86

Rehabilitation and Up-gradation of 182 MLD Phase-I

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Rehabilitation and Up-gradation of 182 MLD Phase-I
Page 2: Rehabilitation and Up-gradation of 182 MLD Phase-I

Rehabilitation and Up-gradation of 182 MLD Phase-I WWTP at Rithala under YAP (III)

JICA funded Yamuna Action Plan Project (III)

Delhi Jal Board

Corrigendum & Addendum No. 6 1

Corrigendum & Addendum No. 6

S.

No. Clause reference Corrigendum & Addendum

1. Volume 1, Section I,

ITB, Cl. no-11.2 (a),

Page no. 10.

Form of Letter of Technical Bid is attached herewith as Annexure-1

2. Volume 1, Section II,

BDS, Clause no. 11.2

(d), page no. 31.

Form of Joint Venture agreement is attached herewith as Annexure-2

3. Volume 1, Section III,

page no. 35.

Evaluation Criteria is attached herewith as Annexure-3

4. Volume 1, Part A,

Clause no. 1.1.3.3(ii),

page no. 46

The words “letter of acceptance” in fourth line under heading „Interim

Operation and Maintenance‟ under Clause 1.1.3.3(ii), may be read as

“effective date of contract”.

5. Volume 1, Part A,

Clause no. 1.1.4.2(c),

page no. 47.

The second sentence under Clause 1.1.4.2(c), "The O&M Contract Price............

Defect Liability Period", stands deleted.

The revised sentence is as under:

“The O&M Contract Price will be the total amount for operation and

maintenance during the 10 Years of O&M period plus amount for payment to be

made in the One Year Defect Liability Period, as set out in Volume 3, Section XII,

Schedule of Payment.”

The words “Section XIV” in the last line of second paragraph under Clause

1.1.4.2(c) O&M Contract Price, may be read as “Section XII”

6. Volume 1, Part A,

Section VIII, Sub-Clause

no. 4.19, page no. 53.

The Paragraph under heading During Defect Liability Period and Operation

& Maintenance "During the 1 year…………. Electricity Supply Agency", stands

deleted.

The revised paragraph is as under :

"During the 1 year DLP and 10 years O&M period, DJB shall pay the electricity

charges to the Electricity Supply Agency directly but this shall be lesser of the

following:

(i) the actual power consumed during the period

(ii) the power charges calculated on the basis of net power consumption

guaranteed by the Contractor. The net power consumption shall be adjusted

for the quantity and quality of the raw sewage treated at the WWTP, as per

Technical Schedule, Part-9, Section XI, Volume 2 of the Bid documents.

Any additional electricity charges on account of the actual power consumption

exceeding the net power consumption guaranteed shall be borne by the

Contractor and the Employer shall recover such additional charges from the

contractor.

No payment is admissible to contractor for rendering O&M services during

Defect Liability Period except for manpower, chemicals & sludge disposal.

Payment of electricity charges shall be made by the employer directly.

Further during extended period of DLP of the Plant all costs of operation &

maintenance including electricity charges shall be borne by the Contractor.

Any penalties due to higher demand charges, if any, imposed by the Electricity

Supply Agency will be borne by the contractor."

Page 3: Rehabilitation and Up-gradation of 182 MLD Phase-I

Rehabilitation and Up-gradation of 182 MLD Phase-I WWTP at Rithala under YAP (III)

JICA funded Yamuna Action Plan Project (III)

Delhi Jal Board

Corrigendum & Addendum No. 6 2

S.

No. Clause reference Corrigendum & Addendum

7. Volume 1, Part-A,

Section VIII, Sub-Clause

no. 22.4, Page no. 85

The word '(b)' in heading "Delays or interruptions caused by the

Contractor", may be read as "(a)".

8. Volume – 1, Part-A,

Section VIII, Sub-Clause

no. 22.7, Page no. 87

The word '22.8' in first line under heading Sub-Clause 22.7 Operating

License, may be read as "22.7".

9. Volume 1, Part-A,

Section VIII, Sub-Clause

no. 22.8, Page no. 88

The word '22.9' in first line under heading Sub-Clause 22.8 Non-Availability

of Raw Sewage, may be read as "22.8".

The point no. i) under Sub-Clause 22.8, "the employer shall be liable ............

bid documents" stands deleted.

The revised point is as under:

"i) the Employer shall be liable to pay to the Contractor the Fixed Operation &

Maintenance Charges as specified by the bidder at the time of bidding in „Price

Schedule B-1, A.- Fixed Part, sl. no.-2, Section XII, Volume 3 of Bid documents‟"

10. Volume 1, Part-A,

Section VIII, Sub-Clause

no. 22.9, Page no. 88

The word '22.10' in first line under heading Sub-Clause 22.9 Adverse

Operating Conditions, may be read as "22.9".

11. Volume 1, Part B,

Section IIIA, Eligibility

and Qualification

Criteria, Clause no.

4.2(a), Page no. 108

The first paragraph under the heading „Requirement‟ in the table of

„Experience‟ at Clause no. 4.2(a), “The Bidder should have experience of

Design, Construction……………………… as BOD ≤ 10 mg/l, TSS ≤ 10 mg/l”,

stands deleted.

The revised paragraph is as under :

“The Bidder should have experience of Design, Construction, Testing &

Commissioning of at least one Waste Water Treatment plant (WWTP) of minimum

50 MLD capacity based on aerobic growth process designed to meet effluent

standards as BOD ≤ 10 mg/l, TSS ≤ 10 mg/l.”

12. Volume 1, Part B,

Section III A, Note iii,

Page no. 111.

The Note at Sl. No. iii) mentioned at the bottom of Eligibility and

Qualification Criteria, "the experience of the bidder ........... full experience,

Stands deleted.

The revised Note is as under :

"iii) The experience of the bidder in a project executed in JV, shall be considered

only if the firm has completed the work as a Lead member with maximum share in

the JV in that particular project. However, in case of JV with 50:50 share, both

the partners will qualify for full experience.”

13. Volume 2, Section XI,

Part 1, Clause no. 1.7

(2), Page no. 137

The point no. (n) (i) under Sl. No. xiv) Other contingent works, "Soft three

dimensional model: Contractor .........equipment", stands deleted.

The revised point no. (n) (i) is as under :

"Soft Three Dimensional Model :Contractor shall provide three dimensional

graphical working model of the plant with the help of standard software such as

Bentley etc. which will be viewable on the screen of not less than of 80 cm (32

inches). The model shall be rendered to allow outlook of the plant from various

viewpoints to show all structures, interconnecting pipe work and equipment. The

contractor shall also provide an HD LED TV of 40" size of reputed make such as

Sony, Samsung etc. As approved by the Engineer "

14. Volume 2, Section XI,

Part 1, Clause no. 1.7

(4), Page no. 138

The words “fuel & electricity etc.” in second line of fourth paragraph under

heading „Operation of Plant during Defect Liability Period of one year‟

under Clause 1.7 Brief Scope of Work, may be read as “fuel etc.”

15. Volume 2, Section XI, The word “electricity” in fourth line of first paragraph under heading

Page 4: Rehabilitation and Up-gradation of 182 MLD Phase-I

Rehabilitation and Up-gradation of 182 MLD Phase-I WWTP at Rithala under YAP (III)

JICA funded Yamuna Action Plan Project (III)

Delhi Jal Board

Corrigendum & Addendum No. 6 3

S.

No. Clause reference Corrigendum & Addendum

Part 1, Clause no. 1.7

(5), Page no. 138 „Operation & Maintenance of the Plant for a period of 10 years‟ under

Clause 1.7 Brief Scope of Work, stands deleted.

The words “4 years” in fourth line of second last paragraph under heading

„Operation & Maintenance of the Plant for a period of 10 years‟ under

Clause 1.7 Brief Scope of Work, may be read as “2 years”.

16. Volume 2, Section XI,

Part 1, Clause no. 1.7

(5)(iv), Page no. 139.

The point no. (iv) at Sl. No. 5 under Clause no. 1.7 Brief Scope of work,

"Guarantee for automation system", stands deleted.

The revised point no. (iv) is as under :

"Guarantee for auto operation of plant."

17. Volume 2, Section: XI,

Part 2, Clause no. 2.3,

Page no.170

Add "Sl. No. 9" after "Sl. No. 8" in the table as under clause no. 2.3

Demolition of Interfaces and Tie-Ins with Existing Facilities:

S.

No.

Unit/Structure

Description

Quantity Indicative

Dimension

9. Existing Digesters

Control MCC Room

1 11.2 m x 4.7 m

x 3.4 m

18. Volume 2, Section XI,

Part 2, Clause no. 2.4,

Page no. 170

Add at the end of first paragraph under Clause no. 2.4 Sewage Treatment

Process, "The existing plant ............ tender document or not", the following :

"Contractor to incorporate necessary chemical dosing system to achieve the

guaranteed phosphorus parameters in treated effluent."

19. Volume – 2, Section

XI, Part-2 Clause no.

2.5, Page no. 173.

The first bullet point at top of page under Clause no. 2.5 General Design

Requirements, for liquid and sludge.................. more than 15.0 m/s". Stands

deleted.

The revised bullet point is as under:

“For liquids and sludge, the velocity of full flow in pipes or conduits shall be

maintained as specified under Part-4, cl. no. 4.2.19.1 at page 339. Piping Sizing

& Material. All mixed liquor and sludge pipes shall have minimum 200 mm

diameter and shall be provided with appropriate cleanouts and flushing

arrangements for safe and easy flushing using high-pressure water.”

20. Volume – 2, Section

XI, Part-2 Clause no.

2.5, Page no. 174

The words “measurement and” in third line of the last bullet point under

Clause no. 2.5 General Design Requirements, stands deleted.

21. Volume – 2, Section

XI, Part-2, Clause no.

2.8, Page no. 178

In the table at Sl. No. v) under Clause 2.8 Common Inlet Chamber for Phase

I & II WWTPs, the size of the rising main "750 mm dia" may be read as "900

mm dia".

22. Volume – 2, Section

XI, Part-2, Clause 2.8,

Page no. 178

Add at the end of 1st paragraph "All the above incoming .............. maximum

TWL" under the 1st table under Clause no. 2.8, the following :

“Bidders are advised to verify the size of existing pipe lines at the site and no

claim on account of any variation in this regard shall be entertained”.

Page 5: Rehabilitation and Up-gradation of 182 MLD Phase-I

Rehabilitation and Up-gradation of 182 MLD Phase-I WWTP at Rithala under YAP (III)

JICA funded Yamuna Action Plan Project (III)

Delhi Jal Board

Corrigendum & Addendum No. 6 4

S.

No. Clause reference Corrigendum & Addendum

23. Volume 2, Section XI,

Part 2, Clause 2.10, Page

no. 179 & 180

The heading of Clause 2.10, "Fine Screen Channels" may be read as "Coarse

and Fine Screens Channels".

The first paragraph under Clause 2.10 Fine Screen Channels, "the raw

sewage ............... SS 316 construction". Stands deleted.

The revised paragraph is as under:

"The raw sewage from the inlet chamber shall flow by gravity to Coarse and Fine

Screen Channels & flow shall be distributed equally to each screen channel.

Screening shall be done in two stages and Contractor shall have to provide

automatic mechanical coarse screens to remove particles larger than 20 mm size

and in second stage there shall be fully automatic mechanical fine screens to

remove particles larger than 6mm. The screen shall be supplied with shaftless

screw conveyor to convey the screenings to the automatic screening press and

discharge system that compacts, dewater and discharges the screenings through

chute to the screenings storage system. The screens and shaftless screw conveyor

shall be in SS 316 construction. The screen shall be movable bars / perforated

band having a design life of 15 – 20 years. A straight line channel before the

screen is mandatory. Minimum length of the channel shall be 5 times the width of

the screen chamber. A similar channel after the screen channel shall also be

provided."

The last sentence “The design criteria for Fine Screen Channel given below:”at

the end of page no. 179 under Clause 2.10 Fine Screen Channels may be read

as "The design criteria for Coarse and Fine Screens Channels given below:”

The requirements mentioned against Sl. Nos. iii., v., vi. & x. in the table at

page no. 180 under Clause 2.10 Fine Screen Channels, stands deleted.

The revised requirements against Sl. Nos. iii., v., vi. & x. are as under :

Sr.

No

Description Requirements

iii. No. of Screen

Channels

Coarse Screen - 6 nos. (4W + 2S)

Fine Screen - 6 nos. (4W + 2S)

Each screen designed for 25% of the peak flow i.e.

91 MLD (20 MGD) + recycle or other flow (if any)

v. Clear spacing of bars

- Coarse Screen

- Fine Screen

20 mm (maximum) and thickness of bar shall be 10

mm (minimum).

6 mm (maximum) and thickness of bar shall be 3

mm (minimum).

vi. Velocity through

screen opening 1.2 m/sec (max)

x. Angle of Inclination of

screen to horizontal

For fine screens angle between 45º to 55º and for

coarse screens angle between 60º to 75º shall be

considered.

24. Volume 2, Section XI,

Part 2, Clause 2.11, Page

no. 181

The description & requirement mentioned against Sl. Nos. vi. in the table at

page no. 181 under Clause 2.11 Grit Chambers, stands deleted.

The revised description & requirement against Sl. Nos. vi. is as under :

Sr. No Description Requirements

vi. HRT of Grit Chamber at peak flow As per manufacturer‟s design

Page 6: Rehabilitation and Up-gradation of 182 MLD Phase-I

Rehabilitation and Up-gradation of 182 MLD Phase-I WWTP at Rithala under YAP (III)

JICA funded Yamuna Action Plan Project (III)

Delhi Jal Board

Corrigendum & Addendum No. 6 5

S.

No. Clause reference Corrigendum & Addendum

25. Volume – 2, Section

XI, Part-2, Clause no.

2.16, Page no. 184

The last sentence of „Note‟ under Clause no. 2.16 Bio Reactor "The minimum

sewage .............maximum as 270C", stands deleted.

The revised sentence in the Note is as under:

“The minimum sewage temperature used for design may be considered as 17.80C

and maximum as 290C”

26. Volume – 2, Section

XI, Part-2, Clause

2.16.1, Anoxic Zones,

Page no. 185

The parameter “6.0 m (maximum)” at Sr. no. vi.) Liquid Depth of table under

clause 2.16.1 Anoxic Zones may be read as “10.0 m (maximum)”

27. Volume – 2, Section

XI, Part-2, Clause

2.16.1, Aerobic Zones,

Page no. 186

The parameter “6.0 m (maximum)” at Sr. no. xii) Liquid Depth of table under

clause 2.16.2 Aerobic Zones may be read as “10.0 m (maximum)”

28. Volume – 2, Section

XI, Part-2, Clause

2.16.2, Aerobic Zones,

Page no. 187

The requirements mentioned against Sl. Nos. ix), x), xiii) & xiv) of Point 'B.

Aeration Requirements' in the table under Clause no. 2.16.2, stands deleted.

The revised requirements against Sl. Nos. ix), x), xiii) & xiv) are as under:

Sl.

No. Description Requirements

ix) Fouling Factor for

Diffuser

0.70

x) Minimum Sewage

Temperature 17.8 deg C

xiii) Type of diffuser Fine bubble membrane disc type/ tubular type

grid diffusers, fixed type (non retrievable type)

xiv) Diffuser membrane

MOC

Silicone Membrane with laser drilled holes

29. Volume – 2, Section

XI, Part-2, Clause 2.18,

Page no. 189

The parameter “0.75% (minimum)” at Sr. no. ix „Solid Concentration in

Waste Activated Sludge‟ of table under clause 2.18 Secondary Clarifier may

be read as “0.75% (maximum)”

30. Volume-2, Section-XI,

Part-2, Cl. No. 2.21.1,

Page no. 191

The word “four nos.” in first sentence under Clause 2.21.1 Travelling Bridge

Filters, may be read as "six nos."

The parameter “4 nos. (minimum)” at Sl. No. (iii) of table under clause 2.21.1

may be read as “6 nos. (minimum). The over load to other filter should not be

more than 20% in N-1 condition”

31. Volume-2, Section-XI,

Part-2, Cl. No. 2.21.2,

Page no. 192

The word “four nos.” in first sentence under Clause 2.21.2 Cloth Media Disk

Filters, may be read as "six nos."

The parameter “4 nos. (minimum)” at Sl. No. (iii) of table under clause 2.21.2

may be read as “6 nos. (minimum). The over load to other filter should not be

more than 20% in N-1 condition”

32. Volume-2, Section-XI,

Part-2, Cl. No. 2.21.3

Page no. 192

The parameter “4 nos. (minimum)” against Number of units of table under

clause 2.21.3 may be read as “6 nos. (minimum)”

33. Volume-2, Section-XI,

Part-2, Cl. No. 2.22,

Page no. 193

The parameter "45 minutes (minimum)" under the head 'Requirements' at S.

No. (iv) in the table under the Cl. No. 2.22 Chorine Contact Tanks, may be

read as "30 minutes (minimum)"

34. Volume – 2, Section XI,

Part-2, Clause 2.23,

page no. 194.

The parameter "12 Nos. (minimum)" at S. No. iii) Chlorine Tonner Online in

the table of Vacuum Chlorinator under the Cl. No. 2.23 Chlorination

Building, may be read as "4 Nos. (minimum)"

Page 7: Rehabilitation and Up-gradation of 182 MLD Phase-I

Rehabilitation and Up-gradation of 182 MLD Phase-I WWTP at Rithala under YAP (III)

JICA funded Yamuna Action Plan Project (III)

Delhi Jal Board

Corrigendum & Addendum No. 6 6

S.

No. Clause reference Corrigendum & Addendum

35. Volume-2, Section-XI,

Part-2, Cl. No. 2.24,

Page no. 194

Add after Sr. No. iv. in the table under the heading "De-chlorination System"

of Clause no. 2.24, the following:

Sr. No. Description Requirements

v Residual Chlorine at outlet 0.2 mg/l (Minimum)

36. Volume-2, Section-XI,

Part-2, Cl. No. 2.26,

Page no. 195

The parameter "60 Kg /m2-d (Maximum)" at S. No. iv) „Design Sludge

Loading Rate‟ in the table of Gravity Sludge Thickener under the Cl. No.

2.26, may be read as "100 Kg /m2-d (Maximum)".

37. Volume-2, Section-XI,

Part-2, Cl. No. 2.34.1,

Page no. 203

Add at the end of 2nd

paragraph under Clause no. 2.34.1 Power Generation

Building, the following :

“The biogas Engine should have features of black start with the help of clean gas

from clean gas holder.”

Add at the end of last paragraph under Clause no. 2.34.1 Power Generation

Building, the following :

"Central cooling system along with cooling towers all associated ducts, grilles,

etc. for cooling of major buildings such as Power Generation Building, Air

Blower Building and Sub-Station Building. The water softening plant of the

required capacity for use of treated effluent required for cooling system shall also

be supplied. Water from DJB water supply system or ground water is not to be

utilized for any cooling system purpose."

38. Volume-2, Section XI,

Part-2, Clause 2.36,

Page no. 205

The parameter in the table under point B. Polymer Dosing System "2.5 kg/ton

dry solids (Minimum)" at S. No. ii under the Cl. No. 2.26, may be read as "5

kg/ton dry solids (Minimum)".

And the parameter in the table under point B. Polymer Dosing System "As

per requirement with a installed 100% standby" at S. No. vi under the Cl. No.

2.26, may be read as "8 Nos. (4 Working + 4 Standby).”

39. Volume-2, Section-XI,

Part-2, Cl. No. 2.38.5,

Page no. 210

Add at the end of Paragraph under Cl. No. 2.38.5 :

“Sufficient space for filling of three no. tankers simultaneously at each filing

station shall be provided. Operator room etc shall be as per contractor‟s design

subject to approval of Engineer. The capacity of each pump shall be 100m3/hr.”

40. Volume – 2, Section

XI, Part-2, Clause 2.41,

Page no. 212.

Add at the end of 1st Paragraph under Cl. No. 2.41, the following:

“The system shall be provided at minimum three locations.”

41. Volume – 2, Section

XI, Part-3, Clause

3.2.4, Page no. 225.

The point no. viii. under Clause no. 3.2.4 Design Conditions for Foundations,

"Pressure release ……………. not permitted", stands deleted.

The revised point no. viii. is as under :

"Pressure release valves (PRVs) shall be provided in base slab of tanks wherever

is required to minimise the effect of sub-soil water. Pressure release valves will be

permitted wherever it does not affect the process or the system. Pressure release

valves shall be of Gun Metal, 100 mm dia. to be provided with inverted filter

media depth (min depth-750 mm) at bottom. PRVs shall be interconnected through

channels (min 300 mm depth X 300 mm width), filled up with filter media. PRVs

shall be provided @ 50 sqm area of base slab for one valve. No PRV will be

allowed in Gasholders."

Page 8: Rehabilitation and Up-gradation of 182 MLD Phase-I

Rehabilitation and Up-gradation of 182 MLD Phase-I WWTP at Rithala under YAP (III)

JICA funded Yamuna Action Plan Project (III)

Delhi Jal Board

Corrigendum & Addendum No. 6 7

S.

No. Clause reference Corrigendum & Addendum

42. Volume – 2, Section

XI, Part-4, Clause

4.2.2, Page no. 271

The parameter “4 nos. (2W+2S)” in the last sentence of 1st

paragraph under

Clause no. 4.2.2 Grit Removal System (Cyclonic / Vortex type), may be read

as "3 nos. (2W+1S).”

43. Volume – 2, Section

XI, Part-4, Clause

4.2.6, Page no. 285

The first bullet point at Sl. No. (e) ii) Fouling Factor under Clause no. 4.2.6

Diffuser “For retrieval diffusers…………….. of emptying tank”, stands deleted.

44. Volume – 2, Section XI,

Part-4, Clause 4.2.7.1,

Page no. 291

The first word “four” against S.No. a) under heading Description under

clause 4.2.7.1 may be read as “Six”

45. Volume – 2, Section

XI, Part-4, Clause

4.2.8.1, page no. 292

The 4th

paragraph under Clause no. 4.2.8.1 Chlorination System “Bidder shall

design ……………….. 15 days chlorine requirement”, stands deleted.

The revised paragraph is as under :

“Bidder shall design the complete chlorine dosing system (with 50% standby)

including service water supply, safety equipment, leakage detection equipment,

chlorine toners, chlorine storage shed (15 days storage capacity plus on line

connected cylinders). Chlorine toners shall be supplied to fulfil 15 days chlorine

requirement at the minimum design dosing rate of 15 mg/l.”

46. Volume – 2, Section XI,

Part-4, Clause 4.2.8.6,

Page no. 295

The parameter in 2nd

sentence of first paragraph under Clause no. 4.2.8.6

Motive Water Booster Pumps, “4 pumps (2 duty + 2 standby)”, may be read

as “6 pumps (4 duty + 2 standby)”.

47. Volume – 2, Section XI,

Part-4, Clause 4.2.17.1,

Page no. 315

The parameter “1.0% to 3.0%” in 2nd

line of second paragraph under Sl. No.

1 General Requirements under Clause no. 4.2.17.1 Bio-Gas Engines, may be

read as “1.0% to 2.0%”.

48. Volume – 2, Section XI,

Part-4, Clause 4.2.17.1,

Page no. 316

The words “special cast iron with four valves” in 1st sentence of fifth

paragraph under heading „Cylinder Head‟ at Sl. No. 4 Main Components

under Clause no. 4.2.17.1 Bio-Gas Engines, may be read as “special cast iron

with two/four valves”

49. Volume – 2, Section XI,

Part-4, Clause 4.2.17.1,

Page no. 318

The 6th

bullet point “Anchor bolts” at top of page 318 of Sl. No. 5 Alternator

under Clause no. 4.2.17.1 Bio-Gas Engines, stands deleted.

50. Volume – 2, Section XI,

Part-4, Clause 4.2.17.1,

Page no. 322

The word “3 nos.” in 1st sentence at Sl. No. 18 Electrical Requirements for

Gas Engine Generators, may be read as “2 nos.”

51. Volume – 2, Section XI,

Part-4, Clause 4.2.17.6,

Page no. 325

The word “10 meters (minimum)” in 1st line of second paragraph under Clause

no. 4.2.17.6 Flare System, may be read as “6 meters (minimum)”

Page 9: Rehabilitation and Up-gradation of 182 MLD Phase-I

Rehabilitation and Up-gradation of 182 MLD Phase-I WWTP at Rithala under YAP (III)

JICA funded Yamuna Action Plan Project (III)

Delhi Jal Board

Corrigendum & Addendum No. 6 8

S.

No. Clause reference Corrigendum & Addendum

52. Volume – 2, Section

XI, Part-4, Clause

4.2.19.1, Page no. 339.

The 1st sentence under Clause no. 4.2.19.1 Material of Pipes, Sizing & Design

Basis, “Unless otherwise specified…………………… working range, stands

deleted.

The revised sentence is as under :

“Unless otherwise specified, the water velocity in the suction branches of a pump

shall not exceed 1.5m/s and in the discharge branch shall not exceed 2.0 m/s when

the pump is operating within its specified working range.”

The table under heading “Piping Sizing & Material” under Clause no. 4.2.19.1

Material of Pipes, Sizing & Design Basis, stands deleted.

The revised table is as under :

Service / Flow Basis MOC

Gravity Lines for Sewage,

Water & Waste Water

Velocity between 0.6 to 1.2

m/s & designed as pipe line

flowing full.

DI Class K 9

Pressure/pumping line for

Sewage, Water & Waste

Water

Velocity between 1.2 to 2

m/sec

DI Class K 9/MS

Cement Mortar

lined for sizes

above 1200 mm

Sludge line Gravity – 1.0 m/sec (max)

Pumping – 1.5 m/sec (max)

(Minimum size of pipe shall

be 200 mm)

DI Class K 9

Air (Pressurized Lines) for

Aeration Tank, Grit

Chamber, Gas Mixing

System etc. except common

header pipe line from Air

Blower to Aeration tank.

At velocities between 8 – 10

m/sec (desirable) with a

maximum of 15 m/sec in

small sections

SS – 316

Air (Pressurized Lines)

common header pipe line

from Air Blower to

Aeration tank.

At velocities between 8 – 10

m/sec (desirable) with a

maximum of 15 m/sec

DI Class K9

Gas Mixing System

complete

At velocities between 3.5 –

4.5 m/sec.

SS 316

Bio Gas piping At velocities between 3.5 –

4.5 m/sec.

SS 316

Service Water Velocity between 1.4 to 2.0

m/sec

GI Class B

Chemical Feed Lines Velocity between 0.6 to 1.5

m/sec

PVC / PP /

HDPE / SS

53. Volume – 2, Section

XI, Part-4, Clause

4.2.19.2(4), Page no.

345.

The 3rd

paragraph at Sl. No. 4 Butterfly Valves under Clause no. 4.2.19.2,

“Valve of diameter 600 mm ……………. electric actuator”, stands deleted.

The revised paragraph is as under :

“The actuator arrangement for Butterfly valves shall be provided as per the

Automation requirement, however valves of diameter 600 mm and above shall be

provided with electric actuator only.”

Page 10: Rehabilitation and Up-gradation of 182 MLD Phase-I

Rehabilitation and Up-gradation of 182 MLD Phase-I WWTP at Rithala under YAP (III)

JICA funded Yamuna Action Plan Project (III)

Delhi Jal Board

Corrigendum & Addendum No. 6 9

S.

No. Clause reference Corrigendum & Addendum

54. Volume – 2, Section

XI, Part-4, Clause

4.2.20, Page no. 349.

The type of parameter at 1st row of the table under Clause no. 4.2.20 Lifting

Arrangement, “Lesser than 3 Ton………….. EOT (Double Rail), may be read as

“If not specifically mentioned against any unit, type for less than 1 Ton capacity –

HOT (Double Rail) and for more than 1 Ton - EOT (Double Rail) shall be

provided.”

55. Volume – 2, Section

XI, Part-5, Cl. No.5.1

Page no. 364

The 4th

paragraph under Clause no. 5.1 General, “The Contractor shall possess

……………….. rules and regulations”, stands deleted.

The revised paragraph is as under :

“The Contractor or hired subcontractor shall possess the valid electrical

contractor‟s license of appropriate class from the concerned statutory bodies

governing the area of work place.”

56. Volume – 2, Section

XI, Part-5, Cl. No.-

5.1.3 Page no. 368

The last sentence of 2nd

paragraph under Clause no. 5.1.3 System Description

and Scope, “Sufficient details by way ……….……………….. have been

furnished”, stands deleted.

The revised sentence is as under :

“Sufficient details for dismantling and installation items such as cables, lighting

fixtures, lighting DBs, cable trays etc. have been furnished under clause 5.2.”

The first sentence of 4th

paragraph under Clause no. 5.1.3 System Description

and Scope, “The scope also includes ………………. three phases of the plant”,

stands deleted.

The revised sentence is as under :

“The scope also includes cabling, lighting, earthing and lightning protection

installation of the plant.”

57. Volume – 2, Section

XI, Part-5, Cl. No.

5.1.3 Page no. 369

The heading “Dismantled Equipment/installation” along with its paragraph “All

the dismantled equipment…………………. designated store” under Clause no.

5.1.3 System Description and Scope, stands deleted.

58. Volume – 2, Section

XI, Part-5, Cl. No.

5.2.5 Page no. 371

The last words “Digester Control Panel” of point at Sl. No. 7 under Clause

5.2.5 415V, LV Switchboards, may be read as “Panel”.

59. Volume – 2, Section

XI, Part-5, Cl. No.

5.2.6 Page no. 371

The first sentence of the last paragraph under Clause 5.2.6 Starters,

“Installation, Testing, Commissioning ………………….. proposed motors”, stands

deleted.

Add at the end of Clause no. 5.2.6 Starters, the following :

“5.2.6.1 Local Push Button Stations

The specifications of LPBS shall be as per attached Annexure E-2.”

60. Volume – 2, Section

XI, Part-5, Cl. No.

5.3.2,Page no. 382

The parameter “Frame–2” against „Minimum thickness of sheet steel in mm

Cold rolled (Frame/Enclosure/Covers)‟ at 1st row of table under heading

„Constructional Requirements‟ at Clause no. 5.3.2 MV (11 KV) Indoor

Switchboard, , may be read as “Frame – 2.5”

61. Volume – 2, Section

XI, Part-5, Cl. No.-

5.3.2.2(h) Page no. 384

The point at Sl. No. h) under Clause no. 5.3.2.2 Operating Mechanism

Control, “Provision for remote …………….future SCADA”, stands deleted.

The revised point is as under:

“h) Provision for remote control shall be provided.”

62. Volume – 2, Section

XI, Part-5, Heading- I.

Motors, Page no. 397

The word “Motors shall have space heaters” in first sentence of 6th

paragraph

at page no. 397 under heading „I. Motors‟, may be read as “Motors rated 30

kW and above shall have space heaters”.

Add at the end of the 6th

paragraph at page no. 397 under heading „I.

Page 11: Rehabilitation and Up-gradation of 182 MLD Phase-I

Rehabilitation and Up-gradation of 182 MLD Phase-I WWTP at Rithala under YAP (III)

JICA funded Yamuna Action Plan Project (III)

Delhi Jal Board

Corrigendum & Addendum No. 6 10

S.

No. Clause reference Corrigendum & Addendum

Motors‟, “Motors shall have space heaters…………… temperature measuring

device”, the following :

“Thermistor shall be provided for flame proof motors.”

63. Volume – 2, Section

XI, Part-5, Heading-II.

1. b), Page no. 398

The point “shorting (bypass) arrangement” at Sl. No. b) at page no. 398 under

heading „II. 1. Constructional and Performance Features‟, may be read as

“DOL By pass arrangement”

64. Volume – 2, Section

XI, Part-5, Heading-V,

Page no.- 405

Add at the end of table under „Motor Starters and Contactors‟ at page 405

under heading „V. LV Indoor Switchboard‟, the following :

Description Unit Particulars

Type of Starter - Draw Out type

65. Volume – 2, Section

XI, Part-5, Heading-

VIII, Page no. 412

The word “33%” in the last sentence of paragraph under heading „VIII.

Lighting System Equipment‟ at page no. 412, may be read as “50%”.

66. Volume – 2, Section

XI, Part-5, Heading-IX.

2, Page no. 421

The word “metallic” in the 1st sentence of last paragraph of point no. 2 Buried

Cables at page no. 421 under heading „IX. Cabling System Installation‟, may

be read as “non-metallic”

67. Volume – 2, Section

XI, Part-5, Heading-XI.

1., Page no. 428

The word “copper TPN” in the 2nd

sentence at point no. 1 Specifications at

page no. 428 under heading „XI. Non-segregated Phase Bus Duct‟, may be

read as “Aluminium TPN”.

68. Volume – 2, Section

XI, Part-5, Heading-

XII, Page no. 431

The parameter “4.0 meters (approx.)” in the 1st bullet at point no. 1. General

under sub-heading „Technical Specifications-Hydro Turbines‟ at page no.

431, may be read as “2.5 meters (approx.)”.

69. Volume – 2, Section

XI, Part-5, Heading-

XII, Page no. 436

The 1st sentence under sub-heading „Output & Efficiency Guarantees for

Turbine Generator Set‟ at point no. 8 Neutral Grounding at page no. 436

under heading „XII. Micro-Hydro Power Plant‟, “the efficiency of the

generator…………….shall be guaranteed”, stands deleted.

The revised sentence is as under :

“The efficiency of the generator & turbine at rated head at 100 % & 50% shall be

guaranteed”

70. Volume – 2, Section

XI, Part-5, Heading-

XII, Page no. 440

The heading “Synchronisation Panel” along with its paragraph “One swing

type …………………. in future” at page no. 440 under heading „XII. Micro-

Hydro Power Plant‟, stands deleted.

71. Volume – 2, Section

XI, Part-5, Heading-

XIV, 5.3.15.1, Page no.

442

The point at Sl. No. 2 of Clause no. 5.3.15.1 General under Heading „XIV.

Specific Specification-Electrical & Instrumentation Work, “Incomer rating of

LT Panels…………………………..calculated capacity”, stands deleted.

The revised point is as under :

“Incomer rating of PMCC/PCC panel will be selected based on transformer

secondary current; however incomer rating of MCC panels will be sized

considering (Total running load+50% standby+10% spare feeder‟s load) X 1.15.

(15% extra will be considered for safety margin). 20% spare feeders or minimum

one no. of each type shall be considered as spare for all panels”

72. Volume – 2, Section

XI, Part-6, Cl. No. 6.1,

Page no. 445

The word “water” in the sentence in fifth line of 1st Paragraph under Clause

no. 6.1 General, may be read as “effluent”.

The words “various statutory bodies / locations” in the last sentence of 1st

Paragraph under Clause no. 6.1 General, may be read as “DJB”.

Page 12: Rehabilitation and Up-gradation of 182 MLD Phase-I

Rehabilitation and Up-gradation of 182 MLD Phase-I WWTP at Rithala under YAP (III)

JICA funded Yamuna Action Plan Project (III)

Delhi Jal Board

Corrigendum & Addendum No. 6 11

S.

No. Clause reference Corrigendum & Addendum

73. Volume – 2, Section

XI, Part-6, Cl. No.

6.5.1 Page no. 452, 453

The parameter “Inlet of Gravity Thickener” in „Location‟ column at Sl. No. 11

in the table at page no. 453 under Clause no. 6.5.1 Instrument Design

Criteria, may be read as “Inlet to digesters”.

Add at the end of the table at page no. 453 under Clause no. 6.5.1 Instrument

Design Criteria, the following :

Sr. No. Location On Line Instrument

15. Discharge of centrifuge feed pump Electro Magnetic Flow meter

74. Volume – 2, Section

XI, Part-6, Cl. No. 6.9,

Page no. 471

The words “die-cast aluminium;” in the 2nd

sentence under Clause no. 6.9,

may be read as “die-cast aluminium/FRP;”

75. Volume – 2, Section

XI, Part-6, Cl. No.

6.12.1, Page no. 484

The words “through wireless technology” in the 2nd

sentence in the last

paragraph under Clause no. 6.12.1 General of SCADA System, may be read

as “through Optical Fiber cable communication”.

76. Volume – 2, Section

XI, Part-6, Cl. No.

6.12.6.2, Page no. 487

The parameters in „Remarks‟ column of the first item of table UPS under

Clause no. 6.12.6.2 Peripheral Subsystem, may be read as under :

Qty Hardware

Component

Remarks

1 10 KVA UPS for

Control room

Hardware

“The UPS is designed for 10 KVA with

two hours backup. However, adequacy

of capacity of UPS should meet the

bidder‟s system design requirement”.

77. Volume – 2, Section

XI, Part-6, Cl. No.

6.12.7.12 (5), Page no.

497

The 4th

paragraph of Sl. No. 5. Input/Output Devices under Clause no.

6.12.7.12 PLC (1 No.) “All the I/O modules………………………one HZ

minimum”, stands deleted.

The revised paragraph is as under :

“All the I/O modules shall have minimum 8 channels for the Analog and

minimum 16 channels for the Digital modules. Special modules like Counter

inputs shall monitor dry contact pulses with an input resolution of one HZ

minimum. However, nos. of channels shall be selected to meet the system

requirement.”

78. Volume – 2, Section

XI, Part-7, Clause 7.19,

Page no. 555

Add at the end of last paragraph under Clause 7.19 Performance Test, the

following :

“Performance tests shall be conducted for continuous 72 hour”

79. Volume – 2, Section

XI, Part-8, Clause 8.1,

Page no. 559

The word “DJB” in 2nd

sentence of 1st paragraph under Clause no. 8.1 Scope

of Works, may be read as “The Contractor”.

80. Volume – 2, Section

XI, Part-8, Clause

8.2.3, Page no. 573

The fifth paragraph under Clause no. 8.2.3, Sub-head no. 2 Staffing “The staff

strength ……………..days in a week”, stands deleted.

81. Volume – 2, Section

XI, Part-8, Clause

8.2.5, Page no. 575

The Clause no. 8.2.5 “Plant and Mobile Plant” along with its paragraphs i) to

iv), stands deleted.

82. Volume – 2, Section XI,

Part-10, Clause no.

10.1, Page no. 683

Add in the list of Approved Makes at S. No. 4 'Bar Screen', the following :

- HDO

- EIMCO

83. Volume – 2, Section XI, Add in the list of Approved Makes at S. No. 36 'Submersible Pumps', the

Page 13: Rehabilitation and Up-gradation of 182 MLD Phase-I

Rehabilitation and Up-gradation of 182 MLD Phase-I WWTP at Rithala under YAP (III)

JICA funded Yamuna Action Plan Project (III)

Delhi Jal Board

Corrigendum & Addendum No. 6 12

S.

No. Clause reference Corrigendum & Addendum

Part-10, Clause no.

10.1, Page no. 687 following :

- Aqua Machineries Pvt. Ltd. (Aqua)

84. Volume – 3, Section

XII, Page no. 707, 708

& 711

The quantity “1 Nos.” against S. no. 5(c) at Point no. A. Demolition Works

under Price Schedule : A3-Breakup of Cost for Rehabilitation of Existing

Civil Units, may be read as “3 Nos.”

The parameter “500 microns” at 2nd

line in S. no. 19 under „Description‟

column at Point no. B. Rehabilitation Works under Price Schedule : A3-

Breakup of Cost for Rehabilitation of Existing Civil Units, may be read as

“250 microns.”

85. Volume – 3, Section

XII, Page no. 719

Add parameter “NA” under column „DLP‟ in heading „A. Fixed Part‟ against

S. No. 3, 4 & 5 under „Price Schedule : B1, Operation and Maintenance‟.

86. Volume – 3, Section

XII, Page no. 720

The words “Rs. 6.30 (Rupees Six and Paise Thirty only)” in point no. (ii) of the

NOTE under the table of „Price Schedule:B1, Operation and Maintenance‟,

may be read as “Rs. 7.20 (Rupees Seven and Paise Twenty only)”

87. Volume – 3, Section

XII, Page no. 720 The point no. (iv) of the NOTE under the table of „Price Schedule:B1,

Operation and Maintenance‟, “For evaluation purpose the unit rate of

…………….. net electrical consumption”, stands deleted.

The revised point is as under:

“For evaluation purpose, the NPV of O&M cost will be calculated using the

values in row 15 above and electricity cost will be added to the same.”

88. Vol. 3, Section XV,

Service Level

Agreement during O &

M period of 10 yrs and

during Defect Liability

Period, Page no. 732 &

733

The * point “An event …………… system reliability” under the table of

„Liquidated Damages for Non Compliance of Treated Effluent Standards‟,

stands deleted.

The revised * point is as under :

“* An event is defined as online reporting duration within 3minutes. Cumulative

event shall be of maximum of total 30 minutes a day i.e. 98% system

reliability.”

The first paragraph under „Condition-B: Breakdown of Equipment‟, “In case

of breakdown………………… mentioned below”, stands deleted.

The revised paragraph is as under :

“In normal practice it is expected that there would not be any breakdown of

equipment with proper preventive maintenance. However, in an eventuality under

exceptional conditions and with the approval of Employer, the Contractor shall be

penalized as mentioned below :”

The parameters “2% & 1%” under the column „Penalty Imposed‟ against

„Semi-Critical Equipment and Non Critical Equipment‟, may be read as “5%

& 6%”.

89. Volume-4, Section

XVI, drawing list

The drawing no. “YAP-III/R2/E/SLD/001(T) R0”, stands deleted.

The revised drawing no. YAP-III/R2/E/SLD/001(T) REV.-01 is attached as

Annexure E-1.

Page 14: Rehabilitation and Up-gradation of 182 MLD Phase-I

Rehabilitation and Up-gradation of 182 MLD Phase-I WWTP at Rithala under YAP (III)

JICA funded Yamuna Action Plan Project (III)

Delhi Jal Board

Corrigendum & Addendum No. 6 13

ANNEXURE- 1

Page 15: Rehabilitation and Up-gradation of 182 MLD Phase-I

Rehabilitation and Up-gradation of 182 MLD Phase-I WWTP at Rithala under YAP (III)

JICA funded Yamuna Action Plan Project (III)

Delhi Jal Board

Corrigendum & Addendum No. 6 14

Section – IV: Bidding Forms (Technical Evaluation) & Bidders Technical

Proposal for Rehabilitation

Letter of Technical Bid

Date: [insert date of Bid submission]

Loan Agreement No.: ID-P215

IFB No.:

To:

EXECUTIVE ENGINEER (C) DR. XI

DELHI JAL BOARD

Govt. of NCT of Delhi

Room No. 308, Varunalaya, Phase – I

Karol Bagh, New Delhi - 110005

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including addenda

issued in accordance with Instructions to Bidders (ITB 8). [Insert the number and issuing date of

each addendum];

(b) We, including subcontractors meet the eligibility requirements in accordance with ITB 4 and ITB

5;

(c) We, including subcontractors have no conflict of interest in accordance with ITB 4;

(d) We offer to execute in conformity with the Bidding Documents the following Works:

“Rehabilitation and Up-Gradation of Rithala Phase - I Wastewater Treatment Plant (WWTP)

182 MLD with Effluent Standards of BOD – 10 mg/l, TSS – 10 mg/l or better under YAP (III)”.

(e) Our Bid shall be valid for a period of 180 days from the date fixed for the Bid submission

deadline in accordance with the Bidding Documents, and it shall remain binding upon us and

may be accepted at any time before the expiration of that period;

(f) We are not participating, as a Bidder or as a subcontractor, in more than one Bid in this bidding

process in accordance with ITB 4.2(c), other than alternative Bids submitted in accordance with

ITB 13; and

(g) We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf

will engage in any type of fraud and corruption.

Name of the Bidder*[insert complete name of person signing the Bid]

Name of the person duly authorized to sign the Bid on behalf of the Bidder** [insert complete name

of person duly authorized to sign the Bid]

Title of the person signing the Bid [insert complete title of the person signing the Bid]

Signature of the person named above [insert signature of person whose name and capacity are shown

above]

Date signed [insert date of signing] day of[insert month], [insert year]

*: In the case of the Bid submitted by joint venture specify the name of the Joint Venture as Bidder

**: Person signing the Bid shall have the power of attorney given by the Bidder to be attached with

the Bid.

Page 16: Rehabilitation and Up-gradation of 182 MLD Phase-I

Rehabilitation and Up-gradation of 182 MLD Phase-I WWTP at Rithala under YAP (III)

JICA funded Yamuna Action Plan Project (III)

Delhi Jal Board

Corrigendum & Addendum No. 6 15

ANNEXURE - 2

Page 17: Rehabilitation and Up-gradation of 182 MLD Phase-I

Rehabilitation and Up-gradation of 182 MLD Phase-I WWTP at Rithala under YAP (III)

JICA funded Yamuna Action Plan Project (III)

Delhi Jal Board

Corrigendum & Addendum No. 6 16

Joint Venture Agreement for Consortium

(On Non – judicial stamp paper of Rs 100 duly attested by notary public)

This Joint Venture Agreement (Agreement) entered / intend to enter into this day of 201__

at__________________________________________________________________

Among

_______________(hereinafter referred as” ---------------”) and having office at ________________

Party of the First Part

_______________(hereinafter referred as” ---------------”) and having office at ________________

Party of the Second Part

_______________(hereinafter referred as” ---------------”) and having office at _________________

Party of the Third Part

The parties are individually referred to as Party and collectively as Parties.

Whereas DELHI JAL BOARD (the “Employer”) has invited Proposals from interested Firms

and/or Consortiums for Appointment of Private operator for Project[s].

AND WHEREAS the Parties have had discussions for formation of a Consortium for bidding for the

said Project and have reached an understanding on the following points with respect to the Parties

rights and obligations towards each other and their working relationship.

IT IS HEREBY AS MUTUAL UNDERSTANDING OF THE PARTIES AGREED AND

DECLARED AS FOLLOWS:

1. That M/s ________________ who is the Lead Members of the Consortium commits to hold a

minimum stake equal to __% of the Consortium at all times during the Contract Period.

2. That any dilution of participation interest by the Parties in the consortium shall be as per the

provisions of the Contract.

3. That the Parties shall carry out all responsibilities as per terms of the Contract.

4. That the roles and the responsibilities of each Party at each stage of the Bidding shall be as

follows:

Name of Consortium

Member

Role (Lead Member

or Member)

Percentage

Share in

Consortium

Responsibilities

No changes in the percentage share in consortium shall be allowed thereof, except in accordance with

the provisions of the Contract document.

5. That the Parties affirm that they shall implement the Project in good faith and shall take all

necessary steps to see the Project through expeditiously. They shall not negotiate with any other

party for this Project.

6. That the parties shall be jointly and severally liable for execution of the project.

7. In case of default of member(s) the following recourse shall be applicable:

Page 18: Rehabilitation and Up-gradation of 182 MLD Phase-I

Rehabilitation and Up-gradation of 182 MLD Phase-I WWTP at Rithala under YAP (III)

JICA funded Yamuna Action Plan Project (III)

Delhi Jal Board

Corrigendum & Addendum No. 6 17

8. That this Agreement shall be governed in accordance with the laws of India and courts in Delhi

shall have exclusive jurisdiction to adjudicate disputes arising from the terms herein.

In witness whereof the Parties affirm that the information provided is accurate and true and have

caused this Agreement to be duly executed on the date and year above mentioned.

Name, Designation and Signature of

Authorized signatory of Party of the first part:

Authorized signatory of Party of the second part:

Authorized signatory of Party of the third part:

Witness 1

Witness 2

Page 19: Rehabilitation and Up-gradation of 182 MLD Phase-I

Rehabilitation and Up-gradation of 182 MLD Phase-I WWTP at Rithala under YAP (III)

JICA funded Yamuna Action Plan Project (III)

Delhi Jal Board

Corrigendum & Addendum No. 6 18

ANNEXURE - 3

Page 20: Rehabilitation and Up-gradation of 182 MLD Phase-I

Rehabilitation and Up-gradation of 182 MLD Phase-I WWTP at Rithala under YAP (III)

JICA funded Yamuna Action Plan Project (III)

Delhi Jal Board

Corrigendum & Addendum No. 6 19

Section - III: Evaluation Criteria

1.1 Evaluation of Technical Bids

1.1.1 Assessment of Adequacy of Technical Proposal with Requirements

1.1.2 Personnel

The Bidder must demonstrate that it has the personnel for the key positions to be posted at site that meet

the requirements in the Table: List of Key Personnel.

The Bidder shall provide details of the proposed personnel and their experience records in the relevant

Information Forms included in Section IV, Bidding Forms.

TABLE : LIST OF KEY PERSONNEL

S.

No. Position

Desirable

Qualification

Total

Experience

(Years)

Experience

in Similar

Works

(years)

Minimum

number

Required

1 Construction

Project Manager

Graduate in Civil

Engineering with

experience in Project

Management

15 10 1

2 Construction

Project Engineer

(Civil)

Graduate in Civil

Engineering

10 5 1

3 Construction

Project Engineer

(Mechanical /

Electrical)

Graduate in Mechanical /

Electrical Engineering

10 5 1

4 Quality

Assurance /

Quality Control

Engineer

Graduate in Civil

Engineering

10 5 1

5 Safety Engineer Diploma in Safety

Engineering

5 3 1

Note:

The above staff and number are the minimum to be available at site, as per site requirement, during

execution of contract. However, the successful bidder shall deploy additional staff of required

qualification in sufficient numbers, as required at site for successful completion of the contract. The

Project Manager should be responsible for timely execution of work and he should have an authority of

work in administrative and financial deals/decisions for the project.

The Bidder shall provide details of the proposed personnel and their experience records in Form PER-1

and Form PER-2 in Section IV: Bidding Forms.

Page 21: Rehabilitation and Up-gradation of 182 MLD Phase-I

Rehabilitation and Up-gradation of 182 MLD Phase-I WWTP at Rithala under YAP (III)

JICA funded Yamuna Action Plan Project (III)

Delhi Jal Board

Corrigendum & Addendum No. 6 20

1.1.3 Equipment

a. The Bidder must demonstrate that it has all the key construction equipment and specifically the

equipment listed below:

Table-Key Items of Equipment

S. No. Equipment Type and Characteristics

1 Excavators

2 Mobile Crane (10 ton capacity)

3 Bar bending and cutting machines

4 Concrete pump

5 Concrete Batch Mixing Plant

6 Concrete mixers Machines(Electrical/Diesel)

7 Concrete vibrator of various types

8 Dewatering pump sets

9 Tippers/trucks (3 Ton / 12 Ton capacity)

10 Cube testing machines

11 Diesel Generator set (62.5 kVA capacity)

12 Welding Machinery

13 Water Tankers (10,000 Litre capacity)

b. The above is a partial list and number of equipment/machinery/plant specified herein may vary as

per actual requirement at site.

c. The Bidder shall provide further details of proposed items of equipment using Form EQU in

Section IV: Bidding Forms.

d. The bidder shall arrange all machinery, tools, plants, equipments, etc required during construction

as per the site requirements.

e. The number and capacity of the equipment/machinery/plant to be engaged in the work are to be

compatible with nature and magnitude of works so as to complete the work on schedule.

f. All the equipment/machinery/plant operators shall be skilled and experienced in using the

equipment/machinery/plant to deliver the necessary output.

Page 22: Rehabilitation and Up-gradation of 182 MLD Phase-I

Rehabilitation and Up-gradation of 182 MLD Phase-I WWTP at Rithala under YAP (III)

JICA funded Yamuna Action Plan Project (III)

Delhi Jal Board

Corrigendum & Addendum No. 6 21

1.2 Evaluation of Price Bids

In addition to the criteria listed in ITB 36.2 (a) – (d) the following criteria shall apply:

For plant and equipment, the comparison shall be of the ex-factory price of plant and equipment offered

from within the Employer's country, (such price to include all costs as well as duties and taxes paid or

payable on components and raw material incorporated or to be incorporated in the plant and equipment)

and of the CIF-named port of destination price offered from outside the Employer's country; plus the cost

of local transportation, civil works, installation and other services required under the contract.

The following evaluation methods for bid evaluated the “Lowest Evaluated Substantially Responsive

Bid” shall be followed:

(a) Time Schedule: The plant and equipment covered by this bidding process are required to be

shipped, installed and the facilities completed within the period specified. Bidders submitting bids

that deviate from the specified time schedule will be rejected.

(b) Operating & Maintenance Costs:

i. Since the full-operation and maintenance costs (i.e., once all the facility construction is

complete and the entire phases are brought under operation to achieve the desired effluent

quality) of the facilities being procured form a major part of the life cycle cost of the

facilities, these costs will be evaluated for 15 years and based on the performance

characteristics of the plant and equipment proposed to be furnished by the Bidder as well as

on past experience of the Employer or other employers similarly placed. Such costs shall be

added to the bid price for evaluation.

ii. In addition to this, Operation and Maintenance cost as quoted by the bidder for the interim

operation and maintenance period(s), i.e., during interim period when only partial phase or

phases are complete in construction (works contract) and/or portions of the phases are under

construction rehabilitation, shall also be considered as part of evaluation.

Factors which will be used in calculating include:

i. Operation of the Plant and facilities during 1 year DLP plus 10 years of O&M Period at its

rated capacity/output following completion of commissioning and the trial operation period;

ii. The estimated total cost of the electricity required at and consumed by the Plant and

equipment during the 1 year DLP plus 10 years of O&M Period, including:

a. The power consumed by the equipment supplied as a part of the facilities, based on

calculations of the operating efficiencies and power consumption of all electrically-

operated Plant and equipment under working condition.

b. The guaranteed Power generated from Bio-gas and Micro-hydro Plant;

iii. The Evaluation shall further be considered as:

Based on the equipment selected, the bidder shall provide net guaranteed power

Page 23: Rehabilitation and Up-gradation of 182 MLD Phase-I

Rehabilitation and Up-gradation of 182 MLD Phase-I WWTP at Rithala under YAP (III)

JICA funded Yamuna Action Plan Project (III)

Delhi Jal Board

Corrigendum & Addendum No. 6 22

consumption (Total power requirement – Power generated) during operation and

maintenance. This net guaranteed power consumption shall be multiplied by the current

rate of electricity charges of Rs. 7.20 per KWh and shall be added to the overall operation

and maintenance cost provided by the bidder; which then will be used to determine Present

Value (PV) (O&M) for each year and for the total duration of O&M + DLP period.

iv. The rate at ten (10) percent per annum will be used to discount the present value of all

annual future costs calculated under (ii) above for the period specified in (i).

v. Land cost shall not be accounted for evaluation.

The O&M cost as quoted by the Bidder for the 10th Year will be used to calculate the cost for 11

th

Year onwards till 15th Year. For calculating Routine Operational Cost for Manpower, Electricity,

Consumables, Preventive/Periodic Maintenance Cost and Replacement Cost, an average escalation

factor of 8% shall be used for calculating the rate for each of the mentioned operational heads from

11th Year onwards till 15

th Year.

The O&M NPV cost inclusive of power cost calculated as per the procedure stipulated above will

be added to the Bid Price (capital costs plus Interim O&M cost) to obtain the Evaluated Bid Price

upon which the decision for award of contract will be based.

(c) Functional Guarantee of the facilities: Bidders shall state the functional guarantees in a format

indicated in Schedule XI, Section XII: Technical Schedules, Volume - 2 of Bid Document (e.g.

performance, efficiency, consumption) of the proposed facilities in response to the Technical

Requirements. Plant and equipment offered shall have a minimum (or a maximum, as the case may

be) level of functional guarantees specified in the Technical Requirements to be considered

responsive. Bids offering plant and equipment with functional guarantees less (or more) than the

minimum (or maximum) specified will be rejected.

Page 24: Rehabilitation and Up-gradation of 182 MLD Phase-I

Rehabilitation and Up-gradation of 182 MLD Phase-I WWTP at Rithala under YAP (III)

JICA funded Yamuna Action Plan Project (III)

Delhi Jal Board

Corrigendum & Addendum No. 6 23

Form PER-1: Proposed Personnel

[insert day, month, year]

Bidder‟s Legal Name: [insert full name]

IFB No.[insert number]

Page [insert page number] of [insert total number] page

[The Bidder shall provide the names of suitably qualified personnel to meet the specified requirements

stated in Section III: Evaluation and Qualification Criteria, Clause 1.1.2.]

1. Title of position*

Name

2. Title of position*

Name

3. Title of position*

Name

4. Title of position*

Name

*As listed in Section III.

Page 25: Rehabilitation and Up-gradation of 182 MLD Phase-I

Rehabilitation and Up-gradation of 182 MLD Phase-I WWTP at Rithala under YAP (III)

JICA funded Yamuna Action Plan Project (III)

Delhi Jal Board

Corrigendum & Addendum No. 6 24

Form PER-2: Resume of Proposed Personnel [insert day, month, year]

Bidder‟s Legal Name: [insert full name]

Joint Venture Party Legal Name:[insert full name]

IFB No.[insert number]

Page [insert page number] of [insert total number] page

[The Bidder shall provide the data on the experience of the personnel indicated in Form PER-1, in the

form below:]

Name of Bidder

Position

Personnel

information

Name Date of birth

Professional qualifications

Present

employment

Name of employer

Address of employer

Telephone Contact (manager / personnel officer)

Fax E-mail

Job title Years with present employer

[Summarize professional experience over the last 20 years, in reverse chronological order. Indicate

particular technical and managerial experience relevant to the project.]

From To Company / Project / Position / Relevant technical and management

experience

Page 26: Rehabilitation and Up-gradation of 182 MLD Phase-I

Rehabilitation and Up-gradation of 182 MLD Phase-I WWTP at Rithala under YAP (III)

JICA funded Yamuna Action Plan Project (III)

Delhi Jal Board

Corrigendum & Addendum No. 6 25

Form EQU: Equipment

[insert day, month, year]

Bidder‟s Legal Name: [insert full name]

Joint Venture Party Legal Name:[insert full name]

IFB No.[insert number]

Page [insert page number] of [insert total number] page

[The Bidder shall provide adequate information to demonstrate clearly that it has the capability to meet the

requirements for the key equipment listed in Section III: Evaluation and Qualification Criteria, Clause

1.1.3. A separate Form shall be prepared for each item of equipment listed, or for alternative equipment

proposed by the Bidder.]

Item of equipment

Equipment

information

Name of manufacturer

Model and power rating

Capacity

Year of manufacture

Current

status

Current location

Details of current commitments

Source Indicate source of the equipment

Owned Rented Leased Specially manufactured

Omit the following information for equipment owned by the Bidder.

Owner Name of owner

Address of owner

Telephone Contact name and title

Fax Telex

Agreements Details of rental / lease / manufacture agreements specific to the project

Page 27: Rehabilitation and Up-gradation of 182 MLD Phase-I

Rehabilitation and Up-gradation of 182 MLD Phase-I WWTP at Rithala under YAP (III)

JICA funded Yamuna Action Plan Project (III) Delhi

Jal Board

Corrigendum & Addendum No. 6 26

ANNEXURE

E-1

Page 28: Rehabilitation and Up-gradation of 182 MLD Phase-I

Rehabilitation and Up-gradation of 182 MLD Phase-I WWTP at Rithala under YAP (III)

JICA funded Yamuna Action Plan Project (III) Delhi Jal Board

Corrigendum & Addendum No. 6

27

Page 29: Rehabilitation and Up-gradation of 182 MLD Phase-I

Rehabilitation and Up-gradation of 182 MLD Phase-I WWTP at Rithala under YAP (III)

JICA funded Yamuna Action Plan Project (III) Delhi

Jal Board

Corrigendum & Addendum No. 6

28

ANNEXURE

E-2

Page 30: Rehabilitation and Up-gradation of 182 MLD Phase-I

Rehabilitation and Up-gradation of 182 MLD Phase-I WWTP at Rithala under YAP (III)

JICA funded Yamuna Action Plan Project (III) Delhi

Jal Board

Corrigendum & Addendum No. 6

29

FIELD PUSH BUTTON STATIONS

1. The design, manufacture and performance of the equipment to be supplied under the scope of this

specification shall comply with latest revisions of relevant Indian Standards and rules.

The design and workmanship shall be in accordance with best engineering practices as applicable

to industrial electrical enclosure.

2. CONS TRUCTION

Industrial Local Control Station enclosure shall be Cast Aluminium LM6 alloy enclosure having

minimum 3 mm thickness.

The enclosure shall be weather proof, IP-55 suitable for outdoor installation. Local control

stations for use in hazardous areas shall be Ex-d protection, suitable for gases such as methane

(CH4), CO, CO2 and H2S and shall be suitable for zone-1 application. These shall be CMRS

certified. All mating surfaces of industrial LCS shall be with continuous non-deteriorating type

special rubber gasket/neoprene gaskets. An additional 2mm thick Aluminium canopy shall be

provided to give adequate protection against weather.

3. CABLE ENTRIES

Two threaded entries shall be of 20 mm shall be provided on each Local Control Stations at the

bottom for fixing the cable glands. Metallic/rubber plug shall be provided for sealing one of the

cable entry.

4. EARTHING

The enclosure shall be provided with two(2) nos. of external earthing terminals and one (1) no.

internal earthing terminal each of 2.5 mm diameter complete with nut, spring washers for

termination.

5. WIRING

All internal wiring up to the terminal block in the Local Control Station shall be carried out with

1.5 sq.mm stranded copper conductors. Wires shall be PVC insulated type 650/1100V grade. The

wire shall be terminated with crimping type lugs only and shall be provided with ferrules at both

the ends.

6. PAINTING

The Local Control Stations shall be treated with two coats of epoxy primer after thorough

cleaning and treating of the surfaces and shall be finally provided with two coats of epoxy paint.

Shade of final paint shall be 631 of IS5.

7. NAME PLATE

Each LCS shall be provided with name plate. Name Plate shall be made from rear engraved,

Perspex with letters of size minimum 6 mm on black background. All name plates shall be

identical in size and shall be fixed with screws on the cover.

8. COMPONENT SPECIFICATIONS

PUSH BUTTON

Each push button shall be provided with 1NO+1NC contacts, each rated to carry, make and break

10A at 240 V AC.

Colour of the actuators of “STOP” push button shall be RED and that of “START” push button

shall be GREEN. Stop push button actuator shall be mushroom head type and shall have stay-put

feature i.e. once the STOP push button is pressed, it remains in pressed position until its actuator

is turned in either direction. START push button shall be totally shrouded type to prevent

accidental start of the motor.

Page 31: Rehabilitation and Up-gradation of 182 MLD Phase-I

Rehabilitation and Up-gradation of 182 MLD Phase-I WWTP at Rithala under YAP (III)

JICA funded Yamuna Action Plan Project (III) Delhi

Jal Board

Corrigendum & Addendum No. 6

30

TERMINAL BLOCK

Voltage grade of terminal block shall be 660V. Current rating, their size and make shall be as per

the requirement specified. Two nos. spare terminals shall be provided in each local control

station.

9. DRAWING DATA AND MANUALS

The various drawing and documents to be submitted with offer and after placement of order shall

be as per attached schedule. Before starting manufacture of the equipment, the manufacturer shall

take the approval of design drawings from the engineer.

10. INSPECTION & TESTING

The LCS shall be routine tested at manufacturer‟s works in the presence of purchaser/his

representative before dispatch to site.

11. SPECIFIC TECHNICAL PARTICULARS

S.NO. DESCRIPTIONS DETAILS

1 Material of Enclosure Die Cast Aluminium alloy LM6

2 PUSH BUTTONS Make

3 Actuator GREEN for START and RED for STOP

4 TYPE Spring return for START and mushroom

headed stay put for STOP

5 Standard to which equipments

confirm

IS 8623 & IS 4237

6 Terminal Block

6.1 Type Clip-on

6.2 Size 2.5 sq.mm

6.3 Voltage Grade 660V

6.4 Current Rating 10A

7 Internal Wiring

7.1 Size 1.5 sq. mm Stranded copper conductor.

Page 32: Rehabilitation and Up-gradation of 182 MLD Phase-I

31

Name of work :- Rehabilitation and Up-Gradation of Rithala Phase - I Wastewater Treatment Plant (WWTP) of 182 MLD with Effluent Standards of BOD < 10 mg/l, TSS < 10 mg/l or better under YAP (III) Project (on

DBO basis) with 10 years Operation & Maintenance (Package R2).

Reply to Prebid Queries

S. No. Volume Page Clause Particulars as per Bid Document Bidder‟s Queries Reply

1) Vol 1, Part A

Sec 1

3 2.3

Section - I

Japanese ODA Loan The loan received from JICA would be applied for portion of works to be carried under

this project.

We understand that complete scope of work falling under Part-A “Works Contract” is

funded by JICA.

Kindly confirm our understanding is correct.

Further specify the source of funding for Operation & Maintenance part and confirm

the agency involved, would be part of Contract agreement signed with selected bidder

post award.

Part A: Capex by JICA

Part B: O&M by DJB

2) Vol 1, Part A

Sec 1

3 2.3 The above Loan Agreement will cover only a part of the project cost.

As for the remaining portion, the Borrower will take appropriate

measures for finance

Please indicate the Funding structure of Project by JICA for Design and Build and

O&M

As above

3) Vol 1, Part A

Sec 1

6 Clause 4.2 I A firm (including its affiliate), if acting in the capacity of a

subcontractor in one Bid, may participate in other Bids, only in that

capacity.

We feel that this is an indirect conflict of interest, as the arrangement could impact the

financial bid of bidders involved with such subcontractor, and should be disallowed.

Kindly accept and confirm.

As per bid document

4) Vol 1, Part A

Sec 1

6 Section I

Clause 5

Materials, Equipment and Services

Please mention the list of eligible source countries

As per bid document

5) Vol 1, Part A

Sec 1

14 18.3

Section I

Contract Price Adjustment Please elaborate.

Considering fluctuating prices of materials and labour and prevailing practice of

contract price adjustment is governed by price prevailing 28 days prior to the date of

bid submission. Accordingly request to confirm reduce the bid validity to 120 days

followed by 30 days for applicability of bid price adjustment factor.

As per bid document

6) Vol 1, Part A

Sec 1

15 Clause 19.4, ITB The Bid Security of unsuccessful Bidders shall be returned as

promptly as possible upon the successful Bidder‟s signing the

Contract and furnishing the Performance Security pursuant to ITB 42.

This is a risk for the Bidders:

a) The returning of Bid Security of unsuccessful Bidders should not be linked to the

successful Bidder‟s actions such as signing of Contract or furnishing of

Performance Security. The Employer may, if consider appropriate, forfeit

successful Bidder‟s Bid Security in accordance with Clause 19.6 (b), if he fails in

his obligations, but the same should not be a reason to hold back unsuccessful

Bidder‟s Bid Security; and

b) The returning of Bid Security of unsuccessful Bidders should be time bound

activity, say within 10 days of declaring as unsuccessful Bidder

Kindly accept and confirm.

As per bid document

7) Vol 1, Part A

Sec 1

17 22.1 Bid Submission Date Being a major tender/project and lot of work involved in preparation of Technical

Study, Process calculations, Dealing with nos. of vendors/agencies, obtaining a techno-

commercial quotes and preparation of technical cum financial bid, we feel the time

provided is less, therefore we request you to please extend the date of submission of

the tender for 8 weeks after receipt of Pre-Bid Clarification Report.

Please accept and Confirm.

Refer C&A No. 5

8) Vol 1, Part A

Sec 1

25 Clause 36

Evaluation of Price bids

Power consumption is not specified as evaluation criteria. Please confirm the same.

Refer C&A No. 6, Sl. No. 3

9) Vol 1, Part A

Sec 1

27 Clause 41, Signing of Contract: “Within twenty-eight (28) days of receipt of the

Contract Agreement, the successful Bidder shall sign, date, and return

it to the Employer.”

Against the subject clause we please clarify ....If the Successful Bidder can sign the

contract through any of its SPVs [existing or by incorporating a new SPV (company or

LLP, as desired by the bidder)] instead of signing of the contract itself. Further the

period of 28 days seems very short and propose at least 45 days‟ time for signing of the

contract by such SPV.

Please confirm.

As per bid document

10) Vol 1, Part A 29 Condition of ITB 2.1. The amount of Japanese ODA Loan is JPY 32,571 million. Please kindly indicate the share of this amount that is allocated for the current As per bid document

Page 33: Rehabilitation and Up-gradation of 182 MLD Phase-I

32

Sec II Contract, Part A –

Section II : BDS

Package-R2 which is the Scope of Works for this Tender.

11) General

Volume - 1

-

29

-

Bid Data Sheet (BDS) The clause descriptions/ conditions mentioned in the Bid Data Sheet (BDS) for the

package shall amend and/or supplement the provisions in the Instructions to Bidders

(ITB). Wherever there is a conflict, the provisions of BDS shall prevail over those in

the ITB. Kindly confirm.

As per bid document

12) Vol 1, Part A

Sec II

31 11.2

Section II

Hard Copy Submission Submission of Original set + 3 Copies of complete bid along with original tender

documents in 3 sets is desired. Usual practice is returning original ONE set of tender

documents dully signed & stamped on each page, confirm our understanding is correct.

Confirmed

13) Vol 1, Part A

Sec II

31 11.2,

Section II

Joint Venture Agreement Kindly provide the format or confirm bidder can submit per his own format. Refer C&A No. 6, Sl. No. 2

14) Vol 1, Part A

Sec II

31 Ref. Cl. ITB 11.2

(a) to (g)

Statement from the Bidder (and each member of a Joint Venture) in

accordance with Clause 4 Section I: Instructions to Bidders;

In the absence of any specific format bidders are allowed to submit statement with

requisite declaration in their own format. Kindly confirm or provide the specific

format/ form of declaration

Refer C&A No. 6, Sl. No. 2

15) Vol 1, Part A

Sec II

31 Ref. Cl. ITB 15.1

(ii)

For those inputs to the Works that the Bidder expects to supply from

outside the Employer‟s country (referred to as “the foreign currency

requirements”), in Japanese Yen, Euro and/or USD.

We understand from the clause that the supplies from outside the Employer‟s country

can be quoted in more than one (1) foreign currency

As per bid document

16) Vol 1, Part A

Sec II

31 BDS, ITB 11.2 We presume that signed tender document is not to be submitted along with the bid.

Please confirm.

Duly signed & stamped

original tender document is to

be submitted along with bid 17) Vol 1, Part A

Sec II

32 Bid Security ,

Validity &

Release

We understand that in case of Joint Venture (not being legally incorporated at the time

of bidding) the lead partner can submit the Bid Security in the form of Bank Guarantee

in its own name.

Kindly confirm our understanding

As per bid document

18) Vol 1, Part A

Sec II & Vol-

3, Sec-XII

32, 25

& 720

ITB : 32.3, 36.1

36.2, 34.1 & Price

–B1

Evaluation Criteria The evaluation criteria specified at the different places in the document is not clear and

is not giving the feel of actual methodology of evaluation. Hence, We request you to

kindly provide us the detailed evaluation criteria for this project.

Refer C&A No. 6, Sl. No. 3

19) Vol 1, Part A

Sec II

32 20.2

Section II

Power of Attorney Legally valid Power of attorney is envisaged for authorized signatory of bid.

Notarized power of attorney is submitted with all bids as legalized document, please

confirm is ok.

As per bid document

20) Vol 1, Part A

Sec II

32 Ref. Cl. ITB 20.2 The written confirmation of authorization to sign on behalf of the

Bidder shall consist of: Original Power of Attorney (legally valid) for

authorised signatory of the Bid.

Power of Attorney by nature is one original document issued in the name of the

authorized signatory. We request you to accept a Notarised copy of Power of Attorney

instead of Original.

As per bid document

21) Volume – 1 ,

Part A, Section

– II

33 Bid Data Sheet: Date of Submission This bid is quite complex since require proper design work and coordination with EPC

and O&M interface, especially during the Interim Period. Please kindly provide an

extension of ten weeks.

Refer C&A No. 5

22) Vol 1, Part A

Sec II

34 42.2

Section II

Performance Security Bank issues bank guarantee for in favour of company transacting with them in lieu of

assurances available and not in name of JV formed.

Thus accept the Performance security from Lead partner of JV for performance of

contract.

As per bid document

23) Vol 1, Part A

Sec II:

34 Condition of

Contract, Part A –

Section II : BDS

ITB 42.2. In the case of Joint Venture (JV), each partner shall submit

the Performance Security in the name of joint venture from his own

bank account and in the same proportion of their JV.

Please kindly confirm that this requirement only applies to the Performance Security

and not to any other bank security, e.g. such as the Bid Security

Confirmed

24) Volume–1 ,

Part A,

Section–III

35 Evaluation of price bid The Criteria of Evaluation of price bids for lowest bidder is not detailed in the tender

documents, However factors like “net electrical consumption”, NPV calculation on

total O&M cost etc. are provided in the Volume – 3, Section : XII ( page No. 720).

We request DJB to kindly reconfirm the criteria of arriving the lowest evaluated bid

price.

Refer C&A No. 6, Sl. No. 3

25) Volume 1 Part

A, Section–I

45 Clause 1.1.3.3

(ii):

O&M Period EPC period finishes upon receipt of Take-Over Certificate and O&M period starts

upon completion of Works, i.e. upon issuance of Take-over Certificate. However

clause 1.1.3.7, clause 4.19 and 10.5 confirms that Bidder shall bear all O&M cost

during the DLP period. Further clause 1.1.4.2(c) confirms that the O&M period is 10

years. However Clause 8.1 confirms that the Contractor shall commence the Operation

and Maintenance services immediately after successful commissioning of the entire

As per bid document

Page 34: Rehabilitation and Up-gradation of 182 MLD Phase-I

33

Works and issuance of the Taking-Over Certificate. Similarly Clause 8.2 and 10.5 refer

to Section X which allows for 1+10 years of Operation and Maintenance.

26) Vol 1, Part A

Sec VIII &

Vol 2, Sec XI,

Part 1

46

&

135

1.1 Interim operation & Maintenance &

Brief Scope of work.

It is mentioned that Interim operation shall start from the 28 days from the Letter of

Acceptance which is contradicting with the clause 1.7. Point -1 where it is specified

that the contractor shall take over the existing plant within 28days from the effective

date of contract. Kindly Clarify.

Refer C&A No. 6, Sl. No. 4

27) Vol 1, Part A

Sec VIII

47 - Contract Value We understand that this project is JICA funded. We hope that funds would be available

for this Project.

As per bid document

28) Vol 1, Part A

Sec VIII

48 Particular

Conditions,

Clause 1.5

Priority of Documents We request you to re-arrange the priority of documents as suggested below:

(a) The Contract Agreement;

(b) The Letter of Acceptance;

(c) The Letter of Tender;

(d) Corrigendum & Addendum and Reply to Pre-Bid Queries issued

(e) The Particular Conditions;

(f) The General Conditions of Contract;

(g) The Employer‟s Requirement;

(h) The Schedules (if any)

(i) Contractor‟s Proposal and post Bid-opening correspondence;

Internal Note: We have shift the priority of the document mentioned at Pt. (h)

Corrigendum & Addendum and Reply to Pre-Bid Queries issued of Particular

Conditions of the Contract document to make it as Pt. (d).

As how the conditions as mentioned in the Particular Conditions or in General

Conditions of Contract supersedes the Conditions revised in Corrigendum or agreed in

replies to pre-bid queries.

As per bid document

29) Vol 1, Part A

Sec VIII

48 1.5 Priority of documents We wish to submit that a contract agreement is finalized with bidder, with following

sequence of events :-

Negotiation of prices, if required.

Any non-material clarifications in contractors bid.

Evaluation of contractor‟s bid document.

Tender addendums, which may or may not be result of bidder technical / commercial

queries.

Pre-bid replies to pre bid queries.

Bid documents – The particular requirements, GCC, Employer requirements, various

schedules.

The tender specified Priority of documents is not in sequence of actual progress of a

Tender being converted into Contract Agreement. In its present form, it leaves room

for ambiguity and flawed interpretation. In order to eliminate these discrepancies, we

propose the priority as – (a), (b), (c), (i), (h), (d), I, (f), (g).

As per bid document

30) Vol 1, Part A

Sec VIII

49 Sub- Clause 1.16 If required, the Contractor shall have to remove all

defects/deficiencies pointed out by the I/CTE/Employer and/or

Employer‟s Personnel. Recoveries, if any, proposed by the

DJB/CTE/Employer and/or Employer‟s Personnel, will be

enforceable from the Contractor‟s payment.”

From the word recoveries we mean that any applicable Liquidated Damages. If not, we

request you to remove the clause of recoveries as the contractor is already liable to

remove all defects/ deficiencies

As per bid document

31) Vol 1, Part A

Sec VIII

49 Section VIII

Clause 1.13

Compliance with Laws

Please specify the extent and names of the Permits/Licenses/Approvals which

contractor needs to obtain. Also, please confirm if the same will be paid by the

Employer

As per bid document

32) Volume 1 Part

A, Section–I

49 Clause 1.13:

Compliance with Laws It is noted that Contractor shall obtain all permits, however it would be expected that

government atleast obtain initial and most important permits like planning permission

upon approval of the Environmental Impact Statement. Please confirm.

As per bid document

33) Vol 1, Part A

Sec VIII

50 Particular

Conditions,

Clause 4.2,

Performance Security If the Contract is extended beyond the original date of Completion of the Project not

due to the reasons attributable to Contractor then in such case whether Employer will

pay the commission charges for extending the validity of the Performance Security.

Please confirm.

As per bid document

Page 35: Rehabilitation and Up-gradation of 182 MLD Phase-I

34

34) Volume 1 Part

A, Section–I

50 Clause 4.1: Contractor‟s General Obligations

Kindly note that “fit for purpose” obligations are not market standard. The obligations

of the Contractor shall be to comply with the contract, whereas this clause could go

beyond. Please kindly delete reference to “fit for purpose”.

As per bid document

35) Vol 1, Part A

Sec VIII

50

& 85

Sub Clause 4.1

and 22.3

Sub- Clause 4.1 – Contractor‟s General Obligations

Sub-Clause 22.3 – Delivery of Raw Material

We request you to remove the clause of “Fit for Purpose” from the contract. As per bid document

36) Vol 1, Part A

Sec VIII

52 PCC, Clause 4.2 “No payment on account of manpower, consumables & preventive

maintenance /replacement is admissible to the Contractor during Trial

run & commissioning period of the WWTP”

This is a risk to the Contractor. Kindly amend this in line with arrangement for power/

electricity to the certain extent, this cost to be borne by the Employer, and beyond this

the Contractor.

Kindly accept and confirm.

As per bid document

37) Vol 1, Part A

Sec VIII

52 4.19

Section VII

Construction Power & Water Request provide both construction power and water free of cost since essential

component of project execution to support to fasten the execution activity and to

continue during trial run as already confirmed.

As per bid document

38) Vol 1, Part A

Sec VIII

52 4.19

Section VII

Power & water Kindly provide construction power & water free of cost for faster execution. As per bid document

39) Vol 1, Part A

Sec VIII

52 4.19

Section VIII

Excess Power During Trial run period excess power consumption that exceeds guaranteed power

value contractor to pay difference of actual vs guaranteed.

As per bid document

40) Vol 1, Part A

Sec VIII

52 Sub-Clause 4.19 Electric connection Clause no. 4.19 specifies, electricity connection is to be arranged by the contractor.

Since the plant is existing power connection is available for this Rehabilitation and

Up‐gradation work, please confirm.

Please advice for either case of electric connection, the approximate distance from

power source to DJB boundary be advised.

The Contractor is required to keep Generators of adequate capacity as standby

arrangement in case of electricity failure during construction for running of pump sets,

vibrators, mixer, needle sets and electric set and other electrically operated

construction equipment etc. Please confirm.

As per bid document

41) Vol 1, Part A

Sec VIII

52 - The cost of electricity / power supplies shall be paid directly by DJB

to electricity supply company as per the similar provision of O&M

period. During the 1 year DLP and 10 years O&M period, the

Contractor shall pay the electricity charges to the Electricity Supply

Agency.

These statements are contradictory. We understand that the electricity bill during the

O&M & Interim Period. Kindly confirm.

Refer C&A No. 6, Sl. No. 6

42) Vol 1, Part A

Sec VIII

52 Sub Clause 4.19

Electricity, Water and Gas

As per tender “The Contractor shall arrange and provide at his own cost electric

connection of suitable load from Electricity Supply Agency.”

Kindly change as the client shall provide electric connection from Electricity Supply

Agency at a single point within plant premises and the bill for the same shall be paid

by contractor.

As per bid document

43) Vol 1, Part A

Sec VIII

52 Sub-Clause 4.19 Electricity, Water and Gas:

The cost of electricity / power supplies shall be paid directly by I to

electricity supply company as per the similar provision of O&M

period. i.e., minimum of the power consumption guaranteed by the

contractor or actual consumed at site. However any excess power

consumed than the guaranteed power during six months trial run

period then the power charges shall be borne by the Contractor.

We request you to pay bonus if the consumption of grid power is lesser than the net

power consumption guaranteed by the contractor by efficient operation of gas engine.

Please accept and Confirm.

As per bid document

44) Vol 1, Part A

Sec VIII

53 Sub. Cl. 4.19 Electricity, Water & Gas We understand from the clause that electricity charges during construction period shall

be borne by Contractor and during trial run & commissioning by I. For later, the

provisions shall be similar to the O&M period. Kindly confirm

As per bid document

45) Vol 1, Part A

Sec VIII

53 Sub. Cl. 4.19 Trial run and commissioning period is given as 6 month Trail run and commissioning period is given as 6 month. Please specify what is the

trial run period after which start of O&M is considered.

Kindly clearly define the sequential events and periods of Commissioning, Trial Run,

PGTR

As per bid document

46) Vol 1, Part A

Sec VIII

55 Sub- Clause 5.2 Review period for Contractor‟s Documents Considering the stringent project time lines, it is important that the document review

period should be strictly defined in the contract. As per FIDIC yellow book cl. 5.2, the

review period of contractor‟s documents shall not exceed 21 days for acceptance or

As per bid document

Page 36: Rehabilitation and Up-gradation of 182 MLD Phase-I

35

non-acceptance. We suggest employer to incorporate this clause in the Particular

conditions of contract.

47) Volume 1 Part

A, Section–I

57 Clause 6.11 Disorderly Conduct

Contractor has to perform all the obligations as per the contract and completion risks

are already transferred, so it is unreasonable that the Engineer interferers with the

Contractor‟s labour. That would be a problem of the Contractor exclusively so please

kindly delete the second paragraph:

“In case of any disputes with labourer (skilled or unskilled) and charges are claimed

against the Contractor, the Engineer shall have the full authority to deduct the same

from the bill of the Contractor, so as to enable him to settle the disputes.”

As per bid document

48) Vol 1, Part A

Sec VIII

59 8.7 Mile Stones Please confirm that the Interim Milestones shall be defined and framed in consultation

& agreement with the Contractor.

As per bid document

49) Volume 1 Part

A, Section–

VIII

59

& 85

Clause 8.7 and

Clause 22.4

Delay Damages Compensation for loss of profit and loss of revenue is unreasonable and normally

excluded in similar contracts, including FIDIC, as penalties/damages are already

quantified in the relevant clauses. Please kindly delete points b) and c) in this clause.

As per bid document

50) Vol 1, Part A

Sec VIII

65

& 66

Particular

Conditions,

Clause 13.8,

Adjustment for changes in Cost We presume Contractor needs to provide the weightages for the price adjustment

formula as an annexure in the bid. Please confirm.

As per bid document

51) Vol 1, Part A

Sec VIII

65 13.5

Section VIII

Price Variation O&M period is 11 yr. (including DLP), price variation clause must be applicable both

on chemical & fuel. Confirm & provide formulae.

As per bid document

52) Vol 1, Part A

Sec VIII

65 Sub-Clause 13.7 Adjustments for Changes in Legislation Adjustments for changes in legislation to include GST as well.

Please accept and confirm.

As per bid document

53) Vol 1, Part A

Sec VIII

65 Sub-clause 13.8

Adjustment for

change in cost

Price Variation shall be applicable for Works Contract and Operation

and Maintenance contract

We understand Price variation clause shall be applicable for “Interim O&M contract”

also

As per bid document.

54) Volume 1 Part

A, Section–

VIII

65 Clause 13.8

Adjustment for Changes in Cost This clause is meant to apply to construction projects, however this being a DBO it is

felt that the clause shall be adjusted accordingly since the weightage of Labour and

materials during this two periods is completely different. Otherwise the inflation risk of

the Contract during the O&M is much more than the 15% intended. Please kindly

provide specific relief for O&M period where the labour component is much bigger

than the material.

As per bid document

55) Vol 1, Part A

Sec VIII

66 - The base date shall be taken as 28 days before the last date of

submission of final bid.

We understand this applicable for O&M Contract as well. Kindly confirm. As per bid document.

56) Vol 1, Part A

Sec VIII

68 13.9

Section VIII

Tax Variation Price bid is desired inclusive of all the taxes, Central government is likely to introduce

new taxes like GST etc.

Further contract duration is about 15 years with expectation of change in taxation

structure. Kindly confirm statutory variations shall be reimbursed like recovery being

made on prevailing rates.

As per bid document

57) Vol 1, Part A

Sec VIII

68 13.9 – Taxation Unless explicitly mentioned in the Contract, Employer doesn‟t ensure

any tax benefits (reduced tax rate/tax waivers) under Custom Duty,

VAT, any Cess, etc, during the time of submission of bids. Bidders

are advised to consider the actual tax rates (without considering any

waiver) while estimating the Contract Price. Any benefits received

during the currency of Contract or later shall be passed on to the

Employer by the Contractor. The amount due under the clause shall

be recovered from Contractor‟s Running account bill, final payment

or any other payments due the Contractor under this Contract.

Employer shall also have the right to liquidate the Performance

Security available with it to the extent required to recover such

amount due.

We observed from the tender documents that this DBO Project being invited under

International Competitive Bidding and Funding from Japan International Cooperation

Agency (I) towards the cost DJB Project (111). In view the above, request the

employer to confirm the following :-

(a) Whether Exim Benefit applicable Exim Policy of India shall be considered in the

bid,

(b) Whether employer will issue required Project Authority Certificate, Payment

Certificate/Disclaimer Certificate to avail Deemed Export by the Contractor

I Whether the employer issue relevant certificate under Exim Policy of India to obtain

advance license to the Contractor/nominee

As per bid document

58) Vol 1, Part A

Sec VIII

68 13.9 – Taxation For all items mentioned in Employer‟s Central Sales Tax

Registration, Employer shall issue “Form –C” so as to rationalize its

liability arsing out of Sales Taxes I a project except projects for

construction of residential and administrative blocks for the use by

Please confirm whether the Employer issue “Form C” to the Contractor on “Sale in

transit” sales.

As per CST rules.

Page 37: Rehabilitation and Up-gradation of 182 MLD Phase-I

36

employer and employees. Accordingly, Employer shall issue “Form

C” for all major materials and supplies/equipment made for Civil,

E&M and O&M works in the project as specified in “Annexure – List

of Items for issue of Form „C‟ , Volume 4 of the Bid documents,. The

bidders shall accordingly quote the price in a manner that transfer of

liability to Employer flowing from Sales Taxes is rationalized.

59) Vol 1, Part A

Sec VIII

68 Sub-Clause 13.9 Form all items mentioned in Employer‟s Central Sales Tax

Registration ……………… The bidders shall accordingly quote the

price in a manner that transfer of liability to Employer flowing from

Sales taxes is rationalized

Request the confirmation for issue Form-C for chemicals and Spares

supplied/Consumed during O&M by contractor which is being supplied on “Sale in

transit” under 6(2) of CST Act based on the contactor transit invoice.

As per CST rules.

60) Vol 1, Part A

Sec VIII

68 Clause 13.9

Taxation

Bidders are advised to consider the actual tax rates (without considering any waiver)

while estimating the Contract Price. Any benefits received during the currency of

Contract or later shall be passed on to the Employer by the Contractor. The amount due

under the clause shall be recovered from Contractor‟s running account bill, final

payment or any other payments due to the Contractor under this Contract. Employer

shall also have the right to liquidate the Performance Security available with it to the

extent required to recover such amount due.

The clause may be modified as “the amount due under the clause shall be recovered on

mutual consent of employer and contractor”

As per bid document

61) Vol 1, Part A

Sec VIII

68 Sub-Clause 13.9 Taxation Employer would be issuing form C for major materials and equipment‟s as specified in

their CST Registration certificate – In case there is any future liability on contractor

from tax authorities the same shall be borne by employer along with all associated

costs. CST Registration copy to be given to contractor/bidder.

Please confirm.

As per bid document

62) Vol 1, Part A

Sec VIII

68 Sub-Clause 13.9 Exemption on Excise Duty Does DJB sent any proposal or has any plan to make representation to Ministry of

Finance in order to allow excise duty and customs duty exemption for the project like

Notification 108/95 CE & 84/97 Cus available to WB/ADB sponsored projects, since

DJB is not an International Organization as per these notifications?

(This is very important since there could be huge savings in excise & customs duties

costs and its cascading effect on VAT/CST etc.)

Please confirm.

As per bid document

63) Vol 1, Part A

Sec VIII

68 Sub-Clause 13.9 Exemption on Service Tax Please confirm the exemption on Service Tax. As per bid document

64) Vol 1, Part A

Sec VIII

68 Sub-Clause 13.9 Taxation Please clarify and confirm whether DJB shall be eligible to issue Form–C for Bought-

out items / Goods supplied by Contractor through sub-suppliers on “Sale in Transit”

U/S6 (2) of CST Act wherein the Contractor‟ s Sales/Tax invoice do not consider CST

Tax separately in the invoice. Please confirm

Replied elsewhere

65) Vol 1, Part A

Sec VIII

68 Sub-Clause 13.9 Taxes and Duties Any increase or new imposition of taxes and duties & other levies shall be reimbursed

at actual Kindly accept and confirm.

As per bid document

66) Vol 1, Part A

Sec VIII

69 13.9 – Taxation The Contractor shall be accordingly required to submit its request for

issuance of “Form C” along with the following documents to the

Employer:

(a) The Contractor‟s Sale invoice specifying the goods, its quantity,

delivery challan, rate, value and tax (tax must be charged at the

concessional rate applicable against Form-C). Invoice should clearly

mention that the sale is against Form C. TIN No. of the parties

involved shall also be indicated.

Please clarify and confirm whether the Employer accepts contractor‟s “Sale Invoice”

which is inclusive CST against “Form C” for bought out plant and Equipments directly

supplied by manufacturer/sub-suppliers of “Contractor/Bidder”.

As per bid document

67) Vol 1, Part A

Sec VIII

69 13.9 – Taxation The above mentioned documents shall need to be submitted within

prescribed time limit of 60 days from the end of the period for which

the Form – C is required, failing with Employer shall not be

responsible for dely/denial of Form – C by the Department of Trade

& taxes, Government of National Capital Territory of Delhi and for

any consequential financial implications.

Please specify the time limit of 60 days is from the date of receipt of good at

Employer‟s site or after the certification of RA bill/invoice.

As per bid document

68) Vol 1, Part A 69 13.9 – Taxation Service tax (if any applicable) shall be reimbursed and shall not be We understand that by virtue of Notification No.25/2012 ST 20.6.2012 as amended As per bid document

Page 38: Rehabilitation and Up-gradation of 182 MLD Phase-I

37

Sec VIII included in the Tender Cost. time to time for Design and Build and O&M Contract. Pl confirm the required benefit

being considered in the bid

69) Vol 1, Part A

Sec VIII

69 Sub-Clause 13.9 Taxation:

The above mentioned documents shall need to be submitted within

prescribed time limit of 60 days from the end of period for which

Form-C is required, failing which Employer shall not be responsible

for delay/denial of Form-C by the Department of Trade & Taxes,

Government of National Capital Territory of Delhi and for any

consequential financial implications

We request to amend the clause that any delay/denial of Form – C by the Department

of Trade & Taxes, Government of National Capital Territory of Delhi shall be suitably

compensated by the Employer

As per bid document

70) Vol 1, Part A

Sec VIII

69 Sub Clause 13.9 /

Taxation

It is mentioned that “Service Tax (if applicable) shall be reimbursed and shall not be

included in the Tender Cost.”

We presume that the above clause is applicable for EPC as well as O&M scope also.

As per bid document

71) Vol 1, Part A

Sec VIII

71 Sub Cl. 14.4,

Particulars of

contract

Performance Guarantee test We understand that performance guarantee tests (PGTR) shall be for a period of 72

hours. The PGTR shall be performed immediately after 6 months commissioning &

trial run period and the subsequent payment shall be released. Kindly Confirm

As per bid document

72) Volume 1 Part

A, Section–I

71 Clause 14.4 Schedule of Payments The only difference of the Operation and Maintenance payment between the Interim

Period and the DLP Period / O&M Period is that “consumables & chemicals at

actuals”. Please kindly explain what it is meant by “at actuals”.

Please note that ability of the Contractor to properly manage the existing assets is very

limited, almost null. Thus it is very difficult to calculate the maintenance cost and

consumables and chemicals during the Interim Period, so it would be more appropriate

that the Employer reimburse such costs during this period as Employer is already doing

with Electricity, until the Taking-Over Certificate

As per bid document

73) Vol. I 73 - Type of Payment Payments during O&M will be independent of the quantity of sewage received at plant

inlet. Kindly confirm.

As per bid document

74) Vol 1, Part A

Sec VIII

74 14.8

Section VIII

Delayed Payment Interest provision of 10% on delayed payments is given, please provide number of

days beyond which the payment would be considered as delayed. Please confirm.

As per bid document

75) Vol 1, Part A

Sec VIII

74 14.7 Local Bank Account: The concerned Executing Agency (The

Employer) may include provision of payment to local bank account

which may be monitored by the Employer, and the bidder shall

ensure that the funds are utilized only for the intended project failing

which Penal Action may be taken by the Employer.

Request the employer to modify this clause to delete the monitoring of the bank of

account of Contractor is not order

As per bid document

76) Vol 1, Part A

Sec VIII

76 Clause 16.1 &

Clause 16.2

Termination payment Kindly clarify about termination payment under these clauses. As per bid document

77) Vol 1, Part A

Sec VIII

78 Particular

Conditions,

Clause 18

Insurance If the Contract is extended beyond the original date of Completion of the Project not

due to the reasons attributable to Contractor then in such case whether Employer will

pay the Premium charges for maintaining the validity of the required insurances as

mentioned in the Contract which are under the scope of Contractor. Please confirm.

As per bid document

78) Vol 1, Part A

Sec VIII

85 Sub- Clause 22.4 If the need to suspend the Operation and Maintenance by the

Employer is due to any failure of the Contractor or circumstances for

which the Contractor is responsible under the Contract, the provisions

of paragraph (a) of this Sub-Clause shall apply. If the need to suspend

the Operation and Maintenance is not as a result of any failure by the

Contractor or is due to circumstances for which the Contractor is not

responsible under the Contract, the provisions of paragraph (b) of this

Sub-Clause shall apply.

Kindly provide the paragraph (a) & (b) of this clause as the same is not defined in the

tender

Refer C&A No. 6, Sl. No. 7

79) Vol 1, Part A

Sec VIII

88 Clause 22.9, Adverse Operating Conditions Even if the Contractor manages to meet the Output Standards, it would incur additional

O&M cost. The Employer should compensate Contractor for any such additional O&M

cost. Kindly accept and confirm.

As per bid document

80) Vol 1, Part A

Sec VIII

88 22.8 Non-

availability of

Raw Sewage

In the event of non-availability of Raw Sewage to the Facility beyond

a continuous period of 56 working days, after the start of the

Operation Period the responsibilities of the Contractor shall stand

suspended. During such period of suspension, (i) the Employer shall

be liable to pay to the Contractor the Fixed Operation & Maintenance

We hope in the event of non-availability of Raw Sewage beyond 56 days, the charges

for the Day 1 to 56 th day shall be paid as per the Price Schedule A-7. Beyond 56th

day

until the employer resumes the facility the charges shall be paid as per Vol 3, Section

XII, Schedule of Payment and Prices, Schedule A-9.

Refer C&A No. 6, Sl. No. 9

Page 39: Rehabilitation and Up-gradation of 182 MLD Phase-I

38

Charges as specified by the bidder at the time of bidding in „Schedule

A-9, Section XIV, Volume 3 of Bid documents‟ (ii) in the event of

sustained inability to supply Raw Sewage to the facility for a period

greater than 56 days , the Employer shall be liable to pay inventory

holding charges for chemicals and consumables that may have been

stored by contractor for the purpose of treatment of sewage, that may

otherwise have been required, as per the consumption norms

specified at the time of bidding. Such charges shall be payable for

each day beyond the period of eight weeks mentioned hereinabove,

till such time as the Employer resumes the Facility.

81) Vol 1, Part A

Sec VIII

88 Sub-Clause 22.8 Non-Availability of Raw Sewage

Schedule A – 9 in the Price Schedule is missing. Kindly Provide.

Refer C&A No. 6, Sl. No. 9

82) Vol 1, Part A

Sec VIII

88 Clause 22.8 Non-availability of raw sewage:

In the event of non-availability of Raw Sewage to the Facility beyond

a continuous period of 56 working days, after the start of the

Operation Period the responsibilities of the Contractor Shall stand

suspended.

The 56 days of time period is extremely high, and is a risk for a Contractor. Kindly

reduce the same at 7 days.

Kindly accept and confirm.

As per bid document

83) Volume 1 Part

A, Section–I

88 Clause 22.8 Non-Availability of Raw Sewage It is understood that the 56 days period is intended to limit the inventory charges as per

point (ii). However the modification to the following paragraph is required, otherwise

the Contractor is taking the risk of non-availability of water for the first 56 days, which

is unreasonable and contradictory to point (i) of this clause. For clarity, amendment

requested is as follows:

“In the event of non-availability of Raw Sewage to the Facility beyond a continuous

period of 56 working days, after the start of the Operation Period the responsibilities of

the Contractor shall stand suspended.”

As per bid document

84) General

Volume-1

-

88

-

22.8

In the event of non-availability of Raw Sewage to the Facility beyond

a continuous period of 56 working days, after the start of the

Operation Period the responsibilities of the Contractor shall stand

suspended. During such period of suspension, (i) the Employer shall

be liable to pay to the Contractor the Fixed Operation & Maintenance

Charges as specified by the bidder at the time of bidding in „Schedule

A-9, Section XIV, Volume 3 of Bid documents‟ (ii) in the event of

sustained inability to supply Raw Sewage to the facility for a period

greater than 56 days , the Employer shall be liable to pay inventory

holding charges for chemicals and consumables that may have been

stored by contractor for the purpose of treatment of sewage, that may

otherwise have been required, as per the consumption norms

specified at the time of bidding. Such charges shall be payable for

each day beyond the period of eight weeks mentioned hereinabove,

till such time as the Employer resumes the Facility.

We understand beyond 56th day until the employer resumes the facility the charges

shall be paid as per Vol 3, Section XII, Schedule of Payment and Prices, Schedule A-9.

Refer C&A No. 6, Sl. No. 9

85) Vol 1, Part A

Sec VIII

89 Sub-Clause 22.9

(c )

Adverse Operating Conditions:

The Liquated Damages as specified in „Annexure – Service Level

Agreement, Volume 4 of Bid Document‟ then shall be applicable on

the agreed Alternative Output Standards.”

We understand that in such an event of adverse/lean conditions of raw sewage, the new

LD for alternative agreed standard in terms of output quality shall be mutually

discussed between the contractor & employer and agreed upon. Kindly Confirm

As per bid document

86) Vol 1, Part A

Sec VIII

89 Sub-Clause 22.9

(c )

Adverse Operating Conditions:

The Liquated Damages as specified in „Annexure – Service Level

Agreement, Volume 4 of Bid Document‟ then shall be applicable on

the agreed Alternative Output Standards.”

From sub-clause 4.9, Vol. I, Section VIII, O&M the power charges during O&M

periods have to paid by the employer as per guaranteed power defined in the bid.

However, we understand that in the event of adverse/lean conditions of raw sewage,

the impact on power consumptions and payment thereafter shall be mutually discussed

between the contractor & employer and agreed upon. Kindly confirm

As per bid document

87) Vol. I 95 - Retention Money We understand will be applicable per format provided & governed by performance

security.

As per bid document

88) Vol 1, Part A

Sec X

101 8

Section X

Contract duration 12 months defect liability period will start at the end of 36 months construction period

and 6 months trial run, confirm.

Also confirm total contract duration is 174 months = 36+6+12+120.

The project involves major rehabilitation & upgradation that will entail working

As per bid document

Page 40: Rehabilitation and Up-gradation of 182 MLD Phase-I

39

running plant repairs/works for which 36 months construction period may be

insufficient as has happened at Keshopur plant of DJB request suitable increase the

period.

89) Vol 1, Part A

Sec X

101 - Appendix to technical Proposal The clause descriptions/ conditions mentioned in Section X Appendix to technical

Proposal for the package shall amend and/or supplement the provisions in Section VII

– General Conditions of Contract and Section VIII – Particular Conditions of Contract.

Wherever there is a conflict, the provisions of Section X Appendix to Technical

Proposal shall prevail over those in the Section VII – General Conditions of Contract

and Section VIII – Particular Conditions of Contract. Kindly confirm.

As per bid document

90) Vol 1, Part A

Sec X

101 1.1.3.3 Section – X : Appendix to Technical Proposal As it is not a Greenfield Project, involves replacement/rehabilitation of the existing

plant in phases, demolition of old units, construction of new units, integration of old

and new units, and operation of the existing plant, all at the same time, the stipulated

36 months period for the construction is very short.

In addition, it is required to complete the Rehabilitation of the 50% of the liquid stream

within 18 to 20 months (ref. Vol-2, pg. 135). This is unrealistic as it is this Phase-1 of

the works which will require the longest duration.

A practical and realistic completion period is 30 months for 50% of the liquid stream,

and overall 46 months for the Construction Works. Kindly review and confirm.

As per bid document

91) Vol 1, Part A,

Section X

101 Appendix to

Technical

Proposal

Sub-Clause 1.1.3.3. Time for Completion of Works Section B

“O&M Contract” totals 1+10=11 years following successful

completion of the Trial Run and Commissioning Period.

Please kindly confirm O&M Period of 11 years. As per bid document

92) Vol 1, Part A,

Section X

102 Appendix to

Technical

Proposal

Sub-Clause 4.2. Amount of Performance for Section B equals 5% of

O&M Contract Price which corresponds to a cost of more than half a

year of O&M.

Please decrease percentage as this exposure is too high to initiate the O&M Works. As per bid document

93) Volume 1 Part

A, Section ‐ X:

102 Amount of

Performance

Security

5% of O&M Contract Price for the performance security is very high considering that

the Employer has other remedies under the contract like damages and termination

rights. Normally it would be expected the security to be 10% of the annual O&M

payment. Please kindly consider.

As per bid document

94) Vol-I Part-B 103 Service Tax Being a DJB, this Project would be exempted from service tax via GOI notification

number 25/2011-12.

Kindly Confirm.

As per latest GOI notification

95) Vol 1, Part A

Sec X

103 Appendix to

technical

proposal, Sr. No.

24

Delay Damages for

Works

Existing Contract Point – 2.0% of accepted Works Contract Price applicable to Section

A, for each month of delay to be computed on per day basis, in the same currency /

currencies in which the Works Contract Price is payable.

Query – Can 2% as mentioned in the Existing Contract Point be changed to 1%. Please

confirm.

As per bid document

96) Vol 1, Part A

Sec X

103 Clause 24, Pg.

103

Maximum amount of Delay Damages for Works: 2.0% of

accepted Works Contract Price applicable to Section A, for each

month of delay to be computed on per day basis

We feel that the delay damages @2% of accepted Works Contract Price is very high,

kindly reduce and restrict it to 1%.

Please accept and confirm.

As per bid document

97) Vol 1, Part B

Sec III-A

105 Qualification

Criteria

General Construction Experience- The Bidder should have successful

experience of Design, Construction, Testing & Commissioning of the

conventional activated sludge process with sludge digestion and

mechanical dewatering in: At least one WWTP 50 MLD (In JV)

We understand that the purpose of a JV is to help businesses combine resources with a

partner to accomplish business goals that neither company is capable of accomplishing

alone. So if one JV partner is not fulfilling the eligibility criteria it can complimented

by others, moreover it is observed that no such condition is observed in any other

projects funded by DJB, The ADB and The World Bank as this also reduce

competition by restricting potential JVs. Hence we request you to please consider and

amend this PQ as “Should be met by all partners” or change it with “Each partner at

least have one WTP of 50 MLD”.

As per bid document

98) Vol 1, Part B

Sec III-A

105 QC, Cl. No.4, General Construction Experience : Each Partner meet at least

WWTP of 50 MLD

Kindly accept Combined qualification in case of Joint Venture, Kindly waive off Each

Partner Experience Criteria.

Please accept and Confirm.

As per bid document

99) Vol 1, Part B

Sec III-A

106 Section III A

Clause 3.1

Financial Performance

Submission of Audited balance sheet.

We presume last 3 years are FY 2015-16, FY 2014-15 & FY 2013-14. Please confirm,

As per bid document

100) Vol 1, Part B 107 Eligibility and The S. No. 3.3 refers to Financial Resources but the explanation is given for Available As per bid document

Page 41: Rehabilitation and Up-gradation of 182 MLD Phase-I

40

Sec III-A Qualification

Criteria

Bidding Capacity. Please provide the details for Financial Resources. Also, the details

and format for Available Bidding Capacity.

101) Vol 1, Part B

Sec III-A

107 3. Financial

Situation

Financial Resources Please specify how the information provided in this form will be used in bid

evaluation.

As per bid document

102) Vol 1, Part B

Sec III-A

107 Section III A

Clause 3.3

Financial Resources

Kindly specify the value of bid capacity to be satisfied.

As per bid document

103) Vol 1, Part B

Sec III-A

108 4. Experience 4.1General construction Experience :-

The Bidder should have successful experience of Design,

Construction, Testing & Commissioning of the conventional

activated sludge process with sludge digestion and mechanical

dewatering in:

At least 1 (One) Wastewater Treatment Plant (WWTP) of 100 MLD

OR

At least 2 (Two) Waste Water Treatment plant (WWTP) of 70 MLD

each

OR

At least 3 (Three) Waste Water Treatment plant (WWTP) of 50 MLD

each

The above projects should have been commissioned in last 10 years

as on date of submission of Bids. The Bidder is required to submit the

authenticated end-user certificate for successful completion &

commissioning of the project as stipulated in the form 4.1t

Kindly accept construction experience of SBR type STPs in addition to Conventional

ASP; since the treatment processes of both type DJB are very much similar.

Moreover DJB constructed on SBR Technology has delivered treated effluent

parameter BOD < 10 mg/l, TSS < 10 mg/l which are better than conventional ASP

Process.

As per bid document

104) Vol 1, Part B

Sec III-A

108 4. Experience 4.2(a) The Bidder should have experience of Design,

Construction, Testing & Commissioning of at least one Waste Water

Tertiary Treatment plant (WWTTP) of minimum 50 MLD capacity

based on aerobic growth process with effluent standards as BOD ≤ 10

mg/l, TSS ≤ 10 mg/l. The above projects should have been

commissioned in last 10 years as on date of submission of Bid. The

Bidder is required to submit the authenticated end-user certificate for

successful completion& commissioning of the project as stipulated in

the form 4.2.

We have designed, constructed, tested & commissioned many DJB.s deriving outlet

parameter as BOD ≤ 5 mg/l, TSS≤ 10 mg/l at secondary stage. It is requested to

accept the secondary stage experience in lieu of tertiary Treatment Plant (TTP). Please

confirm.

Refer C&A No. 6, Sl. No. 11

105) Vol 1, Part B

Sec III-A

108 4.2 (a)

Section III A

WWTTP Tertiary Treatment Plant are usually build in water scarcity areas. In India tendency of

using the tertiary treated water is not much in existence due to abundance of fresh

water available in major states. Even if they are they are very less both in terms of

number as well as in capacity.

Thus requirement of 50 mld WWTTP would limit the completion to only 3 or 4

bidders. Request to relax the requirement and accept the experience of 20 mld in place

of 30 mld WWTTP.

Refer C&A No. 6, Sl. No. 11

106) Vol 1, Part B

Sec III-A

108 Sr. No. 4 Clause

4.2 (a)

Section III A

Please refer Section-IIIA Eligibility and Qualification Criteria,

Experience

We understand that Waste Water Tertiary Treatment Plant means any Aerobic Growth

Process based Waste Water Treatment Plant designed with effluent standards as BOD

< 10 mg/l, TSS < 10 mg/l. Please confirm.

Confirmed

107) Vol 1, Part B

Sec III-A

108 4.1

Eligibility & Qualification Criteria

General Construction Experience; Compliance Requirement.

The purpose of JV is to meet the financial & technical qualification jointly & severally.

Hence any one partner meeting the criteria of construction of DJB “one plant of 100

MLD or 2 plant of 70 MLD or 3 plant of 50 MLD” will serve the purpose of

qualification.

Hence kindly request you to remove the clause of each partner satisfying the

criteria of commissioning of at least 50 MLD capacity WWTP.

As per bid document

108) Vol 1, Part B

Sec III-A

108 Cl. 4.1 General Experience:

The Bidder should have successful experience of Design,

Construction, Testing & Commissioning of the conventional

activated sludge process with sludge digestion and mechanical

dewatering in:

At least 1 (One) Wastewater Treatment Plant (WWTP) of 100 MLD

OR

Since the proposed technology for the new plant is based on conventional activated

sludge process with primary clarifier and secondary clarifiers along with sludge

digesters, we understand that the aerobic suspended growth process referred in this

criteria are those plants which has both primary and secondary clarifiers and sludge

digesters. Please confirm.

As per bid document

Page 42: Rehabilitation and Up-gradation of 182 MLD Phase-I

41

At least 2 (Two) Waste Water Treatment plant (WWTP) of 70 MLD

each

OR

At least 3 (Three) Waste Water Treatment plant (WWTP) of 50 MLD

each

109) Vol 1, Part B

Sec III-A

108 Cl. 4.2 (a) The Bidder should have experience of Design, Construction, Testing

& Commissioning of at least one Waste Water Tertiary Treatment

plant (WWTTP) of minimum 50 MLD capacity based on aerobic

growth process with effluent standards as BOD ≤ 10 mg/l, TSS ≤ 10

mg/l.

We have completed a number of plants with suspended aerobic growth process, which

are not contractually designed for BOD < 10 mg/l and TSS < 10 mg/l, however these

plants are consistently producing treated effluent of quality BOD < 10 mg/l and TSS <

10 mg/l during operation. Please clarify whether such plants will be considered for

qualification.

No

110) Vol 1, Part B

Sec III-A

108 Eligibility and

Qualification

Criteria

As we know, that even slight modifications in Conventional ASP plant qualifies it

under Variation of ASP. Similarly, the proposed plant works scope is of Variation of

ASP which includes Biological Reactor for Nitrification/Denitrification. And in plants

of Variation of ASP, separate Sludge Digestion will not be there. Overseas, most of the

clients may not prefer separate sludge digestion if power generation is not a necessity.

Hence to allow more bidders to participate for a competitive bid, we request to modify

the clause:

“The Bidder should have successful experience of Design, Construction, Testing &

Commissioning of the conventional activated sludge process with sludge digestion and

mechanical dewatering in”

May be modified as:

“The Bidder should have successful experience of Design, Construction, Testing &

Commissioning of the Conventional Activated Sludge Process with Mechanical

Dewatering / Variation of ASP with mechanical Dewatering in”

As per bid document

111) Vol 1, Part B

Sec III-A

108

4. Experience Authenticated end user Certificates for successful completion &

commissioning of the projects.

Please confirm if Notary Attestation would be sufficient for the End-user certificates

issued outside India by Foreign Clients / End –users.

As per bid document

112) Vol 1, Part B

Sec III-A

Section III A

108 Clause 4.1 General construction experience:

Conventional Activated sludge process as described in CPHEEO manual chapter 5

clause 5.3.1.1 means – “Aeration followed by secondary clarifier with return activated

sludge”. Hence plants with Step Aeration, Extended Aeration, plug flow etc. also come

under CASP. Kindly confirm.

Since most of the European countries are with abundant power resources, sludge

digestion and power generation is introduced only as per requirement for most of the

plants. Also, as Power generation and rehabilitation work has been already asked

separately as experience criteria.

Therefore under this clause of specific experience in Design, Construction, testing &

commissioning of the conventional activated sludge process with mechanical

dewatering is to be provided.

As per bid document

113) Vol 1, Part B

Sec III-A

108 Section III A

Clause 4.1

General construction experience:

Tender specifies “The Bidder should have successful experience of Design,

Construction, Testing & Commissioning of the conventional activated sludge process

with sludge digestion and mechanical dewatering”

Request to also consider as “ The Bidder should have successful experience of Design,

Construction, Testing & Commissioning of the conventional and variation of activated

sludge process with mechanical dewatering”

As per bid document

114) Vol 1, Part B

Sec III-A

108 Clause 4.2 (a) Referring to the bids invited earlier for “Package –R-2 : Rehabilitation and Up-

gradation of Rithala – Phase I (182 MLD) Waste Water Treatment Plant (WWTP) with

effluent standards of BOD -10 mg/l , TSS – 10 mg/l or better under YAP (III)” invited

via ID No. PQ –YAP (III) {K3/R2/2012-13}, it was clarified that the experience of

Waste Water Treatment plant with secondary treatment facility for a minimum 50

MLD capacity based on aerobic growth process with effluent standards as BOD ≤ 10

mg/l, TSS ≤ 10 mg/l will be considered for qualification under referred clause.

Thus, we understand that the same experience shall be accepted for this tender under

clause 4.2 (a). Kindly confirm.

As per bid document

115) Vol 1, Part B 108 Clause 4.1 In view of competitive bidding and inviting maximum participation of bidders we As per bid document

Page 43: Rehabilitation and Up-gradation of 182 MLD Phase-I

42

Sec III-A request DJB to kindly remove the required experience of 50 MLD WWTP by each

partner and allow the referred “General Construction Experience” to be met

cumulatively by all partners combined. Kindly confirm

116) Vol 1, Part B

Sec III-A

108 Clause 4.2 (d) In view of competitive bidding and inviting maximum participation of bidders we

request DJB to kindly allow the experience of power generation from duel fuel / co

generation engines in addition to bio gas engines.

Kindly confirm.

As per bid document

117) Vol 1, Part B

Sec III-A

108 Clause 4.2 (a) Specific Construction Experience

The Bidder Should have Experience of Design, Construction, Testing

& Commissioning of at Least one waste water Tertiary Treatment

Plant of (WWTP) of minimum 50 MLD Capacity based on aerobic

growth process with effluent standards as BOD <= 10 mgl,

TSS<=10mgl.

The above project should have been commissioned in last 10 years as

on date of submission of bid. The bidder is required to submit the

authenticated end user Certificate for Successful Completion &

Commissioning of the Project

Due to lack of Priority for Sanitation, maximum STPS which were installed/

constructed in the past were based on Conventional Activated Sludge Process

Technology (CASP) upto Secondary Treatment. And requirement of quality of Treated

Sewage was also not very high so the plant installed earlier was up to secondary

treatment only.

Very few STPs installed in India have Tertiary treatment process, resulting very

limited companies having experience of installation of STPs with tertiary treatment

process. And majority of the Indian companies involved in waste water sector have

experience in Construction of STPs with Secondary Treatment only.

It is therefore suggested not to make mandatory for the companies to have experience

of Tertiary Treatment on aerobic growth process with effluent standards as BOD <= 10

mgl, TSS<=10mgl, for participating in the bidding process.

Else, it should be allowed that qualification may be complied by Specialist

Subcontractors.

Specialist Subcontractor is a specialist enterprise engaged for highly specialized

processes which cannot be provided by the main Contractor.

In this case Indian Companies can bring the expertise of Foreign Companies having

requisite experience, as Specialist Subcontractor. Because of Joint and Several

Liabilities, Foreign Companies are bit reluctant to participate as Joint Venture, so if

Specialist Subcontractor Experience is allowed, then the expertise of Foreign

Companies scan also be taken for successful execution of project.

Such condition has been accepted and allowed in many projects funded by ADB as

well Locally funded Projects.

Refer C&A No. 6, Sl. No. 11

118) Vol 1, Part B

Sec III-A

109 4. Experience 4.2(b) The Bidder should have experience of Rehabilitation or Up

gradation of clarifiers or aeration unit or digesters or gas holders for

at least one Wastewater Treatment Plant (WWTP) of 50 MLD or

above capacity. The above projects should have been commissioned

in last 10 years as on date of submission of Bid. The Bidder is

required to submit the authenticated end-user certificate for

successful completion & commissioning of the project as stipulated

in the form 4.2 b.

It is requested to accept experience of Rehabilitation or up gradation for 2Nos. of

WWTP each of 40 MLD capacity or one WWTP of 50 MLD Capacity. Please confirm

As per bid documents

119) Vol 1, Part B

Sec III-A

109 4.2(a) Eligibility & Qualification Criteria

General Construction Experience; Compliance Requirement

The norms for effluent discharge of BOD ≤10 mg/l, TSS ≤ 10 mg/l has recently been

introduced.

Hence we would request you to consider projects which has been partially

commissioned but meeting the effluent discharge limit of BOD≤10 mg/l, TSS ≤ 10

mg/l.

As per bid document

120) Vol 1, Part B

Sec III-A

109 4.2 (b)

Section III A

Rehabilitation & Up gradation Experience Bigger size projects having capacity more than 100 mld came into existence after 90‟s.

A regular STP usually have a design life of almost 30 years for Civil & 15 years for

electro Mechanical. Thus requirement of Rehabilitation and up gradation reduces to

minimum.

We request to delete the said requirement as it would limit the no. of bidders and

would lead to poor competition against prospective bidders.

As per bid document

121) Vol 1, Part B

Sec III-A

109 Clause 4.2 (b) Specific Construction Experience

The Bidder Should have Experience of Rehabilitation or Upgradation

of clarifiers or aeration Unit or digester or gas holder for at least one

waste Water Treatment Plant (WWTP) of 50 MLD or above

Capacity .

In India, majority of experience is for construction of New STPs only as till date only

new STPs were built. Now the tenders have called for Renovation/ Rehabilitation of

STPs which has been built earlier. So Experienced Companies will find it difficult to

meet such experience of Rehab/Renovation.

Further in the Tender, all the Civil Rehabilitation Works is Item Rate which can be

executed by any Civil Contractor as per the Item Specified and All other remaining

As per bid document

Page 44: Rehabilitation and Up-gradation of 182 MLD Phase-I

43

The above project should have been commissioned in last 10 years as

on date of submission of bid. The bidder is required to submit the

authenticated end user Certificate for Successful Completion &

Commissioning of the Project

activities like electro Mechanical works will be completely changed and installed new.

So therefore such qualification should not be made mandatory and can be deleted.

Such changes in Qualification will increase the competition and majority of Indian

Companies having expertise in STPs can also participate.

Else following can also be considered:

1. Rehabilitation of Water Treatment Plants should be also be allowed or

2. Can be complied by Specialist Sub Contractor as defined in the previous point.

122) Volume 1 Part

‐ B Section -

III A

109 Qualification

Criteria Clause

4.2 (b)

The experience of construction is as good as rehabilitation, and in fact sometimes it is

difficult to find boundaries between the definitions. Please allow for Construction in

addition to Rehabilitation/Up-gradation experience.

As per bid document

123) Vol 1, Part B

Sec III-A

110 4. Experience 4.2( d) The Bidder should have experience of Design, Construction,

Erection and successful Commissioning of at least one Waste Water

Treatment plant (WWTP) based on conventional activated sludge

process with minimum 0.5 MW/0.65MVA power generation from

biogas produced at the plant using only biogas engines. The above

projects should have been commissioned in last 10 years as on date of

submission of Bid. The Bidder is required to submit the authenticated

end-user certificate for successful completion & commissioning of

the project as stipulated in the form 4.2 d.

It requested to accept experience of design, constricting, erection, and successful

commissioning of at least two WWTP based any technology with minimum 125 KVA

capacity power generation from biogas produced at the plant using biogas engines.

Please accept.

As per bid documents

124) Vol 1, Part B

Sec III-A

110 4. Experience 4.2 (e) The Bidder should have done Operation & Maintenance for at

least 1 year in the last 10 years of one Waste Water Treatment plant

(WWTP) of minimum 50 MLD capacity based.

On conventional activated sludge process which they have designed,

constructed, tested and commissioned. The above projects should

have been commissioned in last 10 years as on date of submission of

Bid. The Bidder is required to submit the authenticated end-user

certificate for successful completion, commissioning and operation &

maintenance of the project as stipulated in the form 4.2 e.

It is requested to accept the O & M experience for at least 1 year in the last 10 years of

one WWTP of min. 50 MLD capacity based on SBR process or 2 years O & M

experience of two WWTP of min. 40 MLD capacity based on ASP/SBR process.

Please accept.

As per bid document

125) Vol 1, Part B

Sec III-A

110 Sr. No. 4 Clause

4.2 (d)

Section III A

Please refer Section-IIIA Eligibility and Qualification Criteria,

Experience,

We request you to consider experience of power generation from bio gas produced at

the plant using only bio gas engine either from Conventional Activated Sludge Process

or from any other biological process having Anaerobic Digester as bio gas producing

unit OR UASB based Waste Water Treatment Plant OR STP. Please confirm that

power generation system with any of the above three options are acceptable.

As per bid document

126) Vol 1, Part B

Sec III-A

110

4.1, 4,2(d). (e) Eligibility & Qualification Criteria

General Construction Experience; Compliance Requirement

The requirement is a refurbishment work of a conventional ASP process to produce a

higher quality effluent.

Hence we request you to consider Conventional/ Modified ASP process for pre

qualification.

As per bid document

127) Vol 1, Part B

Sec III-A

111 Notes (v) For Foreign Bidders/companies, the experience shall only be

considered if the experience exhibited is from outside its home

country

We are unable to understand the rationale behind incorporation of this clause. The

purpose of including an international / foreign company is to bring more expertise

thereby benefiting the project.

Also, for international competitive bidding incorporating such a clause is a virtual

barrier for international companies. Moreover, the rules of JICA clearly states that

companies from all member countries are to be treated as equal and are eligible for

participation however, such clauses are clearly biased and against the basic principles

of international competitive bidding.

We therefore request you to kindly remove this criteria. Please accept and Confirm.

As per bid document

128) Vol 1, Part B

Sec III-A

111

Notes (iii) The experience of the bidder in a project shall be considered as

experience unless the project was constructed under a 50:50 JV,

where in both partners will qualify for full experience

As per our understanding of the clause, if a company has less than 50% share in a

completed project, it will not be considered for evaluation.

We sincerely believe that such criteria are unjustified and uncalled for.

Bidders should be allowed to claim experience of projects completed by them up to

their share in those projects, irrespective of any minimum percentage.

Please accept and Confirm.

Refer C&A No. 6, Sl. No. 12

129) Vol 1, Part B

Sec III-A

111 Eligibility & Qualification criteria

Note-v.

For equality treatment of both type of bidders i.e Foreign and National bidders, we

request that this clause be applicable to them equally.

As per bid document

Page 45: Rehabilitation and Up-gradation of 182 MLD Phase-I

44

130) Vol 1, Part B

Sec III-A

111 Notes: Experience

of foreign bidders

/ companies

Please note that firms bidding globally at first obtain expertise of executing similar

jobs in their domestic environment/ home country. Thus in view of inviting quality

competition with increased no of qualified participants we request the Delhi Jal Board

(DJB) to kindly allow the foreign bidders/ companies with experience in their home

country as well.

Kindly confirm.

As per bid document

131) Vol 1, Part B

Sec III-A

111 Note V

For Foreign Bidders/companies, the experience shall only be

considered if the experience exhibited is from outside its home

country

The experience is related to the scope and quality of work done and the place of project

execution has no relevance. The international experience of the bidder can be verified

in a different way, so that it is not limited to direct experience of technology,

construction and O & M.

The present tender condition is restrictive in nature and favors limited overseas

companies having office in India. Most of the bids submitted by these companies are in

JV with their parent company as they neither have similar working experience in India

nor their parent company has experience in their own country.

Hence we request you to accept experience of foreign company in their home country

and give an equal level to all bidders.

As per bid document

132) Volume ‐ 1 :

Part ‐ B

Section - III A:

111 Qualification

Criteria

Notes under

Clause 4.0

Notes under Experience

The experience of the bidder in a project shall be considered as

experience unless the project was constructed under a 50:50 JV,

where in both partners will qualify for full experience

Request to please clarify the clause as it seems company having 49% experience will

qualify but with 50% share will not qualify.

The experience of the bidder will be considered of lead member only in case of project

executed in JV. Kindly clarify.

Refer C&A No. 6, Sl. No. 12

133) Volume 1 Part

B Section III

A:

111 Footnotes to Qualification Criteria

Point iii: It is understood that bidders can use their experience as long as they have

50% of more in a JV. Please kindly clarify.

Refer C&A No. 6, Sl. No. 12

134) Volume 1 Part

B Section III

A:

111 Footnotes to Qualification Criteria

Point v: This implies that Indian companies are allowed to use their home country

experience, but foreign companies are not. This is discriminatory to foreign companies,

and it is also unreasonable since home country experience also enriches the knowhow

of a company. Please remove.

As per bid document

135) Vol 1, Part B

Sec III-B

116 Forms Litigation History Kindly specify the number the past years a bidder is required to mention its litigation

history where the Court / Arbitral award are against the Bidder.

As per bid document

136) Vol 1, Part B

Sec III-B

116 Forms Litigation History Please clarify the selection / rejection criteria for this clause, since the same is not

mentioned in the Bidding Document.

As per bid document

137) Vol 1, Part B

Sec III-B

118 Section III B

Form FIN 3.1

Financial Documents

Kindly allow that wholly owned subsidiaries of foreign firms/ Companies having

registered office in India can quote using parent company‟s Technical & Financial

capabilities and commitments.

As per bid document

138) Vol 1, Part B

Sec III-B

120 Form FIN-3.3 Financial Resources Kindly specify the minimum amount of Financial Resources necessary to be

demonstrated by the Bidder for the Employer to accept his Financial position suitable

for the project.

As per bid document

139) Vol 1, Part B

Sec III-B

121 Part B, Form FIN

3.4 Financial

Performance

Since it has been specified in the Qualification Criteria that all financial documents

need to be certified by Chartered Accountant, then signature of Company Secretary in

Form FIN 3.4 may also be altered to Chartered Accountant.

As per bid document

140) Vol. I Part - B 154 - Pre-Qualification Bid document has asked for Conventional Sludge Process with Sludge Digester.

With of latest technologies quantity of sludge generated has decrease thus making the

sludge Digester unviable for big size project.

Thus request to amend the requirement of same.

As per bid document

141) Vol. I Part - B 155 - Pre-Qualification The no. of biggest size STPs came into existence about 10-15 yrs. The process of

Rehabilitation of bigger Plant has taken place recently. Therefore, it is not possible for

prospective bidders to have experience in rehabilitation for such capacity.

Bid Requirement of 50 MLD Rehabilitated Project would resist the no. of prospective

bidders to participate. Request to amend the said clause to 20 MLD.

As per bid document

142) Vol. I Part - B 156 Pre-Qualification Power generation is only feasible with projects sizes of more than 50 MLD and so.

Since number of such plant are few in number, thus parties having such experience

would also be few.

In order to encourage maximum participation for healthy competition request to amend

As per bid document

Page 46: Rehabilitation and Up-gradation of 182 MLD Phase-I

45

the requirement and allow sub-contractor experience for Qualification in Power

generation.

143) Volume-1 General Qualification Criteria

Parent/Subsidiary Exp.

We request the department to kindly accept that “Any parent foreign firm having

Indian subsidiary or parent Indian firm having foreign subsidiary showing technical

experience will be considered provided such experience meet the qualifying criteria”.

Kindly confirm our understanding.

As per bid document

144) Volume-1 General Mobilization Advance Please confirm 10% interest free mobilization advance payment against bank guarantee

of equivalent value.

As per bid document

145) Volume-1 General Degree of variation In case inlet parameters vary significantly high leading to non-compliance of

guaranteed parameters then no penalty or any type of recovery should be done from

Contractors during O&M period.

As per bid document

146) Volume-1

General Extend the bid submission period We request you to extend the bid submission period at least FOUR WEEKS from

scheduled bid submission of 27.07.2016 as we have to study the existing plant for its

modification work

Refer C&A No. 5

147) Volume 1

General Since good cash flow is very crucial for the smooth progress of the job, we request you

to change the percentage of retention to 5%

As per bid document

148) Volume 1

General We request for the provision of release of Delay Damages imposed if the next

milestone is achieved as per the project Schedule.

As per bid document

149) Volume-1 General Mode of Payment The tender silent on the mode of payment. We request to accept that all payments shall

be covered through a confirmed, unconditional, irrevocable Letter of Credit (LC)

payable at sight issued in a form acceptable to all nationalized & scheduled banks.

LC of 100% to be opened within 3 months of the signing of the contract.

The Letter of Credit shall be valid up to 3 months from the date of project completion.

All the cost of LC shall be to Employer‟s account. The LC shall allow for partial

shipments and transhipments.

As per bid document

150) Volume-1 General 2nd

Pre-bid Meeting Keeping the technicality and importance of the project, we request you to please

organize 2nd

pre-bid meeting after publishing 1st Pre-bid Meeting clarifications report

and Site Visit of the bidder, this will enable bidder to focus on those queries/

observations which will rise out of site visit and during the tender document study and

calculations.

Please accept and Confirm.

As per bid document

151) Volume-1 General Funding Status & Pattern Kindly confirm us the detailed funding status & pattern for the subject project. It is JICA assisted project.

152) Volume-1 General Joint venture As per our understanding the Number of members in a JV is not limited.

Kindly confirm.

As per bid document

153) Volume-1 General Variation in Taxes Our understanding that there would be provision in contract for any changes in taxation

law in future. Kindly Confirm.

As per bid document

154) Volume-1 General Payment of Contractor‟s Bills Payment against RA bills shall be realized within 28 days of the submission of bills

with all supporting documents. Kindly confirm.

As per bid document

155) Vol-2 131 1.2 Project background – incoming pipe lines upto WWTP. The pipe lines from pumping station 1 – 6 transporting the raw sewage to WWTP.

Additionally 2 nos. rising mains are provided to WWTP, kindly elaborate.

Further these rising mains are let into WWTP common inlet chamber provided by DJB

therefore confirm scope of work starts from common inlet chamber.

Please reconfirm the pumped flow is passed through existing coarse screen to common

chamber, hence coarse screening is not in contactor‟s scope.

Refer C&A No. 6, Sl. No. 22

156) Vol-2,

Section XI,

Part 1

131 1.2 Project Background Kindly provide invert levels of all the incoming sewer pipes mentioned under this

clause as well as in cl 1.7 (ii), pg. 136.

Bidders to verify from site

157) Vol. 2 132 1.4 item 3 Incoming 11KV cable from existing 11KV Metering panel to 11KV

switchboard of Phase-1

Location of TPDDL existing S/S from where 11KV power will be made available for

new WWTP or

11kv cable length from Purchaser 11Kv Metering panel to each in11KV HT Panel

comer of 11KV switchboard of new WWTP.

Bidders to verify from site

158) Volume -2 /

Section:X1,

Part 1

132 1.4 The existing HT electric power, 3 phase 11 KV AC is available at the

existing TPDDL (Tata Power Delhi Distribution Limited) substation.

Kindly indicate the location of existing TPDDL substation in proposed layout. Bidder to verify from site

Page 47: Rehabilitation and Up-gradation of 182 MLD Phase-I

46

159) Vol. 2 –

Section XI

132 Part 1 / Clause 1.5 The Rehabilitation & Up-gradation of Rithala WWTP for Phase-I,

(182 MLD) is one of the packages under Yamuna Action Plan Project

(III). It will be essentially a Design, Build & Operate (DBO) contract

but for civil units which require rehabilitation; rates shall be quoted

on Item Rate basis in Volume-3. The nomenclature of this package is

as below:

We presume that, the rehabilitation works will be measured as per actual and payment

will be paid accordingly. Please confirm.

As per bid document

160) Vol 2 – Sec X1

Part 1

132 1.5 For this purpose, National Mission for Clean Ganga(NMCG),

Ministry of Water Resources (MOWR), Government of India (GOI),

the borrower, has received Loan from Japan Bank for International

Cooperation Agency (JICA), amounting to JPY 32,571 Million

towards the cost of Yamuna Action Project Plan project (III) YAP

111, for which the loan agreement was signed on 17th February,

2011

Request the employer to specify/notify benefit/exemptions available to this project

based on the Funding from JICA and being considered in the bid price

As per bid document

161) Volume 2 132 Section XI

Part1

Scope of Work

Clause 1.3

As per the mentioned clause, Phase I WWTP (40 MGD) constructed during the year

1989-1990 and some of the major units such as Primary Clarifier, secondary clarifier

and gas holder civil structures has to retained and rehabilitated.

Please clarify whether any structural assessment has to be carried out by the contractor

for the major units before replacement of all electro mechanical equipment.

As per bid document

162) Vol.- 2 133

& 184

1.6 & 2.16 Sewage Temperature A discrepancy is observed WRT min & max sewage temperature i.e.17.8/290C against

18/ 270C respectively.

Please clarify.

Refer C&A No. 6, Sl. No. 25

163) Vol. 2, Section

XI, Part-1

133 Clause 1.6 Incoming Waste water quality & design parameter

Tender Clause states- design BOD3 value given is 225mg/l

We assume that all the BOD terms shall be read as BOD3 at 270C & BOD5 at 20

0C.

Please confirm.

Confirmed

164) Vol-2,

Section XI,

Part 1

133 1.6 Incoming Waste Water Quality and Design Parameter The ratio of design value of Ammonical Nitrogen and TKN is 84%. This is very high

compared to the typical range of 70 – 75%. As the objective of the treatment is to meet

the effluent quality requirement of TN <10 mg/l, this high ratio will result into a

conservative design of the plant. Kindly review and reconfirm the design value of TKN

and Ammonical Nitrogen to consider.

As per bid document

165) Volume –II,

Sec-XI ,Part -2

133 1.6 Effluent Quality Requirement :

COD < 50 mg/l

Please note that there is no specific treatment in the plant for COD reduction. While in

a pure municipal sewage it is likely that the COD in the treated effluent may be less

than 50 mg/l, any trade effluent contamination in the municipal sewage would easily

breach the COD limit in the treated effluent. Hence, we request that the COD should be

excluded from the contractual list of treated effluent guarantee. Kindly review and

confirm.

As per bid document

166) Volume – 2,

Section: XI,

Part 1,

133 Cl. 1.6 Raw sewage parameters Please provide the following parameters of raw sewage for plant design and guarantee

Purpose.

a) Heavy metals (with breakup of each element).

As per bid document

167) Volume-2

Section:X1,

Part 1

Electrical

Specification

134 1.7 Interim Operation of the existing & partly rehabilitated WWTP

during construction & rehabilitation period :

The work of Rehabilitation & Up gradation shall be executed in

phased manner so that the existing facilities can be partially used to

treat the incoming flow.

It is very difficult to execute Rehabilitation & Up gradation in phased manner for

electrical equipment as there may be common electrical equipment which will be

supplying both the sections. Kindly clarify or give the specification about how to

proceed the Rehabilitation & Up gradation of electrical system in phased manner.

As per bid document

168) General, Vol-2

Part-1

134 1.7 – 1) - During interim O&M period for we assume that the equipments from other phase can

be utilised in phase which is under operation to run the plant during interim period. Pls

confirm

As per bid document.

169) General

Volume-2

Part-1

134 1.7 – 1) During Interim operation period, it shall be the responsibility of the

Contractor to maintain all the existing electrical & Mechanical

equipment and instruments in proper working conditions and no extra

payments shall be made for this purpose. If required, with permission

of DJB, Contractor can use the existing equipments, which are

dismantled for the purpose of temporary repair of similar equipments

in another stream under operation, during interim Operation Period

We understand that the DJB shall handover the plant in good working conditions. If

anything in electro-mechanical equipment are not functioning properly same has to be

make it good by DJB before taking over by contractor. Kindly confirm.

As per bid document.

170) Volume 2

Section XI,

134 Clause 1.7-1),

Brief Scope of

We presume that, sludge which are to be collected from existing digester, sludge

drying bed and from any other existing units shall be disposed within the Rithala plant

Confirmed

Page 48: Rehabilitation and Up-gradation of 182 MLD Phase-I

47

Part 1 Work as discussed in the pre bid meeting.

Please confirm.

171) Volume 2

Sec XI, Part 1

134 Clause 1.7-1), Brief Scope of Work Please provide the quantity of Sludge Generated and Sludge disposal distance during

Interim O&M?

Bidders to verify from site

172) Volume 2

Section XI,

Part 1

134 General

Clause 1.7-1),

Brief Scope of

Work

We presume that the power during the following periods in Interim Operation will be

under the scope of Employer:

1. During first 18 months when 50% is under rehabilitation – For the balance

50% which is under Interim Operation by the Contractor

2. Second Phase of 18 months – When the Rehabilitated 50% comes under the

Interim Operation by the Contractor.

Please confirm.

As per bid document

173) Volume-2

Section:X1,

Part 1

General

Requirements

& Scope of

Work

135 1.7 The Contractor shall continue to operate the first section of the plant

in such a manner that it would be treating the available flow of

wastewater but at the same time also take up the work of

rehabilitation and upgrading the liquid and sludge stream of the

second section of the plant. Once the work for rehabilitation & up-

gradation of second section is completed, the Contractor will take-up

immediately work for rehabilitation & up-gradation of first section

and start operation of second section. This phase of operation (partial

or full) of WWTP until completion of rehabilitation, up-

gradation and new construction of

full plant is termed as “Interim Operation”.

Interim Operation is difficult in electrical equipment in view of the following points.

1. Both first and second section of the plant loads are connected through a common

MCC panel located at respective area of the plant.

2. Cables which are separate for each equipment but laid in same trenches make very

difficult to lay cable above or near the live cables and also excavating and winding the

cables in phased manner.

3. HT Panel & Transformers are common for both the sections

4. Aerator MCC panel for the existing is 2 numbers but the proposed is one number

(not possible for sectioning / phased manner)

Hence we request you to consider the above and kindly provide a solution /

methodology for interim operation of the electrical system.

As per bid document

174) Volume 2 135 Section XI, Part

1, Clause 1.7,

Brief Scope of

Work

As per the clause, Interim operation needs to be done during Rehabilitation and

Upgradation which is of 36 months duration. During this period, only half of the

system will be available for the contractor to operate as balance half will be under

rehabilitation. We presume that the outlet parameters mentioned is not applicable for

this phase as it is very difficult to achieve the same for the available flow of 100% with

a system of 50%. Please confirm.

As per bid document

175) Volume 2 135 Section XI

Part1

Scope of Work

Clause 1.7

We assume that during takeover of plant by contractor all the existing equipment will

be in good working conditions since interim operation has to be carried out and the

same shall be assured by the owner. Please confirm.

We assume that, if any critical equipment not in operation, such as primary sludge

pumps, Aerators, Secondary Sludge pump, etc the same has to be replaced by the

owner before handing over the plant. Please clarify.

As per bid document

176) Volume 2 135 Section XI, Part1,

Scope of Work,

Clause 1.7

We understood from tender that, for the present flow of 20 to 25 MGD and with

existing system (4 Primary Clarifier, 8 Nos – Aeration Tank and 4 Nos. Secondary

clarifier) the treated effluent quality was BOD < 20 mg/l and TSS < 30 mg/l.

During intermittent operation i.e with 50% working stream, the treated effluent quality

will be difficult to guarantee BOD < 20 mg/l and TSS < 30 mg/l. Therefore please

relax the guarantee during intermittent operation.

As per bid document

177) Volume 2 135 Section XI, Part1,

Scope of Work,

Clause 1.7

Please provide the quantity of sludge currently being generated and disposed. We

assume that during intermittent operation the sludge generated can be directly disposed

to sludge drying beds. This may cause odor / nuisance. Please confirm.

Bidders to verify from site

178) Vol. - 2,

Section XI

Part 1

135 1.7 (1) Brief Scope of Work Kindly confirm that design effluent quality parameters of the existing Rithala Phase-1

plant. As it will be necessary for the purpose of Interim Operation of existing and

partially rehabilitated waste water treatment plant during construction and rehabilitated

period.

As per bid document

179) Vol-2,

Section XI,

Part 1

135 1.7 (1) Brief Scope of Work While the existing Aeration Tank is shallow and has surface aerators, the new

Bioreactor will be deeper and will be provided with Fine Bubble Aeration Diffused

System. In addition, the required volume and plan area of the new Bioreactor will be

over 3 to 4 times of the existing Aeration Tank. With the limited space between PST

and SST, it will be practically impossible to carry-out the construction of new

Bioreactor in parts while retaining and operating a part of the existing Aeration Tank.

Hence, we suggest that the operation of the existing plant during the Interim Operation

should be limited to upto Primary Clarification only. Kindly review and confirm.

As per bid document

Page 49: Rehabilitation and Up-gradation of 182 MLD Phase-I

48

180) Section XI -

Part - 1 :

General

Requirements

136 1.7 Brief Scope of

Work:

vii) Replacement of all E&M equipment including all pumps, motors,

piping, valves & sluice gate etc. and all connected accessories in all

the process and pumping units being rehabilitated

Kindly clarify if replacement of all E&M equipment includes replacement of existing

instrument and control system. If yes, please give details of existing control system -

make, quantity (no. of panels) to be replaced

Bidder to verify from site

181) Volume 2 136 Section XI, Part

1, Clause 1.7, 2,

Brief Scope of Work Please provide the distance between the newly constructed common inlet chamber and

Phase II inlet chamber, which has to be connected under this contract.

Bidders to verify from site

182) Volume 2 136 Section XI, Part

1, Clause 1.7, 2,

Brief Scope of Work Please provide distances between existing pipelines referred under clause 1.2 to newly

constructed inlet chamber for phase 1 and 2.

Bidders to verify from site

183) Volume 2 136 Section XI

Part1

Scope of Work

Clause 1.7 (Point

2. Vii)

Please provide the as built drawing of piping for the following:

– From distribution chamber u/s of Primary Clarifier to individual

clarifier

– From Primary Clarifiers to the sump of Raw Sludge pump house

– From distribution chamber u/s of Final Clarifier to individual clarifier

– From Final Clarifiers to the sump of Return Activated Sludge pump

house

With pipe diameter, MOC and invert levels of the pipe for rehabilitation.

It is mentioned that above pipes only have to be desilted and replacement is not

required. Please confirm.

Bidders to verify from site

As per bid document 184) Vol -2,

Sec-XI, Part -1

136 1.7

Point -2 (xi)

Rehabilitation of Existing Gas Holders Kindly confirm the active storage volume in the existing gas holders which are to be

rehabilitated.

Bidders to verify from site

185) Vol-2

Sec XI-Part 1

136 1.7

Point -2 (vii)

Brief Scope Of Work The following existing piping arrangement are specified to be de-silted:

a) From distribution chamber u/s of Primary Clarifier to individual clarifier;

b) From Primary Clarifiers to the sump of Raw Sludge pump house;

c) From distribution chamber u/s of Final Clarifier to individual clarifier;

d) From Final Clarifiers to the sump of Return Activated Sludge pump house.

As these Pipe are old and buried, either confirm that these pipes are still in good

condition, non-leaking and has residual life to last for the expected life of the

Rehabilitated / Upgraded Plant, or confirm that in case the pipes needs

replacement/rectification, the cost shall be paid by the Employer as per the

requirement.

As per bid document

186) Vol. 2 137 Trial & Run period In general, tenders have trial & run period normally 3 months, which is enough to

judge the performance of plant.

Thus request to amend the requirement of same

As per bid document

187) Volume 2 138 Section XI, Part

1, Clause 1.7, 4,

Brief Scope of

Work

Operation of Plant during DLP of One year: - As per this clause, all the routine

operating cost for manpower, and consumables (like chemicals, laboratory glassware,

oil/lubricants, fuel & electricity etc.), transportation, disposal of treated effluent,

cartage and stacking of sludge within plant are in contractor scope. We presume that,

electricity for operating the plant shall be provided by client. Please confirm.

Refer C&A No. 6, Sl. No. 14

188) Volume 2 138 Section XI, Part

1, Clause 1.7, 5,

Brief Scope of

Work

Operation of Plant during O&M period: - As per this clause, all the routine operating

cost for manpower, and consumables (like chemicals, laboratory glassware,

oil/lubricants, fuel & electricity etc.), transportation, disposal of treated effluent,

cartage and stacking of sludge within plant are in contractor scope. We presume that,

electricity for operating the plant shall be provided by client. Please confirm.

Refer C&A No. 6, Sl. No. 15

189) Volume 2

Section XI,

Part 1

139 The contractor shall, at no extra cost to the DJB, refurbish / repair &

recondition all E&M&I equipment in the concluding year of the

O&M contract to a condition, so that they remain in running

condition with regular preventive and recommended maintenance,

including supply of all necessary spares that may be required to

operate these equipments for another 4 years.

Kindly confirm the handover spares at the end of O&M period is for 2 years or 4 years. Refer C&A No. 6, Sl. No. 15

190) Vol 2 –

Section XI

139 Part 1 / Clause 1.7

Item no 6.

6) Demolition of Structures of Existing WWTP …………

The material obtained after demolition of sludge drying beds and

other structures shall be stacked at site in heaps / stacks as directed by

engineer. The serviceable material shall be issued to the contractor

We presume that, all the debris from the demolition structures shall be disposed within

the Rithala plant.

Please confirm.

Or

As per bid document

Page 50: Rehabilitation and Up-gradation of 182 MLD Phase-I

49

................... Please indicate the location with lead distance if disposed at any other DJB's land.

191) Vol 2 –

Section XI

139 Part 2 / Clause 2.3 2.3 Demolition of Interfaces and Tie-Ins with Existing Facilities

List of Existing Units / Structure to be Demolished

During our site visit, we have observed a existing control building at the existing

digester area and we presume that, this building also shall be demolished by bidder.

Please confirm.

Refer C&A No. 6, Sl. No. 17

192) Volume 2 139 Section XI, Part

1, Clause 1.7, 6,

Brief Scope of

Work

Demolition of structures of existing WWTP: Please confirm the disposal distance of

the excess malba / debris / unserviceable material obtained during demolition. We

presume that, to dispose the material, site will be provided by client. Please confirm.

As per bid document

193) Volume 2 139 Section: XI, Part

1, 5. O&M of the

plant for a period

of 10 years.

In the referred clause of page 139, it is mentioned that the contractor is to ensure the

guarantee for the “Automation system”. Hence we request client to please clarify the

referred clause regarding the Guarantee of Automation system.

Refer C&A No. 6, Sl. No. 16

194) Volume 2 139 Section XI

Part 1, Scope of

Work, Clause 1.7

– Point No 5

Please provide the level of guarantee for automation system and how it can be

measured for evaluation.

Refer C&A No. 6, Sl. No. 16

195) General

Volume 2

Section XI,

Part 1

139 Clause 6) Surplus Material Kindly confirm us the distance between the site and the place where surplus material is

to be disposed.

Pls confirm whether the disposal site will be made available to the contractor or not.

Bidders to verify from site

196) Vol. 2,

Section XI,

Part-1

151 Clause 1.14 Topographical survey data

Tender Clause states-

The ground level varies from 215.5m to 214.25m i.e. from existing

inlet chamber to filtration beds respectively. FGL of the site should

be maintained as 100mm below the RL of center line of existing

approach road.

Please provide us RL of center line of existing approach road for FGL determination.

However we suggest that, the finished ground level shall be maintained as the Natural

ground level and micro grading will be done all-around the structure.

Please confirm.

Bidder to verify from site

As per bid document

197) Vol- 2,

Section XI,

Part 1

151 1.14 FGL of Existing Road Kindly provide the RL of the existing approach Road so that the tender requirement

that the FGL of the site should be 100 mm below the RL of center line of existing

approach road can be properly complied with.

As per bid document

198) Vol-2, Section

XI, Part 1

152 Clause 1.15 Soil Investigation Report Please mention the FGL of plant to enable us to estimate. As per bid document

199) Vol-2, Section

XI, Part 1

152 Clause 1.15 Soil Investigation Report Soil Investigation report. Please furnish the soil investigation report for ascertain the

Net SBC at different locations

As per bid document

200) Vol. 2 155 Labour placement We understand land for Labour hutment and other activities pertain for execution

would be provided free of cost from DJB with power & water connection.

As per bid document

201) Vol-2, Section

XI, Part 1

155

to

157

Clause 1.23.2.1,

1.23.2.7 & 1.23.3

Space Space for Site office, stores & labor may be provided to the contractor by Client at free

of cost.

As per bid document

202) Volume 2

Section XI,

Part 1,

156 Clause 1.23.2.2 Water Supply during Construction We request you to please provide free of cost Water during Construction period apart

from Operation and Maintenance Period.

Kindly accept and confirm.

As per bid document

203) Volume 2

Section-XI,

Part 1

156 Clause 1.23.2.4 Electricity for Contractor's Use on Site We request you to please provide free of cost Electricity during Construction period

apart from Operation and Maintenance Period.

Kindly accept and confirm.

As per bid document

204) Volume-2

Part-1

157 General Site office / Contractors office provided during execution of contract We request site office / contractor‟s office provided during construction will used

during O & M period without demolishing the same

As per bid document

205) Vol. 2 158 1.24 1.24 Vehicle ;- The Contractor shall provide two numbers of new air

conditioned seven seater road vehicles as approved by the Engineer

for the duration of the Construction Period.

Please specify upper ceiling limit for daily/monthly/ yearly usage of vehicle to be

provided.

3000 Km per month approx.

206) Vol. 2 159 Disposal point Provide the distance from site for damping of Excavated earth. Bidders to verify from site. 207) Volume 2:

Section XI,

Part 1

159 General

Requirements &

Scope of Work

1.28 Inspection of equipments. In case of inspections outside India

and in case there are travelling charges, boarding & lodging charges

etc. of DJB staff/PMC, shall these be borne by DJB or Contractor?

Please kindly confirm. As per bid document

Page 51: Rehabilitation and Up-gradation of 182 MLD Phase-I

50

208) Volume 2:

Section XI,

Part 1

159 Part 2 – Plant &

Process

Requirements

2.16 Bio Reactor. The minimum sewage temperature used for design

shall be 18°C (page 184) or 15°C (page 187).

Please kindly resolve discrepancy. Refer C&A No. 6, Sl. No. 28

209) Vol. -2 160 1.29 Statutory Approval The Contractor is required to obtain all statutory approvals for /and on behalf of DJB

under the following categories:

i.) Factory Act, ii.) Electricity Act, iii.) Environment Act, iv.) Municipal Act, v.)

Explosives Act, vi.) Any other act

Our understanding plant is in existence and operation with all statutory approvals

already in place with DJB, statutory approvals would be duplicated incurring

unnecessary cost.

As per bid document

210) Vol . 2

Sec X1 Part 1

160 1.29 Statutory Approval : The contractor shall obtain all statutory approval

for/and on behalf of DJB under the following

(1) Factories Act

We request the employer to confirm whether the existing plant being cover the

Factories Act in the State of Delhi. If so, please furnish the registration number issued

under the said Act.

As per rules

211) Vol-2, Section

XI, Part 1

160 Clause 1.29 Clearances We understand that all kind of legal / statutory / Govt. clearances, Land/crop

compensation for the project is in employer scope. Pls confirm.

As per bid document

212) Vol-2, Section

XI, Part 1

160 Clause 1.29 Clearances We request you to kindly forward the requisition to concerned government department

for clearances, required for project work, other Liaoning work will be done by

contractor. Pl. Confirm

As per bid document

213) Vol-2, Section

XI, Part 1

160

Clause 1.29

Approvals & Permissions All PCB approvals & permissions will be in employer‟s scope. All required

permissions & Approval towards respective authority, Institutions shall be in client‟s

(Employer‟s) scope. Please confirm.

As per bid document

214) Vol-2, Section

XI, Part 1

166

&

167

1.36 List of Items for issue Form C Our understanding is that Employer shall issue Form C - for the bought out

materials/equipments supplied by the Contractor on "Sale in Transit" bass U/S (2) of

CST Act. Pl confirm our understanding is in order.

As per CST rules.

215) Vol-2, Section

XI, Part 1

166 Clause 1.36, Brief

Scope of Work

List of Items for issue of form „C‟:- Travelling Bridge Filters / Cloth Media Filter /

Membrane Filtration System / DAF Thickener / Micro Power Turbine / Bio Chemical

Scrubber are not included in the items which is required as per tender document to

supply for the project. Request you to please provide C form for this item. Please

confirm.

As per bid document

216) Vol-2, Section

XI, Part 2

168 Plant & Process,

Clause 2.2.1

Please provide the inlet fecal coliform to be considered for design. Bidders to verify from site

217) Vol-2, Section

XI, Part 2

168 2.2 Waste Water and Sludge Quality Peak Flow value is specified as 80 MGD. However, we understand that it implies that

the Diurnal Hourly Peak Flow of 15,167 m3/hr, and the Total cumulative flow to the

plant shall be limited to the average design flow of 40 MGD only. Please confirm.

As per bid document

218) Vol-2, Section

XI, Part 2

168 2.2 Waste Water and Sludge Quality – Duration of Peak Flow Kindly confirm the typical duration of the Diurnal Peak Flow during the day to the

plant, or provide the Raw Sewage Flow Profile over 24 hours as this information is

very critical for the design of the sensitive Biological Process and Functional

Guarantees.

As per bid document

219) Vol-2, Section

XI, Part 2

169 Plant & Process,

Clause 2.2.2

We presume that treated effluent quality requirement and guarantee specified in 2.2.2

clause is after chlorine contact tank. Please confirm.

Confirmed

220) Vol-2, Section

XI, Part 2

169 Sludge Quality Standards

Sludge Quality Requirements (Dewatered Sludge)

As per Page no. 169 of tender document, it is mentioned that the Minimum Sludge

Consistency after dewatering shall be 25% (+/-) 2 % w/w.

However, in practice dewatering machines offer sludge consistency of about 20- 22%

w/w. Therefore, we request the department to kindly consider the sludge consistency of

dewatered sludge according to the consistency obtained in actual practice and confirm

your acceptance for 20-22% w/w sludge consistency for dewatered sludge at the outlet.

As per bid document

221) Vol-2, Section

XI, Part 2

170 Plant & Process

Clause 2.3

We assume, except primary clarifier, secondary clarifier and gas holder, the bidder is

free to construct new one instead of rehabilitating the existing unit such as distribution

chamber, interconnecting channel etc. Please Confirm.

As per bid document

222) Vol-2, Section

XI, Part 2

170 Plant & Process

Clause 2.3

Please provide the depth from Existing ground level (EGL) for the following unit that

has to be demolished.

1. Aeration Tank

2. Digester

3. Sludge drying beds.

Bidders to verify from site

Page 52: Rehabilitation and Up-gradation of 182 MLD Phase-I

51

223) Vol-2, Section

XI, Part 2

170 Plant & Process

Clause 2.4

As per NIT, the treated effluent guarantee for phosphorous is provided as 2 mg/l (Inlet

– 6 mg/l), but as per clause 2.4 the existing WWTP shall be rehabilitated and upgraded

to MLE process.

In MLE process only nitrogen can be removed biologically; therefore for Biological

Nutrient Removal process (Nitrogen and Phosphorous) shall we consider A2/O, UCT,

Bradenpho etc. process instead of MLE process to guarantee both nitrogen and

phosphorous removal. Please clarify.

Refer C&A No. 6, Sl. No. 18

224) Vol-2, Section

XI, Part 2

170

&

206

2.3 & 2.37 Existing Drying Beds & New Sludge Drying Beds Since there are already 48 nos. of SDBs in the plant, it would be better to use some of

these SDBs to manage 10 % of Digested sludge /Dewatered sludge, and not build

additional SDBs. Please review and confirm.

As per bid document

225) Vol-2, Section

XI, Part 2

170 2.4 Sewage Treatment Process Kindly provide the HFL of supplementary drain. Refer hydraulic flow diagram

drag no. YAP-

III/R2/P/HFD/002(T).

However, bidders to verify

the levels from site. 226) Vol-2, Section

XI, Part 2

170 Cl. 2.4 Sewage Treatment Plant process

Existing STP shall be rehabilitated and upgraded to achieve treated effluent parameters

as mentioned under cl. 2.2.2 of Volume 02. The main biological liquid treatment

process shall be conventional plug flow activated sludge with initial anoxic zone and

internal mixed liquor recycle (MLR) for denitrification, also known as Modified

Ludzack- Ettinger (MLE process. Bidder can also propose alternative biological

process based on membrane bio reactor (MBR) which shall be able to achieve treated

effluent parameters as mentioned under cl. 2.2.2 of Volume 02.

As per bid document

227) Vol-2, Section

XI, Part 2

171 2.5 Bypasses shall be provided around all flow meters and other in-line

instrumentation such that the instrument can be isolated and removed

for calibration and maintenance without interrupting the flow,

regardless of whether or not such bypasses are shown in any

drawings included in the Tender Document

We assume that, all Magnetic flow meters will be provided with 2 Nos. Isolation Valve

and 1 No. Bypass Valve.

Please confirm.

Confirmed

228) Vol-2, Section

XI, Part 2

171 Part 2 / Clause 2.4 Further the IL of the treated effluent channel at the outfall point shall

be minimum 1 m above the HFL of Nangloi supplementary drain.

We presume that, the HFL of Nangloi drain is 208.85 as indicated in the Hydraulic

profile diagram Drg No : YAP-III/R2/P/ HFD/ 002 (T) Please confirm.

This as per the available

records, however bidders are

also required to also verify

the same from concerned

authority. 229) Vol-2, Section

XI, Part 2

171 New Common

Inlet Chamber

Please provide the distance of Inlet chamber of existing Phase-II plant from the

proposed New common Inlet chamber for Phase-I and Phase-II.

Bidders to verify from site

230) Vol-2, Section

XI, Part 2

171 Plant & Process

Clause 2.4

Please provide the TWL of common inlet chamber in order to find the maximum

available head for designing the hydraulics.

As per bid document

231) Vol-2, Section

XI, Part 2

171 Plant & Process

Clause 2.4

As per Volume 4, Section XVI Drawing – HFD, the TWL of inlet chamber of Phase I

provided as 219.19 m, where screen head loss considered as 50 mm which is very less

when compared to CPHEEO standard. As per CPHEEO a minimum 300 mm head loss

to be considered across the screen at peak flow. Therefore the TWL of the Phase inlet

chamber will be 219.44 mm (250 mm higher). Please clarify.

Please clarify whether the available head at the common inlet chamber is sufficient to

consider 219.44 m as TWL of Phase I Inlet chamber.

As per bid document

232) Vol-2, Section

XI, Part 2

171 2.5 General Design Requirement

We understand that for the Overhead Lifting of Aeration Tank Pumps, Blowers,

Digestor Gas Compressors, etc. the type of lifting equipment (HOT or EOT crane)

shall be as per clause 4.2.20,page 349. Kindly confirm.

Refer C&A No. 6, Sl. No. 54

233) Vol-2, Section

XI, Part 2

172 Clause 2.5 (7th

Point)

Plant & Process We assume all the liquid holding structures shall be drained through gravity or by

pumping through existing pumps.

As per bid document

234) Vol-2, Section

XI, Part 2

173 2.5 The minimum velocity of full flow in pipes or conduits shall not be

less than 0.6 m/s and the maximum shall not be more than 1.2 m/s for

pump suction and not more than 1.5 m/sec for pump discharge.

All the clauses are contradicting with each other for Sewage, Water & Waste Water.

We assume that, we shall design pipe line sizes as per the Velocity Basis provided in

Page No. 339.

Please confirm.

Refer C&A No. 6, Sl. No. 19,

23 & 52

235) Vol-2, Section 173 2.5 The normal pipeline peak flow velocity for gases shall not be more Please note that, the Bio-gas will get condensed, if the line velocity exceeds more than Refer C&A No. 6, Sl. No. 19,

Page 53: Rehabilitation and Up-gradation of 182 MLD Phase-I

52

XI, Part 2 than 15.0 m/s. 6.0 m/s. We assume that, we shall be design the Bio-gas pipe lines with the velocity of

3.5 to 6.0 m/s. Please confirm.

23 & 52

236) Vol-2, Section

XI, Part 2

173 2.5 Appropriate restrained flexible connections and/or joints shall be

provided for all pipes where they connect to any and all of the

following:

o Equipment such as pumps, blowers, or inline devices

o Valves

We assume that, the type of flexible connections / joints shall be as per Bidder's

design.

Please confirm.

As per bid document

237) Vol-2, Section

XI, Part 2

174 Plant & Process,

Clause 2.6

We assume new bye pass facility has to be provided for common inlet chamber and for

Phase I inlet chamber. Please clarify.

As per bid document

238) Volume 2 174

& 453

Section XI, Part

2, Plant &

Process, Clause

2.5

Section XI

Part 6

Instrumentation

Clause 6.5.1

In Part 2, Plant and Process, Clause 2.5 it is mentioned as – “For clarifiers, the design

shall provide for separate and independent measurement and control of the flow rate of

sludge withdrawal from each individual clarifier unit”.

In Part 6, Instrumentation, Clause 6.5.1 – List of instruments, online flow measurement

is specified only for Primary Sludge Pump Header line and Return Sludge Line.

From above two clauses it is contradicting that whether flow rate of sludge to be

monitored individually from each clarifier or sludge flow to be measured only in the

common header line of Primary sludge and RAS Pumps. Please clarify.

Refer C&A No. 6, Sl. No. 20

239) Vol-2, Section

XI, Part 2

175 Plant & Process

Clause 2.6

As per this clause, for Process Pumps, Blowers and Compressors: If not mentioned

specifically otherwise, provide 100% standby unit.

Please confirm whether bidder can choose no of standby units as per standard

engineering practice.

As per bid document

240) Vol-2, Section

XI, Part 2

176 Plant & Process

Clause 2.7 & 2.10

& 2.11

In Clause 2.7 and in layout, the no of units for the following structures specified as :

Fine Screen Channel – 4 Nos (2 W + 2 S)

Grit Chamber – 4 Nos (2 W+ 2 S)

But in Same volume and section, clause 2.10 & 2.11 the no. of screen and grit chamber

provided as 3 Nos. (2W+1S). Please clarify whether to consider 3(2W+1S) or

4(2W+2S).

Refer C&A No. 6, Sl. No. 23

& 42

241) Vol-2, Section

XI, Part 2

176 Cl 2.7 Rehabilitation Work For the Bidders to reliably assess the nature, complexity and scope of the Demolition

and Rehabilitation works to be carried-out, kindly provide the As-Built / GA Drawings

of all the units in Phase-1 plant. As a minimum, the drawings for the following units

should be provided:

Screen / De-gritting Unit / Distribution Chamber of PST

PST

Aeration Tanks

Secondary Clarifier with distribution Chamber.

Raw Sludge Sump & Pump House

Electric Sub-station

Sludge Digester.

Gas Holders

Bidders to verify from site

242) Vol-2, Section

XI, Part 2

176 Cl. 2.7 Sewage Treatment Process Layout and facilities Description - Indicative list of major

treatment units Existing / proposed

As per Item no. 16 of the table, existing Bioreactor tanks to be demolished and

constructed as new. We request you to allow bidders to use existing bioreactor tank

with necessary modifications if it is meeting the requirements for process requirements

As per bid document

243) Vol-2, Section

XI, Part 2

176 General

Clause 2.7

Please provide the dimensions of distribution chamber of Primary Clarifier &

Secondary Clarifier and the interconnecting Channel width and height.

Bidders to verify from site

244) Vol. 2 177 2.7

S. No. 47

Existing Substation Building-PMCC-1 This S/S Building will also have other

New 11KV HT panel , new Transformers , different MCCs etc.

As per Bid document

245) Vol. 2 177

&

212

2.7

S.no. 51 & 2.40

Micro Hydro Power Generation System Necessary liasoning work / getting permission will be in scope of Purchaser for

hooking up power to grid.

As per bid document

246) Vol-2, Section

XI, Part 2

178 Common Inlet chamber for Phase-I and Phase-II WWTPs The common Inlet chamber will be designed as per the Hydraulics of Phase-I WWTP

and TWL of Inlet chamber for Phase-II WWTP.

As per bid document

Page 54: Rehabilitation and Up-gradation of 182 MLD Phase-I

53

It is assumed that the pumping head (in the upstream Pumping stations) for all the

incoming raw sewage rising mains (8 nos.) is sufficient for this design.

Otherwise, please provide the maximum TWL feasible in this Common Inlet chamber

for design purposes.

247) Vol-2, Section

XI, Part 2

178 Common Inlet chamber for Phase-I and Phase-II WWTPs- Rising

mains

Please provide any layout indicating the location of all the 8 nos of incoming rising

mains which have to be interconnected to the common Inlet chamber.

Bidders to verify from site

248) Vol-2, Section

XI, Part 2

178 Common Inlet chamber for Phase-I and Phase-II WWTPs- Rising

mains

Please provide approximate lengths for each rising main which have to be extended

and connected to the Common Inlet chamber.

Bidders to verify from site

249) Vol-2, Section

XI, Part 2

178 Common Inlet chamber for Phase-I and Phase-II WWTPs- Rising

mains

Please mention the shut-down time (if any specific requirement), for each incoming

sewage rising main.

Bidders to verify from site

250) Vol-2, Section

XI, Part 2

178 Plant & Process

Clause 2.8

Please provide the invert level of incoming pipes (8 Nos) to common inlet chamber

and the direction of entrance to the common inlet chamber.

Bidders to verify from site

251) Vol-2, Section

XI, Part 2

179 Clause 2.10, Fine

Screen Channels

As per this clause, Electrically operated Inlet & Outlet thimble mounted isolation

sluice gates shall be provided for controlling the flow from common channel to Grit

chambers. We request you to please accept for Open Channel gates instead of thimble

mounted sluice gates. Please confirm.

As per bid document

252) Vol-2, Section

XI, Part 2

179 Clause 2.10, Fine

Screen Channels

We request you to please accept inclination angle of screen to horizontal is 400 to 700

instead of 450 to 700. Please confirm.

Refer C&A No. 6, Sl. No. 23

253) Vol-2, Section

XI, Part 2

179 Common Inlet chamber for Phase-I and Phase-II WWTPs- Existing

Siphon/duct

Please provide the details/drawings of the existing siphon/duct conveying wastewater

to Phase-II WWTP.

Bidders to verify from site

254) Vol-2, Section

XI, Part 2

179 2.10 Fine Screen Channels As per our experience in the O&M of STPs, and the feedback from the Screen

Vendors, a 10 or 20 mm Medium Bar screen should be provided upstream of 6 mm

Fine Screen for its trouble free operation and Manufacturer‟s Warrantee. However, in

the tender there is no mention of a Medium Screen before 6 mm Fine Screen. Kindly

confirm if the raw sewage is already passed through a medium bar screens (opening

not exceeding 20 mm). Otherwise, please make the provision of Medium Screen before

the Fine Screen mandatory for all the Bidders.

Refer C&A No. 6, Sl. No. 23

255) Vol-2, Section

XI, Part 2

179

& 180

Clause 2.10

& 2.11

Mechanical treatment Is it acceptable to use 4 strings of mechanical treatment (4 screen channels + 4 grit

chambers)

Refer C&A No. 6, Sl. No. 23

256) Vol-2, Section

XI, Part 2

Vol-2, Section

XI, Part 4, Para

3

180

181

271

Clause 2.11,

4.2.2.

Grit chambers

Tender Clause states-

“No. of Units shall be 3 Nos. (2W+1S)”.

Grit chambers

Tender Clause states-

“Grit chambers shall be of vortex type with centre drive and

independent washer and or /or classifier as specified in Part -2, Vol-

2, total 4nos(2 W+2S) each designed for a 50% of peak flow of

i.e.182mld. “

We Presume that required quantity shall be 3 Nos. (2W+1S).

Please confirm.

Refer C&A No. 6, Sl. No. 42

257) Vol-2, Section

XI, Part 2

180 Clause 2.11 Mechanical treatment Is it acceptable to use classical, horizontal grit chambers? As per bid document

258) Vol-2, Section

XI, Part 2

181 Plant & Process

Clause 2.11

The vortex grit chambers have a typical detention times at peak design flows 20 to 30

seconds. But as per mentioned clause the minimum HRT of grit chamber at peak flow

provided as 60Sec. Please clarify.

Refer C&A No. 6, Sl. No.24

259) Vol-2, Section

XI, Part 2

181 2.11 Grit Chamber Kindly confirm the maximum design SOR at Peak Flow conditions for the design of

the Vortex Grit Chamber.

As per vendor design subject

approval of Engineer In-

charge 260) Vol-2, Section

XI, Part 2

182

& 189

Clause 2.13 &

2.18

Plant & Process Please provide the diameter and MOC of sludge withdrawal line from primary and

secondary clarifier for the selection of valves and designing.

Bidders to verify from site

261) Vol-2, Section

: XI , Part:2 &

Part:4

182

&

271

2.13

&

4.2.2

Cyclone Grit Chamber Number of grit chambers specified in 2.13 is ( 2W+1S ) which is in variance with

clause 4.2.2 where the number of grit chambers mentioned is 4( 2W+2S). Kindly

Clarify the discrepancy.

Refer C&A No. 6, Sl. No. 42

262) Vol-2, Section

XI, Part 2

183 Plant & Process

Clause 2.13

Please provide the As Built Drawing of Primary Clarifier or provide the following

details

Bidders to verify from site

Page 55: Rehabilitation and Up-gradation of 182 MLD Phase-I

54

1. Inlet Pipe dia and MOC

2. Influent arrangement

3. Weir arrangement (Single Weir or double Weir)

4. Sludge withdrawal pipe invert level and sludge valve arrangement details.

263) Vol-2, Section

XI, Part 2

183 Plant & Process

Clause 2.13

Please provide the present sludge consistency from primary clarifier which is pumped

to the digester.

Bidders to verify from site

264) Vol-2, Section

XI, Part 2

183 Plant & Process

Clause 2.15

Please provide the dimension of existing raw sludge sump for mixer design and invert

level of incoming sludge pipes from primary clarifier.

We assume that as per bidder design, the pump capacity and head shall be designed

and replace the existing raw sludge pumps with new ones. Please confirm.

Bidders to verify from site

As per bid document

265) Vol-2, Section

XI, Part 2

184 2.16

Bioreactor

While the tender allows the actual HRT as per design, the specified minimum 10 hr

HRT value is very low considering the fact that due to the poor TKN/BOD ratio at the

inlet of bioreactor and low temperature of sewage during winter in Delhi, the actual

design HRT will be much higher. In our view, the long terms interest of the Employer

will be better protected with a more realistic minimum HRT specified that will deter

the Bidders from compromising the design for the sake of bid competitivity We request

this issue to be reviewed and minimum HRT to be re-confirmed.

Refer C&A No. 6, Sl. No. 26

& 27

266) Vol-2, Section

XI, Part 2

184

& 349

2.15

(B-iv)

Raw Sludge Sump & Pump House - Other Allied Works

EOT Crane is specified for Raw Sludge Pump House, whereas HOT (Double Rail)

crane is specified in clause 4.2.20 (page 349) for up to 3 MT lifting requirement. Since

the weight of the Raw Sludge Pumps shall be much less than 3 MT, we understand

HOT (Double Rail) crane shall be acceptable. Kindly confirm.

Refer C&A No. 6, Sl. No. 54

267) Vol-2, Section

XI, Part 2

184

& 187

Clause 2.16.2

Clause no. 2.16

Aerobic Zones

Tender Clause states -

“Minimum Sewage temperature – 15 deg C”.

Aerobic Zones

Tender Clause states -

"The minimum sewage temperature used for design may be

considered as 180C and maximum as 270C. “

There is ambiguity for minimum design temperature for aeration temperature.

We Presume that minimum sewage temperature of 17.80C shall be considered for

design in line with influent water properties specified at Page 133/ Vol. 2, Section XI,

Part-1, Clause 1.6.

Please confirm.

Refer C&A No. 6, Sl. No. 28

268) Vol-2, Section

XI, Part 2

185 2.16.1(xiv) Mixing Power for Anoxic Tank

Mixing requirement specified as 8 - 10 Watt/cum in tender document, We request you

to allow bidder‟s to design mixing system as per the criteria specified in CPHEEO

manual. Ref. CHHEEO Manual/ Part A Chapter 5.

As per bid document

269) Vol-2, Section

XI, Part 2,

Plant &

Process

185 Clause 2.16.1 As per this clause minimum mixing requirement of 8-10 Watt/cum to be provided in

the anoxic tank, this is on higher side. As per vendor recommendation the minimum

mixing power requirement is 1-6 Watt/cum for denitrification units.

Therefore shall we consider minimum mixing requirement to 1- 6 Watt/cum. Please

confirm.

As per bid document

270) Vol-2, Section:

XI, Part 2

185

&186

2.16.1 & 2.16.2

Anoxic Zone and Aerobic Zone – Liquid Depth Considering the space constraint and the required very big volume of the Bioreactor,

please allow 7 m (maximum) liquid depth as against 6 m (maximum) specified in the

tender. Kindly review and confirm.

Refer C&A No. 6, Sl. No. 26

& 27

271) Vol-2, Sec-XI ,

Part -2

185

186

2.16 Anoxic Zones & Aerobic Zones – Liquid Depth Due to the large volume of the Bioreactor required, the Tender limiting the “Liquid

Depth 6.0 m (maximum)” shall make it difficult for the new bioreactor to be

accommodated in the available space in the plant. There are plants in India and abroad

where more than 6 m Liquid Depth in Bioreactor has been provided and operated

successfully.

We request the Bidders should be allowed to propose the Bioreactor depth as per his

requirement to fit the plant within the overall available space. Kindly review and

confirm

Refer C&A No. 6, Sl. No. 26

& 27

272) Volume-2 185 Section XI Part 2

Clause 2.16.1

Anoxic zones Mixing requirement

Mixing requirement specified for Anoxic zone is very high (8-10 W/m3).

2-3 W/m3 is sufficient for the purpose. Kindly confirm.

As per bid document

273) Vol. 2, Section

XI, Part-2

187

Clause 2.16.2

Aerobic Zones

Tender Clause states -

“Fouling factor for diffuser – 0.8 ”

Please confirm the fouling factor to be considered for design. Refer C&A No. 6, Sl. No. 28

Page 56: Rehabilitation and Up-gradation of 182 MLD Phase-I

55

Vol. 2, Section

XI, Part-4, Sub

clause e)

284

&

285

Clause no. 4.2.5

Diffusers

Tender Clause states -

“Fouling Factor

‐ For retrieval diffusers which can be cleaned and serviced at a

frequency of 6 to 8 weeks without the need of emptying tank - 0.90

‐ For fixed ( i.e. non retrievable diffusers ) which cannot be cleaned

or serviced without emptying of tank - 0.70 “

274) Vol. 2, Section

XI, Part-2

187

Clause 2.16.2

Aerobic Zones

Tender Clause states -

“Diffuser Membrane MOC - EPDM or silicon elastomer with UV

protection”.

Please confirm the MOC of Diffuser Refer C&A No. 6, Sl. No. 28

275) Vol. 2, Section

XI, Part-2

187 Clause 2.16.2 Aerobic Zones

Table Point No. C.i - Minimum Air Blower Quantity

Tender Clause states - Minimum one number Blower for each

aeration tank and minimum 50% standby for total numbers.

Please note that bidders should be allowed to choose the Process Air Blower

Configuration as per their process design. Provision on minimum one blower for each

aeration tanks should be relaxed. However, bidders will follow the minimum 50%

standby requirement for total number of blowers.

As per bid document

276) Vol-2, Section

XI, Part 2

187 Clause 2.16.2 Plant & Process We assume that bidder is free to choose the number and configuration of blower as per

bidder design. Please confirm.

As per bid document

277) Vol-2, Section

XI, Part 2

187 Clause 2.16.2 Plant & Process Whether additional safety factor of 20% to be considered for oxygen demand. As per

NIT, already we have considered maximum oxygen demand by considering oxygen

credit (in denitrification process) as 50% for nitrification process. Please Clarify.

As per bid document

278) Vol-2, Section

XI, Part 2

187 2.16.2 Aerobic Zones

Point –C ,

Process Air Blower ( i )

50% Standby (minimum) of Total nos. is specified. It may be noted that specified High

Speed Centrifugal/Turbo Blowers are efficient and robust, but are also very expensive

equipment. Excessive Standby units, complete with mechanical and electrical systems,

will cost a lot of money to the Employer without any real advantage. In addition, the

Building size will also increase adding to the cost. Hence, we suggest 50%standbyof

the total nos. with a max. of 2 nos. Standby should be specified for Process Air

Blower. Kindly review and confirm.

As per bid document

279) Vol-2, Section

XI, Part 2

187 2.16.2, B (x) Minimum Sewage temperature Minimum sewage temperature specified is 15 deg C, whereas at pg. 168 (cl 2.2.1), the

minimum sewage temperature is specified as 17.8 deg C. The minimum temperature

for design will play a major role in the sizing of the Bioreactor for Nitrification and

De-nitrification, and the plant performance. Hence, we request the Employer to specify

the minimum design temperature of the raw sewage to be considered for design by all

the bidders.

Refer C&A No. 6, Sl. No. 28

280) Vol-2, Section

XI, Part 2

187 2.16.2, B (ix) Diffuser Fouling

Factor

Please confirm that the design Fouling Factor shall be as per the criteria and value

specified in vol-2, Section – XI, Part 4, Cl 4.2.5 (e).

Refer C&A No. 6, Sl. No. 28

281) Volume-2 187 Section XI Part 2

Clause 2.16.2

Aeration requirements

Tender specifies “Oxygen Demand safety factor as 20%”

Request to remove the same as standby blowers are provided which can always cater

the additional air requirement for instant.

As per bid document

282) Volume-2 187 Section XI Part 2

Clause 2.16.2

Process Air blowers

Tender specifies “Min. no. of standby air blowers required as 50%”

Min. no. of standby Air blowers shall be 33% as per general practice. Kindly revise the

same.

As per bid document

283) Vol-

2,Section:XI,

Part-2

188

2.16.2

Suitable Air Cooling System shall be provided to reduce the

temperature of compressed Air from discharge of air blower before

entering into the Aeration Tank

We assume that, the type and location of Air cooler is as per Bidder's Design.

Please confirm.

As per bid document

284) Vol-2, Section

XI, Part 2

189 Plant & Process

Clause 2.18

Please provide the As Built drawing of Secondary Clarifier or provide the following

details

1. Inlet Pipe dia and MOC

2. Influent arrangement

3. Weir arrangement (Single Weir or double Weir)

Sludge withdrawal pipe invert level and sludge valve arrangement details.

Bidders to verify from site

Page 57: Rehabilitation and Up-gradation of 182 MLD Phase-I

56

285) Vol-2, Section

XI, Part 2

189 2.18

A

Secondary Clarifier Minimum SVI value for design is not specified in the tender. Kindly note that SVI

value is one of the most critical parameter in the design of the Secondary Clarifier in

such plants. However, in ASP plants having Primary Clarifiers, and Bioreactor

designed with nitrification and de-nitrification process, typical SVI value is in the

range of 120 - 150. In order to ensure that designs proposed by each Bidder is reliable

and comparable for fair evaluation, we request you to kindly specify the minimum

design SVI value to consider.

As per bid document

286) Vol-2, Section

XI, Part 2

189 2.18

A (ix)

Secondary Clarifier

Solid concentration in waste activated sludge is specified as 0.75%

(minimum).However, in STPs with Primary Clarifiers and Bioreactor designed with

nitrification and de-nitrification process, the typical concentration of waste activated

sludge is in the range of 0.4 to 0.6 %. With unrealistic high concentration as per tender,

the RAS, Bioreactor and Sludge Treatment Units will be undersized, and shall

eventually lead to permanent operational and process performance problems. We

recommend that for the purpose of design, the waste activated sludge concentration

should be specified as 0.5% (maximum). Please review and confirm.

Refer C&A No. 6, Sl. No. 29

287) Vol-2, Section

XI, Part 2

189 Clause 2.19 RAS capacity of existing Secondary Clarifier Sludge Pipe The critical information about the existing RAS Pump capacity, sludge pipe diameter

from each secondary clarifier to the RAS Sump is missing in the tender. During our

site visit on the day of Pre-bid Meeting, it was observed that are 5 (4W+1S) RAS

Pumps, and the pump discharge pipe is of diameter 350 mm. Hence, the actual possible

maximum RAS capacity is estimated to be approximately equivalent to 40 to 50 %

only. It may kindly be noted that for the Rehabilitation and Up-gradation of the plant to

achieve the new standards (esp. for BOD and TN), the RAS capacity required will be

more than 100%. It will be possible only if the sludge pipe of each of the existing

Secondary Clarifier is of 700 - 800 mm dia. Kindly, therefore, confirm the size of the

Secondary Clarifier Sludge Pipe as this is an extremely critical information necessary

for the plant design& viability of the project, and cannot be ascertained by the Bidder

on his own as the pipes are buried under the raft.

Bidders to verify from site

288) Vol-2, Section

XI, Part 2

190 Plant & Process

Clause 2.19

Please provide the dimension of existing RAS sump for mixer design and invert level

of incoming sludge pipes from secondary clarifier.

We assume that as per bidder design, the pump capacity and head shall be designed

and replace the RAS sludge pumps with new ones. Please confirm.

Bidders to verify from site As per bid document

289) Vol-2, Section

XI, Part 2

190 2.19

(B-iv)

RAS Sump and Pump House - Other Allied Works

EOT Crane is specified for RAS Sludge Pump House, whereas HOT (Double Rail)

crane is specified in clause 4.2.20 (page 349) for upto 3 MT lifting requirement. Since

the weight of the RAS Pumps shall be much less than 3 MT, we understand HOT

(Double Rail) crane shall be acceptable. Kindly confirm.

Refer C&A No. 6, Sl. No. 54

290) Vol. II 191 2.21 Tertiary Filtration System

2.21.1 Travelling Bridge Filters

2.21.2 Cloth Media Disk Filters

2.21.3 Membrane Filter System

Tender specifies 3 types of tertiary filtration systems. We understand that bidder has

choice to select any one system among 3 mentioned in tender. Please confirm

Confirmed

291) Vol. -2 191 2.21 Design flow – Tertiary treatment Plant Please reconfirm that the rehabilitation work is designed for 182 MLD raw sewage

flow design capacity accordingly tertiary treatment plant is also to be designed for

average flow 182 MLD, kindly elaborate

As per bid document

292) Vol- 2,

Sec : XI,

Part-2 &

Part-10

191

&

684

2.21

& 10.1

Tertiary Filtration System

&

List of Approved Make

Tertiary Filtration System is as critical a process for the plant and contractual

performance of the Contractor as Biological Process. Irrespective of out-sourcing the

Equipment from the tender List of Approved Vendor, the Bidder remains solely

responsible for the Contractual Performance towards the Employer, including during

11 years long O&M and supply of Spare, Hence, we understand that the Bidder, having

his own Tertiary Filter Technology out of the options specified, is allowed to propose

his design and Technology for the same. Kindly confirm.

As per bid document

293) Vol-2, Section

XI, Part 2

191

& 192

2.21 Tertiary Filtration System For all the Tertiary Filtration Options, 4 nos. (minimum) Units are specified. Kindly

note that in the event one unit is out of Service, the Filtration Units in operation shall

be continuously 33 % over-loaded. During the Peak Flow durations, the overloading

shall be 133%. For robust and consistent performance of the filtration units in such

applications, it is advisable not to allow more than 20% continuous overloading. As the

Secondary Treatment is to be designed with 6 streams, we suggest the Tertiary

Refer C&A No. 6, Sl. No. 30,

31 & 32

Page 58: Rehabilitation and Up-gradation of 182 MLD Phase-I

57

Filtration Units should also be 6 nos. (minimum). Kindly review and confirm

294) Vol-2, Section

XI, Part 2

191 Clause 2.21 Tertiary filtration system There are three types of filters - should bidder apply all devices or choose the one that

will be assembled? Is it acceptable to use micro-screens?

As per bid document

295) Vol-2, Section

XI, Part 2

191 Plant & Process

Requirements

2.21 Tertiary Filtration System. Please clarify whether Travelling Bridge Filters plus Cloth Media Disk Filters plus

Membrane Filter System are all deemed necessary to achieve the Treated Effluent

Quality Requirement & Guarantee, or whether the Contractor can propose to combine

two out of the three suggested systems.

As per bid document

296) Vol-2, Section

XI, Part 2

192 Clause 2.21.2 Effluent filters

The quantity of Effluent filtration system shall vary depending upon the vendors for

producing the desired flow. Kindly allow contractor to decide numbers of filters to be

installed, in order to have smallest footprints.

As per bid document

297) Vol-2, Section

XI, Part 2

193 Plant & Process

Clause 2.22

As per CPHEEO Manual, the chlorine contact tank to be designed for 30 min HRT at

average flow. But as per tender the HRT at peak flow is provided as 45 minutes which

is on higher side. Please clarify whether chlorine contact tank to be designed for 30 at

average flow as per CPHEEO or 45 min at peak flow.

Refer C&A No. 6, Sl. No. 33

298) Vol-2, Section

XI, Part 2

193 Clause 2.22 Chlorine contact tank

Tender specifies “HRT for CCT shall be 45 min. at peak flow” To achieve the desired

MPN at outlet effluent, 20-30 min. of retention at average flow is sufficient. Kindly

confirm & revise the same.

Refer C&A No. 6, Sl. No. 33

299) Volume 2 193 Clause 2.22 Disinfection We request you to consider UV disinfection that is more Eco-Friendly Technology and

also guarantees highest degree of Bacteria and pathogen removal from wastewater.

As per bid document

300) Vol-2, Section

XI, Part 2

193 HRT of Chlorine Contact Tank

As per Page no. 193 of tender document, it is mentioned that the Hydraulic retention

time of chlorine contact tank shall be minimum 45 minutes at peak flow.

However, as per latest CPHEEO manual, it is mentioned that the detention time in the

chlorine contact tank should be 30 minutes based on average flow. It is therefore

requested to the department to kindly consider the HRT of Chlorine Contact Tank as

per CPHEEO manual.

Refer C&A No. 6, Sl. No. 33

301) Vol-2, Section

XI, Part 2

194 Clause 2.23 Chlorination system

Tender Clause states -

“Vacuum chlorinator – 6 Nos. (4W+2S) (minimum)

Please confirm the chlorination system and booster pump quantity requirement. As per bid document

302) Vol-2, Section

XI, Part 2

194 Plant & Process

Clause 2.23

In Clause 2.22, bidder has to design the chlorine dosing in chlorine contact tank and in

clause 2.23 the capacity of vacuum chlorinator provided as 30 kg/h (4W+2S), which is

contradicting. Please clarify whether to consider 30 kg/h or bidder has to design the

dosage and chlorinator capacity.

As per bid document

303) Vol-2, Section

XI, Part 2

194 Plant & Process

Clause 2.23

As per this clause 12 Nos of chlorine tonners to be kept in online, this is on higher side.

If we consider 30 kg/h as capacity of chlorinator then we required 2880 kg of chlorine

in a day i.e 4 tonners required to be kept in online. Please clarify the number of tonners

to be kept in online

Also please clarify the number of tonners to be kept as storage. (For 15 days storage

and 30 kg/h chlorinator capacity around 48 nos of tonners required)

Refer C&A No. 6, Sl. No. 34

304) Vol-2, Section

XI, Part 2

194 2.23 Chlorinator capacity Please clarify if the specified design Chlorinator Capacity is at Average Flow or at

Peak Flow.

As per bid document

305) Vol-2, Section

XI, Part 2

194 2.24 De-Chlorination system We understand that the residual free chlorine to be maintained at the outlet of the De-

chlorination system is “Below Detection limit (BDL)”. Please confirm.

Refer C&A No. 6, Sl. No. 35

306) Vol-2, Section

XI, Part 2

195 Plant & Process

Clause 2.26

As per this clause the maximum sludge loading rate to be considered for gravity sludge

thickener design is 60 Kg/m3-d which is very low.

In CPHEEO manual (Part A – Engineering , Clause 6.3.1, Page No 6-20), sludge

loading rate for primary sludge is 90-140 kg/day/sqm and in Wastewater Engineering –

Treatment and Reuse - Metcalf and Eddy , (Table 14-19, Page 1492), sludge loading is

100 – 150 kg/m2/d.

Please provide the revised maximum sludge loading rate to be considered for the

design of gravity sludge thickener.

Refer C&A No. 6, Sl. No. 36

307) Vol-2, Section

XI, Part 2

195 Clause 2.26 Gravity sludge thickener

5% thickened sludge concentration from outlet of thickener is difficult to achieve

As per bid document

Page 59: Rehabilitation and Up-gradation of 182 MLD Phase-I

58

without poly dosing. Kindly allow to consider sludge concentration per standard

practice.

308) Vol-2, Section

XI, Part 2

195

& 196

Clause 2.26 &

2.27

Plant Water Pumps, Sludge thickening Is it acceptable to use belt type or Archimedean screw type mechanical thickeners? As per bid document

309) Vol-2, Section

XI, Part 2

196

204 &

205

Plant & Process

Clause 2.28, 2.35

& 2.36

As per NIT, 100 % standby has to be considered for Digester feed pump 4(2W+2S),

Centrifuge Feed Pump 8(4W+4S) and Centrifuge 8(4W+4S). Since we are providing

Sludge thickener and DAF at upstream of Digester feed pump which act as sludge

holding tank in emergency situation. Therefore shall we consider 50% standby for

Digester feed pump, Centrifuge Feed Pump and Centrifuge.

Please confirm.

As per bid document

310) Volume 2 196 2.27 Dissolved

Air Floatation

(DAF) Thickener

The Tender asks for construction of two round flotation unit used for

mechanical compaction of sediment before fermentation chambers.

We request you to consider use of other better form of mechanical compaction that will

guarantee the same output parameters as the sludge in the specifications or better (e.g.

drum compactor or others of renowned make and quality). Please confirm.

As per bid document

311) Vol-2, Section

XI, Part 2

196 2.27 DAF for Secondary thickening In sludge thickening application, Direct Pressurization DAF Sludge Thickeners, which

do not require separate sludge recirculation, are proven to perform better. This

technology is already implemented by the Employer in a STP in Delhi. Hence, we

understand that Direct Pressurization type DAF Thickener is also acceptable. Kindly

confirm.

As per bid document

312) Vol-2, Section

XI, Part 2

196 2.27 Dissolved Air Flotation (DAF) Thickeners Typically, the Biologically sludge in DAF Thickener can be thickened to a maximum

concentration of 3.5 to 4% (compared to 2% - 2.5% in Gravity Thickeners in warm

waters). The requirement of 4% (minimum) cannot be achieved consistently. A bidder

considering 5% conc. will be compliant with this requirement but the Sludge Digester

will be under-sized. We, therefore, request that this criteria should be changed to 4%

(maximum). Kindly confirm.

As per bid document

313) Vol-2, Section

XI, Part 2

197

&

204

Mechanical

Ventilation

System

As per the document, Mechanical ventilation system has to be provided for Thickened

Sludge Pump house and Digested Sludge Pump house.

We assume only forced extract system and natural supply system will suffice the

requirement of Mechanical ventilation. Please confirm.

As per bid document

314) Vol-2, Section

XI, Part 2

198 2.29

Regarding Anaerobic Digesters You have considered the dome of anaerobic digesters of Mild Steel with Cathodic

protection. We request you to consider Double Membrane type Gas Dome looking to

the better performance and life. The corrosion normally takes place with MS

Structures. This we have observed during our experience of construction of 33 Nos. of

anaerobic digesters more than 30 M dia during last 36 years.

As per bid document

315) Vol. 2 Section

XI, Part-2

198 Clause 2.29 Anaerobic Digesters –Working volume

In the Table given on page no. 200 under sub-clause A-xii to xv,

various requirements towards Bottom slope, SWD of Anaerobic

digesters, Minimum depth of Grit and Scum zones are given

Please advise if bidders are allowed to consider bottom conical portion of Anaerobic

Digesters as part of total working volume for each digester.

As per bid document

316) Vol. 2, Section

XI, Part-2

198 Clause 2.29 Anaerobic Digesters – Mixing

In the Table given on page no. 200 under sub-clause B-i & ii,

Anaerobic Digester mixing system and requirements are defined.

Please advise if bidders are allowed to consider alternate mixing technology in the

form of Top Mounted vertical Agitators. These type of agitators consumes very less

power when compared with Confined gas mixing systems.

As per bid document

317) Volume 2 198 Clause 2.29 The process of fermentation / digestion We wish to draw your attention to the fact that on one hand the tender makes specific,

relatively high demands on the ecological effects of the process and on the other hand

restricts / imposes specific process parameters, requirements and technology.

In this case, the Contractor cannot be held responsible for the final result (effect),

unless the Contracting Authority allows the contractor for possibility of making

changes by the Contractor to the described process requirements (eg. the temperature

of the fermentation process, the mixing method in the fermentation tanks, solid

concentration of the inlet sludge and digested sludge, other detailed parameters etc.),

leading to achievements of results not worse than the required by the Employer.

Please confirm that the Contractor shall be free to run the plant as per the requirement /

prevailing condition and make changes as and when required to achieve the desired

output parameters.

As per bid document

318) Volume 2 198 Clause 2.29 Anaerobic Digester Construction We propose the construction of a closed digester in technology of reinforced concrete

and steel. Foundations and underground part of the tank shall be made of reinforced

As per bid document

Page 60: Rehabilitation and Up-gradation of 182 MLD Phase-I

59

concrete. The part of the tank that is above ground shall be made of bolted steel plates

enamelled with cobalt glass insulated with mineral wool and protected by galvanized,

trapezoidal, powder coated metal sheets.

The advantage of above construction is, it gives a longer life and better thermal

insulation that in turn helps maintains the temperature which is directly proportional to

the quality of outlet parameter. Please consider and confirm. 319) Volume 2

Sec-XI ,Part -

2

198 2.29 Anaerobic digesters Since the Sludge Digesters are now heated to maintain an optimum temperature of 32

to 37 deg C, the specified 20 day SRT for Digester design is already conservative as

per the CPHEEO Manual which allows 15 days SRT. Also, the Vortex Grit Chamber

to be provided in the plant are much more efficient compared to the conventional

Detritus type Grit Chambers. The Digesters with Gas Mixing System are completely

mixed, and there is no foam/scum accumulation problem. Hence, additional Digester

volume for Grit and Scum storage is no more necessary in modern Digesters. We,

therefore, recommend to delete the requirement of 0.5 m depth for Grit and 0.5 m

depth for Scum accumulation in Digester and optimize the Capex and Opex without

compromising the performance. Kindly review and confirm.

As per bid document

320) Vol-2,

Section –XI,

Part-2

198 2.29 Anaerobic Digester It will be more economical for the Employer to consider only 4 nos. Digesters instead

of 6 nos. specified in the tender. In Rithala Phase-2 Plant of the same capacity, only 4

nos. Digesters are provided. Kindly review and confirm.

As per bid document

321) Vol-2, Section

XI, Part 2

198 Clause 2.29 Anaerobic Digesters Is it acceptable to use chambers made of enamelled steel or steel with anticorrosion

protection?

As per bid document

322) Vol-2, Section

XI, Part 2

198 Plant & Process

Requirements

2.29 Anaerobic Digesters. The Anaerobic digesters shall have facility

for gas mixing and hydraulic pumped mixing, and contents inside the

digester shall be continuously kept under homogenous mixed

condition through these mixing systems (page 198). However, only

the Gas Mixing system is further mentioned and specified throughout

the Technical Specifications. Does the Employer nevertheless require

the combination of both Gas Mixing and Hydraulic Pumped Mixing,

or shall Gas Mixing only apply?

Please clarify. As per bid document

323) Vol-2, Section

XI, Part 2

198

&

203

Plant & Process

Requirements

2.29 Anaerobic Digesters and 2.35 Digested Sludge Sump & Pump

house. The digester shall work as constant level tanks whenever fresh

sludge is added equal quantity of supernatant shall over flow (page

199). Digested Sludge Sump/Centrifuge Feed Sump & pump house

shall be provided to withdraw the digested sludge from anaerobic

digester and store the same in digested sludge sump/centrifuge feed

sump and then pump the same to sludge dewatering system i.e.

centrifuge system (page 203).

Please confirm the mode of taking out material from the digester: gravity overflow

(probably not supernatant but mixed digested sludge as the digester is continuously

mixed) or pumped (pumping out mixed digested sludge with Progressive Cavity

Pumps). Please kindly resolve discrepancy.

As per bid document

324) Vol-2,

Section:XI,

Part-2

Vol-

2,Section:XI,

Part-4

199

&

339

2.29

2.31

4.2.19

DI K9 gas line of min. 200 mm dia. with a pressure gauge on the top

of digester shall be provided with gas tight/gas leak proof valves of

standard make. It shall be connected

The gas holder shall also have, separate gas inlet and outlet piping,

control valves, vacuum and pressure relief valves with flame

arrestors. There shall be a SS 316 pipeline header coming through

digesters to feed gas holder tank.

Bio Gas piping - SS 316

As the clauses are contradicting with each other, we assume that, Bio-gas piping from

Digester to Bio-gas holder shall be DI K9 Class.

Please confirm.

Refer C&A No. 6, Sl. No. 52

325) Vol. 2 200 Item No. B Regarding Digester Biogas Mixing. We suggest to provide digester gas mixing only with pumping arrangement as against

bio gas through bio gas compressor suggested by you, looking to our experience as

explained above against Point No.4. In many cases, the client has to replace the gas

mixing system provided through bio gas compressor.

As per bid document

326) Vol-2, Section

XI, Part 2

200 Clause 2.29 Anaerobic digesters

Tender specifies “Total minimum 6 nos. of Digesters”

The number of digesters shall be decided by contractor, withstanding the outlet

guarantees. Kindly confirm.

As per bid document

327) Vol-2, Section

XI, Part 2

200 Clause 2.29 Anaerobic digesters

Tender specifies “SRT for digesters as 20 days minimum”

As per bid document

Page 61: Rehabilitation and Up-gradation of 182 MLD Phase-I

60

For complete VSS digestion inside the digesters, 15 days of retention time is sufficient.

Kindly confirm & revise the same.

328) Vol-2, Section

XI, Part 2

201 2.31 An equal number of MS channels shall also be required on the inner

surface of the RCC walls over which the steel bell shall roll up and

down in the water filled RCC tank under gas pressure of 250 mm of

water gauge.

Normally, Gas Bell is designed with 200 mm WC. As per bid document

329) Vol-2, Section

XI, Part 2

201 Clause 2.31 Gas Holders

This clause specifies the various requirements for rehabilitation of

existing Gas Holders.

Please advise the Size and Capacity of the existing gas holders. This is required to

ascertain the available capacity of gas holders after rehabilitation.

Bidders to verify from site

330) Vol-2, Section

XI, Part 2

201 2.31 Gas Holder The Bidders should be given the option of replacing the existing old RCC-floating MS

Bell Gas Holders with a minimum 2 nos, Dual Membrane Type Gas Holders of

equivalent total capacity, which are now preferred by the Municipal Bodies as these

Dual Membrane GH are simple, safe and not prone to corrosion. Please review and

confirm.

As per bid document

331) Vol-2, Section

XI, Part 2

201 Clause 2.29 Heat Exchanger

Please clarify the Total number of Sludge Heat Exchangers to be considered for sludge

heating purpose.

As per bidder‟s design

332) Vol-2, Section

XI, Part 2

201 Clause 2.31 Plant & Process Please provide the dimensions of existing gas holder. Bidders to verify from site

333) Vol-2, Section

XI, Part 2

201 Clause 2.30 Plant & Process

For digester heating arrangement, please provide the type, configuration and

specification of

1. Heat Exchanger,

2. Recirculation pumps,

3. Heat water pumps,

4. Boilers etc.

As per bidder‟s design

334) Vol-2, Section

XI, Part 2

202 Clause 2.32 Bio Gas Scrubber

As per this clause the Bio Gas Scrubber shall be Bio-Chemical Type

whereas the mechanical specifications (Ref Clause No. 4.2.15 of Vol.

2 Section XI part 4) specifies use of Caustic Scrubbers only.

Please advise if bidders are allowed to use full biological Bio Gas Scrubbing system. As per bid document

335) Vol-2, Section

XI, Part 2

202 Cl. 2.31 As per NIT, Quantity of Biogas holders is mentioned as 3 working units and there are

no standby units. Please clarify whether standby shall not be required for the same.

As per bid document

336) Vol-2, Section

XI, Part 2

202 Plant & Process

Requirements

2.23 Biogas Flare.

The height of burner shall be minimum 6 m above FGL (page 203 of

Part 2) or 10 m (page 325 of Part 4).

Please kindly resolve discrepancy. Refer C&A No. 6, Sl. No. 51

337) Vol. 2, Section

XI, Part-2

203 Clause 2.34.1 Power generation building

Tender Clause states-

“The provision of pipe line should be made to transfer the biogas of

Phase-I WWTP to power generation building of Phase-II plant and

vice versa i.e. transfer of biogas from gas holder of Phase-II WWTP

to power generation building of Phase-I plant”.

We assume that the chemically scrubbed bio-gas connection to be made at the inlet of

biogas engine of phase-I & Phase-II.

Kindly elaborate. Also let us know the size of connecting pipe and connecting

methodology.

As per bid document

As per Bidder Design subject

to the Approval of Engineer-

In charge

338) Vol-2, Section

XI, Part 2

203

&

204

2.35 & 2.36 Digested Sludge Sump& Pump house The retention time in Digested Sludge Sump is specified as 4 hr. As per cl 2.36, Pg.

204, the working of centrifuge specified is 16hr/day and 7 days/week. Considering the

same, the minimum retention time for the digested sludge sump should be 8 hrs.

Kindly review and confirm.

As per bid document

339) Vol-2, Section

XI, Part 2

203

&

205

Part 2 – Plant &

Process

Requirements

2.35 Digested Sludge Sump & Pump house and 2.36 Centrifuge

Building. Minimum quantity of centrifuges is suggested as 8 Nos. (4

working + 4 standby) with feed pump quantity as 8 Nos. (4 working

+ 4 standby) as well. We interpret this that each centrifuge (working

or standby) has its dedicated feed pump (working or standby).

However, this configuration exaggerates the quantity of standby

centrifuges and has poor redundancy.

We suggest the following quantities and configuration: 5 Nos. of centrifuges (4

working + 1 standby) and 10 Nos. of feed pumps (each centrifuge is fed by 1 working

+ 1 standby feed pump, so a total of 5 working + 5 standby feed pumps). Please kindly

confirm.

As per bid document

340) Vol. 2, Section

XI, Part 2

205

& 310

1.Clause 2.36

Poly-Electrolyte Dosing System

Sludge Dewatering Units

As per the table in sub-clause of 2.36 on page 205 (B.iv in the table),

In case of bidder chose to go with Continuous Polymer solution preparation system,

these clauses will not be applicable.

Please confirm.

As per bid document

Page 62: Rehabilitation and Up-gradation of 182 MLD Phase-I

61

Vol.2, Section

XI, Part 4

2. Clause 4.2.12,

Sub Clause 4

Bidders are allowed to propose continuous polymer solution

preparation system.

This clause (Last para graph) states :

“The polymer solution strength shall not exceed 0.2%. There shall be

two working solution preparation tanks plus 1 standby tank for the

daily poly requirement with the tank agitator having a speed not more

than100RPM”

341) Vol-2, Section

XI, Part 2

205 Plant & Process

Clause 2.36

As per this clause the sludge concentration in the sludge cake should be 25% (+/-) 2 %

w/w which is higher as per Wastewater Engineering – Treatment and Reuse - Metcalf

and Eddy.

As per Wastewater Engineering – Treatment and Reuse - Metcalf and Eddy. (Table 14-

42, Page 1562), for anaerobically digested sludge (Primary and air activated) the cake

solid % from solid bowl centrifuge is 15-20%.

Therefore please revise the sludge concentration to 20 % (+/-) 2% instead of 25%.

As per bid document

342) Vol-2, Section

XI, Part 2

205 2.36 Centrifuge Building For the design, 2.5 Kg/TDS dewatering polyelectrolyte is specified which is very low

compared to the normal practice in STP projects in India wherein the design of

digested sludge dewatering system is based on a minimum of 5 kg/TDS

polyelectrolyte. Kindly review and confirm.

Refer C&A No. 6, Sl. No. 38

343) Vol-2, Section

XI, Part 2

205 2.36

B. (vi)

Polymer dosing pumps 1W+1S poly dosing pump is specified for 4W+4S Dewatering machines. As per our

O&M experience, for better operation, distribution and control, we strongly

recommend the Employer should specify dedicated Polyelectrolyte dosing pump for

each installed Dewatering Machine. Kindly review and confirm.

Refer C&A No. 6, Sl. No. 38

344) Vol-2, Section

XI, Part 2

206 2.36 All piping of the Dosing System - Polypropylene. All the clauses are contradicting with each other. We assume that, the Dosing pipeline

shall be selected as per Table provided in Page No. 340

Please confirm.

Refer C&A No. 6, Sl. No. 52

345) Vol-2, Section

XI, Part 2

206 Part 2 – Plant &

Process

Requirements

2.37 Sludge Drying Beds. Sludge drying beds shall be provided for

10% quantity of the daily sludge produced which will store

dewatered sludge before disposal or as a backup dewatering facility

in the event of unavailability of the mechanical dewatering system for

any reason (page 206). Since the drying beds have either the function

of storing dewatered sludge (at 25% DS) or backup dewatering of

digested sludge (at 4% DS)

Please clarify whether the 10% requirement applies on the quantity of dewatered

sludge (at 25% DS) or digested sludge (at 4% DS). Also, 10% of daily quantity seems

very low, because the storage capacity or backup dewatering capacity will be much

less than a single day

As per bid document

346) Vol-2, Section

X1, Part 2

207 2.38.1 Electrical Specification

MCC-3(Installed in Sludge Treatment MCC Room for sludge de-

watering units

Location of Sludge treatment MCC room is not available in proposed layout, kindly

indicate the same in proposed layout plan.

As per bidder‟s design

347) Vol-2, Section

XI, Part 2

207 Clause 2.38.2 Plant Water Pumps Is it acceptable to use a pumping set with a number of pumps operating according to

the actual load?

As per bid document

348) Vol-2, Section

XI, Part-2

209 2.38.4 The contractor shall design and construct suitable fire fighting system

along with pump sets, fire hydrant shall be provided in the fire

fighting pump house

The locations of Fire Hydrants are as per System Design. Please confirm. Confirmed

349) Vol-2, Section

XI, Part-2

209

& 210

Fire fighting Please specify which code has to be followed for designing the fire-fighting system. As per bid document

350) Vol-2, Section

XI, Part-2

209

& 210

Fire fighting Please mention the units inside STP for which firefighting system (hydrants) have to be

provided.

All Buildings, Pump Stations,

Panel Rooms shall be

provided with Fire Hydrant

system. 351) Vol-2, Section

XI, Part-2

209

& 210

Fire fighting Please specify the capacity of the fire fighting sump. As per bidder‟s design

352) Vol-2, Section

XI, Part-2

210 Clause 2.38.5 Treated Water Tanker Filling Station Please provide a detailed scope for tanker filling station with details of area required

for operator room, tanker paved area details etc.

Refer C&A No. 6, Sl. No. 39

353) Vol-2, Section

XI, Part-2

210 SCADA Control

Room -

“Heat Load of Building shall be considered as 1 TR per 40 m3 building volume.”

We assume that this is the solar load to be considered for the buildings in calculation of

Confirmed

Page 63: Rehabilitation and Up-gradation of 182 MLD Phase-I

62

Ventilation cooling requirement. Please confirm.

354) Vol-2, Section

XI, Part-2

210 Plant & Process

Clause 2.38.5

We presume that we need not include the power consumption of Tanker Filling Station

in the Power Guarantee. Please confirm.

As per bid document

355) Vol-2, Section

XI, Part-2

210 Plant & Process

Clause 2.38.5

For treated effluent tanker filling station, please provide the quantity of effluent to be

supplied and also operating hours every day in each filling station to calculate the

capacity of pump and to calculate the power consumption.

Refer C&A No. 6, Sl. No. 39

356) Vol-2, Section

XI, Part-2

210 2.38.5 Effluent Tanker Filling Station Kindly confirm the maximum number of Tankers required to be filled at the same time

at the Tanker Filling Stations.

Refer C&A No. 6, Sl. No. 39

357) Vol-2, Section

XI, Part-2

210 2.38.5 Effluent Tanker Filling Station Kindly confirm the capacity and type of pumps to be provided for the Treated effluent

tanker filling station.

Refer C&A No. 6, Sl. No. 39

358) Vol. 2 212 In plant road Kindly clarify the scope of in plant road of subject project. As per bid document 359) Vol. 2 212 Hydro-Power Plant Request to provide level difference for outfall structure for power generation. Refer hydraulic flow diagram

drag no YAP-

III/R2/P/HFD/002(T).

Bidders to verify the levels

from site. 360) Vol-2, Section

XI, Part-2,

Vol-2, Section

XI, Part 4

212

&

305

Clause 2.40

Clause 4.2.9

Micro-Hydro Power Plant

As per these clauses, bidders are to supply and install a micro-hydro

power plant of 37 KW capacity.

Please advise the preferred names of the Vendors/Manufacturers of Micro-Hydro

Power Plant.

The reputed makes will be

allowed with prior approval

of Engineer.

361) Vol. 2 212 2.41 Public Address System No. of hand set units with location distributed inside WWTP, are to be mentioned to

make uniform to all bidders

Refer C&A No. 6, Sl. No. 40

362) Vol 2 –

Section XI –

Vol 4

212 Part 2 / Clause

2.42.1.1

Drawing No :

YAP-

III/R2/P/GAD/00

1 (T) – Rev R

Existing Roads

All existing roads in the plant are bituminous roads and the contractor

shall repair the same and re-carpet with a final bituminous finish coat

as per CPWD specifications.

We presume that, the repair and rehabilitate of existing road (9.0m wide) length of

around 860m between the Phase I and Phase II as per Vol 4 – Drawing No : YAP-

III/R2/P/GAD/001 (T) – Rev R0 are not in this scope of contract.

Please confirm.

It is in bidder‟s scope.

363) Vol 2 –

Section XI -

213 Part 2 / Clause

2.42.3

Storm Water Drains Storm water side drains shall be designed and

constructed only along one side of the internal roads. These drains

shall be covered with factory made perforated concrete covers.

We presume that, we will provide the storm water drain along one side for the new

road only. Please confirm.

As per bid document

364) Vol 2 –

Section XI -

213 Part 2 / Clause

2.42.3

Storm water Drains We presume that, the material of construction of the storm water drain shall be with

brick work upto a depth of 0.75m and RCC for greater than 0.75m depth as mentioned

in the Clause 3.4.9.4, Page 251, Part 3, Section XI, Vol 2. In addition bidder shall

provide the pipe drain also depending on the design requirements. Please confirm.

As per bid document

365) Vol 2 –

Section XI -

213 Part 2 / Clause

2.42.5

Cable and pipe Trenches We presume that, the cable outside the building shall be provided as buried cable.

Please confirm

As Per Bid Document.

366) Vol. 2 214 2.42.9 CCTV No. of Cameras with location distributed inside WWTP, are to be mentioned to make

uniform to all bidders

As per Bidder Design subject

to the Approval of Engineer-

In charge 367) Vol-2, Sec -XI,

Part-2 & 3

214

& 226

2.42.8, 3.3(iv)

& 3.4.9.5

Fencing, Gate & Security Room There is an ambiguity in regards to specification of chain link Fencing. Please confirm

that PVC Coated Chain link fencing will be acceptable.

As per bid document

368) Vol. 2

Section XI-

Part-2 : Plant

& Process

Requirements

221

&

487

2.38.6 SCADA

Control Room

cum Laboratory

Building

6.12.6.2

Peripheral

Subsystem

The Conference Room, Control Room, Plant Manager Room and

Staff Room for Management /Supervisors shall have the following

facilities (minimum):

d) Two UPS of size as directed by Engineer

1 No. of 10KVA UPS for Control room hardware

2 Nos. of 3 KVA UPS at all Remote Locations

Query 01 : Kindly clarify if the Two UPS mentioned in this clause correspond to the 2

nos. of 3 KVA UPS mentioned in the Instrumentation specification.

Query 02 : Kindly clarify the quantity of UPS as clause no 6.12.6.2 states 2 nos. of

3KVA UPS but "Hardware Component" column states that 3 KVA UPS at all Remote

Locations. Clause 2.38.6 calls for only supply of 2 nos. of UPS

As per bid documents.

Refer C&A No. 6, Sl. No. 76

369) Vol. 2

Section XI -

224 Part 3 / Clause

3.2.3

Design Conditions for Completely / Partly Underground Liquid

Retaining Structures

We presume that, the proposed water retaining structure shall be designed as per IS

3370 – 2009 Clause 4.4 by limit state method with allowable crack width of 0.2mm.

Please confirm

As per bid document

370) Vol-2, Sec –

XI, Part-3

224

3.2.3 (6)

Design conditions for completely/ Partly underground Liquid

Retaining Structures Water Table

Kindly provide the “Design Ground Water Table” Level to be considered in the design. As per bid document

Page 64: Rehabilitation and Up-gradation of 182 MLD Phase-I

63

371) Vol -2,

Part -3

225 3.2.4 PRV‟s for Structures. The Employer has allowed PRVs in most of its STPs in Delhi, whereas in this project,

PRVs are not allowed. We recommend PRVs should be allowed in this project also as

it will help in optimizing the cost of the civil structures. Please review and confirm.

As per bid document

372) Vol 2 –

Section XI -

227 Part 3 / Clause 3.3 Particular civil requirements

xxv. Outer surface of all RCC structures shall be painted with two or

more coats of water proof cement paint of make as approved by

Engineer in charge.

We presume that, this clause is applicable for outer surface of the water retaining

structure.

Please confirm.

Confirmed

373) Volume 2 230 Section XI Part 3,

3.4.2.1

Steel reinforcement bars are proposed as (Gr Fe 415/TMT 500 confirming to BIS code

1786-1985. However, it is indicated to carry out structural design based on FE 415.

If we use TMT 500 for actual construction, kindly clarify the need to carry out

structural design based on Fe 415.

Kindly request you to re-consider the statement given in NIT & allow us to carry out

structural design as per Fe 500 if TMT 500 is used for actual construction.

As per bid document

374) Vol-2,

Sec –XI

38. Part-3

230

3.4.2.1(i) General Civil Specification:

Use of Reinforcement for design

The Approved Manufacturers have discontinued the manufacturing of Fe 415 grade

reinforcement steel. We request to change the grade of reinforcement steel to Fe-500 in

design and construction.

It may be noted that when structures are designed for Fe-415 grade and Fe-500 grade is

used in actual construction, the designed section will behave as over-reinforced

sections, which is not a good engineering practice and the structure tends to fail

suddenly, as the structure loses its ductility. Hence, it is strongly recommended to

allow the use of Fe-500 grade reinforcement steel conforming to IS 1786 in design as

well.

Please review and confirm.

As per bid document

375) Vol 2, As-Built

drawings of

existing units.

251 3.5 Rehabilitation Work Kindly provide the As-built drawings of the existing structures to be retained /

rehabilitated, and/or demolished, to ascertain the actual status of the structures and the

quantum of the work required for proper work planning and pricing.

Bidders to verify from site

376) Vol 2 –

Section XI -

252 Part 3 / Clause

3.5.1

Rehabilitation Work

Requirements

NDT report(s) are available in the office of the EE(C) DR XI for

general information and guidance. The bidder can collect the copy of

the same in CD in PDF format from the office of the EE(C) DR XI.

Please provide the NDT report. As per bid document.

377) Vol. 2, Section

XI, Part-4,

270 Clause 4.2.1.7 Screen Washing System

1. The Contractor shall supply and install spray washing system that

effectively cleans the screen area and screening press. The

Contractor shall provide a high-pressure clean water supply for the

washing system.

2. As per Clause No. 4.2.1.4, Fine Screens can be either movable bar

type or perforated band type.

Please note that the spray washing system is ok and workable for perforated band

screens but for movable bar screens (Multi-Rake type), Spray washing is not workable.

Please arrange to modify this clause stating that Spray washing system shall be

required for perforated band screens only.

As per bid document

378) Vol. 2, Section

XI, Part-4, Sub

clause e)

284

& 285

Clause no. 4.2.5

Diffusers

Tender Clause states -

“Diffuser membranes - Silicon membrane with laser drilled holes

Please confirm the MOC of Diffuser Refer C&A No. 6, Sl. No. 28

379) Vol-2, Section

XI, Part-4

285 4.2.5 1. A) Stainless steel (SS 316) Drop Legs.

Stainless steel (SS 316) Air Distribution Header.

We assume that, Air header from Air Blower to Aeration tank shall be SS 316, We led

pipe, 10 S or as per Design Thickness.

Please confirm.

Refer C&A No. 6, Sl. No. 52

380) Vol-2, Section

XI, Part-4

285 4.2.5 Diffuser Fouling Factor for Retrievable type Diffusers A very conservative Fouling Factor of 0.9 is specified for Retrieval type Diffusers. It

will result in an under-design of the Aeration System (Process Air Blower, Diffusers),

and frequent replacement of the Diffusers during plant operation. In the STP Projects

in India and abroad, the typical value is from 0.7 to 0.8. Hence, we suggest that instead

of 0.9, a suitable value between 0.7 to 0.8 should be specified for the design Fouling

Factor for Retrievable type Diffusers. Kindly review and confirm.

Refer C&A No. 6, Sl. No. 28

381) Vol. 2,

Section XI,

Part-4

285 Clause 4.2.5 Diffusers

d) Maximum air to diffusers

Tender Clause states –

i) Disc Type - 60 m3/m2 of membrane area

Please confirm if these values are m3/m2/hr. Confirmed

Page 65: Rehabilitation and Up-gradation of 182 MLD Phase-I

64

ii) Tubular Type - 45 m3/m2 of membrane area

382) Vol-2, Section

XI, Part-4

286 Mechanical works

Clause 4.2.5

1-A-xxi

In clause 4.2.5 it is mentioned that type and number of diffusers are left to bidder

design and in the same clause two type of diffuser provided as options i.e Retrievable

type and Fixed type.

In Clause 4.2.5 point no 1 – A – xxi, contractor has to provide details of a suitable

lifting method to remove the banks of diffuser for maintenance.

The above two clause are contradicting, we assume that the bidder can choose the type

and number of diffuser as per bidder design. Please confirm.

Refer C&A No. 6, Sl. No. 28

383) Vol-2, Section

XI, Part-4

288 4.2.5 1. C) An on-line cleaning system shall be provided as an option to allow

for cleaning of diffusers without taking aeration system off-line.

The arrangement of on-line cleaning system shall be as per Bidder's Design.

Please confirm.

As per bid document

384) Vol-2, Section

XI, Part-4

292

&

295

Clause 4.2.8.1

Clause 4.2.8.6

Chlorine booster pumps - 6 Nos. (4W+2S)

Chlorination system

Tender Clause states -

“Bidder shall design the complete chlorine dosing system (with 100%

standby)”

Booster pumps

Tender Clause states -

“Booster pumps shall be required on the motive water supply system

to the ejectors. At least 4 pumps (2 duty + 2 standby) shall be

furnished.”

Refer C&A No. 6, Sl. No. 45

Refer C&A No. 6, Sl. No. 46

385) Vol-2,

Section :XI,

Part-4

296 4.2.8.7 Chlorine Gas

(Vacuum Regulator To Ejectors): 80CPVC 700mbar

Vacuum Gauges

Chlorine Solution

(Ejectors to Dosing Points):80CPVC 15kg/cm²

Pressure Gauges

We assume that, the pipe line shall be CPVC, Sch 80.

Please confirm.

As per bid document

386) Vol-2, Section

: XI, Part-4

311 4.2.12, Point no. 5 Interconnecting Pipe works The polymer pipe work shall be stainless-steel and valves shall be PP ball valves. As per bid document

387) Vol-2,

Section : XI,

Part-4

311 4.2.13 All gas mixing pipe work shall be designed and installed in

accordance with best practices with velocities kept below 10m/sec on

the low pressure side and 20m/sec on the high pressure side to assist

condensate removal and pressure drop reduction

Please note that, the Bio-gas will get condensed, if the line velocity exceeds more than

6.0 m/s. We assume that, we shall be design the Bio-gas pipe lines with the velocity of

3.5 to 6.0 m/s.

Please confirm.

Refer C&A No. 6, Sl. No. 52

388) Vol. - 2,

Section –XI

313 4.2.14 Bio Gas Holder Kindly provide the GA drawings of the existing biogas holder, or at-least details like

diameter, height etc.

Bidders to verify from site

389) Volume-2

Section:X1,

Part 4

Electrical

Specification/

315 4.2.17.1 It is proposed to generate maximum possible power out of the

available sewage gas by using highly efficient gas generators. The

power generated from Power Plant will be used for In-house

consumption of the Sewage treatment plant equipment.

We understand that the synchronized output of bio gas engine will be used primarily

for the plant supply and rest of the plant will be fed by TPDDL power supply; kindly

confirm.

Confirmed

390) Volume – 2

Section XI

Part-4

315 &

322

4.2.17.1 Minimum capacity of each gas genset at alternator terminals shall be

1000 KW x 3 nos. (2 working + 1 Standby)

It is proposed to operate all the 3 nos. generators in parallel.

These two clauses are contradictory.

Please clarify.

Refer C&A No. 6, Sl. No. 50

391) Vol. 2,

Section XI,

Part-4

316 Clause 4.2.17.1 Biogas engine

4. Main components

Tender Clause states- Single cylinder head made of special cast iron

with four valves…

Please note that the Single Cylinder head valve design shall be as per manufacturer‟s

standard.

Please confirm your acceptance.

Refer C&A No. 6, Sl. No. 48

392) Vol-2,

Section XI-

Part 4

316 4.2.17.1

Point -4

Biogas Engine While a total of 7 Vendors are specified for Single Fuel Gas Engines, the tender

specification requiring “Biogas Engines shall have single cylinder head made of

special cast iron with four valves” is specific to a particular Supplier, and shall limit

the choice and Competition. We suggest the Gas Engines with two valves should also

be allowed. Kindly review and revise the same.

Refer C&A No. 6, Sl. No. 48

393) Vol. 2,

Section XI,

317 Clause 4.2.17.1 Biogas engine

5. Alternator

We understand that these clauses are applicable for static operations only, please

confirm.

As per bid document

Page 66: Rehabilitation and Up-gradation of 182 MLD Phase-I

65

Part-4 Tender Clause states-

Assembled engine and generator shall be operated under the

following conditions;

Ø Momentary speed variation shall not exceed at 10% in no time

Ø Normal speed variation shall not exceed 5%

Ø Recovery time shall be within 10 seconds

394) Vol. 2,

Section XI,

Part-4

317 Clause 4.2.17.1 Biogas engine

5. Alternator

Tender Clause states-

Each engine shall be provided with following components;

1. Rotating meters, thermometers & flow meters

2. Anchor bolts

1. Regarding Rotating meters bidder's understanding is indication of engine RPM and

same shall be displayed on graphic display screen of gen set control panel but not

through rotating meter. Pl confirm.

2. Anchor bolts are not required for engine/ gen set

Confirmed

Refer C&A No. 6, Sl. No. 49

395) Volume 2,

Section -XI,

Part 4

317 Cl. 4.2.17.1 Bio‐Gas Engines

5. Alternator

Alternator shall be connected with flexible power cable for power evacuation.

Kindly confirm, from alternator to LV switchboard shall be used copper flexible power

cables. Also confirm bidder should consider copper flexible power cables only for the

bio-gas generator alternator of this tender scope.

As per bid document

396) Vol. 2,

Section XI,

Part-4

318 Clause 4.2.17.1 Biogas engine

6. Engine body

Tender Clause states-

Common bed shall provide with shock prevention device and its

stoppers

Bed / Base frame shall be as per manufacturer standard design and sylomer strips shall

be used as anti-vibration device.

Please confirm your acceptance.

As per bid document

397) Vol. 2,

Section XI,

Part-4

318 Clause 4.2.17.1 Biogas engine

6. Engine body

Tender Clause states-

Total vibration value at common base on duty shall not be exceeded

0.3 mm measured by axial and horizontal direction respectively.

Total vibration of gas gen set shall be within allowed limits of manufacturer and the

same will be as per relevant international standard.

Please confirm your acceptance.

As per bid document

398) Vol. 2, Section

XI, Part-4

318 Clause 4.2.17.1 Biogas engine

6. Engine body

Tender Clause states-

Crankshaft and impeller shaft shall be made by grade AA forged steel

Material of crankshaft and impeller shaft shall be as per manufacturer standard design.

Please confirm your acceptance.

As per bid document

399) Vol. 2,

Section XI,

Part-4

318 Clause 4.2.17.1 Biogas engine

6. Engine body

Tender Clause states-

Combustion system shall provide with air filter, gas carburetor, spark

plugs and air compressor

We understand this as mixture (air and Fuel gas) compressor instead of air compressor.

Please confirm.

Confirmed.

400) Vol. 2,

Section XI,

Part-4

318 Clause 4.2.17.1 Biogas engine

8. Cooling

Tender Clause states-

The engine shall have a high temperature cooling circuit for jacket

cooling water and for this complete required arrangement i. e. flame

proof electric motor driven pumps for HT and LT circuits, pipe work,

valves and fittings etc. are to be provided.

Pump in the HT cooling circuit shall be engine driven. Pump in LT cooling circuit

shall be part of imported supply (from manufacturer) and the same shall be with Non-

flame proof standard electric motors as this is manufacturer's standard.

All fittings, valves, pipe work and motors of imported supply i.e. gen set shall be Non-

flame proof type.

Please confirm your acceptance.

As per bid document

401) Vol. 2,

Section XI,

Part-4

318 Clause 4.2.17.1 Biogas engine

7. Lubrication

Tender Clause states-

A full-flow filter having a pressure operated by-pass valve shall be

provided on the delivery side.

As per manufacturer‟s standard design full flow lube oil filter without by-pass valve

will be provided.

Please confirm your acceptance.

As per bid document

402) Vol-2

Sec XI-Part 4

318 4.2.17.1

Point -4

Biogas Engine The tender specifications that “crankshaft & propeller shaft shall be made by grade AA

forged steel” is not the Standard Specification of most of the Manufactures of Single

Fuel Gas Engine listed in of approved Vendors. Kindly confirm that Manufacture‟s

Standard Specifications will also be acceptable.

As per bid document

403) Vol. 2,

Section XI,

Part-4

319 Clause 4.2.17.1 Biogas engine

12. Wiring

Tender Clause states-

1. Please note that the design of cables and cubicles for the engine shall be as per

manufacturer's standards. Pl confirm acceptance.

2. Please note that Standard / Documents HD 21.1 S4:2002 and HD 22.1 S4:2002 are

As per bid document

Page 67: Rehabilitation and Up-gradation of 182 MLD Phase-I

66

Engine-mounted wiring shall be insulated with heat resistant

insulation to CENELEC Harmonization Documents HD 21.1

S4:2002 and HD 22.1 S4:2002 and associated parts thereof for use at

temperature of up to 85 Deg C. Conductor shall be multi-strand

copper of minimum cross-sectional area 1.5 mm2 excepting special

types such as screened cables.

expired on 17/01/2014.

3. Some manufacturer's complies with CENELEC HD 21.13, CENELEC HD 21.7 and

CENELEC HD 22.

4.Please confirm your acceptance.

404) Vol. 2,

Section XI,

Part-4

319 Clause 4.2.17.1 Biogas engine

13. Pipe Work

Tender Clause states-

Fuel piping work shall be produced from seamless steel tubing with

welded or compression type steel fittings. All other pipe work shall

be either seamless copper tubing with brazed or compression type

gunmetal fitting or seamless steel tubing with welded or compression

type steel fittings. ……. Flexible fuel and lubricating oil connections

shall additionally have flame resistance sleeves. All pipe flanges shall

comply with BS 4504-3.3:1989 and screwed connections with BS

21:1985.

1. Please note that all pipe work on the engine (imported supply) shall be as per

manufacturer‟s standard design.

2. Provision of additional flame resistance sleeves for fuel and lube oil connections,

shall be as per manufacturer's standard.

Please confirm your acceptance.

As per bid document

405) Vol. 2,

Section XI,

Part-4

321 Clause 4.2.17.1 Biogas engine

17. Engine Management

Tender Clause states-

The Engine Management System shall generally include display and

processing of the following values on the generating set.

- Inlet water inlet

- Outlet water outlet

- Combustion Chamber temperature for each cylinder

- Crankcase pressure

Please note that some manufacturer's standard design do not have crank case pressure

value display and processed as they provide closed loop blow by system.

Please confirm your acceptance.

As per bid document

406) Vol 2, Section

XI Part-4

322 Do . 18 It is proposed to operate all the 3 nos. generators in parallel. These two clauses are contradictory.

Please clarify.

Refer C&A No. 6, Sl. No. 50

407) Vol. 2,

Section XI,

Part-4

323 Clause 4.2.17.1 Biogas engine

19. Design of power generation and distribution systemTender

Clause states-Synchronization both “Automatic” and “Manual”

synchronization facilities shall be provided.

As per manufacturer‟s standard design facility for “Manual” synchronization is not

provided. However, facility for manual initialization of synchronization is provided.

Please confirm your acceptance.

As per bid document

408) Volume 2

Section XI

Part-4

323 Clause 4.2.17.1 Biogas engine

19. Design of power generation and distribution system

Tender Clause states –

Protections: -

…………… for software based protection, software and

programming devices for the system shall be provided free-of cost to

the Client.

Please note that Gen set control and protection software and it‟s programming is a

proprietary item and as per manufacturer‟s policy programming devices for these

software is not provided to client. Programming of this software is done during the

commissioning of the gas gen sets by certified engineers under commissioning

services.

Please confirm your acceptance.

As per bid document

409) Vol-2,

Section : XI,

Part-4

339 4.2.19 Pipe (Pressurized Lines) Common Header pipeline from Air Blower

to Aeration Tank - DI K 9

We assume that, Air header from Air Blower to Aeration tank shall be SS 316, We led

pipe, 10 S or as per Design Thickness.

Please confirm.

Refer C&A No. 6, Sl. No. 52

410) Vol-2,

Section : XI,

Part-4

339 4.2.19 Bio Gas piping velocity shall be 8 -10 m/s (desirable). Please note that, the Bio-gas will get condensed, if the line velocity exceeds more than

6.0 m/s. We assume that, we shall be design the Bio-gas pipe lines with the velocity of

3.5 to 6.0 m/s.

Please confirm.

Refer C&A No. 6, Sl. No. 52

411) Vol-2,

Section : XI,

Part-4

339 4.2.19 Pipe Sizing & Material : Basis velocity Criteria. The water velocity in the suction branches of a pump shall not exceed 1.5m/s, delivery

1.8 m/s for horizontal pumps and in the discharge branch shall not exceed 2.1 m/s for

submersible pumps when the pump is operating within its specified working range.

Kindly confirm

Refer C&A No. 6, Sl. No. 52

412) Vol-2,

Section : XI,

Part-4

340 4.2.19.4 Stainless Steel Pipes

All gas pipes, fittings and other related components inside the

digester shall be of stainless steel SS- 316.

As the clauses are contradicting with each other, we assume that, Bio-gas piping from

Digester to Bio-gas holder shall be DI K9 Class.

Please confirm.

Refer C&A No. 6, Sl. No. 52

Page 68: Rehabilitation and Up-gradation of 182 MLD Phase-I

67

413) Vol-2,

Section : XI,

Part-4

345 4.2.19, Point no.

8

Butterfly Valve:- Unless otherwise specified, valve body and disc

shall be of close-grained grey cast iron. Valves shall be mounted with

shafts horizontal

Please note that, the type of Shaft either Horizontal or Vertical, is based on

Manufacturer's Design.

Please confirm.

Confirmed

414) Vol-2,

Section : XI,

Part-4

345 4.2.19, Point no.

8

We assume that, all the Butterfly Valves above 600 mm shall be

provided with Electrical Actuator.

We assume that, all the Butterfly Valves above 600 mm shall be provided with

Electrical Actuator.

Refer C&A No. 6, Sl. No. 53

415) Vo-2,

Section - XI,

Part-5

364 5.1 Valid Electrical Contractor‟s License The Contractor of such STP projects usually sub-contracts the Electrical Works to the

specialist Electrical Sub-contractors having valid Electrical License of appropriate

Class. Hence, we understand that the stated requirement of Electrical Contractor‟s

License is applicable to the Electrical Sub-contractor, as has been the practice in DJB,

and not to the Contractor of the STP Project. Please confirm.

Refer C&A No. 6, Sl. No. 55

416) Volume-2

Section:X1,

Part 5

365 Electrical

Specification

5.1.1

11kV dedicated duplicate power supply is available at site at BSES

metering panel.

Kindly provide the location of BSES metering panel to consider the dismantling of HT

cables from metering panel to HT switchgear

Bidder to verify from site

417) Volume 2,

Section -XI,

Part 5

365

&

368

5.1.1 Power Supply Information, 5.1.2 Design Criteria for Electrical

Equipment/ System & SLD

Refer to clause 5.1.1 indicated 3phase, 3 wire 11 kV system fault Level 350 MVA

(Minimum) & page 368, CL.5.1.2 indicated the values of fault level for designing the

electrical system shall be based on transformer capacity, its impedance and system

fault level. But whereas in SLD indicated for HV side I/C VCB 16kA & O/G VCB

26.2kA. Kindly confirm which clause fault level to follow bidder for designing the

electrical system.

Refer C&A No. 6, Sl. No. 89

418) Volume-2

Section:X1,

Part 5

Electrical

Specification

366 5.1.2 Efficiency of Motors : As per Manufacturer‟s Catalogue (Energy

efficient eff3)

(Energy efficient, high performance motors (eff3 category) shall be

provided for optimum utilization of energy).

We understand that the given class (EFF3) is a typo-graphical error. Kindly confirm

that as IE3 or clarify

Confirmed

419) Volume-2

Section:X1,

Part 5

Electrical

Specification

368 5.1.3 Majority of the electrical equipment such as switchgear, HT cables,

and lighting installation are required to be replaced. Sufficient details

by way of tentative Bill of Quantities for installation items such as

cables, lighting fixtures, lighting DBs, cable trays etc. have been

furnished.

Tentative BOQ is not available with the tender specification, kindly provide the same. Refer C&A No. 6, Sl. No. 56

420) Volume-2

Section:X1,

Part 5

Electrical

Specification

368 5.1.3 The scope also includes cabling, lighting, earthing and lightning

protection installation for the all the three phases of the plant.

Kindly clarify the scope of work involved, as it is mentioned that electrical works such

as cabling, lighting, earthing and lightning protection installation for all the three

phases to be taken care. In that case, provide the details of all the three plants

requirement like rehabilitation of existing plant, replacement of existing electrical

works etc.

Refer C&A No. 6, Sl. No. 56

421) Volume 2,

Section -XI,

Part 5

368 5.1.3 System Description and scope As per tender SLD. DRG.NO. YAP- III/R2/E/SLD/001 (T) the 11kV indoor

switchboard both incomers are normally closed & bus coupler is normally open so that

both distribution transformers shall provide 2x100% capacity to cater load on PMCC-1

& PMCC-2 with developing necessary interlock logics and Bio gas power generation

is a primary source shall be suitable for parallel operation. Kindly confirm

Refer C&A No. 6, Sl. No. 89

422) Volume-2

Section:X1,

Part 5

Electrical

Specification

369 5.1.3 All the dismantled equipment shall be properly packed suitable for

transport and storage for a long time, transported to and stored at

DJB‟s designated store.

Kindly indicate the location of DJB‟s designated store to calculate the transportation

charges.

Refer C&A No. 6, Sl. No. 57

423) Volume-2

Section:X1,

Part 5

Electrical

Specification

369 5.1.3 All the dismantled equipment shall be properly packed suitable for

transport and storage for a long time, transported to and stored at

DJB‟s designated store.

We understand that the responsibility of the bidder is upto transporting and storing the

existing electrical equipment in the designated location. The security / protection of the

stored equipment will be in client's responsibility. Kindly confirm.

Refer C&A No. 6, Sl. No. 57

424) Vol. 2 370 5.2.2 HT panel of Phase-II Location of HT panel of Phase-II or HT cable length from New HT panel of Phase-I to

HT panel of Phase-II is to be specified.

Bidders to verify from site

425) Volume-2

Section:X1,

370 5.2.2 Supply, laying , testing and commission of 11 KV (E) of adequate

size and length of cables, Aluminum conductor, XLPE insulated, GI

Kindly provide the distance between HT Panel of Phase-I to HT Panel of Phase-II to

consider the cables.

Bidder to verify from site

Page 69: Rehabilitation and Up-gradation of 182 MLD Phase-I

68

Part 5

Electrical

Specification

strip armoured cables between HT Panel of Phase-I to HT Panel of

Phase-II.

426) Volume-2

Section:X1,

Part 5

Electrical

Specification

370 5.2.2 All the dismantled cables shall be recovered after excavation, wound

on Bidder supplied wooden drums, transported and stored at DJB's

designated store.

Kindly provide the existing cable schedule and existing cable routing drawings to

estimate the wooden cable drums requirement.

Bidder to verify from site

427) Volume-2

Section:X1,

Part 5

Electrical

Specification /

370 5.2.2 Supply, laying , testing and commission of 11 KV (E) of adequate

size and length of cables, Aluminium conductor, XLPE insulated, GI

strip armoured cables between HT Panel of Phase-I to HT Panel of

Phase-II.

Kindly provide the demand of Phase-II to size the rating of 11kV breaker and the 11kV

cable.

Bidders to verify from site

428) Volume-2

Section:X1,

Part 5

Electrical

Specification

370 5.2.5 Dismantle Existing 415 V Main Lighting Distribution Board During our site visit, we have not found any MLDB in the plant, kindly clarify. Bidder to verify from site

429) Volume-2

Section:X1,

Part 5

Electrical

Specification

370 5.2.1 Dismantle 5-panel existing switch boards located at Sub Station

Phase-I transporting and storing them to DJB designated store.

We found one more 1-panel switchboard feeding to phase-II other than the mentioned

5-panel during our site visit, kindly clarify whether the dismantling of 11kV 1-panel is

to be considered in the scope of bidder or not.

As per bid document

430) Volume-2

Section:X1,

Part 5

Electrical

Specification

370 5.2 Scope of work In existing substation building (PMCC-I), we have seen metering panels and other

11kV breaker panels during our site visit, kindly clarify whether these panels have to

be dismantled or not.

As per bid document

431) Vol-2 ,

Sec-V

&

Vol-4

(SLD)

370 5.2.1 (ii)

&

SLD-

III/R2/E/BD/002(

T) Rev: R0

11 kV Switchgear For Phase-II Power Supply, the existing 11 kV, 5 nos. Panel board has 2 nos.

Incomers, and the electric power is directly fed from the Metering Panel of TPDDL.

However, now in the tender, only one no. Outgoing feeder feeding 11 kV power to the

Phase-II plant is mentioned. Please clarify how the power consumption of Phase- I & II

shall be independently measured.

As per bid document

432) Volume 2

Scope Of

Work

370 5.2 Dismantled Electrical Material of Phase-I Please specify the location and/or the road distance between Rithala Site and

designated DJB Store for the Bidders to estimate the cost of transportation of the

dismantled electrical items of Phase-I.

Refer C&A No. 6, Sl. No. 57

433) Volume-2

Section:X1,

Part 5

Electrical

Specification

371 5.2.6 Installation, Testing and commissioning of Local Push Button

Stations mounted near to all the proposed motors. The starters for all

the motors shall be housed inside the LT switchboards installed at

various locations.

Kindly provide the details of LPBS like Type, Material of construction, degree of

protection, etc.

Refer C&A No. 6, Sl. No. 59

434) Volume-2

Section:X1,

Part 5

Electrical

Specification

SLD for

Rithala WWTP

phase-I

371 5.2.5

YAP-

III/R2/E/SLD/001

(T)

Supply, Installation, testing and commission of 415 V Inlet works

control Panel for controlling the driven equipment located on the

Inlet works considering the load proposed by bidder.

415V Inlet works control panel

Kindly clarify from which 415V panel the 415V inlet works control panel is getting

incoming power supply, since the same is not shown in the tender SLD, also clarify the

no. of incoming feeders considered for 415V Inlet works control panel

Primary Treatment MCC-1

shall feed the power to Inlet

work control panel.

435) Volume-2

Section:X1,

Part 5

Electrical

372 5.2.11 All the existing LT cables are in physically bad conditions and most

of the cables are required to be replaced and all the dismantled cables

shall be recovered after excavation, wound on Bidder supplied

wooden drums, transported to and stored at DJB's designated store.

Kindly provide the cable schedule and cable routing drawings of existing plant to

estimate wooden drums requirement to wind the excavated cables.

Bidders to verify from site

Page 70: Rehabilitation and Up-gradation of 182 MLD Phase-I

69

Specification

436) Volume-2

Section:X1,

Part 5

Electrical

Specification

372 5.2.11 All the existing LT cables are in physically bad conditions and most

of the cables are required to be replaced and all the dismantled cables

shall be recovered after excavation, wound on Bidder supplied

wooden drums, transported to and stored at DJB's designated store.

Kindly provide the existing cable schedule and existing cable routing drawings to

estimate the wooden cable drums requirement.

Bidder to verify from site

437) Volume-2

Section:X1,

Part 5

Electrical

Specification

372 5.2.11 All the existing LT cables are in physically bad conditions and most

of the cables are required to be replaced and all the dismantled

cables shall be recovered after excavation, wound on Bidder supplied

wooden drums, transported to and stored at DJB's designated store.

Excavation of earth and removing existing cable without knowing the cable routing is

very difficult, kindly provide the existing cable routing , cable schedule details and the

SLD with the Cable rating to identify the excavation cable BOQ.

Bidders to verify from site

438) Volume 2 372 Section -XI, Part

5,

5.2.10 Cable

Trays

Dismantle all the rusted, outdoor cable trays at all the various units of Phase I in the

plant.

Kindly confirm dismantling of substation / switchgear room cable trays.

As per bid document

439) Volume-2

Section:X1,

Part 5

Electrical

Specification

373 5.2.12 Dismantle all the existing 30V DC battery and battery charger located

at various locations and shall be transported to DJB designated store.

During our site visit, we have not found any 30V DC battery and battery charger in the

plant, kindly clarify where these mentioned existing 30V DC system is located and

provide the quantity of the same to include in the dismantling works.

Bidder to verify from site

440) Volume 2 374 Section -XI, Part

5,

5.3 Specification

Of Electrical

Equipment‟s &

5.3.1 Power

Transformers

Technical parameters of the transformer indicated percentage impedance voltage shall

be as per IEC/BIS.

Kindly note that as per IEC60076-5, page.13, Cl. 3.2.2.4, Table 2, for example

2500kVA transformer rating the percentage impedance voltage is 6% and IS2026 also

same 6%, but whereas BIS1180 latest amendment the percentage impedance voltage is

6.25%. Hence kindly confirm which standard bidder to comply.

As per bid document

441) Vol-2,

Section-XI,

Part-5

375

&

379

5.3.1.1

&

5.3.1.7

Type of Tap Changer for Transformers The type of Tap Changer for Transformers specified at these pages is contradictory.

Please confirm the requirement.

As per bid document

442) Volume 2

Section : XI,

PART 5 -

Electrical

Specifications

383 5.3.2.1 Circuit

Breaker

Separate limit switches, each having a minimum of 2 „NO‟ + 2 „NC‟

contacts, shall be provided for both „Service‟ and „Test‟ positions of

the circuit breakers for future SCADA.

Kindly clarify "Future SCADA" mentioned in the clause. We understand that 'future

SCADA" is excluded from the scope of supply in this project.

Refer C&A No. 6, Sl. No. 61

443) Vol. 2 395 I -Motor Method of Starting i.e. Starter for motors Correction is to be made as under -

a. Star-Delta starter for 7.5KW & above up to 55KW

b. Soft starter for 75Kw & above rating.

As per bid document

444) Volume 2

Section XI,

Part 5,

395 General

Clause I :Motors

Irrespective of motor kW rating, the nominal operating voltage of the motors shall be

415V AC 50Hz. Kindly confirm

As per bid document

445) Volume 2

Section : XI,

PART 5 -

Electrical

Specifications

396 I.MOTORS Motors shall have space heaters suitable for 230 V, single phase 50

Hz AC supply. These shall be placed in easily accessible positions in

the lower part of motor frame. Provision shall be made to measure

temperature of bearing by inserting hand held temperature measuring

device.

Kindly specify from which motor rating space heater to be considered. Refer C&A No. 6, Sl. No. 62

446) Volume 2 398 II-Soft Starter –I

(b)

By pass Arrangement Inbuilt By pass shall be provided. Pl confirm. As per bid document

447) Volume 2

Section : XI,

PART 5 -

Electrical

Specifications

398 II. SOFT

STARTERS FOR

LV MOTORS

b) shorting (bypass) arrangement Kindly specify the type of bypass arrangement required for soft starters. Refer C&A No. 6, Sl. No. 63

Page 71: Rehabilitation and Up-gradation of 182 MLD Phase-I

70

448) Volume 2 400 III-Capacitor

panel/capacitor

Type of capacitor insulation All Poly Propylene APP Type or Mixed dielectric type Pl confirm. As per bid document

449) Volume 2 400 Section -XI, Part

5,

III. Capacitors

And APFC Panel

Technical parameters of the capacitors indicated control supply 110V DC.

Kindly confirm the requirement since it is not included in Vol-2, Sec. XI, Part5,

Cl.5.2.12, 110 V DC battery chargers along with distribution board required to control

of all 11 kV and 415V circuit breakers.

Capacitor control panel

control supply is 110 V AC

however control supply for

other panel shall be as per bid

specification. 450) Volume 2 400 Section -XI, Part

5,

III. Capacitors

And APFC Panel

MV capacitors shall be provided for connection across MV motor terminals.

We understand that there is no MV motors part of this tender, hence MV capacitor not

to consider bidder.

As per bid document

451) Volume 2 404 Section -XI, Part

5,

V. LV Indoor

Switchboard

LV indoor switchboard degree of enclosure protection indicated IP-5X, enclosure

thickness for frame – 2.5,

Doors/Covers – 2.0 but whereas page 382, Cl.5.3.2, MV (11 KV) indoor switchboard

& page 401, Sr.no.4, APFC capacitor panels constructional requirement indicated IP-

4X, enclosure thickness of cold rolled sheet steel for Frame – 2.0 &Doors/Covers –

2.0.

Refer C&A No. 6, Sl. No. 60

452) Vol. 2 405 V- LT

SWITCHBOARD

Type of Motor starter –Draw out or fixed Motor starter will be fixed or draw out type.

Pl confirm.

Refer C&A No. 6, Sl. No. 64

453) Volume 2

Section : XI,

PART 5 -

Electrical

Specifications

406

V. LV INDOOR

SWITCHBOARD

Motor protection circuit breaker (MPCB) shall be used for motor

feeder instead of MCCBs.

From the clauses we understand that MPCB can be used for motor ratings upto 3.7kW

and MCCB for ratings above 3.7kW.

Confirmed

454) Volume 2 406 Section -XI, Part

5,

V. LV Indoor

Switchboard, Sr.

No. 2. Moulded

Case Circuit

Breaker (MCCB)

MCCB shall be suitable for remote On-Off-Trip operation. Necessary spare auxiliary

contacts (minimum 2NO+2NC) shall be provided for future use.

We understand that ACB/MCCB/MCB is not applicable for remote ON/OFF control

from PLC. Also confirm the requirement of ON/OFF/TRIP/L_R feedback status of the

all these circuit breakers for remote monitoring from PLC.

Kindly confirm

As per bid document

455) Section : XI,

PART 5 -

Electrical

Specifications

411 VII. VARIABLE

FREQUENCY

DRIVES (VFD)

1. General

All frequency dives shall be suitable for data connectivity with

PLC/SCADA system and shall have suitable communication port and

protocol.

Kindly clarify the protocol to be adopted for the communication interface between

variable frequency drives and the PLC/SCADA system

As per bid document

456) Volume 2

Section XI,

Part 5,

417 VIII. Lighting

System

Equipment

Sr.no. 2. Lighting

Fixtures and its

Accessories

Street Lighting:

Page 417- Operation & Maintenance manual under general requirements, Sr.no. 2.

Lighting Fixtures and its Accessories indicated Suitable type and rating of solar

operated lighting fixtures with LED lamps shall be used. System shall be hybrid type to

facilitate the charging facility at the event of non-sunny days. Refer to page 413, VIII.

Lighting system equipment in broad performance specifications indicated autonomy 3

days or minimum 42 operating hours per permissible discharge. Even though bidder

should consider hybrid charger type

As per bid document

457) Volume 2

Section : XI,

PART 5 -

Electrical

Specifications

419 VII. LIGHTING

SYSTEM

EQUIPMENT

6.Water Coolers

General

Water cooler shall conform to IS 1475/78 with latest amendment

suitable for operation on 230 volts ±10%, 50 cycle‟s single phase AC

supply. It shall be supplied with hermetically sealed type suction

cooled compressor with overload protection conforming to IS 10167.

It shall have cooling capacity of 40 liters per hour with storage

capacity as 80 liters. Water coolers shall be required for site office.

Two nos. water coolers shall be installed and make them in operation.

Kindly clarify & provide the details of the requirement for water cooler in detail

mentioned in the specification.

As per bid document

458) Volume 2

Section : XI,

421 XI. CABLING

SYSTEM

Where groups of HV, LV and control cables are to be laid along the

same route, suitable metallic barriers to segregate them physically

Kindly clarify the requirement since it is not clear. Refer C&A No. 6, Sl. No. 66

Page 72: Rehabilitation and Up-gradation of 182 MLD Phase-I

71

PART 5 -

Electrical

Specifications

INSTALLATION shall be DJB or their representative.

459) Volume 2

Section : XI,

PART 5 -

Electrical

Specifications

421 XI. CABLING

SYSTEM

INSTALLATION

CABLING SYSTEM INSTALLATION We understand from the tender specification that the cables inside the electrical rooms

/ sub stations will be laid in cable trenches and cables in outdoor areas will be directly

buried with necessary mechanical protections. Kindly confirm.

As per bid document

460) Volume-2

Section:X1,

Part 5

Electrical

Specification

421 XI. CABLING

SYSTEM

INSTALLATION

Cable installation in outdoor areas shall be carried out in

directly buried cable trenches where RCC trench will not be

possible.

All cables in outdoor areas will be laid in directly buried cable trenches. Kindly

confirm.

As per bid document

461) Volume 2 428 Section -XI, Part

5,

X I. Non-

segregated Phase

Bus Duct

The enclosure shall conform to IP: 55 for outdoor and IP: 54 for indoor.

Whereas all HV, LV & capacitor switchboards suitable for indoor installation with

degree of enclosure protection is IP40 mentioned in the specification clauses as per

query Sr.no.8. Kindly confirm the bus duct degree of protection for indoor portion.

As per bid document

462) Vol-2,

Section-XI,

Part-5

428 XI Non-Segregated Phase Bus Duct The material of Busbar mentioned under sub-clauses 1 & 2 is contradictory. Please

confirm the requirement.

Refer C&A No. 6, Sl. No. 67

463) Volume-2

Section:X1,

Part 5

Electrical

Specification /

430 XII. MICRO -

HYDRO POWER

PLAN

MICRO - HYDRO POWER PLANT Kindly clarify, under what condition hydro electric power generated to be used for

plant like critical or standby or parallel operation.

Refer C&A No. 6, Sl. No. 89

464) Volume 2 430 Section -XI, Part

5,

XII. MICRO-

Hydro Power

Plant, Sr.no.2.

Scope of Works

Grid Synchronization Works:

Synchronization of generated power at main LT panel of the Plant.

Bidder required clarity on this clause of requirement whether the generated power is to

be connected with power grid (i.e. Power evocation at power grid) or the generated

power shall be utilized as stated like Bio-gas power generation as primary source shall

be utilized for the plant.

Refer C&A No. 6, Sl. No. 89

465) Volume 2

Section XI

Part-5

430 Cl-XII.1 It is estimated that a discharge of 182 MLD at a head of 2.5 m

approximately will be available to generate 37 kW of power.

Please confirm the head for turbine. Turbine efficiencies will differ as per the head

available. Since LD is applicable on guaranteed output, head should be fixed.

As per bidder‟s design

subject to the approval of the

Engineer in charge

466) Volume 2 436 Section XI Part 5,

Technical

specifications-

Hydro Turbines -

Output and

Efficiency

Guarantee for

Turbine

Generator Set

“The efficiencies of the generator and turbine at rated head at 100% & 50% or

minimum output shall be guaranteed.”

We request to modify this clause. The efficiencies and other details of the equipment

can be furnished during detailed engineering.

Refer C&A No. 6, Sl. No. 69

467) Volume 2

Section XI

Part-5

436 (Output &

Efficiency)

The efficiency of the generator & turbine at rated head at 100 % &

50% or minimum output shall be guaranteed.

do Refer C&A No. 6, Sl. No. 69

468) Volume 2

Section XI

Part-5

436 (Output &

Efficiency)

The bidder shall have to produce test certificate for typical turbine of

their make in the past by any independent laboratory inclusive of

their own regarding performance/efficiency of turbines and related

equipment devices offered by bidder.

Test certificates for the typical turbine offered may be submitted during project

execution before approval of the drawings/designs. Please confirm.

As per bid document

469) Volume-2 440 XII. MICRO - Synchronisation Panel As per the clause solar generated power is not clear and it is understood Client will be Refer C&A No. 6, Sl. No.89

Page 73: Rehabilitation and Up-gradation of 182 MLD Phase-I

72

Section:X1,

Part 5

Electrical

Specification

HYDRO POWER

PLANT

One swing type synchronization panel shall be provided. The

synchronization panel shall be used for synchronization of triple units

(Hydro generated power, solar generated power and grid power at

415 V LT side of transformer) in future.

responsible for providing the solar generated power, kindly confirm and provide the

details of solar power generated.

470) Volume 2 440 Section -XI, Part

5,

XII. Micro-

Hydro Power

Plant

Synchronisation Panel:

One swing type synchronization panel shall be provided. The synchronization panel

shall be used for synchronization of triple units (Hydro generated power, solar

generated power and grid power at 415V LT side of transformer) in future.

No clarity on requirement of this clause, however we understand that there is no solar

power generation except solar street lighting. Kindly confirm the requirement this

clause.

Refer C&A No. 6, Sl. No. 70

471) Volume 2 441 Section -XI, Part

5,

XIII. Preliminary

Details To Be

Submitted With

Bid

We understand from this clause the data, engineering calculations, transformers losses,

etc., to be submitted by bidder as a preliminary details & during detailed design bidder

shall be confirmed the actual requirement of the plant. Kindly confirm

As per bid document

472) Volume-2

Section:X1,

Part 5

Electrical

Specification

442 XIV. SPECIFIC

SPECIFICATIO

N-E&I WORK /

5.3.15.1

MPCB of adequate rating and KA capacity shall be used for motors

rated up to 3.7 Kw.

From the clauses we understand that MPCB can be used for motor ratings upto 3.7kW

and MCCB for ratings above 3.7kW.

Confirmed

473) Volume-2

Section:X1,

Part 5

Electrical

Specification

442 XIV. SPECIFIC

SPECIFICATIO

N-E&I WORK /

5.3.15.1

Incomer rating of LT Panels /MCCs shall be selected considering

total running load +50% standby load+ 10% spares load and

additional 15% capacity of the calculated capacity.

Generally, incomer rating of LT Panels will be selected based on transformer

secondary current rating. kindly confirm.

As per bid document

474) Volume-2

Section:X1,

Part 5

Electrical

Specification

442 XIV. SPECIFIC

SPECIFICATIO

N-E&I WORK /

5.3.15.1

Incomer rating of LT Panels /MCCs shall be selected considering

total running load +50% standby load+ 10% spares load and

additional 15% capacity of the calculated capacity.

Generally running loads of the plant only will be considered for electrical equipment

sizing and standby loads will not be considered. Kindly confirm.

As per bid document

475) Volume-2

Section:X1,

Part 5

Electrical

Specification

442 XIV. SPECIFIC

SPECIFICATIO

N-E&I WORK /

5.3.15.1

Incomer rating of LT Panels /MCCs shall be selected considering

total running load +50% standby load+ 10% spares load and

additional 15% capacity of the calculated capacity.

Kindly clarify the mentioned 10% spares load i.e. 10% of the total working load or

10% of the connected load.

Refer C&A No. 6, Sl. No. 71

476) Volume-2

Section:X1,

Part 5

Electrical

Specification

442 XIV. SPECIFIC

SPECIFICATIO

N-E&I WORK /

5.3.15.1

Incomer rating of LT Panels /MCCs shall be selected considering

total running load +50% standby load+ 10% spares load and

additional 15% capacity of the calculated capacity.

Kindly clarify what is meant the calculated capacity mentioned in "15% capacity of the

calculated capacity"

Refer C&A No. 6, Sl. No. 71

477) Volume-2

Section:X1,

Part 5

Electrical

Specification

442 XIV. SPECIFIC

SPECIFICATIO

N-E&I WORK /

5.3.15.1

Transformer

a. Transformer ratings shall be considered based on the total load

(Motor load+ Lighting load+ HVAC load). In addition to that 20%

margin shall be considered for contingency.

We understand that the motor load mentioned here is running / working load only.

Kindly confirm that the maximum demand will be calculated based on the running load

only.

Confirmed

478) Volume-2

Section:X1,

Part 5

Electrical

Specification

442 XIV. SPECIFIC

SPECIFICATIO

N-E&I WORK /

5.3.15.1

11. Vendors have to check the adequacy of the existing substation

buildings at Substation-I.

Kindly confirm if the existing sub-station is not adequate to accommodate the

proposed electrical equipment, bidder shall be allowed to construct or extend the

existing substation building and all other electrical rooms.

Confirmed

479) Volume 2 442 Section -XI, Part

5,

Minimum size of power cable shall be 2.5 sq. mm copper conductor or 6 sq.mm

Aluminium conductor cable.

As per bid document

Page 74: Rehabilitation and Up-gradation of 182 MLD Phase-I

73

XIV. Specific

Specification–

Electrical &

Instrumentation

Work, 5.3.15.1

General

Kindly note that majority of cable manufactures have minimum copper power cable

size is 4Sq.mm, less than 4Sq.mm shall be control cable with solid core.

480) Volume 2 442 Section -XI, Part

5,

XIV. Specific

Specification–

Electrical &

Instrumentation

Work, 5.3.15.1

General

HT panel shall be suitable for 11KV, 500 MVA (26.2 kA for 1 Sec) whereas page 365,

CL.5.1.1 for power supply information mentioned connection 3 phase, 3wire 11 kV

system fault Level 350 MVA(Minimum).

Kindly confirm.

Refer C&A No. 6, Sl. No.89

481) Volume 2

Section : XI,

Part - 6

Instrumentatio

n and

Automation

Specifications

445 6.1 General The plant data collected through online monitoring of water quality

and flow shall be displayed locally where the instrument is installed

and also transferred to the PLC / SCADA control room. The data

shall also be made available via the internet to various statutory

bodies / locations.

Query 01: We understand that the data collected through online monitoring water

quality and flow - refers to the quality and flow parameters at Plant inlet and Plant

outlet only. Kindly clarify

Query 02: Kindly clarify the number and details for the various statutory

bodies/locations where the Data has to be made available via the internet.

As per bid document

Refer C&A No. 6, Sl. No. 72

482) Volume 2

Section : XI,

Part - 6

Instrumentatio

n and

Automation

Specifications

451 6.5 Design

Requirements for

Control And

Instrumentation

Systems (C&I)

The installation arrangements for meters measuring conductivity, pH,

and dissolved oxygen, chlorine residual and ionic concentration shall

include a sample bench and other facilities for operating portable test

meters. Each installation shall incorporate a valve and pipework for

obtaining a sample representative of the fluid at the position of the

permanent meter, tundish and drain.

We understand that analysers can be located in field and the arrangements of sample

bench and other facilities for operating portable test meters , tunish , pipework etc. are

not applicable for in field installations of conductivity, pH , Dissolved Oxygen,

Chlorine residual and ionic concentration , Turbidity analysers. However such

arrangements shall be provided in the Laboratory. Kindly confirm if understanding is

correct.

As per bid document

483) Volume 2

Section : XI,

Part - 6

Instrumentatio

n and

Automation

Specifications

451 6.5.1 Instrument

Design Criteria

As far as possible and depending upon the location and availability of

wireless services (GPRS / GSM, etc.), all transmitting instruments

and data loggers shall be of wireless type. In case of non-feasibility,

the output of the transmitting instruments shall be 4-20 mA / 0-10V

DC linear having two wire system.

a) All instruments such as Pressure Transmitter, Level transmitter, Flow transmitters

etc shall communicate to the Control centre (i.e. control room) through hardwired 4 -

20mA signal only.

b) All pH Analyser, Conductivity, DO Analyser etc shall communicate to the Control

centre (i.e. control room) through hardwired 4 -20mA signal only.

c) All special analyser (BOD, COD, TSS etc.) shall communicate to the control centre

(i.e. control room) though hardwired 4 -20 mA signal only.

d) The control system shall have GPRS facility to communicate with third party

system.

Confirmed

Confirmed

Confirmed

Confirmed 484) Volume 2 451 Section : XI, Part

6,

6.5.1 Instrument

Design Criteria

As per referred clause 6.12.1, All online monitoring analyzer data transfer shall be

through wireless communication to control center. As per our system architecture we

are providing RIO Based Panel at every specified location, which will be transmitting

the data through high end optical fiber cable.

Kindly amend the field Instruments wireless data transfer to wire type data transfer up

to control center.

Refer C&A No. 6, Sl. No.75

485) Vol-2 ,

Section –XI,

Part -6

451

&

456

6.5.1 On-line Instrument We understand that the Bidder is responsible for the Supply of the On-line Instruments

as listed in the Table (On-Line Instrument) starting page no. 452, whereas the

parameter in Cl. 6.6, Table-2 which are not covered by the Online Instruments

provided as per the Table referred above shall be analyzed in the plant laboratory..

Kindly review and confirm.

Refer C&A No. 6, Sl. No. 73

486) Volume 2 452 Section : XI

Part 6

We assume that only list of instruments specified in the table has be continuously

online monitored. Please Confirm.

Refer C&A No. 6, Sl. No. 73

Page 75: Rehabilitation and Up-gradation of 182 MLD Phase-I

74

Instrumentation

Clause 6.5.1

Some of the analyzer such as COD, Oil and grease and total phosphorous analyzers

may not be required. Since it does not have any impact on process control. Please

confirm.

487) Volume 2 453 Section XI

Part 6

Instrumentation

Clause 6.5.1

As per this clause electromagnetic flow meter to be provided in the common header of

Primary Sludge Pump and inlet to sludge thickener.

These 2 flow meter are in the same line which may not be required. We assume that

the flow meter shall be considered for inlet of anaerobic digester (i.e From thickened

sludge sump common header line to anaerobic digester) instead of inlet of sludge

thickener. Please confirm.

Refer C&A No. 6, Sl. No. 73

488) Volume 2 453 Section XI

Part 6

Instrumentation

Clause 6.5.1

In NIT, the requirement of flow-meters is not mentioned for the following lines:

(i) Inlet to digesters

(ii) Discharge of centrifuge feed pump

(iii) Discharge of polymer dosing pump

Please clarify whether same shall be required or not.

Refer C&A No. 6, Sl. No. 73

489) Vo-2,

Section-XI,

Part-6

471 6.9 Cabinets for Field Instruments Cabinets of Die-cast material are specified. Kindly note that Non-metallic Cabinets

made of FRP / Duopolistic etc. suitable for outdoor installation are also available,

which are also more suitable for the corrosive atmosphere in the STP. Hence, we

suggest only Non-metallic Cabinets made of FRP / Duopolistic etc. should be allowed.

Refer C&A No. 6, Sl. No. 74

490) Vol-2 ,

Section-XI,

Part-6

487 6.12.6.2

UPS UPS is specified to be designed with 2 hrs. back up time. However, considering that

Gas Engine shall be operational and will provide the additional backup during power

failure, we recommend UPS with upto 1 hour backup. Please confirm.

Refer C&A No. 6, Sl. No.76

491) Volume 2

Section : XI,

Part - 6

Instrumentatio

n and

Automation

Specifications

497 6.12.7.12 PLC (1

No.)

5. Input / Output

Devices

All the I/O modules shall have max 8 channels for the Analog and 16

channels for the Digital modules.

With wide experience in Water and Wastewater treatment we suggest use of 32

channel digital modules, 16 analog input modules and 8 channel analog output

modules. This will ensure efficient control room space utilization and shall provide

cost benefit.

This will be sufficient for the safe and reliable operation of the plant. Kindly confirm

your acceptance.

Refer C&A No. 6, Sl. No. 77

492) Volume 2

Section : XI,

Part - 6

Instrumentatio

n and

Automation

Specifications

500 6.13.7

System

Architecture

The system should be capable of Remote I/O modules architecture at

various remote locations near to the major equipment sensors to

reduce the commissioning. There will be two remote I/O module

stations. Please refer the Annexure 1 & 2 of the system architecture.

The Clause states that there will be two remote I/O module stations whereas the

Annexure -1B# -PLC Distribution in Plant (General Arrangement) , there are 10 nos.

Remote I/O PLC.

Query 01 : Please clarify the required quantity of remote I/O modules.

Query 02 : We understand that Remote I/O Station refers to panels only with I/O

modules and communication module which communicate to a centrally located

processor/controller module . Please clarify if this understanding is correct or should

remote I/O station have processor/controller module in the same panel.

Query 03 : Please clarify if each process area should be supplied with a redundant PLC

or can process areas be supplied with Remote I/O Modules which will communicate to

a Central PLC.

As per Bidder Design subject

to the Approval of the

Engineer-In Charge.

Bidder understanding is

correct.

Each process area needs

Remote I/Os modules for

communicating to Central

PLC. 493) Volume 2 514 Section : XI, Part

6,

6.25

ANNEXURES

We presumed that RIO System Architecture Annexure A is tentative; The same shall

be designed as per the system requirements.

System architecture is

indicative however bidder

have to submit the same as

per their own design which

will be subject the Approval

of Engineer In- charge 494) Volume – 2,

Section : XI,

Part 7

550 7.16 Test on Completion Kindly confirm the duration of the following Tests on Completion:

- Manual Commissioning Tests (cl. 7.16.2)

- Manual Operation Test (cl 7.16.3)

- Automatic Commissioning Tests (cl. 7.16.4)

As per bid document

Page 76: Rehabilitation and Up-gradation of 182 MLD Phase-I

75

- Dry Test (cl. 7.17)

- Hydraulic Wet Test (cl. 7.18.1)

- Performance Test (cl. 7.19)

For Performance Test -Refer

C&A No. 6, Sl. No.78 495) Vo -2,

Section : XI,

Part-7

555 7.1 Performance Test Kindly provide Technical Schedule Section IV, Part-1 as referred in this section. Refer Part-9 of Volume-2 of

bid document

496) Vo -2 , Section

: XI, Part-7

555 7.1 Performance Test Kindly confirm the duration (as number of days) for the Performance Test. Refer C&A No. 6, Sl. No. 78

497) Vol. 2, XI

Technical

Specifications

556 Operation and

Maintenance

Treated Sludge Disposal

The contractor shall operate the Waste Water Treatment Plant such

that the sludge produced is of a spade-ale consistency and the volume

of sludge produced after treatment specified, is minimum. The sludge

generated from the WWTP shall be disposed of by the contractor to a

proper landfill site, or other sites as directed by the Employer. The

digested Excess Sludge disposal shall be identified by the bidder.

We understand during Interim O&M period sludge disposal land shall be provided by

DJB free of cost. All statutory approvals shall be taken by DJB. Kindly confirm.

Refer Clause 8.1.4 (iii) at

page 562

498) Vol. 2,

XI Technical

Specifications

559 Operation and

Maintenance

Operating and Maintaining the plant with the existing equipment‟s

after necessitating repair as that may be necessary to keep them in

service for a period X months ii) Operating and Maintaining the plant

with liquid stream of the rehabilitated and upgraded plant along with

the necessary repair and maintenance including the effect on the

upgraded equipment‟s “total life” for a period of Y months.

We request client to provide the flow record for last 2 years and also the Sewage and

treated sewage Analysis report for last 2 years to enable the bidders to understand the

plant performance.

Bidders to visit site and

obtain required details

499) Vol. 2,

Section XI -

Technical

Specification

561 Output and

Operational

Guarantee

The contractor is fully responsible for treating all the sewage

reaching at the inlet chamber. The performance of the contractor shall

be treated as non-compliance if the treated effluent does not meet

with the guarantees listed under this clause unless in Force Majeure

condition

We understand the contractor shall be responsible of treating the design Sewage

quantity and the excess flow shall not be taken for treatment. Pls confirm

As per bid document.

500) Vol. 2,

Section XI -

Technical

Specification

561 Output and

Operational

Guarantee

The contractor is fully responsible for treating all the sewage

reaching at the inlet chamber. The performance of the contractor shall

be treated as non-compliance if the treated effluent does not meet

with the guarantees listed under this clause unless in Force Majeure

condition

We presume if the inlet flow is above than the Design (excess flow) contractor shall

not be liable to achieve the Treated effluent Quality as give in Vol2, Section XI

Technical Specifications, Part 8 - Operation and Maintenance, Page 556 Pls confirm.

As per bid document.

501) Vol. 2,

Section XI -

Technical

Specification

561 Output and

Operational

Guarantee

The contractor is fully responsible for treating all the sewage

reaching at the inlet chamber. The performance of the contractor shall

be treated as non-compliance if the treated effluent does not meet

with the guarantees listed under this clause unless in Force Majeure

condition

We understand the excess chemical, Electricity cost shall be borne by the Employer

when the flow is excess than the design flow when it reaches the inlet chamber. Kindly

clarify.

As per bid document.

502) Vol. 2

XI Technical

Specifications

562 Operation and

Maintenance

Sludge Disposal

The contractor shall operate the Waste Water Treatment Plant such

that the sludge produced is of a spade-ale consistency and the volume

of sludge produced after treatment specified, is minimum. The sludge

generated from the WWTP shall be disposed of by the contractor to a

proper landfill site, or other sites as directed by the Employer. The

digested Excess Sludge disposal shall be identified by the bidder.

We understand that the Employer will provide the Sludge Disposal Land free of cost

with required statutory approval.

Refer Clause 8.1.4 (iii) at

page 562

503) Volume 2

Section XI,

Part 8

562 The contractor shall operate the Waste Water Treatment Plant such

that the sludge produced is of a spade-ale consistency and the volume

of sludge produced after treatment specified, is minimum. The sludge

generated from the WWTP shall be disposed of by the contractor

within plant premises as directed by the Employer‟s Representative.

As we understand that the operation period is for 10 years. The land provided in the

plant premises is feasible for 10 years sludge disposal. If not Employer shall provide

the approved landfill site for sludge disposal. Kindly confirm

As per bid document

504) Vol. 2 562 Sludge Disposal During interim O&M period the effluent parameter to be achieved are given in referred

clause. Please furnish the old O&M reports to substantiate the effluent quality.

Bidders to verify records

maintained at Phase-I plant

site. 505) Volume-2

Part-8

562 Sludge Disposal

- In the event of the landfill/ SDB not sufficient during Operations & Maintenance of

plant, additional ready to dispose site/ location/ space with all statutory approvals and

As per bid document

Page 77: Rehabilitation and Up-gradation of 182 MLD Phase-I

76

8.1.4 iii) preparations shall be provided by Employer. At such an event contractor shall only be

responsible for disposal of sludge to the new designated area at an additional mutually

decided cost if the distance of new disposal area is more (if any) than the current

disposal site from the WWTP plant.

506) Vol. 2,

XI Technical

Specifications

563 Operation and

Maintenance

Treated Sludge Disposal

The contractor shall operate the Waste Water Treatment Plant such

that the sludge produced is of a spade-ale consistency and the volume

of sludge produced after treatment specified, is minimum. The sludge

generated from the WWTP shall be disposed of by the contractor to a

proper landfill site, or other sites as directed by the Employer. The

digested Excess Sludge disposal shall be identified by the bidder.

Please provide the disposal Land Distance from the STP. Refer Clause 8.1.4 (iii) at

page 562

507) Vol. 2

XI Technical

Specifications

564 Operation and

Maintenance

Treated Sludge Disposal

The contractor shall operate the Waste Water Treatment Plant such

that the sludge produced is of a spade-ale consistency and the volume

of sludge produced after treatment specified, is minimum. The sludge

generated from the WWTP shall be disposed of by the contractor to a

proper landfill site, or other sites as directed by the Employer. The

digested Excess Sludge disposal shall be identified by the bidder.

Is there any dump fees to be considered during Operation and Maintenance sludge

Disposal. If yes request to provide the fees.

Refer Clause 8.1.4 (iii) at

page 562

508) Volume 2

Section XI,

Part 9

577 All costs related to handling and disposal of the by-products,

including but not limited to license application, transportation, tests

and treatment shall be borne by the Contractor and deemed to be

included in the Operation Fees

We understand that all the duping fee, licence for disposal in approved landfill site

shall be borne by Employer. Kindly confirm.

All such fee shall be borne by

the bidder

509) Volume II

Sludge

Disposal

Volume-2;

Part -8

577 Handling &

Disposal of Waste

Water Treatment

By Product

As per Clause 8.2.8: Handling & Disposal of Waste Water Treatment By- product,

Page 577 of tender document it is mentioned that Provision of sufficient vehicles

throughout the Operation Period to transport the by-products from the Facility to the

landfill site for disposal.

We request the department to kindly provide us the distance of sludge disposal site

from the proposed STP site.

We also understand there is no additional charges/royalty to be paid for the disposal of

sludge to disposal site. Kindly confirm.

If it includes any royalty charges, Kindly mention the price of disposal/MT of sludge to

bring all the bidders at par.

As per bid document

510) Volume 2

Section XI,

Part 8

584 The stock level of spare parts shall be sufficient for 2 years operation

from the date of Handover Certificate.

Kindly confirm the handover spares at the end of O&M period is for 2 years or 4 years. Refer C&A No. 6, Sl. No. 15

511) Vol. -2,

Sec-XI, Part -9

608 9.8 Mechanical Data Sheets The evaluation criteria that “DDE” and “as per manufactures standards” written in the

Bidders Technical schedules would essentially be taken as non-responsive, is

unjustified at the Bid Stage. It is to be noted that the Tender Data sheets are extremely

exhaustive requiring a lot of data which is not critical for evaluation at the bid stage in

a DBO Contract, and which can be more realistically and reliably provided during the

detailed engineering with the committed inputs from the Vendors. It is not possible to

generate such exhaustive data for the data sheets in a short span of bid stage. Also,

changes in the data sheet during the detailed engineering as per the actual design and

vendor inputs will become difficult.

Hence, we request that such a criteria for the bid evaluation should be deleted from the

tender. If any critical information / data is not provided in the bid which is hampering

the fair evaluation, the same may be requested from the Bidder as a part of the Post-

Bid Clarifications. Kindly review and confirm.

As per bid document

512) Vol.-2 613 10.1 Make of equipments

Triveni Engineering & Industries Ltd. is a reputed make for manufacturing &

supply of Mechanical equipment‟s such as Screen, Grit mechanism, Clarifier,

Thickeners, Agitator & Mixers, Belt filter press/Combi unit and DAF etc.

As per bid document

Page 78: Rehabilitation and Up-gradation of 182 MLD Phase-I

77

We request you to add Triveni to Approved make‟s list.

List of installations & Supply are attached to vouch our credentials.

513) Vol-2, Sec-XI,

Part-9

680 Power Guarantee Power consumption/generation has to be considered for 10 years (Jan-Dec).

Please provide the flows on a yearly basis which have to be considered for

guaranteeing the power consumption/generation.

As per bid document

514) Vol-2, Sec-XI,

Part-9

680 Section XI

Part 9

Technical

Schedule

Clause 9.10

Please provide month and year wise sewage flow for 10 years to calculate the year

wise power consumption and power generation from biogas.

As per bid document

515) Volume 2

Section XI

Part-9

681 (Power

Guarantee)

The Bidders offer shall be evaluated on Net Guaranteed Power only We understand that Net Guaranteed power will be calculated as below-

P = Total Power Consumption – Power Generation from Bio gas – Power Generation

from Hydro Plant. Please confirm.

Confirmed.

516) Volume 2

683 Section XI

Part 10,

List of Approved makes

Kindly add “Passavant Energy & Environment” in the make list for Anaerobic

digesters and gas mixing system. PE&E has experience in the installation of more than

1,500 digesters & mixing system worldwide.

As per bid document

517) Volume 2 683 Section XI

Part 10,

List of Approved makes

Majority of the approved makes doesn‟t include various reputed makes in the market

which are currently active and supplying in various STP‟s. Kindly allow that makes

equivalent to the mentioned makes can be considered by bidder.

As per bid document

518) Vol. -2 683 Sec- XI Tertiary Treatment Filter makes Makes of filters specified in Sl. 13, 26 & 27. We request you to allow other equivalent

makes except of this.

As per bid document

519) Vol. 2

683

695

Section XI List of Approved Makes :- for Mechanical There are few vendors shown under „Approved make‟ for supply of various

equipments required for proposed STP. Since bidder has to operate & maintain the

facilities for 10 years , it is requested to let the bidder select make of equipment

considering its continuous performance for longer period. This will help in selecting

and providing reliable equipment which requires less maintenance during O & M

period. Else kindly incorporate „ HNB‟ make equipments which are approved by water

supply & sanitation dept. of Govt. of Maharashtra ( MJP) for various process

equipments like mechanical & manual( coarse& fine) screens, degritings, mixers,

agitators, aerators. Belt conveyors Non clog pumps, thickeners, decanters , clarifier,

Penstock gates , filter pumps etc. to assure trouble free maintenance of process

equipment.

As per bid document

520) Volume 2 683 Section 11, Part

X, List of

Approved Makes

We wish to highlight that the approved makes are not exhaustive and can include some

more reputed firms. Hence we request to include „equivalent‟ which can be approved

by Engineer In Charge during detail engineering.

As per bid document

521) Volume 2

Section XI

Part-10

683 (Approved

makes)

Makes for Bar Screen, Screening Conveyance

Compaction and Dewatering

We request to add following suppliers in the approved make list for these items –

1. Triveni Engineering & Ind Ltd, Noida

2. GMW Pvt Ltd, Baroda

As per bid document

522) Vol. 2 683 Section XI

Part 10

Make as Approved Manufacturer We request you to add the name of the following manufacturer / make as Approved

Manufacturer.

a. Centrifuge M/s. GEA Westfalia Separator India Pvt. Ltd.

b. Chlorination System M/s. Chloro Tech Equipments Pvt. Ltd.,

c. Process Equipment like M/s. Shiv Pad Engineers Pvt. Ltd.- Jash

Clarifier, Thickener,

Screen, Grit Mechanism

d. Membrane Filter M/s. Inge GmBH, Germany.

e. Submersible Mixer M/s. Xylem ( Make : FLYGT )

f. Submersible Pump M/s. Kishor Pumps Pvt. Ltd.,

As per bid document

Page 79: Rehabilitation and Up-gradation of 182 MLD Phase-I

78

g. Centrifugal Turbo Blower M/s. TurboMAX

523) Section XI – 683 Part 10 – List of

Approved Makes

List of Approved Makes for Mechanical Equipment. Please

clarify whether vendors are strictly limited to those listed or whether

proposed equivalent vendors can be approved during the course of

evaluation of the Technical Bid.

Please kindly confirm. As per bid document

524) Volume-2

General Buildings constructed under contract The buildings i.e. Administrative building, work shop etc. constructed under contract

will be allowed for use of contractor during O & M period without any extra cost.

Please confirm

Confirmed if these new

buildings are constructed

under this contract

525) Date of submission Kindly extend date of submission by 3-4 weeks after receipt of prebid reply. Refer C&A No. 5

526) Vol. 2 - - Scope of Work Being a rehabilitation work kindly clarify the extent of repair of the existing civil

structures that are to be retained as specified in bid document, confirm. Further note

that existing structures that are retained, civil specifications shall be as constructed at

the time of project implementation whereas new specs will be used for new

construction/rehabilitation works of repaired structures.

As per bid document

527) Vol. 2 - - Disposal points. Confirm, disposal land/ area will be provided free of cost by DJB.

Provide the point & distance of disposal point for excavated earth as well as dumping

of demolished structures material.

As per bid document

528) Vol. 2 - - Work Permit Work permit for Subcontractor to execute work on site would be given by Delhi Jal

Board. Kindly confirm.

As per bid document

529) Vol. 2 - - Labour Placement Kindly provide the location for labor hutment. Also provide distance of tapping point

of water & electricity from site, please mark al 3 in project plan.

Bidders to visit site and

verify

530) Vol. 2 - - In Plant Road Kindly specify the scope of in plant road. As per bid document

531) Vol. 2 - - Out fall Structure Provide the drawing for outfall structure with levels to plan hydro power generation. Refer hydraulic flow diagram

drag no YAP-

III/R2/P/HFD/002(T).

Bidders to verify the levels

from site.

532) -

Volume-2

- - General The distance of dumping site of civil structures demolition waste from proposed STP

site

As per bid document

533) General

Volume-2

- - HT / LT motor limits Kindly provide the HT & LT motor segregation to design HT & LT panels.( i.e. Upto -

-kW in LT and above in HT)

As per bid document

534) General

Volume-2

- - Spare requirement Kindly provide the details of spare capacity to be considered in the 11kV Switchgear

panel feeders, 415V LV Panels outgoing feeders, cable trays, conduits, hume pipes,

trenches etc.

Refer C&A No. 6, Sl. No. 71

535) General

Volume-2

- - Existing plant details Kindly provide the details of existing electrical drawings to consider the rehabilitation

works appropriately.

Bidder to verify from site

536) General

Volume-2

- - DG set requirement We understand from the tender specification and SLD that DG set is not required for

the plant, kindly confirm.

Refer C&A No. 6, Sl. No.89

537) General

Volume-2

- - MCC Type We understand that MCCs in this project are conventional MCCs and are not

Intelligent MCCs. Kindly confirm

As per bid document

538) General

Volume-2

Rehabilitation of existing structures We presume that, the bidder shall not provide any guarantee on structural parts of the

Rehabilitated units as they are existing structures and rehabilitation works will be

carried out as per details prescribed in

Price schedule A3.

Please confirm.

As per bid document.

539) General

Volume-2

- - Variability of Throughput: In the event the Sewage Flow to the

system is Higher than and/or adversely high than the Design Limit of

181 MLD in Phase I and 181 MLD in Phase II, the same shall be

If the Employer insists the contractor to treat the excess flow we understand the

additional chemical cost to treat excess flow shall be compensated by the employer.

As per bid document.

Page 80: Rehabilitation and Up-gradation of 182 MLD Phase-I

79

intimated to client.

540) General

Volume-2

- - Variability of Throughput: In the event the Sewage Flow to the

system is higher than and/or adversely high than the Design Limit of

181 MLD in Phase I and 181 mld in Phase II, the same shall be

intimated to client.

If the Employer insists the contractor to treat the excess flow we understand contractor

shall not be responsible to achieve the Design Parameters as per guarantee during that

period of treating excess flow.

Refer SLA Section XV, Page

732, Volume -3

541) General

Volume-2

- - Variability of Throughput: In the event the Sewage Flow to the

system is higher than and/or adversely high than the Design Limit of

181 MLD in Phase I and 181 mld in Phase II, the same shall be

intimated to client.

For a sustained period of higher throughput from the facility, the contractor shall be

allowed to frame and submit the proposal and Employer and the contractor shall

mutually agree and implement the same.

As per bid document.

542) NA

Volume-2

NA NA Load list of existing plant Kindly provide us the load list section wise for the existing plant to understand the

working philosophy of phased manner interim operation for the electrical system.

Bidders to verify from site

543) NA

Volume-2

Part-2

NA NA

2.38.1

Extension of existing electrical Buildings Kindly clarify if the electrical buildings can be extended if the existing dimension is

not sufficient to accommodate the proposed electrical equipment.

As per bid document

544) NA

Volume-2

NA NA Dimension of existing electrical equipment in the existing buildings Kindly provide us the dimensions of existing electrical equipment in the existing

buildings as some of the buildings were in closed condition during the site visit.

Bidders to verify from site

545) NA

Volume-2

NA NA Power supply to the Phase 2 Kindly confirm that the contractor Is not responsible for providing supply to the Phase

2 plant till the installation of new HT panel and HT cables.

As per bid document

546) NA

Volume-2

NA NA Existing MCC room near Digesters During the site visit we found an electrical room inside the digester area which is not

shown in the tender layout. Kindly clarify.

Refer C&A No. 6, Sl. No. 17

547) NA

Volume-2

NA NA PLC & SCADA system- Existing We understand that the existing plant does not have a PLC & SCADA system for

control and monitoring of the plant. Kindly confirm.

Confirmed

548) Volume-2

Section-III-A

Evaluation

Criteria

Please provide the O&M NPV discount rate which will be considered for evaluation. Refer C&A No. 6, Sl. No. 3

549) Volume-2

Section-III-A

Evaluation

Criteria

Please provide the Price Adjustment Formula for O&M period. Refer C&A No. 6, Sl. No. 3

550) Volume 2

General Please confirm the availability of the proposed land for the 182 MLD WWTP works

for the contractor from the first day.

It is an existing WWTP

551) Volume 2

General Please confirm whether Excise Duty exemption is applicable or not. As per bid document

552) Volume 2

General Please confirm that the Environmental Clearance for the entire duration of contract is

in Employer‟s Scope.

As per bid document

553) Volume 2 Gener

al

Section XI Part 2,

Disposal Point

Please mention the distance of the Nangloi supplementary drain from the Rithala-Phase

I STP Campus.

Bidders to verify from site

554) Volume 2

General Please provide the Dimension and MOC of all existing isolation gates, Pipe and Valves

which has to replaced/rehabilitated.

Bidders to verify from site

555) Volume 2

General Please provide the present outlet quality of treated water for the following parameters

1. pH

2. BOD 5

3. COD

4. TSS

5. Oil and Grease

6. Ammonia – Nitrogen (NH4 – N)

7. Dissolved Phosphate

Bidders to verify from site

556) - Volume 2

- General – Pile

foundation

Please confirm us if there are any existing structures within the WWTP phase-1 with

pile foundation.

If yes, please furnish the depth of pile below ground level. This will be helpful for

Bidders to verify from site

Page 81: Rehabilitation and Up-gradation of 182 MLD Phase-I

80

structures which has to be dismantled completely.

557) - Volume 2

- General –

Boundary wall

We presume that existing boundary wall is sufficient for the plant. However, fencing

will be provided between phase 1 & phase 2 plant.

Kindly specify if any additional scope is there for boundary wall. If yes, please furnish

MOC for the same.

As per bid document

558) - Volume 2

- General Please furnish the electrical equipment lay out of the Existing PMMC-1 switchgear

room.

Bidders to verify from site

559) - Volume 2

- General Please furnish the existing 11KV/0.433 KV transformer room dimensions with clear

Height.

Bidders to verify from site

560) - Volume 2

- General Please furnish the Existing 11 KV HT Panel (5 panel) room dimensions with clear

height.

Bidders to verify from site

561) - Volume 2

- General Please furnish the Existing 11 KV HT Panel (5 panel) room dimensions with clear

height.

Bidders to verify from site

562) - Volume 2

- General Please furnish the existing cable routing from 5 Panel 11KV HT VCB to 11/0.433 KV

Transformer and then PMCC-1

Bidders to verify from site

563) General

Volume 2

ROW/ROU We understand that the entire ROU / ROW, is the scope of the client. The Contractor

will be provided clear ROW. Please provide ROU/ROW width

Bidders to verify from site

564) General

Volume 2

Treated sewage discharge distance and discharge point level. Kindly provide us the exact distance of discharge point from Plant Site location where

treated sewage to be discharged of STP location .We understand the HFL will be the

same as indicated in the Bid Document, Pls confirm.

Bidders to verify from site

565) General STP plot area Kindly furnish the area availability of STP, with contour levels

As per bid document

566) General

Volume 2

Land status Kindly confirm the details of Ownership of Land & current status of the Land

Acquisition for Rithala WWTP.

This is existing WWTP

567) General

Volume 2

Lead Distance Please provide us the lead distance from SITE location to debris/disposal points.

Kindly confirm.

As per bid document

568) General

Volume 2

Storage of Un-Treated Sewage Please mention the capacity of storage to be

provided to store untreated sewage in case of

WWTP / Power break down.

As per bid document

569) General

Volume 2

Intermittent Sludge

Storage space

Please mention the intermittent sludge storage space to be provided at WWTP site. As per bid document

570) Disposal of

Treated

Sewage

Volume-2

New Treated

Effluent Channel

We understand that the treated effluent from Chlorination /de-chlorination tank shall be

taken to the outfall point of discharge body through newly constructed channel.

Kindly provide us the distance of effluent disposal point from proposed STP site. We

also request the department to kindly provide the length of the new treated effluent

channel to be constructed.

Bidders to verify from site

571) Volume 2

General

Diesel

Requirement

Whether diesel generator is required as a backup during the power failure from the grid

and when the bio gas production is insufficient for power generation. Kindly confirm.

As per bid document

572) General

Volume 2

Details for WWTP Please provide the following details of nearby Nallah for final disposal of treated

sewage.

Maximum water level of nallah.

HFL of nallah

Distance of nallah from WWTP.

Bidders to verify from site

573) General

Volume 2

Power Cut Please provide average duration of power cut in order to assess diesel consumption

during construction & O&M period.

Bidders to verify from site

574) General

Volume 2

Change in Quality or Price

Necessary clause provisions are requested to include as compensation for the

following.

- Adverse change of Raw Sewage Quality.

As per bid document

Page 82: Rehabilitation and Up-gradation of 182 MLD Phase-I

81

- Reduction of Raw Sewage quantity from the required level.

- Non availability of entire quantity of raw sewage water ( Full dry condition)

575) Volume 2

Section XI,

Part 2,

General

As per tender suggested modifications, secondary treatment is based on Modified

Ludzack- Ettinger ( MLE process) with construction of new Bioreactor Tank (Aeration

tank) and addition of two new secondary settling tanks followed by tertiary treatment

based on

a) Travelling Bridge Filters

b) Cloth media disk filters

c) UF ( both submerged and pressurized, however pressurized will require pre

filter)

We request you to allow bidders to opt for Combined secondary and tertiary treatment

using membrane Bio Reactor ( MBR) technology using existing civil structures of

Bioreactor tank and secondary settling tanks with necessary modifications.

As per bid document

576) Vol 2 –

Section XI

Vol 4

Part 2 / Clause

2.42.8

Drawing No :

YAP-

III/R2/P/GAD/00

1 (T) – Rev R0

Fencing, Gate & Security Room

The fencing is to essentially isolate Phase 1 & Phase –II plants.

……….

Fencing arrangement

Please confirm that, as the existing fencing is already available along the Phase II and

isolated from Phase I, new fencing arrangement as indicated in drawing near and along

the Phase II area is not in this contract scope. Please confirm

Refer to legend given in

proposed layout drag no

YAP-III/R2/P/GAD/001 (T)

– Rev R. fencing shown in

green colour is in the scope

of bidder.

577) Volume 2

Technical

Deodorization There is no information about deodorization facility - should bidder take into account

any odour management?

As per bid document

578) General

Volume 2

Land for Storage Land for storage & Labor Camp: We understand that land for storage and Labor Camp

shall be provided free of cost to contractor, Pls confirm.

Bidders to verify from site

579) Volume 2 Section XI Part 8 Power Failure Period

We presume that there will be 24 hours power supply during DLP & O&M period by

the employer and contractor need not consider DG & Diesel charges in his offer.

As per bid document

580) Vol. 3,

Section XII

698

Schedule of

payment

- In the absence of any preamble to Financial proposal, we understand that the schedule

of payment (a) and/or (b) is not required to be filled and submitted at the bid

submission stage. The same shall be referred to during the course of execution after

award of contract. Kindly confirm

As per bid document

581) Volume 3 698 Section XII Schedule of Payment and prices

Kindly specify payment commitment period (in days) from the date of bill

certification.

As per bid document

582) Volume 3 707 Section : XII ,

Price Schedule:

A3, item A

Request you to furnish as built drawings (of existing structures at site) of items listed

from A1 to A5 in order to carry out a detailed estimate for demolition works.

Bidders to verify from site

583) Vol. 3,

Section XII

Schedule of

Payment and

Prices

717 Interim Operation

and Maintenance

of the existing &

partly

rehabilitated

WWTP during

construction &

rehabilitation

period (36

months)

Sl.No Description

Nos. of Month

Sludge Disposal Cost During interim period We request client to provide distance of Sludge Disposal land from the STP to dispose

the sludge during interim O&M period

Refer Clause 8.1.4 (iii) at

page 562

Page 83: Rehabilitation and Up-gradation of 182 MLD Phase-I

82

(Bidders to

Indicate) Total

Price

584) Volume 3

Price Schedule

-A4

717 Interim Operating and Maintenance & Partly rehabilitated WWTP

during construction & rehabilitation period of (36 months)

Please clarify and confirm, whether the employer shall provide free of cost the

material/consumable/lubricants required for O&M under construction and

rehabilitation

As per bid document

585) Vol 3,

XII Schedule

of Payment

and Prices

719 B1 Price

Schedule

Operation and maintenance includes the supply of all spares parts as

required including the supply of all labour, materials, consumables,

equipment‟s, tools and tackles and comprehensive operation and

maintenance of 182 MLD (40 MGD) Waste Water Treatment Plant

and other related associated/allied appurtenant works as necessary

during the operation and maintenance period of 10 years after

successful completion of defect liability period.

Kindly confirm that the DLP Payment should include in the O&M price schedule or in

the Works Price schedule. Kindly confirm

As per bid document.

586) Volume 3 719 Financial

proposal, Price

Schedule B1

The Fixed charges has been mentioned that it shall not exceed 60% of the Monthly

Operating Charges which practically may not be possible for a Process job as the

Manpower cost will be predominant over chemical cost.

We request to revise the charges as below:

Fixed : 85%

Variable : 15%

As per bid document

587) Vol. –3,

Section -XI

719 Price Schedule –

B1

Operation and Maintenance The requirement that Fixed charges shall not exceed 60% of the Monthly Operating

Charges is not realistic in STP.

We would like to mention that the major cost of the O & M is electricity, Manpower

and Chemicals, replacements, repairs, sludge disposal etc.

Electricity in scope of Client. Chemical is Variable.

Chemical is around 15% of the O & M. Hence Fixed cost cannot be less than 85% of

the O & M cost.

The 60 % mentioned is too low and shall be at-least changed to 85%.

As per bid document

588) Vol. 3,

XII

720 B1 Price

Schedule

Payment in proportion to volume of treated Sewage proposed to be

treated per day 182 MLD

We understand that the Sl no in B1 price schedule, every bidder should estimate the

flow of 182 MLD throughout the O&M period. Flow variation should not be accepted.

Kindly confirm.

As per bid document.

589) Vol. 3,

XII

720 B1 Price

Schedule

During DLP period Cost towards Spare parts, Tools & tackles shall

be included in the Capital cost and no extra payment shall be made

during DLP period.

Kindly confirm the items to be included in the DLP price column in O&M price

schedule.

As per bid document.

590) Vol-3,

Section XII

720 Evaluation

criteria

NPV Discounting rate Kindly confirm the NPV Discounting Rate, and the Number of Years to be considered

in Bid Evaluation.

Refer C&A No. 6, Sl. No. 3

591) Vol. 3,

Section XIII

726 Appendix to

Financial

Proposal, Sr. no.

2

Advance payment shall be released in two (2) equal instalments Kindly clarify what shall be precedent condition fulfilling criteria for advance

payments. Also inform the time gap between the payment of both the instalments.

As per bid document

592) Volume – 3,

Section : XIII

726 Mobilization

advance

We understand that the mobilization advance available for this project is interest free.

Kindly confirm

As per bid document

593) Volume – 3,

Section : XIII

726 Mobilization

advance

Please note that considering the design build period of 36 months the repayment of

mobilization advance (from 5th month onwards within 10 equal instalments) may lead

to negative cash flow. Thus in view of the same we request DJB to kindly consider the

repayment of Mobilization advance starting from 5th month of construction in equal

monthly instalments upto 80% of the completion of the work.

Kindly confirm.

As per bid document

594) Vol-3,

Section XIV

728 - Interim Period O&M Service Level Agreement Please provide the Bidders the Performance Report of the existing Phase-1 plant

confirming that this plant in its present state is already meeting the performance

requirements for the parameters as listed in the Table in this section, and which is

required to be guaranteed by the Contractor during the Interim Operation of this plant.

Bidders to verify from site

595) Vol-3,

Section XIV

728 - Interim Period O&M Service Level Agreement In case it is not possible for the Employer to reliably confirm the present state and

adequacy of the existing plant and equipment in meeting the tender specified Interim

As per bid document

Page 84: Rehabilitation and Up-gradation of 182 MLD Phase-I

83

Performance requirement, and since it impossible for the Bidders to evaluate the

present health of the plant during the short duration available at the bid stage, we

suggest that such a study should be carried out Post-Contract jointly by the Contractor

and the Employer, within 3 months of the contract coming into force, and the KPIs for

the Interim O&M should be mutually agreed according to the outcome of this Study.

Kindly review and confirm.

596) Vol. 3,

Section XV

731 3rd Paragraph

below the MAC

table

Non-compliance to demonstrate the plant performance during the

completion tests with respect to treated water quality and sludge

quality for a continuous period of 72 hours, is not acceptable and the

Contractor shall rectify the facility to demonstrate the performance.

Not being able to demonstrate the plant performance shall render the

plant as “Non-Acceptable” leading to a liquidity damage of 10% and

shall forfeit the performance securities.

We understand that 72 hours PGTR shall be done after 6 months commissioning &

trial run. We request DJB to accept that in the event of noncompliance of guaranteed

parameters, the contractor shall be allowed to modify the equipment as required to

enable the system meet the guarantees test results without imposing any Liquidated

Damage. In such case, Performance and Guarantee Tests shall be repeated within one

month from the date the equipment is ready for re-tests and costs for modifications

including labour, materials and the cost of additional testing to prove that the

equipment meets the guarantees shall be borne by the Contractor. Kindly confirm.

As per bid document

597) Vol-3,

Sec-XV

731 - SLA As per the SLA, it is required that plant has to meet the performance even at 110% of

design pollution freight in kg/day.

This requirement will exceed the Plant Design Basis in which Pollution Freight in

kg/day plays the most critical role, and, is therefore, the main deciding factor for plant

performance.

We suggest this SLA performance requirement should be amended to “75% to 110%

of the Pollution Design Concentration as mg/l, as along as the actual Pollution Freight

in kg/day does not exceed the Design Pollution Freight in kg/day. Kindly review and

confirm.

As per bid document

598) Vol-3,

Sec-XV

731 - SLA We feel that the paragraph “Non-compliance to demonstrate the plant ……..and shall

forfeit the performance securities” is irrelevant to SLA, and hence, should be deleted.

Please confirm.

As per bid document

599) Volume3,

Section XV

731 Service Level Agreement

Please confirm that the MAC values for the treated effluent parameters listed under the

Table represents the values in a 24-hours composite sample, and that the MAC value in

an individual grab sample shall not be more than 2 times of these values.

As per bid document

600) Vol-3,

Section-XV

731 - LDs during Completion Tests As per the paragraph “Non-compliance to demonstrate the plant performance during

the completion tests………….forfeit the performance securities”, we understand that

the maximum cumulative amount of LD for all the non-compliant parameters shall be

10% of the Works Contract Price. Considering that there are several parameters in the

treated effluent quality and sludge quality to demonstrated the plant performance,

kindly specify the weightage for each parameter to be considered while applying such

LD.

As per bid document

601) Vol. 3,

Section XIV

732 However, if pollutant load (kg/day) exceeds the design pollutant load

per day basis, or total flow exceeds 33 MGD (24 hrs Basis), no

penalty shall be applicable

Pls explain the basis of arriving this total flow of 33 MGD. The total design flow of

Phase I, II, III is 45 MGD. Pls clarify

Query not clear and not

pertain to the subject tender

602) Vol-3

Section: XV

732 Conditions A

Service Level Agreement

For Performance Monitoring and Liquidated Damages, Total Nitrogen (TN) is required

to be reported Online, whereas in the Table for Online Instruments in Vol-2, section

XI, Part-6, Online Instrument for TN measurement is not listed. Kindly review and

clarify the requirement.

As per bid document

603) Vol. 3,

Section XV

733 Condition D:

Liquidated

Damages for not

meeting the

Electric

Consumption

Guarantee

Damages payable by Contractor to Employer on excess consumption

of net electric energy and on Reduction in Power Generation from

WWTP

We request employer to agree that any shortfall in power requirement due to

insufficient power generation with Biogas or through Micro Hydro Plant shall be

drawn by the grid and the cost of same shall be borne by Employer. Kindly confirm.

As per bid document

604) Vol-3,

Section XV

733 - Service Level Agreement

Unlike the conventional STPs designed and operated for old effluent quality standards

(typ. BOD<20 mg/l and TSS<30 mg/l), the Biological process with Nitrification and

Denitrification to be implemented now in Rithala Phase-1, and with very stringent

As per bid document

Page 85: Rehabilitation and Up-gradation of 182 MLD Phase-I

84

treated effluent quality to be guaranteed, especially for TN<10 mg/l, the power failure

in the plant shall have long term adverse impact on the plant performance and the

effluent quality. As per our experience, a prolonged / frequent and/or cumulative

power failure typically exceeding 8 hour per day, especially during the periods of cold

water temperature, will require 72 hrs or more for the recovery of the process and

performance, inspite of the best efforts. Hence, at-least 72 hours should be allowed for

the plant recovery after every such event. Kindly review and confirm.

605) General

Volume 3

Mobilization Advance Payment We request you to please provide us “INTEREST FREE” Mobilization Advance

minimum 10% in single instalment against the equivalent amount of Bank Guarantee.

Kindly accept and confirm.

As per bid document

606) Vol. 4- Section

XVII

Geo-Tech

(soil) Report

Package

4 2.1.1.1 Water table We presume that, the ground water table is at 7.50m below GL as per the Geotechnical

report, hence the same will be considered as design water table also for the designing

of proposed water retaining structures for uplift criteria if any.

Please confirm.

As per bid document

607) Vol. 4- Section

XVII

Geo-Tech

(soil) Report

Package

4 6.0 Recommendation

Foundation

Depth below

existing

ground,

level, m

Recommend

ed Net

Allowable

Bearing

Pressure,

T/m2

Modulus of

Sub grade

reaction,

kg/cm3

2.0 10.5 1.0

3.0 12.4 1.2

4.0 15.0 1.5

5.0 17.3 1.7

We presume that, if the recommended bearing capacity value as in the Geo technical

report is varied during detailed engineering then the bidder can eligible to claim the

extra cost.

Please confirm

As per bid document

608) Volume 4 7 Section XVII Geo

Tech Report ,

2.1.1.1

A seasonal variation of +/- 1m (from the currently proposed water table level) will be

considered as design ground water table for structural design. Please confirm.

As per bid document

609) Volume-4

SLD for

Rithala WWTP

phase-I

- YAP-

III/R2/E/SLD/001

(T)

11kV Proposed switchgear and metering panel Kindly provide the distance between proposed 11kV Metering panel (by TPDDL)and

11kV proposed switchboard for estimating the cable required between them.

Bidder to verify from site

610) Volume-4

SLD for

Rithala WWTP

phase-I

- YAP-

III/R2/E/SLD/001

(T)

location of 11kV Metering panel Kindly clarify the location of 11kV Metering panel (by TPDDL) if indoor or outdoor Bidder to verify from site

611) Volume-4

SLD for

Rithala WWTP

phase-I

- YAP-

III/R2/E/SLD/001

(T)

Tapping of 11kV power supply We understand from the SLD that bidder scope starts from 11kV cable from 11kV

Metering panel(by TPDDL). kindly confirm.

Confirmed

612) Volume-4

SLD for

Rithala WWTP

phase-I

- YAP-

III/R2/E/SLD/001

(T)

11kV Fault level Kindly clarify the fault level of VCB as it is mentioned as 16kA for incoming 11kV

VCB and 26.2kA for outgoing 11kV VCB.

Refer C&A No. 6, Sl. No. 89

613) Volume-4

Proposed

layout plan of

Rithala phase-I

WWTP

- YAP-

III/R2/P/GAD/00

1 (T)

Micro Hydro Power generation system location It is understood from specification power generated by hydro power plant to be utilised

for WWTP operation, from the layout the distance between the LT main panel located

at substation building and the Micro Hydro Power generation system seems to be very

high, how two are going to make sure the generated power is going to reach the

substation without any voltage loss or we have to consider step up transformer, kindly

clarify.

As per bidder design subject

to the Approval of the

Engineer-In Charge

614) Vol 4 – - Drawing No :

YAP-

We presume that, the bidder scope is limited upto Phase I and not in Phase II area.

Please confirm.

As per bid document

Page 86: Rehabilitation and Up-gradation of 182 MLD Phase-I

85

III/R2/P/GAD/00

1 (T) – Rev R0

615) Volume-4

SLD for

Rithala WWTP

Phase-1

- Tender SLD.

DRG.NO. YAP-

III/R2/E/SLD/001

(T)

Provide Phase-II electrical load details to arrive rating of 11kV VCB tie-feeder to feed

11kV power supply from proposed 11kV indoor switchboard (8panel).

Bidders to verify from site

616) Volume – 4,

Section : XVI

- General We request you to furnish the AutoCAD copies of all the drgs. furnished along with

the NIT.

This helps us to understand the clear distances available between units & plan for

placement of nearby units.

As per bid document

617) 4

Volume-4

Drawings Please provide the AutoCAD drawings of Topo survey, Proposed Layout, Existing

plant layout and HFD.

As per bid document

618) Vol-4,

Drawings

YAP-

III/R2/P/GAD/00

1(T)

Proposed Layout Plan of Rithala Phase – I WWTP Kindly provide Autocad drawing of the Tender Layout of the Plant.

As per bid document

619) Volume 4 and

general:

Technical Data

Please kindly provide:

Details of existing process with flow diagrams

Mass balance

Details of existing civil infrastructure

List of spares available for the interim O&M

Operational reports of existing plant, including chemicals used and samples of

raw water and treated water.

Environmental Impact Assessment

As per bid document

620) Geo-tech

Report

Volume-4

- - Liquefaction Analysis The Project Site is located in Earthquake Zone-IV as per IS 1893:2002. Hence, kindly

provide the Liquefaction Analysis as a part of Tender Geo-tech considering ground

water table for design recommended to be specified by the Employer.

The desired details to be

ascertained along with

confirmatory geotechnical

investigations by the

contractor.

621) Vol-4

(SLD)

- SLD -

III/R2/E/BD/002(

T) Rev: R0

Draw-out ACB v/s Fixed type ACB As per our experience in STPs in India, and in Delhi, the moving contacts of Draw-out

ACB‟s gets over heated & welded because of presence of corrosive gases in the STP

atmosphere. Hence, we strongly recommend “only FIXED type ACBs”. Please

confirm.

As per bid document

622) -

Volume-4

- General – NDT

reports

We request you to furnish the NDT reports of WWTP structures (which is available

with DJB) in order to evaluate the structural stability of tanks/buildings to be retained.

Also please clarify, what has to be done in case a structure is found unsound as per the

reports but is suggested in NIT to be used for rehabilitation.

As per bid document

623) General

Volume 4

Drawings Please provide the route map, L-section, Road/Nallah crossing, Contour map of the

site.

Bidders to verify from site

624) General

Volume 4

Drawings The furnished PDF drawing is illegible. Please provide the AutoCAD drawing

As per bid document

625) General

Volume-4

Details for WWTP Please provide the following details….like

- List of existing units/buildings and the

Sizes of the same; If any.

- Marking of boundary wall.

- Position of outfall sewer.

As per bid document

626) General

Volume-4

Layout We request client to please provide the AutoCAD file of the proposed Layout and

other drawings.

As per bid document