0 evaluări0% au considerat acest document util (0 voturi)
34 vizualizări50 pagini
KMC A. L&T LIMITED is a private limited company based in kolhapur, hyderabad, india. It is engaged in the construction of a water supply system for Kolhapur City from Kalammawadi Dam as source. The project involves the construction of water supply system from the dam. The Contractor is required to provide the required width of right of way (ROW) for laying of pipelines.
KMC A. L&T LIMITED is a private limited company based in kolhapur, hyderabad, india. It is engaged in the construction of a water supply system for Kolhapur City from Kalammawadi Dam as source. The project involves the construction of water supply system from the dam. The Contractor is required to provide the required width of right of way (ROW) for laying of pipelines.
KMC A. L&T LIMITED is a private limited company based in kolhapur, hyderabad, india. It is engaged in the construction of a water supply system for Kolhapur City from Kalammawadi Dam as source. The project involves the construction of water supply system from the dam. The Contractor is required to provide the required width of right of way (ROW) for laying of pipelines.
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.