Sunteți pe pagina 1din 50

P a g e | 1

Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer



Augmentation of Water Supply system for Kolhapur City from Kalammawadi Dam as source
Pre Bid Clarification
Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
A. L&T LIMITED
1. Volume I ITB Clause 14.1, page no.
18
Bank guarantee format for earnest
money deposit
In the referred clause it is mentioned that The bid
security (EMD) shall, at the bidders option, be in the
form of, demand draft or bank guarantee. Whereas
format for EMD is not provided. We request you to
kindly provide the format of Bank guarantee for
earnest money deposit.
BG format for bid security is now
attached as Annexure III.
2. Volume I Detailed Tender Notice
Clause 2, page no. 4 Release of EMD
and Bank guarantee for security Deposit
We request you to kindly release EMD by furnishing
entire security deposit in the form of bank guarantee
instead of adjusting EMD (1%) and recovering 4% or
2% by deducting the amount from RA bills. Kindly
consider and confirm.
As per NIT
3. Volume I Detailed Tender Notice
Clause 2, page no. 4 Release of EMD
and Bank guarantee for security Deposit
If the above request is not permissible kindly release
2% of SD retained from our RA bills after completion of
construction period against Bank Guarantee.
Applicable stage in the referred clause may please
be clarified completion of construction period. Please
consider and confirm.


As per NIT
P a g e | 2
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
4. Right of Way We presume that the required width of right of way
(ROW) for laying of pipelines shall be provided to us
by KMC with all statutory clearances & permissions
from all authorities and free from all encumbrances.
Kindly confirm.
Land will be made available by KMC for
all works.
All the Liasoning work for obtaining
permissions / clearances including
forest permission if any has to be done
by the Contractor.
5. Right of Way We also presume that, any and all payment to
concerned department, crop compensation, payment
for private land acquisition and private land right of use
shall be made directly by department. Please confirm.
The fees to be paid for obtaining such
permissions / clearances will be borne
by KMC.
Crop compensation is not
contemplated. However, if it become
necessary the same will be borne by
KMC.
6. Railway/ Highway Crossings We understand that the permissions, clearances for
railway, NH, SH, forest, canal and other crossings will
be applied by KMC and all necessary
depository/permission fee as applicable for the same
will be paid by KMC. Only Liasoning works needs to be
done by the contractor. Please confirm if our
understanding is correct.


As replied at Sr. No. 4 & 5 above.
P a g e | 3
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
7. Design Scope Being a percentage rate contract, we request you to
kindly clarify whether bidder is free to fully redesign the
system post award.
As per NIT
8. Volume I Detailed Tender Notice
Clause 10, page no. 7 Pre Qualification
Similar Works
In the absence of clarity regarding pre-qualification
requirement of similar works we request you to kindly
bring in clarity inline with CVC guidelines i.e.
The bidder should have experience of having
successfully commissioned following similar works of
drinking water supply schemes / projects during last 7
years ending up to 31-12-2013 in India
Bidders should have designed, executed and
commissioned in India either:
a) Three similar completed work costing not less than
the amount equal to 40% of the estimated cost.
OR
b) Two similar completed works costing not less than
the amount equal to 50% of the estimated cost.
OR
c) One similar completed work costing not less than
the amount equal to 80% of the estimated cost.
Please clarify.

As per NIT
P a g e | 4
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
9. Volume I Detailed Tender Notice
Clause 10, page no. 7 - Pre Qualification
Similar Works
We understand that definition of similar work for
experience of execution and O&M means execution
and O&M of a drinking water supply work/scheme /
project on EPC basis having at least 3 components
similar to those included in scope of the tender (Intake,
Pipeline, WTP, RCC Reservoir). Please confirm if our
understanding is correct.
As per NIT
10. Volume I Detailed Tender Notice
Clause 10, page no. 7 - Pre Qualification
Head Works
As the tender is for a drinking water supply project, we
understand that the intake structure should be
successfully commissioned under a single drinking
water supply contract. Please confirm if our
understanding is correct.
As per NIT
11. Volume I Detailed Tender Notice
Clause 10, page no. 7 - Pre Qualification
Electro Mechanical Installations
We would like to highlight that the provision of meeting
the referred criteria through MOU with pump
manufacturers can lead to vendors being selective
which can lead to unhealthy competition and
unrealistic prices.
Therefore we request you to kindly consider
incorporate requirement of having successfully
designed, executed and commissioned electro
mechanical installations of capacity equal to or more
1400 KW in a intake structure in a single drinking
Please refer Annexure 1 (CSD)
attached.
P a g e | 5
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
water supply contract, inline with the scope of work in
the present tender.
12. Volume I Detailed Tender Notice
Clause 10, page no. 7 - Pre Qualification
Electro Mechanical Installations
We would like to highlight that among the approved
pump vendors, only two vendors are manufacturing
motors, thereby further leading to possibilities of
vendors being selective and restricting competitive
participation.
We therefore request you to kindly also consider the
credentials of bidders who have supplied, installed and
commissioned the pumps and motors of capacities as
prescribed in the PQ criteria and permit them to qualify
and participate on their own without the support of
MoU from approved pump manufacturers. Needless to
say this will lead to enhanced participation enabling
KMC to get competitive bid prices. Kindly consider and
confirm.
Please refer Annexure 1 (CSD)
attached.
13. Volume I Detailed Tender Notice
Clause 10, page no. 7 - Pre Qualification
- Mild Steel Pipes for Transmission Main
We would like to highlight that the method of pipe
manufacturing mentioned in the referred clause (on
site longitudinally circumferential welding process) is
not recommended for the diameters involved in this
project as it is a slow process with associated issues in
quality control when compared to spiral welded
Please refer Annexure 1 (CSD)
attached.
P a g e | 6
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
process which is done under strict quality control
measures through an online manufacturing process.
Also we would like to highlight that that on site
longitudinally circumferential welding process being
outdated has largely gone out of use in the last
decade, thereby leady to a paucity of reputed vendors
who are meeting the suggested PQ criteria, thereby
further restricting the participation of competent pipe
manufacturers who are capable to carry out a
prestigious project of such high magnitude. Needless
to say, the restriction in competition can also lead to
increased prices.
With this in view, tender specifications for some time
now across the country and also in Maharashtra
(Example: Bhama Askhed Water Supply Project, PMC,
Pune) are insisting only for spirally welded pipes. Also
obtaining necessary BIS licenses is also a time
consuming process, which can lead to unnecessary
project delays.
We therefore request you to also consider spiral
welded pipes and permit bidders to enter into MoU
with established and reputed pipe vendors
P a g e | 7
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
manufacturing spiral welded pipes and having
necessary manufacturing capacity as per your
requirements. Kindly consider and amend the referred
clause and the technical specifications suitably.
14. Volume I Detailed Tender Notice
Clause 10, page no. 7 - Pre Qualification
Mild Steel Pipes for Transmission Main.
We request you to kindly consider minimum pipeline
length as 35 Km under a single drinking water supply
contract for the referred criteria. Please consider and
confirm.
As per NIT.
15. Volume I Detailed Tender Notice
Clause 10, page no. 7 - Pre Qualification
Mild Steel Pipes for Transmission Main.
In order to provide flexibility in procurement option of
pipe on award of project, we request to permit bidders
to enter to MoU with any number of pipe
manufacturers. Please consider and confirm.
Please also clarify if there are approved vendors for
onsite site longitudinally circumferential welded pipes.
Please refer Annexure 1 (CSD)
attached.
16. Volume I Detailed Tender Notice
Clause 10, page no. 7 - Pre Qualification
Water Treatment Plant.
We understand that the treatment plant should have
been commissioned under a single drinking water
supply contract. Please confirm if our understanding is
correct.
Since JV is not permitted, we understand that
collaboration with other firm to meet the water
treatment plant experience by virtue of MoU is not
permitted. Please confirm if our understanding is
Confirmed that treatment plant should
have been commissioned under a
single drinking water supply contract
and MOU with the experienced
contractor is permitted



P a g e | 8
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
correct. As per NIT
17. Volume I Detailed Tender Notice
Clause 10, page no. 8 - Pre Qualification
O&M.
We understand that the projects in which bidders
should have completed 3 years O&M after
commissioning inclusive of DLP in a single drinking
water supply contract of similar nature of value amount
to at least Rs 211.61 Crores (50% of tendered amount)
and should also have been executed and
commissioned by the bidder. Please confirm if our
understanding is correct.
As per NIT
18. Volume I SECTION 2 ITB Clause
21.5, page no. 22 Submission of
Technical Bid (hard copy).
Since the tender is being submitted online, we
presume submission of signed and sealed technical
bid (hard copy) is not necessary. We understand that
only EMD in original needs to be submitted at the time
of opening of the tender. Please confirm.
Submission of Signed and sealed
technical bid excluding price schedule
is necessary.
19. Volume I General Conditions of
Contract Clause 5.16, page no. 42
Taxes & Duties.
We understand that we have to quote our prices
considering applicable taxes & duties. Necessary
exemption certificates, documents shall be provided by
client as applicable. Kindly confirm.
As per NIT

20. Volume I General Conditions of
Contract Clause 5.17, page no. 42
Excise Duty.

Being a water supply project we understand that we
have to quote considering excise duty exemption and
need not pass on the benefit of the same to client
(KMC) at a later stage. Please confirm.
As per NIT

P a g e | 9
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
21. Volume I General Conditions of
Contract Clause 5.16, page no. 42
Statutory Variation

We request you to kindly consider reimbursement of
statutory variation in taxes & duties and variance due
to imposition of new taxes & duties at actual. Please
consider and confirm.
As per NIT.
22. Volume I Conditions of Contract
Clause 56, page no. 92
Price Variation

In view of the present market volatility in prices of
various materials, we request you to kindly incorporate
price variation clauses based on RBI indices. This will
also encourage competitive prices and unnecessary
loading of prices. Kindly consider and confirm
As per NIT

23. Volume I Conditions of Contract
Clause 10, page no. 68
Period of Payment
We understand that our RA bills will be certified and
paid within 10 days upon submission of invoices.
Please confirm if our understanding is correct.
As per NIT

24. Volume I Schedule of Liquidated
Damages page no. 94
Reimbursement of delay liquidated
damages

In the referred schedule, we understand that if the total
job is completes within the stipulated time limit, the
compensation levied at intermediate milestone will be
reimbursed. Please confirm if our understanding is
correct.
As per NIT

25. Volume I Conditions of Contract
Clause 38, page no. 85
Quantity Variation

We presume that the quantities mentioned in the Price
Schedule are tentative/ approximate and any change
in the same during the execution shall be paid to us at
unit rates quoted by us. Kindly confirm.

As per NIT

P a g e | 10
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
26. Volume I Conditions of Contract
Clause 38, page no. 85
Quantity Variation

In the referred clause S. No.1, it is mentioned that the
percentage of permissible variation the quantity of the
item does not exceed 25% and so long as the value of
the excess quantity beyond this limit at the rate of the
item specified in the tender is not more than
Rs. 50,000/- Whereas in S. No. 6, it is mentioned as
25% excess of the tendered quantity or the excess
quantity of the value of Rs 5,000/-.
Please clarify and confirm.
Please refer Annexure 1 (CSD)
attached.
27. Volume I Conditions of Contract
Clause 59, page no. 105
Insurance Policy
We understand that insurance Policy by contractor is
to be provided only during construction period. Please
confirm.
Insurance policy is to be taken for
complete contract period including O&M
period.
28. Retention We understand that there is no retention from our
Running Bills. Please confirm.
As per NIT

29. Pre Qualification Criteria We understand that the sub-contractor experience of
bidder is not considered for pre-qualification.
Subcontractors experience shall not be
considered

30. Volume I ITB Clause 6, page no. 16
Content of Tender Documents

Please note that in the referred clause it is mentioned
that The tender documents are those as stated below
whereas no such details is provided. Please clarify and
confirm.

The complete uploaded document shall
be termed as tender document
including addenda / common set of
deviations issued by KMC.
P a g e | 11
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC

31. Volume II Part I - 21 Clause 21.1,
page no.313 Raw Water Quality

As per the referred clause, the iron concentration is not
mentioned in raw water table. However, In the treated
water iron concentration considered as <0.1 ppm
hence we request you to provide us the inlet
concentration of iron to WTP.
The successful bidder has to carry out
tests of raw water at source from the
P.H. laboratory and design the WTP so
as to get the end results as stipulated in
the tender document.
32. Volume II Part I - 21 Clause 21.2,
page no. 313-Imtermediate plant
guarantee

As per the referred clause, bidder has to take the
clarifier outlet water guarantee with respect to TSS &
Turbidity. However, bidder is responsible for final
process guarantee in terms of outlet quality and
quantity hence we request you to eliminate the
intermediate guarantee and consider treated water
guarantee as given in the table 21.3 (Section 21 &
page no. 314) as process guarantee. Please confirm.
As per NIT

33. Volume II Part I- 21 Clause 21.3,
page no. 314 Treated water
parameters
In the referred clause, the treated water parameters
are given in table.
As per the stipulated treatment scheme in NIT, the
WTP is designed to remove turbidity, colour, TSS, iron
& micro-organism present in the raw water. We
assume that apart from above mentioned parameters
other parameters like TDS, TH, Chloride, Sulphate and
Fluoride etc. are well within the limit as mentioned in
As per NIT

P a g e | 12
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
CPHEEO manual for treated water quality table. We
have not envisaged any treatment to treat these
parameters hence the same will pass through WTP &
same will appear in treated water. Please confirm.

34. Volume II Part I - 22 Clause 23.9,
page no. 333 Foul and Process
drainage

As per the referred clause it is understood that sludge
treatment is not envisaged in WTP. The sludge
generated from clariflocculators shall be routed to
plant drainage. Kindly confirm sludge disposal scope.
As per NIT
35. Volume II Part I 23 Clause 23.8,
page no. 342 Flash mixer to
Clariflocculator pipe MOC

In the referred clause it is mentioned to use CI/DI
flanged pipe to transfer the effluent from flash mixer to
clariflocculator. However under the heading of
parameter for flash mixer it is mentioned to use MS/DI
pipe. Please confirm the MOC of pipe that bidder
needs to consider.
The pipes shall be epoxy painted
MS/DI pipes.
36. Volume II Part I 21/23 Clause
21.10/23, page no. 318 & 339
Drawing submission schedule

There is a variance in period given for the submission
of drawings after reward of the order in section 21
page no 318 and section 23 page no 339. We shall
consider schedule given in section 23 page no 339 for
submission of drawings after reward of the order.
Please confirm.

As per NIT

P a g e | 13
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC

37. Volume II Part I 23 Clause 23.1,
page no. 340 WTP operating hours

We presumed that the said WTP is designed to
achieve 80 MLD treated water in 24 operating hours
having 83.5 MLD as the inlet WTP considering 4.38%
losses. Please confirm.
As per NIT

38. Volume II Part II Schedule B, E16,
7.a) page no. 834 Number of days for
alum storage
Volume II Part I - 23 Clause 23.13,
page no. 355 Chemical house and
chemical storage.
Ground floor to accommodate 15 days alum
requirement and sundry storage.
Ground floor for alum storage requirement given as 3
months. Please clarify which clause bidder has to
follow.
15 days alum requirement and sundry
storage shall be provided at ground
floor in chemical building.
Alum store of 3 months capacity shall
be provided in store house.

39. Volume II Part I 23 - Clause 23.13,
page no. 356
Alum dosing pumps
Please clarify the number of (working + standby)
dosing pumps for alum dosing system.
Please refer Annexure 1 (CSD)
attached.
40. Volume II Part I 23 - Clause 23.13,
page no. 358
Dosing Pipes

Please clarify whether CPVC/HDPE pipes shall be
adopted instead of SS 316 as CPVC/HDPE pipes are
well proven for chemical applications and cost
economical.
As per NIT.
41. Volume II Part I - 23 page no. 362
Chlorination System Booster Pumps

Please clarify the statement Pumps shall be common
for pre and post chlorination. Please specify the
number of pumps which need to be considered
independently for pre chlorination and post chlorination
Separate pump for each chlorinator
shall be provided.
P a g e | 14
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
system.
42. Volume II Part II Schedule B E16 -
Clause 6.d, page no. 833
Air Scouring Rate

In the referred clause it is mentioned to consider air
scouring rate as 600 LMP per square meter@ 0.4
Kg/sq. cm. However, in section 23 page no 349 it is
mentioned to consider air scouring rate 45 m
3
/hr/m
2

(Min) @ 0.35 to 0.4 Kg/sq.cm. Please confirm the air
scouring rate which bidder needs to consider.
Air scouring rate shall be 600 lpm / sq.
m. @ 0.4kg. / sq.cm.
43. Volume II Part I 27&21 Clause 27.i)
& 21.5, page no. 407 & 315
Chemicals for trail and run

It is understood from the section 27 O&M that chemical
require for treatment plant at the time of operation and
maintenance shall be supplied by employer free of
cost to contractor. Since chemicals required during
O&M period of 5 years are in employer scope hence
we request you to also provide chemical for treatment
plant during trail and run period to contractor free of
cost.
Please refer Annexure 1 (CSD)
attached.
44. Volume II Part I - 23 Clause 23.13,
page no. 358
Lime dosage

We observed that lime dosage rate is not mentioned in
the referred clause hence we request you to provide
the lime dosage rate along with no of working and
standby pumps.
This shall be Governed by PH of raw
water.
45. Volume II Part I 23, page no. 361
Pre and post chlorination capacity.

In the referred clause it is mentioned that all
chlorinators shall be of equal capacity and same
design. System should be designed in such a manner,
As per NIT.


P a g e | 15
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
so that, per-chlorination system can be used for post
chlorination and vice versa on emergency requirement.
However, you have given the pre and post chlorination
dosage guidelines as 3 ppm and 2 ppm respectively.
Does it mean that bidder has to design the post
chlorination system based on 3 ppm chlorine dosage
rate? Please clarify.





46. Volume II Pat I 23 - Clause 23.10.B,
page no. 344
Clariflocculator launder location

In the referred clause it is mentioned to consider the
clariflocculator launder outside. Please confirm
whether bidder can take the launder inside of
clariflocculator.
As per NIT.
47. Volume II Part I & II 23 & Schedule
B E16 - Clause 23.10.B & 5), page no.
344 & 833 Clariflocculator detention
time.
In the referred clause it is mentioned to consider
detention time as 2.5-3.0 hours. However, in schedule
B E16 it is mentioned to consider 2.5 hours. Please
confirm we clause bidder has to follow.
As per NIT.
48. Volume I Section 2 Clause 1.2, page
no. 15 Defect Liability period

In the referred clause defect liability period mentioned
as 24 month. We request you to make the defect
liability period as 12 months.
As per NIT.
49. Volume II Part I Section 20 Clause
20.2 & 20.6, page no. 297 & 300
PN rating of valves

It is understood that PN rating 1.6 given in the section
22 is for valves deployed in head works & raw water
pumping station due to high pressure requirement in
the transfer lines. However, in the WTP pressure
All the valves pertaining to WTP shall
be of PN1 rating.
P a g e | 16
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
requirement in the line is less than 2.0 Kg/cm
2
hence
we request you to allow us to consider PN rating of 1.0
for all valves pertaining to WTP.
50. Volume II Part I Section 20
Specification of sluice gate valves
It is observed that specifications of sluice gate valves
has not been provided in the tender specifications of
valves hence we request you to provide the technical
specification of sluice gate valve.
The Valves as per relevant IS shall be
provided
51. Volume II Part I - 23 Clause 23.13,
page no. 356
Alum & PAC dosing
For PAC system, alum dosing tanks and pumps shall
be used. But as the dosage rates are different for both
chemicals, please clarify the alum and PAC dosing
system.
As per NIT
52. Volume II Part I Section 23 - Clause
23.13, page no. 356
Dosing Pumps
Please clarify the number of (working + standby)
dosing pumps for all chemical dosing system.
Dosing Pumps for all chemicals shall be
2 Nos.(1W+1S) each.

53. Volume IV Drawings page no. 961
Layout map of Puikhadi WTP

Please note that the proposed WTP area of 100 x 100
is very less. The entire treatment plant cannot be
accommodated in this area. Please confirm.
Required land area as per approved
design will be made available by KMC.
54. Volume II Part I & Volume III - Technical
Specification (Civil Works) & Schedule B
- 1.4 & E8 - 107/969, 108/969 & 748/969
- Pump Head
The full supply Level of water in Break Pressure Tank
is given as 675m as per data given in respective
clauses of tender document. The pump head should
be designed as per max water level or full supply level
which works out to be 69.34M {675m(FSL)-607.16m
As per NIT.
P a g e | 17
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
(MDDL)+ 0.5m(Losses)+ 1m (Terminal Head)} based
on Minimum draw down Level and 72.5m {675m
(FSL)- 604m (LSL)+0.5m (Loses)+ 1m(Terminal
Head)} based on Low suction Level, but as per price
schedule the total dynamic head (TDH) of pump is
given as 68 m which will not be sufficient to provide
the water to Break pressure tank. Kindly specify
suitable pump head and clarify which level should be
adopted for calculation of head.
55. Volume III - Schedule B - E8 - 749/969 -
Number of Actuated Valves
The number of valve actuator under scope for raw
water pumping machinery is 8, but the numbers of
actuated sluice valves are only 4. Kindly clarify
whether rest of actuators are for Butterfly valves.
The Actuators are for sluice valve only.
56. Volume III - Schedule B & Volume IV
( Drawings) - E8 & Jack well and Pump
House Drawing - 749/969 & 888/969 -
Diameter of Valves
The diameter of Sluice, Butterfly and non-return valve
at pump delivery is given as 600 mm as per price
schedule, but the same is 700 mm as per drawing in
the tender document. Kindly clarify.
The diameter of Sluice, Butterfly and
Non-return valve shall be of 600 mm
dia.
57. Volume III - Schedule B - E11 - 782/969
- Actuators for valve
The butterfly valves for gravity main from BPT to
Puikhedi Branch point are to be electrically actuated as
per price schedule but the schedule of actuator for the
same is not mentioned in the price schedule. Kindly
clarify.
As per NIT.
P a g e | 18
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC

58. General Scope of WTP Kindly clarify the scope of WTP at Puikhedi i.e. to
which area and what amount (MLD) proposed WTP is
going to supply the water and to which area the
existing WTP is supplying.
KMC to decide this after completion of
work.
59. Volume III - Schedule B - E16 - 837/969
- Scope of Pump House
Kindly Clarify the scope of pump house at CWR also
the scope and capacity of pumping machinery to be
installed in pump house at CWR of proposed WTP.
As per NIT.
60. General L Section Drawing Kindly provide the L section drawing for pipeline from
Puikhedi to Kalamba WTP, Puikhedi to Bawada and
Puikhedi to Chambukhadi MBR.
Drawings are as provided in Vol. IV.
Working Drawings has to be prepared
by the contractor according to working
survey to be carried out by the
successful bidder.
61. Vol II - Part I section 1 Clause 1.4
Page no. 110 Staff Quarters Class IV
The numbers of class IV type staff quarters were miss
matched. In page no. 110 it was given by 3 numbers
and in page 872 it was given by 4 numbers.
As per NIT.
62. Vol II - Part I section 21- Clause 21.19
page no. 323 Compound Wall
Please provide the detailed specification for compound
wall at WTP.
Standard PWD specifications shall be
applicable.
63. Vol II - Part I Section 22 Clause
22.16 page no. 335 Storm Water
Drainage
Please provide the minimum width and depth of storm
water drainage.
This shall be provided as per design.
64. Soil Investigation report and ground Please provide the soil investigation report along with Geo Technical investigation at all sites
P a g e | 19
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
water table bore log data/ ground water table to be considered at
Head works, BPT, WTP and along the pipeline route.
is to be carried by the Contractor.
Trial pit results are shown on pipeline
L section drawing for guidance.
65. Vol I Detailed Tender Notice 9)
Project Details 6/969 (2.a) Power
Demand / Switchgear Design
The subjected clause mentioned that:
Pumps and allied electrical items at Head Works with
total head 68m, approx. discharge 2900 LPS, gross
Installed capacity 700 kW x 04 Nos. pumping
configuration =(4w+2s) for ultimate stage 238 ML and
(3+1) for immediate stage for 180 ML in 23 Hrs
Kindly confirm the switchgear design & power demand
requirement shall be considered for Ultimate stage or
immediate stage.
Main power supply shall be on the basis
of ultimate stage requirement and
switchgear shall be as stipulated in
Schedule B.

66. Vol - II - Part-II - 1-General
Requirements & specifications
(mechanical works) - 2.12
& BOQ (S. No 11) - 510/969 & 750/969-
No. of Incomers.
From the subjected clause 2.12-
33KV, 2 in 1 out Unit (One No), and 33KV, 1 in 5 out
unit (One No) shall be installed in indoor substation.
But whereas in BOQ S.No.11 33kV Cable in Cable
out VCB is mentioned.
The above two points are contradicting with each
other. Kindly clarify and mention the no. of incomers to
the Head works.
Please refer Annexure 1 (CSD)
attached.
67. Vol-II, Part-II & Vol-III - Technical
Schedule-O & Schedule-B E8 - 4.15. &
The clause 4.15 mentioned that, The quantity of
11/0.433kV (315KVA) transformers required is 1 No.
Please refer Annexure 1 (CSD)
attached.
P a g e | 20
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
S. No 29 - 668/969 & 756/969 - No. of
Transformers at WTP area.
But whereas in BOQ S. No 29, quantity of transformers
2 Nos. mentioned.
Kindly confirm the actual quantity of 11/0.433kV
(315KVA) Transformers at WTP location.
68. Vol-III - E 17- Recirculation sump and
pump house - (last point) - 841/969-
Power supply to Kalamba and Bawada
WTP
The given clause mentioned that:
Pump Houses at
Kalamba 10Mld - Size 6m x 6m and
Bawada 43.2 Mld - Size 6m x 8m
In the above two mentioned WTPs, specify the
availability of incoming power supply at each location
separately.
Power supply is available at respective
existing WTP.
69. Vol-II - Part-II - HT Power Line for Head
Works at Kalammawadi Dam page no.
574 - 33kv HT Power Line for Head
Works at Kalammawadi Dam
Kindly confirm the land clearance for the erection of
33kv transmission line poles is in the scope of KMC or
MSEDCL/MSETCL.
Necessary land will be made available
by KMC.
70. Vol-II - Part-II - HT Power Supply from
MSEDCL/MSETCL at WTP Puikhadi
page no. 575 - HT Power Supply At WTP
(Puikhadi)
As per the mention clause The incoming power
supply to the works shall be arranged via 11kV
Overhead line ,XLPE underground/ above ground
cables laid into suitable trenches from nearby
substation or as directed by Hydraulic Engineer ,
MSEDCL/MSETCL in Kolhapur.
Kindly confirm whether power transmission from
The power transmission shall be by
overhead line and or underground
cable.
P a g e | 21
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
nearest substation to WTP by 11KV overhead line or
XLPE underground buried cables.
71. Vol-II Part II - General electrical
requirements & Technical schedule
(electrical) page no. 587, 672, 531 and
642/969 - Electrical Equipment Design
Ambient Temperature
With reference to Technical Schedules the design
ambient temperature for all electrical equipments is 45
degree.
Whereas as per Technical specification the design
ambient temperature is 50 Degree.
Kindly confirm the design ambient temperature.



Design Ambient Temperature shall be
50
0
C.
72. Volume III - Sub Work E-20SCADA
system at Head works, Br. Point & WTP
@ Puikhedi - Part A Automation
system, Sl.no : 2 page no. 856/969 -
PLC based Automation for Existing WTP
at Bawada & Kalamba
From the referred clause we understand that, PLC
based Automation SCADA system is not envisaged for
Existing WTPs of Bawada and Kalamba. Kindly clarify
the same.
SCADA system is not be provided to
existing WTP at Bawada and Kalamba.
73. Volume III - Sub Work E-20SCADA
system at Head works, Br. Point & WTP
@ Puikhedi - Part A Automation
system, Sl.no : 2 page no. 856/969 -
PLC based Automation for Existing WTP
at Bawada & Kalamba
Kindly provide the following details for existing WTP of
Kalamba & Bawada, if the Automation System is to be
provided for the same,
1. Available instrument list
2. Motor & Valve feeder details
3.Control room size & availability
Not required in view of reply at Sr. No.
72.
74. Volume III - Sub Work E-20SCADA
system at Head works, Br. Point & WTP
We presume that 1no. Centralized &01 no. secondary
computer station to be provided at each control room.
As per NIT
P a g e | 22
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
@ Puikhedi - Part A Automation
system, Sl. no : 6&7 page no. 857/969
Centralized computer
station/secondary computer station
If it is, two UPS (5KVA & 2KVA) is not required as per
NIT. Suitable capacity 01 no. standalone UPS is
sufficient for reliable operation at each location.
Kindly clarify the same.
75. Volume II part II section 2.57 page
no. 598/969 Telephone Facilities
We understand that EPABX system is required at
proposed & Existing WTPs also. Kindly confirm the
required telephone quantities at each WTP.
As per NIT
76. Technical specifications for
manufacturing of pipes
We understand that it is not mandatory to use Godhra
sand for internal lining. Please confirm if our
understanding is correct.
It is necessary to use Godhra sand. The
alternative sand , if matching with
Godhra sand quality and properties, the
same may be considered after
conducting all required test and
certifications.
B. GKC PROJECTS LIMITED
77. Availability of land for all Civil Structures
and Right of way for fall pipeline
alignments.
Please confirm the land availability for all civil
structures and also right of way for pipeline
alignments?
Please confirm the forest permissions if any for laying
pipelines?
Land will be made available by KMC for
all works.

Forest permissions if any will be taken
by KMC. All the Liasoning work for
obtaining permissions / clearances has
to be done by the Contractor.

P a g e | 23
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
78. Price adjustment Clause Since huge quantity of supply is involved in the project
and also project execution period of 30 months, we
request you to consider price adjustment clause to
take care of the fluctuations in the market.
As per NIT.
79. Local Body Tax We request you to kindly inform us how much Local
Body tax will be applicable on all the equipments as
this tax is new to us and from which location it is
applicable.

Please refer Clause 5.16 on page no.
42 of Vol. I
80. The mobilization advance shall be
recovered from RA bills. The recovery of
mobilization advance including the
interest shall be at the rate of 15% of RA
Bill till the complete mobilization advance
is recovered within a time span of 1 year
from the payment of first RA bill or till
50% work is completed whichever is
earlier.

We request you to modify the Clause as follows:
Deductions shall commence after interim payment
certificate amount reaches by 30% and shall be
recovered at the rate proportionately, so that the entire
amount shall be recovered before 90% of the contract
amount or Original time for completion whichever is
earlier.
As per NIT.
81. UIDSSMT Tender (Vol. II Part II) 71
The Hazen Williams c factor s (Cnw)
shall be criteria for determining the
The C Value should be minimum 120 only with cement
mortar lining and if we want 140C value then we
request you to kindly approve epoxy coating. Also the
As per NIT.
P a g e | 24
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
acceptability of surface finish of cement
mortar lining. For acceptable
performance, guaranteed Cnw shall not
be less than 140. The sections for
carrying out C-Value tests shall not be
length less than 1 km each.
C value test should be carried out for entire length. We
request you to kindly amend accordingly.
82. Sub soil testing and investigation for
assessment of water table and safe
allowable bearing capacity shall be
carried out by the contractor through a
reputed and specialized firm approved
by Engineer in Charge at head works
site, approach bridge, and BPT site.

Please provide us the indicative soil bearing capacity
of all structures.
As per NIT.
83. Time period for work completion. We request to kindly approve 30 months for work
completion.

As per NIT.
84. Crop Compensation We request to kindly clarify regarding the Crop
compensation cost.
Crop compensation is not
contemplated. However, if it become
necessary the same will be borne by
KMC.

P a g e | 25
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
85. Shifting of utilities (both underground /
above ground surface)
Shifting of utilities (both underground / above ground
surface) shall be borne by Employer.


Shifting of utilities has to be carried out
by the Contractor as
directed by KMC. However, necessary
cost will be borne by KMC.
86. As per (Vol. II part I) 106:
Monitoring the process of work shall be
as follows:
Time Elapsed
since Date of
award in months
(including
monsoon)
Required
progress to be
achieved in
percentage
6.75 25
13.5 50
20.25 75
27 100
30.0 Test and trial
complete

We request to kindly approve:
Monitoring the progress of work shall be as follows:

Time Elapsed
since Date of
award in months
(including
monsoon)
Required progress
to be achieved in
percentage
6.75 10
13.5 30
20.25 55
27 100
30.0 Test and trial
complete

The modified schedule is as below

Time Elapsed
since Date of
award in months
(including
monsoon)
Required
progress to be
achieved in
percentage
6.75 15
13.5 40
20.25 75
27 100
30.0 Test and trial
complete
87. Hydraulically operated Non Return Value We request you to kindly approve valves as per
manufacturers design.
As per NIT.
88. (Vol. II Part II) 235
System Resistance Curves
We request you to kindly give us the system resistance
curve enabling the bidder to plot the Pump
The successful bidder has to submit the
system resistance curve according to
P a g e | 26
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
The Contractor shall submit system
resistance curves for the approval of the
Hydraulic Engineer.
The selected pumps shall be suitable for
operation in different combinations with
the ranges defined by the upper and
lower system head curves.
performance curve on the system resistance curve. the proposed pumping system to be
approved by KMC.
89. Approval of makes of Metal enclosed
Switchboards of 33/6.6 KV/3.3kV.
We request to kindly approve Jyoti/Swtichbuild (ABB
System House) make metal enclosed Switchboards of
33/6.6kV/3.3kV.
Jyoti make is also approved for Metal
enclosed Switchboards of 33/
6.6 KV /3.3 kV
90. Approval of makes for 6.6 kV VFD with
Associated Transformers
We request you to kindly approve M/s. Amtech make. As per NIT.
91. Approval of makes for
PCCs/MCCs/PDBs /LV Switchgears &
Control gears.
We request to kindly approve System house of M/s.
Schneider Electric / M/s. ABB / M/s. Siemens / M/s.
GE / M/s. L&T / M/s. Legrand etc.
System house of M/s Schneider
Electric. M/s ABB/ M/s. Siemens /M/s
GE / M/s L&T, and M/s Legrand are
approved.
92. Approval of makes of EOT Crane We request to kindly approve Safex / Anupama which
are already approved by Govt. of Maharashtra
(Irrigation Pumping Stations).
Additionally Safex and Anupam makes
are now approved.
93. Approval of makes of Programmable
Logic Controller
We request to kindly approve Rockwell, additional to
Allen Bradley, Siemens, Mitsubishi, Schneider.
Additionally Rockwell make has now
been approved.
94. Approval of makes of HMI We request to kindly approve Rockwell, additional to
Allen Bradley, Siemens, Mitsubishi, Schneider.
Additionally Rockwell make has now
been approved.
P a g e | 27
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
95. Approval of makes of Level Sensor &
Transmitter
We request to kindly approve SBEM in addition to
Siemens, Endress & Houser, SB, Electromechanical,
Emerson, Krohne Marshall, Emerson.
As per NIT.
96. Page No. 693 of Volume III of Bid
document : Total estimated cost Rs.
432,37,09,199.00
It seems there is a arithmetical error in totaling.
Please confirm the ECV.
Please refer Annexure 1 (CSD)
attached.
97. Page No.94 Vol-1 of Bid document:
Schedule of liquidated damages-
Delay:
Compensation for delay and limit of
compensation for delay shall be as
follow: -
Compensation for delay shall be
calculated at the rate of Rs. 2,00,000/-
(Two Lacs only) per day.
We request you to please consider this as Rs. 10,000/-
(Ten Thousand) per day
The modified clause shall be as below
Delay:
Compensation for delay and limit of
compensation for delay shall be as
follow: -
Compensation for delay shall be
calculated at the rate of minimum Rs.
50,000/- (Rs. Fifty Thousands) per day
to maximum Rs. 2,00,000/- (Two Lacs
only) per day depending upon the stage
of work and its probable impact on the
project and the same shall be decided
by the Commissioner Kolhapur
Municipal Corporation
C. GAMMON INDIA LIMITED
P a g e | 28
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
98. Pre Qualification Requirement at other
condition requirement.
We request to consider as under-
The bidder should be profit making company in any
two years out of last five financial years.
(i.e. 2008-09, 2009-10, 2010-11, 2011-12, 2012-13)
As per NIT.
D. KSS PETRON PRIVATE LIMITED
99. Head Work The bidder should have
successfully completed the intake
structures comprising of minimum 10 m
dia or minimum 13m dia for twin wells
(combined) or equivalent area in
rectangular structure along with depth of
20m at river Dam / Major Canal /
submergence under single contract.
Or the similar type of structure at any infrastructure or
industrial project with the same volumetric capacity
below / above the ground.
As per NIT
100. Mild Steel pipes for Transmission Main
The bidder should have successfully
completed including Manufacturing /
Procurement, erection and hydraulic
testing of MS Pipe line with minimum dia
of 900 mm and above along with
minimum length of 15 km of water
transmission project under single
contract.
The bidder should have successfully completed
including, procurement, erection and hydraulic testing
of MS Pipe line with 5,40,000 inch meter of water
transmission project under single contract.
Please refer Annexure 1 (CSD)
attached.
P a g e | 29
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
E. HINDUSTAN CONSTRUCTION CO. LTD.
101. Volume 1 section 1 page no. 7
clause no. 9 of Detailed Tender Notice
Work Experience
As every project will not consists of all the components
i.e. WTP, Pipeline, Head works, Pumping Stations, etc.
it is normal practice in most of the similar organizations
of other states to consider atleast two out of four
components to quality for the project. Also its a normal
practice to consider till preceding financial year for
qualification purpose.
Hence, we request you to kindly modify the criteria as
below:
The bidders should have experience of having
successfully completed similar works during last 7
years ending upto 31.03.2013, as shown below:
The bidder should have executed similar works
comprises of atleast two components i.e. head work,
rising / gravity main, water treatment plant, Pumping
Station etc. in India.
Please confirm.
As per NIT







102. Volume 1 Section 1- page no. 7
Clause no. 9 Detailed Tender Notice
Head Works

The Purpose of Intake Structure/ arrangement whether
it is Jackwell or any type of Rectangular Intake
Structure is same. Hence, we request you to modify
the Clause as below:
As per NIT
P a g e | 30
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
"The bidder should have successfully completed the
Intake Structure of minimum ....... MLD capacity."
However, other types of water intake such as
River/Sea/Ocean/Lake to be considered.
Please confirm.
103. Volume 1 Section 1- page no. 8
Clause no. 9 Detailed Tender Notice
Operation and Maintenance Experience

We presume experience of associated sub-contractor
can also be consider. Hence, Consent letter from
Associated sub-contractor who fulfills the PQ criteria
for O&M to be consider.
Please confirm.
As per NIT
104. Volume 1 Section 1- page no. 6
Clause no. 9 Financial Criteria
Turnover.

To evaluate the financial capability, financial
soundness of the applicant on the basis of turnover of
only three years is not enough. Its a very narrow
window to calculate the financial capability. Hence, we
request you to kindly consider turnover of FIVE years
for qualification purpose.
Please confirm.

As per NIT
105. Volume 1 Section 1- page no. 8
Clause no. 9 Detailed Tender Notice
Electro-Mechanical Installations.

Metallic Volute Pumps are more complex than Vertical
Turbine Pumps. Hence, we request you to kindly
consider experience of Metallic Volute Pumps also for
qualification purpose.
Please refer Annexure 1 (CSD)
attached.
P a g e | 31
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
EPC contractor are capable to handle vendors as well
as supply, erection and commissioning of Pumps
directly Hence, we request you to kindly remove the
word "Manufacturer"
Besides KBL/M&P/JYOTI/WPIL, we request you to
kindly consider other pump manufacturer who fulfills
the PQ criteria.
Please confirm.
106. Volume 1 Section 1- page no. 8
Clause no. 9 Detailed Tender Notice
Other Conditions.

The basic objective of any prequalification process is
to thoroughly evaluate the financial capability/
soundness of the bidders to smoothly execute the
project. The profitability criteria stipulated into bid as
loss in 2 years of last three years do not give the
correct picture of this.
It is widely acknowledged that business can run into
profit or loss in short term depending upon how
conducive the Economic conditions and Industry
environment turn out to be. Firms which have been
profitable in recent past may run into losses after
successful prequalification OR during execution of
work if project is awarded. Companies which operate
based on sound financial principles will tide over such
As per NIT.













P a g e | 32
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
temporary setbacks and emerge stronger in the long
run.
It is precisely for this reason that Indian Govt. and multi
lateral funding agencies like World Bank / ADB do not
stipulate Profitability as a qualification criteria. The
financial capability and long term financial
soundness is evaluated in terms of Net Worth or
Fund & Non-fund based limits from the bidder's
bankers.
The said clause in subject tenders is on extreme side
and is nowhere earlier used in India (not even in CVC
guidelines).
Technical and financial prequalification criteria's,
cooupled with financial securities, credit facilities and
assured performance guarantee ensure financial
security of the project to the client.
We request you to assess the profitability of the Bidder
for the last five years instead of only three years and
request you to modify the criteria such that bidders
having positive "profit before tax" for at least three
years in the last five years immediately preceding the
bid date shall qualify for bidding.









As per NIT.









P a g e | 33
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
The modification of the above clause would enable
many competent companies to participate in the
tendering process with their most competitive bids.
107. Volume 1 Section 5A- page no. 34
Clause no. 5.3 of GCC Mobilization
Advance

For the recovery of mobilization advance, please
consider the span of 20% - 80% of the work
completion which is a standard practice. Recovery of
Advance in first six (6) R.A. Bills will not help and serve
any purpose as such to the contractor.
As per NIT
108. Volume 1 Section 5A- page no. 35
Clause no. 5.4.1 of GCC Mode of
Payment.

Please consider actual payment for each and every
R.A. Bill. In initial stage of the project the billing will be
less and will gradually increase as the project
progresses. The same is also mentioned in the
Schedule of Liquidated Damages (Volume-1, Pg. No.
107 of 116).
As per NIT
109. Volume 1 Section 5A - page no. 40
Clause no. 5.13.1 of GCC Suspension.
Please consider the reimbursement of time and cost
incurred by the contractor.
As per NIT
110. Volume 1 Section 5A- page no. 45
Clause no. 5.24 of GCC Arbitration.

We request you to consider arbitration with the rules of
Arbitration and Conciliation Act 1996 with 3 Arbitrators
i.e. 1 Arbitrator from each party and third arbitrator to
be appointed by first two arbitrators.
As per NIT
111. Volume 1 Section 5A- page no. 59
Clause no. 5.47 of GCC Force
Please consider the reimbursement of time and cost
incurred by the contractor.
As per NIT
P a g e | 34
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
Majeure.
112. Volume 1 Section 5A- page no. 86
Clause no. 40 of Conditions of Contract
Claim for compensation for delay in
starting of work.
Please consider reimbursement of time and cost
incurred by the contractor.
As per NIT
113. Land Acquisition/ ROU / ROW We presume that all statutory clearances and
permissions for Land Acquisition/ ROU/ ROW are in
Client's scope for hassle free timely execution of the
project.
Land/ ROU/ROW will be made available
by KMC for all works.

114. Borrow area We request you to provide borrow & disposal area
details.
As per NIT.
115. Volume 1 Section 1- page no. 4
Tender Submission Date.

We request you to extend the bid submission date by
minimum 4 weeks from the date of receipt of Pre-bid
clarifications.
As per NIT.
F. SIMPLEX INFRASTRUCTURES LIMITED
116. Para -10, Technical Criteria Works
Experience

The bidder understands that he should have
experience of having successfully completed, either
himself or through his associates, similar works
cumulatively comprising of all major components like,
head work, rising / gravity main, water treatment plant
including electro mechanical installations in India.
Please confirm.
As per NIT.
P a g e | 35
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
117. Para 10, Technical Criteria Mild steel
pipes for Transmission Main

Methodology: The bidder understands that the pipes
should be manufactured on site using spirally Welded
SAW/ERW MS Pipes with specified lining / coating and
all types of specified testing as per specification and
relevant IS provisions.
Please confirm.
Please refer Annexure 1 (CSD)
attached.
118. Para 10 Technical Criteria Other
Conditions.

The bidder understands that all the work experience
certificates should be signed by the officer not below
the rank of Executive Engineer or equivalent for the
concern Government / Semi Government Department
or by an officer not below the rank of equivalent
position in large Private sector organizations (such as
HINDALCO/TATA/VEDANTA etc.)
As per NIT.
119. Submission of Tender The date of On line submission is not available in the
Detailed Tender Notice; only the confirmatory Hard
copy is stated to be submitted by 05/04/2014.
However, you would probably agree that for a project
of such magnitude, detailed site visit and proper
vendor development is crucial to arrive at a
competitive price. Hence it is requested to extend the
due date for submission of the Hard copy to
02/05/2014.
Online submission shall be upto 13:00
hrs. on or before 05/04/2014.
No extension in submission date
allowed.
P a g e | 36
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
The online submission date may be please extended
accordingly.
G. SPML INFRA LIMITED
120. Clause b:
Clause f:
Clause n:
Lubrication of the pump will be Forced Water.
Pump will be self water lubricated type.
Line shaft bearing will be lubricated by the pumped
liquid.
For VT Pumps force water lubrication
shall be considered.
H. THE INDIAN HUME PIPE CO. LTD.,
121. MILD STEEL PIPES MANUFACURER In detailed tender notice, it is mentioned that, the
bidder/manufacturer should have installed capacity for
On Site manufacturing of MS pipes using Submerged
Arc Longitudinal Circumferential Welding (SAW)
method having obtained BIS certification and
possessing credential of having manufactured by
above mentioned method a minimum of 20,000 Metric
tons M.S. Pipe in single project in last 10 years. In
case, if the bidder is other than the manufacturer, the
MOU for the project specific collaboration must be
submitted along with the bid documents.

i) Considering the huge quantity of 20,000 M.T. in
single project nobody can qualify for these criteria.
Hence, we request you to please allow installed
As per NIT
P a g e | 37
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
capacity for On Site manufacturing of MS pipes of
7,000 Metric tons in single project in last 10 years.
Please accept.
ii) Further, the BIS Certification is to be taken for each
plant; hence, this should be allowed after award of
work & installation of plant at site. The contractor has
to obtain the BIS mark. This will help to complete BID
for the contractor & to submit the competitive offer.
Please accept.
As per NIT
iii) We presume that, Spirally Welded Pipes are also
allowed. Please confirm.
Please refer Annexure 1 (CSD)
attached.
122. RELEASE OF SECURITY DEPOSIT In detailed tender notice, 2% percent security deposit
will be released at applicable stage.
In this matter, we request you to please release 2%
security deposit after completion of the work along with
the final bill payment & balance 3% of total Security
Deposit shall be released after completion of defect
liability period. Please accept.
As per NIT
123. MOBILISATION ADVANCE Contractor will be entitled to receive from KMC;
mobilization advance to the maximum extent of 10% of
the amount put to the tender which shall be interest
bearing & the rate of interest shall be 10% per annum.
As per NIT
P a g e | 38
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
We request you to please pay interest free mobilization
advance. Please accept.
124. TERMS OF PAYMENT As per tender of General Building Works the terms of
payment is given for M.S. Pipes & valves as under:-
A. After Supply, stacking and completion of factory
lining and factory testing of pipes etc. complete 70
%
B. Lowering, Laying, Jointing / erection, installation
15%
C. Hydraulic Testing - 10%
D. Commissioning - 5%.
In this matter, we have to inform you that, the inner
lining is separate item. Hence, please delete the word
factory lining. Further, we request you to please
pay as below:-
A. Supply of bare M.S. Pipe - 85%.
B. Laying & Jointing of M.S. Pipe 10%.
C. After successful Commissioning of pipeline 5%
This will help us to offer our bid most competitive.
As per NIT
125. PRICE VARIATION CLAUSE Price Variation clause is deleted. Considering the
volatile market of Raw Material we request you to
please incorporate Price Variation Clause in the tender
As per NIT
P a g e | 39
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
documents as per the MJPs Circular. This will helpful
to submit competitive tender.
126. RAISING OF FUNDS FOR THE WORK The project is funded by UIDSSMT (GoI) and the
Contractor shall do necessary Liasoning from time to
time with UIDSSMT (GoI) and Maharashtra State
Govt. for release of funds.
We request you to please delete this clause. Please
accept.
As per NIT
127. LAST DATE FOR SUBMISSION OF BID Considering the volume of work, study to be carried
out & time required to gather information to work out
the most competitive bid after receipt of Pre-bid
clarifications, we request you to please extend the last
date for submission of tender at least by 15 days.
Please accept.
As per NIT
128. WATER AVAILABILITY FOR PIPELINE
& CONSTRUCTION OF WTP, SUMP,
PUMP HOUSE
The Hydraulic testing of M.S. pipe & construction of
WTP, SUMP & Pump House is including cost of
material, labour and water.
Considering the huge quantity of water required for
testing of pipeline & construction of WTP, Sump &
pump house, we request you to please provide water
for hydraulic testing & for construction at free of cost at
each section. Please accept.
As per NIT
P a g e | 40
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
129. TAXES & DUTIES The bidder shall include in his price bid, trade tax,
works contract tax, any surcharge, sales tax, and all
other Central Govt. State Govt. taxes / duties and
Local Taxes as applicable.
We have to inform you, the bidder can consider the
present taxes & duties. However, cannot predict the
future rise in present taxes & duties. If there is any rise
in the present taxes & duties or imposition of new
taxes during the period of contract, the same shall be
reimbursed to the contractor by the KMC. Please
accept.
As per NIT
130. EXCISE DUTY The excise duty exemption will be applicable for this
contract & contactor should quote his offer accordingly.
KMC will provide all necessary documentation for
claiming the excise exemption. If for any reason excise
exemption is not obtained by contractor the same will
not be reimbursed by KMC at any cost.
In this matter, we presume that, necessary excise duty
exemption certificate will be arranged by KMC from the
authority as per G.R.
As contractor will quote their offer with Nil Excise Duty
for various items in this tender as per Central Govt.
As per NIT
P a g e | 41
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
Circular. Please confirm in this case KMC will not
recover the excise duty amount from contractors R.A.
bill payment as E.D. Exemption Certificate is given.
131. LAND ACQUISITION The land required for execution of various components
of this work shall be acquired by KMC. The
compensation if any required to be paid to private,
government land holders shall be paid by the KMC &
clear land for the work will be handed over to the
contractor well in time. Please accept.
Land required for execution of various
components of this work shall be made
available by KMC.
All the Liasoning work for obtaining
permissions / clearances including
forest permission if any has to be done
by the Contractor.
The fees to be paid for obtaining such
permissions / clearances will be borne
by KMC.
132. VARIOUS PERMISSIONS The various permissions regarding road, railway, canal
& forest etc. crossing shall be obtained by the KMC
from authorities. Please accept.

As replied at Sr. No. 4 & 5 above.
133. DELAY IN START OF WORK If work get delayed due to some unavoidable condition
such as delay in permission from crossings, ROW
problem, then we presume that time extension is
granted by KMC with escalation without freezing of
indices.
As per NIT
P a g e | 42
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
134. DESIGN & DRAWING In this tender Head works is item rate sub work.
Hence, we presume the design & drawing for intake
well, Inspection well, Connecting pipeline, Jack well,
Pump House etc. shall be provided by the KMC at free
of cost.
As per NIT
135. LIQUIDATED DAMAGES Compensation for delay shall be calculated at the rate
of Rs. 2,00,000/- per day. The limit of compensation
shall be 10% (Ten percent) of the total cost put to
tender inclusive of capital and O & M cost as given in
the schedule.
In this matter, we request you to reduce the limit of
compensation upto 5% (Five percent) of the total cost
put to tender inclusive of capital and O & M cost as
given in the schedule.
As per NIT
136. CROP COMPENSATION & SHIFTING
OF UTILITES
We request you to kindly clarify regarding the crop
compensation & Shifting of utilities (both underground /
above ground surface) shall be borne by the Employer.
Please clarify.

Crop compensation is not
contemplated. However, if it become
necessary the same will be borne by
KMC.
137. JOINT VENTURE In detailed tender notice, it is mentioned that, the Joint
Venture is not allowed. We request you to allow Joint
Venture for this tender. Please accept.
As per NIT
P a g e | 43
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
138. AVAILABILITY OF SAND As per market situation, availability of sand is a critical
problem. In this situation, we request you to kindly
arrange to grant us special permission from Revenue
Department to lift the sand from Government Depot
after payment of Royalty & please permit us to use
Crushed stone Sand (Artificial Sand). Please accept.
Necessary lead for crushed sand may be considered
for evaluation.
As per NIT
139. O & M PERIOD ELECTRICAL
CHARGES & CHEMICALS
It is assumed that, during the period of O&M the
electricity charges and chemicals and required spares
etc. will be borne by KMC. Please confirm.
As per NIT
140. PRE-BID CONFERENCE As mentioned in the tender the Pre-bid conference will
be held on 12/03/2014 at 11.00 Hrs.
In this matter, the time available to study the tender
documents & site is very less. Hence, we request you
to please allow us at least further 2 days period to
submit our queries for clarification. Please accept.
We request you to please clarify / accept the above
points which will be helpful to offer a competitive bid
for the referred work.
As per NIT
I. ENGINEERING PROJECTS (INDIA) LTD.
141. PQ criteria a) M/s. KBL & M/s. M&P have conveyed over Please refer Annexure 1 (CSD)
P a g e | 44
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
telephone against EPI enquiry for signing MOU that
they are not meeting the PQ criteria as per the tender.
There is only one pump manufacturer (JYOTI) who is
qualifying as per tender condition. Representative of
M/s. Jyoti, Shri. Hemant Gote have informed over
phone that they shall be taking a strategic decision
about signing of MOU with bidders. This may result in
a cartel formation and not a free and fair competition.
Moreover, the only qualifying manufacturer will guide
the tender pricing. So we request you to either change
the PQ criteria in which all the approved manufacturers
also qualify or delete this criteria since the value of
pump is merely 1% of the total contract value. In the
earlier tender also EPIL faced the same denying to
sign MOU resulting in competition among limited
bidders only.
b) Alternatively the condition of signing MOU with a
pump manufacturer be deleted. Pumps shall be
supplied from any of the approved vendors by the
successful bidder. An undertaking by the bidder will be
submitted along with the tender.
c) If KMC feels that it is a critical work, it may be got
attached.















As above.




As per NIT
P a g e | 45
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
executed through a separate tender through
specialized agencies / pump manufacturer.
142. Tender Submission Please clarify whether the price is to be written in
Envelope No. 2 also and is to be submitted in physical
form alongwith technical bid.
Price schedule is not to be submitted in
Physical form.
143. PQ Criteria for Mild Steel Pipes for
transmission main
a) Please clarify whether pipes are to be
manufactured at site only or can be manufactured
at works of manufacturer. Whether MoU Partner
should have manufacturing capacity on site only, if
not, then the installed capacity for onsite
manufacturing is given in the tender condition
instead of installed capacity of pipe manufacturer
in the factory. List of approved vendors indicated at
page 616 S. No. 43 are MS plate manufacturers
and not MS Pipe manufacturers. Please provide
approved list of manufacturers who are qualifying
as per tender conditions and acceptable to KMC.
b) Please also clarify whether MOU can be signed
with more than one pipe manufacturer and pipes
can be purchased from manufacturers other than
the whom MOUs is signed.
Please refer Annexure 1 (CSD)
attached.










MOU can be signed with more than one
onsite manufacturer and pipes shall be
purchased from any one of the onsite
manufacturer with whom MOU is signed
as approved by KMC.
P a g e | 46
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
144. Civil Clarifications a) Since inside lining is a separate item in the tender,
inside lining of pipes are to be carried out at the
yard before laying. We understand that inside lining
will not be done at factory of pipe manufacturers as
no pipe manufacturers has facility for lining of pipes
at factory.
b) Please provide RCC drawings for bridges for 6
nos. as per BOQ.
c) Please inform the maximum height and slope to be
considered for coffer dam.
d) Please provide the water level in Kalammawadi
Dam for the period February to June in last five
years.
e) Please clarify the blasting is allowed in WTP
location.
As per NIT.





Detailed design and drawing has to be
prepared by the successful bidder.
This shall be considered according to
site conditions.
These levels are available on website of
irrigation department.

As per NIT.
145. Clause 11.3 page 18

We shall consider rates of taxes and duties as of the
date of submission of tender. Any variation in taxes
shall be reimbursed / recovered by KMC.

As per NIT.
146. The difference of variation is statutory
taxes and duties will not be applicable.
It is impossible to imagine/guess variation in
taxes/duties as it is a State matter and future decision
of Govt. cannot be envisaged at this stage by any
As per NIT.
P a g e | 47
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
means. This clause is to be deleted.
147. Online Submission Normally price bids are signed digitally by Digital
Certificate on online tenders and proper encryption is
provided for security. In KMC portal there is no
provision of Digital certificate and encryption. So
please confirm the security of online submission.
On line submission is secured.
148. NIT Vol. I. Page 7 PQ Criteria
Work Experience
In connection with work Experience (NIT Vo. I page 7)
we would request you to please consider work
Experience for last 10 years (instead of last 7 year) i.e.
commencing from 01-01-2004 to and ending upto 31-
12-2013, if in the definition of project execution
experience O&M period is not considered your end.
As per NIT.
J. Pratibha Industries Limited.
149. General Kindly provide the final bidding sheet (price proposal
sheet for Quoting percentage), which is missing from
the tender document.
Attached as Annex-2 now
150. Vol. III, Schedule Breakup, page no. 691 Total amounts of individual subworks (in the BOQ) do
not match with the amount shown in Schedule
breakup. Kindly provide the corrected schedule of
breakup and also confirm the total cost of the project.
The modified Schedule B is attached
now including total cost of the project
P a g e | 48
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
151. Vol. I, Detailed Tender Notice, Other
Conditions (CI-8), page no. 9
We understand that, the letter issued by KMC for site
visit done for the same project during previous call of
the tender, would be considered for current tender
submission.
Yes
152. BOQ item no. 11, Subwork -20, page no.
856
Kindly provide the detailed drawing for RCC Flow
meter chambers.
As per NIT
153. Subwork E5, Coffer Dam, page no. 713
and drawing no.
UCPL/13/WSD/444/DRG/F/05
Kindly provide the water levels of dam for location of
intake well and inspection well of last five years
(specially for month of April) for calculation of
quantities for coffer dam to be used for construction of
intake well and inspection well.
As per NIT, The additional information
may be downloaded from The Irrigation
Department web site for respective
information.
154. Vol. III, Schedule-B, Subwork E9 &
E20, BOQ Item no. 12 & 11 (C&D), page
no. 762 & 857
We understand that all RCC work shall be carried out
by using design mix concrete at site (by concrete
batching plant/concrete mixers). BOQ item no. 12 of
subwork E9 & 11 (C&D) of subwork E20, specifies
Ready Mix concrete of grade M-20 for Thrust Block &
M-25 for RCC flow meter chambers. Kindly confirm.
As per NIT
155. General Please provide the format of Bid Security for Earnest
Money Deposit
As per NIT
P a g e | 49
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
156. General We understand that the addendum/Clarification issued
by KMC for previous call of tender, would be
applicable for current tender. Kindly confirm.
No, This is separate tender.
157. General We understand that the construction of WTP & Supply
and Laying of MS branch mains from Puikhadi to
Bawada WTP, Kalamba WTP and Chabukwadi MBR,
would be within the KMC limit, kindly confirm.
Yes. Confirm.
158. Vol. III, Schedule -B, Subwork-E20, BOQ
Item no.3, page no. 853 & Vol. II, part I,
CI-23, Requirement of plant (23.11),
page no. 347
Please provide the exact quantity of filter bed PLC
panel required in the project because in Schedule B,
Subwork E20 mentioned 25 nos. of filter bed PLC
panel and in CI-23.11, page no. 347 mentioned only 8
nos. of filter beds. These quantities are totally
contradictory to each other. Please provide the
corrected quantities of PLC panel required for the
project.
Please refer detailed Specifications.
159. Vol. III, Schedule B, Subwork E20,
BOQ item no. 19, Page no. 860
Please elaborate the exact quantity of diff level
transmitter for the filter beds.
Please refer detailed Specifications.
160. General Please confirm whether we have to consider the
proposed and existing Puikhadi WTP SCADA
operation along with BAWADA WTP & KALAMBA
As per NIT.
P a g e | 50
Signature of Contractor No. of Correction/s Signature of Hydraulic Engineer

Sr.
No.
Clause Description Points raised by Contractor Clarification by KMC
WTP.
161. Vol. III, Schedule B, Subwork -20, BOQ
item no. 17, 18 & 23, page no. 860 &
861, & Vol. II, part I, CI-26, Requirement
of Plant (i.e. 26.4), page no. 384
Please provide the exact locations and quantities
required for pH, TURBIDITY & CHLORINE
ANALYSER in project, the quantities mentioned in
Schedule B, Subwork E20, BOQ item no. 17 & 18
does not match with quantities mentioned in CI-26.4
(i.e.) page no. 384, Vol. II.
Please refer detailed Specifications.
162. General Please provide the communication medium to
communicate between HEAD WORK, WTPs and
BPT. Please confirm whether we have to consider
GSM/GPRS/VSAT technology, also confirm the
financial implication of the same in whose scope.
As per NIT.

S-ar putea să vă placă și