6.Pre BidClarificationsFinal

50
Page  | 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 Clarificati on 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 bidder’s 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

Transcript of 6.Pre BidClarificationsFinal

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 1/50

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 earnestmoney deposit

In the referred clause it is mentioned that “The bid

security (EMD) shall, at the bidder’s option, be in the

form of, demand draft or bank guarantee”. Whereasformat 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

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 2/50

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.

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 3/50

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

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 4/50

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 ourunderstanding 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.

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 5/50

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 competitiveparticipation.

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.

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 6/50

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 vendorswho 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

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 7/50

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 QualificationMild Steel Pipes for Transmission Main.

We request you to kindly consider minimum pipeline

length as 35 Km under a single drinking water supplycontract 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

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 8/50

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

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 9/50

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 incorporateprice 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

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 10/50

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 11/50

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

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 12/50

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 sludgetreatment 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

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 13/50

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 alumrequirement 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 sundrystorage 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.

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 14/50

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 m3 /hr/m2 

(Min) @ 0.35 to 0.4 Kg/sq.cm. Please confirm the airscouring 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.

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 15/50

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 dosagerate? 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.

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 16/50

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/cm2 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 technicalspecification 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.

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 17/50

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.

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 18/50

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 alsothe 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

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 19/50

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.

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 20/50

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.

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 21/50

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 equipment’s 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

500 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

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 22/50

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 pipesWe 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.

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 23/50

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.

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 24/50

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 workssite, 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.

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 25/50

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 26/50

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 Metalenclosed 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

PCC’s/MCC’s/PDB’s /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 SchneiderElectric. M/s ABB/ M/s. Siemens /M/sGE / M/s L&T, and M/s Legrand areapproved.

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 makesare 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 nowbeen 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 | 27

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 27/50

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 it’s 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

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 28/50

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

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 29/50

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 it’s 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 7years 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

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 30/50

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 ofonly three years is not enough. It’s 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

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 31/50

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 asloss 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 

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 32/50

g |

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 

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 33/50

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 theSchedule 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 

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 34/50

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 byminimum 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 

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 35/50

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 asHINDALCO/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 

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 36/50

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 

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 37/50

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 depositwill 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 

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 38/50

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 innerlining 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 

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 39/50

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 MJP’s 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 lastdate 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

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 40/50

P a g e  | 41 

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 41/50

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 contractor’s 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 borneby 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 

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 42/50

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 

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 43/50

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 willbe 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 

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 44/50

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 thatthey 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 

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 45/50

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 throughspecialized 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 

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 46/50

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 

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 47/50

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 

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 48/50

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, OtherConditions (CI-8), page no. 9

We understand that, the letter issued by KMC for sitevisit 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 

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 49/50

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 issuedby 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 

8/11/2019 6.Pre BidClarificationsFinal

http://slidepdf.com/reader/full/6pre-bidclarificationsfinal 50/50

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, WTP’s 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.