26
Topographical survey for fast harbor Suburban corridor along CSTM - Vashi – Panvel section Tender for Topographical Survey Work Page | 1 TENDER NO: RITES/UT/CSTM-PNVL/MRVC /592/SURVEY/2012 Dt. 16.03.2012 LIMITED TENDERS FOR TOPOGRAPHICAL SURVEY WORK FOR Techno-Economic Survey and Preparation of DPR for the Fast Harbor Suburban corridor along CSTM - Vashi – Panvel section Urban Transport Division Ground Floor, Right Wing RITES Office Complex Plot No. 1, Sector – 29 Gurgaon-122 001 (INDIA) Tel.: +91 124 2571666 – 70 FAX: +91 124 2571660 - 61

Survey Tender for CSTM PANVEL

Embed Size (px)

DESCRIPTION

sample survey nit

Citation preview

  • Topographical survey for fast harbor Suburban corridor along CSTM - Vashi Panvel section

    Tender for Topographical Survey Work Page | 1

    TENDER NO: RITES/UT/CSTM-PNVL/MRVC /592/SURVEY/2012 Dt. 16.03.2012

    LIMITED TENDERS

    FOR

    TOPOGRAPHICAL SURVEY WORK

    FOR

    Techno-Economic Survey and Preparation of DPR for the Fast Harbor Suburban corridor along CSTM - Vashi

    Panvel section

    Urban Transport Division Ground Floor, Right Wing

    RITES Office Complex Plot No. 1, Sector 29

    Gurgaon-122 001 (INDIA) Tel.: +91 124 2571666 70 FAX: +91 124 2571660 - 61

  • Topographical survey for fast harbor Suburban corridor along CSTM - Vashi Panvel section

    Tender for Topographical Survey Work Page | 2

    NOTICE INVITING TENDER

    TENDER NO: RITES/UT/CSTM-PNVL/MRVC /592/SURVEY/2012 Dt. 16.03.2012

    1.1 GENERAL

    RITES Ltd. invites sealed tenders in prescribed Performa, on limited tender basis for the following works in connection with Techno-Economic Survey and Preparation of Detailed Project Report for the fast harbor Suburban corridor along CSTM Vashi - Panvel section in Mumbai.

    Description of work Tender Security Period of

    completion

    Last date for submission of

    tenders Topographical and final location survey for the proposed fast harbor Suburban corridor between CSTM Vashi Panvel Section with connectivity to proposed Navi Mumbai Airport in Mumbai.

    Rs.45000/-

    As per para 1.4(f) of section 1.0 and as per Para 2.8 of section 2.0 and as

    As per para 1.2.4 below

    1.2 POINTS TO BE NOTED

    1.2.1 Works envisaged under this contract are required to be completed in all respects within the period of completion mentioned above.

    1.2.2 The mere fact that the tenderer satisfies all the Tender Qualification Criteria

    shall not imply that his tender shall automatically be accepted. The same should contain all technical details as required for the consideration of tender.

    1.2.3 Tender document consisting of following sections:

    i) Notice Inviting Tender ii) Instructions to Tenderers iii) Scope of work iv) Site Information v) Special Conditions of Contract vi) Bill of Quantity

    are being sent to sort listed tenderers through courier. However, the short listed tenderers may also obtain the tender documents in person if they have not received the tender document through courier from the office of the General Manager, Urban Transport Division, Ground Floor, Right Wing,

  • Topographical survey for fast harbor Suburban corridor along CSTM - Vashi Panvel section

    Tender for Topographical Survey Work Page | 4

    SECTION 1.0

    INSTRUCTIONS TO TENDERERS 1.0 INTRODUCTION 1.1 RITES Limited, hereinafter called the Employer and his authorized representative is

    calledEngineer for works in accordance with this tender. The tender papers consist of the following sections in the tender document:

    Notice Inviting Tender (NIT) Instructions to Tender's (ITT) Scope of work Site Information Special conditions of Contract (SCC) Bill of Quantities.

    1.2 Tenders shall be prepared and submitted in accordance with the instructions given

    herein.

    1.3 Relevant address for correspondence relating to this tender is given below:

    General Manager, Urban Transport Division, Ground Floor, Right Wing, RITES Office Complex, Plot No. - 1, Sector 29, Gurgaon-122 001 (INDIA)

    1.4 Some essential data / requirements pertaining to this Tender are detailed below:

    a. Earnest Money Deposit (EMD) to be furnished by the Tenderer for the amount as mentioned in NIT in favour of RITES Limited in the form of demand draft an any Scheduled bank payable at Gurgaon/New Delhi.

    b. Tenders will be accepted in the office of General Manager, Urban Transport

    Division, Ground Floor, Right Wing, RITES Office Complex, Plot No. 1, Sector 29, Gurgaon-122 001 (INDIA)

    c. As per Time and Date of opening of tender given in para 1.2.4 of NIT, late or

    delayed tender will not be accepted under any circumstances.

    d. Period for which the tender is to be kept valid - 60 days from the last date of submission of Tender.

    e. Period of commencement of work 3 days from the date of issue of Letter of

    acceptance.

    f. Period of completion: 3 months for stage I from the date of issue of Letter of acceptance & 2.5 months for stage - II from the date of issue of go head communicated by the Engineer in writing. However, progress of survey to be furnished weekly from 3rd week

  • Topographical survey for fast harbor Suburban corridor along CSTM - Vashi Panvel section

    Tender for Topographical Survey Work Page | 5

    g. Applicants must not have been black listed or de-registered by any Government tenderers or Public Sector Undertaking during the last five years for which tenderers have to submit undertaking.

    h. The following documents will be required to be submitted by the tenderer

    along with tender:

    i) Original Tender Documents duly signed and stamped on each page. ii) List of survey instruments/computers proposed to be deployed on work. iii) List of staff proposed with their CVs to be deployed on work. iv) List of similar works already completed / in progress during the last five

    financial years.

    1.5 If any tenderer gives any wrong information or suppresses any material facts, the Employer/Engineer shall be free to reject such a tender at any stage and even cancel the Contract (after the acceptance of the tender) at the risk and cost of the tenderer.

    1.6 Each tenderer, or any associate will be required to confirm and declare in the tender submittal that no agent, middleman or any intermediary has been, engaged to provide any services, for award of this contract.

    1.7 SITE VISIT 1.7.1 Any site information given in this tender document is for reference only. The tenderer

    is advised to visit and examine the Site of Works and its surroundings at his/their cost and obtain all information that may be necessary for preparing the tender and entering into a contract.

    1.7.2 The tenderers 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.

    1.8 CONTENTS OF TENDER DOCUMENTS 1.8.1 The tenderer is expected to 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 tenderers own risk. Tenders which are not responsive to the requirements of the tender documents will be rejected.

    1.9 CLARIFICATION ON TENDER DOCUMENTS

    1.9.1 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.

  • Topographical survey for fast harbor Suburban corridor along CSTM - Vashi Panvel section

    Tender for Topographical Survey Work Page | 6

    1.10 AMENDMENT TO TENDER DOCUMENTS 1.10.1 At any time prior to the deadline for the submission of tenders, the Engineer may, for

    any reason, whether at his own initiative or in response to a clarification or query raised by a prospective tenderer, modify the tender documents by an amendment.

    1.10.2 The said amendment in the form of an addendum will be sent to all prospective

    tenderers who have received the tender documents, to reach them 2 days prior to the deadline for the submission of tenders. This communication will be in writing or by telefax and the same shall be binding upon them. Prospective tenderers should promptly acknowledge receipt thereof by telefax to the Engineer.

    1.10.3 In order to afford prospective tenderers reasonable time for preparing their tenders

    after taking into account such amendments, the Engineer or the Employer may, at his discretion, extend the deadline for the submission of tenders.

    1.11 LANGUAGE OF TENDER 1.11.1 The tender prepared by the tenderer and all correspondence and documents relating to

    the tender exchanged between the tenderer and the Employer/Engineer shall be in the English language.

    1.12 TENDER PRICES 1.12.1 The tenderer is required to quote for all the items as per tender documents 1.12.2 The rates for each item shall be reasonable and not unbalanced. If the Engineer

    comes across any unbalanced rates, he may require the tenderer to furnish detailed analysis to justify the same. Should the tenderer fail to comply with this; his tender shall be liable to be rejected by the employer, who may award the contract to any other tenderer.

    1.12.3 The tenderer shall keep the contents of his tender and rates quoted by him

    confidential. 1.13 CURRENCIES OF THE TENDER

    Tender prices shall be quoted in Indian Rupees only. 1.14 TENDER VALIDITY

    The tender shall remain valid and open for acceptance for a period of as specified in para 1.4 (d)

    1.15 EARNEST MONEY DEPOSIT (EMD) 1.15.1 The tenderer shall furnish Earnest Money Deposit (EMD) as specified in Para 1.4 (a)

    above.

  • Topographical survey for fast harbor Suburban corridor along CSTM - Vashi Panvel section

    Tender for Topographical Survey Work Page | 7

    1.15.2 The Earnest Money Deposit (EMD) shall be in the form of a bank draft on any Scheduled bank payable at Gurgaon/New Delhi.

    1.15.3 Any tender not accompanied by an acceptable EMD will be summarily rejected by the

    Employer/Engineer as non-responsive. 1.15.4 The Earnest Money Deposit (EMD) of the unsuccessful tenderer shall be returned

    upon the executing the Contract Agreement by successful tenderer. The Earnest Money Deposit (EMD) of successful tenderer shall be returned after successful completion of work.

    1.15.5 Earnest Money Deposit (EMD) will be forfeited in the following cases

    a. If the Tenderer withdraws / modifies his tender during the period of tender validity

    b. If the tenderer does not accept the correction of his tender in pursuance to clause 1.22

    c. If the tenderer after award of work, does not start the work within the stipulated time period as per letter of award

    1.15.6 No interest will be payable by the Employer on the Earnest Money Deposit (EMD)

    amount cited above 1.16 SIGNING OF THE TENDERS 1.16.1 Entries to be filled in by the Tenderer shall be typed or written in indelible ink. The

    person submitting the Tender along with the date of signing should sign each page of the documents in full at the bottom.

    1.16.2 The person signing/initiating the documents shall be one who is duly authorized in

    writing by or for and on behalf of the Tenderer and/or by a Statute Attorney of the Tenderer. Such authority in writing in favour of the person signing the tender and/or notarially certified copy of the Power of Attorney as the case may be, shall be enclosed along with the tender.

    1.16.3 The complete tender shall be without alterations, overwriting, interlineations or

    erasures except those to accord with instructions issued by the Employer, or as necessary to correct errors made by the tenderer. All amendments/corrections shall be initialed by the person or persons signing the tender.

    1.17 SUBMISSIONS OF TENDERS 1.17.1 Tenders must be delivered at the place and time as indicated in para 1.4 (b) above in a

    sealed envelope duly marked on top with Tender Number, Name of work and label DO NOT OPEN, EXCEPT IN PRESENCE OF THE TENDER OPENING COMMITTEE BEFORE 15.30 HRS of 27.03.2012. The Employer/Engineer may, at his discretion, extend this date for the submission of tender by amending the Tender Documents. If such nominated date for submission of tender is subsequently declared as a Public Holiday by the Employer, the next official working day shall be deemed as the date for submission of tender.

  • Topographical survey for fast harbor Suburban corridor along CSTM - Vashi Panvel section

    Tender for Topographical Survey Work Page | 8

    1.17.2 Tenders shall be submitted in time to the office of RITES Ltd. The Engineer/Employer cannot take any cognizance and shall not be responsible for delay in transit.

    1.17.3 Tenders sent telegraphically or through other means of transmission (telefax etc.),

    which cannot be delivered in a sealed envelope, shall be treated as defective, invalid and shall stand rejected.

    1.18 LATE TENDERS

    Any tender received in the nominated office of RITES Ltd. after the prescribed time for submission of tenders herein will be returned unopened to the tenderers.

    1.19 TENDER OPENING 1.19.1 The employer or his authorized representative will open the tenders in the presence of

    tenderers or their representatives who choose to attend on the date and time indicated in para 1.4 (c) above in the office of the General Manager/UT, RITES Bhawan, 1, Sector 29, Gurgaon 122001. If such nominated date for opening of tender is subsequently declared as a Public Holiday, the next official working day shall be deemed as the date of opening of Tender.

    1.19.2 The Employer/Engineer will examine the tenders to determine whether they are

    complete, whether the requisite Earnest Money Deposit (EMD) has been furnished, whether the documents have been properly signed and whether the tenders are in order in all respects.

    1.19.3 The tenderers name, the presence or absence of the requisite Earnest Money Deposit

    (EMD) and such other details will be announced at the time of tender opening by the Employer or his authorized representative.

    1.20 PROCESS TO BE CONFIDENTIAL 1.20.1 Except the public opening of tender, information relating to the examination,

    clarification, evaluation and comparison of tenders and recommendations concerning the award of contract shall not be disclosed to tenderers or other persons not officially concerned with such process.

    1.20.2 Any effort by a tenderer to influence the Employer/Engineer in the process of

    examination, clarification, evaluation and comparison of tenders and in decisions concerning award of contract, may result in the rejection of his tender.

    1.21 CLARIFICATION OF TENDERS 1.21.1 To assist in the examination, evaluation and comparison of Tenders, the Engineer /

    Employer may ask tenderers individually for clarification of their tenders, including breakdowns of prices. The request for clarification and the response shall be in writing or by telefax but no change in the price or substance of the tender shall be sought, offered or permitted except as required to confirm correction of arithmetical errors discovered by the Engineer during the evaluation of tenders.

  • Topographical survey for fast harbor Suburban corridor along CSTM - Vashi Panvel section

    Tender for Topographical Survey Work Page | 9

    1.21.2 Prior to the detailed evaluation of tenders, the Engineer will determine whether each tender is responsive to the requirements of the tender documents.

    1.21.3 The Employer/Engineer will award, the contract to the tenderer, whose tender has

    been determined to be substantially responsive, complete and in accordance with the tender documents and whose evaluated Price has been determined to be the lowest. Negotiations, if any, shall be carried out with lowest responsive tenderer.

    1.22 EMPLOYERS RIGHT TO ACCEPT ANY TENDER AND TO REJECT ANY

    OR ALL TENDERS 1.22.1 Notwithstanding Clause 1.21.3, the Employer reserves the right to accept or reject any

    tender, and to annul the tender process and reject all tenders, at any time prior to award of contract, or to divide the contract between / amongst tenderers without thereby incurring any liability to the affected tenderer or tender's or any obligations to inform the affected tenderer or tender's of the grounds for the Employers action.

    1.23 NOTIFICATION OF AWARD 1.23.1 Prior to the period of tender validity prescribed by the Engineer / Employer, the

    Engineer / Employer will notify the successful tenderer by telegram or telefax to be confirmed in writing by registered letter, that his tender has been accepted. This letter (hereinafter and in the conditions of Contract called the Letter of Acceptance) shall name the sum which the Employer will pay to the tenderer in consideration of the execution and completion of the works by the tenderer as prescribed by the contract (hereinafter and in the conditions of contract called the Contract Price). The "Letter of acceptance will be sent in duplicate to the successful tenderer, who will return one copy to the Employer duly acknowledged and signed by the authorized signatory, within two days of receipt of the same by him. No correspondence will be entertained by the Employer from the unsuccessful Tenderers.

    1.23.2 The Letter of Acceptance will be a part of the contract. 1.23.3 Upon Letter of acceptance being signed and returned by the successful tenderer as

    per clause 1.23.1, the employer will promptly notify the unsuccessful tenderers and discharge / return their tender securities.

    1.24 SIGNING OF AGREEMENT 1.24.1 The Engineer/Employer shall prepare the Agreement in the Proforma included in this

    Document, duly incorporating all the terms of agreement between the two parties. However, the successful tenderer shall arrange the necessary Non-judicial stamp papers of requisite value and attend the RITES office to execute the agreement within two weeks of the date of receipt of the Letter of acceptance duly acknowledged and signed by the successful tenderer. Up on executing the agreement the original agreement will be retained by the employer and one copy of the Agreement duly signed by the Employer and the Tenderer through their authorized signatories, will be supplied by the Employer to the tenderer.

  • Topographical survey for fast harbor Suburban corridor along CSTM - Vashi Panvel section

    Tender for Topographical Survey Work Page | 10

    FORM OF AGREEMENT

    (TO BE EXECUTED ON A RS.100/- NON-JUDICIAL STAMP PAPER) Name of the work:- Topographical survey for the proposed fast Harbour Suburban

    corridor along CSTM Vashi Panvel section with connectivity to proposed Navi Mumbai Airport.

    . This Agreement is made on the ---- day of ------------- 2012 between RITES Ltd. hereinafter called the Employer of the one part and M/s--------------------------------------------------------------------------------------- hereinafter called the contractor of the other part. Whereas the Employer is desirous that Topographical survey works as detailed in Section 2.0 - Scope of work hereinafter called the the Works and has accepted a Tender by the contractor for the execution and completion of such works. NOW THIS AGREEMENT WITNESSETH as follows: 1. In this Agreement words and expression shall have the same meanings as are respectively

    assigned to them in the conditions of contract hereinafter referred to. 2. The following documents shall be deemed to form and be read and construed as part of

    this Agreement viz.

    TENDER NO: TENDER NO: RITES/UT/CSTM-PNVL/MRVC /592/SURVEY/2012 Dt. 16.03.2012

    a) comprising of Notice Inviting Tender, Instructions to Tenderers, Scope of work, Site information, Special Conditions of Contract and Bill of Quantities.

    b) Your offer through your letter No. ---------------------------------------

    c) Our Letter of acceptance No.:-------------------------------- In consideration of the payment to be made by the Employer to the contractor as hereinafter mentioned, the contractor hereby covenants with the Employer to execute and complete the works by -------------------- and remedy any defects therein in conformity in all respects with the provisions of the contract. The Employer hereby covenants to pay the contractor in consideration of the execution and completion of the works and the remedying of defects therein, the Contract price of Rs. ------------------------------------ being the sum stated in the letter of acceptance subject to such additions thereto or deductions there from as may be made under the provisions of the contract at the times and in the manner prescribed by the contract.

  • Topographical survey for fast harbor Suburban corridor along CSTM - Vashi Panvel section

    Tender for Topographical Survey Work Page | 11

    IN WITNESS WHEREOF the parties hereto have caused their respective Common Seals to be hereunto affixed / (or have hereunto set their respective hands and seals) the day and year first above written. For and on behalf of the For and on behalf of the Contractor Employer Signature of the authorized signature of the authorized Official official. Name of the official Name of the official Stamp/Seal of the contractor Stamp/Seal of the Employer SIGNED, SEALED AND DELIVERED By the said By the said -------------------------- ---------------------------- Name ------------------ Name -------------------- On behalf of the contractor in On behalf of the Employer The presence of------------ in the presence of -------- Witness Witness Name Name Address Address

  • Topographical survey for fast harbor Suburban corridor along CSTM - Vashi Panvel section

    Tender for Topographical Survey Work Page | 12

    SECTION 2.0

    SCOPE OF WORK 2.0 GENERAL

    The work mainly comprises of topographical survey and final location survey for Techno-Economic Feasibility Study and preparation of DPR for the fast harbor suburban Rail corridor along CSTM - Vashi - Panvel Railway section (60km) of Central Railway, Mumbai or as decided by the Engineer-in-Charge. Activities to be performed are as follows: Fixing the pair of main control points with the help of DGPS along the proposed

    alignment at an interval of 5 Km (maximum). Topographical Survey along the proposed route alignment including precise

    Leveling of Control points & Profile Leveling. Precise leveling and preparation of Longitudinal Section along centre line of

    proposed alignment. Topographical survey for providing approach roads, terminal station, traffic

    integration area, Depot etc. Final location survey including fixing of pillar after finalization of alignment.

    2.1 WORK CONTENT 2.1.1 Topographical Survey

    The work involves carrying out a detailed engineering topographic survey along the existing sub urban Rail corridor not less than 100m wide or up to Railway boundary/built up lines including existing stations/yards showing setback of 15m minimum beyond Railway boundary (whichever is more) or as decided by Engineer-in-charge. Generally, the proposed fast harbour sub-urban corridor would be running along the existing Railway track from CSTM - Vashi - Panvel of Central Railway with connectivity to proposed Navi Mumbai Airport. However, as per site requirement, the alternative alignment from CSTM to Rey Road station may be considered along the D. Mello or through MbPT area. Thus, survey may be carried along the existing road wherever required as decided by Engineer-in-charge. . i) As the suburban route is highly congested in terms of train operation hence,

    contractor should follow all safety regulations while survey work and to the extent possible run the traverse for fixing the intermediate traverse points between DGPS control points on both side of the corridor generally along the railway boundary, so that maximum details can be taken up with minimum disturbance. Contractor should also make necessary arrangement to work in night hours also.

    ii) Atleast four teams (Two Surveyor in each team) shall be deployed at site for

    topographical and final location survey work till its final completion.

  • Topographical survey for fast harbor Suburban corridor along CSTM - Vashi Panvel section

    Tender for Topographical Survey Work Page | 13

    iii) The main DGPS control points and intermediate traverse point shall be fixed

    on cement concrete pillars made of grade M-15 (1:2:4), rectangular in shape and size of 300mm x 300mm x 600mm. A rod of 20 mm diameter and 350 mm long of Mild Steel shall be provided at the center of pillar to mark location of traverse station. Top of control point shall be at same level as that of adjoining ground level. Each control point shall be painted to mark its number. It is deemed that cost of control points is included in item No.1&2 of BOQ. No extra payment shall be made on this account. The all control points shall be maintained until survey is taken over by RITES till the completion of final location survey.

    iv) Before the commencement of Topographical Survey, the contractor has to

    establish main control points with the help of DGPS not more than five km interval along the corridor and then run closed traverse for fixing the intermediate traverse points at suitable interval (maximum 500m) for detailed topographical survey work. Each intermediate traverse point will be finalized after taking mean value of observed coordinates from 3 successive triangulation control point and minimum two sets of observations. The accuracy of intermediate control point should be 2mm. For main control points, the contractor has to maintain the leaner accuracy 1: 50000 between the DGPS point. The contractor has to provide all raw data and calculations as and when required by EngineerinCharge of its representative verification.

    v) All the DGPS main control points shall be fixed in reference to WGPS-84

    coordinates supplied by survey of India. The drawing shall be generated on UTM coordinate system only. However, contractor has to provide latitude, longitude and TM coordinates also.

    vi) The main DGPS control points and intermediate traverse point shall be fixed

    on cement concrete pillars made of grade M-15 (1:2:4), rectangular in shape and size of 300mm x 300mm x 600mm. A rod of 20 mm diameter and 350 mm long of Mild Steel shall be provided at the center of pillar to mark location of traverse station. Top of control point shall be at same level as that of adjoining ground level. Each control point shall be painted to mark its number. It is deemed that cost of control points is included in item No.1&2 of BOQ. No extra payment shall be made on this account. The all control points shall be maintained until survey is taken over by RITES till the completion of final location survey.

    vii) The survey should cover road/rail track showing important structures/ building

    and their story/height all the bye lanes, footpaths, dividers / central verges, roads, railway tracks, trees, manholes & other structures, Nallahs, Storm water drains, H.T., L.T. Transmission lines and their height/Kv, bridges, ROBs/RUBs/FOBs with type and spans, ponds, HFL and bed level of streams/Nallahs, leveling crossing with their type, traction masts, signal posts, location box etc. Spot / Ground levels shall be taken at 25 meter Intervals in longitudinal as well as transverse direction (with grid and duly marked on the drawing) and at sudden change of levels and other features etc. as decided by the Engineer-in-charge.

  • Topographical survey for fast harbor Suburban corridor along CSTM - Vashi Panvel section

    Tender for Topographical Survey Work Page | 14

    viii) The contractor shall collect the details of all curve (showing start and end

    points), crossovers, gradient, FM, existing Railway boundary etc. and marked on survey drawings. Wherever, Railway boundary pillars are not available at site. For those locations, the railway boundary should be incorporated with the help of Railway land plans. However RITES will extend possible help for obtaining the Railway land plan from Railway.

    ix) All levels shall be taken with respect to GTS bench marks supplied by survey

    of India or bench marks as supplied by the RITES. The temporary bench marks shall be fixed at every 500m on permanent structures along the alignment or as per instruction of Engineer-in-charge.

    x) Preparation of survey drawing on 1: 1000 scale and plotting of spot / ground

    levels at 25m intervals (with grid) and at sudden changes in levels and all features. Output shall be on drawing sheets of A1/A2 size as well as in CD/floppy on electronic version in AutoCAD (2 copies) or as directed by Engineer in charge.

    xi) Location and list of trees with girth more than 30 cm (measured at 1 m height

    from ground level). A table showing location, reference number duly shown on the plan shall be made in separate AutoCAD layer. The trees at site to be numbered with paint as directed by Engineer-in-charge.

    xii) Marking outer dimension of all built up area, with plot numbers and

    ownership such as private, government, residential and commercial etc. within survey limits.

    xiii) All drawings shall be prepared on Auto CAD. The Auto CAD drawings shall

    have different layers for different entities like Road, Spot/ Ground levels, Drain, Building, Boundary Wall, Over Ground utility and Ground Utility, Tree, Traverse Station, ROB / RUB 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. Z co-ordinates are to be taken with due care and indicated accordingly.

    xiv) Details of built-up areas including setbacks from building line/boundary wall,

    utility services such as electric lines, telephone lines, HT lines and over head crossings, manhole details, vertical clearance of overhead utilities etc., if any.

    xv) Location of approach roads, main roads, lanes etc. showing road / lane name,

    carriageway, footpaths, central verge, drains and the widths of all the main and approach roads and at locations where there is a sudden change in widths of roads shall be measured physically and marked on the drawings.

    xvi) Details of land along the route and their uses such as residential areas,

    commercial areas, religious, parks, green areas, vacant lands etc.

    xvii) Details of open Drains, nallahs, with bed levels and HFLs.

  • Topographical survey for fast harbor Suburban corridor along CSTM - Vashi Panvel section

    Tender for Topographical Survey Work Page | 15

    xviii) Type of building, such as temporary, permanent including number of storey,

    their height and basement details.

    xix) Survey of Level crossings with their numbers, class, manned or unmanned, Road-Over-Bridges (ROBs) Road-Under-Bridges (RUBs) and Foot-Over Bridges (FOBs), Railway bridges with their structural details, angle of crossing and road & rail levels.

    xx) Details of Railway boundary and Railway tracks along the proposed alignment

    including take off points, curves, transitions, crossings, switches and other details including electrical structures with their distances.

    xxi) Details of Religious structures such as temple, Gurudwara, Mosque, Church,

    Monuments, tombs, etc. clearing marking the Railway boundary all along the corridor and giving cross reference of these structures with reference to the Railway boundary.

    xxii) Indicate Trees with girth, traffic signals, light posts, bus stops, junction boxes

    (telephone and power), fire and water hydrants (fire fighting and others), transformers telephone posts etc.

    xxiii) Name of all the adjacent colonies including number of houses, Jhuggie

    clusters with number of jhuggies along the route of the survey.

    xxiv) Vertical clearances to power line or telephone / telegraph lines at crossings of the roads / railway line.

    Any other structure or details which the contractor may feel important and or as instructed by Engineer-in-charge.

    2.2 PRECISE LEVELLING OF CONTROL POINTS

    The work involves carrying out of leveling of control pillars and connecting them to GTS bench marks. Leveling should be carried out by double territory method, to obtain precision in the job. The minimum two bench marks shall be established in each section of 1 km at salient locations on permanent structures along the corridor for verification of the survey works.

    i) Leveling must be carried out by a precision auto level only with accuracy of 6K. ii) Reduced Levels of all traverse stations and permanent control points shall be

    taken by Double territory method. iii) Leveling must be started from a GTS Benchmark and must be closed at the same

    after carrying out levelling of traverse stations. TBMs should be located at each 0.5 km and at critical locations as per instructions of Engineer-in-charge. Intermediate GTS benchmarks, if any are also to be connected as well.

    iv) All leveling calculations must be submitted in a register along with all field recording data books. All the field data and calculation work must be done in the Excel Package of computer and to be submitted to Engineer-in-charge.

  • Topographical survey for fast harbor Suburban corridor along CSTM - Vashi Panvel section

    Tender for Topographical Survey Work Page | 16

    2.3 PROFILE LEVELLING

    The work involves carrying out the precise leveling and preparation of Longitudinal Section along the centre line of proposed alignment after finalization of the alignment. Following guidelines must be adopted while carrying out this work or as directed by Engineer in charge.

    i) Leveling must be carried out by a precision auto level only. ii) Levels shall be taken at an interval of 25 m along the proposed alignment as

    shown in the plan or as instructed by Engineer. In addition, reduced levels have to be taken at every important locations e.g. road intersections, Nallah bed, bridge level, rail level etc. Moreover the heights of buildings falling in alignment shall also be taken.

    iii) Control points established along the alignment shall be referred as temporary bench marks.

    iv) All the ground levels shall be plotted in the form of L-Section in computer Auto CAD with scale 1: 1000 horizontal, 1: 200 vertical.

    2.4 FINAL LOCATION SURVEY AND FIXING OF PILLARS

    i) The pegging of the alignment will be done along the line centrally located between Up and Down tracks. The pegging shall be done at every 100m interval on straight and 50m interval on curve for underground/at grade section and every alternate pier location for elevated portion or as directed by Engineer-in-Charge. Both the pier shall also be pegged in case of portal frame structure. In addition to this, for all curves TP/TC points shall also be pegged.

    ii) While transferring the alignment to ground/road, it must be ensured that centre

    of the two tracks matches with the site features as shown in the drawing. Any changes needed in the alignment shown on the drawings in order to achieve the above objective, will be carried out in consultation with Engineer -in-charge for which no extra payment shall be made.

    iii) Providing land boundary pillars at 500 m intervals and at corners where land is

    changing as well as for depot area as per drawings. iv) The pillars to be constructed and fixed at site shall be of following sizes:

    a RCC Square pillars 200 mm x 200 mm x 600 mm

    b For curve points (Circular pillars) At TP/TC points

    200 mm Dia. x 600mm

    v) All the pillars shall be first casted (as per Indian Railway Standard) at site and

    then fixed along the alignment or pier points in order to achieve better accuracy. Concrete of the pillars shall be made of 1:2:4 cement concrete mix (1 cement: 2 coarse sand: 4 graded stone aggregate of 20mm nominal size). All pillars shall be grouted with plain cement concrete of 1:3:6 as per approved drawings. The exposed surface of pillars shall be 100 mm from ground and should be smooth and neatly finished. Location of pier and pier No. shall be paint marked on the

  • Topographical survey for fast harbor Suburban corridor along CSTM - Vashi Panvel section

    Tender for Topographical Survey Work Page | 17

    top of the pillars. Engineer-in-charge can make changes in the arrangement to obtain the better results.

    vi) In order to fix the alignment/pier point on the road/platform a rod of 20mm dia

    and 350 mm long of mild steel shall be used. At centre of rod the location of pillar shall be punched.

    vii) Each alignment/pier points shall be established by taking mean out with respect

    to minimum three triangulation control points. These control points shall be fixed along the alignment in the triangulation form with the accuracy of 2mm. All the three Co-ordinates (X, Y, Z) of each central point and at each pier locations shall be observed.

    viii) Locations of all the alignment and reference points shall be correctly marked on

    drawings in Auto CAD. ix) If any deviations from the paper alignment found at site, same shall be informed

    to the engineer who will revise the alignment parameters (i.e. deflection angles, radius etc.) The revised alignment shall be pegged in consultation with Engineer-in-Charge keeping the obligatory points same as shown in the drawings.

    x) Chainage and X, Y, Z coordinate of each triangulation control point should be

    written on the pillar by using paint.

    2.5 REPORT

    Two hard copies and two soft copies (in MS-Word format) of detailed report containing following contents shall be submitted:

    a) Introduction b) Detailed Methodology c) List of bridges, curves details, gradient details etc. with related parameters

    available site d) Tables showing description of location, Chainage, co-ordinates of all the

    alignment / pier, boundary and reference points. Sketches showing distance and angles with respect to three obligatory locations like gate, building corners etc. for all traverse/reference points

    e) Drawings showing all the alignment and reference points and longitudinal section generated by the level taken along the proposed alignment.

    f) Recommendations

    2.6 GENERAL INSTRUCTIONS

    i) All the Survey work (barring levelling work) shall be carried out using Total Stations of two second accuracy and prism mounted on tripod. The levelling work shall be carried out by Auto level.

  • Topographical survey for fast harbor Suburban corridor along CSTM - Vashi Panvel section

    Tender for Topographical Survey Work Page | 18

    ii) The minimum two traverse points having X, Y, Z coordinates shall be established in each section of 1 km at salient locations along the corridor for verification of the survey works.

    iii) The contractor should possess all required equipments/ instruments & facilities

    with them in adequate quantity to complete the work, which shall be minimum of the following:

    a) Two Auto Levels with all necessary accessories. b) Four total stations of 2 seconds accuracy with all necessary accessories. c) A Pentium-IV computer with Autocad 2010 or latest version, latest MS

    Office and other necessary packages for preparation of drawings etc. d) Plotter to plot drawings up to A-0 size. e) Software for downloading & preparation of L-Section such as Auto plotter

    or similar etc.

    iv) Contractor has to provide the celebration certificates for all equipment/instruments before starting the survey.

    v) All control points must be located in consultation with the Engineer-in-charge. vi) The legends for surveying and preparation of plans shall conform to the Survey

    of India and as per the list supplied by the RITES.

    vii) Weekly progress report including planning programme for the next week shall be provided to Engineer-in-charge every week.

    viii) All field books, note books, floppies, drawings and other documents containing

    field data gathered during traverse survey shall be handed over to RITES Ltd. and contractor shall have no claim or use whatsoever. The contractor shall not reproduce any data collected from the work in any form.

    ix) The quoted rates shall be inclusive of all the cost of labours, materials,

    equipments, preparation of drawings and reports etc. and any other charges whatsoever shall not be entertained in any circumstances.

    x) The Engineer-in charge or his representative will be visiting site and the

    engineers engaged in work shall extend cooperation and explain methodology adopted and satisfy them for accuracy of work.

    xi) The equipment used shall be accessible to the Engineer in charge or his

    representative for inspection to ensure their suitability for the job.

    xii) The coordinates of all traverse stations are to be calculated with respect to the WGPS-84 supplied by Survey of India and shall be on UTM co-ordinates system only.

    xiii) The permissible variation in the quantity as given in the table in BOQ will be up

    to + 25 %.

  • Topographical survey for fast harbor Suburban corridor along CSTM - Vashi Panvel section

    Tender for Topographical Survey Work Page | 19

    2.7 MATERIALS 2.7.1 Quality

    All materials used in the works shall be of the best quality of their respective kinds as specified herein, obtained from sources and suppliers approved by the Engineer and shall comply strictly with the tests prescribed in the Technical Specifications / Code of Practice.

    2.7.2 Rejection

    Any material found not to conform to the specifications shall be rejected forthwith and shall have to be removed from the site by the contractor at his own cost.

    Any work not to the satisfaction of the engineer or his representative will be rejected and same shall be rectified, or removed and replaced with work of required standard of workmanship at no extra cost.

    2.8 TIME SCHEDULE

    The Contractor shall submit all deliverables as per the tenderer Time Schedule for completion of various items of work. This schedule will be within a completion period of 3 months for stage I and 2.5 months for stage II separately. The contractor has to deploy minimum four separate teams for carrying out the field work.

    Stage - I Completion of item No. 1 & 2 of BOQ and submission of drawings, Reports and other documents.

    3 months from date of issue of Letter of Acceptance

    Stage - II Completion of item No. 4 & 5 of BOQ and submission of final drawings, Reports and other documents

    2.5 months from the date of issue of go head communicated by the Engineer in writing.

    Note: The work for stage II will be started only after go-head communicated by the Engineer in writing. The detailed programme in the form of a quantified bar chart or CPM network shall include all activities starting from beginning to completion.

  • Topographical survey for fast harbor Suburban corridor along CSTM - Vashi Panvel section

    Tender for Topographical Survey Work Page | 20

    SECTION 3.0

    SITE INFORMATION

    WORK SITE

    The project site is located in Mumbai area and survey shall be done generally along the existing railway track from CSTM Vashi Panvel with connectivity to proposed Navi Mumbai Airport or as decided by the Engineer-in-Charge. Additional / Alternative routes may also be considered during work.

  • Topographical survey for fast harbor Suburban corridor along CSTM - Vashi Panvel section

    Tender for Topographical Survey Work Page | 21

    SECTION 4.0

    SPECIAL CONDITIONS OF CONTRACT 4.1 WORK PROGRAM

    The contractor shall submit the work program before the start of work and submit 2 copies of weekly progress report to General Manager, Urban Transport Division or his representative, clearly indicating the target achieved and programme for next week.

    4.2 SAFETY PRECAUTIONS DURING PROGRESS OF WORKS

    The contractor shall take all precautions to ensure safety of the staff, existing utility services, adjoining structures etc., during progress of work. The contractor shall also make necessary arrangement for the safety of his workers, if any accident occurs, the entire responsibility fall on the part of the contractor.

    4.3 DAMAGE TO GOVERNMENT PROPERTY OR PRIVATE LIFE &

    PROPERTY

    The contractor shall be responsible for all risks to the works and for trespass 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.), RITES Ltd. 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 until they are taken over by the RITES Ltd., even though all reasonable and proper precautions may have been taken by the contractor. Such cost, loss or damages or compensation (including that payable under the provisions of the Workmens 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 contractor. 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 on the action or default of the contractor to take such steps as may be considered necessary or desirable to ward off mitigate the effect of such proceedings, charging to the contractor 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 contractor.

    4.4 RISK AND COST

    In case contractor fails to complete work as per schedule, RITES Ltd. has discretion to get the work completed from any other contractor at his risk and cost by giving advance notice of 15 days.

  • Topographical survey for fast harbor Suburban corridor along CSTM - Vashi Panvel section

    Tender for Topographical Survey Work Page | 22

    4.5 PERMISSION

    Contractor shall take necessary permission from the concerned agencies for carrying the survey work. However, assistance in form of letters etc. to local agencies for obtaining permission shall be extended to contractor.

    4.6 TAXES AND LEVIES

    Sales tax, works tax, consignment tax and other taxes & levies as applicable to site will borne by contractor. Service tax @ 10.30% or as applicable will be paid extra. However, contractor shall submit proof of registration with service tax department.

    4.7 LIQUIDATED DAMAGES

    Time is essence of the contract and it shall be strictly adhered to. In case of any delay not attributed to RITES Ltd. in the execution of work beyond stipulated time period, RITES Ltd shall recover as liquidated damage from contractor at the rate of 1/2 (half) percent of contract value per week of delay, limited to 10 (ten) percent of total value of the contract.

    4.8 FORCE MAJEURE

    War, invasion, revolution, riot, sabotage, lockouts, strikes, work shut down imposed by Government, acts of legislative or other authorities, stoppage in supply of raw materials, fuel or electricity, break down of machinery by mob or mass, act of God, epidemic, fires, earthquakes, floods, explosives, accidents and navigation blockages, or any other acts or events whatsoever, which are beyond reasonable controls of contractor and which shall directly or indirectly prevent completion of project within the time specified in the agreement, will be considered Force Majeure. RITES Ltd. shall grant necessary extension of completion date to cover the delays caused by Force Majeure without any financial repercussions.

    4.9 SETTLEMENT OF DISPUTES.

    Matters will be finally determined by RITES Ltd. All disputes and differences of any kind whatsoever arising out of or in connection with the contractor, whether during the progress of the works or after their completion and whether before or after the determination of the contract shall be referred by the contractor to and RITES Ltd shall within a reasonable time after their presentation make and notify decisions thereon in writing. The decisions, directions, classification, measurements drawings and certificates with respect to any matter the decision of which is specially provided for by these or other special conditions, given and made by the RITES Ltd, or a by the Engineer on behalf of the RITES Ltd, are matters which are referred to hereinafter as accepted matters and shall be final and binding upon the contractor and shall not be set aside on account of any infirmity, omission, delay or error in proceedings, In or about the same or any other ground or for any other reasons and shall be without appeal. In the event of any dispute or differences between the parties hereto as to the construction or operation of this contract or the respective rights and liabilities of the parties on any matter in question, dispute or differences on any account, or as to the withholding by RITES Ltd of any certificate to which the contractor may claim to be

  • Topographical survey for fast harbor Suburban corridor along CSTM - Vashi Panvel section

    Tender for Topographical Survey Work Page | 23

    entitled to or if the RITES LTD. fails to make a decision within a reasonable time, then and in any such case, the contractor after 30 days of presenting his final claim on disputed matter may demand in writing that the dispute or differences be referred to arbitration. Such demand for arbitration shall specify the matters which are in question dispute or differences and only such disputes or differences of which the demand has been made and no other, shall be referred to arbitration., obligations during tendency of arbitration work under the contract, shall unless otherwise directed by the Engineer, continue during the arbitration proceedings and no payment due or payable by RITES LTD. shall unless withheld on account of such proceeding, provided however, it shall be open for the arbitrator or arbitrators to consider and decide whether or not such work should continue during arbitration proceedings.

    4.10 ARBITRATION

    Matters in question, dispute or differences to be arbitrated upon shall be referred to for decision to a sole arbitrator who shall be the General Manager, RITES Ltd. or a nominated person will be appointed by Director Project, RITES LTD., whose decision shall be final and binding to the contractor. The work shall be continued as per programme during pendency of arbitration.

    4.11 SCHEDULE OF PAYMENT

    70% of the quoted item rates as per accepted schedule of rates on completion of field work and submission of draft drawings and its approval by RITES.

    20 % of total remuneration on submission of final drawing and other documents after comments by RITES and its approval by RITES.

    10 % of total remuneration on acceptance of final report by RITES. 4.12 DELIVERABLES

    The following drawings, reports, documents etc. shall be submitted by the Contractor/Sub-consultant as per time frame indicated below: Stage I (Topographical survey work) Item No. 1 & 2 of BOQ

    a) Inception report One week from the date of award of work.

    b) Completion of field work for topographical survey and submission of Draft drawings.

    Two and half months from the date of award of work.

    c) Submission of final drawings after incorporation of corrections

    Within 15 days after issue of comment by RITES subjected to overall time period for stage-I shall be 3 months from award of work.

    Stage II (Final location survey work) Item No. 3 & 4 of BOQ

    a) Completion of field work for final location survey including Casting and fixing of pillar.

    Two months from the date of go-head communicated by the Engineer.

    b) Casting and fixing the Two months from the date of go-

  • Topographical survey for fast harbor Suburban corridor along CSTM - Vashi Panvel section

    Tender for Topographical Survey Work Page | 24

    pillars. head communicated by the Engineer.

    c) Submission of final drawings after incorporation of corrections, if any.

    Within one week after issue of comment by RITES but overall time period for stage-II shall be 2.5 months from the date of go-head communicated by the Engineer.

    Note: The work for stage II will be started only after go-head communicated by the Engineer in writing.

    4.13 RUNNING PAYMENTS NOT PREJUDICIAL TO FINAL SETTLEMENT

    Running payment made to the contractor shall be without prejudice to the final payment of accounts (except where measurements are specifically noted in the measurements book as final measurements and as such have been signed by the contractor) and shall in no respect be considered or used as evidence of any facts stated or in or to be inferred from such accounts not of any particular quantity of works having been executed nor of the manner of its execution being satisfactory.

    4.14 CERTIFICATE OF COMPLETION OF WORK

    As soon as in the opinion of the Engineer-in-Charge, the work shall have been substantially completed the Engineer-in-Charge shall issue a certificate of completion in respect of work.

    4.15 ESCALATION

    No escalation in rates shall be allowed on any account. 4.16 SECURITY DEPOSIT

    Tender security shall be retained as a part of initial security deposit. Balance security deposit shall be recovered @ 10 % of each running bill till total deposit inclusive of tender security becomes 10% of the contract value. Engineer in charge will refund the security deposit only after the completion of work in all respects by the contractor and formal issue of completion certificate by the Engineer.

    4.17 ALTERATION TO SCOPE OF WORK

    RITES LTD. Engineers or representative shall have power 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.

    4.18 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

  • Topographical survey for fast harbor Suburban corridor along CSTM - Vashi Panvel section

    Tender for Topographical Survey Work Page | 25

    rendered till that time can be made use of by RITES, limited to the period for which the contractor 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 RITES.

    2. All the documents and drawings created out of the assigned work will become

    the sole property of the RITES and RITES will be free to use the same in any manner deemed fit.

    3. The contractor 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.

    4. RITES will depute Engineer at site to sort out day to day problems arising at

    site.

  • Topographical survey for fast harbor Suburban corridor along CSTM - Vashi Panvel section

    Tender for Topographical Survey Work Page | 26

    SECTION 5.0

    BILL OF QUANTITIES

    S. NO. DESCRIPTION QTY. UNIT

    RATE (Rs.)

    AMOUNT (Rs.)

    1. Topographical survey along the existing Rail corridor from CSTM- Vashi - Panvel with connectivity to proposed Navi Mumbai Airport, generally in railways right of way of Central Railway, Mumbai covering the items in scope of work using DGPS, Total Station, Auto Level and Computer AutoCAD drawing in DWG/DXF format.

    60 Per Km.

    2. Topographic Survey, spot levels with traverse stations fixing & surveying for providing approach roads, terminal station, traffic integration area, depot etc. at isolated location in the vicinity of above corridor with Total Station and computer AutoCAD drawing in DWG/DXF format.

    80 Hectare

    3 Final Location Survey and fixing the pillars. 60 Per Km.

    4 Casting & Fixing of Pillars i) RCC Square pillars of 200 mm x 200

    mm x 600 m size. ii) For curve points circular pillars of

    200 mm dia x 600 mm long

    400

    200

    Nos

    Nos

    Total Amount:

    Note: 1. The rate shall be quoted by Contractor in figures as well as in words. Where there is a

    discrepancy between figures and words, the rate in words will govern. 2. The Quoted rates shall be inclusive of all cost of labour, materials, equipment,

    preparation of drawing, all incidentals of any kind for proper completion of the work.