables from the motor control
center to various motors, level controllers and other control devices.
9.4 All power cables shall be aluminum/copper conductor FRLS XLPE armoured and
PVC sheathed 1100 volts grade.
9.5 All control cables shall be copper conductor FRLS XLPE insulated armoured and
PVC sheathed 1100 Volt grade.
9.6 All cables shall have stranded conductors. The cables shall be in drums as far as
possible and bear manufacturer’s name.
9.7 All cable joints shall be made in approved manner as per standard practice.
10.1 Switch board cubicles of approved type shall be fabricated with dust and vermin
proof construction. It shall be painted with powder-coated finish of approved
make and shade. It shall be fitted with suitable etched identification plates for
each motor. The cubicle shall comprise of the followings:- Incoming main
isolation MCCB of required capacity.
c) Fully automatic as specified D.O.L/Star Delta starters suitable for motor H.P. with
TSE162
push buttons one for each motor and on/off indicating neon lamps. (DOL upto 7.5
HP and Star Delta from more than 7.5 H.P)
e) Panel type ampere meters one for each motor with selector switch.
f) Panel type voltmeter on incoming main with rotary selector switch to read voltage
between phases.
g) LED type phase indicating lamps for incoming main and on/off/Trip indicating lamps
for each motor.
h) Rotary switch for manual or/and auto operation for each pump (manual/auto off).
i) Fully taped separate aluminum bus bars of required capacity and with required
outlets.
k) The panel shall be wired with colour-coded wiring. All interconnecting wiring from
incoming main to switch gear, meters and accessories within the switchboard panel.
10.2 All switch gears and accessories shall be of approved make as specified.
________________________________________________________
TSE163
TSE164
SIGNAGE SYSTEM
TSE165
1. Introduction
• The material specifications are given for the key materials used in
manufacture of the signage and performance criteria serves as a guideline for
the detailing and implementation of the various details of the signage. This
document shall be the reference to be read in conjunction with the sign
drawings, sign schedules, general arrangement drawings and M&E drawings.
2. Scope
• The provision of Airport name signs on Air & city side (Hindi, English &
local language) at suitable location shall be as per the direction of Engineer-in-
charge.
TSE166
• The Contractor is provided with Design intent drawing with locations of
various sign type indicating material specification, suggestive fixing and
artworks. This document gives the technical specification for the specified
materials and notes on best practice, workmanship which shall be guideline for
the contractor to accomplish the job. It is Contractor responsibility to validate
& develop the design including shop drawings, installation details for all
statutory, way finding, room names, identification & all other signage to fulfill
the function of the building and overall program area. The Contractor shall do
detailing of fixing, joineries, and integration with electrical and data
cabling, structural stability test, accuracy and correctness of design and
installation.
Material Format
Acrylic Sheets
Polycarbonate Sheets
Vinyl films Films and laminates
Aluminum Profiles, sheets
Stainless steel Sheets, Rolled
Mild Steel Sheets, Rolled
Illumination and LED and electronics
Powder coating
Polyurethane painting
Photo luminescent
3. Common Notes:
TSE167
and construction materials must be able to withstand the effects of heat and
cold within the range of -5ºC and 55ºC.
All signs must be able to be cleaned back to a visual standard equal to that
when first installed.
In addition to design the sign structure for dead loads and imposed or live
loads - structure must be able to withstand accidental damage or
knocks without becoming dangerous. Graphic surfaces or panels must be easy
to replace in case of damage or change in text. Replacement of complete signs
must be straight forward and not need to be achieved by the use of any
specialized equipment. Ideally, graphic panels should be removable without
any adjustment to any fixing bracket, rod or support.
1.2. Warranty
All sign structures should be provided with a Ten (10) year warranty for
the graphics and sign panels. All warranties from the manufactures
shall be transferred to the Employer.
The majority of the sign structures are illuminated except vinyl and information
signs. A lot of the directional signs are in matched pairs with information
where information signs aligned at bottom of directions signs panel on
the same structure.
The illuminated sign units have been designed so that only the text and
graphics illuminate:
The Illumination levels in the signs shall give uniform spread and brightness to
stand out in the ambient lighting conditions during day and night of PTB
interior.
Adequate ventilation to dissipate the heat from inside the sign shall be
provided in not visible areas and locations and detail to ensure meeting the IP
rating requirements.
TSE168
The signage to be mounted on Wall/Ceiling with MS Tubes duly powder coated
on the desired location as approved by Engineer-in-charge.
Only cast acrylic sheet of 5mm thick to be used on the readable side having
a relative density of 1.19 (ISO 1183), hardness of 102 (Rockwell), tensile
strength of 75 MPA (ISO 527).
The signages should be Back lit type which is to be achieved using Light
Emitting Diodes (LEDs) provided at a uniform distance to have the desired
illumination for every signage. The LED should be suitable for operation on
230V+ 10%, 50 HZ AC supply. LEDs are to be provided at a uniform distance
to have the desired illumination at for every signage. This arrangement should
be complete with all connectors, concealed internal wiring in aluminum
section, earthing the body etc.
TSE169
Information, prohibition and some safety signs faces can be manufactured as
shallow trays. Around the outside the sign is framed with either a stainless
steel profile or an aluminium extrusion. Sign fixing brackets and hinges can
be the same as used earlier but allowance must be made for height adjustment
and leveling.
Emergency escape signs shall be executed using all fire resistant materials
namely MS CRCA powder coated sheet sign frames and boxes, laminated
glass for the sign face with vinyl graphics applied from the inside to protect
them against heating in case exposed to fire. The sign shall be have internal
illumination from a UPS with a min 1.5 hour backup. In general materials shall
in emergency signs comply with flame spread Index of '0'.
All fire life safety plans shall be sandwiched between glass panels mounted
on wall.
3.7. Drawings:
The design intent drawings are available along with this ER. The Contractor is
provided with Design intent drawing with locations of various sign type
indicating material specification, suggestive fixing and artworks. This document
gives the technical specification for the specified materials and notes on best
practice, workmanship which shall be guideline for the contractor to
accomplish the job. It is Contractor responsibility to validate & develop the
design including shop drawings, installation details for all statutory, way
finding, room names, identification & all other signage to fulfill the
function of the building and overall program area.
The Contractor shall also create as built drawings for all the sign types for the
documentation requirements for the project management and operations.
TSE170
Each material to be used in the fabrication of signs shall be approved by
presenting two (2) copies of samples prior to its purchase and use. The
Contractor shall inform the Employer’s Representative of the progress in
fabrication and as to when individual pieces are ready for inspection. All gauge
templates, sample materials, sizing templates, colour swatches, necessary to
satisfy the Employer’s Representative shall be supplied by the Contractor.
The Employer’s Representative may at his discretion check the results obtained
at the contractor's works by independent tests and should the material so
tested be found unsatisfactory, the cost of such tests shall be borne by the
Contractor. During Inspection, the component/member shall not have any load
or external restraint.
4. Colours
The above specified colours will be used through various materials like
Vinyl Films, Powder Coating, Painting, Printing.
All the above materials shall be presented as samples in multiple copies for
approval of Employer’s Representative before commencing any work.
TSE171
In case of special colour to be developed it will be contractor’s responsibility to
coordinate with the manufacturer and present the various swatches
to the Employer’s Representative for approval. All materials specific to
the colour are important for the visual appearance of signs and execution of
these shall confirm to the technical specifications and notes for quality of
workmanship given in this document.
5. Materials
For all other material required for the works, the approval of the
Employer’s Representative shall be obtained by the Contractor prior to the use
of the material in the works
Contractors are expected to provide the standard warranty and the invoices
from the manufacturers covering all the materials used.
5.1. Acrylic
White Cast acrylic sheets with 40% light transmission shall be used as face of all
illuminated signs.
The acrylic should have excellent weather-ability and UV stability for min 10
years. Acrylics made from virgin polymers shall be used for the sign faces.
A 4mm or 6 mm thick Acrylic sheet is proposed for illuminated sign faces with a
+/- 0.6mm tolerance for the thickness. For larger sign faces more than 700mm
height and 1600mm long shall use a 6mm thick acrylic. The sign face should not
bulge or cave in normal conditions.
5.2. Polycarbonate
No visual defects are allowed by inspection from a close inspection and the
material should offer a min 10 years warranty against yellowing and loss of
light transmission.
The surfaces of Acrylic come covered with a masking film on both surfaces for
protection during transport, storage and fabrication. The masking film
should be left in place during fabrication work and all marking-out drawn on
the film. It is recommended not to remove the marking film until necessary to
prevent dust collection and accidental surface scoring or scratching. However,
care should be taken not to have the surface scratched during handling.
TSE172
Before pasting the vinyl graphics it is advised to wash the sheet surfaces to
be decorated with clean, fresh water using a soft cloth. This has the advantage
of removing all traces of static charge from the sheet after removal of the film
which might otherwise attract dust. For all general purpose cleaning
operations, acrylic should be washed simply with clean cold water to which a
little detergent has been added. The use of any solvents such as methylated
spirits, turpentine, white spirit or proprietary window cleaning products is
neither necessary nor recommended.
Flatness of the sheets is very important for the signs to appear neat.
The cutting shall be done using powered saw to a tolerance of +/- 1mm.
The edges shall be cleaned of any bur and chamfered to make the acrylic
comfortably sit inside the frame.
iii) A cast vinyl face film of thickness between 0.1mm to 0.13mm, with clear
acrylic based permanent pressure sensitive adhesive.
iii) The films should have self extinguishable property and have a
performance guarantee against colour fading, peeling, cracking
TSE173
c) Translucent Vinyl film
ii) Cast vinyl film of thickness (0.05 mm) with clear pressure sensitive
adhesive
ii) All other following listed below products, will have to be used with a
maximum life specified within the range manufactured by supplier and
all warranties for the above products shall apply.
e) Other films
ii) All vinyl has to have exact match with the color specified for each sign.
Sample shall be approved by Employer’s Representative before
exclusion.
5.5 Workmanship for Vinyl pasting (Plotter cut Vinyl sheet graphics/text)
a) Application
TSE174
iv) With a squeeze, apply remaining film using overlapping strokes. Hold
the film away from surface to avoid pre adhesion
v) The plotted vinyl sheet should be applied to the substrates with the
use of approved application tape to insure correct placement and
accuracy. Vinyl application should be done in a dust free environment.
b) Remove pre-mask
i) Remove application film from the face of the film by pulling tape back
upon itself at a 180-degree angle. Application film should be removed
after 24 hours of application.
ii) Re-squeeze all edges to prevent edge lifting. This must be done after
application of film removal. Use firm even pressure. If not thoroughly
re squeezed after pre mask removal, the adhesion at edges of film
loosened by pre mask removal may start peeling off due to dirt or
moisture and subsequently lift or be susceptible to damage from
pressure washing.
i) All film pasting on the surface including the over laminate should be
free from air bubbles. Inspect the film in flat areas for bubbles. To
eliminate the bubbles, puncture the film at one end of the bubble with a
pin and press the entrapped air with the thumb or squeeze or moving
towards the puncture.
ii) Self matching and complementing films should be used for all situations
involving layers of films laminated in a single sign.
iii) The graphics for the block out vinyl sheet should be plotted in
accordance with specified artwork accurately on a computerized
plotter cutter. The edges of the plotter cut vinyl sheet should be clean
and smooth. Vinyl sheet should be plotted in a dust free environment.
iv) The final applied graphics shall be free from any kinds of wrinkles, air
bubbles and placement / orientation problems. Contractors are expected
to provide the standard warranty and the invoices from the vinyl
manufacturers covering all the vinyl used.
5.6. Printing
The graphics and text of the signage system shall be printed with inkjet /Eco
solvent printers Ink type: solvent ink, designed for 2 years outdoor application
Provide a hard lamination film to resist scuffing, scratching printing shall be
done in cyan, magenta, yellow, black or spot color as specified.
TSE175
Same colours of the signages shall be uniform as specified and shall not vary
from sign to sign. Printer has to get approval on all printed colours in graphics
matching to specified PANTONE colours and submit 3 copies of each swatch
100mm X 100mm
Facility of printing directly onto a variety of specially treated vinyl and other
materials.
Stainless steel types SS304 shall be used for sheets for paneling and cladding
while 304L shall be used in heavy gauge components for example pipe, plate
and fixing to improve weld ability.
Tools to be used only for fabrication of stainless steel and components shall be
stored separately to avoid accidental switching with tools previously used
on carbon steel fabrication work. For stainless steel pipe, plasma cutting and
grinding back to bright sound metal is required if the pipe ends cannot be
machined. Flame cutting is not allowed. All weld end preparations and
adjacent Single continuous straight lengths of pipe should be used instead of
joints.
TSE176
Use of hot or cold hammering as a means for repair is prohibited.
Steel wire slings shall not be used for handling and transportation of
stainless steel pipes. Canvas or nylon slings shall be used.
All parts assembled for bolting shall be in close contact over the whole
surface and all bearing stiffeners shall bear tightly at top and bottom without
being drawn or caulked. The component parts shall be so assembled that they
are neither twisted nor otherwise damaged as specified cambers if any shall be
provided. Drilling done during assembling shall not distort the metal or enlarge
holes. The butting surfaces at all joints shall be so cut and milled so as to butt in
close contact throughout the finished joints.
The edges and ends of all cut/sheared flange plates, web plates of plate
girders, and all cover plates shall be planed/grind to make it free from any burr.
The CRCA mild steel sheets to be used in the work shall conform to IS 513 -
normal D-grade type mild steel.
TSE177
The Metal handling and Fabrication work for CRCA Mild Steel sheets shall be
got executed from a specialized agency.
CRCA mild Steel sheets Fabrication shall be executed with CNC bending, CNC
Laser and punching machines with precise work control and quality generation.
Besides the specified machines, the Metal handling and Fabrication must have
in- house CO2 welding and skilled CAD/CAM facilities, engineers and
skilled and trained personnel and adequate storage facilities.
Sheet metal blanking shall be preferably done using laser cutting to save on
material, reduce wastage, have less burr on cut blanks, speed of execution and
achieve accuracy
All surfaces exposed to view shall be clean and free from dirt, stains, grease,
scratches, distortion, waves, dents, buckles, tool marks, burrs and other
defects which mark the appearance of finished work. Cutting edges shall be
smooth and free from all defects.
All surfaces exposed to view shall be straight and true to lines or curves.
Arises and angles shall be as sharp as practicable. Miter joints shall be
formed in true alignment with profiles accurately intersecting and all joints
carefully eased to a radius of approximately 1 mm unless otherwise shown.
Metal corners shall be bent to the smallest radius possible without causing
grain separation or otherwise impairing the work.
All exposed connections shall be formed with hairline joints flush and smooth.
All face panels must be flat, true and free from weld stud witness or other
surface imperfections/blemishes. Edges shall be machined and finished free
from cutter marks (not guillotined). All fabrication should have dressed
welds, bend radii, finish, permitted texture levels, squareness of construction,
no twist or warp or sagging of shape.
Finish for sheet metal 0.062" (1.6 mm) CRCA Surfaces indicated "A" finished to
match sample Surfaces without identification or indicated "C" to be unfinished.
Parts to be free of visible defects on "A" and "B surfaces.
Flat surfaces to have: Flatness tolerance of 0.05 mm per 25 mm. Not to
exceed 0.50 mm over the entire surface.
Each Part to be approved by Employer’s Representative prior to production.
Definitions:
a) "A" surface: The top or front, most often viewed surface by consumer.
TSE178
b) "B" surface: Generally the front edge/sides or back/bottom of a part.
Not viewed as often as an "A" surface.
c) "C" surface: Internal surfaces. Part surfaces not normally
seen.Normally "c" surfaces are not inspected for cosmetic attributes.
All parts assembled for bolting shall be in close contact over the whole
surface and all bearing stiffeners shall bear tightly at top and bottom without
being drawn or caulked. The component parts shall be so assembled that
they are neither twisted nor otherwise damaged as specified cambers if
any shall be provided. Drilling done during assembling shall not distort the
metal or enlarge holes. The butting surfaces at all joints shall be so cut and
milled so as to butt in close contact throughout the finished joints. Hand
flame cutting will not be permitted.
The edges and ends of all cut/sheared flange plates, web plates of plate girders,
and all cover plates, and the ends of all angles, tees, channels and other
sections forming the flanges of plate girders, shall be planed/ground.
Punching of holes will not be permitted. All drilling shall be free from burrs. No
holes shall be made by gas cutting process.
The Employer’s Representative may at his discretion order periodic tests
of the welder and/or of the welds produced by them. All such tests shall
be carried out by the Contractor at his cost.
All the welding shall be done as possible shops except some site work. The
pieces shall be manipulated to ensure down hand welding for all shop
joints as far as possible. All parts to be welded shall be arranged so as
to fit properly on assembly. After assembly and before the general
welding is to commence the parts are to be tack welded with small fillet or
butt welds as the case may be. The welding procedure shall be so arranged
that the distortion and shrinkage stresses are reduce to a minimum.
All joints required in structure to facilitate transport or erection shall be
shown on the drawings or as specified by the Employer’s Representative.
TSE179
Should the Contractor need to provide joints in locations other than those
specified by the Employer’s Representative he shall submit his proposals and
obtain the prior sanction of the Employer’s Representative for such joints.
Apart from the requirements of welding specified under the above sub
clauses, sections above, the Contractor shall ensure the following
requirements in the welded joints.
No gasket or other flexible material shall be placed between the holes. The
holes in parts to be joined shall be sufficiently well aligned to permit bolts to be
freely placed in position. Driving of bolts is not permitted. The nuts shall be
placed so that the identification marks are clearly visible after tightening. Nuts
and bolts shall always be tightened in a staggered pattern and, where there are
more than four bolts in any one joint, they shall be tightened from the centre
of the joint outwards.
The steel work, prior to delivery, shall be cleaned form scale, rust, dirt and
grease etc., but means of chipping, scraping and wire brushing using skilled
operators as described in the painting systems below. The cleaning shall
proceed each day over the extent of surfaces which can be painted on that
day. The paint shall be applied by brushing or spraying as per approval of the
Employer’s Representative.
Site weld locations shall be left free from paint within 50mm of the weld
position, and contact surfaces in connection using High Strength Friction Grip
Bolts shall not be painted. Immediately after completion of erection all
damaged paint shall be scraped off and made good to the approval of the
Employer’s Representative.
All paints and primers shall be of best quality and to be stored and applied
strictly in accordance with the manufacturer's instructions.
In addition, the following specification shall apply to the shop painting of
contact and inaccessible surfaces:
TSE180
a) Surfaces to be painted shall be thoroughly cleaned from scale, rust,
dirt, grease etc. by means of sand/grit/shot blasting or other equivalent
means.
The Contractor shall take all precautions to prevent dust and dirt coming in
contact with freshly painted surfaces or with surface being painted. The
second coat of paint shall only be applied when the first coat has dried.
Surfaces, which have not been shop coated, but require surface treatment shall
be given necessary surface preparation and coats at site as specified in the
painting system.
The Contractor shall be responsible for checking the alignment and level of
foundation and correctness of foundation bolt centers, well in advance of
starting erection work, and shall be responsible for any consequences for non-
compliance thereof. Discrepancies if any shall immediately be brought to the
notice of the Employer’s Representative for his advice.
Following the completion of the straightening, the surface of the member shall
carefully be inspected for damage and got approved by the Employer’s
Representative before further use.
All equipment used by the Contractor shall be sufficient for the purpose and for
the erection of the steel work, in the time specified in the contract. Any lifting
or erecting machinery shall be to the approval of the Employer’s
TSE181
Representative and shall be removed from the site if he considers such
appliances dangerous or unsuitable for their functions. Adequate arrangement
shall be made to resist wind loads and lateral forces arising at the time of
erection.
The Contractor is entirely responsible for the stability of the structure during
erection and shall arrange that sufficient tack bolts, braces or guy ropes are
used to ensure that work will remain rigid until final bolting, riveting or welding
is completed. The Contractor shall supply and fix, without extra charge, any
temporary bracing which may be necessary.
All field assembly bolting and welding shall be executed in accordance with
the requirements for shop fabrication excepting such as manifestly apply to
shop conditions only. Where steel has been delivered painted the paint shall
be removed before field welding for a distance of at least 50mm on either side
of the joints. The number of washers on permanent bolts shall not be more
than two for the nut and one for the bolt head.
5.12. Wiring for Indoor Signs
The contractor shall also ensure that all the connections inside the sign
are made through Bakelite connectors and thimbles & screws are used
for end terminations of wires. Thimbles wherever installed shall be
properly covered with insulated sleeves and no temporary taping is done
at any point. All the connectors shall be ISI marked.
All connectors and joints shall be mounted or fixed to the internal
structures of signs with insulating fixtures
The interconnecting wiring between light fixtures within the sign shall
not be less than 1.5 Sq.mm and shall be FRLS, PVC insulated 1.1 KV
grade, with multi-stranded copper conductor.
All wiring within the sign enclosure shall be covered with flexible
conduit which shall be properly fixed with clamps, saddles etc. in such a
TSE182
way that no shadow is cast on the illuminated surfaces. In no case any
loose wiring shall be left inside the sign enclosure.
Wiring for all type of sign needs to be concealed and out of public reach and
sight. No conduit shall have joint in the floor where it is exposing to humidity
or water seepage.
TSE183
colour and shade with pure polyester powder of Berger/Interpon/Asian
Paints/Nero coat to a minimum thickness of 75 microns.
5.14.3. Application of the final finish: Stir the base thoroughly and then
mix base and catalyst by volume as instructed in the product
specifications to uniform
consistency. Allow the mixture to mature for 30 minutes and stir again
before use and application. Apply using a conventional spray .Add 10 %
TSE184
thinner depending on conditions. Use any standard equipment at an
atomizing pressure of 3.5 – 4.9 kg/cmsq. Two coats could be applied for
a good result.
5.14.4. Contractors are expected to provide the standard warranty and the
invoices from the manufacturers.
TSE185
BAGGAGE HANDLING
SYSTEM
TSE186
TECHNICAL SPECIFICATIONS
1. DESIGN CRITERIA FOR ARRIVAL AND DEPARTURE BAGGAGE HANDLING SYSTEM
(BHS)
1.1.1 (a) Conveyor system designs shall be suitable for handling passenger baggage –
Length (mm) – 900 (Max), 450 (Min)
Width (mm) - 300 (Max), 150 (Min)
Height (mm) – 750 (Max), 400 (Min)
(b) Normal live load rating shall be 35 kg / linear Meter
(c) Following Baggage sizes of limiting weight are classified as odd-size and are
not acceptable by system:
• Bigger than 900 mm x 300 mm x 750 mm.
• Smaller than 450 mm x 150 mm x 400 mm.
• The types of baggage include flexible baggage with strings, handles.
(d) The system offered shall be designed for trouble free operation for a
continuous duty cycle, round the year with nominal operating 20 hrs per day.
(e) The conveyor shall be so designed that it is capable to start and stop with full
baggage rated load without tripping or causing any damage to associated
components of the system.
(f) Standard speed rate: As specified for Arrival Carousel and for different
components of Departure Conveyors.
(g) Curve Radius: 1500 - 1700 mm on the centerline of the Arrival
carousel
(h) The system offered shall not transmit any vibration to the buildings and
nearby flooring or shall be minimal.
(i) The design of the system shall be user friendly and provide maximum
accessibility and convenience for operation and maintenance. Prime
consideration to be given for the safety of the passenger baggage’s, safety to
passengers and personnel.
1.1.2 Norms and regulations
The BHS has to comply with IATA regulations.
1.1.3 Noise Level
The proposed system has to be designed and installed to minimize the generation
of acoustic noise levels. Noise levels at 1 m from any part of the equipment
should not exceed the following values or ambient noise level of airport
whichever is higher:
Public areas = 65 dB (A)
TSE187
Non-public areas = 75 dB (A)
1.2 SPECIFICATION FOR ARRIVAL BAGGAGE CONVEYOR SYSTEM
Specification for endless, race track type, horizontal (slat type conveyor) with flat
over-lapping slats to deliver in-bound passenger baggage’s and collection of
baggage’s in the Arrival area shall be as under:
a) Type: Heavy duty endless, race track type horizontal (flexible overlapping slat
type) with all accessories, materials, protection devices, and soft
starter mechanism ensuring smooth flow of baggage’s. The system
design should be such that it is easy to maintain. The baggage’s shall be
manually loaded in the break-up area and unloaded in the baggage
claim area.
b) Length / Shape of The shape of the conveyor shall be as per the drawing enclosed and as
conveyor : given under the Schedule of Quantities (SOQ). The loop length shall be
measured along the center of the carousel.
c) Overall frame size: As per OEM Standard.
d) Useful width: As per BOQ
e) Height : As per BOQ from the finished floor level which is to be considered as
level 0.00
f) Loading capacity : Normal live load rating shall be 40 Kgs per linear meter.
g) Speed: 24 - 30 mtrs per minute
h) Curve radius: 1500-1700 mm on the center line of Carousel.
i) Slats & slat carrier: The overlapping slats shall be as per BOQ, black in colour with smooth
top. The material of slat shall be of PVC / PU/ Rubber of high quality
made of not less than 5 mm thickness. The black colour slat shall be
flexible, antistatic and be flame retardant.
The slat carrier support shall be minimum 3.0 mm thick fabricated from
MS sheet duly painted.
j) Emergency Stops: Provision shall be made in Panel and at three other locations of
conveyor in the passenger baggage claim area.
k) In fill: Infill should be marine type termite proof & fire-retardant plywood
covered with synthetic carpet of approved shade (preferably green) to
provide an aesthetically pleasing surrounding. There should be opening
(with cover) for maintenance staff to access the system components.
l) Noise: As per Para 1.1.3 of specifications. Noise level shall be measured as per
procedure given under Para 1.7.3 of this specifications.
TSE188
m) Drive section: The driving mechanism shall be based on frictional drive concept
where a drive belt that engages on the chain blocks on one side while
spring loaded precision wheels are engaging the chain block other side
of the chain. The design shall be able to take higher load and with
minimum slips between the chain blocks & the drive belt even when
the load are increased. The drive unit shall be compact & it shall be
possible to mount on the finished floor without any pit for drive. The
drive unit shall be contained within the conveyor frame. The drive units
and the guide frame for chain blocks shall be factory assembled in an
integral base frame so that there is no mismatch with interfaced track
units. The motors shall be of suitable HP with soft starting mechanism
worn gear reducer fitted directly on the drive pulley, class F insulation,
continuous rating operating on 415V +10%, 50HZ, AC supply. The drive
motor shall be IE-3 class with IP -55 protections
n) Chain: The chain shall be suitable for the type of drive specified and shall
consist of large robust cast aluminium links or as per OEM having
corrosive resistant property or as per design of the manufacturer.
Fabrication of chain shall be such that no lubrication is required. Chain
tensioning required should be minimum and if required, the same
should be possible and can be done without tooling.
o) Framework: The framework shall be of mild steel profiles cross plates and side
frame plates, duly painted. All parts shall be bolted or welded together
to form a complete framework of straight, curved and drive unit
sections. The formed sheet frames shall not be less than 3 mm thick.
p) Supports: The supports joining the sections shall be equipped with adjustable
bases in order to level the supports during erection. All sections shall
be bolted together i.e. standard, adjustment and curve sections with
the drive sections to form the finished structure. Structural supports
for the tracks will be spaced on a maximum of 3 meter intervals at non
loading area and maximum distance of 1.5 meter intervals at loading
area or as per OEM. Adjustment support legs shall be used as per
design of OEM. Anti-vibration blocks shall be provided as required.
q) Chain Track: The chain & chain wheels shall be guided in a MS epoxy painted or
galvanized central track.
r) Take up Section: The chain shall be tensioned by two screwed rods attached to two
sections of inter sliding track. The outer frame and track shall be not
less than 700 mm long initially and reduced to the required length after
the chain is fully tensioned at site OR as per manufacturer standard as
required.
TSE189
s) Inner side wall: The conveyor shall be provided with sidewall guard raised at the inner
side to prevent falling of baggage. On the loading side of conveyor, the
inner side guards shall be of 3mm thick MS sheet duly epoxy coated of
height up to 350mm (nominal)/as per OEM & in the passenger area
the guards shall be of 1.6 mm + 0.1mm thick SS sheet of 70mm height
above belt top.
NOTE: At loading area the conveyor should be provided with additional
supports and suitable bumpers to withstand the impact caused while
loading the baggage on the conveyor which can prevent it from further
damage.
t) Trim / Fascia finish: All the rotating parts (motors, roller etc.) shall be covered and not
accessible (exposed) directly. Instead of Trim / facia covering, under-
guarding cover for the conveyors, which have the lowest section of
conveyor height 700 mm above the ground level, shall ensure the
maintenance and safety aspects.
u) Toe Kick plate: The toe kick plate shall be minimum 1.6 mm + 0.1 mm thick Stainless
steel sheet in passenger area.
v) Bearings: All bearings shall be self-aligned sealed type antifriction pre-lubricated
greased for life. The bearing selected shall be for continuous duty and
for service and loading of conveyors.
TSE190
e) Height As per system design of OEM and functional requirement.
f) Speed As per system design of OEM and functional requirement.
g) Bag Size As per Para 1.1.1 (a)
h) Bed Bed shall be made of 3 mm thick (minimum) galvanized or epoxy
coated mild steel sheet.
i) Length 1.2 mtrs. (minimum)
j) Tension adjustment The system shall be provided with suitable positive and precise
tension adjustment mechanism without changing the conveyor
l h
k) No of load cell and 4 Nos. of high resolution load cells, each of suitable capacity. .
load cell capacity Accuracy class: C3 to C6.
l) Belt type 2 ply, 3mm minimum thickness polyester black colour carcass PVC
smooth / rough top, flame retardant, antistatic, robust, flexible,
capable of providing continuous service, and of very low friction type
m) Drive & pulley Adequate friction coefficient between slider belts and bed shall be
considered for calculating the capacity of drive unit. Motorized drum
drive pulley shall be used. It shall be mounted on the head end.
n) Power supply 415 Volts ± 10%, 3 phase 4 wire 50 Hz, AC supply
o) Control logic & PLC control (part of panel). Refer specification contained under the
Protection section for Control Panel
p) Frame and supports The conveyor structure for supporting rollers, drums, slider bed etc.
shall be fabricated from MS formed channels/angles/strips not less
than 2 mm (minimum) thick or of angle frame as required. The
conveyer frame and its supports shall be mounted on the framework
of weighing scale.
q) Trim / fascia covering Formed plate side fascia covered with SS-304 grade stainless steel of
/ finishing 1.6 mm + 0.1 mm (minimum) thick. The bottom level shall be just
above ground finish level & top level shall be within the level of
sidewall. This shall be suitably interfaced wherever side-raised wall is
provided. All SS/MS connections shall be smooth without opening or
projections on which bag tags, straps etc. may catch. All flat head
screw used to attach stainless steel shrouding such as horizontal
portion attached to conveyor belt must be completely countersunk so
that no portion of screw head is above the adjacent surface. Grinding
or filing of screw heads shall not be done. Field welding of any SS trim
element shall not be done. Additionally, no blemishes of the SS trim
elements shall be accepted. This includes those caused by poor
manufacturing practices as well as those caused in the field attempts
to remove any blemish.
TSE191
r) Pulley The system shall comprise of Tail pulley fitted with precision bearing
operating on steel shaft. Head pulley & tail pulley shall be sized as per
requirement.
s) Return / Snub rollers Manufacturer bottom return rollers of standard design feature are
accepted. If provided, it shall be fitted with internal grease sealed
bearing operating on steel shaft to conveyor side plates.
t) Side Wall / Guard A raised sidewall made of up on operator side 70mm (min) and on
other side 255 mm (min) height of 1.6 mm ± 0.1 mm of SS-304 grade
stainless steel sheet or a better design as per OEM shall be provided
to prevent falling of baggage & to guide/ channelize the baggage. The
guard section shall have a smooth inner finish free from projection,
fastening, weld metal, which may cause interference to flow of
baggage. The width between the sidewalls at both the ends shall
match the adjacent section.
u) Accessories and In built electronic weighing scale complete with dual 7-segment
Controls display unit, interconnections etc. shall be provided. The capacity of
scale shall be up to 150 kg with scale graduation of 0.1 kg and
accuracy of + 0.05%. Each weighing conveyor system shall have
individual Push Button, shall also have an ON/OFF switch of display
unit and shall incorporate the following controls.
i) Balance, to check and correct zero balance.
ii) "Check" • "Zero" to restore the weight to Zero.
iii) To check the 7 segment of digital display.
iv) LCD dual display unit to indicate weight to ticketing staff as well
as passenger.
1.3.2 DISPATCH CONVEYOR
TSE192
g) Bag Size As per para 1.1.1 (a)
h) Normal live load 35 Kg per linear meter.
i) Belt type 2 ply, 3 mm minimum thickness polyester black colour
carcass PVC smooth top, flame retardant, antistatic,
robust, flexible, capable of providing continuous
service, and of very low friction type belt.
Diamond cut Belt of 7.5 mm thickness is also
acceptable.
j) Bed Bed shall be made of 3 mm thick (minimum)
galvanized or epoxy coated mild steel.
k) Power Supply 415 Volts ±10%, 3 phase, 4 wire, 50 Hz AC supply.
TSE193
selected shall be for continuous duty and for service
and loading of conveyors.
u) Drive Unit Adequate friction coefficient between slider belts and
bed shall be considered for calculating the capacity of
drive unit. Motorized drum drive Pulley shall be used.
It shall be mounted on the head end.
v) Control Logic PLC Control (part of panel) Refer specification
contained under the section for Control Panel.
w) Trim /facia Formed plate side facia covers with SS- 304 grade
covering/ finishing stainless steel of 1.6 mm ± 0.1 mm thick (minimum).
The bottom level shall be just above ground finish
level & top level shall be within the level of side- raised
wall. This shall be suitably interfaced wherever side-
raised wall is provided.
x) Side wall / Guard A raised sidewall made of up on operator side 70 mm
(min) and on other side 255 mm (min) height of 1.6
mm + 0.1 mm of SS-304 grade stainless steel or a
better design as per OEM shall be provided to prevent
falling of baggage and to guide / channelize the
baggage. The guard section shall have a smooth inner
finish free from projection, fastening weld metal,
which may cause interference to flow of baggage. The
width between the sidewalls at both the ends shall
match the adjacent section.
c) Useful width As per BOQ, the Belt width shall be selected such that fit within
the frame, without much side play
TSE194
g) Bag Size As per Para 1.1.1 (a).
m) Pulleys The system shall comprise of drive pulley, Head & tail pulley, take
up pulley and snub pulley to meet the design parameters. The
pulleys shall be complete with shaft, bearing, mounting brackets
n) Return Roller Bottom, return rollers of nominal dia. 50 mm (OD min.) with
internal bearing to meet the design parameters.
o) Vertical baggage Waterfall arrangement (difference in height between upstream and
guide/ tipping downstream conveyor) and smooth guide corner ( side guard) can
device do the guidance/tipping/diversion of baggage from one section to
another in effective manner. Waterfall with smooth guide corner as
alternative to vertical guide roller is also accepted as per OEM.
p) Frame and supports and The conveyor structure for supporting rollers, drums, slider bed
cross members etc. shall be fabricated from MS formed channels / angles / strips
not less than 2 mm (minimum) thick or of angle frame as required.
q) Support Support shall be adjustable & shall include provision for attaching
directly to floor.
r) Support spacing Not more than 3 Mtrs. except in loading area where spacing shall
not be more than 1.5 Mtrs.
s) Noise level The noise level produced by the system shall be as per Para 1.1.3
t) Tension adjustment The system shall be with precise tension suitable positive and
adjustment mechanism.
u) Bearings All bearings shall be self-aligned sealed type antifriction pre-
lubricated greased for life. The bearing selected shall be for
continuous duty and for service and loading of conveyors.
v) Starting method Refer control panel specifications.
TSE195
w) Drive Unit Adequate friction coefficient between slider belts and bed shall
be considered for calculating the capacity of drive unit. Shaft
mounted speed reducer driven by totally enclosed fan cooled
geared motor suitable for operation for 415 V 50 Hz 3 phase AC
with class `F' insulation (minimum). The motor shall be of low
energy loss type. The drive motor shall be IE-3 with IP 55
protection. Anti- vibration pads shall be used wherever necessary
to prevent excessive vibration. The drive unit, its gear assembly,
shaft mounting, drive pulley etc. shall be factory assembled on an
integral frame for precise alignment and operation.
x) Control Logic & PLC Control (part of panel) Refer specification contained under
Protectio the section for control panel.
y) Trim / facia covering / All the rotating parts (motors, roller etc.) shall be covered and not
finishing accessible (exposed) directly. Instead of Trim / facia covering,
under-guarding cover as per OEM for the conveyors, which have the
lowest section of conveyor height 700 mm above the ground level
and up to 2.5 mtr., shall ensure the maintenance and safety
aspects.
z) Side wall / Guard One side raised sidewall 300 mm (minimum) height made of 1.6
mm + 0.1 mm thick (minimum) stainless steel SS-304 grade sheet,
in Passenger Area and one side raised sidewall 300mm
(minimum) height made of 2 mm thick (minimum) MS sheet with
epoxy coated paint finish in unloading area, whereas in the
balance areas both- side raised side wall 300 mm (minimum) MS
sheet with epoxy-coated paint finish. The guard section shall have
a smooth inner finish free from projection, fastening; weld metal,
which may cause interference to flow of baggage. The width
between the sidewalls at both the ends shall match the adjacent
section. For ease of maintenance, side guard panel shall be bolted
or inserted with other mechanism on the conveyor frame.
iii) Pitch & dia of roller 60/50 mm pitch / dia or as per manufacturer’s recommendation.
iv) Length of the section(s) As required & as per SOQ.
TSE196
vi) Roller capacity 35 kg per linear meter
viii) Support The support of gravity roller shall have provision to adjust the
height as per site for minor ground level. The support shall be
spaced not more than 3 Mtrs/ As per OEM.
ix) Conveyor frame work Fabricated and formed out of 3 mm (minimum) thick sheet steel
or suitable angle frame with epoxy coated paint finish.
TSE197
1.4.2 DRAUGHT CURTAIN:
Draught curtain shall be provided across the openings, through which conveyor
is taken outside. It shall be fabricated with 3 mm thick Nylon rubber of adequate
size with staggered layers (neoprene material and arranged with each strip
overlapping the adjacent strip by 50% giving an overall overlap 100%) will be
hanged from top of the opening with the suitable SS sheet covers.
1.4.3 WIRING/ CABLE WORK:
Cable work and Wiring from nearest power terminated point to main electrical
conveyor control panel, from control panel to various conveyor motors, remote
control point and limit switches shall be provided. The power cable for motor
shall be armoured and of adequate size to carry the full load current
continuously and shall be of copper. Control wiring inside the control panel shall
be copper and the size shall be as per standard practice followed by
manufacturer. However, the size of the control copper wiring carried out at site
i.e., from control panel to limit switches, remote emergency off switches,
Buzzers, sensors etc. shall be of adequate size copper cabling. The power and
control wiring shall be fire retardant type and shall be laid on MS box type cable
trays duly painted wherever possible or suitably fixed on the conveyor
frame/floor as required.
1.4.4 EARTHING:
All the motors shall be provided with two separate earth connections by drawing
suitable size conductor wires from the control panel earth connections. All
switches, motors, structures etc. shall also be connected to the earth points as
per the IS specifications which apply to the types of work.
1.4.5 PAINTING
All metal parts shall be completely cleaned of rust, carbon deposits and if
applicable, welding residue, de-greasing and priming. Thereafter, it should be
painted with synthetic enamel paint / powder coated to get even and desired
finish.
1.4.6 Any sub component not specifically mentioned in the tender document (Schedule
of quantities (SOQ) /Particular specifications/Tender drawings) but required for
successful commissioning of Baggage Handling System has to be provided by the
contractor within the quoted cost.
TSE198
1. ALARM AND DELAY Whenever the system switched on to initiate the start
START TIMERS function on each occasion a buzzer will be connected to the
circuit (selectable timer 0-30 Sec) & which produce an audible
alarm. The buzzer sound shall be different from the fire alarm
buzzer installed in the building. After 30 seconds the alarm
will be turned off. Then the conveyor system would start
functioning as per sequence indicated below:
i) Rolling shutter start opening (Upper & Lower limit switch
shall be provided to ensure full opening/ extreme closing
of Shutter).
ii) Take away conveyor (section close to gravity roller)
iii) Second, third take away section if planned & provided.
iv) Dispatch conveyor.
2. DELAY OFF TIMER One timer has to be incorporated into the circuit to Stop take
away conveyors etc. after normal stop button is operated.
The time selector is sufficient for the last luggage loaded at
the check-in-counter to reach end & then the system will be
either switched OFF. The OFF timer shall have a
selectable/rating of 0-30 minutes minimum.
3. EMERGENCY REMOTE OFF The system shall have sufficient number (min. 3) of remote
emergency OFF push button (push to Lock) suitably located in
the area of Departure conveyor & baggage loading area for
emergency stopping of the system. In addition to one OFF
Push button, at a location close to weighing conveyor shall be
provided. When this switch is operated all timer circuit has to
be bypassed & system should come to a grinding stop. Only
after releasing the emergency Stop, the conveyor could re-
start. A remote emergency OFF switch shall be suitably
located near the break up area to avoid accumulation of
luggage on Conveyor & gravity roller. The departure conveyor
should have sensors installed one in front of each feeder
conveyor such that the sensor continuously monitors the flow
of baggage’s & at any point of time if baggage gets stuck or
jammed in front of the transfer points, the sensor should trip
the entire conveyor system with a fault indication signal &
audio alarm. Similarly when there is baggage on the conveyor
in front of the sensor installed opposite to the feeder
conveyor, the feeder conveyor should not function till the
baggage in front of the sensor has been cleared.
TSE199
4. DISPLAY BOARD An integrated SCADA board MMI (Man-Machine integration)
shall be provided to indicate the status of each conveyor
section. The display shall be 19” monitor based / 15” panel in
case of panel mounted display.
5. BUZZER The buzzer shall be electronic type and rated for 230 Volts
50Hz AC supply. Buzzer with 24V DC supply is also acceptable.
One buzzer at baggage make- up area & one in passenger area
shall be provided.
6. ROLLING SHUTTER The rolling shutter shall be operated by motorized gear
assembly connecting directly to the shaft of the shutter. Up
and down movements of the shutter shall be controlled by
either limit switch or sensor.
7. SENSORS The programmable logic control shall be achieved through
sensors placed at the required location. The control logic shall
be such that if a particular section wherein baggage’s to be
delivered is not in working status then the baggage shall not
be transferred to the adjoining section, by activation of
necessary stop sensors of the feeding section which are
placed at appropriate location of the section wherein the
8. REMOTE START / STOP The system should be provided with remote start/stop station
as per site requirement and to ensure safety of passengers &
workmen.
1.5.2 CONTROL PANEL FOR DEPARTURE CONVEYOR SYSTEM
TSE200
c) Incoming control unit 415 Volts 4 pole MCCB (micro processor type) of breaking
capacity of 35KA (Ics = 100 Icu) with over load, short circuit &
earth fault protection. The rating of the MCCB shall be so
selected that only about 80% of its full current carrying capacity
is utilized for meeting the requirement of the specific application
including future load of expansion of four more check in
counters.
d) Incoming Protection i) Single Phase Protection
ii) Phase reversal protection
iii) Under voltage protection
e) Status Indication / display Indication lamps (LED Type) in different colour for Three phases,
power ON with protection MCB.
f) Meters (Incoming) a) Digital type Ammeter of Required range with selector switch
& Current Transformers.
b) Digital type Voltmeter with selector switch and protection
MCB.
g) MOV & switch Necessary Surge protection System (block 70KA minimum with
Neutral protection) shall be provided at control panel of
conveyor with incomer switch.
h) Outgoing for each section MPCB of suitable current rating & breaking capacity of 10
KA for each motor.
i) Outgoing for rolling i) 2 Pole MPCB of 10 KA & suitable current rating for each
shutter shutter motor.
ii) Interlocking with conveyor & limit switches/ sensors.
iii) Auto-manual switches, separate push button for UP /DOWN
movement of rolling shutters etc
j) Outgoing for each MPCB of 10 KA & suitable current rating for each weighing
weighing scale conveyor scale conveyor & each of dispatch conveyor.
& dispatch conveyor
k) Emergency Stop i) Provision shall be made in panel & at two other locations of
take away conveyor.
ii) Provision shall be made at one location close to each of
weighing conveyors.
iii) The emergency stop button shall be “press to Stop” and
release type.
l) Alarm / Time delay Provision for time delay start, duly interconnected with buzzer
and start the sequence of conveyor
TSE201
m) Interlock & logic A PLC based programmable logic to meet the operational
requirement shall be worked out and got approved from
Engineer-in-charge. Required number of sensors and other
control devices shall be provided to meet the functional logical
operation of conveyor along with sequential operation of feeder
conveyor as required.
n) Air Louvers The control panel constructional feature shall have air louvers
for proper ventilation
o) Provision for The incomer switch rating & control panel should have provision
future towards addition of switch gears, controls, cabling, wirings, etc.
expansion to accommodate the weigh-scale, dispatch & take away
conveyor suitable for FOUR nos. additional Check-in- counters in
future.
A. ALARM AND DELAY Whenever the system switched on to initiate the start function
START TIMERS on each occasion a buzzer will be connected to the circuit
(selectable timer 0-30 Sec) and which produce an audible alarm.
The buzzer sound shall be different from the fire alarm buzzer
installed in the building. After 30 seconds the alarm will turned
off. Then the conveyor system would start functioning as per
sequence indicated below:
i) Rolling shutter start opening (upper & lower limit switch shall
be provided to ensured full opening / extreme closing of
shutter.
ii) Arrival carousel.
B. DELAY OFF TIMER One more timer has to be incorporated into the circuit to
carousel conveyor after manual stop button is operated. The
time selector shall be sufficient for the last luggage loaded to
make three round of the carousel loop and then the system will
be switched OFF. The OFF timer shall be of selectable i.e 0-30
TSE202
C. EMERGENGY REMOTE The system shall have three remote / emergency OFF push
OFF button (push to Lock) suitably located in the area of carousel
conveyor for emergency stopping of the system. When this
switch is operated all timer circuit has to be bypassed and
system should come to a grinding stop. Only after releasing the
emergency Stop, the conveyor could re- start.
D. STATUS DISPLAY As required
E. BUZZER The buzzer shall be electronic type and rated for 230 volts 50 Hz
AC supply. One buzzer at baggage make-up area and one In
passenger area shall be provided.
F. REMOTE START/STOP The system should be provided with remote start/stop station as
per site requirement.
G. ROLLING SHUTTER The rolling shutter shall be operated by motorized gear assembly
connecting directly to the shaft of the shutter. Up and down
movements of the shutter shall be controlled by either limit
switch or sensor.
TSE203
f) Meters (Incoming) a) Digital type Ammeter of Required range with selector switch
& Current Transformers.
b) Digital type Voltmeter with selector switch and protection
MCB.
g) MOV & switch Necessary Surge protection System (block 70KA minimum with
Neutral protection) shall be provided at control panel of
conveyor with incomer switch.
h) Outgoing for Motor(s) 1) MPCB of suitable current rating & breaking capacity of 10
KA for each motor.
2) Soft Starter for conveyor motor(s).
i) Outgoing for rolling i) 2 Pole MPCB of 10 KA & suitable current rating for each
shutter shutter motor.
ii) Interlocking with conveyor & limit switches/ sensors.
iii) Auto-manual switches, separate push button for UP /DOWN
mode.
j) Emergency Stop Provision shall be made in panel & at three other locations for
each carousel in the passenger baggage claim area.
k) Alarm / Time delay Provision for time delay start, duly interconnected with buzzer
and start the sequence of carousel.
l) Interlock & logic A programmable logic to meet the operational requirement shall
be worked out and got approved from Engineer-in- charge.
Required number of sensors and other control devices shall be
provided to meet the functional logical operation of conveyor
along with sequential operation of feeder conveyor as required.
m) Air Louvers The control panel constructional feature shall have air louvers
for proper ventilation
1.6 GENERAL:
1.6.1 The contractor shall engineer the Baggage handling system in accordance with the
operating concept and performance specifications detailed herein.
1.6.2 The contractor shall furnish all equipment, parts, material, cables, conduits and
any other supply required to satisfactorily effect the complete installation of the
proposed system in a professional manner.
1.6.3 Fully competent workmen shall perform the work herein specified in a thorough
professional manner. All materials furnished by the contractor shall be new, and
shall confirm to applicable Indian standards or any International standards.
1.6.4 All equipment shall be held firmly in place except to the extent those proper
performance criterions dictate the use of a resilient shock absorbing mounting.
TSE204
All fastening and supports shall be adequate to support their loads. All switches,
connectors, outlets etc. shall be clearly, logically and permanently marked during
installation. Adhesive Tape Markers and screen printed Markers liable to erasure
during use will not be accepted.
1.6.5 Care shall be taken in wiring so as to avoid damage to cables and equipment. All
joints and connections shall be made with resin-cored solder and/or with suitable
connectors. All wiring shall confirm to the code of practice for electrical
wiring/installations.
1.6.6 All cables shall be marked and colour-coded for easy recognition. Proper cable
ends or plugs/sockets/multi-pin connectors, wiring shall be used for ending of
each cable. Cable ends & terminating points shall be marked in such a way that it
can be connected without referring to the Technical Manual every time.
1.6.7 While designing the system, particular attention should be given to the
maintenance part. Mechanical designs shall be such that all the inside
components of different units of the system are clearly visible & easily
approachable for the purpose of testing & servicing the units. Modular concept
using Plug-in type of modules shall be used. Wires used for interconnecting these
PCBs shall be neatly bunched and routed. These wires shall be connected to the
PCBs through multi-pin, plug-in type of connectors to facilitate easy removal of
PCBs for servicing.
1.6.8 Test points are to be provided & marked at all the required points in the
equipment units/installations. Voltages/data flow chart etc. shall be given in the
technical manual.
1.6.9 Equipment should consist of plug-in sub-assembly units or cards so that fault could
be located by eliminating/ substitution process.
NOTE:
1) All other equipment shall meet the ISO standard and site work shall be of
best engineering practice and approved by Engineer-in-charge.
2) All drive motor shall be IE-3 with IP 55 protections.
3) Cost of connectors and ALL other accessories on above scope of work/special
conditions, required for completion of BHS work is deemed to be included in
the quoted prices
1.7 TESTING
1.7.1 PRE-DELIVERY INSPECTION / TESTING AT MANUFACTURER’S WORKS:
Pre-delivery inspection of all the baggage conveyor equipments shall be carried
out at manufacturer’s work by authorized representative of AAI and the following
tests shall be carried out.
1) Dimensional checks of the different items shall be carried out as per
TSE205
technical data sheet/confirmed by contractor.
2) A prototype sample conveyor shall be got installed and the load test shall be
carried out as per Para 1.2 for arrival conveyor and as per Para 1.3 for
departure conveyor. AAI’s representative from the lot shall select the
prototype sample at random.
3) Test certificate for the items procured from other origin shall be produced.
These test certificates should be for testing as per NIT.
4) Various parameters like current, voltage etc as per OEM recommendation shall
be recorded during these tests. However noise level test shall be conducted
at site after installation under performance test.
5) For departure conveyor the prototype sample to be installed will cover at least
one of each types of conveyors i.e. weigh Conveyor, dispatch conveyor &
collector/ take-away conveyor. However, the straight lengths can be
reduced.
6) For arrival conveyor the prototype sample to be installed will cover the basic
shape of the conveyor as per layout enclosed in this NIT. However, the
straight length can be reduced. Further, the 6 hours load testing shall be
started after 4 hours no load run of prototype arrival conveyor.
7) Control panel shall be tested by connecting the equipment to the panel for
its functionality as well as other routine tests.
8) Proper Test records including test results, video monitoring, photographs in
proper reference to the requisite tests etc. should be made by contractor to
preserve for subsequent verification, if required.
These documentary evidences should be signed by authorized
representative of the concerned agencies.
1.7.2 TESTING OF INSTALLATION AFTER COMPLETION
a). All units on their completion and before being placed in service, be subjected
to a performance test followed by an acceptance inspection and tests to
determine that all parts of the installation conform to the requirements and
that all equipments function as required and the work has been carried out
as specified.
b). Tests and inspection shall be made by the contractor in the presence of the
Engineer-in-Charge and the contractor shall notify the Engineer-in- Charge in
writing at least 21 days before the date of testing in order to facilitate
arrangements for Engineer-in-Charge to be present.
c). All test weights, instruments and personnel to complete the testing &
commissioning shall be provided by the contractor. Adequate supervision of
the tests shall also be maintained.
d). Corrective measures, if necessary, shall be carried out at no cost to the
TSE206
Authority.
e). On successful completion of the installation of each of the passenger baggage
handling system, following tests shall be carried out to the full satisfaction of
the Engineer-in-Charge.
i) Earth continuity test of the installation.
ii) All relays, contacts, indicating lamp, inter-locking arrangement,
operating mechanism, driving units, safeties, indicating instruments
etc. shall be tested for their smooth and efficient operation.
iii) The Arrival conveyor system shall be subjected to full load of 40
kg/meter and shall run continuously for 24 hours without break down.
iv) The contractor is required to arrange all the tools, necessary loads and
arrange for the required manpower. Nothing extra shall be paid for this
test.
f). The following load test is also required for departure conveyor:
The system shall be switched on and run for 8 hours on no load and then the
system shall be subjected to full load of 40 kg/m with this load each
conveyor will be subjected to 10 starts and stops to confirm capability of
operating under full load conditions. Starting and running current readings
for the conveyors shall be noted.
g). Performance Test
After installation of the complete system, its operating capability shall be
demonstrated. The contractor shall provide personnel, baggage, boxes,
tools, weights etc. for testing. The performance test shall be conducted in
the presence of Engineer-in-charge or his authorized representative for a
minimum of 08 (Eight) hours continuously. The performance test shall
include: -
1) Performance Test parameters
i) Check out of the operational and safety devices of the system using
bags, boxes etc.
ii) Demonstrate the capability to handle required sizes and weights of
baggage through the system without jamming or excessive toppling
of baggage’s.
iii)Demonstrate the capability of all conveyors being able to start under
full load.
iv)Measurement of all conveyor speeds using a standard device these
measurements shall be taken with the system in a “no load”
condition i.e. all conveyors running but without load. Any
TSE207
component not operating within 5 (Five) percent of design speed
shall be re-worked to bring it to proper speed.
v) Noise limit test as per para - 1.7.3.
2) Correction of unsatisfactory operation
During test period any deficiencies or variations in the design, fabrication
or operation causing unsatisfactory performance shall be corrected to
provide satisfactory performance. Manufacturer / Contractor shall have
appropriate service personnel on site during the test period to service or
adjust the system equipments as required.
3) Failure defined
A failure during any test period shall be defined as any design
characteristic or malfunction of the furnished equipment or materials
that damage baggage or reduce any operating rate below those
specified. Conditions resulting from loading of improper baggage size or
weight not included in the specification shall not be considered as failure.
4) Acceptance by AAI:
After satisfactory comply of all test as specified above / on pre page, the
conveyor system shall be accepted by AAI.
1.7.3 NOISE LIMITS
The equipment’s design shall not generate noise which would be annoying
or harmful to passengers and / or employees, both in the public areas and
baggage make up areas.
The baggage handling system equipment shall be so designed that the noise
produced by the equipment does not exceed the limit specified under para
1.3 of this NIT, when measured at a distance of one meter. Testing shall be
done as follows: -
i) The baggage handling equipments shall be turned off.
ii) All other equipment (i.e. air-conditioning and other equipment) shall be
ON and outside noise source shall be normal (aircraft and mobile ground
equipment operating).
iii) Noise level readings shall be taken at various points of the equipment
throughout a zone of 1M distance from the equipment using a standard
sound level meter.
iv) After the ambient noise level has been determined by steps (i), (ii) & (iii)
above, the baggage conveyor system equipment shall be turned on and
the total noise level shall be measured at the same points throughout
the same that the ambient levels were measured, at different loads and
at rated speed.
TSE208
OPERATIONAL TROLLEY GATE
TSE209
TECHNICAL SPECIFICATIONS FOR TROLLEY GATE
This Technical Specification shall be read in conjunction with the General Conditions of
Contract (GCC). If any discrepancy is found between these Technical Specifications and
GCC, the former shall take precedence.
SCOPE OF WORK
The total system offered comprising of A&B shall be designed and shall have
technical approval of manufacture. All the mutual requirements of A & B above
shall have to fulfill.
TSE210
C. L. T. CABLES.
The L.T. Cables shall be provided of required size suitable for the operation of
trolley gate and meeting particular specification.
D. FEEDER PILLAR
Feeder pillar shall be provided at site feeding power connection for trolley
gate. The size of panel and cable etc. shall be selected according to load
requirement. The panel shall be manufactured as per particular speciofication.
TSE211
TECHNICAL SPECIFICATIONS FOR AUTOMATIC BI PARTING SLIDING
DOOR
Providing and fixing of frameless Automatic bi-parting sliding door operator for clear
opening size of as mentioned above, modular design, including internal cover, eagle
sensors on both sides, Electro mechanical lock, light barriers and programmer switch
complete, With Operator Dimensions (L x H x T): not exceeding 4200x190x100 mm.
The track profile should be separate from the main profile for enabling reduction in
vibration. Microprocessor control, self-learning, reversing when obstruction is
encountered. Microprocessor-controlled control unit. It should be Self-learning, with
adjustable parameters for opening and closing speed, hold-open time and opening and
closing force. Class of protection IP 20. The glasses shall be of 12mm clear toughened
frameless with polished edges. The system shall have constant power supply 230V,
50/60Hz (by others), for various opening sizes all complete as per design and instructions
of Engineer-in-Charge.
1 GENERAL
a) A pair of bi-parting doors between side screens all fully glazed with frameless toughened
glass for all-glass appearance
b) The doors should be provided with electro-magnetic locks. Automatic control should be
done by two infrared detectors, with a range of operating, control options and safety
devices.
c) The clear glass shall be of 12mm toughened safety.
d) Aluminum clad steel columns will be used for achieving clear opening height. The
system will be also equipped with Floor guide system, one pair of light-barriers and
release devise for sliding panels and side screens. All aluminum profiles will be in E6/C0.
e) Quality Assurance: Manufacturer must be able to demonstrate compliance with ISO
9000: 2000 certification and also fulfils future European standards and regulations, TUV
type tested, compliance with EU low-voltage directives.
2 MATERIAL
TSE212
f) Automatic compensation of friction
g) Adjustment of all basic parameters via integrated display push button.
h) Anodised Aluminium Header frame.
i) Anodised Aluminium hinged operator cover
j) 2 trolleys per sliding leaf
k) Insulated and modular Track Rail, track profile separate from Main profile
l) UVV (Accident Prevention) and VDE (Electrical engineering)
m) Sleek 190mm x 100mm REX dimension of header frame.
n) 1 year warrenty on operator sliding system..
o) 5 position programme selective switch.
3 MECHANICAL FEATURES:
a) Maximum clear width : 2000 mm
b) Minimum clear width : 800 mm
c) Maximum recommended clear height : 2400 mm
d) Maximum sliding leaf weight : 2 x 140 kg.
4 PERFORMANCE
5 ELECTRICAL FEATURES
6 SAFETY
TSE213
LIST OF APPROVED MAKES FOR ELECTRICAL WORKS
CATEGORY OF TEST
S.NO ITEMS APPROVED MAKES CERTIFICATE /
INSPECTION
a) C&S / L&T / SIEMENS / ABB /
GEPOWER (SPECTRA) / SCHNEIDER /
UNILEC / JACKSON / MILESTONE /
LT PANELS / BUS GODREJ / ADLEC / TRICOLITE / SUDHIR
1 CATEGORY - 1
DUCT / NEPTUNE / INCOTECH Engg(P) Ltd.
subject to having valid CPRI/ ERDA
Certificate of required Fault Level & IP
Level protection at the time of placing order.
L & T/ G.E POWER / SIEMENS/ ABB /
SCHNEIDER/ CONTROL & SWITCH
AIR CIRCUIT GEAR
2 CATEGORY - 2
BREAKERS Specific Microprocessor Release has to be
mentioned in the tender and should be
SCADA compatible.
(a) L & T/ SIEMENS/ SCHNEIDER/ GE
POWER/ ABB/ CONTROL & SWITCH CATEGORY - 2
GEAR / LEGRAND
Specific Microprocessor Release has to be
mentioned in the tender and should be
MOULDED CASE SCADA compatible.
3
CIRCUIT BREAKERS (a) L & T/ SIEMENS/ SCHNEIDER/ GE
POWER/ ABB / CONTROL & SWITCH
GEAR / LEGRAND / HAVELLS/
INDOASIAN/ STANDARD /HPL/
BCH(Inside Ancillary Building and
Residential Building only).
FUSE
L & T / SIEMENS / GE POWER / ABB /
DISCONNECTOR
4 INDO ASIAN/ SCHNEIDER/ CONTROL & CATEGORY - 2
SWITCH/ SWITCH
SWITCH GEAR/ HAVELLS/ STANDARD
FUSE UNITS
L & T/ GE POWER / SIEMENS / ABB /
5 HRC FUSES CONTROL & SWITCHGEAR/INDO ASIAN/ CATEGORY - 4
HAVELLS/ STANDARD
AE/MECO / UNIVERSAL / RISHAB / IMP/
AMMETER,
6 TRINTY / ELMEASURE / CONSERVE / CATEGORY - 3
VOLTMETER,
HPK
L & T / HAVELLS/ BHEL / SIMCO /
KWH, PF,
7 UNIVERSAL /JAIPUR METERS/ AE/ HPL/ CATEGORY - 3
FREQUENCY METER
INDIA METER /AREVA
CONSERVE / NEPTUNE / HPL / L&T /
TRINITY / SCHNEIDER / MOTWANI /
DIGITAL METERS /
RISHAB/ ELMEASURE/ SECCURE (T.S.
INTELLIGENT
8 Authority may add makes considering the CATEGORY - 3
MULTIFUNCTIONAL
local availability and quality. The approved
DIGITAL METER
OEM of HT/LT Panel manufacturers shall
be permitted).
LOAM (E)-1
LIST OF APPROVED MAKES FOR ELECTRICAL WORKS
CATEGORY OF TEST
S.NO ITEMS APPROVED MAKES CERTIFICATE /
INSPECTION
9 TRIVECTOR METER SUNCO / JAIPUR/ IMP / L&T CATEGORY -2
KAY CEE / CONTROL & SWITCH GEARS
/ L&T / GE POWER / SIEMENS / BCH/
SELECTOR SWITCH,
SCHENIDER / ROCKWELL (ALLEN
PUSH BUTTON
10 BRADELY)/ TEKNIC (T.S. Authority may CATEGORY - 4
SWITCH /
add makes considering the local availability
EMERGENCY SWITCH
and quality. The approved OEM of HT/LT
Panel manufacturer).
AE / C&S / VINAY LED / EASUN /
CONCORD / KAY CEE / SIEMENS /
VAISHNOV / L&T/ SCHENIDER/
LED INDICATION ROCKWELL (ALLEN BRADLEY) /
11 CATEGORY - 3
LAMPS PREFIFINE / BCH (T.S. Authority may add
makes considering the local availability and
quality. The approved OEM of HT/LT Panel
manufacturer).
AE / KAPPA / UNIVERSAL / KAYCEE /
IMP/ C &S / L&T/ MECO/ KAPCO
/CROMPTON GREAVES /PRAGATI
12 CT's /INSTRANS. (T.S. Authority may add CATEGORY - 3
makes considering the local availability and
quality. The approved OEM of HT / LT
Panel manufacturers shall be permitted).
AREVA / EASUN REYROLLE / L&T / ABB /
13 PROTECTIVE RELAYS CATEGORY -2
SIEMENS
CROMPTON GREAVES / AREVA / VOLT
(a)TRANSFORMER UP AMP/ KIRLOSKAR / INDO TECH /
CATEGORY - 1
TO 630 KVA BHARAT BIJLEE/ ANDREW YULE / ABB/
TELK/ BHEL
14
CROMPTON GREAVES / AREVA/
(b) TRANSFORMER KIRLOSKAR / SIEMENS / BHARAT
CATEGORY - 1
MORE THAN 630 KVA BIJLEE/ANDREW YULE / BHEL /ABB/
VOLT AMP
DRY TYPE CROMPTON GREAVES / AREVA /
15 CATEGORY - 1
TRANSFORMER KIRLOSKAR / BHEL/VOLT AMP/ KOTSON
SOUTHERN SWITCH GEARS / BIECO
LAWRIE / CROMPTON GREAVES / JYOTI
16 HT PANEL WITH OCB CATEGORY - 1
/ MEI / NGEF/ KIRLOSKER / AREVA /
SIEMENS
AREVA / CROMPTON GREAVES /
11 KT OR 33 KV HT
17 SIEMENS /JYOTHI/ ABB / SCHNEIDER / CATEGORY - I
PANEL WITH VCB
KIRLOSKER
11 KV OR 33 KV HT
ABB / BHEL / CROMPTON GREAVES /
18 PANEL WITH SF6 CATEGORY -'1
KIRLOSKER / SIEMENS / SCHNEIDER
Circuit Breaker
LOAM (E)-2
LIST OF APPROVED MAKES FOR ELECTRICAL WORKS
CATEGORY OF TEST
S.NO ITEMS APPROVED MAKES CERTIFICATE /
INSPECTION
C& S/ GODREJ / SCHNEIDER /
MEGADUCT(L&T )/ POWER DUCTS
19 SANDWICH BUSDUCT CATEGORY - 2
(TRICOLITE) / MOELLAR (Imported) /
HONIKOWN (Imported)/GE POWER
RAY CHEM / M-SEAL / CAB SEAL /
a) H.T TERMINATION
DENSON /MAHINDRA/ COMPAQ/ BIRLA- CATEGORY - 3
& JOINTING KIT.
3M
COMET / DOWELL / ELECTROMAC /
20
b) CABLES GLANDS SIEMENS / BRACO / HMI / MCI / (METAL / CATEGORY - 3
CRAFT)
DOWELLS / JOHNSONS/ COMET/
c) LUGS & THIMBLES CATEGORY - 4
ASCON
GLOSTER (Kolkata, Hyderabad) /
UNIVERSAL (Satna) / CCI (Bangalore) /
a) ABOVE 11KV HT RPG (ASIAN) (Mumbai) / TORRENT
CATEGORY - 1
CABLE (ISI MARKED) (Nadiad) I NICCO (Shyam Nagar, WB) /
ICL (Rajpura) / RAVIN (Pune) / FINOLEX
(Pune).
CCI (Bangalore) / GLOSTER (Kolkata,
Hyderabad) / NICCO (Shyam Nagar, WB)
b) ABOVE 1.1 KV AND
/UNIVERSAL(Satna) / RPG (ASIAN)
UP TO AND
(Mumbai) / HAVELLS (Rajasthan) / CATEGORY - 1
INCLUDING 11KV
INDUSTRIAL CABLES (Rajpura) /
CABLE (ISI MARKED)
TORRENT (Nadiad) / POLYCAB (Dhaman)
/ RAVIN (Pune) / FINOLEX (Pune)
CCI (Bangalore) / GLOSTER(Kolkata,
Hyderabad) / NICCO (Shyam Nagar, WB)
/UNIVERSAL (Satna) /RPG (ASIAN)
(Mumbai) / HAVELLS (Rajasthan) /
21
INDUSTRIAL CABLES (Rajpura) /
TORRENT (Nadiad) /GEMCAB
(Hyderabad) /HINDUSTAN VIDYUT
c) UP TO AND
PRODUCT LTD (Faridabad) /POLYCAB
INCLUDING 1.1 KV LT CATEGORY - 1
(Dhaman) / RAVIN (Pune) / FINOLEX
CABLE (ISI MARKED)
(Pune) / KEI (MPCAB) (Gwalior)/ KEI
(Delhi)/ AVOCAB (Ahmedabad) /Ekta (New
Delhi)/ SKYTONE(Faridabad)
In case of non-availability of the above
makes other ISI make cable shall be opted
with the approval of Engg. officer not below
DGM Engg.(E)
CCI (Bangalore) / GLOSTER (Kolkata,
Hyderabad) / NICCO (Shyam Nagar WB)
d) Control cables (ISI
/UNIVERSAL (Satna) /RPG (ASIAN) CATEGORY - 1
MARKED)
(Mumbai) / HAVELLS (Rajasthan) /
TORRENT (Nadiad) /
LOAM (E)-3
LIST OF APPROVED MAKES FOR ELECTRICAL WORKS
CATEGORY OF TEST
S.NO ITEMS APPROVED MAKES CERTIFICATE /
INSPECTION
FINOLEX(Pune)/GEMCAB (Hyderabad)
/HINDUSTAN VIDYUT PRODUCT LTD
(HVP) (Faridabad) /POLYCAB (Dhaman) /
RAVIN (Pune) / KEI (Delhi)/LAPP /ALOKE
(ANKUR TECHNOCRAF) /AVOCAB
(Ahmedabad) / Ekta (New Delhi)
/SKYTONE (Faridabad)
In case of non-availability of the above
makes other ISI make cable shall be opted
with the approval of Engg. officer not below
DGM Engg.(E)
SYNTHETIC
22 CPRI certified for required voltage level. CATEGORY -2
INSULATING MATS
PILCO / INDIANA / VENUS / STEELITE /
SADHANA ENG / TECHNAD ENG./ MM
PRE FABRICATED ENGG./ POWER CAB / NEPTUNE/ RICO
23 CATEGORY - 3
CABLE TRAY STEEL / PROFAB ENGG./ SLOTCO. (Any
other make other than prescribed can be
approved by TS authority).
GE POWER / VOLTAS / BHEL / KHATAU
CAPACITOR BANK (ISI
24 ZANKAR / USHA / EPCOS / L&T / CATEGORY - 2
MARKED)
NEPTUNE / ABB / MATRIX.
LAMCO / ELARO / INTERNATIONAL /
LIGHTNING
25 ATLAS / AREVA / OBLUM / ALPRO / WS CATEGORY - 2
ARRAESTORS
IND./ JAIPURIA / JAYSHREE
ADVANCE LIGHTING
ARRESTER (EARLY
STREAMER INDELEC / ERICO / DUVAL MASSIAN /
26 CATEGORY - 3
EMMISSION TYPE / PHEONIX / TERCEL / FRANKLIN
ONLINE SURGE
ARRESTER)
COMPAQ / DELL / IBM / ACER / SIEMENS
27 SCADA HARDWARE - NITEL / HCL / SCHNIDER / ABB / ALLEN CATEGORY - 2
BRADELY/ GE FANUC
SIEMENS (DESIGA INSIGHT) / JOHNSON
CONTROLS (METASYS MS / LALNDIS &
28 SCADA SOFTWARE CATEGORY -'2
STEAEFA / HONEYWELL / SCHNIDER /
ABB/GE FANUC
KOEL / ASHOK LEYLAND / GREAVES /
29 DIESEL ENGINE CUMMINS / CATERPILAR / MTU / VOLVO CATEGORY - I
PENTA
KIRLOSKAR / JYOTI / CROMPTON
30 ALTERNATOR GREAVES / NGEF/ CATEGORY - 1
KEL/STAMFORD/LEROY SOMER
EXIDE / AMCO / PRESTOLITE / AMARON
31 BATTERIES CATEGORY - 3
/ GENPRO / STANDARD FURUKAWA /
LOAM (E)-4
LIST OF APPROVED MAKES FOR ELECTRICAL WORKS
CATEGORY OF TEST
S.NO ITEMS APPROVED MAKES CERTIFICATE /
INSPECTION
LUCAS / HBL NIFE
LOAM (E)-5
LIST OF APPROVED MAKES FOR ELECTRICAL WORKS
CATEGORY OF TEST
S.NO ITEMS APPROVED MAKES CERTIFICATE /
INSPECTION
HOOTER / MANUAL
APOLLO/ EDWARDS (UTC)/ SIEMENS/
CALL POINT /
47 BOSCH/ MORLEY IAS */ SYSTEM CATEGORY - 2
RESPONSE
SENSOR* / GROUP4* / MINIMAX*
INDICATOR
PA SYSTEM FOR FIRE APOLLO/ SIEMENS/ BOSCH/ AHUJA*/
48 CATEGORY -3
ALARM SYSTEM PHILIPS*/ MOTWANE*
SPEAKER FOR FIRE APOLLO/ EDWARDS (UTC)/ SIEMENS/
49 CATEGORY -3
SYSTEM BOSCH/ BOSE*
FIRE SURVIVAL CMI/ KEI/ BONTON/ POLYCAB/ BATRA
50 CATEGORY - 2
CABLE HENLAY/ RR KABLE/ WREXHAM
Any manufacturer meeting the criteria as
per specifications.
51 LED Light Fixtures Note- Agency has to comply specifications CATEGORY - 2
written in BOQ. any specifications not
written in BOQ, TS shall be followed.
AVIATION WARNING
52 LIGHT
MANUFACTURERS WHO MEET ICAO
/OBSTRUCTION CATEGORY - 3
REQUIREMENTS
LIGHT (LOW /MEDIUM/
HIGH INTENSITY)
EMERGENCY LIGHT
53 BPL / SANYO. CATEGORY - 3
(PORTABLE).
ORIENT / GEC /POLAR /USHA /
54 CEILING/ WALL CROMPTON / BAJAJ / KHAITAN / CATEGORY - 2
ALMONARD/ HAVELLS
GEC / CROMPTON / KHAITAN /
55 EXHAUST FANS CATEGORY - 2
ALMONARD/ BAJAI
GEC/ ALMONARD / KHAITAN / ACCEL /
56 VENTILATION FANS CATEGORY - 2
CROMPTON
PRAKASH SURYA/ TATA* / HSL* / SAIL* /
57 G.I./ M.S. PIPES CATEGORY - 2
JINDAL*
GUN METEL VALVES KIRLOSKAR / LEADER / SANT / KILBURN
58 CATEGORY - 2
(GATE. GLOBE) / AUDCO/ SARKAR / ADVANCE.
C.I DOUBLE FLANGED
KIRLOSKAR / LEADER / SANT / KILBURN
59 SLUICE VALVES & CATEGORY - 2
/ AUDCO/ SARKAR / ADVANCE.
CHECK VALVES
CRANE / JOHNSON CONTROL /
KIRLOSKAR* / LEADER* / SANT* /
60 BUTTERFLY VALVES CATEGORY - 2
AUDCO*/ SARKAR* / ADVANCE* / C&R* /
CASTLE*
CI DOUBLE FLANGED KIRLOSKAR / LEADER / SANT / KILBURN
61 NON - RETURN /AUDCO SARKAR / ADVANCE / DIVINE CATEGORY - 2
VALVES. /CASTLE
62 FOOT VALVE ANY BRAND WITH ISI MARK. CATEGORY - 2
LOAM (E)-6
LIST OF APPROVED MAKES FOR ELECTRICAL WORKS
CATEGORY OF TEST
S.NO ITEMS APPROVED MAKES CERTIFICATE /
INSPECTION
SUCTION STRAINER/ LEADER / SANT / EMERALD
63 CATEGORY - 2
POT/ Y STRAINER ENTERPRISES.
SPRINKLER (UL
64 SPRAY SAFE / HD. CATEGORY - 2
LISTED/ISI)
FIRE HYDRANT
LANDING VALVES, FIRESHIELD/ MINIMAX* / SAFEX* /
65 CATEGORY -2
FIRE BRIGADE NEWAGE*/ VIJAY* / SAFE GUARD*
CONNECTION.
INSTALLATION VALVE
66 SPRAY SAFE / HD CATEGORY - 3
(ISI MARKED).
FIRE HOSE PIPES,
FIRESHIELD/ MINIMAX* / NEWAGE* /
67 FIRST AID HOSE CATEGORY - 2
SAFEX*
REEL
BRANCH PIPE,
FIRESHIELD/ MINIMAX* / NEWAGE* /
68 NOZZLE AND CATEGORY - 2
SAFEX*
COUPLINGS
KANEX/ FIRESHIELD/ MINIMAX* /
69 FIRE EXTINGUISHERS CATEGORY - 2
SAFEX* / SAFEGUARD*
GRUNDFOS/ KIRLOSKAR* / BEACONS* /
MATHER & PLATT* / CROMPTON* /
70 PUMPS WASP* / KSB* / JYOTI* / BE */ VOLTAS* / CATEGORY - 2
GREAVES* / KALAMA*/ AMRUT*/ PEC*/
BE* / SUGUNA*
BHARAT BIJLEE/ KIROLSKAR* /
71 MOTORS ALSTOM* / SIEMENS* / JYOTHI* / ABB* / CATEGORY - 2
CROMPTON* / NGEF*
L&T/ SIEMENS* / CUTLER HAMMER* /
72 STARTERS GE POWER* / ABS */ CONTROL & CATEGORY - 2
SWITCHGEAR*
SUBMERSIBLE
KSB/ KIRLOSKAR/ KALAMA/ AMRUT/
73 PUMPS (VERTICAL/ CATEGORY - 3
PEC/ BE / SUGUNA
HORIZONTAL)
SINGLE PHASING
PREVENTOR/ OVER L & T / GE POWER / SIEMENS / MINILEC
74 CATEGORY -3
LOAD PROTECTION / ABB
UNIT
75 PRESSURE SWITCH DANFOSS/ SWIZER CATEGORY • 2
RUSKIN TITUS/ TATA* / HSL* / SAIL* /
76 G.I SHEETS. CATEGORY - 2
JINDAL*
RUSKIN TITUS/ MAPRO (AIRFLOW) /
CARYAIRE/ AIRMASTER*/ VINAYAGA*
77 GRILLS /DIFFUSERS. CATEGORY - 3
/CORPORATION* / AJANTA* / RAVI
STAR*
INSULATION TWIGA / ARMAFLEX / ALP AEROFLEX /
78 CATEGORY - 3
MATERIAL K-FLEX / PILKINGTON* / BEARDSELL* /
LOAM (E)-7
LIST OF APPROVED MAKES FOR ELECTRICAL WORKS
CATEGORY OF TEST
S.NO ITEMS APPROVED MAKES CERTIFICATE /
INSPECTION
(Glass Wool / Nitrile LLOYDS*
Rubber)
PRE-FABRICATED GI
79 ROLASTAR/ DUCTOFEB/ ADVANCE CATEGORY - 3
DUCT
80 FIRE DAMPERS AIR FLOW / RUSKIN / CARYAIRE CATEGORY - 2
ALMONARD / BECON / TECHNOMECH /
81 AIR CURTAINS. CATEGORY - 2
RUSSEL / AERODYNAMICS
HONEYWELL/JOHNSON/STEFA
82 MODULATING MOTOR CATEGORY - 2
CONTROL/RAPID COOL
MODULATING VALVE,
83 SOLENOID VALVE RAPID COOL / HONEYWELL / JOHNSON CATEGORY - 2
FOR AHU
JOHNSON CONTROL /ADVANCE* /
84 BALANCING VALVE CATEGORY - 2
SANT* / CASTLE*
85 REFRIGERENT VALVE BRASMATIC / SANT CATEGORY - 2
HUMIDIN/ DYNA* / KIRLOSKAR* /
86 FILTERS PUROMATIC* / PURAFILL* / CATEGORY - 3
THERMODYNE* / PURE AIR*
87 THERMOMETERS WIKA/ JAPSIN* /FIEBIG*/ GURU* CATEGORY - 3
HP /LP /OFF SWITCH
JOHNSON CONTROL/ PENN* /
THERMOSTATS
88 HONEYWELL* / INDFOSS* / ESCORTS* / CATEGORY - 3
/HUMIDISTATS STRIP
DASSPASS* / DANFOSS*/ SWIZER*
HEATERS.
PROPORTIONAL HONEY WELL / JOHNSONS / LANDIS &
89 CATEGORY - 3
THERMOSTATE STEAEFA
90 HDPE TANK ISI MARK. CATEGORY - 3
H.GURE / FIEBIG / JASPIN / BESTOBELL
91 PRESSURE GAUGE CATEGORY - 3
/ GENERAL INSTRUMENTS
BUILDING
MANAGEMENT
SYSTEM (Hradware & JOHNSON CONTROL/ DELTA (LOYTEC) /
92 CATEGORY - 3
Software, Except L&T/ TRANE/ SIEMENS* / HONEYWELL*
Computer &
Accessories)
DELTA/ L&T/ BHARAT BIJLEE /
93 VFD DRIVE DANFOSS */ ALAN BRADLEY*./ CATEGORY 3
SIEMENS* /ABB*
FIRE DAMPER
94 BALEMO /JUVANTO / SIEMENS CATEGORY - 2
MOTORS
MIXING VALVE WITH SIEMENS / JHONSON CONTROL
95 CATEGORY - 2
MOTOR /HONEYWELL /RAPID COOL
HITACHI/ VOLTAS*/ BLUE STAR* / LG* /
96 SPLIT TYPE AC UNITS CATEGORY - 2
CARRIER AIRCON*.
LOAM (E)-8
LIST OF APPROVED MAKES FOR ELECTRICAL WORKS
CATEGORY OF TEST
S.NO ITEMS APPROVED MAKES CERTIFICATE /
INSPECTION
PACKAGED HITACHI/ TRANE/ VOLTAS* / BLUESTAR*
97 CATEGORY - 2
AIRCONDITIONER / CARRIER AIRCON*
DAIKIN/ KIRLOSKER/ TRANE/ LG/ YORK
CHILLERS / A.C.
98 / CLIVET/ BLUE STAR/ CLIMAVENETA/ CATEGORY - 1
PLANTS
DUNHAMBUSH/ VOLTAS/ CARRIER
99 EDGETECH/ STULZ/ TRANE/ CARRIER /
AIR HANDLING UNITS CATEGORY - 1
HUMIDIN/ ZECO*
EDGETECH/ DAIKIN / TRANE/ YORK /
100 FAN COIL UNIT (FCU) CATEGORY - 2
CARYAIRE/ CARRIER
VRV/ VRF
LG/ DAIKIN/ TRANE/ BLUE STAR/
101 AIRCONDITIONING CATEGORY - 2
TOSHIBA
SYSTEM
(a) COOLING TOWER MIHIR / PAHARPUR / ADVANCE/ BELL/
CATEGORY - 1
UP TO 200 TR. SOUTHERN COOLING TOWERS
102
(b) COOLING TOWER
PAHAR PUR/ ADVANCE / MIHIR CATEGORY - 1
MORE THAN 200 TR.
ADVANCE LIGHTING
103 ERICO/PHEONIX/ TERCEL CATEGORY - 1
PROTECTION UNIT
L & T / DUCATI / TELEMECHANIQUE &
104 RELAYS CONTROLS / ALSTHOM / ABB / CATEGORY - 3
UNIVERSAL/AVKC / SIEMENS / BCH.
CHANGE OVER HH ELCON / C & S / INDO ASIAN/
105 CATEGORY - 3
SWITCH HAVELLS / L&T / HPL.
L & T / GE POWER / BCH / SIEMENS /
106 CONTACTORS CATEGORY - 3
ABB / TC
KWH, PF, BHEL/ SIMCO/ UNIVERSAL/ JAPUR
107 FREEQUENCY METAL/ AE/ HAVELLS/ INDIA METER/ CATEGORY - 3
METTER L&T/ ALSTOM
108 PUSH BUTTONS L & T / SIEMENS / BCH / CON CORD. CATEGORY - 3
L & T / BCH / LEGRAND/ INDO
109 TIMERS ASIAN/SCHNEIDER / SIEMENS / ADVANI CATEGORY - 3
ORLIKON / GE
L & T / BCH / LEGRAND/ INDO ASIAN/
110 TIME SWITCH SCHNEIDER / SIEMENS / ADVANI CATEGORY - 3
ORLIKON / GE POWER CONTROL
DIESEL ENGINE FOR ASHOK LEYLAND / KIRLOSKAR OIL/
111 CATEGORY - 2
FIRE FIGHTING CUMMINS
112 HAND DRIER ANAND/ AUTOMATIC SYSTEM/ KOPAL CATEGORY - 3
PROJECT SPECIFIC
Protective coating over Armacell/ Armachek/ CATEGORY - 3
Closed cell elestomeric Fosters/Paramount/
1
- Fibreglass woven UP Twiga
cloth
LOAM (E)-9
LIST OF APPROVED MAKES FOR ELECTRICAL WORKS
CATEGORY OF TEST
S.NO ITEMS APPROVED MAKES CERTIFICATE /
INSPECTION
Amicol/Armacell/Armachek/Paramount/Poly CATEGORY - 3
2 UV Protective coating bond
LOAM (E)-10
LIST OF APPROVED MAKES FOR ELECTRICAL WORKS
CATEGORY OF TEST
S.NO ITEMS APPROVED MAKES CERTIFICATE /
INSPECTION
Smart Rack with CATEGORY - 2
23 Rittal,Apc,Emerson, APW President
Cooling System
Fire Detection and CATEGORY - 2
24 Honeywell,Tyco,Siemens
Suppression System
Powerware,APC,Emerson, CATEGORY - 2
25 Online UPS Numeric,DBpower,
Delta/Socomec/Riello
Symmetricom,Galleon, Brandwine, CATEGORY - 2
26 NTP Server
Timetools, Wharton
CATEGORY - 2
27 Thin Client Dell Wyse, HP, Sun Microsystems, Enjay
Rodent Repellent
28 Schnider, Rittal CATEGORY - 3
System
29 Active Network Switch Avaya,Cisco,Juniper,Hp, Extream Network CATEGORY - 2
CATEGORY - 3
30 Router Avaya,Cisco,Juniper,Hp, Extream Network
Palo Alto,Juniper,Fortinet, Check CATEGORY - 3
31 Firewall
Point,Cisco
Wireless LAN CATEGORY - 2
32 System/Wireless Avaya,Cisco,Juniper,Hp, Extream Network
Access Points
CATEGORY - 2
33 NAC/AAA SERVER Avaya,Cisco,Juniper,Hp, Extream Network
CATEGORY - 2
34 IP EPABX Avaya,Cisco,Siemens,Alcatel,NEC
Controllers/servers, Asl, Biamp, Bosch, Bose, Harman, QSC, CATEGORY - 2
35
software, amplifiers Tannoy, Honeywell
Bosch, Bose, Renkus-Heinz, JBL, QSC, CATEGORY - 2
36 Speakers for PA system
Tannoy, TOA, Honeywell
Polycab, Finolex, AFW, India Impex CATEGORY - 2
37 PA Speaker Cables
(FrTek), Prysmian, Radox, Rallison
Video Management CATEGORY - 2
Honeywell, Tyco, Vicon, Infinova, Indigo
System / Video
38 Vision, Verint, Pelco, Bosch, Qognify,
Recording/Video
Milestone, Genetec, Lenel
analytics software
American Dynamics, Vicon, Vivotek CATEGORY - 2
39 CCTV cameras Infinova, Indigo vision, Verint, Axis, Pelco,
Bosch, Sony, Honeywell
Conrac, Rockwell Collins Arinc, SITA, CATEGORY - 2
40 FIDS software
Solari, IDDS
Active & Passive Cellcom, JMA Wireless,Forgcell Motorola, CATEGORY - 2
41
components Siemens
Belden, Schneider-Electric, Panduit, CATEGORY - 2
Cabling & connector
42 Reichle & De-Massari (R&M), Siemon,
components
Molex
LOAM (E)-11
LIST OF APPROVED MAKES FOR ELECTRICAL WORKS
CATEGORY OF TEST
S.NO ITEMS APPROVED MAKES CERTIFICATE /
INSPECTION
CATEGORY - 2
43 Network Rack Valrack, Emerson, APW President
CATEGORY - 2
44 Raceway/Junction box MK , Legrand, OBO, Schneider
ACS Controllers, CATEGORY - 2
45 CEM, Solus, Lenel, Honeywell, HID
Reader, software
CATEGORY - 2
Electromagnetic Door
46 Abloy, ASSA, Locktronic,
Locks
Door Hold Open CATEGORY - 2
47 Lockwood, Dorma
Devices
Moser Baer AG, Gillam Fei, Mobatime, CATEGORY - 2
48 System components
Microsemi, Galleon
CATEGORY - 2
49 Water Cooler Oasis/ Murdock / Filtrin / Sunrock/ Venza
1. CAT-A shall be for Terminal buildings, Office buildings & Ancillary Buildings in
Operational Area.
2. CAT-B shall be for Residential Colony, Ancillary Buildings in Non-Operational Area &
Service block/ Substation building.
3. All makes in CAT-A are eligible for CAT-B also.
* Shall be considered subject to enlistment of Item/ Product as per terms & conditions,
criteria etc. of Expression of Interest (EOI) of AAI at CHQ level, before supply of
Item/Product.
CATEGORY REQUIREMENT OF TEST CERTIFICATE/INSPECTION
CATEGORY- 1:
a) Type test certificate for similar item done. If not. one of the items offered is to be type
tested.
b) OEMs routine test certificate.
c) Acceptance test to be conducted in the presence of AAI
representative at OEMs factory
LOAM (E)-12
CATEGORY - 2:
a) Type test certificate for similar item done. If not, one of the items
offered is to be type tested.
b) OEMs routine test certificate.
c) Visual and functional check by AAI official at AAI airport site.
CATEGORY - 3:
a) OEM/Dealer/Contractor routine test certificate.
b) Visual and functional check by AAI official at AAI airport site
CATEGORY - 4:
a) Visual and functional check by AAI official at AAI airport site.
NOTE:
This categorization is done keeping in mind big projects wherein the
bought out item quantity may be large. In case the bought out
item/supplied items are of very less in quantity, required category may
be reviewed by Technical sanction Authority.
Technical sanction authority shall finalise the requirements of
certificate at the time of call of tender.
LOAM (E)-13
TECHNICAL SPECIFICATIONS (IT)
TABLE OF CONTENTS
TSIT 1
1. Introduction
The purpose of this document is to specify the design basis and criteria &
construction specification for all the IT Systems in domestic terminal & other works
outside terminal as mentioned in the scope. The IT Systems compromises the
complete IT systems listed out in this document and defines a turnkey IT solution
for Allahabad Airport for the following minimum IT systems.
Active Networks system, DAS Systems, WI-FI systems, and IT Cabling
Infrastructure both Copper cabling and Fiber Optic cabling including both indoors
and out door.
CN : Communication Network
2.1.4.1. General
• Materials and standards of workmanship are to fully comply with the standards
noted in this section of the ITS. Where no standard is listed, use an IEC standard
document including subsequent amendments. In particular, and without limiting
the generality of the forgoing, the following standards shall be read in
conjunction with this document and shall be taken as forming part of the
requirements of the PTS.
• Shall provide a full list of the normative standards the design adheres to.
TSIT 4
2.1.4.2. IEC CODES
TSIT 5
IEC60225-66 IEC recommendation ,octave ,half octave and third octave band
filter intended for the analysis of sound and vibration
IEC60227 specification PVC insulated cables for switch gear and control
gear
IEC60298 AC metal enclosed switch gear and control gear for rated
voltage above 1 KV and up to and including 72.5 KV
IEC60309 industrial plugs ,socket outlets ,and couplers for ac and dc supply
IEC60331 fire resistant characteristics of electric cables
IEC60332 test on electric cables under fire conditions
IEC60337 control switches for auxiliary circuits for voltages up to
and including 1000VAC and 1200VDC
IEC60354 loading guide for oil immersed transformer for on load tap
IEC60363 short circuit evaluation and special regard for rated short
circuit capacity of circuit breakers in installations in ships
IEC60364 electrical installation in ships
IEC60381 analogue signals for process control systems
IEC60408 air break switches ,air break disconnections, air break switch
disconnections and fuse combination units for voltages up to
and including 1000VAC and 1200VDFC
IEC60420 HV fuse and switch combination
IEC60439 factory built assemblies of low voltage switch and control gear
IEC60445 identification of apparatus terminals and general rules for a
uniform system of terminal marking
IEC60466 high voltage insulation enclosed switch gear and control gear
IEC60470 specification of Contractors
IEC60478 stabilized power supplies DC
IEC60517 high voltage metal enclosed switch gear for rated voltage
IEC60529-89 degree of protection provided by enclosure (IP code)
IEC60534 industrial process control valves
IEC60542 application guide for on load tap changers
IEC60549 high voltage fuse for external protection of shunt power
TSIT 6
IEC60551 determination of transformer and reactor sound levels
IEC60593 internal fuse for internal over pressure
IEC60606 application of power transformer
IEC60616 terminal and tapping marking of transformer
IEC60617 graphics symbols for diagrams
IEC60632 specifications for motor starters or voltage above 1KVAC
IEC60644 specification of high voltage fuse links for motor circuit
IEC60654-4 corrosive and erosive influence
IEC60694 specifications for common requirements for high voltage switch
gear and control gear standard
IEC60947 specification for low voltage switch gear and control gear
The sites for installation of switches have already been identified by EMPLOYER. The
Main Contractor will provide – floor plans, footprint envelops or any other information
the agencies working on design may reasonably request, to enable them perform
design activities.
To provide racks and all accessories for successful installation of communication
system. For each installation site, Main Contractor is responsible for providing:
• Number of racks required
• Equipment weight
• Power requirements
• Thermal/heat load requirements
TSIT 8
• Necessary interfaces
• Connection requirements – CAT6 and FOC
• Any other information that is required as per site conditions to prepare the site.
• Details of any site specific hardware to be supplied
Shall be responsible for its aspect of site design and performance including: the
positioning and orientation of its equipments taking into consideration any impacting
factors, including any future equipment removals, relocations and any shared service.
2.1.6. Deployment
• General
o Shall be responsible for obtaining all permits, approvals licenses and liaison
required, for the completion of whole of the contract works.
o Shall perform all tests required by all regulatory and statutory Authorities and ensure
compliance to Codes through testing.
o Shall mobilize all required resources, such as manpower and machinery, for all testing
and acceptance by the Contractor and endorsement by the Employer’s Representative,
as per the contract.
o Shall ensure that all tools used are properly calibrated in accordance with applicable
standards and to the satisfaction of the Main Contractor.
• Testing & Commissioning
o Shall carry out necessary testing and commissioning to demonstrate the conformity and
TSIT 12
the proper performance of the equipment as specified in the Specifications and with
the detailed test plans and procedures described herein.
o All tests shall be conducted within the technical and operational environment
as it will exist after the installation of the equipment at Allahabad Airport.
o The test specification shall include, but is not limited to the following items:
a detailed description of the tests to be performed;
a detailed description of the conditions under which the test shall be conducted
and accepted;
a schedule of actions to be taken in the testing of the various parts of the equipment;
and
The forms of documentation of the test results.
o The purpose of the tests shall be to demonstrate compliance with all of
the performance and technical specifications set out in the Specifications and with the
requirements set out in the contract.
o Testing shall be carried out in a number of phases, including, but not limited, to:
Tests during manufacture and Project site Tests
Pre-Commissioning
Commissioning
Performance Tests
Integration Tests
o For each of the above testing phases, shall provide the following details:
Item to be tested;
Test to be performed; and
The proposed date and location of the test.
o All tests shall be conducted within the technical and operational environment
as it will exist after the installation of the equipment at the project site.
o The Employer may choose to visit the manufacturing site(s) to assess, first hand, the
quality assurance procedures. The scope shall include in his pricing for up to four
personnel from the employer to visit the manufacturing sites(s) during production.
o The Main Contractor shall both reserve the right to be present at any or all the tests for
the purposes of observation, result verification, obtaining technical information or
operator training.
o Test result reports shall be provided within seven (7) days of any test being conducted.
o The Quality Plan shall be developed to include the testing and commissioning
specified herein.
o Every step in the overall test plan and test methodology constitutes a hold point
under the Quality Plan.
o The Main Contractor shall supply all necessary labor, material, testing instruments
and tools required for each individual test.
o Shall be responsible for ensuring that all necessary safety precautions are taken prior
to and during each test.
o Shall set up all necessary test apparatus and dismantle the same on completion of
the tests.
• Testing & Commissioning Schedules (ITS)
o The Main Contractor shall prepare and submit details of ITS for each stage of
testing.
o The programs shall consist of check list, inspections, performance and other tests that
proposes under its Quality Plan to ensure that the Work under the Contract is
complete, fit for purpose, in accordance with the specifications and operational in all
respects.
• Inspection and Test Procedures (ITP)
o Shall prepare and submit details of ITP for each stage of testing.
TSIT 13
o Test log sheets for raw and processed data shall be included as part of
the Inspection and Test Procedures (ITP) to record the results obtained
during all forms of testing.
o Tests during Manufacture and Project Site Tests
o Tests during manufacture and project site tests for materials and
equipment shall be carried out on all components.
o Shall not allow an item of equipment to be transported to the site unless it has
successfully completed the Tests during Manufacture.
o Tests during manufacture conducted on equipment shall not relieve the
Main Contractor of its responsibilities to conduct separate testing on the
project site as required in the Specifications.
• Pre-Commissioning Tests
o Pre-Commissioning shall include the preparation of all plant and equipment so
that it is in a safe and proper condition, ready to undergo testing and, subject to the
completion of testing, be put into operation.
o Pre-Commissioning shall cover all aspects of equipment operation such assafety,
electrical equipment, mechanical equipment and instrumentation.
o Shall provide additional personnel where necessary to support the Pre- Commissioning
testing of all items of equipment to prevent interrupting the installation and
commissioning schedule for each stage.
o On completion of the Pre-Commissioning, and prior to the
commencement of commissioning, the shall provide a report to the employer for their
review.
o Successful completion of the Pre-Commissioning tests shall be a compulsory pre
requisite for the commencement of commissioning.
o The Pre-Commissioning program shall include, but is not limited to
inspection of all interior and exterior finishes for compliance with the Specification,
and the making good of any damage to, or short fall in, the finishes;
• Commissioning
o Commissioning testing shall include the running of the Active Communication
Networks services and all of its ancillary equipment, carrying out all necessary
adjustments and tuning until the Active Communication Networks services and all of
its ancillary equipment is ready and suitable for normal starting and operating under
in-service conditions.
o Commissioning shall only commence after Pre-Commissioning has been successfully
completed to the satisfaction of the employer.
o The Main Contractor shall simulate all conditions necessary for the proper and
representative testing of the equipment.
• Performance Tests
o The Main Contractor shall carry out performance tests as per terms and conditions
respectively.
o Performance Tests shall be a step in the commissioning handover process for the
Active Communication Networks services. This stage of the tests shall establish the
fact that the Active Communication Networks
services have been designed, developed, installed and set to work in accordance
with all of the specified requirements, and that the Active Communication Networks
services is ready in all respects to commence Operational Readiness and Acceptance
Trials, and thus after which operational duties.
• Integration Tests
o The Main Contractor shall carry out integration tests as per terms and conditions
respectively.
o The integration tests including but not limited to Integration of new network,
TSIT 14
integration of new network with existing network. Shall prepare and get approved
necessary documentation for integration activities
• Confidence Test
o Once Performance and Integration tests have been successfully completed for
each of the Active Communication Networks services, shall commence Terminal
operation Confidence Test for all the Active Communication Networks services as
per terms and condition for a period of 60days.
o The operational performance testing shall prove the Active
Communication Networks services compliance with the ‘performance guarantee’ and
with the Specifications.
o The operational and performance testing program shall include as a minimum:
Testing of all Active Communication Networks services operating modes and controls;
The Active Communication Networks services shall operate without significant
mechanical, electrical or other equipment failure during the Terminal operation trial.
Should an Active Communication Networks services operation be interrupted by
a failure, the Employer shall direct the re-start of the trial period.
The Main Contractor shall provide sufficient and competent personnel to be on site
within 1 hour recall to carry out immediate diagnosis, adjustments and repairs of Active
Communication Networks services faults during the Terminal operation.
• Project Documentation
o The Main Contractor shall submit the following information to the employer for
approval:
Project Management Procedures;
Operation and maintenance instructions;
Parts listings with sources indicated;
Recommended parts inventory listing;
Emergency instruction;
All diagnostic and repair information;
Life Cycle Costs;
Warranty Conditions; and
Maintenance Options.
• Handover Documentation
o The Main Contractor shall prior to Handover provide comprehensive Operating and
Maintenance Manuals including As Built drawings, in English and Hindi languages.
o “As Built and Installed” drawings shall be fully dimensioned drawings true to scale
and correctly brought up to date to present a true and accurate representation of the
actual Active Communication Networks
services build and installation.
o The drawings shall give a full and complete picture of the installation as it has been
built.
o The “As Built and Installed” drawings shall, as a minimum, include the following:
A complete set of electrical / electronic circuit wiring drawings including the controller
and filed side external wiring drawings along with all relevant manuals containing full
explanations of all functions.
Manual of Installation Standards, Installation procedures, tolerances
Final Test reports.
Power requirements / Consumption particulars.
o The O & M manuals shall include the following sections.
TSIT 15
Section 1 Introduction
Section 2 Operations – System Description
Section 3 Operations – Procedures
Section 4 Maintenance – List of Equipment
Section 5 Maintenance –Labeling Index
Section 6 Maintenance – Technical Specifications
Section 7 Maintenance – Corrective Procedures
Section 8 Maintenance – Preventative Plan
Section 9 Maintenance – Manufacturer’s Test Certificates
Section 10 Maintenance – Equipment Guarantee & Warranty Certificates
Section 11 Maintenance – As-Built Drawings
Section 12 Training
Section 13 Site Tests & Commissioning Reports/Quality Records
All features operation functions and their testing procedures.
Preventive Maintenance procedures ,including schedules, check lists, Patch
management guidelines
Breakdown Maintenance procedures, including the relevant manuals, drawings ,
data / parameters , special tools / instruments etc.,
o Parts catalogue for all replaceable parts including ordering forms and instructions.
o Four sets of keys for all switches and control features properly tagged and marked.
o Identification of each and every item of equipment;
o Complete and up to date set of approved shop drawings that have been
submitted;
o Complete electrical wiring schematics/ drawing ( both external and internal )
clearly showing terminal numbering systems;
o Complete schematic and control diagrams of all systems incorporated in the installation;
o Schematics showing motorized, automatic and hand-operated controls and all similar
items relevant to the function of the installation;
o As required, the drawings shall also include the settings and differential bands of all
controls, cut-outs and other variable or adjustable items; and all items shall be clearly
identified by type and function.
o Drawings shall comply with the following:
Be in the latest AutoCAD format
Drawing for each IT room showing connectivity of IT cables both copper and Fiber
Optic from the main core system including the rack layouts to be provided which clearly
(and in color-coded) shows front and rear view of all Active Communication Network
Devices and connectivity routes, along with identification numbers
Overall architecture
Rack layout for each individual IT rooms
o Specific information shall be supplied on the software such that a third party could
maintain the code and functionality.
o It shall include the test certificates for the Active Communication
Networks services.
o Items of equipment with details and dates of their warranties shall be listed.
o After review and acceptance of the DVD and hard copies, six (6) copies of each shall
be provided, with all parts of the hard copies laminated. The DVD shall include video
instruction where appropriate.
• Warranty, Defect Rectification Period, Endemic Failures & Latent
Defects Period
o The Main Contractor shall comply with all the above obligations as per the terms of
the contract.
o The Main Contractor shall ensure that all material and workmanship of
TSIT 16
installation for Active Communication Networks services shall comply in every respect
with the Tender documents. Shall provide a written manufacturer’s warranty signed by
Active Communication Networks services manufacturer agreeing to repair, restore, or
replace defective material or workmanship of the Active Communication
Networks services work during the specified warranty period.
o The warranty includes for the free supply of the engineering manpower, maintenance
labor, all materials including the spare parts required for the total maintenance.
o During the defect rectification period, shall perform maintenance in accordance
with requirements indicated in the maintenance section of this document
• Maintenance
o Maintenance during the defect rectification period:
The Main Contractor shall, during the defect rectification period, provide full
maintenance service by skilled competent employees. Include monthly preventive
maintenance, repair or replacement of worn or defective components, lubrication,
cleaning, and adjusting as required for proper Active Communication Networks
services operation.
Provide only parts and supplies as used in the manufacture and installation of
original equipment.
Provide maintenance in strict accordance with the maintenance specifications
included in this tender document. Maintenance schedules shall be established and
submitted for review
Spare parts required under this works shall be included as part of this requirement.
Include 24 hour per day, 7 day per week emergency call-back service.
Response time: Adequate maintenance personnel for each shift shall be available on
site to attend emergency call backs. To attend, rectify this fault and put in operation
within 30 minutes
• Maintenance Tools
o The Main Contractor shall provide two (2) of each of any specialized maintenance
tools which will be required for ongoing maintenance during the operational
service life of the Active Communication Networks services.
o Items to be supplied under this provision are to be nominated in the bid and included in
the bid price.
• Training
o Engage a OEM authorized service representative to train the Employer’s maintenance
personnel on procedures and schedules for maintaining, operating, adjusting,
troubleshooting, and servicing Active Communication Networks services.
o Make a final check of the Active Communication Networks services operation with
the Employer’s maintenance personnel present, just prior to substantial completion.
Determine that control systems and components and devices are functioning
properly.
o The Main Contractor is required to train the Operating and Maintenance staff prior to
Handover of any of the works for “Beneficial Use”. This shall be conducted on site over
a period of two (2) weeks.
o Training is required at two (2) levels –
Senior Staff
A minimum of two persons shall receive an advanced “Train the Trainer” level course,
with certification of competency on successful completion.
Operations & Maintenance Personnel
Appropriate training in accordance with best industry practice, with certification of
TSIT 17
competency on successful completion.
The Main Contractor shall prepare a plan for this work and submit to the Employer for
approval 3 months prior to Handover.
The Main Contractor shall conduct at least three training courses, all concerned
nominated by the Contractor / the Employer.
The Training courses shall be attended by a combination of the Employer’s
staff and stakeholder staff nominated by the Employer.
The training courses shall be based on the “train the trainer” principle.
The training courses shall include without limitation all aspects of operation,
preventative and corrective maintenance, including servicing, trouble shooting and fault
finding.
The training courses shall be developed, documented and delivered in accordance
with the general specifications as described elsewhere in the specifications.
The training courses shall be scheduled in accordance with the overall project
schedule.
• Trial and Testing
o Following Handover of the installation the Main Contractor shall undertake a
14- day trial and testing period. During this period, he shall be on site to assist the
operational staff in the operation to achieve the availability performance required.
o If the required level is not obtained the Main Contractor shall prepare a plan to enable
the operation to achieve the desired level of performance.
2.2. Solution
From technology and product perspective, the Main Contractor shall provide:
• Simple Flat network topology, however capable to;
o Carrier Grade Multi-Protocol Label Switched Network (MPLS) for core routers
o A network that does not requires use of Wavelength Division
Multiplexing (WDM) similar underlying technologies
A carrier grade product is defined as a system that is completely reliable, well tested
and proven in its capabilities
The system shall meet the following parameters:
• Availability of 99.98%
• Provide very fast recovery thru redundancy of typically 100 mS. In case the recovery
time is not agreed by Main Contractor to propose the best achievable convergence
time with proper documented references across project sites of similar nature. Main
Contractor to ensure the same would not affect any future airport services in case he
fails to achieve this criterion.
• Quick system boot-up time: 180 seconds
Shall provide documentation, which demonstrates this compliance Employer expects to
make use of MPLS based Virtual Private Networks (VPNs) to segregate the network
for various users and Employers to improve the communication n e t w o r k
resiliency, performance a n d management.
TSIT 18
2.2.1.2. Interface Requirements:
The Main Contractor shall provide Active Communication Network for other system
at airport which require connectivity to the building LAN. Shall liaise with other
systems and the Contractor to determine the specifics of interfaces, exactly where and
how the cabling needs to be routed near and to the other systems equipment and
where the outlets need to be mounted.
The Main Contractor shall arrange all the interface meetings with all other systems
to confirm their requirements. The Main Contractor shall get the Interface Control
Document (ICD) produced and signed-off for all the sub-systems. Shall be the initiator
while other systems are responders to the ICDs
The other systems for which Communication Network's systems provider need to
coordinate with include the following:
1 FIDS
2 CCTV
3 PA
4 Wi-Fi
CUPPS-CUSS ( Provision only) Digital
advertisement
5 MATV
This section outlines the requirements for the new Communications Network.
•
o Product Specified are of Carrier Grade standard.
o High MTBFs, operating environment conditions (temperature and humidity)
o A standards based solution to approach
• High Available Design:
o No Single Point of Failure
o Topology with Dual Paths
o High level of resiliency i.e. dual PSU, dual control planes etc
o MPLS based with services within individual VPNs for core network
• Solution for a converged environment:
o Can cater for voice and video and new multimedia traffic types i.e network-wide
QoS
o Product that supports a minimum of 8 hardware queues
o All access switches to support PoE+
• High Scalability:
o Proposed products to have capacity to scale from both scale and bandwidth
perspective
o Proposed network design shall also be scalable
TSIT 19
• Broadcast Control
o Network shall be design as stated earlier a simple flat network, however this may lead
to broadcast traffic, which may cause delay to traffic delivery. Hence, Main Contractor
shall propose mitigation on how to mitigate the broadcast traffic to choke the network
possibly at Layer 2 switching.
o Solution proposed shall not degrade the performance of network especially in
high bandwidth utilization traffic like CCTV and IPTV.
• Cater for Multiple Service Categories
o The proposed solution shall be able to cater for multiple service categories by
having a consistent end-to-end QoS design across network.
The tentative details of the data ports required are listed below, however the Main
Contractor need to coordinate while designing with all systems providers for the actual
quantity of services and data ports required
TSIT 20
4 CUPPS/CUSS 60
5 BOH 100
6 PA 10
• H i g h Availability Design
• Scalability
• IPv6 readiness
Simple network design is to cater for max 500-600 data ports. Supplier shall cater
for the following in design:
• Load Balancer
• Internet Gateway routers
• Firewall
• The Main Contractor shall provide the following security requirements
oRouter with sufficient capability to handle concurrent session
oPerimeter firewall
oInternal firewall
oVPN box to support VPN setup
oIntrusion Detection System
oWeb Gateway to monitor/filter web traffic
oISA proxy for Web traffic monitoring.
• IPsec VPN Access Requirements
oSupplier shall define the IPSec VPN Solution.
• DMZ switch.
Note: All Uplinks in red are 10 Gigabit over Fibre Cable.
The following make switches are located at each of the locations mentioned
below.
Secondary Communication
Access Switch Room (SCR)
The new Communications Network shall be based on a modular design for each layer
i.e. for each layer the switch type shall be identical.
This approach should simplify many aspects of the Communications
Network ownership due to:
TSIT 21
• Consistent Equipment Configuration at each layer
• Consistent performance management at each layer
• Simplified and reduced spares requirements
Employer’s ultimate aim with the above approach is that it should lead to a
Communications Network that easier to manage.
48 port Switch
Feature Requirement
Number of user 10/100/1000baseT port 48 Ports
Number of POE All
Number of Power Supply 2
Number Uplink 2
Stacking Capability Yes
24 port Switch
Feature Requirement
Number of user 10/100/1000baseT port 24 Ports
Number of POE All
Number of Power Supply 2
Number Uplink 2
Stacking Capability Yes
Main Contractor shall estimate the network traffic based on number of port allocated
for each subsystems as indicated earlier.
For the proposed product, Main Contractor shall give the following detail:
• Brand and Model and the quantity
• Number of the card slot available and capacity per slot.
• Switch Fabric Capacity
• Support for input/output queuing
• L2 performance including throughput (full duplex)
• Clustering Support
• Stacking Support
• Stacking Performance
• Rack space Requirements
• Power Consumption and heat dissipation
• Backplane and Fabric capacity of Model proposed.
TSIT 22
2.2.8. Adherence To NMS Standards
The Main Contractor shall ensure the proposed NMS platform is able to support
following standard or any other relevant standard:
• SNMP v1
• SNMP v1
• SNMP v3 (secure SNMP)
• CLI access
• Telnet Access
• Secure Shell (SSH)
• Web based SSL - Secured Socket Layer
• Radius
• TACACS and /or TACACS+ : Terminal Access Control Access Control System
• 802.1x
• TFTP
• Secure TFTP
• Management Access Control List (ACL)
• Ethernet OAM Support
The Main Contractor shall ensure to meet the following standards for the proposed
Access/Core-Distribution switches:
TSIT 23
• Support for Power Back-Up - shall detail how the offer switches can provide the
ability to map certain Camera devices to select PoE ports to allow for selective back up
In the event of above, no supported, Main Contractor shall advise the next step
forward or when that is going to be supported.
TSIT 24
3. DAS (Distributed Antenna System)
The DAS Scope of work is a turnkey solution, with responsibility for fully provisioning
the Distributed Antenna System (DAS) services, including, detailed design,
Procurement, supply, installation, configuration, testing, commissioning and
maintenance.
All detailed engineering, manufacturing, equipment, labor, and permits, together with
all minor and incidental work not specifically mentioned herein, required to satisfactorily
complete the DAS services installation.
Installation of supplied equipment, including all supporting work such as supports for
cable trays and conduits, wall strengthening for racks mounted on walls. Associated
works such as equipment grouting, fixing of inserts, cutouts in walls for cable trays
and conduits, closure of wall openings, chasing in walls for fixing conduits and wall
fixtures, making good of all cutting and patching and plastering of walls.
3.1. General
3.1.1. Introduction
The following abbreviations and technical terms are used in this document:
TSIT 25
EV-DO A complementary data-only service overlay to CDMA 800 using dedicated
frequency carriers
3.1.3. Standards
General
• Materials and standards of workmanship are to fully comply with the standards
noted in this section of the specifications. Where no standard is listed, use an IEC
standard document including subsequent amendments. In particular, and without
limiting the generality of the foregoing, the following standards shall be read in
conjunction with this document and shall be taken as forming part of the requirements
of the specifications
• The DAS works shall provide a full list of the normative standards the design
adheres to.
IEC Codes
• Regulatory and Safety Requirements: The DAS works shall, in addition to local
governing National regulations, comply with applicable provisions of the latest
edition of the following standards, referred to as the “Code”:
o All electric power installations shall comply with IEC and Indian
Standards.
o Electromagnetic compatibility IEC 61000-2-4 and IEE 519.
o Nominal characteristics of all equipment forming part of the electrical
works shall be specified to conform to the relevant International Electro
technical Commission (IEC) Standards and the International Standards
TSIT 26
Organization (ISO).
• In the event of a conflict between any of the referenced codes, the more stringent
requirements shall take precedence.
• The Main Contractor for DAS works shall be responsible for the provision of
complete installation of DAS system in total conformity with the Codes. It is the
responsibility of the Main Contractor to comply with all Code requirements even if the
same is not specifically mentioned in this specification.
• In case the DAS systems proposes part of equipment to be in accordance
with other international standards, then detailed comparison documents including one
original copy (in English – translation to English should be the approved one by the
standard originating committee) of the latest edition of the referred standard (and
related annexes) are to be submitted for the Employers approval. These documents
shall detail discrepancies and advantages it offers.
The scope of in-building 2G cellular service to be provided in the airport therefore shall
make provision, in terms of upgradeability for new operators, for 15 operator networks
as follows:
TSIT 27
3.2.2. Outline Configuration
The following frequency bands are defined for the various services:
• CDMA 800: Uplink: 824-844 MHz/Downlink: 869-889 MHz
• GSM 900: Uplink: 890-915 MHz/Downlink: 935-960 MHz
• GSM 1800: Uplink: 1710-1785 MHz/Downlink: 1805-1880 MHz
• UMTS: Uplink: 1920-1980 MHz/Downlink: 2110-2170 MHz
The principles followed for selection of locations of antennas have been determined as
follows:
• Close proximity to areas of congregation of people (e.g seating areas, meeting
areas, eating areas, lifts, etc).
• Adjacent to Egress Stairwells in order to provide good coverage (e.g.
Fire Service).
• Close to public toilets and other public facilities.
• Close to Passenger Boarding Gates to provide good coverage
• To cover external shadow areas not covered from the main radio site.
TSIT 28
3.2.5. Traffic Considerations
The traffic generated by the cellular networks at the airport is directly related to
the number of people using the airport, inclusive of passengers,
meeter/greeters and airport workers. The volume of airport users at Allahabad is
forecast to grow rapidly over the next two decades. The determining factor for capacity
planning is the peak hour period for the airport as a whole.
Traffic analysis calculations show that the Domestic Terminal total occupancy exhibits
two peak periods, one early morning and one late afternoon.
Each cellular band and/or technology, together with TMR, shall have its own remote
RF unit (RU) housed in the IT room for independent RF band amplification
purposes. The coverage planning for each section of antenna system with its head-
end group of remote RF units shall be based on the following capacity limits for each
deployed band and/or technology.
• GSM 900 40 TRX per RU
• GSM 1800 40 TRX per RU
• CDMA20001x/EV-DO 15 carriers per RU
• UMTS 2100 (W-CDMA) 6 carriers per RU
The radio coverage solution shall provide for the following standard of coverage:
• GSM 900 97% location probability
• GSM 1800 97% location probability
• CDMA2000 97% location probability
• UMTS 2100 97% location probability
3.2.7. Sectorisation
Cellular operators may require wide area coverage outside of the airport terminal
buildings. The proposed new central radio site will facilitate this, especially for new
operators. In implementing a site of this nature within the overall network plan of the
operator, it is very probable that the operators will require a 3 sector BTS configuration
in order to facilitate frequency reuse. It is assumed that separate carriers connected to
external antennas will be provisioned by the operators to handle this external traffic
with a separate set of carriers feeding the DAS.
For the terminal buildings, the GSM operators for one will require sectorisation within
the building. Sectors will be based on logical divisions e.g. one sector for
Departures level second sector for Gate areas and Retail area and Level -1 arrival ,
this is just sectorisation as per the understanding , this will be designed as suggested
by the Main Contractor for final design submissions. To provide continuous coverage
on one sector it will be necessary for several IT rooms and associated equipment to be
connected together in parallel to form one sector.
The Distributed Antenna System (DAS) shall provide pervasive radio coverage for both
voice and data services for the previously defined technologies within the coverage
areas specified. The probability of meeting or exceeding the minimum standard
specified for each service shall be at least 90% of the time.
The system shall be able to meet the following minimum requirements within the
coverage areas specified:
• Voice communication for all services
• GSM EDGE data transmission @ 44.8 kbps
• CDMA2000 EV-DO data transmission @ 1.84 Mbps (downlink)
• HSDPA/UMTS data transmission @ 7.2 Mbps (downlink)
The following indicative Carrier-to-Interference-and-Noise-Ratio (CINR) shall be met
for the respective cellular technologies. Suppliers are free to propose modified
parameters for meeting equivalent performance and shall justify the use thereof.
Technology Service CINR
GSM EDGE-MCS7-44.8kbps 23.5 Db
CDMA EV-DO-DL-1843200 8 dB
UMTS HSDPA-DL-7.2M (QA-1/2- 6 dB
15)
• The RF distribution system for distributing the combined RF signal from all services to
the common antenna system shall be based on Hybrid DAS or Active DAS
technology. The architecture of the system shall consist of a Master Distribution Unit
(MDU) to be housed at the central radio site and multiple Remote Distribution Units
(RDU’s) housed in the IT rooms of the airport buildings. In some areas of IT room
does not exist, the equipment shall be capable of being mounted ergonomically in low-
depth wall-mount cabinets.
• The MDU shall be capable of being connected to multiple RDU’s (minimum 4
per MDU) using a single pair of fibre optic cables per RDU. The supplier shall state the
maximum number of RDU’s capable of being connected to a MDU.
• The components of the RF distribution system shall conform to the following
minimum standards:
o EMC: ETSI EN 301-489/1 o GSM 900 RF: ETSI EN
300-609-4 o GSM 1800 RF: ETSI EN 300-604-4
o UMTS 2100 RF: ETSI EN 301-908-11
3.2.9.1. The MDU shall have different versions for operating in specific frequency bands
as below and be capable of transporting all standard GSM, cdma2000, and umts
TSIT 30
without any degradation:
For a hybrid DAS solution, the RF coax feeder cable connecting the RDU’s to the
antennas shall conform to the following technical characteristics:
½” Co-Axial Cable
Cable type: Foam-dielectric, corrugated or equivalent
Size: 1/2”
Inner Conductor Material Copper-clad aluminium Outer Conductor Material Annularly
TSIT 32
corrugated copper Attenuation: <11 dB @ 2100 MHz Minimum Bending
Radius 3” (70mm) – single bend Impedance: 50 ohm
RF Connectors: N type
7/8” Co-Axial Cable
Cable type: Foam-dielectric, corrugated or equivalent
Size: 7/8”
Inner Conductor Material Copper-clad aluminium Outer Conductor Material Annularly
corrugated copper Attenuation: <8 dB @ 2100 MHz Minimum Bending
Radius 250mm – single bend Impedance: 50 ohm
RF Connectors: N type
Horizontal cable runs shall be installed in primary cable trays with shortest
distance to the antenna. The cable spurs from the primary cable tray to the antenna
shall be housed in flexible HDPE steel armour conduit or similar and sealed at both
ends to prevent rodent attack. Cables shall be labelled at both ends with an identifier,
in accordance with TIA 606A, that locates its termination point in the appropriate IT
room. Labels must be laser printed made from a bright-coloured low- profile heat-
resistant polyester secured around the cable and large enough to be located and
easily read by technicians in low-light ceiling conditions.
3.2.9.5.5. Combiners/Splitter
For a hybrid DAS solution, the Combiners/Splitter connecting the Co- Axial Cabling
to the antennas shall conform to the following technical characteristics
Directional Couplers
Frequency Range 800-2500 MHz
Directivity > 20 dB Return loss > 20
dB Impedance 50 Ω Connector N-F
Temperature Range -30° to +70° Two Way
Splitter
Frequency Range 800-2500 MHz
Split loss < 3.5 dB
Insertion loss < 3.5 dB Impedance 50 Ω
Connector N-F Temperature Range -30°
to +70°
The system proposed shall have integral network management facilities to facilitate
the software-controlled configuration, monitoring and fault reporting of the DAS system
from remote PC network terminals. PC network management terminals shall be
provided at the central radio site and a Network Operations Centre to be specified and
will connect to the airport-provided IP network via provisioned data points at the
respective locations. The PC operator interface shall be user-friendly, GUI-based and
provide comprehensive parameter monitoring.
The system shall have the following facilities preferably:
• Configuration:
o Frequency configuration
o Element RF power adjustment
o System gain adjustment
o Automated system calibration
o In-built RF switch matrix to enable flexible switching of services
(desirable not mandatory)
• Fault Management
o Excessive cable length
o Antenna or cable fault
o Amplifier malfunction
o Fault localization (e.g. optical fibre cable)
o SNMP gateway for communication with central Network Management
System (NMS)
• Administration
o Database logging of alarm events
o Report generation
o Web-based GUI for remote access
o Security levels and password protection for authorized access for
different user function levels (e.g. administrator, senior engineer, technician,
etc)
• Availability of the overall system shall be at least 99.99 percent (53 minutes
maximum downtime per year)
3.3. Interface Requirements
The Main Contractor shall provide as part of the DAS solution the necessary
combining equipment to combine several operators’ BTS equipment in a particular
band (e.g. GSM 1800) into the respective MDU’s for that band. Should provide point Of
Interface for interfacing DAS with Operator’s Base Terminal Stations. It is foreseen that
several MDU’s will be required to provide coverage of the whole airport. The DAS
solution shall have enough signal margin after combining losses to enable several
BTS’s to be combined into several MDU’s without any degradation in signal.
Interface coax cable connectors shall be N-type, 50 ohm.
TSIT 34
3.3.2. Fibre Optic Interface
• This part of the specification sets out the requirements for the installation,
testing, commissioning and maintenance of the DAS and the training to be provided for
the DAS Systems as part of the Scope of Works.
• Shall be responsible for the supply and installation of all material, equipment
and fixings and all necessary cable trays and conduits, control and power cabling
to ensure the full operation and control of the DAS and components as specified.
• Shall carry out all the handling, unloading and installation of the DAS system and
equipment, testing and commissioning thereof.
• Shall be installed to operate satisfactorily in the environment and conditions
indicated in the specifications.
• Installer qualifications: The Main Contractor shall engage experienced installers who
have completed DAS system installations similar in material, design, and extent to that
required for this project and with a record of successful in service performance.
• Submittals shall be preceded by a written approval of the Employer .The
Employer reserves the right to accept or reject such proposal.
The DAS Main Contractor shall arrange for the timely conduct of essential
activities and delivery of built-in items at the interfaces with other packages and
building civil works including, but not limited to:
• Site surveys measurements to verify and confirm the setting out of the built-in items
of the contract Works, including the physical interfaces;
TSIT 35
• Setting out details for openings, penetrations, in-screed conduits, layouts, etc.;
• Supplying cast - in – place for insert plates, conduits, floor boxes, etc.
• Provide centre line of doors for other systems to carry out cladding finishing work.
• Prior to beginning installation of equipment, the Main Contractor shall examine work
areas including all ceiling structures, primary cable tray routes and secondary
conduit Verify that no irregularities exist, which affect execution of work specified.
• Shall not proceed with installation until work in place conforms to project requirements.
Shall prepare an installation work plan for each stage of the Works detailing as a
minimum the following:
• The locations of all antennas plus mounting arrangements and materials, with any
variances to original agreed design clearly specified, if not already approved.
• The proposed cable routes to be installed plus the requirements for any secondary
spur conduit to each antenna location
• The dates and timescale for each stage plus the latest dates by which works by
others have to be completed.
3.5.3.1. Installation
TSIT 36
• Install all equipment in accordance with DAS manufacturer’s instructions and
recommendations for installation work, referenced Codes,
specification and approved submittals.
• Set DAS are true to line and level, properly supported, and anchored to building
structure. Use established benchmarks, lines, and levels to ensure dimensional
coordination of the Work.
• Repair damaged finishes so that no evidence remains of correction work.Return
items that cannot be refinished in the field back to the workshop, make required
repairs and refinish entire unit, or provide new units as required.
• Assembly: Equipment, is as far as possible, to be factory assembled, wired and
tested. Site work is to be limited to installation and assembly of parts dismantled at
factory for transportation, or otherwise to work not possible at factory.
• Workmanship: Carry out work in a neat, workmanlike and efficient manner in
accordance with the specified requirements. Installation shall be performed by skilled
personnel, specialized in DAS installation, who are in the permanent employment of the
manufacturer.
• Supply, installation and dismantling of scaffoldings, platforms, safety barricades &
all related items approved by safety dept. safe working planning require for installation
work.
• Install all equipment so it may be easily removed for maintenance and repair.
• Install all equipment for ease of maintenance.
• Install all equipment to afford maximum accessibility, safety, and continuity of
operation.
• Coordination: Coordinate equipment installations with the building construction
to prevent alteration to structure and cutting of holes and chases after equipment
installation has started.
• Painting: Protect unfinished metal work by painting, unless technically undesirable.
Remove oil, grease, scale, and other foreign matter from the following equipment.
Painting is to include thorough cleaning of metal, application of rust inhibiting prime
coat and two finishing coats of approved enamel.
o All exposed equipment and metal work installed as part of this work which does not
have architectural finish.
• Fire Protection: Coordinate installations with other electro mechanical works, for
provision of fire/smoke detection and fire fighting systems. Moreover, ensure all
penetrations are fire stopped, in accordance with national and international fire
standard norms.
• Carry out all builders’ work necessarily required in connection with installation of
DAS system, including but not limited to forming or cutting chases, rebates, fixing of
insert plate and lifting hooks, grouting, supports, steelwork, scaffolding etc. Provide
convenience power, lighting and other services required from assigned terminal
points to carry out construction work.
• Work at jobsite will be checked by the Employer during the course of installation.
Full cooperation with reviewing personnel is mandatory. Accomplish corrective work as
advised by the Employer required prior to performing further installation.
• Acceptance inspection to be performed by Code Authority, with any corrective
works to be completed by Main Contractor.
3.5.5. Clean Up
TSIT 37
• Keep work areas orderly and free from debris during progress of project, and remove
packaging materials from site on a daily basis to the satisfaction of the Contractor.
Remove all loose materials and filings resulting from work.
3.6.1. General
• Shall be responsible for obtaining all permits, approvals licenses and liaison
required, for the completion of whole of the Works.
• Shall perform all tests required by all regulatory and statutory Authorities and ensure
compliance to Codes through testing.
• Shall mobilize all required resources, such as manpower and machinery, for all testing
and acceptance by the Contractor and endorsement by the Employer’s Representative,
as per the contract.
o Shall ensure that all tools used are properly calibrated in accordance with applicable
standards and to the satisfaction of the Employer.
• The testing and commissioning shall include the following:
o Acceptance testing to demonstrate that the radio coverage performance of the system
meets the performance standards laid down by the specification in terms of the
percentage of locations covered and the freedom from interference.
o The testing shall include, but is not limited to, the following for each of the wireless
technologies implemented:
Signal strength measurements
Carrier-to-Interference-and-Noise Ratios
Intermediation products measurements
Quality measurement
• Shall carry out necessary testing and commissioning to demonstrate the conformity
and the proper performance of the equipment as specified in the Specifications and
with the detailed test plans and procedures described herein.
• All tests shall be conducted within the technical and operational environment
as it will exist after the installation of the equipment at Allahabad Airport.
• The test specification shall include, but is not limited to the following items:
o a detailed description of the tests to be performed;
o a detailed description of the conditions under which the test shall be
conducted and accepted;
o a schedule of actions to be taken in the testing of the various parts of the equipment;
and
o The forms of documentation of the test results.
• The purpose of the tests shall be to demonstrate compliance with all of
the performance and technical specifications set out in the Specifications and with the
requirements set out in the contract.
• Testing shall be carried out in a number of phases, including, but not limited, to:
o Tests during manufacture and Project site Tests
o Commissioning
o Performance Tests
• For each of the above testing phases, the Main Contractor shall provide
the following details:
TSIT 38
o Item to be tested;
o Test to be performed; and
o The proposed date and location of the test
• All tests shall be conducted within the technical and operational
environment as it will exist after the installation of the equipment at the project site.
• The Employer may choose to visit the DAS System manufacturing site(s) to
assess, first hand, the quality assurance procedures. The DAS works scope shall
include in his pricing for up to four personnel from the Employer to visit the
manufacturing sites(s) during production.
• Shall reserve the right to be present at any or all the tests for the purposes of
observation, result verification, obtaining technical information or operator
training.
• Test result reports shall be provided within seven (7) days of any test being
conducted.
• The Quality Plan shall be developed to include the testing and
commissioning specified herein.
• Every step in the overall test plan and test methodology constitutes a hold point
under the Quality Plan.
• Shall supply all necessary labour, material, testing instruments and tools required for
each individual test.
• Shall be responsible for ensuring that all necessary safety precautions are taken prior
to and during each test.
• Shall set up all necessary test apparatus and dismantle the same on completion of
the tests.
• Testing and commissioning to be done with all the available operators of all bands in all
the areas.
• Tests during manufacture and project site tests for materials and equipment
shall be carried out on drive motors, switches and all electrical components.
• Shall not allow an item of equipment to be transported to the site unless it has
successfully completed the Tests during Manufacture.
• Tests during manufacture conducted on equipment shall not relieve the Main
Contractor of its responsibilities to conduct separate testing on the project site as
required in the Specifications.
3.6.4. Commissioning
• Commissioning testing shall include the running of the DAS system and all of its
ancillary equipment, carrying out all necessary adjustments and tuning until the DAS
system and all of its ancillary equipment is ready and suitable for normal starting
and operating under in-service conditions.
• Commissioning shall only commence after Pre-Commissioning has been successfully
completed to the satisfaction of the Contractor.
• Shall simulate all conditions necessary for the proper and representative testing of the
equipment.
• Shall carry out performance tests as per terms and conditions respectively.
• Performance Tests shall be a step in the commissioning handover process for
TSIT 39
the DAS system. This stage of the tests shall establish the fact that the DAS system
have been designed, developed, installed and set to work in accordance with all of the
specified requirements, and that the DAS system is ready in all respects to commence
Operational Readiness and Acceptance Trials, and thus after which
• Shall comply with all the above obligations as per the terms and conditions of
the Contract
• Shall ensure that all material and workmanship of installation for DAS system shall
comply in every respect with this document, shall provide a written manufacturer’s
warranty signed by DAS system manufacturer agreeing to repair, restore, or replace
defective material or workmanship of the DAS system work during the specified
warranty period.
• The warranty includes for the free supply of the engineering manpower, maintenance
labour, all materials including the spare parts, lubricants etc., required for the total
maintenance.
• During the Defects Liability Period, shall perform maintenance in accordance
with requirements indicated in the maintenance section of this document.
3.7.4. Maintenance
Maintenance during the Defects Liability Period:
• Shall, during the Defect Liability Period, provide full maintenance service by skilled
competent employees of the Main Contractor, repair or replacement of worn or
defective components, lubrication, cleaning, and adjusting as required for proper DAS
system operation.
• Provide only parts and supplies as used in the manufacture and installation of
original equipment.
• Spare parts required under this contract shall be included as part of this requirement.
• Include 24 hour per day, 7 day per week emergency call-back service.
TSIT 41
4. WIFI (Wireless Network System)
The Scope compromises the Wi- Fi system for Allahabad airport with terminal
building including conference rooms, meeting rooms, lounges and all VIP areas of the
airport.
The Main Contractor’s scope of work is a turnkey solution, with responsibility for fully,
provisioning the wifi system including detailed design, supply, installation,
configuration, Testing, commissioning. All infra like, cabling will be provided..
This document will describe the details of the IT Networks Wi-Fi systems to be
implemented at Allahabad airport.
• Basic Functionality
o The wireless solution should be based on centralized WLAN
Controller/Switch< with thin AP controller that is responsible for configuration, control,
WIPS/WIDS and management of WLAN solution.
o They should be easy to deploy and manage, with a single point configuration at
the WLAN Controller/WMS.
o The centralized controller and the thin AP should be Wi-Fi certified
o Should have Dual Radio 802.11a/n and 802.11b/g/n radios, provides
High speed data rates up to 300 Mbps each radio.
o Shall provide 3x3 MIMO or higher access points.
o WLAN Controller Should support Load Balancing features.
o WLAN Controller should support resiliency in centralized architecture
through controller clustering with sub second failover.
o The Wireless Access Point should have capability of local switching to guarantee
seamless connectivity to the users.
o All the WLAN components like Controller, Access-Point and Management
Platform should be from the same OEM for ease of deployment, installation and
troubleshooting
• Centralized Controller
o The Central WLAN Controller should have the ability to upgrade by adding licenses
to support 1000 or more AP’s.
o WLAN Controller should support at least 4X10G interface, 2X 1G SFP or
2X 1G RJ45 ports
o Should have LED indicators to indicate the status of activity.
o AP and Controller should communicate in an encrypted tunnel to ensure
end to end security of user information
o WLAN Controller shall support redundant hot swappable power supply.
The equipment offered will continue operate when there is one failure
power supply.
o Should support IPV6 along with IPV4.
o WLAN controller should support Command Line Interface (Console
serial port, telnet, SSHv2)(https),SNMP v1, v2c, v3 & Syslog support
,Remote packet capture ability for advanced troubleshooting.
o WLAN Controller Should provide Mesh capability for Mesh supported
Wireless Access Points.
TSIT 42
o Should support various authentication methods i.e. IEEE 802.1x with multiple EAP
types (TLS, PEAP/MSCHAP, TTLS), MAC, Open ,Wi-Fi WPA2 Enterprise certified.
o Should support Seamless roaming across access points and switches preserve voice
quality
o Should support multicast to deliver multicast packets more efficiently. Should
support Multicast Management: IGMP v1/v2 support and multicast for high-
performance wireless multicast services. Should Support WMM, SVP, and Diff Serv for
voice and multimedia traffic prioritization.
o Should support Self healing, resilient design minimizes service disruption;
neighboring access points should increase their powers dynamically and adjust
channels to compensate for the unexpected outage. APs should support integrated self
healing and self optimizing mechanism to improve air quality and detect RF
interference, indentifying the source to take remedial action itself to protect
performance for mission critical mobility.
o Should Support Seamless Roaming: Enables layer 2 and 3 roaming among all
access points, even those controlled by other WLAN security switches & Fast
Roaming: User authentication information and associated policies are shared with
other switches to minimize delay and jilter while roaming.
o Should support User Load Balancing Continually monitors user load and automatically
redirects new users to alternative APs to deliver the best possible performance.
o Should support location service, which can track asset tags, phones, PDA's note
books etc.
o Should be able to configure per user based bandwidth allocation.
o Should support RF load balancing to reduce network congestion over an
area by distributing client sessions across the AP (access points) with
overlapping coverage in the area.
• High Availability features
o The WLAN Controller should have the ability to provide redundancy support, by
seamless addition of one or more additional WLAN Controller has to form a
CLUSTER.
o Should support the active: active redundancy mode and active: standby mode.
o Should support License Aggregation to allow individual Controller licenses to be
aggregated to a Cluster license
o Should support RF healing in the event of thin AP failure.
o Should support thin-AP load balancing across Controllers in the Cluster
o Should support two firmware images, and two configurations to be
stored.
• Access points features.
o Should have Dual Radio 802.11a/n and 802.11b/g/n radios, Provides
High speed data rates up to 300 Mbps each radio.
`o Should 4 x 4 Mu MIMO with 4 spatial streams on 802.11ac Wave 2 radio technology.
o Indoor APs should have provision for internal antenna.
o Wired Network Ports: One10/100/1000 BASE-TX autosensing (RJ45)
PoE port
One additional SFP port fiber port in outdoor AP for long distance connectivity
requirement.
o Should support IEC: IP67 or IP66 for outdoor deployment
o Outdoor AP can be with internal or external Antenna.
o Should be Self configuration upon installation.
o Should support automatic adjusting to coverage pattern along with
adjacent AP.
o Access Point radio should support the capabilities to provide different radio policies for
TSIT 43
different SSIDs
o Minimum 16 No of SSID per access point.
o Should support Power over Ethernet: IEEE802.3af /IEEE 802.3at compliant to
provide power to access points directly connected to the switch (12.95w or as per
product standard peak during dual radio operation)
o Should support capability of detecting RF interference from other sources based
on the following parameters i.e. RSSI , CIM Channel Interference Measure & Duty
(How often the interfering signal is present)
o Should have automatic interference mitigation for better reliability and performance to
create a self-healing, self-optimizing wireless network Remote troubleshooting for fast
problem resolution and less downtime,Robust security with non-Wi-Fi interference
detection for off-channel rogues ,Policy enforcement with customizable alerts to
prohibit devices that interfere with the network.
o Should adjust power automatically to extend coverage pattern.
4.4. Security
• The WNMS must permit configuration of all the variable settings on the supported
wireless access points. Detail any settings that cannot be configured via the WNMS.
• The WNMS must support configuration of 802.11n, 802.11b, 802.11g,802.11a
and 802.11ac wireless access points.
• The WNMS must support all major configuration protocols, including:
o SNMPv1 o SNMPv2 o SNMPv3 o HTTP
o HTTPs
o Telnet/CLI
o SSH/CLI
• The WNMS must enable configuration changes to be implemented
globally to all access points, to a specified “group” or subset of
TSIT 45
APs, or to an individual AP.
• When configuration changes are applied via the WNMS, the WNMS must validate
that the change has been successfully by pulling back and verifying the complete
configuration from the AP.
• The WNMS must support multiple encryption modes, including:
o WEP
o WEP+802.1x
o LEAP
o LEAP+802.1x
o WPA
o WPA/PSK
• The WNMS must permit different encryption modes to be implemented
on subsets of wireless APs.
• The WNMS must support configuration and monitoring of wireless access points
with two radios. Each radio must be configured independently.
• The WNMS must configure multiple VLANs and SSIDs per wireless access point.
The WNMS must be able to apply all supported encryption modes to any VLAN/SSID.
• The WNMS must be able to apply any configuration change immediately or at a
specified time.
• The WNMS must provide a full audit trail for all configuration changes, including user
and date/time.
4.7. Audit Management & Policy Endorsement
• The WNMS must audit all managed wireless access point to ensure that all
configuration and encryption settings comply with centrally defined policies.
• The WNMS must automatically conduct configuration audits at a variable interval
specified by the network administrator. It must also be possible to disable this option
to reduce network traffic if desired by the network manager.
• The WNMS display an onscreen report specifying the exact AP configuration
settings that do not comply with predefined policies. Provide screen shots.
• The WNMS must automatically “repair” the configuration of any wireless
access points that do not comply with policies.
• The WNMS must provide inventory reports and other information to assist with ISO
27001 compliance.
• The WNMS must continuously display a WLAN „dashboard< with real- time
information on overall wireless network usage, including:
o Managed devices o Connected users o Alerts
o Unauthorized rogue devices
o Cumulative bandwidth usage
• The WNMS must collect, analyses and display both real-time and
historical performance data from every AP, including:
o connected clients
o Bandwidth utilization
o AP make/model
o AP firmware version
All information should be graphically represented. Provide a detailed
explanation of the AP data that are gathered via the WNMS.
• The WNMS must include a user/device „search< function to allow
administrative users to quickly locate any device or user on the network.
• The WNMS must recognize and report client device roaming patterns, including APs
TSIT 46
used, connection time per AP, and failed roaming attempts. The WNMS must
enable the network administrator to specify the time period (# of days) that client
roaming data should be retained.
• The WNMS must collect, analyze and display both real-time and historical
performance data from every connected client, including:
• Bandwidth utilization,
• RF signal quality
• Authentication status/time
• AP roaming patterns
• Connection time and duration
o “First seen/Last seen” date/time
o Username
o MAC address
o IP address
o Device ID
WNMS must provide Centralized Software updates, customized email based triggers and
reports. RF planning, and location tracking of Aps and clients. Should provide details
on visibility on applications and client destinations.
WNMS must be able to provide detailed performance statistics for WLAN equipment
(statistics related with bandwidth, coverage etc.) and also provide graphical details of
WLAN utilization, average data rate, WLAN traffic etc. on a per AP basis
• The WNMS must automatically identify when contiguous APs (including rogue and/or
neighboring APs) are assigned to the same RF channel.
Ability for the system to provide visibility into all 802.11 Wi-Fi channels for the detection
of rogue devices / RF activity occurring between channels .
• The WNMS must support configuration of access point channel and transmission
power settings.
• The WNMS must optimize and automate the selection of RF channels. The WNMS
must display before and after channel maps to enable administrators to review and
approve changes to the RF settings before they are implemented.
• The WNMS must provide real-time data and historical trend reports on 802.11 counters
for RF trouble-shooting (including RF transmission errors, data rates, etc)
• The WNMS must include a graphical wireless site planning tool to assist in the location
and RF configuration wireless APs. Provide details on the site planning tools provided.
• The WNMS must import existing maps in any form (JPEG, CAD, Visio, etc.) to start
the planning process.
• The site planning tool must automatically calculate estimated RF coverage
areas depending on the make/model of access point, antenna type, RF transmission
power, etc.
TSIT 48
point
• Must provide an access point that can dedicate a radio full time to network
diagnostics across the RF and wired network components
• Wireless intrusion prevention system must detect more than 200 unique wireless
network and security threats
• Wireless Intrusion Prevention System must be able to disable a rogue
AP on the wire of any subnet.
• WIPS must be able to capture many data points per minute
per device for storage and forensic review.
• Access Point must support spectrum analysis without any specialized
additional hardware.
• Should have Report Builder for easy report generation
• Should support SNMP trap, Email and Syslog
4.14. Management
TSIT 49
5. IT Cabling
5.1. Codes And Standard: (All Codes And Standards Should Be Mentioned
Latest Revisions)
TSIT 51
• The IT cabling services comprises design, procurement, installation testing and
commissioning for:
o All necessary accessories, equipment and furnishings including; conduit, horizontal
cabling, wall outlets, patch cables, floor outlets, floor boxes, furniture outlets, backbone
cabling; equipment racks, modular angled patch panels, labels and labeling equipment;
o Fiber optic and horizontal copper cabling;
o The horizontal cabling system components consists of modular jacks,
cabling, outlet faceplates, patch cables, disconnection modules, high-
density distribution frames and angled/flat patch panels.
o Equipment Racks, including all PDUs, fans, power cords, side panels brush plates
and cable management, base plates, glands and all associated sundry equipment.
Quantities of Equipment Racks and other devices will be based on total data point
count for all IT services.
o Cable trays/conduits for IT cabling installed within the airport including inside all IT
rooms.
o Galvanized Iron (GI) solid and flexible conduits from the cable trays to the final
termination points, such that cabling is protected throughout from source (equipment
racks) to destination (outlet).
• The installed cabling system will be expected to continue to perform to the Standards
defined in the specification for 25 years, it will be the responsibility of the cabling
Supplier/OEM to get the certification done for the entire airport including the existing
OEM if any.
• All detailed engineering, manufacturing, equipment, labor, and permits, together with
all minor work not specifically mentioned herein, required to satisfactorily complete the
IT cabling services installation.
• Site wiring with associated works such as equipment grouting, fixing of inserts,
cutouts in walls for cable trays and conduits, closure of wall openings, chasing in walls
for fixing conduits and wall fixtures, making good of all cutting and patching and
plastering of walls.
• All exposed metal work including cable trays, trucking conduit and fixing brackets shall
be hot dipped galvanized steel.
• Duct bank works including provision of cabling for different Service Providers
from the nearest point available within airport boundary, Cables to be supplied and
laid by the service providers.
• Provision of carrier room for all the service providers in the IT entrance room for
terminations of the cables including rack allocations.
• Provide and install the Fibre Optic Backbone Cabling connecting each ITC rooms as
indicated in the design layout and ancillary building as indicated in layout.
• The backbone cabling shall provide high-speed physical connectivity between the
networks switches located in the IT rooms.
• The fiber optic backbone cables shall be single mode type with individual core diameter
between 8 and 9.5 microns, and a bandwidth-kilometer performance in excess of
that necessary to support 40Gbps Ethernet communications.
• All fibre optic cabling shall be certified to an equivalent Underwriters Laboratory
Inc. UL® listed, NEC/CSA approved and shall meet the US Federal Communications
Commission (FCC) part 68 requirements. Fibre cabling shall comply with the
Electronic Industries Alliance and Telecommunications Industry Association
ANSI/EIA/TIA-568-C standard
and meet the following minimum performance parameters:
TSIT 53
(a) Centre Wavelength Range 1260 to 1355 nm; 1310 nm nominal
• All outdoor fiber cabling shall be loose-tube and metallic armored-type, grounded at
both ends, and shall be enclosed in fibre duct (yellow corrugated flexible tubing) or
conduit from point of termination to point of termination for maximum mechanical
and environmental protection. Fibre optic cables shall not be exposed for any length
outside of termination racks.
• Provide and install all material required for the assembly and mounting of the
Fibre Optic Termination panels in accordance to the accompanying Contract
Documents and manufacturer's specifications
• All fibre optic backbone cables to be terminated at both ends onto Rack Mountable
Fibre Optic Distribution Panels and complete with the following components:
• High-density fiber patch panels (128 fiber cores in space of 3-4 RU) to be utilized at
the IT Incoming/Entrance Rooms/MCR locations.
• Spools for storing patch cord slack and mechanism to control bend radius of fibers
within equipment racks.
• Fibre Optic Cables shall be terminated using LC 1 meter pigtails
• Pigtails tested to support network transmission speeds up to 10 Gb/s for link lengths
up to 300 meters with an 850nm source per IEEE 802.3ae
10 GbE standard.
• Factory terminated and 100% tested for insertion loss.
• Pass all TIA/EIA-568-B.3 performance requirements
• Insertion loss per connection: 0.10dB typical; 0.30dB maximum
• Provide and install all necessary angled patch panels and patch leads and anything
that is required for proper terminations and installation of the fiber cables.
• During the progress of the works all changes to equipment, services, layouts, wiring
and any other items which may have been incorporated in these works shall be
recorded
• All changes which occur during the construction period shall be recorded and included
on the installation drawings.
• Documented on a cable schedule which shall detail the device location, equipment
connection details, any auxiliary cabling and field cabling including cable markings and
cable type and submit the schedule with both soft and hard copy for approval.
• Every component of the telecommunications infrastructure is to be labeled in an
independent manner so that to have segregation of the different systems very clear
i.e. at the source and destination including Fiber patch cords.
• All Unshielded Twisted Pair cables to be terminated on patch panels and these must all
be sourced from the same manufacturer.
Shall provide network cabling for other system who require connectivity to the building
LAN, shall liaise with other to determine the specifics of interfaces, exactly where and
TSIT 54
how the cabling needs to be routed near and to the other service devices and where
the outlets need to be mounted.
Shall not deliver materials, components and equipment on site until adequate
protected storage facilities are available or for direct installation. All plant and
machinery required for safe unloading and transit movement of the materials shall be
mobilized by the Main Contractor. Shall provide a logistics plan for delivery and
storage of materials on site.
5.8.3. Storage:
• Shall carry out necessary testing and commissioning to demonstrate the conformity
and the proper performance of the equipment as specified in the Specifications and
with the detailed test plans and procedures.
• All tests shall be conducted within the technical and operational environment
as it will exist after the installation of the equipment at Allahabad Airport.
• The test specification shall include, but is not limited to the following items
o a detailed description of the tests to be performed;
o a detailed description of the conditions under which the test shall be
conducted and accepted
o a schedule of actions to be taken in the testing of the various parts of the equipment;
and
o The forms of documentation of the test results.
o The testing shall be carried out in phased manner, like testing during
manufacturing and site tests, pre- commissioning, commissioning,
performance and integration tests.
o Handover documentation shall comprise a complete set of electrical / electronic
circuit wiring drawings including the controller and filed side external wiring drawings
along with all relevant manuals containing full explanations of all functions,
installation reports, test reports, maintenance good practices including all relevant
to the system.
TSIT 55
5.10. Handover Documentation
5.11. Training
• The Main Contractor is required to train the Operating and Maintenance staff prior to
Handover of any of the works for “Beneficial Use”. This shall be conducted on site over
a period of one (2) week
• Shall prepare a training plan for this work and submit to the Contractor for approval 3
months prior to Handover.
• The training courses shall be scheduled in accordance with the overall project
schedule.
TSIT 56
TECHNICAL SPECIFICATIONS
(AIRPORT SYSTEMS)
TABLE OF CONTENTS
S.No. WORK Page No.
TSAS 1
1. TECHNICAL SPECIFICATION/PARAMETERS FOR SCCTV EQUIPMENTS
Sl.No. Description
TSAS 2
Box Camera) or better.
(with indoor dome camera ,motorized zoom & motorized focus ability to be
provided with lens )
iii. Number of Pixels : 1920 X 1080 or better
iv. Resolution: 1080p HD @25 FPS or better
v. Minimum Illumination : B/W: 0.1 Lux or better; Colour: 0.6 Lux or better
vi. CE certified & UL listed
Workstations & Servers within the LAN should be able to access the
recorded video streams. The Storage device shall support simultaneous play
back and recording at full duplex operation.
ii. It shall provide a high quality recording storage and play back of images. It
shall support integration with LAN to provide Centralized Management and
shall operate on Windows/Linux/Unix/OEM OS. Support of user management
for security level control and authentication required. These Storage device
shall have the following features and specifications:
iii. Controller: Dual Active-Active Controllers in failover mode with no single point
of failure
iv. Onboard Cache: 16 GB per Controller (Mirrored)
v. Storage Disk:
i. 10K/ 7.2K rpm SAS/NL-SAS/SATA disk for 45 days
vi. Host Interface: At least four Gigabit Ethernet (IP) ports and four FC ports
vii. HDD type support: SAS/SSD/ NL-SAS/ SATA
viii. Inbuilt RAID Support : RAID- Double Disk failure support/ RAID-6
ix. Network Transport Protocols: TCP/IP
x. Server /Storage should support Protocol (As per solution) (Any One) : CIFS,
NFS, iSCSI, FCP, HTTP/HTTPS, FTP, NTP, SNMP, SMTP, DHCP and DNS.
xi. Power Supply : Hot pluggable Redundant
Power Supply
6.2 TECHNICAL FEATURES:
i. Operating System (OS): Built-in Storage OEM OS, Compatible with MS
Windows/ Linux/ Unix
ii. Storage Management Software: Inbuilt GUI/CLI/ Web Based administration
management software
iii. Rack mountable
iv. Scalability: The offered storage shall be scalable to add additional 50% usable
capacity at site within the same storage.
v. The following information should be provided by the NAS supplier against
each configuration:
vi. Parameter Successful Bidder will indicate required
information against each parameter
vii. Drive type
viii. Drive speed
ix. Drive size
x. RAID group used to
configure
xi. Usable capacity
(Data+parity+ spares)
along with total disks
supported by NAS
TSAS 5
xii. Balance disk space to
configure additional 50%
usable capacity
xiii. Storage System should be provided with:
xiv. No other upgrades should be required for desired scalability except for disk
Arrays enclosures and Disk drives as required.
xv. Once data is stored in Storage, no client/operator should be able to delete or
modify data.
xvi. FC Switches, if required, as part of the solution should be provided as per
system design without any extra cost to AAI.
xvii. If any additional appliance required to provide the NAS capability then the
solution should be in high availability mode and the cache of the same should
be extra.
7
7.1 TECHNICAL FEATURES:
i. Console along with two chairs shall be supplied with wooden (minimum 24
mm thickness) of minimum 2 ½ feet height, width and breadth to
accommodate work station, keyboard and mouse. The console shall be built to
withstand life span of 06 years on normal use, wear and tear.
ii. Fabrication, supply and installation of Console for Control room shall be done
by the bidder firm and shall have the following provisions:
a. Provision to suitably install Workstations.
b. Keyboard, Mouse shall be installed on Console for camera monitoring
and PTZ control.
c. Lockable compartment for keyboard shall be provided.
d. Wooden panel used for Console shall be fire retardant.
e. Space for proper termination of cables shall be provided.
f. Power supply wiring with suitable capacity sockets/ earthing shall be
neatly installed.
8. SPEED DOME CONTROLLER/PTZ CONTROLLER
i Hardware based Speed Dome Controller with each SVMS client position shall
have variable speed joystick, LCD display for programming and it shall be able
to control the speed dome for PAN / TILT / Zoom. It shall also be able to select
any camera on any monitor.
9 KVM SWITCH for 19” Rack:
I. Rack mount 8 port KVM Switch with 17” TFT-LCD monitor, standard keyboard
with track ball, OS independent, rapid rail for easy slide.
10
10.1 GENERAL FEATURES
i. All OFC, Ethernet cables and associated accessories shall be supplied, installed,
tested and commissioned by the bidder.
ii. Category-6 UTP cable and associated accessories such Information Outlet,
Patch Cords, Patch Panel, Terminations, Cable Management Panel, etc. shall
be used for provision of LAN.
iii. All Terminating connectors, line units and accessories for OF cable shall be
TSAS 6
supplied and installed as per site requirements.
iv. All cable incoming and outgoing from any Rack/device shall be appropriately
numbered and marked for easy identification
v. Networking accessories such as Jack/ Patch panel, Mounting rack, face plate,
mounting cord & connecting cables, Information outlets, modules and
connectors etc. as required for the complete network design shall be supplied
and installed by the bidder within the quoted cost.
11. NETWORK SWITCHES
i. All network equipment offered shall be of One OEM.
ii. Ethernet Network shall consist of Layer 3 Core Switches/ Layer 2 Distribution/
Zone Switches in field interconnected in such a manner that there is no single
point of failure.
iii. Layer 3 Switches & POE enabled 24 port Layer 2 Switches shall be supplied
fully populated with required modules, 24 port Jack Panel, 6/9U Rack, suitable
power socket, SM Optic Fibre, Cat-6 patch cords, connectors etc. as required
complete as per specifications.
iv. The Contractor shall get the Network design approved by AAI before
execution.
12 LAYER 3, 24 PORT SFP FIBER PORT, CORE SWITCH HAVING FOLLOWING
CONFIGURATION
TECHNICAL SPECIFICATIONS:
12.1 HARDWARE AND INTERFACE
i. Switch should 1RU with 24 ports with fully populated 16 Nos. of 1 Gbps
Copper port and 8 Nos. Fibre port with 4 Number 10G SFP slot , Jack Panel &
other accessories and 1:1 redundant hot swappable power supply.
ii. Switch should have dual redundant CPU in Active-Active mode or should be a
set of two nos. of switches in active-active redundancy mode.
iii. Switch should be stackable with minimum 48 Gbps of Stacking Bandwidth with
dedicated stacking ports.
iv. Switch should be IPv6 Certified/IPv6 logo ready
v. Switch shall have hot swappable modules and fan modules.
12.2 PERFORMANCE
i. Shall have minimum 12K MAC Address.
ii. Shall have minimum 250 active VLANs.
iii. Shall have minimum 24/48 Gbps switching fabric and minimum 17/35 Mpps
forwarding rate.
12.3 IEEE STANDARDS
i. Should have IEEE Standards of Ethernet: IEEE 802.1D, 802.1s, 802.1w, 802.1x,
802.3ad, 802.3x, 802.1p, 802.1Q, 802.3, 802.3ae, 802.3u, 802.3ab, 802.3z.
12.4 SECURITY
i. Switch should support port security, DHCP snooping, Dynamic ARP inspection,
IP Source guard, BPDU Guard, Spanning tree root guard.
ii. Switch shall have port mirroring/SPAN.
12.5 ROUTING PROTOCOLS
i. Switch should have routing protocol like RIPv1/v2, RIPng, OSPFv2, OSPFv3 and
TSAS 7
VRRPv3 from Day 1 and support for BGPv4.
12.6 MANAGEMENT
i. Shall have Ethernet management port for GUI and console management for
CLI support.
ii. Switch should support AAA using RADIUS/TACACS+.
iii. Switch shall have SSHv2, SNMPv2c, SNMPv3 and NTPv3/NTPv4.
TSAS 8
15 OFC CONNECTORS
15.1 It shall be single mode SC/LC type with push-pull mechanism, fully in
compliance, with latest industry standards. It shall be possible for selection of
wide range of ferrule hole diameter selection.
16 OFC ADAPTORS
16.1 It shall be suitable for single mode SC/LC type fibre cable connectors which
shall be fully in compliance with latest industry standard. It shall be with
snap/latch mechanism.
17 OFC PATCH CORDS
17.1 It shall be suitable for single mode SC type fibre cable connectors with plastic
moulded plug type connectors. Standard ceramic ferrules shall be used. It shall
be compact and easy to connect.
18 PATCH CORDS
i. Push & pull design with latch.
ii. Shall be wired straight through.
iii. Bend relief compliant boots to ensure proper Cat 6 performance.
19 PATCH PANEL
i. Conform to EIA standards.
ii. Have Port identification numbers on both front and rear of the panel.
20
20.1 TECHNICAL FEATURES:
i. Equipment rack (standard 19") fully wired for housing Central Switches,
Servers, NTP Server, Network Attached Storage, KVM Switch with integrated
17” Monitor etc.
ii. All the Servers shall be installed in 19” 40/42U Rack with OEM Rack Mounting
Kit(s).
iii. Wiring shall be neatly done with suitable cable manager.
iv. Power supply wiring with suitable capacity sockets and proper Earthing shall
be neatly installed.
v. Rack shall include all required parts/accessories to install all
devices/equipment. It shall have front and rear glass/perforated cover with
locks with fans. Rack’s depth shall be sufficient to install all Servers and other
network components and the doors remain closed.
vi. Rack shall be provided with Top-mounted Fan unit (2 or more Fans) for Air
Circulation.
21
21.1 TECHNICAL SPECIFICATIONS:
i. GPS/GLONASS satellite supported L1/L2/L5 Frequency band, Rack Mount
Type, NTP SERVER to maintain and display IP based NTP time across the
network containing L2/L3 switches shall be supplied by the bidder. NTP server
shall act as a master clock with accuracy better than 50 ms in the network to
which other clients shall interconnect over the network using NTP client
software on Windows or Linux OS and synchronize periodically. It shall provide
diagnostic and status ports/ indications for automatic/ manual intervention.
TSAS 9
ii. The GPS NTP Server shall be equipped with two independent network
interfaces (10/100/1000 Mbps Ports).
21.2 TECHNICAL FEATURES:
i. NTP Server shall support all the required networking protocols.
ii. SNMP v3 support for status and configuration and SNMP Trap messages.
iii. The GPS NTP Server shall be supplied and configured by bidder, with a GPS
Antenna/Converter Unit and standard RG58 coaxial cable, as per site
requirement.
22 UPS
22.1 Floor Mounted On-Line UPS 1+1 (Three Phase AC Input & single Phase AC
Output) with input/output Isolation Transformer (There shall be nothing
common between input & output connections/leads) and Individual SMF
Battery Bank to provide 30 minutes Battery back-up for each UPS, RS 232
Serial Port or RJ45 with Software for Computer Interface and Redundant
Configuration.
22.2 UPS operation shall be configured in such a way that the failure of one UPS
shall result in total load to be automatically transferred to other UPS of the
cluster.
22.3 TECHNICAL SPECIFICATIONS:
i. General:
UPS shall be free from workmanship defects. The Equipment shall be
complete with all parts and all parts shall be functional.
By-pass facility shall be provided for maintenance of UPS.
UPS shall supply output power and charging current at the same time.
Switching device shall be IGBT
Digital Signal Processors (DSP) shall be used for all monitoring and control
electronics of UPS.
Switching frequency shall be above 10 KHz and shall be declared in the offer.
ii. Input: 350V-450V, 50 Hz ± 3% Three Phase AC
iii. Output: 230V ± 1% (with alternative setting for 220V ± 1%) 50 ± 0.5Hz, Single
phase. Voltage regulation from no load to full load shall be within ± 1% in both
the cases. UPS shall also have facility for operation in synchronous mode in
which output frequency shall be same as that of mains frequency.
iv. Total harmonics distortion at output: 3% maximum for UPS on resistive load,
if total input harmonics are less than or equal to 10%.
v. Efficiency (at rated output voltage and frequency): Overall efficiency
(minimum): 90%
vi. UPS power factor at rated load: better than 0.8 lagging or better.
vii. Over load: UPS shall withstand 20% overload for 1 minute and 50% over load
for 30 seconds.
22.5 TECHNICAL FEATURES:
i. Protections: Following protection shall be provided in UPS:
a. Over voltage, short circuit, and overload at UPS output terminal.
b. Under voltage at battery terminal.
c. Overshoot and undershoot shall not be greater than 4% of rated voltage
TSAS 10
for duration of 40m sec. (maximum)
ii. Indicators:
a. Following indicators shall be provided:
(i) Mains presence.
(ii) Battery charging and discharging
(iii) Output overload
(iv) Low battery voltage.
b. Digital Display shall be provided for monitoring the following parameters in
UPS:
(i) Input AC voltage.
(ii) Output AC Voltage, current and frequency
(iii) Battery voltage and current.
iii. Battery bank:
UPS shall be supplied with SMF VRLA battery only.
Bidders shall declare battery AH capacity, battery voltage, number of batteries
of each rating, make and model of batteries offered with each item of UPS.
The UPS shall be complete with Trolley for battery bank and the firm shall also
connect the batteries with UPS and commission the same.
Minimum AH rating of battery bank with suitable rack for the duration of back
up time shall be as detailed below:
UPS : Min. 30 minutes back up with Required Nos. of Batteries X 12V X 80
AH or higher
22.6 Testing requirement for UPS:
i. Type Tests: Following shall constitute type test and at least one sample shall
be type tested for each rating with maximum backup time. Type testing shall
be conducted at the premises of the manufacturer in presence of an officer
deputed by AAI:
ii. Visual examination.
iii. Verification of output power and frequency.
iv. Verification of voltage regulation.
v. Verification of efficiency.
vi. Verification of total harmonics distortion.
vii. Verification of overshoot, undershoot limits and over voltage protection.
viii. Verification for insulation resistance, leakage current high voltage. Insulation
resistance should not be less than 100 mega ohms.
23
23.1 TECHNICAL FEATURES:
i. The power distribution panels shall be provided to meet the system
requirement along with UPS. The power distribution panel shall provide MCBs
with proper ratings for all equipment including field equipment like Network
Switches, Cameras, Workstations, and Displays etc. Sufficient numbers of
Loops are required to be made to avoid high current passing in single loop –
one MCB for each loop and one Mains Control Switch.
24 Cables.
24.1 TECHNICAL FEATURES:
TSAS 11
i. All cables used for the project shall be supplied as under:
a) ISO certified reputed cable manufacturer.
b) Confirm to ISI/ISO/IEC/BIS or better standards.
c) Ensure high bandwidth, low attenuation and low losses in signal
quality.
ii. Backbone Network up to Switches (L3 Switches to L2 Switches): OFC
iii. From Switches to each node (L2 Switch to Servers, Workstation, Cameras,
Displays etc.): UTP Cat 6
24.2 CAT 6 UTP CABLE
i. High performance data communication cable for noisy environment.
ii. Suitable for high speed data applications, Gigabit Ethernet.
iii. 4 pairs, easily identifiable colour-striped Outlet:
iv. Termination of 4 pair balanced twisted pair copper cable.
v. Shall be wired straight through.
vi. Rear protective strain relief cap.
24.3 OPTICAL FIBRE CABLE
i. Optic Fibre 6 core, Outdoor, Loose Tube Electrolytic Chromium Coated Steel
(ECCS) Armoured, SMF, 9/125 micron, 1000 Mbps
ii. Core Diameter @ 1310 nm : 9±0.6 micro meter
Cladding Diameter : 125±1.0 micro meter
iii. Max. Attenuation (Cables with fibres)
At 1310 nm : 0.36 dB/km
At 1550 nm : 0.25 dB/km
iv. Secondary Buffer Material : Gel filled Loose Tube
v. Min. Bend Radius : 20x Outer Diameter
vi. Fibre Core: Should be Silica Glass or equivalent
vii. Marking: Identification marking at regular intervals of 1 meter
TSAS 12
vii. Viewing angle: 178°
viii. Brightness: 450 cd/m² or better
ix. Resolution: 1920X1080 or higher pixels
x. System: PAL
xi. Controller: In-built
xii. Operating Voltage: Suitable for single phase AC 180-230 V AC, 50 Hz
xiii. Video Input Ports: Digital Ports: HDMI/ DVI-D; PC – VGA in: 1xD-Sub;
xiv. Thin Bezel design: Screen-to-screen distance
between two neighbouring displays shall be not
be more than 6 mm (left – right sides combine,
top & bottom sides combine).
24.5 LED Display Monitor (Specifications are indicative)
i. Screen Size: 46” (diagonal) or higher
ii. Monitor Type: Industrial/ Professional suitable for 24x7
operation
iii. Back Light: LED
iv. Aspect Ratio: 16:9
v. Resolution: Full HD, 1920 X 1080 pixels or better
vi. Brightness: 450 cd/m2 or better
vii. Contrast Ratio (Native): 2400:1 without IPS/ 1100:1 along with IPS
viii. Viewing angle: 178⁰
ix. System: PAL
x. Operating Voltage : Suitable for single phase AC supply 180-230 V, 50
Hz
xi. Video Input Ports: Digital Ports: HDMI/ DVI-D; /USB Port.
25 POLE
i. GI Pole (Class B) of 4" dia, up to 5 Mtrs. height from ground level with
accessories shall be supplied and installed for mounting of camera.
ii. The pole shall be grouted with MS base plate of size 300 mm x 300 mm x 6
mm under the ground embedded in concrete complete as per site
TSAS 13
requirement. The pole shall have weatherproof junction box where all the
cables shall be terminated. The supply and installation of pole also covers civil
and mechanical works including painting and making good as per finish.
26 EXCAVATION
i. Excavation in Soft/ Hard Soil with the required depth up to 75 cm &
Backfilling, as per specifications:
ii. The contractor is required to dig the earth up to 75 cm. for underground
laying of cables wherever required. The contractor shall resurface the
road/earth same as earlier, as per industry standards with sand cushioning
and Brick protection. Road Cutting with the required depth up to 40 cm &
Backfilling shall be done as per industry standards and making good as per
finish with cement & concrete.
27 EARTHING
i. The system shall be configured to be grounded electrically to a common
ground point to prevent interference to the system from external and internal
sources and to protect equipment and personnel.
ii. Earthing of the System: The contractor firm shall provide the Earthing to each
system separately by making the earth-pit as follows:
iii. Supply and installation of the copper plate - 600x600x3mm
iv. GI (galvanized) pipe of 40 mm diameter is to be used
v. The earth-pit to be dug for a depth of 3.75 mts.
vi. Copper plate is to be properly fastened with nuts and bolts to the copper wire
of size 14SWG. This copper strip/copper wire is laid up to the main distribution
board of the centre.
vii. The copper strip without GI pipe or thick copper wire with GI pipe should be
laid up to the Server Room.
viii. 19 mm GI pipe to be laid for watering purposes. This will have a funnel at the
top of the earth pit chamber.
ix. Minimum 70 Kg. of salt and approx. 100 Kg. of coal are to be filled in the pit, in
layers, after the plate and the pipes are laid in the pit.
x. Measurement the earth resistance at the pit should be less than 2 Ohms.
xi. Standard Chemical Earthing may be provided instead of above-mentioned
Conventional Earthing in case of the rocky soil at site and/or 2 ohms
resistance is not achieved.
xii. Contractor shall ensure proper grounding/Earthing of all system equipment,
cabinets and AC power supply outlet.
28
The bidder firm along with OEM partner firm shall provide following types of
training as detailed below:
28.1 OPERATION, MAINTENANCE AND SYSTEM ADMINISTRATION TRAINING
On the Job operation, maintenance and system administration training of
minimum THREE trainees nominated by AAI, for FIVE working days at site. The
training shall be designed and structured so that on successful completion of
the training the participants shall be able to perform:
a. Basics of SCCTV System.
TSAS 14
b. System setting up and Configuration of offered system from Scratch.
c. Installation procedures for system hardware & software, configuration
recovery, reloading of software drivers/modules of operating system and
application software.
d. Configuration, optimization and alignment of the system with the help of
the documents and software supplied along with the equipment/system.
f. Breakdown maintenance of the system.
g. Fault isolation up to Module level using diagnostic tools and general
purpose test equipment,
h. Preventive maintenance of the system.
28.2 ON THE JOB OPERATORS TRAINING
One batch consisting of around TWELVE Operators for THREE days at
installation site. The bidder firm shall provide appropriate training to
familiarize the operators with the operational features of the equipment so as
to make optimum use of the facility. This training shall include all topics
essential for operations including user defined configurations and controls.
The bidder and OEM firm shall identify the prerequisite for the trainees for
each of the training program. Appropriate training documentation shall be
provided to each trainee as reference and guidance material.
28.3 DOCUMENTATION
TWO SETS EACH OF SOFT COPY AND HARD COPY of Operations, Technical and
Maintenance manual, etc. shall be supplied at each Airport.
All manuals and documents shall be in English language and in such a way that
a qualified engineer/technician is able to fully understand and do the
preventive as well as breakdown maintenance with the help of these manuals.
The Technical and Maintenance manual will cover:
i) General technical description and theory of operation
ii) Block diagram of complete system
iii) Servicing/ Maintenance instructions including preventive maintenance
schedule
iv) Fault analysis and repair
v) Part list with part number
vi) Installation procedures for software, configuration recovery, reloading of
software modules of application software.
vii) Technical & operational manuals
viii) Maintenance manuals
ix) Maintenance and System Administrative procedures.
x) Technical documents required for maintenance and fault finding for each
module of the offered equipment shall be provided.
TSAS 15
FIDS
1.1 GENERAL FEATURES:
i. System shall be capable of supporting various display devices including
but not limited to TFT, LCD, LED Display Board, Intelligent Monitor, etc.
ii. Display clustering: System shall be capable of installing grid of multiple
displays for spreading one page of information on multiple displays. The
grid composition shall be user configurable.
iii. Devices shall be capable of displaying the information in Portrait and
Landscape mode. This shall be user configurable.
iv. The display client software shall be able to handle various graphic formats
including MPEG 2/4, MP4, JPEG, video clips, etc.
v. The displays shall have LED’s to indicate operational status and network
connectivity for easy maintenance.
vi. All the displays shall have IR Remote, controlling basic display functions
such as Brightness, Contrast, Colour Control, etc.
vii. The display shall not have any controls within the reach of the public/or
such controls shall be suitably covered to avoid possible tampering.
viii. Display controller shall be capable of remote monitoring of the displayed
content/ information from the central server & any work station in the
network.
ix. It shall be possible to reset, restart and reboot the intelligent controller &
display monitor remotely on the network.
x. It shall be possible to put the display in standby mode (soft power off)
from the remote (network: server/workstation) or shall have a remote
control to switch the display on or off in a go.
xi. Display monitor shall be provided with cabinet suitable for
industrial/professional 24x7 use with arrangement for Wall and Ceiling
Mount installation with provision for Swivel movement.
xii. Display Monitor cabinet shall be designed for uniform heat
dissipation/removal and shall have mechanism to remove heat from the
cabinet. Heat removal mechanism shall automatically start functioning
when temperatures reach certain threshold levels.
xiii. Suitable wall/ceiling/pedestal mounting shall be provided for Display
Monitors in single or clustered configuration.
TSAS 16
2.
TECHNICAL FEATURES:
2.1 GENERAL FEATURES
a) Application software shall meet requirements specified in this tender
document. Software shall be supplied with license for the complete site
without having any consideration for the number of clients, display, etc.
b) FIDS application shall include appropriate tools and interfaces for control,
configuration, administration and maintenance of FIDS server and FIDS
Database.
c) FIDS software shall have Standard Graphic User Interface for all modules
and shall be fully menu driven. All software tools, configuration windows
shall be windows based and menu driven.
d) The FIDS software shall be an open application using industry standard
interfaces/protocols.
e) The FIDS software shall be able to handle proprietary as well as standard
interface protocols.
f) FIDS Application Software shall have HTML/XML, Text based external
interfaces for database access and control from the Client terminals and
Display devices.
g) Necessary Software tools shall be provided by the bidder for System
Administration, Maintenance, Monitoring and User/Client Operations,
which shall monitor all connected devices and report status of the systems
and all display devices.
h) Grouping of Display Devices in different areas of the terminal building shall
be possible. The system administrator shall configure these groups.
Assignment of relevant flight data to be displayed on different groups shall
be possible.
i) The updated flight information shall be displayed on field display devices
(Display Boards, Monitors, etc.) in real time.
j) The FIDS displays shall access the flight information database using
standard web browsers (such as internet explorer, Firefox, safari, etc.).
k) In case of network outage the client shall show the last updated
information for a configurable period of time. Thereafter, display shall
display a predefined page selected by user.
2.2 RDBMS AND FIDS DATABASE
a) The FIDS Application Software shall be designed to work with industry
standard RDBMS System like MS SQL, Oracle, MySQL, etc. The FIDS
Application Software and the RDBMS shall be installed on the FIDS Servers.
b) The RDBMS shall be supplied with necessary number of client access
license.
c) The Flight Information Database shall be maintained on the Main/Hot
standby servers.
d) FIDS shall comply to push and pull data with AODB on XML/HTML;
SITA/ARINC PREFANS/FANS ACARS based network, ICAO AFTN network,
CUTE system, BHS and NTP Server for time synchronization
TSAS 17
e) FIDS RDBMS shall maintain lookup tables for Airlines/Airports as per
standard IATA Codes.
f) Transaction Log Tables and Archived Transaction Log shall be maintained
on RDBMS Server for all transactions. The Transaction Log Tables records
shall be moved to Achieved Log Tables based on administrator
configurable time parameters.
g) RDBMS shall implement record level locking, to enable updating of a flight
record from only one Server or a Workstation at a time. Suitable WAIT
message shall be displayed to other users trying to access the same record.
h) The database architecture shall be based on the following standards:
1. The flight schedule shall be stored in a seasonal flight table where
every flight record contains the flight frequency, validity period, etc.
2. Each record shall be presented in ICAO and IATA standard
Airport/Airline/Flight Number codes and formats.
3. Each record shall handle not less than eight exceptions on the
schedule, e.g., for public holidays.
4. A flight record shall handle at least four VIAs.
5. A flight record shall handle at least six code share flight numbers.
6. The seasonal flight schedule shall be expanded into an actual flight
table where every flight is one record. The time window for the
expansion shall be configurable.
7. Actual flights which are operated shall be stored in an archive table for
statistics and reports. The record shall be deleted from the actual flight
table according to configurable time parameters.
8. The flight records in the actual and archive flight table shall have a
departure and arrival log; a join to a rotation between the arrival and
departure log shall be possible.
9. The flights origin, destination, VIAs, airline, codes shares, etc. shall be
represented by the appropriate ICAO and IATA codes to be linked to
lookup tables.
10. All flights shall be distinct by flight nature according to IATA flight
nature. The flight nature shall be stored in a lookup table and linked by
the nature code to the flight record.
11. The flight record shall be expandable to any field required by the
airport. Information about the flight shall come from interfaces not
limited to SITA, TEXT, AFTN, Flight Schedule, AODB and Docking System
as made available at airport.
12. The design of FIDS Database and Application Software shall enable the
user to retrieve reports and statistics for historical and actual flights.
13. Administrative terminals, Client Terminals and Data entry terminals
shall access the database using standard web browsers (such as
internet explorer, Firefox, safari, etc.) for functions/ processes:
I. Updating the flight information database;
II. Accessing the flight information database;
III. Configuration and administration of the FID System, Database;
TSAS 18
i) Bidder shall supply all necessary protocols (ICDs - Interconnect Control
Documents), details of database structures with detailed inter-
dependencies, communication protocols of the system at site to enable
integration of FIDS in future with various other third party automation
technologies.
j) The FIDS RDBMS shall maintain a MASTER FLIGHT TABLE (MFT) based on
defined periodicity.
k) ACTUAL FLIGHT TABLE (AFT): From the flight database, the system shall
automatically generate Actual Flight Table containing flights in
chronological order for a user defined time interval (time interval in
multiple of Hours shall be configurable/predefined by user). The AFT shall
be generated automatically by the system on continuous bases. Updating
of the AFT shall also be on continuous basis. The left over flights of the
previous intervals (configurable) and their status shall not be changed and
shall be added on top of the new AFT automatically.
l) Each flight in the actual flight table shall have a traffic type flag not limited
to the following
a. Operational
b. Cancelled
c. Diverted
d. Re-routed
e. Non-operational.
f. Suspended
g. Planning
m) The current flights in the AFT shall be displayed on the display devices
automatically as per the configuration of the display (by the operator
through Software) without any manual intervention of the operator.
n) It shall be possible to manually update any data field of the Flight
Information Data for all the flights in the AFT for the current day by the
operator, and then transmit for displaying on the configured display
devices.
o) System shall permit insertion and deletion of the flights from the AFT.
System shall allow editing the database and updating the same from client
terminal with appropriate access authorizations.
p) EDITING FLIGHT FOR A DAY: FIDS shall be provided with Software Tool to
query the Database for a list of flights for any specific day of the week for
editing. Operator shall have appropriate software interface for editing and
modification of these flights.
q) Data entry on user forms/pages shall be validated for possible logical
errors and accordingly pop-up shall be presented to user indicating
warning along with the help options.
2.3 DISPLAY CONFIGURATION TOOL
i. It shall be possible to schedule such designed templates to the display
devices based on programmed template and timed sequence.
ii. All the parameters in the display configuration tools shall be user
TSAS 19
configurable.
iii. Provision shall be available to configure number of displays into groups to
display same set of information’s.
iv. The Display Configuration tool shall be primarily used to define the entire
Video display network in terms of groups. The display shall be grouped on
the bases of area (such as arrival, departure, etc.), flight types (domestic,
international, etc.), flight operation (arriving, departing flight, etc.),
language, gate type, baggage display, check in counter, etc. Once groups
are made, each group will display the same set of messages in a
synchronized manner.
v. For example, the Arrival Hall may be required to be split into two groups,
namely those that display arrival messages in English and those that
display arrival messages in Hindi. Once this is done using the Display
Configuration Editor, these display monitors will automatically display
arrival messages as per configured language option.
2.4 INDIAN LANGUAGE DICTIONARY
i. The Indian Language Dictionary shall be created and maintained for all
flight information fields.
ii. The Dictionary shall be accessed during flight information display to
provide automatic translation from English to Hindi and one local Indian
language as per site requirement so that Flight Information entered in
English by the operator is automatically translated into Hindi and any
other Indian language script, by the use of this dictionary.
iii. The dictionary shall be editable and it shall have feature for addition
and/or deletion of more words of Hindi and Local Indian Language.
2.5 BAGGAGE CLAIM SOFTWARE MODULE
FIDS software shall have Baggage Claim module, with the following features:
i. Assignment of Baggage Belt Number to a flight.
ii. On changing of flight status to “ARRIVED”, the assigned Baggage Claim
information shall be displayed on the respective Baggage Claim Display
Monitor and Directory Display Monitor.
iii. The data entry from Client Workstation for First Bag and Last Bag shall be
processed with timestamp, updated in database and displayed on
Baggage Claim Display Monitor.
iv. Directory listing of baggage claim facility information shall be available for
Directory Display Monitor.
v. FIDS shall have provision for interfacing with other automatic baggage
handling system for updating FID database of the system.
vi. The Baggage Claim Software Module shall be operated from Client
Workstation by authorized user.
2.6 BOARDING GATE DISPLAY MODULE
FIDS software shall have Boarding Gate Display Module with following
features:
i. Assignment of Gate Number to a Boarding Flight
ii. Next Flight Number to be displayed for Boarding
TSAS 20
iii. Boarding information shall be possible through CUTE System
iv. The Boarding Gate Display Module shall be operated from Client
Workstation by authorized user.
2.7 PAGE/TEMPLATE DESIGN TOOL
i. Page/Template Design Tool shall be provided for designing Screen
Layout for display devices by choosing position of data (Header, Footer,
Flight records, Airline Logo, Time of the Day, Free-form messages,
Ticker/Scroll messages with flight data, etc.), fonts, text attributes
(Regular, Bold, Italics), colour (Foreground, Background), background
image, scrolling (direction, speed), etc.
ii. Page design tool shall be a standard OEM product using GUI (Graphical
User Interface).
iii. Page design tool shall work from the FIDS server and client terminal
connected to the FIDS network.
iv. The access to this module shall be protected by passwords, and
controlled by access level assigned by system administrator.
v. The design tool shall have easy to use Tool bars, Menus, Buttons, etc.
and shall include Search for help on various functions/ capability of the
system.
vi. The page design tool shall have ability to manage graphics, true type
fonts, video clips, and multimedia advertising. It shall permit use of
animation and graphics for displaying flight information and free-form
information pages.
vii. It shall have provision to use different images of common graphic
formats as backgrounds for screen templates.
viii. The page design tool shall support selection and display of multiple
language fonts.
ix. Page design tool shall be provided with predefined screen layouts
(template) with the system, and shall also have capability for designing
new page templates. Any number of such custom made screens shall be
stored and displayed on a specified date and time.
x. Page design tool shall allow user to define page format and design each
page combining fixed and dynamic information.
xi. The software shall also permit creation of free-form pages wherein any
special message or information of the general type can be entered for
selective display on the intelligent display devices.
xii. The Page Design Tool shall be user programmable. Display configuration
shall be done to the extent of user to create and edit display script for
one or many displays, display clocks, blank screens.
xiii. Only System administrator shall be allowed to publish newly designed
pages.
xiv. It shall permit preview of any designed page.
xv. The design tool shall allow the user to construct a display layout
including graphics, true type fonts, video clips to a selection of flight
data.
TSAS 21
xvi. The tool shall have common features used in other design tools, like:
a) Horizontal, Vertical Grid alignment
b) Snap to grid function
c) Copy style function
d) Different layers, bring to front, send to back, etc.
e) Tickers
f) Page carousels.
h) Advanced table functions for summary displays
xvii. It shall be possible to place the Airline logo(s) (Image files in standard
graphics format) on screen at User configurable/selectable specific
positions using the page design tool.
xviii. The system shall display free text information in a scrolling line at
selectable position in the display devices (TFT- LCD/LED, etc.). This
feature shall be user selectable and user configurable.
xix. The module shall allow creating pages for displaying on TV using full
screen and also in scalable window. The page shall be selectable in the
aspect ratio of 4:3, 16:9, 21:9 and free form.
2.8 SECURITY
i. Multi-level password security shall be incorporated for addition, deletion,
modification and update of the database for individual users. This shall be
configurable by the user.
ii. Access to Server Operating System, Database and FIDS Application
Software shall be restricted as per user authorization matrix, with access
passwords.
iii. All the Systems shall be protected by individual user Ids and passwords.
iv. The following access level shall be provided:
a) System administrator or System Manager: System-wide access to
flight records and main schedule for all airlines.
b) Users: Assigned with necessary access rights to create, modify, delete
and add flight data for a specific airline or multiple airlines (as
assigned) from a client work station
v. The system shall maintain transaction log for every event occurring in the
system. A transaction shall be time and user stamped. The log file shall be
maintained & archived for auditing.
vi. The access rights to view, add, delete and update flight data shall be
controlled on data field level.
vii. Dedicated processes monitor the smooth operation of the system. Errors
of individual processes or any event in the system can be configured to
generate a message to be stored in the system log files. The access to
these log files is provided via the system console. Each system message to
be stored in the log files can be individually copied.
2.9 DEVICE MONITORING AND CONTROL
i. This module shall enable user to view status of displays/device connected
to it and shall have access to the devices.
ii. System shall monitor all the devices connected in the network and report
TSAS 22
status of system and display devices.
iii. The modules shall be accessible from main system and also from remote
PC connected to the FIDS network.
iv. The access to this module shall be protected by passwords and controlled
by access level assigned by system administrator.
v. Maintenance Utility shall be able to run from any PC/Client connected to
the FIDS network.
vi. The module shall remotely monitor health of each device connected in
the system through SNMP and view online status of the display devices.
vii. The module shall allow the user to remotely view the display content (i.e.
currently displayed) of the LED/LCD display monitor.
viii. Maintenance shall also enable to remotely view the content transmitted
to the LED Line Display Board/LED Display Board.
ix. Maintenance utility shall enable to remotely control display devices i.e.
switch off, reboot, set device out of service, etc.
x. Licensed Remote Desktop Tool like Netviewer, Gotoassist, Logmein,
Webex, Showmypc, shall be provided for remote access of Clients, Display
Controllers, etc.
2.10 REAL TIME CLOCK FOR DISPLAY DEVICES
i. The page design tool shall fix the clock to be shown in digital form at any
selectable position on the screen. The clock shall have some of the
attributes as for text items such as colour and size.
ii. Clock’s display shall be selectable for display and no display, as per user
requirement.
iii. The clock shall automatically get synchronized with the database server
clock/NTP server. Software provision shall be made in the display
controller to force automatic periodic synchronization, as well as manual
synchronization as and when required by the user.
2.11 AUTOMATIC FLIGHT ANNOUNCEMENT SYSTEM (AFAS) MODULE
i. This software module shall scan the flight information database for valid
announcements, construct announcements, convert announcement text
into voice format/audio signals and send to the appropriate zone of the
PA system for announcing. It shall translate the flight information in to
voice format for automatic announcement on the existing PA system of
the Airport.
ii. The system shall construct announcements, convert in to voice and send
to the appropriate zone for announcing on the PA System.
iii. The system shall select zone of the PA system and send zone selection
signals to the PA system for effecting the announcement in the selected
zone.
iv. To construct voice for announcement, the system shall have the following
technology:
A. Text-to-speech engine to automatically synthesize flight information into
a voice for announcement. The text to speech engine shall have:
a) The voice broadcast shall provision for male and female voice;
TSAS 23
b) Different accents.
c) User shall have option to listen synthesized voice output
d) The above feature shall be user selectable.
OR
B. Pre-recorded voice library for constructing announcements. Pre-
recorded library shall include available list of 2048 airports, 2048
airlines, 4096 flight numbers and combination of existing flight route
details up to 10240 in all three languages (Local, Hindi, and English) in
male and female voices. The system shall allow updating of pre-
recorded library and new voice file shall be added to the library.
v. This system shall translate flight information’s into an audio file to be
scheduled for announcement over Existing PA systems at the airport.
vi. The system shall be interfaced with the existing Public Address system.
Audio output from this system shall be made available as input for the PA
system.
vii. The System shall be built around proven technology such as IVR
technology.
ix. The system shall build words and sentences from an in built Voice Library
as per match with the database.
x. The system shall allow for creating new announcements and updating of
Voice Library of pre-recorded announcements.
xi. Multilingual announcement shall be possible i.e. Hindi, English and one of
the Indian Language as per the requirement of the airport
xii. The system shall provide for the following predefined announcements but
not limited to:
a) Arrival, Arrival Delay, Arrival Cancellation
b) Departure, Departure Delay, Departure Cancellation.
c) Check In Call
d) Boarding Call, Final Call
e) Baggage in hall
f) General announcements.
xiii. Operator shall have control over the following parameters but not limited
to:
a) Voice generation Technology i.e. Text to speech engine or pre-
recorded voice library.
b) Accent, male/female voice in text to speech engine
c) Time of announcement,
d) Time between announcements,
e) Frequency,
f) Repetition rate of announcement
g) Male/female voice in case of synthesized
h) There shall be a provision of fixed announcements to be repeated at
regular intervals.
i) The System shall be able to select zones for announcement
j) The system shall permit to perform flight announcement manually by
TSAS 24
the operator/user.
k) Complete announcement script in all three languages (Local, Hindi,
and English) shall be provided well in advance to AAI for approval,
before recording.
2.12 INTEGRATION WITH OTHER SYSTEMS
The system shall be capable of integrating with the other systems such as:
a) Airport Operational Database (AODB)
b) Departure Control System (DCS)
c) Baggage Handling System (BHS)
d) CUTE System
Integration with other technology/system involved in Airport operation shall
be brought out by the supplier as per tender conditions.
2.13 PUBLIC SUMMARY DISPLAYS
a) CODE SHARE HANDLING
i) The carrier (master) shall be displayed in first line. The carrier is displayed
in one row and all code shared are displayed in rotation (alternatively) in
a second row in alphabetic order.
b) FREE TEXT, PAGING
i) All public displays shall have a free text line for important information.
ii) The free text line shall be displayed on demand (selectable by user) in the
last row of the public display.
c) DISPLAY CLUSTERING
i) If a display in a cluster of displays fails, the system shall detect the failure
and migrate the data to the next display device. i.e. if the 2nd display in a
cluster of 3 fails the more relevant information of the second display shall
move to the 3rd display until the 2nd display is back to operation..
ii) A carousel e.g. between different languages and flight information pages
shall be synchronized
iii) The cluster shall always display the same type of information.
The flight which was previously displayed in the last row shall be
displayed in the first row of the following display in a cluster of displays
A. ARRIVAL SUMMARY
The display shall contain the following:
i) Airline logo
ii) Scheduled time of arrival
iii) Estimated time of arrival
iv) Flight number
v) Origin, via
vi) Remark *
B. DEPARTURE SUMMARY WITH GATE INFORMATION
The display shall display the following information:
i) Airline logo
ii) Scheduled time of departure
iii) Estimated time of departure
iv) Flight number
TSAS 25
v) Destination, via
vi) Gate number
C. REMARKS FIELD SHALL DISPLAY FROM THE FOLLOWING
i) ARRIVAL FLIGHTS
a) On-time
b) Expected hh:mm
c) Delayed hh:mm
d) Landed hh:mm
e) Arrived hh:mm
e) Arrived hh:mm
g) Diverted
ii) DEPARTURE FLIGHTS
a) On-time;
b) Delayed hh:mm;
c) Departed hh:mm;
d) Cancelled;
e) Next Info hh:mm;
f) Gate Open;
g) Boarding;
h) Final Call;
i) Gate Closed;
D. LOCATION RELATED DISPLAYS (CHECK-IN COUNTER, BOARDING
GATE, BELT)
a) The display shall show flight information only if the resource is active.
b) The operator shall be able to open the display on demand, if
allocation time is exceeded due to delays. The operator shall be able
to close the display at any time.
c) If a control device is used at location it shall be password protected.
According to the allocation plan, only the current flight shall be
displayed.
d) CHECK IN COUNTER DISPLAYS
i) The check-in counter display shall switch between common check-in, and
dedicated check-in.
ii) In case the desk is allocated to more than one flight the display shall show
information of all those flights allocated to the check in.
iii) The common check-in counter layout shall show airline or Ground
Handler Logo, Class, and four free configurable Remarks.
iv) According to the allocation, the layout shall display the IATA Colour code.
v) The counter display shall show flight number and logo of the airline, as
well as code share information, destination, Via, Passenger Class.
vi) Free text remark shall be made available as per the operator request.
e) BAGGAGE CLAIM AREA
i) The display will show up to 5 flights only if the flight is on blocks and
allocated to the resource.
ii) Airline Logo, Airline, Code shares, Origin, Scheduled time of arrival, and
TSAS 26
First & Last Bag Time are to be displayed.
iii) The layout shall change automatically according to the number of flights to
be displayed to achieve the maximum character size and legibility from
distance.
iv) The flight shall disappear from the display after a configurable period of
time or after the manual input “last bag” + ‘x’ minutes. The parameter ‘x’
shall be user configurable.
vi) BAGGAGE SUMMARY WITH BELT INFORMATION:
The display shall contain the following:
a) Belt number:
b) Airline logo
c) Origin, via
d) Flight Number
2.14 CLIENT SYSTEM
FIDS Application Software and its component for access control and
configuration of FIDS database as per the requirements specified in the
tender.
The client application shall have standard web browser based/HTML interface
to the FIDS server.
Touch Screen Client Application shall have design to utilize the touchscreen
interface for easy data entry by on-screen keypads.
Any additional software plug in/ module, if required for access, control,
configuration and administration of the FIDs, shall be supplied for use at an
airport site irrespective of number of client/terminals at that site.
3.
The bidder firm along with OEM partner firm shall provide following types of
training as detailed below:
3.1 MAINTENANCE AND SYSTEM ADMINISTRATIVE TRAINING
Maintenance and system administration training of minimum THREE trainees
nominated by AAI, for FIVE working days at site. The training shall be designed
and structured so that on successful completion of the training the
participants shall be able to perform:
a. Basics of DBMS used.
b. System Administration of DBMS used.
c. Icon based and command line interface.
d. System setting up and Configuration of offered system from Scratch.
e. Adding, deleting, restricting of users to system
f. Adding of new displays, third party displays, user terminals & other
components of the system
g. Interconnecting of system functional subcomponents
h. CCA/LRU replacement techniques
i. CCA/LRU level maintenance.
j. Preventive maintenance of the system
k. Basics of icon based or command line commands used
l. Configuration, optimization and alignment of the system with the help of
TSAS 27
the documents and software supplied along with the equipment/system.
m. Fault isolation up to Module/LRU level using diagnostic tools and general
purpose test equipment
n. Taking corrective action by replacing the faulty Module/LRU and
restoring the equipment for normal operation,
o. Installation procedures for system hardware & software, configuration
recovery, reloading of software drivers/modules of operating system and
application software.
p. Performing full, differential, restricted backups and restoration to
partitions as required.
3.2 OPERATIONAL TRAINING
On the Job Operational Training shall be provided for THREE working days to
one batch of SIX to EIGHT Trainees nominated by AAI from AAI, Airlines and
other stake holders. The training shall be designed and structured so that on
successful completion of the training the participants shall be able to perform:
a. Basics of icon based commands used.
b. Understanding system is functional or not.
c. Basic fault/fault log monitoring.
d. Logging into the system.
e. Issue commands to display different shows.
f. Predicting restrictions of users to system.
g. Using of new displays, third party displays, user terminals & other
components of the system
h. Using map depicting Interconnection of system fun
i. Call logging for Preventive maintenance.
j. Assisting System admin in Configuration, optimization and alignment of
the system.
k. Assisting in Fault isolation up to Module/LRU level
l. Assisting in corrective action and restoring the equipment for normal
operation,
m. Changing of different predetermined layouts, etc.
The bidder and OEM firm shall identify the prerequisite for the trainees for
each of the training program. Complete training syllabus shall be submitted by
the bidder in consultation with OEM to AAI before training.
3.3 DOCUMENTATION
Two set each of soft copy and hard copy of Installation, Operations including
theory of operation, Technical Manual, Maintenance manual; Troubleshooting
of the system, procedure for loading of the system and application software,
etc. shall be supplied at site. The Operation, Technical and Maintenance
manual will cover:-
a. General technical description and theory of operation
b. Block diagram description up to LRU level
c. Component level lay out diagram with signal flows
d. Preventive maintenance
e. Fault analysis and repair
TSAS 28
f. Detail circuit diagrams/schematic diagrams
g. Part list & component list with part number
h. Installation procedures for software, configuration recovery, reloading of
software drivers/modules of operating system and application software.
i. Technical & operational manuals
j. Schematic/signal flow/block diagrams
k. Maintenance manuals
l. Maintenance and System Administrative procedures.
m. Operational Training.
n. Technical documents required for maintenance and fault finding for each
module of the offered equipment shall be provided.
o. Integration with other systems: To enable integration of offered system,
interface control document for the systems shall be provided.
4. SERVER
To work as Main & Standby (Set of 2 Servers)
4.1 TECHNICAL SPECIFICATIONS:
i. CPU: 64-bit high performance, 6/8 Core Intel/AMD CPU operating at 2 GHz or
more with 12 MB Cache or more
ii. Memory: 8 GB of DDR RAM or more/better expandable up to 32 GB
iii. Chassis: Rack Mount type
iv. SAS 10K/SATA 7200 rpm hot-swappable Hard Disk in RAID 5 or better
configuration having usable space of 320 GB or more.
v. Hot Swappable redundant power supply.
4.2 TECHNICAL FEATURES:
i. NIC - Dual Integrated 10/100/1000 Mbps ports.
ii. DVD- RW Drive
iii. USB Optical Mouse with scroll, Keyboard shared through KVM switch, USB 2.0
or higher Ports and other Ports as required
iv. Other PCB/Modules/hardware as per system requirements.
v. OS: UNIX/LINUX/Microsoft Windows Server licensed (Latest version).
vi. Licensed Antivirus with update subscription valid till warranty and AMC
period.
5.
5.1 TECHNICAL SPECIFICATIONS:
i. CPU: Intel i7/AMD or better CPU operating at 2 GHz or more with 8MB Cache
or more
ii. RAM: 4GB or more
iii. 7200 rpm Hard Disk having usable space of 500 GB or more
iv. To be mounted in rack.
5.2 TECHNICAL FEATURES:
i. NIC – 2 Nos. of 10/100/1000 Mbps ports
ii. At least 2 x PCI express I/O slots, suitable slot for 3rd party cards as required.
iii. USB 2.0 or higher port: At least 4 USB ports (2 in the front).
TSAS 29
iv. DVD RW Drive
v. OS: UNIX/LINUX/Microsoft Windows Licensed Operating System
vi. Licensed Antivirus client version valid for Warranty & AMC Period.
vii. In addition to the above, the Server for AFAS shall be equipped with:
PA Interface: Professional Two Channel On board Sound Card with
Digital I/O for AFAS Application with Zone Selection
facility for at least 8 Zones.
IVRS Interface: Four port telephone card and one port GSM modem
6.
Client Terminals shall be used to access FIDS Application Software User
Interface for viewing and updating the Flight Information Database.
6.1 TECHNICAL SPECIFICATIONS:
i. CPU: Intel i7/AMD or better CPU operating at 2.4 GHz or more with 8MB
Cache or more
ii. RAM: 8GB or more
iii. Motherboard Chipset: OEM Motherboard
iv. SAS/SATA 7200 rpm Hard Disk having usable space of 500 GB or more
6.2 TECHNICAL FEATURES:
i. NIC – Gigabit Ethernet port
ii. At least 2 x PCI express I/O slots
iii. USB 2.0 or higher port: At least 4 USB ports (2 in the front).
iv. DVD RW Drive
v. USB optical Mouse with scroll and Keyboard
vi. 21” LCD/LED or better monitor.
vii. OS: UNIX/LINUX/Windows Licensed, latest version
viii. Licensed Antivirus valid for client version for Warranty & AMC Period.
ix. Standard Computer table made of combination of steel/MS material along
with top shelf of standard material & size from reputed manufacturer such
as Godrej/ Durlom etc. as approved by Engineer in charge shall be supplied
by the contractor with each Workstation/Client Terminal at equipment room
7.
7.1 GENERAL FEATURES:
i. Devices shall be capable of displaying the information in Portrait and
Landscape mode. This shall be user configurable.
ii. All the displays shall have IR Remote, controlling basic display functions such
as Brightness, Contrast, Colour Control, etc.
iii. It shall be possible to put the display in standby mode (soft power off) from
the remote (network: server/workstation) or shall have a remote control to
switch the display on or off in a go.
iv. Display monitor shall be provided with cabinet suitable for
industrial/professional 24x7 use with arrangement for Wall and Ceiling Mount
installation with provision for Swivel movement.
v. Suitable wall/ceiling/pedestal mounting of Stainless Steel (SS) shall be
provided for Display Monitors in single or clustered configuration, the design
of SS mounting to be approved by Engineer in charge.
TSAS 30
7.2 FIDS LED DISPLAY BOARD
True Colour LED Display Board For Outdoor Installation
7.2.1 TECHNICAL SPECIFICATIONS:
i. Pixel: Pixel Pitch
For 3X2 m2 Board: 10 mm
TSAS 32
A. OPERATIONAL MAINTENANCE DURING WARRANTY PERIOD
S. Description
No.
1.
a. During the Warranty and Defects Liability period, contractor shall provide sufficient
manpower for preventive, corrective maintenance and smooth operation of
equipment and its accessories. During the first One (01) Month of Warranty and
Defects Liability period, contractor shall deploy One competent Maintenance
Engineer at each Airport to attend teething problems, hand holding and
corrective/breakdown maintenance. Failure to deploy competent Maintenance
Engineer at each Airport during the first one month of Warranty and Defects
Liability period shall attract penalty of Rs. 25,000/- per month for each Airport,
which shall be recovered by AAI from contractor’s bill or PBG for the work.
b. The preventive maintenance schedule is to be prepared as per OEM
recommendations and in consultation with the AAI Officer-In-Charge. Preventive
maintenance schedule covering all maintenance activities such as Cleaning of
equipment, Equipment checking, Cable management, Software Management (OS,
Antivirus etc.), Equipment positioning & mount inspection, System performance
(FIDS AND CCTV SYSTEM functionality & monitoring etc.) to be devised in
coordination with AAI Officer-In-Charge.
c. The contractor shall replace any parts, including the supplied software found
defective during Warranty period without any charges whatsoever to AAI. The
services of the contractor or his principals, if required during this period, for such
work shall also be made available without any cost to the Authority.
d. Maintenance during warranty period shall include free replacement of any spares of
the equipment supplied against this work.
e. Any failure (partial or complete) of the system or system related equipment leading
to complete failure of the system shall be considered as failure of the system. In this
regard the decision of AAI Officer In-charge, shall be final & binding.
f. Contractor shall attend the remedial maintenance job immediately on observation/
receipt of complaint. Warranty period of the system, unit wise, shall be extended
by one week per week of serviceability (part of week to be considered as one
week) for each default in case of failure to set right the system to the satisfaction
of the AAI Engineer In-Charge within 48 Hrs. of the lodging of complaint by AAI to
company.
g. The contractor shall replace all the faulty & functionally not acceptable
parts/components/ displays/monitors/ network switches/ servers, as applicable, at
own cost.
h. The contractor shall maintain record of preventive/ breakdown/ corrective
maintenance carried out at site and at his premises, and get it countersigned by AAI
representative during warranty/defect liability period.
i. The contractor shall ensure that performance logs of equipment are logged in at
System Administrator at all the times.
TSAS 33
SPECIFICATIONS OF PA SYSTEM
S. No. Description
(2)
1. POWER REQUIREMENTS
1.1 UPS IN REDUNDANT (1+1) CONFIGURATION
1.1.1 Floor Mounted On-Line UPS 1+1 (Three Phase AC Input & single Phase AC Output) with
input/output Isolation Transformer (There shall be nothing common between input &
output connections/leads) and Individual SMF Battery Bank to provide 30 minutes
Battery back-up for each UPS, RS 232 Serial Port or RJ45 with Software for Computer
Interface and Redundant Configuration.
1.1.2 UPS operation shall be configured in such a way that the failure of one UPS shall
result in total load to be automatically transferred to other UPS of the cluster.
1.1.3 TECHNICAL SPECIFICATIONS:
1. General:
a. UPS shall be free from workmanship defects. The Equipment shall be complete with all
parts and all parts shall be functional.
b. By-pass facility shall be provided for maintenance of UPS.
c. UPS shall supply output power and charging current at the same time.
d. Digital Signal Processors (DSP) shall be used for all monitoring and control electronics of
UPS.
e. Input: 350V-450V, 50 Hz ± 3% Three Phase AC
f. Output: 230V ± 1% (with alternative setting for 220V ± 1%) 50 ± 0.5Hz, Single phase.
Voltage regulation from no load to full load shall be within ± 1% in both the cases.
g. Total harmonics distortion at output: 3% maximum for UPS on resistive load, if total
input harmonics are less than or equal to 10%.
h. Efficiency (at rated output voltage and frequency): Overall efficiency (minimum): 90%
i. UPS power factor at rated load: better than 0.8 lagging or better.
j. Over load: UPS shall withstand 20% overload for 1 minute and 50% over load for 30
seconds.
1.1.4 TECHNICAL FEATURES:
a. Protections: Following protection shall be provided in UPS:
b. Over voltage, short circuit, and overload at UPS output terminal.
c. Under voltage at battery terminal.
1.1.5 Indicators and meters:
a. Following indicators shall be provided:
TSAS 34
b. Mains presence.
c. Battery charging and discharging
d. Output overload
e. Low battery voltage.
f. Digital Panel meter shall be provided for monitoring the following parameters in UPS:
g. Input AC voltage.
h. Output AC Voltage, current and frequency
i. Battery voltage and current.
1.1.6 Battery bank:
a. UPS shall be supplied with SMF VRLA battery only.
b. Bidders shall declare battery AH capacity, battery voltage, number of batteries of each
rating, make and model of batteries offered with each item of UPS.
c. The UPS shall be complete with Trolley for battery bank and the firm shall also connect
the batteries with UPS and commission the same.
d. Minimum AH rating of battery bank with suitable rack for the duration of back up time
shall be as detailed below:
UPS : Min. 30 minutes back up: Nos. Batteries X 12V X 80 AH or higher
1.1.7 Testing requirement for UPS:
a. Type Tests: Following shall constitute type test and at least one sample shall be type
tested for each rating with maximum backup time. Type testing shall be conducted at
the premises of the manufacturer in presence of an officer deputed by AAI:
b. Visual examination.
c. Verification of output power and frequency.
d. Verification of voltage regulation.
e. Verification of efficiency.
f. Verification of total harmonics distortion.
g. Verification of overshoot, undershoot limits and over voltage protection.
1.2 POWER DISTRIBUTION PANEL (PDP)
a. TECHNICAL FEATURES:
b. The power distribution panels shall be provided to meet the system requirement
along with UPS. The power distribution panel shall provide MCBs with proper ratings
for all equipment including field equipment like Network Switches, Cameras,
Workstations, Displays etc. Sufficient number of Loops are required to be made to
avoid high current passing in single loop – one MCB for each loop and one Mains
Control Switch.
2. CABLES
a. TECHNICAL FEATURES:
b. All cables used for the project shall be supplied as under:
ISO certified reputed cable manufacturer.
Confirm to ISI/ISO/IEC/BIS or better standards.
Ensure high bandwidth, low attenuation and low losses in signal quality.
2.1 CAT 6 UTP CABLE
a. High performance data communication cable for noisy environment.
b. Suitable for high speed data applications, Gigabit Ethernet.
c. 4 pairs, easily identifiable colour-striped Outlet:
TSAS 35
d. Termination of 4 pair balanced twisted pair copper cable.
e. Shall be wired straight through.
f. Rear protective strain relief cap.
2.2 OPTICAL FIBRE CABLE
a. Optic Fibre 6 core, SMF, 9/125 micron, 1000 Mbps as per system requirement.
b. Core Diameter @ 1310 nm : 9±0.6 micro meter
Cladding Diameter : 125±1.0 micro meter
c. Max. Attenuation (Cables with fibres)
At 1310 nm : 0.36 dB/km
At 1550 nm : 0.25 dB/km
d. Secondary Buffer Material : Gel filled Loose Tube
e. Min. Bend Radius : 20x Outer Diameter
f. Fibre Core: Should be Silica Glass or equivalent
g. Marking: Identification marking at regular intervals of 1 meter
2.3 Speaker Cable: 1.5 sq.mm. multistrand PVC sheathed Two Core Twin Twisted Speaker
Cable .
2.4 Microphone cable: 0.75 sq.mm. multistrand Two Core shielded microphone cable in
existing conduits/floor channel as per specifications.
2.5 Speaker Cable: Armoured 0.75 sq.mm. multistrand, Two Pair Twin Twisted .
2.6 Power cable: 3 core 1.5 sq mm PVC insulated PVC sheathed copper conductor power
cable .
3. GI POLE FOR MOUNTING SPEAKERS.
a. GI Pole (Class B) of 65MM dia, up to 6 Mtrs. height from ground level with accessories
shall be supplied and installed for mounting of camera.
b. The pole shall be grouted with MS base plate of size 300 mm x 300 mm x 6 mm under
the ground embedded in concrete complete as per site requirement. The pole shall
have weatherproof junction box where all the cables shall be terminated. The supply
and installation of pole also covers civil and mechanical works including painting and
making good as per finish.
4. EXCAVATION IN SOFT/HARD SOIL & ROAD CUTTING
a. Excavation in Soft/ Hard Soil with the required depth up to 75 cm & Backfilling, as per
specifications:
b. The contractor is required to dig the earth up to (W X D) 35 cm. X 75 cm. for
underground laying of cables wherever required. The contractor shall resurface the
road/earth same as earlier, as per industry standards with sand cushioning and Brick
protection. Road Cutting with the required depth up to 40 cm & Backfilling shall be
done as per industry standards and making good as per finish with cement & concrete.
5. EARTHING
a. The system shall be configured to be grounded electrically to a common ground point
to prevent interference to the system from external and internal sources and to protect
equipment and personnel.
b. Earthing of the System: The contractor firm shall provide the Earthing to each system
separately by making the earth-pit as follows:
c. Supply and installation of the copper plate - 600x600x3mm
TSAS 36
d. GI (galvanized) pipe of 40 mm diameter is to be used
e. The earth-pit to be dug for a depth of 3.75 mts.
f. Copper plate is to be properly fastened with nuts and bolts to the copper wire of size
14SWG. This copper strip/copper wire is laid up to the main distribution board of the
centre.
g. The copper strip without GI pipe or thick copper wire with GI pipe should be laid up to
the Server Room.
h. 19 mm GI pipe to be laid for watering purposes. This will have a funnel at the top of the
earth pit chamber.
i. Minimum 70 Kg. of salt and approx. 100 Kg. of coal are to be filled in the pit, in layers,
after the plate and the pipes are laid in the pit.
j. Measurement the earth resistance at the pit should be less than 2 Ohms.
k. Standard Chemical Earthing may be provided instead of above-mentioned
Conventional Earthing in case of the rocky soil at site and/or 2 ohms resistance is not
achieved.
l. Contractor shall ensure proper grounding/Earthing of all system equipment, cabinets
and AC power supply outlet.
1.
1.1 GENERAL REQUIREMENTS
a. Public Address & Car Calling System for proposed ALLAHABAD Airport shall be a
Design based which includes supply, installation, testing and commissioning.
b. The bidders shall submit their quote justifying the quantities and selections of
loudspeaker system and their type (such as Ceiling speakers, wall mounted box
type speakers, Digitally Controlled Line arrays speakers etc.) with Computer
Simulation for the performance of the Audio Equipment selection to meet the
desired target parameters using Mapping of Sound field converge, Speech
Intelligibility, Speech Clarity and Direct Sound to Reverberation ratio.
c. With the development of new technologies beam steering Digital Arrays find
their application in venues for public announcements with high ceiling areas and
the spaces are very large such as airport terminal buildings where speech
intelligibility is difficult to achieve with and conventional line arrays (column
speakers). The acoustical materials in these areas can only be put in the ceilings,
these areas have huge amount of structural glazing with glass on the side walls
causing delayed reflections adding to more problems with conventional column
speakers (Line arrays) if used. Digital Line Arrays having beam steering
technology is able to focus the sound output in to the target directions where it
is needed, delivering significant improvements to speech intelligibility with
limited acoustical treatments in the high ceiling areas.
1.2 INTEGRATION
a. The Technical specifications and functionality requirements are made for Audio
TSAS 37
system integration with Airport Flight Information, Fire Detection system, BMS
system and other systems as per requirement by AAI. These technical
specifications are to be used as guidelines for the bidders to offer similar or
better audio equipment. Some manufacturer’s specifications may have been
taken as an example making technical guidelines for bidders to give their
Submittal. Such examples definitely are non-inclusive.
1.3 SUBMITTAL
a. The Supply & System Integration should be done after performing Computer
simulation and 3D mapping of all the Zones as specified in the tender document.
The name of the software used for this simulation should be clearly mentioned
in the documents submitted by the bidder and a copy of the software used
should also be supplied along with the submittal to enable AAI to examine the
simulation results.
b. After successful completion of the computer simulation as per the parameter
given in the tender document, the bidder shall pack the project and submit the
packed project file (in a CD) created on the simulation software. The bidder shall
use commercially available software to do his 3D computer simulation. The
packed project file should be importable in to the other commercially available
software to evaluate and scrutinize by Airport Authority of India.
c. Alternatively, if the bidder is using a proprietary computer Mapping and
Simulation software of an Audio Equipment manufacturer, it is mandatory that
he will provide a copy of the software in a CD (loadable on Windows latest
version based PC) with his Submittal to analyze and do technical scrutiny by the
Airport Authority of India officials. If the bidder does not meet the above criteria
of the tender requirement his Submittal shall be rejected.
d. The Submittal should be submitted in duplicate with two sets of original
catalogues, drawing and simulation report to AAI for their evaluation. The
system integration line diagram must be submitted with the Submittal. The
work shall commence only after the design/submittal is duly approved by AAI,
meeting the target parameters.
e. The supporting documents with complete technical details for full evaluation of
system shall be submitted.
1.4 Schedule of Finishes usually the Materials used in construction of Terminal
Building are mentioned as under:
a. Area Floor False Wall
Ceiling
b. Arrival Granite Brick wall with plastered & painted. City
side laminated glass
-------
c. Departure Granite Brick wall with plastered & painted. City
------ side laminated glass
d. SHA Vitrified Brick wall with plastered & painted. Air
Tile side laminated glass
------
TSAS 38
e. City side kerb Granite laminated glass
area -------
f. Toilets Vitrified Calcium Brick wall with ceramic tile cladding.
Silicate
*Note: Bidders are requested to visit each site to verify the materials used for
constructions.
2. SCOPE OF WORK
a. The scope of work comprises of selection, Integration, supply, installation,
testing and commissioning of state of the art Public Address (PA) Audio System
with manual and automatic announcement facility as an integral part of the
audio system facility. This system is to be installed in the ALLAHABAD Airport. A
car calling Audio System for the parking area is also to be incorporated with the
PA system.
b. The Audio system for the proposed New Terminal Building should be integrated
using a IP and Microprocessor based Audio processor with public address sound
management system with an objective to allow announcement for the flight
schedules & General Announcements from more than one location having
facility to play music during idle time. The Paging facility also to be provided to
facilitate staff call or car call as may be the case. All announcements should
meet the target criterion of speech Intelligibility with presided by a pleasant
chime.
c. The contractor should integrate the system taking into consideration the
acoustics of building, geometry of space & other technical specifications &
functional requirements given in the tender. The tenderers should use computer
Aided Simulation using 2D and 3D Mapping Techniques to carry out Acoustics
and Electro acoustics simulation and mapping of sound distribution. The
architectural drawings of the spaces shall be issued by the project Architect of
the Airport building.
d. The contractor shall supply, install, test, connect and commission a high quality
fast-acting Public Address, Taxi call and Voice Alarm System complying Industry
standard.
e. The Public Address System shall comprise of Audio Matrix Units, High quality
speakers, Audio rack all mounted on a 19” Rack and fully connected and
integrated to the fire alarm system/FIDS and other systems if required.
f. The DAU shall play background / Foreground music and in case of Fire Alarm /
Paging announcement, the system shall go to full power as programmed to
provide the enough SPL (Sound Pressure Level) levels to comply with the design
criteria.
3. QUALITY ASSURANCE PLAN
3.1 The system shall be installed by competent technicians & workers, approved
by the manufacturer/supplier of the control equipment. The successful
contractor shall furnish a list of workers/ technicians approved by the
manufacturer/ supplier of the system prior to commencement of work.
a. The complete PA system installation shall be in strict accordance with the
International Standards. All system components shall be designed and
TSAS 39
manufactured to the following fault tolerances:
b. All inputs and outputs shall have static and short circuit protection.
c. All system components shall be digitally monitored including and not limited to,
Messages, Amplifiers, and back up amplifiers, Speaker Circuits, Audio Matrix
units, Paging Microphone, Battery Charger and the 230 VAC line. Each amplifier
/ line circuit shall be monitored individually and shall report any faults back to
the Master Audio Matrix Unit as well as the Paging Microphone.
d. The system shall be capable of sending messages automatically to any zone at
any time interval, without affecting the music in the other areas.
e. Each Zone and circuit speaker shall have separate amplifier.
f. In case of any system component failure, the paging microphone shall override
any defective unit and provide paging to the required zone. This Bypass feature
must comply with industrial standards.
g. The System can provide any Cause & Effect programs after integrating with the
Fire Alarm System/FIDS, thus Alert/Evacuate messages can be programmed and
delayed as well as played on any zone / floor as per the Cause & Effect approved
by the Consulting Engineer.
h. The integrated PA system shall cover all normally accessible areas including the
car parks.
i. The system shall be capable of being used for everyday background music and
public announcement duties with the fire alarm initiated emergency
announcements overriding all other facilities.
j. Initiation of voice alarm shall take immediate priority and shall cancel all other
PA operations.
k. The voice alarm system shall be capable of broadcasting pre-recorded
emergency alarm messages and live speech in the event of fire.
l. The systems shall be capable of broadcasting twelve or more different pre-
recorded messages to different zones or group of zones simultaneously
m. Evacuate signal relates to a general evacuation message and alert message
corresponds to standby instructions.
n. In addition a FIRE DRILL, BOMB ALERT, EARTHQUAKE ALERT and an ALL CLEAR
message shall be incorporated into the operation.
o. A fire alarm broadcast signal shall cancel any public address operation and shall
override it.
p. When a fireman’s microphone is operated, this shall override any automatic
voice alarm signal being transmitted to the zone selected. The Alert and
Evacuate pre-recorded messages will be maintained in other zones while live
voice fire announcements are being broadcast to selected loudspeaker zones.
q. All amplifier gain shall be monitored and measured for open, short or earth
faults.
r. Paging any zone shall not interrupt music in other zones.
3.2 The PA system should comprise of the following:
a. Microphones
b. Speakers
TSAS 40
c. Amplifiers
d. Noise sensing microphones
e. Programmable matrix for sound management and control
f. Hard Disk based Multi-channel MP4 player.
g. Rack housing the control system
h. Distribution network / cables
i. Associated equipment if any required for SITC of PA System
j. The equipment racks containing control equipment’s distribution system,
amplifiers etc. should be installed at the designated equipment room in the
terminal building. The announcement consoles shall be placed on the locations
given in the architectural drawings.
3.3 TERMINAL BUILDING PA SYSTEM
a. The Terminal Building PA System for the purpose of announcements should be
divided to Zones as under: -
b. The Terminal Building however should be divided initially in to Zones as given
below but there should be a provision to increase the number of zones
maximum to 12 Zones, if required. The terminal building drawing including
indicating the areas for providing PA system and Car parking drawing, indicating
the area where car calling system has to be provided, are enclosed. The Airport
terminal building for the purpose of announcements to be divided in to Zones as
given below:
Zone - 1: Public Concourse, Curb Area city side
Zone - 2: Check- in and Pre SHA
Zone - 3: Security Hold Area, Bus Lounge and Baggage Make-up area
Zone - 4: Departure, VIP Lounge and Cafeteria
Zone - 5: Arrival, Baggage claim and Break-up area
Zone - 6: Car calling area
c. Note: Please note that in the above Zones wherever the spaces have double or
triple height and with width (throw distance for the loudspeaker) of the space is
> 15 Metres the beam steering Digital Line Arrays with DSP technology with
inbuilt Class D amplifiers must be used. The 3D mapping of the proposed Digital
Line Array by the vendor in the system integration should be possible, that is the
software module file (dll file) should be importable in the mapping software for
the 3D mapping and computer simulation. The 6 dB head room calculation must
be done while selecting the speakers and the amplifier power.
d. In the above zones announcement could be made either individually or to all
zones or simultaneously. Suitable marking should be provided in the
announcement consoles for identifying the Zones. By selection, the user should
be able to transmit announcement to particular Zone in the terminal building
3.4 The Terminal Building PA system should have announcing stations as under:
a. Fire announcement / alarm:1 No. with 1st priority
b. Airport Manager’s office: 1 No. with 2nd priority
c. PA System Control Room : 1 No. with 3rd priority
d. Departure check-in area: 4th priority – only for local announcements
e. SHA & Departure gates: 5th priority - only for local announcements
TSAS 41
f. Arrival Hall: 6th priority - only for local announcements
g. Car parking area: 2 Nos. with equal 7th priority - only for local announcements
h. In addition to the above: the system should have provision for installation and
upgrading new zones and more announcing stations. The system should also
have in-built provision of playing music & manual announcement and pre-
recorded Announcements.
i. Note: Priority should be user programmable.
j. The system should also be able to play different BGM (background music) in
different zones. Normally music should be played through speaker network in all
the selected Zones/ areas. However, the system should automatically override
music of the relevant zone for announcements to be heard. The announcements
should not interrupt BGM (Back Ground Music) in other zones than the ones
being paged. The car call system should have two announcing stations to be
installed in city side curb area. The system, in evacuation mode, should be able
to override all settings and work in a pre-configured setting, including
announcement level. The distribution network in the control room should
receive the input signals from consoles or music input, and processes then
distribute it through speakers Digital Signal Processing techniques should be
used for equalization (RTA) in the halls Noise sensing microphones should be
installed in different locations of the terminal to get noise level data to regulate
the volume in that area automatically and maintain signal to noise ratio about
16dB to 20dB. For announcement purpose microphones should be provided to
ensure maximum isolation from the ambient noise so that the system delivers
highly intelligible announcements and paging.
k. Sufficient number of loudspeakers should be provided to ensure essentially
uniform distribution of sound meeting +/- 3dB uniformity in all the
Passenger/Visitor and staff areas as required. In offices, VIP room, CIP room,
restaurant etc, box speakers with volume control should be used. For car call
system, fully weather proof Speaker speakers should be used. The type of
speakers and locations of speakers, however, should be as per the system
integration done by tenderers to meet system integration requirements and
performance requirements and simulation done and submitted by the bidders.
l. In the equipment room, all speakers and microphones data cables should be
terminated in the main junction box and should be clearly marked with cable
ferrules.
4. DESIGN PARAMETERS AND FUNCTIONALITY REQUIREMENTS
4.1 The public address system should meet the following requirements:
a. The system should be capable of delivering distortion free audio output and
Intelligibility meeting the target criterion of measured Speech Transmission
Index (STI) of minimum 0.5 or more in all the public area where the
announcements are made.
b. The system should allow an undistorted speech reproduction of 75db (peak up
to 97db) SPL at listening level. The system should also provide uniform coverage
within +/-3dB for the entire area of the terminal for the octave band 250Hz to 8
KHz. The frequency response of the PA system should be 125 HZ to 12.5K Hz +/-
1dB for Terminal Building and 500 HZ to 4.5K Hz for Car Call system.
TSAS 42
c. All Data of the System Integration Criterion shall be verified by the AAI Engineer
In-charge. The bidders should use calibrated Acoustical measuring equipment to
satisfy the system integration criterion to the AAI Engineer In-charge as given in
the tender document. The AAI Engineer In-charge would do the technical
assessment of the system integration and all bidders should extend full
cooperation to the AAI technical team. The system should be of programmable
matrix type for sound system management and control having modular
structure for future expansion and up gradation to increase the zones as may be
required. Finishing schedule of terminal building is enclosed for system
integration of Acoustics and Electro acoustics.
d. The offered system should support broadcasting and routing of the digital
announcements by automatic announcement sub-system that is external to the
PA system and should have necessary provision for input as well as processing
the announcements. The system should have appropriate 04 no’s potential free
Analogue and Digital signal inputs for external audio feed.
e. The system architecture should be such that it allows for future expansion at low
cost. The system should be modular for ease of maintenance.
f. The system should be programmable to provide for selection to allow a certain
type of announcement to be routed to a specific zone in the terminal (such as
fire, emergency etc). The system should support minimum two announcement
consoles in the control room/studio and also multiple remote announcement
stations as may be required.
g. The system should support a priority mechanism with various priority levels for
different announcements. The system should have provision for automatically
controlling the volume of announcements in a given area depending upon the
ambient noise level in that area. Suitable noise sensing microphone should be
installed in these areas to sense the ambient noise level prior to the
announcement but minimum 1 noise sensing microphone per 400 Sq. M to be
provided on high ceiling area and 1 microphone per 200 Sq. M in low ceiling
height area. Volume regulation should be automatic for delivering the output of
respective power amplifier depending on the noise sensing microphone input
and maintaining signal to noise ratio 16dB to 20dB.
h. The system should have a provision for playing continuous soft background music
round the clock in all public areas of the airport terminal with music level of 55-
60 dB max value should be maintained. For inviting attention of announcement a
pleasing chime should precede every announcement. The tone of the chime
should be programmable to be different for emergency announcements. The
music should be cut off during the announcements.
i. The PA system should support the broadcasting and routing of the alarm / speech
generated by fire detection and alarm system (an independent system) with
provision for connecting audio line for processing.
j. The level of PA announcement should be uniform at listening level of an adult
person (1.2 M ht. from the floor). The loudness level should be 16dB to 20dB
above the ambient noise for clear and intelligible speech. The measured speech
intelligibility STI (Speech Transmission Index), Should be minimum 0.5 or more
in all the public area where the announcements are made.
TSAS 43
k. The P.A. system integration should take into consideration of the following
parameters. The PA system should work effectively, and while doing P.A. system
integration it should take into account the following:
l. Reverberation time of each zone in the terminal should be measured and the
Electro acoustical adjustments should be carried out to achieve the target
criterion of measured STI 0.5 or more in all the public area where the
announcements are made.
m. The system integration should take in to consideration the height of the ceiling at
various places critical distance and directivity factor of the loudspeaker system.
n. Utilization of the zones as per traffic and distribution of loudspeaker system
respectively.
o. Capacity of amplifiers and the distribution network requirement with maintaining
6dB head room minimum.
p. Peak hour occupancy of the spaces in different areas.
5. The PA system should have the following features:
a. Provision to avoid echo during announcement a suitable feedback suppressor
and audio processor should be used in the system integration as may be required
depending on the analogue or digital interface.
b. Amplifiers to give distortion-free announcements with minimum 6dB headroom.
c. Provision of pink and white noise and test tone generator for testing the system
should be provided to calibrate the system as may be required.
d. Monitoring facility through speaker for individual amplifier output should be
provided.
e. Facility for switching ON and OFF of the music from equipment rack to be given.
f. The control system should have total access matrix, completely programmable
and expandable having several inputs and outputs, each input can be directed to
one or more outputs according to the configuration and the priority levels
defined.
g. The control system is to be of modular structure which can be assembled as per
functions desired and subsequently expanded for future requirements.
h. The control system should be easily configurable and programmable using front
panel controls or through external PC.
i. The system should have facility for selective call for different zones with provision
of avoiding priority conflicts.
j. Automatic pre-recorded announcement system shall be used for general
announcement information in form of prerecorded messages in Hindi, English
and local language. However, there should be provision for manual
announcement. For the manual announcement professional microphones
mounted on the announcement consoles should feed the distribution system
controller. Each announcement console should be provided with zone selection
that should be programmed to route the microphone inputs to one or several
power amplifiers. These amplifiers in turn should feed the loudspeakers located
in the geographical and / or functional zones with background music or
announcements. However, the local announcement consoles installed in the
terminal building should be programmed to automatically route the
TSAS 44
announcements originating from these local announcement consoles to the
corresponding local area only.
k. The offered distribution controller should be equipped with an audio switching
and routing matrix as required. Each of these outputs should be further
distributed to several power amplifiers that drive the loudspeakers located in the
public address zones corresponding to each output. The internal wiring of the
offered distribution system controller should be made installer friendly and
should have provision of interconnections and termination of various units and
sub-units.
l. AGC (automatic gain control) circuit should also form part of the distribution
system controller and should have independent automatic volume control
channels. In environments such as an airport, the background noise level
fluctuates constantly therefore the AGC is must. The circuit should maintain the
SPL at a constant level above the background noise by 16dB to 20dB. It should
work by continuously measuring and adjusting the volume in such a way that the
volume is 16 dB to 20dB above ambient noise level. The noise sensing
microphone positioned in the listening environment concerned (minimum 1
noise sensing microphone per 400 Sq. M to be provided on high ceiling area and
1 microphone per 200 Sq. M in low ceiling height area so that the average of
these microphones is taken for correction of signal to noise ratio) should provide
the input for correction in the controller. The noise senescing microphones
should sample the background noise level and adjust the announcement level.
The noise sensing system should continuously adjust level to maintain the S/N
ratio as specified above.
m. AGC should be provided in all the zones in all the public announcement areas of
the terminal of the terminal building. The distribution system should have
provision to expand AGC channels as may be required for the future expansion of
the zones.
n. There should be individual Volume Control to control the volume in each of the
CIP/VIP lounges, Restaurant and offices.
o. The agency has to provided minimum one active stand by power Amplifier in
each zone.
7.
All materials and equipment shall conform to the relevant Standards and shall
be of the approved make. Deviation, if any will be highlighted by the tendered
at the time of submission of tenders.
7.1 DIGITAL SOUND PROCESSOR OR CONTROLLER (DSP)
a. The control unit is the heart of the public address system. The unit is capable of
routing audio channels, delivering power to the system, fault reporting and
controlling of the system. The audio inputs can be calls from call stations,
background music or local audio inputs. This unit can work either in stand-alone
mode or with a PC connected to it. The PC connected to the network controller
unit shows all status changes in the system with the configuration and diagnostic
& logging software.
TSAS 45
b. The unit can be installed freestanding on a tabletop or mounted in a 19" rack. It
shall have the following functions:
c. There shall be control inputs, which should be freely programmable. These can
be programmed for actions to be done in the system and assigned priorities.
The network controller shall have analog audio line outputs for fire alarm signals,
music sources etc.
The network controller shall have the capability to handle at least 20 levels of
priorities and 20 zones, 12 call stations.
The network controller shall monitor the status of all Zones in the system and
report status changes.
Attention and alarm tone definitions shall be stored in the network controller or
recalled from an external storage device through control ports. These tones can
be accessed by any call stations or control inputs for announcement broadcast or
alarm broadcast.
The network control unit shall have extensive audio processing possibilities for
audio inputs and audio outputs. Parametric equalization, limiter, and gain can be
adjusted with the configuration software.
d. Technical Specifications:
i. Frequency Response: 20 Hz to 20 KHz (+/- 3 dB)
ii. Distortion: <.05% @ 1 KHz
iii. Display: Front LCD/LED Display for Input/ Output/ Fault
Monitoring/Programming
iv. Interface: Ethernet for PC connectivity, Systems connection for call
station/Amplifier on Fibre/ CAT-6.
7.2 POWER AMPLIFIERS
a. The main function of the power amplifier is the amplification of audio signals for
the loudspeakers. It shall be possible to select the output voltages of 70 or 100V.
The power amplifiers are provided with a LCD/ LED display for fault monitoring
and status display. The amplifier should be either single or dual channel amplifier
as per requirement of zone.
b. The Power amplifier should be capable for being monitored from the Central
location in the Control room through Computer software.
c. The equipment can be used as 19" rack mounting.
d. The amplifier monitoring and changeover facility shall be incorporated with the
power amplifier. In case of failure of any working amplifier, the standby amplifier
shall automatically come in the circuit.
e. In each zone, minimum one active standby power Amplifier has to be provided.
f. Technical Specifications
i. Frequency Response: 60 Hz to 18 KHz
ii. S/N Ratio: Line Input/output: ≥ 80 dB at maximum Level
Mic Input/output :≥ 60 dB at maximum Level
iii. Inputs /Outputs: ≥ 2 X Mic/Line Inputs
≥ 4 X Control Inputs (NO/NC Contacts)
Automatic Changeover contacts
TSAS 46
Amplifier Type:
iv. Cross talk: ≤80 dB at Nominal Load at 1 KHz.
v. Distortion at 1 KHz: <0.5% @ 1 KHz
vi. Display: Front LCD/LED Display for status and Fault Display.
vii. Power Wattage (rms): 2x240 W/ 1X500 W (As per requirement)
7.3 AMPLIFIER RACK
a. These shall be standard 19 inch racks used for electronic equipment. The Rack is
consisting of: -
Provision for housing:
• Sub rack for housing additional amplifiers
• Monitor sub racks
• Cooling Fans
• Head set for monitoring
• If required Main/std. by 24VDC sub-rack
• Mains panel with racks
• Required interconnectivity
• All the control equipment and the power amplifiers shall be mounted in
these standard 19” racks. The racks shall be located not less than 750 mm
clear from the wall of the equipment room. If two or more racks are
required, the racks shall be mounted side by side and bolted together.
• Items of the same function shall be grouped together, either vertically or
side by side. All operational controls except the mains on-off switches shall
be symmetrically arranged at a convenient height of not lower than 750 mm
nor higher than 1700 mm from the floor.
All audio inputs and inter-connections shall be made with approved shielded
cable and plug connections. Output connections may be screw terminal type. All
power supply connections (AC & DC) shall be provided with approved plugs. All
inputs, outputs, inter-connections, test points shall be accessible at the rear of
the equipment rack(s) for testing and maintenance. Each item of equipment shall
be readily removable from the rack without disturbing other items and/or
connections. One spare amplifier rack shall be provided on each amplifier rack as
switchable standby to the amplifiers installed in that rack.
7.4 CONTROL PC
a. The control PC shall be used to control, program and Monitor the complete
Digital Public address. Using the control software, it should be possible to
program audio routing, amplifier level, music level, AVC, equalization, Call station
microphone level, Chime tones, pre-recorded message, alarm inputs, define
zone, priority level etc. It shall also be possible to view all systems operational
and alarm/fault events log. The software should show log all announcement
details with time, zone etc., amplifier failure, automatic amplifier standby status,
amplifier overload/short-circuit/ground short, main failure, system restart, call
station error/disconnection etc.
PC Control Software along with Desktop PC of minimum configuration for
complete administration
• Intel Core i7 or better processor,
TSAS 47
• 8GB RAM or higher,
• 500 GB HDD or higher,
• DVD RW,
• 19" LCD Monitor,
• Dual Network Interface Card-10/100/1000 Mbps,
• Keyboard/Mouse,
• Sound card & Speakers
Including all licences of Windows, antivirus etc. valid Upto life time as required.
7.5
7.5.1 DIGITAL CALL STATION
a. The call station is used for making a manual or pre-recorded call to any pre-
assigned zones or executing a predefined action. The call station shall have a
fixed microphone to transmit speech over the network and a press-to-talk key.
Digital Flush Mount/Table-top paging stations (CAT6/ Optical Connectivity) with
keypad, configured for working zone selection facility for local or zonal
announcements along with high quality dynamic/Condenser table stand
Microphone as per schedule.
b. Technical Requirements:
The call station unit should be capable of extending the number of
zones/facilities.
c. • The call station keypad is used in combination with the call station basic unit
for making a manual or pre-recorded announcement to any pre-assigned
zones or executing a predefined action.
• It should be possible to program different priority level for different
announcement call station.
• The call station keypad keys can be programmed for the following actions:
• Control system functions: live speech call, BGM off, BGM volume control.
• Select resources: BGM selection, pre-recorded message selection, attention
and alarm tone selection.
• Zone selection, system control output selection.
• The call station must show BUSY- indication as per priority announcements.
7.5.2 DIGITAL CAR CALL PAGING STATION
a. Digital Car call paging stations (CAT6 Connectivity/Optical Connectivity) shall be
installed on the wall/pillar in Curb Area outside the terminal near entrance/exit
gates.
b. The call station shall have a flush microphone to transmit speech over the
network and a press-to-talk key. The car call station should be equal priority, and
work in FIFO. They should have clear/busy indication for indicating status.
Instructions printed on acrylic sheet (Colour to be decided in with AAI Team) for
use of Car Call shall be, in English & Hindi, supplied with the units for the
installation just above the unit.
8. NOISE SENSING MICROPHONES
a. Noise sensing microphones should be installed in various zones. These noise
sensing microphones should be Omni directional microphones with a support
construction including mounting rod and junction box suitable for mounting on
TSAS 48
the ceiling/wall. The noise sensing microphones should sense the ambient noise
level in the area in which they are installed. The average of this noise level at an
instant just before the announcement is broadcast, should be sampled by the
automatic gain control (AGC) circuit for adjusting the output of its associated
power amplifier in such a manner that the audio output from the corresponding
power amplifier during the announcement is held at 16dB to 20dB above the
ambient noise level in that area as may be required. These sensing microphones
of each area should be connected through shielded microphones cables to the
corresponding AGC circuits installed in control room equipment rack.
9. DVD/ BLUE- RAY MP4 MUSIC PLAYER/PC
a. All music transmitted from MP4 Player will be routed through the Central
Equipment rack to the zone / zones selected.
b. The music system shall support the latest MP3/MP4/WMA/AV1/WMV/DivX etc.
format for playing instrumental music.
c. Music system shall be supplied with Minimum 500 GB Hard Disk with 2 USB port.
d. PC for music system shall minimum configuration as per Control PC (7.4) with 2
USB port and Sound card support the latest MP3/MP4/WMA/AV1/WMV/DivX
etc. format for playing instrumental music.
10.
10.1 CEILING MOUNTED SPEAKERS
Compact ceiling speakers, wide opening angle, with perforated metal grill of
approved color and with the following specifications:
a. TECHNICAL SPECIFICATIONS:
i. Max power: ≥ 9W
ii. Rated Power: ≥ 6W (As per IEC 268-5 PHC Standard)
iii. SPL at 1W/1M @1 Khz: ≥ 89 dB
iv. Frequency Range: Better or equal to 120 Hz – 18 KHz
v. Opening Angle: ≥150 Degree @ 1Khz
vi. Rated Voltage: 100 V
vii. Speaker Size: Min 6”
viii. Dimension(outer): 6 Inches-10 Inches
ix. Speaker shall comply emergency fire evacuation system as per IS/ BS code
10.2 30 WATT WALL MOUNT WEATHER PROOF LOUDSPEAKER FOR KERB AREA
Wall mount Loudspeaker with the following specifications
a. TECHNICAL SPECIFICATIONS:
i. Rated Power: ≥ 30W
ii. SPL at 1W/1M @1 Khz: ≥ 84 dB
iii. Frequency Range: Better or equal to 100 Hz – 18 KHz
TSAS 49
iv. Opening Angle (H x V): Better than 90 X 80 Degrees
v. Rated Voltage: 100 V
vi. Speaker Driver Size(HF/LF): Min 5 Inch
vii. Speaker shall comply emergency fire evacuation system as per IS/ BS code
10.3 50 WATT WALL MOUNT CABINET LOUDSPEAKER
High Output 2-Way wall mount Loudspeaker with the following specifications
a. TECHNICAL SPECIFICATIONS:
i. Rated Power: ≥ 50W
ii. SPL at 1W/1M @1 Khz: ≥ 87 dB
iii. Frequency Range: Better or equal to 90 Hz – 16 KHz
iv. Opening Angle(H Xv ): Better than 90 X 80 Degrees
v. Rated Voltage: 100 V/70 V SWICTHABLE
vi. Speaker Driver Size(HF/LF): Min 5 Inch
vii. Speaker shall comply emergency fire evacuation system as per IS/ BS code
10.4 60 WATT LINE ARRAY COLUMN LOUDSPEAKER
60 Watt Line Array Loudspeaker with narrow vertical angle as per following
Technical specifications
a. TECHNICAL SPECIFICATIONS:
i. Rated Power: ≥ 60 W
ii. SPL at 1W/1M @1 Khz: ≥ 90 dB
iii. Frequency Range: Better or equal to 300 Hz – 15 KHz
iv. Rated Voltage: 100 V/70 V Switchable
v. Length of the speaker: Min 1.0 Meter
vi. Opening Angle (H x V): ≥20 x ≤50 Degree at 1 KHz
vii. Speaker shall comply emergency fire evacuation system as per IS/ BS code
10.5 SOUND PROJECTOR 20 WATTS
Ceiling/Wall mounting Sound Projector for high quality speech and music
reproduction with tough impact resistant enclosure, water & dust protected as
per following Technical specifications.
a. TECHNICAL SPECIFICATIONS:
TSAS 50
i. Rated Power: ≥ 20W ( as per IEC 60268-5 PHC standard)
ii. SPL at 20W/1M @1 Khz: ≥ 90 dB
iii. Frequency Range: Better or equal to 200 Hz – 18 KHz
iv. Opening Angle: ≥ 180 deg/50 deg (at 1 Khz/4 Khz)
v. Rated Voltage: 100 V
vi. Speaker shall comply emergency fire evacuation system as per IS/ BS code
10.6 HORN LOUDSPEAKER
Horn Loudspeaker with excellent speech reproduction and sound distribution,
IP 65 protection as per following Technical specifications
a. TECHNICAL SPECIFICATIONS:
i. Max power: ≥22.5W
ii. Rated Power: ≥ 15 W
iii. SPL at 1W/1 m, 1khz: ≥ 115/100 dB
iv. Frequency Range: Better or equal to 500- 5 Khz
v. Opening Angle: ≥ 90 deg/ 30 deg
vi. Rated Voltage: 100 V
vii. Construction: IP -65, IEC 60529
viii. Speaker shall comply emergency fire evacuation system as per IS/ BS code
10.7 DIGITAL LINE ARRAY SPEAKERS
The Digital Line Arrays shall be column type loudspeaker with multiple drivers
connected individually with inbuilt Class D amplifiers and DSP (digital signal
processing) to control the sound beam vertically. The speaker should be long
through type to cover distance > 15 Metres.
a. TECHNICAL SPECIFICATIONS:
i. Audio beam steering: 25 degree to 60 degrees or better.
ii. Frequency Range: 150Hz – 17KHz or better
iii. Built in multichannel Class D Amplifier and DSP technology for vertical beam
steering, amplifier: > 10/15 Watts per channel
iv. Class D’Amplifier Channel and Loudspeaker drivers > 8 Nos.
11. FUSES IN AC & DC CIRCUITS
a. One set of spares fuses should be provided at a convenient location in the rack.
Empty space in the equipment racks should be covered by blank panels, so that
TSAS 51
the entire front fascia of the rack is occupied by panels. Panels without
perforation should be provided in the top while rear and side Panels will have
ventilation facility with dust filters. The equipment must be able to operate
continuously and satisfactorily, without deterioration in performance, safety
and reliability at temperatures as high as 50 deg C ambient. The racks and
panels should be factory finished with uniform powder coated over
phosphodized MS sheet. Workshop drawing and arrangement of racks and
equipment in the racks should be approved before manufacture and in any
event should be such as to permit ready installation in the space provided.
b. The monitoring panel in the rack should have provision for monitoring any one
of the amplifiers installed in the rack. This panel will form the top most
operation panel in the rack and should consist of a monitor selector module
with a volume control and monitor loudspeaker.
c. The control activation switches used in the rack should have elegantly styled
knobs. Each rack should have power panel at its bottom for distribution of AC
power to various Units. This panel should have facility for two A.C, inputs with
switch selectable & distribution facility for the required number of outputs. The
Panel should also be equipped with an MCB for manual and switching off under
over load conditions, a voltmeter and a pilot lamp. One Ammeter is to be
provided for continuous monitoring of the current drawn by the total system.
Each rack should be provided with a cooling fan on its top panels. The rear
panels of the rack should be in the form of well-ventilated hinged M.S. doors
with a lock and key arrangement.
12. JUNCTION BOXES
a. All the junction boxes should be made of steel and should have the following
features. The Junction Boxes should have rust protected coating. Should have
circular knockouts of suitable both at the top & bottom to permit the cable
entry & should have required no. of steel glands. The glands should have
powder coated finish. The terminal blocks should be of standard quality and
properly fixed inside the junction box for easy maintenance.
13. SPEAKER MAST
a. The mast should be of 6 meters height, 65 mm diameter B-class GI pipe with
proper clamping arrangement to install the speakers in outside/ car parking
area, including 1/5th of mast height should be grouted with MS base plate of
size 300 mm x 300 mm x 6 mm under the ground embedded in concreting
complete with specifications as per site requirement. Suitable numbers of unit
Speakers should be installed as per system integration done by the tenderers.
The mast should have weatherproof junction box where all the armoured
speaker cable should be terminated (from power amplifier and unit Speaker).
Speakers of each column should be driven from each channel suitable output of
power amplifiers. The supply and installation of speaker mast also covers
mounting for the Speakers, civil and mechanical works including double coat
TSAS 52
painting of mast.
14. CABLES
SPEAKER WIRING
Shall be carried out as per direction of Engineer in charge.
The bidder shall carryout 3D and 2 D mapping of all the zones given in this tender
document and while doing the 3D mapping simulation he shall observe the following
terms:
15.1. Name of Software used for this simulation should be submitted in tender.
15.2 The bidder should submit the soft copy of the project simulation mapping packed
project file created on software to evaluate and scrutinize his Submittal.
15.3 If the bidder is using a proprietary Mapping simulation and Modelling software
of an Audio Equipment manufacturer, it is mandatory that he will provide a copy
of the software in a CD to analyze and do technical scrutiny of his Submittal by the
Airport Authority of India.
15.4 Alternatively he should submit the soft copy of the project simulation mapping
packed project file created on a software which is commercially available in the
market so that same can be used for the scrutiny of his submission.
15.5 The packed project file should be compatible and importable in to the other
commercially available software to evaluate and scrutinize his Submittal by the
Airport Authority team.
16. GUIDE LINES FOR THE BIDDER FOR 3D AND 2D MAPPING OF ALL THE ZONES.
16.1. All listening areas to have uniformity of coverage of loudness equal to or better than
+3dB when measured on pink noise at listener ear level (1.2 Meter height) over full
frequency spectrum. The following simulation printouts need to be submitted to
demonstrate the P.A. System Integration.
16.2. The bidder shall construct a 3D model (using acoustics and electro acoustics
simulation software) of the Rooms for all the Zones under investigation and apply
acoustical material on to the walls, ceiling and floor as per the schedule of finishes.
16.3. The proposed Loudspeakers by the bidder to be placed precisely in the 3D model at
X, Y and Z coordinates to achieve the desired target criteria. The firing angle of the
TSAS 53
loudspeaker systems must be adjusted for the public audience area to achieve the
desired results.
16.4. The public audience area must be defined in the 3D model to evaluate the proposed
P.A. system by the bidder.
16.5. Loudspeaker Technical data such as efficiency, directivity factor power rating,
frequency response, sound field coverage to be submitted.
16.6. All equipment technical data sheet along with the original catalogues to be
submitted with the Submittal.
16.7. The tenderer’s are required to submit colored printouts of all the mapping
parameters as given above along with the packed project file in a CD with the
Submittal to analyze his proposed system integration and acceptance by the AAI.
The successful bidder after award of the contract for P.A. System, the bidder shall
submit the Auralization file of all the zones in a CD for acceptance of the sound
quality by the Airport Authority of India.
17.1. Spectrogram of Direct SPL at 85dB at listening plane (1.2M ht.) at frequency band
from 250 Hz to 4 KHz. The sound field coverage should be uniform for the complete
audience area within +3dB.
17.2. Spectrogram of Direct SPL at 85dB with split time of 7 ms (L7) at listening plane
(1.2M ht.) at frequency band from 250 Hz to Three Octave. The sound field coverage
should be uniform for the complete audience area within +3dB.
17.4. Spectrogram of Sound Field Overlap of Speakers at frequency band from 250 Hz to 4
KHz.
17.5. Spectrogram of D/R (direct field and reverb field) Ratio at frequency band from 250
Hz to 4 KHz.
17.6. Spectrogram of RaSTI (Rapid Speech Transmission Index) meeting target criteria of
0.6 or above in all the public area where the announcements are made with ambient
noise level at 60dB at frequency band from 500 Hz to Third Octave.
17.7. Spectrogram of Critical Distance Analysis at frequency band from 250 Hz to 4 KHz
17.8. Spectrogram of D/R ratio with split time of 7ms (C7) at frequency band from 250 Hz
to 4 KHz the sound field coverage should be more than -15 dB for complete audience
area.
TSAS 54
17.9. Spectrogram of Speech Intelligibility at split time 50ms (C50) at frequency band from
250 Hz to 4 KHz and the speech clarity should be – 1.0 dB (-1.0dB) or above.
17.10. Spectrogram of Articulation Loss Analysis for frequency band from 500Hz to Third
Octave should not be more than 7%.
17.12. The packed project files in the CD for evaluation of the Submittal of the bidder in a
CD to be submitted with the Submittal to evaluate and acceptance by AAI.
Noncompliance of the above will lead to rejection of the Submittal of the respective
bidders. The bidder shall also attach the colour printouts of all the mapping
simulation of all the data as given above this is required to evaluate and analyze his
proposed system integration and simulation by the AAI team.
17.13. If the discrepancies are found while scrutinizing the data submitted in the CD and
the printouts his Submittal may be rejected.
The PA system should be integrated so that it delivers all frequencies in the range of
100 Hz to 12.5 KHz + 1 dB. Computer Simulation printouts for Frequency Response
curve at listener location in all the Zones must be submitted.
19. ECHOES
Sound system integrator should ensure that there are no echoes in the Arrival hall,
Departure Hall, concourse, customs, immigration, basement & others areas.
The successful bidder shall carryout several tests to determine the quality and the
performance of the installed sound system. These tests should be carried out in all
the zones of the building using professional measuring test equipment. All the
necessary test equipment required for measuring the various acoustic and
electroacoustic parameters should be arranged by the tenderer and shall not be
provided by Airport Authority. A computerized test report showing the measured
values for the various acoustic parameters in all the zones should be submitted by
the tenderer, failing which the work would not be treated as complete. The different
tests that should be performed by the tenderer to ascertain the audio quality,
intelligibility, function and performance of the system should be as under.
Note: All the tests should be measured in the presence of the AAI Engineer Incharge
and should be carried out to the satisfaction of AAI Engineer Incharge. If necessary
AAI team may ask some additional Electro acoustical measurements to carried out to
evaluate the performance of the audio system installation.
All the above measurements shall be verified by the Airport Authority of India by
their own equipment or third party measurements shall be performed for
verification of acoustical data.
Estimated reverberation Time of the halls shall be 1.5 sec. to 2.0 sec. The tenderers
are required to measure the RT60 (reverberation time) of all the Zones and submit
the following:
21.1 Name, Model Number, calibration certificate & accuracy of the equipment’s used to
measure the RT60 should be submitted in tender.
21.2 Measurement report of the RT-60 measurement to be submitted to the Engineer in
charge.
21.3 The Reverberation Time (RT-60) to be measured at the following frequencies.
125Hz -
250Hz -
500Hz -
1 KHz -
2 KHz -
4 KHz -
8 KHz -
22. Measured data of the STI of all the Zones at 6 (Six) locations in each Zone to be
submitted to AAI as and when the halls are ready.
23. FORMAT FOR SUBMISSION OF SYSTEM INTEGRATION DATA FOR THE SUBMITTAL
Note: The system integration data can be submitted on the separate sheet of papers
covering all the following points.
TSAS 57
2 KHz -
4 KKHz -
8 KHz -
NC (Noise Criteria) Measurements `A’ Weighted of all the halls and submit the
g.
printout with date and time of measurements.
h. STI measurements and submit the printout with date and time of measurements.
This measurement to be carried out for all the Zones and in Each Hall
Speech Transmission Index Measured value
STI at Listener location 1 –
STI at Listener location 2 –
STI at Listener location 3 –
STI at Listener location 4 –
STI at Listener location 5 –
STI at Listener location 6 –
i. Sound Field coverage data to verify +3dB and submit the printout with date and
time of measurements.
j. Distortion test at 6dB headroom at listener level (1.2M ht.) and submit the
printout with date and time of measurements.
k. Signal to noise ratio (S/N) measurements of all the halls and submit the printout
with date and time of measurements.
l. Leq. Measurement for 30 minutes for one hall facing air strip and submit the
report.
TSAS 58
Yes/ No
(AAI committee should match actual sound quality with computer simulated
sample submitted in CD)
p. Whether completion drawings indicating location of various type of speakers,
noise sensing mikes, announcements consoles etc. for PA system in terminal
building & Car Calling system, are submitted
Yes/No
TSAS 59
EPABX
System Specifications
S. N Requirement
Scope of work:
1 The contractor shall provide Server Based IP-EPABX System that shall be
non-blocking and open standard (based on SIP), with Active-Active
Duplicate/Redundant Servers, in load sharing architecture, able to
switchover to other server without disconnecting the call in case of
failure of one server, with 100 IP users expandable to 250 users in a
standard 19"/24U Rack. The system should equipped with the following:
i. 100 Nos. IP User Licenses
ii 72 Nos. Analogue Extensions/Ports.
iii 2 Port E1 ISDN PRI (30 Channel)
iv 8 Nos. CO Trunk Lines
v The offered system should have a valid TEC approval. TEC approval
certificate copies for ISDN connectivity should be enclosed along with
the offer.
vi The TEC Certification should be in the name of the OEM participating in
tender. The TEC Certification should be as per specifications in the name
of the offered model.
vii The equipment quoted by bidder must be SIP compliant.
viii The system should be Server based IP PBX supporting IP and Analog
Extensions.
ix System should be redundant in Active-Active Hot mode.
x The system should support standards-based multi-site networking,
H.323 trunks or advanced networking, to interoperate with other
PABX's, allowing feature transparency.
xi System should be able to provide centralized voicemail with the option
of Distributed centralized voicemail in case of connectivity failure.
xii The system should support BRI/PRI/E1/Analog Trunks.
xiii The system should have in-built dual Ethernet ports of 10/100/1000
Mbps.
xiv The system should support X.21/V.35 WAN Interface.
The system should support internal MOH (Music on Hold), which should
be uploaded using the .Wav file and should have an audio input port for
external MOH connectivity
xv The system should be 19” rack mountable and the suitable rack/racks of
a standard make like President APW and to occupy the entire servers,
switches, etc. Rack should have suitable number of power points in
redundant mode.
xvi Besides the normal Telephony features, the system should support the
TSAS 60
following features:
a. Call Coverage
b. Call Forwarding
c. Call Hold
d. Call Intrude
e. Call Park
f. Call Pickup
g. Ring Back When Free
h. Ring Back When Free
i. Suspend Call Waiting
j. Distinctive and Personalized Ringing
k. Toggle Calls
l. Account Codes
m. Call Barring
n. Authorization codes
o. Bridged Appearance
p. Group Paging
q. Hot Desking
r. Mobile Twinning
s. Intrusion Warning Tone
t. Alternate Route Selection
u. Flexible numbering Schemes
v. Time of Day and Date Routing of Calls
w. Call Recording
x. Maximum Call Length
y. PIN Restricted Calling
z. Time Profiles
aa. Queue announcements
bb. Call Detail Recording
cc. SMDR (station messaging detail record)
Xvii The system should support CLI based routing, CLI based restriction, and
Private call restriction. CLI should be there on the analog Trunks and
analog/IP extensions.
xviii Data Communication Features should be as follows:
a. System should have in built-in DHCP Server, which should be able to
given IP Addresses to the endpoints.
b. System should support built-in IPSEC based VPN connectivity
c. System should have built-in LAN and WAN supports
xix Terminal Support: System should support the following type of terminals
a. Analog Phones
b. IP Hard phones
c. Wireless IP Phones
d. 3rd party SIP Phones
xx Voicemail Features:- System should support Server/PC BASED Voice mail
system with following:
TSAS 61
a. Voice mail system storage should be dependent on the PC hard disk
storage capacity
b. Voicemail to email option should be available
c. System should support unified messaging with Microsoft Exchange
or any IMAP compliant email application.
d. System should support voicemail access through web-browser
e. External Fax server integration should be available.
f. Voice mail should support text-to-Speech functionality
g. Voice mail should support Dial-by-Name functionality
h. VM should support Auto Attendant
i. Should be able to integrate IVR
xxi Conferencing Features: System should support Conferencing Features
with following
a. The system should have built-in “4 party meet-me” conferencing
bank.
b. Multiple such meet me conferences with variable number of users
should be possible.
xxii Call Recording:
a. System should have in-built capability to automatically as well as
manually record and store calls into any voicemail box or a central
database, for later retrieval, sorting, searching through a web-based
browser interface
b. Recordings should be able to be made on the basis of:
Account code
User ID
Hunt Group
Caller ID
Incoming call route
Time profiles
c. System should support automatic deletion of oldest recordings, if
needed
d. System should provide archival of recordings by automatically
writing them to a DVD +RW drive
e. System should support G.726 16kbps ADPCM standard for
compressing and storing recordings, providing the best compromise
between CPU loading and storage space
xxiii Mobility Support:
System should support Mobile Twinning, enabling an extension and
an internal/ external number to operate together as a single
telephone. It should be possible to set external mobile devices as
twinning targets, even if the primary extension is logged
out/unplugged.
xxiv Wireless Support:
a. System should support wireless IP Phones which will work through
the Access Points which are being used for Wireless Data network
TSAS 62
supporting 802.11a/b/g protocol.
b. System should support wireless IP, wherein the system and the Base
Station are connected over the IP Network.
xxv SMDR (Station Management Detail Recording)
a. System should be able to store SMDR data.
b. SMDR should be able to be sent over LAN to a specified IP address
and port number.
xxvi TECHNICAL SPECIFICATIONS FOR IP PBX SERVER
a. The communication server should offer BHCC (Busy Hour Call
Completion) of at-least 50,000 per server to ensure superior traffic
handling capacities.
b. The offered system should be modular in design. The architecture of
IP PBX should be capable of seamless migration to its maximum
capacity by simply adding peripheral cards on the set of control
server without compromising on any functions/ features of this
system or any degradation of service.
c. The system should be able to provide hybrid end points i.e. both IP
and TDM. They should provide support for 100% TDM endpoints.
xxvii The proposed communication system should have a highly secured,
encrypted IP supporting hybrid Trunks e.g. Analog CO, Digital Trunks
(BRI and PRI), IP Trunks (H.323/SIP)
xxviii The system should provide techniques of storage media like Compact
Flash, HDD, DVD etc. for higher reliability.
xxix DESIRED FEATURES & FACILITIES OF IP PBX: The offered solution should
provide the following features as a part of its telephony functions.
a. Station Call – User can dial any extension anywhere in central
location and other distributed location by dialling simple extension
number.
b. Support Pulse as well as Tone dialling from an extension.
c. Authorization Codes - 5-7 digit authorization code to make outgoing
toll calls for ensuring no misuse of the system.
d. Automatic Call Back – User can register ACB feature to any
extension across all locations between media gateway of this offered
system.
e. Call pickup within the group as well as outside the group
f. Alternate Routing – Automatically re-route calls which encounter a
busy trunks on the initial route. Automatic digital translation is
carried out by the system. Provides the possibility of reaching
external destinations via different routes.
g. Call Detail Recording – Records detailed call information on all
incoming and outgoing calls on specified trunk groups and stations,
including those administered for intra-switch recordings, and send
this information to any printer of time/duration as and when
required. Necessary hardware and software if required to be quoted
separately.
TSAS 63
h. Malicious Call Tracking/Record – Records detailed call information
on all incoming calls (trunks & stations) on any station at any station
at any point of time. This information can be stored in any file and
can be sent to any printer or other CORs in the system.
i. Class of Restriction – Defines different call origination and
termination privileges. There should be support for minimum up to
50 CORs in the system.
j. Class of Service – Defines whether or not voice terminal users may
access the following features and functions:
Automatic Call-back, Call Forwarding, Call Forward, Busy/Don’t
Answer, Data Privacy, Extended Forwarding, Extended Call Forward
Busy/Don’t Answer, Priority Calling, Restrict Call Forwarding Off-Net,
Personal Station Access, Trunk –to-Trunk, Transfer Restriction
Override, Off-Hook Alert & Console Permission.
k. DID/DOD (Direct Inward/Outward Dialling – The proposed system
must support direct inward dialling for external parties to call in.
l. Direct Inward Station Access – This feature must be optionally
available, allowing an outside caller to access switch features by
dialling a special telephone no. Without attendant assistance, it
should permit access to the server and long distance facilities from
off-premise stations. For security, there should be the option of
turning off this feature.
m. Day/Night Trunk Control – To reduce cost and improve system
security it should be possible to restrict the access to certain trunks
depending on time of day.
n. Distinctive Ringing – To provide audibly different ringing patterns
between internal, external and special feature calls.
o. Flexible numbering plan – Support up-to 5-10 Digit for an extension
number and allow phone number assigned to a station to a station
to be changed through software.
p. Music on Hold – To provide music and/or a recorded through
software.
q. System Traffic Reports – Traffic statistics should be provided on
incoming and outgoing trunk groups, attendant consoles, station
hunt groups, ad individual’s stations. The information reported must
include the number of calls and call duration. The Bidders must
describe the proposed system’s traffic reporting capabilities.
r. System Abbreviated Dialling – To have the ability to store a list of
frequently called numbers that will be available on a system-wide
basis to all users.
s. Uniform Numbering Plan – The system shall permit a uniform
numbering plan (Closed Numbering Plan) system to be used to
simply access to all extensions of the network. The system must be
able to implement a uniform numbering plan based on 5 digit
extension numbers for all sites.
TSAS 64
t. CLI (Caller Line Identification) facility (CLIP/CLIR) – Calling Numbers
(internal & external) should be displayed on all analog extensions
(FSK support phone).
xxx TRAFFIC MANAGEMENT: The system should generate real time ‘Call
Record Details’ for incoming and outgoing connections of each Trunk
and extensions. The system should also generate Call Records Details of
STD/ISD connection availed by each user. The CRD data generated by
the system should be available till the data is retrieved.
xxxi GROUNDING: The system shall be configured to be grounded electrically
to a common ground point to prevent interference to the system from
external and internal sources and to protect equipment and personnel.
Earthing of the System: The contractor firm shall provide the Earthing to
the entire system by making the earth-pit as follows:
a. Supply and installation of the copper plate - 600x600x3mm
TSAS 65
The vendor shall ensure updation of system software as released by
respective OEM during the warrantee period. Necessary cost for
subscription is deemed to be included in quoted cost.
Management utilities:
a. System should be able to be configured and administered using a
GUI based application
b. System should support SNMP based network management
c. In case SNMP management is not available, system should be
capable of sending event notifications to up-to 3 email addresses,
each with a different set of alarms
4. SITC of PC based IP Operator Console as per specifications:
Should be a PC based operator console to manage calls for that
particular site. All incoming PSTN calls from the external PSTN network
will land onto the operator console and the operator will connect the
end user following various policies. The operator console system should
provide flexibility of mobility to the operator and it should meet the
following specifications.
• Should have OEM or similar make and sturdy Headset and
TSAS 66
microphone
The operator console should have the following features -
• Alternate spellings & keyword search
• Alternate contact details
• Call hold (with notes)
• Call park/call park recall
• Call recall with flexible timeout
• Call re-establish
• Call retrieve
• Call toggle (brokers call)
• Camp on/indication
• Conference
• Customizable views
• Emergency mode
• Extended directory search
• Group speed dial
• Intelligent call routing
• Queue indicators
• Remote set/remove diverts on IP phones
• Screened/unscreened transfer
• Time of day routing management
5 SITC of PC based 12 Ports Voice Mail with 6 hours recording as per
specifications below:
• The solution should provide voice mail solution for the 250 users.
• Should have at least two Gigabit Ethernet interface for easy
connectivity to the network
• Should support G.711 and G.729 codecs
• Should support at least four different types of recorded greetings for
users so that users can record specific greetings for out of office,
extension busy situation etc
• The system should provide option to user for customizing
notification options, personal greetings and change passwords.
• Should provide web based system administration console for
administration.
• Should provide call holding queue to manage user activities
• Should have different class of services to control user access to
various features
• Should provide Message waiting indication to compatible phones
6. SITC of Call Billing Software as per specifications:
i. System shall have call billing software. It shall allow dedicated billing
system for various complexes as well as centralized billing system.
System shall provide flexible reporting i.e. by extension, department,
section wise, authorization code, account code, top money utilizes,
called number wise reports, date wise reports etc.
TSAS 67
ii. System shall allow out-dial number privacy in call billing by
suppressing partial or full digits for printing in the billing report.
iii. This suppression shall be done at the system level itself and not at
front-end software level to avoid manipulations.
iv. It shall provide graphical user interface for analysis of all such
reports. Call billing software should work in back ground mode.
v. The system should able give detailed information for all the DOT
lines.
vi. The billing software should be Traffic observation & performance
observation features.
vii. The call billing will show details of calls made from any locations,
remote/central and over any type of lines including Tie lines, BSNL
lines etc.
viii. It should be possible to debar a subscriber from using the facility if
he exceeds the specified number of calls or monetary limit. Voice
guided prompt should accordingly inform the subscriber when he
attempts to use this facility.
Reports:
i) Expensive Calls Analysis, Excess Duration Call Analysis, Peak Hour of
Day, Peak Day of Week/Month, Undefined Extensions, Calls Beyond
office hours, In
i) Incoming Call Analysis, Answered, Un answered calls, Operator
performance, and Group performance reports
ii) Extension wise and Trunk wise Hourly Usage reports, City wise
Extension wise reports, Call Exceptions by Users/Departments should
be designed using a flexible report designer.
iii) Trunk wise Report – to cross check BSNL Bill
iv) Special Reports for Basic Service Providers including bill designer,
monthly billing cycles, outstanding analysis and Payment Adjustment
Reports.
v) User definable reports should be generated by using Report Wizard
vi) It should Runs concurrently in background with other software
applications, i.e. no dedicated computer required
Graphs - All reports can be viewed in graphs. Each graph should be seen
as a 2D Pie, 2D Bar, 3D Pie or 3D Bar etc. The graphs should be zoomed
and rotated by 90 degrees.
7. SITC of Main Distribution Frame (MDF): 100 pairs as per specifications
a. A suitable Krone MDF and IDF mounted in sheet steel enclosure to
be supplied along with the exchange to accommodate all the
lines/extensions etc. Protection fuses & positive isolation facility
shall be provided in the MDF for all Analog subscriber lines &
junction lines. One MDF shall be installed at New Terminal Building
and other shall be installed at Old Building or as per decision of the
local Engineer In-Charge.
b. MAIN DISTRIBUTION FRAME & ACCESSORIES: Required sets of MDF
TSAS 68
accessories of required capacities shall be supplied, installed and
commissioned satisfactorily. The job includes the supply, Erection,
Testing and Commissioning of connection modules of suitable
capacity, fitted with Integrated Protection Module (IPM) on all
Analog lines and Stainless Steel back-mount with acrylic cover on
these modules.
The job also covers supply, laying and termination of all MDF cables
from proposed system to MDF in required cable racks/trenches. The
cable shall be laid on cable rack/trenches in such manner that rodent
entry is blocked. The job also includes necessary civil and fabrication
job required to complete the project in all respect.
8 SITC of Desktop Computer with Laser Printer (A4 size, 22 ppm or more)
and UPS (1 KVA) Licensed Latest Microsoft Windows Professional, MS
Office Professional & Antivirus with Media PC/Server FOR SYSTEM
ADMINISTRATION & SOFTWARE BASED OPERATOR CONSOLE:
- The PCs shall be configured at least with the following:
- Intel i7/4 core Processor, 3 GHz or higher
- 3 GB or higher RAM
- 500 GB HDD
- Licensed Microsoft Windows Professional Latest OS (Windows 7 or
higher)
- Licensed MS Office 2010 with Media DVD
- Anti-Virus License for three years -with media CD
- Network Ethernet card/Onboard NIC support
- OEM DVD writer, OEM Keyboard and OEM Mouse and mouse pad
- 19” OEM TFT Display Monitor
- Computer table to house CPU, UPS, Printer, Monitor, with Keyboard
Tray
- Laser Printer A4 size, 22 ppm,
9 Supply of 0.5 mm, 100 Pair Armoured PJF Telephone Cable:
The contractor has to supply the 0.5 Sq mm dia, 100 pair, Armoured
Polyvinyl Jelly Filled (PJF) copper cable for connecting the new Terminal
Building and old Building. Cable shall be supplied and laid as per site
requirement and payment shall be made as per actual measurement
10 Digging in Soft Soil/Hard Soil for 100 Pair Armoured PJF Telephone
Cable up-to required depth of 75 cm and resurfacing as per
specifications: The contractor is required to dig the earth./road below
upto 75 Cm. for laying of the above mentioned 100 pair armoured cable
wherever required. The contractor shall resurface the road/earth same
as earlier as per industry standards with sand cushioning and Brick
protection.
11 Laying/Pulling of 100 Pair Armoured PJF Telephone Cable on
surface/wall/pipe/ underground: Laying/pulling of the same cable in
the earth up to 75 cm.(already dug as in sl. No. 12)/fixing at
wall/surface/pulling in to already laid pipe etc. shall be done with
TSAS 69
required accessories including MDF termination at both the ends by the
contractor.
12 DOCUMENTATION
1. TWO SET EACH OF SOFT COPY AND HARD COPY of Operation,
Technical and Maintenance manual, etc. shall be supplied to each
site.
2. The Technical and Maintenance manual will cover:-
General technical description and theory of operation
Block diagram description with signal flows
Periodic maintenance checks
Fault analysis and repair
Part list with part number
Bidder firm must provide an OEM authorization confirming the
compliance to above technical specifications, along with the OEM
authorization letter.
13 MAINS POWER SUPPLY
a. Complete offered equipment shall operate with an interrupted AC
power 230 Volts (±10%) single phase 50 Hz ± 5%. Reliable over
voltage and over current protection circuits shall be provided in the
power supply units of offered solution. The power supply units in
complete offered solution shall be self-protecting, and protect
connected equipment against conducted interference, noise, voltage
dips and surges & impulses.
b. Mains Power Supplies used in offered solution/equipment shall be
rugged enough to withstand variation in mains voltage and
frequency over a long period of time so that the failures in the
equipment due to power supply are minimized.
14 RELIABILITY
a. To ensure high availability and high reliability, the offered equipment
design by the bidder and its OEM partner shall employ the most
suitable engineering techniques, materials and dependable
components, field proven design and rigorous inspection during
manufacturing to ensure a very high MTBF (Mean Time between
Failures) of equipment.
b. The offered equipment by the bidder and its OEM partner shall
indicate the MTBF. The basis of these shall be clearly defined.
15 TRAINING
The bidder firm along with OEM partner firm shall provide following
types of maintenance training as detailed below:
A) OPERATION, MAINTENANCE AND SYSTEM ADMINISTRATIVE
TRAINING: One batch of FOUR AAI officials at the OEM premises and
FIVE working days On the Job Operational Training of AAI officials
nominated by AAI, Khajuraho Airport as per Annexure IV. The training
shall be designed and structured so that on successful completion of the
training the participants shall be able to perform:
TSAS 70
a. Basics of EPABX.
b. System setting up and Configuration of offered system from Scratch
c. Preventive maintenance of the system.
d. Configuration, optimization and alignment of the system with the
help of the documents and software supplied along with the
equipment/system.
e. Fault isolation up to Module level using diagnostic tools and general
purpose test equipment,
f. Installation procedures for system hardware & software,
configuration recovery, reloading of software drivers/modules of
operating system and application software.
The bidder and OEM firm shall identify the prerequisite for the trainees
for each of the training program. Complete training syllabus shall be
submitted by the bidder in consultation with OEM in the technical bid.
TSAS 71
1. OPERATIONAL MAINTENANCE DURING WARRANTY PERIOD:
S. Requirement
No.
1. OPERATIONAL MAINTENANCE DURING WARRANTY PERIOD
a During the Warranty and Defects Liability period, contractor shall provide
sufficient manpower for preventive, corrective maintenance and smooth
operation of equipment and its accessories. Preventive maintenance visit to
each site shall be carried out at least once in THREE calendar months after
successful commissioning of the equipment. Corrective maintenance shall
be done, round the clock, on all days including holidays.
b The contractor shall replace any parts, including the supplied software
found defective during Warranty period without any charges whatsoever to
AAI. The services of the contractor or his principals, if required during this
period, for such work shall also be made available without any cost to the
Authority.
c Maintenance during warranty period shall include free replacement of any
spares of the equipment supplied against this work.
d Any failure (partial or complete) of the system or system related equipment
leading to complete failure of the system shall be considered as failure of
the system. In this regard the decision of engineer in-charge, AAI shall be
final & binding.
e Contractor shall attend the remedial maintenance job immediately on
receipt of complaint. Warranty period of the system, unit wise, shall be
extended by one week per week of unserviceability (part of week to be
considered as one week) for each default in case of failure to set right the
system to the satisfaction of the Engineer In-Charge within 48 hrs of the
lodging of complaint by AAI to company.
f The supplier shall visit AAI premises as many times as break down calls are
received and replace all the faulty & functionally not acceptable
parts/components/displays/ monitors/network switches/servers, as
applicable, at supplier’s cost.
g The supplier shall maintain record of preventive/breakdown/corrective
maintenance visit at each site and at his premises, and get it countersigned
by AAI representative during warranty/defect liability period.
h The supplier shall ensure that performance logs of equipment are logged in
at System Administrator at all the times.
i Supplier shall submit comprehensive performance report, on each visit to
site, based on preventive/corrective maintenance, performance logged
and its evaluation/ analysis about equipment with all accessories and
batteries to AAI representative and obtain his counter signature.
j Supplier may remote monitor the systems software
operation/maintenance/monitoring. Expenditure towards external world
connectivity required towards the purpose shall be on supplier’s account.
5 THIRD PARTY INSURANCE
TSAS 72
Before commencing the execution of works the contractor (but without
limiting his obligations and responsibilities) shall insure against all damage,
loss or injury which may occur to any property (including that of the
employer) or to any person, including any employee of the employer by or
arising out of the execution of the works or temporary works or in carrying
out of the contract. This insurance cover shall be for the period up to system
acceptance by AAI upon issue of completion certificate.
6 TECHNICAL MANUALS/DOCUMENTATION
a All manuals and documents shall be in English language and in such a way
that a qualified engineer/technician is able to fully understand and do the
preventive as well as breakdown maintenance with the help of these
manuals.
b The operation and technical manuals of offered equipment/item should also
be supplied along with the technical bid for technical evaluation.
c The contractor shall provide one complete set (Hard copy and soft copy) of
the technical documents with each Equipment to be supplied at each site:
d Block diagram of the system with brief descriptions.
i Working diagram of the complete system.
ii Servicing/Maintenance Instructions including preventive Maintenance
schedule. Indicate type of test equipment to be used for maintenance.
iii Trouble shooting chart with proper test sequence, Voltage and data at
various test points.
e Contractor shall provide one set of Operation manual for each Equipment at
the time of testing & commissioning, at site.
7 ONSITE TECHNICAL AND MAINTENANCE TRAINING
a The bidder shall provide Technical and rigorous troubleshooting and
Maintenance Training at all listed AAI ultimate user consignee site. Technical
and Maintenance Training shall be given to minimum 04 AAI executives for 3-4
days as per details given below.
b The training shall include the principle and the theory of operation of each
individual sub-assembly and of the whole System and as applicable, the
diagnostic programs and the programming language used.
c It is essential that the technical personnel of AAI shall be adequately trained so
that they shall be able to maintain the equipment and the use computer
programs for fault diagnosis.
d On completion of the training the Technical personnel of AAI shall be able to
perform
i. Configuration, optimization and alignment of the system with the help of
the documents
ii. Fault isolation up to Module level using diagnostic tools and general
purpose test equipment.
iii. Taking corrective action and restoring the equipment for normal
operation.
iv. Installation procedures for system hardware & software, configuration
recovery, reloading of software drivers/modules of operating system and
TSAS 73
application software.
e The training shall be sufficiently comprehensive to enable AAI’s staff to install,
maintain and repair both hardware and software of the System, after SAT and
commissioning without the Bidders assistance.
8 TRAINING MATERIALS
a The various training courses to be provided by the bidder shall be supported
by the provision to the trainee's adequate number of training documentation
and training aids.
b To enable the maximum value to be derived from the training, it is mandatory
that all the necessary training documentation and materials (e.g. software
documentations equipment handbooks, training manuals) shall be made
available to AAI trainees undergoing the relevant training course conducted by
the bidder.
c All training instructions and document during training and on the job training
shall be written in English language.
d The bidder’s shall arrange and conduct training by the most efficient and
effective techniques with qualified and experienced personnel.
e The bidder and OEM firm shall identify the prerequisite for the trainees for
each of the training program. Complete training syllabus shall be submitted by
the bidder in consultation with OEM in the technical bid.
f INSTALLATION AND COMMISSIONING STANDARDS:
g Installation shall be carried out by technically well qualified and certified
personnel as per the requirements.
h Contractor shall not out source any part of the contract to any other
vendor/third party contractor, without permission of AAI.
i Liability, if any, arising out of such third party contracts to any other vendor by
contractor shall be to contractors account.
j In no case AAI shall be liable on behalf of contractor to any other third party
contractor/ Government of India/State/Regulatory Authorities.
k Any liabilities arising out of such third party contracts by contractor or its men
working at site shall be only to contractors account and shall be deducted out
of its running bills.
9 QUALITY ASSURANCE STANDARDS
The contractors shall use Quality Assurance procedure compliant with
Quality Assurance in system design, development, manufacturing,
installation and servicing – ISO 9001 Quality Management and Assurance
standards Part 3 – ISO 9001 Application and Development, Supply and
Maintenance of software.
TSAS 74
iii. Liability, if anything, arising out of such third party contracts to any other
vendor by contractor shall be to contractors account.
iv. In no case AAI shall be liable on behalf of contractor to any other third party
contractor/Government of India/State/Regulatory Authorities.
v. Any liabilities arising out of such third party contracts by contractor or its
men working at site shall be only to contractors account and shall be deducted
out of its running bills.
vi. Contractor shall submit Police Verification Certificates for allowing its men to
work at AAI premises.
TSAS 75
1
2
3
SCHEDULE – A
1.05 Site Development i/c Roads, Car Park Per Job 1.00
,Kerbs, Foothpaths ,Hard Standing etc.
1.06 Toilets as per the approved layout & Per Job 1.00
design but not limited to all fitting and
fixtures, wash basin, water closet,
mirrors, sensor urinals, complete
plumbing and sanitary work, flooring,
wall tiling, false ceiling etc. complete as
per direction of EIC.
SCHEDULE - A 1
1.08 Boundary wall including RCC retaining Per Job 1.00
walls wherever required / Guard
Rooms/Morchas including Electrically
operated trolley gate to enter in to the
IAF area, Gates to segregate air side &
city side and gates at the entry & exit
point of Civil Enclave from city side.
1.09 Miscellaneous Works viz. Bore well, Per Job 1.00
Under Ground Static Tank, Soak pit,
septic tank, RWH (civil work), Strom
water drainage etc.
1.10 Pre-engineered/ pre-fabricated framed Per Job 1.00
structure buildings – Electrical
Substation, Office Building etc. complete
in all respect.
1.11 Utility buildings – Visitors Toilet, Per Job 1.00
Cafeteria etc. complete in all respect.
1.12 G.I. Chain-Link Fencing work complete in Per Job 1.00
all respect
1.13 Furniture & Furnishing of VIP room, S.S. Per Job 1.00
Q–Management system, SS dustbins,
Check-in-counters, Frisking booth
counter, Manual baggage check counters,
Modular Matting etc.
2. ELECTRICAL WORKS
2.01 Sub-station work i/c DG sets with AMF Per Job 1.00
panels, Transformers, HT & LT Panels,
Capacitor Bank, Earthing and Lightning
protection etc.
2.02 Internal and External EI, Light & Per Job 1.00
power plug points, Hand driers,
Landscaping/façade lighting, Sliding
Doors etc.
2.03 HVAC – VRV/VRF with heating cycle Per Job 1.00
2.04 Illuminated signage (indoor) & Outdoor Per Job 1.00
signage.
2.05 Water Supply System/ Public Health Per Job 1.00
Engineering i/c Pumps, starters, RO
system etc.
2.06 Fire detection & Alarm System Per Job 1.00
2.07 Fire Hydrant System & Portable fire Per Job 1.00
extinguisher.
2.08 Baggage Handling System. Per Job 1.00
3.0 Airports System i/c. SCCTV Network, Per Job 1.00
EPABX System, Public Address System,
Walkie-Talkie, Flight Information
Display System etc.
SCHEDULE - A 2
4.0 IT system including IT Cabling, Per Job 1.00
Wi-Fi, CAN, DAS, etc.
Note 1: All works to be carried out as
per conceptual drawings/ design intent
enclosed with tender documents with
all materials, labour, T & P, machinery,
equipment, consumables, deployment
of suitable supervisory personnel,
testing, etc. complete and completed
based on approved architectural,
structural drawings, specifications,
design parameters and as per directions
of Engineer-in-Charge including
obtaining necessary approvals and NOCs
from the concerned authorities.
2. Detailed scope of work as given in
the AAI’s requirement – Tender
Document may also be referred.
3. The information contained in these
Tender Documents, being indicative in
its nature, are being provided for the
limited purposes of enabling the
Tenderers to prepare a tender. These
Tender Documents are a summary of
available information and no reliance
shall be placed on any information or
statements contained herein, and no
liability is or will be accepted by the
AAI in relation to the accuracy, adequacy
or completeness of such information or
statements made, nor shall it be
assumed that such information or
statements will remain unchanged.
4: By filling the rates the bidder having
carefully considered all aspects of the
Works, including the designs,
specifications, scope of work,
methodologies, programs and cost plans
including without limitation any aspects
relating to all of the Background
Information and having carried out all
necessary checks, investigations and
enquiries of its own, the Execution of the
Works is capable of being carried out
and completed to the standards
required.
SCHEDULE - A 3