Bangalore International Airport Limited RFP for Geotechnical Investigation for Landside Road Network Page 1 of 49 REQUEST FOR PROPOSAL (RFP) FOR GEOTECHNICAL INVESTIGATION FOR LANDSIDE ROAD NETWORK AT KEMPEGOWDA INTERNATIONAL AIRPORT, BENGALURU Bangalore International Airport Limited Administration Block Kempegowda International Airport Devanahalli, Bangalore – 560 300 December – 2016
49
Embed
REQUEST FOR PROPOSAL (RFP) FOR … · RFP for Geotechnical Investigation for Landside ... PROPOSAL (RFP) FOR GEOTECHNICAL INVESTIGATION FOR LANDSIDE ROAD NETWORK AT KEMPEGOWDA INTERNATIONAL
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 1 of 49
REQUEST FOR PROPOSAL (RFP)
FOR
GEOTECHNICAL INVESTIGATION FOR LANDSIDE ROAD NETWORK
AT KEMPEGOWDA INTERNATIONAL AIRPORT, BENGALURU
Bangalore International Airport Limited
Administration Block
Kempegowda International Airport
Devanahalli, Bangalore – 560 300
December – 2016
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 2 of 49
DISCLAIMER
1. This Request for Proposal (RFP) is issued by Bangalore International Airport Limited (“BIAL”).
2. The information contained in this RFP document or subsequently provided to the interested applicants (“Bidders”), whether verbally or in documentary or any other form by or on behalf of BIAL or any of their employees or advisers, is provided to the Bidders on the terms and conditions set out in this RFP and such other terms and conditions subject to which such information is provided.
3. This RFP is neither an agreement nor an offer by BIAL to the prospective Bidders or any other person. The purpose of this RFP is to provide interested parties with information that may be useful to them in the formulation of their proposals pursuant to this RFP. This RFP includes statements, which reflect various assumptions and assessments arrived at by BIAL in relation to the scope of supply. Such assumptions, assessments and statements do not purport to contain all the information that each Bidder may require. This RFP may not be appropriate for all persons, and it is not possible for BIAL, its employees or advisers to consider the objectives, technical expertise and particular needs of each party who read or use this RFP. The assumptions, assessments, statements and information contained in this RFP may not be complete, accurate, adequate or correct. Each Bidder should, therefore, conduct its own investigations and analysis and should check the accuracy, adequacy, correctness, reliability and completeness of the assumptions, assessments and information contained in this RFP and obtain independent advice from appropriate sources.
4. Information provided in this RFP to the Bidders is on a wide range of matters, some of which depends upon interpretation of law. The information given is not an exhaustive account of statutory requirements and should not be regarded as a complete or authoritative statement of law. BIAL accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on the law expressed herein.
5. BIAL, its employees and advisers make no representation or warranty and shall have no liability to any person including any Bidder under any law, statute, rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurred or suffered on account of anything contained in this RFP or otherwise, including the accuracy, adequacy, correctness, reliability or completeness of the RFP and any assessment, assumption, statement or information contained therein or deemed to form part of this RFP or arising in any way in this selection process.
6. This RFP, along with its Annexures, is not transferable. The RFP and the information contained herein are to be used only by the person to whom it is issued. It may not be copied or distributed by the recipient to third parties (other than in confidence to the recipient’s professional advisors). In the event that the recipient does not continue with its involvement in the project in accordance with this RFP, this RFP must be kept confidential.
7. BIAL also accepts no liability of any nature whether resulting from negligence or otherwise however caused arising from reliance of any Bidder upon the statements contained in this RFP.
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 3 of 49
8. BIAL may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information, assessment or assumption contained in this RFP.
9. The issue of this RFP does not imply that BIAL is bound to select a Bidder or to appoint the selected Bidder, as the case may be, for the consultancy and BIAL reserves the right to reject all or any of the proposals without assigning any reasons whatsoever. This RFP may be withdrawn or cancelled by BIAL at any time without assigning any reasons thereof.
10. The Bidder shall bear all its costs associated with or relating to the preparation and submission of its proposal including but not limited to preparation, copying, postage, delivery fees, expenses associated with any demonstrations or presentations which may be required by BIAL or any other costs incurred in connection with or relating to its proposal. All such costs and expenses will remain with the Bidder and BIAL shall not be liable in any manner whatsoever for the same or for any other costs or other expenses incurred by an Bidder in preparation for submission of the proposal, regardless of the conduct or outcome of the selection process.
11. The words and expressions beginning with capital letters and not defined herein, but defined in the RFP or the other Volumes of the RFP, shall, unless repugnant to the context, have the meaning ascribed thereto therein.
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 4 of 49
PREAMBLE
1. Introduction
Bangalore International Airport Limited (“BIAL”) is the owner and operator of the Kempegowda International Airport (the “Airport”) in Bangalore. BIAL has entered into a Concession Agreement with the Government of India, whereby the Government of India has granted the exclusive right and privilege to BIAL to carry out the development, design, financing, construction, operation and management of the Airport.In this respect BIAL proposes to engage a consultant to undertake the Services as specified in this RFP and invites Proposals from the Bidders for the same. The Proposals submitted by the Bidders shall comply with all the requirements stated in this RFP. Based on final evaluation, the successful Bidder will be selected and notified (hereinafter referred to as the “Consultant”). The notification of award by BIAL shall be followed by execution of the Consultancy Services Agreement (hereinafter referred to as the “Agreement”) by BIAL and acceptance by the Consultant, recording the terms and conditions for carrying out the Services. BIAL also reserves the right to modify, delete or add to the Scope of Services at any point in time, during the Bidding Process and thereafter during performance as per the terms of the RFP and/or Agreement.
2. Bidder’s Eligibility Criteria:
2.1. Participation
2.1.1. The Bidder shall be a valid legal entity as per Indian laws.
2.1.2. The RFP shall be duly signed by the authorized signatory of the Bidder and shall be legally binding on the Bidder.
3. Proposal for the Services
3.1. The Bidders shall prepare and submit Proposals to BIAL in sealed envelopes super-scribed with the details of the Proposal to the address mentioned in the RFP based on the Scope of Services outlined in Annexure-A of this RFP.
3.2. The Proposal shall comprise of the following:
3.2.1. Part - 1
A letter on the letter head of the Bidder, signed by the Authorised Signatory, as per Annexure-C: Covering Letter,
a) intent to participate in the Bidding Process
b) Unconditional acceptance of the terms and conditions of the Bidding Process, RFP, Agreement,
c) Undertaking that all information provided is true and correct
3.2.2. Part - 2
Completed form, and its required attachments, as provided in Annexure-B: RFP Questionnaire.
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 5 of 49
3.2.3. Part - 3
A Power of Attorney duly notarized and a certified true copy of a Board
Resolution in favor of signatory of the Proposal, authorizing the signatory of
the Proposal, to submit the Proposal on behalf of the Bidder (“Authorised
Signatory”) and to execute the necessary documents and perform the
obligations as per terms and conditions of the Agreement (if awarded).
3.2.4. Part - 4
Completed form, and its required attachments, as provided in Form II: Financial Information certified by the Applicant’s statutory auditor.
3.2.5.1. The Bidder shall provide details of its proposed Organization Structure and, at its option, a description (maximum 5 (five) pages), which should demonstrate the following:
3.2.5.1.1. Suitability to cover the overall Scope of the Services;
3.2.5.1.2. Identification of the proposed Professionals, reporting relationships, authority matrix and internal interfaces;
3.2.5.1.3. Collaboration with BIAL, Consultant’s availability, involvement and commitment of proposed team to perform the Services for the Project during its different stages if any.
3.2.5.2. The Bidder shall provide Curriculum Vitae (CV), of the proposed project lead (maximum 4 (four) pages) who will lead and direct the team and other Professionals (maximum 2 (two) pages per Professional) it intends to engage as part of its team for the performance of Services. The Bidder shall be obliged to perform the Services, using the proposed project technical lead and other Professionals as submitted in the Proposal, if selected as the Consultant by BIAL.
In case the Bidder provides the credentials or resources of its holding company for the purposes of this criteria in its Proposal, then it shall be mandatory for the Bidder to utilize such credentials or resources as mentioned in the Proposal, for the performance of the Services, if selected as the Consultant. BIAL’s evaluation of the Bidder’s Proposed Organization Structure & Key Personnel Deployment will form one of the criteria for evaluation.
3.2.6. Part - 6
Approach, Methodology and Work Plan (maximum 30 pages)
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 6 of 49
The Bidder shall include a detailed narrative on the approach, plans (to match the Scope of Services, including milestones & timelines) to demonstrate its:
3.2.6.1. Understanding of Scope of Services and the Project;
3.2.6.2. Stage wise work methodology, tasks, timelines, technical skills, method and technology / systems that will be used to develop and document each of the major areas of the Scope of Services;
3.2.6.3. Stage wise Deliverables;
3.2.6.4. Resource and manpower mobilization plan;
3.2.6.5. Proposed roles and responsibilities for Professionals;
3.2.6.6. Quality Management Plan - Bidder’s plans to execute, monitor and report the work; quality control and quality assurance procedures as they would apply to this Project:
3.2.6.7. Interface management plan - the ability to work with multiple stakeholders, manage the interface and co-ordination with BIAL and its other service providers.
3.2.7. Part - 7
A copy of the RFP, all its Volumes, its Annexures, including any addendums or corrigendum issued, initialed and sealed on every page by the Authorised Signatory to indicate acceptance and acknowledgement of the RFP.
3.2.8. Part 8:
Documentary evidence of the following:
3.2.8.1. General Information of Company as per attached
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 7 of 49
3.2.8.2. Form I
3.2.8.3. General Information
3.2.8.4. The RFP has to clearly outline the legal structure of the Applicant.
3.2.8.5. Litigation history, including current material litigation detailed as per attached
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 8 of 49
3.2.8.6. Form III
3.2.8.7. Litigation History.
3.2.8.8. Detailed Applicant profile
3.2.8.9. Any additional information
3.2.9. The Bidder shall provide earnest money (Tender bond): The Bidder shall furnish tender bond of …………………….. in the form of Demand Draft in favor of “BANGALORE INTERNATIONAL AIRPORT LIMITED” from any nationalized bank as a part of his Bid. Proposals without tender bond shall be rejected by BIAL as being non-responsive. No interest shall be paid by BIAL on the amount of earnest money deposit. In the event the process of evaluation is delayed due to any reason, BIAL shall have the right to encase the Demand draft. The earnest money may be forfeited: a) If a Bidder withdraws his tender during the specified period of validity of offer. b) If the successful Bidder fails to sign the Agreement within stipulated period.
3.2.10. The Financial Proposal shall comprise of the following:
The commercials in the Proposal (Closed envelope, super scribing “Proposal”) shall comprise of the details of the Professional Fee (as defined in the Agreement), for each stage of Service, on the letterhead of the Bidder, signed and sealed by its Authorised Signatory, as per Annexure–D: Format for commercials in Proposal. The Bidder shall be deemed to have satisfied itself regarding the correctness and sufficiency of the Professional Fee which shall, cover all its obligations under and in relation to the Agreement and all matters and things necessary for the proper performance of the Services, whether the same is expressly provided for in the Agreement or is to be reasonably inferred there from or is necessarily incidental thereto.
The Bidders in their Proposal shall indicate separately sales tax (VAT), local tax, other taxes, levies, transaction charges, etc. wherever applicable.
3.2.11. Fees quoted shall be inclusive of all expenses & charges and shall cover all obligations under and in relation to the Agreement and all matters and things necessary for the proper completion of the Services as mentioned herein. Fees shall also include all taxes, tariffs, cess, VAT, all other statutory taxes and levies, if applicable, penalties, costs, bank charges and any other costs for performance of Services or other charges relating to or arising out of the Agreement.
3.2 BIAL shall retain the right to close the assignment at the end of any stage, as per the needs of the overall development Program. In such an event the above breakup of fees shall form the basis for finalization of payment, after successful completion of the work for respective stage and payment shall be made only for the respective stage. BIAL reserves the right to issue or not to issue purchase order for any stage. The Consultant shall in no event make BIAL liable (financial or otherwise) for non-issuance of purchase order for any stage of Service(s) for any reason whatsoever.
3.3 The language for all written communication shall be English and unless mentioned
otherwise the currency shall be Indian Rupee.
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 9 of 49
3.4 The proposal should be signed on each page by the Bidder or his duly authorized
representative. The proposal should be accompanied by a certified true copy of a
duly notarised Power of Attorney or board resolution in favour of signatory to the
documents.
3.5 Any discrepancies, omissions, ambiguities or conflicts in or among contract
documents or any doubt as to their meaning should be called to the attention in
writing of the contact person as mentioned in the RFP within five (5) days of issue
of the RFP. BIAL will not make or be responsible for any oral communications.
3.6 Cost of tendering
The Bidder shall bear all costs associated with the preparation and submission of its Proposal and BIAL shall, in no case, be responsible or liable for such costs, regardless of the outcome of the tender process. It is obligatory on the part of the Bidder to tender for all the component parts and submit all information required as per document.
3.7 Site inspection and conditions: The Bidder is advised to visit and inspect the site, if required, and obtain for itself on its own responsibility and cost, all information regarding all existing and expected conditions and matters that may be necessary for preparing the Proposal and entering into a contract for performance of the scope of services. BIAL shall use every effort to procure that the Bidder and any of its personnel or agents with prior intimation, are granted permission to enter the Site for the purpose of such inspection, but only upon the express condition that the Bidder, its personnel and agents, will exercise due care and will be responsible for personal injury or death, loss of or damage to property and any other loss, damage, costs and expenses incurred as a result of such inspection. Keep indemnified BIAL, from and against and in respect of damages, liabilities, losses, costs, charges, fees and expenses, including without limitation reasonable legal fees and expenses, (i) brought against BIAL’s Representatives by any third party as a result of site investigation/ inspection by Bidder and or its Personnel(s); (ii) any damages losses arising out of theft of tangible/ intangible property (iii) any claim arising from the death, personal injury or for loss or damage to tangible property of BIAL arising out of any omission or commission of Bidder or its personnel(s).
3.8 It is obligatory on the part of the Bidder to tender for all the component parts and
submit all information required as per document.
4. Validity
4.1 The proposal shall be valid for at least ninety (90) days from the deadline for
receipt of proposals.
4.2 In exceptional circumstances, prior to expiry of the bid validity period, BIAL may
request the bidder for a specified extension in the period of validity. The request
and the response thereto shall be made in writing. A bidder agreeing to the request
shall not be permitted to modify his bid, but shall be required to extend the
validity of his bid. All the terms of the bidding shall continue to be applicable
during the extended period of validity.
5. Format and Signing of Proposal
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 10 of 49
5.1 The Bidder shall provide all the information as per this RFP. BIAL reserves the right
to evaluate only those proposals that are received in the required format complete
in all respects and in line with the instructions contained in this RFP.
5.2 The Bidder shall prepare and submit one original Proposal along with an additional
copy.
5.3 The Proposal shall be signed and each page of the Proposal shall be initialled by a
person or persons duly authorized to sign on behalf of the Bidder and holding the
duly notarised Power of Attorney.
5.4 RFP submissions must be received no later than 17:00hrs on 27th December’ 2016
(Proposal Due Date) in the manner specified in the RFP document at the address
given below.
5.5 The Proposal shall not contain alterations or additions, except those to comply
with instructions issued by BIAL or as necessary to correct errors made by the
Bidder, in which case such corrections shall be initialled by the person or persons
signing the Proposal.
5.6 The sealed Tender Submission shall contain the following as mentioned below:
i) Technical Proposal - Original (1 Set)-a Separate envelope Including Soft copy of Technical documents – 1 set in CD
ii) Financial/Commercial – Original (1 Set ) – a Separate envelope
5.7 The envelope and proposal should clearly mention the following details:
Geotechnical Investigation for Landside Road Network
for Bangalore International Airport Limited
To
Mr Suresh K N VP – Contracts & Procurement BIAL Project Office. Bangalore International Airport Limited. Devanahalli, Bangalore - 560300, India.
Proposal Due Date and Time: 17:00 Hrs. on 27th December, 2016.
BIAL may, in exceptional circumstances and at its sole discretion, extend the proposal due date by issuing an addendum uniformly for all Bidders.
6. Questions during the Bid phase:
All enquiries or comments regarding this bid, and any other related matters must be made in writing by e-mail to Mr. Ramamohana Rao Uppada - [email protected]. The last date of submission of queries shall be 23rd December, 2016.
RFP for Geotechnical Investigation for Landside Road Network Page 11 of 49
BIAL may, to the extent necessary and as it deems fit, respond in writing to any questions and concerns of the bidders regarding any element of the issued bid documents.
7. Addendums/Corrigendum
7.1 BIAL shall at its discretion choose to issue a clarification or modify the RFP vide an Addendum or Corrigendum. The Bidders shall disregard any oral instructions issued by any person, unless issued in writing by BIAL’s representative.
7.2 Any Addendum or Corrigendum issued, shall form a part of the RFP pursuant to this
Clause, and shall be communicated by email to all the Bidders.
7.3 In case of issuance of Addendum or Corrigendum, the Bidders who have already submitted their Proposals, need not resubmit their Proposal, but can submit the modification to the Proposal, if desired. If the Bidder, chooses not to modify their Proposal, pursuant to the Addendum or Corrigendum, it shall provide an undertaking to this effect to BIAL. Bidders who do not submit any modification or the required undertaking shall be disqualified.
8. Responsibility of the Bidder:
It is the sole responsibility of the bidder to:
i. Examine and understand the bid documents, including all the annexures/appendices, Addendums if any, Agreement and to verify their completeness. In the event that there are any pages or documents obviously missing or erroneously inserted in the documents supplied, the Bidder shall promptly apply to BIAL in writing to have any such discrepancy rectified well before the bid closing date;
ii) Familiarize itself with the premises at which the services will be conducted and any relevant fixtures, fittings and equipment there to be utilised or that may otherwise be relevant, make all relevant investigations in relation to the performance of its obligations pursuant to the Bid;
iii) The Bidders should inform BIAL of any concerns implied or related to but not specifically mentioned in the Bid or other documentation.
iv) BIAL reserves its right to accept or reject any or all the Bids/Proposals received without any reason or can change the process of the selection at any time during or after the bidding process.
v) Obtain and maintain permits for complying with all the laws, orders, regulations or other instructions issued by all statutory authorities in India for the purposes of the bidding process.
vi) Comply with all the terms set out in the RFP and its appendices when submitting its Proposal.
9. Confidentiality:
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 12 of 49
The Bidder should ensure the confidentiality of all documents supplied/ provided by BIAL, including this RFP. The Bidder shall use the documents for bidding process only.
10. Assignment:
Any assignment of this RFP/Agreement or of any rights hereunder, in any manner, by operation of law or otherwise, without the prior written consent of BIAL, shall be void. Any such consent shall not relieve the Bidder from its obligations under the RFP/Agreement.
11. Law and Jurisdiction:
The present Bid shall be considered, governed by and interpreted in accordance with the laws of Republic of India. The jurisdiction for the purposes of the bid shall be the Courts of Bangalore only.
12. Bankruptcy:
BIAL may, at any time, by notice in writing summarily terminate the Agreement without compensation if the Bidder is declared bankrupt/insolvent and/or faces any action of bankruptcy, etc. In such an event, the Bidder will be bound to refund all amounts received from BIAL.
13. Government Regulations:
The Bidder shall be responsible for obtaining and maintaining permits and also for complying with all the laws, orders, regulations, any statutory compliances or other instructions issued by all statutory authorities in India.
14. Other General Terms and Conditions
(a) Person signing the Agreement on behalf of the selected Bidder shall be duly authorised and a valid duly notarised power of attorney and board resolution is required.
(b) Time is the Essence of the Contract: There shall be a strict adherence to timelines set by BIAL.
15. Award process:
15.1. General:
BIAL is conducting the award process in a fair and non-discriminatory manner. Canvassing in any form, unsolicited letters and post bid correction will invoke summary rejection of the Bid. BIAL reserves the right to reject conditional Bids.
BIAL however reserves the right to unilaterally and at its sole discretion to change the award process, certain elements of the bid documents or to annul the entire bidding process at any time, without assigning any reason and without incurring any liability towards the affected Bidder. BIAL also reserves the right to change some elements of the planned set up for the work at the Airport, if governmental regulations change in a manner such that the objectives of BIAL cannot be met through the planned set up.
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 13 of 49
The Bidder shall comply with all the terms and conditions set out in bid document and its appendices while submitting its Proposal.
BIAL reserves its right to accept or reject any or all the Proposals received without any reason or can change the process of the selection at any time during or after the RFP process. BIAL shall not be responsible to any Bidder/ persons on any account if it exercises such rights.
15.2. Distribution of RFP/Bid Documents:
The RFP document shall be treated as confidential and the information given in the RFP is for the purpose of submitting a proposal only and shall not be used or distributed to any third-party at any time for any other purpose.
15.3. Selection Criteria:
15.3.1. The Proposals of only those Bidders that are determined to be satisfactory, will be evaluated. Kindly refer to the Bidder’s Eligibility Criteria and Submittals is mentioned in the Annexure A - 1.
15.3.2. BIAL reserves the right to negotiate with all or any of the Bidders whose Proposals are being evaluated, to determine the successful Bidder.
16. Verification:
BIAL reserves the right to verify all statements, information and documents submitted by the Bidder in response to the RFQ, the RFP or the Bidding Documents and the Bidder shall, when so required by BIAL, make available all such information, evidence and documents as may be necessary for such verification. Any such verification, or lack of such verification, by BIAL shall not relieve the Bidder of its obligations or liabilities hereunder nor will it affect any rights of BIAL thereunder.
17. Misrepresentation/Fraud/Breach of Terms and Conditions:
If the Bidder wishes to withdraw its Proposal (on its own account) after the Proposal Submission Date or it is discovered at any point of time that the Bidder has suppressed any fact or given a false statement or has misrepresented or committed act of fraudulent nature or has violated any of the terms of this RFP, the Proposal may be disqualified and Tender Bond forfeit. In such an event, the Bidder will not be entitled to any compensation whatsoever, or refund of any other amount, if any, paid by him. Further, the Bidder will be debarred for a period of three (3) years from participating in BIAL’s works.
LIST OF ANNEXURES TO RFP
1. Annexure A : Scope of Specifications and Deliverables
2. Annexure A -1 : Bidder’s Eligibility Criteria and Submittals
3. Annexure B : RFP Questionnaire
4. Annexure C : Covering Letter
5. Annexure D : Format for commercials in Proposal
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 14 of 49
6. Annexure E : Template Agreement
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 15 of 49
Contents of this form should be certified by the Statutory Auditor of the Applicant.
The conversion rate of all currencies shall be the daily representative exchange rates published by the International Monetary Fund for the relevant date (proof of such exchange rate shall be provided by the Applicant)
In case of foreign currency, the same shall first be converted to US Dollars and the amount so derived in US Dollars shall be converted into Indian Rupees. The conversion rate shall be that specified on the last day of the respective Financial Year.
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 17 of 49
Form III
Litigation History
Year
Award / order / judgment / decree etc.
FOR or AGAINST Applicant including present litigation.
Name of client, cause of litigation, and matter in dispute
Disputed amount (current
value)
Note:
Applicants should provide information on any history of litigation or arbitration resulting from contracts executed in the last five years or currently under execution.
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 18 of 49
ANNEXURE – A
SCOPE OF SPECIFICATIONS AND DELIVERABLES
1 Background
Bengaluru International Airport Limited (BIAL, henceforth referred to as Client) intends to increase airport handling capacity to 65 Million Passengers per Annum (MPPA) from existing 20 MPPA as part of master plan. The proposed enhancement will include development of new Terminal building (T2) with an estimated capacity of 45 MPPA in addition to the existing Terminal (T1) capacity of around 20 MPPA. The new terminal T2 is planned to be developed in phases. Phase I of the new terminal T2 will be planned for 20 MPPA which will be expanded later to an additional 45 MPPA as per BIAL master plan.
In line with the expansion proposal, the associated infrastructure facilities need to
be upgraded and / or newly planned. The existing infrastructure facilities like
existing road networks, parking lots and entry / exit road from National Highway
No 7 leading to Airport is required to be augmented to the increased traffic. BIAL
has identified several infrastructure up gradation as part of the master plan. They
include widening of existing road networks, formation of new road networks on
southern side of existing Main Access Road (MAR), development of grade separator
along MAR to facilitate unhindered traffic movement to / from NH towards
Terminal (T1 and T2), augmenting existing Trumpet interchange, development of
additional parking lots, bus plazas with associated utilities within the ROW.
1.1 Objective
This specification covers details of soil investigation work to be carried out in the
site for foundation design.
Geotechnical investigations are required to evolve the various soil/rock parameters
at the proposed project location in order to carry out the engineering analysis.
Broad objectives of the investigations are as follows.
1.1.1 To determine the nature and physical characteristics of the soil and soil
profile at various depths with a view to arrive at safe vertical and lateral
load bearing capacity of different diameter of piles.
1.1.2 To assess the engineering parameters.
1.1.3 To evaluate geo-technical parameters of soil/rock at the proposed
boreholes
1.1.4 To evaluate the aggressiveness of soil due to chemical content in the
deposits.
2 Scope of Work
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 19 of 49
In order to collect data and achieve the project objectives, studies and site
Investigations shall be conducted. Main purpose of these studies is to obtain the
relevant geotechnical design data including sub-surface profile, classification,
behavior and engineering properties of soil / rock, analysis of field and laboratory
test results and to provide the precise and feasible recommendations of
foundations for various structures.
This document covers the work required for geotechnical investigation and
preparation of report. The work includes mobilization of necessary equipment,
providing necessary engineering supervisors and technical personnel, skilled and
unskilled labor and such other services as required, to carry out field investigations
and tests, laboratory tests and analysis and interpretation of data and results.
2.1 Authority
Authority of directing, altering, modifying and approving the work shall be vested
on "ENGINEER (BIAL)" who shall be the authorized representative of the client.
2.2 Supervision
The work shall be carried out under the direction and supervision of Engineer.
2.3 Consultant
The organization which will be engaged to carry out drilling, field and laboratory
testing and submission of report shall be referred, here after, as "CONSULTANT".
2.4 Time of Completion
The time of completion of the work, including mobilization, field and laboratory
activities and submission of final report, shall be 8 weeks from the date of issue of
work order.
2.5 Setting out of the works
The Consultant shall be responsible for the setting out of the position of each bore
hole. The site shall be located as the locations given in the drawings. However, it
shall be noted that the borehole locations may undergo relocations based on the
actual ground locations. The consultant shall identify the borehole location w.r.t
GPS coordinate system / same system as that of topography survey of BIAL.
2.6 Access to the Site
The prior approval for working at the site and using the access routes thereto shall
be obtained by the Consultant from the Engineer in charge before commencing the
work.
2.7 Consultant's Working Area
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 20 of 49
The Consultant shall make his own arrangements at his own cost for providing his
site office, space for the accommodation of his men and supervisors and other
facilities.
The Consultant shall not use any portion of the site for any purpose not connected
with the works unless prior written permission has been obtained from the
Engineer.
The Consultant shall exercise every care in gaining access to the various working
areas and in setting up and operating his plant so as to avoid damage to property.
The Consultant shall keep all plant, equipment, materials and the areas of the site
in reasonably good order and tidy to the satisfaction of the Engineer throughout
the course of the works. Upon the completion of his operations in any working
area, the Consultant shall fill in, plug and consolidate the boreholes, remove all
arising and make good any damage caused by his operations at his own expense and
to the satisfaction of the Engineer.
2.8 Transport to the Site
The Consultant shall be responsible for the provision of all necessary transport,
whether for personnel, plant, stores, equipment or samples.
2.9 Personnel and Supervision
The Consultant is to supply suitable personnel to conduct the subsoil investigation
and such personnel are to be skilled in the work required by the Contract. The
work is to be done under the proper supervision of fully qualified personnel in their
respective duties with regard to making borings, taking samples, identifying soils,
carrying out in-situ tests and in carrying out tests in the laboratory.
In addition, the Consultant shall maintain at site a representative who will be in
overall charge of the works and who shall be thoroughly versed in all aspects of
boring, sampling and the field testing work specified herein.
2.10 Location and Levels
Location of all bore holes and levels of the existing ground at such locations shall
be established by the Consultant at his own cost from the available topography
data given by the Engineer and these shall be subsequently plotted in the layout
plan, bore logs and other relevant field test data sheets/tables to be incorporated
in the report by the Consultant. The bore log shall be prepared w.r.t the actual GL
at site.
2.11 Supply of Water and Electricity
The Consultant shall make his own arrangements for the supply of water and
electric power at his own cost.
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 21 of 49
2.12 Number of Bore holes
Number of bore holes shall be as per attached sketch as minimum and as per the
instructions from Engineer In charge.
2.13 Termination of Contract
In case at any stage it is found that the progress and quality of work is not
satisfactory, the work (in part or full whatever it may be) shall then be withdrawn
from the Consultant and the same shall be carried out by others at the risk and
cost of the Consultant.
2.14 Confidential
All data, information, documents, reports, specifications and similar materials,
etc., made under this contract shall be considered as privileged information and
upon completion of the work become the property of the client.
The Consultant may retain copies of said data or documents for his records,
provided that such materials shall not be used by the Consultant for any other
purpose.
3 Codes and Standards
The investigation shall be carried out as per relevant Indian Standards and codes of Indian Road Congress. The following codes shall be followed for the project –
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 22 of 49
IS 460 - 1985 : Specification of test Sieves (All Parts)
IS 1080 - 1985 : Code of practice for Design and Construction of
Shallow Foundations in Soils (Other than Raft, Ring
and Shell)
IS 1498 – 1970 : Indian Standard for Classification and Identification
of Soils for General Engineering Purposes
IS 1607 – 1977 : Methods for test sieving
IS 1888 – 1982 : Method of load test on soils
IS 1892 – 1979 : Indian Standard Code of Practice for Subsurface
Investigation for Foundations
IS 1904 – 1986 : Indian Standard Code of Practice for Design and
Construction of Foundations in Soils : General
Requirements
IS 2131 – 1981 : Indian Standard Code for Method for Standard
Penetration Test for Soils
IS 2132 – 1986 : Indian Standard Code of Practice for Thin-Walled
Tube Sampling of Soils
IS 2720 : Methods for Tests on Soils (All Parts)
IS 2809 – 1972 : Glossary of terms and symbols relating to soil
IS 2810 – 1979 : Glossary of terms relating to soil dynamics
IS 2911 – 2010 : Code of Practice for design and construction of Pile
Foundations (All Parts)
IS 2950 – 1981 :
Code of practice for design and construction of raft
foundations
IS 4078 – 1980 : Code of practice for indexing & storage of drill cores
IS 4434 – 1978 : Code of practice for in-situ vane shear test for soils
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 23 of 49
IS 4968 – 1976 : Method of subsurface sounding for soils (All Parts i.e.
from 1 to 3)
IS 5249 – 1969 : Method of test for determination of in-situ dynamic
properties of soils
IS 5421 - 2013 : Glossary of terms relating to test sieves and tests
sieving
IS 6403 – 1981 : Code of Practice for determination of bearing
capacity of shallow foundations
IS 8009 – 1976 : Code of practice for calculation of settlement of
foundations (All Parts) i.e, for Shallow & Deep
subjected to symmetrical static vertical loading
IS 9143 – 1979 : Methods for the determination of Unconfined
Compressive Strength of Rock material
IS 9179 – 1979 : Method for preparation of rock specimen for
laboratory testing
IS 9221 – 1979 : Methods for the determination of Modulus of
elasticity and Poisson’s ratio of rock material in uni-
axial compression
IS 9640 – 1980 : Split Spoon Sampler
IS 10074 – 1982 : Specification for compaction mould assembly for
light & heavy compaction test of soils
IS 10077 – 1982 : Specification for equipment for determination of
shrinkage factors
IS 10379 – 1982 : ode of practice for field control of moisture and
compaction of soils for embankment and subgrade
IS 10782 – 1983 : Method for laboratory determination of dynamic
modulus of rock core specimens
IS 10837 – 1984 : Specification for moulds and accessories for
determination of density index of cohesion-less soils
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 24 of 49
IS 11196 – 1985 : Specification for equipment for determination of
liquid limit of soils- cone penetration method
IS 11196 – 1985 : Specification for equipment for determination of
liquid limit of soils- cone penetration method
IS 11209 – 1985 : Specification for Shear box for testing of soils
IS 11315 – 1987 : Method for the qualitative description of
discontinuities in rock mass
IS 11594 – 1985 : Mild Steel thin walled sampling tubes and sampler
heads
IS 13030 – 1991 : Method of test for laboratory determination of
water-content, porosity, density and related
properties of rock material
IS 13063 – 1991
IS 13365
: Code of practice for structural safety of buildings on
shallow foundations on rocks
Quantitative classification system of rock mass-
guidelines (All Parts)
IS 14593 – 1998 : Design & Construction of bored cast-in-situ piles
founded on rocks
MORTH : Specifications for Road & Bridge Works issued by
Ministry of Road Transport & Highways (5th Revision)
IRC 5 – 1998 : Standard Specifications and code of Practice for
Road Bridges
IRC 75 – 2015 : Guidelines for design of high embankment
IRC 78 – 2014 : Standard Specification and Code of Practice for Road
Bridges
4 Geotechnical Investigation and Report
All field works shall be supervised and executed by suitably well trained Geotechnical foremen and Supervisors.
The laboratory work shall be under the direct control of qualified and experienced
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 25 of 49
geotechnical engineer. All Laboratory technicians shall be highly experienced and trained in the type of tests they are carrying out. Prior approval need to be taken for the personnel to be deployed in the work
The report shall be prepared by a suitably qualified and experienced geotechnical expert / consultant and to be submitted duly signed. The agency shall be fully responsible for correctness of the data provided in the report and documents.
5 Field Works
5.1 Trench Pits
Trench pits investigations shall be carried out by excavating trenches on proposed road network up to depth of 1m from natural ground level. Soil samples shall be collected at or below this depth and laboratory tests such as Gradation (wet sieve), dry density, optimum moisture content, Atterberg limits, Swell / shrinkage tests, CBR tests shall be conducted. No of tests shall be 250m staggered along the length of road or less as specified by Engineer.
5.2 Boreholes
5.2.1 Sequence of Operation for Field Investigation
The sequence of operation for the field investigation shall be as under:
The location of borehole shall be identified on ground with respect to existing structure, chain-age or coordinates.
i) Location of underground utilities shall also be identified based on the data of such utilities that is available in the contract document.
ii) If the location of the boreholes is fouling with the underground utilities, the borehole shall be shifted to nearest possible location. Any such change in location shall be noted and intimated to the design office for information, especially if the location is beyond 0.5 m of specified location.
iii) Drilling, sampling and field testing shall be carried out as per the guidelines given in following paras.
iv) The findings of investigation, including field tests, sampling, visual description of strata encountered etc., shall be recorded in field borehole log.
v) The SPT samples packed in polythene bags and rock cores, duly labelled shall be preserved in wooden core boxes.
vi) The UDS samples shall be sealed, labelled and preserved as per guidelines given in following paras.
vii) Boreholes shall be terminated as per following para of this plan. Concurrence of geotechnical engineer shall be sought before terminating the borehole not satisfying the requirements of termination as outlined in technical specification.
viii) Photographic evidence of machine positioned at particular location shall be
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 26 of 49
collected.
ix) Ground water table shall be recorded in each borehole after 24 hrs after completion of borehole.
x) On termination of borehole, the scanned copy of the field borehole log shall be submitted to the design team.
xi) On weekly basis the samples shall be selected for testing at the laboratory and the information about the selection of samples for testing shall be submitted to the design team.
xii) Selected samples shall be carefully packed and shipped to laboratory for testing.
xiii) On completion of borehole and recoding of observation of the ground water table, the borehole shall be backfilled.
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 27 of 49
5.2.2 Boring in Soil
Boreholes of 150-mm diameter shall be drilled in soil. Boring shall be done by
rotary Drilling Method. Boreholes shall be supported using temporary casing
wherever required. All boreholes shall be sunk to the depths as specified in the
document.
5.2.3 Standard Penetration Test
In-situ field-test such as Standard Penetration Tests shall begin at a depth of
borehole 1.5 m. Thereafter, SPT shall generally be conducted in boreholes at
interval of 1.5 m. The tests shall be conducted as per IS-2131. For conducting the
test, the bottom of the borehole shall properly cleaned and split spoon sampler
shall be properly seated in position in the borehole. During cleaning of borehole,
additional measures as prescribed in IS 2131-1981 shall be considered like the
distance between end of casing and bottom of borehole should not exceed by 150
mm (if water is only used) and this distance can be extended upto 300 mm if
bentonite is used. While boring below water table, the water in the borehole shall
be maintained at least 1.5 m above the level of the water table. If cohesive soil
strata encountered, the borehole may be cleaned with bailer with a flap valve.
The test is basically a penetration test in which, a thick wall split tube sampler,
shall be driven into the undisturbed soil at the bottom of the hole under the blows
of a 63.5 kg drive weight with 75 cm free fall. The sampler shall be first driven
through 15 cm as a seating drive. It shall be further driven through 30 cm in two
stages of 15 cm each or until 100 blows have been applied. The number of blows
required to drive the sampler in second and third stage for penetration of 15 cm
each (total 30 cm) beyond the seating drive shall be termed as “Penetration
resistance N”. The samples collected shall be used as disturbed soil samples for
laboratory testing. The split spoon sampler shall conform to IS 9640-1980.
In case the blow count of SPT in soil (including the number of blows for seating)
exceeds 100, the corresponding penetration shall be recorded and this particular
test at that depth stopped. If the total penetration is more than the seating
penetration of 15 cm, then breakup of blow count for 15 cm seating penetration
and for remaining portion of penetration shall be reported.
5.3.4 Undisturbed Soil Samples
Generally, unless specified undisturbed soil samples (UDS) shall be obtained at
every 3.0 m interval starting from 3.0 m in all type of soil along the bore depth
upto SPT ‘N’ Values of less than 50. Sampler shall be 100 mm internal diameter and
generally 450 mm long. Thin walled open drive sampler shall be used in cohesive
strata. This sampler shall be made of seamless steel. Sampling shall be done as
soon as possible after the clean-out operation. Area ratio of the sample must
restrict to 20% for stiff formations & 10% or less for soft sensitive clays as per IS
1892-1979. However, area ratio is restricted to within 10% for thin-walled sampling
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 28 of 49
tubes because of the cutting shoes specifically designed in such a way that the area
ratio of within 10% can be achievable.
The cutting edge of the sampler shall be tapered at an angle 15⁰ ± 3⁰ degrees. The
sample tube / edge shall be free from rust, pitting, burring or any other defect.
The use of oil inside the sampler shall be limited to the minimum practicable.
5.2.5 Disturbed Soil Samples
In all boreholes, if undisturbed samples could not be collected due to reasons
stated above or if having non-plastic (cohesion-less) soil which could not be
extracted undisturbed, disturbed soil samples shall be taken at every 1.5 m
interval and at significant change of stratum. Soil from split spoon sampler used for
standard penetration tests shall be taken as disturbed samples. These samples shall
be placed without delay in polyethylene bags adequately sealed.
5.2.6 Drilling in Rock
Drilling in rock stratum shall be carried out using Nx size Bit and Double Tube core
barrel.
Core drilling shall normally be carried out with bits which shall be suitable for the
percentage core recovery and diameter required.
Rotary core drilling shall produce circular cores of a minimum 54 mm diameter
throughout the core length. The type and state of the drill bit, feed rates and
management of the drill shall be such that at least 95% core recovery in any single
run can be obtained.
Drill runs shall not normally exceed 1.5m in length unless 100% recovery is being
obtained and the core barrel shall be removed from the drill holes as often as may
be required in order to get the best possible core recovery.
Rock cores recovered during drilling shall be arranged sequentially in core boxes
and shall be duly identified. Their Core Recovery (CR) and Rock Quality Designation
(RQD) shall be recorded in the bore-logs. The rock type shall be identified and the
descriptions shall be presented in the bore-logs.
The samples recovered during each run shall be arranged sequentially in wooden
core boxes and the identifications – Borehole number and piece number shall be
painted on them.
5.3 Ground Water Level
Ground water level shall be recorded in each borehole after 24 hrs and depths shall
be recorded on the Borelogs.
5.4 Protection, Handling and Labelling of Sample
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 29 of 49
Care shall be taken in protection and handling of samples and in their full labeling,
so that samples can be received in a fit state for examination and testing and can
be correctly recognized as coming from a specified boring.
5.5 Handling of Samples
5.5.1 Disturbed Samples of Soil
Where samples are required for testing, or where it is desirable to keep them in
good condition over long periods, they should be treated as follows:
Immediately after being taken from the borehole or trial pit, the sample shall be
placed in a polyethylene bag. The bag shall be numbered and a label shall be
placed immediately. The bag shall be carefully packed in a stout wooden box
(preferably with separate partitions) with saw dust or other suitable material, to
prevent damage during transit. Where necessary, the samples shall be tested for
natural water content immediately on arrival at the laboratory and an accurate
description made of the sample. In such a case proper precautions shall be taken to
preserve the natural water content during sampling.
5.5.2 Undisturbed Samples of Soil
The following conditions of handling and protection of undisturbed samples are to
be regarded as a minimum requirement for samples taken by the usual methods; in
special cases it may be necessary to take more elaborate precautions:
Samples which are retained in a liner or which are retained in a seamless tube
sampler shall receive the following treatment: Immediately after being taken from
the boring or trial pit, the ends of the sample shall be cut and removed to a depth
of about 2.5 cm (or more in the top to cover any obviously disturbed soil). Several
layers of molten wax shall then be applied to each end to give a plug about 2.5 cm
thick. If the sample is very porous, a layer of waxed paper shall first be placed over
the ends of the sample. Any space left between the end of the liner or tube and
the top of the wax shall be tightly packed with saw dust or other suitable material;
and a close-fitting lid or screwed cap be placed on each end of the tube or liner.
The lids shall, if necessary, be held in position by adhesive tape. If the longitudinal
joint of the liner is not air-tight, this shall be waxed and protected by adhesive
tape in the same way as the lid.
A label bearing the number of the sample shall be placed inside the container just
under the lid. It shall be placed at the top of the sample. In addition, the number
of the sample shall be painted on the outside of the container, and the top or
bottom of the sample shall be indicated.
5.5.3 Samples of Rock
The reference number of the sample shall be recorded on it by painting directly on
the surface of the specimen. Samples shall then be packed in a wooden box. The
box shall be of such depth and the compartments of such width that there can be
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 30 of 49
no movement of the cores when the box is closed. The lid of the box shall be
adequately secured.
5.6 Boreholes - Termination Criteria
Termination criteria for boreholes will be as follows:
i) Minimum 3m in Hard rock having RQD > 75 % or minimum 15 m in weathered
rock whichever meets earlier.
ii) When the SPT ‘N’ Value is greater than 100 for three consecutive levels in
hard soil and highly weathered rocks.
iii) When tungsten bit drilling in soft / medium rock reaches 10m depth.
6. Laboratory Tests
All laboratory tests shall be performed by qualified and experienced personnel,
familiar with and having access to equipment and facilities for the accurate
determination of data necessary.
The tests to be conducted at various locations for properties of soil, etc., are
different for cohesive and cohesion less soils. These are enumerated below and
shall be carried out, wherever practicable, according to soil type.
Laboratory tests shall be carried out in accordance with the procedures described
in the relevant BIS codes of practiced.
6.1 Tests on Soil
Selected Disturbed Soil Samples collected from boreholes and trial pits shall be
tested for the following tests:
All tests shall be carried out as per relevant parts of IS 2720.
6.1.1 Natural Moisture Content (NMC)
Natural Moisture content of soil is the percentage of water present in the soil with
respect to the weight of solids. For this test quantity of samples shall be taken as
per IS: 2720 (Part -2) and weighed accurately to 0.01 gms along with the can (W1).
Then the sample shall be oven dried at 105⁰C for 24 hrs. Then the oven dried
weight of the sample along with the can shall be weighed accurately to 0.01 gms
(W2). The empty weight of the can shall be also measured. (W3). Then the NMC
can be calculated as – NMC (%) = Wt. of Water / Wt. of Solids * 100
6.1.2 Specific Gravity
The test shall be conducted as per IS 2720 – Part 3.
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 31 of 49
Specific Gravity of soils shall be determined using Pycnometer. The weight of the
bottle and cap shall be measured accurately (W1). Small quantity of oven dried
sample shall be transferred to density bottle and shall be weighed together (W2).
Sufficient air-free distilled water shall be added to the bottle so that the soil in the
bottle is just covered. The entrapped air shall be removed by either placing in
desiccator or by heating the pycnometer. Then the density bottle or pycnometer
shall be filled completely with water and weighed accurately (W3). The bottle shall
then be cleaned and filled entirely with water only. The weight shall be measured
accurately (W4). Then the specific gravity is calculated as –
)23()14(
12
WWWW
WWG
6.1.3 Grain Size Analysis (Sieve & Hydrometer)
The test shall be conducted in two parts – Sieve analysis for particles greater than
75 μ size and hydrometer analysis for particles less than 75 μ size.
The quantity of sample for testing shall be as per IS: 2720 (Part – 4). For sieve
analysis oven dried sample shall be taken after treating by dispersion agent and
passing from 4.76 mm sieve. The sample shall be sieved through various sieve
arranged in sequence as – 4.76 mm , 2.36 mm, 1.18 mm. 900 μ, 425 μ, 300 μ, 150 μ
and 75 μ.
For Hydrometer analysis sample size shall be as per IS: 2720 (Part 1 & 4) to be
taken oven dried passing through 75 μ sieve. The suspension of 1000 ml shall be
prepared after treating the sample with H2O2, HCl and dispersing agent. Then the
reading shall be taken at the specified time intervals using hydrometer.
The graph shall be plotted for diameter (or particle size) versus percentage finer.
The various percentages shall be calculated as follows –
Gravels Particles greater than 4.75 mm
Sand Particles between 4.75 mm and 0
Silt
Clay
6.1.4 Atterberg Limits (LL, PL, SL)
This is the test to determine the state of the soil – solid state; plastic state or
liquid state. The two properties - liquid limit and plastic can determine the state
of the solids.
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 32 of 49
The sample for the testing shall be as per IS: 2720 (Part – 1, 5 & 6). The paste shall
be prepared and placed in the liquid limit apparatus and a groove shall be made
using grooving tool. Blows shall be applied the number of blows shall be measured
at which two parts of the paste shall come in contact. The test shall be repeated
for 3 to 4 different water content and by plotting the graph the water content
required for the 25 blows shall be determined. This water content required for 2
blows shall be termed as “Liquid limit”.
For determination Plastic Limit about 25 gms of oven dried sample (passing 400 μ
sieve) shall be taken and thoroughly mixed with water. The soil shall be rolled
between hand and glass plate so as to form a thread of 3 mm diameter. The soil
shall be kneaded and rolled again so that the moisture shall be gradually reduced.
The process shall be repeated until the soil thread of 3 mm diameter shall be just
crumbled. This moisture content shall be recorded as “Plastic Limit”.
For determination of shrinkage limit about 30 gms of oven dried samples shall be
taken. Water shall be thoroughly mixed to make it enough pasty and shall be filled
in shrinkage dish without entrapping air bubbles. The sample shall be oven dried.
The volume of oven dried sample and shrinkage dish shall be determined using
mercury displacement method and the shrinkage limit shall be evaluated.
6.1.5 CBR Value of soil
The samples taken out from trench pit investigation shall be tested for California
Bearing Ratio as per IS: 2720 (Part 16). The soil specimen is prepared in the mould
compacted to maximum dry density at the Optimum Moisture Content. The
specimen is subjected to 4 days soaking to simulate the worst condition on ground
and swelling and water absorption values are noted. Surcharge load is placed on
top of the specimen and entire assembly is placed under the plunger of the loading
frame. The load corresponding to several penetration values are noted and load-
penetration graph is plotted. The CBR value is calculated using the formula:
CBR, % = (Load / pressure sustained by specimen at 2.5mm / 5.0mm penetration) /
(Load / pressure sustained by standard load at corresponding penetration level)
6.1.6 Free Swell Index
The selected samples shall be tested for free swell index test as per IS: 2720 (Part –
40). Two specimens of measured quantity of oven dry soil (5 gms or 10 gms) shall
be taken and poured in each oftwo graduated cylinders. One cylinder shall be filled
with kerosene and one shall be filled with distilled water upto 100 ml mark. After
removal entrapped air allow the soil to settle. After 24 hrs the final volume of soils
in each cylinder shall be measured as Vw and Vk – volume of soil in cylinder filled
with water and volume of soil in cylinder filled with kerosene respectively. Then
the free swell index FSI shall be determined as –
100xVk
VkVwFSI
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 33 of 49
In addition to these tests the UDS collected from boreholes as well from Trial
Pits shall be tested for the following tests.
6.1.7 Bulk Density
Bulk density is the ratio of mass of moist soil to the volume of soil sample. Bulk
density shall be evaluated from UDS. A representative sample is cut from the
extruded UDS and dimensions of sample shall be measured. Weight of the sample
shall be measured and density shall be determined as weight / volume.
6.1.8 Swelling Pressure
The selected samples shall be tested for swelling pressure as per IS: 2720 (Part –
41). The test shall be carried out by constant volume method. The sample shall be
arranged in consolidation specimen ring. The assembly shall then be placed on the
platen of the loading unit. The load measuring proving ring tip attached to the load
frame shall be placed in contact with the consolidation cell without any
eccentricity. A direct strain measuring dial gauge shall be fitted to the cell. The
specimen shall be inundated with distilled water and allowed to swell.
The initial reading of the proving ring shall be noted. The swelling of the specimen
with increasing volume shall be obtained in the strain measuring load gauge. To
keep the specimen at constant volume, the platen shall be so adjusted that the
dial gauge will always show the original reading. This adjustment shall be done at
every 0.1 mm of swell or earlier. The duration of test shall be considered till the
equilibrium is reached which is usually a period of 6 to 7 days for all expansive
soils.
6.1.9 Consolidation Test – Cohesive Soil
The test shall be performed for the pressure ranges as 0.00-0.20, 0.20-0.50, 0.50-
1.00, 1.00-2.00, 2.00-4.00 and 4.00-8.00 kg/cm². For each pressure increments the
dial gauge reading shall be noted for regular time intervals as 0.00, 0.25, 1.00,
100.00, 1440.00 minutes. After the loading cycle is completed the unloading shall
be done for regular time intervals and the dial gauge reading shall be noted each
time. Parameters such as Pre-Consolidation Pressure, Coefficient of Consolidation,
Coefficient of volume compressibility, Compression index and Recompression Index
shall be reported for each test.
6.1.10 Tri-axial shear test UC Test - Cohesive Soil
All cohesive soil undisturbed soil sample shall be tested for Unconfined
Compressive test as per IS: 2720 (Part – 10).
The test specimen of 38 mm dia and length to have H/D ratio between 2 to 2.5
shall be taken from UDS tube by pushing the extracting tube. The specimen shall
be of uniform circular cross-section with ends perpendicular to the axis of the
specimen. The initial length, diameter and weight of the specimen shall be
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 34 of 49
measured and the specimen placed on the bottom plate of the loading device. The
upper plate shall be adjusted to make contact with the specimen. The deformation
dial gauge shall be adjusted to a suitable reading, preferably in multiples of 100.
Force shall be applied so as to produce axial strain at a rate of 0.5 to 2 percent per
minute causing failure with 5 to 10. The force reading shall be taken at suitable
intervals of the deformation dial reading.
The specimen shah be compressed until failure surfaces have definitely developed,
or the stress-strain curve is well past its peak, or until an axial strain of 20 percent
is reached.
The average cross-sectional area, A, at a particular strain shall be determined from
axial strain. Compressive stress shall be determined as Compressive force, P
divided by the average cross section area, A.
6.1.11 Tri-axial shear test UU Test - Cohesive Soil
All cohesive soil undisturbed soil sample shall be tested for Triaxial UU test –
Unconsolidated Un-drained as per IS: 2720 (Part – 11).
The test specimen of 38 mm dia and length to 76 mm shall be taken from UDS tube
by pushing the extracting tube. The specimen shall be of uniform circular cross-
section with ends perpendicular to the axis of the specimen. The initial length,
diameter and weight of the specimen shall be measured. The prepared specimen
shall be placed centrally on the pedestal of the tri-axial cell. The cell shall be
assembled with the loading ram initially clear of the top cap of the specimen and
the cell containing the specimen shall be placed in the loading machine. The
operating fluid shall be admitted to the cell and the pressure shall be raised to the
desired value. The loading machine shall then be adjusted. A rate of axial
compression shall be selected such that failure is produced within a period of
approximately 5 to 15 minutes. The test shall be commenced, a sufficient number
of simultaneous readings of the load and compression measuring gauges being
taken to define the stress strain curve. The test shall be continued until the
maximum value of the stress has been passed or until an axial strain of 20 percent
has been reached. The specimen shall then be unloaded and the final reading of
the load measuring gauge shall be recorded as a check on the initial reading. The
cell shall be drained of fluid and dismantled, and the specimen taken out. The
rubber membrane shall be removed from the specimen and the mode of failure
shall be noted. The specimen shall be weighed. The procedure shall be repeated
for three sets of pressures of the fluid. The dimensions of each test specimen, the
bulk density, the moisture content, the cell pressure, the value of the maximum
principal stress difference (σ₁-σ₃), and the corresponding shall be reported.
6.1.12 Direct Shear Test – Cohesion-less Soil
This is the test to determine the shear strength parameters of the cohesion-less
soil. The test was performed on remoulded sample, matching in-situ density.
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 35 of 49
The sample of 60 mm x 60 mm and 20 mm height was prepared. Three samples
were collected for each test. The sample was sheared at three different confining
pressures as – 0.5, 1.0 and 1.5 kg/cm². The change in stress was measured with the
help of proving ring. The graph of normal stress and shear stress was plotted.
6.2 Tests on Rock
Selected rock cores shall be tested in Laboratory for the following tests
6.2.1 Specific Gravity
Specific Gravity of the rock specimen shall be determined using Pycnometer.
6.2.2 Water Absorption, Porosity & Density
The tests shall be carried out as per IS 13030. Water absorption is expressed as the
percentage of water content with respect to the dry weight of the sample. For this
small piece of rock sample shall be taken and weighed accurately to 0.01 gms
(W1). Then the sample shall be oven dried at 105⁰C for 24 hrs. Then the oven dried
weight of the sample shall be weighed accurately to 0.01 gms (W2). Then the
water absorption can be calculated as –
Water absorption (%) = Wt. of Water / Wt. of Specimen * 100
6.2.3 Uni-axial compression test
The tests shall be carried out as per IS 9143. Test specimen shall be prepared from
the cores obtained from field having l/d ratio preferably 2. If ratio was less than
this suitable correction is applied. The specimen was fixed between the horizontal
platens. Load was applied to the specimen at a constant stress rate such that
failure has taken place in about 5 to 15 minutes of loading.
6.2.4 Modulus of Elasticity and Poisson’s ratio
The tests shall be carried out as per IS 9143.Test shall be conducted on circular
cylindrical sample having l/d ratio of 2 to 3. Load shall be applied continuously and
without shock to produce an approximately constant rate of load or deformation
such that failure will occur within 5 to 15 minutes of initiation of loading if carried
to failure. Load and the axial and diametrical or circumferential strains shall be
measured frequently at evenly spaced load intervals during the test.
6.3 Chemical Tests on Soil and water
The selected samples of soil and water shall be tested for ph, sulphates and
chlorides.
7 Reports
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 36 of 49
All geotechnical investigation data shall be prepared using format provided with
these specifications. All data shall be provided in both printed and editable
electronic file format.
7.1 Borehole logs
The borehole log for each hole drilled shall be prepared and shall include the
detailed information as thickness of each stratum; RL of the Ground level at the
bore location; Symbolic legend of strata in accordance with IS 1892 or equivalent
incorporating a suitable scale; ground water table; SPT results for every 15 cm
penetration for total 45 cm penetration; sample marking wherever UDS or DS
collected; sample slipped to be reported; a systematic description and
classification of all cores by a geotechnical engineer/engineering geologist in
accordance with the Specification, an engineering geologist's assessment of core
recovery, and Rock Quality Designation
7.2 Laboratory data
The laboratory test results shall be submitted for all the tests conducted on
selected samples along with the graphs wherever applicable.
7.3 Drawings
The Consultant shall produce an ‘as-built’ location plan of the exploratory
locations and sub-surface cross sections through the boreholes for inclusion into the
final report.
7.4 Detailed Final Report
The report shall contain the following information in two parts:
Part I : Data
i) Plan showing the location of all bore holes with GPS coordinate
ii) Exploratory bore hole records
iii) Subsurface Profiles
iv) In situ test records and summaries
v) Laboratory test records and summaries
vi) Outline of procedures used and factual summary of ground conditions
vii) Comment on problems encountered and reliability of results
viii) A summary of general geology and strata encountered.
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 37 of 49
Part II : Recommendations
i) Safe bearing capacity and settlement analysis
ii) Design CBR for road design
iii) Pile Capacity
iv) Recommendation of Foundation Type
The exploratory borehole records shall include all the information, such
information having been modified as necessary in light of laboratory testing and of
further examination of samples. Where appropriate, in situ test results shall be
given in the exploratory whole records or otherwise presented in tabular or
graphical form. The detailed records of the laboratory test results shall be
presented after the exploratory hole records or, if appropriate, in a separate
volume.
[REST OF PAGE INTENTIONALLY LEFT BLANK]
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 38 of 49
8 DRAWING
This is reference purpose only.
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 39 of 49
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 40 of 49
ANNEXURE A - 1
BIDDER’S ELIGIBILITY CRITERIA AND SUBMITTALS
SL. No.
Criteria Submittals/ Proofs
1 The Bidder should be specialized with minimum of two years’ of experience in the field of Geotechnical Investigation of similar services at major Airports, shopping malls, five star hotels building, tech parks, institutions, etc.
Completion certificates of similar kind of Geotechnical Investigation services
2 The Bidder should be equipped with the necessary tools and machinery to provide Geotechnical Investigation Services
List of tools and equipment’s
3 The Bidder should be able to provide the required manpower to manage the similar kind of Geotechnical Investigation Services
Details of manpower and recruitment plan.
4 The Bidder should be financially sound and should manage the similar kind of Geotechnical Investigation Services
Details of Income tax paid and turnover of the Company/ Firm.
[REST OF PAGE INTENTIONALLY LEFT BLANK]
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 41 of 49
ANNEXURE B
RFP QUESTIONAIRE
1. BIDDER
1.1 Full Name
1.2 Jurisdiction of Incorporation
1.3 Registration Number
1.4 Registered Address
2. Incorporation Documents
2.1. In case of a firm
2.1.1. Registration certificate
2.1.2. Registration Number (CIN)
2.1.3. Registered Address
2.1.4. Power of Attorney of Authorized Signatory (Certified true copy)
2.1.5.
Tax Registration Details
- VAT
- Service Tax
- Income Tax
2.1.6. Any other
2.2. In case of Company
2.2.1. Certificate of incorporation, Memorandum and Articles of Association, CIN
2.2.2. Board Resolution/Power of Attorney of Authorized Signatory (Certified true copy)
3. Contact Person for this Proposal
3.1. Name
3.2. Address for Courier
3.3. Office Phone
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 42 of 49
3.4. Mobile Phone
3.5. Fax
3.6. E-mail Address
4. Bank Providing Tender, Other Bonds & insurances (as applicable)
4.1. Name of Bank
4.2. Branch of Bank
4.3. Letter from Bidder’s bank/insurance agent stating concurrence to provide necessary bonds/insurances if selected as the Consultant.
5. Disclosure of Interests
Please disclose here any beneficial financial interest which exists, or may exist, between yourselves and the following or their affiliates:
5.1. BIAL
5.2. The GVK group of companies
6. Certifications & Procedures
6.1. Please attach your current corporate Quality Procedure, Safety Manual and certification(s) for:
6.2. Quality, eg. ISO 9000
6.3. Environmental Management, eg. ISO 14000
6.4. Other relevant certifications
7. Assumptions in the proposed Proposal
Identify here any provision(s) of the Proposal to which if there is a change, would materially increase/decrease your price:
8. Authorized Representative Certificate
Full name Signature
Position
Company
Date
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 43 of 49
ANNEXURE - C
COVERING LETTER
[On Bidder’s letter head]
[Location, Date]
To: Assistant Vice President-Contracts Bangalore International Airport Ltd. Project Head Office, Kempegowda International Airport, Bengaluru, Devanahalli, Bangalore - 560 300
Dear Sirs:
Subject: Proposal in response to the Request for Proposal for Geotechnical Investigation for Landside Road Network at Kempegowda International Airport, Bengaluru, Devanahalli, Bangalore
1. Having read, carefully examined and understood the above Request for Proposal and all annexure and other documents attached thereto and all subsequent addenda and clarifications issued pursuant thereto (collectively the “RFP”), we hereby offer to perform the Services (as defined in the RFP) in accordance with the Scope of Services and the terms and conditions set forth in the Agreement provided as Annexure-E to the RFP and the other RFP documents.
2. We hereby agree and confirm that our Proposal has been prepared strictly in conformance with the instructions in the RFP (including the forms set forth therein) and that we shall at all times act in good faith and abide by the terms and conditions of the RFP during the bidding process.
3. We agree that we have inspected and examined the RFP documents and have ascertained that they contain no inconsistencies, errors or discrepancies and have otherwise familiarized ourselves with all conditions of the RFP which may affect our Proposal and all queries on other contractual matters have been addressed.
4. Without prejudice to the generality of the foregoing:
(a) We undertake to keep our Proposal valid and open for acceptance without unilaterally varying or amending its terms for the Proposal Validity Period stated in the RFP;
(b) We agree that if our Proposal is accepted, we will execute the Agreement, provide the necessary indemnities & insurances and obtain and provide the Performance Guarantee and Parent Company Guarantee (if applicable); all in accordance with the RFP
(c) We agree to continue to keep in force a valid Tender Bond as stipulated in the RFP;
(d) We acknowledge and agree that the acceptance of our Proposal and award of the contract, and the cancellation or modification of the RFP at any
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 44 of 49
stage is at BIAL’s sole discretion and any decision taken by BIAL in relation to the RFP (including any award) is final and binding on us and we shall have no rights or claims arising out of or in relation to any decision of BIAL in relation to the RFP or the selection process thereunder.
(e) We acknowledge and agree that BIAL is not bound to accept the lowest or any Proposal or offer that BIAL may receive.
5. We represent and warrant to BIAL that as of the date of submission of the Proposal and till the end of the Proposal Validity Period (as may be extended):
(a) the information furnished by us is complete, accurate, unconditional and fairly presented;
(b) we have the necessary technical and financial ability and adequate skilled and experienced resources for undertaking the Services if our Proposal is accepted;
(c) we are in compliance with all the terms and conditions of the RFP;
(d) there is no information, data or documents which have not been disclosed which may prejudicially affect BIAL’s evaluation or decision in relation to the award of the contract;
(e) we have all the necessary corporate and statutory approvals and authorizations to participate in this RFP and to submit the Proposal as a binding offer in response to the RFP, the Confidentiality Undertaking and all other documents that are required to be submitted pursuant to the RFP, and to execute and perform the Agreement (if awarded); and
(f) we or the personnel we intend to engage for this assignment are not disqualified from undertaking the assignment on account of security clearance by the Government of India, any relevant authority of the Government of India or by any international agency or other governments and that at all times we shall provide any information required to assess the same.
(g) we have factored in all costs and expenses for undertaking the Scope of Services in accordance with the terms and obligations specified in the Agreement and the RFP in the preparation of our Financial Proposal and that the same is sufficient and reflects our no-regret offer in all respects.
In the event of occurrence of any events or circumstances that would render any of the foregoing representations and warranties untrue or invalid, we covenant to promptly notify BIAL of the same.
6. We declare that there has been no material adverse change in our financial and technical capability with reference to and including any additional exposure to financial and/or legal risks to us, since the date of submission of our Expression of Interest. We further declare that we have not been declared ineligible for corrupt or fraudulent practices in any tendering process.
7. We undertake that we will intimate BIAL of any material change in facts, circumstances, status or documentation relating to us during the Proposal Validity Period (as may be extended in accordance with the RFP).
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 45 of 49
8. This Proposal shall be construed, interpreted and governed, in all respects, by the laws of India, without reference to its conflict of law principles. The courts at Bengaluru will have exclusive jurisdiction in respect of all matters arising out of this Proposal.
9. We have agreed that [______________________] [Insert Authorised Signatory’s name] will act as our representative and has been duly authorized to submit the Proposal and authenticate the same, make amendments thereto and undertake such other actions as set out in the power of attorney / resolution of the board of directors / authorization attached with this Proposal, which will be binding on us.
10. We have provided details, in accordance with the instructions and in the form required by the RFP and have attached the same as appendices to this Proposal. These documents form an integral part of this Proposal:
Part 2 – RFP Questionnaire
Part 3 – Power of Attorney
Part 4 – Financial Information
Part 5 – Proposed Organization Structure & Key Personnel Deployment
Part 6 – Approach, Methodology and Work Plan
Part 7 – Accepted and acknowledged RFP
Yours sincerely,
For and on behalf of [name of Bidder]
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Name of Bidder:
Address:
<Seal of Bidder>
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 46 of 49
ANNEXURE D
FORMAT FOR COMMERCIALS IN PROPOSAL
<on Bidder’s Letter Head>
To: Assistant Vice President-Contracts Bangalore International Airport Ltd. Project Head Office, Kempegowda International Airport Bengaluru, Devanahalli, Bangalore - 560 300
Dear Sir,
Having fully considered the terms of the Request for Proposal for Geotechnical Investigation for Landside Road Network at Kempegowda International Airport, Bengaluru, we herewith submit our commercials in Proposal as below:
Sl. No.
Description Unit Qty Rate (Rs.)
Amount (Rs.)
Entry Tax
Excise Duty
VAT ST SBC KKC Any
Other Taxes
Unit Rate (Rs.)
Total Amount(Rs.)
Remarks/Note
@-----%
@-----% @-----%
@-----%
@-----%
@-----%
@-----%
A MECHANICAL BOREHOLE INVESTIGATIONS
1 Mobilization of rotary rig test equipment for carrying out investigations on land and demobilization on completion of work
LS 1
-
-
-
2 Shifting of rigs from borehole to borehole location
No's 39
-
-
-
Borings
3
Boring minimum 100mm dia exploratory boreholes in all kinds of soil up to N<50 .including conducting SPT test at every 1.5 m interval and collection of necessary samples. Including collection of undisturbed samples as per the specifications. Borings shall be carried with the clauses mentioned in the scope and specifications.
Rmt 800
-
-
-
Considering Bore hole depth of 20mtrs
4
Drilling in formation extra over item 3, (N>50) up to core recovery less than 10% TC bit .Including collection of samples as per the specifications. Borings shall be carried with the clauses mentioned in the scope and specifications.
Rmt 200
-
-
-
Drilling in formation extra over item 3 with core recovery greater than 10% using Diamond bit. Including collection of samples as per the specifications. Borings shall be carried with the clauses mentioned in the scope and specifications.
Rmt 120
-
-
-
6 Electrical Resistivity tests No's 5
-
-
-
7 Laboratory Testing of samples
A] Soil Samples
a Index Property Tests as
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 47 of 49
(i) Natural Moisture Content No's 120
-
-
-
Considering 3 for each bore hole
(ii) Specific Gravity No's 120
-
-
-
(iii)
Atterberg Limits No's 120
-
-
-
(iv) Sieve Analysis No's 120
-
-
-
(v) Hydrometer Analysis No's 120
-
-
-
b Tests for swelling characteristics of soil - Shrinkage Limit and Free Swell Index
No's 80
-
-
-
Considering 2 for each bore hole
c Testing of UDS for Triaxial UU / UC Test & density
No's 80
-
-
-
d Direct Shear Test No's 80
-
-
-
e Testing of UDS for consolidation No's 80
-
-
-
f Testing of UDS for swelling pressure No's 80
-
-
-
B] Rock Samples
a Tests on rock core - Water absorption, Density and Sp. Gravity of rock sample
No's 40
-
-
-
Considering 1 for each bore hole
b Unconfined compressive strength of rock cores - Without saturation
No's 40
-
-
-
c Unconfined compressive strength of rock cores - With 7 days saturation
No's 40
-
-
-
d Point Load Index Test on Rock Sample No's 40
-
-
-
e Test on Rock sample for Deformation Modulus and Poissons Ratio including submission of strss strain graphs
No's 40
-
-
-
C] Chemical Testing
a Chemical testing of soil samples (pH, Sulphate as SO⁻₃ and Chloride as Cl⁻)
No's 40
-
-
-
Considering 1 for each bore hole b
Chemical testing of water samples (pH, Sulphate as SO⁻₃ and Chloride as Cl⁻)
No's 40
-
-
-
B TRENCH PIT INVESTIGATIONS
1
Earthwork in excavation to collect soil samples at subgrade level (between 1m to 1.2m below existing road level or 1m below NGL).
No's 48
-
-
-
2 Laboratory Testing
a Gradation (wet sieve) No's 96
-
-
-
Considering 2 for each bore hole
b Atterberg limits No's 96
-
-
-
c Dry Density and OMC with modified procter test.
No's 96
-
-
-
d Performing 4days soaked CBR at 100% compaction degree as per the MDD and evaluating CBR for the subgrade.
No's 96
-
-
-
e Swell and Shirnkage tests No's 96
-
-
-
TOTAL
-
-
Notes:
The above rates shall be inclusive of transport, boarding, equipment necessary to
complete the said scope.
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 48 of 49
Yours sincerely, For and on behalf of [name of Bidder] Authorized Signature [In full and initials]: Name and Title of Signatory: Name & Address of Bidder: <Seal of Bidder>
[REST OF PAGE INTENTIONALLY LEFT BLANK]
Bangalore International Airport Limited
RFP for Geotechnical Investigation for Landside Road Network Page 49 of 49