TENDER DOCUMENT

Conducting Aeronautical & Physical Survey for proposed Development of Airport,

[Tender Id -2018_AAI_19816_1]

Business Development Cell Airports Authority of India Rajiv Gandhi Bhawan New -110003

Page - 1 CONTENTS 1. Notice Inviting e-tenders (Limited Tender) ...... 3 2. INSTRUCTION TO BIDDERS/TENDERERS ...... 8 3. Scope of Work ...... 11 3.1 BACKGROUND: ...... 11 3.2 Aeronautical Survey and Charting ...... 11 3.3 SCOPE AND SPECIFICATIONS FOR CARRYING OUT SOIL INVESTIGATION ...... 12 4. OTHER TERMS & CONDITIONS ...... 22 4.1 TAXES ...... 22 4.2 PAYMENTS ...... 22 4.3 GST UNDERTAKING ...... 22 4.4 SECURITY DEPOSIT ...... 22 4.5 CONTRACT PERFORMANCE GUARANTEE ...... 23 4.6 RESCISION OF CONTRACT ...... 23 4.7 COMPENSATION FOR DELAY...... 23 4.8 FORCE MAJEURE ...... 24 4.9 DISPUTE RESOLUTION MECHANISM: ...... 24 4.10 OWNERSHIP OF COPYRIGHT ...... 26 4.11 INDEMNITY ...... 26 4.12 FORECLOSURE OF CONTRACT- ...... 27 4.13 Deviations/Extra/Additional work/ Variation in Quantities of BOQ items: ...... 27 4.14 SUBLETTING OF THE WORK ...... 28 4.15 INTERPRETATION ...... 28 4.16 SIGNING OF CONTRACT ...... 28 ANNEXURE-I ...... 29 ANNEXURE-II ...... 30 Annexure-III ...... 33 Annexure-IV ...... 35 Annexure-V ...... 36 "APPENDIX-A" ...... 38 APPENDIX-B ...... 60 APPENDIX – ‘C’ ...... 72

Page - 2

AIRPORTS AUTHORITY OF INDIA BUSINESS DEVELOPMENT CELL

1. Notice Inviting e-tenders (Limited Tender) (Tender ID: 2018_AAI_19816_1)

1.1 Limited Item rate tenders are invited through the e-tendering portal by Asstt. General Manager (Business Development) (Bid Manager) on behalf of Chairman, AAI from the empaneled consultants for “Conducting Aeronautical & Physical Survey for proposed Development of Hisar Airport, Haryana” with period of completion One(01) Month as per the scope of work provided herein. This notice is being published for information only and is not an open invitation to quote in this limited tender. Participation in this tender is by invitation only and is limited to the selected Procuring empaneled agencies/firms. Unsolicited offers are liable to be ignored.

1.2 The tendering process is online at e-portal URL address http://etenders.gov.in/eprocure/app or www.aai.aero Aspiring bidders may download and go through the tender document.

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

i) For any technical related queries please call the Helpdesk. The 24 x 7 Help Desk details are as below: Tel: 0120-4200462, 0120-4001002, Mobile: +91-8826246593 E-mail: [email protected]

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 further technical assistance with regard to functioning of CPP portal the bidder may contact to the following AAI help desk numbers on all working days only between

ii) 08.00 hrs. to 20.00 hrs (Monday to Saturday) – 011-24632950, Ext-3512 (Six lines), E-mail: [email protected] iii) 09.30 hrs. to 18.00 hrs (Monday to Friday) - 011-24632950, Ext-3523, E-mail: [email protected], [email protected] and [email protected]. iv) 09.30 hrs. to 18.00 hrs. (Monday to Friday) – 011-24657900, E-mail: [email protected]

Page - 3

1.3 Tender processing fee of Rs. 1180/- (Rupees One Thousand One Hundred and Eighty only) (i/c GST) Non-Refundable will be required to be paid offline in the form of Demand Draft from Nationalized or any scheduled bank (but non co-operative or Gramin bank). The original Demand Draft against Tender processing fee should reach by post/courier/given in person to the concerned officials before the date & time of Technical bid opening or as specified in the Tender Document. The details of Demand Draft physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time.

CRITICAL DATESHEET

Publishing Date 21/12/2018 at 1200 hrs Bid Document Download / Sale Start Date (Next day 21/12/2018 at 1200hrs of Publishing Date) Seek Clarification Start Date 21/12/2018 at 1200 hrs Seek Clarification End Date 27/12/2018 at 1800 hrs Bid Submission Start Date 21/12/2018 at 1200 hrs Bid Submission End Date 03/01/2019 upto 1130 hrs Last date and time of submission of original Demand Draft against EMD and Tender processing 04/01/2019 upto 1100 hrs fee, Signed hard copy of AAI Unconditional Acceptance Letter, Authorization letter. Technical Bid Opening Date (Envelope-I) 04/01/2019 at 1145 hrs

Financial Bid Opening Date (Envelope-II) 04/01/2019 at 1500 hrs

Tender processing Fee Rs. 1180/- (i/c GST)Non-Refundable Rs 50,000/- (Rupees Fifty Thousand EMD Only) in the form of Demand Draft.

The tenderer shall submit their application only at CPP portal https://etenders.gov.in/eprocure.app. Tenderer are advised to follow the instruction provided in the tender document for online submission of bids. Tenders are required to upload the digitally signed file of scanned documents along with scanned copy of Demand Draft for Tender Fee. Bid documents may be scanned with 100 dpi with black and while 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.

Page - 4 14. Following 2 envelopes shall be submitted through online at CPP-portal by the bidder as per the following schedule:-

Envelope-I:- Technical bid containing scanned copy of : i) Tender processing fee ii) EMD iii) duly signed Unconditional Acceptance of AAI’s Tender conditions iv) GST registration v) Authorization Letter/Power of Attorney for signing and submitting the bid.

Scanned copy of Earnest Money Deposit (EMD) of value Rs. 50,000/-(Rupees Fifty Thousand only) in the form of Demand Draft as stipulated in the notice inviting tender may be submitted in “Tech Bid Folder” in Technical Bid / Attachments section of e- tendering portal along with scanned copy of tender processing fees, scanned copy of Unconditional Acceptance of AAI’s Tender Conditions [Performa given at Annexure-I of Tender Document], scanned copy of GST registration [Performa given at Annexure-IV of tender document] and authorization.

Envelope-II:- The Financial e-Bid through CPP portal. Bidders are requested to note that they should necessarily submit their Financial bids in the format provided and no other format is acceptable. If the price bid has been given as a standard BOQ format with the tender document, then the same is to be downloaded and to be filled by all the bidders. Bidders are required to download the BOQ file, open it and complete the colored (unprotected) cells with their respective Financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been completed, the bidder should save it and submit it online, without changing the filename. If the BOQ file is found to be modified by the bidder, the bid will be rejected. Original EMD, Tender processing fee, hard copy of signed Unconditional Acceptance of AAI’s Tender Conditions to be sent to the office of Bid Manager,AGM (BD), Airports Authority of India, CHQ, Rajiv Gandhi Bhawan, C-Block, 3rd Floor, New Delhi – 110003 and should reach to Bid Manager before the date & time of Technical bid opening. Tender of the tenderer whose EMD, Tender processing fee and unconditional acceptance of AAI’s tender conditions,Authorization letter are not received by the time of the opening of Technical Bid then their tenders may be summarily rejected. Any postal delay will not be entertained.

Bid Opening Process is as below:- Envelope-I: Technical bid opening date shall be as mentioned in CRITICAL DATE SHEET. The intimation regarding acceptance / rejection of their bids will be intimated to the contractors / firms through e-tendering portal only. If any clarification is needed from the bidder about the deficiency in its uploaded documents in Envelope – I, the bidder shall be asked to provide it through CPP portal. The bidder shall upload the requisite clarification/documents within time specified by AAI, failing which tender shall be liable for rejection

Page - 5 Envelope-II: The financial bids of the bidders/consultant found to be meeting the Technical Bid criteria shall be opened as per CRITICAL DATE SHEET. (Depending on Technical Bid evaluation the date shall be intimated through CPP Portal).

1.5 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.

1.6 AAI reserve the right to disallow issue of tender document to working agencies whose performance at ongoing project (s) is below par and usually poor and has been issued letter of restrain/Temporary/Permanent debar by any department of AAI. AAI reserve the right to verify the credential submitted by the agency at any stage (before or after the award 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.

1.7 Purchase preference to Central Public Sector Undertaking shall be applicable as per the directive of Govt. of India prevalent on the date of acceptance.

1.8 Concessions to Indian Micro & Small Enterprises (MSES) units will be given as per the provisions of public procurement policy for MSEs, MSEs [Micro & Small Enterprises) registered with DIC/NSIC/KVIC/KVIB/Directorate of Handicraft and handloom etc as applicable on Bid Due Date.

1.9 Benefit as above to MSEs shall be available only for services provided by MSEs for which they are registered.

1.10 MSEs seeking exemption and benefits should enclose an attested/ self-certified copy of valid Registration Certificate, giving details of such validity, stores/services etc. failing which they run the risk of their bid being passed over as ineligible for the benefits applicable to MSEs. Scanned copy of the certificate is to be uploaded in Envelope-I.

Page - 6

CHECK-LIST

To be uploaded by applicants along with tender application in Envelope-I (Technical Bid).

Name of Work: Conducting Aeronautical & Physical Survey for proposed Development of Hisar Airport, Haryana. 1 2 3 4 Sl. Qualifying Criteria Supporting Document Enclosure No. must Have the following Check –List salient information which (Copy enclosed) AAI would like to note 1 Envelope-I Technical Bid shall contain scanned copy of a. Tender processing fee in Yes/No form of Demand Draft b. Earnest Money Deposit Yes/No c. Undertaking regarding Yes /No unconditional acceptance (Annexure -I) d. Undertaking from agency Yes /No regarding GST (Annexure-IV) e. Authorization Letter/Power Yes/No of Attorney for signing and submitting the bid. f. Any other Information

Place: Date: SIGNATURE WITH STAMP Authorized Signatory of the Firm

Page - 7 2. INSTRUCTION TO BIDDERS/TENDERERS

Not more than one tender shall be submitted by one consultant or consultants 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.

2.1 PREPARATION OF BIDS a) The bidder should, of its own accord, take into account any corrigendum published on the tender document before submitting their bids. b) Please go through the TENDER invitation and the TENDER document carefully to understand the documents required to be submitted as part of the bid. c) The bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document / schedule and generally, in PDF / XLS / RAR / DWF/JPG formats. Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned document. d) To avoid additional time and effort required to upload the same set of standard documents which are required to be submitted as a part of every bid, a provision to upload such standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can use “My Space” or “Other Important Documents’’ area available to them to upload such documents. These documents may be directly submitted from the “My Space” area while submitting a bid, and need not be uploaded again and again. This will lead to a reduction in the time required for bid submission process.

2.2 SUBMISSION OF BIDS a) The bidder should log into the site well in advance for bid submission so that they can upload the bid on time i.e. at or before the bid submission time. Bidder will be responsible for any delay due to other reasons. b) The bidder may upload their queries, if any, on e-tendering portal https://etenders.gov.in/eprocure/app before the last date of receiving queries as specified in the RFP. No other mode of raising queries shall be accepted. AAI shall endeavor to provide clarifications and such further information as it may, in its sole discretion, consider appropriate for facilitating a fair, transparent and competitive bidding process, however, no queries received after prescribed date shall be entertained c) The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document.

Page - 8 d) The bidder has to select the “offline” payment option to pay the TENDER Document fee & EMD /Bid Security as applicable and enter details of the instrument. e) The bidder should prepare the TENDER Document fee & EMD/Bid Security as per the instructions specified in the tender document. The original should be posted/couriered/given in person to the concerned official, latest by the last date of bid submission or as specified in the tender documents. The details of the DD/any other accepted instrument, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time, failing which the uploaded bid will be rejected. f) Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. g) The server time (which is displayed on the bidders’ dashboard) will be considered as the standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission. h) All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128-bit encryption technology. Data storage encryption of sensitive fields is done. Any bid document that is uploaded to the server is subjected to symmetric encryption using a system generated symmetric key. Further this key is subjected to asymmetric encryption using buyers/bid opener’s public keys. Overall, the uploaded tender documents become readable only after the tender is opened by the authorized bid openers. i) The uploaded tender documents become readable only after the tender is opened by the authorized bid openers.

2.3 Refund of EMD The refund of EMD to bidders who fail to qualify the eligibility/technical stage shall be initiated automatically within 7 days of their rejection. For all bidders who qualify and their financial bids are opened the refund of EMD of all vendors except the Lowest Bidder (L-1) shall be processed within 7 days of opening of the financial bid.

If the entity participating in any of the tenders is a private or public limited company, Partnership firm or proprietary firm and any of the Directors/ Partners/Proprietor of such company is also a director of any other company or partner of a concern or a sole proprietor having established business with AAI and has outstanding dues payable to the Authority, then the said entity shall not be allowed to participate in AAI tenders.

Page - 9 2.4 VALIDITY OF OFFER: The tender shall be valid for 90 days from the date of opening of financial Bid.

2.5 QUERIES, REPLIES AND CLARIFICATIONS:

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

If any clarification is needed by AAI from the bidder about the deficiency in his uploaded documents in Envelope – I, they will be asked to provide it through CPP e- tendering portal. The bidder shall upload the requisite clarification/documents within specified time of receipt of such request from AAI, failing which tender will not be considered for the subsequent stages.

Issues faced/ queries of the bidders pertaining to technical support on e-portal for submission of tender documents should normally be addressed to AAI Help Desk Support (Details as mentioned in the NIT).

2.6 SITE VISIT:

Bidders are advised to inspect and examine the site and satisfy themselves about the nature of work and site details before submitting the tender. They shall be deemed to have full knowledge of the site whether they inspect it or not and no extra charge consequent on any misunderstanding or otherwise shall be admissible.

2.7 EVALUATION OF BIDS & AWARD OF WORK:

The financial offer/quote received shall be evaluated after opening of Financial Bids and contract shall be awarded to Lowest Bidder(L-1).

2.8 CONTRACT AGREEMENT:

After acceptance of offer a formal contract agreement shall be concluded on a non- judicial stamp paper of Rs. 100/- (Rupees Hundred only). The cost of the same shall be borne by the consultant.

Page - 10

3. Scope of Work 3.1 BACKGROUND: By 2025 the Delhi International Airport would cross a capacity utilization of 110% which will necessitate the development of a sister hub for Delhi to meet the increasing demand of the aviation sector. Govt. of Haryana has announced for the development of Hisar Airport as International Airport. The Haryana Govt. is having basic infrastructure at Hisar which can be used for the development of an Integrated Aviation Hub which aims to capture both short, medium and long term opportunities arising out of a booming aviation sector in India. At present the Aerodrome reference code of Hisar Airport is “3C” with runway having dimensions 1220 x 45 mtrs and orientation 12/30. The State Govt. of Haryana is desirous to expand the existing Hisar Airport for ultimate development plan to cater for operations of code – “F” type of Aircrafts. The State Govt. of Haryana at present having in possession of 4200 acres of land for development of integrated Aviation Hub at Hisar and are in the process of acquiring additional 3000 acres of land for future development of Hisar Airport. The proposed upgradation/ development of existing Hisar Airport shall be in (03) three phases as under : Phase – I  Domestic Airport under the Regional Connectivity Scheme (RCS) Phase – II  Small scale MRO  Fixed Base Operations (FBO)  Defence Manufacturing and Defence MRP Phase – III  Aerospace Manufacturing  Aviation Training Centre and Aviation University  International Airport  Aerotropolis – Commercial and Residential

3.2 Aeronautical Survey and Charting

1. AAI intends to carry out Aeronautical survey at the proposed Airport at Hisar through the empaneled surveyors of AAI.

2. The survey to be conducted based on Aeronautical Survey Manual and the scope of work defined in the survey requirements.

3. The Survey will include a. Geodetic connection developing primary and secondary bench marks at the Airport (refer Appendix–A). b. Recheck Survey of Aerodrome facilities, NAV-aids, Obstacle Limitation Surfaces for proposed code “F” aircraft operations of existing runway as well as proposed parallel runway.

Page - 11 c. Survey requirements for developing satellite based procedures as per Appendix–D.

4. Survey data will be delivered as defined in the survey requirements as per AAI survey report format at Appendix–B.

5. The Aeronautical charts, as per section-7 of survey requirements of Appendix–A. The chart shall be drawn to standards specified by ICAO ANNEX-4 and DOC 8697 (sample charts to be provided by AAI on requirement).

6. The description of process to be followed during surveys are provided in

APPENDIX-A- contains Survey requirement. APPENDIX-B- contains Survey Report Format and APPENDIX-C- contains AIXM 5.1 Format of total surveyed objects in Excel sheet.

7. The Surveyor at his own cost will replace data/charts supplied if found not as per specifications or found faulty.

8. Survey data and Aeronautical charts will be submitted to Business Development Cell, AAI at CHQ, Rajiv Gandhi Bhavan, New Delhi.

9. The Aeronautical Survey and Charting works/reports shall be verified and validated by ATM Dte. of AAI before acceptance of the same. AAI shall not charge anything extra for verification and validation of the survey.

3.3 SCOPE AND SPECIFICATIONS FOR CARRYING OUT SOIL INVESTIGATION

3.3.1 Soil Investigation for Air Field Pavement Work

To decide safe & cost effective type of foundation, depth of foundation, load bearing capacity of soil, location of ground water and possible corrosive effects of soil and water on foundation material, ground improvement/soil treatment, if any, required before laying/casting of foundation the following engineering properties of the soil need to be evaluated :

a) Soil type and its engineering properties

b) Depth of water table

c) Chemical properties of sub-soil and sub-soil water

d) Sub soil profile indicating thicknesses of various soil strata upto the depth as indicated in table-1.

Table-1.

Sl. Area Spacing Depth Minimum No No of Bore Holes 1 Runways Random across Cut areas — 3.5m & pavement at 70m Below Finished Grade Fill 3 Nos. Taxiways intervals areas — 3.5m Below Existing Ground*

Page - 12 2 Other 1 Boring per 930 Cut areas — 3.5m areas of sqm of Area Below Finished Grade Fill 3Nos. Pavement Areas — 3.5m Below Existing Ground* 3 Borrow Sufficient Tests to Todepthof Borrow Areas clearly define Excavation 3Nos. the borrow

* F o r deep fills, boring depths s h all be sufficient to determine the extend of consolidation and/or slippage the fill may cause.

General Guidelines

i. No., spacing and depth of bore holes as per Table-1. ii. Collection of disturbed/undisturbed samples shall be done at 0.5m, 1.25m, 2.0m, 3.0m depth from existing ground level or change of strata whichever is earlier. iii. Lab CBR tests — . CBR test shall be conducted at soil sample at proposed sub-grade level. . Minimum 3Nos. CBR tests shall be conducted on each type of soil. . Total No. of CBR tests shall not be less than 9Nos for the whole area. iv. ## Modulus of sub-grade reaction — 3 No. Plate load tests (PLT) to be conducted at proposed sub-grade level for each pavement (i.e. for apron, Runway, taxiway etc.). PLT should be conducted as per 15:9214 with the following: . Circular Plate having 75 cm diameter . Minimum 3Nos dial gauges to be used for deflection measurement. v. Particle size analysis of soil- to be conducted on all samples. vi. Triaxle Test- minimum 3 nos. tests. vii. Liquid limit, Plastic Limit, Plasticity Index, Swell Index, Shrinkage limit to be conducted on all samples for clayey and swelling soils. viii. Insitu density, dry density, Natural moisture content of soil to be conducted on all samples. ix. Permeability t e s t s - t o b e conducted on granular soils minimum 3No.tests. x. Determination of organic material in soil by wet combustion - minimum 3No.tests. xi. Determination of chlorides & sulphates in soil- minimum 3No.tests. xii. Moisture – density relation of soil – to be conducted on all samples. xiii. Chemical analysis of ground water - minimum 3No.tests. xiv. Elastic modulus of soil at proposed sub-grade level- minimum 3No.tests. xv. Poisson's ratio of soil at proposed sub -grade level- minimum 3No.tests. xvi. Recommendation o f t h e consultant including soil stabilization/ground improvement. The consultant shall provide K/CBR Value at proposed sub - grade level. xvii. In case rock is encountered at a depth less than or equal to 1.5m below the proposed sub-grade level, tests for soil as stipulated in scope of work need not be carried out. In that situation, following tests on rocks shall be carried out:

. Probing shall be done to ascertain rock profile. . RQD and rock mass rating. . Visual examination . Unit weight . Water absorption

Page - 13 . Porosity . Petrographic analysis . Compressive strength . Shear strength . Elastic modulus & Poisson's ratio

# - CBR Test to be conducted only for proposed Flexible Pavements ## - K- value Test to be conducted only for proposed Rigid Pavements.

xviii. Report shall include the following:-

a. Introduction: (Please give description of work).

b. Field Investigation: (Please give Summary of various tests carried out in the field).

c. Field Investigation Photographs: (Please attach Photograph showing the field test in progress along with the concerned technician / Engineer)

d. Lab Investigation: (Please give Summary of various tests carried out in the lab).

e. Location Map: (Please give Location map of the area under investigation clearly indicating LONGITUDES (in case of runway/taxiway) or other land marks which can clearly identify the area under investigation. Further the location plan should also indicate test locations viz. boreholes, plate load tests, CBR Test on a WELL- PROPORTIONATE SCALE),

f. Longitudinal Section: (Please give longitudinal section of soil profile passing through various bore holes. The longitudinal section must indicate RL, water table, soil specification etc. at each borehole).

g. The Soil Profile: (Pl. give Detailed description of each layer/stratification of soil considering all the bore holes, lab & field test).

h. Recommendations: (Based on the field and lab investigation the consultant shall give clear cut recommendation for): i. CBR Values supported with proper calculation etc. In case CBR is less than 3, the soil consultant shall give suitable cost effective recommendations for ground improvement to raise the CBR to a minimum value of 3.

ii. Modulus of sub-grade Reaction (K-Value) — supported with proper calculation etc. In case the K-value is less than 3Kg/cm2/cm, t h e soil consultant shall give suitable cost effective recommendations for ground improvement to raise the K - value to a minimum value of 3Kg/cm2/cm.

iii. R.L. at which pavement structure can be placed

iv. Depth up to which the virgin soil need to be removed, if any.

v. Ground improvement required, if any.

vi. Local practice being followed, if any, for ground improvement.

vii. Local practice being followed, in case of filling areas.

Page - 14 viii. Elastic modulus of soil at proposed sub-grade level.

ix. Poisson's Ratio of soil at proposed sub-grade level.

x. Surface drainage condition of area.

Page - 15

SUMMARY OF RECOMMENDATIONS Sl. SBC Depth Size of Soil Precautions, if any, N-value and For Any other No.. t/sqmt r below footing classification in the foundation inference drawn detail relevant ground concrete w.r.t in the light of refer informatio level clause 8.2.2.4 & cause page n 9.1.2 (table 4,5) is 6.3.5.2 of is 456-2000 i.e., 1893 (pt-i) 1. Type of cement 2002 2. Min. Cement content

No of sheets, for any topic, can be increased by soil Consultant, depending upon length of matter.

3.3.2 Soil Investigation for Building Works

To decide safe & cost effective type of foundation, depth of foundation, load bearing capacity of soil, location of ground water and possible corrosive effects of soil and water on foundation material, ground improvement/soil treatment, if any, required before laying/casting of foundation. In order to achieve the above objective, following engineering properties of the soil need to be evaluated: a. Soil type and its engineering properties. b. Depth of water table. c. Chemical properties of sub-soil and sub-soil water. d. Sub soil profile indicating thickness of various soil strata up to the depth as indicated in Table-1. Sl. Type of Building Depth of Bore Hole Spacing of Minimum Remarks No. Structure from existing Bore Holes. No. of Bore Natural GL Holes 3Nos. I II III IV V VI 1. Operational 3 to 4m 500m 3Nos. Boundary Wall 2. Electric Sub- 6 to 10m -- 3Nos. station 3. Culverts 10m from Invert 30m 3Nos. level of Culvert 4. Underground 10m -- 3Nos.

Page - 16 Water Tanks, Fire Stations 5. Residential 10 to 15m 40 to 45m 3Nos. Colony up to 4 Stories 6. a. Airport terminal, Cargo buildings where open foundation 30 to 40m 5Nos. are anticipated: i) Column spacing 15 to 20m up to 10m. 30 to 40m ii) Column 5Nos. spacing more 20 to 25m than 10m. 30m b. Airport terminal, Cargo 30m to 40m 5Nos. building where Pile foundation are Anticipated. 7. Air Traffic Control 20 to 30m -- 1 Also Plate Towers of Height Boreholes Load Test to 25 to 40m of 30m be conducted - depth as per scope & of work[Ref. 2 clause 3(d)] Boreholes of 20m depth Note: a. Diameter of borehole should be 100mm. b. Borehole can be terminated at a shallower depth than that specified in column No.3 if hard strata is encountered or N value is more than 50. c. In case hard strata is encountered at a shallow depth say about 2.5m from the existing ground level, it is advisable to extend, minimum No. of bore holes as specified in column No.5, 3 to 7m into such strata. d. Spacing of bore holes can be reduced than that specified in column No.4, if large variation is encountered between successive bore holes.

General Guidelines

 No., spacing and depth of bore holes as per Table-1. The bore holes shall be located at possible location of column of building structure, heavily loaded RCC walls, in such a way so as to have a representative cross-section of soil profile for the area under investigation.

 Collection of disturbed/undisturbed samples shall be done at 0.75m, and there onwards at every 1.5m interval or change of strata whichever is earlier shall be taken.

 SPT tests — shall be carried out at 0.75m, 1.5m, 2.25m, 3m and there onward at every 1.5m interval or at change of strata, whichever is earlier.

Page - 17  Modulus of sub-grade reaction — 1 No. Plate load tests (PLT) to be conducted at proposed foundation level for Air traffic control Tower.

 Particle size analysis of soil- to be conducted on all samples

 Triaxial Test- minimum 3No.tests per bore hole.

 Specific gravity test- minimum 5No.tests.

 Liquid limit, Plastic Limit, Plasticity Index, Swell Index, Shrinkage limit— to be conducted on all samples for clayey and swelling soils.

 In situ density, dry density, Natural moisture content of soil - to be conducted on all samples.

 Permeability tests- to be conducted on granular soils - minimum 3No.tests.

 Vane shear test — to be conducted on soft and sensitive clays- minimum 3 No. tests.

 Consolidation test - to be conducted on clayey soils— minimum 3 No. tests.

 Determination of organic material in soil by wet combustion- minimum 3No.tests.

 Determination of chlorides & sulphates, organic matter in soil- minimum 3No.tests.

 Moisture — density relation of soil — to be conducted on all samples.

 Chemical analysis of ground water indicating sulphates, chlorides, pH value - minimum 3No.tests.

 Recommendation of the consultant including soil stabilization/ground improvement, if required.

 In case rock is encountered at a depth less than or equal to 1.5m below the existing ground level, tests for soil as stipulated in scope of work need not be carried out. In that situation, following tests on rocks shall be carried out:

i. Probing shall be done to ascertain rock profile. ii. RQD and rock mass rating. iii. Visual examination iv. Unit weight. v. Water absorption. vi. Porosity. vii. Petro graphic analysis viii. Compressive strength. ix. Shear strength

All tests shall be carried out as per latest provisions in BIS code including all applicable official amendments and revisions. The consultant may use any other code in case there is no BIS code for a particular test.

Page - 18 Report shall include the following :- a. Introduction: (Please provide description of work). b. Site description :( Pl. give detailed description of site indicating levels w.r.t surrounding area including drainage. Whether the area under investigation is fairly level or have ups & downs or inclined etc.) c. Field Investigation: (Please provide summary of various tests carried out in the field). d. Field Investigation Photographs: (Please attach color Photograph showing the field test in progress along with the concerned technician / Engineer) e. Lab Investigation: (Please provide summary of various tests carried out in the lab). f. Location Map: (Please give Location map of the area under investigation indicating land marks which can clearly identify the area under investigation. Further the location plan should also indicate test locations viz. boreholes, plate load tests on a Well-Proportionate Scale). g. Longitudinal Section: (Pl. give longitudinal section of soil profile passing through various bore holes. The longitudinal section must indicate RL at location of bore hole, water table, soil specification etc. at each borehole). h. The i. Soil Profile: (Pl. give Detailed description of each layer/stratification of soil considering all the bore holes, lab & field test). j. Recommendations: (Based on the field and lab investigation the consultant shall give clear cut recommendation for):

 Modulus of sub-grade Reaction, K-Value (Incase PLT is conducted) — supported with proper calculation etc.

 RI. at which foundation of building structure can be placed.

 Recommended foundation type.

 If open foundation is recommended SBC of soil at 2 — 3 typical depths of foundation for square, rectangular & strip as well as raft foundation — supported with proper calculation.

 Pile capacity for different dia./lengths, if pile foundation is recommended— supported with proper calculation.

 SBC & depth of foundation for non-load bearing walls.

 In case fissures are found in rock at foundation level, consultant shall give details of joining of two adjacent rocks to avoid splitting under imposed load.

 Depth up to which the virgin soil need to be removed, if any.

Page - 19  Ground improvement required, if any, along with detailed specifications, procedure for ground improvement including proper reasoning for value added.

 Local practice being followed, if any, for ground improvement.

Local practice being followed, in case of filling areas. The consultant shall recommend the material for filling along with detailed specifications for compacting the same.

Terms & Conditions a. Since the entire construction project would be based on soil investigation report, the accuracy and adequacy of report shall be the criteria of the contract. Any sort of negligence makes the contractor/consultant liable to pay damages. b. The consultant will associate AAI engineers throughout the soil investigation work and shall provide AAI with all the details pertaining to the studies or works including collection of data. c. The work at site shall be carried out under full time supervision of a skilled geotechnical engineer, who shall be capable of coordinating and responsible for the entire work. d. Consultant shall make enquiries and verify regarding earlier use of the site, which can have important bearing on its suitability for the proposed structure. e. All tests shall be carried out as per latest provisions in concerned BIS code provisions including all applicable official amendments and revisions. The consultant may use any other code in case there is no BIS code for a particular test. f. The Consultant shall intimate AAI giving reasons, if any additional tests be considered necessary to be carried out duly considering the local soil conditions before starting of such tests. g. The Consultant shall interact with AAI in assessing load on columns and other structural elements, types of structures envisaged at the area under investigation so as to enable him to make specific recommendations for the depth, type of foundations and allowable bearing pressure. h. The Consultant shall be liable and responsible for the correctness and accuracy of the data, calculations, analysis and recommendations furnished by them. Should any inadequacy or discrepancy be observed in the work performed by the Consultant and recommendation made by them, the Consultant shall at his own initiatives perform all such survey/investigation and other works as may be necessary for adequacy of the recommendation/requirements without any extra cost. i. The report-shall be submitted in triplicate.

Page - 20 Format for Submission of Soil Investigation Report for Building Works

Soil Investigation Report

Name of Work :

Client: Airports Authority of India :

AAI Ref . Letter N0 :

Period of Field

Investigation :

Date of Report : CONTENTS Description Page no. and also attach S. No. photographs etc.

BORE LOG DATA SHEET Project Name : Bore Hole No. Bore Hole started on. Bore Hole completed on. Depth of water Table R. L. Ground Level: Method of Drilling: Diameter of Bore Hole: Location of Bore Hole: Dept Desc I.S. Notati N- Particl Atte In Shrin Free CK Dry h in riptio Cla on of Value e size rber Situ k age swell G/ in mete n of ssif soil Analy g Limit Inde cm Deg rs strat ica strata sis Limi x 2 a tio ts n

Page - 21 4. OTHER TERMS & CONDITIONS

4.1 TAXES

i. All tendered rates should be inclusive of all taxes but excluding Goods and Services Tax (GST). GST at applicable rates shall be paid to bidder for any taxable services against a valid tax invoice. ii. All tendered rates shall be inclusive of all taxes and levies payable under respective statutes (except GST). 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 including extensions if any and the consultant there upon necessarily and properly pays such taxes / levies, the consultant shall be reimbursed the amount so paid, provided such payments, if any, is not, in the opinion of the project manager (whose decision shall be final and binding on the consultant) attributable to delay in execution of work within the control of the consultant.

4.2 PAYMENTS

i. The item wise payment shall be made after completion of services as indicated in BOQ as per the scope of work contained herein. ii. All the statutory deductions shall be made against tax invoice raised for the service. iii. GST shall be payable at the applicable rates as per the valid tax invoice with GST details.

4.3 GST UNDERTAKING

Bidders are required to submit an undertaking covering the following in envelope no.1 as per Annexure-IV of tender document.

a. That the bidder is registered under GST and compliant of GST provision. b. In case of non - compliance of GST provisions and blockage of any input credit, the bidder shall be responsible to indemnify AAI. c. That all input credits have been passed on to AAI by the bidder.

Deduction of INCOME TAX shall be made from consultant’s bill as per the prevailing Income Tax Act.

4.4 SECURITY DEPOSIT

a. The amount of the Security Deposit shall be 5% of the Contract Value. EMD of the successful Bidder who is awarded the Consultancy shall be retained by the Airports Authority of India (AAI) as part of security for the due and faithful fulfillment of the Contract by the agency. The balance amount to make up the Security Deposit for this Consultancy shall be recovered from the Consultant’s running bills @ 10% of the gross amount of the bill till the sums so deducted amount to 5% of the total contract value.

b. Security Deposit shall be appropriated / en-cashed, partly or fully, against breach of this Contract or for recovery of liquidated damages as specified in relevant Clause.

Page - 22 c. In case the successful bidder wants non deduction of Security amount from the running bills, in such case the amount likely to be deducted as security can be deposited by the bidder in form of Fixed Deposit Receipts / Guarantee Bonds of Nationalized Bank or any Scheduled Bank (as per Annexure – II) but not co- operative or Gramin Bank in accordance with the prescribed form, provided confirmatory advice is enclosed.

d. On expiry of six months from the date of completion of the consultancy work, the Officer-in-Charge, shall on demand from the consultant, refund the security deposit provided the Officer-in-Charge is satisfied that there is no demand outstanding against the consultant.

4.5 CONTRACT PERFORMANCE GUARANTEE

As a Contract Security, the successful Consultant to whom the job is awarded, shall furnish a Contract Performance Guarantee in favour of “Airports Authority of India”, within 30 days of award of work. The guarantee amount shall be 5% of the Contract amount awarded, for faithful performance of the contract, strictly in accordance with terms and conditions of the contract. The Guarantee shall be issued by a Nationalized / Scheduled Indian Bank and shall be in the form of an irrevocable and unconditional Bank Guarantee (as per Annexure –III). The Guarantee shall be valid till expiry of 90 days after the stipulated/ actual contract period.

4.6 RESCISION OF CONTRACT

In the event of failure on the part of the consultant to complete their work on time or to the complete satisfaction of Officer-in-Charge or in the event of committing a breach of any one or more of terms and conditions of the Agreement, the AAI shall be entitled to rescind this agreement without prejudice to its rights to claim damages or remedies under the law. The period of notice to be given to rescind the contract will be 30 days and in the event of such termination consultant shall be liable to refund the excess payment if any made to him over and above what is due to him on the date of termination and AAI will be entitled to made full use of all or any of the drawings and technical details prepared by consultant. In such case AAI shall have power to engage another firm to carry out the balance work debiting the consultant the excess amount if any so spent subject to a maximum of 10% of the total fees, which could have been paid. Consultant shall pay AAI on demand of such excess expenditure within 30 days of issue of notice failing which consultant firm shall be debarred from consultancy jobs of AAI in future. AAI also reserves the rights to recover the unadjusted amount due from the consultant from any other payment due to consultant.

4.7 COMPENSATION FOR DELAY

In case the Consultant fails to complete the work (Scheduled stages) within the stipulated period and no justifiable reasons are found for the delay, the Consultant shall be liable to pay compensation for delay @ 0.5% (zero decimal five percent) of items at that stage value of the consultancy fee per week of delay. However, the cumulative value of compensation for delay in various stages shall be subject to

Page - 23 maximum of 10% (ten percent) of the total consultancy fee. Time taken by AAI for approvals, force majeure reasons and any other reasons beyond control of the consultant shall be considered as justified reasons. The amount of compensation may be adjusted or set off against any sum payable to the consultant under this or any other contract with AAI. The amount of compensation for delay and waiving of compensation for delay in case of justified reasons shall be decided at the discretion of Member (Finance) and the same shall be final and binding on consultant.

4.8 FORCE MAJEURE

Force Majeure is hereby defined as cause which, is beyond the control of the consultant or the Authority as the case may be which they could not foresee or with a reasonable amount of diligence could not have foreseen and which substantially affects the performance of the agreement such as:

Natural phenomena including but not limited to floods, droughts, earthquakes and epidemics. Acts of any Government, domestic or foreign, including but not limited to war, declared or undeclared priorities, guarantees, embargoes, provided either party shall within 15 days from the occurrence of such a cause notify the other in writing of such causes.

4.9 DISPUTE RESOLUTION MECHANISM:

Except where otherwise provided for in the contract all questions and disputes relating to the meaning of the specifications, designs, drawings and instructions herein before mentioned and as to the quality of workmanship or as to any other question, claim, right, matter or thing whatsoever in any way arising out of or relating to the contract, designs, drawings, specifications, estimates, instructions, orders or these conditions or otherwise concerning the works, or the execution or failure to execute the same whether arising during the progress of the work or after the cancellation, termination, completion, abandonment thereof shall be dealt with as mentioned hereinafter.

(a) DISPUTE RESOLUTION THROUGH DISPUTE RESOLUTION COMMITTEE(DRC)

Any dispute as stated above shall be referred in the first place to the dispute resolution committee (DRC) appointed by Member (Finance), Airports Authority of India. i) If a dispute of any kind, whatsoever, arises between the procuring entity and consultant in connection with or arising out of the contact or the execution of the works, whether during the execution of the works or after their completion and whether before or after repudiation or termination of the contract, including any disagreement by either party with any action, opinion, instruction, determination, certificate or valuation of the Engineer, the matter in dispute shall in the first place, be referred to the Dispute Resolution Committee (DRC) appointed by Member (Finance), AAI.

Page - 24 ii) DRC, thus constitute may act as ‘conciliator and will be guided by principal of ‘conciliation’ as included in part III of Arbitration & Conciliation Act 1996, DRC should take into consideration, rights and obligations of parties, usage to trade concerned and circumstances surrounding the dispute(s), including any previous business practices between parties. Efforts of DRC should be to come to an amicable settlement of outstanding disputes. If parties agree, a written settlement will be drawn up and signed by the parties. DRC will authenticate the settlement agreement and furnish a copy to each party. iii) DRC will give its report within 45 days of its constitution. iv) It is also a term of contract that fees and other expense if payable to DRC shall be paid equally by both the parties i.e. AAI and Consultant. Unless the contract has already been repudiated or terminated, the consultant shall, in every case, continue to proceed with the work with all due diligence. It is also a term of contract that if the consultant does not make any demand for Dispute Resolution Committee in respect of any claim in writing within 90 (Ninety) days of receiving the intimation from the AAI that the bill is ready for payment the claim of consultant (s) will be deemed to have been waived and absolutely barred and the AAI shall be discharged and released of all liability under the contract in respect of these claims.

(b) ADJUDICATION THROUGH ARBITRATION

Except where the decision has become final, binding and conclusive in terms of Sub Para (a) of para 12.7, disputes or differences shall be referred for adjudication through arbitration by a sole arbitrator appointed by the Member (Finance) / Chairman, AAI. If the arbitrator so appointed is unable or unwilling to act or resign his appointment or vacates his office due to any reason whatsoever, another sole arbitrator shall be appointed in the manner aforesaid. Such person shall be entitled to proceed with the reference from the stage at which it was left by his predecessor.

It is also a term of contract that if the consultant does not make any demand for appointment of Arbitrator in respect of any claim in writing within 120 (One hundred Twenty) days of receiving the decision/award from DRC, the claim of consultant (s) will be deemed to have been waived and absolutely barred and the AAI shall be discharged and released of all liabilities under the contract in respect of these claims

It is a term of this contract that the party invoking Arbitration shall give a list of disputes with amounts, claimed, if any, in respect of each such disputes along with the notice for appointment of Arbitrator and giving reference to the decision of the DRC.

It is term of this contract that the party invoking arbitration shall give a list of disputes with amounts claimed in respect of each such disputes along with the notice for appointment of arbitrator and giving reference to the rejection of their claims by the Dispute Resolution Committee (DRC).

It is also a term of this contract that no person, other than a person appointed by above mentioned appointing authority, should act as arbitrator and if for any reason that is not possible, the matter shall not be referred to arbitrator at all.

Page - 25 The arbitration shall be conducted in accordance with the provision of the Arbitration and Conciliation Act, 1996 (26 of 1996) as amended in 2015 or any statutory modification or re-enactment thereof and the rules made there under and for the time being in force shall apply to the arbitration proceedings under this clause.

It is also a term of this contract that the arbitrator shall adjudicate on only such disputes as are referred to him by the appointing authority and give separate award against each dispute and claim referred to him and in all cases where the total amount of the claims by any party exceeds Rs. 1, 00,000/-, the arbitrator shall give reasons for the award.

It is also a term of the contract that if any fees are payable to the arbitrator these shall be paid equally by both the parties.

It is also a term of the contract that the arbitrator shall be deemed to have entered on the reference on the date he issues notice to both the parties calling them to submit their statement of claims and counter statement of claims. The venue of the arbitration shall be such place as may be fixed by the arbitrator in his sole discretion. The fees, if any, of the arbitrator shall, if required to be paid before the award is made and published, be paid half and half by each of the parties. The cost of the reference and of the award (including the fees, if any, of the arbitrator) shall be in the discretion of the arbitrator who may direct to any by whom and in what manner, such costs or any part thereof shall be paid and fix or settle the amount of costs to be so paid.

4.10 OWNERSHIP OF COPYRIGHT

The Consultant hereby agrees that the fees to be paid as provided in this agreement will be in full discharge or functions to be performed by him and no claim whatsoever shall be made against the AAI in respect of any part relating to the plans, drawings and other documents submitted by Consultant.

The drawings, designs, plans, reports related details prepared and acquired by the Consultant for the work entrusted to him under this Agreement will become the property of AAI. The drawings, designs, plans, reports related details cannot be issued to any other persons, firms or authority or used by the Consultant for any other project without prior permission of the AAI.

4.11 INDEMNITY

The Consultant shall indemnify the Authority for any and all liabilities, obligations, losses, damages, penalties, actions, judgments, suits, costs, expenses, claims or disbursements of any kind or nature whatsoever which may be imposed upon, incurred by or asserted against the Authority in any way in connection with or arising out of the duties under this Agreement.

Page - 26 4.12 FORECLOSURE OF CONTRACT-

(In full or in part due to abandonment or reduction in scope of work)

i. After completing of services and approval by AAI for a particular stage as mentioned elsewhere the consultant shall submit his bill in triplicate. AAI has the right to close the contract, postpone the work after completing any particular stage of work due to any reasons for which consultant shall be paid only for those stages which have been completed by the consultant and approved by AAI.

ii. Nothing will be paid to the consultant for any unfinished stages of work for which AAI’s written consent to start has not been obtained. In the event of foreclosure of the agreement at any stage the consultant shall not have any claim for the unfinished stages except already finished, accepted and approved by AAI.

iii. Approval of submission of the documents by the consultant in finished shape for a stage could not be done by AAI due to its own reason(s), the payment of such submission will be 75% of payment of that particular completed stage.

iv. Consultant shall submit his bill in triplicate after obtaining approval for the services rendered by him. Authority has the right to foreclose / close the contract/ postpone the work on completion of certain stages for any reason(s) whatsoever. However, consultant will be paid only for those stages which have been completed by him and approved by Authority. No money will be paid to the consultant for unfinished stages of work for which Authority’s written consent to start has not been obtained. In the event of foreclosure of the agreement at any stage, the consultant will not have any claim for the unfinished stages except already finished and accepted and approved by Authority.

v. If any time after acceptance of the contract, Authority shall decide to abandon or reduce the scope of the work(s) for any reason whatsoever and hence not require the whole or any part of the works to be carried out, the Authority shall give notice in writing to that effect to the consultant and consultant shall have no claim to any payment or 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 work (s).

4.13 Deviations/Extra/Additional work/ Variation in Quantities of BOQ items:

i. Airports Authority of India may at any time, by a written order given to the Consultant, may order additional work. In any such case of substitution / additional work, the consultancy fee shall be paid at mutually agreeable fair rates. For avoidance of doubt the permissible limit of deviation shall be 30% of the contract value.

Page - 27 ii. Authority also reserves the rights to recover the unadjusted amount due from the Consultant from any other payment due to the Consultant.

4.14 SUBLETTING OF THE WORK

Subletting in full or part of the work by the consultant is not permissible for this work. Consultant is fully responsible for interaction with AAI in all stages during the contract and providing all the services mentioned in the scope of work and schedule of services of this tender. Only on specific technical reasons consultant may take help of some specialized firms/ Associates for any particular specialized job. However, for such cases also consultant is fully responsible for providing the services and the adequacy of reports.

4.15 INTERPRETATION

In case of any ambiguity or difficulty in the interpretation of any of the provisions of the agreement, the interpretation of the Member (Planning), AAI shall be final and binding.

4.16 SIGNING OF CONTRACT The successful tenderer / consultant on acceptance of his tender by the Accepting Authority, shall, within 10 days from the date of award of work, sign the contract consisting of Notice Inviting e-Tenderers (Limited tender), Tender provisions/conditions as issued at the time of invitation of bid and acceptance thereof with any correspondence leading thereto.

Asstt. General Manager (BD) Airports Authority of India

Page - 28

ANNEXURE-I

ACCEPTANCE LETTER

To Asst. General Manager -BD Airports Authority of India, Rajiv Gandhi Bhawan, Safdarjung Airport,

New Delhi-110003

Sir, ACCEPTANCE OF AAI‟S TENDER CONDITIONS

1. The tender documents for the work “Conducting Aeronautical & Physical Survey for proposed Development of Hisar Airport, Haryana” have been issued to me/us by Airports Authority of India and I/we hereby certify that I/we have inspected the site and read the entire terms and conditions of the tender documents which shall form part of the contract agreement and I/We shall abide by the conditions/clauses contained therein.

2. I/We hereby unconditionally accept the tender conditions of AAI‟s tender documents in its entirety for the above work.

3. It is accepted that after unconditionally accepting the tender conditions in its entirety, it is not permissible to upload any additional file or put any remark(s)/conditions(s) in/ along with the Tender Document and the same has been followed in the present case. In case, this provisions of the tender if found violated after opening of tender, I/We agree that the tender shall be rejected and AAI shall without prejudice to any other right or remedy be at liberty to forfeit the 10% of earnest money.

4. That, I/We declare that I/We have not paid and will not pay any bribe to any officer of AAI for awarding this contract at any stage during its execution or at the time of payment of bills, and further if any officer of AAI asks for bribe/gratification, I will immediately report it to the Appropriate Authority in AAI‟. 5. The required earnest money as specified in clause no. 1.4 at page no. 3 & 4 for this work has also been submitted and the scanned copy of EMD is attached herewith.

Yours Faithfully,

Date: (Signature of the tenderer)

Page - 29 ANNEXURE-II

FORM OF BANK GUARANTEE IN LIEU OF SECURITY DEPOSIT IN INDIVIDUAL CONTRACT (On Non-Judicial Stamp Paper)

[Refer clause No. 5]

To,

The Airports Authority India

1. In consideration of the Airports Authority India having its head office at New Delhi (hereinafter called the “AAI” which expression shall unless repugnant to the subject or context include its administrators, successors and assigns) having agreed under the terms and conditions 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 in lieu of the deduction to be made from the contractor‟s bills, for the due fulfillment by the said Contractor of the term and conditions contained in the said Contract. We, the bank (hereinafter referred to as “the said Bank” and having our registered office at do hereby undertake and agree to indemnify and keep indemnified AAI from time to time to the extent of Rs. (Rupees only) against any loss or damage, costs, 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 conditions 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, the 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 or breaches and as to the amount or amounts of loss, damage, costs, charges and expenses caused to or suffered by or that may be caused to or suffered by AAI from time to time shall be final and binding on us.

3. We, the said Bank, further agree that the Guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said Contracts and till all the dues of AAI under the said Contract or by virtue of any of the terms and conditions governing the said Contract have been fully paid and its claims satisfied or discharged and till the Accepting Authority of the contract certifies that the terms and conditions of the

Page - 30 said 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 Liability Period 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 said period in which case the same shall be enforceable against the Bank notwithstanding the fact, that the same is enforced after the expiry of the said period.

4. AAI shall have the fullest liberty without 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 from time to time any of the powers exercisable by it against the said Contactor 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 presents 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 of 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 provisions have the effect of so releasing the Bank from its such liability.

5. It shall not be necessary for AAI to proceed against the Contractor before proceeding against the Bank 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 change in the Constitution of the said Contractor or the said Bank shall not discharge our liability hereunder.

7. Address of Regional / Controlling branch of the issuing branch of bank Guarantee is ------

In presence of: Dated this Day of

WITNESS

1. For and on behalf of (The Bank)

Signature 2. Name & Designation

Authorization No. Name & Place Bank‟s Seal

Page - 31 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

Shri 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. Shri son of resident of

2. Shri 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).

Page - 32 Annexure-III

FORM OF PERFORMANCE SECURITY (GUARANTEE)

Bank Guarantee Bond

1. In consideration of the Chairman, AAI (hereinafter called “AAI”) having offered to accept the terms and conditions of the proposed agreement between…………………………………...... and…...... ……………[hereinafter called the said Contractor(s)] for thework…………………...... (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 under take to pay the amounts due and 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 to 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 his bond shall be a valid discharge of our liability for payment there under and the contractor(s) shall have no claim against us for making such payment.

4. We...... …………………...... ….(Indicate the name of the 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 been forceable till all the dues of AAI under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or till Officer-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

Page - 33 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 or enforce any of the terms and conditions relating to the said agreement and we shall not be relived 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 sureties 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 For and on behalf of (The Bank) 2 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: * The guarantee shall be valid till expiry of 90 days after end of stage V.

Annexure-IV

GST UNDERTAKING

I/We……………….. (Name & Post of authorized signatory) on behalf of …………….(Name of bidder/consultant) do hereby solemnly declare the following:

i) Our firm has been registered under GST and compliant of GST provision (With GST registration no. …………). ii) In case of non-compliance of GST provisions and blockage of any input credit, our firm shall be responsible to indemnify Airports Authority of India. iii) All input credits shall be passed on to AAI by our firm.

Signature and name of the authorized Signatory of the bidder/consultant Date:

Place:

Annexure-V

PRICE BID

(SAMPLE ONLY FOR REFERENCE. THE PRICE TO BE QUOTED ON PORTAL ONLY)

Validate Print Help Item Rate BoQ

Tender Inviting Authority: Airports Authority of India

Name of Work:“Conducting Aeronautical & Physical Survey for proposed Development of Hisar Airport, Haryana. [Tender ID:- 2018_AAI _19816 _1]

Contract No: AAI/BD/Consultancy/Hisar/2018-19/

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 # TEXT # NUMBER # TEXT # NUMBER # NUMBER # TEXT # Sl. Item Description Item Quantity Units RATE (All TOTAL AMOUNT TOTAL AMOUNT No. Code / inclusive except (All inclusive In Words Make GST) in Figures except GST) in To be entered by INR the Bidder in INR

12345678

Carrying out the Aeronautical Survey & charting works as per the Scope of work and Item 1 1.000 Job 0.00 INR Zero Only specifications etc. complete as per the No.1 Tender Document.

Carrying out theSoil investigation works as Item per the Scope of work and specifications 1.000 Job 0.00 INR Zero Only 2 No.2 etc. complete as per the Tender Document.

Total in Figures 0.00 INR Zero Only

Quoted Rate in Words INR Zero Only

Note: The above format is for reference/acclimatization purpose only. Financial Bid is to be submitted online in the prescribed format provided on e-tendering portal.

"APPENDIX-A"

Survey Requirements for Empaneled Surveyors (to be read for compliance in Conjunction with Aeronautical Survey Manual version 1.01 September 2012 with amendments if any)

Page 38 of 80

1: INTRODUCTION

This section is designed to aid in navigating the vast information that is needed and must be utilized by the contractor when performing general surveying tasks for the Airports Authority of India (AAI). The procedures developed by AAI should be employed to the greatest extent possible and are mandatory for all airside survey activities.

Definitions There are many acronyms and terms that are specific to the airport environment. Having a working knowledge or access to a tabulated reference that can be accessed in the field of these terms and definitions will assist in providing a safe and confusion free airside survey mission. It is highly advised that the contractor review and have a hard copy of AAI Aeronautical Survey Manual readily available. Found in the Appendix is a complete Glossary and Acronym and Word Phrase list that encompasses most situations that will be encountered on the airfield.

Reference Documentation All work on the AAI airports must be related to the following documentation; accuracies and specifications and are methodically documented to ensure a systematic, repeatable and precise survey: a) AAI’s Aeronautical Survey Manual, WEBSITE: www.aai.aero b) CAR section 9, series G, Part 1, series E, part 1.CAR, section B, Part 1

2: REFERENCES The contractor shall furnish all labor, supervision, materials, transportation, and equipment necessary for the completion of the requested survey services. AAI may specify the order of accuracy required for each individual project if different from those required under the referenced standards. Unless AAI specifies specific equipment or survey type, the contractor shall choose the proper equipment and procedures to meet the required accuracy and provide documentary evidence on compliance of achievable accuracy meeting the requirements. These specifications are intended to insure the precision and accuracy necessary to obtain orders of accuracy and levels of certainty proposed by AAI. In special circumstances, specific requirements may be modified to accommodate control networks other than the existing Airport control (see Appendix A for existing Reference Network). These modifications will be done in conjunction with AAI and using WGS-84 control network. Reference Control At some of AAI airports, there are few existing survey control marks established through previous surveying and engineering projects. These existing control marks are classified as valueless unless there is a direct survey tie (current or historical) to the Primary and Secondary Airport Control Stations (PACS and SACS respectively) or IGS stations.

Page 39 of 80

All surveying projects for the benefit of the AAI must initiate from the PACS and SACS or establish one PACS and two SACS as per Aeronautical Survey Manual prior to commencing Aeronautical Survey.

2. EQUIPMENT Survey work at any of the AAI airports is not equipment specific. Virtually all survey equipment manufactures equipment can be utilized meeting the accuracy and integrity requirements. Equipment Maintenance All equipment that is to be used on a AAI project must have the corresponding maintenance logs which have the documented routine maintenance of the electronic and optical equipment. Following the best practices of a competent surveyor, reports of periodic equipment calibration verification must also be readily available for inspection. Equipment Type RTK GPS RTK GPS receivers with data controller capable of receiving corrections from a known base station should be utilized when access to the AAI RS (Reference Stations) is not feasible or equipment constraints restrict data access. The RTK GPS base station should be erected over a PACS, SACS or other control mark established from said PACS/SACS and broadcast the GPS correction based on the known coordinate of the control mark being utilized. Once initialization is made, whether from the AAI RS or other ground based RTK GPS base station, a known geodetic control station must be observed with the RTK Rover and the position must be verified within a nominal tolerance to confirm a successful initialization. RTK GPS surveys should be utilized when horizontal and vertical positions of 0.05 of a foot or less accuracy are required and horizontal obstructions are at a minimum. Note: Prior to any survey execution, the survey contractor will check the identified airport reference monuments to ensure that the monuments are correct. If the reference control monuments do not comply with AAI accuracy requirements, then the survey contractor will stop survey execution, and notify the AAI project representative and create new airport reference monuments before commencing survey work. Static GPS Receiver For Static GPS surveys, only Static GPS receiver of geodetic quality capable of receiving multiple frequency GPS data will be utilized. The minimum session observation will be 15 minutes or more of continuous data. This time is dependent on the relative distance between corresponding static GPS receivers. The trivial and non-trivial baselines need to be processed and a least-squares adjusted must be performed in accordance with FGCS Specifications using the manufacturers corresponding GPS vector processing software. This survey type is commonly required when surveys of higher accuracy or surveys generating long GPS vectors are required. Data from the IGS reference station may be made available for use during static surveys. If contractor wants to use AAI TEC station data for static surveys, AAI shall be contacted 48 hours prior to commencing observations. Electronic Total Station An Electronic Total Station of an angular accuracy of 5-arcseconds or better will be utilized for surveys requiring traditional methods to achieve an accuracy of 0.001 meter

Page 40 of 80

or better. During each setup the reference geodetic control station distance (back sight) must be checked and verified and if possible a second reference geodetic control station should be observed to verify that the back sight observation had been successfully performed on the correct geodetic control stations. Differential Level An automatic differential level of 0.1-mm accuracy or better will be utilized when accuracies of greater than 0.005 meter is needed to be performed for construction staking or geodetic control point establishment. The level circuit must start on a PACS, SACS or AAI published geodetic control station, attention should be paid to balancing the foresights and back sights leading back to the original geodetic control station or an additional PACS, SACS or AAI published geodetic control station.

4 ACCURACIES AND STANDARDS Prior to any field activities, the Surveyor shall coordinate all field work through the airport POC responsible for the project where work will be performed prior to work beginning. The Surveyor shall meet with the AAI site representative(s) responsible for the site where work will be performed to review and resolve any issues (safety, work authorizations, badges, escorts, etc.), and review the execution plan prior to any work beginning. 5: QUALITY CONTROL/QUALITY ASSURANCE To ensure that all surveys are consistent and meet the accuracy requirements described in AAI’s Aeronautical Survey Manual, the following requirements must be met. Quality Control All RTK GPS surveys must show a quality check into a PACS, SACS or other AAI published geodetic control station. Multiple observations throughout the day should be made and documented. A tabular result should be documented to ensure that all survey coordinates collected for the day meet the accuracy requirements for all RTK GPS survey operations. Quality Assurance All surveys performed at the airport facilities will be performed under the direct supervision of AAI Survey official so designated. All surveys performed at the airport facilities will list the horizontal and vertical control stations that the surveys are referenced to. All topographic surveys will establish, at a minimum two horizontal control stations, and two temporary benchmarks and will have their positions published to 0.01’ accuracy. Topographic and boundary surveys will be signed and sealed by AAI Survey official. 6: SURVEY MARK MAINTENANCE To assist the AAI with maintaining the current geodetic control mark network and database and to help the surveying community, mark maintenance is an essential component to preserving our localized control network. If applicable, the Surveyor shall install new temporary and permanent bench marks and monuments for further densification to be used for horizontal and vertical control at the airport as required. The locations of bench marks and monuments to be installed shall be specified on the contract documents. The surveyor shall submit a drawing outlining their proposed bench mark(s) and monument(s) construction with the layout

Page 41 of 80

plan. Permanent and temporary benchmarks and monuments will have a permanent reference point that has been centered punch on the bench mark and monument to indicate the precise coordinate location. The Surveyor shall furnish the following information for each bench mark and monument installed: • Date of survey • Identification number • CAD Sketch of surrounding features • Reference ties • Horizontal location established on airport coordinate grid system • Elevation relative to the airport datum

Below is a list of tasks that should be completed and delivered to the AAI in the final report as described in the deliverable section..

• AAI Control Station Recovery Form. • Removal of debris around control station, including weeds and tall grass in coordination with Project In-Charge/Airport Director. • Notification of AAI of control point discrepancies, including destroyed control stations and coordinate confliction • Impending destruction or impact of existing control marks. (A new structure that impact the GPS quality of a monument as an example) • A digital photographic imagery of the permanent control stations.

7: DELIVERABLES i) Project time schedule and progress report ii) Survey Data Report as per Appendix-B’ along with Appendix-A1 (Survey Declaration form) – Both hard & soft copy iii) Digital photographs (soft & hard copy) of essential and critical points viz. ARP,RWY THR,RWY END, vertical profile of runway , NAV-Aids and all other critical objects as per Appendix-A of NIT. iv) Following two hard copy sets of Aeronautical charts :-( soft copy to be provided in AutoCAD & GIS format compatible with AAI AUTOCAD/GIS software):- . Approach Chart for both runway ends . Airport Map(Base Map) . Objects of vertical significance around airport( 20 KM all around the ARP) . Zoning map( 20 Km from ARP – with BM/Contour heights etc. scale of map is 1: 50,000 ) . Type A chart(Both side) . Grid Map, . Aerodrome Chart . Parking and docking chart . Precision Approach terrain chart( data used : contour map of approach),if applicable . 30 NM Chart ( other obstacle marking for digital NOC computer data . scale of map is 1: 2,50,000 ) . Obstacle Free Zone (OFZ) chart in case of precision approach cat-

Page 42 of 80

II & III ILS operations at an airport. . Excel sheet containing all surveyed objects in AIXM 5.1 format as per Appendix-C.

Colour coding & symbols to be used as per Appendix 2 & 3 of ICAO Annex 4.

Page 43 of 80

APPENDIX A-I – AERODROME DIGITAL DATA SPECIFICATION SECTION A The following fields describe the data format layout and should be used as a guideline to report data. Fields not applicable should be left blank.

Master files of all surveyed facilities and obstacles shall be created and supplied. Files of survey information shall be in the form of a comma delimited ASCII text file containing all fields plus CRCV field as listed below.

Aerodrome Facilities File (named appropriately e.g. “ICAO 4 letter designator”_AD00.crc) Master Obstacle File (named appropriately e.g. “ICAO 4 letter designator”_obst00.crc) To be entered in field description Field 1 SITE NAME XXXX ICAO Aerodrome Location Indicator Field 2 TYPE OF FEATURE For allowable values refer to Section B Field 3 IDENTIFICATION For allowable values refer to Section B Field 4 ASSOCIATION For allowable values refer to Section B Field 5 WGS-84 Latitude in DEG,MIN, SEC, LATITUDE DDMMSS.ssssN/S 1/10000’s SEC Field 6 WGS-84 Latitude in DEG,MIN, SEC, LONGITUDE DDMMSS.ssssE/W 1/10000’s SEC Field 7 ELLIPSOIDAL HEIGHT Elevation in meters above WGS-84 000.0 (M) ellipsoid to 2 decimal places Field 8 ELLIPSOIDAL HEIGHT Elevation in feet above WGS-84 000.0 (FT) ellipsoid to 2 decimal places Field 9 Y To be entered if the feature is lit LIT OR UNLIT Y/N N To be entered if the feature is unlit Field 10 LIGHTING FLASHING WHITE A textual description of the lighting DESCRIPTION used Field 11 Y To be entered if the feature is frangible FRANGIBLE Y/N N To be entered if the feature is not frangible Field 12 Six figure easting grid reference to 2 EASTING 000000.00 decimal places for the UTM Grid declared in the Report Field 13 Six figure northing grid reference to NORTHING 000000.00 2 decimal places for the UTM Grid declared in the Report Field 14 ORTHOMETRIC 0000.00 Elevation in meters AMSL to 2 HEIGHT (M) decimal places Field 15 ORTHOMETRIC 0000.00 Elevation in feet AMSL to 2 decimal HEIGHT (FT) places Field 16 HEIGHT ABOVE Height above ground level in meters 0000.00 GROUND to 2 decimal places

Page 44 of 80

LEVEL (M)

Field 17 HEIGHT ABOVE Height above ground level in feet to GROUND 0000.00 2 decimal places LEVEL (FT) Field 18 AERODROME Horizontal accuracy in meters CONTROL NETWORK 00.000 relative to the datum to 3 decimal HORIZONTAL places ACCURACY (M) Field 19 AERODROME CONTROL Vertical accuracy in meters relative 00.000 NETWORK VERTICAL to the datum to 3 decimal places ACCURACY (M) Field 20 Horizontal extent (radius) of the HORIZONTAL 000.00 surveyed entity in meters to 2 EXTENT (M) decimal places. (Obstacles only) Field 21 Horizontal Accuracy in meters HORIZONTAL relative to the aerodrome control 00.000 ACCURACY (M) network to 3 decimal places at a 95% confidence level Field 22 Vertical Accuracy in meters relative VERTICAL ACCURACY to the aerodrome control network to 00.000 (M) 3 decimal places at a 95% confidence level Field 23 RECORD IDENTIFIER 0000 Unique integer number Field 24 SURVEY DATE dd/mm/yy Date of field survey of record Field 25 32 bit CRC-32Q algorithm value CRCV (CRCV format = Hexadecimal)

To be entered in field description

Field 1 SITE NAME XXXX ICAO Aerodrome Location Indicator

Field 2 TYPE OF FEATURE For allowable values refer to Section B

Field 3 A full textual description of the type IDENTIFICATION CRASH BARRIER 3 of obstacle to supplement Field 2 Field 4 ASSOCIATION For required formatting refer to Section B

Field 5 WGS-84 Latitude in DEG,MIN, SEC, LATITUDE DDMMSS.ssssN/S 1/10000’s SEC (i.e. 3mm) Field 6 WGS-84 Latitude in DEG,MIN, SEC, LONGITUDE DDMMSS.ssssE/W 1/10000’s SEC

Page 45 of 80

Field 7 ELLIPSOIDAL HEIGHT Elevation in meters above WGS-84 000.00 (M) ellipsoid to 2 decimal places Field 8 ELLIPSOIDAL HEIGHT Elevation in feet above WGS-84 000.00 (FT) ellipsoid to 2 decimal places Field 9 Y To be entered if the feature is lit LIT OR UNLIT Y/N N To be entered if the feature is unlit Field 10 Y To be entered if the feature is mobile MOBILE Y/N N To be entered if the feature is not mobile Y To be entered if the feature is frangible Field 11 FRANGIBLE Y/N N To be entered if the feature is not frangible Six figure easting grid reference to 2 Field 12 EASTING 000000.00 decimal places for the UTM Grid declared in the Report Six figure northing grid reference to Field 13 NORTHING 000000.00 2 decimal places for the UTM Grid declared in the Report Field 14 ORTHOMETRIC 0000.00 Elevation in meters AMSL to 2 HEIGHT (M) decimal places Field 15 ORTHOMETRIC 0000.00 Elevation in feet AMSL to 2 decimal HEIGHT (FT) places HEIGHT ABOVE Height above ground level in meters Field 16 GROUND 0000.00 to 2 decimal places LEVEL (M) HEIGHT ABOVE Height above ground level in feet to Field 17 GROUND 0000.00 2 decimal places LEVEL (FT) AERODROME CONTROL Horizontal accuracy in meters Field 18 NETWORK 00.000 relative to the datum to 3 decimal HORIZONTAL places ACCURACY (M) AERODROME CONTROL Vertical accuracy in meters relative Field 19 00.000 NETWORK VERTICAL to the datum to 3 decimal places ACCURACY (M) Horizontal extent (radius) of the HORIZONTAL EXTENT Field 20 000.00 surveyed entity in meters to 2 (M) decimal places

Page 46 of 80

Horizontal Accuracy in meters HORIZONTAL relative to the aerodrome control Field 21 00.000 ACCURACY (M) network to 3 decimal places at a 95% confidence level Vertical Accuracy in meters relative VERTICAL ACCURACY to the aerodrome control network to Field 22 00.000 (M) 3 decimal places at a 95% confidence level Field 23 RECORD IDENTIFIER 0000 Unique integer number

Field 24 SURVEY DATE dd/mm/yy Date of field survey of record

32 bit CRC-32Q algorithm value Field 25 CRCV (CRCV format = Hexadecimal)

Special Notes: a) Decimal places shall not be rounded. b) Only decimal places, underscores and forward slashes shall be used within fields (no hyphens, word spaces, commas or backslashes, etc.). c) All text shall be upper case. d) All fields shall be populated with the exception of the Aerodrome Facilities File Field 3, Field 4 and Field 10, which must be blank if there is no identification, association or description. (Duplicate data in a record is not acceptable).

SECTION B Aerodrome Facilities File

Field 2 Field 3 Example Rule Field 4 Example Rule TYPE OF FEATURE IDENTIFICATION ASSOCIATION

ARP AEP ABN ANEMOMETER ASDA_END (RWY DIR) 05 1 ATC CADF CENTRE_PT_TWY IDENT ABC 3 (TAXIWAY) W 5 CENTRE_PT_RWY IDENT ABC 3 (RWY) 05/23 2 Alphanumeric DME IDENT ABC 3

Page 47 of 80

DME ILS IDENT ABC 3 (LLZ IDENT) IABC 3 DME MLS IDENT ABC 3 (MSL AZM IDENT) ABC 3 DRDF FATO (FATO DIR) 05 1 GP IDENT IABC 3 (RWY DIR) 05 1 GP_MON (RWY DIR) 05 1 HOLD Alphanumeri 123A 4 (TAXIWAY) W 5 c HOLD_STOP_BAR Alphanumeri 123A 4 (TAXIWAY) W 5 c IBN IRVR L IDENT ABC 3 LDA_END (RWY DIR) 05 1 LLZ IDENT IABC 3 (RWY DIR) 05 1 LLZ_MON (RWY DIR) 05 1 MLS_AZM IDENT 3 (RWY DIR) 05 1 MLS_ELEV IDENT 3 (RWY DIR) 05 1 MM IDENT 7 NDB IDENT 3 OM IDENT 7 PAPI (RWY DIR) 05 1 RADAR RADAR_MSSR RADAR_PAR RADAR_SSR RADAR_WATCH

MAN ROP STAND Alphanumeri 123A 4 (APRON) MAIN 6 c TACAN IDENT ABC 3 TDZE (RWY DIR) 05 1 THR (RWY DIR) 05 1 TLOF Alphanumeri 123A 4 c TODA_END (RWY DIR) 05 1 TORA_END (RWY DIR) 05 1 TORA_START VDF

Page 48 of 80

VHF_RX VHF_TX VOR IDENT ABC 3 VOR/DME IDENT ABC 3 WINDSLEEVE

Obstacles File

Field 2 – TYPE OF FEATURE VALUE (Example) AG_EQUIP FENCE STACK ANTENNA FUEL_SYSTEM STADIUM ARCH GATE STORM_SYSTEM BUILDING HEAT_COOL_SYSTEM TANK BRIDGE MAST TETHERED_BALLOON CABLE_CAR MONUMENT TOWER COMPRESSED_AIR_SYSTEM NATURAL_HIGH_POINT TRANSMISSION_LINE CONTROL_MONITORING_SYSTE NAVAID VEGETATION M CONTROL_TOWER POLE WALL COOLING_TOWER POWER PLANT WASTEWATER_SYSTEM CRANE REFINERY WATER_SYSTEM DOME RIG WIND_FARM ELECTRICAL_EXIST_LIGHT SALTWATER_SYSTEM OTHER ELECTRICAL_SYSTEM SIGN ELEVATOR SPIRE

Field 4 - ASSOCIATION VALUES DESCRIPTION OLS ICAO Annex 14 Obstacle Limitation Surfaces OIDS Obstacle Identification Surface MANAGED A “virtual” area containing the Vertical Structures included in the data collection exercise, which do not qualify yet as Obstacles in any specific area OTHER Other

APPENDIX-A- II-Procedures to be followed during Survey Digital Images from Hand-Held Camera

Use digital photographs taken during daylight hours to document monuments used or data collected. These photos assist in the retracing of the surveyor’s steps by providing the evaluators with a picture of what the data is describing. Take sufficient photographs to document the conditions the surveyor encountered. They should illustrate the appearance, condition, and location of the points of interest, including visibility obstructions, roads, runways, taxiways, or other dangers and any special setup requirements. A photograph is acceptable if it is of good visual quality. Use the highest resolution possible to ensure good

Page 49 of 80

clarity and detail definition. Use at least one (more if required) of the following three types of photos to document a position or object. All three photographs require a digital caption and correct file name.

Photograph type 1 is an extreme close up of the object. Typically, this type of photograph is only used to document control monuments or other defined points such as runway end or displaced threshold locations.

Photograph type 2 is taken at eye-level with the station or object 5 to 6 feet in the distance (when practical and accessible) and provides general information about the area immediately surrounding the station or point.

Photograph type 3 is taken horizontally with the station approximately 10 to 30 feet in the distance. Photograph type 3 provides general orientation information to the user and should include the cardinal direction the camera is pointing in the caption.

When documenting navigational aids surveyed, two photographs oriented from different cardinal directions. When documenting navigational aids, take the photograph with a tripod over the horizontal and vertical (if practical) survey point or electronically add arrows showing the point(s) surveyed. The independent verification and validation team uses these photos to check the correct point was surveyed based on the type of navigational aid.

Use the JPEG (Joint Photographic Experts Group) format for digital images taken with a hand- held digital camera. This includes the required images of photo control points. The file name for the photograph is comprised of the airport location identifier, runway end designator, photo number, and date, followed by the file type extension,

Electronically add a caption to each photograph. The caption should include the following information separated by commas or dashes:

• Airport location identifier assigned by the FAA. • Runway end designator. • Photo number. • Date the photo was taken.

1 AIRPORT DATA FEATURES 1.1 Group : AIRFIELD 1.1.1 Aircraft Gate Stand

Data Capture Rules: Collect the aircraft gate stand as individual points with a separate feature for each defined location. If a generic location is defined, ensure the length and wingspan attributes cover all the appropriate aircraft expected to use the location.

Page 50 of 80

Aircraft Non Movement Area

1.1.2. Aircraft Non Movement Area

Data Capture Rules: The non-movement area is an area where aircraft are not under the direct control of Air Traffic Control and are responsible for their own separation from aircraft, vehicles and objects. Two parallel yellow lines located side by side delineate the area. One line is dashed and the other is solid. The dashed side is the movement area and the solid side is the non-movement area. Compile this line as a single line drawn mid-way between the solid and dashed lines. If using symbolized line note direction of line in data capture to ensure solid side of line is on Non-movement area.

1.1.3. Air Operations Area

Data Capture Rules: Collect a closed polygon to the greatest horizontal extents as defined by the airport security plan

1.1.4. Airfield Light

Data Capture Rules: Collect a point in the center of the object at the highest point. Other lights on the airfield such as apron lights, roof mounted lights etc. used for general illumination should be captured using the feature type Utility Point and delineated using the attribute code Utility Type.

1.1.5 Runway Centreline

Data Capture Rules: Determine the runway centreline as a continuous line along the centreline of the runway connecting the two runway end points.

1.1.6. Stop way

Data Capture Rules: Collect a closed polygon encompassing the entire area designated as stop way and connect it to associated runway by means of a shared line. Stop ways do not have shoulders and can be wider than the associated runway. Pay special attention to the guidance on Runway end, Stop way end, and Displaced Threshold Identification for proper location of the Stop way.

1.1.7. Taxiway Holding Position

Data Capture Rules: The painted markings extend across the taxiway and may consist of one of the following: • Runway holding position markings are a set of four yellow lines and three spaces. • The side with the two solid lines is the holding side. ILS holding positions are marked using a set of two parallel yellow lines spaced four feet apart, in between these two lines and perpendicular to them there are sets of two parallel yellow lines.

Page 51 of 80

Collect taxiway holding position line as a line at the outer edge of the painted marking (stop bar) farthest away from the corresponding runway.

1.1.8. Apron

Data Capture Rules: Collect a closed polygon to its greatest horizontal extents, encompassing apron areas.

1.1.9 Marking Area

Data Capture Rules: Collect the runway markings as closed polygons to encompass and delineate the individual markings

1.1.10. Movement Area

Data Capture Rules: Collect each portion of the movement area as a closed polygon to its greatest horizontal extents. Multiple non-overlapping polygons may be used to adequately model the areas.

1.1.11. Runway

Data Capture Rules: In addition to the requirements for runway end collection, capture the runway as a closed polygon limited by the outer edge of the runway edge paint (shoulder side), excluding runway shoulders or stopways. If there are no painted runway edge markings, capture and report the runway as a polygon at its narrowest dimension based on the existing pavement.

1.1.12. Runway End

Data Capture Rule: Establish the runway end on the runway centerline at the physical end, or specified location based on other supporting features. The area between the runway end and the displaced threshold should be marked with white arrows.

1.1.13 Shoulder

Data Capture Rules: Collect non-intersecting shoulders as individual polygons. Collect intersecting shoulders as multiple polygons when intersected by taxiways, intersecting runway, or stopway/clearway

1.1.14. Taxiway Intersection

Data Capture Rules: Capture a polygon establishing the intersection of two or more taxiways

1.1.15. Taxiway Element

Data Capture Rules: Collect all taxiway elements as individual polygon objects. Collect taxiway at the outer edge of pavement or defined paint line (excluding shoulder). Each taxiway will

Page 52 of 80

typically be comprised of more than one element. When multiple elements make up a taxiway, identify the taxiway elements as beginning, intersection and end in the name attribute. Be sure to comply with the no overlapping polygon rule.

1.2 Group: AIRSPACE

1.2.1. Landmark Segment

Data Capture Rules: Be sure that the attribute field for “CodeLandmarkType” correctly identifies the linear object being drawn. Each landmark type feature has its own data capture rule, collect each feature as defined in individual feature data capture rule (Road Segment, Utility Line, Shoreline, etc.).

1.2.2. Obstacle

Data Capture Rules: Use the Obstacle feature type for point or line features penetrating an Obstruction Identification Surface (OIS) or selected as a representative object. Model line features as points representing the vertices of the line.

1.2.3. Obstruction Identification Surface

Data Capture Rules: Identify the obstruction identification surface (OIS) required by the utilization type for the runway. Depict the horizontal limits of the appropriate obstruction imaginary surface.

1.3 Group: GEOSPATIAL

1.3.1. Airport Control Point – Runway Intersection Point

Data Capture Rules: Collect the point where the centrelines of two, or more, runways intersect.

1.3.2. Airport Control Point – Airport Elevation

Data Capture Rules: Calculate the Airport Elevation using the runway profile data. The Airport Elevation is the highest point along all usable runways.

1.3.3. Airport Control Point – Centreline Perpendicular Points

Data Capture Rules: Collected point along runway centreline perpendicular to the location of required NAVAIDs. ILS, and VGSI NAVAIDs systems require this measurement refer to the appropriate feature class description for the NAVAID.

Page 53 of 80

1.3.4. Airport Control Point – Displaced Threshold Point

Data Capture Rule: Establish the displaced threshold on the runway centreline a specified distance from the runway end. The area between the runway end and the displaced threshold should be marked with white arrows.

1.3.5. Airport Control Point – Stop way Ends

Data Capture Rules: Collect point at physical end of stop way along extended centreline of runway.

1.3.6 Airport Control Point – Profile Points

Data Capture Rules: Collect three-dimensional points along all usable runways centrelines. Reduction of data must resolve to a profile with points at 10 foot intervals at certificated airports and no more than 50 feet at all airports.

1.3.7. Airport Control Point – Touchdown Zone Elevation (TDZE)

Data Capture Rules: The TDZE is the highest elevation along the runway centreline within the first 3000 feet from the threshold and extracted from the centreline profile data.

1.4. Group: MAN MADE STRUCTURES

1.4.1. Building

Data Capture Rules: Determine the terminal building complex, hangars, maintenance facilities, and other prominent buildings directly associated with aircraft operations and directly connected to the apron as individual polygon objects. Collect by field survey methods recently constructed and/or completed buildings not visible on imagery and meeting the above criteria. Extract the building outline feature as the footprint of the building at ground level. Determine the height at the highest point of the corresponding building. The AGL height of the polygon is determined as the difference between the base elevation and top elevation on the roof.

NOTE: If the building penetrates an OIS or is selected as a representative object, additionally identify, classify and document the building as an Obstruction Area and associated accuracy.

1.4.2 Tower

Data Capture Rules: Collect the point at the highest location of the tower. When surveying guyed structures, capture any guys penetrating a surface separately from the structure itself. Determine and document the point where the guy wires penetrate the OIS at a distance greater than 100 feet from the actual structure, identify it as a separate point object.

Page 54 of 80

1.5. Group: NAVIGATIONAL AIDS

1.5.1 Navaid Equipment – Airport Beacon (APBN)

Data Capture Rules: Collect the horizontal and vertical positions of the NAVAID using the survey point identified below. If the NAVAID penetrates an OIS or is selected as a representative object, additionally identify a NAVAID as an obstacle, survey the highest point on the entire structure as the top elevation including appurtenances

Feature Group Navigational Aids Feature Class Name Navaid Equipment Feature Type Point

Survey Point Location Horizontal – Center of cover or axis of rotation

Vertical – The intersection of the ground, gravel, concrete pad, or other base and plumb line through the HSP.

1.5.2 Navaid Equipment – Air Route Surveillance Radar (ARSR) or Airport Surveillance Radar (ASR)

Data Capture Rules: Collect the horizontal and vertical positions of the NAVAID using the survey point identified below. If the NAVAID penetrates an OIS or is selected as a representative object, additionally identify, classify and document the NAVAID as using the OBSTACLE feature type and associated accuracy. When identifying a NAVAID as an obstacle, survey the highest point on the entire structure as the top elevation including appurtenances

Survey Point Location Horizontal – Centre of cover or axis of rotation Vertical – The intersection of the ground, gravel, concrete pad, or other base and plumb line through the HSP

1.5.3. Navaid Equipment – Approach Light System (ALS) Data Capture Rules: Collect the horizontal and vertical positions of the NAVAID using the survey point identified below. If the NAVAID penetrates an OIS or is selected as a representative object, additionally identify, classify and document the NAVAID as using the OBSTACLE feature type and associated accuracy. When identifying a NAVAID as an obstacle, survey the highest point on the entire structure as the top elevation including appurtenances.

Survey Point Location Horizontal – Horizontal center of the center light of the first and last lights rows Vertical – The intersection of the ground, gravel, concrete pad, or other base and plumb line through the HSP.

1.5.4. Navaid Equipment – Distance Measuring Equipment (DME)

Page 55 of 80

Data Capture Rules: Collect the position of the NAVAID using the HSP and the elevation at the VSP. If the NAVAID penetrates an OIS or is selected as a representative object, additionally identify, classify and document the NAVAID as an Obstacle and associated accuracy. When identifying a NAVAID as an obstacle, survey the highest point on the entire structure as the top elevation including appurtenances Survey Point Location

DME or DME paired with a LOC

Horizontal Vertical Centre of antenna cover. Center of antenna cover. DME frequency paired with NDB or VOR

Horizontal Vertical Centre of antenna cover. The intersection of the ground, gravel, concrete pad, or other base and plumb line through the HSP.

1.5.5. Navaid Equipment – Glideslope (GS)

Data Capture Rules: Collect the position of the NAVAID using the HSP and the elevation at the VSP. If the NAVAID penetrates an OIS or is selected as a representative object, additionally identify, classify and document the NAVAID as an Obstacle and associated accuracy. When identifying a NAVAID as an obstacle, survey the highest point on the entire structure as the top elevation including appurtenances

Survey Point Location Horizontal – Center of Antenna Supporting Structure Vertical – The intersection of the ground, gravel, concrete pad, or other base and plumb line through the HSP.

1.5.6 .Navaid Equipment – Localizer (LOC)

Data Capture Rules: Collect the position of the NAVAID using the HSP and the elevation at the VSP. If the NAVAID penetrates an OIS or is selected as a representative object, additionally identify, classify and document the NAVAID as an Obstacle and associated accuracy. When identifying a NAVAID as an obstacle, survey the highest point on the entire structure as the top elevation including appurtenances

1.5.7. Navaid Equipment – Non-Directional Beacon (NDB)

Data Capture Rules: Collect the position of the NAVAID using the HSP and the elevation at the VSP. If the NAVAID penetrates an OIS or is selected as a representative object, additionally identify, classify and document the NAVAID as an Obstacle and associated accuracy. When identifying a NAVAID as an obstacle, survey the highest point on the entire structure as the top elevation including appurtenances.

Survey Point Location Horizontal – Centre of Antenna Array

Page 56 of 80

Vertical – The intersection of the ground, gravel, concrete pad, or other base and plumb line through the HSP

1.5.8 Navaid Equipment – Precision Approach Path Indicator (PAPI) System

Data Capture Rules: Collect the position of the NAVAID using the HSP and the elevation at the VSP. If the NAVAID penetrates an OIS or is selected as a representative object, additionally identify, classify and document the NAVAID as an Obstacle and associated accuracy. When identifying a NAVAID as an obstacle, survey the highest point on the entire structure as the top elevation including appurtenances.

Survey Point Location Horizontal – Centre of Antenna Array Vertical – The intersection of the ground, gravel, concrete pad, or other base and plumb line through the HSP

1.5.9 Navaid Equipment – VHF Omni Directional Range (VOR)

Data Capture Rules: Collect the position of the NAVAID using the HSP and the elevation at the VSP. If the NAVAID penetrates an OIS or is selected as a representative object, additionally identify, classify and document the NAVAID as an Obstacle and associated accuracy. When identifying a NAVAID as an obstacle, survey the highest point on the entire structure as the top elevation including appurtenances.

DEFINITIONS

Above Mean Sea Level – Optometric Height or Elevation

Accelerate-Stop Distance Available – The length of the take-off run available plus the length of the stop way, if provided.

Aerodrome Elevation – The elevation of the highest point of the landing area.

Approach Procedure with Vertical Guidance – An instrument procedure which utilizes lateral and vertical guidance, but does not meet the requirements established for precision approach and landing operations.

Aerodrome Reference Point – the designated geographical location of an aerodrome.

Cyclic Redundancy Check – A mathematical algorithm applied to the digital expression of data that provides a level of assurance against loss or alteration of data.

EGM96 Earth – Gravitational Model 1996.

Ellipsoid Height – The height related to the reference ellipsoid, measured along the ellipsoidal outer normal through the point in question.

Page 57 of 80

Geoid – The equipotential surface in the gravity field of the Earth which coincides with the undisturbed mean sea level (MSL) extended continuously through the continents.

Landing Area – That part of a movement area intended for the landing or take-off of aircraft.

Landing Distance Available – The length of runway which is declared available and suitable for the ground run of an aero plane landing.

Obstacle – All fixed (whether temporary or permanent) and mobile objects, or parts thereof, that are located on an area intended for the surface movement of aircraft or that extend above a defined surface intended to protect aircraft in flight or stand outside those defined surfaces and that have been assesses as being a hazard to air navigation.

Orthometric Height Height of a point related to the geoid, generally presented as a MSL elevation. (Declaration of the orthometric height datum (MSL) is the responsibility of each Emirate).

Reference Ellipsoid A geometric figure, usually determined by rotating an ellipse about its shorter (polar) axis, used as a surface of reference for geodetic surveys. The reference ellipsoid closely approximates to the dimensions of the geoid, with certain ellipsoids fitting the geoid more closely for various areas of the earth.

Survey Date The date that fieldwork was carried out to obtain data for the survey. Where fieldwork was completed over more than one day the end date of fieldwork shall be used.

Take-off Distance Available – Length of the take-off run available plus the length of the clear way if provided.

Take off Run Available – Length of the take-off run available.

Threshold – The beginning of that portion of the runway usable for landing.

Note: The survey point for the runway threshold shall be the geometric Centre of the runway at the beginning of the paved surface. For a displaced runway threshold this shall be the beginning of the upwind (runway) side of the threshold bar.

9 ABBREVIATIONS AGL (Height) Above Ground Level AIP Aeronautical Information Publication AMSL Above Mean Sea Level APV Approach Procedure with Vertical Guidance ARP Aerodrome Reference Point ASDA Accelerate-Stop Distance Available A-SMGCS Advanced Surface Movement Guidance and Control System CAAP Civil Aviation Advisory Publication CAD Computer Aided Design

Page 58 of 80

CAR Civil Aviation Regulation CRC Cyclic Redundancy Check DGCA Director General of Civil Aviation ETOD Electronic Terrain and Obstacle Data FATO Final Approach and Take-off area (helicopters) ICAO International Civil Aviation Organization IFP Instrument Flight Procedure ILS Instrument Landing System LDA Landing Distance Available MSL Mean Sea Level MSAW Minimum Safe Altitude Warning NOTAM Notice to Airmen OLS Obstacle Limitation Surfaces PATC Precision Approach Terrain Chart SARPs ICAO Standards and Recommended Practices TLOF Touchdown and Lift Off area (helicopters) TMA Terminal Area TODA Take-off Distance Available

Page 59 of 80

APPENDIX-B (SURVEY REPORT FORMAT)

Page 60 of 80

…………………. AIRPORT Aeronautical Survey Report

Page 61 of 80

Aeronautical Survey Report

CONTENTS Sl. No. Chapter Page No. 1 Introduction 2 Survey Methodology 3 Quality Control 4 Survey Data Results 4.1 Geodetic Control Stations 4.2 Runway Points 4.3 Taxiway Points 4.4 Apron and Parking Gates 4.5 Navigational Aids 4.6 Aerodrome Facilities 4.7 Obstacles 4.8 Aeronautical Charts 5 Survey Data Analysis 5.1 Coordinate Comparison 5.2 Analysis 6 Appendices 6.1 Integrity and Accuracy Statement 6.2 Acronyms

Page 62 of 80

Chapter 1 Introduction ( point wise details to be provided )

i) About Airport and its location ii) Date of Survey & Type of Survey iii) General purpose of Survey iv) Name of Surveyor firm & Team involved v) Airport Location data - Latitude & Longitude - Elevation - Ellipsoid Height - Geoid undulation - Magnetic Declination - Annual Change(minutes/year)

Figure 1: Overview of ……………. Airport

Figure 2 : Location of ……………. Airport

Page 63 of 80

Chapter 2

Survey Methodology (point wise following details to be provided ) - Equipment used with defined accuracy. - equipment ownership & Manufacturer calibration certificate - Routine Maintenance log of the equipment used - Description of the actual way the survey was carried out e.g. Global positioning, Terrestrial, photogrammetric, Satellite Imagery - Following standard station numbering system has been used :-

Point Number/Unique ID Description of data collected with this point Range range

1000-1999 All control stations or critical TSM stations.1000 series points are used for points which should be constrained in the final adjustment. 2000-2999 All Apron,Taxiway and all temporary points established or recovered on and off the airfield, established to observe NAVAIDS, obstructions, photo control or other items.

3000-3999 All runway points; End of Runway (EOR),Blast pad, Displaced threshold, and Stop ways. 4000-4999 All NAVAIDs (Visual and Electronic) 5000-7999 All obstructions 8000-8999 All photo control stations 10,000-UP Runway centerline profile points

Page 64 of 80

Chapter 3 Quality Control

(point wise details to be provided ) - Quality control report should provide information of the equipment calibration - Methods used to check the survey. - Show evidence that the required accuracy for the particular data type has been achieved.

Page 65 of 80

Chapter 4: Survey Data Results

(Where relevant, photographs should be included such as for station description, control networks, threshold descriptions)

4.1 Geodetic Control Station

- PACS & SACS - Summary of Geodetic Survey methodology & data results as follows:-

Point Point Lat long Ellip.ht. North East Ortho Elevation no. name (ft.)& ing ing Ht.(m) & AMSL in m ft.(EGM08) (m) & ft 1000- 1999

Transformation: WGS 84 (expressed in UTM Zone …..) Geoid model: ….. EGM08 Ellipsoid: ………(GRS80)

4.2 Runway Points

- Runway Ends - Threshold or displaced threshold, - Touch Down zone , - TORA,TODA,ASDA - LTP,FPAP and GARP ( for GNSS based procedure) - Vertical profile of Runway(must be measured at 100 ft intervals for the first 3000 feet of the useable runway beginning at each threshold)

To be covered in following format:-

Point Point Lat long Ellip.ht. North East Ortho Geoid Elevation no. name (ft.)& ing ing Ht.(m) Ht./Undulation AMSL in m & ft. (m) & ft

Page 66 of 80

4.3 Taxiway Points

- Width - Shoulder width - Taxiway Holding positions - VOR Check Points etc

Point Point Lat long Ellip.ht. North East Ortho Geoid Elevation no. name (ft.)& ing ing Ht.(m) Ht./Undulation AMSL in m & ft. (m) & ft

4.4 Apron and Parking Gates

- Aircraft Nose wheel position - Lead-in and Lead-out line - Apron etc Point Point Lat long Ellip.ht. North East Ortho Geoid Elevation no. name (ft.)& ing ing Ht.(m) Ht./Undulation AMSL in m & ft. (m) & ft

4.5 Navigational Aids

- VOR/DME - ILS localizer,Glidepath antennae and collocated DME - ILS middle marker and outer marker - NDB - RADAR - UHF & VHF transmitters - PAPI,Runway END lights, Approach lights ,Aerodrome Beacon etc

Point Point Lat long Ellip.ht. North East Ortho Geoid Elevation no. name (ft.)& ing ing Ht.(m) Ht./Undulation AMSL in m & ft. (m) & ft

4.6 Aerodrome Facilities - E.g. ATC tower, Fire station, Anemometer etc..

Point Point Lat long Ellip.ht. North East Ortho Geoid Elevation no. name (ft.)& ing ing Ht.(m) Ht./Undulation AMSL in m & ft. (m) & ft

Page 67 of 80

4.7 Obstacles

4.7.1 within airport 4.7.2 outside airport 4.7.3 Determine the penetration of the following Obstacle Limitation Surfaces (OLS) on both side of runways:- - Approach surface (w.r.t runway End and displaced threshold if any) - Transitional Surface - Inner Horizontal Surface - Conical Surface - Outer horizontal surface - Take-off Climb Surface (Complete details has been provided in AAI Aeronautical Survey Manual)

Pt. Pt. Lat long Ellip North Easting Ortho Elevation Permitted Penetration AGA no. name .ht. ing Ht.(m AMSL in Altitude in (m) surface (ft.) ) (m) & ft & m & ft.

4.8 Aeronautical Charts

. Airport Map(Base Map) . Approach charts of both Runway ends . Objects of vertical significance around airport( 20 KM all around the ARP) . Grid Map, . Aerodrome Chart . Type A chart(Both side) . Parking and docking chart . Precision Approach terrain chart( data used : contour map of approach) . Zoning map( 20 Km from ARP – with BM/Contour heights etc. scale of map is 1: 50,000 ) . 30 NM Chart ( other obstacle marking for digital NOC computer data . scale of map is 1: 2,50,000 ) . Obstacle Free Zone (OFZ) chart in case of precision approach cat- II & III ILS operations at an airport.

Color coding and symbols to be used as per Appendix 2 & 3 of ICAO Annex 4.

Page 68 of 80

Chapter 5 Survey Data Analysis 5.1 Coordinate Comparisons A direct comparison of resultant coordinates is to be included in this section and include analysis of the Geodetic control and Runway end points. ARP – Coordinate Comparison: Point Northing Easting Orthometric Ellipsoid Height Height

ARP – Surveyed Coordinate ARP- AAI AIP Coordinate Difference

End of Runway (EOR) …. – Coordinate Comparison: Point Northing Easting Orthometric Ellipsoid Height Height

EOR … – Surveyed Coordinate EOR….- AAI AIP Coordinate Difference

5.2 Analysis ( if applicable ) Chapter 6 Appendices 6.1 Information to be provided in the following format for publication in AIP. AIP data pertaining to ------airport based on the survey of ------is as follows: AD 2.2 AERODROME GEOGRAPHICAL AND ADMINISTRATIVE DATA 1. ARP coordinates and site at AD ----°---’---”N ---°---’ ---”E M.BRG. ---°---’/---M FROM PHYSICAL BEGINNING OF RWY. ---

Page 69 of 80

3. Aerodrome Elevation ---M

4. MAG VAR. ---° E/W AS PER EPOCH CHART 2010.(SOI) Annual change ---° E/W------DO------AD 2.8 APRONS, TAXIWAYS AND CHECK LOCATIONS DATA

3. ACL and elevation Location --- Elevation --- 4. VOR/INS checkpoints VOR --- INS --- AD 2.10 AERODORME OBSTACLES As per list attached. a)Obstacles have been calculated considered runway strip width ---M, divergence ---% & slope ---%. b)Obstacles have been considering in approach of Rwy --- & --- with approach funnel starting from physical beginning of Rwy.+ ---m. considering declared Rwy. length as ---M. AD 2.12 RUNWAY PHYSICAL CHARACTERSTICS

Designation TRUE & MAG Physical DISP.THR THR. elev. s BEARING Beginning of coordinates and highest RWY RWY.---/--- elev. of TDZ Coordinates of precision APP RWY 1 2 3 4 5 6

TB---°---’---”/---° ------M --- ’---” ---M

------M MB---°---’/---°---’ ---M

Slop SWY dimensions C Strip of (M) W dimension OFZ Remarks RWY Y s SWY (M) d i m e n s i o n s

( M

Page 70 of 80

)

AD 2.10 AERODORME OBSTACLES 1 2 3 4 5 6 RWY/Area affected Obstacle type Coordinates Elevation Marking/LGT Remarks WGS-84 (AMSL) in ft. APCH-08 GROUP OF 152140.25N 2254Ft. TKOF-26 TREES 0750404.61E

APCH-26 SECURITY HUT 152142.83N 2150Ft. TKOF-08 0750539.11E

ENCIRCLING AREA O.H.W.T. 152206.10N 2375Ft. AND AT AD 0750237.38E

6.2 Acronyms 6.3 Integrity and Accuracy Statement All work on this project was overseen by certified surveyors who has performed works as per AAI Aeronautical Survey Manual standards. The survey team utilized a variety of software validation tools and quality control techniques to ensure the data was processed, reduced, and collated into an accurate final data set. The survey team has documented and recorded all manual computations throughout the project. Survey notes and computations were completed while onsite, during data collection, and reviewed prior to leaving the site to ensure consistency and accuracy. Manual computations were checked to verify accuracy of calculations. All discrepancies identified during data processing and analysis were corrected and source of error identified and eliminated. The survey team has performed all necessary survey and mapping operations adhering to the industry standard methodologies to ensure AAI is receiving a sound and accurate product of the highest quality that exceeds the accuracy requirements for all features collected during this project.

Seal and signature of Survey Agency Date:

Page 71 of 80

APPENDIX – ‘C’

Page 72 of 80

AIXM 5.1 Format S.No Object AIXM 5.1 Code 1 Agricultural Equipment AG_EQUIP 2 Antenna ANTENNA 3 Arch. ARCH 4 Bridge. BRIDGE 5 Building. BUILDING 6 Cable car. CABLE_CAR 7 Catenary (wire). CATENARY AirMAT: The components of a compressed air 8 COMPRESSED_AIR_SYSTEM system. AirMAT: The components of an electronic 9 monitoring and control system (EMCS) CONTROL_MONITORING_SYSTEM including cables, devices, and so on. 10 Control tower. CONTROL_TOWER 11 Cooling tower. COOLING_TOWER 12 Crane. CRANE 13 Dam. DAM 14 Dome. DOME AirMAT: The components of an electrical exterior lighting system including cables, 15 switches, devices, transformers, and so on. ELECTRICAL_EXIT_LIGHT Does not include field, navaid, or approach lighting

AirMAT: The components of an electrical 16 distribution system including cables, switches, ELECTRICAL_SYSTEM devices, motors, transformers, and so on. 17 Elevator. ELEVATOR 18 Fence. FENCE

AirMAT: The components of 19 a fuel distribution system consisting of pipes, FUEL_SYSTEM fittings, fixtures, pumps, tanks, and so on Area of a fence which may be opened for 20 passage through the fence or closed to GATE prevent passage through the fence.

Page 73 of 80

AirMAT: The components of utility system 21 which are universal in use and purpose and GENERAL_UTILITY do not belong to a specific utility 22 Grain elevator GRAIN_ELEVATOR

23 AirMAT: The components of a heating and HEAT_COOL_SYSTEM cooling distribution system consisting of pipes, fittings, fixtures, and so on.

AirMAT: The components of an industrial 24 INDUSTRIAL_SYSTEM waste collection system including pipes, fittings, fixtures, tanks, lagoons, and so on. 25 Lighthouse LIGHTHOUSE 26 Monument MONUMENT AirMAT: The components of a natural gas 27 distribution system consisting of pipes, NATURAL_GAS_SYSTEM fittings, fixtures, and so on. 28 Natural high point NATURAL_HIGHPOINT 29 Navaid (navigation aid) NAVAID 30 Nuclear reactor NUCLEAR_REACTOR 31 Pole POLE 32 Power plant POWER_PLANT 33 Refinery REFINERY 34 Rig (oil rig). RIG AirMAT: The components of a salt water 35 SALTWATER_SYSTEM collection system. 36 Sign SIGN 37 Spire (steeple). SPIRE 38 Stack (smoke STACK 39 Stadium STADIUM AirMAT: The components of a storm drainage 40 collection system including pipes, fittings, STORM_SYSTEM fixtures, and so on). 41 Tank TANK 42 Tethered balloon TETHERED_BALLOON 43 Tower TOWER 44 Tramway TRAMWAY 45 Transmission Line TRANSMISSION_LINE 46 Tree TREE 47 Urban area URBAN 48 Vegetation VEGETATION 49 Wall WALL AirMAT: The components of a wastewater collection system including pipes, fittings, 50 WASTEWATER_SYSTEM fixtures, treatment plants, collection locations, and so forth.

Page 74 of 80

AirMAT: The components of a water system 51 including pipes, fittings, fixtures, treatment WATER_SYSTEM plants, and so on. 52 Water tower WATER_TOWER 53 Windmill WINDMILL 54 Windmill Farm WINDMILL_FARMS 55 Other OTHER

Page 75 of 80

SAMPLE EXCEL SHEET OF TOTAL SURVEYED OBJECTS OF BHOPAL AIRPORT (ICAO CODE:VABP)

Remarks: 1) In UID, VABP is ICAO code location indicator of Bhopal Airport. 2) Under subheading Object, obstacles are named as per AIXM 5.1 Format.

TOP BASE S. ELLIPSOIDA ORTHO UID OBJECT LATITUDE LONGITUDE ELEVATION ELEVATION REFERED MAP REMARKS No L HT. METRIC HT. (AMSL) (AMSL)

DEG. MIN SEC. DEG. MIN. SEC. DVOR MONITOR AIRPORT MAP 1 VABP_00001 ANTENNA 23 16 55.50 77 20 07.72 530.161 522.857 473.961 530.161 ANTENNA

2 VABP_00002 POLE 23 16 55.81 77 20 02.64 524.599 - 468.399 524.599 APP CHART LIGHT POST VERTICAL SIGNIFIANCE 3 VABP_00003 NAV-AID 23 16 57.82 77 20 09.29 528.986 522.705 472.786 528.986 CHART DVOR LOCALIZER AIRPORT MAP 4 VABP_00004 ANTENNA 23 16 59.36 77 20 20.78 527.628 522.714 471.428 527.628 ANTENNA

5 VABP_00005 POLE 23 16 59.97 77 20 40.22 527.021 - 470.821 527.021 AIRPORT MAP ELECTRIC POLE

6 VABP_00006 TREE 23 17 00.42 77 20 18.60 536.196 522.059 479.996 536.196 AIRPORT MAP GROUP OF TREES

7 VABP_00007 BUILDING 23 17 00.45 77 20 18.31 525.488 522.057 469.288 525.488 AIRPORT MAP GP HUT

NOTE: 1) UID refers to unique id allotted to any object/obstacle. Format for unique id should be like: Bhopal airport: VABP_0001 Goa airport : VOGO_0001 Here VOGO and VABP are ICAO location indicator of Goa and Bhopal airport respectively. 2) ‘Object’ refers to any obstacle/building/object and should be written as per AIXM 5.1 format. If there is any object which has not been given in AIXM 5.1 format, it should be written as OTHER with its details in ‘Remarks’ column

Page 76 of 80

Appendix–D.

Procedure to be followed during Survey for GNSS based procedure.

1. Three dimensional coordinates (Lat, Long & ellipsoidal hgt.) along with the orthometric height of LTP and FPAP need to be provided in WGS-84 system by actual survey.

2. GARP coordinates to be determined by geodetic calculation of the intersection between a geodetic line defined by (FPAP, LTP/FTP) and a distance of 305 m from the FPAP.

3. Forward and reverse bearing (true and magnetic) of the geodetic line between LTP and FPAP to be provided up to two places of decimal. This will define the actual runway orientation.

4. Definitions of LTP, FPAP, Threshold, displaced THR and other related terms are provided at para 14 of this letter.

5. Locations of LTP and methodology for determination of FPAP are provided at para 11 along with illustrations. It may be noted that in case of displaced threshold, the location of LTP would also shift accordingly. 6. Data quality requirement for accuracy, resolution and integrity are provided at para 9. Rounding methodology of data is provided at para 10. Contents and illustrations of data field are provided at para 12 & 13. 7. The orthometric height of the LTP or FPAP, as related to the geoid, and presented as an MSL elevation to be defined to a tenth of a metre resolution. 8. Quality requirements Data element Accuracy Resolution Integrity

FPAP (latitude and longitude) 0.3 m (1 ft) 0.0005″ (0.01″) 10-8

LTP/FTP (latitude and longitude) 0.3 m (1 ft) 0.0005″ (0.01″) 10-8

LTP/FTP (ellipsoidal height) 0.25 m 0.1 m 10-8

9. Rounding methodology Results are rounded after all calculations have been completed. The resolution of the FAS main data is 0.0005 arc seconds. The following rules will be applied: a) Calculation inputs and outputs shall be rounded to 0.0005 arc seconds; b) Calculations should be made in units of fractional arc seconds; and c) The rounding rules for arc seconds shall be as follows: i) If the number in the extra decimal place is 0, 1, or 2, the last character of the final value will be rounded down to 0; ii) If the number in the extra decimal place is 3, 4, 5, 6 or 7, the last character of the final value will be rounded to 5; and iii) If the number in the extra place is 8 or 9, the last character of the final value will be 0 and the preceding character is rounded up by 1. 10. Methodology for FPAP determination

Page 77 of 80

10.1 The proposed methodology is applicable to approaches aligned with the runway. 10.2 Two cases can be distinguished in the location of the FPAP: a) There is no existing ILS for the approach; and b) an ILS exists for the approach. 10.2.1 In case a), the FPAP is located at the stop end of the runway (opposite from the LTP/FTP), the GARP at a distance of 305 m from the FPAP along the geodetic line from LTP/FTP to FPAP, and the Δ Length Offset equals zero. The FPAP coordinates are directly derived from WGS-84 survey (end of the runway), and the GARP coordinates are determined by geodetic calculation of the intersection between a geodetic line defined by (FPAP, LTP/FTP) and a distance of 305 m from the FPAP. (Figure -1)

Figure -1 FPAP location (no existing ILS for the approach)

10.2.2 In case b), the GARP is assumed to be located at the localizer position, determined by WGS-84 surveys. As the FPAP shall not be placed before the stop end of the runway, it is first necessary to determine the distance between the localizer and the end of the runway by calculation of the geodetic distance from the localizer to the end of the runway.

10.2.2.1 If this distance is lower than 305 m, then the FPAP is set at the end of the runway (opposite LTP/FTP), the Δ length offset equals zero, and the GARP cannot coincide with the localizer. The GARP is calculated as the intersection between a geodetic line defined by (FPAP, LTP/FTP) and a distance of 305 m from the FPAP. (Figure - 2).

Figure - 2. FPAP location (ILS exists for the approach and LOC within 305 metres from runway

end Figure -3. FPAP location (ILS exists and LOC more than 305 m from the runway end) 10.2.2.2 If the distance is (strictly) more than 305 m, the GARP coincides with the localizer. The FPAP is determined by the calculation of the intersection between the geodetic line defined by the LTP/FTP and the GARP, and a distance of 305 m from the GARP. Then the Δ Length offset is calculated as the distance between the FPAP and the runway end. (Figure -3). 11. Content of data

Page 78 of 80

Data field Field size Data type LTP/FTP latitude 11 characters Alphanumeric LTP/FTP longitude 12 characters Alphanumeric LTP/FTP ellipsoidal height 6 characters Signed Integer FPAP latitude 11 characters Alphanumeric FPAP longitude 12 characters Alphanumeric

12. Explanation of data fields i) Landing threshold point (LTP)/Fictitious threshold point (FTP) — Latitude. Represents the latitude of the threshold defined in WGS-84 coordinates and entered to five ten thousandths of an arc second. An example depicting latitude follows: 225436.2125N (11 characters) for 22°54'36.2125" N ii) Landing threshold point (LTP)/Fictitious threshold point (FTP) — Longitude. Represents the longitude of the threshold defined in WGS-84 coordinates and entered to five ten thousandths of an arc second. An example depicting longitude follows: 1093247.8780E (12 characters) for 109°32'47.8780" E iii) LTP/FTP height relative to the ellipsoid (HAE). The height expressed in metres referenced to the WGS-84 ellipsoid. The first character is a + or – sign and the resolution value is in tenths of metres with the decimal point suppressed. Example: +00356 (+35.6 m), -00051(–5.1 m), +01566 (+156.6 m), –00022 (–2.2 m) iv) Flight path alignment point (FPAP) — Latitude. A point located on a geodesic line or an extension of a geodesic line calculated between the LTP and the designated centre of the opposite runway-landing threshold. The latitude of the runway FPAP is defined in WGS-84 coordinates and entered to five ten thousandths of an arc second. An example depicting latitude follows:

225436.2125N (11 characters) for 22°54'36.2125" N v) FPAP — Longitude. The longitude of the runway FPAP is defined in WGS-84 coordinates and entered to five ten thousandths of an arc second. An example depicting longitude follows:

1093247.8780E (12 characters) for 109°32'47.8780" E vi) Orthometric height. The height of the LTP/FTP as related to the geoid and presented as an MSL elevation to a tenth of a metre with the decimal point suppressed. The value is preceded by “+” or “–”.

Example: +00362 (36.2 m), –00214 (–21.4 m) 13. Definitions Cyclic redundancy check (CRC). A mathematical algorithm applied to the digital expression of data that provides a level of assurance against loss or alteration of data. Data quality. A degree or level of confidence that the data provided meet the requirements of the data user in terms of accuracy, resolution and integrity. Threshold (THR). The beginning of that portion of the runway usable for landing. Ellipsoid height (Geodetic height). The height related to the reference ellipsoid, measured along the ellipsoidal outer normal through the point in question. Displaced threshold. A threshold not located at the extremity of a runway. Geoid undulation. The distance of the geoid above (positive) or below (negative) the mathematical reference ellipsoid. Note. — In respect to the World Geodetic System — 1984 (WGS-84) defined ellipsoid, the difference between the WGS- 84 ellipsoidal height and orthometric height represents WGS-84 geoid undulation. Flight path alignment point (FPAP).

Page 79 of 80

The FPAP is a point in the same lateral plane as the LTP or FTP that is used to define the alignment of the final approach segment. For approaches aligned with the runway centre line, the FPAP is located at or beyond the opposite threshold of the runway. The delta length offset from the opposite threshold of the runway defines its location Landing threshold point (LTP). The LTP is a point over which the glide path passes at a relative height specified by the reference datum height. It is defined by the WGS-84 latitude, longitude and ellipsoid height. The LTP is normally located at the intersection of the runway centre line and threshold. Orthometric height: Height of a point related to the geoid, generally presented as an MSL elevation. GBAS azimuth reference point (GARP)The GARP is defined to be beyond the FPAP along the procedure centre line by a fixed offset of 305 m (1 000 ft). It is used to establish the lateral deviation display limits. 14. In order to maintain the quality control up to integrity level of 10–8 ,the data to be provided in electronic format with an associated CRC value of 32 bit algorithm along with the hard copy of the same

Page 80 of 80