0% found this document useful (0 votes)
52 views238 pages

Tender

Download as pdf or txt
Download as pdf or txt
Download as pdf or txt
You are on page 1/ 238

NIT

TENDER DOCUMENT

NAME OF WORK: Clearing Grass and jungle in specific areas in


operational area at Kalaburagi Airport.

Tender ID: 2023 _ AAI _160681_1

CERTIFIED THAT THIS TENDER DOCUMENT CONTAINS PAGES FROM 01 TO 235

AIRPORTS AUTHORITY OFINDIA,


ENGINEERING WING, SOUTHERN REGION,
KALABURAGI AIRPORT

AIRPORTS AUTHORITY OF INDIA


Kalaburagi Airport :: Kalaburagi – 585 102.

A.A.I. C - NIL ; I - NIL ; O - NIL Page 1


NIT

NAME OF WORK: Clearing Grass and jungle in specific areas in


operational area at Kalaburagi Airport.

Estimated Cost : Rs. 27,31,956/-(Excluding applicable GST)


Earnest Money Deposit (EMD) : Rs. 54,640/‐

Cost of Tender Document : Rs. 1,180 /-

Time Allowed : 03 (Three) Months

Last Date of submission of


tender by the contractor : 21.08.2023 up to 1800 Hrs.
through e-portal

::

B-2

Senior Manager (Engg.- Civil)


AAI, Kalaburagi Airport

A.A.I. C - NIL ; I - NIL ; O - NIL Page 2


NIT

AIRPORTS AUTHORITY OF INDIA


KALABURAGI AIRPORT :: KALABURAGI – 585 102

NAME OF WORK: Clearing Grass and jungle in specific areas in


operational area at Kalaburagi Airport.

INDEX

Sl.
Description Pages from to
No.
1 Index 1 - 1
2 Notice Inviting e-Tender (Web Notice) A-1 - A-7
3 Annexure-A - PQ Performa (Checklist) A-8 - A-10
Annexure-B - CPPP under GePNIC, Help Desk
4 A-11 - A-11
Services
Annexure-C - Instructions to Bidders for online Bid
5 A-12 - A-17
Submission
6 Form A A-18 - A-18
7 Form B A-19 - A19
8 Form C A-20 - A-20
9 Tender Acceptance Letter A-21 - A-22
10 Undertaking regarding debarment/Blacklisting A-23 - A-23
11 General Conditions of Contract (GCC) GCC - 1-194
12 Special Conditions of Contract SCC - 1-12
13 Technical Specifications TS - 1-3
14 Bill of quantities (BOQ) BOQ - 1-2
Total No of Pages : 235

Senior Manager (Engg.-Civil)

A.A.I. C - NIL ; I - NIL ; O - NIL Page 1


AIRPORTS AUTHORITY OF INDIA
KALABURAGI AIRPORT: KALABURAGI – 585 102

Ref No. AAI/KLBG/ENGG(C)/R&M/W-02/2023-24 Date: 10.08.2023

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

Tender Id no: 2023 _ AAI _160681_1


1. Percentage rate e-tenders are invited through the e-tendering CPP portal by Senior Manager
(Engg-Civil), Airports Authority of India, Kalaburagi Airport, Kalaburagi – 585 102, on behalf
of Chairman, AAI from the eligible contractors for the work of “Clearing Grass and jungle in
specific areas in operational area at Kalaburagi Airport” at an Estimated Cost of Rs.
27,31,956/- excluding GST with completion period of 03 (Three) Months

The tendering process is online at CPP-portal URL address


https://etender.gov.in/eprocure/app or www.aai.aero. Prospective Tenderers may download
and go through the tender document.

Prospective Tenderers are advised to get themselves register at CPP-portal, obtain 'Login ID' &
`Password' and go through the instructions available in the Home Page after log in to the CPP-
portal https://etender.gov.in/eprocure/app or www.aai.aero . They should also obtain Digital
Signature Certificate (DSC) in parallel which is essentially required for submission of their
application. The process normally takes 03 days' time. The tenderer may also take guidance from
AAI Help Desk Support through path aai.aero/tender/e-tender/help desk support.

(i) For any technical related queries please call the Helpdesk. The 24 x 7 Help Desk details are as
below: -
Tel: 0120-4001002, 0120-4001005, Mobile: 0120-6277787
E-mail: [email protected]

Tenderers are requested to mention the URL of the Portal and Tender ID in the subject while
emailing any issue along with the contact details.

(ii) For any further technical assistance with regard to functioning of CPP portal the tenderer may
contact to the following AAI help desk numbers on all working days only between

(a) 08.00 hrs to 20.00 hrs (Mon-Sat) -


011-24632950, Ext-3512 (Six Lines), E-Mail: [email protected]
(b)09.30 hrs to 18.00 hrs (Mon-Fri) 011-24632950 Ext-3523, E-Mail: [email protected]
[email protected]
(c) 09.30 hrs to 18.00 hrs (Mon-Fri) -
011-24657900, E-Mail: [email protected]

AAI, Kalaburagi Airport (C - NIL; I - NIL; O - NIL) A-1


1.1 Tender processing fee of Rs. 1,180/- (i/c GST), non-refundable will be required to be paid
online on CPP Portal only.

1.2 Earnest Money Deposit (EMD) of Rs.54,640/- will be required to be paid online on CPP
Portal only.

2. Following 2 (Two) envelopes shall be submitted through online at CPP - portal by the tenderer
as per the following schedule: -

CRITICAL DATA SHEET


Publishing Date Date: 11/08/2023 from 09:00 hrs

Bid Document Download / Sale Start Date Date: 11/08/2023 from 09:00 hrs

Clarification Start Date Date: 11/08/2023 from 09:00 hrs

Clarification End Date Date: 14/08/2023 up to 18.00 hrs.

Bid Submission Start Date Date: 16/08/2023 from 09:00 hrs.

Bid Submission End Date Date: 21/08/2023 up to 18:00 hrs.

Bid Opening Date (Envelope- I) Date: 23/08/2023 at 11:00 hrs.

Bid Opening Date (Envelope- II) Date: 25/08/2023 at 11:00 hrs.

3. Envelope-I: - (Technical Bid and pre-qualification): - Bid containing following:

A. Tender Bid containing the following:-


i. Scanned copy of Tender Acceptance Letter on Bidder’s Letter Head. (as per Annexure – 1 on
page A21&22).
ii. Scanned copy of Permanent Account number (PAN) and GST Registration Number
iii. Scanned copy of ‘Undertaking’ regarding Blacklisting / Debarment on Bidder’s Letter Head. (as
per Annexure – 2 on page A23)
iv. Scanned copy of Form- “A” - details of similar works completed during last seven years with
completion certificate issued by client (as per page A-18).
v. Scanned copy of Form- “B” - Financial Information (as per page 19).
vi. Scanned copy of Form- “C” – Net Worth (as per page 20).
vii. Bidder shall submit scanned copy of ‘Undertaking’ on Company’s Letter Head that I/ We will
deploy sufficient plant and machinery as per the requirement of work in consultation with the
Engineer-in-Charge (E-I-C) to achieve the milestones/targets and overall completion within the
time period.

AAI, Kalaburagi Airport (C - NIL; I - NIL; O - NIL) A-2


viii. Bidders other than propriety firm shall submit, scanned copy of Authorization Letter/ Power of
Attorney along with copy of Certificate of Incorporation of the company under Companies Act
showing CIN/LLPIN/Name of Directors of the company & Copy of Board Resolution regarding
Authority to assign Power of Attorney.
Proprietary firm shall submit scanned copy of Authorization Letter / Power of Attorney only if
the tender is processed by a person other than proprietor.
ix. PQ Performa duly filled (as per Annexure – A on page A8 to A10)

B. Qualifying requirements of contractors / tenderers containing the following: -

i) Should have satisfactorily completed (# Phase / Part completion of the scope of work in a
contract shall not be considered, however pre-determined phasing of the work will be accepted)
three works, each of Rs. 10,92,783/- or two works, each of Rs.13,65,978/- or one work of
Rs.21,85,565/- in single contract of similar nature of works i.e., General Civil Works during
last seven years ending last day of month previous to the one in which tenders are invited.

The details of similar works completed during last seven years in the given format ‘Form-A’
with supporting documents issued by client.

Note:
1. The experience certificate of works completed pre GST era, Completion amount will be
divided by 1.12 (to executed pre GST taxes) to make it at par with experience
certificates of post GST era but excluding GST.
2. The Tenders invited for Annual Rate Contracts for O&M/ AMC/ CMC works, the
works experience may be counted for the value of work for a completed one year on
pro-rata basis to prequalify agency that has completed one year of AMC but work is
still not completed due to longer period of AMC.
3. Experience gained by executing work on back-to-back contract/ Sub-contract basis is
acceptable in the following conditions:
(a) Work should be actually executed by the second agency (sub-contractor) with due
concurrence of the owner as tripartite agreement/ written approval. It should be
backed by valid agreement and experience certificate.
(b) Payments received by second agency should be reflected in TDS certificates.
4. Experience gained in composite works for the specialized nature of works (List of
Specialized Items / Jobs/ Works are mentioned at Para 35.3 of AAI Works Manual)
were executed by main contractor either by in-house expertize & experience or by
engaging the specialized agencies with the approval of main client as per contract
conditions. In such cases, main contractor as well as specialized agency both get the
experience certificate for the same work from their respective client(s) i.e. main

AAI, Kalaburagi Airport (C - NIL; I - NIL; O - NIL) A-3


contractor for composite work along with specialized works from owner and
specialized agency for specialized work(s) from the main contractor. In this situation,
the experience certificate of either specialized agency or main agency having in-house
expertise & experience, who has actually executed the specialized work(s), shall be
considered for Technical /Pre-qualifying criteria in similar specialized nature of
work(s).
5. If any foreign / Indian subsidiary company / firm of foreign / Indian principal company
/ firm, having functioning in the relevant field, participates in the tendering process and
claims the experience in specific field of another foreign / Indian subsidiary company /
firm of the same foreign / Indian principal company / firm or on the basis of experience
of foreign / Indian principal company / firm, the bidding foreign / Indian subsidiary
company / firm on the basis of such experience shall be qualified and considered for
further evaluation in the tendering process subject to submission of:
a) Documentary evidence which proves that both the foreign / Indian companies / firms
are indeed 100% wholly owned subsidiaries or branch of the same foreign / Indian
principal company / firm .
b) An undertaking from the foreign / Indian principal company / firm that they will
provide all required technical support, technical know-how and will take full
responsibility and liability of bidding foreign / Indian subsidiary company / firm or
branch till the successful completion of project including defects liability / warrantee /
guarantee period as per Annexure - I.
c) Balance sheet showing equity holdings or certificate by the company Chartered
Accountant / Auditor of foreign / Indian principal company / firm showing equity
holding patterns between the foreign / Indian principal company / firm and their
wholly owned foreign / Indian subsidiary companies / firms or a duly notarized
certificate by the foreign / Indian principal company / firm that company(ies) / firm (s)
are their wholly owned subsidiary(ies) / branch(es) and subsidiary company / branch
may be allowed to participate in the AAI tender.
d) Consolidated Audited Balance Sheet of foreign / Indian Principal Company / firm.
e) Foreign / Indian principal company / firm shall also undertake that the said work
experience credentials have not been used by any of their other foreign / Indian
subsidiary company / firm or by them, i.e., the principal company / firm itself for the
same tender.
f) In case above statement / undertaking under above para (v) is found violated, the
application of company / firm tenderer, who had submitted the work experience
credentials of other foreign / Indian subsidiary / principal company / firm along with

AAI, Kalaburagi Airport (C - NIL; I - NIL; O - NIL) A-4


required undertaking from their foreign / Indian principal company / firm (as per
Annexure-1) as well as the applications of the foreign / Indian principal company / firm
& it's other foreign / Indian subsidiary(ies) for the same tender shall be summarily
rejected and their entire EMD amounts shall be forfeited.

“The value of executed works shall be brought to current costing level by enhancing the actual
value of work at simple rate of 7% per annum, calculated from the date of completion to
previous day of last day of submission of bids.

Client certificate for experience should show the nature of work done, the value of work, date of
start, date of completion as per agreement, actual date of completion and satisfactory completion
of work. Tenderers showing work experience certificate from non-government / non-PSU
organizations should submit copy of tax deductions at sources (TDS) certificate(s) along with a
certificate issued by registered Chartered Accountant, with Unique Document Identification
Number (UDIN), clearly specifying the name of work, total payment received against the work
and TDS amount for the work.

ii) Should have Average Annual financial turnover of Rs.8,19,587/- on construction works during
last three years ending 31st March of the previous financial year. As a proof, copy of Abridged
Balance Sheet along with Profit and Loss Account Statement of the tenderer should be submitted
along with the application. The financial information shall be submitted in the given format
‘Form-B’. Tenderer showing continuous losses during the last three years in the balance sheet
shall be summarily rejected.

ii) The Tenderers should have a minimum net worth of Rs.4,09,795/- issued by certified
Chartered Accountant with Unique Document Identification Number (UDIN). The
Certificate should be submitted in the given format Form-“C”.

4. 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 tenderers. Tenderers are required to download the BOQ
file, open it and complete the blue coloured (unprotected) cells with their respective financial
quotes and other details (such as name of the tenderer). No other cells should be changed. Once
the details have been completed, the tenderer should save it and submit it online, without
changing the filename. If the BOQ file is found to be modified by the tenderer, the bid will be
rejected.

AAI, Kalaburagi Airport (C - NIL; I - NIL; O - NIL) A-5


6. Refund of EMD

EMD amount of the rejected bidders will be refunded to their source account after submission of
Technical / Financial evaluation report on CPP portal by Bid Manager.

7. Bid Submission:-

The tenderer shall submit their application only at CPP portal:


https://etender.gov.in/eprocure/app. Tenderer/Contractor are advised to follow the instruction
provided in the tender document for online submission of bids. Tenderers are required to upload
the digitally signed file of scanned documents as per Para 2. Bid documents may be scanned
with 100 dpi with black and white option which helps in reducing size of the scanned document.

Uploading of application in location other than specified above shall not be considered. Hard
copy of application shall not be entertained.

8. Not more than one tender shall be submitted by one tenderer or tenderer 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.

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

10. Bids Opening Process is as below: -


Envelop – I (Technical bid and Pre-qualification):

Envelope – I containing documents as per Para 2 (A) and (B) (uploaded by the tenderers)
shall be opened on date & time mentioned in CRITICAL DATA SHEET

Envelope – I containing documents as per Para 2 (A) and (B) (uploaded by the tenderers)
shall be opened on date & time mentioned in CRITICAL DATA SHEET. If the bidder has
any query related to the Bid document of the work, they should use ‘Seek Clarification’ on
CPP portal to seek clarification. No other means of communication in this regards shall be
entertained. If any clarification is needed from the tenderer about the deficiency in his
uploaded documents in Envelope – I, he will be asked to provide it through CPP portal. The

AAI, Kalaburagi Airport (C - NIL; I - NIL; O - NIL) A-6


tenderer shall upload the requisite clarification/documents within time specified by AAI,
failing which it shall be presumed that bidder does not have anything to submit and bid shall
be evaluated accordingly. The intimation regarding acceptance / rejection of their bids will
be intimated to the tenderer through CPP portal.

Envelope – II (Financial Bid):


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

11. 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.

12. AAI reserve the right to disallow the working agencies whose performance at ongoing
project (s) is below par and usually poor and has been issued letter of restrain/Temporary or
Permanent debarment/black listing by any department of AAI or Central/State Govt.
Depts./PSUs/World Bank/ADB etc. AAI reserve the right to verify the credential
submitted by the Tenderer at any stage (before or after the award the work). If at any
stage, any information /documents submitted by the applicant is found to be
incorrect/false or have some discrepancy which disqualifies the tenderer then AAI shall
take the following action:

a. Forfeit the entire amount of EMD submitted by the tenderer.

b. The tenderer shall be liable for debarment from tendering in AAI, including
termination of the contract apart from any other appropriate contractual/legal
action.
13. Consortium /JV companies shall not be permitted.

14. Purchase preference to Central Public Sector Undertaking shall be applicable as per the
directive of Govt. of India prevalent on the date of acceptance.
15. Concessions to Indian Micro & Small Enterprises (MSEs) units registered with
DIC/NSIC/KVIC/KVIB/Directorate of Handicraft and Handloom etc., to be given as per the
provisions of Public Procurement Policy for MSEs order 2012 with up to date amendments,
shall be applicable for tenders of supply/services and shall not be extended to construction
work.
16. Tenderers have to submit Unique Document Identification Number (UDIN) generated
documents like Balance Sheet/Turnover certificate, Working Capital Certificate (works done
during last 5 financial years & works in hand), Net worth Certificate, and Tax Deduction at
AAI, Kalaburagi Airport (C - NIL; I - NIL; O - NIL) A-7
Source (TDS) Certificates for Non- Govt. works etc. as per NIT conditions duly certified by
CA (Chartered Accountant) and having UDIN. The documents submitted by bidders without
UDIN shall not be entertained.

-sd-
Senior Manager (Engg.-Civil)
Airports Authority of India
Kalaburagi Airport, Kalaburagi.

AAI, Kalaburagi Airport (C - NIL; I - NIL; O - NIL) A-8


ANNEXURE - A
PQ PERFORMA (CHECK LIST)
(To be uploaded by Bidder along with tender application – Envelope-I)
Name of the work: Clearing Grass and Jungle in specific areas in operational area at
Kalaburagi Airport.

1 2 3 4
Ref.
Qualifying Criteria Particulars Enclosure Check list
No.

Name:

Address :

1. Name And Registered Office Address


of the Firm / Contractor Ph. No. (Office) :

Mobile No :

Fax No :

Email. ID :

2. Envelope-I (Tender processing Fee, EMD, Technical Bid and Pre-qualification):-


Bid containing following

A Tender Processing Fee, EMD:-

For an Amount of Rs.


1,180/- (i/c. GST) and
Tender Fee Paid &
EMD amount of Rs.
Proof of Tender Processing Fee and Scanned copy of
i 54,640/- through online
Earnest Money Deposit [EMD] to be receipt of online
mode in Favour of
paid online through CPP-portal payment uploaded:
Airport Authority of
Yes / No
India Payable at
Hyderabad.

AAI, Kalaburagi Airport (C - NIL; I - NIL; O - NIL) A-8


Ref.
Qualifying Criteria Particulars Enclosure Check list
No.
B Technical Bid Containing the following:-
Scanned copy of duly
Format given in page signed & stamped
i Tender Acceptance Letter on Bidder’s A-21 &A-22 of Tender unconditional
Document acceptance letter
Letter Head
AS PER E-NIT uploaded/ enclosed
YES / NO
Scanned Copy of
Permanent Account number (PAN) PAN No: PAN
ii Uploaded/Enclosed
and GST Registration Number GST REG. NO:
YES / NO
Scanned Copy
iv Undertaking’ regarding Blacklisting / Format given in page uploaded/Enclosed
A-23 of Tender
Debarment on Bidder’s Letter Head
Document as per E-NIT YES / NO
Scanned copy of Form- A - details of Scanned Copy
v similar works completed during last Format given in page uploaded/Enclosed
A-18 of Tender
seven years with completion
Document as per E-NIT YES / NO
certificate issued by client
Scanned Copy
vi Scanned copy of Form- B - Financial Format given in page uploaded/Enclosed
A-19 of Tender
Information
Document as per E-NIT YES / NO
Format given in page
vii Scanned copy of Form- C – Net Worth A-20 of Tender
Document as per E-NIT
Scanned copy of ‘Undertaking’ on
viii Company’s Letter Head that I/ We
will deploy sufficient plant and
machinery
Authorization Letter/Power of
Attorney, Certificate of incorporation
of company and Board resolution in
case of companies other than Scanned Copy
ix Proprietary firm. As per E-NIT uploaded/Enclosed
In case of Proprietary firm, YES / NO
Authorization Letter/Power of
Attorney only if tender is processed by
a person other than the Proprietor.

AAI, Kalaburagi Airport (C - NIL; I - NIL; O - NIL) A-9


Ref. Enclosure Check
Qualifying Criteria Particulars
No. list
Scanned copy of
Check List
x As per Performa given in Uploaded /
PQ Performa duly filled
page A 8 to A 10 Enclosed
YES / NO
Financial e-bid in
standard BOQ
Financial bid through CPP Portal in format
3. As per E-NIT
the format of BOQ.xls Uploaded/Enclosed
:
YES / NO
4. ANY OTHER INFORMATION

*Note: 1. This proforma is to be filled up by applicant and signed copy shall be uploaded as
digitally signed scanned documents for e-tender.
2. The successful L1 bidder has to submit all the performas mentioned above under Sl no.2
in original after opening of financial bid.

DECLARATION

I/We…………………………………………………………….. (Name of the agency) hereby


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

Place:
Date: (Signature with stamp)
Authorized Signatory of the Contractor/ Firm

AAI, Kalaburagi Airport (C - NIL; I - NIL; O - NIL) A-10


ANNEXURE-B
CPPP under GePNIC, Help Desk Services

1. For any technical related queries please call the Helpdesk. The 24 x 7 Help Desk Number 0120-
4200462, 0120-4001002, 0120-4001005, and 0120-6277787. International Bidders are requested to
prefix 91 as country code.
Note- Bidders are requested to kindly mention the URL of the Portal and Tender Id in the subject
while emailing any issue along with the Contact details. For any issues/ clarifications relating the
tender(s) published kindly contact the respective Tender Inviting Authority
Tel: 0120-4001002, 0120-4001005, 0120-6277787
E-Mail: [email protected]
2. For any Policy related matter/Clarifications Please contact Dept of Expenditure, Ministry of
Finance
E-Mail: [email protected]
3. For any technical Issues/Clarifications relating to the publishing and submission of AAI tender(s)
a. In order to facilitate the Vendors / Bidders as well as internal users from AAI, Help desk
services have been launched between 0800-2000 hours for the CPPP under GePNIC
https://etenders.gov.in. The help desk services shall be available on all working days (Except
Sunday and Gazetted Holiday) between 0800-2000 hours and shall assist users on issues related
to the use of Central Public Procurement Portal (CPPP).
b. Before submitting queries, bidders are requested to follow the instructions given in “Guidelines
to Bidders” and get their computer system configured according to the recommended settings as
specified in the portal at “System Settings for CPPP”.
4. In case of any technical issues faced, the escalation matrix is as mentioned below:

Sl. Support Escalatio Contact


E-Mail Address Timings*
No. Persons n Matrix Numbers
Technical Help Instant 011-24632950, 0800-2000 Hrs.
1. [email protected]
Desk Team Support Ext-3512 (MON - SAT)
Sh. Sanjeev After 4 [email protected]
011-24632950, 0930-1800 Hrs.
2. Kumar, Hrs. of or
Ext-3523 (MON-FRI)
Sr.Mgr.(IT) Issue [email protected]
Sh. Dharmendra
After 12 011-24632950 0930-1800 Hrs.
3. Kumar, Jt.GM [email protected]
Hrs. Ext. 3527 (MON-FRI)
(IT)
General After 03 0930-1800 Hrs.
4. [email protected] 011-24657900
Manager (IT) Days (MON-FRI)
0800-2000 Hrs.
Technical Help Instant 011-24632950,
5. [email protected] (MON - SAT)
Desk Team Support Ext-3512

*The Helpdesk services shall remain closed on all Govt. Gazetted Holidays.
The above mentioned help desk numbers are intended only for queries related to the issues on e-
procurement portal and help needed on the operation of the portal. For queries related to the

AAI, Kalaburagi Airport (C - NIL; I - NIL; O - NIL) A-11


tenders published on the portal, bidders are advised to contact concerned Bid Manager of
AAI.

ANNEXURE-C
AIRPORTS AUTHORITY OF INDIA

INSTRUCTION TO BIDDERS FOR ONLINE BID SUBMISSION

Percentage Rate tender are invited on behalf of Chairman, Airports Authority of India for the work
of “Clearing Grass and Jungle in specific areas in operational area at Kalaburagi Airport.”
from the eligible contractors. The estimated cost of the work is Rs. 27,31,956/- excluding GST.
Time allowed for completion of work is 03 Months (Three) from date of start of work as per
Schedule ‘F’ Clause 5.

1. The tender shall be in the prescribed form.

2. Not more than one Tender shall be submitted by a contractor or by a firm of contractors. No two
or more concerns in which an individual is interested, as proprietor and /or partner shall tender
for the execution of the same works. If they do so, all such tenders shall be liable to be rejected.

3. The Accepting Authority as mentioned in Schedule “F” / 2(iii), shall be the Accepting Officer
hereinafter, referred to as such for the purpose of this contract.

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

5. Tender documents consisting of plans, specifications, Schedule(s) of quantities of the various


classes of work to be done, the conditions of contract and other necessary documents will be
available on CPP Portal. Tender document can be downloaded from the CPP Portal. However, to
participate in the tender/to submit the tender document, the tenderer must pay tender fee of Rs.
1,180/- (i/c. GST) through online through SBI MOPS Gateway using SBI.

6. Tenderers 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

AAI, Kalaburagi Airport (C - NIL; I - NIL; O - NIL) A-12


to risks, contingencies and other circumstances which may influence or effect their Tender. A
Tenderer 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.

7. Submission of a tender by a tenderer 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,
local conditions, local material rates and other factors bearing on the execution of the works.

8. All rates shall be quoted in Schedule of price bid in the format of ‘BOQ.xls’ in Envelope – II.

9. In case of Item rate tender, rates for all items quoted shall only be considered. Any tender
containing percentage below/above the total estimated cost is liable to be rejected. In the case of
Percentage rate tenders only percentage quoted shall be considered. Any tender containing rates
quoted for items are liable for rejection.

10. Tenders shall be received through CPP portal up to the date and time as mentioned and shall be
opened on the date and time as mentioned in CRITICAL DATA SHEET at Page A2 of Tender
document.

11. Mode of Submission of EMD and Refund of EMD

11.1 Earnest Money Deposit (EMD) for value of Rs.54,640/- (Rupees Fifty four thousand six
hundred and forty Only) in the form of online through SBI MOPS Gateway.

11.2 The tenders of the bidders who fail to submit the EMD before the stipulated time shall be
rejected outright.

11.3 The refund of EMD to the bidders who fail to qualify the eligibility / technical stage shall be
refunded within 7 days of their rejection. For all bidders whose financial bids are opened,
refund of EMD except for L1 bidder shall be processed within 7 days of opening of the
Financial Bid.

12. 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.

AAI, Kalaburagi Airport (C - NIL; I - NIL; O - NIL) A-13


13. The Accepting Authority reserves to himself the right of accepting the whole or any part of the
Tender and Tenderer shall be bound to perform the same at his quoted rates.

14. On acceptance of Tender, “Earnest Money Deposit” will be treated as part of the Security
Deposit as per Clause 1A of GCC.

15. Airports Authority of India shall return the Earnest Money Deposit where applicable to every
unsuccessful tenderer except as provided in the tender documents.

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

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

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

19. No Engineer of Gazetted rank or other Gazetted officer employed in Engineering or


Administrative duties in an Engineering Department of Airports Authority of India / Govt. of
India is allowed to work as contractor for period of two years of his retirement from Airports
Authority of India/ Government service, without the previous permission of Airports
Authority of India/Govt. of India. The contract is liable to be cancelled if either the contractor
or any of his employees is found at any time to be such a person who had not obtained the
permission of Airports Authority of India/ Govt. of India as aforesaid before submission of the
Tender or engagement in the contractor’s service.

20. The tender for the work shall remain open for acceptance for a period of 90 (Ninety) days from
the date of opening of financial bid. If any Tenderer withdraws his tender before the said period
or makes any modifications in the terms and conditions of the tender which are not acceptable
to the department, then Airports Authority of India shall without prejudice to any other right or
remedy, be at liberty to 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.

AAI, Kalaburagi Airport (C - NIL; I - NIL; O - NIL) A-14


22. AAI reserves the right to disallow issue of tender documents to working agencies whose
performance at ongoing project(s) is below par or 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 the
work). If at any stage, any information/ documents submitted by the applicant is found to
be incorrect/ false or have some discrepancy which disqualifies the 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.
a) All Tendered rates should be inclusive of all taxes but exclusive 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.

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, 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.

d) In case of change in rate of Tax or any provision relating to levy of Tax 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.

e) Employee Welfare Cess / Labour Cess will be deducted at the time of making the payment of
Running Account Bill @ 1% on value of work done by the contractor.

24.
a) All tendered rates shall be inclusive of all taxes and levies (but exclusive of GST) payable under
respective statutes. However, pursuant to the Constitution (46th amendment) Act 1982, if any
further tax or levy is imposed by Statute, after the last stipulated date for the receipt of tender

AAI, Kalaburagi Airport (C - NIL; I - NIL; O - NIL) A-15


including extensions if any and the contractor there upon necessarily and properly pays such
taxes / levies, the contractor shall be reimbursed the amount so paid, provided such payments, if
any, is not, in the opinion of the Engineer-in-charge (whose decision shall be final and binding
on the contractor) attributable to delay in execution of work within the control of the contractor.

b) The contractor shall keep necessary books of accounts and other documents for the purpose of
this condition as may be necessary and shall allow inspection of the same by a duly authorized
representative of Airports Authority of India and / or Engineer- in-charge and further shall
furnish such other information / document as the Engineer-in-charge may require from time to
time.

c) The contractor shall, within a period of 30 days of the imposition of any such further tax or levy,
pursuant to the Constitution (46th amendment) Act 1982, give a written notice thereof to the
Engineer-in-charge that same is given pursuant to this condition, together with all necessary
information relating thereto.

25. The site for the work may be made available in full or parts as decided by Engineer- in- charge.
No time extension for handing over site in phases will be granted. However, for works in active
Runway, Taxiway & Apron, site shall be made available as per NOTAM.

26. MODE OF SUBMISSION OF TENDERS:

26.1 Tender for the present work shall be submitted online through CPP Portal in two bid
system as detailed below.

26.2 Bidders are requested to upload the Scanned copy of digitally signed documents listed under
Envelope I of NIT vide page A3.

26.3 Item Rate is to be quoted in the BOQ of the tender only in Envelope-II / Price Bid. In BOQ of
tender on CPP Portal description of item & unit have been given. Full description of Item &
Unit is mentioned in Schedule of quantities. Before quoting rates in BOQ in financial bid, the
bidders are advised to read the full description of respective item & unit.

26.4 At the stipulated date and time, Envelope – I containing uploaded scanned copies of digitally
signed documents in readable form along with copy of tender fee and EMD details shall be
opened. After satisfying the requirements prescribed for Envelope-I, Envelope-II will be
opened. Original hard copy of the EMD in case of BG should be submitted to Bid Manager
before opening of Envelope-I on or before the date and time mentioned in the critical data
sheet. The offer from those contractors whose digitally signed copy of tender document,
unconditionally acceptance of the AAI’s conditions, EMD & Tender fee and other documents

AAI, Kalaburagi Airport (C - NIL; I - NIL; O - NIL) A-16


as mentioned under Envelope I of NIT are not found in “Envelope-I”, they will not be
considered and financial bid (Envelope-II) of such contractors shall not be opened.

27. This notice of Tender shall form part of the contract documents. The successful Tenderer
/contractor, on acceptance of his tender by the Accepting Authority, shall within 15 days from
the date of award of work sign the contract consisting of Notice inviting tenders, General
conditions of Contract, special /additional condition, General and particular specifications,
Tender conditions as issued at the time of invitation of Tender and acceptance thereof with any
correspondence leading thereto.

28. Consortium / Joint Ventures companies shall not be permitted. No single firm shall be m
permitted to submit two separate applications.

29. Purchase preference to the Central Public-Sector Undertakings shall be given, as


applicable, on the date of acceptance.

30. Tenderers have to submit Unique Document Identification Number (UDIN) generated
documents like Balance Sheet/Turnover certificate, Working Capital Certificate (works done
during last 5 financial years & works in hand), Net worth Certificate, Tax Deduction at Source
(TDS) Certificates for Non- Govt. works etc. as per NIT conditions duly certified by CA
(Chartered Accountant) and having UDIN. The documents submitted by bidders without UDIN
shall not be entertained.

For and on behalf of


Airports Authority of India
Signature:

Designation:

Date:

AAI, Kalaburagi Airport (C - NIL; I - NIL; O - NIL) A-17


FORM- “A”

DETAILS OF SIMILAR WORKS COMPLETED DURING THE LAST SEVEN YEARS ENDING
ON 31-07-2023.
Whether the
Name of Name and Address Awarded Cost Date of Stipulated Actual work was done
Sl.
work/ project of of work (in Rs. commencement date of date of on back-to-
No.
and Location client Lakhs) as per contract completion completion back basis
Yes/No
1 2 3 4 5 6 7 8

SIGNATURE (S) OF BIDDER (S)


(WITH STAMP)

Note: The contractor should give list of only of eligible category works of requisite amount with
supporting documents issued from client.
AAI, Kalaburagi Airport (C - NIL; I - NIL; O - NIL) A-18
FORM- “B”
FINANCIAL INFORMATION

1. Financial Analysis - Details to be furnished profit and loss account for the last five
years duly certified by the Chartered Accountant as submitted by the applicant to the
Income - Tax Department.
Fig in lakhs Rs.

Sl. Financial Year (Last five years)


Particulars
No. 2018-19 2019-20 2020-21 2021-22 2022-23

Gross Annual
1. Turnover

Turn-Over on
2. Construction Works

Profit/loss after
3. Taxes(consolidated)

Profit/loss after
4. Taxes (standalone)

The bidder should give information strictly in above format.

2. Financial arrangements for carrying out the proposed work.

Unique Document Identification Number (UDIN)…………………………………………

Signature of Chartered Accountant with Seal

SIGNATURE (S) OF BIDDER (S)

AAI, Kalaburagi Airport (C - NIL; I - NIL; O - NIL) A-19


FORM- “C”

FORM FOR CERTIFICATE OF NET WORTH FROM CHARTED ACCOUNTANT

“It is to certify that as per the audited balance sheet and profit & loss account during the

financial year …………..……………, the Net Worth of

M/s..…………………………………………………….(Name & registered address of

individual/Firm/Company), as on ………………………………..(the relevant date) is

Rs..………………………………….. after considering all liabilities. It is further certified

that, Net Worth of the company has not eroded by more than 30% in the last three years

ending on ………………………

Unique Document Identification Number (UDIN) :- …………………………………..

Signature of Chartered Accountant

……………………….

Name of Chartered Accountant

………………………

Membership of ICAI

……………………….

Date and Seal

AAI, Kalaburagi Airport (C - NIL; I - NIL; O - NIL) A-20


TENDER ACCEPTANCE LETTER
(To be given on Contractor’s Letter Head)

Date:
To
Senior Manager (E-C),
Airports Authority of India,
Kalaburagi Airport, Kalaburagi - 585 102

SUB. : Acceptance of Terms & Conditions of Tender.

(Tender ID No: 2023 _ AAI _160681_1)

Name of Work:- Clearing Grass and jungle in specific areas in operational


area at Kalaburagi Airport.

Dear Sir,

1. I/ We have downloaded / obtained the tender document(s) for the above mentioned
‘Tender/Work’ from CPP Portal web site(s) namely:
https://etenders.gov.in/eprocure/app as per your advertisement, given in the above
mentioned website(s).

2. I / We hereby certify that I / we have respected the site and read the entire terms and
conditions of the tender documents, corrigendum(s) and reply to query if any made
available to me/ us which shall form part of the contract agreement and I / we shall
abide hereby by the terms / conditions / clauses contained therein.
3. I / We hereby unconditionally accept the tender conditions of AAI’s tender documents
in its totality / entirety for above mentioned work.

4. I/We declare that I/We have not paid and will not pay any bribe to any officer of AAI
for awarding this contract at any stage during its execution or at the time of payment of

AAI, Kalaburagi Airport (C - NIL; I - NIL; O - NIL) A-21


bills, and further if any officer of AAI asks for bribe/gratification, I will immediately
report it to the Appropriate Authority in AAI’.

5. I/ We hereby submitted that I/ We paid/ submitted the required earnest money as per
NIT conditions.

6. I / We certify that all information/ documents furnished by our Firm is true & correct
and in the event at any stage, the information/ documents is found to be incorrect/ untrue
or found violated, then we shall be liable for debarment from tendering in AAI without
giving any notice or reason therefore or summarily reject the bid or terminate the
contract, without prejudice to any other rights or remedy including the forfeiture of the
full said earnest money deposit absolutely.

Yours faithfully,

(Signature of the Bidder, with Official Seal)

AAI, Kalaburagi Airport (C - NIL; I - NIL; O - NIL) A-22


UNDERTAKING REGARDING
DEBARMENT/BLACKLISTING/RESTRAINMENT
(To be given on Contractor’s Letter Head)
Name of Work:- Clearing Grass and jungle in specific areas in operational
area at Kalaburagi Airport.
(Tender ID No: 2023 _ AAI _160681_1)
I / We ………………………………………………………………… (name and post of authorized
signatory) on behalf of …………………………………………………………………. (name of firm) do
here by solemnly affirm and declare as follows:

I. Our firm is not restrained/ debarred/ blacklisted by Airports Authority of India (AAI)/ Ministry of
Civil Aviation(MoCA)/ Dept. of Expenditure(DoE), Ministry of Finance and the debarment/
blacklisting/ restrainment is not in force as on last date of opening of tender (Envelope-I, normally
called as technical bid).

II. None of Proprietor /Partners /Board Members /Directors of M/s……………………… (Name of


firm) has remained Proprietor /Partner /Board Member /Director in any firm which stands debarred
/blacklisted/restrained by AAI/ MoCA/ DoE and the debarment/ blacklisting/ restrainment is not in
force as on last date of opening of tender (Envelope-I, normally called as technical bid).
III. Our firm understands that if our firm either debarred before the date of opening of tender (first bid,
normally called as technical bid, in case of two packet/two stage bidding) or debarred before the
date of contract by AAI/ MoCA/ DoE (Debarment applicable for all Ministries/ Departments), our
bid is liable to be rejected at that stage.
IV. Our firm understands that at any stage, if above statements are found to be false, our firm shall be
liable for debarment from bidding in AAI, apart from any other appropriate contractual legal action
including debarment/ blacklisting/ restrainment, termination of the contract etc. as deemed fit.

Date: [Signature and name of the


Authorized Signatory of the firm]
Place:

AAI, Kalaburagi Airport (C - NIL; I - NIL; O - NIL) A-23


AIRPORTS AUTHORITY OF INDIA
GENERAL CONDITIONS OF CONTRACT

INDEX

Sl. No. Details of Pages Page No.

1. General Guidelines GCC-2

2. Tender forms GCC-3

i) General Rules and Directions. GCC-6

ii) Conditions of contract GCC-17

iii) Clauses of contract GCC-22

iv) A A I Safety code GCC-117

v) Model Rules GCC-124

vi) A A I contractor's labour Regulations GCC-130

vii) Various Formats to be maintained (Appendix) GCC-137

viii) Sketch of Cement Godown GCC-180

3. Proforma of Schedules A to F GCC-181

KALABURAGI C-NIL I-NIL O-NIL GCC-1


GENERAL GUIDELINES

1. This book of “General Conditions of Contract” is applicable to both types of


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

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


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

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

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

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

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

KALABURAGI C-NIL I-NIL O-NIL GCC-2


A

AIRPORTS AUTHORITY OF INDIA

Percentage Rate Tender & Contract for Work

Airport : Kalaburagi Airport, Kalaburagi

Branch : Civil Office of : SM (Engg.-Civil), Kalaburagi.

(A) Tender for the work of:- “Clearing Grass and jungle in specific areas in
operational area at Kalaburagi Airport.

(i) To be submitted/ uploaded 18.00 upto hours on 17-08-2023 in NIC CPP Portal.

(ii) To be opened in presence of tenders who may be present on 23-08-2023 at 11.00


hrs. in the office of

Issued to ---------------------------------------------------------------------------------- * Signature


of officer issuing documents ------------------------------------------------ * Designation ------
-------------------------------------------------------------------------- * Date of issue ----------------
--------------------------------------------------------------- *

*(ii) Not applicable for e-tendering

TENDER

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

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

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

KALABURAGI C-NIL I-NIL O-NIL GCC-3


A

I / We undertake and confirm that for eligibility of similar work(s) has / have not
been got executed on back to back basis through another contractor. Further 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.54,640/- (Rupees Fifty four thousand six hundred and forty Only) is paid in
the form of online through SBI MOPS Gateway using SBI. If I/we, fail to furnish the
prescribed performance bank guarantee within prescribed period, I/we agree that
the said Chairman, A.A.I. or his successors in office shall without prejudice to any
other right or remedy, be at liberty to take appropriate action as per terms of
contract. Further, if I/ we fail to commence work as specified, I/we agree that
Chairman, A.A.I. or his successors in office shall without prejudice to any other right
or remedy available in law, be at liberty to forfeit the said earnest money absolutely,
otherwise the said earnest money shall be retained by AAI towards security deposit
to execute all the works referred to in the tender documents upon the terms and
conditions contained or referred to therein and to carry out such deviations as may
be ordered, upto maximum of the percentage mentioned in Schedule 'F' and those in
excess of that limit at the rates to be determined in accordance with the provision
contained in Clause 12.2 and 12.3 of the tender form. Further, I/We agree that in case
of forfeiture of earnest money or Performance Guarantee or both Earnest Money &
Performance Guarantee as aforesaid, I/We shall be debarred for participation in the
re-tendering process of the work.

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

Date : Signatures of Contractor :

Witness: Postal Address

Occupation:

KALABURAGI C-NIL I-NIL O-NIL GCC-4


A

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-----------------------------

KALABURAGI C-NIL I-NIL O-NIL GCC-5


A

AIRPORTS AUTHORITY OF INDIA


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

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


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

the firm through an application duly signed by all


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

KALABURAGI C-NIL I-NIL O-NIL GCC-7


A

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


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

KALABURAGI C-NIL I-NIL O-NIL GCC-8


A

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

KALABURAGI C-NIL I-NIL O-NIL GCC-9


A

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


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

KALABURAGI C-NIL I-NIL O-NIL GCC-10


A

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

KALABURAGI C-NIL I-NIL O-NIL GCC-11


A

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 Item for each item should be worked out and requisite totals
Rate given. Special care should be taken to write the rates in
Tender figures as well as in words and the amount in figures only,
only. in such a way that interpolation is not possible. The total
amount should be written both in figures and in words. In
case of figures, the word ‘Rs’ should be written before the
figure of rupees and word ‘P’ after the decimal figures, e.g.
‘Rs. 2.15 P’ and in case of words, the word ‘Rupees’ should
precede and the word ‘Paise’ should be written at the end.
Unless the rate is in whole rupees and followed by the
word ‘only’ it should invariably be upto two decimal
places. While quoting the rate in schedule of quantities,
the word ‘only’ should be written closely following the
amount and it should not be written in the next line
12(A). Applicable In Percentage Rate Tender, the tenderer shall quote
for percentage below / above (in figures as well as in words)
percentage at which he will be willing to execute the work. He shall
rate tender also work out the total amount of his offer and the same
only. should be written in figures as well as in words in such a
way that no interpolation is possible. In case of figures,
the word ‘Rs’ should be written before the figure of
rupees and work ‘P’ after the decimal figures, e.g. ‘Rs. 2.15
P’ and in case of words, the word ‘Rupees’ should precede
and the word ‘Paise’ should be written at the end.
(quoting of rates in Paise is not applicable in e-tenders)

KALABURAGI C-NIL I-NIL O-NIL GCC-12


A

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


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

KALABURAGI C-NIL I-NIL O-NIL GCC-13


A

ix) In case of non-execution / completion of the work,


QPBG and EMD /SD collected till date shall be
forfeited.
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. Rates to be quoted by the parties should be inclusive of

KALABURAGI C-NIL I-NIL O-NIL GCC-14


A

all taxes, duties, CESS, fee, royalty charges etc. levied


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

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


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

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


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

Name of Name and Value of work Position of Remarks


work particulars of works in
Office where progress
work is being
executed
1 2 3 4 5
21 The contractor/bidder shall comply with the provisions of
the Apprentices Act 1961, and the rules and orders issued
KALABURAGI C-NIL I-NIL O-NIL GCC-15
A

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

KALABURAGI C-NIL I-NIL O-NIL GCC-16


A

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

KALABURAGI C-NIL I-NIL O-NIL GCC-17


A

iv. The Chairman means the Chairman Airports


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

KALABURAGI C-NIL I-NIL O-NIL GCC-18


A

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


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

KALABURAGI C-NIL I-NIL O-NIL GCC-19


A

Quantities, the Specifications and / or the Drawings, the


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

KALABURAGI C-NIL I-NIL O-NIL GCC-20


A

acceptance thereof together with any


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

KALABURAGI C-NIL I-NIL O-NIL GCC-21


A

CLAUSES OF CONTRACT
CLAUSE 1

Performance This clause is applicable for the works for which the
Guarantee estimated cost put to tender is more than Rs.5 crores
i. The contractor shall submit an irrevocable
Performance Guarantee of 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

KALABURAGI C-NIL I-NIL O-NIL GCC-22


A

shall be returned on successful completion of


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

CLAUSE 1 A

Recovery of The person/persons whose tender(s) may be accepted


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

KALABURAGI C-NIL I-NIL O-NIL GCC-23


A

forthwith on demand furnish additional security to the AAI


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

KALABURAGI C-NIL I-NIL O-NIL GCC-24


A

Clause 2

Compensati If the contractor fails to maintain the required progress in


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

KALABURAGI C-NIL I-NIL O-NIL GCC-25


A

than 2 years
0.5% of tendered value per
fortnight of delay or lesser
amount as decided by the
competent authority subject to
a maximum of 10% of the
tendered value.
Provided always that the total amount of compensation for
delay to be paid under this condition shall not exceed 10%
of the Tendered Value of work or of the Tendered Value of
the Sectional part of work as mentioned in schedule ‘F’ for
which a separate period of completion is originally given. In
case no compensation has been decided by the authority in
Schedule ‘F’ during the progress of work, this shall be no
waiver of right to levy compensation by the said authority if
the work remains incomplete on final justified extended
date of completion. If the Engineer in Charge decides to give
further extension of time allowing performance of work
beyond the justified extended date, the contractor shall be
liable to pay compensation for such extended period. If any
variation in amount of contract takes place during such
extended period beyond justified extended date and the
contractor becomes entitled to additional time under clause
12, the net period for such variation shall be accounted for
while deciding the period for levy of compensation.
However, during such further extended period beyond the
justified extended period, if any delay occurs by events
under sub clause 5.2, the contractor shall be liable to pay
compensation for such delay.

Provided that compensation during the progress of work


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

KALABURAGI C-NIL I-NIL O-NIL GCC-26


A

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 In case, the contractor completes the work ahead of


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

Clause 2B

Release of Withheld amount towards compensation for delay over and


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

KALABURAGI C-NIL I-NIL O-NIL GCC-27


A

Clause 3

When Subject to other provisions contained in this clause, the


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

KALABURAGI C-NIL I-NIL O-NIL GCC-28


A

inducement or reward for doing or forbearing to do


or for having done or forborne to do any act in
relation to the obtaining or execution of this or any
other contract for AAI.
vi. If the contractor shall enter into a contract with
Airports Authority of India in connection with which
commission has been paid or agreed to be paid by
him or to his knowledge, unless the particulars of any
such commission and the terms of payment thereof
have been previously disclosed in writing to the
Engineer-in-charge.
vii. If the contractor shall obtain a contract with AAI as a
result of wrong tendering or other non-bonafide
methods of competitive tendering or commits any
breach of Integrity Pact.
viii. If the contractor being an individual, or if a firm, any
partner thereof shall at any time be adjudged
insolvent or have a receiving order or order for
administration of his estate made against him or shall
take any proceedings for liquidation or composition
(other than a voluntary liquidation for the purpose of
amalgamation or reconstruction) under any
Insolvency Act for the time being in force or make any
conveyance or assignment of his effects or
composition or arrangement for the benefit of his
creditors or purport so to do, or if any application be
made under any Insolvency Act for the time being in
force for the sequestration of his estate or if a trust
deed be executed by him for benefit of his creditors.
ix. If the contractor being a company shall pass a
resolution or the court shall make an order that the
company shall be wound up or if a receiver or a
manager on behalf of a creditor shall be appointed or
if circumstances shall arise which entitle the court or
the creditor to appoint a receiver or a manager or
which entitle the court to make a winding up order.
x. If the contractor shall suffer an execution being levied
on his goods and allow it to be continued for a period
of 21 days.
xi. If the contractor assigns (excluding part(s) of work
assigned to other agency(s) by the contractor as per
terms of contract), transfers, sublets (engagement of
labour on a piece-work basis or of labour with
materials not to be incorporated in the work, shall not
be deemed to be subletting) or otherwise parts with

KALABURAGI C-NIL I-NIL O-NIL GCC-29


A

or attempts to assign, transfer, sublet or otherwise


parts with the entire works or any portion thereof
without the prior written approval of the Engineer-in-
Charge. When the contractor has made himself liable
for action under any of the cases aforesaid, the
Engineer-in-Charge on behalf of the Chairman, AAI
shall have powers :
a) To determine the contract as aforesaid so far as
performance of work by the Contractor of work is
concerned (of which determination notice in
writing to the contractor under the hand of the
Engineer-in-Charge shall be conclusive evidence).
Upon such determination, the Earnest Money
Deposit, Security Deposit already recovered and
Performance Guarantee under the contract shall
be liable to be forfeited and shall be absolutely at
the disposal of the AAI.
b) After giving notice to the contractor to measure up
the work of the contractor and to take such whole,
or the balance or part thereof, as shall be un-
executed out of his hands and to give it to another
contractor or any other means to complete the
work. The contractor, whose contract is
determined as above, shall not be allowed to
participate in the tendering process for the
balance work. In the event of above courses being
adopted by the Engineer-in-Charge, the contractor
shall have no claim to compensation for any loss
sustained by him by reasons of his having
purchased or procured any materials or entered
into any engagements or made any advances on
account or with a view to the execution of the
work or the performance of the contract. And in
case action is taken under any of the provision
aforesaid, the contractor shall not be entitled to
recover or be paid any sum for any work thereof
or actually performed under this contract unless
and until the Engineer-in-Charge has certified in
writing the performance of such work and the
value payable in respect thereof and he shall only
be entitled to be paid the value so certified

KALABURAGI C-NIL I-NIL O-NIL GCC-30


A

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 3 B

Debarment (i) Contractor may be debarred if it is determined under


of breached the Integrity Pact of clause 41(a) and Code of Integrity
Contractor of clause 41(b).
(ii) Contractor can also be debarred for the reasons like supply
of sub-standard material, non-supply of material, abandonment
of work, sub-standard quality of work, poor/ unsatisfactory
performance.
(iii) The period of debarment shall be upto two years

CLAUSE 4

Contractor In any case in which any of the powers conferred upon the
liable to pay Engineer-in-Charge by Clause-3 thereof, shall have become
compensati exercisable and the same are not exercised, the non-exercise
on thereof shall not constitute a waiver of any of the conditions
even if hereof and such powers shall notwithstanding be exercisable in
action not the event of any future case of default by the contractor and the
taken under liability of the contractor for compensation shall remain
Clause-3 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

KALABURAGI C-NIL I-NIL O-NIL GCC-31


A

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

KALABURAGI C-NIL I-NIL O-NIL GCC-32


A

Project or any other software with the approval of


Engineer-in-charge.
c. Contractor shall submit monthly progress reports (2
copies) highlighting status of various activities and
physical completion of work

PROGRAMME CHART

i. The Contractor shall prepare an integrated


programme chart in Project Management Software
for the execution of work, showing clearly all
activities from the start of work to completion, with
details of manpower, equipment and machinery
required for the fulfillment of the programme within
the stipulated period or earlier and submit the same
for approval to the Engineer-in- Charge within fifteen
days of award of the contract. A recovery of Rs.
2500/- (for works costing upto Rs. 5.00 Crores)/ Rs.
5000/- (for works costing more than Rs. 5.00 Crores)
shall be made on per day basis in case of delay in
submission of the above programme.
ii. The programme chart should include the following:
a) Descriptive note explaining sequence of the
various activities.
b) Network (PERT / CPM / BAR CHART).
c) Programme for procurement of materials by the
contractor.
Programme for deployment of machinery/
equipment’s having adequate capacity,
commensurate with the quantum of work to be done
within the stipulated period, by the contractor. In
addition to above, to achieve the progress of work as
per programme, the contractor must bring at site
adequate shuttering material required for cement
concrete and R.C.C. works etc. for three floors within
one month from the date of start of work till the
completion of RCC work as per requirement of work.
The contractor shall submit shuttering schedule
adequate to complete structure work within laid
down physical milestone.
iii. If at any time, it appears to the Engineer-in-Charge
that the actual progress of work does not conform to
the approved programme referred above or after
rescheduling of milestones, the contractor shall
produce a revised programme within 7 (seven) days,

KALABURAGI C-NIL I-NIL O-NIL GCC-33


A

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/ Primavera software with base line
programme referred above for the work done during
previous month to the Engineer-in-charge on or
before 5th day of each month failing which a recovery
Rs. 2500/ - (for works costing upto Rs.5.00 Crores)/
Rs. 5000/- (for works costing more than Rs.5.00
Crores) shall be made on per day basis in case of
delay in submission of the monthly progress report.
5.2 If the work(s) be delayed by:-
i. Force majeure, or an act of terrorism
ii. Abnormally bad weather, or
iii. Serious loss or damage by fire, or
iv. Civil commotion, local commotion of workmen,
strike or lockout, affecting any of the trades
employed on the work, or
v. Delay on the part of other contractors or tradesmen
engaged by Engineer- in- Charge for executing
work not forming part of the Contract, or
vi. Non-availability of stores, which are the
responsibility of AAI to supply or
vii. Non-availability or break down of tools and Plant to
be supplied or supplied by AAI or
viii. Any other cause which, in the absolute discretion of
the Engineer-in-Charge is beyond the Contractor’s
control. then upon the happening of any such event
causing delay, the contractor shall immediately
give notice thereof in writing to the Engineer-in-
Charge but shall nevertheless use constantly his
best endeavors to prevent or make good the delay

KALABURAGI C-NIL I-NIL O-NIL GCC-34


A

and shall do all that may be reasonably required to


the satisfaction of the Engineer-in-charge to
proceed with the works. All correspondence
with the agency and concerned stakeholders
during execution of works will be taken into
consideration for evaluation of hindrances
causing delay, for grant of extension of time by
the Competent Authority
5.3 Request for rescheduling of Milestones and extension of
time, to be eligible for consideration, shall be made by the
contractor in writing within fourteen days of the
happening of the event causing delay on the prescribed
form to the authority indicated in schedule ‘F’. The
contractor may also, if practicable, indicate in such a
request the period for which extension is desired.
5.4 In any such case the Engineer-in-Charge with the approval
of authority indicated in Schedule ‘F’ may give a fair and
reasonable extension of time and reschedule the
Milestones for completion of work. Such extension or re-
scheduling of the milestone shall be communicated to the
contractor by the Engineer-in-charge in writing, within 1
month or 4 weeks of the date of receipt of such request
respectively. Non-application by the contractor for
extension of time / rescheduling of milestones shall not be
a bar for giving a fair and reasonable extension / re-
scheduling of milestones by the Engineer-in-charge with
the approval of authority indicated in schedule ‘F’ and this
shall be binding on the contractor

CLAUSE 6

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


of Work ascertain and determine by measurement, the value in
Done accordance with the contract of work done.
All measurement of all items having financial value shall
be entered in Measurement Book and/or level field book
so that a complete record is obtained of all works
performed under the contract.
All measurements and levels shall be taken jointly by the
Engineer-in-Charge or his authorised representative and
by the contractor or his authorised representative from
time to time during the progress of the work and such
measurements shall be signed and dated by the Engineer-
in-Charge and the contractor or their representatives in
token of their acceptance. If the contractor objects to any

KALABURAGI C-NIL I-NIL O-NIL GCC-35


A

of the measurements recorded, a note shall be made to


that effect with reason and signed by both the parties.
If for any reason the contractor or his authorised
representative is not available and the work of recording
measurements is suspended by the Engineer-in- Charge
or his representative, the Engineer-in-Charge and the
Department shall not entertain any claim from contractor
for any loss or damages on this account. If the contractor
or his authorised representative does not remain present
at the time of such measurements after the contractor or
his authorised representative has been given a notice in
writing three (3) days in advance or fails to countersign
or to record objection within a week from the date of the
measurement, then such measurements recorded in his
absence by the Engineer- in- Charge or his representative
shall be deemed to be accepted by the Contractor.
The contractor shall, without extra charge, provide all
assistance with every appliance, labour and other things
necessary for measurements and recording levels.
Except where any general or detailed description of the
work expressly shows to the contrary, measurements
shall be taken in accordance with the procedure set forth
in the specifications notwithstanding any provision in the
relevant Standard Method of measurement or any general
or local custom. In the case of items which are not
covered by specifications, measurements shall be taken in
accordance with the relevant standard method of
measurement issued by the Bureau of Indian Standards
and if for any item no such standard is available, then a
mutually agreed method shall be followed.
The contractor shall give, not less than seven days’ notice
to the Engineer-in- Charge or his authorised
Representative of the work, before covering up or
otherwise placing beyond the reach of measurement any
work in order that the same may be measured and
correct dimensions thereof be taken before the same is
covered up or placed beyond the reach of measurement
and shall not cover up and place beyond reach of
measurement any work without consent in writing of the
Engineer-in-Charge or his authorised representative of
the work who shall within the aforesaid period of seven
days inspect the work, and if any work shall be covered
up or placed beyond the reach of measurements without
such notice having been given or the Engineer-in-
Charge’s consent being obtained in writing, the same shall

KALABURAGI C-NIL I-NIL O-NIL GCC-36


A

be uncovered at the Contractor’s expense, or in default


thereof no payment or allowance shall be made for such
work or the materials with which the same was executed.
Engineer-in-Charge or his authorised representative may
cause either themselves or through another officer of the
department to check the measurements recorded jointly
or otherwise as aforesaid and all provisions stipulated
herein above shall be applicable to such checking of
measurements or levels.
It is also a term of this contract that recording of
measurements of any item of work in the measurement
book and/or its payment in the interim, on account or
final bill shall not be considered as conclusive evidence as
to the sufficiency of any work or material to which it
relates nor shall it relieve the contractor from liabilities
from any over measurement or defects noticed till
completion of the defects liability period

Clause 6 A

Computerised Computerized measurement is mandatory for works


Measurement costing more than Rs 5.00 Lacs. However in case of works
Book costing lesser than Rs. 5.00 Lacs Engineer-in- Charge may
decide for adopting computerized measurement if
required, except as otherwise provided, ascertain and
determine by measurement the value of work done in
accordance with the contract. All measurements of all
items having financial value shall be entered by the
contractor and compiled in the shape of the
Computerized Measurement Book having pages of A-4
size as per the format of the department so that a
complete record is obtained of all the items of works
performed under the contract
All such measurements and levels recorded by the
contractor or his authorised representative from time to
time, during the progress of the work, shall be got
checked by the contractor from the Engineer-in-Charge or
his authorised representative as per interval or program
fixed in consultation with Engineer-in- Charge or his
authorised representative. After the necessary
corrections made by the Engineer-in- Charge, the
measurement sheets shall be returned to the contractor
for incorporating the corrections and for resubmission to
the Engineer-in-Charge for the dated signatures by the
Engineer-in-Charge and the contractor or their

KALABURAGI C-NIL I-NIL O-NIL GCC-37


A

representatives in token of their acceptance. Whenever


bill is due for payment, the contractor would initially
submit draft computerized measurement sheets and
these measurements would be got checked/test checked
from the Engineer-in-Charge and/or his authorized
representative. The contractor will, thereafter,
incorporate such changes as may be done during these
checks/test checks in his draft computerized
measurements, and submit to the department a
computerized measurement book, duly bound, and with
its pages machine numbered. The Engineer-in-Charge
and/or his authorised representative would thereafter
check this MB, and record the necessary certificates for
their checks / test checks. The final, fair, computerized
measurement book given by the contractor, duly bound,
with its pages machine numbered, should be 100%
correct, and no cutting or overwriting in the
measurements would thereafter be allowed. If at all any
error is noticed, the contractor shall have to submit a
fresh computerized MB with its pages duly machine
numbered and bound, after getting the earlier MB
cancelled by the department. Thereafter, the MB shall be
taken in the records of Engineer-in-charge, and allotted a
number as per the Register of Computerized MBs. This
should be done before the corresponding bill is submitted
to the Engineer-in-charge for payment. The contractor
shall submit two spare copies of such computerized MB’s
for the purpose of reference and record by the various
officers of the department. The contractor shall also
submit to the department separately his computerized
Abstract of Cost and the bill based on these
measurements, duly bound, and its pages machine
numbered along with two spare copies of the “bill.
Thereafter, this bill will be processed by the Engineer-in-
charge and allotted a number as per the computerized
record in the same way as done for the measurement
book meant for measurements. The contractor shall,
without extra charge, provide all assistance with every
appliance, labour and other things necessary for checking
of measurements / levels by the Engineer-in-charge or his
representative. Except where any general or detailed
description of the work expressly shows to the contrary,
measurements shall be taken in accordance with the
procedure set forth in the specifications notwithstanding
any provision in the relevant Standard Method of

KALABURAGI C-NIL I-NIL O-NIL GCC-38


A

measurement or any general of local custom. In the case


of item which are not covered by specifications,
measurements shall be taken in accordance with the
relevant standard method of measurement issued by the
Bureau of Indian Standards and if for any item no such
standard is available then a mutually agreed method shall
be followed. The contractor shall give not less than seven
days’ notice to the Engineer-in- Charge or his authorized
representative of the work before covering up or
otherwise placing beyond the reach of checking and / or
test checking the measurement of any work in order that
the same be checked and / or test checked and correct
dimensions thereof be taken before the same is covered
up or placed beyond the reach of checking and / or test
checking measurement and shall not cover up and place
beyond reach of measurement any work without
consent in writing of the Engineer-in-charge or his
authorized representative of the work who shall within
the aforesaid period of seven days inspect the work, and if
any work shall be covered up or placed beyond the reach
of checking and / or test checking measurements without
such notice having been given or the Engineer-in charge’s
consent being obtained in writing the same shall be
uncovered at the contractor’s expense, or in default
thereof no payment or allowance shall be made for such
work or the materials with which the same was executed.
Engineer-in-charge or his authorised representative may
cause either themselves or through another officer of the
department to check the measurements recorded by
contractor and all provisions stipulated herein above
shall be applicable to such checking of measurements or
levels. It is also a term of this contract that checking
and/or test checking the measurements of any item of
work in the measurement book and/or its payment in the
interim, on account of final bill shall not be considered as
conclusive evidence as to the sufficiency of any work or
material to which it relates nor shall it relieve the
contractor from liabilities from any over measurement or
defects noticed till completion of the defects liability
period

CLAUSE 7

Payment on No payment shall be made for work, estimated to cost Rs.


Intermediate One lac or less till after the whole of the work shall have

KALABURAGI C-NIL I-NIL O-NIL GCC-39


A

Certificate to been completed and certificate of completion given. For


be regarded works estimated to cost over Rs. One lac, the interim or
as Advances running account bills shall be submitted by the contractor
for the work executed on the basis of such recorded
measurements on the format of the Department in
triplicate on or before the date of every month fixed for the
same by the Engineer-in-Charge. The contractor shall not
be entitled to be paid any such interim payment if the gross
work done together with net payment/ adjustment of
advances for material collected, if any, since the last such
payment is less than the amount specified in Schedule ‘F’,
in which case the interim bill shall be prepared on the
appointed date of the month after the requisite progress is
achieved. Engineer-in- Charge shall arrange to have the bill
verified by taking or causing to be taken, where necessary,
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

KALABURAGI C-NIL I-NIL O-NIL GCC-40


A

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


Certificate contractor shall give notice of such completion to the
and Engineer-in-Charge and within thirty days of the receipt of
Completion such notice, the Engineer-in-Charge shall inspect the work
Plans and if there is no defect in the work, shall furnish the
contractor with a final certificate of completion, otherwise
a provisional certificate of physical completion indicating
defects (a) to be rectified by the contractor and/or (b) for
which payment will be made at reduced rates, shall be
issued. But no final certificate of completion shall be
issued, nor shall the work be considered to be complete for
‘Civil Construction Works’ until the contractor shall have
removed from the premises on which the work shall be
executed all scaffolding, surplus materials, rubbish and all
huts and sanitary arrangements required for his/their
work people on the site in connection with the execution of
the works as shall have been erected or constructed by the
contractor(s) and cleaned off the dirt from all wood work,
doors, windows, walls, floor or other parts of the building,
in, upon, or about which the work is to be executed or of
which he may have had possession for the purpose of the
execution; thereof, and not until the work shall have been

KALABURAGI C-NIL I-NIL O-NIL GCC-41


A

measured by the Engineer-in-charge. If the contractor shall


fail to comply with the requirements of this Clause as to
removal of scaffolding, surplus materials and rubbish and
all huts and sanitary arrangement as aforesaid and
cleaning off dirt on or before the date fixed for the
completion of work, the Engineer-in- charge may at the
expense of the contractor remove such scaffolding, surplus
materials and rubbish etc., and dispose of the same as he
thinks fit and clean off such dirt as aforesaid, and the
contractor shall have no claim in respect of scaffolding or
surplus materials as aforesaid except for any sum actually
realized by the sale thereof.
a. For electrical and mechanical capital works: The
contractor shall remove the rubbish from the site.
Following conditions must be met before recording
completion certificate : Submits completion plan,
maintenance manual, manufactures catalogue and gives
performance test for system.
b. For repair works: The performance of the repaired
system has been tested and found satisfactory.
c. For AMC work: The system has been tested for its
performance / completeness and taken over by AAI / next
agency for operation and maintenance

CLAUSE 8 A

Contractor to When the annual repairs and maintenance of works are


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

CLAUSE 8 B

Completion The contractor shall submit completion plan as required


Plans to be vide General Specifications for Electrical works (Part-I

KALABURAGI C-NIL I-NIL O-NIL GCC-42


A

Submitted by internal) 2013 and (Part -II External) 1994 or latest


the available specifications, as applicable within thirty days of
Contractor the completion of the work. The contractor shall submit
completion plan for building works, all services, and obtain
occupancy certificate from local bodies on the basis of
completion drawings within a period of 30 days from the
date of completion. The contractor shall also submit
catalogues of all equipment’s and maintenance manual for
the complete E & M systems. If contractor fails to submit
completion plans of all works, he shall be liable to pay
compensation @ 0.5% of the tendered value of works
costing up to Rs. 5 Crores subject to maximum of Rs. 1.00
Lac and 0.25% for works costing more than Rs. 5 crores
subject to maximum of Rs. 1.5.Lac. The decision of Project-
in-charge in this regard shall be final and binding on the
contractor
CLAUSE 9

Payment of The corrected final bill shall be submitted by the contractor


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

KALABURAGI C-NIL I-NIL O-NIL GCC-43


A

limit which will be compounded on yearly basis, provided


the final bill submitted by the contractor found to be in
order. The Final bill shall be prepared for both L1 & L2
bidders for all tendered items (excluding Extra Items based
on market rate) and payment shall be made on the basis of
lower of the two.
CLAUSE 9 A
Payment of Payments due to the contractor and refund of various
contractor’s nature may, if so desired by him and wherever possible in
bills to Banks banks be made through electronic payment mechanism
instead of direct to him, provided that the contractor
furnishes to the Engineer-in- Charge.
i. Informations as per proforma attached.
ii. An authorization in the form of a legally valid document
such as power of attorney conferring authority on the bank
to receive payments and
iii. His own acceptance of the correctness of the amount
made out as being due to him by Authority or his signature
on the bill or other claim preferred against Authority
before settlement by the Engineer-in-charge of the account
or claim by payment to the bank. While the receipt given by
such banks shall constitute a full and sufficient discharge
for the payment, the contractor shall whenever possible
present his bills duly receipted and discharged through his
bank.
Nothing herein contained shall operate to create in favour
of the bank any rights or equities vis-à-vis the Airports
Authority of India
CLAUSE 10
Materials Materials which Authority will supply are shown in
supplied by Schedule ‘B’ which also stipulates quantum, place of issue
Authority and rate(s) to be charged in respect thereof. The contractor
shall be bound to procure them from the Engineer-in-
charge. As soon as the work is awarded, the contractor
shall finalise the programme for the completion of work as
per clause 5 of this contract and shall give his estimates of
materials required on the basis of drawings/ or schedule of
quantities of the work. The contractor shall give in writing
his requirement to the Engineer-in-charge, which shall be
issued to him keeping in view the progress of work as
assessed by the Engineer-in- Charge in accordance with the
agreed phased programme of work indicating monthly
requirements of various materials. The contractor shall
KALABURAGI C-NIL I-NIL O-NIL GCC-44
A

place his indent in writing for issue of such materials at


least 7 days in advance of his requirement. Such materials
shall be supplied for the purpose of the contract only and
the value of the materials so supplied at the rates specified
in the aforesaid schedule shall be set off or deducted, as
and when materials are consumed in items of work
(including normal wastage) for which payment is being
made to the contractor, form any sum then due or which
may therefore become due to the contractor under the
contract or otherwise or from the security deposit. At the
time of submission of bills, the contractor shall certify that
balance of materials supplied is available at site in original
good condition. The contractor shall submit along with
every running bill (on account or interim bill) material-
wise reconciliation statements supported by complete
calculations reconciling total issue, total consumption and
certified balance (diameter / section-wise in the case of
steel) and resulting variations and reasons thereof.
Engineer-in-charge shall (whose decision shall be final and
binding on the contractor) be within his rights to follow the
procedure of recovery in clause 42 at any stage of the work
if reconciliation is not found to be satisfactory. The
contractor shall bear the cost of getting the material issued,
loading, transporting to site, unloading, storing under cover
as required, cutting assembling and joining the several
parts together as necessary. Notwithstanding anything to
the contrary contained in any other clause of the contract
and all stores / materials so supplied to the contractor or
procured with the assistance of the AAI shall remain the
absolute property of Authority and the contractor shall be
the trustee of the stores/ materials, and the said stores/
materials shall not be removed/ disposed off from the site
of the work on any account and shall be at all times open to
inspection by the Engineer-in-charge or his authorised
agent. Any such stores / materials remaining unused shall
be returned to the Engineer- in-charge in as good a
condition in which they were originally supplied at a place
directed by him, at a place of issue or any other place
specified by him as he shall require, but in case it is decided
not to take back the stores / materials the contractor shall
have no claim for compensation on any account of such
stores / materials so supplied to him as aforesaid and not
used by him or for any wastage in or damage to in such
stores / materials. On being required to return the stores /
materials, the contractor shall hand over the stores/

KALABURAGI C-NIL I-NIL O-NIL GCC-45


A

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 1. The contractor shall, at his own expense, provide all


be materials, required for the works other than those
provided by which are stipulated to be supplied by the Authority.

KALABURAGI C-NIL I-NIL O-NIL GCC-46


A

the 2. The contractor shall, at his own expense and without


contractor delay; supply to the Engineer in- charge samples of
and materials to be used on the work and shall get these
Mandatory approved in advance. All such materials to be provided
Tests by the contractor shall be in conformity with the
specifications laid down or referred to in the contract.
The contractor shall, if requested by the Engineer-in-
charge furnish proof, to the satisfaction of the
Engineer-in- charge that the materials so comply. The
Engineer-in-charge shall within thirty days of supply of
samples or within such further period as he may
require intimate to the Contractor in writing whether
samples are approved by him or not. If samples are not
approved, the Contractor shall forthwith arrange to
supply to the Engineer-in charge for his approval, fresh
samples complying with the specifications laid down in
the contract. When materials are required to be tested
in accordance with specifications, approval of the
Engineer-in-charge shall be issued after the test results
are received.
3. The contractor shall at his risk and cost submit the
samples of materials to be tested or analyzed and shall
not make use of or incorporate in the work any
materials represented by the samples until the
required tests or analysis have been made and
materials finally accepted by the Engineer-in-charge.
4. If any additional tests apart from mandatory tests
specified in the contract are required to be carried out
at the instance of AAI or any other advisory body, to
ensure conformity of the item to the contract
specifications, the cost of such tests shall be borne by
AAI. In case the material / equipment fails in the above
tests, the expenditure incurred by AAI on testing of
such material or equipment along with incidental
charges borne by AAI (if any) shall be recovered from
the dues of the contractor and action shall be taken
under Clause 16 and other relevant clauses of the
contract.
5. The contractor shall not be eligible for any claim or
compensation either arising out of any delay in the
work or due to any corrective measures required to be
taken on account of and as a result of testing of
materials.
6. The contractor shall, at his risk and cost, make all
arrangements and shall provide all facilities as the

KALABURAGI C-NIL I-NIL O-NIL GCC-47


A

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 removal and substitution
shall be borne by the Contractor.
8. The contractor shall at his own expense, provide a
material testing lab at the site for conducting routine
field tests. The lab shall be equipped at least with the
testing equipment as specified in Schedule F.
9. Details in respect of all mandatory tests shall be
maintained in the desired format and attached with
each Running Account Bill.

CLAUSE 10 B

(1) Secured 1. The Contractor, on signing an indenture in the form


Advance on to be specified by the Engineer-in- charge, shall be
Nonperishable entitled to be paid during the progress of the
materials execution of the work upto 75% of the assessed
value of any materials which are in the opinion of
the Engineer-in-charge nonperishable, nonfragile
and noncombustible and are in accordance with the
contract and which have been brought on the site in

KALABURAGI C-NIL I-NIL O-NIL GCC-48


A

connection therewith and are adequately stored


and/ or protected against damage by weather or
other causes but which have not at time of advance
been incorporated in the works. When materials on
account of which an advance has been made under
this sub-clause are incorporated in the work, the
amount of such advance shall be recovered/
deducted from the next payment made under any of
the clause or clauses of this contract.
Such secured advance shall also be payable on other
items of perishable nature, fragile and combustible
with the approval of the Engineer-in-charge
provided the contactor provides a comprehensive
insurance cover for the full cost of such materials.
The decision of the Engineer-in-charge shall be final
and binding on the contractor in this matter. No
secured advance, shall however, be paid on high-risk
materials such as ordinary glass, sand, petrol, diesel
etc.
The secured advance shall also be payable against
items brought at site for use in electrical and
mechanical systems. Such secured advance shall be
paid on submission of Collateral Bank Guarantee
submitted by the vendor against the payment in case
equipment / system fails to perform on testing and
commissioning. Normally secured advance is paid
up to 75% of the assessed value of items but in any
case it shall not exceed 80% of cost of items
indicated for supply of equipment
(II) Mobilisation 2. Mobilization advance not exceeding 10% of the
Advance tendered value shall be paid for the works costing
more than Rs 5.00 Cr, subject to the availability of
funds and if requested by the contractor in writing
within period as indicated below.
a. For the works costing between Rs. 5 crores –
Rs.100 crores the application for the issue of
mobilization advance must be received in writing
within 30 days of handing over of the site.
b. For the works costing more than Rs. 100 crores
the application for the issue of mobilization advance
must be received in writing within 45 days of
handing over of the site.
c. The contractor shall execute a Bank Guarantee
Bond from any Scheduled Bank but not Co-operative
or Gramin Bank as specified by Engineer-in-charge

KALABURAGI C-NIL I-NIL O-NIL GCC-49


A

for 110% of value of installment of mobilization


advance before such advance is released. The first
installment should not exceed Rs.20.00 Cr. for the
work for which the estimated cost is kept as
Rs.500.00 Cr. or more. The No. of installments shall
be decided by AAI depending on progress of work
and availability of funds.
d. The second and subsequent installments shall be
released by the Engineer-in-charge only after the
contractor furnishes a proof of the satisfactory
utilization of the earlier installment to the entire
satisfaction of the Engineer-in-charge. Provided
provision of Clause 10B (II) shall be applicable only
when so provided in Schedule ‘F’. The contractor
shall accordingly submit Bank Guarantee in parts for
release of corresponding mobilization advance and
validity of BG shall be for a extended period of 3
months beyond stipulated date of completion.
Interest on 3. The mobilization advance bear simple interest at the
Mobilisation rate of 10% per annum and shall be calculated from
advance the date of payment to the date of recovery, both days
inclusive, on the outstanding amount of advance.
a. However, in rare cases, wherein progress of work is
delayed beyond stipulated period of completion due
to reasons beyond control of contractor, deferment in
recovery of mobilization advance with accumulated
interest thereon may be considered by AAI. In such
case of deferred recovery, an enhanced rate of
interest i.e 15% per annum shall be payable with
recovery of outstanding mobilization amount @ 50%
of gross value of running account bill(s), subject to
Engineer-In- Charge certifying that deferment
towards recovery of outstanding advance is proposed
in the overall interest of the project and is
necessitated to improve the progress of work
Recovery of 4. Recovery of such advanced of sums against above and
Mobilisation the interest thereon shall be made by deduction from
advance (the contractor’s bill) the on-account payments in
suitable percentage in relation to the stipulated
period of completion as detailed below :
a. 25% of the amount advanced plus interest due upto
1/4th of the stipulated period of the completion.
b. 60% of the amount advanced plus interest due upto
½ of the stipulated period of the completion.
c. 100% of the amount advanced plus interest due

KALABURAGI C-NIL I-NIL O-NIL GCC-50


A

upto 3/4th of the stipulated period of the completion


or 80% of the progress of work whichever is earlier.
d. Wherein progress of work is delayed beyond
stipulated period of completion due to reasons
beyond control, deferment in recovery of mobilization
advance with accumulated interest thereon may be
considered at an enhanced rate of interest i.e. 15%
per annum with recovery of outstanding mobilization
advance @50% of gross value of running account bill.
e. In case requisite amount as recoverable above is
not available in on- account payments mentioned
above, the agency shall deposit the same within 7
days of its due otherwise all Bank Guarantees
submitted by the agency towards mobilization
advance shall be encashed by the Engineer-in-charge

CLAUSE 10 C

Payment on If after submission of the tender, the price of any material


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

KALABURAGI C-NIL I-NIL O-NIL GCC-51


A

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. The
cost of work for which escalation applicable (w) is same as
cost of work done as worked out as indicated in clause 10
CC minus the amount of full assessed value of secured
advances

CLAUSE 10 CA

Payment due If after submission of the tender, the price of materials


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

However for work done/ during the justified period


extended as above, it will be limited to indices prevailing at

KALABURAGI C-NIL I-NIL O-NIL GCC-52


A

the time of updated stipulated date of completion


considering the effect of extra work (Extra time to be
calculated on pro-rata basis only as cost of extra work X
stipulated period / tendered cost).

The increase / decrease in prices of cement, steel


reinforcement, structural steel, Bitumen and POL shall be
determined by the Price indices issued by the Director
General, CPWD. For other items provided in the Schedule
‘F’, this shall be determined by the All India Wholesale
Price Indices of materials as published by Economic
Advisor to Government of India, Ministry of Commerce and
Industry. Base price for cement, steel reinforcement,
structural steel and POL shall be as issued under authority
of Director General, CPWD applicable for Delhi including
Noida, Gurgaon, Faridabad and Ghaziabad and for other
places as issued under the authority of Zonal Chief
Engineer, CPWD and base price of other materials issued
by concerned Zonal Chief Engineer and as indicated in
Schedule ‘F’. In case, price index of a particular material is
not issued by Ministry of Commerce and Industry then the
price index of nearest similar material as indicated in
Schedule F shall be followed. The amount of the contract
shall accordingly be varied for all such materials worked
out as per the formula given below for individual material:
Adjustment for component of individual material.

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

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


the amount in rupees to be paid or recovered

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


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

For Projects and original works

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


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

KALABURAGI C-NIL I-NIL O-NIL GCC-53


A

For maintenance works

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


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

Cl0 = Price index for cement, steel reinforcement bars,


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

Provided always that provisions of the preceding Clause 10


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

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


work, it is noticed that any material brought at site is in
excess of requirement, then amount of escalation if paid

KALABURAGI C-NIL I-NIL O-NIL GCC-54


A

earlier on such excess quantity of material shall be


recovered on the basis of cost indices as applied at time of
payment of escalation or as prevailing at the time of
effecting recovery, whichever is higher.

iii. Cement mentioned wherever in this clause includes


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

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

Clause 10CC

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


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

i. The base date for working out such escalation shall be the
last stipulated date of the receipt of tenders including
extension, if any.
ii. The cost of work on which escalation will be payable
shall be reckoned as below:
a. Gross value of work done upto this quarter (A)
b. Gross value of work done upto the last quarter (B)

KALABURAGI C-NIL I-NIL O-NIL GCC-55


A

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)

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


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

Vm = W x Xm x Ml-Ml0
100 Ml0
Vm = Variation in material cost i.e. increase or decrease in
the amount in rupees to be paid or recovered.
W = Cost of work done, worked out as indicated in sub para

KALABURAGI C-NIL I-NIL O-NIL GCC-56


A

(ii)of Clause 10 CC
Xm = Component of ‘materials’ (except cement, structural
steel, reinforcement bars, POL and other materials covered
under clause10 CA) expressed as percent of the total value of
work.
Ml = All India wholesale price index for civil component/
electrical component* of construction material as worked
out on the basis of All India Wholesale Price Index for
Individual Commodities / Group Items for the period under
consideration as published by the Economic Advisor to
Government of India, Ministry of Industry & Commerce and
applying weightage to the Individual Commodities/ Group
Items(in respect to the justified period extended under the
provisions of clause 5 of the contract without any action
under Clause 2, the index prevailing at the time of updated
stipulated date of completion considering the effect of extra
work(extra time to be calculated on prorate basis only as
cost of extra work x stipulated period/tendered cost, shall be
considered.)
Ml0 = All India wholesale price index for civil component/
electrical component* of construction material as worked
out on the basis of All India Wholesale Price Index for
Individual Commodities / Group Items valid on the last
stipulated date of receipt of tenders including extensions, if
any, as published by the Economic Advisor to Government of
India, Ministry of Industry and Commerce and applying
weightage to the Individual Commodities / Group Items. *
Note: relevant component only will be applicable
POL n. Formula for adjustment in POL cost
VF = W x Z x Fl-Fl0
100 Fl0
VF = Variation in cost of Fuel, Oil & Lubricant i.e. increase or
decrease in the amount in rupees to be paid or recovered.
W = Cost of work done, worked out as indicated in sub para
(ii) of Clause 10 CC
Z = Component of Fuel, Oil and Lubricant expressed as a
percentage of the total value of the work
Fl = All India wholesale price index for Fuel, Oil and
Lubricant for the period under consideration as published
by the Economic Advisor to Government of India, Ministry of
Industry & Commerce (in respect to the justified period
extended under the provisions of clause 5 of the contract
without any action under Clause 2, the index prevailing at
the time of updated stipulated date of completion or the

KALABURAGI C-NIL I-NIL O-NIL GCC-57


A

prevailing index of the period under consideration,


whichever is less, shall be considered)
Fl0 = All India wholesale price index for Fuel, Oil and
Lubricant valid on the last stipulated date of receipt of
tenders including extensions, if any.

The following principles shall be followed while working out


the indices mentioned in above Para
a. The compensation for escalation shall be worked out at
quarterly intervals and shall be with respect to the cost of
work done as per bills paid during the three calendar
months of the said quarter. The dates of preparation of bills
as finally entered in the measurement book/date of
submission of bill finally by the contractor to the
department in case of computerized measurement book
shall be the guiding factor to decide the bills relevant to the
quarterly interval. The first such payment shall be made at
the end of three months after the month (excluding the
month in which the tender was accepted) and thereafter at
three months’ interval. At the time of completion of the
work, the last period for payment might become less than 3
months depending on the actual date of completion.
b. The index (MI/FI etc.) relevant to any quarter/ period for
which such compensation is paid shall be the arithmetical
average of the indices relevant to the three calendar months.
If the period up to date of completion after the quarter
covered by the last such installment of payment is less than
three months, the index MI and FI shall be the average of the
indices for the months falling within that period
Labour vi Formula for adjustment in Labour cost

The compensation for escalation for labour shall be worked


out as per the formula given below:
Vl = W x Y x Ll-Ll0
100 Ll0

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


decrease in rupees to be paid or recovered

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


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

KALABURAGI C-NIL I-NIL O-NIL GCC-58


A

Ll = Minimum wage in rupees of an unskilled adult male


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

KALABURAGI C-NIL I-NIL O-NIL GCC-59


A

specified in Schedule F.
b. The Engineer-in-charge shall otherwise be entitled to lay
down the procedure by which the provision of this sub
clause shall be implemented from time to time and the
decision of the Engineer-incharge in this behalf shall be final
and binding on the contractor.
ix. Provided always that :
a. Where provisions of clause 10CC are applicable,
provisions of clause 10C will not be applicable but
provisions of clause 10CA will be applicable.
b. Where provisions of clause 10CC are not applicable,
provisions of Clause 10C and 10CA will become applicable.
Note: Updated stipulated date of completion ( period of
completion plus extra time for extra work for compensation
under clause 10C, 10CA and 10CC, the factor of 1.25 taken
into account for calculating the extra time under clause 12.1
for extra time shall not be considered while calculating the
updated stipulated date of completion for this purpose in
clause 10C. clause 10 CA, and clause 10CC.
The date of preparation of bill shall be as finally entered in
the measurement book by AM / Mgr. / SM / AGM or the date
of submission of bill by the contractor to the Department.
This shall be the guiding factor to decide the bill relevant to
that period in case of computerized billing

CLAUSE 10 D

Dismantled The contractor shall treat all materials obtained during


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

CLAUSE 11

Work to be The contractor shall execute the whole and every part of
executed in the work in the most substantial and workmanlike
accordance manner both as regards materials and otherwise in every
with respect in strict accordance with the specifications. The
specifications contractor shall also conform exactly, fully and faithfully
, drawings, to the design, drawings and instructions in writing in
orders etc. respect to the work signed by the Engineer in charge and
the contractor shall be furnished free of charge one copy
of the contract documents together with specifications,
designs, drawings and instructions as are not included in

KALABURAGI C-NIL I-NIL O-NIL GCC-60


A

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


variations alteration in, omissions from, additions to, or
extent and substitutions for the original specifications, drawings,
pricing designs and instructions that may appear to him to be
necessary or advisable during the progress of the work,
and (ii) to omit a part of the works in case of non-
availability of a portion of the site or for any other
reasons and the contractor shall be bound to carry out the
works in accordance with any instructions given to him in
writing signed by the Engineering- charge and such
alterations, omissions, additions or substitutions shall
form part of the contract as if originally provided therein
and any altered, additional or substituted work which the
contractor may be directed to do in the manner specified
above as part of the works, shall be carried out by the
contractor on the same conditions in all respects
including price on which he agreed to do the main work
except as hereafter provided
12.1 The time for completion of the works shall, in the event of
any deviations resulting in additional cost over the
tendered value being ordered, be extended, if requested
by the contractor, as follows:
i. In the proportion which the additional cost of the
altered, additional or substituted work, bears to the
original tendered value plus
ii. 25% of the time calculated in (i) above or such

KALABURAGI C-NIL I-NIL O-NIL GCC-61


A

further additional time as may be considered


reasonable by the engineer-in-charge
12.2 Deviation, In the case of extra item(s) (items that are completely
Extra Items new, and in addition to the items contained in the
and Pricing contract) the contractor may within fifteen days of
receipt of order or occurrence of the item(s) claim rates,
supported by proper analysis, for the work and the
Engineer-in-charge shall within Six weeks of the receipt
of the claims supported by analysis, after giving
consideration to the analysis of the rates submitted by
the contractor, determine the rates on the basis of the
market rates and the contractor shall be paid in
accordance with the rates so determined.
Deviation, In the case of substituted items (items that are taken up
substituted with partial substitution or in lieu of items of work in the
items pricing contract), the rate for the agreement item (to be
substituted) and substituted item shall also be
determined in the manner as mentioned in the following
para.
(i) If the market rate for the substituted item so
determined is more than the market rate of the
agreement item (to be substituted), the rate payable to
the contractor for the substituted item shall be the rate
for the agreement item (to be substituted) so increased to
the extent of the difference between the market rates of
substituted item and the agreement item (to be
substituted).
(ii) If the market rate for the substituted item so
determined is less than the market rate of the agreement
item (to be substituted), the rate payable to the
contractor for the substituted item shall be the rate for
the agreement item (to be substituted) so decreased to
the extent of the difference between the market rates of
substituted item and the agreement item (to be
substituted).
Deviation, In the case of contract items, substituted items, contract
Deviated cum substituted items, which exceed the limits laid down
Quantities, in schedule F, the contractor may within fifteen days of
Pricing receipt of order or occurrence of the excess, claim
revision of the rates, supported by proper analysis for the
work in excess of the above mentioned limits, provided
that if the rates so claimed are in excess of the rates
specified in the schedule of quantities, the Engineer-in-
Charge shall within prescribed time limit of receipt of the
claims supported by analysis, after giving consideration
to the analysis of the rates submitted by the contractor,
KALABURAGI C-NIL I-NIL O-NIL GCC-62
A

determine the rates on the basis of the market rates and


the contractor shall be paid in accordance with the rates
so determined
12.3 The provisions of the preceding paragraph shall also
apply to the decrease in the rates of items for the work in
excess of the limits laid down in Schedule F, and the
Engineer-in-Charge shall after giving notice to the
contractor within one month of occurrence of the excess
and after taking into consideration any reply received
from him within fifteen days of the receipt of the notice,
revise the rates for the work in question within one
month of the expiry of the said period of fifteen days
having regard to the market rates

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


every three months, an upto date account giving complete
details of all claims for additional payments to which the
contractor may consider himself entitled and of all
additional work ordered by the Engineer-in-Charge,
which he has executed during the preceding quarter
failing which the contractor shall be deemed to have
waived his right. However, the Executive Director
Engineering may authorize consideration of such claims
on merits.
12.5 For the purpose of operation of Schedule F, the following
works shall be treated as works relating to foundation
unless & otherwise defined in the contract:
i. For Buildings: All works up to 1.2 meters above
ground level or up to floor 1 level whichever is
lower.
ii. For abutments, piers and well staining: All works
up to 1.2 m above the bed level.
iii. For retaining walls, wing walls, compound walls,
chimneys, overhead reservoirs/tanks and other
elevated structures: All works up to 1.2 m above
the ground level.
iv. For roads, apron, runway & taxi track all items of
excavation, filling GSBC and including treatment of
sub-base.
v. For reservoirs/tanks (other than overhead
reservoirs/tanks): All works up to 1.2 meters
above the ground level.
vi. For basement: All works up to 1.2 m above ground
level or up to floor 1 level whichever is lower
12.6 Any operation incidental to or necessarily has to be in

KALABURAGI C-NIL I-NIL O-NIL GCC-63


A

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 If at any time after acceptance of the tender or during the


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

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


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

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


materials or any part thereof either brought to site or of
which the contractor is legally bound to accept delivery
from suppliers (for incorporation in or incidental to the

KALABURAGI C-NIL I-NIL O-NIL GCC-64


A

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

iv. Reasonable compensation for transfer of T & P from


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

v. Reasonable compensation for repatriation of


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

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


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

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


shall not be in excess of 2% of the cost of the work
remaining incomplete on the date of closure, i.e. total
stipulated cost of the work as per accepted tender less the
cost of work actually executed under the contract and less
the cost of contractor’s materials at site taken over by the
AAI as per item (ii) above. Provided always that against
any payments due to the contractor on this account or
otherwise, the Engineer- in-Charge shall be entitled to

KALABURAGI C-NIL I-NIL O-NIL GCC-65


A

recover or be credited with any outstanding balances due


from the contractor for advance paid in respect of any
tool, plants and materials and any other sums which at
the date of termination were recoverable by the AAI from
the contractor under the terms of the contract. In the
event of action being taken under clause 13 to reduce the
scope of work, the contractor may furnish fresh
Performance Guarantee on the same conditions, in the
same manner and at the same rate for the balance
tendered amount and initially valid upto the extended
date the completion or stipulated date of completion if no
extension has been granted plus 180 days beyond that.
Wherever, such a fresh Performance Guarantee is
furnished by the contractor, the Engineer in Charge may
return the previous Performance Guarantee

CLAUSE 14

Carrying a. If contractor: i. At any time makes default during


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

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


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

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

KALABURAGI C-NIL I-NIL O-NIL GCC-66


A

any, is recoverable from the contractor for completion of the


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

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


contractor with the value of work done in all respect in the
same manner and at the same rate as if it had been carried
out by the original contractor under the terms of his
contract, the value of contractor's materials taken over and
incorporated in the work and use of plant and machinery
belonging to the contractor. The certificate of the Engineer-
in-Charge as to the value of work done shall be final and
conclusive against the contractor provided always that
action under this clause shall only be taken after giving
notice in writing to the contractor. Provided also that if the
expenses incurred by the department are less than the
amount payable to the contractor at his agreement rates, the
difference shall not be payable to the contractor.

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


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

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


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

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


in-Charge, the contractor shall have no claim to
compensation for any loss sustained by him by reason of his

KALABURAGI C-NIL I-NIL O-NIL GCC-67


A

having purchased or procured any materials or entered into


any engagements or made any advance on any account or
with a view to the execution of the work or the performance
of the contract

CLAUSE 15

Suspension i. The contractor shall, on receipt of the order in writing of


of Work the Engineer-in- Charge, (whose decision shall be final and
binding on the contractor) suspend the progress of the
works or any part thereof for such time and in such
manner as the Engineer-in- Charge may consider
necessary so as not to cause any damage or injury to the
work already done or endanger the safety thereof for any
of the following reasons:
a. on account of any default on the part of the contractor
or;
b. for proper execution of the works or part thereof for
reasons other than the default of the contractor; or
c. For safety of the works or part thereof.

The contractor shall, during such suspension, properly


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

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


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

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


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

KALABURAGI C-NIL I-NIL O-NIL GCC-68


A

the expiry of the period of 30 days.

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


of the Engineer-in- Charge for more than three months at a
time, except when suspension is ordered for reasons (a) in
sub-para (i) above, the contractor may after receipt of
such order serve a written notice on the Engineer-in-
Charge requiring permission within fifteen days from
receipt by the Engineer-in- charge of the said notice, to
proceed with the work or part thereof in regard to which
progress has been suspended and if such permission is not
granted within that time, the contractor, if he intends to
treat the suspension, where it affects only a part of the
works as on omission of such part by AAI or where it
affects whole of the works, as an abandonment of the
works by AAI, shall within ten days of expiry of such
period of 15 days give notice in writing of his intention to
the Engineer- in-Charge. In the event of the contractor
treating the suspension as an abandonment of the contract
by AAI, he shall have no claim to payment of any
compensations on account of any profit or advantage
which he might have derived from the execution of the
work in full but which he could not derive in consequence
of the abandonment. He shall, however, be entitled to such
compensation, as the Engineer-in-Charge may consider
reasonable, in respect of salaries and/or wages paid by
him to his employees and labour at site, remaining idle in
consequence adding to the total thereof 2% to cover
indirect expenses of the contractor provided the
contractor submits his claim supported by details to the
Engineer-in- Charge within 30 days of the expiry of the
period of 3 months

CLAUSE 15 A

Compensation The contractor shall not be entitled to claim any


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

KALABURAGI C-NIL I-NIL O-NIL GCC-69


A

CLAUSE 16

Action in All works under or in course of execution or executed in


case Work pursuance of the contract, shall at all times be open and
not done accessible to the inspection and supervision of the Engineer-
as in-Charge, his authorize subordinates in charge of the work
per and all the superior officers, officer of the Quality Assurance
Specificati Unit of the AAI or any organization engaged by the
ons Department of Quality Assurance and of the Chief technical
Examiner’s Office, and the contractor shall, at all times,
during the usual working hours and at all other times at
which reasonable notice of the visit of such officers has been
given to the contractor, either himself be present to receive
orders and instructions or have a responsible agent duly
accredited in writing, present for that purpose. Orders given
to the Contractor’s agent shall be considered to have the
same force as if they had been given to the contractor
himself. If it shall appear to the Engineer-in -charge or his
authorized subordinates in charge of the work or to the
Executive Director-In-charge of quality assurance or his
subordinate officers or the officers of the organization
engaged by the AAI for quality Assurance or to the Chief
Technical Examiner or his subordinate officers, that any
work has been executed with unsound, imperfect, or
unskillful workmanship, or with materials or articles
provided by him for the execution of the work which are
unsound or of a quality inferior to that contracted or
otherwise not in accordance with the contract, the
contractor shall, on demand in writing which shall be made
within twelve months (six months in the case of work
costing Rs.10 lac and below except road work) of the
completion of the work from the Engineer-in-Charge
specifying the work, materials or articles complained of
notwithstanding that the same may have been passed,
certified and paid for forthwith rectify, or remove and
reconstruct the work so specified in whole or in part, as the
case may require or as the case may be, remove the
materials or articles so specified and provide other proper
and suitable materials or articles at his own charge and cost.
In the event of the failing to do so within a period specified
by the Engineer-in-Charge in his demand aforesaid, then the
contractor shall be liable to pay compensation at the same
rate as under clause 2 of the contract (for non-completion of
the work in time) for this default. In such case the Engineer-
in-Charge may not accept the item of work at the rates

KALABURAGI C-NIL I-NIL O-NIL GCC-70


A

applicable under the contract but may accept such items at


reduced rates as the authority specified in schedule ‘F’ may
considered reasonable during the preparation of on account
bills or final bill if the item is so acceptable without
detriment to the safety and utility of the item and the
structure or he may reject the work outright without any
payment and/or get it and other connected and incidental
items rectified, or removed and re-executed at the risk and
cost of the contractor. Decision of the Engineer-in-Charge to
be conveyed in writing in respect of the same will be final
and binding on the contractor

CLAUSE 17

Contractor If the contractor or his working people or servants shall


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

KALABURAGI C-NIL I-NIL O-NIL GCC-71


A

this contract, half of the security deposit will be


refundable after six months and the remaining half after
twelve months of the issue of the said certificate of
completion or till the final bill has been prepared and
passed whichever is later.

In case of Maintenance and Operation works of E&M


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

CLAUSE 18

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

CLAUSE 18 A

Recovery In every case in which by virtue of the provisions sub-


of section(i) of Section 12, of the Workmen’s Compensation

KALABURAGI C-NIL I-NIL O-NIL GCC-72


A

Compensa Act, 1923, AAI is obliged to pay compensation to a workman


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

CLAUSE 18 B

Ensuring In every case in which by virtue of the provisions of the


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

CLAUSE 19

KALABURAGI C-NIL I-NIL O-NIL GCC-73


A

Labour The contractor shall obtain a valid license under the


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

The contractor shall also comply with the provisions of the


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

CLAUSE 19 A

No labour below the age of fourteen years shall be employed


on the work.

CLAUSE 19 B

Payment Payment of wages:


of i The contractor shall pay to labour employed by him either
wages directly or through subcontractors, wages not less than
fair wages as defined in the AAI Contractor’s Labour
Regulation or as per the provisions of the Contract
Labour (Regulation and Abolition) act, 1970 and the
contract labour (Regulation and Abolition) Central Rules,
1971 wherever applicable.
ii The contractor shall, notwithstanding the provisions of
any contract to the contrary, cause to be paid fair wage to
labour indirectly engaged on the work, including any
labour engaged by his sub-contractors in connection with
the said work, as if the labour had been immediately
employed by him.
iii In respect of all labour directly or indirectly employed in
the works for performance of the contractor’s part of this
contract, the contractor shall comply with or cause to be
complied with the Airports Authority of India
contractor’s Labour Regulations made by AAI from time
to time in regard to payment of wages wage period,
deductions from wages recovery of wages not paid and
deductions unauthorisedly made, maintenance of wage

KALABURAGI C-NIL I-NIL O-NIL GCC-74


A

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

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


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

v. The contractor shall comply with the provisions of the


Payment of wages Act, 1936, Minimum Wages Act, 1948,
Employees Liability Act, 1938, Workmen’s Compensation
Act, 1923, Industrial Disputes Act, 1947, Maternity
Benefits Act, 1961, and the Contractor’s Labour
(Regulation and Abolition) Act 1970, or the modifications
thereof or any other laws relating thereto and the rule
made thereunder from time to time.
vi. The contractor shall indemnify and keep indemnified

KALABURAGI C-NIL I-NIL O-NIL GCC-75


A

Authority against payments to be made under and for the


observance of the laws aforesaid and the AAI
Contractor’s Labour Regulations without prejudice to his
right to claim indemnity from his sub-contractors.
vii. The laws aforesaid shall be deemed to be a part of this
contract and any breach thereof shall be deemed to be a
breach of this contract.
viii. Whatever is the minimum wage for the time being, or if
the wage payable is higher than such wage, such wage
shall be paid by the contractor to the workmen directly
without the intervention of Jamadar and that Jamadar
shall not be entitled to deduct or recover any amount
from the minimum wage payable to the workmen as and
by way of commission or otherwise
ix. The contractor shall ensure that no amount by way of
commission or otherwise is deducted or recovered by
the Jamadar from the wage of workmen

CLAUSE 19 C

In respect of all labour directly or indirectly employed in the


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

CLAUSE 19 D

The contractor shall submit by the 4th and 19th of every


month, to the Engineer- in charge a true statement showing
in respect of the second half of the preceding month and the
first half of the current month respectively:
i. the number of labourers employed by him on the work,
ii. their working hours,
iii. the wages paid to him,
iv. the accidents that occurred during the said fortnight
showing the circumstances under which they happened and
the extent of damage and injury caused by them, and

KALABURAGI C-NIL I-NIL O-NIL GCC-76


A

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.

3. Conditions for the grant of Maternity Leave:


No maternity leave benefit shall be admissible to a woman
unless she has been employed for a total period of not less

KALABURAGI C-NIL I-NIL O-NIL GCC-77


A

than six months immediately preceding the date on which


she proceeds on leave.

4. The contractor shall maintain a register of Maternity


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

CLAUSE 19 G

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


breach of any of the provisions of the Airports Authority of
India Contractor’s Labour Regulations and Model Rules for
the protection of health and sanitary arrangements for the
workers as amended from time to time or furnishing any
information or submitting or filling any statement under the
provisions of the above Regulations and Rules which is
materially incorrect, he / they shall, without prejudice to
any other liability, pay to the AAI a sum not exceeding
Rs.200/- for every default, breach or furnishing, making,
submitting, filing such materially incorrect statements and
in the event of the contractor(s) defaulting continuously in
this respect, the penalty may be enhanced to Rs.200/- per
day for each day of default subject to a maximum of 5 per
cent of the estimated cost of the work put to tender. The
decision of the Engineer-in-Charge shall be final and binding
on the parties.

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


contractor (s) is / are not properly observing and complying
with the provision of the AAI Contractor’s Labour
Regulations and Model Rules and the provisions of the
Contract Labour (Regulation and Abolition ) Act 1970, and
the Contract Labour (R&A) Central Rules 1971, for the
protection of health and sanitary arrangements for work –
people employed by the contractor (s) (hereinafter referred
as “the said Rules”) the Engineer-in-Charge shall have
power to give notice in writing to the contractor (s)
requiring that the said Rules be complied with and the
amenities prescribed therein be provided to the work-
people within a reasonable time to be specified in the notice.
If the contractor (s) shall fail within the period specified in
the notice to comply with and/ observe the said Rules and
to provide the amenities to the work-people as aforesaid,
the Engineer-in-Charge shall have the power to provide the
amenities hereinbefore mentioned at the cost of the

KALABURAGI C-NIL I-NIL O-NIL GCC-78


A

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.

KALABURAGI C-NIL I-NIL O-NIL GCC-79


A

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 provided. The
contractor (s) shall also at his / their own cost make
arrangements for laying pipe lines for water supply to his /
their labour camp from the existing mains wherever
available and shall pay all fees and charges therefor.

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

v. Disposal of Excreta:
The contractor (s) shall make necessary arrangement for
the disposal of excreta from the latrines by trenching or
incineration which shall be according to the requirements

KALABURAGI C-NIL I-NIL O-NIL GCC-80


A

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

The Engineer-in-Charge may require the contractor to


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

CLAUSE 19 J

It shall be the responsibility of the contractor to see that the

KALABURAGI C-NIL I-NIL O-NIL GCC-81


A

building under construction is not occupied by anybody


unauthorized during construction, and is handed over to the
Engineer-in-Charge with vacant possession of complete
building. If such building though completed is occupied
illegally, then the Engineer-in-Charge shall have the option
to refuse to accept the said building/buildings in that
position. Any delay in acceptance on this account will be
treated as the delay in completion and for such delay, a levy
upto 5% of tendered value of work may be imposed by the
General Manager Engg. Whose decision shall be final both
with regard to the justification and quantum and be binding
on the contractor. However, the Executive Director Engg.,
through a notice may require the contractor to remove the
illegal occupation any time on or before construction and
delivery

CLAUSE 19 K

Employment The contractor shall at all stages of work deploy skilled


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

KALABURAGI C-NIL I-NIL O-NIL GCC-82


A

Provided always, that the provision of this clause shall


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

CLAUSE 19 L

Registrati The ESI and EPF contributions on the part of employer in


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

CLAUSE 19 M

Compliance The contractor is required to follow latest NGT guidelines at


of NGT the construction site and any violation of such guidelines
guidelines will be in his account

CLAUSE 20

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

CLAUSE 20(A)

Employees The Contractor shall comply with all the provisions of the
Provident Employees Provident Fund & Misc. Provisions Act, 1952/
Fund & Jammu & Kashmir Employees Provident Funds (and
Miscellane Miscellaneous Provisions) Act, 1961 and ESI Act, 1948,
ous amended from time to time and rules framed thereunder.
Provision Some of the provisions are given below:
Act
1952/Jam a. The contractor shall intimate his PF Account Code No.
mu & allotted by Regional PF Commissioner and ESI Registration
Kashmir No. allotted by ESI Corporation after award of work and
Employees shall continue to have valid PF Account Code No. and ESI
Provident Registration No. till actual completion of the contract.
Funds (and
Miscellane b. The contractor shall provide a list of contract Workers

KALABURAGI C-NIL I-NIL O-NIL GCC-83


A

ous engaged for contract work along with their PF Account No.
Provisions) & ESI Registration No.
Act,
1961and c. The contractor by 20th of every month shall provide a
State monthly statement showing recoveries of contribution and
Insurance proof of remittance of provident fund contribution to RPFC
(ESI) Act, and ESI contributions to ESI Corporation in respect of
1948. Workers engaged in contract work.

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


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

AAI reserves the right to withhold minimum amount as


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

CLAUSE 21

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

KALABURAGI C-NIL I-NIL O-NIL GCC-84


A

CLAUSE 22

All sums payable by way of compensation under any of these


conditions shall be considered as reasonable compensation
to be applied to the use of AAI without reference to the actual
loss or damage sustained and whether or not any damage
shall have been sustained

CLAUSE 23

Changes in Where the contractor is a partnership firm, the previous


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


Resolution All disputes or differences which may arise out of or in
Mechanism connection with or incidental to the Agreement(s)
and including any dispute or difference regarding the
Arbitration interpretation of terms and conditions of any clause(s)
thereof shall be dealt with as provided hereinafter:
(i) Through Mediation: All dispute(s), at the first instance,
shall be referred to the Mediation Committee of
Independent Experts (MCIE) or individual mediator for
mediation as per AAI Mediation Policy and applicable laws.
All cost of mediation, shall be borne equally by the parties.
In case either party withdraws from the Mediation or

KALABURAGI C-NIL I-NIL O-NIL GCC-85


A

the dispute(s) is not resolved within 120 days of reference


to the Mediation, then the aggrieved party may invoke
arbitration through sub para (ii) within 30 days from the
date of receipt of Partial Settlement Agreement or Failure
Report.
(ii) Adjudication through Arbitration: In case no final
settlement has been arrived at between the parties after
mediation or partially settled as per sub Para (i) above, the
unresolved dispute(s), on invocation by the aggrieved party
shall be referred for adjudication by arbitration.
(a) When the amount involved is above 25 crores,
adjudication shall be made by Arbitral Tribunal comprising
of 03 arbitrators. Each party to appoint one arbitrator and
the two appointed arbitrators shall appoint the Presiding
Arbitrator.
(b) When the amount involved is Rs. 25 Crores and below
shall be referred to a Sole Arbitrator to be appointed by
Chairman/Member, AAI, after obtaining consent of the
other party, as per format annexed at Annexure ‘A'.
Unless the contract has already been repudiated or
terminated, the parties shall, in every case, continue to
proceed to perform their respective obligations under the
agreement.
Arbitration proceedings shall be conducted in accordance
with the provisions of the Arbitration and Conciliation Act,
1996, as amended from time to time.
Fee payable to the Arbitrator(s) shall be as per Schedule-
IV of the Arbitration & Conciliation Act, 1996 and shall be
borne by both the parties equally.
No dispute shall be referred for resolution under this clause
through arbitration in matters for which eviction &
recovery procedure is provided under Chapter -VA of the
Airports Authority of India Act, 1994.

KALABURAGI C-NIL I-NIL O-NIL GCC-86


A

B
L
A
N
K

KALABURAGI C-NIL I-NIL O-NIL GCC-87


A

CLAUSE 26

Contractor The contractor shall fully indemnify and keep indemnified


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

CLAUSE 27

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

KALABURAGI C-NIL I-NIL O-NIL GCC-88


A

CLAUSE 28

Action where In the case of any class of work for which there is no such
no specifications as referred to in Clause 11, such work shall
specifications be carried out in accordance with the Bureau of Indian
are specified Standards Specifications.

In case there are no such specifications in Bureau of Indian


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

CLAUSE 29

With- i. Whenever any claims for payment of a sum of money


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

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


or moneys so withheld or retained under the lien
referred to above by the Engineer-in- Charge or AAI will
be kept withheld or retained as such by the Engineer-in-
Charge or AAI till the claim arising out of or under the
contract is determined by the arbitrator. (if the contract
is governed by the arbitration clause) or by the

KALABURAGI C-NIL I-NIL O-NIL GCC-89


A

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

KALABURAGI C-NIL I-NIL O-NIL GCC-90


A

CLAUSE 29 A

Lien in i. Any sum of money due and payable to the contractor


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

CLAUSE 30

Employment i. The contractor shall not employ coal mining or


of coal controlled area labour falling under any category
mining or whatsoever or in connection with the work or recruit
controlled labour from area within a radius of 32 km (20 miles)
area labour of the controlled area. Subject as above the
not contractor shall employ imported labour only i.e.,
permissible deposit imported labour or labour imported by
contractors from area, from which import is
permitted.
ii. Where ceiling price for imported labour has been
fixed by State or Regional Labour Committees not
more than that ceiling price shall be paid to the
labour by the contractor.
iii. The contractor shall immediately remove any
labourer who may be pointed out by the Engineer-in-
Charge as being a coal mining or controlled area

KALABURAGI C-NIL I-NIL O-NIL GCC-91


A

labourer. Failure to do so shall render the contractor


liable to pay to AAI a sum calculated at the rate of
Rs.10/- per day per labourer. The certificate of the
Engineer-in –Charge about the number of coal mining
or controlled area labourer and the number of days
for which they worked shall be final and binding
upon all parties to this contract.
iv. It is declared and agreed between the parties that the
aforesaid stipulation in this clause is one in which the
public are interested within the meaning of the
exception in Section 74 of Indian Contract Act, 1872.

Explanation :- Controlled area mean the following areas:


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

CLAUSE 31

Unfiltered The contractor(s) shall make his/their own arrangements for


water water required for the work and nothing extra will be paid
supply for the same. This will be subject to the following conditions.

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

CLAUSE 31A

Department Water if available may be supplied to the contractor by the

KALABURAGI C-NIL I-NIL O-NIL GCC-92


A

al water department subject to the following conditions:-


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

CLAUSE 32

Alternate i. Where there is no piped water supply arrangement and


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

ii. The contractor shall be allowed to construct temporary


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

CLAUSE 33

KALABURAGI C-NIL I-NIL O-NIL GCC-93


A

Return of Notwithstanding anything contained to the contrary in this


Surplus contract, where any materials for the execution of the
materials contract are procured with the assistance of AAI either by
issue from AAI stocks or purchase made under orders or
permits or licenses issued by AAI, the contractor shall hold
the said materials economically and solely for the purpose of
the contract and not dispose of them without the written
permission of the AAI and return, if required by the
engineer-in-Charge, all surplus or unserviceable materials
that may be left with him after the completion of the contract
or at its termination for any reason whatsoever on being paid
or credited such prices as the Engineer-in-Charge shall
determine having due regard to the condition of the
materials. The price allowed to the contractor however shall
not exceed the amount charged to him excluding the element
of storage charges. The decision of the Engineer-in-Charge
shall be final and conclusive. In the event of breach of the
aforesaid condition, the contractor shall in addition to
throwing himself open to action for contravention of the
terms of the license or permit and / or for criminal breach of
trust, be liable to AAI for all moneys, advantages or profits
resulting or which in the usual course would have resulted to
him by reason of such breach

CLAUSE 34

Hire of i. The Contractor shall arrange at his own expense all tools,
plant & plant, machinery and equipment(hereinafter referred to
Machinery as T&P) required for execution of the work except for the
Plant & Machinery listed in Schedule ‘C’ and stipulated
for issue to the contractor. If the contractor requires any
item of T&P on hire from the T&P available with the AAI
over and above the T&P stipulated for issue, the AAI will,
if such item is available, hire it to the contractor at rates
to be agreed upon between him and the Engineer-in-
charge. In such a case, all the conditions hereunder for
issue of T & P shall also be applicable to such T&P as is
agreed to be issued.
ii. Plant & Machinery when supplied on hire charges shown
in Schedule ‘C’ shall be made over and taken back at the
departmental equipment yard / shed shown in Schedule
‘C’ and the contractor shall bear the cost of carriage from
the place of issue to the site of work and back. The
contractor shall be responsible to return the plant and

KALABURAGI C-NIL I-NIL O-NIL GCC-94


A

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,

KALABURAGI C-NIL I-NIL O-NIL GCC-95


A

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

KALABURAGI C-NIL I-NIL O-NIL GCC-96


A

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

KALABURAGI C-NIL I-NIL O-NIL GCC-97


A

CLAUSE 35

Condition i. The contractor undertakes to make arrangement for the


relating to supervision of the work by the firm supplying the tar or
use of bitumen used.
asphaltic ii. The contractor shall collect the total quantity of tar or
materials bitumen required for the work as per standard formula,
before the process of painting is started and shall
hypothecate it to the Engineer-in-Charge. If any
bitumen or tar remains unused on completion of the
work on account of lesser use of materials in actual
execution of for reasons other than authorised changes
of specifications and abandonment of portion of work, a
corresponding deduction equivalent to the cost of
unused materials as determined by the Engineer-in-
Charge shall be made and the material return to the
contractors. Although the materials are hypothecated to
AAI, the contractor undertakes the responsibility for
their proper watch, safe custody and protection against
all risks. The materials shall not be removed from site of
work without the consent of the Engineer-in-Charge in
writing
iii. The contractor shall be responsible for rectifying
defects noticed within a year from the date of
completion of the work and the portion of the security
deposit relating asphaltic work shall be refunded after
the expiry of this period.

CLAUSE 36

Employment Contractors Superintendence, Supervision, Technical staff


of Technical & Employees
Staff and
employees i. The contractor shall provide all necessary
superintendence during execution of the work and all along
thereafter as may be necessary for proper fulfilling of the
obligations under the contract.

The Contractor shall immediately after receiving letter of


acceptance of the tender and before commencement of the
work, intimate in writing to the Engineer-in-Charge, the
name (s), qualifications experience, age, address (s) and
other particulars along with certificates, of the principal
technical representative to be charge of the work and other
technical representative (s) who will be supervising the

KALABURAGI C-NIL I-NIL O-NIL GCC-98


A

work. Minimum requirement of such technical


representative (s) and their qualifications and experience
shall not be lower than specified in schedule ‘F”. The
Engineer-in-Charge shall within 3 days of receipt of such
communication intimate in writing his approval or
otherwise of such a representative (s) to the contractor.
Any such approval may at any time be withdrawn and in
case of such withdrawal, the contractor shall appoint
another such representative (s) according to the provisions
of this clause. Decision of the tender accepting authority
shall be final and binding on the contractor in this respect.
Such a principal technical representative and other
technical representative (s) shall be appointed by the
contractor soon after receipt of the approval from
Engineer-in-charge and shall be available at site before
start of work.

All the provisions applicable to the principal technical


representative under the clause will also be applicable to
other technical representative(s). The principal technical
representative and other technical representative (s) shall
be present at the site of work for supervision at all times
when any construction activity is in progress and also
present himself/themselves, as required to the Engineer-
in-Charge and / or his designated representative to take
instructions. Instructions given to the principal technical
representative or other technical representative (s) shall be
deemed to have the same force as if these have been given
to the contractor. The Principal Technical Representative
and other technical representatives shall be actually
available at site fully during all stages of execution work,
during recording / checking / test checking of
measurements of works whenever so required by the
Engineer-in-Charge and shall also note down instructions
conveyed by the Engineer-in-Charge or his designated
representative (s) in the site order book and shall affix
his/their signature in token of noting down the instructions
and in token of acceptance of measurements / checked
measurements / test checked measurements. The
representative (s) shall not look after any other work.
Substitutes, duly approved by engineer – in-Charge of the
work in similar manner as aforesaid shall be provided in
event of absence of any of the representative (s) by more
than two days. If the Engineer–in–Charge, whose decision
in this respect is final and binding on the contractor, is

KALABURAGI C-NIL I-NIL O-NIL GCC-99


A

convinced that no such technical representative (s) is/are


effectively appointed or is/are effectively attending or
fulfilling the provision of this clause, a recovery (non-
refundable) shall be effected from the contractor as
specified in Schedule ‘F’ and the decision of the Engineer–
in- Charge as recorded in the site order book and
measurement recorded checked/test checked in
Measurement Books shall be final and binding on the
contractor. Further if the contractor fails to appoint
suitable technical Principal technical representative and /
or other technical representative (s) and if such appointed
persons are not effectively present or are absent by more
than two days without duly approved substitute or do not
discharge their responsibility satisfactorily, the Engineer–
in–Charge shall have full powers to suspend the execution
of the work until such date as suitable other technical
representative (s) is / are appointed and the contractor
shall be held responsible for the delay so caused to the
work. The contractor shall submit a certificate of
employment of the technical representative (s) (in the form
of copy of Form- 16 or CPF deduction issued to the
Engineer employed by him) along with every running
account bill / final bill and shall produce evidence if at any
times so required by the Engineer– in–Charge.

ii. The contractor shall provide and employ on the site only
such technical assistants as are skilled, and experienced in
their respective fields and such foremen and supervisory
staff as are competent to give proper supervision to the
work. The contractor shall provide and employ skilled,
semi-skilled and unskilled labour as is necessary for proper
and timely execution of the work. The Engineer-in-Charge
shall be at liberty to object to and require the contractor to
remove from the works any person who in his opinion
misconducts himself, or is incompetent or negligent in the
performance of his duties or whose employment is
otherwise considered by the Engineer-in Charge to be
undesirable. Such person shall not be employed again at
works site without the written permission of the Engineer-
in-Charge and the persons so removed shall be replaced as
soon as possible by competent substitutes.

iii. The contractor shall not change his


engineer/supervisory staff after approval of the Engineer-
In-Charge. If Contractor wants to replace any of his staff

KALABURAGI C-NIL I-NIL O-NIL GCC-100


A

due to unavoidable circumstances, he will seek permission


of Engineer-In- Charge indicating reasons for such change,
qualification and experience of the alternative employee
suggested by him. The qualification and experience of the
alternative staff shall not be inferior to the person
employed earlier

CLAUSE 37

Levy/ 1. Taxes:
Taxes/ a. Rates to be quoted by the parties should be inclusive of all
Royalty/ taxes, duties, CESS, fee, royalty charges etc. levied under any
Land statute but exclusive of GST for all the items
Licence fee
payable by b. However GST, as applicable, shall be paid to the contractor, for
Contractor any taxable supply / services / construction rendered by the
agency to AAI, against a valid GST invoice as per terms and
conditions of the contract.

c. In case supplies /services / works involve imports; the same


should be identified separately. Basic Custom Duty & IGST will be
paid directly by AAI by utilizing EPCG license/ Duty Credit Scrip
under service Export from India Scheme (SEIS) of Govt. of India

2. Royalty:
a. The contractor shall at his own expense, provide all materials
required for the works other than those which are to be supplied
by AAI. The contractor shall deposit royalty and obtain necessary
permit for collection of stone, sand, red bajri, kankar etc. from the
local authority in the matter and will abide by the notification
issued by Central Govt. / State Government / Local State
Authorities as applicable from time to time in this regard. The
contractor is also bound to allow deduction from his bills any
difference in statutory taxes/royalty and penalty proposed by
Local State Authorities to AAI till finalization of settlement of all
demands in this regard by Central / State Govt.

b. This will also be applicable to forest produce.

c. If pursuant to or under any law, notification or order any


royalty, cess or the like becomes payable by the AAI and does not
any time become payable by the contractor to the State
Government. Local authorities in respect of any material used by
the contractor in the works then in such a case, it shall be lawful
to the AAI and it will have the right and be entitled to recover the

KALABURAGI C-NIL I-NIL O-NIL GCC-101


A

amount paid in the circumstances as aforesaid from dues of the


contractor.

3. License fee for land


a. Land/Space(Paved/Unpaved/Covered-AC or Non-AC), to the
extent allotted to contractors during execution of work for the
purpose of installation of plants, labour camps, cement godown,
site office, stacking of materials shall be provided at free of cost
upto defect liability period/maintenance period.
b. A security deposit at the rate of Rs 500/- per sqm in the form
of DD/BG shall be deposited by the contractor. In case contractor
do not deposit security deposit same shall be deducted from Ist
Running Account Bill.
c. Such security deposit shall be released only after allotted land
has been fully vacated by the contractor to entire satisfaction of
Engineer-inCharge. If contractor fails to vacate the allotted land/
space (Paved/ Unpaved/ Covered-AC/ Non-AC) after Defect
Liability Period/ Maintenance Period of the work shall be
charged as per prevailing licence fee of the airport plus 25%
penalty over that.

CLAUSE 38

Conditions for 1. Rates to be quoted by the parties should be inclusive of all


reimbursement taxes, duties, CESS, fee, royalty charges etc. levied under any
of levy/taxes if statute applicable on last stipulated date of receipt of tender
levied after including extension if any but exclusive of GST. No
receipt of adjustment i.e. increase or decrease shall be made for any
tenders variation in the rate of GSI Building and Other Construction
Workers Welfare Cess or any tax, levy or Cess applicable on
inputs.

However, effect of variation, as per Govt. order after the last


date of receipt of tender including extension if any, in rates of
GST or Building and Other Construction Workers Welfare
Cess or imposition or repeal of any other tax, levy or Cess
applicable on output of the works contract shall be adjusted
on either side, increase or decrease.

Provided further that for Building and Other Construction


Workers Welfare Cess or any tax (other than GST), levy or
Cess varied or imposed after the last date of receipt of tender
including extension if any, any increase shall be reimbursed
to the contractor only if the contractor necessarily and
KALABURAGI C-NIL I-NIL O-NIL GCC-102
A

properly pays such increased amount of taxes / levies / Cess.

Provided further that such increase in tax / levy / Cess


including GST shall not reimbursed if made in the extended
period of contract for which the contractor alone is
responsible for delay as determined by authority for
extension of time under Clause 5 in Schedule F.

2. The contractor shall keep necessary books of accounts and


other documents for the purpose of this condition as may be
necessary and shall allow inspection of the same by a duly
authorised representative of AAI or the Engineer-in-Charge
and further shall furnish such other information /document
as the Engineer-in- Charge may require from time to time.

3. The contractor shall, within a period of 30 days of the


imposition of any such further tax or levy or Cess, give a
written notice thereof to the Engineer-incharge that the same
is given pursuant to the condition, together with all
necessary information / documents relating thereto.

CLAUSE 39
Termination Without prejudice to any of the rights or remedies under this
of contract on contract, if the contractor dies, the Engineer-in-charge on behalf
death of of the AAI shall have the option of terminating the contract
contractor without compensation to the contractor.

CLAUSE 40

If relative The contractor shall not be permitted to tender for works in AAI
working in wherein his near relative is posted as an Officer responsible for
AAI then the award and execution of work. He shall also intimate the names of
contractor persons who are working with him in any capacity or / are
not allowed subsequently employed by him and who are near relatives to any
to tender. officer of AAI. Any breach of this condition by the Contractor
would render him, the contract liable to be rejected at any stage.

NOTE: By the term “near relatives” is meant wife, husband,


parents and grand parents, children and grandchildren, brothers
and sisters, uncles, aunts and cousins and their corresponding in-
laws

CLAUSE 41

KALABURAGI C-NIL I-NIL O-NIL GCC-103


A

No any Engineer or any officer employed in engineering or


officer in administrative duties in an engineering department of AAI shall
Department not work as a contractor or employee of contractor for a period
of of one year after his retirement from AAI service without the
Engineering prior permission of AAI in writing. This contract is liable to be
to work as cancelled if either the contractor or any of his employees is found
contractor at any time to be such a person who had not obtained the
within one permission of AAI as aforesaid, before submission of the tender
year of or engagement in the contractor’s service, as the case may be.
retirement

CLAUSE 41(a)

Integrity Signing of Integrity Pact (As per Appendix XVIII) is


Pact and mandatory for every bidder/contractor if provided so in
Independent Schedule F. All tenderers shall have to submit an
External undertaking as per Appendix XVIII along with tender
Monitor. documents. AAI shall appoint Independent External
Monitor(s) to oversee effective implementation of Integrity
Pact for such works/supplies. For this purpose, a panel of
Independent External Monitors shall be constituted by the
Authority in concurrence with Central Vigilance
Commission (CVC).

i. The Contractor/Supplier shall have to act in accordance


with the conditions laid down in the integrity pact.
a. Signing of Integrity Pact is mandatory for every
Bidder/Contractor in this procurement/bid process
the signed original pact to be send to the office of
Bid Manager and should reach before the due date
mentioned in NIT.
b. The Bidder/contractor shall commit itself to ensure
taking all measures necessary to prevent corrupt
practices, unfair means and illegal activities during
any stage of its bid or during any pre-contract or
post-contract stage as specified in section 3 of the
integrity pact.
c. Any breach of the aforesaid provisions by the
Bidder or any one employed by it or acting on its
behalf (whether with or without the knowledge of
the Bidder) shall entitle the authority to take all or
any one of the action as specified in section 6 of the
integrity pact.

ii. In case any violation of above conduct is established,

KALABURAGI C-NIL I-NIL O-NIL GCC-104


A

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

CLAUSE 41 (b)

Code of No official of AAI or a bidder shall act in contravention of the


Intergrity codes which includes
(i) prohibition of
(a) making offer, solicitation or acceptance of bribe, reward or
gift or any material benefit, either directly or indirectly, in
exchange for an unfair advantage in the procurement process or
to otherwise influence the procurement process.
(b) any omission, or misrepresentation that may mislead or
attempt to mislead so that financial or other benefit may be
obtained or an obligation avoided.
(c) any collusion, bid rigging or anticompetitive behaviour

KALABURAGI C-NIL I-NIL O-NIL GCC-105


A

that may impair the transparency, fairness and the progress of


the procurement process.
(d) improper use of information provided by the procuring
entity to the bidder with an intent to gain unfair advantage in the
procurement process or for personal gain.
(e) any financial or business transactions between the bidder
and any official of the procuring entity related to tender or
execution process of contract; which can affect the decision of the
procuring entity directly or indirectly.
(f) any coercion or any threat to impair or harm, directly or
indirectly, any party or its property to influence the procurement
process.
(g) obstruction of any investigation or auditing of a
procurement process.
(h) making false declaration or providing false information
for participation in a tender process or to secure a contract;
(ii) disclosure of conflict of interest.
(iii) Disclosure by the bidder of any previous transgressions
made in respect of the provisions of sub-clause (i) with any entity
in any country during the last three years or of being debarred by
any other procuring entity.

CLAUSE42

Return of i. After completion of the work and also at any


material intermediate stage in the event of non-reconciliation of
and materials issued, consumed and in balance – (see Clause
recovery for 10), Theoretical quantity of materials issued by the AAI
excess for use in the work shall be calculated on the basis and
material method given hereunder;
issued. a. Quantity of cement & bitumen shall be calculated on
the basis of quantity of cement & bitumen required for
different items of work as shown in the Schedule of
Rates mentioned in Schedule ‘F’. In case any item is
executed for which standard co-efficient for the
consumption of cement or bitumen are not available in
the above mentioned schedule / statement or cannot
be derived from the same shall be calculated on the
basis of standard formula to be laid down by the
Engineer-in-Charge.
b. Theoretical quantity of steel reinforcement or
structural steel sections shall be taken as the quantity
required as per design or as authorised by Engineer-
in- Charge, including authorised lappages, chairs etc.
plus 3% wastage due to cutting into pieces, such

KALABURAGI C-NIL I-NIL O-NIL GCC-106


A

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 & categorywise.
d. For any other material as per actual requirements.

ii. Over the theoretical quantities of materials so computed a


variation shall be allowed as specified in Schedule ‘F’. The
difference in the net quantities of material actually issued
to the contractor and the theoretical quantities including
such authorised variation, if not returned by the
contractor or if not fully reconciled to the satisfaction of
the Engineer-in-Charge within fifteen days of the issue of
written notice by the Engineer-in-Charge to this effect
shall be recovered at the rates specified in Schedule ‘F’,
without prejudice to the provision of the relevant
conditions regarding return of materials governing the
contract. Decision of Engineer-in-Charge in regard to
theoretical quantities of materials, which should have
been actually used as per the Annexure of the standard
schedule of rates and recovery at rates specified in
Schedule ‘F’ shall be final and binding on the contractor.
For non scheduled items, the decision of the Engineer – in
- charge regarding theoretical quantities of materials
which should have been actually used, shall be final and
binding on the contractor.
g. The said action under this clause is without prejudice to
the right of the AAI to take action against the contractor
under any other conditions of contract for not doing the
work according to the prescribed specifications.
h. For materials brought by the contractor for use in item of
work at site, similar theoretical consumption shall be
prepared and submitted to the Engineer-in-Charge for
verification. If it is found that material consumed in the
work is less than the theoretical consumption after taking
into account permissible minus variation, the recovery for
corresponding material shall be effected as per rates
specified in schedule ‘F’ under Clause 42

KALABURAGI C-NIL I-NIL O-NIL GCC-107


A

CLAUSE 43

Compensation The work (whether fully constructed or not) and all


during materials, machines, tools and plants scaffolding,
warlike temporary buildings and other things connected therewith
situations / shall be at the risk of the contractor until the work has
act of been delivered to the Engineer-in-Charge and a certificate
terrorism from him to that effect obtained. In the event of the work
or any materials properly brought to the site for
incorporation in the work being damaged or destroyed in
consequence of hostilities or warlike operation or act of
terrorism, the contractor shall when ordered (in writing)
by the Engineer-in-Charge to remove any debris from the
site, collect and properly stack or remove in store all
serviceable materials salvaged from the damaged work
and shall be paid at the contract rates in accordance with
the provision of this agreement for the work of clearing
the site of debris, stacking or removal of serviceable
material and for reconstruction of all works ordered by
the Engineer- in-Charge, such payments being in addition
to compensation upto the value of the work original
executed before being damaged or destroyed and not paid
for. In case of works damaged or destroyed but not already
measured and paid for, the compensation shall be assessed
by the Engineer-in charge upto Rs.5,000/- and by the
Executive Director Engg. concerned for a higher amount.
The contractor shall be paid for the damages / destruction
suffered and for restoring the material at the rate based on
analysis of rates tendered for in accordance with the
provision of the contract. The certificate of the Engineer-
in- Charge regarding the quality and quantity of materials
and the purpose for which they were collected shall be
final and binding on all parties to this contract.

Provided always that no compensation shall be payable for


any loss in consequence of hostilities or warlike operation
(a) unless the contractor had taken all such precautions
against air raid as are deemed necessary by the A.R.P.
Officers or the Engineer-in- Charge (b) for any material
etc. not on the site of the work or for any tools plant,
machinery, scaffolding, temporary building and other
things not intended for the work.

In the event of the contractor having to carry out


reconstruction as aforesaid, he shall be allowed such

KALABURAGI C-NIL I-NIL O-NIL GCC-108


A

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


Act Apprentices Act, 1961 and the rules and orders issued
provisions thereunder from time to time. If he fails to do so, his failure
to be will be a breach of the contract and the Executive Director
complied Engg. / General Manager (Engg.) may, in his discretion,
with cancel the contract. The contractor shall also be liable for any
pecuniary liability arising on account of any violation by him
of the provisions of the said Act.

CLAUSE 45

Release of Security Deposit of the work shall not be refunded till the
security contractor produces a clearance certificate from the Labour
deposit Officer. As soon as the work is virtually complete the
after labour contractor shall apply for the clearance certificate to the
clearance Labour Officer under intimation to the Engineer-in-Charge.
The Engineer-in-Charge, on receipt of the said
communication, shall write to the Labour Officer to intimate
if any complaint is pending against the contractor in respect
of the work. If no complaint is pending, on record till after 3
months after completion of the work and / or no
communication is received from the Labour Officer to this
effect till six months after the date of completion, it will be
deemed to have received the clearance certificate and the
Security Deposit will be released if otherwise due

CLAUSE 46

Contractor’s i. From commencement to completion of the Works, the


Liability Contractor shall take full responsibility for the case
and thereof and for taking precautions to prevent loss or
Insurance of damage and to minimize loss or damage to the greatest
Works extent possible and shall be liable for any damage or loss
that may happen to the Works or any part thereof and all
AA l’s T & P from any cause whatsoever (save and except
the Excepted Risks) and shall at his own cost repair and
make good the same so that at completion, the Works
and all AAI’s T & P shall be in good order and condition
and in conformity in every respect with the requirements
of the Contract and instructions of the Engineer-in-

KALABURAGI C-NIL I-NIL O-NIL GCC-109


A

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

KALABURAGI C-NIL I-NIL O-NIL GCC-110


A

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 Minimum Wages Act, 1948,
Employer’s Liability Act, 1938, the Workmen’s
Compensation Act, 1923, Industrial Disputes Act, 1947
and the Maternity Benefit Act, 1961 or any modifications
thereof or any other law relating thereto and rules made
there under from time to time or as a consequence of any
accident or injury to any workman or other persons in or
about the Works, whether in the employment of the
Contractor or not, his agents or servants, and also against
all costs, charges and expenses of any suit, action or
proceedings arising out of such accident or injury and
against all sum or sums which may with the consent of
the Contractor be paid to compromise or compound any
claim. Without limiting his obligations and liabilities as
above provided, the Contractor shall insure against all
claims, damages or compensation payable under the
Workmen’s Compensation Act, 1923 or any modification
thereof or any other law relating thereto.
viii. All insurance mentioned above shall be effected with any
subsidiary of the General Insurance Company of India or
by a company approved by the Insurance Regulatory
Authority of India.
ix. The aforesaid insurance policy / policies shall provide
that they shall not be cancelled till the Engineer-in-
Charge has agreed to their cancellation in writing.
x. The Contractor shall prove to the Engineer-in-Charge
from time to time that he has taken out all the insurance
policies referred to above and has paid the necessary
premiums for keeping the policies alive till expiry of the
Defects Liability Period. A self-certified copy of such
policies is required to be submitted to the Engineer-in-
charge.
xi. The Contractor shall ensure that similar insurance
policies are taken out by his subcontractors (if any) and
shall be responsible for any claims or losses to AAI

KALABURAGI C-NIL I-NIL O-NIL GCC-111


A

resulting from their failure to obtain adequate insurance


protection in connection thereof. The contractor shall
produce or cause to be produced by his subcontractor (if
any) as the case may be, the relevant policy or policies
and premiums receipts as and when required by the
Engineer-in-Charge. A self-certified copy of such policies
is required to be submitted to the Engineer-in-charge.
xii. If the Contractor and/or his subcontractor (if any) shall
fail to effect and keep in force the insurance referred to
above or any other insurance which he/they may be
required to effect under the terms of the Contract then
and in any such case AAI may, without being bound to,
effect and keep in force any such insurance and pay such
premium or premiums as may be necessary for that
purpose and from time to time deduct the amount so
paid by AAI from any moneys due or which may become
due to the Contractor or recover the same as a debt due
from the Contractor.
xiii. In case contractor takes Contractor All Risk (CAR) Policy
in joint name of AAI and Contractor for full tendered
value along with third party liability (max of 10% of
tendered value or as applicable as per Insurance
Regulatory Authority of India) then there is no
requirement for taking separate insurance by sub-
contractors.
However, workmen compensation policy is required to
be taken separately by main contractor and sub-
contractor for workers employed by them

CLAUSE 47
Composite i. The tenders have been called for composite work
Contract and consisting of civil construction and other associated
responsibilities specialized works. The pre-qualification criteria
of main agency shall be applicable for each subhead of work
independently. The agency meeting PQ criteria for
the main work shall be considered for execution
of composite work. However the agency shall be
allowed to execute only those specialized subheads
of works for which bidder meet PQ criteria
individually.
ii. The main contractor shall be permitted to execute
only those works (covered under one or more
subhead) for which he meets all requirements of
pre- qualification including financial, technical and
technological requirement specified in the PQ

KALABURAGI C-NIL I-NIL O-NIL GCC-112


A

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
contract- estimated cost put to tender is more than Rs.500.00 crores.
Tripartite i. The main contractor shall finalise his rates, terms and
agreement conditions and mode of execution of work with
specialised agencies for all works covered in various
subhead of works on receipt of work order but
specifications, preferred makes of materials and
performance of system shall remain as specified in
tender document.
ii. The main contractor shall arrange an agreement between
department, main contractor and associated agencies for
all subheads on receipt of work order from the engineer-
in-charge. Main contractor and expert agency shall be
jointly responsible for quality of work and performance
of the system.
iii. Main contractor shall submit list of associated agency for
each specialized work within 1/12th of stipulated
completion period or within one month from issue of
work order whichever is later along with documentary
evidence for financial soundness, technical capabilities
and their experience for executing similar specialized
works along with his application seeking acceptance for
the name of associated agency. Approval / rejection for

KALABURAGI C-NIL I-NIL O-NIL GCC-113


A

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 i. Main contractor shall be responsible for submission of
of earnest money.
composite ii. The mobilization advance shall be paid to main
contract contractor as per terms and conditions of contract and
indicated under Clause 10 B. The first installment of
mobilization advance shall be corresponding to the value
of work which shall be executed by the main contractor.
The subsequent mobilization advances corresponding to
value of work covered in each subhead shall be released
on signing of each Tripartite Agreement with expert
agency for the same.
iii. The security deposit shall be deducted from the running
bills of main contractor after adjustment of full earnest
money.
iv. Main contractor shall be responsible for completion of
work as per time schedule indicated in the NIT. The
compensation for the delay shall be levied on the main
contractor only.
v. The coordination meetings called by AAI or its
representative shall be attended by associated expert
agencies as and when required. Expert agency shall be
responsible for technical soundness, quality of work and
adherence to tender specifications. The main contractor
as well as associated agency shall be responsible for
rectification of deficiencies noticed in specialized work
Payment i. It will be the responsibility of main contractor to finalize
Conditions expert agencies for the execution of works covered under
for all subheads of NIT and get the tripartite agreements
Composite signed as per NIT requirement at an early date. The main
Contract contractor shall not be paid for value of work covered
under second running bill & subsequent bills till all
Tripartite Agreements are signed by all agencies
concerned.
ii. The main contractor must fill the ratio of work which

KALABURAGI C-NIL I-NIL O-NIL GCC-114


A

shall govern the ratio of direct payment to the expert


agency and to the main contractor for each subhead of
work in schedule F. This ratio may also be indicated in
tripartite agreement. Thus direct payment to each expert
agency shall be released in the same ratio from the net
payment (after all deductions).
iii. The running bill for specialized work shall be processed
as per terms and conditions of the contract. All
deductions like security deposit, income tax and part rate
for incomplete work or due to any other reason shall be
made as per contract conditions from each running bill.
In case the ratio as desired under (ii) is not filled by the
main contractor AAI will make payment of 75% of the net
payable amount to the expert agency directly and
balance 25% shall be paid to the main contractor

Clause 48

Escrow i. All payments for the works estimated cost more than
Account Rs.500 Cr shall be made only through Escrow Account
This clause opened by the contractor. However for works costing
stands less than Rs.500 Cr., it shall be at the discretion of
deleted. Technical Sanctioning authority to opt for Escrow
account or not. The bank charges for Escrow Account
Please refer shall be borne by contractor. The detailed conditions of
Clause 48 of Escrow Account shall be drawn in consultation with
Schedule F associated bank.
of GCC at
ii. Mobilization advance for mobilization of resources and
page GCC-
purchase of plant & machinery shall be credited directly
193
to the escrow account opened for this contract through
bank transfer as per terms and condition of contract. The
agency shall be able to utilize 25% (or as decided by TS
authority) of each installment of mobilization advance to
meet minor expenses like construction of site office,
purchase of office equipment and other minor works,
while release of balance 75% fund shall be regulated by
the department. The contractor shall seek prior
concurrence of Engineer-in Charge for release of
payment to the supplier etc. through Escrow Account by
the Bank. Funds against cheque issued by contractor
shall be released by Bank on receipt of written consent
from Engineer-in Charge.
iii. Payment received and credited against each RA Bill, can

KALABURAGI C-NIL I-NIL O-NIL GCC-115


A

be utilized 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 utilization of funds made
available by AAI (75% against each RA bill)
a. Name of agency for whom payment is proposed to be
released.
b. Details of work executed/material supplied by
agency to whom he intends to release payment.
c. Nature of advance payment if any, has to be released
to the supplier for supply of material for the project
only.
d. Documentary evidence in support of his claim.
v. Engineer –in-charge will examine and approve full / part
of such payments as per agency’s request within
maximum of three working days. The terms and
condition of Escrow Account shall be finalized with bank
according to terms and conditions of contract. Bank shall
release payment against such cheques only after written
consent of authorised officer of AAI is received.
vi. Contractor shall be permitted to close Escrow Account on
receipt of final payment for the work/project or on
receipt of letter for foreclosure of work by the AAI. All
balances and liabilities against this Escrow Account shall
be left at the disposal of the contractor

KALABURAGI C-NIL I-NIL O-NIL GCC-116


AIRPORTS AUTHORITY OF INDIA

SAFETY CODE

1. Suitable Scaffolds should be provided for workmen for all works that cannot
safely be done from the ground, or from solid construction except such
short period work as can be done safely from ladders. When a ladder is
used, an extra mazdoor shall be engaged for holding the ladder and if the
ladder is used for carrying materials as well suitable footholds and hand-
hold shall be provided on the ladder and the ladder shall be given an
inclination not steeper than ¼ to 1 (¼ horizontal and 1 vertical).

2. Scaffolding of staging more than 3.6m (12ft.) above the ground or floor,
swung or suspended from an overhead support or erected with stationary
support shall have a guard rail properly attached or bolted, braced and
otherwise secured at least 90 cm. (3ft.) high above the floor or platform of
such scaffolding on staging and extending along the entire length of the
outside and ends thereof with only such opening as may be necessary for
the delivery of materials. Such scaffolding or staging shall be so fastened as
to prevent it from swaying from the building or structure.

3. Working platforms, gangways and stairways should be so constructed that


they should not sag unduly or unequally, and if the height of the platform or
the gangway or the stairway is more than 3.6 m (12ft.) above ground level
or floor level, they should be closely boarded, should have adequate width
and should be suitably fastened as described in (2) above.

4. Every opening in the floor of a building or in a working platform shall be


provided with suitable means to prevent the fall of person or materials by
providing suitable fencing or railing whose minimum height shall be 90
cm.(3ft.)

5. Safe means of access shall be provided to all working platforms and other
working places. Every ladder shall be securely fixed. No portable single
ladder shall be over 9m. (30ft.) in length while the width between side rails
in rung ladder shall in no case be less than 29 cm. (11 ½ “) for ladder upto
and including 3m. (10ft.) in length. For long ladders, this width should be
increased at least ¼” for each additional 30cm. (1 foot) of length. Uniform
step spacing of not more than 30cm shall be kept. Adequate precautions
shall be taken to prevent danger from electrical equipment. No materials on
any of the site or work shall be so stacked or placed as to cause danger or
inconvenience to any person or the public. The contractor shall provide all
necessary fencing and lights to protect the public from accident and shall be
bound to bear the expenses of defence of every suit, action or other
proceedings at law that may be brought by any person for injury sustained

KALABURAGI C-NIL I-NIL O-NIL GCC-117


owing to neglect of the above precautions and to pay any damages and cost
which may be awarded in any such suit, action or proceedings to any such
person on which may, with the consent of the contractor, be paid to
compensate any claim by any such person.

6. a. Excavation and Trenching – All trenches 1.2 m. (4ft.) or more in depth,


shall at all times be supplied with at least one ladder for each 30m. (100ft.)
in length or fraction thereof, Ladder shall extend from bottom of the
Trench to at least 90cm (3fts) above the surface of the ground. The side of
the trenches which are 1.5 m. (5 ft.) or more in depth shall be stepped back
to give suitable slope or securely held by timber bracing, so as to avoid the
danger of sides collapsing. The excavated material shall not be placed
within 1.5 m. (5 ft.) of the edges of the trench or half of the depth of the
trench whichever is more. Cutting shall be done from top to bottom. Under
no circumstances, undermining or undercutting shall be done.

b. Safety Measures for digging bore holes: -


i. If the bore well is successful, it should be safely capped to avoid
caving and collapse of the bore well. The failed and the abandoned
ones should be completely refilled to avoid caving and collapse;
ii. During drilling, Sign boards should be erected near the site with the
address of the drilling contractor and the Engineer-in-charge of the
work;
iii. Suitable fencing should be erected around the well during the drilling
and after the installation of the rig on the point of drilling, flags shall
be put 50 Mtr all around the point of drilling to avoid entry of
people/animals;
iv. After drilling the bore well, a cement platform (0.50 Mtr x 0.50 Mtr x
1.20 Mtr) 0.60 Mtr above ground level and 0.60 Mtr below ground
level should be constructed around the well casing;
v. After the completion of the bore well, the contractor should cap the
bore well properly by welding steel plate, cover the bore well with
the drilled wet soil and fix thorny shrubs over the soil. This should be
done even while repairing the pump; vi. After the bore well is drilled
the entire site should be brought to the ground level;

7. Demolition – Before any demolition work is commenced and also during


the progress of the work, i) All roads and open areas adjacent to the work
site shall either be closed or suitably protected. ii) No electric cable or
apparatus which is liable to be a source of danger or a cable or apparatus
used by the operator shall remain electrically charged. iii) All practical
steps shall be taken to prevent danger to persons employed from risk of
fire or explosion or flooding. No floor, roof or other part of the building
shall be so overloaded with debris or materials as to render it unsafe.

KALABURAGI C-NIL I-NIL O-NIL GCC-118


8. All necessary personal safety equipment as considered adequate by the
Engineer-in-Charge should be kept available for the use of the person
employed on the site and maintained in a condition suitable for immediate
use, and the contractor should take adequate steps to ensure proper use of
equipment by those concerned. The following safety equipment shall
invariably be provided.
i) Workers employed on mixing asphaltic materials, cement and lime
mortars shall be provided with protective footwear and protective
goggles.
ii) Those engaged in white washing and mixing or stacking of cement
bags or any material which is injurious to the eyes shall be provided
with protective goggles.
iii) Those engaged in welding works shall be provided with welder’s
protective eye-shields.
iv) Stone breaker shall be provided with protective goggles and
protective clothing and seated at sufficiently safe intervals.
v) When workers are employed in sewers and manholes, which are in
active use, the contractors shall ensure that the manhole covers are
opened and ventilated at least for an hour before the workers are
allowed to get into the manholes, and the manholes so opened shall
be cordoned off with suitable railing and provided with warning
signals or boards to prevent accident to the public. In addition, the
contractor shall ensure that the following safety measures are
adhered to:-
a) Entry for workers into the line shall not be allowed except under
supervision of the Sr. Superintendent (Engg.) or any other higher
officer.
b) At least 5 to 6 manholes upstream and downstream should be
kept open for at least 2 to 3 hours before any man is allowed to
enter into the manhole for working inside.
c) Before entry, presence of toxic gases should be tested by inserting
wet lead acetate paper which changes colour in the presence of
such gases and gives indication of their presence
d) d) Presence of Oxygen should be verified by lowering a detector
lamp into the manhole. In case, no Oxygen is found inside the
sewer line, workers should be sent only with oxygen kit.
e) Safety belt with rope should be provided to the workers. While
working inside the manholes, such rope should be handled by two
men standing outside to enable him to be pulled out during
emergency.
f) The area should be barricaded or condoned off by suitable means
to avoid mishaps of any kind. Proper warning signs should be
displayed for the safety of the public whenever cleaning works
are undertaken during night or day.

KALABURAGI C-NIL I-NIL O-NIL GCC-119


g) No smoking or open flames shall be allowed near the blocked
manhole being cleaned.
h) The malba obtained on account of cleaning of blocked manholes
and sewer lines should be immediately removed to avoid
accidents on account of slippery nature of the malba.
i) Workers should not be allowed to work inside the manhole
continuously. He should be given rest intermittently. The
Engineer-in-Charge may decide the time upto which a worker
may be allowed to work continuously inside the manhole.
j) Gas masks with Oxygen Cylinder should be kept at site for use in
emergency.
k) Air-blowers should be used for flow of fresh air through the
manholes. Whenever called for, portable air blowers are
recommended for ventilating the manholes. The Motors for these
shall be vapour proof and of totally enclosed type. Non sparking
gas engines also could be used but they should be placed at least 2
meters away from the opening and on the leeward side protected
from wind so that they will not be a source of friction on any
inflammable gas that might be present.
l) The workers engaged for cleaning the manholes / sewers should
be properly trained before allowing to work in the manhole.
m) The workers shall be provided with Gumboots or non-sparking
shoes bump helmets and gloves non sparking tools safety lights
and gas masks and portable air blowers (when necessary). They
must be supplied with barrier cream for anointing the limbs
before working inside the sewer lines.
n) Workmen descending a manhole shall try each ladder stop or
rung carefully before putting his full weight on it to guard against
insecure fastening due to corrosion of the rung fixed to manhole
well.
o) If a man has received a physical injury, he should be brought out
of the sewer immediately and adequate medical aid should be
provided to him.
p) The extent to which these precautions are to be taken depend on
individual situation but the decision of the Engineer-in-Charge
regarding the steps to be taken in this regard in an individual case
will be final.
vi) The Contractor shall not employ men and women below the age of
18 years on the work of painting with products containing lead in
any form. Wherever men above the age of 18 are employed on the
work of lead painting, the following precaution should be taken:- a)
No paint containing lead or lead products shall be used except in the
form of paste or readymade paint. b) Suitable face masks should be
supplied for use by the workers when paint is applied in the form of
spray or a surface having lead paint is dry rubbed and scrapped. c)

KALABURAGI C-NIL I-NIL O-NIL GCC-120


Overall shall be supplied by the contractors to the workmen and
adequate facilities shall be provided to enable the working painters
to wash during and on the cessation of work

9. An additional clause (viii)(i) of AAI Safety Code (iv) the Contractor shall
not employ women and men below the age of 18 on the work of painting
with product containing lead in any form, wherever men above the age of
18 are employed on the work of lead painting, the following principles
must be observed for such use:
i) White lead, sulphate of lead or product containing these pigment,
shall not be used in painting operation except in the form of pastes
or paint ready for use.
ii) Measures shall be taken, wherever required in order to prevent
danger arising from the application of a paint in the form of spray
iii) Measures shall be taken, wherever practicable, to prevent danger
arising out of from dust caused by dry rubbing down and scraping.
iv) Adequate facilities shall be provided to enable working painters to
wash during and on cessation of work.
v) Overall shall be worn by working painters during the whole of
working period.
vi) Suitable arrangement shall be made to prevent clothing put off
during working hours being spoiled by painting materials.
vii) Cases of lead poisoning and suspected lead poisoning shall be
notified and shall be subsequently verified by medical man
appointed by competent authority of AAI.
viii) AAI may require, when necessary medical examination of workers.
ix) Instructions with regard to special hygienic precautions to be taken
in the painting trade shall be distributed to working painters

10. When the work is done near any place where there is risk of drowning, all
necessary equipments should be provided and kept ready for use and all
necessary steps taken for prompt rescue of any person in danger and
adequate provision, should be made for prompt first aid treatment of all
injuries likely to be obtained during the course of the work.

11. Use of hoisting machines and tackle including their attachments,


anchorage and supports shall conform to the following standards or
conditions:
i) These shall be of good mechanical construction, sound materials and
adequate strength and free from patent defects and shall be kept
repaired and in good working order. (b) Every rope used in hoisting
or lowering materials or as a means of suspension shall be of
durable quality and adequate strength, and free from patent defects.
ii) Every crane driver or hoisting appliance operator shall be properly
qualified and no person under the age of 21 years should be in

KALABURAGI C-NIL I-NIL O-NIL GCC-121


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.

KALABURAGI C-NIL I-NIL O-NIL GCC-122


16. Notwithstanding the above clauses from (1) to (15), there is nothing in
these to exempt the contractor from the operations of any other Act or
Rules in force in the Republic of India

KALABURAGI C-NIL I-NIL O-NIL GCC-123


MODEL RULES FOR THE PROTECTION OF
HEALTH AND SANITARY ARRANGEMENTS FOR WORKERS
EMPLOYED BY AAI OR ITS CONTRACTORS

1. APPLICATION
These rules shall apply to all buildings and construction works in charge of
AAI in which twenty or more workers are ordinarily employed or are
proposed to be employed in any day during the period during which the
contract work is in progress.
2. DEFINITION
Work place means a place where twenty or more workers are ordinarily
employed in connection with construction work on any day during the period
during which the contract work is in progress.
3. FIRST-AID FACILITIES
i) At every work place, there shall be provided and maintained, so as to
be easily accessible during working hours, first-aid boxes at the rate of
not less than one box for 150 contract labour or part thereof ordinarily
employed.
ii) The first-aid box shall be distinctly marked with a red cross on white
back ground and shall contain the following equipment.
a) For work places in which the number of contract labour employed
does not exceed 50 Each first –aid box shall contain the following
equipments:
1. 6 small sterilized dressings
2. 3 medium size sterilized dressings
3. 3 large size sterilized dressings
4. 3 large sterilized burn dressings
5. 1 (30 ml) bottle containing a two per cent alcoholic solution of
iodine.
6. 1 (30 ml) bottle containing salvolatile having the dose and
mode of administration indicated on the label.
7. 1 snakebite lancet.
8. 1 (30 gms) bottle of potassium permanganate crystals.
9. 1 pair scissors.
10. 1copy of the first-aid leaflet issued by the Director General,
Factory Advice Service and Labour Institute, Government of
India.
11. 1 bottle containing 100 tablets (each of 5 gms) of aspirin.
12. Ointment for burns.
13. A bottle of suitable surgical antiseptic solution.
b) For work places in which the number of contract labour exceed 50.
Each first-aid box shall contain the following equipments.
1. 12 small sterilized dressings.
2. 6 medium size sterilized dressings.
3. 6 large size sterilized dressings

KALABURAGI C-NIL I-NIL O-NIL GCC-124


4. 6 large size sterilized burn dressings.
5. 6 (15 gms) packets sterilized cotton wool.
6. 1 (60 ml). Bottle containing two per cent alcoholic solution
iodine.
7. 1 (60 ml) bottle containing salvolatile having the dose and
mode of administration indicated on the label.
8. 1 roll of adhesive plaster.
9. 1 snake bite lancet.
10. 1 (30 gms) bottle of potassium permanganate crystals.
11. 1 pair scissors.
12. 1 copy of the first-aid leaflet issued by the Director General
Factory Advice Service and Labour Institute / Government of
India.
13. A bottle containing 100 tablets (each of 5 gms) of aspirin
14. Ointment for burns. 15. A bottle of suitable surgical antiseptic
solution.
iii) Adequate arrangements shall be made for immediate recoupment of
the equipment when necessary.
iv) Nothing except the prescribed contents shall be kept in the First-aid
box.
v) The first-aid box shall be kept in charge of a responsible person who
shall always be readily available during the working hours of the work
place.
vi) A person in charge of the First-aid box shall be a person trained in
First-aid treatment in the work places where the number of contract
labour employed is 150 or more.
vii) In work places where the number of contract labour employed is 500
or more and hospital facilities are not available within easy distance
from the works. First-aid posts shall be established and run by a
trained compounder. The compounder shall be on duty and shall be
available at all hours when the workers are at work.
viii) Where work places are situated in places which are not towns or cities,
a suitable motor transport shall be kept readily available to carry
injured person or person suddenly taken ill to the nearest hospital.

4. DRINKING WATER
i) In every work place, there shall be provided and maintained at suitable
places, easily accessible to labour, a sufficient supply of cold water fit
for drinking.
ii) Where drinking water is obtained from an intermittent public water
supply, each work place shall be provided with storage where such
drinking water shall be stored.
iii) Every water supply or storage shall be at a distance of not less than 50
feet from any latrine drain or other source of pollution. Where water
has to be drawn from an existing well which is within such proximity

KALABURAGI C-NIL I-NIL O-NIL GCC-125


of latrine, drain or any other source of pollution, the well shall be
properly chlorinated before water is drawn from it for drinking. All
such wells shall be entirely closed in and be provided with a trap door
which shall be dust and waterproof.
iv) A reliable pump shall be fitted to each covered well, the trap door shall
be kept locked and opened only for cleaning or inspection which shall
be done at least once a month.

5. WASHING FACILITIES
i) In every work place adequate and suitable facilities for washing shall
be provided and maintained for the use of contract labour employed
therein.
ii) Separate and adequate cleaning facilities shall be provided for the use
of male and femal workers.
iii) Such facilities shall be conveniently accessible and shall be kept in clean
and hygienic condition.

6. LATRINES AND URINALS


i) Latrines shall be provided in every work place on the following scale
namely:
a) Where female are employed, there shall be at least one latrine for
every 25 females.
b) Where males are employed, there shall be at least one latrine for
every 25 males.
ii) Provided that, where the number of males or females exceeds 100, it
shall be sufficient if there is one latrine for 25 males or females as the
case may be upto the first 100, and one for every 50 thereafter.
iii) Every latrine shall be under cover and so partitioned off as to secure
privacy, and shall have a proper door and fastenings.
iv) Construction of latrines: The inside walls shall be constructed of
masonry or some suitable heat-resisting nonabsorbent materials and
shall be cement washed inside and outside at least once a year, Latrines
shall not be of a standard lower than borehole system
v) (a) Where workers of both sexes are employed, there shall be displayed
outside each block of latrine and urinal, a notice in the language
understood by the majority of the workers “For Men only” or “For
Women Only” as the case may be.
(b) The notice shall also bear the figure of a or of a woman, as the case
may be.
vi) There shall be at least one urinal for male workers upto 50 and one for
female workers upto fifty employed at a time, provided that where the
number of male or female workmen, as the case may be exceeds 500, it
shall be sufficient if there is one urinal for every 50 males or females
upto the first 500 and one for every 100 or part thereafter.

KALABURAGI C-NIL I-NIL O-NIL GCC-126


vii) (a) The latrines and urinals shall be adequately lighted and shall be
maintained in a clean and sanitary condition at all times.
(b) Latrines and urinals other than those connected with a flush sewage
system shall comply with the requirements of the Public Health
Authorities.
viii) Water shall be provided by means of tap or otherwise so as to be
conveniently accessible in or near the latrines and urinals.
ix) Disposal of excreta: Unless otherwise arranged for by the local sanitary
authority, arrangements for proper disposal of excreta by incineration
at the work place shall be made by means of a suitable incinerator.
Alternately excreta may be disposed of by putting a layer of night soil at
the bottom of a pucca tank prepared for the purpose and covering it
with a 15 cm. Layer of waste or refuse and then covering it with a layer
of earth for a fortnight (when it will turn to manure).
x) The contractor shall at his own expense, carry out all instructions
issued to him by the Engineer-in-Charge to effect proper disposal of
night soil and other conservancy work in respect of the contractor’s
workmen or employees on the site. The contractor shall be responsible
for payment of any charges which may be levied by Municipal or
Cantonment Authority for execution of such on his behalf.

7. PROVISION OF SHELTER DURING REST


At every place there shall be provided, free of cost, four suitable sheds, two for
meals and the other two for rest separately for the use of men and women
labour. The height of each shelter shall not be less than 3 meters (10 ft.) from
the floor level to the lowest part of the roof. These shall be kept clean and the
space provided shall be on the basis of 0.6 sq.m. (6 sft) per head. Provided
that the Engineer-in-Charge may permit subject to his satisfaction, a portion
of the building under construction or other alternative accommodation to be
used for the purpose.

8. CRECHES
i) At every work place, at which 20 or more women workers are
ordinarily employed, there shall be provided two rooms of reasonable
dimensions for the use of their children under the age of six years. One
room shall be used as a play room for the children and the other as
their bedroom. The rooms shall be constructed with specifications as
per clause 19 H (ii) a, b & c.
ii) The rooms shall be provided with suitable and sufficient openings for
light and ventilation. There shall be adequate provision of sweepers to
keep the places clean.
iii) The contractor shall supply adequate number of toys and games in the
play room and sufficient number of cots and beddings in the bed room.

KALABURAGI C-NIL I-NIL O-NIL GCC-127


iv) The contractor shall provide one ayaa to look after the children in the
crèche when the number of women workers does not exceed 50 and
two when the number of women workers exceed 50.
v) The use of the rooms earmarked as crèches shall be restricted to
children, their attendants and mothers of the children

9. CANTEENS
i) In every work place where the work regarding the employment of
contractor labour is likely to continue for six months and where in
contract labour numbering one hundred or more are ordinarily
employed, an adequate canteen shall be provided by the contractor for
the use of such contract labour.
ii) The canteen shall be maintained by the contractor in an efficient
manner.
iii) The canteen shall consist of at least a dining hall, kitchen, storeroom,
pantry and washing places separately for workers and utensils.
iv) The canteen shall be sufficiently lighted at all times when any person
has access to it.
v) The floor shall be made of smooth and impervious materials and inside
walls shall be lime washed or colour washed at least once in each year.
Provided that the inside walls of the kitchen shall be lime washed every
four months.
vi) The premises of the canteen shall be maintained in a clean and sanitary
condition.
vii) Waste water shall be carried away in suitable covered drains and shall
not be allowed to accumulate so as to cause a nuisance.
viii) Suitable arrangements shall be made for the collection and disposal of
garbage.
ix) The dining hall shall accommodate at a time 30 per cent of the contract
labour working at a time.
x) The floor area of the dining hall, excluding the area occupied by the
service counter and any furniture except tables and chairs shall not be
less than one square metre (10 sft) per diner to be accommodated as
prescribed in sub-Rule (ix).
xi) (a) A portion of the dining hall and service counter shall be partitioned
off and reserved for women workers in proportion to their number.
(b) Washing places for women shall be separate and screened to secure
privacy.
xii) Sufficient tables stools, chairs or benches shall be available for the
number of diners to be accommodated as prescribed in sub-Rule (ix).
xiii) (a) 1. There shall be provided and maintained sufficient utensils
crockery, furniture and any other equipment necessary for the efficient
running of the canteen.
2. The furniture utensils and other equipment shall be maintained in a
clean and hygienic condition.

KALABURAGI C-NIL I-NIL O-NIL GCC-128


(b) 1. Suitable clean clothes for the employees serving in the canteen
shall be provided and maintained.
2. A service counter, if provided, shall have top of smooth and
impervious material.
3. Suitable facilities including an adequate supply of hot water shall be
provided for the cleaning of utensils and equipments.
xiv) The food stuffs and other items to be served in the canteen shall be in
conformity with the normal habits of the contract labour.
xv) The charges for food stuffs, beverages and any other items served in
the canteen shall be based on ‘No Profit, No loss’ and shall be
conspicuously displayed in the canteen.
xvi) In arriving at the price of foodstuffs, and other article served in the
canteen, the following items shall not be taken into consideration as
expenditure namely :-
a) The rent of land and building.
b) The depreciation and maintenance charges for the building and
equipments provided for the canteen.
c) The cost of purchase, repairs and replacement of equipments
including furniture, crockery, cutlery and utensils.
d) The water charges and other charges incurred for lighting and
ventilation.
e) The interest and amounts spent on the provision and maintenance of
equipments provided for the canteen.
xvii) The accounts pertaining to the canteen shall be audited once every 12
months by registered accountants and auditors

10. ANTI-MALARIAL PRECAUTIONS

The contractor shall at his own expense, conform to all anti-malarial instructions
given to him by the Engineer-in-Charge including the filling up of any borrow pits
which may have been dug by him.

11. The above rules shall be incorporated in the contracts and in notices inviting
tenders and shall form an integral part of the contracts.

12. AMENDMENTS

AAI may, from time to time, add to or amend these rules and issue directions - it
may consider necessary for the purpose of removing any difficulty which may
arise in the administration thereof

KALABURAGI C-NIL I-NIL O-NIL GCC-129


AIRPORTS AUTHORITY OF INDIA
Contractor’s Labour Regulations

1. SHORT TITLE
These regulations may be called the AAI Contractors Labour Regulations.

2. DEFINITIONS
i) Workman means any person employed by AAI or its contractor
directly or indirectly through a subcontractor with or without the
knowledge of the AAI to do any skilled, semiskilled or unskilled
manual, supervisory, technical or clerical work for hire or reward,
whether the terms of employment are expressed or implied but
does not include any person:- a) Who is employed mainly in a
managerial or administrative capacity: or b) Who, being employed
in a supervisory capacity draws wages exceeding five hundred
rupees per mensem or exercises either by the nature of the duties
attached to the office or by reason of powers vested in him,
functions mainly of managerial nature : or c) Who is an out worker,
that is to say, person to whom any article or materials are given out
by or on behalf of the principal employers to be made up cleaned,
washed, altered, ornamental finished, repaired adopted or
otherwise processed for sale for the purpose of the trade or
business of the principal employers and the process is to be carried
out either in the home of the out worker or in some other premises,
not being premises under the control and management of the
principal employer. No person below the age of 14 years shall be
employed to act as a workman.
ii) Fair Wages means wages whether for time or piece work fixed and
notified under the provisions of the Minimum Wages Act from time
to time.
iii) Contractors shall include every person who undertakes to produce a
given result other than a mere supply of goods or articles of
manufacture through contract labour or who supplies contract
labour for any work and includes a subcontractor.
iv) Wages shall have the same meaning as defined in the Payment of
Wages Act. 3.
3. i) Normally working hours of an adult employee should not exceed 9
hours a day. The working day shall be so arranged that inclusive of
interval for rest, if any, it shall not spread over more than 12 hours
on any day.
ii) When an adult worker is made to work for more than 9 hours on
any day or for more than 48 hours in any week, he shall be paid over
time for the extra hours put in by him at double the ordinary rate of
wages.

KALABURAGI C-NIL I-NIL O-NIL GCC-130


iii) a) Every worker shall be given a weekly holiday normally on a
Sunday, in accordance with the provisions of the Minimum Wages
(Central) Rules 1960 as amended from time to time irrespective of
whether such worker is governed by the Minimum Wages Act or
not.
b) Where the minimum wages prescribed by the Central/State
Government under the Minimum Wages Act are not inclusive of the
wages for the weekly day of rest, the worker shall be entitled to rest
day wages at the rate applicable to the next preceding day, provided
he has worked under the same contractor for a continuous period of
not less than 6 days.
c) Where a contractor is permitted by the Engineer-in-Charge to
allow a worker to work on a normal weekly holiday, he shall grant a
substituted holiday to him for the whole day on one of the five days
immediately before or after the normal weekly holiday and pay
wages to such worker for the work performed on the normal weekly
holiday at overtime rate.

4. DISPLAY OF NOTICE REGARDING WAGES ETC.


The contractor shall before he commences his work on contract, display and
correctly maintain and continue to display and correctly maintain in a clear
and legible condition in conspicuous places on the work, notices in English
and in the local Indian languages spoken by the majority of the workers giving
the minimum rates of wages fixed under Minimum Wages Act, the actual
wages being paid, the hours of work for which such wage are earned, wages
periods, dates of payments of wages and other relevant information as per
Appendix’ VIII’.

5. PAYMENT OF WAGES
i) The contractor shall fix wage periods in respect of which wages shall be
payable.
ii) No wage period shall exceed one month.
iii) The wages of every person employed as contract labour in an
establishment or by a contractor where less than one thousand such
persons are employed shall be paid before the expiry of seventh day and
in other cases before the expiry of tenth day after the last day of the
wage period in respect of which the wages are payable.
iv) Where the employment of any worker is terminated by or on behalf of
the contractor the wages earned by him shall be paid before the expiry
of the second working day from the date on which his employment is
terminated.
v) All payment of wages shall be made on a working day at the work
premises and during the working time and on a date notified in advance
and in case the work is completed before the expiry of the wage period,
final payment shall be made within 48 hours of the last working day.

KALABURAGI C-NIL I-NIL O-NIL GCC-131


vi) Wages due to every worker shall be paid to him direct or to other
person authorised by him in this behalf.
vii) All wages shall be paid in current coin or currency or in both.
viii) Wages shall be paid without any deductions of any kind except those
specified by the Central Government by general or special order in this
behalf or permissible under the Payment of Wages Act 1956.
ix) A notice showing the wages period and the place and time of
disbursement of wages shall be displayed at the place of work and a
copy sent by the contractor to the Engineer-in-Charge under
acknowledgement.
x) It shall be the duty of the contractor to ensure the disbursement of
wages in the presence of the Senior Superintendent Engg or authorised
representative of the Engineer-in-Charge who will be required to be
present at the place and time of disbursement of wages by the
contractor to workmen.
xi) The contractor shall obtain from Engineer in charge or the authorised
representative of the Engineer-in-Charge a certificate under his
signature at the end of the entries in the “Register of Wages” or the
“Wage-cum-Muster Roll” as the case may be in the following form:
“Certified that the amount shown in column No. ………… has been paid to
the workman concerned in my presence on …………..at ......................... ”

Note: In case of payment of wages paid through bank, the contractor shall
submit a copy of bank statement for relevant period duly signed by him.

6. FINES AND DEDUCTIONS WHICH MAY BE MADE FROM WAGES


i) The wages of a worker shall be paid to him without any deduction of
any kind except the following:
a) Fines
b) Deductions for absence from duty i.e. from the place or the places
where by the terms of his employment he is required to work. The
amount of deduction shall be in proportion to the period for which he
was absent.
c) Deduction for damage to or loss of goods expressly entrusted to the
employed person for custody, or for loss of money or any other
deduction which he is required to account, where such damage or loss is
directly attributable to his neglect or default.
d) Deduction for recovery of advances or for adjustment of
overpayment of wages, advances granted shall be entered in a register.
e) Any other deduction which the Central Government may from time to
time allow.
ii) No fines should be imposed on any worker save in respect of such acts
and omissions on his part as have been approved of by the Chief Labour
Commissioner. Note: An approved list of Acts and Omissions for which
fines can be imposed is enclosed at Appendix-XII

KALABURAGI C-NIL I-NIL O-NIL GCC-132


iii) No fine shall be imposed on a worker and no deduction for damage or
loss shall be made from his wages until the worker has been given an
opportunity of showing cause against such fines or deductions.
iv) The total amount of fine which may be imposed in any one wage period
on a worker shall not exceed an amount equal to three paise in a rupee
of the total wages, payable to him in respect of that wage period.
v) No fine imposed on any worker shall be recovered from him by
installment, or after the expiry of sixty days from the date on which it
was imposed.
vi) Every fine shall be deemed to have been imposed on the day of the act
or omission in respect. of which it was imposed.

7. LABOUR RECORDS
i) The contractor shall maintain a Register of persons employed on work
on contract in Form XIII of the CL(R&A) Central Rules 1971 (Appendix
VI)
ii) The contractor shall maintain a Muster Roll register in respect of all
workmen employed by him on the work under Contract in Form XVI of
the CL (R&A) Rules 1971 (Appendix VII).
iii) The contractor shall maintain a Wage Register in respect of all
workmen employed by him on the work under contract in Form XVII of
the CL (R&A) Rules 1971 (Appendix VIII)
iv) Register of accident - The contractor shall maintain a register of
accidents in such form as may be convenient at the work place but the
same shall include the following particulars : (a) Full particulars of the
labourers who met with accident. (b) Rate of Wages (c) Sex (d) Age (e)
Nature of accident and cause of accident (f) Time and date of accident
(g) Date and time when admitted in Hospital (h) Date of discharge
from the Hospital (i) Period of treatment and result of treatment (j)
Percentage of loss of earning capacity and disability as assessed by
Medical officer (k) Claim required to be paid under Workmen’s
Compensation Act. (l) Date of payment of compensation (m) Amount
paid with details of the person to whom the same was paid (n)
Authority by whom the compensation was assessed. (o) Remarks
v) The contractor shall maintain a Register of Fines in the Form XII of the
CL(R&A) Rules 1971 (Appendix-XIII). The contractor shall display in a
good condition and in a conspicuous place of work the approved list of
acts and omissions for which fines can be imposed (Appendix-XII)
vi) The contractor shall maintain a Register of deductions for damage or
loss in Form XX of the CL (R&A) Rules 1971 (Appendix-XIV)
vii) The contractor shall maintain a Register of Advances in Form XXIII of
the CL (R&A) Rules 1971 (Appendix-XV)
viii) The contractor shall maintain a Register of Overtime in Form XXIII of
the CL (R&A) Rules 1971 (Appendix-XVI).

KALABURAGI C-NIL I-NIL O-NIL GCC-133


8. ATTENDANCE CARD-CUM-WAGE SLIP
i) The contractor shall issue an Attendance card-cum-wage slip to each
workman employed by him in the specimen form at (Appendix-IX)
ii) The card shall be valid for each wage period.
iii) The contractor shall mark the attendance of each workman on the card
twice each day, once at the commencement of the day and again after
the rest interval, before he actually starts work.
iv) The card shall remain in possession of the worker during the wage
period under reference
v) The contractor shall complete the wage slip portion on the reverse of
the card at least a day prior to the disbursement of wages in respect of
the wage period under reference.
vi) The contractor shall obtain the signature or thumb impression of the
worker on the wage slip at the time of disbursement of wages and
retain the card with himself.

9. EMPLOYMENT CARD
i) The contractor shall issue an Employment Card in Form XIV of the CL
(R&A) Central Rules 1971 to each worker within three days of the
employment of the worker (Appendix-X).

10. SERVICE CERTIFICATE


On termination of employment for any reason whatsoever the contractor shall
issue to the workman whose services have been terminated, a Service certificate
in Form XV of the CL(R&A) Central Rules 1971.

11. PRESERVATION OF LABOUR RECORDS


All records required to be maintained under Regulations Nos. 6 & 7 shall be
preserved in original for a period of three years from the date of last entries
made in them and shall be made available for inspection by the Engineer-in-
Charge or Labour Officer or any other officers authorised by the Ministry of
Urban Development in this behalf.

12. POWER OF LABOUR OFFICER TO MAKE INVESTIGATIONS OR ENQUIRY


The Labour Officer or any person authorised by Central Government on their
behalf shall have power to make enquiries with a view to ascertaining and
enforcing due and proper observance of Fair Wage Clauses and the Provisions of
these Regulations. He shall investigate into any complaint regarding the default
made by the contractor or subcontractor in regard to such provision.

13. REPORT OF LABOUR OFFICER


The Labour Officer or other persons authorised as aforesaid shall submit a report
of result of his investigation or enquiry to the Engineer-in-Charge concerned
indicating the extent, if any, to which the default has been committed with a note
that necessary deductions from the contractor’s bill be made and the wages and

KALABURAGI C-NIL I-NIL O-NIL GCC-134


other dues be paid to the labourers concerned. In case an appeal is made by the
contractor under Clause 13 of these regulations, actual payment to labourers will
be made by the Engineer-in-Charge after G.M. Engg. has given his decision on
such appeal.
(i) Engineer-in-Charge shall arrange payments to the labour concerned within 45
days from the receipt of the report from the Labour Officer or the G.M. Engineer
as the case may be.

14. APPEAL AGAINST THE DECISION OF LABOUR OFFICER


Any person aggrieved by the decision and recommendations of the Labour
Officer or other person so authorised may appeal against such decision to the
Engineer-in-Charge concerned within 30 days from the date of decision, but
subject to such appeal, the decision of the officer shall be final and binding upon
the contractor.

15. PROHIBITION REGARDING REPRESENTATION THROUGH LAWYER


i) A workman shall be entitled to be represented in any investigation or
enquiry under these regulations by :
a) An officer of a registered trade union of which he is a member.
b) An officer of a federation of trade unions to which the trade union
referred to in Clause (a) is affiliated.
c) Where the employer is not a member of any registered trade union, by
an officer of a registered trade union, connected with the industry in
which the worker is employed or by any other workman employed in
the industry in which the worker is employed.
ii) An employer shall be entitled to be represented in any investigation or
enquiry under these regulations by :
a) An officer of an association of employers of which he is a member.
b) An officer of a federation of associations of employers to which
association referred to in Clause (a) is affiliated.
c) Where the employers is not a member of any association of employers,
by an officer of association of employer connected with the industry in
which the employer is engaged or by any other employer, engaged in
the industry in which the employer is engaged.
iii) No party shall be entitled to be represented by a legal practitioner in any
investigation or enquiry under these regulations.

16. INSPECTION OF BOOKS AND SLIPS


The contractor shall allow inspection of all the prescribed labour records to any
of his workers or to his agent at a convenient time and place after due notice is
received or to the Labour Officer or any other person, authorised by the Central
Government on his behalf .

KALABURAGI C-NIL I-NIL O-NIL GCC-135


17. SUBMISSION OF RETURNS
The contractor shall submit periodical returns as may be specified from time to
time.

18. AMENDMENTS
The Central Government/AAI may from time to time add to or amend the
regulations and on any question as to the application/interpretation or effect of
those regulations the decision of the General Manager (Engg.) concerned shall be
final

KALABURAGI C-NIL I-NIL O-NIL GCC-136


APPENDIX-I

FORM OF BANK GUARANTEE IN LIEU OF SECURITY DEPOSIT & AMOUNT


WITHHIELD AGAINST COMPENSATION FOR DELAY IN INDIVIDUAL
CONTRACT
(on Non-Judicial Stamp Paper of Rs.100/-)

[Refer Clause 1A and 2B ]

To
The Airports Authority of India
…………………………………….
……………………………………..
1. In consideration of the Airport Authority of India having its head office at
New Delhi [hereinafter called the “AAI” which expression shall unless
repugnant to the subject or context include its administrator, successors
and assigns) having agreed under the terms and condition of Contract
Agreement No. ………………………dated……………made between……….and
AAI in connection with the work of …………………….(hereinafter called the
said contract) to accept Deed of Guarantee as herein provided for
Rs…………………….(Rupees……………..only) from a Nationalized Bank in lieu
of the Security deposit to be made by the contractor or lieu of the amount
withheld towards compensation for delay pending final extension of time
to be made from the contractors contained in the said Contractor. We,
the………………bank (hereinafter referred to as “the said Bank” and having
our registered office at ……………………do hereby under take and agree to
identify and keep indemnified AAI from time to time to the extent of
Rs……………………(Rupees……………………….only) against any loss or
damage, cost,, charges and expenses caused to or suffered by or that may
be caused to or suffered by AAI by reason of any breach or breaches by
the said Contractor of any of the terms and condition contained in the said
contract and to unconditionally pay the amount claimed by AAI on
demand and without demur to the extent aforesaid.

2. We ……………………………… Bank, further agree that AAI shall be the sole


judge of and as to whether the said Contractor has committed any breach
or breaches of any of the terms and conditions of the said contract and the
extent of loss, damage, costs, charges and expenses caused to or suffered
by or that may be caused to or suffered by AAI on account thereof and the
decision of AAI that the said Contractor has committed such breach and
breaches and as to the amount or amounts of loss, damage, costs, charges
and expenses caused to or suffered of that may be caused to or suffered by
AAI from time to time shall be final and binding on us.

KALABURAGI C-NIL I-NIL O-NIL GCC-137


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.

KALABURAGI C-NIL I-NIL O-NIL GCC-138


In presence of
Dated this __________ Day of _________
WITNESS
1.

2.
For and on behalf of (The Bank)
Signature __________________
Name & Designation __________
Authorisation No. _____________
Name & Place _______________
Bank’s Seal __________________

The above Guarantee is accepted by Airports Authority of India.


For and on behalf of Airports Authority of India
Signature ________________
Name ___________________
Designation _____________
Dated __________________

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

For Partnership Concerns


1. Sh. ___________________son of ____________________resident of _______________ A- 178
2. Sh. ________________________son of ____________________resident of___________
carrying on business in co-partnership under the name and style of ___________at
______________ (hereinafter collectively called “the said contractor” which
expression shall unless the context requires otherwise include each of them and
their respective heirs, executors administrators and legal representatives).

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

KALABURAGI C-NIL I-NIL O-NIL GCC-139


APPENDIX-1A

FORM OF BANK GUARANTEE AGAINST EARNEST MONEY DEPOSIT

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


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

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


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

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

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

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


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

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


part thereof upon receipt of his first written demand, without the engineer-in-
charge having to substantiates his demand, provided that in his demand the
engineer-in-charge will note that the amount claimed by him is due to him owing

KALABURAGI C-NIL I-NIL O-NIL GCC-140


to the concurrence of one or any of the above conditions, specifying the occurred
condition or conditions.

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

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

WITNESS ……………………….. SEAL


(SIGNATURE NAME AND ADDRESS)

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

KALABURAGI C-NIL I-NIL O-NIL GCC-141


APPENDIX-II

PROFORMA FOR MANDATORY TESTS TO BE ATTACHED WITH RUNNING


ACCOUNT BILLS

Name of work:…………………………….......... Name of


Contractor…………………………………...
Contract Agreement No. and Date………………………... R/A Bill

No………………………..……

Sl. Ite Quantiti Frequenc No. of Upto No. of No. of Remar


N m es as per y as per Tests date Tests Tests ks
o. Agreem Specificati Requir Quanti Requir actual
ent on ed ty ed ly
done

1 2 3 4 5 6 7 8 9

KALABURAGI C-NIL I-NIL O-NIL GCC-142


Note: If the number of tests done are less than required, then reasons shall
be recorded.

Signature of Sudt. (Engg)

Signature of Engineer-in-Charge. Signature of Manager / AM


(Engg)

KALABURAGI C-NIL I-NIL O-NIL GCC-143


APPENDIX-III

REGISTER OF MATERNITY BENEFITS (Clause 19 F)

Name and address of the


contractor…………………………………………………………………………

Name and location of the


work………………………………………………………………………………

Name of the Father’s/husban Nature of Period of Date on


employee d’s name employme actual which
nt employme notice of
nt confineme
nt given
1 2 3 4 5

Date on which maternity leave commenced and ended

In case of delivery In case of delivery


Date of
delivery/miscarria
ge Commenced Commenced
Ended Ended
6 7 8 9 10

KALABURAGI C-NIL I-NIL O-NIL GCC-144


Leave Pay paid to the employee

In case of delivery In case of miscarriage Remark

Rate of leave pay Amount paid Rate of Amount


leave pay paid
11 12 13 14 15

KALABURAGI C-NIL I-NIL O-NIL GCC-145


APPENDIX-IV
SPECIMEN FORM OF THE REGISTER, REGARDING MATERNITY BENEFIT
ADMISSION TO THE CONTRACTOR'S LABOUR IN
AIRPORTS AUTHORITY OF INDIA WORKS(CLAUSE 19F)
Name and address of the contractor ---------------------------------------------------------
Name and location of the work ----------------------------------------------------------------
1) Name of the woman and her husband's name

2) Designation

3) Date of appointment

4) Date with months and years in which she is employed.

5) Date of discharge/dismissal, if any

6) Date of production of certificates in respect of pregnancy.

7) Date on which the woman informs about the expected delivery.

8) Date of delivery/misccarriage/death.

9) Date of production of certificate in respect of delivery/miscarriage.

10) Date with the amount of maternity/death benefit paid in advance of

expected delivery

11) Date with amount of subsequent payment of maternity benefit

12) Name of the person nominated by the woman to receive the payment of

the maternity benefit after the death.

13) If the woman dies, the date of her death, the name of the person to whom

maternity benefit amount was paid, the month thereof and the date in the

register.

14) Signature of the contractor authenticating entires in the register.

15) Remarks column for the use of Inspection Officer.

KALABURAGI C-NIL I-NIL O-NIL GCC-146


APPENDIX-V
Labour Board
Name of work
Name of Contractor-------------------------------------------------------------------------------
----------------------------------------------------------------------------------------------------
Address of Contractor ---------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------
Name and address of A. A. I. Division ---------------------------------------------------------
-------------------------------------------------------------------------------------------------------
Name of A. A. I. Labour Officer -----------------------------------------------------------------
------------------------------------------------------------------------------------------------------
Address of A. A. I. Labour Officer --------------------------------------------------------------
-----------------------------------------------------------------------------------------------------
Name of A.A.I Labour Officer--------------------------------------------------------------------
-

Sl.No. Category Minimum Actual Number Remark


wage fixed wage paid present

Weekly holiday -----------------------------------------------------------------------------------


Wage period --------------------------------------------------------------------------------------
Date of payment of wages ----------------------------------------------------------------------
-
Working hours -----------------------------------------------------------------------------------
Rest interval---------------------------------------------------------------------------------------

KALABURAGI C-NIL I-NIL O-NIL GCC-147


Form-XIII
APPENDIX-VI
[See rule 2(1)]
[Part-A: For all Establishments]
Register of Workmen Employed by Contractor

Name and address of contractor……………………………………………………………………………………….

Name and address of establishment which contractor is carried on…………………………………………………...

Name and location of work…………………………………………………………………………………………….

Name and address of Principal Employer……………………………………………………………………………...

Name of the Establishment-------------------------------------------Name of Owner----------------------------------------------LIN--


---------------------------------------------------

Sl. Employee Na Surna Gend Father’s/Spo Date of Nationa Educatio Date Designat
No. Code me me er use Birth# lity n Level of ion
1 2 3 4 5 Name
6 7 8 9 Joini
10 11
ng

Category Type of Mobi UAN PAN ESIC IP LWF AADHAA Bank Bank Bran Prese Perman
Address Employme le R A/c ch nt ent
*(HS/S/SS nt Numb (IFS Addre
12
/US) 1 14 15 16 17 18 19 er20 21 C)22 ss23 24
3

KALABURAGI C-NIL I-NIL O-NIL GCC-148


Servie Book Date of Reason for Mark of Pho Specimen Remarks
No. Exit Exit Identification to Signature/Th
25 26 27 28 29 umb3 31
Impression
0
*(Highly Skilled/Skilled/Semi Skilled/Un Skilled)
#Note: In case the age is between 14 to 18 years, mention the nature of work, daily hours of work and Intervals of rest in
the remarks Column.

KALABURAGI C-NIL I-NIL O-NIL GCC-149


APPENDIX-VII

Form-XVI
[See Rule 78 (1) (a) (i)]

Muster Roll

Name and address of


contractor……………………………………………………………………………………….

Name and address of establishment which contractor is carried


on…………………………………………………...

Name and location of


work…………………………………………………………………………………………….

Name and address of Principal Employer……………………………………For the


month of fortnight…………….

Sl Name of Se Father’s/ Date Remark


. work x Husband’
1 Man 3 s 1 2 3 4 5
2 4

KALABURAGI C-NIL I-NIL O-NIL GCC-150


FORM B
[See Rule 78 (1) (a) (i)]
APPENDIX-VIII

FORMAT FOR WAGE REGISTER

Name and address of contractor……………………………………………………………………………………….

Name and address of establishment which contractor is carried on…………………………………………………...

Name and location of work…………………………………………………………………………………………….

Name and address of Principal Employer……………………………………For the month of fortnight…………….

Rate of Minimum Wages and since the


Highly Skilled date..............
Skilled Semi-Skilled Un Skilled
Minimum Basic
DA
Overtime

Name of the Establishment Name of Owner LIN _______ Wage period


From______________ To _____________ (Monthly/Fortnightly/Weekly/Daily/Piece Rated)

Sl. No. Name Rate No. of Overti Basic Speci DA Payme HRA Others Total
in of Days me al nts
Employ Wag worke hours Basi Overti
ee 1 2 e3 d4 5
worke 6 c7 8 me9 10 11 12
registe d
r
KALABURAGI C-NIL I-NIL O-NIL GCC-151
Deducti Net Employer
PF ESIC Society Income on Insuran Others Recover Total Payment Share PF
Tax ce ies Welfare
Found
13 14 15 16 17 18 19 20 2 2
1 2

Receipt by Date of Remar


Employee/Ban Payment ks
k Transaction
ID
2 24 25
3

KALABURAGI C-NIL I-NIL O-NIL GCC-152


FORM C
FORMAT OF REGISTER OF LOAN/
RECOVERIES

Name of Establishment LIN

Sl. Number In Na Recovery Type Particul Date of Amou


Employee me (Damage/loss/fine/adva ars damage/Loss* nt
register
1 2 nce/loans 3 4 5 6

Whether show Explanation Number of First Last Date of Remarks


cause heard in Instalments Month/Year Month/Year Complete
issued*
7 presence
8 9 10 11 Recovery
12 13
of*

*Applicable only in case of damage/loss/fine

KALABURAGI C-NIL I-NIL O-NIL GCC-153


Form-XVII [See Rule 78 (2) (a)]

Register of wages

Name and address of contractor……………………………………………………………………………………….

Name and address of establishment which contractor is carried on…………………………………………………...

Name and location of work…………………………………………………………………………………………….

Name and address of Principal Employer……………………………………For the month of fortnight…………….

Amount of wages

S. Name Serial Descri No. of Unit Daily Basi Dearne Over Othe Tot Dedu Net Sig. Initial
No of no in ption/ days s of rates of c ss -time r al ction amo or contr
workm the nature work wor wages/ wag Allowa cash if unt thum actor
an registe of ed k piece es nce pay any paid b his
r of work don rate ment (indi impr repre
workm done e . cate essio sentat
an (indi natu n of ive
cate re) the
natu work
re) men
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

KALABURAGI C-NIL I-NIL O-NIL GCC-154


APPENDIX-VIIIA
WAGE CARD

Wages Card No…………………………

Name and Address of Contractor……………………Date of issue………………………..

Name and location of work………………………….Designation…………………………

Name of workman………………………………….Month/Fortnight……………………..

Rate of Wages…………………………………………

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 28 30 31

Morning Rate

Evening Amount

Initial

KALABURAGI C-NIL I-NIL O-NIL GCC-155


Received from…………………………………….the sum of Rs…………………………………………on account of my wages
Signature
The Wage Card is valid for one month from the date of iss

KALABURAGI C-NIL I-NIL O-NIL GCC-156


19/Form-XIX
APPENDIX-IX
78 (2)
[See rule 78 (1) (b)]

Wages Slip

Name and address of contractor……………………………………………………………

Name and Father’s/Husband name of workman…………………………………………...

Name and location of work………………………………………………………………...

For the week/Fortnight/Month ending……………………………………………………..

1. No. of days worked……………………………………………………………………

2. No. of units worked in case of piece rate workers…………………………………….

3. Rate of daily wages/piece rate…………………………………………………………

4. Amount of overtime wages……………………………………………………………

5. Gross wages payable………………………………………………………………….

6. Deduction, if any………………………………………………………………………

7. Net amount of wages paid…………………………………………………………….

Initials of the contractor or his representative

KALABURAGI C-NIL I-NIL O-NIL GCC-157


APPENDIX-X

14/Form-XIV
[See rule 76]
Employment Card

Name and address of contractor……………………………………………………………

Name and address of establishment under which is carried……………………………….

Name of work and location of work……………………………………………………….

Name and address of Principal Employee…………………………………………………

1. Name of the workman………………………………………………………………...

2. SI. No. in the register of workman employed………………………………………...

3. Nature of employment/designation…………………………………………………..

4. Wage rate (with particulars of unit in case of piece work)…………………………..

5. Wage period…………………………………………………………………………

6. Tenure of employment………………………………………………………………

7. Remark………………………………………………………………………………

Signature of Contractor

KALABURAGI C-NIL I-NIL O-NIL GCC-158


APPENDIX-XI

FORM OF PERFORMANCE SECURITY (GUARANTEE)


Bank Guarantee Bond
(On Non-Judicial Stamp Paper of Rs100/-)

1. In consideration of the Chairman, AAI (hereinafter called “AAI”) having


offered to accept the terms and conditions of the proposed agreement
between ………………………………………………………………………………………………
[hereinafter called the said contractor(s)] for the work ……………………………
(hereinafter “the said agreement”) having agreed to production of a
irrevocable Bank Guarantee for Rs. ….......................... (Rupees
………………………..only) as a security / guarantee from the contractor(s) for
compliance of his obligations in accordance with the terms and conditions
in the said agreement.
We ………………………………. (Indicate the name of the Bank) (hereinafter
referred to as “the Bank”) hereby undertake to pay to the Chairman, AAI
an amount not exceeding Rs. ………………… (Rupees ………………… only) on
demand by AAI.

2. We ……………………………… (Indicate the name of the Bank) do hereby


undertake to pay the amounts due to payable under this Guarantee
without any demure, merely on a demand from AAI stating that the
amount claimed is required to meet the recoveries due or likely to be due
from the said contractor(s). Any such demand made on the Bank shall be
conclusive as regards the amount due and payable by the Bank under this
Guarantee. However, our liability under this guarantee shall be restricted
to an amount not exceeding Rs. ……………….. (Rupees ……………………… only).

3. We, the said Bank, further undertake to pay the Chairman, AAI any money
so demanded notwithstanding any dispute or disputes raised by the
contractor(s) in any suit or proceeding pending before any court or
tribunal relating thereto, our liability under this present being absolute
and unequivocal.

The payment so made by us under this bond shall be a valid discharge of


our liability for payment there under and the contractor(s) shall have no
claim against us for making such payment.

4. We…………………………….. (Indicate the name of bank) further agree that the


guarantee herein contained shall remain in full force and effect during the
period that would be taken for the performance of the said agreement and
that it shall continue to be enforceable till all the dues of AAI under or by
virtue of the said agreement have been fully paid and its claims satisfied or

KALABURAGI C-NIL I-NIL O-NIL GCC-159


discharged or till Engineer-In-Charge on behalf of AAI certified that the
terms and conditions of the said agreement have been fully and properly
carried out by the said contractor(s) and accordingly discharges this
guarantee.

5. We………………… (indicate the name of the bank) further agree with AAI
that AAI shall have the fullest liberty without our consent and without
effecting in any manner our obligations hereunder to vary any of terms
and conditions of the said agreement or to extend time of performance by
the said contractor(s) from time to time or to postpone for any time or
from time to time any of the powers exercisable by AAI against in the said
contractor(s) and to forebear and enforce any of the terms and conditions
relating to the said agreement and we shall not be relieved from our
liability by reason of any such variation, or extensions being granted to the
said contractor(s) or for any forbearance, act of omission on the part of
AAI or any indulgence by the AAI to the said contractor(s) or by any such
matter or thing whatsoever which under the law relating to securities
would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution
of the Bank or the contractor(s).

7. We………………………… (Indicate the name of the bank) lastly undertake not


to revoke this guarantee except with the previous consent of AAI in
writing.

8. This guarantee shall be valid upto ……………………………. unless extended on


demand by AAI. Notwithstanding anything mentioned above, our liability
against this guarantee is restricted to Rs. ……………….. (Rupees …………………
only) and unless a claim in writing is lodged within six months of the date
of expiry or the extended date of expiry of this guarantee all our liabilities
under this guarantee shall stand discharged.

In presence of
Dated this __________ Day of _________
Witness
1.
2.
For and on behalf of (The Bank)
Signaure __________________
Name & Designation __________
Authorisation No. _____________
Name & Place _______________
Bank’s Seal __________________

KALABURAGI C-NIL I-NIL O-NIL GCC-160


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.

KALABURAGI C-NIL I-NIL O-NIL GCC-161


APPENDIX-XI-A

Format for Letter of undertaking from the Depositor to Bank


(To be submitted along with Security Deposit / Earnest Money / Performance
Guarantee to Airport Authority of India)
(To be submitted in the Letter head of the firm)

The Branch Manager,


………………..Bank,
…………………….

Sub: - My / Our Bank Guarantee bearing No……..dated ……. for amount……. Issued
in favour of Airport Authority of India A/c……………

Sir,

The subject Bank Guarantee is obtained from your bank for the purpose of
Security Deposit / Earnest Money / Performance Guarantee on account of
contract awarded / to be awarded by M/s Airports Authority of India to me / us.

I hereby authorized the Airport Authority of India in whose favour the


deposit is made to close the subject Bank Guarantee before maturity/ on
maturity toward adjustment of dues without any reference /consent /notice
from me / our side and the bank is fully discharged by making the payment to
Airport Authority of India.

Signature of the Depositor

Place:

Date:

KALABURAGI C-NIL I-NIL O-NIL GCC-162


APPENDIX-XII

LIST OF ACTS AND OMISSONS FOR WHICH FINES CAN BE IMPOSED

In accordance with rule 7(v) of the AAI Contractor's Labour Regulations to be


displayed promi nently at the site of work both in English and local Language.

1. Wilful insubordination or disobidience, whether alone or in combination

with other.

2. Theft fraud or dishonesty in connection with the contractors beside a

business or property of AAI.

3. Taking or giving bribes or any illegal gratifications

4. Habitual late attendance.

5. Drunkenness lighting, riotous or disorderly or indifferent behaviour

6. Habitual negligence.

7. Smoking near or around the area where combustible or other materials

are locked

8. Habitual Indiscipline

9. Causing damage to work in the progress or to property of the AAI or of the

contractor.

10. Sleeping on duty.

11. Malingering or slowing down work.

12. Giving of false information regarding name, age, father's name, etc.

13. Habitual loss of wage cards supplied by the employer's

KALABURAGI C-NIL I-NIL O-NIL GCC-163


14. Unauthorised use of employer's property of manufacturing or making of

unauthorised particles at the work place

15. Bad workmanship in construction and maintenance by skilled workers

which is not approved by the Department and for which the contractors

are compelled to undertake rectifications.

16. Making false complaints and/or misleading statements.

17. Engaging on trade within the premises of the establishments.

18. Any unauthotised divulgence of business affairs of the employees.

19. Collection or canvassing for the collection of any money within the

premises of an establishment unless authorised by the employer.

20. Holding meeting inside the premises without previous sanction of the

employers.

21. Threatening or intimidating any workman or employer during the working

hours within the premises.

KALABURAGI C-NIL I-NIL O-NIL GCC-164


APPENDIX-XIII

Form-XVII [See Rule 78 (2) (d)]

Register of Fines

Name and address of contractor……………………………………………………………………………………….

Name and address of establishment which contractor is carried on…………………………………………………...

Name and location of work…………………………………………………………………………………………….

Name and address of Principal Employer……………………………………………………………….…………….

SI. No. Name Father’ Designati Act or Date Whether Name of Wage Amount Date Remark
of s/ on action of workma person in period of the on s
workm Husban nature of for Offenc n whose and impose which
an d’s employm which e showed presence wages d fine
Name ent fine cause employee’s payable realise
impose against explanation d
d fine was heard
1 2 3 4 5 6 7 8 9 10 11 12

KALABURAGI C-NIL I-NIL O-NIL GCC-165


APPENDIX-XIV

Form-XVII
[See Rule 78 (2) (d)]
Register of Deduction for Damage or Loss

Name and address of contractor……………………………………………………………………………………….

Name and address of establishment under which contract is carried on…………………………………………………...

Name and location of work…………………………………………………………………………………………….

Name and address of Principal Employer……………………………………………………………….…………….

SI. Name Father’ Designati Particul Date Wheth Name of Amoun No. Date of
No. of s on/natur ar of of er person in t of of recovery
work Husban e of Damag dama workm whose deducti insta Firs Last
man d’s employm es or ges or an presence on llme t Inst Remar
Name ent Loss loss showe employee impose nts Inst allm k
d cause ’s d allm ent
against explanati ent
deducti on was
on heard
1 2 3 4 5 6 7 8 9 10 11 12 13

KALABURAGI C-NIL I-NIL O-NIL GCC-166


APPENDIX-XV
Form-XXII
[See Rule 78 (2) (d)]
Register of Advances

Name and address of contractor……………………………………………………………………………………….

Name and address of establishment under which contract is carried on…………………………………………………...

Name and location of work…………………………………………………………………………………………….

Name and address of Principal Employer……………………………………………………………….…………….

SI. Name Father’ Designati Wage Date Purpos Number Date Date
No. of s on/natur period and e for of and on
work Husban e of and amou which installme amount whic
man d’s employm wages nt of advanc nt by of each h Remar
Name ent payable advan e paid which install last k
ce advance ment insta
paid to be repaid llme
repaid nt
was
repai
d
1 2 3 4 5 6 7 8 9 10 11

KALABURAGI C-NIL I-NIL O-NIL GCC-167


APPENDIX-XVI

Form-XXIII [See Rule 78 (2) (e)]

Register of Overtime

Name and address of contractor……………………………………………………………………………………….

Name and address of establishment under which contract is carried on…………………………………………………...

Name and location of work…………………………………………………………………………………………….

Name and address of Principal Employer……………………………………………………………….…………….

S. Name Father’s/ Sex Designatio Date on Total Normal Overti Overti Rate on Remark
N of Husband n/ which overtime rate of me rate me which s
o work s Name nature of overtime worked at wages of earnin overtime
men employem worked project in wages g paid
ent case of
piece rate
1 2 3 4 5 6 7 8 9 10 11 12

KALABURAGI C-NIL I-NIL O-NIL GCC-168


APPENDIX-XVII
NOTICE FOR APPOINTMENT OF ARBITRATOR
[Refer Clause 25]
To
………………………………..
………………………………..
Dear Sir,
In terms of clause 25 of the agreement, particular of which are given
below, I/we hereby give notice to you to appoint an arbitrator for settlement of
disputes mentioned below:
1. Name of applicant
2. Whether applicant is Individual/Prop. Firm /Partnership Firm/Ltd. Co.
3. Full address of the applicant.
4. Name of the work and contract number in which arbitrator sought.
5. Name of the office which entered into contract.
6. Contract amount in the work.
7. Date of contract.
8. Date of initiation of work.
9. Stipulated date of completion of work.
10. Actual date of completion of work (if completed).
11. Total number of claim made.
12. Total amount claimed.
13. Date of intimation of final bill (if work is completed).
14. Date of payment of final bill (if work is completed).
15. Amount of final bill (if work is completed).
16. Date of request made to ED for decision.
17. Date of receipt of ED’s decision.
18. Date of appeal.
19. Date of receipt of decision on our appeal.
Specimen signature of the applicant
(Only the person/authority who
Signed the contract should sign)

I/We certify that the information given above is true to the best of my/our
knowledge. I/We enclose following documents.
1. Statement of claims with amount of claims.
2.
3.
4.
Yours faithfully
(Signature)
Copy to:
1. The Engineer-in-charge ………………….,
…………………………

KALABURAGI C-NIL I-NIL O-NIL GCC-169


APPENDIX -XVIII
INTEGRITY PACT

The integrity pact shall be signed by both the parties in the following
format

“This Pact made this ……..day of …… between Airports Authority of India, a


body corporate constituted by the Central Government under the Airports
Authority of India Act,1994 and having its Corporate Office at Rajiv Gandhi
Bhawan, New Delhi, and offices at ………….in India, hereinafter called the
Authority (which term shall unless excluded by or is repugnant to the
context, be deemed to include its Chairman, or Member, Executive
Directors, Airport Directors, officers or any of them specified by the
Chairman in this behalf, and shall also include its successors and assigns)
of the one part

AND

……represented by ……… of the other part, hereinafter called the


“Bidder/Contractor “(which term shall unless excluded by or is repugnant
to the context be deemed to include its heirs, representatives, successors
and assigns of the Bidder/ Contractor)
WHEREAS the Authority intends to award, under laid down organizational
procedures, tender/ contract for ………………….The Authority, while
discharging its functions on business principles, values proper compliance
with all relevant laws and regulations, and the principles of natural ,justice,
ethics, equity, fairness and transparency in its relations with the Bidders/
Contractors.

WHEREAS the Authority is desirous to make its business mechanism more


transparent, thus to ensure strict adherence of the aforesaid
objectives/goals, the Authority hereby adopts the instrument developed
by the renowned international non‐governmental organization
“Transparency International” (T I ) headquartered in Berlin ( Germany ).
The Authority will appoint an Independent External Monitor (IEM) who
will monitor the tender process and the execution of the contract for
compliance with the principles mentioned above.

AND WHEREAS the Bidder is submitting a tender to the Authority for


……………………. In response to the NIT (Notice Inviting Tender) dated ………
Contractor is signing the contract for execution of ……NOW, therefore, To
avoid all forms of corruption by following a system that is fair, transparent
and free from any influence/prejudiced dealings prior to, during and
subsequent to the currency of the contract to be entered into with a view
to Enabling the Authority to obtain the desired said

KALABURAGI C-NIL I-NIL O-NIL GCC-170


stores/equipment/execution of works at a competitive price in conformity
with the defined specifications by avoiding the high cost and the
distortionary impact of corruption on public procurement, and Enabling
Authority to abstain from bribing or indulging in any corrupt practice in
order to secure the contract by providing assurance to them that their
competitors will also abstain from bribing and other corrupt practices and
the Authority will commit to prevent corruption, in any form, by its
officials by following transparent procedures. The parties hereto hereby
agree to enter into this Integrity Pact and agree as follows:

1. Commitments of the Authority;


1.1 The Authority undertakes that no official of the Authority, connected
directly or indirectly with the contract, will demand, take a promise for
or accept, directly or through intermediaries, any bribe, consideration,
gift, reward, favour or any material or immaterial benefit or any other
advantage from the BIDDER, either for themselves or for any person,
organization or third party related to the contract in exchange for an
advantage in the bidding process, bid evaluation, contracting or
implementation process related to the contract.
1.2 The Authority will, during the pre‐contact stage, treat all BIDDERs
alike, and will provide to all BIDDERs the same information and will
not provide any such information to any particular BIDDER which
could afford an advantage to that particular BIDDER in comparison to
other BIDDERs.
1.3 All the officials of the Authority will report to the appropriate authority
office any attempted or completed breaches of the above commitments
as well as any substantial suspicion of such a breach.
1.4 In case any such preceding misconduct on the part of such official(s) is
reported by the BIDDER to the Authority with full and verifiable facts
and the same is prima facie found to be correct by the Authority,
necessary disciplinary proceedings, or any other action as deemed fit,
including criminal proceedings may be initiated by the Authority and
such a person shall be debarred from further dealings related to the
contract process. In such a case while an enquiry is being conducted by
the Authority the proceedings under the contract would not be stalled.

2. Commitments of Bidders/Contractor.
The Bidder/Contractor commits itself to take all measures necessary to
prevent corrupt practice, unfair means and illegal activities during any
stage of its bid or during any pre‐contract or post‐contract stage in order
to secure the contract or in furtherance to secure it and in particular
commit itself to the following.

KALABURAGI C-NIL I-NIL O-NIL GCC-171


2.1 The Bidder/Contractor will not offer, directly or through
intermediaries, any bribe, gift, consideration, reward, favour, any
material or immaterial benefit or other advantage, commission, fees,
brokerage or inducement to any official of the Authority, connected
directly or indirectly with the bidding process, or to any person,
organization or third party related to the contract in exchange for any
advantage in the bidding, evaluation, contracting and implementation
of the contract.
2.2 The Bidder/Contactor further undertakes that it has not given, offered
or promised to give, directly or indirectly any bribe, gift, consideration,
reward, favour, any material or immaterial benefit or other advantage,
commission, fees, brokerage or inducement to any official of the
Authority or otherwise in procuring the Contract or forbearing to do or
having done any act in relation to the obtaining or execution of the
contract or any other contract with the Authority for showing or
forbearing to show favour or disfavour to any person in relation to the
contract or any other contract with the Authority.
2.3 The Bidder / Contactor has not entered and will not enter with other
bidders into any undisclosed agreement or understanding, whether
formal or informal. This applies in particular to prices, specification,
certifications, subsidiary contracts, submission or non‐submission of
bids or any actions to restrict competitiveness or to introduce
cartelization in the bidding process.
2.4 The Bidder/Contractor shall, when presenting his bid, disclose the
name and address of agents and representatives and Indian BIDDERs
shall disclose their foreign principals or associates.
2.5 The Bidder/Contactor shall when presenting his bid disclose any and
all the payments he has made or, is committed to or intends to make to
agents/brokers or any other intermediary, in connection with this
bid/contract.
2.6 The Bidder/Contractor further confirms and declares to the Authority
that the BIDDER is the original manufacturer/integrator/ authorized
government sponsored export entity of the stores and has not engaged
any individual or firm or company whether Indian or foreign to
intercede, facilitate or in any way to recommend to the Authority or
any of its functionaries, whether officially or unofficially to the award
of the contract to the BIDDER, nor has any amount been paid,
promised or intended to be paid to any such individual, firm or
company in respect of any such intercession, facilitation or
recommendation.
2.7 The Bidder/Contractor, either while presenting the bid or during
pre‐contract negotiations or before signing the contract, shall disclose
any payments he has made or has committed to or intends to make to
officials of the Authority or their family members, agents, brokers or

KALABURAGI C-NIL I-NIL O-NIL GCC-172


any other intermediaries in connection with the contract and the
details of services agreed upon for such payments.
2.8 The Bidder/Contractor will not collude with other parties interested in
the contract to impair the transparency, fairness and progress of the
bidding process, bid evaluation, contracting and implementation of the
contract.
2.9 The Bidder/Contractor will not accept any advantage in exchange for
any corrupt practice, unfair means and illegal activities.
2.10 The Bidder / Contactor shall not use improperly, for purposes of
competition or personal gain ,or pass on to others, any information
provided by the Authority as part of the business relationship,
regarding plans, technical proposals and business details, including
information contained in any electronic data carrier. The Bidder /
Contractor also under takes to exercise due and adequate care lest any
such information is divulged.
2.11 The Bidder/Contractor will inform to the Independent External
Monitor.
i) If he receives demand for an illegal/undue payment/benefit.
ii) If he comes to know of any unethical or illegal payment/benefit.
iii) If he makes any payment to any Authority’s associate(s)
2.12 The Bidder/Contactor commit to refrain from giving any complaint
directly or through any other manner without supporting it with full
and verifiable facts.
2.13 The Bidder/Contactor shall not instigate or cause to instigate any third
person to commit any of the actions mentioned above.
2.14 If the Bidder/Contractor or any employee of the Bidder/Contractor or
any person acting on behalf of the Bidder/ Contractor, either directly
or indirectly, is a relative of any of the officers of the Authority, or
alternatively, if any relative of an officer of the Authority has financial
interest/stake in the Bidder’s/Contractor’s firm, the same shall be
disclosed by the Bidder/Contractor at the time filing of tender. The
term ‘relative’ for this purpose would be as defined in Section 6 of the
Companies Act 1956.
2.15 The Bidder/Contractor shall not lend to or borrow any money from or
enter into any monetary dealings or transactions, directly or indirectly,
with any employee of the Authority.
2.16 That if the Bidder/ Contractor, during tender process or before the
award of the contract or during execution of the contract/work has
committed a transgression in violation of section 2 or in any other
form such as to put his reliability or credibility as Bidder/Contractor
into question, the Authority is entitled to disqualify him from the
tender process or to terminate the contract for such reason and to
debar the BIDDER from participating in future bidding processes.

KALABURAGI C-NIL I-NIL O-NIL GCC-173


3. Previous Transgression
3.1 The Bidder/Contractor declares that no previous transgression
occurred in the last three years immediately before signing of this
Integrity Pact, with any other company in any country in respect of any
corrupt practices envisaged hereunder or with any Public Sector
Enterprise in India or any Government Department in India that could
justify Bidders’s exclusion from the tender process.
3.2 The Bidder/Contractor agrees that if it makes incorrect statement on
this subject, he can be disqualified from the tender process or the
contract, if already awarded, can be terminated for such reason and he
may be considered for debarment for future tender/contract
processes.
3.3 That the Bidder/Contractor undertakes to get this Pact signed by the
subcontractor ( s) and associate(s) whose value of the work
contribution exceeds Rs 0.5 Cr. (Rupees zero point five Cr.) and to
submit the same to the Authority along-with the tender document/
contract before contract signing.
3.4. That sub-contractor(s)/ associate(s) engaged by the Contractor, with
the approval of the Authority after signing of the contract, and whose
value of the work contribution exceeds Rs 0.5 Cr. (Rupees Zero point
five Cr.) will be required to sign this Pact by the Contractor, and the
same will be submitted to the Authority before doing/ performing any
act/ function by such subcontractor(s) / associate(s) in relation to the
contract/ work.
3.5 That the Authority will disqualify from the tender process all Bidder(s)
who don’t sign this Pact or violate its provisions or fails to get this Pact
signed in terms of policy of authority
3.6 That if the Contractor(s) does/ do not sign this Pact or violate its
provisions or fails to get this Pact signed in terms of policy of authority.
Authority will terminate the contract and initiate appropriate action
against such Contractor(s).

4. Earnest Money, Security Deposit, Bank Guarantee, Draft, Pay


order or any other mode and its validity i/c Warranty Period,
Performance Guarantee/Bond.
While submitting bid, the BIDDER shall deposit an
EMD/SD/BG/DRAFT/PAY ORDER ETC I/C WARRANTY PERIOD,
PG/BOND, VALIDITY etc. , which is as per terms and conditions and
details given in NIT / tender documents sold to the Bidders.

5. Sanctions for Violations/Disqualification from tender process and


exclusion from future Contacts.
5.1 Any breach of the aforesaid provisions by the BIDDER or any one
employed by it or acting on its behalf (whether with or without the

KALABURAGI C-NIL I-NIL O-NIL GCC-174


knowledge of the BIDDER) shall entitle the Authority to take all or any
one of the following actions, wherever required:
i) To immediately call off the pre contract negotiations without
assigning any reason or giving any compensation to the BIDDER.
However, the proceedings with the other BIDDER(s) would
continue.
ii) To immediately cancel the contract, if already signed, without
giving any compensation to the BIDDER.
iii) If the Authority has disqualified / debarred the Bidder from the
tender process prior to the award under section 2 or 3 or 4, the
Authority is entitled to forfeit the earnest money
deposited/bid security.
iv) To recover all sums already paid by the Authority, and in case of
an Indian BIDDER with interest thereon at 2% higher than the
prevailing Prime Lending Rate of State Bank of India, while in
case of a BIDDER from a country other than India with interest
thereon at 2% higher than the LIBOR. If any outstanding payment
is due to the BIDDER from the Authority in connection with any
other contract or any other stores, such outstanding payment
could also be utilized to recover the aforesaid sum and interest.
v) To en-cash the advance bank guarantee and performance
bond/warranty bond, if furnished by the BIDDER, in order to
recover the payments, already made by the BUYER, along with
interest.
vi) To cancel all or any other Contracts with the BIDDER. The
BIDDER shall be liable to pay compensation for any loss or
damage to the Authority resulting from such
cancellation/rescission and the Authority shall be entitled to
deduct the amount so payable from the money(s) due to the
BIDDER.
vii) To debar the BIDDER from participating in future bidding
processes for a period upto two years.
viii) To recover all sums paid in violation of this Pact by BIDDER(s) to
any middleman or agent or broker with a view to securing the
contract.
ix) In case where irrevocable Letters of Credit have been received in
respect of any contract signed by the Authority with the BIDDER,
the same shall not be opened.
x) Forfeiture of Performance Bond in case of a decision by the
BUYER to forfeit the same without assigning any reason for
imposing sanction for violation of this Pact.
xi) That if the Authority have terminated the contract under section
2 or 3 or 4 or if the Authority is entitled to terminate the contract
under section 2 or 3 or 4, the Authority shall be entitled to
demand and recover from the contractor damages equivalent to

KALABURAGI C-NIL I-NIL O-NIL GCC-175


5% of the contract value or the amount equivalent to security
deposit or performance bank guarantee, whichever is higher.
xii) That the Bidder / Contractor agrees and undertakes to pay the
said amount without protest or demur subject only to condition
that if the Bidder/Contractor can prove and establish to the
satisfaction of the Authority that the disqualification / debarment
of the bidder from the tender process or the termination of the
contract after award of the contract has caused no damage to the
Authority.
5.2 The Authority will be entitled to take all or any of the actions
mentioned at para 5.1 above.
5.3 (i) to (xii) of this Pact also on the Commission by the BIDDER or any
one employed by it or acting on its behalf (whether with or without the
knowledge of the BIDDER), of an offence as defined in Chapter IX of the
Indian Penal code, 1860 or Prevention of Corruption Act, 1988 or any
other statute enacted for prevention of corruption.
5.4 That if the Bidder/Contractor applies to the Authority for premature
revocation of the debarment and proves to the satisfaction of the
Authority that he has installed a suitable and effective corruption
prevention system and also restored/recouped the damage, if any,
caused by him, the Authority may, if thinks fit, revoke the debarment
prematurely considering the facts and circumstances of the case, and
the documents/evidence adduced by the Bidder/Contractor for first
time default.
5.5 That a transgression is considered to have occurred if the Authority is
fully satisfied with the available documents and evidence submitted
along with Independent External Monitor’s
recommendations/suggestions that no reasonable doubt is possible in
the matter.
5.6 The decision of the Authority to the effect that a breach of the
provisions of this Pact has been committed by the BIDDER shall be
final and conclusive on the BIDDER. However, the BIDDER can
approach the Independent External Monitor(s) appointed for the
purpose of this Pact.

6. Allegations against Bidders/Contractors/ Sub‐Contractors/


Associates:
That if the Authority receives any information of conduct of a Bidder/
Contractor or Sub- Contractor or of an employee or a representative or
an associate of the Bidder, Contractor or Sub- Contractor which
constitute corruption, or if the Authority has substantive suspicion in
this regard, the Authority will inform the Vigilance Department for
appropriate action.

7. Independent External Monitor(s),

KALABURAGI C-NIL I-NIL O-NIL GCC-176


7.1. That the Authority has appointed competent and credible Independent
External Monitor(s) for this Pact.
7.2 The task of the Monitor(s) is to review independently and objectively,
whether and to what extent the parties comply with the obligations
under this Pact. He will also enquire into any complaint alleging
transgression of any provision of this Pact made by the Bidder,
Contractor or Authority.
7.3. That the Monitor(s) is not subject to any instructions by the
representatives of the parties and would perform his functions
neutrally and independently. He will report to the Chairperson of the
Board of the Authority.
7.4 That the Bidder / Contractor accepts that the Monitor(s) has the right
to access without restriction to all project documentation of the
Authority including that provided by the Bidder/Contractor. The
Bidder/Contractor will also grant the Monitor, upon his request and
demonstration of a valid interest, unrestricted and unconditional
access to his project documentation including minutes of meeting. The
same is applicable to Sub - Contractors and Associates. The Monitor is
under obligation to treat the information and documents of the
Authority and Bidder/ Contractor / Sub- Contractors/ Associates with
confidentiality.
7.5. That as soon as the Monitor notices, or believes to notice, a violation of
this Pact, he will so inform the management of the Authority and
request the management to discontinue or heal the violation, or to take
other relevant action. The Monitor(s) can in this regard submit his
recommendations/ suggestions. Beyond this, the Monitor(s) has no
right to demand from the parties that they act in a specific manner,
refrain from action or tolerate action.
7.6 That the Authority will provide to the Monitor(s) sufficient
information about all meetings among the parties related to the project
provided such meetings could have an impact on the contractual
relations between the Authority and the Contractor / Bidder. The
parties offer to the Monitor(s) the option to participate in such
meetings.
7.7 That the Monitor(s) will submit a written report to the Chairperson of
the Board of the Authority within 2 weeks from the date of reference
or intimation to him by the Authority and, should the occasion arise,
submit proposals for correcting problematic situations.
7.8 That if the Monitor(s) has reported to the Chairperson of the Board a
substantiated suspicion of an offence under relevant Anti- Corruption
Laws of India and the Chairperson has not, within reasonable time,
taken visible action to proceed against such offence or reported it to
the Vigilance Department, the Monitor may also transmit this
information directly to the Central Vigilance Commissioner,
Government of India.

KALABURAGI C-NIL I-NIL O-NIL GCC-177


7.9 The word ‘Monitor’ would include singular and plural.

8. Facilitation of Investigation.
In case of any allegation of violation of any provisions of this Pact or
payment of commission, the Authority or its agencies shall be entitled
to examine all the documents including the Books of Accounts of the
BIDDER and the BIDDER shall provide necessary information and
documents in English and shall extend all possible help for the purpose
of such Examination.

9. Law and Place of Jurisdiction.


That this Pact is subject to provisions under Indian Law. The place of
performance and jurisdiction is the Corporate Headquarter /the
Regional Headquarter / office of the Authority, as applicable.

10. Other Legal Actions


10.1 That the changes and supplements as well as termination notice need
to be made in writing.
10.2 That if the Bidder / Contractor are a partnership or a consortium, this
Pact must be signed by all the partners and consortium members or
their authorized representatives.

11. Pact duration (Validity)


11.1 That this Pact comes into force when both the parties have signed it. It
expires for the Contractor 12 months after the final payment under the
respective contract, and for all other Bidders 3 months after the
contract is awarded.
11.2. That if any claim is made / lodged during this period, the same shall be
binding and continue to be valid despite the lapse of this Pact as
specified herein before, unless it is discharged/determined by
Chairman of the Authority.
11.3 That should one or several provisions of this Pact turn out to be
invalid; the remainder of this Pact shall remain valid. In this case, the
parties will strive to come to an agreement to their original intentions.

12. Company Code of Conduct


Bidders are also advised to have a company code of conduct (clearly
rejecting the use of bribes and other unethical behaviour) and a
compliance program for the implementation of the code of conduct
throughout the company.

13. The parties hereby sign this Integrity Pact at _____________ on


_______________

KALABURAGI C-NIL I-NIL O-NIL GCC-178


Buyer
Name of the Officer
Designation
Deptt./Ministry/PSU
Witness

1. _______________________________

2._______________________________

Bidder

CHIEF EXECUTIVE OFFICER


Witness
1. ______________________________

4. ______________________________

KALABURAGI C-NIL I-NIL O-NIL GCC-179


APPENDIX-XIX
(To be filled by Contractor)
(CLAUSE-47)

Ratio of direct payment to the specialized : …% of the net payment to be


made to Specialized
agency in case of composite contract agency

Sl. Sub-head Nature of work % of the net payment to


be made to Specialized
agency
1 Sub-head I

Note:

1. NIT approving authority must ensure that all sub-heads of works are
covered in above table. The bidder must indicate percentage payable to
specialized agency in case of all sub-heads.
2. If % is not filled in by the contractor against one or more subhead in this
schedule, then 75% of the net payment admissible as per AAI for the
subhead under consideration shall be paid directly to specialized agency in
case of composite contract.

KALABURAGI C-NIL I-NIL O-NIL GCC-180


APPENDIX-XX

Format Consent Letter


Dispute Resolution Clause-Para 2 ii (b)
To,
The Chairman/Member/Regional Executive Director,
Airports Authority of India,
_______________________________

SUB: Request for appointment of arbitrator under Clause ______ of the


_____________agreement dated for _____________

Sir/Madam,

I. We state that ___________________ (contractor/agency) was awarded work/


concession of ___________________ at _______________ Airport/ _______________
(other location) of Airports Authority of India through Award Letter dated
________________.
2. Dispute related to __________ arose between us (contractor/agency) and
AAI.
3. On _____________ (date), dispute was referred to Mediation as per AAI
Mediation Policy and any settlement on the following claims/disputes was
not reached between the parties:
(i)
(ii)
(iii)
4. A concise statement along with claim in respect of each of such disputes
is attached herewith.
5. In view of the above, we invoke arbitration under clause ___________ of the
____________ agreement between us and AAI and as per provison to Section-
12(5) of the Arbitration & Conciliation Act, 1996, we hereby agree and
request the Chairman/Member/Regional Executive Director AAI to
appoint arbitrator from AAI 's panel of arbitrators.
6. I/We also give my/ our consent for appointing any of an arbitrator from
AAI's approved panel of arbitrators, as per paragraph-5 above.
Thanking you,

(___________________)
Authorized signatory of
Encl: As above

KALABURAGI C-NIL I-NIL O-NIL GCC-181


SKETCH OF CEMENT GODOWN

KALABURAGI C-NIL I-NIL O-NIL GCC-182


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. 01 to 01 with
the tender document, then the same is to be downloaded and to be filled by all the
bidders. Bidders are required to download the BOQ file, open it and complete the
white coloured (unprotected) cells with their respective financial quotes and other
details (such as name of the bidder). No other cells should be changed. Once the
detailes have been completed, the bidder should save it and submit it online,
without changing the File name. If the BOQ file is found to be modified by the bidder,
the bid will be rejected and EMD shall be forfeited.

SCHEDULE `B’

Schedule of materials to be issued to the contractor.

Sl. Description of Item Quantity Rates in figures Place of Issue


No. & words at which
the material will
be charged to the
contractor
1 2 3 4 5

KALABURAGI C-NIL I-NIL O-NIL GCC-183


SCHEDULE `C’

Tools and plants to be hired to the contractor.

Sl.No. Description Hire charges per Place of Issue


day
1 2 3 4

SCHEDULE `D’

Extra schedule for specific requirements/ documents for the work, if any.
Please refer Special Condition of Contract for Civil works.

KALABURAGI C-NIL I-NIL O-NIL GCC-184


SCHEDULE `E’
Reference to General Condition of contract
Name of work: Clearing Grass and jungle in specific areas in operational area at
Kalaburagi Airport
Estimated cost of work Rs. 27,31,956/- excluding GST
i. Earnest Money Rs. 54,640/-

ii Performance Guarantee: Not Applicabale

iii Security deposit: 10% (Ten Precentage) of contract value

SCHEDULE `F’
GENERAL RULES & DIRECTION
Officer inviting tender: SM (Engg.-Civil), Kalaburagi Airport, Kalaburagi.

Maximum percentage for quantity of


items of work to be executed beyond a: 30% (Overall)
which rates are to be determined in b: 100% (For foundation items)
accordance with Clauses 12.2 & 12.3

Definitions:
Office inviting tender : O/o SM (Engg.-Civil), Kalaburagi Airport, Kalaburagi,
Airports Authority of India.

2(v) Engineer-in-Charge : DGM(Engg.-Civil), Kalaburagi Airport, Kalaburagi


2(viii) Accepting Authority :As per AAI’s DoP
2(x) Percentage on cost materials &
Labour to cover all overheads &
Profits :15%
2(xi) Standard schedule of rates :CPWD DSR 2021 & market rates, with up to
date correction slips as on last date of
submission of tenders.

2(xii) Department :AAI, Engineering,

KALABURAGI C-NIL I-NIL O-NIL GCC-185


Clause 1

(i) Time allowed for submission of


Performance Guarantee from Not Applicable
the date of issue of letter of
acceptance

(ii) Maximum allowable period of Not Applicable


extension

Clause 2

Authority for fixing As per AAI’s DoP


compensation under Clause 2

Clause 2A

Whether Clause 2A shall be No


applicable

Clause 5

Number of days from the date of


issue of letter of acceptance for 10 days
reckoning date of start

Mile Stone(s) as per table given below:


Sl. Description of Milestones Time allowed in Amount to be
No (Physical) days (from date of withheld in case of
start) non achievement of
milestone

Time allowed for execution of work : 03 (Three) Months


Authority to decide:
i. Extension of time…………………..As per AAI’s DoP
ii.Rescheduling of milestone ………..Not Applicable
iii.Shifting of date of start in case of
delay in handing over of site…….. GM (Engg.)

KALABURAGI C-NIL I-NIL O-NIL GCC-186


Clause 6, 6A
Clause applicable – (6 or 6A): Clause 6A is Applicable (Computerized Billing)

Clause 7
Gross work to be done together with net
payment/adjustment of advances for Rs. 05.00 Lakh
material collected, if any since the last
such payment for being eligible to
interim payment.

Clause 10A
Testing equipment to be provided by the contractor at site lab
All the Testing equipments required for conducting test for building (Civil works)/
pavement works as per CPWD, AAI specifications, Manufacture’s specifications,
MoRTH, IRC as applicable.

Clause 10 B(II)

Whether Clause 10B(II) shall be No


applicable

Clause 10C: Applicable

Component of labour expressed as percent of value of work: 25%

Clause 10 CA
Materials covered under Nearest Material Base price and its corresponding
this clause (other than period of all the materials
cement*, covered under clause 10CA
reinforcement
bars, structural
steel & Bitumen)
for which All India
Wholesale Price
index is to be
followed

1. Cement (OPC/PPC) Index valid on the Base price for cement,


last day of receipt of reinforcement steel and
tender structural steel to be determined

KALABURAGI C-NIL I-NIL O-NIL GCC-187


as issued under authority of DG
2. Reinforcement steel Index valid on the (Works). CPWD or concerned
bars (TMT)/ last day of receipt of Zonal Chief Engineer, CPWD as
Crosion resistant tender on last date of receipt of tender.
Reinforcement Steel In case base price for cement,
Bar reinforcement steel, and
Structural Steel as to be issued by
CPWD is not available concerned
ED (Engg.) will be 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 Applicable for this work
Clause 10CC to be applicable in
contracts with stipulated period of Not applicable
completion exceeding the period shown
in next column
Schedule of component of other materials, Labour, POL etc.for price escalation.
Component of civil (except material covered under clause 10 CA) / Electrical
construction materials express as percentage total value of work - -- (Xm)*
Component of labour , expressed as % of total value of work – 5 % (Y)
Component of POL , expressed as % of total value of work 5% (Z)

Note : * Xm % should be equal to (100) – (material covered under clause 10 CA i.e.


cement, steel and other materials specified in clause 10 CA + component of labour +
component of POL).
Clause 11
Specification to be followed for a) AAI Specifications, MoRTH Specification,
execution of work “CPWD Specification 2019, Vol. I to II with
upto date correction slips, or other standard
engineering specification as applicable.
b) Technical specification.
c) Manufacturer’s Specification.

Clause 12

KALABURAGI C-NIL I-NIL O-NIL GCC-188


12.2 Deviation limit beyond which
& clauses 12.2 & 12.3 shall apply 30% (Thirty Percent)
12.3 for buildings, pavements and all
other works above foundation
level.
12.5 Deviation limit beyond which
clauses 12.2 & 12.3 shall apply 100% ( Hundred Percent)
for foundation work

Clause 16

Competent Authority for DGM (Engg-Civil)


deciding reduced rates

Clause 17
Contractor Liable for Damages, defects during maintenance period – Twelve
(12) months

Clause 18

Mandatory machinery, tools & plants to be deployed by the contractor at site:

To be provided as per NIT and other Machinery required for timely completion of
work.

Clause 25

Place of Arbitration : Kalaburagi, State Karnataka

KALABURAGI C-NIL I-NIL O-NIL GCC-189


Clause 36(1)
Requirement of Technical Representative(s) and recovery rate
Sl. Minimum Discipline Designation Rate at which recovery

Experience
No. Qualification (Principal shall be made per month

(in years)
Minimum

Number
of Technical Technical from the contractor in the
event of not fulfilling
Representati representat
provision of clause 36
ve ive)
Figures Rs. Words
1 Graduate / Civil Site 01 year 01 Rs. Rupees
Diploma Engineering Engineer for 50,000/- Fifty
Graduate
/ 05
Thousan
years for d only
Diploma
holder
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
c. Manpower shall be deployed as per site requirement.

Clause 37
License Fee for unpaved land – Refer clause 6 of Specicial Conditions of Contract,
Page no. SCC-3 and SCC-4
Clause 41(b)
Integrity Pact applicable No

Clause 42

(i) Schedule/statement for determining DSR 2021 (Civil) printed by


theoretical quantity of cement & bitumen C.P.W.D with up-to-date
on the basis of Delhi Schedule of Rates correction slips till last date of
submission of tender, technical
specifications & BOQ.
(ii) Variations permissible on theoretical
quantities
a. Cement for works with estimated cost put 3% plus/minus
to
tender not more than Rs.5 lakhs.
For works with estimated cost put to 2% plus/minus

KALABURAGI C-NIL I-NIL O-NIL GCC-190


tender more than Rs.5 lakhs
b. Steel Reinforcement and structural steel 2% plus/minus
section for each diameter, section and
category
c. Bitumen 2.5% plus only & NIL on minus
side
d. All other materials Not Applicable

RECOVERY RATES FOR QUANITITES BEYOND PERMISSIBLE VARIATION

Sl. Description of items Rates in figures and words at which recovery


No. shall be made from the contractor
Excess beyond Less use beyond the
permissible variation permissible variation*
1. Cement Not Applicable Not permitted
2. Steel reinforcement Not Applicable Not permitted
3. Structural Sections Not Applicable Not permitted
4. Bitumen issued free Not Applicable Not permitted
5. Bitumen issued at Not Applicable Not permitted
stipulated fixed price

* Provided work is considered technically sound. Otherwise work has to be


re-executed as per direction of Enginee-in-charge

Clause 48

Escrow Account : Not Applicable.

KALABURAGI C-NIL I-NIL O-NIL GCC-191


Annexure to clause 34 (x)

Annexure to clause 34 (x) showing quantities of materials for areas of


surfacing to be considred for working out minimum period for which hire
charges of road roller are to be recovered.

Sl.No. Material of surfacing Quantity or


areas
1. Consolidation of earth subgrade 1860 Sq.m

2. Consolidation of stones soling 15 cm to 22.5 cm thick 170 Cu.m

3. Consolidation of brick soling 10 cm to 20 cm thick 230 Cu.m

4. Consolidation of wearing coat of stone ballast 7.5 cm to 30 Cu.m


11.5 cm thick

5. Consolidation of wearing coat of brick ballast 10 cm 60 Cu.m


thick
6. Spreading and consolidation of red bajri 6mm 1860 Sq.m

7. Painting one coat using stone aggregate 12.5mm


nominal size
(a) @ 1.65 m3 per 100 m2 and paving bitumen A-90 or
[email protected] Kg per m2 or
(b) @ 1.50 m3 per 100 m2 and bitumen emulsion or 930 Sq.m.
Road tar @2.25 Kg per m2
8. Painting two coats using
(a) For first coat, stone aggregate 12.5 mm nominal size

(i) @ 1.50 m3 per 100 m2 and paving bitumen A-90 or


S-90@2 Kg per m2 or
(i) @ 1.35 m3 per 100 m2 and bitumen emulsion @2
Kg per m2 600 Sq.m. or
(ii) @ 1.25 m3 per 100 m2 with roadtar @2.25 Kg per 600 Sq.m.
m2

(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.
KALABURAGI C-NIL I-NIL O-NIL GCC-192
9. Re-painting with stone aggregate 10 mm nominal size
0.9 Cu.m. per 100 Sq.m. with
(i) 1kg of paving bitumen A-90 or S-90 per Sq.m. ;k or
(ii)1.25 kg of bitumen emulsion per Sq.m. 1670 Sq.m. 1670 Sq.m.
10. 2 cm premix carpet surfacing using 2.4 m3 of stone 930 Sq.m
aggregate 10 mm nominal size per 100 m2 and binder
including tack coat, the binder being hot cut back
bitumen or bitumen emulsion in specified quantities.
11. 2.5 cm premix carpet surfacing using 3 m3 of stone 930 Sq.m
aggregate 10 mm nominal size per 100 m2and binder
including tack coat, the binder being hot cut back
bitumen or bitumen emulsion in specified quantities.
12. 4 cm thick bitumen concrete surfacing using stone 460 Sq.m.
aggregate 3.8 Cu.m. (60%20mm nominal size and 40%
12.5 mm nominal size) per 100m2 and coarse sand 1.9
Cu.m. per 100m2 and hot cut back bitumen over a tack
coat of hot cut back bitumen.
13. 5 cm thick bitumen concrete surfacing using stone 370 Sq.m.
aggregate 4.8 Cu.m. (60%25 mm nominal size and 40%
20 mm nominal size) per 100m2 and coarse sand 2.4
Cu.m. per 100m2 and hot cut back bitumen over a tack
coat of hot cut back bitumen.
14. 6 cm thick bitumen concrete surfacing using stone 280 Sq.m.
aggregate 5.8 Cu.m. (60%40 mm nominal size and 40%
25 mm nominal size) per 100m2 and coarse sand 2.9
Cu.m. per 100m2 and hot cut back bitumen over a tack
coat of hot cut back bitumen.
15. 7.5 cm thick bitumen concrete surfacing using stone 230 Sq.m.
aggregate 7.3 Cu.m. (60%50 mm nominal size and 40%
40 mm nominal size) per 100m2 and coarse sand 3.65
Cu.m. per 100m2 and hot cut back bitumen over a tack
coat of hot cut back bitumen.
16. 2.5 cm bitumastic sheet using stone aggregate 1.65 750 Sq.m.
Cu.m. (60% 12.5 mm nominal size 40% 10 mm nominal
size) per 100 Sq.m. and coarse sand 1.65 Cu.m. per 100
Sq.m. and hot cut back bitumen over a tack coat of hot
cut back bitumen.
17. 4 cm bitumastic sheet , using stone aggregate 2.6 Cu.m. 560 Sq.m.
(60% 12.5 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.

KALABURAGI C-NIL I-NIL O-NIL GCC-193


18. Laying full grouted surface using stone aggregate 40 460 Sq.m.
mm nominal size 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 50 370 Sq.m.
mm nominal size 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 560 Sq.m.
aggregate 25 mm 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 460 Sq.m.
aggregate 25 mm 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.

KALABURAGI C-NIL I-NIL O-NIL GCC-194


SPECIAL CONDITIONS OF CONTRACT
1. GENERAL
Special conditions of Contract shall be read in conjunction with General Conditions of
Contract, Technical Specifications, Drawings and any other documents forming part of this
contract wherever the context so requires.

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

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

A) SPECIAL CONDITIONS FOR CIVIL WORKS


i. The work in general shall be carried out as specified in the nomenclature of the item
and/ or in order as per the (i) AAI specifications (ii) MoRT&H specifications, (iii) CPWD
specifications 2019 Volume I to II with up to date correction slips, and (iv)
Manufacturer’s specifications.

ii. For item not covered under AAI specifications, MoRT&H specifications, CPWD
Specifications 2019 Volume I & II with up to date correction slips and Manufacturer’s
specifications, the work shall be done as per latest relevant BIS / IRC Codes of
Practice.

iii. If there is any difference/discrepancy or contradiction in the provision of the said


specification of the item of work and the description of the item given in the schedule
of quantities, the scope of the item shall be taken according to the following order of
preference.
a) Nomenclature of item as given in the schedule of quantities.
b) Drawing/Sketch, if any referred in the nomenclature of items.
c) AAI specifications & special condition, if any
d) MoRT&H Specifications /CPWD specifications
e) Manufacturer’s specifications
f) Relevant BIS/IRC Code of practice (latest revision)/ASTM Standards.
g) General drawings.
h) Sound engineering practice as directed by the Engineer-in Charge whose decision
in this regard shall be final and binding on the contractor.

2. INSPECTION OF SITE
For the purpose of inspection of site and relevant documents the contractor is required to
contact the Engineer-in-Charge who shall give reasonable facilities for inspection of the
same. The contractor shall be deemed to have satisfied himself as to the nature of the site of
work. Local facilities of access, availability of materials and all other matters affecting
his prices for the execution and completion of work. He is required to make himself fully
acquainted with the nature and scope of work.

C-NIL I-NIL O-NIL SCC -1


3. ADMISSION TO SITE
The airport belongs to AAI. For the works falling within the restricted area, execution shall
be restricted to operational requirement. The contractor is expected to finish the work by
adequate planning as per the satisfaction of Engineer-in-charge. All men & vehicles shall be
permitted to enter the aerodrome operational area only on possession of the security
passes issued by AAI/ Security agencies on the recommendations of Engineer-in-charge or
its authorized representative. The contractor shall apply in writing in advance of the
commencement of work for issue of security passes and shall submit a list of personal
concerned with their addresses and shall satisfy the Engineer-in-charge who shall at his
discretion, have the right to recommend the issue of passes to control the admission of
contract, his agents, his staff and workmen. The contractor shall ensure that his men shall
work in areas/ zones allotted to them. Passes shall be deposited with the Engineer-in-
charge on demand and in any case immediately after completion of work. The contractor’s
staff/ workmen shall observe all the rules promulgated from time to time by the concerned
authorities such as prohibition of smoking & lighting, search of persons on entry and exit,
keeping to specified routes etc. Any person found violating the security/ safety rules laid
down by the authorities will be expelled from the area without assigning any reason
whatsoever and contractor shall have no claim on this account. No time extension shall be
granted and nothing extra shall be payable by AAI on account of restriction due to non-
operational hours and in restricted working conditions. Any expenditure i.e. statutory fee
for making passes for manpower, machinery, plying of vehicle in-side construction site shall
be borne by contractor and nothing extra shall be payable on this account.

4. SUFFICIENCY OF TENDER: -
A. Particulars and data furnished in the various sections of the tender documents need
not be taken as complete by themselves. They are intended to serve as rough guidance
only for the contractors to quote for the item rate tender. The tenderer shall, therefore,
in their own interest examine the drawings, conditions of contract and specifications of
work furnished in the tender documents. They shall also inspect the site and satisfy
themselves on their own as to the hydrological, climatic and physical conditions
prevailing at site, the nature, extent and practicability of works, all existing and required
roads and other means of communications and access to site, royalties and ferry
charges, if any, probable site for labour camps, stores and godown etc.
B. They shall also obtain for themselves all necessary information as to risks,
contingencies and other circumstances which may affect or influence their tender. No
extra charges consequent on any insufficient appreciation or otherwise shall be allowed.
The contractor shall be deemed to have satisfied himself before tendering as to the
correctness and sufficiency of his tender for the works and of the rates and prices
quoted in the schedule of works/ items, quantities or in bills of quantities which rates
and price shall except as otherwise provided cover all his obligations under the contract
and all matters and things necessary for the proper completion and maintenance of the
work
C. Should there be any discrepancy in or any doubt or obscurity as to the meaning of
any of the tender documents, clarification should be sought for in writing sufficiently in
advance of the last date fixed for the receipt of the tender from the concerned bid
Manager. The department will have a right to make any amendments in the tender
documents and any such changes will be intimated to the tender at least three days
before the date fixed for receipt of tender.

C-NIL I-NIL O-NIL SCC -2


5. CONTRACTOR’S REPRESENTATIVES, AGENTS AND WORKMEN/ WORK WOMEN
a. The contractor shall employ only Indian Nationals and verify their antecedents and
loyalty before employing them on the work. He shall ensure that no person of doubtful
antecedents and nationality is in any way associated with the work.

b. The contractor shall, on request from the Engineer-in-Charge promptly cease to


employ in connection with the contract and replace any person whose continued
employment in connection there with is in the opinion of the Engineer-in-charge
undesirable. He shall not be re-employed in connection with the contract without the
written permission of the Engineer-in-charge. The decision of the Engineer-in-charge
upon any matter arising under these conditions shall be final and conclusive.

6. STORES AND MATERIALS: -


a) All the stores and materials except the materials stipulated for issue by the Authority
required for the satisfactory completion of the work shall be arranged by the contractor
from his own sources/ open market. No claim whatsoever shall be entertained by the
Authority on account of delay in either providing these materials or non-availability of
these materials in the market.

b) The contractor shall, upon demand forward for the Engineer-in-charge’s inspection,
test certificates rendered by the suppliers for all materials furnished by the contractor.

c) The contractor shall obtain the approval of the Engineer-in-charge, of samples of all
materials to be used in the work and shall deposit these samples with him before
placing an order for the materials samples. Fresh samples shall be deposited with the
Engineer-in-charge whenever the type of source of any materials changes.
d) The Engineer-in-charge shall have power to cause the contractor to purchase and use
such materials from any particular source, as may, in his opinion, be necessary for the
proper execution of the work.

e) The Copy of invoice for purchase of cement, Bitumen, steel and other consumables
shall be submitted to the Engineer-in-charge for every lot of cement, Bitumen/ steel
brought and other materials at site along with manufacturer’s test certificate.

7. CONSUMPTION OF CEMENT / BITUMEN/ STEEL


Proper record of daily consumption of cement, steel and Bitumen shall be maintained at
the site of work for as directed by the Engineer-in-Charge.

8. LICENSE FEE FOR LAND ALLOTTED BY AAI


“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 to be allowed to extend hi s 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: -

C-NIL I-NIL O-NIL SCC -3


i. A security deposit of Rs. 500.00/- per sqm in the form of Cash/ DD/ BG
is also to be paid by the contractor for land/space allotted for
installation of plants, labour camp (if provided), cement god own and
site office etc. The Security deposit can be released only after ensuring
that allotted land has been vacated in original conditions free of debris,
malba, cement, concrete deposition etc. and Engineer -In-Charge has
certified this fact in the final bill. Land used for stacking of materi al to
the extent available is, however, provided at free of cost, with the
approval of Project/ Airport In -charge.

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 liabl e 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 ha ve to demolish &
clear the same before handing over the completed work unless agreed to
the contrary.

9. ARRANGEMENT TO BE MADE BY THE CONTRACTOR AT SITE


a) Necessary registers and stationeries required for entering data and test result shall
be provided by the contractor at his own cost as directed by the Engineer-in-charge.

10. STACKING OF MATERIALS:


The contractor shall stack materials at the area allotted at site of work strictly as per
instructions of the Engineer-in-Charge keeping in view the operational requirements of
the Director General of Civil Aviation and AAI This storage site/ yard need necessarily
be in the perimeter/ proximity of the work site and nothing extra shall be paid on this
account.
a) AAI reserves full right to vacate the land without any notice if the site is required by
AAI anytime during the period of allotment.
b) The contractor will vacate the area immediately on expiry of the license and handover
vacant possession of the area to AAI.
c) The final bills of the contract will not be settled unless the area is vacated and handed
over to AAI in vacant possession on expiry of license.
d) The contractor will ensure that no unauthorized construction comes within the area
allotted.
e) The allotment will be only for the existing contract with AAI and will not be extended for
any other contract.
f) A proper agreement would be got executed with the contractor for stacking
construction materials and labor huts for a specific period.
g) Land shall be allotted with clear understanding that AAI reserve right to get vacated
the land without any notice if site is required by AAI any time during the period of
allotment.

11. CO-ORDINATION:
The contractor shall co-operate with Authority’s other contractors, compare plans,
specifications and the time schedules and so arrange his work that there will be no

C-NIL I-NIL O-NIL SCC -4


interference. The contractor shall forward to the Engineer-in-charge all correspondence
and drawings so exchanged. Failure to check plans and conditions will render the
contractor responsible for bearing of any subsequent change found necessary.

12. POWER AND WATER SUPPLY:


(a) Water Supply
Contractor shall make his own arrangements for water supply for the work and his staff
and workmen. However, the water supply for the work may be provided by the department
subject to availability and if AAI water source is used by the contractor, 1% of gross bill
amount shall be deducted from the running/final bill due to the contractor.

(b) Power Supply


No spare power supply is available with Airports Authority of India at Hyderabad Airport.
The power supply has to be arranged by the contractor from State Electricity Board or has
to make his own arrangement for Generators sets for running his machineries etc. Nothing
extra will be paid on this account. However the supply for the work may be provided by the
department subject to availability on payment basis at tariff applicable to outside agencies
on the basis of written request by the contractor. Necessary meter has to be provided by the
contractor at own cost for measuring the consumption.

13. STANDARD OF WORKMANSHIP:


To determine the acceptable standard of workmanship, the contractor shall execute a
portion of the items of works as a sample for approval of the Engineer- in-Charge before
taking up the actual execution of the particulars item of work. These samples on approval
of the Engineer-in-Charge shall be guiding samples for execution of the particulars item of
work. Work not conforming to approved samples shall be rejected. The cost of samples is to
be borne by the contractor.

14. BYE – LAWS


The contractor shall comply with all bye-laws and regulations of local and statutory
authorities having jurisdiction over the works and shall be responsible for payment of all
fees and other charges and the giving and receiving of all necessary notice and keeping
the Engineer-in-Charge informed of the said compliance with the bye-laws, payment made,
notices issued and received.

The contractor shall indemnify the AIRPORTS AUTHORITY OF INDIA against all claims in
respect of patent, design, trademarks of name or other protected rights in respect of any
plant, machine work or material used for or in connection with the work or temporary
works and from and against all claims, demands, proceedings, cost, charges, and expenses
whatever in respect of or in relation thereto.

The contractor shall defend all actions arising from such claims and shall himself pay all
royalties, license fees, damages, cost and other charges of all every sort that may be legally
incurred in respect thereof. Environmental and other clearances required shall be obtained
by the contractor at his own cost for installation of plants and machinery and other
equipments.

Contractor/ agency shall ensure that each workmen deployed at site should be
registered with EPF authorities and should have UAN number. The contractor/

C-NIL I-NIL O-NIL SCC -5


agency should submit details of PF deducted of the workmen to AAI on monthly
basis. These requirements are in addition to the GCC clause 20 (a).

Contractor/ agency shall also ensure that all labour deployed at site should be
registered with ESI authorities. The contractor/ agency should submit details of ESI
deducted of the labour to AAI on monthly basis. These requirements are in addition
to the GCC clause 20 (a).

15. SITE PRECAUTIONS:


a) Strict precaution must be exercised by the Contractor to avoid interference with
aircraft operation on that portion of the aerodrome not closed off to aircraft traffic.
Where there are restriction of movement imposed by the Civil Aviation department
and AAI, the contractor shall abide by all rules and regulation laid down in this
regard by the Department and the authority.
b) It will be the responsibility of the contractor to see that air traffic control tower
signals are instantly and rigidly observed and acted upon by all personnel employed
by the contractor on the job.
i. With regard to construction safety measures, the contractor shall adhere to
vehicle Indian Standard codes of practice, requirements of provincial Government
and local Municipal authorities wherever the provisions of the later two agencies
shall be more stringent than the provisions of the former. When these codes do
not exist, the contractor shall adhere to such safety measures as directed by the
Engineer-in-charge.
ii. The contractor shall during construction provide barricades at his own cost, if
required. As per specifications prescribed by the Engineer-in-charge to segregate
the working area to ensure safety of all concerned. Nothing extra shall be paid on
this account.
iii. The contractor shall be responsible for any damage, resulting from his
operations, to existing airport fixtures such as underground cable, contact lights,
hard surface areas, and water mains, other operational installations, airports roads,
etc. The contractor shall restore, replace or repair any such damage to the complete
satisfaction of the Engineer-in-charge. The Engineer-in-charge will stake out or
inform the contractor as to the location of such underground cables, pipes, ducts,
etc. and in this regard, the Engineer-in-charge should be advised in sufficient time
ahead as to what areas the contractor may be operating on.
iv. If any time during the execution of work and for any reasons whatsoever there is
some difficulty in availability of site, the contractor shall adjust his labour
accordingly and no claim shall be entertained on this account.
v. No labour huts shall be permitted to be constructed inside the operational area.
vi. Contractor shall be responsible for the police and antecedent verification of the
labour employed by him in the operational area and shall indemnify the department
of any security problems arising thereof.
vii. As a safety measure all contractor personnel’s working in operational area are
supposed to wear colored high visibility jackets. Wearing of colored high visibility
jackets in the operational area is mandatory

16. CONTRACT DOCUMENT: -


The agreement shall be executed on a non-judicial stamp paper of appropriate value of Rs.
100/- (One Hundred Only) and the cost of the stamp paper shall be borne by the contractor.

C-NIL I-NIL O-NIL SCC -6


17. DAMAGE / DEFECTS LIABILITY: -
If the contractor or his working people or servants shall break, deface, injure or destroy any
part of building which they may be working on any building road Kerb, fence, enclosure,
water pipe, cables, drains, electric or telephone post, or wires, trees, grass or grassland,
cultivated ground or any pavement contiguous to the premises on which the work of any
part of it is being executed or if any damage shall happen to the work while in progress
from any cause whatsoever, the contractor shall upon a receipt of a notice in writing in their
behalf make the same good at his own expense or in default the Engineer-in- charge may
cause the same to be made good by the other workmen and deduct the expense from any
sums that may be then or at any time thereafter may become due to the contractor or from
his security deposit.

The defects liability period shall be reckoned in the case of this work as 12 months (Twelve
months) from the date of completion of work and it shall be liability of the contractor to
repair, strengthen or reconstruct at his own expense any portion of the work which has
shown damages or any defect arising out of any bad workmanship or defective material
being used for the work. In the case of rectification not being commenced by the contractor
within 7 days from the date of notice from the Engineer-in-charge, the Engineer-in-charge
reserves the right to get the repair work executed at the risk and cost of the contractor.

The security deposit of the contractor shall not be refunded before the expiry of defect
liability period or till the final bill has been prepared and passed whichever is later.

The contractor shall not be entitled for any payment whatsoever on account of above
special conditions of contract.

18. The Contractor shall take all precautions to avoid all accidents by exhibiting
necessary caution boards day and night, speed limit board, red lights and providing
barriers. He shall be responsible for all damages and accidents caused due to negligence
on his part. No, hindrances shall be caused to traffic during execution of work.

19. The Contractor shall at his own expense, provide all materials required for the works
other than those which are to be supplied by AAI. The contractor shall deposit royalty
and obtain necessary permit for collection of earth stone, sand, red bajri, kankar etc.
from the local authority in the matter and will abide by the notification issued by Central
Govt./ State Government/ Local State Authorities as applicable from time to time in this
regard. The contractor is also bound to allow deduction from his bills any difference
in statutory taxes/ royalty and penalty proposed by Local State Authorities to AAI till
finalization of settlement of all demands in this regard by Central/ State Govt.

20. For items pertaining to building work the specification detailed under relevant
subheads for building work shall be followed.

21. All incidental charges of any kind whatsoever including cartage, storage, cutting and
wastage etc. shall be borne exclusively by the contractor and nothing extra shall be
payable to him on this account.

22. All material obtained from AAI stores or otherwise shall be got checked by the Engineer-
in-Charge of the work on receipt of the same at site before use.

C-NIL I-NIL O-NIL SCC -7


23. No payment will be made to the contractor for damage caused by rain or other natural
calamities during the execution of the work and no such claim on this account will be
entertained.

24. The contractor shall adjust his labour, staff, plant machinery etc. according to the
requirement of work from time to time and no claim shall be entertained on account of
idle labour, plant, machinery etc. due to any reason whatsoever.

25. RCC WORKS:


The centering and shuttering for all CC/ RCC works shall be of steel or ply wood of
approved thickness and quality. The design of centering and shuttering for the work shall
be got approved from the Engineer-in-charge before starting the work.

26. TESTS:
The various tests as indicated in the AAI specifications, MoRT&H specifications CPWD
specifications or BIS, as considered necessary by the Engineer-in-Charge shall be carried
out in the laboratory as approved by the Engineer-in-Charge. The contractor shall bear
the entire cost of samples, testing charges, carriage and any other incidental expenditure
incurred, thereon. The result shall be final and binding on the contractor.

Ultrasonic Pulse Velocity Test (UPV) shall also be conducted in addition to other mandatory
tests prescribed for testing and acceptance of concrete if required by the Engineer in
Charge.

27. All the materials to be used on the work shall be of best quality available and shall
have the approval of Engineer-in-Charge before use.

28. 30. The contractor shall arrange to provide portable lights and markings with the
luminous paint to indicate the areas under construction/or repairs as per the direction of
Engineer-in-Charge. These lights shall be of the approved colour and capacity and shall be
operated throughout the night and during bad weather. In addition to these markings,
lights cone markers painted with luminous paints shall also be put.

29. The contractor will remove the labour huts on completion of the work. The payment
of final bill will be subject to the compliance of this condition by the contractor.

30. The contractor shall provide suitable temporary diversion arrangement for flow of water
in the existing drain pumping and bailing out water from the drain, if required for
proper execution of the works at his own cost, as per directions of Engineer-in-Charge.

31. In all contracts relating to security, watch and ward services, the contractor shall engage
ex-servicemen or ex-police personnel to the contracted job.

32. The contractor shall make necessary arrangement for all machinery, equipment etc.
considered necessary by the Engineer-in-Charge for completion of works within the
stipulated time. The rates quoted by the contractor shall include the cost of providing/
running all such machinery, equipment etc. Nothing extra shall be paid on this account.

C-NIL I-NIL O-NIL SCC -8


33. The contractor shall regulate the movement of vehicles in accordance with the
regulations of local traffic authority and shall provide necessary roads, diversions etc. for
access of vehicles to the site of work. Nothing extra over and above quoted by him shall be
paid on this account.

34. 36. Should there be any discrepancy in or any doubt or obscurity as to the meaning of
any of the tender documents, clarification should be sought for in writing sufficiently in
advance of the last date fixed for the receipt of the tender from the concerned J oint GM/
DGM / Asstt GM/ Sr. Manager Engineering. The department will have a right to make
any amendments in the tender documents and any such changes will be intimated to the
tenderer at least three days before the date fixed for receipt of tender.

35. SCOPE OF THE WORKS

The scope of works covers the following: Clearing the Jungle, grass, brushwood and disposal of
the rubbish whatever generated at a location etc in operational area.
The work to be carried out under this contract shall consist of various items as per
description of works contained in the Bill of Quantities. Any discrepancy between the
details given in Bill of Quantities and that provided in Technical Specifications of the
corresponding items, the provisions of the Bill of Quantities shall take precedence.
The item rates quoted by the Contractor shall, 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) Samples of various materials proposed to be used on the work for conducting tests
thereon is required as per the provisions of the contract.
c) 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.
d) 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.
e) 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.

36. TEMPORARY SERVICE ROADS, PREPARATION OF GROUND ETC.

a. The contractor shall bear all expenses and charges, on special or temporary
service roads required by him in connection with access to the site. He shall not object to
the use of service roads by other construction traffic.
b. Upon completion of the work such roads shall be broken up and leveled where so
required by the drawings unless the Engineer-in-Charge shall otherwise direct.
c. Conveyance of men and materials and inspection staff etc. to any portion of the work site
involved in the construction shall be the responsibility of the contractor.

C-NIL I-NIL O-NIL SCC -9


37. CO-OPERATION BY CONTRACTORS:
The contractor shall give his constant attention to facilitate the progress of the work,
thereof and shall co-operate with AAI officials and others in every way possible. He shall
have to be present on the work at all times. During his absence, a competent representative
who is able to communicate with the department’s representative and is authorized to
receive order and act for him, should be present.

38. INSTRUCTIONS AND NOTICES:


a. Subject as otherwise provided in this contract all notices to be given on behalf of the
department and all other actions to be taken on its behalf may be given or taken by the
Engineer-in-Charge or any officer, for the time being entrusted with the functions,
duties and powers of the Engineer-in-Charge.
b. All instructions, notices and communication, etc. under the contract shall be given in
writing and if sent by registered post to the last known place of above or the business of
the contractor, shall be deemed to have been served on the date on which in the
ordinary course of post, these would have been delivered to him.
c. Contractor or his agents shall be in attendance at the site(s) during all working hours
and shall superintend the execution of the works with such additional assistance in each
trade as the Engineer-in-Charge may consider necessary and orders given to the
contractors agent shall be considered to have the same force as if they had been given
to the contractor himself.
d. The Engineer-in-Charge shall communicate or confirm his instructions to the
contractor in respect of the execution of work in a works site order Book maintained at
the site office of the Engineer-in-Charge and the contractor or his authorized
representative shall confirm receipt of such instructions by signing the relevant entries
in this book. Contractor is also authorized to write his remarks related to the work
in the site order book. On demand by the contractor, he shall be furnished certified
true copy of instruction(s).

39. WATCH AND WARD & LIGHTING:


The contractor shall provide and maintain at his own expense all lights, fencing and watch
& ward when and where necessary or required by the Engineer-in- Charge for the
protection of the work or for safety and convenience of those employed on the work or the
public.

40. DEPARTMENTAL REPRESENTATION:


The Engineer-in-Charge during his absence on the works shall be represented by one of
his subordinates, whose duties in relation to the contractor shall be to ensure that work is
performed in conformity with the plans and specifications in all respects. He shall
communicate to the contractor the instructions and directions of the Engineer-in-Charge on
all questions relating to the work, and the contractor shall comply with such instructions
and directions. He shall request the contractor in writing to suspend the performance of
any part of the work, if in his judgment the contractor is deviating from the plans and
specifications, in spite of his instructions and contractor shall comply.

41. SITE CONDITIONS, REQUIREMENTS & SOURCES OF MATERIALS BENCH MARKS AND
SETTING OUT OF WORKS
a. The levels of the various floors of building and pavements, road work etc. shall be as
shown in the architectural level plans, should there be any discrepancy in the floor/

C-NIL I-NIL O-NIL SCC -10


ground levels, the decision of the Engineer-in- Charge shall be final and binding and no
claim whatsoever shall he entertained on this account.
b. The contractor shall be responsible for the true and proper setting out of the work
and for the correctness of the positions levels and dimensions and alignments of all
parts of the works and for the provisions of all necessary applications and labour in
connections therewith.
c. If any time during the progress of the work any error may appear or arise in the
position, levels, dimensions or alignments of any part of the work, the contractor on
being required to do so by the Engineer- in-Charge shall at his own expense, rectify
such errors to the satisfaction of the Engineer- in-Charge.
d. The checking or any setting out of any line or level by the Engineer-in- Charge or his
representative shall not relieve in any way the contractor of his responsibility for the
correctness thereof and he shall carefully protect and preserve all Bench marks, site
rails, pegs and other things used in the setting out of works.
e. Completion of all items of the work in question-shall be carried out by the contractor
at his own cost.
f. The contractor shall also keep proper record of such permanent Benchmarks
established denoting therein their correct levels.
g. The work of establishing all such bench marks shall be carried out only by experienced
staff of the contractor with the help of precision instruments suitable for this type of
work. The instruments used shall be checked for their accuracy and for permanent
adjustment before the commencement of the work and also at frequent intervals
during the progress of the work.
h. All such Bench marks established by the contractor shall be subject to check and
approval of the Engineer-in-Charge or his representative and any variations noticed in
the work as a result of improper establishment or maintenance of such Bench marks
shall be at the contractor’s risk and expense.
The contractor has to adjust his work and progress the work in co-ordination with
other agencies working at site.

42. SAMPLING AND TESTING

a. The contractor shall provide proper facilities at all times for the inspection and testing
of materials and the Engineer-in-Charge shall have access at all times to the place of
stores or manufacture. The contractor shall give sufficient advance notice of placing
order so as to permit test to be completed before the material is incorporated in the
work and shall afford such facilities as the Engineer-in-Charge may require for
collection and forwarding samples and making inspection. The contractor shall not
make use of or incorporate in the work the materials represented by the samples, until
tests have been made and materials found to be in accordance with the specifications.
All tests of materials furnished by the contractor shall be made in accordance with
commonly recognized methods of Indian or of other international organization or such
other method and test as are prescribed in the specification or are in use in conformity
with standard practice of the department and charges therefore, will be borne by the
contractor.
b. Field tests of materials will be carried out by the Engineer-in-Charge as deemed
necessary and these tests shall be made in accordance with the standard practices of
the department. The cost involved in all such field tests will be borne by the contractor.
c. The various tests as indicated in the specifications or as considered necessary by
the Engineer-in-Charge shall be carried out in the laboratory as approved by the

C-NIL I-NIL O-NIL SCC -11


Engineer-in-Charge. The contractor shall bear the entire cost of samples, testing
charge, carriage and other incidental expenditure incurred thereof. The result shall be
final and binding on the contractor.
d. The contractor shall submit certified true copies of the vouchers for verification of
actual purchase of any materials whenever directed by the Engineer-in-Charge.
e. The contractor shall not be entitled for any extra payment whatsoever on account of
the above special conditions of contract until and unless specified otherwise.

43. CONDITIONS FOR STORAGE OF MATERIAL


The contractor shall bear all incidental charges for cartage/ storage and safe custody of
material.

44. INCOME TAX, LABOUR CESS AND OTHER TAXES AS APPLICABLE


Income Tax deductions shall be made from all payments made to the contractor as per
the rules and regulations in force in accordance with the Income Tax Act prevailing
from time to time.

Labour welfare cess shall be levied @ 1% (or as notified) on the gross amount of each
running bill and final bill.

Royalty or any other tax on materials, equipments, T & P and labours in respect of this
contract shall be payable by the contractor and Airports Authority of India will not
entertain any claim whatsoever in this respect.

45. DIFFERENCE BETWEEN FIRST LOWEST BIDDER AND SECOND LOWEST BIDDER
The total amount of final bill worked out at the accepted tender rates, if found to be more
than the amount worked out at the quoted rates of second lowest, the contractor shall be
paid lower of the two.

46. WORK DURING NIGHT OR ON SUNDAYS AND HOLIDAYS:

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.

47. RESTRICTED WORKING CONDITIONS:

Kalaburagi Airport is an operational Airport. Whenever works are executed in


operational area including terminal building and other buildings there will be
restrictions in working .The rates quoted shall be inclusive of over heads for restricted
working conditions and night working if required and nothing extra on this account shall
be payable

C-NIL I-NIL O-NIL SCC -12


TECHNICAL SPECIFICATIONS
CIVIL WORKS

1. PREAMBLE
These technical specifications shall be read in conjunction with the various other
documents forming the contract, namely Notice Inviting Tender & Instructions to
Tenderers, Conditions of Contract, Special Conditions of Contract, Bill of
Quantities and other related documents, together with any addendum issued
thereto.
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.
The classification of various items of work for purpose of measurements and
payments shall be as per Bill of Quantities (BOQ). Except where distinguished by
the BOQ, the rates apply to all heights, depths, sizes, shapes and locations. They
also cater for all cuts and wastes.
The specifications may have been divided in different sections/sub-head for
convenience only. They do not restrict any cross-reference. The Contractor shall
take in to account inter-relations between various parts of works/trades. No
claim shall be entertained on basis of compartment interpretations.
Any builder’s work required as part of electrical and other installation shall be
executed by the Contractor as directed under this contract.
The payments for all excavation shall be made assuming a vertical cut at the end
of PCC under the foundations. The bidder should build the cost of extra
excavations like working space etc. In his bid including any shoring, strutting, etc.
for stabilizing and safety of the sides of excavation.
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

TS- 1
incorporated by the respective Consultant/agency in to their drawings for
maintaining necessary records for the owner. 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 and other necessary tests for the relevant items as per the
relevant IS standards and other relevant standards 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.
2. SCOPE OF WORK
The work to be carried out under this contract shall consist of various items as per
description of works contained in the Bill of Quantities. Any discrepancy between
the details given in Bill of Quantities and that provided in Technical Specifications
of the corresponding items, the provisions of the Bill of Quantities shall take
precedence.
The item rates quoted by the Contractor shall, 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 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) Setting of field-testing laboratory with all required apparatus and staffs for
conducting day-to-day quality control tests.

TS- 2
e) 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.

3. GENERAL LIST OF CODES, STANDARDS AND SPECIFICATIONS ADOPTED IN THE


TENDER DOCUMENTS

3.1 The work has to be carried out as per CPWD specifications but for some
market rate items particular specifications given in the tender document and
manufacturers specification have to be followed. This however does not limit
the use of any other relevant codes or standards by the Engineer- in - Charge
solely at his discretion either referred to in the tender documents or not, to
achieve the desired quantity of work. All the codes practice, Standard and
specifications applicable shall be latest edition with all correction slips etc. or
as directed by the Engineer-in-Charge.

TS- 3
Validate Print Help Item Rate BoQ
Tender Inviting Authority: Senior Manager (Engg-Civil), AAI, Kalaburagi Airport.

Name of Work: Clearing Grass and Jungle in specific areas in operational area at Kalaburagi Airport.

Tender ID: 2023_AAI_ 160681_1

Name of the
Bidder/ Bidding
Firm /
Company :

PRICE SCHEDULE
(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be rejected for this tender.
Bidders are allowed to enter the Bidder Name and Values only )

NUMBER # TEXT # NUMBER # TEXT # NUMBER # NUMBER # TEXT #


Sl. Item Description Quantity Units BASIC RATE In TOTAL AMOUNT TOTAL AMOUNT
No. Figures To be Without Taxes in In Words
entered by the Rs. P
Bidder
Rs. P

1 2 4 5 13 53 55
1 Civil Works
1.01 Clearing jungle including uprooting of rank
vegetation, grass, brushwood, trees and saplings
of girth 30cm measured at a height of 1 m above
ground level and removal of rubbish up to a 165000.000 Sqm 0.00 INR Zero Only
distance of 50m outside the periphery of the area
cleared

1.02 Clearing grass and removal of the rubbish up to a


distance of 50 m outside the periphery of the area
cleared. 30000.000 Sqm 0.00 INR Zero Only

1.03 Felling trees of girth (measured at of 1 m above


ground level) , including cutting of trunks and
branches, removing the roots and stacking of
serviceable material and disposal of
unserviceable material
50.000 Each 0.00 INR Zero Only

Beyond 30cm girth up to and including 60 cm


girth
1.04 Felling trees of girth (measured at of 1 m above
ground level) , including cutting of trunks and
branches, removing the roots and stacking of
serviceable material and disposal of
unserviceable material 40.000 Each 0.00 INR Zero Only
Beyond 60 cm girth up to and including 120 cm
girth

Total in Figures 0.00 INR Zero Only

Quoted Rate in Words INR Zero Only

You might also like