Sie sind auf Seite 1von 24

Hirola RWSS (2)

PRE BID CLARIFICATION

Designing, Constructing, Testing & Commissioning of WTP, RCC U.G. Sumps & RCC ESRs for Village level clusters, Providing, Lowering, Laying, Jointing & Commissioning of DI
Name of Work : pipes for Raw & Clear Water Mains and HDPE pipes, PVC pipes for clear water mains, Including Supply, Installation, Testing and Commissioning of Pumping Machinery with all allied
work complete including post completion O&M for Five years for Hirola Regional Water Supply Scheme, Dist.- Dahod

Tender ID NO : 191489 Date of Prebid meeting: 17.10.2015 Estimated Cost: Rs. 33,63,08,139/-
CLAUSE
SR. NO. DESCRIPTION CLAUSE DESCRIPTION POINTS RAISED BY BIDDER CLARIFICATION
REFERENCE
We request you to kindly remove both clause „a‟ and clause
„c‟

We request you to kindly remove both Clause "a" and Clause


"C" or modify the clause as follows:-
a)to apply on or before finalisation of works to get himself
registered in “AA” class in Government of Gujarat (R&B
Department or Water Resources Department or GWSSB)
c)Deleted
Reason:
For bidder from outside state of Gujarat, getting
acknowledgement of successful application of AA class
Volume-I, Section-II, registration in R&B Department / Water Resources Not Acceptable
1 Registration of Contractors Instruction to Bidders, - Department / GWSSB takes minimum 25-30 days from Tender condition prevails.
Clause No. 1.0 application,due to the comprehensive and complex
procedure of registration. Also the approaching Navaratri and
Diwali holidays makes it more difficult for submission of
application within prescribed time in the tender.
The tender already has a clause for forfeiture of EMD in case
successful bidder is not able to complete the registration
before successful award of works. Thus we request you to
delete this clause as there is no value addition in registration
during bidding stage if the bidder is already registered with
other states / central govt authorities in equivalent class. This
clause rather restricts the competition and is unfair to the
bidders of other states.

The experience of works executed in Government (State /


Central), Board, Corporation, and Government Undertaking /
Organizations of state & central government including all
Public Sector Units shall only be considered for evaluation.
Volume-I, Section-II, The experience certificate from the client equivalent to not Kindly confirm if previous works completed in joint venture Refer Volume-I, Section-II, Clause
2 Bidder's Experince Instruction to Bidders, below the rank of Executive Engineer shall be considered. (As lead or Technical member) are acceptable and will be No. 34 "Joint Venture Consortium"
Clause No. 1.1 (xix) The experience of sublet works / in house / private / foreign considered as eligible works. Note to Sub Clause (b)
work shall not be considered. The bidder who had already
applied as a prime contractor for the same tender shall not
be eligible to apply under joint venture.

Kindly provide atleast 30 months for completion of works and


The successful bidder will be expected to complete the additional 3 months from trial run due to extensive
Volume-I, Section-II,
works within 24 months (including monsoon and 3 months distribution network and multiple number of structures. As Not Acceptable
3 Contract Duration Particular Provisions,
trail run), as per time limit given in memorandum of work yearly 4 months from June to September heavy rainfall is Tender condition prevails.
Clause No. 2.0
from the date of letter of intent observed in the areas which makes it difficult for us to
continue the construction works.

Page 1 of 16
Hirola RWSS (2)

Tender ID NO : 191489 Date of Prebid meeting: 17.10.2015 Estimated Cost: Rs. 33,63,08,139/-
CLAUSE
SR. NO. DESCRIPTION CLAUSE DESCRIPTION POINTS RAISED BY BIDDER CLARIFICATION
REFERENCE
Kindly Modify as Follows:
Scanned copy of Registration or renewal receipt as approved
contractor of concerned state Govt / Railway / CPWD /
Government Bodies. The contractor(s) who are registered
with other state Govt / Railway / CPWD, Government (state /
central), Board, Corporation, and Governemnt Undertaking /
Organisation of State and Central Government including all
public sector units.
Scanned copy of Registration or renewal receipt as
approved contractor of concerned state Govt./ Railway/ Reason:
CPWD/Government bodies . The contractor(s) who are For bidder from outside state of Gujarat, getting
Volume-I, Section-II,
registered with other state Govt./ Railway/ CPWD, acknowledgement of successful application of AA class
Accompaniments to Not Acceptable
4 Class of Registration Government (State/Central), Board, Corporation, and registration in R&B Department / Water Resources
Tender, Clause No. Tender condition prevails.
Government Undertaking /Organizations of state & central Department / GWSSB takes minimum 25-30 days from
25.4
Government including all Public Sector Units. Proof of application due to the comprehensive and complex
application made for registration for “AA” class in Gujarat procedure of registration. Also the approaching Navaratri and
State or GWSSB shall be submitted. Diwali holidays makes it more difficult for submission of
application within prescribed time in the tender.
The tender already has a clause for forfeiture of EMD in case
successful bidder is not able to complete the registration
before successful award if works. Thus we request you to
delete this clause as there is no value addition in registration
during bidding stage if the bidder is already registered with
other States / Central Govt. authorities in equivalent class.
This clause rather restricts the competition and is unfair to
For Physical criteria the work
defined under"Similar Nature of
The bidder must have successfully carried out similar
Kindly confirm if the bidder can show the required quantities Work" as per Volume-I, Section-III,
Volume-I, Section-III, quantities of work in any one single contract during last
of works in either water supply project or a sewerage project. Clause No. 4.1.2 shall be
5 Physical Criteria Clause No. 4.2 seven (7) financial years i.e. from 2008-2009 to 2014-2015
Kindly allow the bidders to allow the required quantities of considered. However for Physical
"Physical Criteria" and up to one month prior to last date of submission of the
pipeline in a sewerage project. criteria of pipes experience of
bid.
pressure pipes will only be
considered.
METALLIC PIPELINE:
Procure, Lowering, Laying, Jointing, Testing and
Commissioning of minimum length and minimum diameter We understand that criteria specified in the sub section 4.2
(as under) of metallic pipeline in any single project during i.e. from 4.2.1 to 4.2.7 can be shown by the bidder in multiple
last seven financial year i.e. from 2008-2009 to 2014-2015 projects and not necessarily in a single project i.e.
and up to one month prior to last date of submission of the
Volume-I, Section-III,
bid. If the pipeline work has been completed along with 4.2.1 Criteria for metallic pipeline can be satisfied in single
Clause No. 4.2.1.
successful hydro testing, such works shall also be project & 4.2.2 criteria for non metallic pipeline can be
Metallic Pipeline: Bidder understanding is correct.
considered for the evaluation based on the facts and satisfied in another single project.
circumstances as certified by the client. Thus , bidder can show minimum 7 different projects to
The material supplied by the client will not be considered for satisfy conditions from 4.2.1 to 4.2.7,
procurement purpose.
Type of Pipeline Min. Diameter(In mm) Min. Length (In Kindly confirm if our understanding is correct
Km)
Metallic ≥ 200 mm ≥ 21.00 km

6 Physical Criteria

Page 2 of 16
Hirola RWSS (2)

Tender ID NO : 191489 Date of Prebid meeting: 17.10.2015 Estimated Cost: Rs. 33,63,08,139/-
CLAUSE
SR. NO. DESCRIPTION CLAUSE DESCRIPTION POINTS RAISED BY BIDDER CLARIFICATION
REFERENCE
6 Physical Criteria
NON METALLIC PIPELINE (excluding 63 mm or below):
Procure, Lowering, Laying, Jointing, Testing and
Commissioning of minimum length and minimum diameter We understand that criteria specified in the sub section 4.2
(as under) of non metallic pipeline in any single project i.e. from 4.2.1 to 4.2.7 can be shown by the bidder in multiple
during last seven financial years i.e. from 2008-2009 to projects and not necessarily in a single project i.e.
2014-2015 and up to one month prior to last date of
Volume-I, Section-III,
submission of the bid. If the pipeline work has been 4.2.1 Criteria for metallic pipeline can be satisfied in single
Clause No. 4.2.2. Non
completed along with successful hydro testing, such works project & 4.2.2 criteria for non metallic pipeline can be
Metallic Pipeline Bidder understanding is correct.
shall also be considered for the evaluation based on the satisfied in another single project.
(excluding 63 mm or
facts and circumstances as certified by the client. Thus , bidder can show minimum 7 different projects to
below):
The material supplied by the client will not be considered for satisfy conditions from 4.2.1 to 4.2.7,
procurement purpose.
Type of Pipeline Min. Diameter(In mm) Min. Length (In Kindly confirm if our understanding is correct
Km)
Non Metallic ≥ 90.00 mm ≥ 20.00
Km

The bidder shall have successfully completed operation &


maintenance (minimum 1 year after commissioning,
inclusive of defect liability period), in single contract of
similar nature (as narrated above) amounting to Rs. 13.50 Kindly clarify the similar nature of contract defined in “in
Crores in last ten (10) years from one month prior to last single contract of similar nature (as narrated above)” For Physical criteria the work
date of submission of bid. Additional weight-age of 10 % will defined under"Similar Nature of
be given as prescribed in Clause No. 4.1.3 (g) Kindly confirm if we can show operation and maintenance of Work" as per Volume-I, Section-III,
Volume-I, Section-III,
Note: The amount of works shown above means project sewerage network project Clause No. 4.1.2 shall be
Clause No. 4.2.7
7 Physical Criteria costs. considered. However for Physical
"Operation of
Or Kindly confirm if operation & maintenance for a water criteria of Operation and
Maintenance"
The bidder shall have successfully completed operation and treatment plant with intake structure, raw water transmission Maintenence specific experience of
Maintenance for minimum 1 year of similar nature (as mains, treatment plant will be acceptable as a project of water supply project will only be
narrated above) amounting to Rs 0.11 Crores in single similar nature. considered.
contract in last ten (10) years from one month prior to last
date of submission of bid.(Additional weightage of 10% will
be given as per method prescribed in note of Sub Clause
No. 4.1.3 (g) mentioned above).

The tender documents uploaded in the name of an individual Refer: Volume-I, Section-II, Clause
Volume-I, Section-II,
applicant shall not be used by a Joint Venture. Joint venture Please clarify if the bidder applying consortium can upload No. 34 "Joint Venture Consortium"
8 Applicant/Bidder Clause No. 24.7
shall have to upload the tender document in the name of JV the tender online from the account of the lead bidder. The tender shall be uploaded in the
"Method of Tendering"
only, if he wants to apply. name of Joint Venture/ Consortium

Scanned copy of Registration or renewal receipt as


approved contractor of concerned state Govt./ Railway/ Please clarify in case of joint venture / consortium; all the
CPWD/Government bodies . The contractor(s) who are members of the consortium should have the class AA or
Volume-I, Section-II, Please read Volume-I, Section-II,
registered with other state Govt./ Railway/ CPWD, equivalent registration
Clause No. 24.4 "Joint Venture Consortium" Clause
9 Class of Registration Government (State / Central), Board, Corporation, and Also clarify if all the joint venture / consortium members are
"Accompaniments to No. 34 (k) in conjunction with
Government Undertaking /Organizations of state & central needed to apply for registration with concerned authorities
Tender" Clause No. 34 (b)
Government including all Public Sector Units. Proof of with Gujarat State for class AA registration
application made for registration for “AA” class in Gujarat
State or GWSSB shall be submitted.

Page 3 of 16
Hirola RWSS (2)

Tender ID NO : 191489 Date of Prebid meeting: 17.10.2015 Estimated Cost: Rs. 33,63,08,139/-
CLAUSE
SR. NO. DESCRIPTION CLAUSE DESCRIPTION POINTS RAISED BY BIDDER CLARIFICATION
REFERENCE

Necessary provision for road


crossing is made in Volume III,Price
bid however Post award of the
Volume-I(B), General contract,the succesful bidder is to
Conditions of Contract, carry out necessary confirmatory
Clause No. 2 survey for finallisation of pipeline
Kindly clarify what kind of pipeline crossing works along with
10 Pipeline crossing works Liquidated damages - alignment and requisite pipeline
length of pipeline are to be executed in this project.
for delay, Sub Clause crossing accordingly. Further for
2.2 "Pipeline Crossing contractors contractual obligation
Works" towards such crossing please Refer
Volume-I(B), General Conditions of
Contract, Sub Clause 2.2, Pipeline
crossing Works, "Table"

Rates inclusive of Sale Tax/ VAT and all other taxes except
service tax.
The rates to be quoted by the contractor must be inclusive of Kindly confirm if service tax will not be applicable on this
Volume-I(B), General sales tax/ VAT & all other taxes. No extra payment on this contract i.e. neither on the EPC portion nor on Operation &
11 Taxes and Duties Conditions of Contract, account will be made to the contractor. Maintenance portion. Also confirm if the bidders are Tender condition prevails.
Clause No. 47 Note: Service tax shall be payable extra subject to supposed to quote the required price bid excluding service
applicability of Service Tax, against documentary evidence/ tax
invoice. Statutory variation and any additional taxes levied
during contract period shall not be payable.
In case of Joint Venture financial strengths of each of the JV
members individually shall not be less than Minimum
Qualifying Criteria (worked out in proportionate to their
financial stakes in the JV. In case of physical criteria, the
Volume-I, Section-II, summation of performance of each JV member shall be Please read Volume-I, Section-II,
Please clarify if the registration certificate is here referred to
Clause No. 34 "Joint considered for fulfilling the criteria without considering their "Joint Venture Consortium" Clause
12 Class of Registration as Company Registration certificate or Contractor class AA /
Venture Consortium" stake in the JV agreement. No. 34 (k) in conjunction with
registration certificates
Sub Clause (K) Each JV member shall have required registration certificate, Clause No. 34 (b)
solvency certificate, project manager having 5 years
experience, existence of company as per tender
requirement. Each member shall satisfy these requirements
separately.
Please consider our request for extending tender submission
date atleast upto 29th Nov 2015 as the tender proposal
includes extensive working and estimation.
Volume-I, Tender Last date & time for online receipt of bids : 08/11/2015, Not Acceptable
13 Milestone Dates Also due to upcoming holidays of Navratri and Diwali, there
Notice, Sr. No. 23 18:00 hrs Tender condition prevails.
are less no of working days and getting quotations from
suppliers will take time.
Thus request to extend submission deadline by 20 days

Page 4 of 16
Hirola RWSS (2)

Tender ID NO : 191489 Date of Prebid meeting: 17.10.2015 Estimated Cost: Rs. 33,63,08,139/-
CLAUSE
SR. NO. DESCRIPTION CLAUSE DESCRIPTION POINTS RAISED BY BIDDER CLARIFICATION
REFERENCE
WTP components are to be
designed for delivering Net Treated
Water Quantity of 18.2 MLD at WTP
outlet considering 22 hr/day
Please clarify the total design capacity of the plant including operation (827.5 m3/hr) .
the overloading if any Overloading:
14 Design Capacity General -
All pipes/channels/launders within
WTP :- 20% Overloading over
design flow
Inlet and Outlet arrangement of
Filter works: - 100% Overloading
over design flow.
The approved Vendor list for the
Civil/Mechanical/Electrical/Instrumentation and other
equipments is available on GWSSB‟s official website at
Volume-I, Section-II, Refer Volume-I, Section-II,
http://www.gwssb.gujarat.gov.in. The Vendor list as Please provide us with list of the approved makers for the
15 Approved Makes Instruction to Bidders" Instruction to Bidders" Clause No.
available on the date of submission of the BID and in future equipment to be supplied
Clause No.1.1(xxiii) 1.1(xxiii)
at the time of approval of QAP, the latest or amended
vendor list shall be applicable & considered for executing the
job.
Bidders to refer tender documents
16 Deduction from RA Bills - - Please clarify what deductions will be made from RA bills
for necessary information's.

Volume-I(B), General
Conditons of Contract, Not Acceptable
17 Mobilization advance - Please provide the Mobilisation advance without any interest
(Clause-74) Tender condition prevails
Mobilization Advance:

Volume-I, Section-II,
Instruction to Bidders" We request consider the scope of ROU/ROW acquisition and
Clause No.1.1(xxiv) Crop Compensation in client / authorities scope to get fast Not Acceptable
18 ROU/Crop Compensation -
process of acquisition with less cost considering Government Tender condition prevails
Volume-III, Price Bid, Organisation rights
Clause No. 1.28
Volume-I, Section-II,
Instruction to Bidders, Bidder to refer:
Clause No. 5.0 "The Volume-I, Section-II, Instruction to
Employer" Bidders, Clause No. 5.0 "The
We understand that as bidder / contractor we need not
Employer"
19 Environment Clearance - required to collect any environmental clearance from
Volume-I, Section-II, And
concerned authority
Instruction to Bidders, Volume-I, Section-II, Instruction to
General description of Bidders, General description of
work work

Page 5 of 16
Hirola RWSS (2)

Tender ID NO : 191489 Date of Prebid meeting: 17.10.2015 Estimated Cost: Rs. 33,63,08,139/-
CLAUSE
SR. NO. DESCRIPTION CLAUSE DESCRIPTION POINTS RAISED BY BIDDER CLARIFICATION
REFERENCE
Bidder to refer:
Volume-I, Section-II, Instruction to
Volume-I, Section-II, Bidders, Clause No. 10.6. "Electric
We understand that client will furnish all documents required
Instruction to Bidders, Power"
20 Electricity - for submission part for getting connection of required
Clause No. 10.6. And
capacity electric connection to concerned authority
"Electric Power" Volume-I, Section-II, Instruction to
Bidders, Clause No. 5.0 "The
Employer"
The possesion of site shall be given
21 Availability of Site General - We presume that proposed site is possession with client
to contractor after award of work.

Raw water quality is given on


Volume-II(B), Technical
specification-PART-I.pdf, page 29.
Raw water quality report as given
in tender is only indicative and for
Volume-II(B), guidance purpose of bidder only.
Please provide us with the Raw Water analysis for last 2
22 Raw Water Analysis Technical specification- - Successful bidder to carry out
years.
PART-I.pdf, page 29. necessary sampling & analysis.
Based on analysis, design raw
water quality parameters shall be
decided. However it shall not be
lower than as defined in tender
documents.

The amount of Rs 33,63,085.00 as


NIT Rs 3363085.00
mentioned in online NIT is correct

Bid Security/EMD/Proposal Security


( INR ) at Tender Notice, Item no
Volume-I, Tender
Rs 3463085.00 17 shall be read as Rs.33,63,085/-
Notice, Sr. No. 17
Rupees Thirty Three Lakhs Sixty
23 Earnest Money Deposit Correct EMD amount
Three Thousand Eighty Five only.
Earnest money Deposit amount at
Tender Notice,Item No 28 Payment
Volume-I, Tender Details shall be read as
Rs. 3463085.00
Notice, Sr. No. 28 33,63,085/Rupees Thirty Three
Lakhs Sixty Three Thousand Eighty
Five Only
Bidder must have experience in construction of storage
Volume-I, Section-III, sump of at least 6.25 ML ( Single Capacity ) in single
24 Physical Criteria Clause No. 4.2.6 completed project during last seven financial years i.e. from We request to keep min 6.25 ML cumulative in single work Refer Amendment 1
"Storage Sump" 20082009 to 2014-2015 and up to one month prior to last
date of submission of the bid
I1 value in Volume-I(B), General
Conditions of Contract, Clause No.
Volume-I(B), General
Price variation for Ductile We request the pig iron WPI applicable for price variations is 59(b) shall be read as I1=Monthly
25 Conditions of Contract,
Iron Pipes as of on inspection date offered. Wholesale Price Index of Pig Iron
Clause No. 59(b)
on the date of inspection of pipe
offered.

Page 6 of 16
Hirola RWSS (2)

Tender ID NO : 191489 Date of Prebid meeting: 17.10.2015 Estimated Cost: Rs. 33,63,08,139/-
CLAUSE
SR. NO. DESCRIPTION CLAUSE DESCRIPTION POINTS RAISED BY BIDDER CLARIFICATION
REFERENCE
a ) Along with Bid for Evaluation Purpose
All drawings/documents/design submitted along with the
offer shall be for bid purpose only. These shall be subject to
Post award of contract, the
Volume-II(B), modification/approval at the time of detailed Engineering. Submission of design, drawings at bid offer stage is not
Design/Drawing/Document successful bidder has to submit
26 Technical specification- Such changes will not have any techno-commercial possible. SO we request to consider submission it after
Submission detailed design & drawings as per
PART-I.pdf, page 12 implications. award of works.
the tender requirements.
The documents as specified elsewhere for submission with
bid shall be submitted in two sets in hard copy as well as in
soft copy along with on-line submission
Vol II A, Data sheet,
page 2 (3.6 to 3.11)
Vol II A, data sheet,
page 4 (3.8 to 3.10)
Vol II A, data sheet,
The rate invited on contarctor‟s own design so that cost may
page 26
be economical. So we request to allow the size of Tender condition prevails. Design
27 ESR/Sump/WTP/PH Vol II B, Technical
components as per contractor‟s own design without any of the same is in contractor's scope.
Specification Part- II,
restriction
page 281, 291
Vol II B,Technical
Specification Part -II,
page 300

Volume-II(B), Contractor can not do this work at free of cost because such
28 Water Treatment Plant Technical specification- Plantation/ Landscaping to be done by the contractor. type of works need huge expenditure. So we request to keep Tender conditions prevails.
PART-I.pdf, page 4-8 such work in the scope of GWSSB.
Obtaining Power connection for designed power load for
running and operation of treatment plant and other units
Volume-II(B),
within the project campus area from the power supply
29 GEB Approval Technical specification- We request to obtain load connection from GEB by GWSSB. Tender conditions prevails.
company ( as applicable ) including all required liasoning.
PART-I.pdf, page 9
Only the applicable statutory fees shall be borne by the
employer.
Volume-II(B),
Technical specification- Tender specification prevails.
30 MS Ladder 600 mm from GL to top slab For height of sump less than 3.0m
Part II Page 283,
Auxiliary item from ground level provide 600 mm
width MS ladder. And height more
1. RCC Stair case 1.0m width from GL to bottom slab at We presume that MS ladder 450mm width from GL to top than 3 m from the ground level
31 Sump
Volume-II(B), gantry level slab shall be provided provide R.C.C. Stair case with 1.0
Technical m width. Total Depth of the sump
specification, Part II 4.0m or more provide R.C.C. Stair
32 Page 284, Auxiliary 2. MS ladder 450mm width from bottom slab to top slab case with 1.0 m width inside the
item sump.

Hand railing around the walkway (balcony), stairs and


landing shall be fixed in a side requiring safety. Railing to
Volume-II(B), consist of 25mm diameter class B GI pipes in three rows
For any structure for more than 2.0
Technical specification- (one at the top and other at equal interval above finished We presume that this item is related to ESR and not
33 Sump m height above ground level hand
Part II Page 285, floor level) and 1000mm high fixed in 150mm dia RCC applicable to sumps
railing is required.
Auxiliary item vertical post at a maximum distance 2000 mm center with all
accessories like elbows, tees etc including welding,
threading and fixing in cement floor
Page 7 of 16
Hirola RWSS (2)

Tender ID NO : 191489 Date of Prebid meeting: 17.10.2015 Estimated Cost: Rs. 33,63,08,139/-
CLAUSE
SR. NO. DESCRIPTION CLAUSE DESCRIPTION POINTS RAISED BY BIDDER CLARIFICATION
REFERENCE
RCC ventilator as shown in the drawing fixed with 24 guage
Volume-II(B),
square mesh of 14 guage SS wire around the circumference
Technical specification- We presume that this item is related to ESR and not Applicable to Sump and ESR
34 Sump shall be provided at top slab. In assition to this 6 nos of CI
Part II Page 286, applicable to sumps both.Refer the tender specification
ventilators (J Type) of 150 mm dia shall be provided & fixed
Auxiliary item
in roof slab as directed by Engineer
RCC staircase of 1.0m clear width with RCC parapet in M25
Volume-II(B), concrete shall be provided from GL to bottom slab walkway.
Technical specification- Necessary tie beams connecting external columns of ESR &
35 ESR Staircase
Part II Page 295, staircase at every brace level shall be provided. MS ladder
Auxiliary item shall be provided from bottom slab walkway to roof slab level
for access.
Aluminium ladder 450mm wide shall be made up of Bidders understanding is correct.
Two different type of stair for one work. We presume that
aluminium rectangular section of 65x35mm (3mm thk) and It is further clarified that Aluminium
RCC staircase to be provided from GL to top slab with
25mm bars as approved by Engineer. Welded as 300mm ladder shall be provided inside the
required supports.
Volume-II(B), center to center. The ladder shall be provided in two flights container of the ESR.
Technical specification- i.e. first flight from flat slab at top to intermediate landing at
36 ESR Staircase
Part II Page 296, 3.5 m depth provided & constructed to container wall and
Auxiliary item second flight from intermediate landing to bottom slab level.
The landing shall be casted homogeneously with the
container wall and shall be 1.0m x 1.0m size it should have
G I pipe railing from two sides.

Design (aesthetically) and constructing RCC framed


Chlorination room in M250 mix as per design requirement
and specification at various main and sub HW site including
Volume-II(B), all associated civil works like connection to sump / rising The necessary Chlorination
Technical specification- main through inlet pipe, chlorination machinery foundation, Provision of this works are not included in price schedules. arrangement has to be provided at
37 Chlorination room
Part II, Page 304, Item jungle cutting, site clearance and debris removal etc We request to add this item in price schedules. the main headworks(WTP only) and
6 (6.4) complete (without gantry up to 3.6 m height from floor level) it is part and parcel of WTP works
reinforcement / steels should be TMT steel Fe 415 as per
relevant IS only to be used. Room size 10.00m x 5.0m
(inside clear area) for chlorinator and storage

Volume-I(B), General
Conditions of Contract, Basic rate mentioned is Rs 108843.75 as on 18-09-2015
Clause No. 59(d) For Price Variation refer Volume-
38 Price variation Correct basic rate I(B), General Conditions of
Volume-II(B), Contract, Clause No. 59(d) only.
Technical specification- Basic rate mentioned is Rs 110292.58 as on 01-03-2013
Part II, Item 8

Volume-II(B),
Technical specification- As per Works requirement The
Selection of transformer mentioned & above 100 KW Provision of this works is not made in price schedules. We
39 WTP Part III, Page 564 transformer is not envisaged for
standby transformer to be provided request to add this item in price schedules.
(3.04), Page 565 load demand below 100 kW.
(3.04.03)

Page 8 of 16
Hirola RWSS (2)

Tender ID NO : 191489 Date of Prebid meeting: 17.10.2015 Estimated Cost: Rs. 33,63,08,139/-
CLAUSE
SR. NO. DESCRIPTION CLAUSE DESCRIPTION POINTS RAISED BY BIDDER CLARIFICATION
REFERENCE

Volume-III, Price Bid,Schedule


B2,Item 22 shall now be read as
Drilling of 600mm dia. Horizontal
borehole for watermain pipeline
crossing under the road incl. in all
strata with required length incl.
fixing of 500mm dia. M.S. casing
pipe of minimum thickness 8mm
Volume-III, Price with pushing etc. complete various
Rate is invited per no considering 45mt length. Rate will be We request to consider rate quoted instead of SOR for
40 Crossing Bid,Schedule B2,Item size of pipe for 323.9mm dia.
increase or decrease arriving rate as rate of SOR / 45 mt arriving part rate
no. 22 watermain. (For 45mt. length)
Note: The above rates are for 45
mt. length for all Road crossing, if
crossing length is increased or
decreased then correction of Rs. =
(Quoted Rate)/45 per meter shall
be + or - as per Actual Length.
with watermain 323.9mm.
+F80

Volume-III, Price In each case length may be different. We request to provide Tender condition prevails.It is to
41 ROU Bid,Schedule B2,Item Rate invited per case for ROU of 995 qty approximate length of each case so that proper price can be clarify that each revenue survey
no. 23 estimated. number comprises each case.
Crop compensation is a legal matter between land owner and
The bidder shall have to pay crop compensation for dept. Contractor has to perform paper works only. Payment
Volume-III, Price
“standing crop compensation”....... After producing the matter is pertains to Dept. Moreover looking to ROU quantity
Bid,Preamble to Price
42 ROU detailed documents / papers to department as per legal such amount will be huge which contractor can‟t effort for Tender condition prevails.
Schedule,Clause No.
norms, department will reimburse the same amount to the investment on behalf of Dept. So we request to keep
1.28
bidders. payment of crop compensation directly to land owners by
GWSSB
4.1.5. SIMILAR NATURE OF SINGLE WORK
The bidder must have completed similar nature of work i.e.
water supply projects or drainage/ sewerage projects within
last seven financial years i.e. from 2008-2009 to 2014-2015
and up to one month prior to last date of submission of the We request you to consider ETP projects experince also as
Volume-I, Section-III,
bid of value not less than: an option along with water supply projects or ETP Projects experience will be
43 Financial Criteria Clause No. 4.1
One contract of Rs. 95.00 Crores drainage/sewerage projects experince in "Similar nature of considered
"Financial Criteria"
Or single work" criteria.
Two contracts of Rs. 59.40 Crores each
Or
Three contracts of Rs. 47.50 Crores each

We understand that the complete plant is SAFE Area and


accordingly all the field instruments shall be suitable for
Vol II B Tech Specs –
44 Area Classification SAFE are with enclosure protection Weatherproof to IP 65 Bidder's understanding is correct.
E&I
are acceptable. Moreover intrinsically safe barriers are also
not required at PLC end. Please confirm our understanding.
Vol II B Tech Specs – The title of the clause is Basic Technical feature of PLC
45 PLC System E&I cl no 4.03,page system (Not Applicable) hence we understand that the PLC Bidder's understanding is correct.
571 system is not applicable. Please confirm

Page 9 of 16
Hirola RWSS (2)

Tender ID NO : 191489 Date of Prebid meeting: 17.10.2015 Estimated Cost: Rs. 33,63,08,139/-
CLAUSE
SR. NO. DESCRIPTION CLAUSE DESCRIPTION POINTS RAISED BY BIDDER CLARIFICATION
REFERENCE
Recording and integration (in PLC)
It is indicated under this clause that measurement of flow is not applicable.
Vol II B Tech Specs – rate & total flow for indication (local, remote) recording and However, Remote Indicator shall be
46 PLC System E&I , cl no integration (in PLC). However since as per clause 4.03 PLC provided for flow rate and Totalize
4.04.01,page 574 system is not applicable hence we understand that recording flow indication on MCC- Instrument
and integration (in PLC) is not applicable. Please confirm. Chamber.

It is indicated under this clause that vibration measurement


Vol II B Tech Specs –
for MV motors & pumps (both panel & PLC indication). We Bidder's understanding is correct.
47 PLC System E&I , cl no
understand that since PLC is not applicable for the project
4.04.06,page 575
hence this clause is not applicable.

Refer Volume-I, Section-II, Clause


No.1.1(xxiv) & Clause No. 5.0 "The
All statutory, environmental clearances, permissions and land Employer".However Liasoning with
Volume-I, Section-II,
48 Right of Use & Crop Compensation - acquisitions including ROU and ROW shall be GWSSB‟s concerned department shall be the
Clause No.1.1(xxiv)
responsibility for timely execution of project. Please confirm. responsibility of Executing Agency.
GWSSB will provide necessary
coordination as and when required.

(CLAUSE -47) Rates inclusive of Sale Tax/ VAT and all


other taxes except service tax.
The rates to be quoted by the contractor must be inclusive of
sales tax/ VAT & all other taxes. No extra payment on this
Volume-IB, General We understand that owner shall issue the CST for “C” for
account will be made to the contractor.
49 Taxes and Duties Conditions of Contract, supply made from outside the state of Gujarat. Please Tender condition prevails.
Note: Service tax shall be payable extra subject to
Clause No. 47 confirm.
applicability of Service Tax, against documentary evidence/
invoice. Statutory variation and any additional taxes levied
during contract period shall not be payable.

Water For Construction, Testing & Commissioning:


We understand that water shall be provided, near the
construction site by GWSSB free of cost.
Volume-I, Section-II,
50 Water & Power Availability - Power For Testing & Commissioning: Tender condition prevails.
Instruction to Bidders
We understand that power shall be provided near the
construction site by GWSSB free of cost
Please confirm.
Refer Volume-I, Section-II, Clause
Volume-I, Section-II, We understand that EMD can be furnished by any joint
No. 34 "Joint Venture Consortium"
51 Joint Venture Clause No. 34 "Joint - venture member or collectively meet the requirement.
and Volume I,Section III, clause no
Venture Consortium" Please confirm
3.10
For the competitive bid and timely execution of project, we
Volume-IB, General
suggest that there should be any milestone schedule as well Not Acceptable.
52 Liquidated Damages Conditions of Contract, -
as milestone LD Clause. Kindly delete both the milestone Tender condition prevails
Clause No. 2
schedule as well as milestone LD clause.

Page 10 of 16
Hirola RWSS (2)

Tender ID NO : 191489 Date of Prebid meeting: 17.10.2015 Estimated Cost: Rs. 33,63,08,139/-
CLAUSE
SR. NO. DESCRIPTION CLAUSE DESCRIPTION POINTS RAISED BY BIDDER CLARIFICATION
REFERENCE
(CLAUSE -47) Rates inclusive of Sale Tax/ VAT and all
other taxes except service tax.
We understand that in case of extra expenditure/efforts
The rates to be quoted by the contractor must be inclusive of
because of any change in requirement specified in the scope
sales tax/ VAT & all other taxes. No extra payment on this
Volume-IB, General of work, because of change in codes/standards
account will be made to the contractor.
53 Taxes and Duties Conditions of Contract, /laws/regulations /impositions of new taxes and duties etc Tender condition prevails.
Note: Service tax shall be payable extra subject to
Clause No. 47 shall be compensated to the paramount in addtion to our
applicability of Service Tax, against documentary evidence/
price.
invoice. Statutory variation and any additional taxes levied
Kindly confirm please.
during contract period shall not be payable.

(CLAUSE -47) Rates inclusive of Sale Tax/ VAT and all


other taxes except service tax.
The rates to be quoted by the contractor must be inclusive of
sales tax/ VAT & all other taxes. No extra payment on this We understand that statutory variations in all taxes and
Volume-IB, General
account will be made to the contractor. duties shall be reimbursed by GWSSB extra at actuals upto Tender condition prevails.
54 Taxes and Duties Conditions of Contract,
Note: Service tax shall be payable extra subject to the time of completion.
Clause No. 47
applicability of Service Tax, against documentary evidence/ Kindly confirm please.
invoice. Statutory variation and any additional taxes levied
during contract period shall not be payable.

(CLAUSE -77) Recover of Sales Tax


At present there is no practice for deduction of sales tax at
Volume-IB, General
source from the running bill, however at the time of payment Clause 77 : Please confirm the percentage at which the sales Tender condition prevails.
55 Sales Tax Conditions of Contract,
if it is deductable from the bills according to Gujarat Sale tax tax (work contracts tax) is leviable?
Clause No. 77
Rules 1979, Clause 57 GH, it will be deducted from the bill.

(CLAUSE -47) Rates inclusive of Sale Tax/ VAT and all


other taxes except service tax.
The rates to be quoted by the contractor must be inclusive of
sales tax/ VAT & all other taxes. No extra payment on this
Volume-IB, General
account will be made to the contractor. If service tax applicable to this contract & what will be the Tender condition prevails.
56 Service Tax Conditions of Contract,
Note: Service tax shall be payable extra subject to rate of percentage of bill amount?
Clause No. 47
applicability of Service Tax, against documentary evidence/
invoice. Statutory variation and any additional taxes levied
during contract period shall not be payable.

(CLAUSE -54) Land on Hire and rental charges


Clasue 54 : Land on hired rental charges : what will be the
Volume-IB, General Rent will be recovered from the contractor for the land (if
rent for labour camps, offices and stores. We request not to Tender condition prevails.
57 Land for construction Conditions of Contract, available) given to them for stacking materials as well as for
levy any charge as is being followed in many work authorities
Clause No. 54 construction of temporary hutments etc.
in Government.

Price variation effect: P53 : This clause mentions of price


Volume-IB, General (CLAUSE 56) Point no. 4-This clause shall be operative from variation not to be paid in extended period. For the reasons
Tender condition prevails.
58 Price Variation Conditions of Contract, the date of issue of work order and up to the expiry of not attributable to the contractors for delay we request to give
Clause No. 56 original time limit. suitable time extension and price variation, as contractor is
also a partner in progress of the nation

Page 11 of 16
Hirola RWSS (2)

Tender ID NO : 191489 Date of Prebid meeting: 17.10.2015 Estimated Cost: Rs. 33,63,08,139/-
CLAUSE
SR. NO. DESCRIPTION CLAUSE DESCRIPTION POINTS RAISED BY BIDDER CLARIFICATION
REFERENCE
SPECIAL CLAUSE (C) Additional security to be withheld
for unbalance rates:
Payments for the items where contractor has quoted rate
higher than 10% over estimated rates in the item:
a. If the contractor has quoted unbalanced rates for items
i.e. more than 10 (ten) percent of the overall percentage of
accepted tender. The payment of such items in the running Additional security to be withheld for unbalanced rates:
Volume-IB, General bills will be made at estimated rate of that item plus or minus Please inform the procedure for release of 95% balance Refer Volume-IB, General
59 Unbalanced rate Conditions of Contract, overall variation percentage of the accepted tender plus five amount said to be as per R&B department circular dated Conditions of Contract, Appendix - 4
Special Clause(C) percent of the estimated rate of that item, the balance 27/11/2008. We request to make available copies of circular page no 80-83
amount as per accepted tender rate will be withheld from mentioned at “Note” in English if possible.
running bills and will be released as per R&B Department
Circular no .PARCH/102008/(61) dated 03-05-2013. No
interest will be payable for such withheld amount (R&B
Department Circular no .PARCH/102008/(61) dated 27-11-
2008)

Water Treatment Plant (P5) (Vol IIB) normally geotechnical


Volume-II(B), The scope also includes geotechnical survey of plot to survey, soil bearing capacity, strata classification and detail
60 Water Treatment Plant Technical specification- derive soil bearing capacity, strata classification and details of water table are carried out by work authorities so that the Tender condition prevails
PART-I.pdf, page 5 of water table etc. time can be saved. We therefore request GWSSB authorities
to carry out this work
Out of the total plot area within
Water treatment plant: P6 Vol II B: It is mentioned that the compound wall & after deducting
The scope shall also include development of lawns,
Volume-II(B), scope include Development of Lawns, Landscaping & area towards construction works
landscaping, and plantation along the periphery of the site
61 Water Treatment Plant Technical specification- Plantation along with periphery for WTP. We request to incl roads, 25% of remaining area to
proposed for construction of WTP including maintenance of
PART-I.pdf, page 6 quantify the items so that there is specific working and not be developed for Lawns,
all during entitre O&M period.
speculation. landscaping & plantation along with
periphery of WTP
WTP components are to be
Volume-II(B), designed for delivering Net Treated
P5 Vol II B : What is the capacity of WTP 11 MLD or 18.2
62 Water Treatment Plant Technical specification- Water Quantity of 18.2 MLD at WTP
MLD. Please confirm the capacity
PART-1.pdf, page 5 outlet considering 22 hr/day
operation (827.5 m3/hr) .

Volume-II(B), P6 Vol IIB : We request to provide power, chemicals and


63 Water Treatment Plant Technical specification- consumables free of cost to us during trial run and O&M Tender condition prevails
PART-I.pdf, page 6 period
Bidder must have experience in construction of storage
Volume-I, Section-III, sump of at least 6.25 ML ( Single Capacity ) in single Capacity of sump : We request to qualify us or for that matter
64 Physical Criteria Clause No. 4.2.6 completed project during last seven financial years i.e. from any contractor who has experience in construction of 40 / 50 Refer Amendment 1,Appendix 1
"Storage Sump" 20082009 to 2014-2015 and up to one month prior to last MLD capacity sump to have competition.
date of submission of the bid
P6 Vol II B : It is mentioned here that it is the bidders
Any other item not indicated above but necessary, essential responsibility to carry out all the work whether it is mentioned
Volume-II(B), or incidental to the or not. Bidder rate are based on certain parameters /
65 Water Treatment Plant Technical specification- completion of the above works and making them operational qualities & items. Please therefore do not insist on Tender condition prevails
PART-I.pdf, page 6 / All other accessories, whether specified or not, but required competeting items not included in BOQ. The GWSSB or for
for complete shall form a part of contractors scope. that matter no work authority insists on such irrational
statement.

Page 12 of 16
Hirola RWSS (2)

Tender ID NO : 191489 Date of Prebid meeting: 17.10.2015 Estimated Cost: Rs. 33,63,08,139/-
CLAUSE
SR. NO. DESCRIPTION CLAUSE DESCRIPTION POINTS RAISED BY BIDDER CLARIFICATION
REFERENCE
Volume-II(B), Refer Volume-I, Section-II,
P6 Vol II B : Please make available the list of approved
66 Water Treatment Plant Technical specification- Instruction to Bidders" Clause No.
vendors mentioned in last para (2.2.1)
PART-I.pdf, page 6 1.1(xxiii)
P7 (Vol II B) :There is mention of roads, pathways & drainage
Volume-II(B),
& plinth protection. Please mention the quantity to work out Being in bidders scope tender
67 Water Treatment Plant Technical specification-
cost otherwise to would be guess work or send a sketch condition prevails.
PART-I.pdf, page 7
showing the arrangement.
Septic tank with soak pit for 10
users to treat domestic waste
generated from toilets/latrines
including providing and connecting
the effluent from the soak pit to the
Volume-II(B), common drainage line & Disposal of
68 Water Treatment Plant Technical specification- What is exactly expected by sewage disposal. Define scope liquid waste products from the
PART-I.pdf, page 8 works the natural stream through
drainage collection chamber is in
scope of Contractor. For further
details, refer Volume-IIB Technical
specifications (Part-III)

Volume-II(B), Please do not thrust responsibility of soil investigation /


69 Water Treatment Plant Technical specification- analysis, when the work has to be completed in 24 months Tender condition prevails
PART-I.pdf, page 11 time with so many checks / approvals

Volume-II(B), When the design & drawing are checked by expert consultant
70 Water Treatment Plant Technical specification- it is not fair to hold the contractor responsible. Contractor is Tender condition prevails
PART-I.pdf, page 14 an agency to construct & not a designer.
Detailed design & engineering is in
Volume II(A),Data For water treatment plant, plot plan with FGL is not given.
71 Water Treatment Plant bidders scope tender condition
sheet Again final discharge level should be with respect to FGL
prevails
Inlet level is specified as Up to (&
For WTP, inlet level is specified as minimum 5 to 6m above
Volume II(A),Data not minimum) 5.0 to 6.0 m above
72 Water Treatment Plant GL. This will have unnecessary extra substructure cost. Can
sheet GL or as per bidders design.
it be lowered?
Tender condition prevails
Volume II(A),Data sheet,page
1,Item no 2.2 should now be read
For ESR Clause 2.2 page 1, SBC should not be less than 10 as- Design SBC of all site shall not
Volume II(A),Data Tentative SBC of all site shall not be less than 10 T/M2.
t/m2 and again it is specified as lower of the two values i.e. be more than 10 T/M2. Contractor
73 ESR sheet,page 1,Item no Contractor has to carry out SBC for design purpose .And
10 t/m2 and actual SBC as per soil report. This is has to carry out SBC for design
2.2 lower of above two should be consider for design purpose.
contradictory. purpose and lower of above two
should be consider for design
purpose.
Volume II(A),Data sheet,page 4-
5,Item no 2.2 should now be read
For U/G sump, clause 2.2 page 4, SBC should not be less as- Design SBC of all site shall not
Volume II(A),Data Tentative SBC of all site shall not be less than 10 T/M2.
than 10 t/m2 and again it is specified as lower of two values be more than 10 T/M2. Contractor
74 U/G Sump sheet,page 4-5,Item Contractor has to carry out SBC for design purpose .And
i.e. 10 t/m2 and actual SBC as per soil report. This is has to carry out SBC for design
no 2.2 lower of above two should be consider for design purpose.
contradictory purpose and lower of above two
should be consider for design
purpose.
Page 13 of 16
Hirola RWSS (2)

Tender ID NO : 191489 Date of Prebid meeting: 17.10.2015 Estimated Cost: Rs. 33,63,08,139/-
CLAUSE
SR. NO. DESCRIPTION CLAUSE DESCRIPTION POINTS RAISED BY BIDDER CLARIFICATION
REFERENCE
Minimum Structural Thickness shall
Minimum thickness of for ESR, U/G Sumps an WTP for RCC
be as per Volume IIA relevant
Volume II(A),Data structural members given in respective clauses of Vol II A
Datasheet.In case of any
75 ESR/Sump/WTP sheet & Volume-II(B), contradict with those given in Vol II B, Part II General
discripensy in between Datasheet &
Technical specification Technical Specification – Civil Works Clause no 1.8 Design
Technical specification Datasheet
Requirements sub clause (k) Page no 34 & 35
will have precedence.
Volume-II(B),
76 General Technical specification- Page 75 to 80 are not there in Vol II B, Part II Refer Amendment 1,Appendix 2
PART-II
Backwash tank should have
Volume-II(B), For WTP, Backwash tank should be provided above filter separate slab above filter house as
77 Water Treatment Plant
Technical specification house or on separate structure. Please specify. per WTP datasheet. Tender
condition prevails
For Design of Water retaining
Volume-II(B), Limit state cracking with 0.2mm crack width to be allowed. structure with limit state method
78 General
Technical specification Please confirm. refer latest code of IS 456 & IS
3370 and tender specification.

Refer Volume-I, Section-II, Clause


The department should obtain ROU/R as per standard
No.1.1(xxiv) & Clause No. 5.0 "The
practice. We as contractor do not have any authority in case
Employer".However Liasoning with
Volume-I, Section-II, a person do not agree to give ROU. If still department insist
79 ROU / ROW concerned department shall be the
Clause No.1.1(xxiv) the contractor to take ROU, the delay on account of above
responsibility of Executing Agency.
shall be permitted & time limit extension shall be given
GWSSB will provide necessary
without levy of any penalty
coordination as and when required.

The bidder shall have to pay crop compensation for In price bid Cl 1.28, it is mentioned that all procedure for crop
Volume-III, Price
“standing crop compensation”....... After producing the compensation is to be carry out and the same to be paid for
Bid,Preamble to Price Tender condition prevails.
80 ROU detailed documents / papers to department as per legal farmers by contractor. Department will reimburse the same to
Schedule,Clause No.
norms, department will reimburse the same amount to the contractor. We request department directly pay crop
1.28
bidders. compensation to farmers as per normal practice of GWSSB.

METALLIC PIPELINE:
Procure, Lowering, Laying, Jointing, Testing and
Commissioning of minimum length and minimum diameter
(as under) of metallic pipeline in any single project during
last seven financial year i.e. from 2008-2009 to 2014-2015
and up to one month prior to last date of submission of the
bid. If the pipeline work has been completed along with
Volume-I, Section-III,
successful hydro testing, such works shall also be For metallic pipe : Minimum pipe dia should be increased and Tender condition prevails.
81 Physical Criteria Clause No. 4.2.1.
considered for the evaluation based on the facts and proportionately length should be reduced.
Metallic Pipeline:
circumstances as certified by the client.
The material supplied by the client will not be considered for
procurement purpose.
Type of Pipeline Min. Diameter(In mm) Min. Length (In
Km)
Metallic ≥ 200 mm ≥ 21.00 km

Page 14 of 16
Hirola RWSS (2)

Tender ID NO : 191489 Date of Prebid meeting: 17.10.2015 Estimated Cost: Rs. 33,63,08,139/-
CLAUSE
SR. NO. DESCRIPTION CLAUSE DESCRIPTION POINTS RAISED BY BIDDER CLARIFICATION
REFERENCE
Providing RCC Pedestal: Providing and casting in situ C.C.
in grade M-15 (porportions as per mixdesign or as per table9
of IS456 2000 in masses by weigh batching ) using granite, Volume-III, Price Bid,Schedule
Volume-III, Price quartzite trap metal of size 6 mm to 20 mm for RCC work, B2,Item no 16, unit shall be read as
Schedule B2, Item no 16, unit needs to be changed from No
82 RCC Pedestal Bid,Schedule B2,Item including scaffolding centering, formwork, needle vibrated cum.
to m3
16 consolidation, curing complete up to 6 meter depth or height Corresponding correction in the
(excluding cost of reinforcement and neat finishing) with online BOQ item is made
centering and shuttering etc. complete for structure other
than water retaining. (with form work).
Page no. 2 – 3.1.2 – WTP overloading Capacity- Please Free board specified in tender
Volume II(A),Data clarify that free board should be adequate enough to docuements is above design water
83 Water Treatment Plant
sheet accommodate this hydraulic overload and the design flow is level calculated based on 20%
not be increased by 20 %. overloading.
No distribution chamber is required
if Number of Flash Mixer &
Page No. 4 -3.6 – Distribution Chamber to divide equal flow Clariflocculator is 1. Further
between numbers of flash mixers . A control at the inlet to control/gate at the inlet to
Distribution chamber is not required. An overflow weir can Distribution chamber is not
Volume II(A),Data
84 Water Treatment Plant be provided at outlet of the Distribution Chamber instead of a required. An overflow weir shall be
sheet
sluice gate to facilitate by-pass of both clarifiers and flash provided at outlet of the Distribution
mixers by closing the inlet gates to the flash mixers. Kindly Chamber instead of a sluice gate to
consider. facilitate by-pass of both clarifiers
and flash mixers by closing the inlet
gates to the flash mixers.
Page no. 5 - 3.9 Clariflocculator- If we freeze maximum
diameter of clarifier to 35.0 m, minimum, detention time of
flocculation zone to 30 minutes, maximum surface loading to
1.25 m3/m2/hr. (1.67 as per W/S and CPHEEO manual),
side water depth 3 to 5 m (2.5 to 5.0 m as per CPHEEO
Volume II(A),Data
85 Water Treatment Plant manual), it may not be possible to accommodate all these Tender Condition prevails.
sheet
parameters in all cases simultaneously together,
mathematically speaking. Kindly consider. In actual practice,
we have constructed clariflocculators having a diameter of
more than 47 m. Also, CPHEEO manual allows for
diameters upto 60 m.
Tender condition prevails.
One coat of epoxy primer – 40
Page no. 5 - 3.9.1 Flocculator Zone h) Flocculator
micron DFT+one coat of MIO ( 60
Mechanism MSEP blades of minimum. 6 mm thick would be
Volume II(A),Data micron DFT) + Two coats of Food
86 Water Treatment Plant too heavy unnecessary increasing power requirement. 16
sheet grade epoxy finish paint ( 50 micron
gauge thick MS blades coated with food grade epoxy paint of
each). Total DFT – 200 micron shall
50 DFT (Dry Film Thickness) may please be permitted.
be provided to ensure long life of
Equipment & Corrossion resistance.
Page No. 6 – Flocculation Zone – 3.9.1 – (i) Power
Volume II(A),Data Power consumption shall be read
87 Water Treatment Plant Consumption – 10 to 36 kw / MLD. It should be watts in
sheet as 10 to 36 Watts/MLD
place of kw.

Page 15 of 16
Hirola RWSS (2)

Tender ID NO : 191489 Date of Prebid meeting: 17.10.2015 Estimated Cost: Rs. 33,63,08,139/-
CLAUSE
SR. NO. DESCRIPTION CLAUSE DESCRIPTION POINTS RAISED BY BIDDER CLARIFICATION
REFERENCE
Page No. 7 - 3.9.4 b) Sludge Disposal - RCC NP2 class
pipeline approximately 500 m long.Sludge disposal upto H.W.
Volume II(A),Data boundary shall be incorporated in the scope of this work.
88 Water Treatment Plant Tender condition prevails.
sheet This may please be deleted from scope of WTP works. In
most of the cases, adequate land acquisition for this purpose
is not made.
Volume II(A),Data
89 Water Treatment Plant Page No. 8 – 3.10.2 – Remove water depth = 2m Tender condition prevails.
sheet
Volume II(A),Data
90 Water Treatment Plant Page No. 9 – 3.10.4 – (d) Remove Note. Tender condition prevails.
sheet
Page no. 9 - 3.10.6 Underdrain System- In case, SS 316 V
Wire Screen type system is used for underdrainage and
since gravel are deleted, the design filtration rate can be
Volume II(A),Data
91 Water Treatment Plant increased to 12 m3/m2/hr. and backwash rate can be Tender condition prevails.
sheet
reduced to 250 lpm/m2, kindly consider this. This system
will then only be adopted as SS316 laterals are prohibitively
expensive.
Volume II(A),Data Page No. 10 – 3.11 – By pass Arrangement with Gates
92 Water Treatment Plant Tender condition prevails.
sheet /Valves/Weirs.
Page No.14 Minimum Areas of Chemical House- Toilet Block
Volume II(A),Data
93 Water Treatment Plant area of 25 m2, Office area of 15 m2, Store area of 15 m2 Tender condition prevails.
sheet
seems to be too big. Kindly correct, if convinced.
Page No. 15 Laboratory Instruments- The plant being in
rural area, laboratory with such elaborate instruments may
Volume II(A),Data please be avoided especially when GWSSB has well
94 Water Treatment Plant Tender condition prevails.
sheet established and well equipped laboratory at GERI , Vadodara
with adequate technicians and sophisticated infrastructure.
This is just a suggestion, please.

Page 16 of 16
AMENDMENT NO. 01
GUJARAT WATER SUPPLY AND SEWERAGE BOARD
NAME OF PROJECT:
Designing, Constructing, Testing & Commissioning of WTP, RCC U.G. Sumps & RCC ESRs for Village
level clusters, Providing, Lowering, Laying, Jointing & Commissioning of DI pipes for Raw & Clear
Water Mains and HDPE pipes, PVC pipes for clear water mains, Including Supply, Installation, Testing
and Commissioning of Pumping Machinery with all allied work complete including post completion
O&M for Five years for Hirola Regional Water Supply Scheme, Dist.- Dahod
TENDER ID NO.: 191489 ESTIMATED COST: Rs. 33,63,08,139/-

Reference Of Tender Clause


Instead
Sr. Now Read As
Volume Page No. Clause No. Para No./Line Of
No

Clause
No.
Clause No. 4.2.5. ELEVATED
Volume STORAGE 4.2.5
4.2.5 Appendix - 1
-I, RESERVOIR
1 61-62 &
Section & &
Clause No. 4.2.6. STORAGE
-III
4.2.6 SUMP: Clause
No.
4.2.6

Volume
-II(B),
Add after page 74
Technic Appendix - 2
of Volume-II(B),
al
1 Technical
specific
specification-
ation-
PART-II
PART-
II

Note: In case the mentioned page number doesn’t match with page number of the uploaded tender
volume please refer relevant clause of the respective Volumes.

Page 1
AMENDMENT NO. 01
GUJARAT WATER SUPPLY AND SEWERAGE BOARD
NAME OF PROJECT:
Designing, Constructing, Testing & Commissioning of WTP, RCC U.G. Sumps & RCC ESRs for Village
level clusters, Providing, Lowering, Laying, Jointing & Commissioning of DI pipes for Raw & Clear
Water Mains and HDPE pipes, PVC pipes for clear water mains, Including Supply, Installation, Testing
and Commissioning of Pumping Machinery with all allied work complete including post completion
O&M for Five years for Hirola Regional Water Supply Scheme, Dist.- Dahod
TENDER ID NO.: 191489 ESTIMATED COST: Rs. 33,63,08,139/-

APPENDIX – 1

4.2.1. ELEVATED STORAGE RESERVOIR:

Bidder must have experience in construction of elevated water storage reservoir of at


least 0.07 ML (Single Capacity) in single completed project during last seven
financial years i.e. from 2008-2009 to 2014-2015 and up to one month prior to last
date of submission of the bid.

OR

Bidder must have experience in construction of elevated water storage reservoir of at


least 0.27 ML (Cumulative Capacity) in single completed project during last seven
financial years i.e. from 2008-2009 to 2014-2015 and up to one month prior to last
date of submission of the bid.

4.2.2. STORAGE SUMP:

Bidder must have experience in construction of storage sump of at least 6.25 ML


(Single Capacity) in single completed project during last seven financial years i.e.
from 2008-2009 to 2014-2015 and up to one month prior to last date of submission
of the bid.

OR

Bidder must have experience in construction of storage sump of at least 12.04 ML


(Cumulative Capacity) in single completed project during last seven financial years
i.e. from 2008-2009 to 2014-2015 and up to one month prior to last date of
submission of the bid.

Page 2
APPENDIX -2

Volume-II, Technical Specification Hirola RWSS

of pockets. In addition, smaller size aggregates shall be used for concreting in this
region also.
3.26 Preformed Fillers and Joint Sealing Compound
3.26.1 Materials
Preformed filler for expansion/isolation joints shall be non-extruding and resilient type
of bitumen impregnated fibres conforming to IS:1838 (Part I).
Bitumen coat to concrete/masonry surfaces for fixing the preformed bitumen filler
strip shall conform to IS:702. Bitumen primer shall conform to IS:3384.
Sealing compound for filling the joints above the preformed bitumen filler shall
conform to Grade 'A' as per IS:1834.

3.25.1 Workmanship

The thickness of the preformed bitumen filler shall be 25mm for expansion joints and
50mm for isolation joints around foundation supporting rotatory equipment's.
Contractor shall procure the strips of the desired thickness and width in lengths as
manufactured. Assembly of small pieces/thicknesses of strips to make up the
specified size shall not be permitted.
The concrete/masonry surface shall be cleaned free from dust and any loose
particles. When the surface is dry, one coat of industrial blown type bitumen of grade
85/25 conforming to IS:702 shall be applied hot by brushing at the rate of 1.20
kg/sq.m. When the bitumen is still hot the preformed bitumen filler shall be pressed
and held in position till it completely adheres. The surface of the filler against which
further concreting/masonry work is to be done shall similarly be applied with one coat
of hot bitumen at the rate of 1.20 kg/sq.m.
Sealing compound shall be heated to a pouring consistency for enabling it to run
molten in a uniform manner into the joint. Before pouring the sealing compound, the
vertical faces of the concrete joint shall be applied hot with a coat of bitumen primer
conforming to IS: 3384 in order to improve the adhesive quality of the sealing
compound.
Expansion joints between beams/slabs shall be provided with 100mm wide x 4mm
thick mild steel plate at the soffit of RCC beams/slabs to support and prevent the
preformed joint filler from dislodging. This plate shall be welded to an edge angle of
ISA 50 x 50 x 6mm provided at the bottom corner, adjacent to the expansion joint of
one of the beams/slabs, by intermittent fillet welding. Steel surfaces shall be provided
with 2 coats of red oxide zinc chrome primer and 3 coats of synthetic enamel paint
finish.

GWSSB,Dahod 75
Volume-II, Technical Specification Hirola RWSS

CONCRETE POUR CARD


POUR NO. : DATE :
DRG. NO. : STRUCTURE :
CONCRETE GRADE/QUANTITY/ : MAX. AGGREGATE SIZE /
START / COMPLETION TIME :
SLUMP :
SL. NO. ITEM Remarks If Any

1. BCENTRELINES CHECKED YES/NO


E
F
O
R
E

C
O
N
C
R
E
T
I
N
G
2. FORMWORK AND STAGING CHECKED YES/NO
FOR ACCURACY, STRENGTH &
FINISH
3. REINFORCEMENT CHECKED YES/NO
4. COVER TO REINFORCEMENT YES/NO
CHECKED
5. VERIFIEDTEST CERTIFICATE FOR YES / NO
CEMENT/STEEL
6. ADEQUACY OF MATERIALS / YES / NO
EQUIPMENT FOR POUR
7. EMBEDDED PARTS CIVIL
(LOCATION & PLUMB) YES/NO
CHECKED
MECH. YES/NO
ELEC. YES/NO
8. SOFFIT(S) & POUR TOP(T) LEVELS S(B)
CHECKED BEFORE (B) & AFTER (A) T(B)
FORM REMOVAL (ONLY OF BEAMS OF
OVER 10 M SPAN & IMPORTANT S(B) T(B)
STRUCTURE LIKE T.G. ETC.)
9. CONSTRUCTION JOINTS LOCATION &
TIME (IF NOT AS PER DRAWING)
10. CEMENT CONSUMPTION IN KGS.
11. NUMBER OF CUBES AND
IDENTIFICATION MARKS
12. TEST CUBE RESULTS (7 DAYS / 28
DAYS)
13. CONCRETE CONDITION ON FORM V.GOOD/GOOD/FAIR/POOR
REMOVAL

Contractor’s Representative GWSSB’s Representative

NOTES: 1. EACH POUR TO HAVE SEPARATE CARDS, IN TRIPLICATE ONE EACH FOR
CLIENT,CONTRACTOR & SITE OFFICE.

GWSSB,Dahod 76
Volume-II, Technical Specification Hirola RWSS

UNDER REMARKS INDICATE DEVIATIONS FROM DWGS. & SPECIFICATIONS, CONGESTION IN


REINFORCEMENT IF ANY, UNUSUAL OCCURRENCES SUCH AS FAILURE OF EQUIPMENTS,
SINKING OF SUPPORTS / PROPS. HEAVY RAINS AFFECTING CONCRETING, POOR
COMPACTION, IMPROPER CURING, OTHER DEFICIENCIES, OBSERVATIONS ETC

4.0 STRUCTURAL STEEL WORK


4.1 Applicable Codes and Specifications
The supply, fabrication, erection and painting of structural steel works shall comply
with the following specifications, standards and codes unless otherwise specified
herein. All standards, specifications and codes of practices referred to herein shall
be the latest editions including all applicable official amendments and revisions.

IS : 808 Dimensions for Hot Rolled Steel sections


IS : 814 Covered Electrodes for Manual Metal Arc Welding of Carbon and
Carbon Maganese Steel
IS : 800 Code of Practice for General Construction in Steel
IS : 801 Code of Practice for Use of Cold Formed Light Gauge Steel
Structural Members in General Building Construction
IS : 806 Code of Practice for Use of Steel Tubes in General Building
Construction
IS : 7205 Safety Code for Erection of Structural Steel Work
IS : 7215 Tolerances for Fabrication of Steel Structures
IS : 4000 High Strength Bolts in Steel Structure – Code of Practice
AISC Specifications for Design, Fabrication and Erection of Buildings
IS : 1161 Steel Tubes for structural purposes
IS:10 IS:102 Ready Mixed paint, Brushing, Red Lead, Non-setting, Priming.
IS:110 Ready Mixed paint, brushing, grey filler for enamels for use over
primers.
IS:117 Ready Mixed paint, Brushing, Finishing, Exterior Semigloss for
general purposes, to Indian Standard colours.
IS:158 Ready Mixed paint, Brushing, Bituminous, Black, Lead free, Acid,
Alkali and heat resisting.
IS:159 Ready Mixed paint, Brushing, Acid resisting for protection
against acid fumes, colour as required.
IS:341 Black Japan, Types A, B and C
IS:2339 Aluminium paint for general purposes, in Dual container
IS:2932 Specification for enamel, synthetic, exterior, type 1,
(a) undercoating, (b) finishing
IS:2933 Specification for enamel, exterior, type 2,
(a) undercoating, (b) finishing
IS:5905 Sprayed aluminium and zinc coatings on Iron and Steel.

GWSSB,Dahod 77
Volume-II, Technical Specification Hirola RWSS

IS:6005 Code of practice for phosphating of Iron and Steel.

IS:9862 Specification for ready mixed paint, brushing, bituminous, black,


lead free, acid, alkali, water & chlorine resisting.
IS:13183 Aluminium paint, Heat resistant.
SIS-05- (Swedish Standard)
5900
IS : 1239 Mild steel tubes, tubulars and other Wrought steel fittings
Part 1 – Mild steel tubes
Part 2 – Mild steel tubulars and other wrought steel pipe fittings
IS : 1363 Hexagon Head Bolts, Screws and Nuts of product Grade C (Size
(Parts 1 to range M5 to M64)
3)
IS : 1367 Technical Supply Conditions for Threaded Fasteners
(All parts)
IS : 1852 Rolling and Cutting Tolerances for Hot Rolled Steel Products
IS : 1977 Structural Steel (Ordinary Quality)
IS : 2062 Steel for General Structural Purposes
IS : 2074 Ready Mixed Paint, Air drying, Red Oxide Zinc Chrome and
Priming
IS : 3502 Steel Chequered Plate
IS : 3757 High Strength Structural Bolts
IS : 5369 General Requirements for Plain Washers and Lock Washers
IS : 5372 Taper Washers for Channels
IS : 5374 Taper Washer for 1 Beams
IS : 6610 Heavy Washers for Steel Structures
IS : 8500 Structural Steel-microalloyed (medium and high strength qualities)
IS : 803 Code of practice for design, fabrication and erection of vertical
mild steel cylindrical welded storage tanks
IS : 816 Code of Practice for use of Metal Arc Welding for General
construction in Mild Steel

IS : 822 Code of Procedure for Inspection of Welds


IS : 1182 Recommended Practice for Radiographic examination of Fusion
– Welded Butt Joints in Steel Plates
IS : 1200 Method of Measurement in Building Civil Works
IS : 1477 Code of Practice for Painting of (Parts 1&2) Ferrous Metals in
Buildings
IS : 2595 Code of Practice for Radiographic Testing
IS : 3658 Code of Practice for Liquid Penetrant Flaw Detection

GWSSB,Dahod 78
Volume-II, Technical Specification Hirola RWSS

IS : 5334 Code of Practice for Magnetic Particle Flaw Detection of Welds


IS : 9595 Recommendations for Metal Arc Welding of Carbon and Carbon
Manganese Steel

4.2 Steel Materials


Steel materials shall comply with the referred to in Sub-Clause 4.1.
All materials used shall be new, unused and free from defects.
Steel conforming to IS:1977 shall be used only for the following :

Fe310-0(St : 32- For general purposes such as door/window frames, grills, steel
0) gates, handrails, fence posts, tee bars and other non-structural
use.
Fe410-0(St : 42- For structures not subjected to dynamic loading other than
0) wind loads such as :Platform roofs, foot over bridges, building,
factory sheds etc.
Fe510-0(St : 42- Grade steel shall not be used
0)
a) If welding is to be employed for fabrication
b) If site is in severe earthquake zone
c) If plastic theory of design is used
Drawings prepared by the VENDOR/CONTRACTOR
The VENDOR/CONTRACTOR shall prepare all fabrication and erection drawings for
the entire work. All the drawings for the entire work shall be prepared in metric units.
The drawings shall preferably be of one standard size and the details shown there in
shall be clear and legible.
All fabrication drawings shall be submitted to the GWSSB for approval.
No fabrication drawings will be accepted for GWSSB’s approval unless checked and
approved by the VENDOR/CONTRACTOR’s qualified structural engineer and
accompanied by an erection plan showing the location of all pieces detailed. The
VENDOR/CONTRACTOR shall ensure that connections are detailed to obtain ease
in erection of structures and in making field connections.
Fabrication shall be started by the VENDOR/CONTRACTOR only after GWSSB’s
approval of fabrication drawings. Approval by the GWSSB of any of the drawings
shall not relieve the VENDOR/CONTRACTOR from the responsibility for correctness
of engineering and design of connections, workmanship, fit of parts, details, material,
errors or omissions or any and all work shown thereon. The GWSSB’s approval shall
constitute approval of the size of members, dimensions and general arrangement but
shall not constitute approval of the connections between members and other details.
The drawings prepared by the VENDOR/CONTRACTOR and all subsequent
revisions etc. shall be at the cost of the VENDOR/CONTRACTOR for which no
separate payment will be made.

GWSSB,Dahod 79
Volume-II, Technical Specification Hirola RWSS

4.3 Fabrication
4.3.1 General
All workmanship and finish shall be of the best quality and shall conform to the best
approved method of fabrication. All materials shall be finished straight and shall be
machined/ground smooth true and square where so specified. All holes and edges
shall be free of burrs. Shearing and chipping shall be neatly and accurately done
and all portions of work exposed to view shall be neatly finished. Unless otherwise
approved by the GWSSB, reference may be made to relevant IS codes for providing
standard fabrication tolerance. Material at the shops shall be kept clean and
protected from weather.
4.3.2 Connections
Shop/field connections shall be as per approved fabrication drawings.
In case of bolted connections, taper washers or flat washers or spring washers shall
be used with bolts as necessary. In case of high strength friction grip bolts, hardened
washers be used under the nuts or the bolt heads whichever are turned to tighten the
bolts. The length of the bolt shall be such that atleast one thread of the bolt projects
beyond the nut, except in case of high strength friction grip bolts where this projection
shall be at least three times the pitch of the thread.
In all cases where bearing is critical, the unthreaded portion of bolt shall bear on the
members assembled. A washer of adequate thickness may be provided to exclude
the threads from the bearing thickness, if a longer grip bolt has to be used for this
purpose.
All connections and splices shall be designed for full strength of members or loads.
Column splices shall be designed for the full tensile strength of the minimum cross
section at the splice.
All bolts, nuts, washers, electrodes, screws etc., shall be supplied/brought to site
10% in excess of the requirement in each category and size. Rates shall cover the
cost of this extra quantity.
All members likely to collect rain water shall have drain holes provided.
4.3.3 Straightening
All materials, shall be straight and, if necessary, before being worked shall be
straightened and/or flattened by pressure and shall be free from twists. Heating or
forging shall not be resorted to without the prior approval of the GWSSB in writing.
4.3.4 Rolling and Forming
Plates, channels, R.S.J. etc., for circular bins, bunkers, hoppers, gantry girders, etc.,
shall be accurately laid off and rolled or formed to required profile/shape as called for
on the drawings. Adjacent sections shall be match-marked to facilitate accurate
assembly, welding and erection in the field.
4.3.5 High Strength Friction Grip Bolting
Inspection after tightening of bolts shall be carried out as stipulated in the appropriate
standards depending upon the method of tightening and the type of bolt used.
GWSSB,Dahod 80

Das könnte Ihnen auch gefallen