TENDER NOTICE - Diu

16
GOVERNMENT OF INDIA U.T. ADMINISTRATION OF DAMAN AND DIU DEPARTMENT OF PORT AND LIGHTHOUSES OFFICE OF THE PORT OFFICE DIU - 362 520 NO. MD/PO-DIU/DREDGING-DATA/25-PART-07/2011-12/_g4 DATED: /3 /0¢/ 2012. TENDER NOTICE ---------------- ---------------- The Collector, Diu on behalf of the President of India, invites Sealed Tenders from the well experienced, eligible and reputed Contractors for supply of Prototype data for the below mentioned Project and Works.:- NAME OF THE PROJECT CONSULTANCY SERVICE IN RESPECT OF MATHEMATICAL MODEL STUDIES FOR STABILIZATION OF TIDAL INLET MOUTH AND HARBOUR NAVIGATION CHANNEL AT VANAKABAR AND DIU - GHOGHLA IN DIU DISTRICT NAME OF THE WORK HYDROGRAPHIC AND CREEK CROSS SECTION SURVEY AND PROTOTYPE DATA ON TIDAL LEVEL, CURRENTS, SALINITY, SUSPENDED SEDIMENT, BED SEDIMENT ANALYSIS, FLOAT TRACKS INCLUDING FRESH WATER DISCHARGES The Blank Tender Forms alongwith detail Specifications with Drawing and other Terms and Conditions can be collected from the Office of the Port Officer, Marine Department, Diu during office hours from dated 18-04-2012 to 07-05-2012 on payment of Rs. 500/-(Rupees Five hundred only) non refundable in Cash or DD in favour of the Collector, Diu for each tender. The Tender dully filled in all respect alongwith EMD in form of DD/FDR from Nationalized Bank drawn in favour of the Collector, payable at Diu dully signed by the Tenderer in token of the acceptance of Terms & Conditions and should reach to the Office of the Polt Officer, Marine Department, Diu on or before 07-05-2012 at 13:00 hrs. The Tender Documents & Form are available iq Web Site address www.diu. o g v.in and http//daman.nprocure.com , which can be downloaded and used for submitting the Tender in the manner prescribed above alongwith the Cost of Tender and PMD. The Tender without Tender Fee and EMD or any other form of EMD & Tender Fee shall be summarily rejected. The rate quoted should be valid for one year from the date of opening of Tender. The undersigned reserves their right to accept or reject any or all Tender without assigning any reason thereof. COLLECTOR, DIU 16

Transcript of TENDER NOTICE - Diu

Page 1: TENDER NOTICE - Diu

GOVERNMENT OF INDIAU.T. ADMINISTRATION OF DAMAN AND DIUDEPARTMENT OF PORT AND LIGHTHOUSES

OFFICE OF THE PORT OFFICEDIU - 362 520

NO. MD/PO-DIU/DREDGING-DATA/25-PART-07/2011-12/_g4 DATED: /3 /0¢/ 2012.

TENDER NOTICE--------------------------------

The Collector, Diu on behalf of the President of India, invites Sealed Tendersfrom the well experienced, eligible and reputed Contractors for supply of Prototypedata for the below mentioned Project and Works.:-

NAME OF THE PROJECT CONSULTANCY SERVICE IN RESPECT OFMATHEMATICAL MODEL STUDIES FORSTABILIZATION OF TIDAL INLET MOUTH ANDHARBOUR NAVIGATION CHANNEL AT VANAKABARAND DIU - GHOGHLA IN DIU DISTRICT

NAME OF THE WORK HYDROGRAPHIC AND CREEK CROSS SECTIONSURVEY AND PROTOTYPE DATA ON TIDALLEVEL, CURRENTS, SALINITY, SUSPENDEDSEDIMENT, BED SEDIMENT ANALYSIS, FLOATTRACKS INCLUDING FRESH WATER DISCHARGES

The Blank Tender Forms alongwith detail Specifications with Drawing andother Terms and Conditions can be collected from the Office of the Port Officer,Marine Department, Diu during office hours from dated 18-04-2012 to 07-05-2012on payment of Rs. 500/-(Rupees Five hundred only) non refundable in Cash orDD in favour of the Collector, Diu for each tender.

The Tender dully filled in all respect alongwith EMD in form of DD/FDRfrom Nationalized Bank drawn in favour of the Collector, payable at Diu dullysigned by the Tenderer in token of the acceptance of Terms & Conditions andshould reach to the Office of the Polt Officer, Marine Department, Diu on orbefore 07-05-2012 at 13:00 hrs. The Tender Documents & Form are available iqWeb Site address www.diu. og v.in and http//daman.nprocure.com , which can bedownloaded and used for submitting the Tender in the manner prescribed abovealongwith the Cost of Tender and PMD. The Tender without Tender Fee and EMDor any other form of EMD & Tender Fee shall be summarily rejected. The ratequoted should be valid for one year from the date of opening of Tender.

The undersigned reserves their right to accept or reject any or all Tenderwithout assigning any reason thereof.

COLLECTOR, DIU

16

Page 2: TENDER NOTICE - Diu

TENDER DOCUMENT

No. MD/PO-DIU/DREDGING/25-PART-07/2011-12/

NAME OF THE PROJECT CONSULTANCY SERVICE IN RESPECT OFMATHEMATICAL MODEL STUDIES FORSTABILIZATION OF TIDAL INLET MOUTH ANDHARBOUR NAVIGATION CHANNEL AT VANAKABARAND DIU - GHOGHLA IN DIU DISTRICT

NAME OF THE WORK I-IYDROGRAPHIC AND CREEK CROSS SECTION.SURVEY AND PROTOTYPE DATA ON 'T'IDALLEVEL, CURRENTS, SALINITY, SUSPENDEDSEDIMENT, BED SEDIMENT ANALYSIS, FLOATTRACKS INCLUDING FRESH WATERDISCHARGES.

Address for Submission of Tender

THE PORT OFFICER,MARINE DEPARTMENT,U.T. ADMINISTRATION OF DAMAN & DIU,D I U - 362 520.

PHONE: (02875 ) 252263, FAX : 252333

TERMS OF REFERENCE FOR HYDROGRPHIC SURVEYS AND PROTOTYPE DATACOLLECTION FOR MATHEEMATICAL MODEL STUDIES FOR STABILIZATION OFTIDAL INLET MOUTH AND HARBOUR NAVIGATION CHANNEL AT VANAKABARAND DIU - GHOGHLA IN DIU DISTRICT:

1.0 INTRODUCTION

Port Office under the U.T. Administration of Daman and Diu intends to undertakehydrographic / topographic survey including hydraulic data collection at Vanakbara andDiu - Ghoghla in Diu District in the Arabian Sea on West Coast of India. NearestRailway Station is Veraval/ Somnath (Gujarat) 90 Km. and Pipavav port 100 Km. fromDiu Port. Airport at Nagoa about 5km from Diu Town for Jet Airways every day inmorning.

2.0 SITE CONDITIONS

2.1 General Information about Site

Diu Administration proposes to entrust to CWPRS - Pune, the Mathematical ModelStudy for stabilization of Tidal Mouth and Navigational Channel at Vanakbara and Diu -Ghoghla in Diu District. As part of the Study it is proposed to Collect Prototype Datafrom well experienced Agency.

3.0 RESPONSIBILITIES OF THE PORT AUTHORITY, DIU

* Approval/ permission, if any required for carrying out the work.* Letters to concerned Government Department or nearby Port to make available

the relevant data, if available.* Plot Plan of the Inlet Navigational Mouth and Harbor Creek of the Location.* Other Drawings available with Iihe Port Department.

4.0 INSTRUCTIONS TO BIDDERS

4.1 The tender shall be submitted in two parts:3

Page 3: TENDER NOTICE - Diu

Part - I Technical ProposalPart - II Financial Proposal

Each of the above mentioned two parts shall be sealed in separate envelopes dulysuperscripting Part - I (Technical Proposal) and Part - II (Financial Proposal) on therespective envelopes. The two envelopes shall be put under one sealed cover dulysubscribing the name of the project and name of the work before submission.

4.2 The bids shall be accompanied by an EMD of Rs. 25000/- (Rupees Twenty FiveThousand only) in the form of a Demand Draft drawn in favour of Collector payable atDiu. No other form of EMD shall be accepted. The quotations received without EMD orany other form of EMD shall be summarily rejected. The EMD of unsuccessful biddershall be returned. However, in case of successful bidder the EMD shall be returned onsubmission of Bank Guarantee towards the security Deposit.

4.3 The bidder shall submit the following information in the Technical Proposal.

i. Organization Profile along with audited financial reports of last 3 years.ii. List of similar works undertaken (both completed and ongoing) along with the

area/line kin, cost and time scheduleiii. List of equipment available along with their specification and present deployment.iv. Detailed methodology, along with equipment (including their specification)

proposed for this project. The bidder is required to submit the names and bio-dataof all the technical personnel proposed to be deployed for the work together with.the estimated man-month effort expected to be contributed by each person.

v. An undertaking that financial proposal does not contain any condition (s)vi. Deviations if any shall be mentioned in the technical proposal itself. Deviations

(if any) with respect to items/fa'cilities/financial etc. should be brought out clearlyin form of Bill of Quantities (BOQ). The contractor shall enclose a copy of thisBOQ without rates and cost (including additional items if any) along with thetechnical proposal duly signed in token of having read the tender documents

4.4 The bidder shall submit only cost along with breakup as per BOQ in the financial bid.The financial bid shall not contain any conditions. The BOQ shall also contain cost ofextra items as proposed by the bidder in the technical bid.

4.5 The bidders are advised to undertake at their discretion a reconnaissance of the site attheir cost, to familiarize themselves with the site conditions before preparing the bid

4.6 Your tenders should reach us at Port Officer, Diu by 07°i May 2012 by 1500 firs and weshall not be responsible for any delay in receipt of the tenders. Late tenders shall not beconsidered. The Collector, Diu reserves the right to reject any or all the tenders, withoutassigning any reasons thereof. The technical proposal (Cover A) Financial bids ( CoverB) shall be opened on the same day at 1600 hrs. You are requested to depute yourrepresentative to be present during bid opening.

5. GENERAL TERMS AND CONDITIONS

5.1 The bidder shall make their own arrangement for boarding, lodging, travel,transportation of survey equipment, boat/launch, labourers. local transport etc. requiredfor this work and shall include cost in their offer.

5.2 Time period for the work - Ten Months including reporting from the date of award of thework.

5.3 Time is the essence of the contract. Liquidated damages shall be imposed @ 0.5% of theagreed fees for each calendar day of delay subject to a maximum of 5% of total agreed

cost.

5.4 The successful bidder shall sign an agreement on non judicial stamp paper of Rs. 100/-before commencement of the work.

5.5 The successful bidder shall submit a Security deposit equivalent to 10% of the contractvalue on award of work in the form of bank guarantee from a scheduled Bank and shallbe valid till the completion and finalizing of survey work and data collection.

tI

4

Page 4: TENDER NOTICE - Diu

5.6 Permission/authorization: It shall be the responsibility of the contractor to seek andobtain, well in time, necessary permission of authorization from concerned local or otheroffices and/or individual property owners etc. to approach. enter, measure, level, placeinstruments and equipment etc. as nay be required to carry out the survey work.However, necessary authorization and assistance in getting permission may be extendedby the Port Authority at its discretion.

5.7 Supervision: The contractor shall provide at all times access to and facilitate inspectionand supervision of the works and records for the authorized personnel of Port Authority-Diu or CWPRS- Pone.

5.8 Responsibilities of the Contractor: The contractor shall be solely responsible forfollowing sound technical and other methods and practices of survey work, accuracy ofthe equipment, and field work. Sufficient overlap shall be provided in the adjoining mapsas the survey shall be covered by more than one map.

5.8.1 A continuous overlapping connection must be established between the hydrographicsurvey and topographic survey, if any.&in respect of collection of Prototype Data as per

the directions of Officer-in-Charge or the port authorities.

5.9 Data Collection: Data required for carrying out the surveys shall be collected by thecontractor. However, Collector, Diu shall issue necessary authorization letters required,if any for collecting the same. - ,

5.10 Incomplete tender or tender received after the last date shall not be considered under

any circumstance.

5.11 Contractor shall be submitting weekly progress reports to the Port Authority, Diu aboutthe progress of the work and shall comply with the instructions of Officer-in-Charge(OIC) or the port authorities.

5.12 In case of delayed / unsatisfactory performance of work. Collector, Diu shall have the

right to terminate the contract and get it executed from market at the contractor risk and

cost

5.13 Financial Conditions ,

5.13.1 The bill of quantities is only indicative in order to arrive at the total contract value. Thepayment shall be made as per actual quantities at the rates accepted by Collector, Diu .

5.13.2 The Payment towards carrying out various items of works as detailed shall be

made to the successful bidder. in the following manner:

(a) 20% of the contract value on commencement of works at the site againstBank Guarantee of equivalent amount

(b) 30% of contract value on completion of the field work in all respects andsubmission of survey charts

(c 20% of contract value on submission of draft report(d) 30% of contract value on acceptance of reports by cQllector, Diu and OIC.

5.14 In no case subletting of the full or part of the work shall be allowed aftersubmitting the bid. However in special cases subletting may be permitted by OICat his discretion, for which the contractor shall inform him well in advance forapproval. If any such case of subletting without approval comes to the notice ofCOLLECTOR, DIU, and NO PAYMENT FOR THAT PART OF THE WORKSHALL BE MADE.

5.15 In the event of any dispute, the decision of the Collector, Diu, U.T.Administration of Daman and Diu shall be final & binding. However, the sameshall be referred to the sole Arbitration of the person to be appointed by the-Administrator of Daman and Diu. The award of Arbitrator so appointed shall befinal and binding on the parties to this presence.

5.16 The Collector. Diu reserves the right to reject any one or all the tenders without

assigning any reason theredf.

6. SPECIAL CONDITIONS OF CONTRACT

5

Page 5: TENDER NOTICE - Diu

6.1 The contractor shall use suitable equipment (depth recording accuracy ± 0.10 m)for ascertaining the depth. A suitable positioning system (positioning accuracy + lm)and suitable traversing equipment for this work. The bidder shall clearly indicate themethodology for maintaining the horizontal control/vertical control for the hydrographicsurvey/topographic survey in the proposal/write up. The desired accuracy for the surveyis as under:

S.NO. NAME OF WOIIK MINIMUM ACCURACY

1. Bench Mark + 0.005 in

2. Horizontal Control + IM

3. Vertical Control +0.1111

The contractor shall select the location of the water level gauges. The contractor shall getthe locations of installation of water level.

6.2 The bidder shall mention the equipment and methodology for maintaining the accuracyof horizontal and vertical measurements which shall in no case be less than that specifiedin Para 6.1 supra. The same shall be the basis for certification of contractor's works. Theaccuracy actually achieved shall be verified.

6.3 The contractor shall prepare chart adopting UTM projections clearly showing (Northing& Easting) and global grids (latitude & longitude) on each chart.

6.4 The contractor shall demarcate the existing structures, drains, low lying areas, shoals,high water and low water lines and other important features along with the contours asper the directions of Officer-in-charge or Port Authority, Diu.

6.5 The contractor shall nominate and post one 'Resident Officer' for liaising with PortAuthority.

6.6 The contractor shall note that the quantities indicated in the BOQ are indicative only and-may vary. The payment shall' be made as per actual quantity executed only. Forcalculating the total contract amount unit rates accepted by of Officer-in-charge of PortAuthority, Diu shall be adopted. .

6.7 The Collector, Diu may, at its discretion, award total or part of the work and may splitthe work among more than one bidder depending upon their technical capabilities andfinancial offers.

6.8 The contractor shall be solely responsible for the safety, loss, theft, and breakdown etc.of their equipment and safety of the manpower and shall get the same appropriatelyinsured.

6.9 Only brief specifications have been given in the BOQ, however all the works shall beexecuted as per relevant BIS/IRC codes of practice as may be applicable. The biddershall include the procedure in their methodology only citing relevant codes of practiceand shall execute works as approved by Officer-in- charge or Port Authority, Diu at thetime of execution.

6.10 The number of samples indicated in BOQ are tentative only and may vary. The paymentshall be made as per actual quantities at the rates accepted by Port Authority, Diu. The'location of sampling shall be furnished at the time of execution.

6.11 All rates quoted shall be inclusive-of all duties, taxes, octroi etc. as may be applicable.No extra claim shall be payable. Collector, Diu shall however deduct taxes at source,demand draft charges etc. as may be applicable and shall provide a certificate to thiseffect. Service tax as applicable shall be payable over and above the fees quoted.

6.12 The survey details/data collected shall not be passed on to any other person ororganization or used any where else by the contractor without the prior permission of PortAuthority, Diu. If, so, same will-be liable for punishment.

6

Page 6: TENDER NOTICE - Diu

7.0 SCOPE OF WORK AND SPECIFICATIONS

7.1 Hydrographic Survey

7.1.1 Estimated Stretch of Hydrographic Survey 6.5 km2 in Sea / Sea Mouth (Referdrawing enclosed).

7.1.2 Brief Scope of Work

Detailed Hydrographic survey of the area covering sea portion up to a (-) 5.0 m (w.r.t.CD) contour depth at Vanakbara and Diu Ghoghla covering the area of Sesalkheda creek system/Brankvara creek inlet. Survey should also cover the complete creek from Vanakbara to DiuGhoghla including tributaries, if any, with cross sections taken at interval of not more than 40 m.The cross sections should be taken in the Sesalkhadacreek system well spread over its entire.length and suitable closer interval may be adopted near curvature portion of the creek. The lowlying mud flats area, on either side of the 'c'reek, should be also covered up to HWL. Thesoundings be taken with respect to local CD or to any other Bench Mark and the relation of the.bench mark with MSL should be clearly mentioned.

The bathymetry data should be made available both in the form of hydrographic surveycharts and in digital form indicating position of soundings (in U "I'M or Lat. - Long. Co-ordinates) in fraction of meters with index Plan having a reference grid of Latitude andLongitude. Beach cross sections data to be collected at eight locations (indicated in encloseddrawing) on the eastern side of the Diu Ghoghla and eight on the western headland of Diu beforeand after the monsoon season. Limited Cross Sections should also be taken at the entrance ofVanakbara and Diu Ghoghla inlet concurrent with the beach cross section surveys.

(I) Establishing vertical control (accuracy +0.1m) and establishing bench mark(accuracy + 5 millimeters) at suitable interval. Transfer of Bench Mark/datum

w.r.t. MSL (w.r.t. water level gauge/Tide gauge).

(II) Establishing horizontal control and marking selected points on the shore. atsuitable intervals. (Accuracy +lm).

(III) Observations of soundings should be taken at 100 in x 100 in grid. The crosssection should be extended upto HWL on the banks. Exact alignment and zero of-the cross section may be correctly marked on the map. HWL and LWL should beclearly marked on each section. Special features like shoals, bars, deep channel,joining of streams, Nallas,.GTS and any other bench marks locations, importantstructures such as bridges/intakes along bank. inland configurations, existingintake well, Ghats, embankmen4g, spurs, rock outcrops, hard clay banks, etc.should also be marked on the cross section when encountered. Soundings shallbe reduced to local chart datum (C.D.)

(IV) Additional cross sections should be taken for the sea reach undergoingerosion/threatened for likely erosion and at Sea mouth portion. Details regardingthe observations should be same as that in Item (iii) above.

(V) Preparation and supply of charts and survey reports in hard copies as well inelectro-magnetic form. The survey charts shall be digitized contour map withcontour interval of 0.5 m.

(VI) To provide any clarifications/justification required by client during the acceptanceof report for the work carried out by the bidders. -

7.1.3 Details to be collected [other than soundings (Depth)]

7.1.3.1 Tide Level observations during the period of survey

Apart from the above, the contractor shall also carry out 24 lirs. tidal level observationsfor the period of survey to reduce the soundings to chart datum (CD).

7.1.4 Technical Specifications

7.1.4.1 Establishment of Bench Mark

The levels shall be on the basis of GTS bench marks in the vicinity. The contractor shalltransfer the benchmark to the site. All levels shall be related to IMSL. New Bench markshall be established either on existing abutments, jetties or other monoliths which shallmeet the stability requirement for bench marks specified by Survey of India.

Alternatively new bench mark of suitable type shall be built to survey of India standards.

Value of bench marks shall be established to accuracy better than +/-5 millimeters.

7

Page 7: TENDER NOTICE - Diu

7.1.4.2 Establishment of Horizontal control and marking the selected points on shore

Horizontal control established shall be properly connected to nearby G.T.S. or otherpoints approved by Officer-in-Charge or the port authorities.

7.1.4.3 Establishment of Vertical Control

The vertical control shall be established with suitable water level gauges and/or GTSBench Marks within or near the.survey area and simultaneous tidal observations shall betaken to reduce the soundings to a recoverable or approved Chart Datum (C.D.). Sites ofwater level gauges should be carefully 'selected to ensure the free flow of water levels toand from the gauge locations. Apliroval of the OIC should be obtained for the location(s)of the water level gauge(s). The C.D. of the survey shall be same as the C.D. of theexisting largest scale Naval Hydrqgraphic Chart of the area. The C.D. shall also beverified with previous surveys undertaken in the area. C.D. shall be connected with theBench Mark established at the site. For vertical control and determination of ChartDatum, levelling between bench marks and to determine water level gauge zero etc. Thelevelling accuracy shall be + 0.10 in. For recording of water levels, water level gaugesshall be erected at approved locations. The water levels shall be recorded at interval notmore than 15 minutes. However, time and height of low water shall be accuratelydetermined.

7.1.4.4 Carrying out Soundings

The sounding data shall be recorded and reported at an interval of 10m interval in deep

channel portion and 5 in interval over spill reach/shoals/large islands/ mud flats.

Soundings shall be carried out using suitable equipment which yield accuracy of+0.10 in

or better. Continuous recording type of echo sounder shall be used for this survey.Relevant environmental parameters which effect accuracy of echo-sounding shall be

measured regularly and appropriate correction shall be applied. `Bar Checks' shall becarried out daily before commencementrgnd after completion of days work. Bar Checkequipment/tackle and its calibration shall be got approved from Officer-in-Charge. EchoRolls shall be got countersigned by Collector and shall be submitted to Port Officer, Diu

along with the Survey Reports.

7.1.4.5 Position Fixing

For position fixing the contractor shall use a suitable position fixing equipment with

horizontal positional accuracy of+ 1 in. The contractor may however propose alternativeposition fixing system that meets above mentioned positional accuracy, provided at least3 lines of position can be used to determine position. The position fixing system shall be

calibrated against a most accurate system or a fixed base line before deployment to thesatisfaction of Officer-in-Charge or the port authorities. While taking soundings vesselshall be moved at a slow speed (not greater than 3 knots).

7.1.4.6 Reporting

(1) A survey report in triplicate describing the conduct of the survey along with a soft& hard copy and all observed data,. along with original records viz. calculationsfield books, measurement books , Eco-rolls etc. shall be submitted to Port Officer.Diu. The data furnished shall be adequate to re-plot the survey chartindependently on the basis of these documents.

(II) The charts shall be plotted at' Y 1000 scale or any other scale as directed byOfficer-in-Charge. U.T.M., grid and geographical grid shall be marked on the'chart as per normal cartographic practice. Soundings shall be shown in meter and

decimeters and shall be reduced to Chart Datum. Contours shall be marked at 0.5

in interval. On the chart the soundings shall be marked duly showing high water

and low water lines, delineation of shoals, symbols and legends, Northline etc. Asthe area covered shall be in more than one chart, the contractor shall provide a

single chart (Index Map) in triplicate. All charts/maps should display reference tothe ground station and datum based on which the controls are fixed and shall

indicate date/time of surveys and name of person in-charge carrying out the

surveys.(III) Master copy of the each chart, map shall be provided on stable film (RTM) along

three hard copies and one soft copy on Compact Disc in a format compatible withAUTOCAD.

PROTOTYPE DATA ON HYDRAULIC PARAMETERS

7.2.1 Tidal observations8

Page 8: TENDER NOTICE - Diu

Separate Tidal water level elevations should be recorded for continuous ONE lunar-Month at 15 minutes interval simultaneously at the locations indicated in the encloseddrawing.

Vanakbara Fisheries jetty.Dangarwada road bridge across Sesalkheda creek.Ghoghla Fisheries Jetty.

These observations should be preferably taken by deploying automatic tide gauge withself recording method at 15 minutes interval. The tide gauge should have accuracy of theorder of 5mm. These observations should be reduced to Chart Datum.

Near about the expected time of high and low water, whether day or night, the exact timeand height of these occurrences are to be recorded by continuous observations. The exactco-ordinates (UTM / Latitude- Longitude) of the observation points should be mentionedand marked on the plan.

7.2.2 Current observations

The current measuring equipment should be of high standard preferably propeller orelectromagnetic type, which have in situ self recording capability with range of 0.00 to 5m/sec and having at least 2%, reading accuracy (+/- 1 em/sec). The instrument should be well

calibrated which may be verified by the Officers of the Port before taking the observations.

These observations be conducted at 15 minutes interval and over the vertical at 0.2D, 0.6D,

0.8D (depth). These observations should be conducted for about 48 hours duration covering atypical spring tide, average tide and neap tide during monsoon and non -monsoon season.Simultaneous tidal observations concurrent with current meter observations have to becarried out at three locations shown in the enclosed figure viz. in the inlet of Diu Ghoghlaand in Sesalkhada creek and at Vanakbara. Tide - velocity plot should be prepared and datashould be made available both in printed tabular form as well as in the digital form. The

exact co-ordinates (UTM / latitude- longitude) of the observation points should be mentionedand marked on the plan. _.

7.2.3 Sediment and Salinity sampling

Water Samples for analysis of suspended solids concentrations, total solidsand salinity,

should be obtained using Isokirietic Automatic Water Samplers of Standard make. Theobservations should be taken concurrent with currentmeter observations at the followinginstances:

• lhr after LW

• 3hrs after LW

• 5hrs After LW

• l hr after HW

• 3hrs after HW

• 5hrs after HW

The observations should be taken over the vertical at 0.2D, 0.6D, 0.8D (depth). Theinformation of sediment sampling bq, tabulated giving full details about date, time,location, depth of observations etc. The exact co-ordinates (UTM / latitude- longitude) ofthe observation points should be mentioned and marked on the plan. The grain size,sediment concentration and salinity should be analysed for each sample.

7.2.4 Bed Samples

The bed samples should be taken using the standard Grab sampler at the locations asindicated in the enclosed drawing, both during non- monsoon and monsoon period. Inaddition to above samples may be collected at five (5) locations each in the approaches to,both the inlets during the non- monsoon and monsoon months. All these samples shouldbe analysed for grain size distribution.

Sediment sample should be collected at five locations (as per drawing) as per thedirection from Officer- in charge or the Port Authority, Diu. The sample should

be analysed for mechanical analysis and C and ^ values. The exact location ofeach sample should be marked on the map. Material gradation curve at three

locations are also required to be carried out.

9

Page 9: TENDER NOTICE - Diu

ii. Grain size distribution of bed material at live (5) locations near thecreek/sea/coast are also required to be carried out as per enclosed drawing.

The contractor shall collect bed samples of one kg each at the specified locations. Thecontractor shall quote split rate for collection of samples and further grain size analysis.

The report shall include details and location of collection of sample along with visualdescription and the results of analysis of samples along with recommendations.

The report shall include details awd location of collection of sample along with visualdescription and the results of analysis of samples along with recommendations.

Bed sample/sediment sample and water samples, collection and analysis, current and tidemeasurements as indicted in the Bill of Quantities are also to be undertaken . And as perenclosed drawing and specifications as in Annexure.

7.2.5 Float Tracks

The floats should be released at about eight (8) locations each in the sea portion in thevicinity both at the inlets as indicated in enclosed drawing. These floats should havesuitable vane arrangement / drogue to get information about the ambient seas currents.These floats may be tracked for one complete tidal cycle by position fixing at every 30minutes and marked on chart with suitable scale. The information about time of releaseand time of position fixing etc, should be tabulated on the chart.

7.2.6 Fresh Water Discharges.

In case any information about the fresh water discharges joining the creek system is

available in the irrigation Department, these may be collected and furnished.

7.2.7 Photographs

Photographs of important locations in and around the project site are also to be includedin the survey reports.

10

Page 10: TENDER NOTICE - Diu

BILL OF QUANTITIES

NAME OF THE PROJECT CONSULTANCY SERVICE IN RESPECT OFMATHEMATICAL MODEL STUDIES FORSTABILIZATION OF TIDAL INLET MOUTH ANDHARBOUR NAVIGATION CHANNEL AT VANAKABARAND DIU - GHOGHLA IN DIU DISTRICT

NAME OF THE WORK HYDROGRAPHIC AND CREEK CROSS SECTIONSURVEY AND PROTOTYPE DATA ON TIDALLEVEL, CURRENTS, SALINITY, SUSPENDEDSEDIMENT, BED SEDIMENT ANALYSIS, FLOATTRACKS INCLUDING FRESH WATER DISCHARGES

S. No. Unit Estimate Rate AmountItem of work Quantities (Rs./Unit) (Rs.)

I HYDROGRAPHICSURVEY

(a) Mobilization to Site L. S.

(b) Demobilization from Site L.S.(c) Hydrographic survey Km 6.5

including establishinghorizontal and verticalcontrols, taking soundingsat an 100m grid, chartingetc. as specified in the scopeof work including crosssections as specified in thesco e of work

(d) Establishment of Bench No. 2mark as per Survey of Indiaspecifications andconnecting the same withG.T.S. Beech markspecified in the scope ofwork.

(e) Rate for hydrographic Knsurvey per additional line Rate only

km including the crosssections as specified in thescope of work @ grid of100 in interval

(f) Reporting and charting as L.S.per Technical specification

2 HYDRAULIC SURVEY

1. Tide Measurement(a) Tide Measurement at the Per 3

location as per technical Locationspecifications (24 hrstidal observation for aperiod of ONE LUNARmonth) at 15 minutes

intervalsII. Directional Current

Measurements(a) Directional Current Per 6

measurements at the Locationlocation together with tidemeasurements by deployingcurrent meter, astechnical

hL LLL IIII

Page 11: TENDER NOTICE - Diu

S. No. Unit Estimate Rate AmountItem of work Quantities (Rs./Unit) (Rs.)monsoon season.

(b) Current Measurement by Per Rate onlyFloat or drogue tracking Location(observations)

111. Water Samples(a) Collection of water samples Per 48

as per directions for Samplemonsoon and non-monsoonseasons.

(b) Analysis of samples for Per 48standard parameters viz. SamplepH, salinity, siltconcentration, grain sizedistribution of suspendedload etc. for monsoon andnon-monsoon seasons.

(c) Collection of additional Per Rate onlywater samples as per Sampledirections

(d) Analysis of additional Per Rate onlysamples for standard Sampleparameters viz. pH, salinity,silt concentration, grain sizedistribution of suspendedload etc.

IV. Bed Samples

(a) Collection of sediment Per 10sample as per directions for Samplematerial gradation curves asspecified in the scope ofwork for

(b) Analysis of sediment Per 10sample ^ for material Samplegradation curves

(c) Collection and analysis of Per Rate onlyadditional sediment sample Sampleas per directions formaterial gradation curves

(d) Collection and analysis of Per Rate onlyadditional bed material for Samplegrain size distribution

V. FLOAT TRACKS UNIT Estimate Rate AmountQuantities (Rs./ Unit) Rs.

(a) Floats to be released at No. 8 Noabout eight locations eachin the Sea portion in thevicinity both the inlets asindicated in encloseddrawing. The detailspecifications also to beobserved as per enclosedAnnexure

Total (Rs)

Amount in Rupees ...............................................................................................

Service Tax in Rs ...............................................................................................

NOTE: 1. Velocily observation (for complete Tidal Cvcle) as described above.2. Tidal observation for 15 days @ 10 minutes recording interval

12

Page 12: TENDER NOTICE - Diu

NOTE:- THE DETAIL DESCRIPTION MENTIONED IN THE ANNEXURE SHOULDPROPERLY OBSERVED AND FOLLOW THE DIRECTION INDICATED FOR NON-MONSOON AND MONSOON, ETC. WITH DRAWING T00.

(KRISHANKUMAR)COLLECTOR, DIU.

The above conditions are binding to me/us

Sign with Seal of the Agency/Company/Contractor

13

Page 13: TENDER NOTICE - Diu

LAST DATE FOR ISSUE OF TENDER

LAST DATE OF RECEIPT OF TENDER

TENDER FEE Rs. 500/-

E.M.D. Rs. 25,000/-

TENDER FORM

This tender is issued to Shri/Nks.

resident of

Tender fee of Rs. 500/- received in cash/DD vide receipt No.

Dated

Place :-

Dated:-

COLLECTOR,DIU

To,The Collector,U.T. Administration of Daman and Diu,D[U-362520.

I/We undersigned Shri/M/s. hereby

enclosed Technical Proposal (Cover-A) and Financial Bids (Cover-B) and offer

my/our rates. I/We agree with the Terms and Conditions attached with this tender

and promise to pay the rates shown against the items.

Place

Dated :

Signature of the TendererAlongwith the rubber stamp & Seal

15' (4-

Page 14: TENDER NOTICE - Diu

a-

ARABIAN SEA

LEGEND:--

ii CURRENTMETER OBSERVATIONS-•.

31 0 WATER.IfMPL ES--------------

41-CROSS SECTIONS,

21 0 BED SAMPLES.--

FIG. No.1

LQCATION PLAN OF SESALKHADA CREEKIN DIU. DISTRICT. (U.T. OF DIU. & DAMAN )

Page 15: TENDER NOTICE - Diu

KOT R A

KOTRANES

LEGEND:-

1) Q TIDE POLE OBSERVATIONS. " ----

21 CURRENTMETER OBSERVATIONS:--

31 q FLOAT OBSERVATIONS ,---------

41 fI BEACH CROSS SECTIONS -------

TOTAL NO•

6Ste

51 0 BED SAMPLES-.-------- 5

SCALE>1.100 00

DEVELOPMENT OF FISHERIES HARBOUR AT VANAKBARLOCATION PLAN OF SESALKHADA CREEK ENTRANCE AT VANAKSARA

M 00 0 100 200 9W 4W 500 600 J00 000 900 %O METRE

Page 16: TENDER NOTICE - Diu

cft1

70°59, N0,1 ,2 1 p •° 70°59

M. 100 0 100 300 300 400 500METR S

SCALE.1:10000LEGEND:--

11 Q TIDE POLE OBSERVATIONS.---

21 ZL CURRENTMETER OBSERVATIONS-GOGHLA

z 31 q FLOAT OBSERVATIONS------0

41 BEACH CROSS SECTIONS-- -

\ 51Q BEDSAMPLES --------

Q61 Q WATERSA€LES.- - --

0DIU

FORT f 0 Q

I (

Q

L7

71•d'71.00

Q .z t, Q

O Iq p D

FIG No-3

DEVELOPME NT- OF FISHERIES HARBOUR AT DIU-GOGHLALOCATION PLAN OF FISHERIES JETTY AT GOGHLA

°o °o