1
NAME OF WORK: TENDER FOR CONDUCTING ENGINEERING SURVEY
(BOUNDARY TOPOGRAPHICAL AND CONTOUR) OF
THE ENTIRE INNER HARBOUR AREA AND
PROVIDING PERMANENT BENCH MARKS IN
CHENNAI PORT TRUST INCLUDING RAJAJI SALAI
AND TONDIARPET HOUSING COLONY
TENDER NO. T / LBS 4/ 58 / 2014 / E
Cost of tender Form : Rs 500/- Plus 5% VAT
Date & Time for submission : Not later than 15:00 hrs on
of tender 05.12.2014
Tender opening Date : Not before 15:15 hrs on 05.12.2014
CIVIL ENGINEERING DEPARTMENT www.chennaiport.gov.in
CHENNAI PORT TRUST
TENDER FOR CONDUCTING ENGINEERING SURVEY (BOUNDARY TOPOGRAPHICAL AND CONTOUR) OF THE ENTIRE INNER HARBOUR
AREA AND PROVIDING PERMANENT BENCH MARKS IN CHENNAI PORT TRUST INCLUDING RAJAJI SALAI AND TONDIARPET HOUSING COLONY
CONTENTS
Sl . No. Description Page No
1 SECTION – I Instruction to Bidders 3
2 SECTION – II General Conditions of Contract 24
3 SECTION – III Terms of Reference 35
4 SECTION – IV Schedule of Drawings 40
5 Appendix – A Details of Land Belonging To Chennai
Port Trust (To Be Surveyed)
45
6
Annexure – I Format for furnishing Bank information
for E-Payment
46
7 Form of Bid 48
8 Price Bid 51
CHENNAI PORT TRUST
TENDER FOR CONDUCTING ENGINEERING SURVEY (BOUNDARY TOPOGRAPHICAL AND CONTOUR) OF THE ENTIRE INNER HARBOUR AREA AND PROVIDING PERMANENT BENCH MARKS IN CHENNAI PORT TRUST INCLUDING RAJAJI SALAI AND TONDIARPET HOUSING COLONY
SECTION - I
INSTRUCTION TO BIDDERS
1. INTRODUCTION
1.1 Background
India’s seaports are the principal gateways to the country.
Chennai Port, the third oldest port among the 12 Major Ports, is an
emerging hub port in the East Coast of India. This gateway port for
all cargo has completed 132 years of glorious service to the Nation.
Situated on the Coromandel coast of South-East India, the Port of
Chennai has a rich tradition of maritime trade and well connected
with Major Ports of the world. It is today one of the Principle Ports
on the Indian subcontinent and is committed to efficiency through
innovation.
1.2 Information on Chennai Port
Land is one of the important resources with the Port Trusts for
increasing then traffic and trade. The lands belonging to Chennai
Port Trust are at various locations within the Port.
The lands are being used for
- Port Trust operations,
- Administrative, Hospital and Security Buildings
- Residential quarters,
- Utilities building construction
- Railway buildings and
- Storage yards
4
In order to conduct topographical survey and contour for the Port
land in Chennai Port Trust, the topographical survey and contour of
entire inside port areas (inner harbour area) and Rajaji salai and
Tondiarpet Housing Colony the tenders have been invited. The work
involves carrying out a detailed engineering topographical survey
and contour for the above said locations.
1.3 Objective & Scope of Assignment
The Terms of Reference lists the objectives & detailed scope of the
services to be provided by the selected Surveyors, hereinafter
referred to as “the Services”. Bids are invited from Surveyors who
are experienced in topographical surveys and contour of Lands,
Buildings, (Bidders) for providing the Services as per the terms and
conditions stipulated in this Bid Document.
Scope of work – General
The work involves carrying out a detailed engineering topographic
survey and contour for entire inside port areas (inner harbour area)
and Rajaji Salai and Tondiarpet Housing Colony.
The bidders shall carry out the topographical survey and contour
for approximately 720 Acres of area, using total station and
prepare plans (Maps) on a suitable scale taking, capturing all
physical features like buildings, transit sheds, ware houses, railway
tracks, roads, yards, docks, wharf, jetties, Breakwaters, trees,
lighting poles, electric lines, telephone lines / poles, Overhead
tanks, Ground Level tanks, water lines (visible on ground), pump
rooms, storm water drains, wells, fences, compound wall and allied
structures, etc., are to be furnished.
The broad scope of work through TSM (Total Station Machine) survey
method is as follows:
a) Boundary demarcation of natural boundaries, buildings, plots,
pillars, social infrastructure, Major & Minor roads, streets, other
major landmarks, latitude and longitude, prominent structures,
individual plots, building / plot number on ground and off ground
5
water front, electrical poles, Railway tracks etc., along with latitude
and longitude with width (including plots within the boundary with
areas of individual plot and its area)
b) Fixing co-ordinates of all points of the boundary – wherever there is
a change in the orientation of the boundary or where ever it’s
necessary, co-ordinates / points are required to be taken with the
TSM survey machine.
c) Providing plot details as given by Revenue department on the
boundary map demarcated – Revenue plot details are available with
Chennai Port Trust.
d) Providing all other surrounding features like roads, prominent
structures, land marks, etc., on the map while fixing the
boundaries.
e) Plotting of the UTM co-ordinates to create a seamless Port boundary
in CAD / SHP file format and submission of RAW (for Rover and
Base) as well as Post – Processed / real-time differentially corrected
(for Rover) DGPS reading (along with source file, all error charts and
outputs) at each BP along the periphery of the notified Port
boundary, in RINEX and native format (9 decimal places in degrees
for Latitude and Longitude including height above MSL and HAE in
meters) with area and perimeter.
f) The survey can also be performed using DGPS in real-time or post-
processed mode. However the survey must be performed using TS
in GPS shadow areas, and data shall be duly geo-referenced using
GCPs collected by dual frequency DGPS receivers.
Procedure for Survey
The survey procedure to be followed is Total Station and DGPS.
Total Station Survey
a) Follow the procedure detailed as mentioned in DGPS survey. Each
BP must be fixed from at least 2 known locations.
6
b) Geo-reference / plot the data using GCPs. GCPs shall be collected
using dual frequency DGPs receivers in real-time as per procedure
detailed above in DGPS survey.
c) The accuracy desired is 5 mm/km and angles to 1o / 360o.
d) The distance between the Total Station and the target shall not be
more than 100 m.
DGPS Survey
a) The Survey shall be carried along the Port area & within the
boundary which is invariably shown by the concerned official of
Chennai Port Trust with reference to the layout maps.
b) The survey should preferably by started from the first BP (Base
Point) which is well defined.
c) In case real-time DGPS rovers are used, the Dual Frequency DGPS
can be used alone and reading taken when accuracy is within
25 cm.
d) The height above Mean Sea Level (MSL) shall also be recorded for
location.
Conditions to be observed for Survey
a) As far as possible similar DGPS instruments shall be used for
collection of GCPs and all DGPS equipment must be set-in to GCS –
WGS84 Datum uniformly.
b) RAW and post-processed DGPS readings along with original source
file for each location shall be submitted. As soon as the work is
completed, in case to TS, original downloaded file and a CSV file
must be submitted along with raw data clearly depicting the
occupies station, back station and the co-ordinates in NEZ format.
Specification of TSM Survey Machine
• Least count should be 1 sec with an accuracy of 5 mm.
• With proper calibration certificate.
7
Specifications of DGPS Machine
• Must be of Dual frequency taking L1 & L2 channels.
• Must be able to work in RTK mode with Radio connections.
• Minimum 72 channel parallel tracking receiver.
• DGPS must be activated for receiving both GPS and GLONASS
Satellites.
Contouring
• The bidder shall carry out spot level surveying at an interval not
exceeding 25 m for contouring the area. Levels shall also be taken
on all traverse stations and on salient points located at random over
the area (ground points). Contours are to be interpolated at 0.5m
intervals after the above points are plotted. The contours shall not
be just interpolated but properly surveyed on the ground so that
features falling between the two successive levels are also picked
up. Sufficient points properly distributed over the entire area shall
be located and levels taken so that accurate contouring can be done
at places of sharp curvature or abrupt change in direction and
elevation, points selected shall be close to each other. Salient points
on ridge lines and valley lines shall also be measured.
Preparation & Submission of Survey Maps
• The bidder shall submit key plan of the site in 1:5000 scale. All
plans, indicating the contour lines, demarcating all permanent
features like roads, buildings, railway tracks, transit sheds, ware
houses, yards, docks, wharf, jetties, trees, lighting poles, electric
lines, telephone lines / poles, water bodies, pump rooms, storm
water drains, fencing, compound wall, allied structures, etc., Any
specific details shall be submitted in 1:5000 scale. Contour Plan
with contour drawn at 0.5m interval for specific feature.
• All the maps and drawings should be prepared in digitized forms
using Inkjet / Pen plotter and standard computer software like
AutoCad (latest version) on standard A0 size polyester base film.
The block of all the drawings should be as per the instructions of
Chennai Port Trust.
8
• Contour maps at site – The grids for the survey work shall be
established in N-S & E-W direction (Corresponding to magnetic
North) and the survey reference shall be spheroid WGS 84
• The bidder shall submit three hard copies and two soft copies in
CD/DVD of all draft reports for review and approval of Chennai Port
Trust.
• After approval, specified prints of all the final maps on polyester
base film / high quality paper along with two sets in soft format in a
CD/DVD shall be submitted.
Drawings
All drawings shall be prepared on AutoCAD. The AutoCAD
drawings shall have different layers for different features like
buildings, transit sheds, ware houses, railway tracks, roads, yards,
docks, wharves, jetties, trees, lighting poles, electric lines, telephone
lines / poles, water bodies, pump rooms, storm water drains,
fencing, compound wall, allied structures, etc., as instructed by
Engineer in-charge.
X, Y, Z co-ordinates of all spot / ground points shall be provided in
CSV file as directed by Engineer in-charge with point numbers and
feature coding as per list of codes given by Engineer in-charge.
The drawings should contain the following details.
• Marking of boundaries of different kinds of feature like buildings,
transit sheds, ware houses, railway tracks, roads, yards, docks,
wharves, jetties, trees, lighting poles, electric lines, telephone lines
/ poles, water bodies, pump rooms, storm water drains, fencing,
compound wall, allied structures, etc.,
• Spot / ground levels at not exceeding 25m intervals (with grid) and
at sudden changes in levels and all features or as directed by
Engineer in-charge.
• Marking outer dimension of all built up area with plot details and
residential and commercial buildings etc., within survey limits.
9
• Details of land along the route and their uses such as residential
areas, commercial areas, green areas, vacant lands etc.,
• Type of building such as temporary, permanent including number
of storeys and basement details.
• Survey of Level crossings (if any) with their numbers, class, manned
or unmanned with their structural details, angle of crossing and
road & rail levels.
• Levels at important locations like road junctions, area where there
are major undulations of the ground etc.,
• Details of Railway tracks including take off points, curves,
transitions, crossings etc.,
Any other structure or details which the bidder feels important and
or as instructed by Engineer in-charge.
1.4 The Contract period is 90 days from the date of placing work order
for the assignment as detailed elsewhere in the Bid document.
2. (Blank)
3. Qualification of the Bidder
The qualifying criteria is as under:
(i) Topographic Survey with contour & mapping using total station and
/ or DGPS, High Definition Survey (HDS) and experience of having
successfully completed similar works during last 7 (seven) years
reckoned from the due date for submission of bid:
a. Three similar completed works each costing not less than 40% of
the present estimated cost ie.Rs.5.04 lakhs (or)
b. Two similar completed works each costing not less than 50% of the
present estimated cost ie. Rs.6.30 lakhs (or)
c. One similar completed work costing not less than 80% of the
present estimated cost ie. Rs. 10.08 lakhs
The bidder has to furnish necessary documentary evidence in
support of this. The bidder shall submit the successful completion
certificate from the owner of land / organization for which the
bidder has done the work.
10
(ii) The bidder shall carryout work with qualified surveyors /
competent Surveyors, Engineers, labours and all other incidental
items as may be necessary for successful completion of the
topographic surveying with contour & mapping work.
(iii) The average turnover of the bidder in survey related projects, as
mentioned above should be more than Rs.5 lakhs in the last three
financial years.
(iv) The bidder should have sufficient number of skilled and competent
manpower. The bidder should submit the qualification of the
manpower to be used for survey.
(v) In the absence of requisite documents, Chennai Port Trust reserves
the right to reject the bid without making any reference to the
bidder.
(vi) The bidder should possess and hire all necessary surveying
instruments and all other tools, equipments (proof of latest
calibration certificate to be attached) and materials, scaffoldings,
necessary transport and all facilities with them in adequate
quantity to complete the work, which shall be minimum of the
following:
a. One hand held GPS having accuracy + or - 3m or better.
b. Two Auto levels with all necessary accessories.
c. One DGPS (dual frequency with at least 12 channels) and two total
stations of 2 seconds accuracy or better with all necessary
accessories.
d. A computer with latest AutoCAD, latest MS Office and other
necessary packages for preparation of drawings etc.,
e. Software for downloading & preparation of L-Section such as Auto
plotter or similar etc.,
(vii) The offer of the agency not qualifying the above all criteria will
summarily be rejected without assigning any reason.
4. One tender per Bidder
Each Bidder shall submit only one tender purchased in their name.
A Bidder who submits more than one tender will be disqualified.
11
5. Cost of Tendering
[a] The Tender set is sent along with the letter for intimation of short
listing of firms. The cost of Tender set is Rs.500/- + 5% VAT which
shall be paid in the form of Demand Draft or Bankers Cheque.
Submission of Tender in the name of Chairman, Chennai Port
Trust.
[b] The Bidder shall bear all costs associated with the preparation and
submission of his tender and the Board will in no case be
responsible or liable for those costs, regardless of the conduct or
outcome of the tendering process.
6. Site Visit
6.1 Any site information given in this tender document is for reference
only. The Bidder is advised to visit and examine the site of works
and its surroundings and obtain for himself on his own
responsibility all information that may be necessary for preparing
the tender and for the execution of the assignment.
The bidder shall be deemed to have inspected the site and its
surroundings beforehand and taken into account all relevant
factors pertaining to the site in the preparation and submission of
the tender.
The costs of visiting the site shall be borne by the Bidder.
Permission, if required, to visit the site will be given during the
tender period on application to:
The Superintending Engineer (LBS),
3rd Floor, Administrative Office Building,
Chennai Port Trust,
No.1 Rajaji Salai, Chennai – 600 001.
Telephone: 044 – 2536 9365; 044 – 2531 2367
Fax : 044 – 2536 0968
6.2 The Bidder and any of his personnel or agents will be granted
permission by the Engineer to enter upon his premises and lands
for the purpose of such inspection, but only upon the express
12
condition that the Bidder, his personnel and agents, will release
and indemnify the Engineer or his representatives from and against
all liability in respect of such inspection and will also be responsible
for death or personal injury, loss or damage to property and any
other loss, damage, costs and expenses incurred as a result of the
inspection.
6.3 It is the responsibility of Bidders to visit the site as set out in 6.1
above and obtain all information necessary for the purpose of
preparing Tenders. Bidders must inspect and fully satisfy
themselves as to:
• The requirements and extent of the Assignments. • The means of access to the Site.
7. Content of Tender Documents
7.1 The tender documents contain the schedules stated below, and
should be read in conjunction with any Addenda / Amendments
issued in accordance with Clause 9:
i) Instruction to Bidders
ii) Form of Bid
iii) General Conditions of contract
iv) Terms of Reference
v) Schedule of Drawings
vi] Annexure – I Format for E-Payment
vii) Price Bid.
The Bidder shall examine carefully all the contents of the tender
documents including instructions, conditions, terms, specifications
and drawings and take them fully into account before submitting
his offer. Failure to comply with the requirements as detailed in
these documents shall be at the tenderer’s own risk and tender
submission will render the tender liable for rejection. Pursuant to
Clause 3 above, tenders, which are not responsive to the
requirements of the tender conditions, will be rejected.
13
8. Clarification of Tender Documents
A Bidder requiring any clarification regarding the tender documents
may notify the Engineer in writing or by cable (hereinafter, the term
‘cable’ is deemed to include facsimile and E-mail) to
[email protected] at the Superintending Engineer’s address
indicated in the Invitation of Tenders. The Engineer will respond to
any request for clarification, which he receives 3 days prior to the
deadline for submission of tenders. Copies of the Engineer’s
response will be forwarded to all purchasers of the tender
documents, including a description of the enquiry, but without
mentioning the source of the enquiry. It is to be noted that no
queries, clarifications will be received after the period stipulated
above.
While all efforts have been made to avoid errors in the drafting of
the tender documents, the tenderer is advised to check the same
carefully. No claim on account of any errors detected in the tender
documents shall be entertained.
9. Amendment to Tender Documents
9.1 At any time prior to the deadline for submission of tenders, the
Engineer may, for any reason, whether on his own initiative or in
response to a clarification by a prospective Bidder, modify the
tender documents by issuing addenda.
9.2 Any addendum thus issued shall form part of the tender documents
pursuant to Sub-Clause 9.1 and shall be communicated in writing
or by cable, to all purchasers of the tender documents. Prospective
Bidders shall acknowledge receipt of each addendum by cable to
the Engineer.
9.3 Any amendments thus issued will be hosted on the website up to
two days prior to the dates specified for submission of the bids. All
the bidders who have downloaded the Bid Document shall verify if
any such amendment/modifications has been issued before
submitting their bid and shall take cognizance of and include such
amendment(s) in their submission. In any case, the amendment(s)/
14
modification(s) if any shall be binding on the Bidder. No separate
notice/intimation of amendments/modifications will be sent to
those who have downloaded the document from the web.
9.4 If any addendum is issued, reasonable time will be given to Bidders
to take the addendum into account in preparing their tenders, in
which case, the Engineer may extend the deadline for submission of
tenders, in accordance with Clause 13.
10. PREPARATIONS AND SUBMISSION OF TENDERS
10.1 Language of Tender
The tender, and all correspondence and documents, related to the
tender, exchanged between the Bidder and the Engineer shall be
written in the English language only. If any printed literature
written in any other language is furnished by the Bidders along
with their offer, such documents shall be supplemented with its
English translation also. For the purpose of interpretation of the
tender, the contents in the English translated version alone shall
govern.
Any litigation arising out of this assignment shall only be
adjudicated before the competent court of law within the
jurisdiction of the Hon’ble High Court of Madras.
10.2 Documents Comprising the Tender
The tender submitted by the Bidder shall comprise the following:
10.2.1 PRICE BID a) - Demand Draft towards cost of Tender.
b) - Earnest Money Deposit.
Instructions to bidders, Form of Bid, General Conditions of
Contract, Schedule of Drawings supplied by the Trust along with
the Bid documents, duly signed and stamped on all the pages of the
documents by the Bidder in token of acceptance of all the
conditions stipulated therein.
c] The Price Bid shall only contain the Form of Tender with Appendix
to tender and the Priced Bid duly filled in signed and sealed.
15
The Price Bid shall also be addressed to Superintending
Engineer (LBS), Chennai Port Trust and sealed properly duly
indicating the name of work as:
“TENDER FOR CONDUCTING ENGINEERING SURVEY (BOUNDARY
TOPOGRAPHICAL AND CONTOUR) OF THE ENTIRE INNER HARBOUR
AREA AND PROVIDING PERMANENT BENCH MARKS IN CHENNAI
PORT TRUST INCLUDING RAJAJI SALAI AND TONDIARPET HOUSING
COLONY” Names and Addresses of the Bidders shall also be written
on the cover.
The bidder/s shall indicate the total charges/fees (in Indian
Rupees) to be paid by Chennai Port Trust for this services/
assignment in the Price bid. These charges/fees shall be inclusive
of all taxes, incidentals, overheads, traveling expenses, printing and
binding of reports, expenditure related to presentations to be made
during the execution of the assignment, sundries and all other
expenditure for execution of this services as per the “Terms of
Reference”, under Section III of the Tender document.
NOTE :
a) The fees/charges quoted by the bidder shall be paid against
deliverables of the bidder/s as detailed at Clause 1.4 of Terms of
Reference (ToR).
b) Income tax, Professional tax, any other tax as per Statutory
Provisions of Govt. of India and Tamil Nadu State Govt. shall be
deducted by the Port from the bill. A certificate in this regard shall
be furnished by the Employer.
c) NO COUNTER CONDITIONS SHOULD BE INCLUDED IN
FINANCIAL PROPOSAL. CONDITIONAL FINANCIAL PROPOSAL
WILL BE SUMMARILY REJECTED.
d) The bidder may himself obtain all necessary information with regard to the
Total amounts of taxes; levies etc. as applicable and make an independent
evaluation in this regard.
16
10.2.2 BID APPLICATION
The Bid Application shall be addressed to The Superintending
Engineer (LBS), Chennai Port Trust and sealed properly duly
indicating the name of work as “TENDER FOR CONDUCTING
ENGINEERING SURVEY (BOUNDARY TOPOGRAPHICAL AND
CONTOUR) OF THE ENTIRE INNER HARBOUR AREA AND PROVIDING
PERMANENT BENCH MARKS IN CHENNAI PORT TRUST INCLUDING
RAJAJI SALAI AND TONDIARPET HOUSING COLONY”
11. Conditions stipulated by the Bidder
The Bidder shall note that alternative or qualifying tender
conditions will not be acceptable. Tenders containing any qualifying
conditions or even Bidders clarifications in any form will be treated
as non-responsive and will run the risk of rejection. Price Bid of
Bidders not conforming to the above condition will be returned
unopened.
12. Sealing, Marking and signing of Tender
12.1 Tenders must be sent in sealed cover superscribed “TENDER FOR
CONDUCTING ENGINEERING SURVEY (BOUNDARY TOPOGRAPHICAL
AND CONTOUR) OF THE ENTIRE INNER HARBOUR AREA AND
PROVIDING PERMANENT BENCH MARKS IN CHENNAI PORT TRUST
INCLUDING RAJAJI SALAI AND TONDIARPET HOUSING COLONY”
addressed to the Superintending Engineer (LBS), 3rd Floor,
Administrative Office Building, Chennai Port Trust, Chennai 600001
so as to reach the above office not later than 15:00 Hrs
on 05.12.2014.
12.2 The Bidder shall submit all such documents as required in
Clause 10, duly filled in along with their covering letters, data and
other information so that the tender is complete.
12.3 The tender shall be filled and signed only by the firm/corporation in
whose name the tender documents have been issued.
17
12.4 The total amount and the Price Bid shall be filled in, either typed or
written in indelible ink and shall be signed and sealed by the
person or persons duly authorized to sign on behalf of the Bidder,
pursuant to Sub-Clause 3 above. The person or persons signing the
tender shall initial all pages of the tender, which are required to be
submitted as per Clause 12.2.
12.5 Offers sent by Telex, Fax and Telegraph are not acceptable.
13. Deadline for submission of tender
13.1 Tenders must reach the office of the Superintending Engineer (LBS)
3rd floor, Administrative Office Buildings , Chennai Port Trust,
Chennai – 600 001 at the address specified in Para 6.1 above not
later than 1500 Hrs on 05.12.2014.
13.2 The Engineer may, at his discretion extend the deadline for
submission of tenders by issuing an addendum in accordance with
Clause 9 in which case all the rights and obligations of the
Employer and the Bidders previously subject to the original
deadline will thereafter be subject to the deadline as extended.
14. Late Tenders
Any tender received by the Engineer after the deadline for
submission of tenders prescribed in Clause 13 will be rejected and
returned unopened to the Bidder.
15. Tender Prices
15.1 Unless stated otherwise in the tender documents, the contract shall
be for the whole assignment as described in Sub-clause 1.1, based
on the total amount quoted by the Bidder in their Price Bid.
The tenderer shall keep the contents of his tender and rates quoted
by him confidential.
16. Tender Validity
16.1 Tenders shall remain valid for a period of 16 weeks from the date of
tender opening specified in Clause 18.1.
16.2 In exceptional circumstances, prior to the expiry of the original
tender validity period, the Engineer may request the Bidders to
extend the period of validity for a specified additional period. The
18
request and the response thereto shall be made in writing or by
cable. A Bidder agreeing to the request will not be required or
permitted to modify his tender, but will be required to merely
extend the validity of his tender for the period of extension. In case,
a Bidder is not agreeing to the request of the Engineer for extension
of validity of the tender, then his tender will not be processed
further and the portion of his tender which have not been opened
will be returned to them unopened as the case may be. The E.M.D.
paid by them will also be refunded to them as in the case of other
unsuccessful Bidders.
17. Earnest Money Deposit (EMD)
17.1 Each tender should be accompanied by an Earnest Money Deposit
(EMD) amounting to Rs.25,200/-(Rupees Twenty five thousand
and two hundred only) which shall be in the form of Demand
Draft / Pay Order from any Nationalized Bank / Scheduled Bank
or drawn in favor of Chairman, Chennai Port Trust, Chennai - 1.
17.2 The Demand Draft / Pay Order should be enclosed with the Tender
and should not be sent separately.
17.3 Under no circumstance should currency notes be enclosed in the
cover containing the Tender as Earnest Money.
17.4 Tenders not accompanied by the Earnest Money Deposit in the
manner prescribed by the Trust will be summarily rejected.
18. TENDER OPENING AND EVALUATION
18.1 Tender Opening
18.1.1 The BID will be opened at the office of the Superintending
Engineer (LBS), 3rd Floor, Administrative Office Building,
Chennai Port Trust, Chennai - 600 001 at 15.15 Hrs
on 05.12.2014 in the presence of Accounts Officer and the
authorized representative Bidder’s who have paid the EMD and
are present at that time. Eligible Bidders as above should send a
letter of authorization containing the specimen signature(s) of
their representative(s) who are deputed to be present at the time of
opening of tenders. Representatives without the letter of
19
authorization will not be permitted to witness the opening of the
tender.
18.1.2 The maximum number of representatives that a Bidder can depute
to witness the opening of the tender will be limited to two.
18.2 The Bidders’ authorized representatives who are present shall sign
a register evidencing their attendance. In the event of the
specified date of tender opening being declared as a holiday for the
Board, the tenders shall be opened at the appointed time and
location on the next working day.
18.3 (Blank)
18.4 The Bidder’s name, the tender prices, any discounts offered on the
tender prices and such other details as the Engineer may consider
appropriate will be read out at the time of opening.
18.5 After opening of Price Bid, the assignment will be awarded to lowest
eligible bidder. However the Engineer also reserves the right to
negotiate with the lowest priced eligible Bidder prior to the award of
assignment, if found necessary.
19 Process to be confidential
Information relating to the examination, clarification, evaluation
and comparison of Bids and recommendations for the award of
contract will not be disclosed to Bidders or any other persons not
officially concerned with such process, until the award to the
successful Bidder has been announced. Any effort by a Bidder to
influence the Employer during processing of Bids or award decision
will result in the rejection of his/their bid.
20 Correction of Errors
If there are differences between the Total amounts quoted by the
valuer in words and figures, the following procedure shall be
followed: -
When there is a difference between the total amount quoted in
figures and in words, the Total amount quoted by the Bidder in
words shall be taken as correct.
20
21 Engineer’s right to accept any Bid and to reject any or all
Bids
The Engineer reserves the right to accept or reject any Bid/all Bids,
and to annul the Biding process, at any time prior to the award of
contract, without thereby incurring any liability to the affected
Bidder or Bidders or any obligation to inform the affected Bidder or
Bidders of the grounds for the Board’s action.
22 Security Deposit
The person whose Bid or any portion of whose Bid is accepted must
within 5 days of receipt of notice of such acceptance or within such
extended time as may be allowed by the Engineer at his discretion
deposit to the extent of 5% of the quoted value of the successful
bidder towards security for the due fulfillment of the conditions of
the contract.
The Bidder shall pay the Security Deposit in the form of Demand
Draft/ Bankers Cheque payable at Chennai drawn on any
Scheduled Bank. No interest will be allowed on security deposit.
23. Refund of EMD
23.1 The EMD will be refunded to all Bidders other than the three lowest
Bidders within ten days from the date of opening of price bid. The
EMD of the two Bidders other than the Bidder whose offer is
accepted will be refunded within a period of one month after
finalization of the award of assignment. The EMD will not bear any
interest.
23.2 The EMD of the successful Bidder will be refunded only after the
remittance of security deposit in any manner as aforesaid.
Alternatively, the successful Bidder shall when his Bid is accepted,
furnish security as specified in the clause 22 of this Section after
giving credit to the amount deposited by him as earnest money. The
earnest money shall retain its character, as such, till the successful
Bidder furnishes the security deposit
24. Where a person whose Bid has been received on behalf of the Board
intimates that they are withdrawing their Bid before the validity
21
period or makes any modification in the terms and conditions of the
Bid which are not acceptable to the Port (or) fail to furnish the
security deposit within the prescribed time, the Port shall without
prejudice to any other right or remedy, be at liberty to forfeit the
Earnest Money deposited by such person absolutely.
25. The Engineer does not bind himself to recommend the acceptance
of the lowest or any Bid or to assign any reason for non-acceptance.
26. The Bidder should furnish along with his Bid, his Permanent
Income Tax Account No.
27. Only such vehicles as are licensed by the Board will be permitted to
enter into the Harbour premises.
28. General Instructions 1. All the survey work shall be carried out using DGPS (dual
frequency) / Total Stations of two second accuracy or better. The
leveling work shall be carried out by Auto level.
2. Total station instruments should be deployed to achieve the
specified accuracy of the work. Proper precautions for avoiding
graduation errors and other instrumental and personal errors
should be scrupulously observed.
3. At inaccessible locations or locations where there is any hindrance
to conduct survey using total station equipment, the bidder has to
employ High Definition Survey (HDS) Laser Scanner or Differential
GPS and / or a combination of the above or other methods for data
gathering.
4. The location of tentative area to be surveyed is shown in sketch.
However, the location / area(s) indicated is subject to change that
may be necessary during-actual execution of the work. The work
shall be carried out as per the instructions of Chennai Port Trust.
5. The work shall be executed according to the specifications and good
standard of practice necessary to fulfill the objective of the survey
work, strictly in accordance with the instructions and satisfaction of
the Chennai Port Trust.
22
6. The quoted rates shall be inclusive of all the cost of labour,
materials, equipments, preparation of drawings and reports etc.,
and any other charges whatsoever shall not be entertained in any
circumstances.
7. The Engineer in-charge or his representative will be visiting site and
the engineers engaged in work shall extend co-operation and
explain methodology being adopted and satisfy them for accuracy of
work.
8. The equipment used shall be accessible to the Engineer in-charge
or his representative for inspection to ensure their suitability for the
job.
9. The bidder shall carry out transferring of Bench mark from nearest
GTS bench mark or available source as approved by Chennai Port
Trust and establish the same on 10 Nos. permanent bench marks
to be constructed as per the instructions of Chennai Port Trust at
convenient locations at the site. All subsequent transfer of levels
shall be carried out with respect to these bench marks. This will be
the responsibility of the successful bidder to obtain standard GTS
bench marks.
10. Carrying out the Bench Mark (GTS/any other reference Bench Mark
as approved by Chennai Port Trust) to site/sites under survey,
establishing and constructing 10 nos permanent bench mark along
with necessary reference pillars in the field over the entire survey
area at suitable locations as approved by the Chennai Port Trust.
These reference pillars shall be labeled permanently with their
respective co-ordinates and reduced levels for future use. The bench
mark and reference pillars shall be shown on the survey drawings.
11. All control points must be located in consultation with the Engineer
in-charge.
12. The legends for surveying and preparation of plans shall confirm to
the Survey of India and as per the direction / instruction of
Chennai Port Trust.
23
13. Any unusual condition or formations on the ground, etc., shall also
be noted and plotted on the maps.
14. Wherever access to the surveying area is necessary, the bidder shall
provide means to the surveying areas including all the personnel
and equipment. If any obstruction which is to be cleared by the
bidder at his own cost.
15. Transfer of levels shall always based on permanent bench mark
established in the survey area.
16. The bidder shall provide Computer with latest version of AutoCAD,
MS office and other necessary packages for preparation of drawing
etc.,
**********
24
CHENNAI PORT TRUST
TENDER FOR CONDUCTING ENGINEERING SURVEY (BOUNDARY TOPOGRAPHICAL AND CONTOUR) OF THE ENTIRE INNER HARBOUR AREA AND PROVIDING PERMANENT BENCH MARKS IN CHENNAI PORT TRUST INCLUDING RAJAJI SALAI AND TONDIARPET HOUSING COLONY
SECTION - II
GENERAL CONDITIONS OF CONTRACT
1.1 In the contract (as hereinafter defined) the following words and
expressions shall have the meanings hereby assigned to them
except where the context otherwise requires.
(a) “Board” - The Board means the Board of Trustees of the Port of
Chennai, a body corporate Total amount as constituted under the
Major Port Trusts Act of 1963, represented by its Chairman and as
amended from time to time.
(b) “Employer/ChPT” means the Board of Trustees of the Port of
Chennai a body constituted under Section (3) of the Major Port
Trusts Act of 1963 acting through its Chairman, Deputy Chairman,
Engineer or any other officer nominated by the board and legal
successors in title to such person but not (except with the consent
of the valuer) any assignee of such person.
(c) “TENDER / BID” means the valuer’s priced offer to the Employer
for the execution and completion of the valuation assignment works
and the remedying of any defects therein in all accordance with the
provisions of the contract, as accepted by the Letter of Acceptance –
Award letter.
(d) “BIDDER/S” means the person or persons, firm, corporation,
consortium or company who submits the BID for the subject
services/assignment.
(e) “CONTRACTOR / SURVEYOR” means the persons or firm or
company whose tender has been accepted by the Board and the
legal personnel, representatives or the successors of such firm or
25
company and the permitted assigns of such persons or firm
company.
(f) “Letter of Acceptance”, “Award letter” refers to the letter
communicating the formal acceptance of the bid by the Employer.
(g) “AWARD PRICE” means the sum named in the Bid/proposal
submitted by the Successful Bidder with any modification there of
or addition thereto or deduction there from as may be made under
the provisions contained in the proposal document.
(h) “Engineer-in-charge / Engineer’s representative” means the
Superintending Engineer (LBS) or an officer appointed by the
Chief Engineer in writing who shall direct, supervise and perform
the duties set forth in sub - Clause 3.2 hereof and be in-charge of
the works.
(i) “Consultancy services/Services/Assignment” means the services
to be provided by the Valuers as detailed in this bid document and
under Terms of Reference brought out in Section - III of this
document.
1.1.1 NOTES:
Singular and Plural:
Words importing the singular also include the plural and vice versa
where the context so requires.
Headings:
The marginal headings or notes in these General conditions shall
not be deemed to be part thereof or be taken into consideration in
the interpretation or construction thereof of the contract.
1.2 Commencement and Completion of Assignments
The successful bidder shall commence the work within 7 days from
the date of issue of the award letter by the employer (i.e. intimation
of the acceptance of the Bid) and carry out the same expeditiously
at whatever point or points and in such portion as employer may
direct. The surveyor shall complete the works within 90 days from
the date of commencement.
26
During the assignment, the surveyor shall submit the Report as per
the Terms of Reference.
1.3 Care and Diligence
The bidder shall exercise all reasonable care and diligence in the
discharge of all technical, professional and contractual duties to be
performed by them under this contract and shall be fully
responsible to the Employer for the proper, efficient and effective
execution of their duties.
1.4 Taxes and Duties
The surveyors shall pay all taxes, levy, duty which they may be
liable to pay to the Government of Tamil Nadu and Government of
India or other authorities under any law for the time being in force
in respect of or in accordance with the execution of the work. The
surveyors shall further be liable to pay such increase in the taxes,
levy, duty etc. under the existing law or which may become payable
as a result of introduction of any law. Increase in taxes, levy, duty,
etc. and imposition of new taxes, levy, duty, etc. shall not be ground
or an excuse for claiming any extra or additional costs nor a ground
or excuse for extension of time for completing the work. The
surveyors are deemed to have included/ considered all payments to
be made to them while quoting the proposal except Service Tax,
which will be reimbursed as applicable over the quoted price.
1.5 Confidentiality
The surveyors shall treat all the documents and information
received from Chennai Port Trust (ChPT), submitted to ChPT and all
other related documents/communications in confidence and shall
ensure that all who have access to such material shall also treat
them in confidence. The surveyors shall not divulge any such
information without the prior written permission of ChPT
authorities. The surveyors shall return all the documents received
from ChPT from time to time after completion of the related works.
27
1.6 Suspension of the Contract
If any of the following events shall have happened and be
continuing, then ChPT may, by written notice to the surveyors,
suspend in whole or in part, payment due thereafter to the
surveyors under the contract.
a) A default shall have occurred on the part of the surveyors in the
execution of the contract.
b) Any other condition which makes it unable for either party by
reason of “Force Majeure” as referred to in Clause No.1.9 to
successfully carry out the assignment/s or to accomplish the
purpose of the contract.
1.7 Termination of Contract
1.7.1 Termination of Contract by ChPT
During the period of contract, if the performance of the contractor
not satisfactory or not up to the expectation of the Chief engineer or
His representative the contract will be terminated forthwith and the
payment will be assessed by the Chief Engineer or his
representatives for the value of work done. The decision of the Chief
Engineer in this regard is final and binding.
1.8 Termination procedure:
a) Upon termination of the Contract under Clause-1.7, the surveyors
shall take immediate steps to terminate the services in a prompt
and orderly manner and reduce losses and to keep further
expenditure to a minimum.
b) Upon termination of the contract (unless such termination shall
have been occasioned by the default of the surveyors), the
surveyors shall be entitled to be reimbursed in full for such costs as
shall have been duly incurred prior to the date of such termination.
1.9 Force Majeure :
a) If either party is temporarily unable by a reason of Force Majeure or
the laws or regulations of India to meet any of its obligations under
the contract, and if such party gives to the other party written
28
notice of the event within 7(Seven) days after its occurrence, such
obligations of the party as it is unable to perform by reason of the
event, shall be suspended for as long as the inability continues.
b) Neither party shall be liable to the other party for loss or damage
sustained by such other party arising from any event referred to in
clause (a) above or delays arising from such event.
c) The term “Force Majeure” as employed herein, shall mean “Act of
God, Strike, Lock-outs or other Industrial Disturbances,
Insurrection, Riots, Epidemics, Landslides, Earthquakes, Storms,
Lightning, Floods, Wash Outs, Civil Disturbances, Explosions and
any other similar event not within the control of either party, and
which, by the exercise of due diligence, neither party is able to
overcome”.
d) Force Majeure shall not include any event which is caused by the
negligence or intentional action of a Party or such party’s sub-
Valuers or agents or employees, nor (ii) any event which a diligent
party could reasonably have been expected to both (A) take into
account at the time of the conclusion of this contract and (B) avoid
or overcome in the carrying out of its obligations hereunder:
1.10 Responsibility of Surveyors during the assignment:
During the validity period of the surveyor services, the surveyors
shall hold discussions with the Engineer in Charge and make
presentations on the reports/findings.
1.11 Facility/i.e. to be made available to Surveyors:
The Port Trust shall provide the following resources and facilities to
the surveyors:
A limited space without affecting the day to day activities of the
near by area will be made available to the surveyor subject to
availability at the discretion of the Engineer. No rental charges will
be levied for the working area spared to the surveyor during the
tenure of the contract including extended period, if any granted.
29
1.12 Terms of payment:
The surveyors shall be paid the lump sum fee/charges (to be quoted
by the bidder) for providing the services against the deliverables as
stated in the Terms of Reference subject to the following:
a) The above fees are exclusive of Service Taxes
b) Service Tax Amount has to be shown on a separate
element in the bill.
c) The above fees would include the fees and all out of pocket
expenses incurred by the surveyors towards travel to Chennai Port
& local boarding and lodging.
e) The payment to the firms shall be released through e-payment and
the requisite information will be provided as per “Annexure-I” of the
Bid Document.
1.13 Extension of Time for Completion, In the event of
The surveyor shall commence the assignment within the period
named in the tender after the receipt by him of an order in writing
to this effect from the Engineer and shall proceed with the same
with due expedition and without delay except as may be expressly
sanctioned or ordered by the Engineer or be wholly beyond the
control of the surveyor.
The surveyor shall maintain the Total amount of progress required
as per schedule. If the progress of assignment is held up owing to
circumstances, which in the opinion of the Engineer are beyond the
control of the surveyor, such as war, stormy weather and for other
reasonable causes in the opinion of the Engineer, the Engineer may
at his discretion grant to the surveyor such extension of time as he
considers reasonable for the completion of the assignment.
(a) the amount or nature of extra or additional work, or
(b) any cause of delay referred to in these conditions, or
(c) any delay, impediment or prevention by the Employer, or
(d) other special circumstances which may occur, other than through a
default of or breach of contract by the surveyors or for which he is
30
responsible, being such as fairly to entitle the surveyors to an
extension of the Time for Completion of the Assignments, or any
Section or part thereof, the Engineer shall, after due consultation
with the Employer and the surveyors, determine the amount of
such extension and shall notify the surveyors accordingly, with a
copy to the Employer.
The execution of the assignment during the extended period also,
shall be only under the conditions and at the Total amount
specified in the contract.
The grant of such extension of time will not bestow on them any
right to claim compensation or extra payment at a future date
whatsoever. No claim shall be made by the surveyor on the
grounds of executing the assignment beyond the completion period
stipulated in the contract.
1.14 Total amount of Progress
If for any reason, which does not entitle the surveyors to an
extension of time, the Total amount of progress of the Assignments
or any Section is at any time, in the opinion of the Engineer shall so
notify the surveyors who shall thereupon take such steps as are
necessary, subject to the consent of the Engineer, to expedite
progress so as to comply with the Time for Completion. The
surveyors shall not be entitled to any additional payment for taking
such steps.
1.15 Compensation for delay:
If the surveyor fails to complete the assignment in all respects
within the time specified or within the extended time that may be
allowed by the Engineer as per clause 1.13, the surveyor shall pay
or allow to the Board a sum equivalent to ½% (half percent) per day
inclusive of holidays) or part thereof of the total value of the
contract subject to a maximum of 5% of the total value of contract
as liquidated damages/late delivery charges and ascertained
damages and not by way of penalty, for every day thereof beyond
the said period or extended period as the case may be during which
31
the assignment shall remain unfinished. Such damages will be
deducted from any amount payable to or to be payable to the
surveyor including any securities / guarantees if any available with
the Port Trust. The payment of such damages does not relieve the
surveyor of his obligations to complete the assignments or from any
other of his obligations or liabilities under this contract.
1.16 Remedy on surveyor’s failure to carry out the assignment
required
The progress of the assignment at each stage will be subject to the
approval of the Engineer whose decision as to the Total amount of
progress at each stage shall be final and binding on the surveyor.
The Engineer reserves to himself the right to cancel the contract for
unsatisfactory progress in the assignment at any stage.
1.17 Completion Certificate
Completion certificate shall be issued by the Employer on expiry of
all the tasks and submission of all reports/Drawings/documents as
indicated in Terms of Reference enclosed to this bid document, to
the satisfaction of the Employer.
1.18 Release of Security Deposit:
The amount deposited by the surveyor, as Security Deposit under
this Assignment will be refunded to the surveyor only after
satisfactory completion of the assignment pursuant to sub clause
1.15 & 1.16. In case of non-completion of the surveying job within
the specified period of 90 days or extended period of time for
completion (as per clause 1.13), the Security deposit will be
forfeited.
1.19 Special conditions of contract
Work Program
The bidder shall submit the program of work and inspection report
including methodology to be adopted before the start of work.
32
Safety precautions during progress of works
The bidder shall take all precautions to ensure safety of the staff,
existing utility services, adjoining structures etc., during progress of
work. The bidder shall also make necessary arrangement for the
safety of his workers, if any accident occurs, the entire
responsibility fall on the part of the bidder.
Damage to Government property or private life & property
The bidder shall be responsible for all risks to the works and for
trespasses and shall make good at his own expense all loss or
damage whether to the works themselves or to any other property of
the Government (including Utility Services). Chennai Port Trust is
not responsible for the lives of persons or property of others
whatsoever may be the cause in connection with or as a result of
the execution of works even though all reasonable and proper
precautions may have been taken by the bidder. Such cost, loss or
damages or compensation (including that payable under the
provisions of the Workmen’s Compensation Act or any statutory
amendments thereof) to any person or persons sustaining damage
as omission on the part of the contractor, is to be borne by the
bidder.
The amount of any costs or charges (including costs and charges in
connection with legal proceedings), which may incur in reference
thereto, shall be charged to the or to defend or comprise any claim
or threatened legal proceedings or in anticipation of legal
proceedings being instituted consequent to the action or default of
the bidder to take such steps as may be considered necessary or
desirable to ward off mitigate the effect of such proceedings,
charging to the bidder as aforesaid any sum or sums of money
which may be paid and any expenses whether for reinstatement or
otherwise which may be incurred and the propriety of any such
payment, defense or comprise and the incurring of any such
expenses shall not be called in question by the bidder.
33
Risks and Cost
In case bidder fails to complete work as per schedule, Chennai Port
Trust has discretion to get the work done completed by any other
agency at risk and cost of the agency to which the work has initially
been awarded by giving 7 days notice.
Escalation
No escalation in rates shall be allowed on any account.
Alteration to scope of work
Chennai Port Trust Engineers or representative shall have rights to
make any alteration, omission addition substitution for the original
work. No claim whatever on account of above shall be entertained
except the payment for the actual work done.
Other conditions
1. In case of premature termination, no extra compensation shall be
payable. Payment of remuneration in that case will be made to the
extent the services rendered till that time can be made use of by
Chennai Port Trust, limited to the period for which the agency had
actually rendered the service and subject to the intermediate targets
being adhered to as per the work schedule mutually agreed to. No
notice of termination or remuneration thereof will be necessary and
continuance shall be solely at the discretion of Chennai Port Trust.
2. The drawings, reports, data, etc., used for the survey work shall be
the sole property of Chennai Port Trust and the bidder will not
reproduce or pass on these to any other person or firm etc.,
3. The format and titles of all the drawings to be submitted by the
bidder shall be as per the guidelines and demand of Chennai Port
Trust.
4 All field books, note books, floppies, drawings and other documents
containing field data gathered during traverse survey shall be
handed over to Chennai Port Trust and bidder shall have no claim
or use whatsoever. The bidder shall not reproduce any data
collected from the work in any form.
34
5 In case of any discrepancy in the description of work in the tender
documents, the decision made by Chennai Port Trust shall be final
and binding on the bidder.
6. Any error in description, quantity or rate in schedule of quantity or
any omission there from shall not vitiate the contract or release the
bidder from the execution of the whole or any part of the contract or
works comprised there in according to drawings and specifications
or from any of his obligations under the contract.
7. All the documents and drawings created out of the assigned work
will become the sole property of the Chennai Port Trust and
Chennai Port Trust will be free to use the same in any manner
deemed fit.
8. The agency will exercise all responsible skill, care and diligence in
the performance of the service under this work and shall carry out
all the responsibilities with recognized latest professional
standards.
******
35
CHENNAI PORT TRUST TENDER FOR CONDUCTING ENGINEERING SURVEY (BOUNDARY TOPOGRAPHICAL AND CONTOUR) OF THE ENTIRE INNER HARBOUR AREA AND PROVIDING PERMANENT BENCH MARKS IN CHENNAI PORT TRUST INCLUDING RAJAJI SALAI AND TONDIARPET HOUSING COLONY
SECTION – III TERMS OF REFERENCES
A. Definition:
1.1 “Employer / ChPT” means the Board of Trustees of the Port of
Chennai a body constituted under Section (3) of the Major Port
Trusts Act of 1963 acting through its Chairman, Deputy Chairman,
Engineer or any other officer nominated by the board and legal
successors in title to such person but not (except with the consent
of the surveyor) any assignee of such person.
1.2 “BIDDER/S” means the person or persons, firm, corporation,
consortium or company who submits the BID for the subject
services/assignment.
1.3 Scope of assignment:
The Chennai Port has proposed to conduct topographical survey
and contour for the Port land in Chennai Port Trust, the
topographical survey and contour of entire inside port areas (inner
harbour area) and Rajaji Salai, Tondiarpet Housing Colony in the
city of Chennai will have to be carried out. The work involves
carrying out a detailed engineering topographical survey and
contour for the above said locations. The surveying shall be carried
out as per the standard norms taking in to consideration.
Note: Along with the offer, the bidder should submit a bar chart
indicating their programme of assignment. The bidder shall also
provide in writing a detailed description of the arrangements and
methods which the bidder proposes to adopt for the assignment of
conducting topographical survey and contour for entire inside port
areas (inner harbour area) and Rajaji Salai, Tondiarpet Housing
Colony.
36
1.4 Deliverables:
The below defined deliverables shall be submitted after completion
of field survey of entire inner Harbour area, Rajaji Salai, and
Tondiarpet Housing colony of Chennai Port Trust:
a) CAD / SHP files in Geographic co-ordinates system – WGS84 datum
and Universal Transverse Mercator Projection – WGS84 datum.
b) Port area wise RAW and differentially corrected DGPS reading in
RINEX and native format (9 decimal places in degrees for latitude
and longitude including height above Mean Sea Level (MSL) and
Height above Ellipsoid (HAE) in meters.
c) For Total Station: Unregistered & Geo-referenced maps along with
GCP’s (RAW & differentially corrected DGPS readings) in RINEX and
native format.
d) RAW and post-processed DGPS readings along with original source
file for each location shall be submitted as soon as the work is
completed.
The agency will be provided with a hard copy of maps prepared by
Chennai Port Trust to facilitate the survey work. The maps will
contain information of Revenue department patta layer, roads,
buildings, landmarks and tentative boundary demarcated from
RWA layout map. The agency will also be provided with Survey of
India (SOI) captured GCP points for reference.
2.0 Time Schedule
2.1 The time schedule for this assignment is fixed as 90 days. The
Firms shall strictly adhere to the time frame for the various
activities pertaining to the assignment as detailed in the enclosed
Bar Chart / Implementation Schedule.
• Within 7 days of award of work the bidder shall mobilize his team
and equipment at site.
• The work has to be carried out in three phases.
37
• Phase I – The bidder should complete the topographic survey and
contour with mapping for the entire inside Port & back up area
within 30 days and submit three hard copies & a soft copy of the
draft report to Chennai Port Trust for approval. The bidder shall
finalize and submit the final report within 7 days of receiving
detailed comments from Chennai Port Trust.
• Phase II – The topographic survey and contour with mapping for
whole area of Rajaji Salai and T.H. Colony assignment should be
completed within 60 days from the date of award of work including
submission of draft report. The bidder shall finalise and submit the
final report within 7 days of receiving detailed comments from
Chennai Port Trust.
• Phase III – The entire work of overlaying and analysis of the
cadastral maps over the topographic maps should be completed
within 90 days from the date of award of work including submission
of draft report for all the above areas. The bidder shall finalise and
submit the final report within 7 days of receiving detailed comments
from Chennai Port Trust.
• Three hard copies (colour print out in paper) of all the draft reports
along two soft copies shall be submitted to Chennai Port Trust for
approval.
• Five hard copies (colour print out in polyester base film & in high
quality paper – 5 each) & two soft copies of the final reports shall be
submitted to Chennai Port Trust.
Sl No
Description Time Schedule
1
Submission of surveying report and other documents (Three copies with CD)
On or before ……..2015 (Refer clause 1.2 of Section II)
3.0 Remuneration:
The nature and magnitude of different assignments have been listed
in Price Bid.
38
3.1 The Bidder is requested to quote the fee of the assignments as a
lump sums in Price Bid. This will be included only in cover
superscribed “Price Bid”. The Prices quoted shall be firm and valid
for the entire period of Contract and no escalation will be payable to
the firm.
4 Terms of Payment
The surveyors shall be paid the lump sum fee/charges (to be quoted
by the bidder) for providing the services against the deliverables as
stated in clause 1.4 above subject to the clause 1.12 of Section – II.
Note: Generally payment of fees will be made by the Employer
within 15 days and the same will be released through ECS.
Payment schedule:
• 40% of accepted amount on completion and submission of phase I
survey; i.e. draft reports & topographic maps of the entire inside
Port & Backup area of Chennai Port Trust. (to be completed within
30 days from the date of award of work)
• 30% of accepted amount on completion and submission of phase II
survey; i.e. the draft reports & topographic maps of the whole area
of the Rajaji Salai and T.H.Colony. (to be completed within 60 days
from the date of award of work)
• 30% of the accepted amount or final BOQ settlement amount on
completion and submission of phase III survey; i.e. all final reports
& topographic maps overlaid with cadastral maps for all the above
areas (to be completed within 90 days from the date of award of
work )
4.1 The date on which a Cheque of payment is handed over to the
surveyor by the Employer will be considered as the date of payment
for all purposes. Delay in making such payments by the Employer
due to exceptional circumstances shall not nullify or vitiate in any
way or other, the conditions of the contract and the surveyor shall
have no claim on this account. The employer will not pay any
interest on account of any delay in the payment to the Contactor
39
under any point of time and surveyor cannot prefer any claim on
this account.
5. Set off clause:
Any sum of money due and payable to the surveyor (including
security deposit returnable to him) under this contract may be
appropriated by the Port and set off against any claim of the Port for
the payment of a sum of money arising out of or under any other
contract made by the surveyor with the port.
6. Cessation of Employer’s liability:
The Employer shall not be liable to the surveyor for any matter or
thing arising out of or in connection with the contract or the
execution of the assignments unless the surveyor shall have made a
claim in writing in respect thereof before the issue of the
maintenance certificate under this clause.
Change in constitution:
Where the surveyor is a partnership firm, prior approval in writing
of the Engineer-in-charge shall be obtained before any change is
made in the constitution of firm. Where the surveyor is an
individual or a Hindu undivided family business concern, such
approval as aforesaid shall likewise be obtained before the surveyor
enters into any partnership agreement where under the
partnership, the firm would have the right to carry out the
assignment hereby undertaken by the surveyor.
***********
40
CHENNAI PORT TRUST
TENDER FOR CONDUCTING ENGINEERING SURVEY (BOUNDARY TOPOGRAPHICAL AND CONTOUR) OF THE ENTIRE INNER HARBOUR AREA AND PROVIDING PERMANENT BENCH MARKS IN CHENNAI PORT TRUST INCLUDING RAJAJI SALAI AND TONDIARPET HOUSING COLONY
SECTION – IV
Schedule of Drawings
1. A sketch showing land belongs to Chennai Port Trust – Inside
Port Premises
2. A sketch showing land belongs to Chennai Port Trust – at
Tondiarpet Housing Colony
3. A sketch showing land belongs to Chennai Port Trust – at
Tondiarpet Housing Colony (EDLB land)
4. A sketch showing Bench Mark pillar details
5. Appendix ‘A” – Details of lands belonging to Chennai port trust
(TO BE SURVEYED)
Supplementary drawings if any, which the Engineer may issue
from, time to time or approve during the currency of contract, will
also form part of the contract.
41
42
43
44
45
CHENNAI PORT TRUST
APPENDIX – ‘A’
DETAILS OF LAND BELONGING TO CHENNAI PORT TRUST (TO BE
SURVEYED)
Sl. No
Description Area in Acres (approx.)
A Inside the Port Premises
a) Land
587.00
B Rajaji Salai
a) Land
18.60
C Tondiarpet Housing Colony
a) Land
80.82
Area 686.42
Say total Area 720.00
Note: The area’s indicated above are only tentative. Hence, the surveyor is
advised to inspect all the above areas of land including buildings and other Port structures for conducting the topographical survey with contour & mapping work.
46
ANNEXURE-I
FORMAT FOR FURNISHING BANK INFORMATION FOR
E-PAYMENT
1 Name and full address
of the beneficiary
2
Credit Account No. (Should be full 14 digit)
3 Account Type (SB or CA or OD)
4
Name of the Bank
5
Branch (Full address with telephone No.)
6 MICR code (Should be 9 digit)
Telephone :
Mobile :
7
Telephone/Mobile/Fax No. of the beneficiary
Fax :
8
Xerox copy of a Cheque
9 PAN No. (Xerox copy of PAN CARD)
SIGNATURE THE TENDERER WITH SEAL
47
CHENNAI PORT TRUST No.1 Rajaji Salai Chennai – 600 001
TENDER FOR CONDUCTING ENGINEERING SURVEY (BOUNDARY TOPOGRAPHICAL AND CONTOUR) OF THE ENTIRE INNER HARBOUR AREA AND PROVIDING PERMANENT BENCH MARKS IN CHENNAI
PORT TRUST INCLUDING RAJAJI SALAI AND TONDIARPET HOUSING COLONY
PRICE BID
Construction of Bitumen Pavement for Parking of trucks near Gate No.1 adjacent to hydro carbon area
CHIEF ENGINEER
CIVIL ENGINEERING DEPARTMENT
48
FORM OF BID NOTE: This Memorandum forms part of the Bid and this should be duly
filled in, signed & sealed and enclosed along with the Bid. To
The Superintending Engineer (LBS), Chennai Port Trust, Chennai – 600 001. Tamil Nadu, INDIA. Sir, Being duly authorised to represent and act on behalf
………………………………….. of hereinafter called “the Bidder” and having
visited the site and examined the Drawings, Conditions of Contract,
Specifications, Schedules and Price Bid for the assignment of “TENDER
FOR CONDUCTING ENGINEERING SURVEY (BOUNDARY TOPOGRAPHICAL
AND CONTOUR) OF THE ENTIRE INNER HARBOUR AREA AND PROVIDING
PERMANENT BENCH MARKS IN CHENNAI PORT TRUST INCLUDING RAJAJI
SALAI AND TONDIARPET HOUSING COLONY”
(a) I / We have perused the proposal document for subject assignment
contacting Terms of Reference in APPENDIX-I and other details and
am / are willing to undertake and complete the assignments as per
terms and conditions stipulated in the proposal document.
(b) We offer to execute the assignment in conformity with the
said drawings and Conditions of Contract, Specifications,
Schedules and Price Bid for the sum of Rs.……………. (Rupees
…..…………………………… (Total amount shall be filled in)).
2. Our offer is inclusive of all taxes, incidentals, overheads, traveling
expenses, printing and binding of reports, all sundries, all other
expenditure for execution of this services / assignment, but
excluding Service Tax covering all ‘Terms of Reference’ (enclosed as
Appendix-I to the proposal document)
We undertake, if our Bid is accepted, to achieve completion of the
various sections of the assignments within the periods specified in
this Schedule.
49
3. If our Bid is accepted we will furnish a Security Deposit within
5 days of receipt of assignment order in the form of Demand Draft /
Bankers Cheque in favour of the Chairman Chennai Port Trust,
payable at Chennai drawn from only Scheduled Bank in India as
Security for the due performance of the Contract in accordance with
Clause 22 of Section I.
4. We agree to abide by this Bid for the period of 90 days from the
date fixed for receiving the same or such further period as may be
mutually agreed upon and it shall remain binding upon us and may
be accepted at any time before the expiration of that period should
we fail to abide by our Bids during the above said period of 90 days
or such extended period as mutually agreed upon the Port shall be
at liberty to forfeit the Earnest Money deposited by us.
5. This Bid, together with your written acceptance thereof, shall
constitute a binding Contract between us.
6. (i) We understand that the Chennai Port Trust reserves the right to,
a. Amend the scope of Bid and value of contract under this
assignment;
b. Reject or accept any Bid including the lowest, cancel the Bid
process and reject all Bid.
6. (ii) We agree that the Chennai Port will not be liable for any such
action and will be under no obligation to inform the Bidder of the
grounds for such action.
7. If our Bid is accepted we understand that we are held fully
responsible for the due performance of the Contract.
We have furnished Earnest Money in the form of Pay Order /
Demand Draft issued by ………………………………………………
payable at Chennai in favour of the Chairman, Chennai Port Trust,
Chennai – 600 001 for the amount of Rs.25,200/-(Rupees Twenty
five thousand and two hundred only). If our Bid is not accepted,
the Earnest Money shall be returned to us on our application within
a period as specified in the Bid for the return of such EMD amount.
If our Bid is accepted the Earnest Money shall be adjusted against
50
the Security Deposit or refunded on production of a Demand Draft
/ Banker’s cheque towards security deposit as per the relevant
Clause for good and sufficient sureties as may be required for the
faithful performance and proper fulfillment of the Contract as
required by the terms of this Bid.
8. We agree to execute all the assignments referred to in the Bid
Documents upon the Terms and Conditions contained or referred to
therein and to carry out such deviations as may be ordered.
SIGNATURE………………………………………
FOR AND ON BEHALF OF ……………………
………………………………………………………
DATE
………………………………………………..
Witnesses:
1. Signature : 2. Signature :
Name : Name :
Address : Address :
Note :
1. The payment for the lump sum fee to be quoted by the bidder will
be made only in Indian Rupees.
2. No condition/s to be enclosed along with Price Bid.
3. The Service Tax will be reimbursed as per the prevailing Total
amounts during the time of payment on production of proof for
remittance. However the firm shall quote Service Tax at present
at the prevailing Total amount.
51
CHENNAI PORT TRUST
TENDER FOR CONDUCTING ENGINEERING SURVEY (BOUNDARY TOPOGRAPHICAL AND CONTOUR) OF THE ENTIRE INNER HARBOUR AREA AND PROVIDING PERMANENT BENCH MARKS IN CHENNAI PORT TRUST INCLUDING RAJAJI SALAI AND TONDIARPET HOUSING COLONY
PRICE BID
(1) (2) (3) (4) (5) (6)
Sl. No.
Probable Quantity
Description of work
Rate in Figures and in Words Rs. P.
Unit in Figures and in Words
Total Amount Rs. P.
1 720
acre
Conducting detailed Engineering
Survey with precision instrument
using DGPS, levelling instrument,
Total Stations etc., of the open
land shown in the drawing with
triangulation boundary survey of
the area for the details
measurements of boundaries and
fixing Magnetic North, survey of
topographic and contour of
features like buildings, transit
sheds, ware houses, railway
tracks, roads, yards, docks,
wharves, jetties, trees, lighting
poles, electric lines, telephone
lines / poles, water bodies, pump
rooms, storm water drains,
fencing, compound wall, allied
structures, etc., and preparation
of topography map with spot levels
at an interval of 10m on both ways
in grid pattern and drawing in
1 acre
(One
acre)
52
(1) (2) (3) (4) (5) (6)
suitable scale, contour at 0.5m
intervals or as directed,
calculating the area and providing
8 nos of permanent bench mark in
Port area, 2 nos in Tondiarpet
Housing Colony bench marks on
steel plate size of 150x150x10 mm
fixed at suitable locations/points
over the concrete pillars of size
300mm x 300mm x 900mm with
square footing of size 600mm x
600mm including earth work
excavation, refilling, cost of
materials, necessary tools,
finishing etc., (as per the relevant
sketch attached/as per direction
of Engineer in-charge) including
providing drawings covering the
boundaries, topography, spot
levels and contour and submission
of survey drawings in A0 size with
one set of original reproducible
hard copy (Tracing Paper), two
sets of non reproducible hard
copies (colour prints) and two sets
of CD format compatible with the
most current version of AutoCAD
all as directed including all
materials, labour, tools,
instruments, equipments,
transport, fuel etc., complete.
53
(1) (2) (3) (4) (5) (6)
Note:
1. The area contains entire inner
harbour area of Chennai Port
Trust and outside harbour area of
Rajaji Salai, Tondiarpet Housing
Colony as shown in the sketch.
2. The Entire inner harbour area
of Chennai Port Trust to be
completely surveyed with all
relevant details of location,
measurements etc., required to be
furnished.
TOTAL
(Rupees…………………………….………………………………………………………
.….………………………………………………………………………………only)
Note: The bidder should quote the amount inclusive of service tax
@12.36%
GENERAL NOTES:
1. The bidder must visit the site prior to submitting his tender to
acquaint himself fully with the nature, type and scope of work and
involvement therein. The rates quoted shall remain firm during
entire period of execution and till completion of the work and any
additional claim for lack of knowledge shall not be entertained.
2. The contract period is 90 days.
3. The contractor should provide necessary caution board whenever
men are working without fail
4. The contractor should take necessary precautions during the
working hours.
5. The bidder shall carryout the survey work in such a manner as not
to obstruct or impede traffic in Port area.
54
6. The bidder shall provide and maintain adequate communication
while carrying out survey works in Port areas.
7. The bidder shall inform to Chennai Port Trust about the proposed
survey works in port areas and obtain all necessary permits, etc.,
8. The bidder shall not pollute or unnecessarily disturb the water
areas, lands, roads and other places etc., belonging to Chennai Port
Trust.
9. Trees or other vegetation shall not be removed.
10. The bidder shall carefully identify all topographic features without
disturbing their existing condition.
11. Carrying out of the transfer of bench mark shall not be paid for
separately. Rates for this should be in-built in the rates for
topographical survey with contour & mapping work.
12. The bidder shall be fully responsible for the accuracy of all survey
results obtained and shall not hold Chennai Port Trust indemnified
against any claims in this respect.
13. Value Added Tax (VAT) on works contract at the rate declared by the
State Government then and there shall be recovered from the Work
Bill and remitted to Government of Tamil Nadu in line with the
Section 6 of the Tamil Nadu Value Added Tax Act 2006 and as per
Tamil Nadu Government Gazette Extraordinary dated 15.12.2006
and ‘TDS’ shall be issued to the contractor. The present rate of Value
Added Tax (VAT) on works contract is 2%.
14. For further details Superintending Engineer (LBS) may be contacted
during office hours. Phone: 044 – 2536 9365; 044 – 2531 2367, Fax:
044 – 2536 0968.
15. The rate quoted should be firm and inclusive of all taxes and duties
etc.,
SIGNATURE OF THE TENDERER CHIEF ENGINEER
CHENNAI PORT TRUST