Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

MUNICIPAL CORPORATION OF GREATER

Minutes of Pre-Bid Meeting

Rejuvenation and Beautification of Poisar River

Bid No. 7100177427 Sub.: Minutes of pre-bid meeting for ‘Designing, Providing, Constructing and commissioning modernized and fully automated package/modular Sewage Treatment Plants based on MBR technology along Poisar river on Design Build Operate (DBO), along with 15 years of Operation and Maintenance and Providing and laying of sewer network, provision of Interceptors for diversion of DWF, construction of service road and road side drains on either banks of Poisar River for interception & diversion of sewage’ held on 11th September, 2020 under chairmanship of Hon’ble AMC (P) Sir through Video conferencing and physical presence of bidder’s representatives as mentioned below.

Ref.: With reference to above mentioned subject matter, online queries are received by the following firms:

Sr No Name of the firm Sr No Name of the firm 1 M/s J R Bhalerao & Co 11 Toshiba Water Solutions Pvt Ltd 2 L & T Construction 12 Shanti Infra engineering Pvt Ltd. 3 Welspun 13 Trojan Technologies Ltd 4 Ashoka Buildcon Limited 14 Xylem Water solutions Pvt Ltd 5 HPL Electric & Power Limited 15 Lab Systems & Biotech India Pvt Ltd. 6 Engineering Projects (India) Ltd. 16 Doshion Private Limited 7 BGR Energy Systems Ltd. 17 Skyway InfraProjects 8 Geofluid Processors Pvt Ltd. 18 SBEM 9 Jash Engineering Limited 19 Fivebro Water Services LLP Mitsubishi Chemical India Pvt Ltd. (Membrane Group 10 India)

1

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification M/s J R Bhalerao & Co Volume-1, Section-2, Eligibility Criteria, In Volume 1, SECTION 2 ELIGIBILITY CRITERIA, on page no Tender condition prevails. Page 14, 14 Para no 3 for prequalification criteria, in this In case of ongoing works to be considered, connection it is requested to pl qualify the bidder those M/s J R the bidder must have received payment who are successfully completed & commissioned the 1 Bhalerao & bills of 80% of the contract sum for the such project instead of for ongoing work who received Co work/works executed last day of month 80% of contract value. pl. Consider this point for previous to the one in which bids are justifiable bid. invited. Volume-1, Section-7, Scope of Work, Page MCGM should provide required electric supply load for Contact is DBO, Total Net Electrical load taking into 74 STP & pumping stations. Pl confirm account the energy generated by solar power shall M/s J R xvi. Contractor shall submit total electric be submitted in Packet C which shall be considered 2 Bhalerao & load for STPs along with the bid in ‘Packet for Financial Evaluation and Life cycle cost. The Co B’. revised price bid will be available online on the MCGM portal as per Annexure A6. General Pl provider the Detail project report of this of Poisar River Relevant documents of Detailed Project Report are M/s J R project. as we enable to study of project in detail so it available at respective MCGM department & bidder 3 Bhalerao & will easy to quote reasonable offer. is encouraged to visit the office and inspect the Co available documents. Volume-1, Section-10, 111) Payment In Volume 1 page no 223 to 234 under clause 111 Successful bidder shall submit the cost breakup along Schedule, Page 223 to 234 Upto 80% payment schedule it is mentioned that for each STP and with the design calculation. However, the cost break payment of completed work will be related infrastructure separate payment schedule given , up shall not exceed for each items as mentioned in released for respective month to the along with Weightage % & in bill of quantity on page no the Payment Schedule for All Milestones. contractor as per actual measurement. 88 , (in price bid) for each STP cost is to be mention in Remaining 20% or more will be retained A, B,C,D,E, F,G,H,I &J , for Sewer Network, , Intercepting (A) Submission of detailed Survey and soil and will be released after successful trial Chamber, Road side Drain, Service Road work as investigation report - 20% run and commissioning of work. Further K,L,M,&N separate cost be mention in price bid, in (B) Process Design, NOCs and approval of STPs and M/s J R Breakup schedule for individual Mile stone payment schedule break up of each STP contain the work all engineering components - 70% 4 Bhalerao & shall be submitted by Contractor. The of STP. Civil work, treatment facilities, Sewer Network, (C) Getting design third party vetting from IIT Co following schedule is only for the reference Intercepting Chamber, Road side Drain, Service Road Bombay - NEERI (The required fees/charges shall be purpose for contractor and successful work. In this connection it is requested to clarify that paid by the contractor initially which will be bidder to submit his own schedule of which amount be to consider for payment schedule for reimbursed by MCGM with subsequent RA bills) - construction sequencing program i.e. PERT A , B,C,D,E,F,G,H,I & J along with example of payment 10% and CPM etc. and Payment break up as per schedule. Refer Annexure-11 for more details. his own schedule for execution and payment purpose shall be submitted to Engineer in charge for approval.

2

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Volume-1, Section- 8, page no 98 and 99 As in BOQ for sewerage system (OD) HDPE pipe (PN) 6 The Contract is DBO, everything required to HORIZONTAL DIRECTIONAL DRILLING AND Class-PE 80 grade mentioned, in this connection it is to complete this job is deemed to be included in quoted M/s J R PIPE INSTALLATION of (OD) HDPE pipe (PN 6 state that, while actual execution if HDPE PIPE Dia, cost. No extra/excess shall be entertained. 5 Bhalerao & Class-PE 80 grade: IS 14333) class & grade changes due to some technical reason then Co the work will be executed under extra item & for this payment will be made under clause of EIRL. PL confirm. M/s J R Pl allows 60 % secured advance against the supply of Tender Condition Prevails. 6 Bhalerao & HDPE pipe for the work under Sewer Network for easy (Latest MCGM Circulars shall be applicable, if any) Co cash flow. M/s J R Volume-1, Section- 10, page no 326, Clause Pl provides details of utility services for smooth execution Contract is DBO, Bidders shall do their due diligence 7 Bhalerao & 89 (c) of project. and quote accordingly Co Tenderer(s) will have to arrange for unforeseen diversion of utility services Any utility services which are not on the MCGM record & Contract is DBO, Bidders shall do their due diligence during execution at his risk and cost. during the execution, if any damages occur to such utility and quote accordingly M/s J R services then cost required for repairing & replacement 8 Bhalerao & of utility will be paid under extra item to the bidder by Co MCGM. Pl consider this point for avoiding further dispute. Volume-1, Section-6,Packet B - Note, Page In Volume no 1, page no 54 in last Para mentioned in Bidders and participant are eligible for the bidding 54 foot note, regarding execution of electrical &mechanical purpose. However, the successful bidder and The Electrical / Mechanical work shall be work from the contractors registered with MCGM in respective JV members shall get registered with carried out by the civil contractors through Electrical Category , In this connection it is to state that MCGM as per the clause 'Eligibility of Applicants'. the contractors registered with MCGM in we are class A registered contractor in electrical in Tender Condition prevails. Electrical Category. Information about the PWD, MJP, CIDCO,CPWD and we executed & successfully M/s J R registered contractors shall be obtained completed , commissioned the electrical mechanical 9 Bhalerao & from the office of the Ch.E. (M&E)/ E.E. work of several Sewerage treatment plant on various Co (Monitoring & Registration Cell). Attested technology ,capacity varying for 9 mild to 45 mld, scanned copy of the valid registration considering this fact it is requested to qualify the bidder certificate in Electrical Category shall be those who are registered in electric in class A in uploaded with the tender along with the department MJP, PWD, CPWD. pl consider our request. undertaking from the registered Electrical Contractor stating his willingness to carry out the tender work. Volume-1, Section-10, 111) Payment In Volume no 1, clause no 111 on page no 223, payment Payment Schedule, Page 223 M/s J R Schedule, Page 223Upto 80% payment of schedule it is mentioned that Upto 80% payment of Shall be read as 10 Bhalerao & completed work will be released for completed work will be released & remaining 20% or 111) Payment Schedule: respective month to the contractor as per more will be retained and will be released after Co Upto 90% payment of completed work will be actual measurement. Remaining 20% or successful trial run and commissioning of work, in this released for respective month to the contractor as

3

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification more will be retained and will be released connection it is requested to retain 2% instead of 20 per actual measurement. 5% payment will be after successful trial run and commissioning %,because already contract deposit 2 % & retention released after Successful testing and trial run for one of work. Further Breakup schedule for money 5% under security deposit is be retain as mention month of the work and remaining 5% on individual Mile stone shall be submitted by on page no 59 by MCGM in such case huge amount will commissioning. However, following deduction shall Contractor. The following schedule is only be retain by MCGM, therefore it is requested to for the reference purpose for contractor consider our request for easy cash flow and smooth be there in each running bill of the contract: and successful bidder to submit his own execution of project.  During Construction (DB Project Period): schedule of construction sequencing Retention Money: 5% of the capital cost (As program i.e. PERT and CPM etc. and per clause ii. Refund of Retention Money), Payment break up as per his own schedule Page no. 59 & 61. for execution and payment purpose shall be  During O&M Period: Maintenance Retention submitted to Engineer in charge for fund 5% of the O&M cost (As per clause approval. Security deposit & Performance Guarantee PART A SCC 115 & 119), Page no. 235 & 237. Volume-1, Section-10, 111) Payment In Volume no 1, clause no 111 on page no 223 it is Tender Condition Prevails Schedule, Page 223 mentioned that Upto 80% payment of completed work Upto 80% payment of completed work will will be released & remaining 20% or more will be be released for respective month to the retained and will be released after successful trial run and contractor as per actual measurement. commissioning of work, in this connection it is requested Remaining 20% or more will be retained to clarify that in 20% retain sum includes contract and will be released after successful trial deposit, performance security & retention money or run and commissioning of work. Further excludes these three deposit. pl clarify in detail. M/s J R Breakup schedule for individual Mile stone 11 Bhalerao & shall be submitted by Contractor. The Co following schedule is only for the reference purpose for contractor and successful bidder to submit his own schedule of construction sequencing program i.e. PERT and CPM etc. and Payment break up as per his own schedule for execution and payment purpose shall be submitted to Engineer in charge for approval. Volume-1, Section-9, General Conditions of SECTION 9 GENERAL CONDITIONS PAGE NO 137 it is Contract costing is the tracking of negotiated costs Contract,1. Definitions, Page 136 mentioned that the “Contract Cost” means the Contract associated with a contract of Poisar River works M/s J R The “Contract Cost” means the Contract Sum plus Price Variation. In this connection we assume between MCGM and the Successful bidder who win 12 Bhalerao & Sum plus Price Variation. This cost shall be that contract cost mean the cost mentioned by bidder in this contract. However the price variation clause is Co included in the letter of acceptance. price bid C & (excluding the price variation amount). Pl applicable. confirm

4

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Volume-1, Section-7, page 74 MPCB permission is required for this project & the same Shall be read as: xiv. Co-ordination with all agencies should be procured by MCGM. Pl confirm. For obtaining NOCs/ permissions from various obtaining permissions and approval of all authorities, the proposals shall be submitted in the concerned agencies including Electrical name of MCGM, which shall be pursued by the Inspector, Safety Office, Tree authority, CRZ Successful bidder. However, MCGM will extend Regulatory Authority, Pollution Control necessary assistance. The required fees/charges Boards, Service Providers all expenses and shall be paid by the contractor initially which will be fees connected with permissions and reimbursed by MCGM with subsequent RA bill. approvals shall be borne by the bidder. a) If required, the contractor shall appoint liaison officer for pursuing matters with the MMRDA, MCZMA, MRDPA, concerned Dy. Collector (Encroachment), concerned Municipal authorities, M/s J R City Survey office, Reliance Energy, Tata power, 13 Bhalerao & Traffic Police or any other concerned offices for Co expediting encroachment / hurdles removal work from the alignment of Nalla system. b) Tenderer(s) shall have to obtain all the relevant permissions/ NOC from MCZMA, or any environmental and forest authority if the construction site falls under coastal Regulation zone or affected due to CRZ, the tenderer(s) has to get it done by approaching / liaison officer for pursuing the same .Only recommendation letters will be issued by the Corporation. The construction work affected due to CRZ will be allowed to be continued subject to clearance of environmental point of view. Pl make the 75 % adhoc payment of the R.A. bill to Tender Condition Prevails M/s J R contractor as soon as bill submitted by technical wing of 14 Bhalerao & MCGM & remaining 25 % will be paid within 15 days after Co technical & financial scrutiny of R. A. bill. P l consider our request for easy cash flow for work. Volume-1, Section-10, Special Instructions In Volume no 1 on page no 321 sr. no 58 it is mentioned Shall be read as: to tenderer, Sr. No. 58, Page 321 that the contractors will have to obtain permission from The contractors will have to obtain permission from The contractors will have to obtain the land owner/Land owning authorities etc., well in the land owner/Land owning authorities etc., well in M/s J R permission from the land owner/Land advance before commencement of work through their advance before commencement of work through 15 Bhalerao & owning authorities etc., well in advance premises for execution of the work , contractors should their premises for execution of the work by Co before commencement of work through therefore take this factor into account while quoting, In displaying appropriate boards. The work may be their premises for execution of the work by this connection it is state that private land owner & land required to be executed in phases as per respective displaying appropriate boards. The work authority will not grant any permission for construction authority permission.

5

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification may be required to be executed in phases till they will get the compensation of land, it is requested The permanent rehabilitation and resettlement of as per respective authority permission. The to provide required land for various component by the project affected structures will be the contractors should therefore take this MCGM only. Pl clarify in detail responsibility of MCGM. The successful bidder shall factor into account while quoting. do temporary shifting of the affected structures and do reinstatement of affected structures temporarily whenever and where ever required at his own cost. The contractors should therefore take this factor into account while quoting. Volume-1, Section-10, Special Instructions Pl clarify that if the propose work of this project falls For obtaining NOCs/ permissions from various to tenderer, Sr. No. 71- (b), Page under coastal Regulation zone (CRZ) or affected due to authorities, the proposals shall be submitted in the 323Tenderer(s) shall have to obtain all the CRZ, if yes then at least required CRZ proposal submitted name of MCGM, which shall be pursued by the relevant permissions/ NOC from MCZMA, or to concern department or authority by MCGM. Pl clarify Successful bidder. However, MCGM will extend any environmental and forest authority if this point in detail. necessary assistance. The required fees/charges the construction site falls under coastal shall be paid by the contractor initially which will be Regulation zone or affected due to CRZ, the reimbursed by MCGM with subsequent RA bill.a) If tenderer(s) has to get it done by required, the contractor shall appoint liaison officer approaching / liaison officer for pursuing for pursuing matters with the MMRDA, MCZMA, the same .Only recommendation letters will MRDPA, concerned Dy. Collector (Encroachment), be issued by the Corporation. The concerned Municipal authorities, City Survey office, M/s J R construction work affected due to CRZ will Reliance Energy, Tata power, Traffic Police or any 16 Bhalerao & be allowed to be continued subject to other concerned offices for expediting encroachment Co clearance of environmental point of view. / hurdles removal work from the alignment of Nalla system.b) Tenderer(s) shall have to obtain all the relevant permissions/ NOC from MCZMA, or any environmental and forest authority if the construction site falls under coastal Regulation zone or affected due to CRZ, the tenderer(s) has to get it done by approaching / liaison officer for pursuing the same .Only recommendation letters will be issued by the Corporation. The construction work affected due to CRZ will be allowed to be continued subject to clearance of environmental point of view. Volume-1, Section-10, Special Instructions On page no 326 clause no 89 (c) it is mentioned that Tender condition prevails. M/s J R to tenderer, Sr. No. 89- (c), Page 326 bidder will have to arrange for unforeseen diversion of 17 Bhalerao & (c) Tenderer(s) will have to arrange for utility services during execution at his risk and cost. In Co unforeseen diversion of utility services this connection requested to make the lumsump during execution at his risk and cost. provision for shifting utility services in BOQ.

6

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Volume-1, Section-9, General Conditions of In Volume 1 on page no 147 clause no 20.1 it is Tender condition prevails. Contract, 20. Possession of the Sites, Page mentioned that the Employer shall handover complete or 147 part possession of the site to the Contractor 7 days in 20. Possession of the Site advance of construction programme. At the start of the 20.1. The Employer shall handover work, the Employer shall handover the possession of at- M/s J R complete or part possession of the site to least 75% of the site free of all encumbrances, the 18 Bhalerao & the Contractor 7 days in advance of remaining 25 % of the possession as per contractor’s Co construction programme. At the start of the construction programme, pl confirm the said point so work, the Employer shall handover the accordingly we quote our offer.pl clarify in detail. possession of at-least 75% of the site free of all encumbrances, the remaining 25 % of the possession as per contractor’s construction programme. Volume-1, Section-7, Scope of Work, Page In Volume no 1 page no 74 xvi it is mentioned that Total Net Electrical load taking into account the 74 Contractor shall submit total electric load detail energy generated by solar power shall be submitted xvi. Contractor shall submit total electric statement for STPs along with the bid in ‘Packet B’& in in Packet C which shall be considered for Financial M/s J R load for STPs along with the bid in ‘Packet bill of quantity i.e. price bid on page no 89 it is mention Evaluation and Life cycle cost. The revised price bid 19 Bhalerao & B’. that the detail Quantity of electrical consumption chart will be available online on the MCGM portal as per Co In this connection it is to state that whether electric load Annexure A6.. will be submit in packet B or in price bid packet C. Pl clarify in detail. Volume-1, Section-7, Scope of Work, Page In Volume no 1 page no 74 xvi it is mentioned that Total Net Electrical load taking into account the 74xvi. Contractor shall submit total electric Contractor shall submit total electric load for STPs along energy generated by solar power shall be submitted M/s J R load for STPs along with the bid in ‘Packet with the bid in ‘Packet B’. In this connection it is to state in Packet C which shall be considered for Financial 20 Bhalerao & B’. that only electric load of STP or electric load of STP & Evaluation and Life cycle cost. The revised price bid Co related sewerage pumping station to be submit along will be available online on the MCGM portal as per with Bid. Pl clarify in detail. Annexure A6. Volume-1, Section-9, General Conditions of In Volume no 1 page no 187 sr. no v, Price Adjustment Bn= Current Index Figure value for current month for Contract, 79. Price Variation Clause, E. Formula for Asset Replacement Fund is mentioned, in the index in the Indian Wholesale Price Index for M/s J R Pricing Schedule : Contract Price this formula Bn & Bb mentioned , but definition for Manufacturer Products Index Number. 21 Bhalerao & Adjustments (Operation Service), Page 187 Bn & Bb is not clear, pl clarify in definition of Bn & Bb Bb= Index figure at the Base Date for the index in the Co v. Price Adjustment Formula: Asset Indi Wholesale Price Index for Manufactured Replacement Fund Only Products Index Number.

7

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Volume-1, Section-9, General Conditions of As per tender on page no 187 it is assuming that the price As per tender document Contract, 79. Price Variation Clause, E. adjustment for asset replacement fund will be calculated Pricing Schedule : Contract Price as considering Indian Wholesale Price Index for M/s J R Adjustments (Operation Service), Page 187 Manufactured Products Index number, whereas Bn as 22 Bhalerao & v. Price Adjustment Formula: Asset index on the day of 28 days prior to the date of Co Replacement Fund Only submission of the tender. & Bb current month index in which work executed under asset replacement. Pl clarify the point in detail. M/s J R Volume-1, Section-9, General Conditions of pl clarify the detail method for calculation of price As per tender document 23 Bhalerao & Contract, Clause no. 79. Price Variation variation for the work executed under Asset Co Clause replacement funds. Volume-1, Section-7, Scope of Work, PART ON PAGE NO 83 --PART D – ROADSIDE DRAIN, it is Part D- Road Side Drains, 7) H.Y.S.D. Steel bars (Fe- M/s J R D – ROADSIDE DRAIN, Page 83 mentioned that 7) H.Y.S.D. Steel bars (Fe-415) to be used 415) to be used in RCC works. Shall be read as 7) 24 Bhalerao & 7) H.Y.S.D. Steel bars (Fe-415) to be used in in RCC works. However, in BOQ of road drain work item H.Y.S.D. Steel bars (Fe 500 CRS D) to be used in RCC Co RCC works. no17 page no 135 CRS 500Fe D IS mentioned. Pl clarify works. the grade of steel which is be use in this work. Volume-3, Sub section 3, 3.46 Approved The list of manufacture mentioned in Volume 3 , in this NOTE: Vendor/ Manufacturer/ Make List- connection it is to state that our experience that 1. Bidders can choose their vendor either from Mechanical Equipment, page 357 to 362 vender mentioned in manufacture list may be stop the approved vendor list or the vendor outside the production due to some reason or company closed at list shall follow the procedure of vendor the actual time of execution, in such case then only few approval from Engineer in charge, it needs to approved venders are available, then approved vender may increase the rate of supply item or unable to be noted that the specifications of the product M/s J R supply the material within specified time, looking to this shall meet the corresponding minimum 25 Bhalerao & point increase number of venders in the manufacture specifications mentioned in the tender. Co list so vender will not create monopoly, as we have 2. Bidder shall select the equipment’s from faced such problem in various works & suffered the loss. makes listed above or approved equivalent. hence it is request to pl consider this point. Before placing the purchase order, approval shall be obtained from the MCGM/Competent Authority, For the Makes which are not listed above following the due procedure of approval at its own cost. Volume -01, section 9, page no. 192, Clause Looking to the huge amount of tender it is requested to Tender condition prevails. 83 please grant the 10% mobilization advance against the Latest MCGM Circulars shall be applicable, if any. M/s J R l) On award of contract to a JV firm, a single accepted tender cost. Pl consider this point for easy cash 26 Bhalerao & Performance Guarantee shall be required to flow. Co be submitted by the JV firm as per tender conditions. All the Guarantees like

8

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Performance Guarantee, Bank Guarantee for Mobilization advance, machinery Advance etc. shall be accepted only in the name of the JV firm and no splitting of guarantees amongst the members of the JV firm shall be permitted. M/s J R General Status of Funds: - Kindly state the provisions and MCGM is funding through its budgetary provision. 27 Bhalerao & availability of funds for the work. Pl clarify in detail. Co For this project, various components i.e. STP, pump MCGM will make available the required land for house, pipeline work, Road work requires land from implementation of the project M/s J R respective concern department i.e. forest department, 28 Bhalerao & private land, National highway, the same land is acquired Co and is in the possession with MCGM. Please clarify in detail. This tender is invited on Design Build Operate (DBO) The Contract is DBO, everything required to M/s J R basis hence during execution of work number of EIRL will complete this job is deemed to be included in quoted 29 Bhalerao & crop in such cases which method adopted for payment of cost. No extra/excess shall be entertained. Co EIRL item. Pl. clarify in detail.

This tender is Design Build Operate (DBO) basis hence As per tender document M/s J R during execution of work various items quantity exceeds 30 Bhalerao & the tender quantity, in such cases for excess quantity, for Co this which method adopted for payment for excess quantity. Pl. clarify in detail. Volume -01, section 9, page no. 190, For joint venture Pl make compulsion to enclose the Tender Condition Prevails, however the successful M/s J R Clause 83 registration certificates of joint venture firm with the bidder has to legalize the same as per applicable law 31 Bhalerao & Registrar of the Partnership Firm along with bid of land. Co document, pl consider this point.

Volume-1, Section-10, Special Instructions In Volume no 1 page 316 sr. no (26) regarding deposit For obtaining NOCs/ permissions from various to tenderer, Sr. No. 26, Page 316 to be paid to the to Government Agency/ Authorities authorities, the proposals shall be submitted in the M/s J R 26) e- Tenders should note that if any etc., in this connection pl clarify this condition. name of MCGM, which shall be pursued by the 32 Bhalerao & deposits are required to be paid to Successful bidder. However, MCGM will extend Co Government Agency/Authorities etc., for necessary assistance. The required fees/charges obtaining any permission from them, an shall be paid by the contractor initially which will be

9

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification amount equivalent to the said deposit shall reimbursed by MCGM with subsequent RA bill. be withheld from the contractors bill, till a) If required, the contractor shall appoint liaison the contractors fulfill all the conditions laid officer for pursuing matters with the MMRDA, down by Government Agency/ Authorities MCZMA, MRDPA, concerned Dy. Collector and obtain certificate to that effect from (Encroachment), concerned Municipal authorities, them and the tenderers shall take City Survey office, Reliance Energy, Tata power, cognizance of the same, before quoting for Traffic Police or any other concerned offices for the tender. expediting encroachment / hurdles removal work from the alignment of Nalla system. b) Tenderer(s) shall have to obtain all the relevant permissions/ NOC from MCZMA, or any environmental and forest authority if the construction site falls under coastal Regulation zone or affected due to CRZ, the tenderer(s) has to get it done by approaching / liaison officer for pursuing the same .Only recommendation letters will be issued by the Corporation. The construction work affected due to CRZ will be allowed to be continued subject to clearance of environmental point of view. Volume-01, Section-08 As this tender invited on design built operate basis, The Itemized BOQs for Network Utilities & various M/s J R however in bill of quantity rate & quantity also components mentioned in the tender are just for 33 Bhalerao & mentioned, we assume that quoted rates by the bidder reference purpose only. The Bidders have to quote Co in BOQ are applicable for only purpose of making the rates and amount as per unit given in the BOQ of payment of excess quantity. Pl confirm. Section-8 on Page no 88 & 93 only.

General During execution whatever deposit amount required for For obtaining NOCs/ permissions from various obtaining various permission from different department authorities, the proposals shall be submitted in the will be borne by MCGM only. Pl clarify this point. name of MCGM, which shall be pursued by the Successful bidder. However, MCGM will extend necessary assistance. The required fees/charges shall be paid by the contractor initially which will be M/s J R reimbursed by MCGM with subsequent RA bill. 34 Bhalerao & a) If required, the contractor shall appoint liaison Co officer for pursuing matters with the MMRDA, MCZMA, MRDPA, concerned Dy. Collector (Encroachment), concerned Municipal authorities, City Survey office, Reliance Energy, Tata power, Traffic Police or any other concerned offices for expediting encroachment / hurdles removal work

10

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification from the alignment of Nalla system. b) Tenderer(s) shall have to obtain all the relevant permissions/ NOC from MCZMA, or any environmental and forest authority if the construction site falls under coastal Regulation zone or affected due to CRZ, the tenderer(s) has to get it done by approaching / liaison officer for pursuing the same .Only recommendation letters will be issued by the Corporation. The construction work affected due to CRZ will be allowed to be continued subject to clearance of environmental point of view. Volume-1, Section-9, General Conditions of In Volume no 1 page no 180 Price Variation Clause By Bidder, Tender condition prevails. Contract, 79. Price Variation Clause, Page mentioned & Formula for Material component given on 180 page no 182 for operative period, for C component definition mentioned i.e. C = Total value of Controlled M/s J R materials used for the works as recorded Measurement 35 Bhalerao & Book and paid for at original basic rate plus the value of Co materials used, in this connection it is requested that value of Controlled materials used for the works which to be supply by MCGM or bidder. Pl confirm so we can quote accordingly. L & T Construction Volume 1, Section 7, Part A - STPs, pg 74 & Inlet sewage characteristics for designIn page No 81 of Sufficient Details are already given in the tender, 81 of 482Wastewater Sample Test Reports 482, Wastewater Sample Test Report for Poisar river is however bidders are free to do the due diligence for provided location wise. And as per page no. 74 of 482, the bidding purpose. Contractor has to collect the sample and get it tested prior to bid submission.Wastewater parameters vary L & T 36 throughout the day, during the week and throughout the Construction year. Therefore to ascertain the parameter by contractor before bid submission is difficult.We request you to provide the design values of BOD, COD, TKN, TP, VSS and TSS to be considered for the design of STPs which can be adopted by all the bidders. Section 12, Drawings, Structural Details for HFL, NGL and FGL As per Tender conditions. L & T STP_1a, 1b & 2, 3, 4., pg no 3/50, 8/50, For all STPs HFL is shown in the structural drawings as per Please refer Annexure-A1 37 Construction 13/50, 18/50, 23/50 below table:

11

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Since the variation of HFL is high, please reconfirm the HFL values.

General Sludge Disposal Sludge Disposal: Complete responsibility of Tender specification doesn’t have information on scope & finalization of location of sludge disposal point safely L & T 38 location / distance of sludge disposal which is generated lies with successful bidder. He shall coordinate with Construction from all STPs. concerned departments/ authorities for the safe Bidder request to furnish the same. disposal of sludge. Refer Annexure A8. Section 12, Drawings STP Layout area This is the approximate area of the platform which is For all STPs, area is provided in layout drawing. For few to be constructed, bidders may carry out the due L & T STPs, the area required might be more than the area diligence accordingly 39 Construction given in the tender, in such cases, request the bidder to allow to extend the plot/platform boundaries. Please confirm. Volume 3, Sub Section 3, General Type of Blower Note: Applicable for Volume-2 & Volume-3 of the Mechanical Requirements - Design/Sizing Blower type for both Process aeration and MBR scouring Tender Document. Criteria and Other Requirements, pg no is mentioned as High speed Turbo type as per Technical & The specifications mentioned in the said clause are 292 of 414 Mechanical specification. the minimum specifications of the items. However, L & T Process Air Blowers Since the capacities being very low and minimum air flow the successful bidder has to design and execute the 40 Construction is required, PD blowers will suit the application better items as per its own design which shall be approved than turbo blowers. Please allow the bidder to choose by the Engineer in charge. The agency has the liberty the type of blower. Kindly confirm. to upgrade the specification of the corresponding items if there is a requirement of the design with approval of engineer in charge Volume 1, Section 7, Part A – STPs Disinfection system Note: Applicable for Volume-2 & Volume-3 of the & Volume 3, Sub Section 3, General As per Design/Sizing Criteria and drawings, disinfection Tender Document. Mechanical Requirements - Design/Sizing with sodium hypo or gas chlorination is envisaged. The specifications mentioned in the said clause are Criteria and Other Requirements, pg no 80 Whereas, as per scope of work, for disinfection, both the minimum specifications of the items. However, of 482 & 296 of 414 Ultraviolet disinfection system and Chlorination is the successful bidder has to design and execute the specified. items as per its own design which shall be approved L & T We understand that the bidder needs to maintain by the Engineer in charge. The agency has the liberty 41 Construction residual chlorine <1 mg/l in the treated effluent and for to upgrade the specification of the corresponding this, sodium hypo disinfection shall caters, since already items if there is a requirement of the design with MBR is provided and the MBR outlet shall not have approval of engineer in charge coliform. We understand that technically UV is not required post MBR plant. Only Sodium Hypo chloride dosing shall be sufficient. Please Confirm.

12

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Volume 3, Sub Section 3, General Gravity Sludge Thickener The bidder should consider the Directly dewatering Mechanical Requirements - Design/Sizing As per design criteria, thickener is envisaged. Since there screw Process to achieve the Performance criterion : Criteria and Other Requirements, pg no is area constraint and also the capacity of STPs are in Inlet consistency – 3-5% Outlet consistency – 23-26% 296 of 414 smaller range (upto 8 MLD), the sludge can be directly L & T 42 dewatered using screw press (without thickener) and this Construction will achieve the specified sludge consistency and other requirements. Please allow the bidder to decide on thickener as per choice / design requirement. Volume-1, Section 7 – Scope of Work, Part Treated sewage quality Kindly refer table of desired river discharge A- STPs, pg no 73 & 80 of 482 As per Section 7 – Scope of Work, pg.73 it is mentioned parameters given in Section 7- Scope of Works, Part- as “Submission of Process and Hydraulic Design for A-STPs, on Page no 80 of tender document for outlet approval which shall fulfill the latest CPHEEO manual parameter design. standards of Recycling and reuse of wastewater for gardening. (Chapter no 7, Table no 7.19 recommended L & T 43 norms of treated sewage quality for specified activities at Construction point of use.)” As per CPHEEO, Table 7.19, outlet parameters specified are different from outlet guarantee mentioned in pg. 80 of Volume-1. We presume that the outlet guarantee shall be as per pg. 80 of Volume-1. Please confirm. Volume 1, Section 7, Part A - STPs, pg no 80 Treated effluent guarantee Tender condition prevails. The discharge standards Desired River discharge Parameters As mentioned in referred Page No, desired river discharge are proposed as per NGT & MPCB Orders. parameters for BOD is specified less than 3 mg/l. L & T As per the outlet guarantee of treated sewage, BOD < 3 44 Construction mg/l is a stringent parameter for MBR outlet. Hence, bidder requests to please allow the design for BOD < 5 mg/l instead of 3 mg/l as per CPHEEO norms for reuse water. Please confirm. Volume 1, Section 7, Part A - STPs, pg no 71 Raw sewage qualityIn Salient features of Poisar River Kindly refer table of desired river discharge & 81 Project, it is mentioned as “Poisar River is now nothing parameters given in Section 7- Scope of Works, Part- more than an urban stream when it begins and is A-STPs, on Page no 80 of tender document for outlet contaminated with industrial effluents and sewage”As parameter design. L & T 45 per above clause, there is mixing of Industrial effluents. Construction Whereas, inlet quality of other parameters related to industrial are not specified in raw sewage parameters.Bidder request to furnish the raw sewage parameter for which STP is to be designed. Please

13

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification confirm.

Volume 3, Sub Section 3, General Type of Biological treatment Tender Condition Prevails Mechanical Requirements - Design/Sizing To achieve given effluent guarantee, configuration of L & T Criteria and Other Requirements, pg no Aerobic / Anoxic zones shall be as per the design 46 Construction 290 of 414 requirement based on inlet characteristics. Hence type of Biological treatment shall be as per bidder design. Please confirm. Volume 1, Section 7, Part A – STPs & Requirement of Chlorine contact tank Shall be read as: Volume 3, Sub Section 3, General In Layout drawings, Chlorine contact tank is specified. 3.36 Chlorination System Mechanical Requirements - Design/Sizing Whereas in technical specs / design criteria, there is no Chlorine Contact Tank is mandatory & shall be Criteria and Other Requirements, pg no 73 specification about CCT. designed as per guidelines given in CPHEEO manual L & T 47 & 296 Also, in Volume-1, scope of work, MBR Filtrate Storage and technology provider. Construction Tank of 20 minutes peak flowrate holding capacity is envisaged which is missing in other clauses. We assume that MBR filtrate storage shall be considered as chlorination tank. Please confirm. Volume 3, Sub Section 3, General Fine screens - type Shall be read as: Mechanical Requirements, Clause 3.25.7 & As per clause 3.25.7, it is mentioned as one number of 3.25.7 Fine Screens 3.25, pg no 283 & 289 Mechanical fine screen shall be provided as working unit The Medium Screens shall receive coarse-screened and one number of manual fine screen shall be provided sewage from the upstream Wet Well. An as standby, electronically controlled automatic jam removal Whereas in Cl.3.25 design/sizing criteria Bar or Drum system shall be provided in addition to the safety L & T 48 screen with mechanical cleaning required for both devices specified elsewhere in the document. The Construction working and standby. 100 % stand by system shall be provided with There is discrepancy in type of standby screen, Please mechanical type, no manual screen can have confirm whether the bidder shall consider mechanical proposed in this system. The screenings removed by type standby screen or manual type standby screen. the screens shall be directly discharged in to a container at the appropriate elevation above finished ground level.

14

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Volume 3, Sub Section 3, General Grit removal mechanism - type Clause 3.13 Pre-fabricated primary unit Mechanical Requirements, Clause 3.25.8 & As per clause 3.25.7, Gravity grit with hopper type and Shall be read as: 3.25, pg no 283 & 289 with manual operation is specified for Grit removal The grit separators shall be capable of removing at system, least 95% of particles with a specific gravity of L & T 49 Whereas in design/sizing criteria, Cl. 3.25, Vortex grit minimum 2.65 and with a diameter of 200 micron Construction mechanism has been envisaged and details to be filled by and greater. bidder is for vortex grit type. Organic removal: The final dewatered grit from the There is discrepancy in type of grit removal system, classifier / washer shall contain less than 5% please confirm the same. putrescible organic matter on dry basis. Volume 3, Sub Section 3, General In design criteria of Aeration tank, it is specified as RCC – Tender Condition Prevails L & T Mechanical Requirements- Design/Sizing fully covered with solid GRP non-skid cover plates. 50 Construction Criteria and Other Requirements, Clause We understand that the above covering requirement is 3.25, pg no 291 only for anoxic zone of the Bioreactor. Please confirm.

Volume 3, Sub Section 3, General MBR design criteriaAs mentioned in Tender document, Tender Condition Prevails Mechanical Requirements- Design/Sizing Maximum height for MBR is restricted to 4-5 m.As per Criteria and Other Requirements, Clause technology provider, the height of Membrane tank varies L & T 3.25, pg no 293 which is advantageous in reducing the area to suit the 51 Construction layout. Hence bidder request to allow design of MBR basin sizing as per manufacturer recommendation. This will help optimize the plant area. Please confirm.

Volume 3, Sub Section 3, General Sludge storage tank - HRT Should be read as: Mechanical Requirements- Design/Sizing As per tender : Nominal HRT - days - Minimum 48 hrs. Criteria and Other Requirements, Clause In the table, the nominal HRT for sludge storage tank is 3.25, pg no 297 mentioned as 3 days. The bottom shape of sludge storage Note: Bidders are encouraged to do their due Sludge storage tank - HRT tank as conical. diligence with technology provider. However, HRT Query : (Hydraulic Retention Time) for sludge storage tank Bidder understands that the HRT for sludge storage tank shall be based on operation hours and on the basis L & T 52 is very high, 3 days of sludge storage will create of best engineering practices, Whereas SST (Sludge Construction operational problem in the downstream units as well as Storage tank) geometry can be conical bottom, or in the storage tank itself. Hence, we request you to allow other suitable as per project requirements. bidder to decide HRT in sludge storage tank and shall be based on operational hours. Also, there is limitation of space in layout. Also, the geometry of sludge storage tank shall be as per operational requirement. Please confirm.

15

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Volume 3, Specification for M&E&I, Table Design / Sizing criteria and other requirement Tender Condition Prevails Design/Sizing Criteria and Other As per tender: Requirements, Specification for M&E&I, pg The maximum Solid loading rate for sludge thickener is no 296 mentioned as 25 kg/m²/d and the minimum SWD as 4.5m. Query: As per Metcalf eddy, Edison 5, page 1515, Solid loading L & T 53 rate for thickener can be 25-40 kg/m²/d, Request to allow Construction bidder to design as per Metcalf eddy and CPHEEO manual to avoid oversizing of structure. which also consumes huge space with no advantage to client. Also, the minimum SWD of 4.5m may lead to septic condition and the bidder may consider the SWD, as per CPHEEO chapter 6, Clause 6.3.1, pg 6-20, between 3-4m. Please Confirm. Volume 3, Specification for M & E &I. Pre-fabricated primary unit It is based on contractors own design. Clause 1 : Clause 3.13 Fine Screen Influent Channel/ Vortex grit separator Project components proposed should last up to the Clause 2 : As per tender: design life of the plant i.e. 30 years. Table Design/Sizing Criteria and Other As per the clause 3.13, all pre-treatment process steps Requirements, pg no 219, 289 are integrated in one stainless steel tank. However, as per L & T 54 table Design/Sizing Criteria and other requirements of Construction mechanical specification, MOC shall be of RCC construction. Query : Bidder understands that the MOC shall be based on design requirement and as per bidder’s choice. Volume 3, Specification for M & E & IT able Efficiency of pumpAs per tender :As mentioned in table, Tender Condition Prevails Design/Sizing Criteria and Other efficiency of pumps is defined asReturn activated sludge Requirements, pg no 296,293,295 (RAS pumps): 70%.MLR pumps : 62%MBR permeate pumps: 65%Thickened sludge pumps : 35Plant drain pumps :60%Plant water pumps : 60% L & T 55 Construction Query :Efficiency of pump varies between manufacturers and based on the operational characteristics & application. Hence the guaranteeing the above efficiency is difficult. However, bidder shall try to provide the best efficiency as per vendor. Please confirm.

16

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Volume 3, Specification for M&E&I - Table Noise level Tender Condition Prevails Design/Sizing Criteria and Other As per mentioned clause noise level of dewatering screw L & T 56 Requirements, Specification for M&E&I, pg press is mentioned as 66 DB(A), which is very less. Bidder Construction no 298 request to allow noise level of 85 DB(A) at distance of 1.8 m. Please confirm. Volume 3, Sub Section 3, General Dewatering unit Tender Condition Prevails Mechanical Requirements- Design/Sizing Type of dewatering unit is specified as Screw press. Criteria and Other Requirements, Clause Please clarify, whether bidder can choose the type of 3.25, pg no 297 dewatering unit. L & T 57 Operating hours of dewatering unit specified as 8 hrs. Construction which is very less. In most of the plants in the country dewatering unit operations are taken in the range of 16- 20 Hrs./day which is good enough. Please confirm the same. Volume 1, pg no 72 of 482 Source of Incoming Sewage Sufficient details of Flow details for the proposed Kindly provide the Specific Flow details (Present, Sewer Network & at the existing drain, are provided L & T Intermediate & Ultimate) for the proposed Sewer in the tender document. Contractor must do his own 58 Construction Network & at the existing drain, from where the sewer due diligence for bidding tender. has to be diverted to nearby STP.

Volume 1, pg no 71 of 482 Existing Drain The data regarding existing storm water drains Kindly provide the width of the existing drain connecting entering the river were interceptors are proposed to the Poisar River are attached as Annexure-A2. However, Contractor must do his own due diligence to design the L & T intercepting chambers. All local connections shall be 59 Construction made by the contractor as per the site condition. The contract is obligated to intercept and divert to existing sewer line/STP as the case may be all the drains entering in to the river till the completion of execution work. Volume I, pg no 72 of 482 Flow Details The data regarding existing storm water drains Kindly provide the following details of existing drain entering the river were interceptors are proposed entering into the Interceptor chamber are attached as Annexure-A2. However, Contractor L & T - DWF & SWF (Ultimate Average and Ultimate Peak) Flow must do his own due diligence to design the 60 Construction details intercepting chambers. All local connections shall be - Drain GL & Bed Level made by the contractor as per the site condition. The - Width of the Drain contract is obligated to intercept and divert to existing sewer line/STP as the case may be all the

17

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification drains entering in to the river till the completion of execution work.

Volume I , Part L, BOQ Sl.no 7 & Drawings, Intercepting ChambersAs per the drawing “Typical Cross The data regarding existing storm water drains MCGM/RR/PO/SW//TP/IN/SC/01, pg no Section of Intercepting Chamber”, 2 nos of sluice Gate is entering the river were interceptors are proposed 114 OF 482Intercepting Chambers considered. Whereas as per the BOQ Part G, 1 No's of are attached as Annexure-A2. However, Contractor Sluice Gate quantity has been given for each intercepting must do his own due diligence to design the L & T chamber. Kindly confirm the quantity of sluice gate for intercepting chambers. All local connections shall be 61 Construction each intercepting chamber. made by the contractor as per the site condition. The contract is obligated to intercept and divert to existing sewer line/STP as the case may be all the drains entering in to the river till the completion of execution work. Volume I Part K, BOQ Sl.no 17, & Drawings, Sewer Network Bidders are encouraged to do their due diligence, the MCGM/RR/PR/SW/LS/01-28. pg no 85 of Length of Proposed Sewer Network as mentioned in page length proposed in BOQ as well as drawings is for 482, 98 of 482 no 85 and BOQ is 8.67 Km. Whereas the Length as per the reference purpose only. L & T L-section drawing length is coming around 8.52Km. Kindly In the preliminary design proposed sewer network 62 Construction clarify. length is 8.67 km, However as per site condition there are possibilities of future unforeseen work /expansion / micro tunneling requirement etc. considering the total length of network 8.52 km. Volume I Part K, BOQ Sl.no 23, pg no 103 SW Pipe Sufficient Details are already given in the tender, L & T of 482 As per the BOQ Part K Sl.no 23, 150 mm Diameter however bidders are free to do the due diligence for 63 Construction Stoneware Pipe length is given as 25.65 Km. Kindly clarify the bidding purpose. the provision of the SW Pipe and where it is used. Volume I Part K, BOQ Sl.no 23, pg no 103 House Service Connection The bidders may choose HDPE DWC pipes or any of 482 If the given quantity of Stone ware Pipe as per the BOQ other superior material which will last as per the Part K Sl.no 23 is for House Service Connection, kindly CPHEEO manual guidelines and shall be maintained L & T 64 provided the typical arrangement drawing of Inspection by bidders during the contract period. Please use Construction chamber / House Service Chamber. Also, Bidder requests Annexure-A7 for reference purpose only. to change the scope of stoneware pipe into DWC pipe as DWC material is eco-friendly. Kindly Confirm. Volume I, Part C, pg no 83 of 482 Intercepting Chambers The data regarding existing storm water drains Kindly provide the Ground Level, Nala Bed Level, Flow entering the river were interceptors are proposed details at the location of Interceptor Chamber are attached as Annexure-A2. However, Contractor L & T 65 must do his own due diligence to design the Construction intercepting chambers. All local connections shall be made by the contractor as per the site condition. The contract is obligated to intercept and divert to

18

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification existing sewer line/STP as the case may be all the drains entering in to the river till the completion of execution work. Volume I & Drawings Intercepting Chambers Yes, the Interception chamber depth/bed level is to MCGM/RR/PO/SW//TP/IN/SC/01, pg no We presume that, Interception chamber depth/bed level be matched with Existing Nala Bed Level. 83 OF 482 is to be matched with Existing Nala Bed Level. Please The data regarding existing storm water drains confirm. entering the river were interceptors are proposed are attached as Annexure-A2 . However, Contractor L & T must do his own due diligence to design the 66 Construction intercepting chambers. All local connections shall be made by the contractor as per the site condition. The contract is obligated to intercept and divert to existing sewer line/STP as the case may be all the drains entering in to the river till the completion of execution work. General We presume that the contractor work of Sewer Network As per Scope of work elaborated in Section 07 L & T 67 & Road side Drain will be around the River bank area and Construction not in the slum area. Kindly confirm. General, MCGM/RR/PO/MP/T1 Sewer Network & Road Side Drain Adequate reference drawings are uploaded. The We presume that the sewer Network & Road side drain is proposed Sewer network and Road side drains are L & T 68 not in the entire stretch of river. Quantity will be mapped in the master plan and respective quantities Construction considered as per the Master Plan Drawing & BOQ. Kindly are mentioned in Section 08. confirm. Volume I, Part K, BOQ, Sl.no 26, pg no 104 Micro Tunneling Bidders are encouraged to do their due diligence, L & T of 482 Kindly provide the location of sewerage network with and the said item of micro tunneling is to be used in 69 Construction Micro Tunneling of 600 mm Diameter. contingencies where it is not possible to use the traditional/other methods. Volume I, Part M BOQ, pg no 123 of 482 Single Water Entrance This item is Not included in BOQ of road side drain L & T Quantity of Construction of Single water entrance for for Poisar River. 70 Construction Road side drain is not included in the BOQ item. Kindly confirm Drawing list – Sl no. 8F Additional structural columns As per tender drawings. STRUCTURAL DETAILS FOR STP_5_8 MLD Kindly allow us to place additional structural columns for L & T THAKUR PARKING PLOT, NEAR NAVALKAR supporting the platform along the width of river. 71 Construction NALLA (4 MLD) This query is applicable to all 10 STP locations. ASHA NAGAR NALLA (4 MLD) Drg. no. - MCGM/PR/RR/STP/STR/06

19

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Volume-04, Drawings AutoCAD drawings Adequate reference drawings are uploaded. Kindly request you to provide AutoCAD drawings of:a)Master plan phase 01 (drg no. - MCGM/RR/PO/MP/SN/01)b)Master plan of road side L & T drain (drg no. -MCGM/RR/P/RSD/MP/01 to 07) & service 72 Construction road (drg no. - MCGM/RR/P/PSR/MP/01 and CGM/RR/PO/PSR/PP/01 to 20)c)GA drawing of all STPs (drg no. - MCGM/RR/PO/STP/GA/01 to20)d)Structural details of platforms for all STPs (drg no. - MCGM/PR/RR/STP/KN/STR/01 to 10) Volume 1, Annexure L, pg no 453 Geotechnical Investigation reports Bore log data referenced purpose only, which is Kindly request you to share the available Geotechnical Attached as an Annexure A3. L & T 73 investigation reports carried out to ascertain foundation The bidders are required to carry out its own due Construction systems to be considered for Pre tender design purposes. diligence. Request you to share data for all 10 STP locations. General River bed lining River bed is natural and Side banks are Concrete We request you to provide following details of river bed Retaining wall and its lining material is Concrete. L & T & side slopes: 74 Construction a)Whether the river is Lined or Unlined (earthen) b)If lined, suggest the thickness & material of construction. General Scour depth Bidders are encouraged to do their due diligence We kindly request you to provide the Scour depths to be before detailed engineering phase of the project. considered at each STP location for design purposes in Bidders can visit the office and collect the order to decide on foundation depth of base raft. information from MCGM office. L & T (or) 75 Construction Kindly provide the following details to calculate Scour depth in Poisar river at each STP location: a)Width of river while flowing in HFL condition b)HFL of river c)Velocity of flow at HFL General Spot levels Adequate reference drawings are uploaded We request you to provide the Bathymetry survey / spot L & T 76 level survey data covering at least 20m on both upstream Construction & downstream portions for all the 10 proposed STP locations in Poisar river.

20

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Drawings Discharge point for Gate pumping system Adequate reference drawings are uploaded and L & T 77 Bidders understand that the gate pumping stations are Refer Annexure 2- Part I & II. Construction pumping the sewage to respective TSPSs. Please Confirm.

Drawings Plot Area for TSPS Adequate reference drawings are uploaded and L & T Please provide plot boundary and area available for the further bidders may carry out due diligence 78 Construction construction of Terminal sewage pumping station (TSPS) accordingly. at all STP locations. General Details of Nallah for Gate pumping system Please refer to Annexure A2 - Part I & II. Please provide the following details of Nallah on which Height and width of nala will be provided along with Gate pumping systems are required to be constructed: max flow. L & T 1)Width of Nallah 79 Construction 2)Range of Water levels(Max, avrg & min) 3)Bed level of Nallah 4)Range of flow rate(Max, avrg & min) 5)Sectional view of Nallah General Design Flow details The provided peak factors are minimum to be It is assumed that Terminal sewage pumping station followed, Also Please refer the Annexure-A5 L & T 80 (TSPS) and gate pumping stations will be designed for STP attached separately for reference purpose only. Construction capacities with suitable peak factors. Kindly confirm. However bidder shall do their own due diligence by taking observation at site in this regard. General Diversion during construction of Gate pumping station Bidders are encouraged to do their due diligence, L & T Kindly provide the temporary nallah diversion and bypass with their best practices at the time of work 81 Construction arrangements which can be adopted during construction execution. Item for cofferdam and diversion works of gate pumping stations. are included in the scope. Volume 3 Poisar, SUB-SECTION: GENERAL Requirement of screening for Gate pumping system Please refer Annexure-A2 Part I & II MECHANICAL REQUIREMENTS, pg no 208 It is presumed that screening has to be provided for gate L & T 82 of 414 pumping system. Please confirm and mention the type of Construction screening arrangement to be provided for gate pumping stations. General Gate pumping system Refer Annexure A2 - Part I & II L & T 83 Please provide one typical General arrangement drawing Construction for Gate Pumping station. Volume 1 Odour Control System (OCS)- Inlet and Outlet H2S Contract is DBO, Bidder are encouraged to do the ConcentrationIn absence of inlet and outlet H2S due diligence with the technology provider. OCS is L & T concentrations, OCS design will differ from bidder to required wherever necessary for all components 84 Construction bidder. In view of the above, bidder requests the emitting odour within STP. Employer to provide the inlet and outlet concentrations for H2S to design the OCS and keep all bidders on the

21

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification same platform.

Volume 1 Scope of Odour Control System (OCS) OCS is required wherever necessary for all L & T 85 Bidder assumes that OCS needs to be provided in components emitting odour within STP. Construction sump/wet well for STPs. Kindly confirm. Volume 1 Scope of Odour Control System (OCS) OCS is required wherever necessary for all Bidder assumes that OCS will be provided only in the components emitting odour within STP. following units of STP: 1.Fine screen influent channel L & T 86 2.Medium Screen channels Construction 3.Vortex grit separators 4.Ultra fine screen influent channel 5.Ultra fine screen channels Kindly confirm. Volume 3 Poisar, Design/Sizing Criteria, pg Mechanical Coarse Screen for TSPS Tender Condition Prevails no 288 of 414 In the referred page No, the minimum length for TSPS coarse screen channel mentioned is 6 m, it is presumed L & T 87 that the length of screen chamber shall be provided as Construction per design requirements and need not be necessarily maintained as minimum 6 m, in order to have an optimized space usage. Kindly confirm. Volume 3 Poisar, Design/Sizing Criteria Type of Coarse Screen for TSPS Note: Applicable for Volume-2 & Volume-3 of the & Clause 3.19, pg no 288 & 251 of 414 In case of discrepancy between design/ sizing criteria Tender Document. provided on Page no 288 of 414 and elsewhere in the The specifications mentioned in the said clause are tender document, the design/ sizing criteria has to be the minimum specifications of the items. However, L & T followed for design of wet well coarse screen channels. the successful bidder has to design and execute the 88 Construction Kindly confirm. items as per its own design which shall be approved by the Engineer in charge. The agency has the liberty to upgrade the specification of the corresponding items if there is a requirement of the design with approval of engineer in charge Volume 1 - Section 7: Scope of Work, pg no Distance of tanker filling points Adequate reference drawings are uploaded. Contract 76 of 482 The downstream network till tanker filling point will be is DBO, Sufficient details are given in the Tender required to determine the pumping head. These details document. Tanker filling point shall be located to L & T will also be needed to determine the quantities of the nearest MCGM premises as mentioned in the 89 Construction conveyance infrastructure (piping and valves). tender document as per instructions of Engineer in Bidder requests to provide the same. Charge. Provided Annexure A9 for probable locations of tanker filling points/MCGM premises, which is just for reference purpose, however bidders

22

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification are encouraged to do their due diligence and quote accordingly.

Volume 1 - Section 7: Scope of Work ,pg no Power Guarantee for tanker filling pumps Pumping requirements will be based on Employer’s 76 of 482 Bidder assumes that the power consumption for pumping demand. In case of unutilized water with the treated water to filling tankers need not be included in permission of Engineer in-charge, the decisions shall maximum guaranteed electric consumption, since these be taken. L & T pumping requirements will be based on Employer’s 90 Construction demand. Please confirm. If the power needs to be included in the maximum guaranteed electric consumption, then we request to provide tanker capacity and number of times to fill in a day to make all the bidders at par. Volume 1 - Section 7: Scope of Work, pg no Details of tanker filling points Shall be read as: 76 of 482 In case the power consumption for pumping treated Tanker filling points shall be provided to deliver the water to filling tankers need to be guaranteed, please treated water from STP upto the nearest MCGM provide the hours of pumping per day for Pumping office or upto distance as instructed by Engineer in L & T 91 treated water to the tankers filling points, in order to charge. Construction keep all bidders on uniform platform. Minimum 10 HP pump shall be considered and In order to keep all bidders on uniform platform. accordingly the power consumption is applicable. However, the electric consumption charges for this pump shall be paid by MCGM. Volume 1, pg no 94 of 482 Total Electricity charges Contract is DBO, Total Net Electrical load taking into Bidder assumes that guaranteed maximum electric account the energy generated by solar power shall L & T consumption for STP shall include the electric be submitted in Packet C which shall be considered 92 Construction consumption of TSPS and gate pumping stations (if for Financial Evaluation and Life cycle cost. The applicable) as well. Kindly confirm. revised price bid will be available online on the MCGM portal as per Annexure A6. Drawings- Structural Details of wet well Details of Wet well The data provided in the tender is for the guidance Bidder assumes that for TSPS, no coarse screen effluent purpose only. It is expected that, execution channel has to be provided as indicated in the drawing contractor is supposed to execute complete fully L & T 93 Volume "Poisar Wet Well", Kindly confirm. functional system and the detailed design shall be Construction conducted as per specifications mentioned in the Volume -03 and good industrial practices. It is presume that bidder shall quote for entire system

23

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Volume – 3 , Employer Requirement ,S. No Cable Ducts & TrenchesCable duct of dimensions (1000 Concrete ducts are allowed. The bidder shall 1.12 ,E, Page no : 82 W x 1000 D) are not viable for construction for platform consider either concrete duct of 1000w x 1000 D of 3 L & T based STPs.Hence We propose that Cables shall be laid tiers for power /control /communication cable OR he 94 Construction on Cable trays mounted on outer walls of the Building may go for prefabricated ducts of similar Structures . Please confirm. combination, No open cable tray installation shall be permitted in the STP Plant. Volume – 3 , Employer Requirement , Earthing & Lightning Protection System Shall be read as: S. No 1.15 , C –(iv), Page no :101 For Platform based STPs , Earth Pits (40 NB ,3000mm iv) The earthing mat /grid shall be designed as per iv) Earth electrodes where used shall be of Long) are not viable within the STP Plant Premises . Short Circuit MVA of Supply Utility, and the 100 % heavy duty galvanized mild steel of not less Hence We propose that Earthing Grid shall be formed redundancy for the connection of Earthing Pit with L & T 95 than 40 mm NB and 3000 mm long. Where within the STP Platform. The Grid shall be connected to the GRID/ MAT shall be provided for the aforesaid Construction multiple electrodes are used they shall be Earth Pits (Number of Earth Pits shall be as per earthing Short Circuit ratings. separated by a distance of not less than the calculation) installed outside the River bed through driven length. dedicated earthing cables. Please confirm.

Volume –I , Section 7, Scope of Work , Part RCC Utility Duct, as per referenced Clause, RCC Utility Drawing not showing any Utility duct, Only Road side E , Service Road (5), Page no :84 Duct shall be constructed as per Tender Drawings. But drainage, and abutting sewer line along with sewer there is no BOQ Provision provided for RCC Utility Duct collection system. L & T 96 under Section – 8, Bill of Quantities, Service Road. Construction We understand that RCC Utility Duct is not scope of this Tender and it is under scope of future Phase . Please confirm. Volume –I , Section 7, Scope of Work , Part Service Road-Street Lighting Tender Condition Prevails L & T 97 E , Service Road (5), Page no :84 We understand that Street lighting of Service Road is not Construction under Scope of this Contract. Please confirm General Queries Since Approved make list of instruments and automation 1. Bidders can choose their vendor either from system is not mentioned in the bid document hence approved vendor list or the vendor outside the list bidder requests the employer to provide the list of shall follow the procedure of vendor approval from approved vendors. Engineer in charge, it needs to be noted that the specifications of the product shall meet the L & T corresponding minimum specifications mentioned in 98 Construction the tender. 2. Bidder shall select the equipment’s from makes listed above or approved equivalent. Before placing the purchase order, approval shall be obtained from the MCGM/Competent Authority, For the Makes which are not listed above following the due

24

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification procedure of approval at its own cost.

VOLUME 1, pg no 74/482 Detailed scope of work for MBR based modernized Tender Condition Prevails sewage Treatment plant (STP) Under the said Clause it mentioned that at the outlet of STP following analyzers are required. “Minimum four number of individual analyzer for each plant given as follows; 1.pH Analyzer, COD, BOD, TSS, TOC Analyzer, 2.Total coliform Analyzer,3.Nitrate and Ammonical Nitrogen Analyzer ; 4. Toxicity monitoring system For the L & T 99 following Parameters: Oil & Water Analyzer , Fluoride Construction Analyzer , Chloride Analyzer ,Zinc Analyzer , Iron Analyzer , Hexavalent Chromium Analyzer , Mercury Analyzer , Lead Analyzer ,Cadmium Analyzer , Nickel Analyzer” With reference to our past project experiences analyzers listed in Point 4 (Toxicity monitoring Analyzers) are not envisaged for the proposed process. hence requesting the employer to delete the above listed analyzers. Kindly confirm. 1.VOLUME 3, Section 2.13.1 Analyzers required at each STP location Tender Condition Prevails 2.VOLUME 3, Section 2.14.2 There is a contradiction in list of analyzers mentioned in L & T 100 3.VOLUME 3, Section 2.16.2 each clause. Kindly bidders presume to follow the clause Construction pg no 166/414, 177/414, 180/414 2.16.2 in page no 180 of 414 as the requirement is more clearly stated in clause 2.16.2. Kindly confirm. Volume 3 : 2.13, pg no 164/414 Specifications for Online water Monitoring System for Tender Condition Prevails Sewage water Treatment Plant SCADA Automation WorksUnder the said clause no. it is mentioned that “ L & T Analyzer Should have data validation facility with features 101 Construction to transmit raw and validated data to central server at CPCB and SPCB”,By this bidder understands that the data transmission facility to central server at CPCB/SPCB shall not be the integral part of the transmitter. Please clarify.

25

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Tender Document-Bill of Quantities- A, B, Construction Methodology of STP The Contract is DBO, Bidders are encouraged to do C, D, E, F, G, H, I & J Referring to BOQ & drawings, contractor has to build ten their due diligence. Everything required to complete Drawings- STP Platform sewage treatment plant over platform constructed in this job is deemed to be included in quoted cost. No pg no 88-92/ 482 Poisar river. extra/excess shall be entertained. As per the drawing platform has to be built over column L & T supported on the raft constructed in river bed. 102 Construction Constructing raft over river bed will be challenging and time consuming task. In view of quantum of work to be done and project duration, we request you to allow bidder to select methodology for alternate foundation system (pile foundation) and construction of STP. Please confirm. Tender Document- Part B-7 Connection between existing & proposed sewer line Bidders are encouraged to do their due diligence pg no 82/489 Kindly furnish the drawing showing detail of connection before detailed engineering phase of the project. L & T between existing and proposed sewer line. Bidders can visit the office and collect the 103 Construction Further please provide the locations where these information from MCGM office. Also refer the connections shall be done. Master plan of sewer network uploaded on the MCGM website along with tender documents. Tender Document-Bill of Quantities- A, B, River Water Data Bidders are encouraged to do their due diligence C, D & E Kindly provide following river water data before detailed engineering phase of the project. pg no 85-87/ 489 - Seasonal variation in river water level at proposed STP Bidders can visit the office and collect the L & T 104 locations. information from MCGM office. Construction - Seasonal variation in river discharge at proposed STP locations. - River bathymetry if available with the department. Tender Document-Bill of Quantities- 17 & Horizontal Directional Drilling The available Bore log data is attached as Annexure 18 Item description for pip laying using HDD method implies A3, However, bidders are encouraged to do their due L & T pg no 99/ 482 that laying shall be done in all type of soil viz. soft, mixed, diligence . 105 Construction hard etc. Since scope of HDD in this project is very high, we request you to furnish bore log/ trial pit data if any available with the department.

Tender Document-Bill of Quantities- 29 Micro tunneling & Pipe Jacking The available Bore log data is attached as Annexure pg no 104/ 482 Kindly provide bore log data for location where micro A3, However, bidders are encouraged to do their due L & T tunneling shall be done if available with the department. diligence . 106 Construction In addition to this we request you to provide the coordinates of the location where micro tunneling shall be done.

26

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Volume 2 : Specifications of civil work Timber shoring system The Contract is DBO, everything required to Clause No: 2.4.8.3 Considering the inherent risks of quality & safety while complete this job is deemed to be included in quoted L & T 107 pg no 33 using timber shoring it is requested to change this to cost. No extra/excess shall be entertained. Construction MS/FRP shoring which are more reliable and safer. Kindly consider and update in the specifications. General Failure to Meet Performance Requirements Tender Condition Prevails During O&M period, the inlet sewage quality can change vastly beyond the design parameters, this can lead to increase in concentration of parameters beyond the design conditions. L & T 108 Therefore during such instances, we request you to Construction absolve the contractor from any penalty. Also since impact on process due to such off spec flow may require one sludge age to recover, we request you to consider the same and provide leniency to the contractor from penalty. Please conform. General Statutory Variation during O&M period Prevailing taxes shall be applicable. L & T Since it is a long-term contract, we request you to 109 Construction consider statutory variation clause for taxes during O&M period, please confirm. Volume-1; Section -9/table IV.1, pg no 187 Revise the weightage for O&MWe understand that the Tender Condition Prevails electricity required during O&M period will be provided by the Dept. free of cost.A - 0.25 - Labour IndexB - 0.20 - Chemical IndexC - 0.40 - Material IndexD - 0.05 - Auto Diesel IndexF - 0.10 - Non-adjustableTotal - 1.00as mentioned in the bid document, bidder can propose the L & T weightage for price variation during O&M period 110 Construction (without asset replacement), Based on the various components required during O&M, we propose the following weightages:A - 0.60 - Labour IndexB - 0.20 - Chemical IndexC - 0.05 - Material IndexD - 0.05 - Auto Diesel IndexF - 1.00 - Non-adjustableTotal - 1.00The indices for material shall be considered as the wholesale price index for all commodities. Please confirm. Volume – 1 ; Sec – 1 Site visit Site Visit is scheduled by MCGM. The schedule dates pg no 10 As the project is very crucial as well as critical, it is will be conveyed through addendum L & T 111 important for a bidder to visit the site to understand the Construction present condition of site and accordingly evaluate the construction methodology to be adopted. Due to the

27

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification ongoing pandemic Covid-19, it is not possible for the bidder to visit the site. Hence, requesting the Employer to extend the date of submission for 2 months from the date of lifting the extended general lockdown. Please Confirm. Volume – 1 ; Sec – 1 EMD Tender condition prevails. pg no 8 As mentioned in the tender document, “The Bidders will Latest MCGM Circulars shall be applicable, if any. have to provide Earnest Money Deposit through the L & T payment gateways while submitting the bids.” We 112 Construction request the employer to accept the EMD in the form of Bank Guarantee. Also, please provide the BG format along with the Client bank details (IFSC code) for EMD BG. Kindly Confirm. Standard GCC Mobilization Advance Tender condition prevails. Cl 12.a Bidder understands that Working capital is essential to Latest MCGM Circulars shall be applicable, if any. pg no 76-77 execute the project which is mainly covered by Mobilization Advance. Mobilization Advance is a necessary assistant to mobilize manpower, material and L & T 113 machineries at site which is not evidenced in tender Construction document but referred clause of Standard GCC. Bidder requests to provide interest free Mobilization Advance for the project at 10% of contract price considering the prevailing situation due to COVID-19 PANDEMIC. Kindly confirm. General Payment Schedule during O&M As mentioned in the clause no. 108, No separate Bidder is unable to find payment schedule during schedule shall be provided for O&M works, as L & T operation & maintenance period in the tender document. payment to the Contractor will be as follows for 114 Construction Kindly provide the same. O&M works: Bills shall be submitted by the Contractor monthly for O&M works. Volume-1; Sec – 10; Payment Schedule Tender Condition Prevails Cl 111 SCC Part A During EPC pg no 223 Under the referred clause, “The following schedule is only for the reference purpose for contractor and successful L & T 115 bidder to submit his own schedule of construction Construction sequencing program i.e. PERT and CPM etc. and Payment break up as per his own schedule for execution and payment purpose shall be submitted to Engineer in charge for approval.”

28

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Bidder presumes that schedule for payment shall be submitted after award of contracts. Kindly confirm.

Volume-1; Sec – 7pg no 74Point no. xiii. Removal of EncroachmentAs mentioned in tender The contractors will have to obtain permission from Document,” Scope of work also includes Removal of the land owner/Land owning authorities etc., well in encroachment, obstructions falling along work as per advance before commencement of work through description of MCGM.”As mentioned in Clause No 20 of their premises for execution of the work by GCC Page No. 147 At the start of the work, the Employer displaying appropriate boards. The work may be shall handover the possession of at-least 75% of the site required to be executed in phases as per respective L & T free of all encumbrances, the remaining 25 % of the authority permission. The permanent rehabilitation 116 Construction possession as per contractor’s construction programme. and resettlement of the project affected structures Hence, we request that removal of encroachment, will be the responsibility of MCGM. The successful obstructions falling along work shall be in Employer's bidder shall do temporary shifting of the affected scope as MCGM shall be in better position to handle the structures and do reinstatement of affected local issues. structures temporarily whenever and where ever required at his own cost.The contractors should therefore take this factor into account while quoting. Volume-1; Sec – 10; Compensation for Delay in removal of Encroachment Tender Condition Prevails Cl 92 SCC Part A & As mentioned in the referred clause of tender, “No claim Cl 109 SCC Part B shall be entertained on account of delay in removal of L & T pg no 219 & 334 encroachment.” 117 Construction We request the employer to compensate the bidder with cost and Extension of Time accordingly for delay in handing over the encumbrance free site all along the alignment of the project. Volume – 1; Sec – 9; Compensation due to delay in acquisition of land. Tender Condition Prevails Cl 94 The referred clause states that, ”No compensation shall pg no 203 be allowed for any delay caused in the starting of the work on account of acquisition of land or in the case of clearance of works, on account of any delay in according to sanction of estimates.” L & T However, As per clause no. 20 of GCC; page no. 147, "The 118 Construction Employer shall handover complete or part possession of the site to the Contractor 7 days in advance of construction programme. At the start of the work, the Employer shall handover the possession of at-least 75% of the site free of all encumbrances, the remaining 25 % of the possession as per contractor’s construction programme"

29

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Delay in acquisition of land is not attributable to contractor, hence contractor shall be compensated with suitable cost for idling of resources and Extension of time.

Volume -1; Sec – 9 Delays Ordered by the Engineer Tender Condition Prevails Cl 25 GCC As mentioned in the referred clause, “The Engineer may pg no 151 instruct the Contractor to delay the start or progress of any activity within the Works. Delay/delays totaling more L & T than 30 days will require prior written approval of the 119 Construction DMC/AMC. The clause is very stringent and shall result in idling of resources which will severely affect the cost, cash flow, and project completion schedule. Hence, we request to delete this clause. Volume -1; Sec – 8 Bill of Quantities The items mentioned in the sub work are supposed pg no 95 As mentioned in referred page,” The detailed design and to be bid for guidance purpose to the bidder. The drawing of all Item Rate components shall be worked out bidder has to do his own due diligence and by the bidder and get approved from MCGM. Details of K, assessment for quoting the cost of the sub works/ L, M & N (BOQ for Sewer Network, Interceptors, Road items considering the site conditions and the overall Side Drains and Service Roads) are for reference only.” functionality of the said work based on its own As per Scope of Work Part-B of Volume 1 page no 82 - design adhering to specifications the minimum L & T Tender Requirement, Detailed Designing and Drawing for specification mentioned in the tender. 120 Construction Items Rate works is not mentioned in scope of the bidder. The Itemized BOQs for Network Utilities & various Also, STP is DBO & lumpsum in nature, whereas Sewer components mentioned in the tender are just for Network Interceptors, Road Side Drains, retaining wall reference purpose only. The Bidders have to quote and Service Roads are Item Rate in nature. Bidder the rates and amount as per unit given in the BOQ of presumes that design is not in scope of contractor for Section-8 on Page no 88 to 93 only. Item rate components and payment for the same will be made as per actual quantities executed at the rates quoted by bidder. Volume -1; Sec – 9 Maximum Price Variation Tender Condition Prevails Cl 80 GCC We request you to remove the Maximum price variation pg no 188 limit of 10% of DB Cost, as the effect of annual price L & T increase in labour, material & POL etc., will be high for 121 Construction this long duration projects and 10% cap will not be sufficient to cover the actual price increase. Hence, we propose to keep the maximum price variation limit of 18% as adopted in other MCGM projects. Kindly Confirm.

30

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Volume-1; Sec – 6 Fixing staff for O&M for each STP Tender Condition Prevails pg no 34 As given in the Tender Document, 36 Nos of Manpower is required for each STP during O&M period. The geographic location and distance between consecutive STP is very less which makes deployment of 360 Nos of L & T 122 manpower very high and not productive considering the Construction level of automation proposed in the tender. Also, there is penalty on quality of treated water and for non-performance, contractor will not take undue risk if permitted to decide on the number of manpower. Kindly Confirm. Volume-1; Sec – 6pg no 56 Submission of Rate Analysis.As mentioned in the Tender Condition Prevails referred page no, “The rate analysis should be submitted by the e-tender through e- mail within a time period of three working days (as specified in the demand L & T notification). Non submission of rate analysis due to 123 Construction failure of system, any other reasons are not acceptable. The format for rate analysis is annexed at Annexure D.”As per Industrial practice, Client does not asks for rate analysis of Items during bidding stage. Hence, requesting the employer to delete such requirement. Volume -1; Sec – 10 Payment Schedule Payment Schedule, Page 223 Cl 111 SCC Part A As per tender,” Upto 80% payment of completed work Shall be read as pg no 223 will be released for respective month to the contractor as 111) Payment Schedule: per actual measurement. Remaining 20% or more will be Upto 90% payment of completed work will be retained and will be released after successful trial run and commissioning of work. released for respective month to the contractor as As mentioned in Pg no 59-60 of Volume-1, 5% of payment per actual measurement. 5% payment will be would be withheld by Employer from each interim bill as released after Successful testing and trial run for one L & T 124 retention money in addition to the Performance month of the work and remaining 5% on Construction Guarantee of 2% and Contract deposit of 2%. Hence, commissioning. However, following deduction shall stipulated additional 20% withheld for trial run and be there in each running bill of the contract: commissioning would severely affect the cash flow of the  During Construction (DB Project Period): contractor. Due to the above we request the Employer to withheld Retention Money: 5% of the capital cost (As only 5% of payment for Trial run and commissioning. per clause ii. Refund of Retention Money), Page no. 59 & 61.  During O&M Period: Maintenance Retention

31

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification fund 5% of the O&M cost (As per clause Security deposit & Performance Guarantee PART A SCC 115 & 119), Page no. 235 & 237.

Volume -1; Sec – 10 Splitting of Tender Tender Condition Prevails Cl 112 SCC Part A As mentioned in the referred clause,” MCGM reserves pg no 235 right to split the tender in two or more contractors.” L & T 125 Considering the critical nature and close co-ordination Construction required to complete this project within stiff completion duration, we request you to delete this clause. Kindly confirm. Volume -1; Sec – 10 Handover of Sewer Network. Tender Condition Prevails Cl 10 SCC Part B As given in stated clause, “After the completion of work pg no 313 of sewer line shall be handed over to S.P. Department and the same shall be updated in SUMC's network in consultation with S.P. Department. In case of for which L & T 126 5% amount of contract cost shall be withheld.” Construction However, As mentioned in Pg no 59-60 of Volume-1, 5% of payment would be withheld by Employer from each interim bill as retention money in addition to the Contract deposit of 2%. Hence, we request you to delete this clause. Volume -1; Sec – 10 the per cent above or below quoted in this schedule Clause no 33,” treated as deleted Cl 33 SCC Part B As per clause no 33,” The per cent above or below pg no 317 quoted in this schedule shall hold good for all works done 33) The per cent above or below quoted in under this contract without reference to location of this schedule shall hold good for all works works or quantities.” Also, Percentage to be quoted done under this contract without above or below is mentioned in number of contract reference to location of works or conditions. (In number of clause it is mentioned that L & T quantities. Bidder shall consider the condition while quoting the 127 Construction percentage). This clause is contradictory as the nature of contract of the proposed project is item rate contract for scope other than STP. Bidder presumes that payment for Item rate components will be made as per actual quantities executed and rate quoted by the bidder against each item. Also, bidder requests to make the necessary changes in contract

32

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification conditions where ever “while quoting the percentage” is mentioned. Kindly Confirm

Volume -1; Sec – 10 Mangroves As on today there is no mangroves at site, however Cl 105 SCC Part B As mentioned in Tender, ”If the mangroves are required the successful bidder has to ensure the same. pg no 333 to be removed during execution of the work under the For obtaining NOCs/ permissions from various scope of the tender, the same shall be removed, as per authorities, the proposals shall be submitted in the directives of Hon.'ble High Court and as per prevailing name of MCGM, which shall be pursued by the L & T Government Directions for which no extra payment shall Successful bidder. However, MCGM will extend 128 Construction be paid to the contractor.” necessary assistance. The required fees/charges Bidder presumes that no mangroves are to be shall be paid by the contractor initially which will be encountered in this project. However, in case any reimbursed by MCGM with subsequent RA bill. Mangroves are encountered, the same shall be cleared by MCGM and encumbrance free site shall be handed over to the contractor. Kindly Confirm. Volume -1; Sec – 10 Penalty for Delay Tender Condition Prevails Cl 87 SCC Part A As mentioned in referred clause penalty for delay shall be Cl 98 SCC Part B a sum of 0.5% of the price of the total Contract Cost for pg no 218 & 331 each work or part thereof, by which the work has been delayed. The mentioned clause is ambiguous as the time period for delay is not defined. Hence, we request the Employer L & T 129 to change the clause as mentioned, “a sum of 0.05% of Construction the unfinished value for each day of delay beyond completion time”. Also, If the Contractor achieves the next milestone within stipulated time (including provided time extension), the amount of the liquidated damages already withheld shall be refunded to the Contractor by adjustment in the next payment certificate. Kindly Confirm. General Time for Completion of projectWe request the bidder to Tender Condition Prevails please add the following clause, “The contractor reaching L & T 85% financial progress on the whole of the contract price 130 Construction shall be deemed as completion of project for the purpose of determination of Delay Damages as adopted in several MCGM tenders.”

33

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Volume-3; Clause 3.25.22, Scope of As per specified clause, Tender Condition Prevails technology Provider, pg no 303 MOU to be made with the Technology Provider with scope of: 1.Fine Screens 2.DO Control 3.Anoxic Basin / Mixer 4.Bioreactor / Fine Bubble Diffusers and Blowers 5.Membranes, Membrane Modules and Cassettes 6.Membrane Support Frames 7.Permeate Pumps, RAS Pumps, Back pulse Pumps 8.Air Scour Blowers 9.Membrane System Valves and actuators 10.Piping & Valves within membrane filtration system L & T 131 tank limits Construction 11.Membrane System Instrumentation, PLC & PLC Configuration 12.Complete Design Engineering Package of the plant along with technical support during installation & commissioning. In Volume-1, pg 32, same MoU clause is specified, mentioning UF membrane system as the key component. As mentioned in Volume-1, UF membrane system is the only key component. Hence, scope of MBR provider shall be limited to UF membrane along with design / drawing details. Other items can be very well procured by the contractor based on design recommendation of Technology provider. Please confirm. Volume-1; Sec – 2; MOU with Technology Provider bidder shall submit the MOU with single technology pg no 17 As mentioned in referred page, ”The technology provider providers L & T 132 is allowed to tie up with multiple bidders.” On same Construction grounds, we presume that the bidder can submit MOU with multiple technology provider.

34

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Volume-1; Sec-2, pg no 16 Bid Capacity Tender Condition Prevails Volume-1; Sec- 6, pg no 31 As mentioned in referred page numbers,” The statement showing the value of existing commitments and on-going works as well as the stipulated period of completion remaining for each of the works listed should be attached along with certificates duly signed by the Engineer-in Charge, not below the rank of an Executive Engineer or L & T equivalent.” 133 Construction Please note that being a large conglomerate with seven hundred plus ongoing projects, attaching certificated duly signed by the Engineer-in Charge is a time consuming and tedious task. Hence, requesting the employer to kindly accept the statement showing the value of existing commitments and on-going works as well as the stipulated period of completion remaining for each of the works listed duly certified by Chartered Accountant. General Rehabilitation of Slum. The contractors will have to obtain permission from Bidder presumes that Employer shall take care for the land owner/Land owning authorities etc., well in momentarily rehabilitation of slums located over site advance before commencement of work through during execution of works. Kindly confirm. their premises for execution of the work by displaying appropriate boards. The work may be required to be executed in phases as per respective authority permission. L & T 134 The permanent rehabilitation and resettlement of Construction the project affected structures will be the responsibility of MCGM. The successful bidder shall do temporary shifting of the affected structures and do reinstatement of affected structures temporarily whenever and where ever required at his own cost. The contractors should therefore take this factor into account while quoting. Insurance Insurance as the Employer is already aware that IRDAI is Tender Condition Prevails an autonomous, statutory body tasked with regulating and promoting the insurance and re-insurance industries L & T 135 in India, we request that any insurance company Construction accredited by IRADI shall be acceptable for Insurance covers. Kindly confirm

35

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification General Land for construction of Approach Road Tender Condition Prevails Bidder presumes that land for construction of approach L & T 136 road is available with the Employer and shall be provided Construction to the Contractor free from all the encumbrances. Kindly confirm. L & T Volume-1; Sec – 6pg no 35-42 Time Period of ProjectAs mentioned in the bid Tender Condition Prevails. 137 Construction document, milestone for completion of project provided is : L & T 138 Construction However, Bidder would like to draw Employer’s attention L & T that time required for NOCs and approval of STPs and 139 Construction vetting of design from 3rd party in involves thorough examination which is a time consuming process. Also, for designing; reports like soil investigation, topographic and contour survey are required. Hence, Bidder proposes the following milestone based on L & T feasibility: 140 Construction Also, Bidder understands that trial run and commissioning is to be done simultaneously for all STPs. Kindly Confirm. Volume-1; Sec – 10Cl 111 SCC Part Apg no Payment Schedule(Milestone)Milestone is only for Tender condition prevails. 223 completion of project in due time which shall be revised whenever extension of time is granted by the Employer. L & T Since there is a penalty on failure to achieve milestone, 141 Construction Contractor will push the work to be completed in stipulated time.Hence, Bidder requests the Employer to delete the milestone based payment terms and payment shall be made as per actual work done. Volume-1; Sec – 2; Point 4 ELIGIBILITY CRITERIA Tender condition prevails. pg no 15 Bid Capacity L & T 142 The limit (criteria) for qualification in bid capacity is not Construction mentioned in the Tender Document. Kindly provide the same.

36

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Volume-1; Sec – 6 Defect Liability Period Tender condition prevails. pg no 58 The Defect Liability period for the project is given as 5 L & T years for civil work and 3 years for Mechanical & 143 Construction Electrical. We request the employer to revise the Defect Liability period as 1 years for Civil, Mechanical & Electrical works. Kindly Confirm. Volume-1; Sec – 6 Release of Retention Money. Volume 1, A-II - Page 55 pg no 60 As Employer is holding 2% of contract sum along with Shall be read as: performance guarantee of 2%, withholding 5% as II) Retention Money: The contractor shall pay the retention money from interim payments will severely retention money an amount equal to five (5) percent affect the cash flow of the contractor. Hence, we request of the Contract Sum which will be recovered from you to provide option of withdrawal of Retention Money the contractors every bill i.e. interim/ running / final by furnishing an equivalent amount of BG, in tranches of bill. The clause Retention money is applicable for not less than INR 50 Lacs. Kindly Confirm. construction works including M&E Component works. In case where accumulation of retention money shall exceed Rs. 50,00,000/-, the commissioner may, at the request of contractor in writing, allow the contractor to furnish a Bank Guarantee from the banks described in Section-15 of Tender Document L & T Volume-1, Page no 372 of any excess amount 144 Construction beyond Rs. 50,00,000/- All compensation or other amounts payable by the contractor under the terms of the contract or any other account whatsoever may be deducted from or paid by the sale of a sufficient part of his performance security or from the interest arising from or from any sums which may be due or may become due to the contractor by the Employer on any account whatsoever, and in the event of his performance security being reduced by reasons of any such deduction or sale as aforesaid, the contractor shall within 15 days of receipt of notice of demand from the engineer make good the deficit. In the event of the said deposit having been made by

37

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification the contractor by delivery, to the commissioner, by guarantee of the banker of the contractor, and of the contractor under any of the provisions of the contract becoming subject to or liable for any of the provisions of the contract becoming subject to or liable for any penalty or damages (liquidated or unliquidated) or of the said deposit becoming forfeited for any breach or failure or determination of contract, then and in any such case the amount of any such penalty or damages and the deposit so forfeited if not previously paid to the commissioner shall immediately on demand be paid by the said bank to and may be forfeited by the commissioner under and in terms of the said guarantee. Volume-1; Sec – 7 Scope of Work – Part A STP Operation & Maintenance is for 15 years including pg no 73 As mentioned in the Last Paragraph of Page No 73 of DLP. Tender Document, “Design, supply, installation, testing L & T and commissioning followed by operation and 145 Construction maintenance for a period of 10 years. Kindly clarify the period for Operation & Maintenance.

38

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Volume-1; Sec – 7 Scope of Work – Part A STP & No. of interceptors is 13. Refer Annexure A2 - Part I Volume-1; Sec – 8 BOQ– L. For Interceptors & II. pg no 79 & 115,116, 117 As mentioned in the first point of Page no 79, “Operation The width of screen and gate is kept at maximum & Maintenance work for all 10 interceptors is included unto 2 meter for better operating hence multiple and scope of O&M of STPs, it shall be for 15 years screens and gates for nala with dimension more than including DLP. Whereas, in BOQ Page, no 115, 116 & 117 2 m in width . No. of C.I Sluice Gates and No. of Screen Chambers is 13 The bidders are supposed to carry out their own Nos. survey and design the sewage interception and Kindly clarify the number of Interceptors in scope of diversion works . If it is found that there is any L & T work. deviation in the site conditions, it needs to be 146 Construction brought to notice of MCGM through list of deviation in the tender in case of before submission of tenders and if it is observed that some drain is opened in the river in due course of time during construction and during operations which would or likely to cause pollution then it may be reported to MCGM Engineer in charge and the engineer in charge may instruct the to carry out its interception and diversion works at the approved rates under quantity variation clauses.

Volume-1; Sec – 7Volume-1; Sec – 8pg no Scope of Work – Summary &BOQ– L. For Sewer In Scope of work the Dia given is internal Dia which 85 & 99,100 & 104 NetworkAs stated in the summary of scope of works, is considered for design purpose whereas in BOQ sewerage network consists of only 300 mm dia pipeline. outer Dia is considered as per MCGM SOR. L & T 147 Whereas, in BOQ Page No 99, HDPE pipe of OD 355 mm Construction dia, 400 mm dia and Page no. 104 Micro tunneling works of RCC 600 mm dia is mentioned. Kindly clarify on the scope of work for sewer network. Volume-1; Sec – 8 BOQ– L. For Sewer Network (SHORING) The Contract is DBO, everything required to L & T Sr No 6,7 The unit to measure shoring is given in cum, whereas, in complete this job is deemed to be included in quoted 148 Construction pg no 97 general the shoring is measured in square meter (Sqm). cost. No extra/excess shall be entertained. Kindly clarify the same. Volume-1; Sec – 9; Cl - 20 Possession of the Site Tender Condition Prevails pg no 147 As mentioned in referred clause, ”The Employer shall handover complete or part possession of the site to the L & T 149 Contractor 7 days in advance of construction programme. Construction At the start of the work, the Employer shall handover the possession of at-least 75% of the site free of all encumbrances, the remaining 25 % of the possession as

39

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification per contractor’s construction programme.” We request the Employer to handover complete or part possession of the site to the Contractor within 14 days of signing of contract. At the start of the work, the Employer shall handover the possession of 100% of the site free of all encumbrances. Kindly accept. General Limitation of liability Tender Condition Prevails We presume that the total liability of the Contractor to L & T the Employer, under or in connection with the Contract 150 Construction shall not exceed contract value, To our understanding we couldn’t find any provisions on limit of liability attributing upon the bidder in bid document. Kindly Clarify. Volume-1; Sec – 9; Cl 44 Final Account Tender condition prevails. pg no 161 As mentioned in 2nd paragraph of page No 161, “A Latest MCGM Circulars shall be applicable, if any. percentage of the retention money, over and above the actual retention money as indicated below shall be held back from payments till the finalization of final bill to be submitted as per above and will be paid within 30 days of L & T acceptance of the final bill.” 151 Construction Already 5% of payment would be withheld by Employer from each interim bill as retention money in addition to the Performance Guarantee of 2% and Contract deposit of 2%. Hence, we request the Employer to delete the clause and not withhold any extra Retention money over and above actual retention money as it will severely affect the cash flow of the contractor. Kindly Confirm. Volume-1; Sec – 9; Cl 46 Termination Tender Condition Prevails pg no 162 Although, we are aware that MCGM releases payment ahead of schedule, any unforeseen delay in releasing payment to Contractor would affect the cash flow and the project progress. Hence, we request the Employer to include the clause for L & T 152 initiating termination by Contractor, if : Construction - Employer’s representative fails, within 14 days after receiving a statement and supporting documents to issue relevant payment certificate. - The Contractor does not receive the amount due under an interim payment certificate within 15 days of issuing payment certificate.

40

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification On the plain reading of GCC “Cl 46”, we understand that we are not in a position to invoke termination / suspension for the client’s default. Therefore we suggest the referred clause shall be kept in mutual manner so that it shall benefit both the parties. Kindly Clarify on what grounds can a contractor invoke termination / suspension against the client. Volume-1; Sec – 9; Cl 54pg no 166Volume- Contract DocumentIn the given sequence of priority of Read the said clause as New PART of A) SCC No. 123 1; Sec – 9; Cl 54 , Contract Document, Page documents, General and Special conditions of contract is Order of precedence of the documents for complete 14754) Contract DocumentThe documents missing from the list. We request the Employer to follow contract shall be as follows: forming the contract are to be taken as the sequence of contract documents as mentioned in (1) Contract Agreement (if completed) mutually explanatory of one another. Clause 4.(B) of Standard GCC :1)Contract Agreement (if (2) The Letter of Acceptance, Unless otherwise provided in the contract, completed)2)The letter of Acceptance3)The (3) Notice to Proceed with the Work the priority of the documentsforming the Bid:4)Addendum to Bid; if any5)Special Conditions of (4) Contractor's Bid, contract shall be, as follows:1) Contract Contract6)General Condition of Contract7)The priced bill (5) Contract Data, Addendum to Bid; if any L & T Agreement (if completed)2) The letter of of Quantities:8)The Specification:9)Detailed Engineering (6) Special Conditions of Contract Part A, Part B 153 Construction Acceptance3) The Bid:4) Addendum to Bid; Drawings10)Standard GCC11)All correspondence (7) General Conditions of Contract, if any5) Tender Document6) The Bill of documents between bidder and MCGM.Kindly Confirm. (8) Specifications, Quantities:7) The Specification:8) Detailed (9) Drawings and Engineering Drawings9) Standard General (10) Any other document listed in the Contract Data. Conditions of Contracts (GCC)10) All NOTE: The BOQ provided in the tender document is correspondence documents between only forreference and tender evaluation purposes. It bidder/contractor and MCGM. shall have no legalsignificance in the contract administration.

General Interest on Delayed Payments Tender Condition Prevails We request you to consider interest on delayed L & T payments for Work at annual rate of three percentage 154 Construction points above the prime lending rate being quoted by the while issuing payment to contractor. Kindly consider and confirm. Volume-1; Sec – 9; Cl 74 Arbitration and Jurisdiction Tender Condition Prevails pg no 178 As stated in the referred clause, “Arbitration shall be effected by a single arbitrator agreed upon the parties.” L & T 155 We request the employer that Arbitration shall be as per Construction the latest Arbitration & Reconciliation Act 1996 of this enactments and thereof, as per this. Dispute Adjudication Board shall comprise of 3 Members; each

41

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Party shall nominate one member for the approval of the other Party. The Parties shall consult both these members and shall agree upon the third member, who shall be appointed to act as chairman. Kindly confirm. Volume-1; Sec – 9; Cl 79 Price variation Formula for Materials Tender Condition Prevails pg no 182 As stated in the Contract, formula of price variation for labour and material component is given as : VL = (0.88R x 30) x (I – IO) 100 IO VM = (0.88R x 70 -C) x (W–WO) 100 WO Whereas the formula as mentioned in clause no 10 (B) of Standard GCC shall be : VM = (0.88R x 70 - C) (W–WO) 100 WO We request the bidder to change the percentage of L & T 156 labour and material in the given formula as 45% for Construction labour part and 55% for material part such that, VL = (0.88R x 45 ) x (I – IO) 100 IO VM = (0.88R x 55 - C) x (W–WO) 100 WO Where, W = Material Index as per WPI for all commodities. We Also, bidder presumes that no material shall be supplied by the Employer, so controlled material is not applicable for this project. Hence, value of C shall be 0 as given in Clause no 79 (B); Page No. 183; point iii. Kindly Confirm. Volume-1; Sec – 9; Cl 79 Price variation The Contract is DBO, everything required to pg no 184 As mentioned in the referred Pg No. 184 of tender complete this job is deemed to be included in quoted document, “Price variation will be calculated similarly and cost. No extra/excess shall be entertained. separately for extra items and / or excess quantities and L & T provisional sums calculated under Sub Clause 10 (b)A 157 Construction (i)&(ii) and Sub Clause 10 (b) B(ii) based on the above formula/formulae in Annexure-I as and when mentioned in Special conditions of contract;.” Sub Clause 10 (b)A (i)&(ii); Sub Clause 10 (b) B(ii) are missing in standard GCC. Kindly Clarify.

42

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Volume – 1 ; AppendixAnnexure E & H Annexure E & HAnnexure E and Annexure H are missing Annexure-E (Undertaking for best price) is available L & T 158 from the Tender Document. Kindly provide the Same. in the tender, however Annexure H is attached here Construction with as Annexure H Volume-1; Sec – 10; Change in Diameter of Pipe and size of manhole. Tender Condition Prevails Cl 19 SCC Part B As per referred clause, “Diameter of the pipe and sizes of Cl 166 SCC Part B manholes provided in the bill of Quantities of the Tenders pg no 314 & 343 are tentative and are likely to change at the time of execution according to the site conditions. Contractors L & T 159 shall have to carry out such extra items in S.W.D.” Construction Bidder presumes that with change in diameter of pipe or size of manholes, new rates shall be introduced in the BOQ for respective item decided mutually by both the parties as per prevailing market rates during addition of item. Kindly Confirm. Volume-1; Sec – 10; Laying of Small portion of Sewer Lines Tender Condition Prevails Cl 21 SCC Part B As mentioned in referred clause, “The Contractors may Cl 171 SCC Part B be called upon to execute additional work of laying small pg no 315 & 344 portion of sewers in the vicinity of the present work under the proposed Contract.” L & T Bidder presumes that additional work shall be carried out 160 Construction at site where ROW and approach road is readily available and is not situated in slum areas. Also, the work is to be carried out in small stretches which will hamper the productivity. The work shall be carried out with contractor’s discretion. The payment for above stated works shall be discussed and mutually agreed upon. Volume-1; Sec – 10; Connections of Existing manhole. Shall be read as: Cl 24 SCC Part B In the stated clause it is mentioned that construction of 24) The contractors will have to make connections to pg no 315 new channels and haunches with M 150 C.C. finished the existing manhole including plugging, diverting or 24) The contractors will have to make smooth. Bidder presumes that it is human error and that pumping the existing flow or accumulated water, connections to the existing manhole construction of new channels and haunches with M 15 making holes of any size in the masonry, breaking including plugging, diverting or pumping the C.C. finished smooth is to be done. Kindly Confirm. the existing cement concrete haunches, making sand L & T 161 existing flow or accumulated water, making plaster, constructing new channels and haunches Construction holes of any size in the masonry, breaking with M 15. C. C. finished smooth with 20 mm. (3/4") the existing cement concrete haunches, thick cement mortar 1:1, deplugging and desilting making sand plaster, constructing new the manhole on upstream side and downstream channels and haunches with M 150. C. C. including passing disc in the length complete as finished smooth with 20 mm. (3/4") thick directed (for this item no payment will be given to cement mortar 1:1, deplugging and the contractors).

43

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification desilting the manhole on upstream side and downstream including passing disc in the length complete as directed (for this item no payment will be given to the contractors).

Volume-1; Sec – 10; Reduction in Scope of Work. Tender Condition Prevails Cl 46 SCC Part B The referred clause state. “MCGM reserves the rights to Cl 125 SCC Part B reduce the scope of the work during the execution of the L & T 162 pg no 318 & 335 work for any reason.” Construction Bidder requests to delete this redundant clause as scope variation; clause 10.A of Standard GCC is already applicable for this project. Kindly Confirm. Volume-1; Sec – 10; NOCs from various Authorities Shall be read as: Cl 13 SCC Part A As stated in the referred clause, Permission from PWD, For obtaining NOCs/ permissions from various Cl 16 SCC Part B M.M.R.D.A., forest dept., Railway authorities, MCZMA, authorities, the proposals shall be submitted in the Cl 53(g) SCC Part B CRZ Regulatory; Authority, Pollution Control Boards; Tree name of MCGM, which shall be pursued by the Cl 58 SCC Part B Authority ; land owner/Land owning Authorities or any Successful bidder. However, MCGM will extend Cl 71 SCC Part B other concerned authority outside M.C.G.M.(NOC from necessary assistance. The required fees/charges pg no 207, 314, 321, 323 Land Owners for sumping of excavated material) is in shall be paid by the contractor initially which will be contractor's scope. reimbursed by MCGM with subsequent RA bills. Getting NOCs from various department involves a) If required, the contractor shall appoint liaison participation of MCGM in all presentations and various officer for pursuing matters with the MMRDA, meetings with advisory committees. Hence, it would be MCZMA, MRDPA, concerned Dy. Collector ideal to take out getting of PWD, M.M.R.D.A., forest (Encroachment), concerned Municipal authorities, L & T 163 dept., Railway authorities, MCZMA, CRZ Regulatory; City Survey office, Reliance Energy, Tata power, Construction Authority, Pollution Control Boards; Tree Authority; land Traffic Police or any other concerned offices for owner/Land owning Authorities or any other concerned expediting encroachment / hurdles removal work authority outside M.C.G.M and Environmental clearance from the alignment of Nalla system. from Contractor’s scope of work and include the same in b) Tenderer(s) shall have to obtain all the relevant Employer’s scope. However, the Contractor shall do all permissions/ NOC from MCZMA, or any Liaoning works and support the employer in expediting environmental and forest authority if the clearances in this regard. Also, all these clearances construction site falls under coastal Regulation zone involve concurrence various committees and advisory or affected due to CRZ, the tenderer(s) has to get it boards, which a government body like MCGM will be the done by approaching / liaison officer for pursuing the best party to handle the same. In addition, all these same .Only recommendation letters will be issued by approvals are beyond contractor’s control and any delay the Corporation. The construction work affected due in getting clearances cannot be ascertained at this stage to CRZ will be allowed to be continued subject to

44

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification by a prudent contractor. Hence, we humbly request clearance of environmental point of view. MCGM to consider obtaining CRZ and environmental & Forest clearances in their scope and confirm. Volume-1; Sec – 10;Cl 120 SCC Part Bpg no Demolition of Existing StructureAs stated in the referred The contractors will have to obtain permission from 335 clause, “The contractors shall get the structures the land owner/Land owning authorities etc., well in demolished from concerned Asst. Commissioner of ward advance before commencement of work through for necessary working place to be made available for the their premises for execution of the work by subject work.”Since the project includes construction of displaying appropriate boards. The work may be STP over platform, bidder presumes that there is no required to be executed in phases as per respective L & T scope for demolition of existing structure. Also, quantity authority permission. The permanent rehabilitation 164 Construction for demolition of existing structure is not considered in and resettlement of the project affected structures BOQ. Hence, bidder requests to delete this clause. will be the responsibility of MCGM. The successful bidder shall do temporary shifting of the affected structures and do reinstatement of affected structures temporarily whenever and where ever required at his own cost.The contractors should therefore take this factor into account while quoting. Volume-1; Sec – 9; Setting of site laboratory Tender Condition Prevails Cl 29.3 GCC As stated in Clause 29.3 of GCC, “The laboratory must be Volume-1; Sec – 10; established within 15 days from the date of receipt of the Cl 188 SCC Part B orders from Engineer In charge. On failure to do so, a pg no 155 & 358 penalty of Rs 1000/- per day shall be imposed.” Whereas, as per clause 188 of SCC Part B,” The laboratory L & T 165 must be established within 15 days after issue of work Construction order On failure to do so, a separate penalty of Rs.50,000/- per day shall be imposed. Bidder presumes that that the penalty on failure to establish site laboratory within 15 days of issue of work order will attract penalty of Rs. 1,000 / day. Kindly confirm. Volume-1 Sec – 9 Tax Tender Condition Prevails Cl 38 GCC As mentioned in Tender document, contract value to be L & T pg no 159 inclusive of GST and other taxes. Although reduction in 166 Construction rate of GST to be passed on to client, increase in rate of GST shall be reimbursed to the contractor. Kindly Confirm.

45

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification General Working Hours The working hours shall be from Sunrise to Sunset. L & T As the project schedule is stiff, request to allow the In the specific cases, the working hours can be 167 Construction successful contractor to do all construction activities on extended beyond sunset, with the prior approval round the clock basis. from Engineer In charge. General Force Majeure Latest MCGM Circulars shall be applicable, if any. As stated in Standard GCC clause 8.D, Pg no 57, Extension of time is applicable for force majeure such as acts of God, acts of public enemy, acts of Government, floods, L & T 168 epidemics, etc. Construction Bidder presumes that force majeure clause is applicable for this project. Also, bidder requests to add pandemic or any other condition of occurrence of widespread disease in the force majeure clause. Kindly confirm. General Landscaping Tender Condition Prevails L & T 169 Bidder presume that only landscaping inside the STP as Construction per the bidders design is in the scope of work. General Land for Temporary Structures Land for Contractor’s site establishment viz. site We understand that the land for Contractor’s site office, Lab, stores, Labour establishment shall be establishment viz., site office, Lab, stores, Batching Plant, provided by MCGM as per availability of site. L & T 170 Wet Mix Plant, Hot mix plant, Precast & Fabrication Yard However, for all allied components viz Batching Construction and Labour camp shall be provided within the project Plant, Wet Mix Plant, Hot mix plant, Precast & boundary, free of cost by the Employer. Kindly Confirm. Fabrication Yard, etc. contractor shall have to arrange on his own. General Change in Scope of Work Tender Condition Prevails L & T Bidder understands that any change in scope not 171 Construction attributable to contractor shall be suitably compensated for both cost and time. General Blasting and the use of Explosives Please refer Corrigendum 13 L & T 172 We presume that controlled blasting with all safety Construction measures is allowed in interest of progress of the project.

Volume-1; Sec-8; BOQ Excavation for Manhole. Tender Condition Prevails K. For sewer Network As given in referred BOQ description,” drawing in S No 19. DyCh.E. (Sewerage) P&D's office without excavation L & T 173 pg no 100 – 101 depth upto 1.5. Construction Bidder needs more clarity on specified clause and on rates of items to be considered in rate of manhole. Bidder presumes that excavation for manhole shall be

46

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification paid separately under excavation item. Kindly confirm.

Volume-1; Sec-8; BOQ Cutting of RCC Structure. Contractor has to do due diligence with their best L & T L. For interceptors The unit of measurement for cutting of RCC structure is practices at the time of work execution. Item for 174 Construction S No 2. not mentioned in the BOQ description. Kindly provide the Cutting of RCC Structure works are included in the pg no 111 unit of measurement for the same. scope. Volume-1; Sec-8; BOQ Providing and laying of RMC for RCC Slab The unit for Providing and laying of RMC for RCC Slab L. For interceptors The unit of measurement for providing and laying of RMC is "CUM" as per MCGM SOR. L & T 175 S No 2. is not mentioned in the BOQ description. Kindly provide Construction pg no 112 the unit of measurement for the same.

Volume-1; Sec-8; BOQM. For Road Side Cutting of retaining wall for outfallAs work is to be Contractor has to do due diligence with their best L & T DrainsS No 15.pg no 123 carried out on existing structure, kindly provide the practices at the time of workexecution. Item for 176 Construction methodology to be adopted for cutting of retaining walls. Cutting of RCC Structure works are included in the scope. Volume-1; Sec-8; BOQ Epoxy coating paint for existing retaining wall Tender Condition Prevails M. For Road Side Drains The thickness of coating is not mentioned in the BOQ L & T 177 S No 16. item description. Please provide the thickness of each Construction pg no 124 coating layer.

General Implementation of FIDIC for Contract Conditions. Tender Condition Prevails As FIDIC is well renowned worldwide for provision of Standard Contract Condition and followed in mega STP L & T tenders, we propose the client to abrogate the exiting 178 Construction General contract conditions as well as Special contract conditions and implement FIDIC Gold book for EPC and FIDIC Pink book for Item rate component of contract. Kindly accept. Section 6 – Instruction to Applicants Registration Certificate Tender Condition Prevails pg no 54 As per tender condition “The Electrical / Mechanical work shall be carried out by the civil contractors through the contractors registered with MCGM in Electrical Category. L & T Information about the registered contractors shall be 179 Construction obtained from the office of the Ch.E. (M&E)/ E.E. (Monitoring & Registration Cell). Attested scanned copy of the valid registration certificate in Electrical Category shall be uploaded with the tender along with the undertaking from the registered Electrical Contractor

47

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification stating his willingness to carry out the tender work”. “the contractors who are not registered with MCGM will have to apply for registering their firm within three months’ time period from the award of contract” as per the mentioned condition, bidders who not registered with MCGM shall also can participate in the bidding process. We request to allow the bidder to submit the attested scanned copy of the valid registration certificate in Electrical Category within 3 months’ time period from the award of contract instead of uploading it with bid document. Kindly confirm. Section 16 – Appendix Declaration cum indemnity bond Tender Condition Prevails pg no 389 As per tender “also declare that I will not claim any charge/ damages/ compensation for non-availability of L & T 180 site for the contract work at any time”. Construction As the above mentioned condition is unfavorable for the timely completion of the project, bidder request to delete the condition. Kindly confirm. Section 16 – Appendix Performa VI/A Tender Condition Prevails pg no 456 As per tender “Scanned Attested copies of certificates from the Engineer-in-charge for each work shall be annexed”. for details of existing commitments and ongoing works. L & T 181 It is not feasible to get the certificate from the engineer Construction in charge, as presently L&T is executing 700 plus no of projects. Bidder request to remove the clause or allow to submit the certificate from Chartered accountant. Kindly confirm Section 16 – Appendix Performa VI/B Tender Condition Prevails pg no 456 & 457 As per tender “Scanned Attested copies of certificates from the Engineer-in-charge for each work shall be annexed”. for details of works for which bids are already L & T 182 uploaded. Construction The tenders in which L&T have bided are yet to awarded. Hence, it is not possible to get certificate from engineer in charge for uploaded tenders. On above grounds, bidder requests to remove the

48

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification proforma. Kindly confirm. Section 16 – Appendixpg no 456 & 457 Performa VIIAs per tender “Scanned Attested copies of Tender Condition Prevails certificates from the Engineer-in-charge for each work shall be annexed”. for information on litigation history in which the applicant is involves .Bidder would like to inform that we have never come across such requirements in any of the MCGM's tenders in past. Being a large conglomerate, we are appearing 700 plus L & T 183 number of projects at present and completed thousands Construction of projects in the past. Considering huge Volume of transactions and practical difficulty in obtaining the signature of engineer in charge for respective litigated/arbitrated projects, we request the employer to remove this proforma. however, we are ready to provide the Chartered Accountant Certificate or gazette list of litigations/arbitrations.Kindly confirm. General Tender forms and undertakings Tender Condition Prevails As per tender “Proprietor/Partner/Director of M/s______”. L & T 184 Bidder request to add one option as Construction “Proprietor/Partner/Director/ Power of attorney holder of M/s______”. Kindly confirm. General Bidder would like to seek clarification regarding selection Please refer Annexure-A6 L & T of L1 contractor. What all figures mentioned in the 185 Construction financial quotes shall be added up to arrive as total cost. Kindly clarify. Rate of recovery on failure of deployment As mentioned in referred page number, "Penalty shall be Tender Condition Prevails of manpower, Page no 34 levied on contractor in case the contractor fails to deploy operational staff as follows: Sr No - Qualification - Experience (Years) - Rate of Recovery L & T 186 1. - Project Manager with Degree - 20 - Rs 60,000 p.m. Construction 2. - Dy Project Manager with Degree - 12 - Rs 40,000 p.m. 3. - Project/Site Engineer(Degree/Diploma) - 5 or 10 - Rs 25,000 p.m. 4. - Quality Graduate P Engineer - 8 - Rs 25,000 p.m.

49

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification 5. - Surveyor - 8 - Rs 10,000 p.m. 6. - Project Planning/Billing Engineer - 6 - Rs 20,000 p.m. 7. - Safety Engineer - 5 - Rs 20,000 p.m. 8. - Plant In charge - 5 - Rs 20,000 p.m. 9. - Plant Operator - 3 - Rs 15,000 p.m. 10. - Labour - 2 - Rs 12,000 p.m. Being a reputed firm, the bidder shall consider the completion of job on priority and shall deploy the manpower based on actual requirements. kindly confirm. Construction of retaining wall Bidder Understands that construction of retaining wall is Not Applicable L & T 187 not in the scope of work for this tender. Construction Kindly confirm. Membrane Support/ Reinforcement, Page As per clause 3.25 Design/Sizing criteria, Page 293, for The Contract is DBO, everything required to no 293 membrane support/reinforcement is specified as complete this job is deemed to be included in quoted L & T required. We request to remove the requirement of cost. No extra/excess shall be entertained. 188 Construction reinforcement and allow bidder to consider as per manufacturer's recommendations without impacting any guarantee. Please Confirm. Membrane Support/ Reinforcement, Page As per tender tensile strength of Membrane fiber is The Contract is DBO, everything required to L & T no 293 defined. Please allow the value as per technology complete this job is deemed to be included in quoted 189 Construction provider. Please confirm. cost. Bidders are encouraged to do their due diligence along with Technology provider. Civil Technical Specifications We notice that there are no 'Technical specifications for Tender Condition Prevails civil works/Specific Civil Requirements section in the furnished tender document covering basic design details like-design methodology, loads to be considered, minimum thickness of L & T concrete elements, clear cover to steel, boundary wall, 190 Construction material specifications to be adopted for buildings & LRS etc. As the contract is design build, bidder shall consider specifications which are not available in the tender document as per relevant IS codes and in accordance with the best industrial practice. Kindly confirm. Clause 3.26, Plastering of inside & outside As per clause no 3.26, "the inside of the grit chamber Tender Condition Prevails L & T surface of Vortex Grit Chamber shall be provided with 20 mm thick water proof plaster in 191 Construction cement: mortar=1:3. The bottom of the chamber shall be provided with 40 mm thick IPS screening. The outside

50

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification surface shall be provided with 20 mm thick double coat sand forced plaster in cement :mortar=1:3 with exterior emulsion as per civil specifications." Kindly allow us to avoid plastering of concrete surface (inside and outside) of vortex grit chamber as smooth surface can be attained through the framework system & shutter material. Please Confirm. Existing Retaining wall footing projections We notice that RCC retaining wall already exists on both Adequate reference drawings are uploaded. Contract inside the Poisar River sides of river in all 10 nos of proposed STP locations, As is DBO, Bidders shall do their due diligence. we are intending to construct the base raft for supporting L & T the STP platforms - it is requested to furnish the cross 192 Construction section of existing retaining wall in all locations to determine the footing projections inside the river, its founding level & available space for placement of columns and construction of base rafts. Source of incoming sewage Details of sewage inflow to the gate pumping stations is Refer the sewerage network master plan SN_MP_PR not clear from the available drawings.Please specify the and Annexure A2 - Part I & II. L & T following details of incoming sewage to the gate pumping 193 Construction stations:1. Area contributing sewage to gate pumping station2. MOC & diameter of incoming sewage pipe3. Invert level of incoming sewage pipe. L & T GA drawing of STP Please provide the location of sump/wet well for all STP Refer the sewerage network master plan SN_MP_PR 194 Construction locations. and Location plan. L & T Location of sump/wet well Bidders presume that all the sumps/wet well are located Adequate reference drawings are uploaded. Contract 195 Construction on the river bank but not inside the river. Kindly confirm. is DBO, Bidders shall do their due diligence. Bill of quantities & drawings, Required As per the Volume-1 Section 8, page no 88 to 93 "all nos Please refer Annexure A2 - Part I & II. number of wet well pumping system, Page of STPs will have their wet well pumping station 83 to 93 (Terminal Sewage Pumping Station)" L & T 196 Whereas in the available drawings "Sump/Wet well are Construction shown only at 4 nos of STPs out of total 10 Nos STPs" It is presumed that TSPS has to be provided at all STPs. Please Confirm. Alternate type of pumps instead of gate It Is assumed that bidder can propose an alternate type Adequate reference drawings are uploaded and L & T pumps of pumps instead of Gate pumps to do nallah diversions, Annexure A2. Contract is DBO, Bidders shall do their 197 Construction keeping in mind that requirement of minimum civil due diligence. construction across the nallah.

51

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Location of bypass, Page 217 Please confirm the location & level of disposal for bypass The bidders are required to carry out their own due of sewage from wet well for STP locations. diligence and design including bypass arrangement L & T provided no Bypass of any influent shall be allowed 198 Construction in to the river. However the bidders are free to design a bypass for emergency system in a nearest Existing Sewer lines, with the approval of MCGM. Requirement of cooling jackets, Page no Cooling jackets for submersible pumps will not be Tender Condition Prevails 235 required, if minimum submergence depth is provided. Moreover, cooling jackets for submersible pumps with rating less than 75 kw are not available with the manufacturer in the approved make list, except for one L & T make. Therefore, provision of cooling jackets for all 199 Construction submersible pumps will result in monopoly in the approved make list. In view of above, bidder proposes to provide cooling jackets for submersible pumps only in locations where minimum submergence depth cannot be maintained. This will also help MCGM get most competitive offer. Kindly confirm Existing power supply, Page no 12 We understand that necessary deposits/ payments to For obtaining NOCs/ permissions from various TATA power required for deriving permanent power authorities, the proposals shall be submitted in the supply for the Sewerage treatment plant premises shall name of MCGM, which shall be pursued by the L & T 200 be paid directly by MCGM. The contractor scope starts Successful bidder. However, MCGM will extend Construction from 11kv or 22kv metering point within the STP necessary assistance. The required fees/charges premises. Please confirm. shall be paid by the contractor initially which will be reimbursed by MCGM with subsequent RA bill. Minimum solar power requirement, page As per our analysis of minimum solar power requirement, Please refer to the Annexure-A10 no 404 we found that in most of STPs, as per tender layouts there is no sufficient roof tops area available above various buildings of STP to generate the required minimum solar power generation. [Say STP 6 (4 MLD) L & T 201 requires solar power generation of 225kWp which Construction requires roof top area 2250 sqm, but the same is not available in the building of tender STP Layouts] Please clarify, how minimum solar power generation to be maintained when there is insufficient roof top area available in the plant.

52

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Eligibility Criteria As stated in referred clause, "The bidder shall have Please refer Corrigendum 13 technical tie up in the form of MOU for assured access for operating the Pulse Plasma Technology for firms having devised or having franchisee for the said technology having capability of working in the presence of L & T underground water." 202 Construction We have adopted several modern excavation - 16 sept technologies for extremely hard rock strata such as "Rock Splitter and Rock Burster". The proposed technology is equally effective as Pulse Plasma Technology. Hence, we request the Employer to accept the proposed technology along with Pulse Plasma Technology. Kindly confirm. Eligibility Criteria As stated in referred clause, "The bidder shall have Please refer Corrigendum 13 technical tie up in the form of MOU for assured access for operating L & T the Pulse Plasma Technology for firms having devised or 203 Construction having franchisee for the said technology having - 16 sept capability of working in the presence of underground water." Bidder requests the employer to provide the list of franchisees for proposed technology. Kindly accept Excavation in hard rock Bidder understands that the excavation in hard rock as Please refer Corrigendum 13 mentioned in referred BOQ Sr No 5, is to be carried out L & T by Pulse Plasma Technology as stated in released 204 Construction Corrigendum-13 and the rate considered in Bid - 16 sept Document is exclusive of Pulse Plasma Technology. Kindly Confirm. Site Visit We request the Employer to arrange site visit for the Site Visit is scheduled by MCGM. The schedule dates L & T Bidders to assess the project. Kindly confirm the date of will be conveyed through addendum 205 Construction- visit. 16 sept

Bid Submission We request the Employer that Bidder shall be given Site Visit is scheduled by MCGM. The schedule dates L & T reasonable time of at least 45 days after site visit and will be conveyed through addendum 206 Construction release of latest amendments / corrigendum / pre-bid - 16 sept replies to be incorporated in the bid before submission. Kindly Confirm.

53

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Membrane Specification As per Cl.3.25 design/sizing criteria, pg. 293, Maximum The Nominal pore size of the membrane can be less Mechanical Requirements- Design/Sizing membrane Nominal pore size provided as <0.04 um. than or equal to 0.05 Microns, rest all the Criteria And Other Requirements. Pg no Query: conditions/ minimum specifications shall remain 293 & 301 As per Metcalf eddy, 5th Edition, Table 11-23, page 1183, same as mentioned in the bid documents without L & T typical operating range pore size for Ultrafiltration any financial implications. 207 Construction membrane is 0.008 to 0.2 um. Request to allow bidder to - 16 sept select membrane which is falling within Ultrafiltration range, this will also help MCGM get most competitive offers. Kindly confirm.

UV Disinfection System As per Cl.3.32, UV disinfection system, pg. 326, "UV The specifications mentioned in the said clause are Mechanical Requirements- Design/Sizing system shall provide the minimum dose needed for 3 log the minimum specifications of the items. However, Criteria And Other Requirements. Pg no inactivation of cryptosporidium ( or UVDGM table 1.4 pf the successful bidder has to design and execute the 326 specific microorganism log required for inactivation) items as per its own design which shall be approved L & T according to LT2ESWTR". by the Engineer in charge. The agency has the liberty 208 Construction Query: to upgrade the specification of the corresponding - 16 sept We presume that as per technology provider, calculation items if there is a requirement of the design as per for UV dose requirement and sizing shall be done based the NWRl Ultraviolet Disinfection Guidelines for on EPA UVDGM validation protocol Nov 2006 and Drinking Water and Water Reuse (2003, 2012) and validated RED values to achieve 3 log inactivation of 2006 USEPA Ultraviolet Disinfection Guidance Cryptosporidium. Please confirm. Manual (UVDGM) Welspun Eligibility Clause No. 1(I) Technical Capacity We understand that Sewer Line executed as part of an Condition stands Modified as follows Pg No.13 Integrated Water/Sewerage/Road project will be For assessing the technical capacity of bidder as per II) The tenderer(s) in their own name should considered eligible if the value of work meets the clause 1. (II) similar work shall mean the completed 209 Welspun have satisfactorily executed the work of eligibility requirement. works of laying Gravity/rising main in sewage Sewer Line along with Roads. Please confirm. Network/SW drain network/ Water Supply pipeline works.

Eligibility Clause No. 3 Technical We request you to consider completed works of laying Condition stands Modified as follows Experience Gravity/ rising mains in water network also over and For assessing the technical capacity of bidder as per Pg No.14 above Sewage network / SW Drain network under the clause 1. (II) similar work shall mean the completed For assessing the technical capacity of definition of similar work as underground pipelines for works of laying Gravity/rising main in sewage 210 Welspun bidder as per clause 1. (II) similar work shall both works shall involve similar construction Network/SW drain network/ Water Supply pipeline mean the completed works of laying methodologies. works. Gravity/rising main in sewage Network/ SW Please confirm. drain network.

54

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Clause 4 / Page 15 - Bid capacity We assume that we have to add 0.33 for every 12 months Yes the understanding of condition For every N = Number of years prescribed for and consider N as = 36/12 + 0.33 X 3 i.e. 4 for this intervening monsoon 0.33 shall be added to N is completion of the Project/Works, excluding contract. Please clarify. correct 211 Welspun monsoon period, for which these bids are being invited. (E.g. 7 months = 7/12 year) For every intervening monsoon 0.33 shall be added to N. Note : Para 2, Pg No. 16 In case the Bidder does not meet any particular criteria as Shall be read as: In case the Bidder does not meet any mentioned, in clause no. 1, 2, 3 and 4, we would request In case the Bidder does not meet any particular particular criteria as mentioned, in clause you to consider the qualification of Associate Company as criteria as mentioned, in clause no. 1, 2, 3 and 4 but no. 1, 2, 3 and 4 but its parent company of well so long as both the companies are under the its Parent/Associate company of which the Bidder is which the Bidder is a wholly owned common control. This is permitted in all major DBO a wholly owned subsidiary meets those particular subsidiary meets those particular criteria, contracts by various project implementing authorities criteria, then the experience of the Parent/Associate then the experience of the parent company Viz., Jeevan Pradhikaran, PWD, Govt of India company will be considered as if it is met by its will be considered as if it is met by its and Govt of Maharashtra.For the purposes of this Tender, bidding wholly owned subsidiary company provided bidding wholly owned subsidiary company Associate means, in relation to the Bidder/ Joint Venture the parent company gives an unconditional provided the parent company gives an Member, a person who controls, is controlled by, or is undertaking supported by Board Resolution with unconditional undertaking supported by under the common control with such Applicant/ regard to providing total support both financially and Board Resolution with regard to providing Consortium Member (the “Associate”). As used in this technically to its subsidiary during the currency of total support both financially and definition, the expression “control” means, with respect the contract. 212 Welspun technically to its subsidiary during the to a person which is a company or corporation, the Note: Associate means, in relation to the Bidder/ currency of the contract. ownership, directly or indirectly, of more than 26% Joint Venture Member, a person who controls, is (twenty six per cent) of the voting shares of such person, controlled by, or is under the common control with and with respect to a person which is not a company or such Applicant/ Consortium Member (the corporation, the power to direct the management and “Associate”). As used in this definition, the policies of such person by operation of law.Please expression “control” means, with respect to a confirm. person which is a company or corporation, the ownership, directly or indirectly, of more than 26% (twenty six per cent) of the voting shares of such person, and with respect to a person which is not a company or corporation, the power to direct the management and policies of such person by operation of law. Clause 4 / Page 16 - Bid capacity Since we are executing many projects on Hybrid Annuity Tender conditions prevail. Note: The statement showing the value of basis, our clients including Central Govt & State Govt existing commitments and on-going works authorities permit supporting certificates for the project 213 Welspun as well as the stipulated period of from Project Manager /Chartered Accountant, we completion remaining for each of the works therefore request you to allow the same as well. listed should be attached along with

55

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification certificates duly signed by the Engineer-in Charge, not below the rank of an Executive Engineer or equivalent.

Packet B contents - Note on Page 54 Since the work is of specialized nature, Electrical / Tender conditions prevail. Note: Mechanical works will be carried out by specialist I. The Electrical / Mechanical work shall be contractors therefore MCGM registration may not be carried out by the civil contractors through insisted upon at the time of tender. the contractors registered with MCGM in Electrical Category. Information about the 214 Welspun registered contractors shall be obtained from the office of the Ch.E. (M&E)/ E.E. (Monitoring & Registration Cell). Attested scanned copy of the valid registration certificate in Electrical Category shall be uploaded with the tender along with the 2 Equipment Capabilities as required for These two clauses seem contradictory. Since the project Please refer corrigendum 13 this work, involves specialized machinery for HDD, Mircotunneling Page No. 32 & etc. it is not possible for bidder to submit ownership Note - Page No. 456, PROFORMA- V/B, /Lease documents at bidding stage. We therefor presume The following is mentioned on Page 32 that an undertaking on Stamp paper as mentioned on The bidder should, undertake their own Page 32 will be acceptable and should suffice against this studies and furnish with their bid, a de- requirement. tailed construction planning and The note below proforma V/B on Page 456 may please be methodology supported with assessment deleted. study of requirements of equipment/plants & machineries to allow the employer to 215 Welspun review their proposal. The bidder will ensure his commitment to make the arrangements of the required equipment on the day of commencement or with respect to the progress of the work in phases, as per the instructions of site in charge on an undertaking on Rs.500 stamp paper to be submitted along with the Bid in Packet B. However, this condition in no way shall dilute the respective condition in Registration Rules of MCGM. Note: Bidders shall submit the undertaking

56

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification for equipment capability and other undertakings as such on a single Rs.500/- stamp paper. The following is mentioned at the end of Tender Condition Prevails. PROFORMA- V/B Latest MCGM Circulars shall be applicable, if any. Note: The tenderer(s) shall furnish/upload 216 Welspun the requisite Scanned Attested documents of ownership/leased of machineries. The undertaking from the suppliers will not be accepted Packet C - Rate Analysis From this note we understand that after evaluation if Tender conditions prevail. Page 56 employer demands rate analysis of any specific item, Note: The rate analysis should be submitted bidder shall submit the same within 3 working days. by the e-tender through e- mail within a Please confirm our understanding It is also requested to time period of three working days (as give us 7 working days instead of 3 217 Welspun specified in the demand notification). Non submission of rate analysis due to failure of system, any other reasons are not acceptable. The format for rate analysis is annexed at Annexure D. Pages 392 - 445Rate Analysis formats for Please permit bidders to submit Rate Analysis in their Tender conditions prevail. 218 Welspun various items of work. own format. ITA / F i / Page 63 We request MCGM to kindly take exemption from the For obtaining NOCs/ permissions from various F. Stamp Duty: (As per applicable circular) Government as this is a project which is beneficial for the authorities, the proposals shall be submitted in the It shall be incumbent on the successful Environment. name of MCGM, which shall be pursued by the tenderer to pay stamp duty on the contract. Successful bidder. However, MCGM will extend necessary assistance. The required fees/charges 219 Welspun Five hundred rupees plus one hundred shall be paid by the contractor initially which will be rupees for every Rs.1,00,000/- or part reimbursed by MCGM with subsequent RA bill. thereof, above rupees ten lakh subject to the maximum of rupees Twenty five lakh stamp duty. ITA / F v / Page 64 Tender conditions prevail. As per para 54 read with 40(b) of Maharashtra Stamp duty Act, Stamp duty at 220 Welspun the rate of 0.5 % is payable on total amount of Bank Guarantee (original as well as extended) submitted by Tenderer.

57

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification clause 5 / Page 42 We request the Authority that to allow the Contractor an Tender conditions prevail. Contract Execution additional period of 15 days without penalty for collating All required documents for execution of the all documents. contract shall be submitted within 30 days from the date of issue of letter of acceptance. If the documents are not submitted within the stipulated time a penalty of Rs. 5000/- per day to the 221 Welspun maximum for 30 days’ period will be applicable to the contractor. All contract documents need to be duly affixed with stamp duty properly signed along with evidence/proof of payment of security/contract deposit/ within 30 days from the date of letter of Work Order received by him. NIT / Page 8 1) We request MCGM to accept Fixed Deposit Receipt In Tender conditions prevail. In terms of the 3 stage system of e- lieu of Cash EMD through payment gateway. Details of tendering, a Bidder will be required to the FDR as required by MCGM may be provided. deposit, along with its Bid, an Earnest 2) We also presume that as per clause on Page 56 "The Money Deposit of Rs. 7,51,69,400/- (Rupees Bid Security of the successful Bidder will be discharged Seven Crore Fifty One Lakh Sixty Nine when the Bidder has signed the Agreement and furnished 222 Welspun Thousand Four Hundred Only) (the "EMD"), the required Security Deposit". Please confirm refundable in accordance to the relevant clause of bid document, from the Bid Due Date, except in the case of the selected Bidder whose Bid Security/EMD shall be retained. DLP - Page 9 We understand that all civil works under this contract for Tender conditions prevail. Civil Work - 5 years all project component in the scope is 5 years and Mechanical & Electrical - 3 years Electrical and Mechanical works for all components is 3 223 Welspun years including Sewage Treatment Plant. We request you to restrict DLP period for the project to 3 years. Please clarify & confirm. Clause 12 - Insurance / Page 142 In line with our earlier query, we request you to restrict Tender conditions prevail. The Contractor at his cost shall provide, in DLP for the project to 3 years and amend this clause. 224 Welspun the joint names of the Employer and the Contractor, insurance cover from the Start Date to the end of Defects Liability Period,

58

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification in the amounts and deductibles stated in the Contract Data for the following events which are due to the Contractor's risks Clause 12 - Insurance / Page 142 Insurance requirements for O&M period and Asset Insurance is also applicable for O & M period. 225 Welspun Insurance replacement scope is not mentioned clearly in Contract is DBO Bidder shall do their due diligence documents. Please provide the same. and quote accordingly C - Last para - Page 60 & clause 115/Perf From above clauses our understanding is as below, which Tender Condition prevails. Guarantee/Page 235 MCGM may kindly confirm. (latest MCGM Circulars shall be applicable, if any) Security Deposit & Performance Guarantee 1) Contract deposit - 2% of contract sum, to be submitted within 30 days of issue of LOA 226 Welspun 2) Retention money- 5% of Bill amount shall be deducted in cash from interim bills till it reaches 5% of the contract sum. 3) Performance guarantee- will be applicable as per Clause 115 of SCC for construction & O&M portion. We also request for the following: 227 Welspun Contract Deposit should be payable on Contract value of Construction portion only and should exclude O&M. We presume that Bank guarantee will be acceptable 228 Welspun against Contract Deposit as per format given on Page 390. Retention Money should be capped at 5% of Construction Contract Value and not contract sum. There should be no 229 Welspun Cash Retention from interim bills during construction & BG should be acceptable in lieu of cash retention to help project cash flow. It is suggested that these clauses should be in line with Tender conditions prevail. 230 Welspun FIDIC documents. SCC 119 We presume that we can submit progressive BGs in lieu Tender conditions prevail. Maintenance Retention Fund of cash retention from O&M Interim Bills. Please confirm. During the Operation Service Period, a We request you to cap the Retention at maximum 5% of Maintenance Retention Fund shall be O&M value and not 10% of contract cost as mentioned in 231 Welspun created by deducting five percent (5%) from this clause. the value of each interim payment, determined by the Employer's Representative, due to the Contractor, commencing with the first payment

59

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification following the issue of the Commissioning Certificate, and continuing until the last Interim Payment Certificate is issued or until the amount in the Maintenance Retention Fund has reached to the value of 10% of capital cost , whichever is the earlier. If the Contractor so chooses, the Maintenance Retention Fund may be replaced by a Maintenance Retention Guarantee in a form and with an entity approved by the Employer. However, the value of the Guarantee shall not exceed the maximum amount of the Maintenance Retention Fund stated in the Contract Data. The Contractor shall ensure that the Maintenance Retention Guarantee remains valid and in force until the issue of the contract completion certificate. Release of Security Deposit 1) Contract The clause is not very clear, please clarify how the Tender conditions prevail. Deposit 2) Retention Money Contract deposit will be released for this contract. i. Refund of Contract Deposit The Contract Deposit shall be released 232 Welspun within 30 days after completion of 3rd year of DLP (in case of 5 years DLP) and after issue of ‘Defect Liability Certificate’ (in case of 1or 2 or 3 years DLP) The balance Retention Money shall be released within 30 days after completion of 233 Welspun 3rd year of DLP (in case of 5 years DLP) and after issue of ‘Defect Liability Certificate’ (in case of 1 or 2 or 3 years DLP) SCC 115 234 Welspun Performance Guarantee A) Construction Work: 1) Our understanding is that Work cost means Contract Tender conditions prevail. The contractor shall submit a performance value of Construction portion (i.e. excluding O&M during 235 Welspun guarantee equivalent to 2% of work cost. DLP and thereafter). Please confirm. The performance guarantee for the work 2) Since DLP period is considered as 3 years at some shall be returned after successful places this may also be kept valid till 3 years.

60

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification completion of Defect Liability Period (5 years) from the date of commissioning of the plant. B) O&M: Our understanding is Tender conditions prevail. The contractor shall submit performance 1) 2% of operation cost for 3 years during DLP period and 236 Welspun guarantee at 2% of operation cost for 3 this has to be submitted at start of O&M period years in the DLP period and further 2) 2% of Operation & Maintenance cost for every 3 years Operation & comprehensive maintenance of the balance period of O&M. cost of three years of the schedule. We understand that operation cost considered for this Performance guarantee is applicable on contract performance guarantee is sum of item number 3a & b of sum. 237 Welspun STP schedules A,B,C,D,E,F,G,H,I,J (i.e. only applicable for O&M cost of STP works). Please confirm A-II - Page 60 - Retention Money Please clarify this sentence mentioned at the end of the Shall be read as: The clause of retention money will not be clause. A-II - Page 55 - II) Retention Money: The contractor applicable M. & E. Department. shall pay the retention money an amount equal to five (5) percent of the Contract Sum which will be recovered from the contractors every bill i.e. interim/ running / final bill. The clause Retention money is applicable for construction works including M&E Component works. In case where accumulation of retention money shall exceed Rs. 50,00,000/-, the commissioner may, at the request of contractor in writing, allow the 238 Welspun contractor to furnish a Bank Guarantee from the banks described in Section-15 of Tender Document Volume-1, Page no 372 of any excess amount beyond Rs. 50,00,000/- All compensation or other amounts payable by the contractor under the terms of the contract or any other account whatsoever may be deducted from or paid by the sale of a sufficient part of his performance security or from the interest arising from or from any sums which may be due or may become due to the contractor by the Employer on any account whatsoever, and in the event of his

61

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification performance security being reduced by reasons of any such deduction or sale as aforesaid, the contractor shall within 15 days of receipt of notice of demand from the engineer make good the deficit. In the event of the said deposit having been made by the contractor by delivery, to the commissioner, by guarantee of the banker of the contractor, and of the contractor under any of the provisions of the contract becoming subject to or liable for any of the provisions of the contract becoming subject to or liable for any penalty or damages (liquidated or unliquidated) or of the said deposit becoming forfeited for any breach or failure or determination of contract, then and in any such case the amount of any such penalty or damages and the deposit so forfeited if not previously paid to the commissioner shall immediately on demand be paid by the said bank to and may be forfeited by the commissioner under and in terms of the said guarantee. B. Additional Security Deposit (Not As mentioned we understand that Additional Security Additional Security deposit is not applicable to this Applicable for this tender) - Page 60B. deposit mentioned in this clause is not applicable to this contract. Additional Security Deposit (Not Applicable contract. Please reconfirm. for this tender)The additional security deposit will be applicable when a rebate of more than of 12 % at the rate of with no 239 Welspun maximum limit. The ASD is calculated as follows:Additional security deposit = (X/100) x office estimated cost,Where X=percentage rebate quoted above 12%The ASD shall be paid online in the ASD tab for bidders in e-tendering system before submission of the bid. C. Performance Guarantee / Page 60 We understand that the Performance Guarantee clause Clarified in the tender Refer SCC-115 Performance Guarantee (Refer SCC No. on this page is not applicable to this contract and we 115)- have to refer the one on Page 115 of SCC. Please 240 Welspun For premium, at par and rebate 0 to 12% - reconfirm. PG= 0.92% x contract sum applicable for rebate of 12%

62

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification For rebate of 12.01% and above - P.G. = {0.92% x contract sum applicable for rebate of 12%} +(X) x contract sum where X= percentage rebate quoted more than 12% Request for Mobilization Advance We request for 10% Interest free Mobilization Advance. Tender Condition prevails. There is no clause in the Tender document While there is a reference of Bank Guarantees towards (latest MCGM Circulars shall be applicable, if any) for mobilization advance. Mobilization Advance under this clause, there is no clause pertaining to Mobilization Advance in the tender. Considering the nature of work, contractor would be required to mobilize manpower and construction 241 Welspun equipment on multiple fronts to be able to complete the project with stipulated timeline. We presume that Employer shall release interest free Mobilization Advance to the extent of 10% of contract value against contractor's submission of Bank Guarantee of equivalent amount after entering into the Contract Agreement. Please confirm. Clause 111 on Page 223 Cash Retention of 20% up to trial run and commissioning Payment Schedule, Page 223 Payment Schedule in addition to 5% Retention from Interim bills seems to be Shall be read as Up to 80% payment of completed work will extremely high and will have a huge impact on project 111) Payment Schedule: be released for respective month to the Cash flow and will significantly add to the project cost. Upto 90% payment of completed work will be contractor as per actual measurement. We strongly urge you to delete this provision. Remaining 20% or more will be retained released for respective month to the contractor as and will be released after successful trial per actual measurement. 5% payment will be run and commissioning of work released after Successful testing and trial run for one month of the work and remaining 5% on 242 Welspun commissioning. However, following deduction shall be there in each running bill of the contract:  During Construction (DB Project Period): Retention Money: 5% of the capital cost (As per clause ii. Refund of Retention Money), Page no. 59 & 61.  During O&M Period: Maintenance Retention fund 5% of the O&M cost (As per clause Security deposit & Performance Guarantee

63

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification PART A SCC 115 & 119), Page no. 235 & 237. Clause 80 on Page 188 Since this contract is anticipated to be executed over 3 Tender conditions prevail. Maximum Price Variation (during years + corresponding monsoon periods it effectively construction) shall be as follows: works out to be 48 months at least. We therefore request 243 Welspun Upto 12 months- No variation allowed you to pay price variation at actuals from day 1 without from 12 to 24 month - 5% any ceiling as it is not possible for the Contractor to Above 24 month- 10% absorb any price increase beyond that in case there is such a case. Tax This clause is one sided and any positive/negative Tender condition prevails. Clause 4 / Page 65 variation should be reimbursed/recovered as applicable. Clause 38 / GCC / page 159 “Chapter XXI-Miscellaneous, section 171(1) of GST Act, 2017 governs the ‘Anti Profiteering Measure’ (APM). As per the provision of this section, ‘Any 244 Welspun reduction in rate of tax on any supply of goods or services or the benefit of input tax credit shall be passed on to recipient by way of commensurate reduction in prices’ Accordingly, the contractor should pass on the complete benefit accruing to him on account of reduced tax rate or additional input tax credit, to MCGM. Rates accepted by MCGM shall hold good We request the Authority to grant benefit to Contractor Tender condition prevails. Latest MCGM Circulars till completion of work and no additional of Change-in-Law which results in change of shall be applicable, if any. individual claim shall be admissible on Taxes/duties/levies etc. We request that any variation in account of fluctuations in market rates: rate of GST and other taxes and introduction of new taxes 245 Welspun increase in taxes/any other levies/tolls etc. as applicable should be reimbursed against actuals as it is except that payment /recovery for overall not possible to consider the same in the cost as of now. market situation shall be made as per Price Variation. GST on Operation & Maintenance We suggest that Operation & Maintenance service should Tender conditions prevail. component. be exclusive of GST and Asset replacement and 246 Welspun construction component may include GST. Hence the BOQ maybe suitably modified to bifurcate the O&M and Asset Replacement components.

Clarification/Confirmation required for 1) Whether this project is part of the Mumbai Water 1. No 247 Welspun calculating GST Supply and Sewerage Project? 2. No

64

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification 2) Whether the MCGM will issue Project Import 3. Please refer Section 7 Scope of Work certificate for the project? 3) By reading the bid-document, it is understood that the water is not meant for drinking but may be used for Gardening - Given the Quality parameters of treated water as per Para 4.3 in Design Brief, whether the treated water can be said to be fit for agricultural or industrial use clause 10.1 / 142 Pandemic, epidemic, Act of God, order or act of any Tender condition prevails. Employer's Risks Government, its agency, etc. to be included Latest MCGM Circulars shall be applicable, if any. 10.1. The Employer is responsible for the excepted risks which are (a) in so far as they directly affect the execution of the Works in the Employer’s country, the risks of war, invasion, act of foreign enemies, rebellion, 248 Welspun revolution, insurrection or military or usurped power, civil war, riot, commotion or disorder (unless restricted to the Contractor’s employees) and contamination from any nuclear fuel or nuclear waste or radioactive toxic explosive, or (b) a cause due solely to the design of the Works, other than the Contractor’s design. Encroachment We request that this should be the responsibility of The contractors will have to obtain permission from clause no.92 on page 219 MCGM and not the bidder. Bidder should be given access the land owner/Land owning authorities etc., well in clause 109/Page 334 to unencumbered site to start work on day 1. advance before commencement of work through No claim shall be entertained on account of their premises for execution of the work by delay in removal of encroachment. displaying appropriate boards. The work may be required to be executed in phases as per respective authority permission. 249 Welspun The permanent rehabilitation and resettlement of the project affected structures will be the responsibility of MCGM. The successful bidder shall do temporary shifting of the affected structures and do reinstatement of affected structures temporarily whenever and where ever required at his own cost. The contractors should therefore take this factor into account while quoting. 250 Welspun Scope of work - Sr. No. xiii - page 74 The contractors will have to obtain permission from

65

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Removal of encroachment, obstructions the land owner/Land owning authorities etc., well in falling along work as per description of advance before commencement of work through MCGM is shown as Bidders scope. their premises for execution of the work by displaying appropriate boards. The work may be required to be executed in phases as per respective authority permission. The permanent rehabilitation and resettlement of the project affected structures will be the responsibility of MCGM. The successful bidder shall do temporary shifting of the affected structures and do reinstatement of affected structures temporarily whenever and where ever required at his own cost. The contractors should therefore take this factor into account while quoting. Clause 20 / Page 147 We request for 100% unencumbered site access at the The contractors will have to obtain permission from Possession of the Site start of work. the land owner/Land owning authorities etc., well in 20.1. The Employer shall handover There is No provision for delay in handing over the advance before commencement of work through complete or part possession of the site to possession. their premises for execution of the work by the Contractor 7 days in advance of We request the Authority that the Contractor shall be displaying appropriate boards. The work may be 251 Welspun construction programme. At the start of the eligible for extension of time and cost if the delay is required to be executed in phases as per respective work, the Employer shall handover the caused by the Authority in handing over the possession. authority permission. possession of at-least 75% of the site free of The permanent rehabilitation and resettlement of all encumbrances, the remaining 25 % of the project affected structures will be the the possession as per contractor’s responsibility of MCGM. The successful bidder shall construction programme. do temporary shifting of the affected structures and Scope of work - Sr. No. xiii - page 74Co- For permissions like CRZ & PCB, contractor's scope should do reinstatement of affected structures temporarily ordination with all agencies obtaining be restricted to co-ordination alone, the responsibility of whenever and where ever required at his own cost. permissions and approval of all concerned obtaining the same should rest with the MCGM and the The contractors should therefore take this factor into agencies including Electrical Inspector, necessary fees and charges should also be borne by the account while quoting. 252 Welspun Safety Office, Tree authority, CRZ MCGM. Regulatory Authority, Pollution Control Boards, Service Providers all expenses and fees connected with permissions and approvals shall be borne by the bidder SCC part A - clause 13 / Page 207 We request MCGM to obtain permissions from Railways / Shall be read as: SCC part B - 16.4 a / page 314 PWD/MMRDA etc. Contractors role should be limited to For obtaining NOCs/ permissions from various 253 Welspun The Contractor shall be responsible for co-ordination and preparation of drawings for approval authorities, the proposals shall be submitted in the obtaining permissions from traffic police, of authorities. name of MCGM, which shall be pursued by the PWD, M.M.R.D.A., forest dept., Railway Successful bidder. However, MCGM will extend

66

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification authorities or any other concerned necessary assistance. The required fees/charges authority outside M.C.G.M., with due shall be paid by the contractor initially which will be regard to the method of work and detailed reimbursed by MCGM with subsequent RA bill. designs involved. The contractor shall be a) If required, the contractor shall appoint liaison responsible for submission of the detailed officer for pursuing matters with the MMRDA, designs and clarification on time to the MCZMA, MRDPA, concerned Dy. Collector concerned authorities. (Encroachment), concerned Municipal authorities, City Survey office, Reliance Energy, Tata power, Traffic Police or any other concerned offices for expediting encroachment / hurdles removal work from the alignment of Nalla system. b) Tenderer(s) shall have to obtain all the relevant permissions/ NOC from MCZMA, or any environmental and forest authority if the construction site falls under coastal Regulation zone or affected due to CRZ, the tenderer(s) has to get it done by approaching / liaison officer for pursuing the same .Only recommendation letters will be issued by the Corporation. The construction work affected due to CRZ will be allowed to be continued subject to clearance of environmental point of view. 33 - SCC Part A - pg 211 For permanent works part of project any such permission Shall be read as: 58 - SCC Part B - pg 321 may be obtained by MCGM. Contractors scope maybe For obtaining NOCs/ permissions from various The contractors will have to obtain restricted to any temporary permission for Allied works authorities, the proposals shall be submitted in the permission from the land owner/Land during execution. name of MCGM, which shall be pursued by the owning authorities etc., well in advance Successful bidder. However, MCGM will extend before commencement of work through necessary assistance. The required fees/charges their premises for execution of the work by shall be paid by the contractor initially which will be displaying appropriate boards reimbursed by MCGM with subsequent RA bill. a) If required, the contractor shall appoint liaison 254 Welspun officer for pursuing matters with the MMRDA, MCZMA, MRDPA, concerned Dy. Collector (Encroachment), concerned Municipal authorities, City Survey office, Reliance Energy, Tata power, Traffic Police or any other concerned offices for expediting encroachment / hurdles removal work from the alignment of Nalla system. b) Tenderer(s) shall have to obtain all the relevant permissions/ NOC from MCZMA, or any

67

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification environmental and forest authority if the construction site falls under coastal Regulation zone or affected due to CRZ, the tenderer(s) has to get it done by approaching / liaison officer for pursuing the same .Only recommendation letters will be issued by the Corporation. The construction work affected due to CRZ will be allowed to be continued subject to clearance of environmental point of view. 110/SCC-Part B/ Pg 334 Delay on account of mangroves and pending cases in As on today there is no mangroves at site, however If the alignment of nalla retaining wall is court should be suitably compensated by time extension the successful bidder has to ensure the same. affected by mangroves. The orders in cases and also revised rate if delay crosses a certain period. For obtaining NOCs/ permissions from various pending in various courts in regard shall be authorities, the proposals shall be submitted in the 255 Welspun binding on the contractors. The tenderer(s) name of MCGM, which shall be pursued by the cannot claim any damages / compensation Successful bidder. However, MCGM will extend etc. for delay or cancellation of the work or necessary assistance. The required fees/charges part thereof. This fact shall be kept in mind shall be paid by the contractor initially which will be while quoting for tender. reimbursed by MCGM with subsequent RA bill. Splitting of contract Since prices quoted for a particular project are arrived at Tender conditions prevail. Clause 112 / Page no.235 after considering various factors viz.,quantum of work, 256 Welspun MCGM reserves right to split the tender in establishment etc. it will not be applicable if is split two or more contractors therefore this clause maybe deleted. Liquidated Damages Please specify the rate and Maximum Liquidated Tender conditions prevail. clause 40 / Page 159 Damages payable by the contractor and its applicability. 257 Welspun Employers have all rights to decide the Out of the two clauses in the tender please clarify which liquidated damages. is applicable to this contract. Liquidated Damages We also request to cap Liquidated Damages at maximum Tender condition prevails 87 / Page No.217 5% of contract value. This penalty is over and above Penalty There should be no penalty over and above Liquidated mentioned under G.C.C. damages. In the event of any delay on part of the Tenderer(s) to adhere to the contract, M.C.G.M. shall be entitled, at its option to 258 Welspun recover from the Tenderer(s) as agreed, liquidated damages which shall not by way of a penalty but shall be a genuine pre- estimate of the losses that M.C.G.M. shall incur, a sum of 0.5% of the price of the total Contract Cost for each work or part thereof, by which the work has been delayed,

68

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification subject however to a limit of 10% of the Total contract Cost, without prejudice to M.C.G.M.'s other rights mentioned in the Contract. Clause 84 / GCC / Page 195.Compensation There are many clauses in the tender document Tender conditions prevail. for delayCompletion period for projects pertaining to compensation payable for delay, penalty (originally stipulated or as extended) etc. We request you to delete the various clauses and exceeding 2 years: to the extent of keep just 1 clause with maximum payable at 5% of maximum ¼ percent per week.Provided construction contract value. always that the total amount of compensation for delay to be paid this 259 Welspun condition shall not exceed the undernoted percentage of the Contract Value of the item or group of items of work for which a separate period of completion is given. Completion period (as originally stipulated or as extended) exceeding 2 years: 5 percent. Clause 85 / GCC / Page 197 Action And Compensation Payable In Case 260 Welspun Of Bad Work And Not Done As Per Specifications

Clause 6.1 / Page 140 There should not be any restriction due to specialist Tender conditions prevail. 6. Subcontracting nature of work requiring involvement of Agencies for STP 6.1 Unless specifically mentioned in the as well HDD & Microtunnelling. 261 Welspun contract subletting will not be allowed. Subletting, where otherwise provided by the contract shall not be more than 25% of the contract price. Interest for delayed payment. - Page 176 We request the Authority to pay interest at the rate of Tender conditions prevail. 72. Payments, Tax and Claims: No interest SBI MCLR + 4%. for delayed payments due to disputes, etc.: 262 Welspun It is agreed that the Municipal Corporation of Greater Mumbai or its Engineer or Officer shall not be liable to pay any interest or damage

69

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Clause 2.3 / Page 139 Interpretation2.3 There are two clauses for the Order of precedence. Read the said clause as New PART of A) SCC No. The documents forming the Contract shall Please clarify which one is applicable. We request for 114Order of precedence of the documents for be interpreted in the following documents: clause on Page 139 to be applicable with the modification complete contract shall be as follows.(1) Contract (1) Agreement, (2) Letter of Acceptance, (3) that the Bill of quantities should be at Sr.no.8 and Agreement (if completed)(2) The Letter of Notice to Proceed with the work (4) specifications at sr.no. 10 since BOQ description is more Acceptance, (3) Notice to Proceed with the Work , (4) 263 Welspun Contractor's Bid, (5) Contract Data, (6) specific to the requirement whereas specifications are Contractor's Bid, (5) Contract Data, Addendum to Special Conditions of Contract Part (7) generic in nature and are referred for quality of Bid; if any(6) Special Conditions of Contract Part A, General Conditions of Contract Part I, (8) workmanship & methodology of execution. Part B(7) General Conditions of Contract, (8) Specifications, (9) Drawings,(10) Bill of Specifications, (9) Drawings and (10) Any other Quantities, and (11) Any other document document listed in the Contract Data.NOTE: The BOQ listed in the Contract Data. provided in the tender document is only forreference Clause 54 / GCC / page 166 and tender evaluation purposes. It shall have no Unless otherwise provided in the contract, legalsignificance in the contract administration. the priority of the documents forming the contract shall be, as follows: 1) Contract Agreement (if completed) 2) The letter of Acceptance 3) The Bid: 4) Addendum to Bid; if any 264 Welspun 5) Tender Document 6) The Bill of Quantities: 7) The Specification: 8) Detailed Engineering Drawings 9) Standard General Conditions of Contracts (GCC) 10) All correspondence documents between bidder/contractor and MCGM Standard GCC of MCGM We have downloaded the Standard General Conditions of Tender conditions prevail. Clause 54 / GCC /Sr.no.9- page 166 Contract for Construction Works 2016. 265 Welspun Standard General Conditions of Contracts Please confirm whether this is the one that is applicable (GCC) to this contract. Contract Data There is mention of Contract data at many places in the General Conditions of Contract page 137, details of The Contract Data defines the documents tender documents including Order of precedence (clause Contract data is elaborated. 266 Wels pun and other information which comprise the 2.3) but we did not find this in the tender document. Contract. Please provide the same. Clause 14 / page 143 Contract data is not provided in the tender document Sufficient Details are already given in the tender, 267 Welspun Queries about the Contract Data however bidders are free to do the due diligence for 14.1 The Engineer will clarify queries on the the bidding purpose.

70

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Contract Data. Additional work We presume the Authority will grant extension of time as Tender conditions prevail. Clause 21 / SCC / Page 315 well as additional cost for such additional work of laying The Contractors may be called upon to small portion of sewer. execute additional work of laying small 268 Welspun portion of sewers in the vicinity of the present work under the proposed Contract. This fact should be taken into consideration while quoting the percentages or rates for the tender of the work. Scope Extra work - 12 / SCC / Part A STP / This clause is too wide and onerous and open to Tender conditions prevail. Page 206 interpretation. Hence it should be deleted. Any work not mentioned in the scope of 269 Welspun work but required to carry out successful commissioning of work shall be carried out by the contractor at his own cost. Clause 44 - Final Account / Page 161 We request MCGM to delete this clause or give us a Tender conditions prevail. If the contractor fails to submit the final bill reasonable time of at least 3 months to prepare a final 270 Welspun within 1 month, the MCGM staff will account bill. prepare the final bill based on the joint measurement within next 3 months. Retention from Final BillA percentage of the retention money, over and above the actual retention money as indicated below shall be held back from payments till the 271 Welspun finalization of final bill to be submitted as per above and will be paid within 30 days of acceptance of the final bill.Amount of Contract Cost More than Rs.100 Crs..- Rs.7 Crore or final bill amount whichever is more Clause 87 / Page 199 In case, where the Authority suspends the wok for more Tender conditions prevail. 87. No Claim To Any Payment Or than 7 days or instructs that the whole or part of the Compensation Or Alteration In Or work should not be carried out at all, we request the 272 Welspun Restriction Of Work Authority to pay for all the additional cost including idling charges towards labour as well as machinery and also pay other damages including loss of profit.

71

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Clause 93 on Page no. 219 We request the Authority to serve risk and cost notice Termination of the contract prior to termination of the contract and any termination It is observed that Contractors carrying out of the contract should be arbitrable and can’t be made the work fail to comply with the non-arbitrable. instructions given by the A.M.C./M.C. There can’t be deemed termination of the contract. 273 Welspun during execution of work twice, the work shall be deemed to have been terminated and will be carried out at the risk and cost of the Contractors and penal action will be taken against them. This decision shall not be arbitrable at all. 24. Extension of Time In Contracts - a) We request the Authority to grant appropriate cost in Tender conditions prevail. Extension attributable to MCGM addition to extension of time. i. Extension Due to Modification: If any modifications have been ordered which in the opinion of the Engineer have materially increased the magnitude of the work, then such extension of the contracted date of completion may be granted as shall appear 274 Welspun to the Engineer to be reasonable in the circumstances, provided moreover that the Contractor shall be responsible for requesting such extension of the date as may be considered necessary as soon as the cause thereof shall arise and in any case should not be less than 30 days before the expiry of the date fixed for completion of the works. ii. Extension For Delay Due to MCGM: In the event of any failure or delay by the MCGM to hand over the Contractor possession of the lands necessary for the execution of the works or to give the necessary notice to 275 Welspun commence the works or to provide the necessary drawings or instructions or any other delay caused by the MCGM due to any other cause whatsoever, then such failure or delay shall in no way affect or vitiate the contract or alter the character

72

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification thereof or entitle the contractor to damages or compensation therefore, but in any such case, the MCGM may grant such extension(s) of the completion date as may be considered reasonable. Part B SCC Clause 96 on Page 32996) As per There are many clauses pertaining to Arbitration at Tender conditions prevail. Circular No. D.M.C./CPD/3217 dated. various places in the tender document. Please clarify 276 Welspun 02.03.19 “INTERNAL GRIEVANCE which clause will be applicable to this contract. REDRESSAL MECHANISM” :

Part B SCC Clause 1.5 on Page 335 In super session of clause 96 of G.C.C., the following conditions shall apply:- If any dispute, difference or claim is raised by either party relating to any matter arising out of the contract, the aggrieved party within a period of seven days can appeal to the concerned Add. Municipal 277 Welspun Commissioner who shall constitute a committee comprising of three officers i.e. the concerned Dy. Municipal Commissioner or Director (E.S.& P.), Chief Engineer other than the Engineer of the Contract and the concerned Chief Accountant. The Committee shall give its decision in writing within 60 days of its formation, after giving at least one hearing to the contractors. Appeal against the order of the Committee may be referred to the Municipal Commissioner within seven days. Thereafter, the Municipal Commissioner shall constitute a Committee comprising of 278 Welspun three Addl. Municipal Commissioners including the Addl. Municipal Commissioners in charge of Finance Department and an expert from outside M.C.G.M. The Committee shall give at least one hearing to the contractors. The

73

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification decision shall be given within 60 days. The decision given by this Committee shall be final and binding upon the parties.

Clause 73 & 74 GCC/Page 177 & 178 279 Welspun Settlement of Disputes: Arbitration and Jurisdiction clause 73 / Page 177 We request the Authority to provide a period of 30 days Tender conditions prevail. Settlement of Disputes ii. If any dispute or differences of any kind whatsoever other than those in respect of which, the decision of any person is, by the Contract, expressed to be final and binding) 280 Welspun shall arise… aggrieved party may refer such dispute within a period of 7 days to the concerned Addl. Municipal Commissioner who shall constitute a committee comprising of three officers… Appeal on the Order of the Committee may be referred to the Municipal Commissioner within 7 days clause 74 / Page 178/ Arbitration and The Tribunal shall give reason for the award irrespective Tender conditions prevail. Jurisdiction of the amount. All awards shall be in writing and for claims 281 Welspun equivalent to 5,00,000 or more such awards shall state reasons for amounts awarded. The expenditure of arbitration shall be paid as may be determined by arbitrator.

Clause 70 We request you to modify this as follows "on or after the Tender conditions prevail. subsequent legislation day of submission". If on the day of submission of bids for the We also request for base date to be considered as 28 contract, there occur changes to any days prior to bid submission. National or State stature, Ordinance, 282 Welspun decree or other law or any regulation or Bylaws or any local or other duly constituted authority or the introduction of any such National or State Statute, Ordinance, decree or by which causes additional or reduced cost to the

74

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Contractor, such additional or reduced cost shall, after due consultation with the Contractor, be determined by the concerned Engineering Department of MCGM and shall be added to or deducted from the Contract Price with prior approval of competent authority and the concerned Engineering Department shall notify the Contractor accordingly with a copy to the Employer. MCGM reserve the right to take decision in respect of addition/reduction of cost in contract. Scope of work - page 73Design, supply, We understand that this is a typographical error and the This clause should be read as, 'Design, supply, installation, testing and commissioning period of O&M is 15 years and not 10 as indicated in this installation, testing and commissioning followed by followed by operation and maintenance for clause. Please correct the same. operation and maintenance for a period of 15 years.' 283 Welspun a period of 10 years including replacement and renewal of necessary items of SCADA Automation of the entire STP, Sewage collection, pumping and ---- STP BOQs / Page 88 - 93 Please expand the abbreviation of CSMC. CSMC means "Comprehensive Service Maintenance STP BOQs, item no. 3b) CSMC for 4th to Contract" 284 Welspun 15th year (Including asset replacement cost) Quantity of Electrical consumption - For We understand that this will not be considered for Contact is DBO, Total Net Electrical load taking into evaluation purpose only. Financial bid evaluation. If so, the life cycle cost of STP in account the energy generated by solar power shall Page 94 BOQ on page 94 does not reflect the same. Please clarify be submitted in Packet C which shall be considered Guaranteed maximum Electric consumption for Financial Evaluation and Life cycle cost. The required for Operation and Maintenance of revised price bid will be available online on the entire Sewage Treatment Plant carried out MCGM portal as per Annexure A6. 285 Welspun in the plant and measured through SCADA. This Item shall directly be paid by MCGM to electric supply agency. This item shall be used only for Financial Evaluation Purpose where the electrical charges shall be calculated at Rs 7.00 per KWH Bill of Quantities We presume that this is applicable for successful The items mentioned in the sub work are supposed 286 Welspun Page 95 bidder/contractor and not during tendering/bidding to be bid for guidance purpose to the bidder. The

75

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification The BOQ design and drawings are provided stage. Please clarify. bidder has to do his own due diligence and in the tender are for reference purpose assessment for quoting the cost of the sub works/ only. The bidders are required to carry out items considering the site conditions and the overall their own due diligence as per the condition functionality of the said work based on its own of contract and the quote. MCGM reserves design adhering to specifications the minimum all rights to ask for the deviation statement specification mentioned in the tender. and the breakup of the cost in the tender The Itemized BOQs for Network Utilities & various while quoting. The detailed design and components mentioned in the tender are just for drawing of all components shall be worked reference purpose only. out by the bidder and get approved from MCGM. Details of K, L, M & N are for reference only. Dewatering near creek area. During bidding it is not possible for the bidder to assess Please refer BRIMSTOWAD Report, which is available Clause 25 / Page 315 quantum of dewatering. at MCCGM office for the Hydrological data. As these 25) e- Tenderers should note that if the site Hence it is requested to make a separate BOQ item for rivers are not Perennial and the monsoon effect will of work is near the filled up creek close to dewatering and pay at actuals on bhp-hrs or kwh basis not be there in the Construction of STP platform, the sea, it is likely that abnormal quantity of considering that, Coffer dam locations and quantities water will be required to be pumped out shall be finalized. 287 Welspun from the trenches during the course of Contractor has to do due diligence with their best execution. No extra payments for excessive practices at the time of work execution. pumping shall be separately made on this account. The e-tenderers should therefore quote their rates accordingly, at the time of filling the tenders. Quantity variation Bidder's quoted rates are based on the quantities given in Tender conditions prevail. clause 125 on Page 335 BOQ. Hence any reduction in quantity of a particular item Quantities of all items provided in the beyond +/- 10% should be compensated by revised rates. B.O.Q. may not be required to be executed depending upon site conditions. M.C.G.M. 288 Welspun reserves right to make any changes in scope of work / reduction of part or whole work. The tenderer shall not be entitled to claim any damages/compensation etc. for less quantity executed or cancellation of whole work or part thereof. Scope reductionsr.no.30/SCC-part A/ page Scope reduction should be limited to 10% and no more Tender conditions prevail. 209MCGM reserves the rights to reduce the than that and it should be compensated by Revised rates 289 Welspun scope of the work during the execution of since Contractors pricing calculations are done based on the work for any reason. For the reduction quantum of work

76

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification in the scope of the work no claims whatsoever of nature by the contractor will be entertained. Submission of Asset replacement break-up Since Packet C submission is online. Please clarify this Tender conditions prevail. SCC Part A sr.no. 120 / Page 238 ambiguity. Annexure K on Page 452 Bidders are requested to submit the cost breakup of asset replacement value & replacement schedule (for STP works) in 290 Welspun separate sheet attached as Annexure K. It shall be sealed and submitted to office of EE Mech. (Sew.) Malad Zone at DN Nagar, Andheri West which will be opened along with Packet ‘C’ in presence of interested bidders/vendors and Accounts Officer. MCGM Dumping grounds There are no details given in the tender document. Complete responsibility of finalization of location of Clause 158 on page no.341 Requested to provide details of the same as allocated for sludge disposal point safely lies with successful Dumping Grounds– Mention of the the project, including its lead, location, size, availability bidder. He shall coordinate with concerned Municipal dumping sites in tender etc. departments/ authorities for the safe disposal of document does not cast any responsibility sludge. upon M.C.G.M. to make the same available Refer Annexure A8. to successful bidder. It all depends on 291 Welspun availability of the dumping grounds. M.C.G.M. does not claim to make the Municipal dumping sites available to the successful contractor. a) The dumping sites may change at the discretion of Engineer at short notice, without any financial liability on M.C.G.M. Sr.no.147/Page 338 Complete responsibility of finalization of location of It is proposed to allow the tenderer(s) sludge disposal point safely lies with successful maximum upto 2 (two) private plots for bidder. He shall coordinate with concerned 292 Welspun dumping / unloading the desilted departments/ authorities for the safe disposal of material/silt as per the work proposed. sludge. Refer Annexure A8.

77

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Clause 53 / Page no. 320 - Scope of general Hydrological data Please refer BRIMSTOWAD Report, which is available works To design the cofferdams requested to provide at MCCGM office for the Hydrological data. As these Cofferdams hydrological data at various work locations affected by rivers are not Perennial and the monsoon effect will The scope of work includes " making tidal effect. not be there in the Construction of STP platform, 293 Welspun arrangements for cofferdam wherever considering that, Coffer dam locations and quantities required since the site is affected by tidal shall be finalized. effect for which no separate payment will Contractor has to do due diligence with their best be made" practices at the time of work execution. O&M Scope We understand from this clause that during O&M period O&M Scope page 79 our scope will be restricted to STP and 10 interceptors. page 79 Operation & Maintenance work for all 10 The O&M of the other components viz., Sewerage Shall be read as: interceptors is included and scope of O&M collection system, Nallah Interceptor works (except 10 Operation & Maintenance work for all 13 of STPs Interceptors), Road side drains and Service road are not interceptors and 7 no's of Gate Pump is included and 294 Welspun part of our scope in the O&M period. scope of O&M of STPs, it shall be for 15 years Please confirm including DLP. Daily routine maintained of Screen shall be conducted. In case of any blockage, immediate clearance using required Mechanical equipment is mandatory. O&M Scope We request MCGM to provide area for dumping Complete responsibility of finalization of location of page 78 Grit/Sludge for 15-year O&M period with its location. It is sludge disposal point safely lies with successful Operation and Maintenance assumed that further processing of the dumped sludge is bidder. He shall coordinate with concerned 295 Welspun Transportation and disposal of Grit/sludge in MCGMs scope. departments/ authorities for the safe disposal of as instructed by Engineer In charge after sludge. appropriate sludge treatment required as Refer Annexure A8. per standards, at his own cost Clause 111 on Page 223 We understand from this table that the payment for Item Tender conditions prevail. Milestone payment schedule rate/BOQ based scope (K - Sewer network, L - Interceptor, M - Road Side Drain & N - Service Road) is also merged with the STP lumpsum scope and distributed in 10 STPs. Since this is an independent scope based on 296 Welspun actual BOQ quantities and having specialized items like HDD and Micro tunneling, it will hamper the project cash flow, We therefore request you not to interlink it with STP scope milestones and instead pay Monthly interim bills based on actual progress of work and quantity executed.

78

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Clause no.4 / Page 35 - Milestone As per the milestone schedule, time limit for design & Tender conditions prevail. A. Submission of detailed Survey and soil engineering and vetting the design from 3rd party is investigation report mentioned as 3 months. B. Process Design, NOCs and approval of 297 Welspun STPs and all engineering components. To complete activities at B&C in this time seems C. Getting design third party vetting from unrealistic. Hence we request you to modify this IIT/ NEERI (Fees of IIT/ NEERI shall be borne duration to 4 months instead of 3 by the MCGM for design) - 1st 3 months Part C - Nalla Interceptor scope / Page 83 Please clarify the number of Interceptors 10 or 13 as No. of interceptors is 13. Refer Annexure A2 - Part I Payment Schedule - Page 223 there is a ambiguity in the clauses & II. Scope on Page 83 mentions "Construction The width of screen and gate is kept at maximum of interceptors at 10 locations" unto 2 meter for better operating hence multiple Payment Schedule is given for 13 screens and gates for nala with dimension more than Interceptors 2 m in width . The bidders are supposed to carry out their own survey and design the sewage interception and diversion works . If it is found that there is any deviation in the site conditions, it needs to be 298 Welspun brought to notice of MCGM through list of deviation in the tender in case of before submission of tenders and if it is observed that some drain is opened in the river in due course of time during construction and during operations which would or likely to cause pollution then it may be reported to MCGM Engineer in charge and the engineer in charge may instruct the to carry out its interception and diversion works at the approved rates under quantity variation clauses. Page 76 We understand that termination point of Tanker Filling Adequate reference drawings are uploaded. Contract Tanker filling points shall be provided to line will be identified within the STP platform area. Please is DBO, Sufficient details are given in the Tender deliver the treated water from STP upto the confirm. document. Tanker filling point shall be located to nearest MCGM office or upto distance as the nearest MCGM premises as mentioned in the instructed by Engineer in charge. tender document as per instructions of Engineer in 299 Welspun Charge. Provided Annexure A9 for probable locations of tanker filling points/MCGM premises, which is just for reference purpose, however bidders are encouraged to do their due diligence and quote accordingly.

79

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification 2.4.9/Page 35 Please provide detailed specifications for HDD & Micro Refer corrigendum 13. 300 Welspun Trenchless Excavation tunneling works. Adequate data for project is uploaded. STP Platform - Details of crash barrier The drawings of STP platform indicates Anti crash barrier The Contract is DBO, everything required to at roof level. However there is no mention of the same in complete this job is deemed to be included in quoted 301 Welspun the tender requirement & specifications. cost. Bidders are encouraged to do their due Is it mandatory to provide the same for the entire diligence along with Technology provider. perimeter of the platform? Approach to STP platform The tender drawing does not indicate any arrangement for direct approach to STP platform from the proposed service road neither is it mentioned in the scope of work. Approach to STP has been given in the STP location 302 Welspun Please provide details and specifications of the plan. permanent approach required to access the STP Platform. It is requested to add the same to the Item Rate scope. Clause - 1.2, page 12, Please review and confirm that as to whether Contract is DBO, Indoor Type Substation shall be Clause - 1.2(A), page 13 Transformers are to be located "Outdoor" or "Indoor". considered. Bidder is encouraged to do their due Clause 1.2 states that "The entire Type of oil needs to be selected accordingly. diligence. substation shall be indoor type including 303 Welspun transformers."

Clause 1.2 (A) states that "Outdoor type Oil immersed distribution transformers IS: 1180-2014" Clause - (h), page 50"Capacitors shall be of For Low Voltage application use of SF6 type and APP type Tender conditions prevail. Mixed Dielectric of polypropylene and capacitors shall be permitted as the Watt-loss for MD 304 Welspun paper with internal element fuses. The type capacitors is very high, Please amend the clause impregnate shall be non PCB (poly accordingly. chlorinated biphenyl) oil." Clause - 2.13.1, page 167 & Clause - 2.16.2, There is wide variation between the parameters to be Tender conditions prevail. Page 180 monitored as listed against clauses 2.13.1 and 2.16.2. Clause 2.13.1 states that: "Parameters will Please review and furnish the final list of parameters to be monitored at different location as be monitored. mentioned below: 305 Welspun STP inlet and Outlet: pH, TSS, BOD, COD, Ammonical Nitrogen, Phosphate and Flow"

Clause 2.16.2 - Scope of works states the details of monitoring as follows: For Inlet / Plant of STP: pH Analyzer, COD,

80

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification BOD, TSS, TOC Analyzer, Total coliform Analyzer, Nitrate and Ammonical Nitrogen Analyzer.

For out let of STP : pH Analyzer, COD, BOD, TSS,TOC Analyzer, Total coliform Analyzer, Nitrate and Ammonical Nitrogen Analyzer ; Toxicity monitoring system For the following Parameters OIL & WATER ANALYZER , FLOURIDE ANALYZER , CHLORIDE ANALYZER ,ZINC ANALYZER , IRON ANALYZER , HEXAVELENT CHROMIUM ANALYZER , MERCURY ANALYZER , LEAD ANALYZER ,CADMIUM ANALYZER , NICKEL ANALYZER Clause - 3.13, page 219 Kindly review and confirm which type of Grit Removal Shall be read as : Clause - 3.25.8, page 283 Unit is to be adopted. As per Clause 3.13 : Longitudinal grit trap shall be Page - 289, Vortex Grit Separators equipped with the provision of removal of FOG by Clause - 3.26, page 303 means of aeration by rotary vane Clause 3.13 states that "Longitudinal grit compressors/blowers. trap shall be equipped with the provision of As per Clause 3.25.8 : Gravity type grit basins shall be removal of FOG by means of aeration by provided without mechanical grit collector . The rotary vane compressors/blowers." sediment grit shall be discharged to grit pit by Clause 3.25.8 states that "Gravity type grit manual operation through pipes and valves. The grit basins shall be provided without slurry shall be taken to the nearest manhole of 306 Welspun mechanical grit collector . The sediment grit gravity sewer. shall be discharged to grit pit by manual As per Design/Sizing Criteria and Other operation through pipes and valves. The grit Requirements: slurry shall be taken to the nearest manhole The required Pre-fabricated / cast insitu Vortex Grit of gravity sewer." Separators, as per the design and methodology of Design/Sizing Criteria and Other technology provider. Requirements :The required vortex type of 3.26 Grit Removing Equipment (Vortex Type for STP Grit Separator Plant) Clause 3.26 states that "Grit Removing Equipment (Vortex Type for STP Plant)"

81

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Page 173 The measuring ranges specified are on higher side. It is Tender condition prevails. Transmitter suggested to follow normally prescribed range by Measurements: CPHEEO/Govt. for STP and from cost economy. Ammonium: 0.01 to 14,000 ppm as NH4+- NH4-N: 0.1 ... 2,000 mg/l 307 Welspun N K+: 0.1 ... 1,000 mg/l / Potassium: 0.01 to 40,000 ppm Operating temperature: 32 °F … 104 °F (0 °C … +40 °C), Temperature: 0° C to 100° C (32° F to 212° F) Clause - 3.25.11, page 284 Reference to "Sludge drying units" needs to be deleted as Bidder shall proceed with the clause no 3.33 The sludge from aeration tanks shall be same is not applicable. Dewatering Screw Press , page 329 onwards, in the 308 Welspun pumped to De-watering unit , and the tender document. sludge drying units Clause - 3.25.16, page 285 Reference to "Existing dewatering building" needs to be This is green field project, no existing dewatering Centrifuge Building : The sludge from new deleted as same is not applicable. building is available at site. 309 Welspun MBR plant shall be dewatered in the existing dewatering building housing the dewatering system." Page 286, Table Titled "Design/Sizing Kindly furnish the Peak Factor as specifically applicable The provided peak factors are minimum to be Criteria and Other Requirements" for each STP location instead of an open range so that followed, Also Please refer the Annexure-A5 310 Welspun Influent Wastewater Flow: system can be adequately sized. Also furnish the peaking attached separately for reference purpose only. Peak Hour Hydraulic Peaking Factor (PF) - 2 hours. However bidder shall do their own due diligence by to 2.25 taking observation at site in this regard. Page 292, Process Aeration Please revise Alpha Factor from specified value of 0.5 to Tender condition prevails. 311 Welspun Max Alpha Factor, α : 0.5 & Max Fouling 0.65 and Max Fouling Factor from 0.8 to 0.9 in line with factor, F : 0.8 typical design values followed.

Page 292, Process Air Blowers The required blower capacity will be below 7000 m3/hr. Tender condition prevails. Blower type : High speed turbo blower Hence please allow bidder to select Tri / Twin lobe type 312 Welspun blower instead of high speed turbo blower from cost considerations. Page 283, Clause 3.25.7Page 289, Table Please review and confirm as to whether Standby screen The 100 % stand by system shall be provided with titled "Design/Sizing Criteria and Other is to be provided "Mechanical Type" or "Manual Type". mechanical type , no manual screen can proposed in Requirements"Clause 3.25.7 states "One this system. number of Mechanical fine screen shall be 313 Welspun provided as working unit and one number of manual fine screen shall be provided as standby"Page 289 states "Medium Screen Channels One Mechanical Working & One Mechanical Standby Screens are required"

82

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Page 286, Clause 3.25.19 Gravity Sludge Since Sludge consistency required is 15% which can be The bidder should consider the Directly dewatering Thickener achieved with Centrifuge alone. screw Process to achieve the Performance criterion : Clause 3.25.19 states "Gravity Sludge Please allow bidder to consider centrifuge as standalone Inlet consistency – 3-5% Outlet consistency – 23- 314 Welspun Thickener : Gravity sludge thickener shall be dewatering unit. 26% provided for thickening of Waste Activated Sludge (WAS) generated from MBR basins." Page 291, Table Titled "Anoxic Zone Sizing" Please allow bidder to select quantity of Anoxic zone as The bidder has to decide the system in consultation 315 Welspun Min no of anoxic zones per basin : 2 nos per their process design. Kindly amend the clause with technology providers. accordingly. Page 285, Clause 3.25.16 Referred clauses are specifying different Equipment for Bidder shall proceed with the clause no 3.33 Page 297, Table Titled "Centrifuge Feed Sludge Dewatering application i.e. "Centrifuge", "Screw Dewatering Screw Press , page 329 onwards, in the (Dewatering Influent, DWI) Pumps" Press" . tender document. Page 297, Table Titled "Dewatering Screw Please review and amend the clause as applicable. 316 Welspun press" Clause 3.25.16 states "Centrifuge Building" Page 297 states "Centrifuge operation schedule: 8 hours" Page 297 states "Dewatering Screw press" Page 12, Clause 1.2 We understand that Single source 22 or 11 KV, 3 phase Bidder shall do the due diligence with Supply Utility. "The power distribution system was electrical power supply will be provided by the employer MCGM will provide necessary assistance in this considered on 22 or 11 KV, (or As per STP up to the metering panel in the premises of the plant. matter. Whereas the supply connection of 22 KV / 11 317 Welspun existing power supply HT Voltage, bidder Please Confirm. KV shall be confirmed by Supply utility. Entire activity may consider the same. For transformer HV shall be done by bidder. side, LV side is 433 V; The MCGM electrical department need to be consulted." Additional Information Request provide "Single line diagram" and "Control Adequate reference drawings are uploaded 318 Welspun SLD and System Architecture system of the architecture" of proposed plant for better It is a DBO contract, Bidders shall submit their SLD as understanding of the scheme. per their design. Volume 1 : Page 74 There is discrepancy in the Type of Disinfection system to The specifications mentioned in the tender are the Volume 3 : Page 296 be provided in both clauses. minimum specifications however the agency may Volume 1 scope under Page 74 states Please amend the clause to allow bidder to select suitable improve/upscale on the specifications of the "Ultraviolet disinfection system and post disinfection system to achieve desired Fecal coliform equipment proposed as per the design, without any 319 Welspun disinfection system with chlorination." level in the treated sewage. extra cost. In no case MCGM shall allow downscaling of the specifications of the equipment. Volume 3 Page 296 states "Sodium Hypochlorite Dosing or Gas Chlorination System - Bidder to provide" 320 Welspun Volume 1 : Page 74, 217Volume 3 : Page The requirement & Locations of Bypass lines in the The bidders are required to carry out their own due

83

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification 273Volume 1 : Page 74, 217Volume 3 : treatment process scheme is not clear , Please furnish diligence and design including bypass arrangement Page 273Volume 1 scope under Page 74 consolidated list of Bypass points with locations. provided no Bypass of any influent shall be allowed states "Design, Construction and in to the river. However the bidders are free to Commissioning of Bypass Lines"Volume 1 design a bypass for emergency system in a nearest Clause 81) Page 217 states "The contractor Existing Sewer lines, with the approval of MCGM. has to provide Diversion/bypass arrangement for STPs at wet well with isolation valve in case of shut down of plant."Volume 3 Clause 2.23 (a) Page 273 states "The screen shall be installed in inlet bypass channel to grit chamber." Volume 1 : Page 74, 80, 81 The word "CONTRACTOR" needs to be revised to Sufficient Details are already given in the tender, Page 74 states "Contractor has to collect "BIDDER" in the statement given in page 74. however bidders are free to do the due diligence for the sample and get it tested prior to bid the bidding purpose. submission, the Test reports done by The values of the raw sewage characteristic are the most MCGM are also given along with this tender critical input design parameters for any waste water for reference." treatment plant.

Inlet Parameters, Page 80 states "The Inlet If each bidder has to collect & analyze the raw sewage parameters for proposed STP locations are sample and design the STP according to that then the given below; (It is recommended to Capital cost ,Operation cost & Power consumption of 321 Welspun consider Minimum BOD as 250 mg/lit each bidder will be different so because of it , MCGM will wherever found less than 250 mg/lit.)" be unable to do bid evaluation properly.

Inlet Parameters, DISCLAIMER, Page 81 Kindly provide the values of Raw sewage characteristics states "The wastewater quality reports are to be adopted for design of STP. indicative only and MCGM does not guarantee any parameters. The bidder shall This is very important and hence proper amendment may conduct his own tests and design his be issued accordingly. facilities accordingly by considering the average peaks and shock loads."

84

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Page 292, Table Titled "Process Air Kindly review and confirm the MOC of Aeration Grid to SS 316L shall be the MOC of aeration grid. Diffusers", be provided: "SS 316" or "SS 316 L". Page 311, Clause 3.27. Page 291, Table Titled "Aeration Basins". The Disc Fine bubble diffuser with Fixed aeration grid of Page 292 States "Process Air Diffusers: Fine MOC UPVC are most widely used & are working bubble membrane, tubular or disc, satisfactorily worldwide. retrievable & Diffuser 322 Welspun Diffuser Piping Grid, MOC : SS 316 L" The installation & Operation of retrievable aeration grid for such small capacity STP plants and for covered Clause 3.27, page 311 states "Stainless steel aeration tanks is not practical or feasible. Air distribution headers (SS 316)" So please allow bidder to consider fixed type Aeration Page 291 states "MOC – Structure (Aeration grid of MOC UPVC and amend the clause accordingly. Basin) - RCC – fully covered with solid GRP non-skid cover plates." Page 250, Clause 3.19. Kindly review and confirm the MOC of Coarse Screen to MOC of Screen shall be SS 316 L. Page no 288, Table Titled "Wet well Coarse be provided: "SS 316" or "SS 316 L". Screen Channels" Page 250 states "Screen segment consists 323 Welspun of its sides, top & bottom frame members, back support stiffeners & vertical trapezoidal flats/bars of stainless steel 316." Page 288 states "MOC - Screens - SS 316L". Page 347,348, Clause 3.44 Titled We presume that the Motorized/Pneumatic valves shall Note: Applicable for Volume-2 & Volume-3 of the "Valves"(i) All the valves on the suction and be provided at following locations.1) Raw sewage Tender Document.The specifications mentioned in delivery side of the pumping station shall be transfer Pump Discharge 2) Air Valve at inlet of Aeration the said clause are the minimum specifications of the of Motorized Knife gate type.(k) All the Tank3) Grit Transfer pumps discharge valves 4) MBR items. However, the successful bidder has to design valves on the suction and delivery side of Permeate & Air Lineand rest of all valves shall be Manual and execute the items as per its own design which 324 Welspun the Primary Sludge, RAS, Thickened Sludge, ,The selection of Motorized operated valve & Type of shall be approved by the Engineer in charge. The Centrifuge feed, Digester sludge and all valve is depend on the process requirement ,critical agency has the liberty to upgrade the specification of sewage & sludge handling pumping system control application & Fluid to be handle etc.Please the corresponding items if there is a requirement of and for all sludge application in the plant confirm. the design with approval of engineer in charge. shall be of Motorized Knife gate type.

85

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Page no 240, Clause 3.18 Titled "Sluice The selection of Motorized operated gates & Type of Tender condition prevails. Gate & Weir Gates." gates is depend on the process requirement ,critical (i) All the sluice/Weir gates in Hydropower control application etc. Screw turbine area, STP Headwork’s (Scree n channel & grit mechanism area), Primary We presume that the Motorized isolation gates shall be and Secondary Clarifier distribution & inlet provided at following locations only. 325 Welspun and outlet control area, All Bypass/Weir 1) Wet well coarse screen inlet gate , gate arrangement, Filter area and others 2) Wet well Compartment Inlet gates shall be provided with permanently fixed 3) Pump well inlet gates electric actuator under this contract. 4) Membrane tank inlet gates

Rest of all isolation gates can be Manual operation only . Please confirm. Page 280, Clause 3.24.6 Each submersible mixer is always provided with lifting Shall be read as Clause 3.24.6: Jib cranes states "Two davit unit & guide bar for lifting & installation of 3.24.6 Jib cranes number of Jib crane shall also be provided submersible mixer , hence installation of separate Jib (a) Fixed Jib Cranes shall be provided for each for handling submersible mixers in Pre- crane for lifting & lowering the mixer is not required. clarifier in the lowering/removal of equipment’s Anoxic and Anaerobic Tank area to lower Kindly amend the clause accordingly. /parts to/from the clarifier floor and transferring the the submersible mixers from platform level same outside the clarifier area. The Jib Crane to ground level." capacity shall be 1.25 times the maximum weight to 326 Welspun be handled in the clarifier or 1.5 Tones whichever is maximum. (b) The lift and reach of the cranes shall be suitable for the clarifier offered. The crane. Whereas the manufacture provide the arrangement as per tender MOC then the separate JIB crane for those equipment shall not require. In the Drawing "STRUCTURAL DETAILS FOR There is discrepancy in the given values of Inlet sewage Consider the values given in L-sections of sewer line WET WELL STP 1B KRANTI" NAGAR level, FRL level & Ground level in both drawings. as reference purpose and contractor should do their following levels are shown, Please check and confirm which value of Raw sewage due diligence for the same. Inlet sewage level in inlet chamber is : pipe line invert level, FRL level & Ground level bidder 60.40 m should consider. NGL is : 61.50 m Further WL in inlet chamber is above the topmost 327 Welspun FGL : 61.90 m elevation of sewage pipe entering in the Inlet Chamber of Wet well, thus resulting in full flow in the pipe. In Drawing "MH:23 TO MH:STP-1 (2)" This needs detailed analysis. Please review and amend following levels are given , accordingly. Raw sewage pipe line invert level : 59.73 M FRL level : 61.53 m

86

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Ground level : 61.37 m In the Drawing "STRUCTURAL DETAILS FOR There is discrepancy in the given values of Inlet sewage Consider the values given in L-sections of sewer line WET WELL STP2 APPAPADA KURAR" level, FRL level & Ground level in both drawings.Please as reference purpose and contractor should do their following levels are shown, Inlet sewage check and confirm which value of Raw sewage pipe line due diligence for the same. level in inlet chamber is : 49.63 m NGL is : invert level, FRL level & Ground level bidder should 328 Welspun 51.23 m FGL : 51.63mIn Drawing "MH:33 consider.Further WL in inlet chamber is above the TO MH:STP-2" following levels are given topmost elevation of sewage pipe entering in the Inlet ,Raw sewage pipe line invert level : 47.84 Chamber of Wet well, thus resulting in full flow in the MFRL level : 51.53 mGround level : 51.07 m pipe.This needs detailed analysis. Please review and amend accordingly. In the Drawing "STRUCTURAL DETAILS FOR There is discrepancy in the given values of Inlet sewage Consider the values given in L-sections of sewer line WET WELL STP 3 MUSLIM CEMETERY" level, FRL level & Ground level in both drawings. as reference purpose and contractor should do their following levels are shown, Please check and confirm which value of Raw sewage due diligence for the same. Inlet sewage level in inlet chamber is : 47 pipe line invert level, FRL level & Ground level bidder m should consider. NGL is : 48.6 m Further WL in inlet chamber is above the topmost 329 Welspun FGL : 49 m elevation of sewage pipe entering in the Inlet Chamber of Wet well, thus resulting in full flow in the pipe. In Drawing "MH:75 TO MH:STP-3" following This needs detailed analysis. Please review and amend levels are given , accordingly. Raw sewage pipe line invert level : 44.5 M FRL level : 48.6 m Ground level : 48.49 m In the Drawing "STRUCTURAL DETAILS FOR There is discrepancy in the given values of Inlet sewage Consider the values given in L-sections of sewer line WET WELL STP 9 LALJIPADA" following level, FRL level & Ground level in both drawings. as reference purpose and contractor should do their levels are shown, Please check and confirm which value of Raw sewage due diligence for the same. Inlet sewage level in inlet chamber is : pipe line invert level, FRL level & Ground level bidder 28.88 m should consider. NGL is : 29.98 m Further WL in inlet chamber is above the topmost 330 Welspun FGL : 30.38 m elevation of sewage pipe entering in the Inlet Chamber of Wet well, thus resulting in full flow in the pipe. In Drawing "MH:325 TO MH:STP-9" This needs detailed analysis. Please review and amend following levels are given , accordingly. Raw sewage pipe line invert level : 25.61 M FRL level : 29.98 m Ground level : 29.98 m

87

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification STP 4 & STP 5 : Raw sewage pipe line invert The Raw sewage pipe line invert level, FRL level , Ground Consider the values given in L-sections of sewer line level, FRL level & Ground level level & last manhole number near STP 4 & 5 are not given as reference purpose and contractor should do their or clearly mentioned in the these SEWER_L-SECTIONS due diligence for the same. 331 Welspun drawing . Please provide Raw sewage pipe line invert level, FRL level, Ground level & last manhole number near STP 4 & 5. G.A.DRAWING - STP Kindly furnish typical arrangement and structural details Please refer Annexure A2 - Part I & II as reference, for "Gate Pump" for STPs at "Kranti nagar 1A, Mahindra however, bidders shall do their due diligence 332 Welspun green gate, Thakur parking plot 2 nos.,Bihari tekadi, Tulaskar wadi and Irani wadi"

Structural Details of Wet Well STP 1B KRANTI NAGAR Site: Consider the values given in L-sections of sewer line WL at Screen Channel is 60.3 m and WL at Wet Well is as reference purpose and contractor should do their 56.63 m. due diligence for the same. 333 Welspun The difference between these two levels looks to be high. Kindly review the Wet Well WL with respect to Screen Channel WL and furnish the revised levels. Similar observations for all balance 3 Wet Well locations. Page 120. The life of equipment depends on manufacturer and Clause 2.6.2. States he is supposed to quote accordingly considering "The instrumentation control and asset replacement cost. monitoring system equipment and 334 Welspun materials shall have an operational life of not less than 15 years, unless otherwise approved by the Engineer." Volume 1, Annexure-L Annexure L is not attached to the Tender document. Bore log data providing only for reference purpose, Geotechnical Investigation Report Please provide the following which is Attached as an Annexure A3. The bidders 1) As STPs needs to be designed by the bidder, please are required to carry out its own due diligence. provide geological investigation report for all STP locations. 335 Welspun 2) Further scope also includes laying of underground sever lines by micro tunneling/ HDD method, hence to work out the cost , select equipment and finalize construction methodology we request you to provide geological investigation report along the alignment

88

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Clause 7 / page 71Contract type- Item It is mentioned in the scope of work, that type of contract Revised price bid will be uploaded as per Annexure- Rate/ Design Build OperateItem rate BOQ is Item rate / design build and from the Item rate BOQs A6 for K,L,M, NE-tender portal - Price Bid given in tender document we understand that tender for Uploading STP shall be a design build operate contract and for others (viz. sewer network, intercepting chambers, road side drains and service roads) it is an item rate contract.On Page 56 it is mentioned that " The tenderer has to quote his rates for STPs on MBR Based technology in the format given in the Section 8. The tenderer has to 336 Welspun quote his final costs for Sewer Network, Intercepting Chamber, Road side Drains and Service road online only. Detailed BOQs for the same are given in Section 8."However the portal for online submission does not have provision to submit Item Rates for the BOQs in the Tender document (sewer network, intercepting chambers, road side drains and service roads) and bidder has to quote single LS amount against each head.Also in the note below BOQ it is mentioned as " Details of K, L, M & N are for reference only." (ref. pg. no. 95)Please clarify. Online Price Bid submission Since the online portal does not have provision to quote The BOQ design and drawings are provided in the item rate BOQs for sewer network, intercepting tender are for reference purpose only. chambers, road side drains and service roads, we request you to provide soft copy of BOQ in excel format, so that The bidders are required to carry out their own due item rate boq can be filled & uploaded. diligence as per the condition of contract and quote accordingly.

The provided Itemized BOQs in Volume 1 Page 95 Onwards are not to be filled up by Bidder

337 Welspun MCGM reserves all rights to ask for the deviation statement and the breakup of the cost in the tender while quoting.

The Broad level design and proposal with detailed methodology shall be uploaded by bidder in Packet B.

The detailed design and drawing of all components shall be worked out by the Successful bidder and get

89

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification approved from MCGM.

page no.94 The online portal does not have provision to submit table Please refer Annexure A6 Online Price Bid submission for "expected Quantity of electrical consumption" (ref. pg. 94), which will be used for financial evaluation. 338 Welspun Hence please provide soft copy of the table in excel format and make provisions in E-portal to upload the same. page no.452 We understand that "Annexure K- Cost Breakup of Asset Tender condition prevails 339 Welspun Annexure K - Cost Breakup of Asset Replacement and Year of Replacement" shall be Replacement and Year of Replacement submitted separately in only hardcopy. Please confirm. Working Hours There are several clauses for Working Hours in the tender The working hours shall be from Sunrise to Sunset. In 340 Welspun and are contradictory. We presume that there are no the specific cases, the working hours can be Sr.no.103/pg 220 restrictions on working hours. Please confirm. extended beyond sunset, with the prior approval Since the work under reference is time from Engineer In charge. bound the work will have to be carried out 341 Welspun beyond the normal specified working hours. (09.00 am to 5.00 pm) the tenderer(s) should make specific provisions for this contingency Sr.no.130/pg 336 Since the work under reference is time bound the work will have to be carried out 342 Welspun beyond the normal specified working hours. (10.00 am to 5.00 pm) the tenderer(s) should make specific provisions for this contingency. 97-SCC -part A / page 220 work shall be carried out preferably during 343 Welspun day time i.e. from 09.00 am to 05.00 pm only. 118-SCC -part B page 335 The tenderer(s) should note that the work 344 Welspun shall be carried out preferably during day time i.e. from 10.00 am to 05.00 pm only.

90

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Products of Chinese Origin In view of recent security issues on India China border Successful bidder has to legalize the same as per and directives by Union Government of India on products applicable law of land. and services from China, please confirm whether there is 345 Welspun any restriction on Chinese technology /Equipment / Vendors/Imports of Chinese Origin for this project. Please clarify. Evaluation of Price Bid Please clarify the Bid Evaluation methodology and Modified BOQ is attached as Annexure-A6 parameters for determining L1 Bidder i.e. Kindly explain 346 Welspun what costs quoted by us in the financial bid and the manner in which they will be added to determine Quoted Price / Evaluated Bid price. Uploading on E-Tendering Portal Please clarify whether there are any restrictions on the Please refer official MCCGM E-tendering Web size and type of files for uploading and to avoid last Portal:https://portal.mcgm.gov.in/irj/portal/anonym minute glitches. Since we have faced similar issues in the ous/qletenders_new 347 Welspun past, a detailed instructions with permissible limits may please be shared with the bidders.Also mention the helpline number for resolution of such queries.

BOQ-Road side drain - Item no.16 / Page There is an ambiguity in the Item description in BOQ and Tender Condition Prevails 348 Welspun 124 Specifications as below. Please clarify which one will Specifications - 6.16.4 / Page no.154 prevail. The Item description for BOQ Item no.16 for Epoxy Painting to concrete surfaces mentions "applying one 349 Welspun coat of epoxy paint including scaffolding etc. complete as specified and directed.(2 coats epoxy + primer). Specifications for Service condition D includes concrete surfaces subject to intermittent submergence including the entire interior surfaces of wet wells and manholes. Primer - Not required. 350 Welspun Intermediate and Finish Coats - Coal tar epoxy polyamine coating equal or superior to Apcodur CF 651 or Epilux 5 adequate number of coats to give total dry film thickness Total thickness - 400 microns 4.Structural Steel Works - Page No.84 We suggest modification as under Steel conforming to IS: Tender condition prevails 351 Welspun Steel conforming to IS: 1977 shall be used 2062 shall be used only for the following: 4.Structural Steel Works - Page No.84 Please confirm that Welding shall be as per AWS D1.1 Tender condition prevails 352 Welspun Welding shall be entrusted to qualified and standard is acceptable.

91

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification experienced welders who shall be tested periodically and graded as per IS 817, IS: 7310 (Part 1) and IS : 7318 (Part 1). Clause No. 120 on Page 238, We understand that only Annexure K is to be submitted Tender condition prevails Clause No. 189 on Page 358, as Hard copy / Physical submission and all other Annexure K on Page 452 submission of Packet A, Packet B and Packet C is only It is mentioned in the referred clauses that online and No hard/physical submission is required. Bidders are requested to submit the cost Please confirm or Clarify. breakup of asset replacement value & 353 Welspun replacement schedule (for STP works) in separate sheet attached as Annexure K. It shall be sealed and submitted to office of EE Mech. (Sew.) Malad Zone at DN Nagar, Andheri West which will be opened along with Packet ‘C’ in presence of interested bidders/vendors and Accounts Officer. Section 2 - Eligibility criteria 3 The project being mainly STP work for which suitable Please refer corrigendum 13 The bidder shall have experience of technology tie-up is made mandatory, the condition of providing and laying MOU for HDD should be made applicable only to Sewer/Water/Petroleum/Gas line / successful bidder. This will ensure competitive pricing at Telecommunication cables / High Power the time of quoting tender. Successful bidder should also Cables by HDD (Horizontal Directional be permitted to execute this work on his own by 354 Welspun Drilling) in extremely hard Rock having deploying suitable equipment capable of handling rock as hardness factor not less than 5 (Mohs) and is envisaged. Since no geological data has been furnished 250 MPa for the cumulative minimum with the tender we are not clear on what basis the length of 200 RM in completed or ongoing hardness of rock has been determined. projects in MCGM /Semi Govt. /Govt. & Public Sector Organizations during last We therefore request to you to amend this condition seven (7) years. suitably. They should submit memorandum of understanding (MOU) with a firm and the firm should have laying experience as per the requirement given above either in his 355 Welspun own capacity or as an officially approved Subcontractor. The tenderer has to submit all the credentials of the firm with whom they are entering with MOU

92

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Section 2 - Eligibility criteria 3 The project being mainly STP work for which suitable Please refer corrigendum 13 The bidder shall have technical tie- up in technology tie-up is made mandatory, the condition of the form of MOU for assured access for MOU for Plasma Technology for Rock fragmentation operating the Pulse Plasma Technology should be made applicable only to successful bidder. It is 356 Welspun from firms having devised or having further brought to your kind notice that this MOU is franchisee for the said technology having being asked despite no item/specification being capability of working in the presence of stipulated in the tender documents. underground water. NOTE: - The plasma blasting for rock Moreover, we understand that this technology is excavation shall have zero shock wave with available with only 1 company globally from South Korea permissible sound level & vibration velocity and hence it will lead to a highly undesirable less than 1mm/sec. The technology shall be monopolistic situation and result in unfair competition. certified by PESO (Petroleum & Explosive 357 Welspun Safety Organization, India) as non-explosive We therefore request to you to amend this condition process. No extra payment will be made for suitably. operating Pulse Plasma Technology, however, the contractor shall quote the bid accordingly. The Pulse Plasma item shall be operated on site as per the site conditions. Page 33 We presume that the staff indicated in Table A is for the Tender condition prevails 3A - Technical personnel entire project during the construction period. Please 358 Welspun Table A indicating requirement of technical confirm personnel for the Works. Page 33,34, Clause 3 As per tender guidelines 36 no staff are to be deputed at Tender condition prevails Guidelines for Fixing staff for O&M for each each STP during O&M period. Thus the total requirement STP of staffs for 10 STPs will be 360. Foot note states: "Contractor is free to All 10 STPs are based on MBR Process, fully automated, provide additional manpower for and located within a distance of about 9.5 km and hence 359 Welspun maintenance activities of STPs and other doesn't require so much manpower for O&M. MCGM Infrastructure at his own cost." may revise the guideline for fixing staff for "All 10 STPs" instead of "Each STP". This optimization will result in better utilization of manpower and saving of total O&M cost. Please confirm. Page 79, There will be variations in the "Influent flow" as well as in Bidders shall do their due diligence, the existing Page 80-81 - Inlet Parameters, the "Influent load", during the day cycle as well as during sewage sampling data is provided in the tender 360 Welspun Page 87 to 93, SECTION 8 seasons and over years during 15-year Operation and document. Page 79 - Table titled "STP Details" Maintenance period. MCGM is requested to furnish these

93

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Page 80-81 - Inlet Parameters, values to enable the bidders to arrive at Chemical and Page 88 to 93 - SECTION 8: BILL OF Power Consumption which determines the O&M cost. QUANTITIES - This will bring all the submissions at par. "O & M cost for 15 years as mentioned in Scope of Work" Page 94: table titled "The expected Quantity of electrical consumption" Page 297, Table titled "Design/Sizing Please review and confirm as to whether Standby unit is Tender condition prevails Criteria and Other Requirements" required for Dewatering Equipment. Page 297, Table titled "Dewatering Screw 361 Welspun press" states "Min no of units - Working - 1 Min no of units - Standby - 0 " Levels regards to STP 1A indicated in As per the levels furnished in referred drawings of the Consider the values given in L-sections of sewer line following drawings: Tender, the STP Platform elevation is nearly 20 meters as reference purpose and contractor should do their In Drawing "MH:1 TO MH:STP-1 (1)" lower than that of invert sewer level . due diligence for the same. following levels are given, Thus there is discrepancy in the values of various levels. Please refer Annexxure-A1 Raw sewage pipe line invert level : 65.02 M 362 Welspun Ground level : 66.82 m Please check and intimate the Levels to be adopted as these levels are basic criteria for system design, Pump In Drawing "MCGM/PR/RR/STP/KN/STR/01, head calculations etc. Sheet 3 of 5" following levels are given, HFL: 41.90 m Similar observations are applicable for STP 1B, STP2, BED LEVEL: 38.40 STP3, STP6, STP7, STP8 and STP9. Volume-3: Specifications for Gate Please furnish details of Flow Variation in the Nallah The data regarding existing storm water drains Pumping, page 208 to 218. (during monsoon) on which gate pumping system has to entering the river were interceptors are proposed Gate Pumping System: Details of Nallah be installed. are attached as Annexure-A2. However, Contractor with Flow variation during Monsoon. Also indicate the size of each "Nallah", "Screens" and must do his own due diligence to design the "Gates" for all locations of Gate Pumping System. intercepting chambers. All local connections shall be 363 Welspun made by the contractor as per the site condition. The Kindly review the operational sequence of Gate pumping contract is obligated to intercept and divert to system during monsoon as gates will be opened during existing sewer line/STP as the case may be all the most of the time. drains entering in to the river till the completion of execution work. General We request the MCGM to arrange a joint site visit with Site Visit is scheduled by MCGM. The schedule dates 364 Welspun the bidders subsequent to lifting of restrictions pertaining will be conveyed through addendum. to COVID-19. 365 Welspun We request MCGM to conduct a 2nd pre-bid meeting and Site Visit is scheduled by MCGM. The schedule dates

94

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification also accept additional queries raised by bidder after this will be conveyed through addendum. Pre-bid meeting as site visit remains pending because of the COVID-19 Lockdown. As you are aware the Tender is partly design build and The revised schedule dates will be conveyed through part Item rate. The site visit has not been done so far corrigendum. because of obvious reasons of COVID lockdown & risks associated. Considering the complexity of project and DBO nature of contract, it is essential for bidders to visit the site for its reconnaissance for effective engineering and estimation of the bid. Moreover, global consultants and Foreign technology providers are based out of various locations and cannot travel thereby delaying bid preparation. It may be appreciated that though the 366 Welspun tenders were released on 21st April, 2020 there has been nationwide lockdown due to COVID-19 pandemic and is going to continue till 30th September, 2020 and is particularly pronounced in Mumbai, as most of the city including the project site has been demarcated as containment zone. In such circumstances it is extremely difficult to put together a correct and competitive bid. In view of the above, it is earnestly requested to extend the date of submission by at least 2 months from present date. Ashoka Buildcon Limited Eligibility Criteria It is requested to change the QR as per the Wastewater Tender condition prevails. Treatment Facility tender of MCGM. For your reference we herewith the attached a copy of QR for Wastewater Ashoka Treatment Facility tender of MCGM. 367 Buildcon You are kindly requested to confirm above so that we can Limited proceed positively to participate in this tender. This will bring healthy competition and will allow other bidders to participate as well. HPL Electric & Power Limited Inclusion of HPL make in tender 1. Bidders can choose their vendor either from HPL Electric & approved vendor list or the vendor outside the list 368 Power shall follow the procedure of vendor approval from Limited Engineer in charge, it needs to be noted that the

95

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification specifications of the product shall meet the corresponding minimum specifications mentioned in the tender. 2. Bidder shall select the equipment’s from makes listed above or approved equivalent. Before placing the purchase order, approval shall be obtained from the MCGM/Competent Authority, For the Makes which are not listed above following the due procedure of approval at its own cost.

Engineering Projects India Ltd.

The bidders will have to provide Earnest Request as EPIL-A Govt. of India Enterprise under the Tender Condition Prevails Money Deposit through the Payment aegis of Ministry of Heavy Industries and Public Engineering gateways while submitting the bids. Enterprise is requesting to allow the submission of EMD 369 Projects India in the form of Bank Guarantee. Ltd. Please clarify the above point.

BGR Energy Systems Ltd. Volume. 1,Scope of Work, Part A, a xiii, The removal of Encroachment is very difficult work. The The contractors will have to obtain permission from Page 74Removal of encroachment, Authority is in better and commanding position to take the land owner/Land owning authorities etc., well in obstructions falling along work as per up this activity during construction phase of contract so advance before commencement of work through discretion of MCGM. that the contract will not suffer due to delays.We request their premises for execution of the work by you to please consider following activity in your scope.a) displaying appropriate boards. The work may be Evacuation of encroachers Site / Premises / Stretch.b) required to be executed in phases as per respective BGR Energy Demolition / Removal of Encroachment in any form like authority permission. The permanent rehabilitation 370 Systems Ltd. Slums/ Jhuggis / Shops / Parking.We request you for and resettlement of the project affected structures CLEAR “ROW”. Please accept and confirm. will be the responsibility of MCGM. The successful bidder shall do temporary shifting of the affected structures and do reinstatement of affected structures temporarily whenever and where ever required at his own cost.The contractors should therefore take this factor into account while quoting.

96

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Volume. 1,Scope of Work, Part A, a xiv, Kindly provide detailed information on permissions to be For obtaining NOCs/ permissions from various Page 70 & 71 obtained from authorities, the proposals shall be submitted in the Co-ordination with all agencies obtaining a) CRZ Regulatory: For which Location and Component name of MCGM, which shall be pursued by the permissions and approval of all concerned the CRZ NOC is required? Successful bidder. However, MCGM will extend agencies including Electrical Inspector, b) Pollution Control Board: Please confirm the status necessary assistance. The required fees/charges Safety Office, Tree authority, CRZ about CTE (Consent to Establish) and CTO (Consent to shall be paid by the contractor initially which will be Regulatory Authority, Pollution Control Operate) permission for STP and approximate consent reimbursed by MCGM with subsequent RA bill. Boards, Service Providers all expenses and fees required by MPCB. a) If required, the contractor shall appoint liaison fees connected with permissions and c) Tree Authority: Please confirm the numbers of trees to officer for pursuing matters with the MMRDA, approvals shall be borne by the bidder. be removed and Transplantation if any. MCZMA, MRDPA, concerned Dy. Collector (Encroachment), concerned Municipal authorities, City Survey office, Reliance Energy, Tata power, BGR Energy 371 Traffic Police or any other concerned offices for Systems Ltd. expediting encroachment / hurdles removal work from the alignment of Nalla system. b) Tenderer(s) shall have to obtain all the relevant permissions/ NOC from MCZMA, or any environmental and forest authority if the construction site falls under coastal Regulation zone or affected due to CRZ, the tenderer(s) has to get it done by approaching / liaison officer for pursuing the same .Only recommendation letters will be issued by the Corporation. The construction work affected due to CRZ will be allowed to be continued subject to clearance of environmental point of view. Volume. 1, Part A, SCC, Cl. 92, Page no 219 In case of delays of removal of encroachments due to any Tender Condition Prevails BGR Energy No claim shall be entertained on account of reasons (including local protests, court stay order etc.), 372 Systems Ltd. delay in removal of encroachment. kindly advise how contractor will be compensated in such situation? Volume. 1, Part A, SCC, Cl. 98, Page no 220 We feel that, during preparation of Master Plan, Detailed Adequate reference drawings are uploaded. If the structures/encroachments including Project Report, consultant must have done the Total utilities coming in the alignment of the station Survey of the structures/ encroachments proposed work, the contractor shall have to including utilities coming in the alignment of the BGR Energy 373 arrange for the carrying out detail total proposed work, we request you to please share those Systems Ltd. station survey of the structures/ details. encroachments at his own risk and cost and the tenderer(s) have to quote accordingly while bidding for the work. No separate

97

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification payment will be made.

Volume. 1, Part B, SCC, Cl. 71, Page no 323 I) The removal of Encroachment is very difficult work. The For obtaining NOCs/ permissions from various Tenderer(s) shall have to obtain all the Authority is in better and commanding position to take authorities, the proposals shall be submitted in the permissions of the concerned authorities up this activity during construction phase of contract so name of MCGM, which shall be pursued by the outside the M.C.G.M. required for carrying that the contract will not suffer due to delays. Successful bidder. However, MCGM will extend out the work. Only recommendatory letters We request you to please consider following activity in necessary assistance. The required fees/charges will be issued by M.C.G.M. your scope. shall be paid by the contractor initially which will be a) If required, the contractor shall appoint a) Evacuation of encroachers Site / Premises / Stretch. reimbursed by MCGM with subsequent RA bill. liaison officer for pursuing matters with the b) Demolition / Removal of Encroachment in any form a) If required, the contractor shall appoint liaison MMRDA, MCZMA, MRDPA, concerned Dy. like Slums/ Jhuggis / Shops / Parking officer for pursuing matters with the MMRDA, Collector (Encroachment), concerned We required CLEAR “ROW”. Please accept and confirm. MCZMA, MRDPA, concerned Dy. Collector Municipal authorities, City Survey office, II) Permissions from MCZMA (Maharashtra Coastal Zone (Encroachment), concerned Municipal authorities, Reliance Energy, Tata power, Traffic Police Management Authority), We request you to please City Survey office, Reliance Energy, Tata power, or any other concerned offices for consider this activity in your scope. Traffic Police or any other concerned offices for expediting encroachment / hurdles removal III) Permissions from MRDPA ( Development expediting encroachment / hurdles removal work work from the alignment of Nalla system. and Protection Authority), We request you to please from the alignment of Nalla system. b) Tenderer(s) shall have to obtain all the consider this activity in your scope. b) Tenderer(s) shall have to obtain all the relevant relevant permissions/ NOC from MCZMA, or IV) Permissions from Forest/CRZ: We request you to permissions/ NOC from MCZMA, or any any environmental and forest authority if please consider this activity in your scope. environmental and forest authority if the BGR Energy 374 the construction site falls under coastal construction site falls under coastal Regulation zone Systems Ltd. Regulation zone or affected due to CRZ, the or affected due to CRZ, the tenderer(s) has to get it tenderer(s) has to get it done by done by approaching / liaison officer for pursuing the approaching / liaison same .Only recommendation letters will be issued by officer for pursuing the same. Only the Corporation. The construction work affected due recommendation letters will be issued by to CRZ will be allowed to be continued subject to the Corporation. The construction work clearance of environmental point of view. affected due to CRZ will be allowed to be continued subject to clearance of The contractors will have to obtain permission from environmental point of view. the land owner/Land owning authorities etc., well in advance before commencement of work through their premises for execution of the work by displaying appropriate boards. The work may be required to be executed in phases as per respective authority permission. The permanent rehabilitation and resettlement of the project affected structures will be the responsibility of MCGM. The successful bidder shall do temporary shifting of the affected structures and

98

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification do reinstatement of affected structures temporarily whenever and where ever required at his own cost. The contractors should therefore take this factor into account while quoting.

Volume. 1, Part B, SCC, Cl. 110, Page no Please confirm whether Environment Clearance is As on today there is no mangroves at site, however 334 obtained for Mangroves Area for Poisar? If yes then the successful bidder has to ensure the same. If the alignment of nalla retaining wall is please provide copy of Environmental clearance. For obtaining NOCs/ permissions from various affected by mangroves. The orders in cases Cutting of mangroves and re-plantation shall be authorities, the proposals shall be submitted in the pending in various courts in regard shall be responsibility of MCGM, please confirm. name of MCGM, which shall be pursued by the binding on the contractors. The tenderer(s) If the delay for handing over this area is more than 6 Successful bidder. However, MCGM will extend cannot claim any damages / compensation months or 1 year, necessary assistance. The required fees/charges etc. for delay or cancellation of the work or how the agency will be compensated? Please confirm. shall be paid by the contractor initially which will be part thereof. This fact shall be kept in mind reimbursed by MCGM with subsequent RA bill. while quoting for tender. a) If required, the contractor shall appoint liaison officer for pursuing matters with the MMRDA, MCZMA, MRDPA, concerned Dy. Collector (Encroachment), concerned Municipal authorities, BGR Energy 375 City Survey office, Reliance Energy, Tata power, Systems Ltd. Traffic Police or any other concerned offices for expediting encroachment / hurdles removal work from the alignment of Nalla system. b) Tenderer(s) shall have to obtain all the relevant permissions/ NOC from MCZMA, or any environmental and forest authority if the construction site falls under coastal Regulation zone or affected due to CRZ, the tenderer(s) has to get it done by approaching / liaison officer for pursuing the same .Only recommendation letters will be issued by the Corporation. The construction work affected due to CRZ will be allowed to be continued subject to clearance of environmental point of view. Volume. 1, Part, SCC, Cl. 105, Page no 333 Please confirm whether Environment Clearance is As on today there is no mangroves at site, however If the mangroves are required to be obtained for Mangroves Area for Poisar? If yes then the successful bidder has to ensure the same. removed during execution of the work please provide copy of Environmental clearance. For obtaining NOCs/ permissions from various BGR Energy 376 under the scope of the tender, the same Cutting of mangroves and re-plantation shall be authorities, the proposals shall be submitted in the Systems Ltd. shall be removed, as per directives of responsibility of MCGM, please confirm. name of MCGM, which shall be pursued by the Hon.'ble High Court and as If the delay for handing over this area is more than 6 Successful bidder. However, MCGM will extend per prevailing Government Directions for months or 1 year, how the agency will be compensated? necessary assistance. The required fees/charges

99

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification which no extra payment shall be paid to the Please confirm. shall be paid by the contractor initially which will be contractor. reimbursed by MCGM with subsequent RA bill. a) If required, the contractor shall appoint liaison officer for pursuing matters with the MMRDA, MCZMA, MRDPA, concerned Dy. Collector (Encroachment), concerned Municipal authorities, City Survey office, Reliance Energy, Tata power, Traffic Police or any other concerned offices for expediting encroachment / hurdles removal work from the alignment of Nalla system. b) Tenderer(s) shall have to obtain all the relevant permissions/ NOC from MCZMA, or any environmental and forest authority if the construction site falls under coastal Regulation zone or affected due to CRZ, the tenderer(s) has to get it done by approaching / liaison officer for pursuing the same .Only recommendation letters will be issued by the Corporation. The construction work affected due to CRZ will be allowed to be continued subject to clearance of environmental point of view. Land Acquisition Please confirm the actual/present status of following… Adequate reference drawings and data regarding a) Land Acquisition at STP/ Pump House location. project is uploaded b) Land Acquisition for the area passing through the BGR Energy 377 mangrove plantation. Systems Ltd. c) Land Acquisition for the area passing through the encroachments. d) Land Acquisition for the Retaining Wall. Tree Cutting/ Utility Shifting/ Diversion/ We presumed that the required charges for tree cutting / Cost shall be included in the quote. BGR Energy Signage’s Shifting utility shifting / diversion of electric pole / signage’s 378 Systems Ltd. shifting, etc. will be paid at actuals to contractor. Please confirm. Mobilization Advance We request you to provide 10% Interest free Mobilization Tender Condition Prevails. Advance against Bank Guarantee of Equivalent amount. Latest MCGM Circulars shall be applicable, if any. BGR Energy 379 This is required for contractor to mobilize his plant and Systems Ltd. machinery during the construction phase. Please accept and confirm.

100

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Site Visit – Google / Virtual Because of Sharp Spike in Covid Cases in Mumbai very Virtual Site presentation given and available with recently, we request you to please arrange one MCGM. Interested bidders are encourage to visit BGR Energy Presentation ONLINE for VIRTUAL SITE VISIT through concerned MCGM office to view the Virtual models 380 Systems Ltd. Google and supported by Site Photographs at convenient of the project. time. It will enable interested bidder to assess the site conditions. BGR Energy Site Visit – Physical We request you to please arrange Physical Site Visit once Site Visit is scheduled by MCGM. The schedule dates 381 Systems Ltd. the situation of COVID gets stable and Safe in future. will be conveyed through addendum Submission of Packet A,B and Packet C To work out detailed Financial and Technical Bid with The revised schedule dates will be conveyed through (online): 25.08.2020 upto 16:00 Hrs. proper Site Survey, we required minimum 8 weeks’ time corrigendum. BGR Energy after publishing the pre-bid replies, therefore we request 382 Systems Ltd. you to please extend the date of tender submission by 8 Weeks from the date of uploading the replies of pre-bid meeting. Kindly accept and confirm. Page 59, Defect Liability Period: We would like to highlight that in standard practice DLP Tender Condition Prevails Civil Work - 5 Years period is one year after the completion of the plant. BGR Energy 383 Mechanical & Electrical - 3 Years However, 5 years for civil works and 3 years for EMI items Systems Ltd. is in the higher side. Therefore, we request you to kindly review and amend the same. Scope of Works, Page 78, We understand that during O&M period sludge Sludge Disposal: Transportation and disposal of grit/ sludge collection, transportation and disposal under the scope of Complete responsibility of finalization of location of BGR Energy as instructed by Engineer In charge after the successful Bidder and dumping site will provide by sludge disposal point safely lies with successful 384 Systems Ltd. appropriate sludge treatment required as the EMPLOYER at free of cost. Please confirm. bidder. He shall coordinate with concerned per standards, at his own cost. departments/ authorities for the safe disposal of sludge. Refer Annexure A8. Milestone II(A), Page 36 We request the EMPLOYER to kindly provide the No of Successful Bidder shall do the due diligence. Providing and laying approx. 4% of Sewer house connection to be installed and maintained. BGR Energy line length along with house connections 385 Systems Ltd. (laterals), with 2 no of interceptors and reinstatement of road/trench as shown in GA Drawings. Design / Sizing Criteria &Other We request the EMPLOYER to kindly specify the technical The data regarding existing storm water drains RequirementsTSPS Pumps, page 289 specifications like minimum flow rate and head and MOC entering the river were interceptors where the Gate BGR Energy details to be considered. pumps are proposed are attached as Annexure-A2 386 Systems Ltd. (Part I & Part II). However, Contractor must do his own due diligence to design the intercepting chambers. All local connections shall be made by the

101

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification contractor as per the site condition. The contract is obligated to intercept and divert to existing sewer line/STP as the case may be all the drains entering in to the river till the completion of execution work. Page No 82, Providing and Laying We request the EMPLOYER to kindly specify the quantity Sufficient Details are already given in the tender, BGR Energy 387 Intercepting sewer line of Stoneware/HDPE of pipes Stoneware/HDPE / RCC NP 3 Class pipes required however bidders are free to do the due diligence for Systems Ltd. and / or RCC NP 3 Class pipes. for this contract. the bidding purpose. Milestone II(A), Page No 76, Tanker filling We understand that installation of tanker filling points Adequate reference drawings are uploaded. Contract points shall be provided to deliver the under the bidder scope, so we request the EMPLOYER to is DBO, Sufficient details are given in the Tender treated water from STP upto the nearest kindly specify the minimum distance from proposed STP document. Tanker filling point shall be located to MCGM office or upto distance as instructed to nearest MCGM office. the nearest MCGM premises as mentioned in the BGR Energy by Engineer in charge. tender document as per instructions of Engineer in 388 Systems Ltd. Charge. Provided Annexure A9 for probable locations of tanker filling points/MCGM premises, which is just for reference purpose, however bidders are encouraged to do their due diligence and quote accordingly. Milestone II(A), Page No 84 PENALTY We request the EMPLOYER to kindly limit the maximum Tender Condition Prevails CLAUSES penalty during the O&M period. If the successful bidder fails to maintain the effluent standards (95 percentile of the BGR Energy samples should adhere to the prescribed 389 Systems Ltd. standards in compliance with testing procedures of CPCB) as specified in tender document, then penalty of Rs. 75000/- per day will be deducted from the contractor’s bill. BGR Energy Bathymetric survey Please provide Bathymetric survey for Poisar River, where Adequate reference drawings are uploaded 390 Systems Ltd. the proposed STP to be constructed and Installed. Part B SCC, Clause No. 159, Page no 342 & Please provide us following documents… Adequate reference drawings are uploaded. 343 a) Tide surveys Relevant documents are available at respective If the site is affected due to Tidal effect and b) Tide datum MCGM department & bidder is encouraged to visit to facilitate construction activity Coffer c) Primary tide stations the office and inspect the available documents. BGR Energy 391 Dams will have to be constructed by the d) Tidal streams Systems Ltd. tenderer(s) and also tenderer(s) have to construct temporary road, F.O.B, etc. while constructing the Nalla for which no extra payment will be made. Tenderer(s) need to

102

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification consider this aspect at the time of quoting the Bid. Geofluid Processors Pvt Ltd. Geofluid Is the membrane MOC 100 % PVDF only? Tender Condition Prevails 392 Processors Pvt Ltd. Since no specification on Reinforced, what is the MOC of Tender Condition Prevails Geofluid the reinforcement and is the thickness of the 393 Processors reinforcement higher than the membrane thickness itself Pvt Ltd. ? Geofluid Does the membrane system incorporate Pulsing devise Tender Condition Prevails 394 Processors and not the old membrane diffusers? Pvt Ltd. Geofluid Does the membranes require slack adjustment ? Tender Condition Prevails 395 Processors Pvt Ltd. Geofluid Can the membranes work without backwashing as this Tender Condition Prevails 396 Processors would result in a lot of power saving? Pvt Ltd. Geofluid Can the membrane withstand in-situ integrity testing by Tender Condition Prevails 397 Processors putting 1 bar pressure on the permeate side? Pvt Ltd. Can we work on an open specification on MBR making it Bidders are required to design their own system more generic (Detailed Below) but ensuring that the adhering to the tender specifications and output outlet quality are met with. parameters a. MOC PVDF b. PVDF using NIPS process : This will give you Hydrophilic membrane ( Water Loving ). Geofluid c. Out to In 398 Processors d. Pulsing Device : Saves huge power and avoid the Pvt Ltd. archaic membrane aerators e. In-situ Integrity Testing: Who does not want this? 1 Bar at the Lumen side. f. Outlet guarantee parameters on TSS and Turbidity ? This will bring in a healthy competition and this will help you protect the interest of your customer.

103

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification

Jash Engineering Limited Page 254, clause 3.20.1 (a): The screen shall The entire specifications except this statement calls for The bidder may take a call with the product Jash be of the back raking type. front rake type Multi-rake screens. Also, back rake type manufacturer/ Technology provider for the better 399 Engineering screens are not meant for 20 mm spacing between bars. working conditions , which suits to site condition, for Limited Hence we request you to kindly replace ‘back raking type’ the satisfactory functionality. with ‘front raking type’. Page 254, clause 3.20.1 (a): Inclined Bar It is recommended to install Multirake screens at 75-80⁰ The bidder may take a call with the product Jash screen at 45-50 degree. inclination. Hence we request you to kindly change it to manufacturer/ Technology provider for the better 400 Engineering 75-80⁰. working conditions , which suits to site condition, for Limited the satisfactory functionality. Jash Page 255, clause 3.20.2: The lower ends Not required. Please remove this clause. As per Manufacturer's design 401 Engineering and sides of the frame shall be grouted in Limited concrete. Page 256, clause 3.20.4: The rake carriage Such an arrangement is applicable for Mono-raking The bidder may take a call with the product Jash shall always come to rest in a parked screens & not for Multi-rake screens. Hence, kindly manufacturer/ Technology provider for the better 402 Engineering position with the rake above the sewage remove this clause. working conditions , which suits to site condition, for Limited level. the satisfactory functionality. Page 256, clause 3.20.5: Chain Pins shall be Since these screens are to be installed in sewerage, The bidder may take a call with the product Jash of stainless Steel and hardened. hardened pins are not recommended. Chain Pins should manufacturer/ Technology provider for the better 403 Engineering be of duplex steel for better corrosion resistance. Hence working conditions , which suits to site condition, for Limited we request you to kindly update this clause. the satisfactory functionality. Page 25, Clause 3.20.5: No bearings shall be Such an arrangement is applicable for Mono-raking The bidder may take a call with the product Jash submerged in the waste stream. screens & not for Multi-rake screens. Hence we request manufacturer/ Technology provider for the better 404 Engineering you to kindly remove this point from this clause. working conditions , which suits to site condition, for Limited the satisfactory functionality. Page 261, clause no. 2.17.1.1. Motors: (i) Screens are meant for continuous duty & hence we The bidder may take a call with the product Jash Type of duty: Intermittent (S4). request you to kindly change motor duty to Continuous manufacturer/ Technology provider for the better 405 Engineering (S1). working conditions , which suits to site condition, for Limited the satisfactory functionality. Page 261, clause 3.21, The screen shall This clause if not applicable for Multi-rake bar screens. The bidder may take a call with the product Jash consist of Continuously moving perforated Hence we request you to kindly remove this clause. manufacturer/ Technology provider for the better 406 Engineering stainless steel panels. working conditions , which suits to site condition, for Limited the satisfactory functionality. Page 261, clause 3.21, Inclined Bar screen It is recommended to install Multirake screens at 75-80⁰ The bidder may take a call with the product Jash at 45-50 degree inclination. Hence we request you to kindly change it to manufacturer/ Technology provider for the better 407 Engineering 75-80⁰. working conditions , which suits to site condition, for Limited the satisfactory functionality.

104

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Jash Page 262, clause 3.21.2 (b) The lower ends Not required. Please remove this clause. Tender Condition Prevails 408 Engineering and sides of the frame shall be grouted in Limited concrete. Page 262, clause 3.21.3, The rake carriage Such an arrangement is applicable for Mono-raking The bidder may take a call with the product Jash shall always come to rest in a parked screens & not for Multi-rake screens. Hence, kindly manufacturer/ Technology provider for the better 409 Engineering position with the rake above the sewage remove this clause. working conditions , which suits to site condition, for Limited level. the satisfactory functionality. Page 263, clause 3.21.4: Chain Pins shall be Since these screens are to be installed in sewerage, The bidder may take a call with the product Jash of stainless Steel and hardened. hardened pins are not recommended. Chain Pins should manufacturer/ Technology provider for the better 410 Engineering be of duplex steel for better corrosion resistance. Hence working conditions , which suits to site condition, for Limited we request you to kindly update this clause. the satisfactory functionality. Page 263, Clause 3.21.4 :No Bearings shall Such an arrangement is applicable for Mono-raking The bidder may take a call with the product Jash be submerged in the waste stream screens & not for Multi-rake screens. Hence we request manufacturer/ Technology provider for the better 411 Engineering you to kindly remove this point from this clause. working conditions , which suits to site condition, for Limited the satisfactory functionality. Page 262, clause no. 3.21.9 A spray system It is meant for Escalator / Filter band screen & not for Tender Condition Prevails Jash shall be provided to backwash the screen Multi-raking Screens. Hence we request you to kindly 412 Engineering panels and to help in cleaning the remove this clause. Limited screenings. Page 268, clause no. 3.22.1, point no. d: This should be as per individual manufacturers design. The bidder may take a call with the product Jash The spines shall not protrude out of bar Moreover, the spines are of cantilever design & this much manufacturer/ Technology provider for the better 413 Engineering screens not less than 600 mm. of length will make them more prone to frequent working conditions , which suits to site condition, for Limited damages. So, we request you to kindly remove this the satisfactory functionality. clause. Clause 3.22.1 at page no. 269, bar spacing Kindly recheck if it is 20 mm or 50 mm. Please note that it The Bar Spacing shall be 20 MM. required is 50 mm/ is recommended to install back rake type screens with Jash Page 270, clause 3.22.1, point no. q: Bar spacing 50 mm or above. 414 Engineering spacing shall ensure that all objects above Limited 20 mm size is stopped from going through the screen. Page 271, clause 3.22.1, point no. w: 5 Since these screens are new to market and have rare Note: Applicable for Volume-2 & Volume-3 of the Successful installations: installations till date, we request you to kindly allow all Tender Document. approved front raking screen manufacturers to quote for The specifications mentioned in the said clause are Jash back raking screens also. the minimum specifications of the items. However, 415 Engineering the successful bidder has to design and execute the Limited items as per its own design which shall be approved by the Engineer in charge. The agency has the liberty to upgrade the specification of the corresponding

105

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification items if there is a requirement of the design with approval of engineer in charge Jash Page 256, Clause 122.1.1, b): Process wet This test is possible after successful installation & Accepted. 416 Engineering tests (by Raw sewage): commissioning of screens at site & will be performed as Limited per manufacturer recommendation.

Mitsubishi Chemical India Pvt Ltd. (Membrane Group India) Current specifications are locked to a particular type of Shall be read as: membrane and eliminates competition with proven The Nominal pore size of the membrane can be less Mitsubishi technology. Some of the points are related to Fiber than or equal to 0.05 Microns, rest all the Chemical strength of 300N & pore size. We request you to please conditions/ minimum specifications shall remain 417 India Pvt Ltd. make the tender specifications more generic and will also same as mentioned in the bid documents without (Membrane allow proven technology to be able to participate in the any financial implications. Group India) same, thereby reducing both the risk & cost of the project. MBR Basin, Page 293(10th Row). Membrane Pore size: It should be less than or equal to Shall be read as: Membrane Specs Page 301 Point No. 4 0.05 Microns The Nominal pore size of the membrane can be less Mitsubishi Membrane Pore size - Less than or equal to Our main aim is to achieve the desired water quality as than or equal to 0.05 Microns, rest all the Chemical 0.04 Microns per tender document. It should not be bound to any pore conditions/ minimum specifications shall remain India Pvt Ltd. 418 size. If supplier commits to achieve asked water quality same as mentioned in the bid documents without (Membrane with different pore sizes, they should be encouraged to any financial implications. Group India) - participate in this National tender. It will make 17 sept competition more transparent & healthy, which is beneficial to the country. Mitsubishi MBR Basin, Page 293(10th Row). Other Countries Like Singapore is less than 0.1 micron, Shall be read as: Chemical Membrane Specs Page 301 Point No. 4 Hong Kong is less than 0.05 microns. So we request you The Nominal pore size of the membrane can be less India Pvt Ltd. Membrane Pore size - Less than or equal to to please remove this clause for better & transparent than or equal to 0.05 Microns, rest all the 419 (Membrane 0.04 Microns process. Attached is the document for technical conditions/ minimum specifications shall remain Group India) - difference between 0.04 & 0.05 microns. same as mentioned in the bid documents without 17 sept any financial implications. Toshiba Water Solutions Pvt Ltd. Tender Notice, Pg. no. 8 In view of the Huge amount sought from the Bidder in Tender Condition Prevails The Bidders will have to provide Earnest the form of Earnest Money Deposit, submission of the Toshiba Money Deposit through the payment same through online mode (i.e. Online transfer & RTGS) Water 420 gateways while Submitting the bids. may hamper the interest of bidder as it may result in a Solutions Pvt negative cash flow burden. Ltd. It is therefore requested to allow the Bidder to submit the Earnest Money Deposit in the form of Online Bank

106

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Guarantee i.e. SFMS (Structured Financial Messaging System) from any Nationalized / Scheduled Bank operating in India. Kindly Confirm. Toshiba Bid security or EMD, Page No 56 Kindly facilitate the bidder with “Bid Data Sheet” as Bid data sheet referred here is the header datasheet Water mentioned in the said section. mentioned in the e-tender notice. 421 Solutions Pvt Ltd. Bid security or EMD, Page No 56 Name of the beneficiary for submitting EMD is not The Bidder shall furnish, as part of the Bid, Bid Toshiba provided. Kindly provide. Security/EMD, in the amount specified in the Bid Water Data Sheet. This bid security shall be in favor of the 422 Solutions Pvt authority mentioned in the Bid Data Sheet I.e. Dy. Ltd. ChE. (S.W.D.) W.S. and shall be valid till the validity of the bid Eligibility Criteria - In the referred clause we understand that MCGM is The word "amounting to" means amount is equal to 1. Technical Capacity (I) – (a), (b) & (c)., intended to ask the Technical capacity in terms of or More than the specified amount. Page no 29 capacity of each work with an option to value of each STP amount. Toshiba For e.g. Water “3 nos. sewage treatment Plant (STP) having minimum 423 Solutions Pvt capacity of each STP 9.15 MLD and pumping including Ltd. civil & Mechanical & Electrical works” OR Each STP (3 nos.) amounting to Rs. 99,94,36,000/- It seems to be a typographical error, and clarification of the same is requested. Clause 1.1 Technical Capacity, Page no 29 Since it is large capacity project and value of each project Tender Condition Prevails ……Construction of service road and road sought to pre-qualify is substantially high. Hence in order side drains with MCGM /Semi Govt. /Govt. to invite the healthy competition we request the & Public Sector Organizations during last department to kindly amend the PQ requirement as : seven (7) years ending last day of month The tenderer(s) in their own name should have Toshiba previous to the one in which bids are satisfactorily executed the work of design, construction Water 424 invited as a prime Contractor…… and execution of sewage treatment Plant (STP), Providing Solutions Pvt and laying of sewer network, provision of Interceptors for Ltd. diversion of DWF, construction of service road and road side drains with MCGM /Semi Govt. /Govt. & Public Sector Organizations during last Ten (10) years ending last day of month previous to the in which bids are invited as a prime Contractor (or as a nominated sub-

107

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Contractor, where the subcontract had involved similar nature of work as described in the scope of works in this bid document, provided further that all other qualification criteria are satisfied). 3. Technical Experience:, Page 30 The experience mentioned under the said clause is in Tender Condition Prevails contradiction to the one mentioned in “Clause 1.1 Technical Capacity, sub clause a, b, & c” wherein the eligible experience for similar work is already sought in Toshiba terms of the capacities of STPs. Water 425 However another similar work experience of 10 MLD STP Solutions Pvt with 1 years O&M sought in clause no. 3. Technical Ltd. Experience. Kindly clarify which definition of similar work (under clause no. 1.1 -(1) or 1.3 ) shall be considered by the bidder for qualification. 3.Technical Experience:, Page no 30 We understand that the said trenchless work sought from Please refer Corrigendum-13 …The bidder shall have experience of the bidder is limited to cumulative of Maximum 3 works. Toshiba providing and laying Sewer/ Water/ Kindly confirm. Water Petroleum / Gas line / Telecommunication 426 Solutions Pvt cables / High Power Cables by HDD Ltd. (Horizontal Directional Drilling) or Micro- tunneling for the cumulative minimum length of 150 RM….. Technology provider:, Page no 32 We understand that the manufacturer’s license for ultra- The agency should have the patent or license to Toshiba The agency should have the patent or filtration membrane (MBR) mentioned in the said commercially manufacture the ultra-filtration Water 427 license to commercially manufacture the qualification is not limited to India. Kindly confirm. membrane (MBR) shall be used in the plant, Located Solutions Pvt ultra-filtration membrane (MBR) shall be anywhere in the world. Ltd. used in the plant. Bid Evaluation, Page no 94 We understand that financial bid evaluation is based on Contact is DBO, Total Net Electrical load taking into Toshiba CAPEX+ OPEX + Guaranteed Electric consumption account the energy generated by solar power shall Water submitted by bidder. be submitted in Packet C which shall be considered 428 Solutions Pvt Moreover there shall not be loading for the land, in for Financial Evaluation and Life cycle cost. The Ltd. evaluating the lowest bidder. Kindly confirm.. revised price bid will be available online on the MCGM portal as per Annexure A6.

108

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Clause No. “C” Solvency Certificate, Page The requirement of solvency certificate (i.e. INR 2.5 Cr.) Tender Condition Prevails Toshiba no. 52 mentioned in the said clause seems to be for registration Water of Contractor in Class I(A) which is intended after the 429 Solutions Pvt award of work. Ltd. Kindly reconfirm weather this solvency need to be part of bid as the same is not a requirement for prequalification. Packet B , Sub-clause c, Page no. 53, The requirement for availability or available liquid assets, Tender Condition Prevails ……………it has access to or has available unencumbered assets, lines of credit and other financial liquid assets, unencumbered assets, lines of means @ minimum 15% of the cost of the work tendered credit and other financial means for is not the part of Eligibility/ evaluation criteria. (independent of any contractual advance Also, commitment to invest a cash flow for 15% of the Toshiba payment) sufficient to meet the cost of the work by contractor is a huge amount which Water construction cash flow requirements for the will lead to cash crunch and negative cash flow. Thus 430 Solutions Pvt subject contract in the event of stoppage, MCGM in requested to kindly delete this requirement Ltd. start-up, or other delay in payment, of the and confirm. minimum 15% of the cost of the work tendered for, net of the tenderer's commitment of other contracts (Certificate from Bankers / C.A./Financial Institution shall be accepted as an evidence)…… Toshiba B. Additional Security Deposit, Page no 60 Since this Additional Security Deposit is not applicable for Tender Condition Prevails Water this tender, we request MCGM to kindly delete this 431 Solutions Pvt clause. Ltd. Kindly confirm. Toshiba C. Performance Guarantee, Page no. 60 Kindly specify the term “rebate” in performance Tender Condition Prevails Water guarantee. 432 Solutions Pvt Ltd. C. Performance Guarantee, Page no. 60 & We understand that the bid shall be governed by the Tender Condition Prevails Toshiba 252 Clause No. “115. Performance Guarantee” mentioned on Water 433 page No. 241 (Special Conditions of Contract) in place of Solutions Pvt the clause mentioned on page no. 56. Ltd. Kindly confirm. Mobilization Advance Since it is large magnitude job with multiple site fronts Tender Condition Prevails. Toshiba and requires huge initial investment, hence in order to (Latest MCGM Circulars shall be applicable, if any) Water 434 maintain positive cash flow we request the department Solutions Pvt to facilitate the contractor with interest free mobilization Ltd. advance of 10% of the Contract Value of works.

109

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Please consider. Limitation of Liability Kindly specify the maximum limitation of liability for the Tender Condition Prevails project on the contractor’s part. Toshiba Or Water 435 We may consider that the contractor is liable for a Solutions Pvt maximum, liability arising out of the contract to a value Ltd. not more than 100% of construction works. Kindly confirm. 40. Liquidated Damages, Page no. 159 In view to safe guard the interest of bidder and to avoid Tender Condition Prevails Toshiba unnecessary penalization of contractor we request Water 436 MCGM to kindly attend this clause and provide the Solutions Pvt Liquidated Damages set for the contract. Ltd. Kindly confirm. 44. Final Account, Page no. 160 Since the project is subjected to performance guarantee Tender Condition Prevails ….A percentage of the retention money, of 2 % of the Capex + O&M Cost , in addition a over and above the actual retention money maintenance retention fund is deducted @ five percent Toshiba as indicated below…. (5%) from O&M Bills. Water 437 Thus in view of the above we request MCGM to kindly Solutions Pvt wave off the additional retention money proposed to be Ltd. held back as mentioned in the referred clause and delete the said clause in entirety. Kindly confirm. Clause 72 (ii) Payments, Tax and Claims, Considering the magnitude of the project and the Tender Condition Prevails Toshiba Page no. 176 necessity of positive cash flow, we request the Water 438 department to kindly facilitate the bidder with an interest Solutions Pvt of 8% on Delayed Payment (if any). Ltd. Kindly confirm. 63. Format and signing of Application, We request MCGM to kindly specify “the documents” to Tender Condition Prevails Page no. 171These copies shall be certified be certified by Practicing Notary approved by the Govt. of Toshiba by Practicing Notary approved by the Govt. Maharashtra or Govt. of India.Further, we request to Water 439 of Maharashtra or Govt. of India with his allow the certification of such documents at bidder’s Solutions Pvt stamp, clearly stating his name & place of operation.Kindly confirm. Ltd. registration number, except where original documents are demanded.

110

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification 83. Joint Venture, Page no. 190/192 We understand that for the bid propose the bidders may Tender Condition Prevails. Toshiba Clause b & m apply in the form of an intended JV agreement/ un- Please refer Annexure-H Water Separate identity/name shall be given to incorporated JV. 440 Solutions Pvt the Joint Venture firm. Further, In case the Bid is awarded, the JV shall be Ltd. registered with the registrar of firms only and not as a separate company (i.e. SPV). Kindly confirm. Toshiba c. Number of members in a JV firm, Page Kindly specify the upper limit for the number of JV’s Tender Condition Prevails Water no. 190 allowed for this work. 441 Solutions Pvt Ltd. 84. Compensation for Delay: Delay Damages for this project are mentioned at the page Tender Condition Prevails & no. 208 under Clause no. “84. Compensation for Delay’ & Toshiba 87) PENALTY CLAUSES – Sub Clause h, 231 under Clause no. “87) PENALTY CLAUSES – Sub Water 442 Page no. 195 & 218 Clause h”. Solutions Pvt We request MCGM to kindly clarify which clause shall be Ltd. referred to assume Liquidated damages for delay for this project. Toshiba Functional Guarantees Kindly confirm the Functional Guarantees set for the Tender Condition Prevails Water contract. 443 Solutions Pvt Ltd. Guaranteed electricity charges, Page no. 75 For any excess power consumption demand raised by the Tender Condition Prevails Sub clause XVIII - Client, we understand that the contractor shall be Toshiba The penalty due to lagging or leading power subjected to pay of the actual consumption of electricity Water factor will be paid by contractor. Also if the over and above the Guaranteed Energy Consumption 444 Solutions Pvt maximum demand exceeds than the Figure quoted by the bidder. Ltd. designed load submitted by the contractor, Kindly confirm payment for excess load will be paid by contractor. Annexure C We understand that the Clause No. 2 of the said Tender Condition Prevails Toshiba Declaration Cum Indemnity Bond. annexure C “Declaration Cum Indemnity Bond” is Water Point No. 2 governed by the eligibility criteria as mentioned in the 445 Solutions Pvt “Clause No. 32 - Firms/Tenders not eligible to submit Ltd. Tender (Page no. 223 of Volume 1). Kindly confirm. Toshiba Force Majeure Kindly confirm the applicability of Law of Force Majeure Tender Condition Prevails. 446 Water in the contract. (Latest MCGM Circulars shall be applicable, if any) Solutions Pvt

111

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Ltd. Toshiba b)….Suspension of work, Page no. 212 We understand that “Liquidated Damages – Delay shall Tender Condition Prevails Water not be imposed to the contractor due to delay in 447 Solutions Pvt construction work on account of suspension of work by Ltd. client. Kindly confirm. Joint Venture – Technical Eligibility Since STP construction & networking is a technology Tender Condition Prevails Criteria, Page no. 212 oriented composite work involving more than one distinct component such as Civil Engineering works, Mechanical & Electrical works, Electrical works, etc. hence in view of the same, the referred clause is ambiguous and may allow the companies to participate Toshiba who do not have relevant experience and may result into Water unjustified competition and loss to exchequer. Thus we 448 Solutions Pvt request the department to kindly amend the clause as Ltd. below: The Lead member of the JV firm shall meet at least 35% requirement of technical capacity as stipulated in tender document. AND All members of the Joint Venture should meet the technical & Financial Criteria jointly. Toshiba Trial Run Period Kindly confirm the trial run period set for the contract. Tender Condition Prevails Water 449 Solutions Pvt Ltd. Consequential Liability: General TWS query There is no provision for Consequential Liabilities in the Tender Condition Prevails tender, therefore we understand that the total aggregate liability of the contractor should not be more than Toshiba Liquidated Damages i.e. 10% of contract value. Also, the Water 450 Contractor shall not be liable for any consequential or Solutions Pvt indirect damages/ liabilities from the Employer/ Owner Ltd. or any third party including any claim towards loss of profit or revenue or business opportunities etc. are not applicable. Please Confirm.

112

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Statutory Approvals- General TWS query Contractor will only be responsible for such approvals & For obtaining NOCs/ permissions from various clearances as statutorily applicable to Contractor in authorities, the proposals shall be submitted in the respect of its scope of work. All other approvals as may name of MCGM, which shall be pursued by the be required for the project including approvals required Successful bidder. However, MCGM will extend under Environmental Laws or Pollution Control Laws shall necessary assistance. The required fees/charges be to Employee’s account/scope. Please confirm shall be paid by the contractor initially which will be reimbursed by MCGM with subsequent RA bill. a) If required, the contractor shall appoint liaison officer for pursuing matters with the MMRDA, MCZMA, MRDPA, concerned Dy. Collector (Encroachment), concerned Municipal authorities, Toshiba City Survey office, Reliance Energy, Tata power, Water 451 Traffic Police or any other concerned offices for Solutions Pvt expediting encroachment / hurdles removal work Ltd. from the alignment of Nalla system. b) Tenderer(s) shall have to obtain all the relevant permissions/ NOC from MCZMA, or any environmental and forest authority if the construction site falls under coastal Regulation zone or affected due to CRZ, the tenderer(s) has to get it done by approaching / liaison officer for pursuing the same .Only recommendation letters will be issued by the Corporation. The construction work affected due to CRZ will be allowed to be continued subject to clearance of environmental point of view. Bills Payment- General TWS query There is no provision for Interest on Delayed Payment Tender Condition Prevails where Contractor is of no default, therefore we Toshiba understand that payment shall be made within stipulated Water time period and delay in payment will not only levy an 452 Solutions Pvt interest of 18 % per annum on pending dues but also give Ltd. the right to the Contractor to terminate the Contract without any direct or consequential loss, liability or damages. Please confirm Force Majeure Clause- - General TWS There is no definition and provision of Force Majeure, Tender Condition Prevails. Toshiba query therefore we Presume that Force Majeure shall mean an (Latest MCGM Circulars shall be applicable, if any) Water event beyond the control of the Contractor and not 453 Solutions Pvt involving its fault or negligence and not foreseeable, such Ltd. as, but not restricted to wars (declared or un-declared), revolutions, civil wars, tidal waves, fires, major flood,

113

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification earthquakes, epidemics, Pandemic, quarantine restrictions and freight embargoes etc. The Contractor in event of Force Majeure shall be entitled to any extension of time for completion or to any additional costs, remuneration or damages or compensation. Please Confirm Toshiba Liquidated Damages (Performance) We request the department to kindly confirm the Tender Condition Prevails Water performance damages involved in this contract. 454 Solutions Pvt Ltd. Clause 24 (a-ii) Extension For Delay Due to Referring to the clause, we would like to highlight that Tender Condition Prevails Toshiba MCGM, Page No. 150 such delays could impact the Contractor adversely hence Water we request on the basis of Principle of Equity and Good 455 Solutions Pvt Conscience the contractor should have the right to Ltd. recover the cost, damages or compensation due to such delays. Please confirm. Clause 83 (m) JOINT VENTURE, Page No. In reference to the mentioned clause it is not clear Tender Condition Prevails.Please Refer Annexure-H 192 whether the Joint Venture has to be registered as Toshiba separate legal entity or the only the agreement between Water 456 parties has to be registered before the Registrar of the Solutions Pvt Companies under Companies Act or the Registrar / Sub- Ltd. Registrar under the Registration Act,1908. Please confirm/ clarify. Clause 84 Compensation for delay + Clause We understand from the referred clauses that the Total Tender Condition Prevails Toshiba 87 (h) Penalties + Penalties (d), Page No. liability of Contractor under any provision/head including Water 457 195/218/331 Cost, Compensation or penalty in case of delay due to its Solutions Pvt fault is limited up-to maximum 10% of the Total Contract Ltd. Cost. Please confirm. Clause 84 Compensation for delay, Page As the referred clause will put huge Burdon on Tender Condition Prevails Toshiba No. 195 contractor’s part due to delay in achieving milestone & Water 458 also creates ambiguity on the scope of liability of the Solutions Pvt Contractor. Hence we request the department to kindly Ltd. remove the clause. Please Consider.

Toshiba Part Commissioning Since it is large magnitude job with multiple site fronts, Tender Condition Prevails Water hence we request the client to kindly accept the part 459 Solutions Pvt commissioning or stage wise commissioning of the Ltd. project. Kindly confirm.

114

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Eligibility Criteria We understand that to qualify this condition bidder can Please refer Corrigendum-13 The bidder or technology provider shall sign MoU either with technology provider or with sub- Toshiba have experience of carrying out excavation contractor who has executed the work based on the Water 460 by Pulse Plasma technology………………… referred technology. Kindly confirm. Solutions Pvt zero shock wave with permissible sound Ltd. -19 sept level & vibration velocity less than 1 mm/sec…….. as a non-explosive process

1.1 INTRODUCTION Page No. 11, We could not locate the same in tender documents, Specifications are in the Volume 3 of the tender, Toshiba Particular requirements of all electrical please provide the document. please treat the wordings PART 12 as deleted. Water 461 equipment’s are covered under, Part 12: Solutions Pvt Particular Requirements - Electrical of this Ltd. specification. 1.2 TRANSFORMERS Page No. 12, Please confirm the followings: The bidders have to do their own due diligence with The power distribution system was 1. Please confirm the scope of Incoming power supply the MCGM Electric department, and statutory considered on 22 or 11 KV, (or As per STP (HT) connection, liasioning responsibility, OH lines, Line payment to distribution company for obtaining the Existing power supply HT Voltage, bidder Poles, two pole/Four Pole structure, tariff Metering and connections shall be done by MCGM directly or the Toshiba may consider the same. For transformer HV any other item required to make available HT supply up said expenses may also be paid by the agency and Water 462 side, LV side is 433 V; The MCGM electrical to the proposed STP plants. can be reimbursed by MCGM. Solutions Pvt department need to be consulted. 2. Transmission Voltage level (HT) & frequency Ltd. 3. Distance of nearest available power supply source (Substation). 4. Fault level 5. Initial Power factor 1.4 FCMA NEUTRAL SOFT START PANEL, Please confirm FCMA Neutral soft starter is applicable for Tender Condition Prevails Toshiba Page No. 38 HT motors or LT motors.In case of LT motor please Water 463 confirm the motor ratings from onward soft starter to be Solutions Pvt considered. Ltd.

1.5 415 V METAL ENCLOSED SWITCHGEARS Motor feeder Type is not defined so we are considering The bidders have to do their own due diligence and / MCC as: design according to the specifications of the Toshiba Page No. 41 1. DOL: up to 5.5 kW equipment used with the approval of concerned Water 464 2. S/D: 7.5 kW to below 75kW department. Solutions Pvt 3. SS: equal and above 75 KW Ltd. 4. VFD: As per process requirement Kindly confirm the same. Toshiba 1.10 BATTERY, BATTERY CHARGER & DCDB 1. Bidder to follow the same rating or as per load The bidders have to do their own due diligence and 465 Water Page No. 67 calculation. Kindly confirm. design according to the specifications of the

115

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Solutions Pvt Table-1: Technical Specifications 2. UPS type is not defined as Non redundant or equipment used with the approval of concerned Ltd. Valve Regulated Lead-Acid (VRLA redundant, Kindly confirm. department. SMF )- Standard 2 V cells, suitable 3. Also confirm the requirement of single battery bank or for 120 Minutes backup at full load with 40 dual battery bank. KVA UPS. 1.17 PREFERRED MAKES/ Vendors which are not listed in this sheet shall be 1. Bidders can choose their vendor either from MANUFACTURERS: proposed during detail engineering for client’s approved vendor list or the vendor outside the list Page No. 108 consideration. Kindly confirm the same. shall follow the procedure of vendor approval from Engineer in charge, it needs to be noted that the specifications of the product shall meet the Toshiba corresponding minimum specifications mentioned in Water 466 the tender. Solutions Pvt 2. Bidder shall select the equipment’s from makes Ltd. listed above or approved equivalent. Before placing the purchase order, approval shall be obtained from the MCGM/Competent Authority, For the Makes which are not listed above following the due procedure of approval at its own cost. SOLAR SYSTEM -TECHNICAL Kindly confirm the same. Tender Condition prevails and Bidder shall follow Toshiba SPECIFICATIONS Also provide the approved vendor. the approved MNRE for solar PV. Water Page No. 403 467 Solutions Pvt The installation of 55 Kw & 12 Kw Solar Ltd. Power Generation System, at STP 5MLD & STP 1.5MLD Premises respectively. Toshiba General We could not found the any electrical drawings in tender Adequate reference drawings are uploaded Water document. It is a DBO contract, Bidders shall submit their SLD as 468 Solutions Pvt Kindly provide the reference SLD (if available) per their design. Ltd. Toshiba General We understand that the proposed ETP plant is in safe Proposed STP plant is in safe area and with proper Water area (Non- hazardous). Kindly confirm the same. access. Bidders have to do their own due diligence 469 Solutions Pvt to understand the site through site visit. Ltd. Toshiba General Please arrange to provide the soil resistivity data for Bidder shall do due diligence, for soil resistivity, Water electrical earthing system consideration. Earthing system shall be as per fault levels of supply 470 Solutions Pvt utility. Ltd.

116

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Toshiba 2.15 PLC system, Page no 178 As bid specification, PLC shall be Hot redundant 100% redundancy shall be provided ,from PLC & 20 Water processor, redundant power Supply, redundant % additional spacer as per tender conditions. 471 Solutions Pvt communication interface modules and non-redundant Ltd. input/output (I/O) modules. Kindly confirm. 2.16 SCADA, Page no 180 As bid specification, SCADA shall be provided at central Tender Condition Prevails Toshiba monitoring room, which shall be based in the Water 472 administration building.PLC shall be common centralized Solutions Pvt control system or individual control system with process Ltd. specific.Kindly confirm.

Toshiba General Kindly confirm, if any third party integration with Through Central SCADA System Water proposed system is required. 473 Solutions Pvt Ltd. 2.13 Online water Monitoring System, As bid specification, Online Parameters at Inlet and outlet The Inlet and outlet parameters from the SCADA Toshiba Page no 164 of STP shall also monitor from CPCB and SPCB through shall be in the format, which shall be communicated Water different media like GPS, CDMA, Normal phone line, Data to MPCB Website. The respective client based 474 Solutions Pvt cards, android app shall be developed and installed as per Ltd. Broadband, 3G etc. the instructions of engineer in charge. Kindly Confirm. 2.17 CCTV, Page 200 As bid specification, CCTV monitoring station shall be As per Annexure-A4 provided at central monitoring Room, in administration building. CCTV cameras shall install at Inlet / wet well, primary Toshiba chamber, Process basins, membrane tanks, chlorination Water 475 room, discharge unit, substation, panel & Solutions Pvt Control room. Ltd. Minimum 15 nos. of dome & Bullet camera shall be provided for external area of STP and all cameras shall be centrally connected with IP based system. Kindly Confirm. Toshiba General PAGA System is not defining in the tender documents. So, Bidder shall provide this as per requirement. Water it is excluded from our scope of supply. 476 Solutions Pvt Kindly confirm Ltd.

117

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Page No. 74, xi. Contractor has to collect Taking sample and testing is difficult during this covid-19 Bidders shall do their due diligence, the existing Toshiba the sample and get it tested prior to bid pandemic. We request kindly allow for collect the sample sewage sampling data is provided in the tender Water 477 submission, the Test reports done by and get it tested a submission of the Test reports along document. Solutions Pvt MCGM are also given along with this tender with submission of the Basic engineering package after Ltd. for reference award. Not along with tender kindly confirm.

Page No. 76, Tanker filling points shall be We presume that Tanker filling points to be provided in Adequate reference drawings are uploaded. Contract provided to deliver the treated water from the STP premises and not in the nearest MCGM office. If is DBO, Sufficient details are given in the Tender STP upto the nearest MCGM office or up to in nearest MCGM office then please provide the distance document. Tanker filling point shall be located to Toshiba distance as instructed by Engineer in charge of the MCGM office from the proposed STP’s each the nearest MCGM premises as mentioned in the Water location. tender document as per instructions of Engineer in 478 Solutions Pvt Charge. Provided Annexure A9 for probable Ltd. locations of tanker filling points/MCGM premises, which is just for reference purpose, however bidders are encouraged to do their due diligence and quote accordingly. Toshiba Page No. 77, The contractor shall provide Please confirm the odor Control system to be provided OCS is required wherever necessary for all Water proper Odour Control system for the whole for the STP and Pumping station at each location. components emitting odour within STP. 479 Solutions Pvt unit shall be designed and provided Ltd. 7. SCOPE OF WORK, Page No. 78 Please confirm the distance for disposal of Grit and Complete responsibility of finalization of location of Toshiba (d.) Operation and Maintenance sludge. sludge disposal point safely lies with successful Water Transportation and disposal of Grit/sludge bidder. He shall coordinate with concerned 480 Solutions Pvt as instructed by Engineer In charge after departments/ authorities for the safe disposal of Ltd. appropriate sludge treatment required as sludge. per standards, at his own cost Refer Annexure A8. Page No. 78, The cost of water, chemicals We presume that cost of potable water required for the Yes it is in the contractors scope of work. Toshiba shall be bear by the Contractor operators is in the contractor’s scopes please clarify. And Water 481 we presume that for Chemical means all chemical Solutions Pvt required for the treatment as well as for laboratory is in Ltd. contractor’s scope please clarify.

Toshiba STP DETAILS, Page 79 The capacity mentioned is average flow. Kindly provide Refer Annexure A5 Water the peak capacity or peak factor to be considered. 482 Solutions Pvt Ltd.

118

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification

Toshiba Wastewater Sample Test Reports, Page 81 In this table of inlet parameter of sewage at each STPS, Bidders shall do their due diligence, the existing Water we cannot find inlet parameter of Thakur parking plot sewage sampling data is provided in the tender 483 Solutions Pvt STP, requested you to kindly provide the same or confirm document. Ltd. if bidder can consider it similar to any other STP. Page No. 88, 2. Designing and constructing Please provide the detail scope for hybrid power. As per tender document, Hybrid power means roof Toshiba Treatment Facility of capacity 3.5 MLD top solar power plant and supply from power Water (Including Instrumentation, Analyzing distribution company. Annexure A10 for Solar power 484 Solutions Pvt Sensors, Monitoring System, wet well generation capacities is provided for reference Ltd. pumping, hybrid power and surveillance) as purpose only. per specification Page no 302 and 294, These two statements are contradictory to each other at Average design flux should be 30 LMH at 25 degree Toshiba 11. At least 30 lmh flux @ 25 o C shall be one place it is mentioned at least 30 LMH and other page centigrade shall be considered to arrive at total Water considered to arrive at total membrane it is mentioned max 25-30 LMH. membrane area required to treat specified 485 Solutions Pvt area required to treat specified wastewater Please clarify which rate to be considered for design. wastewater quantity. Ltd. quantity Maximum net flux L/m2/hr (lmh) Max. 30 LMH for peak flow or average flow. 25-30 lmh Page no 302 and 294, Kindly allow the Nominal pore size of membrane 0.05μ. The Nominal pore size of the membrane can be less Toshiba Nominal pore size of membrane 0.04μ than or equal to 0.05 Microns, rest all the Water 486 conditions/ minimum specifications shall remain Solutions Pvt same as mentioned in the bid documents without Ltd. any financial implications. Toshiba HRT and SRT Biological reactor of MBR, Design criteria like SRT and HRT is not given for Biological Tender Condition Prevails Water Page 291 & 293 reactor of MBR. Kindly provide the same 487 Solutions Pvt Ltd. Toshiba Page no 291 to 293, HRT for Equalization HRT for Equalization Tank is not mentioned in the tender Tender Condition Prevails Water Tank doc. Kindly provide the same. 488 Solutions Pvt Ltd. Toshiba Technical Specifications for Civil Works Please provide layout showing existing facilities (if any) in Adequate reference drawings are uploaded. Water our area of work to ascertain the dismantling required. 489 Solutions Pvt Ltd. Toshiba Technical Specifications for Civil Works Kindly furnish the contour plan of the site with NGL and Adequate reference drawings are uploaded, however Water FGL of the plant. bidders are free to do the due diligence for the 490 Solutions Pvt bidding purpose. Ltd.

119

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Toshiba Technical Specifications for Civil Works Pl. provides the soil investigation report/ Bore log data reference purpose only, which is Water recommendations for foundation design. Also provide Attached as an Annexure A3. 491 Solutions Pvt ground water table depth. The bidders are required to carry out its own due Ltd. diligence. Toshiba Technical Specifications for Civil Works Please provide the tie in point for connecting storm water MOC of storm water drains is RCC. Water drainage. Please also confirm MOC of storm water drains 492 Solutions Pvt Ltd. Technical Specifications for Civil Works Please confirm if boundary wall or fencing is to be Additional clause to be read as: provided around battery limit of proposed plant. If yes Boundary wall or fencing is to be provided around please confirm the material of construction of boundary battery limit of proposed plant. Considering the Toshiba wall. beautification plan, successful bidder has to design Water 493 the plan along with hard fencing camouflage with Solutions Pvt green cover. It also to be mentioned that, the O&M Ltd. of 15 years shall covers all pumping systems including with Gate pumps/Interceptors proposed in the System Toshiba Technical Specifications for Civil Works Kindly provide the Civil Design basis mentioning the Please refer to the relevant IS codes and guidelines Water design method (working or Limit state method of design). issues by MCGM/ State PWD/ Irrigation Department/ 494 Solutions Pvt MJP/ Good industry practices, in the order of Ltd. precedence Shanti Infraengineering Pvt Ltd. Earnest Money Deposit: The payment gateways permit only cash EMD to be Tender Condition Prevails Shanti The Bidder shall provide the EMD through deposited. All other government departments allow Bank 495 Infraengineer payment gateways while submitting the Guarantees as EMD. Hence you are requested that BG be ing Pvt Ltd. Bid. allowed towards EMD submission.

Technical Experience In Poisar river project the bidders shall have to have Tender Condition Prevails experience of construction of STP based on MBR technology whereas in other two tenders bidders shall Shanti have to have experience of construction of STP, since the 496 Infraengineer nature of work in all these river projects is same we ing Pvt Ltd. request you to stipulate the experience of construction of STP for all the tenders.

120

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Technical Experience Looking at geology of Mumbai and our previous Please refer Corrigendum-13 experience it is observed that the nature of the rock is extremely hard, hence we request you to modify the technical criteria so that the experience bidders who have experience of carrying out the work of HDD in such Shanti hard strata may only be allowed in addition to this the 497 Infraengineer item of pulse plasma shall also be incorporated in cost as ing Pvt Ltd. the same is very necessary for carrying out the work in hard rock without endangering surrounding structures. The conventional blasting in this case may not be possible the similar project has already been invited by MCGM in the past i.e. Mithi river work wherein this type of qualifications are asked. Performance Guarantee The site is not fully cleared hence we request you that Tender Condition Prevails Shanti performance guarantee should be asked for the amount 498 Infraengineer of which the site is clear and the balance amount shall be ing Pvt Ltd. asked as an when the remaining clear site is handed over to us. Shanti Release of Security Deposit, Retention All the deposits, guarantee etc... Shall be released Tender Condition Prevails 499 Infraengineer Money, Performance Guarantee .... etc. proportionately on part completion as per the new ing Pvt Ltd. guidelines issued by the government. Shanti Site Clearance For the site clearance it should be MCGM responsibility Tender Condition Prevails 500 Infraengineer and shall not be in the scope of bidders. ing Pvt Ltd. Shanti Price Escalation In the current scenario it is very difficult to a certain the Tender Condition Prevails 501 Infraengineer price rise hence we request there should not be any ing Pvt Ltd. restriction or limitation on escalation. Rate Considering the current scenario of covid -19 there will Tender Condition Prevails Shanti be tremendous price in the material as well as cost of 502 Infraengineer labour we request you to increase the estimated cost. ing Pvt Ltd. Payment Schedule The payment schedule as prescribed in the tender is very Payment Schedule, Page 223 stringent, this will unnecessary will add the interest cost Shall be read as Shanti on the project price. We request you to modify the same 111) Payment Schedule: 503 Infraengineer so as the minimum cash flow is maintain without adding Upto 90% payment of completed work will be ing Pvt Ltd. any interest cost. released for respective month to the contractor as per actual measurement. 5% payment will be

121

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification released after Successful testing and trial run for one month of the work and remaining 5% on commissioning. However, following deduction shall be there in each running bill of the contract:  During Construction (DB Project Period): Retention Money: 5% of the capital cost (As per clause ii. Refund of Retention Money), Page no. 59 & 61.  During O&M Period: Maintenance Retention fund 5% of the O&M cost (As per clause Security deposit & Performance Guarantee PART A SCC 115 & 119), Page no. 235 & 237. Shanti Mobilization advance We request you to provide interest free mobilization Tender Condition Prevails.Latest MCGM Circulars 504 Infraengineer advance for this particular project on the same lines of shall be applicable, if any. ing Pvt Ltd. the Metro line project undertaken by MMRDA. Shanti Submission of Bid There should be at least 30 days period between issue of The revised schedule dates will be conveyed through 505 Infraengineer pre bid clarification and submission of bid. corrigendum. ing Pvt Ltd. Trojan Technologies PART-A, (a), (iii), Page 65, Design In the aforementioned CPHEEO Manual, there is no Kindly refer table of desired river discharge Engineering, MBR Based Plant standard for "Gardening" specified. We assume you are parameters given in Section 7- Scope of Works, Part- Submission of Process and Hydraulic Design referring to "Horticulture, Golf Course" point of use A-STPs, on Page no 69 of tender document for outlet for approval which shall fulfil the latest standard. Please confirm. parameter design. Trojan 506 CPHEEO manual standards of Recycling and Technologies reuse of waste water for gardening. (Chapter no 7, Table no 7.19 recommended norms of treated sewage quality for specified activities at point of use.) Desired River discharge Parameters, page The Fecal Coliform standard asked of "Below Detectable Tender Condition Prevails 69 Limit" in the present tender as mentioned in the Volume- TSS - < 10 mg/l 1, Table named "Desired River Discharge Parameters" is Trojan BOD - < 3 mg/l not feasible if the TSS standard specified is < 10 m/l. This 507 Technologies Fecal Coliform - Below Detectable Level is also justified in the CPHEEO Manual, wherein for (MPN /100 ml) "Horticulture, Golf Course" the Fecal Coliform standard specified is "Nil" when the TSS standard specified is also "Nil". This is because, Fecal Coliform is generally

122

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification associated with the TSS and to achieve "Below Detectable Limit" Fecal Coliform it is important to have TSS also "Nil". We request you to modify the Fecal coliform requirement from "Below Detectable Limit" to "< 2.2 MPN/100 ml on 30 Days Geometric Mean basis". This is the most widely used disinfection limit for microorganism worldwide for Reuse purpose for Gardening (various applications including food crop irrigation, parks, playgrounds, school yards, landscaping, golf courses, recreational impoundments, cooling towers, car washes and artificial snow making) purpose and also appropriate with respective to the TSS level of < 3 mg/l. Clause 3.32, Ultra Violet Disinfection We request you to leave the selection of the UV system The specifications mentioned in the said clause are System - General Description, Page no 326 type either in-line (Closed Vessel) UV System or the Open the minimum specifications of the items. However, An In Line UV system comprise of a unit’s Channel UV System to the UV Supplier / EPC contractor the successful bidder has to design and execute the controller and a UV chamber that contains based on the best fit as per the overall Hydraulic and items as per its own design which shall be approved UV lamps, lamp’s intensity sensor/s and process design concept of the bid. by the Engineer in charge. The agency has to prove Trojan 508 water transmission to UV sensor, suitable that it is a upgrade of the specification of the Technologies to deliver UV dose to the water. corresponding items if there is a requirement of the design as per the NWRl Ultraviolet Disinfection Guidelines for Drinking Water and Water Reuse (2003, 2012) and 2006 USEPA Ultraviolet Disinfection Guidance Manual (UVDGM) Clause 3.32, Ultra Violet Disinfection Just basing the calculation on the UVDGM may not be The specifications mentioned in the said clause are System - Necessary information to provide sufficient for the reuse application. We recommend that the minimum specifications of the items. However, in proposal, Page no 326Calculations of UV the UV System supplier should be able to submit a the successful bidder has to design and execute the Dose used for system sizing and guarantees. reactor (bioassay) validation report and calculation items as per its own design which shall be approved System sizing to be solely based on EPA justifying the sizing for the proposed reactor, without by the Engineer in charge. The agency has to prove UVDGM validation protocol Nov 2006 and exception. The bioassay should have been completed by that it is a upgrade of the specification of the validated RED values. an independent third party and have followed applicable corresponding items if there is a requirement of the Trojan 509 sections and protocols described in the NWRl Ultraviolet design as per the NWRl Ultraviolet Disinfection Technologies Disinfection Guidelines for Drinking Water and Water Guidelines for Drinking Water and Water Reuse Reuse (2003, 2012) and 2006 USEPA Ultraviolet (2003, 2012) and 2006 USEPA Ultraviolet Disinfection Disinfection Guidance Manual (UVDGM). The bioassay Guidance Manual (UVDGM) must demonstrate that the proposed UV system design and number of lamps shall deliver the specified Reduction Equivalent Dose (RED) based on the water quality and operating conditions specified herein.

123

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Clause 3.32, Ultra Violet Disinfection The Indicator Organism for monitoring the Disinfection The specifications mentioned in the said clause are System - Necessary information to provide process performance mentioned in the Volume-1, Table the minimum specifications of the items. However, in proposal, Page no 326 named "Desired River Discharge Parameters" is the successful bidder has to design and execute the The UV system shall provide the minimum mentioned as Fecal Coliform, however in the detail UV items as per its own design which shall be approved dose needed for 3 log inactivation of specification in Volume-3, Clause 3.32, Page 326 (UV by the Engineer in charge. The agency has to prove Trojan Cryptosporidium (or UVDGM table 1.4 of Disinfection System) the indicator organism mentioned is that it is a upgrade of the specification of the 510 Technologies specific microorganism log removal Cryptosporidium. Please confirm which indicator corresponding items if there is a requirement of the required for inactivation) according to organism to be used for the monitoring of the design as per the NWRl Ultraviolet Disinfection LT2ESWTR, under peak flow conditions with disinfection process effectiveness. In general, Fecal Guidelines for Drinking Water and Water Reuse one reactor out of service and with Coliform is the most widely referred indicator organism (2003, 2012) and 2006 USEPA Ultraviolet Disinfection allowance for reduced lamp output at end for wastewater reuse application and Cryptosporidium is Guidance Manual (UVDGM) of lamp life and under fouled conditions. used for the surfaced drinking water application. Clause 3.32, Ultra Violet Disinfection For UV System's critical components like UV Lamp and The specifications mentioned in the said clause are System - Necessary information to provide Sleeves, it is always recommended to not depend only on the minimum specifications of the items. However, in proposal, Page no 326 the manufacturer certification but should have been the successful bidder has to design and execute the Sleeve manufacturer certification approving validated by third party consultants and same value as items as per its own design which shall be approved that the absorption of the protecting quartz certified shall be use for the design. This is required by the Engineer in charge. The agency has to prove Trojan sleeve at 253.7 nanometers shall not because the transmissivity certification is not only that it is a upgrade of the specification of the 511 Technologies exceed 2% per 1 mm. thickness. important of the new sleeves but also account for the corresponding items if there is a requirement of the fouling of the sleeves which would occur during the design as per the NWRl Ultraviolet Disinfection operation of the UV system in the wastewater Guidelines for Drinking Water and Water Reuse application. Fouling reduces the transmissivity of the (2003, 2012) and 2006 USEPA Ultraviolet Disinfection sleeves and hence a third party validation fouling factor Guidance Manual (UVDGM) shall also be used for the UV system calculations. Clause 3.32, Ultra Violet Disinfection We request you to leave the selection of the UV system The specifications mentioned in the said clause are System - Ultraviolet Disinfection Chamber type either in-line (Closed Vessel) UV System or the Open the minimum specifications of the items. However, and UV Lamps, Page no 327 Channel UV System to the UV Supplier / EPC contractor the successful bidder has to design and execute the 1) The disinfection chamber will be made based on the best fit as per the overall Hydraulic and items as per its own design which shall be approved from SS 316, with not more than 2 lamps process design concept of the bid. Further the exact no. by the Engineer in charge. The agency has to prove Trojan 512 per bank of lamps, in case of multiple banks of lamps, banks position differs from manufacturer to that it is a upgrade of the specification of the Technologies of lamps – the banks of lamps need to be manufacturer and hence should not be specified in a corresponding items if there is a requirement of the position one after the other in 90deg to particular way. design as per the NWRl Ultraviolet Disinfection each other. Guidelines for Drinking Water and Water Reuse (2003, 2012) and 2006 USEPA Ultraviolet Disinfection Guidance Manual (UVDGM)

124

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Clause 3.32, Ultra Violet Disinfection We request you to leave the selection of the UV system The specifications mentioned in the said clause are System - Ultraviolet Disinfection Chamber type either in-line (Closed Vessel) UV System or the Open the minimum specifications of the items. However, and UV Lamps, Page no 327 Channel UV System to the UV Supplier / EPC contractor the successful bidder has to design and execute the 2. Medium Pressure lamps, enclosed within based on the best fit as per the overall Hydraulic and items as per its own design which shall be approved a quartz sleeve that is no less than 5 mm process design concept of the bid. Further the usage of by the Engineer in charge. The agency has to prove Trojan 513 thick, and that is situated perpendicular to exact type of lamps either Medium pressure or Low that it is a upgrade of the specification of the Technologies the flow path. If multiple lamps are used, Pressure, banks / lamps position should not be specified corresponding items if there is a requirement of the each subsequent lamp shall be placed in a particular way as every manufacturer has its own design as per the NWRl Ultraviolet Disinfection perpendicular to the previous lamp. way of arrangement. We request not to specify such Guidelines for Drinking Water and Water Reuse specifications. (2003, 2012) and 2006 USEPA Ultraviolet Disinfection Guidance Manual (UVDGM) Clause 3.32, Ultra Violet Disinfection As lamps, banks position differs from manufacturer to The specifications mentioned in the said clause are System - Ultraviolet Disinfection Chamber manufacturer and hence should not be specified in a the minimum specifications of the items. However, and UV Lamps, Page no 327 particular way. the successful bidder has to design and execute the 3. Lamps shall have the capability to be items as per its own design which shall be approved removed from either side of the chamber by the Engineer in charge. The agency has to prove Trojan 514 without having to stop the UV system and that it is a upgrade of the specification of the Technologies drain the water from the disinfection corresponding items if there is a requirement of the chamber. design as per the NWRl Ultraviolet Disinfection Guidelines for Drinking Water and Water Reuse (2003, 2012) and 2006 USEPA Ultraviolet Disinfection Guidance Manual (UVDGM) Clause 3.32, Ultra Violet Disinfection Medium Pressure (MP) Lamp may not be a suitable type The specifications mentioned in the said clause are System - Ultraviolet Disinfection Chamber of Lamps for this application due to following reasons:- the minimum specifications of the items. However, and UV Lamps, Page no 3274. Only Since MP Lamps polychromatic it gives suitable the successful bidder has to design and execute the Medium pressure High intensity UV arc environment for the algae build-up in the MP reactor due items as per its own design which shall be approved tubes shall be provided for disinfection. to the visible light available in the presence of nutrients by the Engineer in charge. The agency has to prove from the WW. Whereas Low Pressure (LP) lamps are that it is a upgrade of the specification of the monochromatic and hence do not have environment for corresponding items if there is a requirement of the algae build-up.- MP Lamps are bound to have a possible design as per the NWRl Ultraviolet Disinfection Trojan 515 By-product (Nitrite) formation and hence should be Guidelines for Drinking Water and Water Reuse Technologies reviewed appropriately considering the ammonia, nitrate (2003, 2012) and 2006 USEPA Ultraviolet Disinfection and nitrite levels in the treated water.- MP Lamps Guidance Manual (UVDGM) operate at roughly 800°C to 900°C and hence the close vessel reactor is prone to high scaling and fouling and will require extensive chemical cleaning and maintenance for a proper working of the UV reactor to meet the outlet performance quality, MP lamps UV reactor may even require cooling jacket. Whereas LP lamps operate at

125

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification about 100°C and hence less prone to the scaling and fouling.- Life of MP life is maximum of 8,000 hours compare to LP lamps life is expected to be 12,000 to 15,000 hours and hence require less frequent changing and less operating cost.- Energy consumption of MP lamps are almost 3 to 10 times that of the LP lamps and hence would consume much higher electrical power to achieve the same performance.Keeping above points in mind, it is clear that MP Lamps would not only require higher Capex but also the Opex and hence we recommend to change the type of Lamp technology from MP to LP which is norm worldwide as well for the wastewater reuse projects. Clause 3.32, Ultra Violet Disinfection Each UV supplier, Ballast and the lamp type used The specifications mentioned in the said clause are System - Ultraviolet Disinfection Chamber determines the range of the power level possible. Some the minimum specifications of the items. However, and UV Lamps, Page no 327 Lamps and Ballast are capable of 30 - 100% and some are the successful bidder has to design and execute the 5. Each lamp shall operate between 40%- between 60-100% and hence should not be specified in a items as per its own design which shall be approved 100% power. particular way and should be left to the EPC by the Engineer in charge. The agency has to prove Trojan 516 contractor/UV supplier. that it is a upgrade of the specification of the Technologies corresponding items if there is a requirement of the design as per the NWRl Ultraviolet Disinfection Guidelines for Drinking Water and Water Reuse (2003, 2012) and 2006 USEPA Ultraviolet Disinfection Guidance Manual (UVDGM) Clause 3.32, Ultra Violet Disinfection Every UV system that has been validated as per the The specifications mentioned in the said clause are System - Ultraviolet Disinfection Chamber USEPA - UVDGM/NWRI or other recognized protocol has the minimum specifications of the items. However, and UV Lamps, Page no 327 its own approved arrangement and may differ from the the successful bidder has to design and execute the 7. Each UV system shall have a UV intensity specified herein tender, that does not mean those items as per its own design which shall be approved sensor per lamp within the UV system. UV arrangements or not appropriate. Hence, such by the Engineer in charge. The agency has to prove Trojan intensity sensor that views and monitors specification should not be specified in a particular way that it is a upgrade of the specification of the 517 Technologies the lamp power directly through the air and should be left to the EPC contractor/UV supplier. corresponding items if there is a requirement of the with no other medium in between. Each UV design as per the NWRl Ultraviolet Disinfection intensity sensor will be connected to the Guidelines for Drinking Water and Water Reuse system's controller reporting real time (2003, 2012) and 2006 USEPA Ultraviolet Disinfection intensity of each lamp for assuring the Guidance Manual (UVDGM) delivery of the contacted dose.

126

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Clause 3.32, Ultra Violet Disinfection UVT sensor are used to measure the UV transmissivity of The specifications mentioned in the said clause are System - Ultraviolet Disinfection Chamber the water and hence one (1) UVT sensor on the common the minimum specifications of the items. However, and UV Lamps, Page no 327 inlet point of the UV reactors/channels is sufficient to the successful bidder has to design and execute the 8. Each UV system shall include at least one measure the UVT parameter and does not require every items as per its own design which shall be approved UVT sensor per system that is integrated reactor to have a separate UVT sensor as inlet water by the Engineer in charge. The agency has to prove Trojan 518 within the system chamber. The UVT sensor quality remains same. that it is a upgrade of the specification of the Technologies will be connected to the system controller corresponding items if there is a requirement of the inline and provide the UVT for the validated design as per the NWRl Ultraviolet Disinfection dose pacing algorithm. Guidelines for Drinking Water and Water Reuse (2003, 2012) and 2006 USEPA Ultraviolet Disinfection Guidance Manual (UVDGM) Clause 3.32, Ultra Violet Disinfection Every UV system that has been validated as per the The specifications mentioned in the said clause are System - Ultraviolet Disinfection Chamber USEPA - UVDGM/NWRI or other recognized protocol has the minimum specifications of the items. However, and UV Lamps, Page no 327 its own approved arrangement and may differ from the the successful bidder has to design and execute the 9. The sensors shall be non-immersed specified herein tender, that does not mean those items as per its own design which shall be approved within the disinfection chamber and will arrangements or not appropriate. Hence, such by the Engineer in charge. The agency has to prove Trojan 519 have no contact with water or other specification should not be specified in a particular way that it is a upgrade of the specification of the Technologies medium other than air, enabling and should be left to the EPC contractor/UV supplier. corresponding items if there is a requirement of the disassembly of the sensor without stopping design as per the NWRl Ultraviolet Disinfection or draining the reactor. Guidelines for Drinking Water and Water Reuse (2003, 2012) and 2006 USEPA Ultraviolet Disinfection Guidance Manual (UVDGM)

Clause 3.32, Ultra Violet Disinfection Each UV supplier, Ballast and the lamp type used The specifications mentioned in the said clause are System - Power/ Control determines the range of the power level possible. Some the minimum specifications of the items. However, Module/Monitoring, Page no 327 Lamps and Ballast are capable of 30 - 100% and some are the successful bidder has to design and execute the 1. Each power supply (ballast) shall between 60-100% and hence should not be specified in a items as per its own design which shall be approved independently operate one lamp that is particular way and should be left to the EPC by the Engineer in charge. The agency has to prove Trojan 520 capable of 40-100 percent adjustability. contractor/UV supplier. that it is a upgrade of the specification of the Technologies corresponding items if there is a requirement of the design as per the NWRl Ultraviolet Disinfection Guidelines for Drinking Water and Water Reuse (2003, 2012) and 2006 USEPA Ultraviolet Disinfection Guidance Manual (UVDGM)

127

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Clause 3.32, Ultra Violet Disinfection This seems to be a specifications meant for the USEPA The specifications mentioned in the said clause are System - Power/ Control requirement for projects in USA. Please clarify. the minimum specifications of the items. However, Module/Monitoring, Page no 3288. The the successful bidder has to design and execute the software shall have built in EPA reporting items as per its own design which shall be approved capabilities for standard operation and off by the Engineer in charge. The agency has to prove Trojan 521 spec events. that it is a upgrade of the specification of the Technologies corresponding items if there is a requirement of the design as per the NWRl Ultraviolet Disinfection Guidelines for Drinking Water and Water Reuse (2003, 2012) and 2006 USEPA Ultraviolet Disinfection Guidance Manual (UVDGM) Clause 3.32, Ultra Violet Disinfection The communication protocols will depend on the WwTPs The specifications mentioned in the said clause are System - Power/ Control main PLC / SCADA make and the UV System suppliers the minimum specifications of the items. However, Module/Monitoring, Page no 328 make of PLC and hence this should not specified for the successful bidder has to design and execute the 9. Controller shall have built in capabilities particular type of communication protocol and should be items as per its own design which shall be approved to tie into existing SCADA via MODBUS left to engineering details to the EPC Contractor/UV by the Engineer in charge. The agency has to prove Trojan 522 communication protocols via RS485. Supplier. that it is a upgrade of the specification of the Technologies corresponding items if there is a requirement of the design as per the NWRl Ultraviolet Disinfection Guidelines for Drinking Water and Water Reuse (2003, 2012) and 2006 USEPA Ultraviolet Disinfection Guidance Manual (UVDGM) Clause 3.32, Ultra Violet Disinfection The Indicator Organism for monitoring the Disinfection The specifications mentioned in the said clause are System - Dosage, Page no 328 process performance mentioned in the Volume-1, Table the minimum specifications of the items. However, 1. The UV system shall provide the named "Desired River Discharge Parameters" is the successful bidder has to design and execute the minimum Validated dose needed for 3 log mentioned as Fecal Coliform, however in the detail UV items as per its own design which shall be approved inactivation of Cryptosporidium (or UVDGM specification int he Volume-3, Clause 3.32, Page 326 (UV by the Engineer in charge. The agency has to prove table 1.4 of specific microorganism log Disinfection System) the indicator organism mentioned is that it is a upgrade of the specification of the removal required for inactivation) according Cryptosporidium. Please confirm which indicator corresponding items if there is a requirement of the Trojan to LT2ESWTR under peak flow conditions. organism to be used for the monitoring of the design as per the NWRl Ultraviolet Disinfection 523 Technologies The basis for evaluating the UV dose and disinfection process effectiveness. In general, Fecal Guidelines for Drinking Water and Water Reuse system design criteria for the UV system Coliform is the most widely referred indicator organism (2003, 2012) and 2006 USEPA Ultraviolet Disinfection shall be in accordance to the for wastewater reuse application and Cryptosporidium is Guidance Manual (UVDGM) manufacturer's certification based on bio- used for the surfaced drinking water application. NOTE: dosimetric tests. RED Dosage for Fecal Coliform may be higher than for Cryptosporidium and hence using the Cryptosporidium may be undersized for the required reduction of Fecal Coliform.

128

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Clause 3.32, Ultra Violet Disinfection The end of Lamp Life Factor is one of the key design The specifications mentioned in the said clause are System - Dosage, Page no 329 parameters and hence any UV system which does not the minimum specifications of the items. However, 2. The UV Dose will be sized according to have a Third Party Certified factor for the proposed UV the successful bidder has to design and execute the using an end of lamp life factor of a System should not be used. End of Lamp Life Factor items as per its own design which shall be approved maximum of 0.8. should only be based on the Third Party Certified value by the Engineer in charge. The agency has to prove Trojan 524 and hence can be lower or higher than the specified 0.8 that it is a upgrade of the specification of the Technologies and hence it is requested to ask the UV System design to corresponding items if there is a requirement of the incorporate only the certified End of Lamp Life factor by design as per the NWRl Ultraviolet Disinfection Third Party. Guidelines for Drinking Water and Water Reuse (2003, 2012) and 2006 USEPA Ultraviolet Disinfection Guidance Manual (UVDGM) Clause 3.32, Ultra Violet Disinfection Each UV supplier, Ballast and the lamp type used The specifications mentioned in the said clause are System - Dosage, Page no 329 determines the range of the power level possible. Some the minimum specifications of the items. However, 3. The UV dose shall be capable of Lamps and Ballast are capable of 30 - 100% and some are the successful bidder has to design and execute the adjustment by a medium pressure lamp and between 60-100% and hence should not be specified in a items as per its own design which shall be approved ballast integrated system that is capable of particular way and should be left to the EPC by the Engineer in charge. The agency has to prove Trojan 525 adjusting the lamp intensity from 40-100 contractor/UV supplier. that it is a upgrade of the specification of the Technologies percent. corresponding items if there is a requirement of the design as per the NWRl Ultraviolet Disinfection Guidelines for Drinking Water and Water Reuse (2003, 2012) and 2006 USEPA Ultraviolet Disinfection Guidance Manual (UVDGM) Clause 3.32, Ultra Violet Disinfection The suggested spare parts seems to be too limited not in The specifications mentioned in the said clause are System - Spare Parts, Page no 329 line with the operational experience of the similar the minimum specifications of the items. However, 1. Spare Parts shall be supplied with the systems in operation. the successful bidder has to design and execute the equipment as follows. items as per its own design which shall be approved a. 1 MP UV lamp per 1 lamp in installed by the Engineer in charge. The agency has to prove Trojan 526 b. 1 set of gaskets per lamp that it is a upgrade of the specification of the Technologies corresponding items if there is a requirement of the design as per the NWRl Ultraviolet Disinfection Guidelines for Drinking Water and Water Reuse (2003, 2012) and 2006 USEPA Ultraviolet Disinfection Guidance Manual (UVDGM)

129

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification The tender specifications for the UV System It is basic requirement to have the online or offline The specifications mentioned in the said clause are does not consider all the operational chemical cleaning of the UV System's quartz sleeve to the minimum specifications of the items. However, requirements of the UV System such as the remove the scaling/fouling and maintain the the successful bidder has to design and execute the Cleaning requirement to maintain the transmissivity of the sleeve and as has been mentioned in items as per its own design which shall be approved transmissivity of the Quartz Sleeve, Standby the Metcalf & Eddy 5th Edition Page no. 1390 & 1391. by the Engineer in charge. The agency has to prove Trojan 527 Requirement, etc. Standby shall be based on the system proposed and that it is a upgrade of the specification of the Technologies hence can be a standby UV Bank per Channel or a corresponding items if there is a requirement of the complete UV unit for a closed vessel UV System. design as per the NWRl Ultraviolet Disinfection Guidelines for Drinking Water and Water Reuse (2003, 2012) and 2006 USEPA Ultraviolet Disinfection Guidance Manual (UVDGM) Xylem Water solutions India Pvt Ltd **Technology Provider, Page no 16The We understand that technology provider experience in The agency should have the patent or license to bidders have to submit the MOU with the India or foreign country is also considered. Pls confirm. commercially manufacture the ultra-filtration technology provider of the STP having the membrane (MBR) shall be used in the plant, Located proven MBR technology based experience anywhere in the world. of at least 10 MLD capacity (of being technology provider i.e. he should be responsible for designing of process and supplying key components) and facilities for designing, manufacturing and operations of the key components like Ultra Filtration membrane of the MBR based STP capable Xylem Water of producing Effluent (product water) of the 528 solutions prescribed standards in the tenders.The India Pvt Ltd agency should have a registered office in India, with the trained manpower in the area of process design, detailed engineering, commissioning and support during O&M period. The agency shall provide the process design of the plant and supply key process equipment's required for MBR plant in order to ensure the proper functioning of the MBR plant for producing desired quality effluent.The agency should have the patent or license to commercially manufacture the ultra-filtration membrane

130

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification (MBR) shall be used in the plant.The technology provider is allowed to tie up with multiple bidders. **Technology Provider, Page no 16 The Technology provider definition / Membrane Tender condition Prevails The bidders have to submit the MOU with specifications given in the tender document could be the technology provider of the STP having fulfilled by only limited vendors. the proven MBR technology based Hence to promote the competitive bidding we request experience of at least 10 MLD capacity (of MCGM to qualify as Technology provider such agency / being technology provider i.e. he should be reputed company working in water and waste water responsible for designing of process and treatment having exclusive authorized license of qualified supplying key components) and facilities for Membrane manufacturer meeting the specified designing, manufacturing and operations of qualification criteria. the key components like Ultra Filtration membrane of the MBR based STP capable of producing Effluent (product water) of the prescribed standards in the tenders. Xylem Water The agency should have a registered office 529 solutions in India, with the trained manpower in the India Pvt Ltd area of process design, detailed engineering, commissioning and support during O&M period. The agency shall provide the process design of the plant and supply key process equipment's required for MBR plant in order to ensure the proper functioning of the MBR plant for producing desired quality effluent. The agency should have the patent or license to commercially manufacture the ultra-filtration membrane (MBR) shall be used in the plant. The technology provider is allowed to tie up with multiple bidders. 2.13 Specifications for Online water There is discrepancy in the number and Type of Analyzers Tender Condition is prevails. Monitoring System . to be provided in both clauses (2.13 & 2.16.2) so please Xylem Water 2.16.2. Scope of Work:, Page no 167 & 180 confirm which clause should we consider for bidding 530 solutions As per Clause 2.13 : Parameters will be /Estimation. India Pvt Ltd monitored at different location as mentioned below: STP inlet and Outlet: pH, TSS, BOD, COD,

131

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Ammonical Nitrogen, Phosphate and Flow As per Clause 2.16.2. Scope of Work: For Inlet / Plant of STP: pH Analyzer, COD, BOD, TSS, TOC Analyzer, Total coliform Analyzer, Nitrate and Ammonical Nitrogen Analyzer, For out let of STP : pH Analyzer, COD, BOD, TSS,TOC Analyzer, Total coliform Analyzer, Nitrate and Ammonical Nitrogen Analyzer ; Toxicity monitoring system For the following Parameters OIL & WATER ANALYZER , FLOURIDE ANALYZER , CHLORIDE ANALYZER ,ZINC ANALYZER , IRON ANALYZER , HEXAVELENT CHROMIUM ANALYZER , MERCURY ANALYZER , LEAD ANALYZER ,CADMIUM ANALYZER , NICKEL ANALYZER Page no 219 ,283 ,289 & 303 Referred all clauses are contradictory , Please confirm Shall be read as : As per Clause 3.13 :Longitudinal grit trap which type of Grit separator shall be provided by bidder. As per Clause 3.13 : Longitudinal grit trap shall be shall be equipped with the provision of equipped with the provision of removal of FOG by removal of FOG by means of aeration by means of aeration by rotary vane rotary vane compressors/blowers. compressors/blowers. As per Clause 3.25.8 : Gravity type grit As per Clause 3.25.8 : Gravity type grit basins shall basins shall be provided without be provided without mechanical grit collector . The mechanical grit collector . The sediment grit sediment grit shall be discharged to grit pit by Xylem Water shall be discharged to grit pit by manual manual operation through pipes and valves. The grit 531 solutions operation through pipes and valves. The grit slurry shall be taken to the nearest manhole of India Pvt Ltd slurry shall be taken to the nearest manhole gravity sewer. of gravity sewer. As per Design/Sizing Criteria and Other As per Design/Sizing Criteria and Other Requirements: Requirements :The required vortex type of The required Pre-fabricated / cast insitu Vortex Grit Grit Separator Separators, as per the design and methodology of 3.26 Grit Removing Equipment (Vortex technology provider. Type for STP Plant) 3.26 Grit Removing Equipment (Vortex Type for STP Plant) Page no 222 & 308 Referred clauses are contradictory , Please confirm the Clause 3.13 Pre-fabricated primary unit Xylem Water 3.13 Pre-fabricated primary unit : 90 % of required removal efficiency for particle size ≥ 0,2 mm Shall be read as: 532 solutions grit removal for particle size ≥ 0,2 mm specific gravity 2.65. The grit separators shall be capable of removing at India Pvt Ltd specific gravity of grit particle shall be2.65 least 95% of particles with a specific gravity of

132

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification 3.26 Grit Removing Equipment (Vortex minimum 2.65 and with a diameter of 200 micron Type for STP Plant) : Removal rate for > and greater. 0.200 mm size (specific gravity 2.65 ) is 95% Organic removal: The final dewatered grit from the classifier / washer shall contain less than 5% putrescible organic matter on dry basis. 3.25.4 Wet Well Coarse Screen & Gate Referred clauses are contradictory, we presume that one The 100 % stand by system shall be provided with Design/Sizing Criteria and Other Mechanical coarse screen and one manual coarse screen mechanical type , no manual screen can proposed in Requirements, Page no 282 & 288As per shall be required. Please confirm. this system. Xylem Water Clause 3.25.4 :One numbers of Mechanical 3.26 Grit Removing Equip…: Tender condition 533 solutions Coarse screens shall be provided.As per Prevails India Pvt Ltd Design/Sizing Criteria and Other Requirements : One Mechanical Working & One Mechanical Standby Screens are required. 3.25.7 Fine Screens Design/Sizing Criteria Referred clauses are contradictory, we presume that one Shall be read as: and Other Requirements, Page no 283 & Mechanical Fine/medium screen and one manual 3.25.7 Fine Screens 289 medium screen shall be required. Please confirm. The Medium Screens shall receive coarse-screened As per Clause 3.25.7 : One number of sewage from the upstream Wet Well. An Mechanical fine screen shall be provided as electronically controlled automatic jam removal Xylem Water working unit and one number of manual system shall be provided in addition to the safety 534 solutions fine screen shall be provided as standby devices specified elsewhere in the document. The As per Design/Sizing Criteria and Other 100 % stand by system shall be provided with India Pvt Ltd Requirements :Medium Screen Channels mechanical type, no manual screen can have One Mechanical Working & One Mechanical proposed in this system. The screenings removed by Standby Screens are required. the screens shall be directly discharged in to a container at the appropriate elevation above finished ground level.

3.8 Pump Requirements Design/Sizing Referred clauses are contradictory, we presume that the Tender condition prevails. Criteria and Other Requirements, Page no plant capacities are less than 5 MLD. Please allow the 215 & 289 bidder to select pump configuration(a) 1 pump of 1 DWF, As per 3.8 Pump Requirements : The (b) 1 of 2 DWF and (c) 1 of 3 DWF capacity. Please Xylem Water general practice is to provide 3 pumps for a confirm. 535 solutions small capacity for wet well pumping station India Pvt Ltd comprising (a) 1 pump of 1 DWF, (b) 1 of 2 DWF and (c) 1 of 3 DWF capacity. For large capacity pumping station, 5 pumps are usually provided, comprising (d) 2 of 1/2 DWF, (e) 2 of 1 DWF and (f) 1 of 3 DWF

133

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification capacity, including standby. As per Design/Sizing Criteria and Other Requirements :TSPS Pumps 2 Working + 1 standby 3.25.11 Sludge Extraction, Page no 284 We understand that only sludge dewatering Unit is Bidder shall proceed with the clause no 3.33 Xylem Water As per clause 3.25.11 : The sludge from required & the sludge drying units is not required. Please Dewatering Screw Press , page 329 onwards, in the 536 solutions aeration tanks shall be pumped to De- confirm. tender document. India Pvt Ltd watering unit , and the sludge drying units.

3.25.16 Centrifuge Building, Page no 285 We understand that these projects are greenfield This is green field project, no existing dewatering Xylem Water 3.25.16 Centrifuge Building : The sludge projects & no existing building is available at site. 537 solutions from new MBR plant shall be dewatered in dewatering building is present near to the STP plot , India Pvt Ltd the existing dewatering building housing Please confirm. the dewatering system. 3.25.19 Gravity Sludge Thickener The installation of Gravity Thicker is economical & The bidder should consider the Directly dewatering 3.25.20 Thickened Sludge Practical for the Plant capacity more than 10 MLD and as screw Process to achieve the Performance criterion : Design/Sizing Criteria and Other per Design/Sizing Criteria and Other Requirements page Inlet consistency – 3-5% Outlet consistency – 23-26% Xylem Water Requirements : Gravity Sludge Thickener, no 287 the required dewatered sludge consistency is 15% 538 solutions Page 286 & 296 so by using only centrifuge as dewatering unit we can India Pvt Ltd 3.25.19 Gravity Sludge Thickener : Gravity achieve 15% dewatered sludge consistency . sludge thickener shall be provided for Please allow bidder to consider only centrifuge as thickening of Waste Activated Sludge (WAS) dewatering unit instead of gravity thickener followed by generated from MBR basins. Centrifuge . Volume-3, Page 286 As per CPHEEO Manual peak factors are as follows, The provided peak factors are minimum to be Design/Sizing Criteria and Other Upto 2 MLD : 3 Factor followed, Also Please refer the Annexure-A5 Xylem Water Requirements 2 MLD to 5 MLD : 2.5 Factor attached separately for reference purpose only. 539 solutions Peak Hour Hydraulic Peaking Factor (PF) :2 5 MLD to 75 MLD : 2.25 Factor However bidder shall do their own due diligence by India Pvt Ltd to 2.25 Above 75 MLD : 2. Factor , taking observation at site in this regard. Please confirm design peak factor for each STP.

Volume-3, Page 286 The design values of Raw sewage Characteristics are not Sufficient Details are already given in the tender, Xylem Water Design/Sizing Criteria and Other given in the tender document , Please provide design however bidders are free to do the due diligence for 540 solutions Requirements Values of BOD , COD , TSS , TKN , NH3 , TP , Minimum & the bidding purpose. India Pvt Ltd Influent Wastewater Characteristics Maximum Sewage temperature .

Xylem Water Design/Sizing Criteria and Other The requirement of the quantities of Anoxic zones in the Note: Applicable for Volume-2 & Volume-3 of the 541 solutions Requirements, Page no 291Anoxic Zones : Process scheme (Pre anoxic & Post anoxic ) is based on Tender Document.The specifications mentioned in India Pvt Ltd Min no of anoxic zones per basin 2 nos the required Nitrogen removalefficiency hence please the said clause are the minimum specifications of the

134

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification allow bidder to select quantity of Anoxic zone as pertheir items. However, the successful bidder has to design process design. Please confirm. and execute the items as per its own design which shall be approved by the Engineer in charge. The agency has the liberty to upgrade the specification of the corresponding items if there is a requirement of the design with approval of engineer in charge. Volume-3, Page 292 The design values of Alpha Factor for diffused aeration Tender condition prevails Design/Sizing Criteria and Other system are in the range 0.4 to 0.8 & Typical design value Xylem Water Requirements is 0.65. Please allow bidder to consider Alpha Factor 0.65 542 solutions Max Alpha Factor, α : 0.5 & Max Fouling instead of 0.5. The design values of fouling factor are in India Pvt Ltd factor, F : 0.8 the range 0.65 to 0.9 & the typical design value is 0.9 , Please allow bidder to consider fouling factor 0.9 instead of 0.8. Volume-3, Page 292 The Capital cost & Operating cost of High speed turbo As per tender document Design/Sizing Criteria and Other blowers are economical for the Blower capacity 7000 Xylem Water Requirements m3/hr & above. Since the capacities of the plant are 543 solutions Process Air Blowers : High speed turbo below 5 MLD & The required blower capacity is below India Pvt Ltd blower 7000 m3/hr hence please allow bidder to select Blower MBR Scour Air Blowers: High speed turbo type Tri / Twin lobe type instead of high speed turbo blower blowers Volume-3, Page 297 & 285 Referred clauses are contradictory, we presume that the Volume-3, Page 297 & 285As per Design/Sizing As per Design/Sizing Criteria and Other only Centrifuge is required as dewatering unit & Gravity Criteria and Other Requirements , page no 297 : Requirements , page no 297 : Centrifuge & thickener / Screw press are not required. Please confirm. Centrifuge & its feed pumps are required - Read as its feed pumps are required . Dewatering Screw press & it's components as per As per Design/Sizing Criteria and Other Clause No 3.33 on page no 329. Xylem Water Requirements , page no 297 : the 544 solutions Dewatering Screw press are required as As per clause no 3.25.16 : Centrifuge Building is India Pvt Ltd dewatering unit required for Installation of Centrifuge. - Read as As per clause no 3.25.16 : Centrifuge Dewatering Screw press & it's components as per Building is required for Installation of Clause No 3.33 on page no 329. Centrifuge

135

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Volume-3, Page 303 We presume that only Supply of Membranes, Membrane Tender conditions prevail. 3.25.22 Scope Modules and Cassettes are in Technology Provider scope. The MOU with the Technology Provider The design & technical support during installation & must contain the following Scope: commissioning of Membrane system including 1. Fine Screens Membranes, Membrane Modules and Cassette, 2. DO Control Permeate Pumps, RAS Pumps, Back pulse Pumps, 3. Anoxic Basin / Mixer Membrane Support Frames, Air Scour Blowers & 4. Bioreactor / Fine Bubble Diffusers and Membrane System Valves and actuators are in Blowers Technology Provider scope. Please confirm. 5. Membranes, Membrane Modules and Xylem Water Cassettes 545 solutions 6. Membrane Support Frames India Pvt Ltd 7. Permeate Pumps, RAS Pumps, Back pulse Pumps 8. Air Scour Blowers 9. Membrane System Valves and actuators 10. Piping & Valves within membrane filtration system tank limits 11. Membrane System Instrumentation, PLC & PLC Configuration 12. Complete Design Engineering Package of the plant along with technical support during installation & commissioning. Volume-3, Page 293 The Retrievable Aeration Grid arrangement with MOC SS SS 316L shall be the MOC of aeration grid. Design/Sizing Criteria and Other 316 L for such small capacity STP plants are not Xylem Water Process Air Diffusers : Diffuser type Fine economical & Practical So please allow bidder to select 546 solutions bubble membrane, tubular or disc, Fixed aeration grid with MOC uPVC. Please confirm. India Pvt Ltd retrievable Diffuser Piping Grid, MOC :SS316L Volume-3, Electrical Equipment – Since the capacity of the plant is low, we understand that Bidder shall do the due diligence with Supply Utility. Transformer _Clause 1.2 page 12 of for this project 11 kV, 3 phase power supply can be MCGM will provide necessary assistance in this 414,Battery Limit for Electrical WorkThe accepted to designing electrical equipment. Please clarify matter. Whereas the supply connection of 22 KV / 11 Xylem Water power distribution system was considered KV shall be confirmed by Supply utility. Entire 547 solutions on 22 or 11 KV, (or As per STP existing activity shall be done by bidder. India Pvt Ltd power supply HT Voltage, bidder may consider the same. For transformer HV side, LV side is 433 V; The MCGM electrical department need to be consulted.

136

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Volume-3, Electrical Equipment - We understand that Single source 11 kV, 3 phase Bidder shall do the due diligence with Supply Utility. Transformer Clause 1.2 page 11 of 408, electrical power supply will be provided by the employer MCGM will provide necessary assistance in this Battery Limit for Electrical Work up to the metering panel in the premises of the plant. matter. Whereas the supply connection of 22 KV / 11 Xylem Water The power distribution system was Please clarify. KV shall be confirmed by Supply utility. Entire 548 solutions considered on 22 or 11 KV, (or As per STP activity shall be done by bidder. India Pvt Ltd existing power supply HT Voltage, bidder may consider the same. For transformer HV side, LV side is 433 V; The MCGM electrical department need to be consulted. Xylem Water Volume-3, Electrical Equipment - Electrical You are requested to provide HT/ LT fault level to design Fault level shall be as per Supply utility. Bidders are 549 solutions Equipment - Fault Level General Electrical Equipment's. free to do their own due diligence. India Pvt Ltd Electrical Power Supply -Fault Level Volume-3, DIESEL STANDBY We understand that DG set should be sized considering Tender Condition prevails. Xylem Water GENERATOR_Clause critical load of the plant as per process requirement for 550 solutions 1.8 , page 54 of 414 smooth operation of the plant without any failure. India Pvt Ltd (100% working load of the plant should be Please clarify. considered for DG set sizing) Volume-3, UPS& BATTERY, BATTERY We understand that rating mentioned in the tender Selection of UPS and Battery shall be as per tender Xylem Water CHARGER & DCDB_Clause -1.9 & 1.10 page document for UPS, Battery are tentative and bidder Is clause 1.10 BATTERY, BATTERY CHARGER & DCDB 551 solutions 61 of 414 free to choose such equipment's based on actual load as India Pvt Ltd Capacity of UPS & Battery Charger per process requirement. Please clarify. Volume-3, PLC /SCADA System Clause 2.14 We understand that cold redundant PLC/SCADA system Shall be read as: page 176 of 414 will be accepted to control & monitor of the plant Redundancy: 100% hot redundant processor, Xylem Water Redundancy without any interruption as per process requirement. redundant Power supply, non –redundant I/O’s, 552 solutions Please clarify . redundant communication between Processor and India Pvt Ltd I/O’s and redundant FO communication shall be considered. Volume-3, HT METAL ENCLOSED We suggest that Antipumping is an inbuilt function of HT METAL ENCLOSED SWITCHBOARDS & SWITCHBOARDS & SWITCHGEARS-Clause VCB. Hence, separate relay is not required. Please clarify. SWITCHGEARS-Clause 1.3 Point C _ c, page 25 of Xylem Water 1.3 Point C _ c, page 25 of 414VCB Breaker 414VCB Breaker & Relay Anti-pumping relay and trip 553 solutions & Relay Anti-pumping relay and trip coil coil suspension relay shall be provided, Bidder shall India Pvt Ltd suspension relay shall be provided. use the upgraded technology.

137

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Volume-3, 415 V METAL ENCLOSED We understand that Height of the panel depend on the Tender condition prevails SWITCHGEARS / MCC_Clause 1.5 point LV devices mounted on the panel. Standard height of the Xylem Water B_a_i page 42 of 408 panel are 2350 mm including LV compartment height of 554 solutions Total height of switchgear shall not exceed 980mm hence we suggest that Height of the panel should India Pvt Ltd 2300 mm. be decided by the manufacturer during detail engineering and this deviation will be accepted .Please clarify. Volume-3, General, Drawings We would like to request you to provide Single line It is a DBO contract, Bidders shall submit their SLD as Xylem Water diagram and control system of the architecture of per their design. 555 solutions proposed plant for better understanding of the scope. India Pvt Ltd Volume-3, 2.13.1.3 Ammonium Nitrogen We request you to kindly amend the measuring range as Tender condition Prevails Sensor, Page no. 172-173, per the following (the suggested ranges are within the Measuring Range: prescribed range by Govt. for any STP). Xylem Water Ammonium: 0.01 to 14,000 ppm as NH4+- NH4-N: 0.1 ... 2,000 mg/l 556 solutions N K+: 0.1 ... 1,000 mg/l / India Pvt Ltd Potassium: 0.01 to 40,000 ppm Operating temperature: 32 °F … 104 °F (0 °C … +40 °C), Temperature: 0° C to 100° C (32° F to 212° F) Volume-3, 3.46 Approved Pls considered "Xylem make" as approved vendor for NOTE: Vendor/Manufacturer/Make List- equipment’s i.e. submersible pump, submersible mixer, 1. Bidders can choose their vendor either from Mechanical Equipment Fine buddle diffuser, Disc Filter. approved vendor list or the vendor outside the list a) Submersible Pumps( KSB, Wilo, ABS In past tender of MCGM, “Xylem make" was already in shall follow the procedure of vendor approval from Sulzer, Grundfos b) approved vendor list. Copy of approved vendor for past Engineer in charge, it needs to be noted that the Submersible Mixer (ABS- Suzler, Grundfos, tender " MCGM - WWTP" is also enclosed specifications of the product shall meet the Xylem Water KSB, Eurotek) separately for review. corresponding minimum specifications mentioned in 557 solutions c) Fine Bubble Diffusers (Environmental the tender. India Pvt Ltd Dynamics, OTT GMBH, Rehau, Southern 2. Bidder shall select the equipment’s from makes scogen, Eutotek) listed above or approved equivalent. Before placing d) Disc Filter (AquaAerobic System Inc., the purchase order, approval shall be obtained from Jash Nordic, Huber, Jonhson, Yucheon, the MCGM/Competent Authority, For the Makes Siemens) which are not listed above following the due procedure of approval at its own cost. VOLUME 1 : PART A– STPs, Page no There is discrepancy in the Type Disinfection system to be The specifications mentioned in the said clause are 74Volume 3 : Design/Sizing Criteria and provided in both clauses, so please allow bidder to select the minimum specifications of the items. However, Xylem Water Other RequirementsAs per clause MBR suitable disinfection system to achieve desired Fecal the successful bidder has to design and execute the 558 solutions Based Plant , Page no 74 : Ultraviolet coliform level in the treated sewage . items as per its own design which shall be approved India Pvt Ltd disinfection system and post disinfection by the Engineer in charge. The agency has the liberty system with chlorination is requiredAs per to upgrade the specification of the corresponding Clause Design/Sizing Criteria and Other items if there is a requirement of the design as per

138

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Requirements, Page no : 296 Sodium the NWRl Ultraviolet Disinfection Guidelines for Hypochlorite Dosing : Sodium Hypochlorite Drinking Water and Water Reuse (2003, 2012) and Dosing or Gas Chlorination System 2006 USEPA Ultraviolet Disinfection Guidance Manual (UVDGM) PART A– STPs, Page no 66 , The requirement & Locations of Bypass lines in the The bidders are required to carry out their own due v. Design, Construction and Commissioning treatment process scheme is not clear , Please confirm diligence and design including bypass arrangement Xylem Water of Bypass Lines the location of Bypass lines provided no Bypass of any influent shall be allowed 559 solutions in to the river. However the bidders are free to India Pvt Ltd design a bypass for emergency system in a nearest Existing Sewer lines, with the approval of MCGM. xi. Contractor has to collect the sample and The values of the raw sewage characteristic are the most Sufficient Details are already given in the tender, get it tested prior to bid submission, the critical design parameters for any waste water treatment however bidders are free to do the due diligence for Test reports done by MCGM are also given plant . the bidding purpose. along with this tender for reference If each bidder can collect & analyze the raw sewage As per clause Inlet Parameters -The Inlet sample and design the STP according to that then the parameters for proposed STP locations are Capital cost ,Operation cost & Power consumption of given below; (It is recommended to each bidder will be different so because of it , MCGM will Xylem Water consider Minimum BOD as 250 mg/lit be unable to do bid evaluation properly. 560 solutions wherever found less than 250 mg/lit.), Kindly provide the values of Raw sewage characteristics India Pvt Ltd Wastewater Sample Test Reports or allow bidder to design STP as per typical Raw sewage DISCLAIMER – The wastewater quality Characteristics given in the CPHEEO manual . reports are indicative only and MCGM does not guarantee any parameters. The bidder shall conduct his own tests and design his facilities accordingly by considering the average peaks and shock loads.

Design/Sizing Criteria and Other Referred both clauses are contradictory , Please confirm The MOC of Aeration Grid shall be SS 316 L. Requirements ,page no 292 the MOC of Aeration Grid SS 316 or SS 316 L. As per Design/Sizing Criteria and Other Requirements ,page no 292 , clause of Xylem Water Process Air Diffusers: Diffuser Piping Grid, 561 solutions MOC : SS 316 L India Pvt Ltd 3.27 Fine Bubble tubular Membrane Diffusers ,Page no 311 As per Clause no 3.27 : Stainless steel Air distribution headers (SS 316).

139

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Clause no 3.19 Specifications of Screen , Referred both clauses are contradictory , Please confirm MOC of Screen shall be SS 316 L. Page no 250. the MOC of Screen SS 316 or SS 316 L. Clause no 3.19 .1 : Screen segment consists of its sides, top & bottom frame members, Xylem Water back support stiffeners & vertical 562 solutions trapezoidal flats/bars of stainless steel 316 India Pvt Ltd Design/Sizing Criteria and Other Requirements ,page no 288 As per Wet well Coarse Screen ,page no 288 : The MOC of Coarse Screen is SS 316 L.

Clause no 3.19 Specifications of Screen Referred both clauses are contradictory , Please confirm MOC of Screen shall be SS 316 L. Page no 250. the MOC of Screen SS 316 or SS 316 L. Clause no 3.19 .1 : Screen segment consists of its sides, top & bottom frame members, Xylem Water back support stiffeners & vertical 563 solutions trapezoidal flats/bars of stainless steel 316. India Pvt Ltd Design/Sizing Criteria and Other Requirements ,page no 289 As per Medium Screen ,page no 289 : The MOC of medium Screen is SS 316 L. Design/Sizing Criteria and Other The Disc Fine bubble diffuser with Fixed aeration grid of MOC Shall be SS 316L Requirements ,page no 292Process Air MOC UPVC are most widely used & are working Diffusers: Fine bubble membrane, tubular satisfactorily worldwide .As per tender clause Aeration Xylem Water or disc, retrievable & Diffuser Piping Grid, Basins page no 291 the Aeration tank fully covered with 564 solutions MOC : SS 316 L solid GRP nonskid cover plate .The installation & India Pvt Ltd Operation of retrievable aeration grid for such small capacity STP plants and for covered aeration tanks is not practical or feasible .So please allow bidder to consider fixed type Aeration grid of MOC UPVC . In the Drawing of STRUCTURAL DETAILS There is discrepancy in the given values of Inlet sewage Consider the values given in L-sections of sewer line FOR WET WELL STP 1B KRANTI NAGAR level , FRL level & Ground level in both clauses so please as reference purpose and contractor should do their following level are shown, confirm which value of Raw sewage pipe line invert level due diligence for the same. Xylem Water Inlet sewage level in inlet chamber is : 60.40 ,FRL level & Ground level bidder should consider . 565 solutions m India Pvt Ltd NGL is : 61.50 m FGL : 61.90 m In Drawing MH:23 TO MH:STP-1 (2) following levels are given ,

140

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Raw sewage pipe line invert level : 59.73 M FRL level : 61.53 m Ground level : 61.37 m In the Drawing of STRUCTURAL DETAILS There is discrepancy in the given values of Inlet sewage Consider the values given in L-sections of sewer line FOR WET WELL STP2 APPAPADA KURAR level , FRL level & Ground level in both clauses so please as reference purpose and contractor should do their following level are shown, confirm which value of Raw sewage pipe line invert level due diligence for the same. Inlet sewage level in inlet chamber is : 49.63 ,FRL level & Ground level bidder should consider . m Xylem Water NGL is : 51.23 m 566 solutions FGL : 51.63m India Pvt Ltd In Drawing MH:33 TO MH:STP-2 following levels are given , Raw sewage pipe line invert level : 47.84 M FRL level : 51.53 m Ground level : 51.07 m In the Drawing of STRUCTURAL DETAILS There is discrepancy in the given values of Inlet sewage Consider the values given in L-sections of sewer line FOR WET WELL STP 3 MUSLIM CEMETERY level , FRL level & Ground level in both clauses so please as reference purpose and contractor should do their following level are shown, confirm which value of Raw sewage pipe line invert level due diligence for the same. Inlet sewage level in inlet chamber is : 47 m ,FRL level & Ground level bidder should consider . Xylem Water NGL is : 48.6 m 567 solutions FGL : 49 m India Pvt Ltd In Drawing MH:75 TO MH:STP-3 following levels are given , Raw sewage pipe line invert level : 44.5 M FRL level : 48.6 m Ground level : 48.49 m In the Drawing of STRUCTURAL DETAILS There is discrepancy in the given values of Inlet sewage Consider the values given in L-sections of sewer line FOR WET WELL STP 9 LALJIPADA following level , FRL level & Ground level in both clauses so please as reference purpose and contractor should do their level are shown, confirm which value of Raw sewage pipe line invert level due diligence for the same. Inlet sewage level in inlet chamber is : 28.88 ,FRL level & Ground level bidder should consider . m Xylem Water NGL is : 29.98 m 568 solutions FGL : 30.38 m India Pvt Ltd In Drawing MH:325 TO MH:STP-9 following levels are given , Raw sewage pipe line invert level : 25.61 M FRL level : 29.98 m Ground level : 29.98 m

141

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification STP 4 & STP 5 : Raw sewage pipe line The Raw sewage pipe line invert level , FRL level , Ground Consider the values given in L-sections of sewer line invert level , FRL level & Ground level level & last manhole number near STP 4 & 5 are not given as reference purpose and contractor should do their Xylem Water or clearly mentioned in the these SEWER_L-SECTIONS due diligence for the same. 569 solutions drawing . India Pvt Ltd Please provide Raw sewage pipe line invert level , FRL level , Ground level & last manhole number near STP 4 & 5 3.44 Valves ,Page no 347 We presumed that this clause is applicable only for Raw Tender condition prevails Xylem Water 3.44 Valves : (i) All the valves on the suction sewage pumps at Wet well & not for all pumps required 570 solutions and delivery side of the pumping station in the sewage treatment plant. India Pvt Ltd shall be of Motorized Knife gate type. 3.44 Valves ,Page no 348 3.44 Valves : (k) The selection of Motorized operated valve & Type of Tender condition prevails All the valves on the suction and delivery valve is depend on the process requirement ,critical side of the Primary Sludge, RAS, Thickened control application & Fluid to be handle etc.The Sludge, Centrifuge feed, Digester sludge installation of all valve with Motorized / Pneumatic and all sewage & sludge handling pumping actuator is not practical or economical .Please allow system and for all sludge application in the bidder to select the type of valves , Operation of valves as Xylem Water 571 solutions plant shall be of Motorized Knife gate type. per bidder treatment philosophy & Process requirement . India Pvt Ltd

3.18 Sluice Gate & Weir Gates ,Page no 240 The selection of isolation gates with electric actuator is Tender condition prevails 3.18 Sluice Gate & Weir Gates : (i) All the depend on the process requirement ,critical control sluice/Weir gates in Hydropower Screw application . turbine area, STP Headwork’s (Screen We can consider Wet well coarse screen inlet gate , Wet Xylem Water channel & grit mechanism area), Primary well Inlet gates & Membrane tank inlet gates with 572 solutions and Secondary Clarifier distribution & inlet electric actuator and rest of all isolation gates with India Pvt Ltd and outlet control area, All Bypass/Weir Manual operation only . gate arrangement, Filter area and others Please confirm. shall be provided with permanently fixed electric actuator under this contract. 3.24.6 Jib cranes ,page no 280 The each submersible mixer is always provided with Shall be read as: Xylem Water Two number of Jib crane shall also be lifting davit unit & guide bar for lifting & installation of 3.24.6 Jib cranes 573 solutions provided for handling submersible mixers in submersible mixer , hence installation of separate Jib (a) Fixed Jib Cranes shall be provided for each India Pvt Ltd Pre- Anoxic and Anaerobic Tank area to crane for lifting & lowering the mixer is not required. clarifier in the lowering/removal of equipment’s

142

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification lower the submersible mixers from Please confirm /parts to/from the clarifier floor and transferring the platform level to ground level. same outside the clarifier area. The Jib Crane capacity shall be 1.25 times the maximum weight to be handled in the clarifier or 1.5 Tones whichever is maximum. (b) The lift and reach of the cranes shall be suitable for the clarifier offered. The crane. Whereas the manufacture provide the arrangement as per tender MOC then the separate JIB crane for those equipment shall not require, iv. Design and Construction of all Civil Pls clarify O&M is for 10 years or 15 years Shall be read as: Structures and Building Works including iv. Design and Construction of all Civil Structures and support structures over the river on bridge Building Works including support structures over the type platform wherever necessary and deep river on bridge type platform wherever necessary Xylem Water well in adjoining plot as instructed by and deep well in adjoining plot as instructed by 574 solutions MCGM. MCGM. - Design, supply, installation, testing and India Pvt Ltd - Design, supply, installation, testing and commissioning followed by operation and commissioning followed by operation and maintenance for a period of 15 years including DLP maintenance for a period of 10 years period. (DLP Period for Civil Works is 5 Years, DLP including...... Period for Mechanical, Electrical & Instrumentation Works is 3 Years) Successful bidder along with the technology It’s understood that Bidder can use its MOU format Bidders can have their own MOU format in order to provider whose Memorandum of compliance with the tender condition. Xylem Water Understanding (MOU) has been submitted 575 solutions at the time of bidding shall submit the India Pvt Ltd following engineering details for the design approvals Xylem Water New clause request Total liability of contractor shall be limited to the contract Tender Condition Prevails 576 solutions price. Neither party shall be liable to other for any India Pvt Ltd indirect and consequential damages Volume 3 : Design/Sizing Criteria and The STP plant will be constructed on the elevated RCC The drain water shall not directly discharge to the Other Requirements Page no : 299 , Plant Platform above River , hence the construction of Plant river without treatment. Xylem Water Drain Pump station As per Clause drain pump station is not required as all drain water will 577 solutions Design/Sizing Criteria and Other be discharged by gravity to Main pumping station.Please India Pvt Ltd Requirements, Page no : 299, Plant Drain confirm the requirement of plant drain pumping station Pump station & Plant drain pumps are & pumps. required . 578 Xylem Water Volume 3, 3.20 Mechanical Medium Bar The Climber type Bar screen are two types , Note: Applicable for Volume-2 & Volume-3 of the

143

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification solutions Screen, Page no 254. 1) Front raking Type multi raking screens Tender Document. India Pvt Ltd As per clause 3.20 ,page no 254 ,The back 2) Back raking Type multi raking screens The specifications mentioned in the said clause are raking type screen is required . Mostly In the raw sewage pumping station front raking the minimum specifications of the items. However, Volume 3 Design/Sizing Criteria and Other type of Mechanical coarse screens are used and in storm the successful bidder has to design and execute the Requirements ,Page no 288 water drainage pumping station Back raking type of items as per its own design which shall be approved As per Clause Design/Sizing Criteria and screens are used . by the Engineer in charge. The agency has the liberty Other Requirements, Page no : 288 ,Climber Please allow bidder to select Front raking Type screens to upgrade the specification of the corresponding type bar screen with mechanical cleaning mechanical coarse screens. items if there is a requirement of the design with approval of engineer in charge 3.18 Sluice Gate & Weir Gates ,page no 239 The rising spindle type gates are Open channel and Tender condition prevails As per 3.18 Sluice Gate & Weir Gates ,page Thimble mounted & the selection of type of gate is no 239 All sluice gates shall be of the rising depends on the location of installation as closed conduit spindle type . /In an open channel. Mostly open channel gates are used for the isolation of fluid flow at inlet & outlet of screens , Wet well Xylem Water compartment inlet , Grit Separators , Anoxic tank inlet & 579 solutions MBR inlet . India Pvt Ltd Mostly thimble mounted gates are used for the isolation of fluid flow at inlet of Pump well. But in the tender only specification of Thimble mounted gate is provided , Please allow the bidder to select the type of gates as per the process requirement . (c.) Aesthetic Appearance ,page no 77 : The tender specification is not clearly specifying the OCS is required wherever necessary for all Odor control mechanism needs to be sources /Locations of Odorous gases. Usually the main components emitting odour within STP. installed which can remove the foul order if sources of Odorous gases are Raw sewage Pumping well , emitted from plant even during maintain Fine screens ,Grit Separator , Equalization tank , Sludge ace period. sump & Dewatering building . The contractor shall provide proper Odour Please allow the bidder to select sources/locations of Xylem Water Control system for the whole unit shall be Odorous gases which will be considered for the design of 580 solutions designed and provided. It shall be the odor control system . India Pvt Ltd responsibility of contractor to control the odour by installing adequate. (d.) Operation and Maintenance ,Page no 70 : odour control mechanism during entire operation period and maintain dB level during entire operation period as per the relevant government circular

144

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification G.A.DRAWING STP-1A (1.5 MLD) KRANTI For proper selection of Gate pumps, we required the Annexure A2 - Part I & II. NAGAR page no 2 , Drawing Name : STP – 4 detail dimensions of Nalla/ Nalla interceptor like Width, The bidders are supposed to carry out their own CAP. - 1.5 MLD NEAR MAHINDRA & Depth of Nalla, Average ground level at Nalla site, High survey and design the sewage interception and MAHINDRA LTD page no 9. flood level at Nalla during monsoon, Normal water level diversion works . If it is found that there is any The requirement of Gate pumps for Raw at nalla during non-monsoon period & the required FGL deviation in the site conditions, it needs to be sewage transfer are shown in these at nalla site. Please provide the configuration of gate brought to notice of MCGM through list of deviation Xylem Water drawings. pumps or allow bidder to select pumps configurations per in the tender in case of before submission of tenders 581 solutions process requirement . and if it is observed that some drain is opened in the India Pvt Ltd river in due course of time during construction and during operations which would or likely to cause pollution then it may be reported to MCGM Engineer in charge and the engineer in charge may instruct the to carry out its interception and diversion works at the approved rates under quantity variation clauses. STP – 5 CAP.- 8 MLD NEAR NAWALKAR For proper selection of Gate pumps we required the Annexure A2 - Part I & II. GARDEN page no 1 detail dimensions of Nalla/ Nalla interceptor like Width , The bidders are supposed to carry out their own STP – 6 CAP.- 4 MLD NEAR GAONDEVI page Depth of Nalla , Average ground level at Nalla site , High survey and design the sewage interception and no 3. flood level at Nalla during monsoon , Normal water level diversion works . If it is found that there is any STP - 7 CAP. - 3 MLD NEAR GOWARDHAN at nalla during non-monsoon period & the required FGL deviation in the site conditions, it needs to be NAGAR at nalla site . brought to notice of MCGM through list of deviation Xylem Water TULASKARWADI, page no 5 Please provide the configuration of gate pumps or allow in the tender in case of before submission of tenders 582 solutions STP – 8 CAP. - 4 MLD NEAR POISAR bidder to select and if it is observed that some drain is opened in the India Pvt Ltd GYMKHANA page no 7 pumps configurations per process requirement . river in due course of time during construction and The requirement of Gate pumps for Raw during operations which would or likely to cause sewage transfer are shown in these pollution then it may be reported to MCGM Engineer drawings . in charge and the engineer in charge may instruct the to carry out its interception and diversion works at the approved rates under quantity variation clauses. Volume 3 : Design/Sizing Criteria and As per Volume 3 : Design/Sizing Criteria and Other Shall be read as:3.20 Mechanical Medium Bar Other Requirements Page no : 289Medium Requirements Page no : 289 Medium Screen type is Bar / Screen3.20.1 General(a) The screen shall be installed Screen3.21 Mechanical Fine Bar Screen Drum screen.1) The specification given under Clause 3.21 in raw sewage inlet channel, and the screen shall be Xylem Water ,page 261As per Volume 3 : Design/Sizing are applicable for drum screen and not for Multirake type of the back raking type. Inclined Bar screen at 75 583 solutions Criteria and Other RequirementsPage no : bar screen. 2) The Screen inclination shall be 75 Degree degrees. The bidder shall consider, the minimum bar India Pvt Ltd 289 Medium Screen type is Bar / Drum instead of 45-50 Degree.3)Tapered bars of 8 mm thick in thickness shall be sized to withstand the differential screen.1) Clause 3.21 :The screen shall front x 4 mm thick at back instead of 12 mm.4)The head requirement as stipulated in the specification consist of continuously moving perforated requirement of the rake carriage arrangement given but shall be of dimensions 8x6x50 i.e. 50 mm deep x stainless steel panels. 2) Clause 3.21 under Clause 3.21.3 is meant for Mono-raked screens & 8mm thick at front x 6mm thick at back spaced at 20

145

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification :Inclined Bar screen at 45-50 Degree3) not applicable for screens .Please allow bidder to select mm clear bar spacing at an inclination angle of 90 Clause 3.21 :Minimum bar thickness shall the type of Screen Drum / Multi raking Bar type & it degree to the horizontal plane with the Teardrop be 12 mm.4)Clause 3.21.3:The rake carriage design specifications,Please confirm. type Bar cross-section. shall always come to rest in a parked position with the rake above the sewage level. Volume 3 : Design/Sizing Criteria and As per Volume 3 : Design/Sizing Criteria and Other Tender condition prevails Other Requirements Page no : 289 Requirements Page no : 289 Medium Screen Medium Screen type is Bar / Drum screen. 3.21 Mechanical Fine Bar Screen ,page 261 1) The requirement of spray system is meant for As per Volume 3 : Design/Sizing Criteria and perforated type screens & not for Multi-raking Screens. Other Requirements 2)The service factor shall vary between 1.0 to 1.2 Page no : 289 Medium Screen type is Bar / depending upon the motor rating which shall be finalized Xylem Water Drum screen. at the time of detailed engineering. 584 solutions 1) Clause 3.21.9 :A spray system shall be 3)Intermittent (S4) duty motors are required for EOT India Pvt Ltd provided to backwash the screen panels cranes etc. while Screens are meant for continuous duty and to help in cleaning the screenings. hence continuous S1 duty motors are required. 2)Clause 3.21.11 :The reducer shall be sized Please allow bidder to select the type of Screen Drum / and selected with a minimum service factor Multi raking Bar type & it design specifications, of 2.0 times the motor name plate Please confirm. horsepower. 3)Clause 3.21.16 (i): Motors for all Screens: Type of duty: Intermittent (S4) STP PLOT PLANS for STP 1 & 2 Tender documents 7.0 STP_LP_GAD_PO-11-20 & 7.0 Contract is DBO type, bidder shall do their due In the Drawing of each STP plot plan the STP_LP_GAD_PO-1-10: the provision of Equalization tank diligence Xylem Water requirement of equalization tank is shown. is shown in the drawing of each STP plot plan. 585 solutions But in the Volume 3 & cause no 3.25.2 "Technical India Pvt Ltd specification of tender "the requirement of equalization tank is not specified . Please confirm the requirement of equalization tank General We presumed that peak flow rate duration in Morning The provided peak factors are minimum to be Xylem Water Peak flow rate 1.5 hrs (7:30to 9:00) & Evening 1.5 hrs (8:00to 9:30) , followed, Also Please refer the Annexure-A5 586 solutions Please confirm attached separately for reference purpose only. India Pvt Ltd However bidder shall do their own due diligence by taking observation at site in this regard.

146

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification 3.32 Ultra Violet Disinfection System ,Page Manufacturer Experience : Minimum 5 years’ experience Shall be read as: no 326 in the manufacture of Open channel / closed pipe 3.32 Ultra Violet Disinfection System ,Page no 326 Manufacturer Experience : Minimum 5 ultraviolet disinfection systems of similar design to that Manufacturer Experience : Minimum 5 years’ Xylem Water years’ experience in the manufacture of proposed for this project. experience in the manufacture of Both Open channel 587 solutions closed pipe ultraviolet disinfection systems and closed pipe shall be proposed as per India Pvt Ltd of similar design to that proposed for this recommendation of Technology provider ultraviolet project disinfection systems of similar design to that proposed for this project.

3.32 Ultra Violet Disinfection System ,Page These given tender UV specifications are used only for The specifications mentioned in the said clause are no 326The UV system shall provide the Drinking water Disinfection application not for waste the minimum specifications of the items. However, minimum dose needed for 3 log inactivation water disinfection application.The UV system shall the successful bidder has to design and execute the of Cryptosporidium (or UVDGM table 1.4 of provide the minimum dose needed for 3 log inactivation items as per its own design which shall be approved specific microorganism log removal of Fecal Coliform according to LT2ESWTR. The UV dose by the Engineer in charge. The agency has to prove Xylem Water required for inactivation) according to shall be a bio dosimetrically validated UV dose, that it is a upgrade of the specification of the 588 solutions LT2ESWTR, under peak flow conditions with established according to the procedures described in the corresponding items if there is a requirement of the India Pvt Ltd one reactor out of service and with US EPA UV Disinfection Guidance Manual, 2006according design as per the NWRl Ultraviolet Disinfection allowance for reduced lamp output at end to LT2ESWTR under peak flow conditions.Please allow Guidelines for Drinking Water and Water Reuse of lamp life and under fouled conditions. bidder to consider relevant UV system specification (2003, 2012) and 2006 USEPA Ultraviolet Disinfection suitable for waste water disinfection application . Guidance Manual (UVDGM)

3.32 Ultra Violet Disinfection System ,Page This differs for every UV manufacturer. Please allow The specifications mentioned in the said clause are no 326 bidder to consider Sleeve manufacturer certification as the minimum specifications of the items. However, Sleeve manufacturer certification approving per Manufacture standard and shall be suitable for waste the successful bidder has to design and execute the that the absorption of the protecting quartz water disinfection application items as per its own design which shall be approved Xylem Water sleeve at 253.7 nanometers shall not by the Engineer in charge. The agency has to prove 589 solutions exceed 2% per 1 mm. thickness that it is a upgrade of the specification of the India Pvt Ltd corresponding items if there is a requirement of the design as per the NWRl Ultraviolet Disinfection Guidelines for Drinking Water and Water Reuse (2003, 2012) and 2006 USEPA Ultraviolet Disinfection Guidance Manual (UVDGM) 3.32 Ultra Violet Disinfection System ,Page The applicable UV specification for waste water The specifications mentioned in the said clause are no 326 application is disinfection chamber will be made from SS the minimum specifications of the items. However, Xylem Water 1. The disinfection chamber will be made 316 , Other given UV specifications are applicable for the successful bidder has to design and execute the 590 solutions from SS 316, with not more than 2 lamps Drinking water disinfection UV system only & items as per its own design which shall be approved India Pvt Ltd per bank of lamps, in case of multiple banks Arrangement of Lamps per bank is mostly depends on by the Engineer in charge. The agency has to prove of lamps – the banks of lamps need to be manufacture design standard. that it is a upgrade of the specification of the

147

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification position one after the other in 90deg to Please allow bidder to consider relevant UV system corresponding items if there is a requirement of the each other specification suitable for waste water disinfection design as per the NWRl Ultraviolet Disinfection application . Guidelines for Drinking Water and Water Reuse (2003, 2012) and 2006 USEPA Ultraviolet Disinfection Guidance Manual (UVDGM) 3.32 Ultra Violet Disinfection System ,Page These given UV specification are for Medium Pressure The specifications mentioned in the said clause are no 326 lamps, the minimum specifications of the items. However, 2. Medium Pressure lamps, enclosed within Following are advantage of Low Pressure lamps vs the successful bidder has to design and execute the a quartz sleeve that is no less than 5 mm Medium Pressure lamps, items as per its own design which shall be approved thick, and that is situated perpendicular to Low Pressure Lamps Medium by the Engineer in charge. The agency has to prove the flow path. If multiple lamps are used, Pressure lamp that it is a upgrade of the specification of the each subsequent lamp shall be placed 1)Hg vapour pressure ~ 0.2 – 2 Pa 1)Hg vapour corresponding items if there is a requirement of the perpendicular to the previous lamp. pressure > 40,000 Pa design as per the NWRl Ultraviolet Disinfection 3. Lamps shall have the capability to be 2)Power per lamp ≤ 1 kW 2)Power per Guidelines for Drinking Water and Water Reuse removed from either side of the chamber lamp up to 20 kW (2003, 2012) and 2006 USEPA Ultraviolet Disinfection without having to stop the UV system and 3)Efficiency ~ 41% 3) Efficiency ~ Guidance Manual (UVDGM) drain the water from the disinfection 12% chamber. 4)Lamp life up to 15,000 hrs 4) Lamp life 4. Only Medium pressure High intensity UV 3,000 – 8,000 hrs Xylem Water arc tubes shall be provided for disinfection. 5)No solarisation of quartz sleeve 5) Solarisation of 591 solutions 5. Each lamp shall operate between 40%- quartz sleeve India Pvt Ltd 100% power The power required for Medium pressure lamps are more 6. Germicidal UV output from the lamps than Low pressure Lamp. shall not be affected by temperature. The efficiency of Low Pressure Lamp is more than 7. Each UV system shall have a UV intensity Medium Pressure lamp. sensor per lamp within the UV system. UV The lamp life of Low pressure Lamp is more than intensity sensor that views and monitors medium Pressure Lamp. the lamp power directly through the air Solarisation causes reduction in transmittance of quartz with no other medium in between. Each UV sleeve. intensity sensor will be connected to the The low pressure lamps have more advantage over system's controller reporting real time medium pressure lamps intensity of each lamp for assuring the according life ,powers consumption ,efficiency . delivery of the contacted dose. Please allow bidder to consider low pressure lamp UV system. Please confirm. Xylem Water 3.32 Ultra Violet Disinfection System ,Page The UV Controller shall have built in capabilities to tie The specifications mentioned in the said clause are 592 solutions no 326 into existing SCADA but communication protocols shall be the minimum specifications of the items. However, India Pvt Ltd 9. Controller shall have built in capabilities as per UV manufacture standard. the successful bidder has to design and execute the

148

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification to tie into existing SCADA via MODBUS Please confirm. items as per its own design which shall be approved communication protocols via RS485. by the Engineer in charge. The agency has to prove that it is a upgrade of the specification of the corresponding items if there is a requirement of the design as per the NWRl Ultraviolet Disinfection Guidelines for Drinking Water and Water Reuse (2003, 2012) and 2006 USEPA Ultraviolet Disinfection Guidance Manual (UVDGM) 3.32 Ultra Violet Disinfection System ,Page The ballast shall be capable of varying the power output The specifications mentioned in the said clause are no 3261. Each power supply (ballast) shall between 50 – 100% for one / two lamps. Please confirm. the minimum specifications of the items. However, independently operate one lamp that is the successful bidder has to design and execute the capable of 40-100 percent adjustability items as per its own design which shall be approved Xylem Water by the Engineer in charge. The agency has to prove 593 solutions that it is a upgrade of the specification of the India Pvt Ltd corresponding items if there is a requirement of the design as per the NWRl Ultraviolet Disinfection Guidelines for Drinking Water and Water Reuse (2003, 2012) and 2006 USEPA Ultraviolet Disinfection Guidance Manual (UVDGM) 3.32 Ultra Violet Disinfection System ,Page 5. Each lamp shall operate between 50%-100% power The specifications mentioned in the said clause are no 327 Please confirm. the minimum specifications of the items. However, 5. Each lamp shall operate between 40%- the successful bidder has to design and execute the 100% power items as per its own design which shall be approved Xylem Water by the Engineer in charge. The agency has to prove 594 solutions that it is a upgrade of the specification of the India Pvt Ltd corresponding items if there is a requirement of the design as per the NWRl Ultraviolet Disinfection Guidelines for Drinking Water and Water Reuse (2003, 2012) and 2006 USEPA Ultraviolet Disinfection Guidance Manual (UVDGM) 3.32 Ultra Violet Disinfection System ,Page The system shall be designed for immersion of the UV The specifications mentioned in the said clause are no 327 lamps in the water within their protective quartz sleeve. the minimum specifications of the items. However, 9. The sensors shall be non-immersed Both electrodes and the full arc length of the lamp shall the successful bidder has to design and execute the Xylem Water within the disinfection chamber and will be submerged at all times. items as per its own design which shall be approved 595 solutions have no contact with water or other Please confirm. by the Engineer in charge. The agency has to prove India Pvt Ltd medium other than air, enabling that it is a upgrade of the specification of the disassembly of the sensor without stopping corresponding items if there is a requirement of the or draining the reactor design as per the NWRl Ultraviolet Disinfection Guidelines for Drinking Water and Water Reuse

149

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification (2003, 2012) and 2006 USEPA Ultraviolet Disinfection Guidance Manual (UVDGM)

3.32 Ultra Violet Disinfection System ,Page This specification is not applicable for all UV system The specifications mentioned in the said clause are no 328 Manufactures , Please allow bidder to consider controller the minimum specifications of the items. However, 5. Each controller will be capable of as per UV manufactures design standard. the successful bidder has to design and execute the controlling external outputs, including dry Please confirm. items as per its own design which shall be approved outputs up to four flow valves by the Engineer in charge. The agency has to prove Xylem Water that it is a upgrade of the specification of the 596 solutions corresponding items if there is a requirement of the India Pvt Ltd design as per the NWRl Ultraviolet Disinfection Guidelines for Drinking Water and Water Reuse (2003, 2012) and 2006 USEPA Ultraviolet Disinfection Guidance Manual (UVDGM)

3.32 Ultra Violet Disinfection System ,Page 1. The UV system shall provide the minimum Validated The specifications mentioned in the said clause are no 328 dose needed for 3 log inactivation of Fecal Coliform. The the minimum specifications of the items. However, 1. The UV system shall provide the UV dose shall be a bio dosimetrically validated UV dose, the successful bidder has to design and execute the minimum Validated dose needed for 3 log established according to the procedures described in the items as per its own design which shall be approved Xylem Water inactivation of Cryptosporidium (or UVDGM US EPA UV Disinfection Guidance Manual, 2006according by the Engineer in charge. The agency has to prove 597 solutions table to LT2ESWTR under peak flow conditions. that it is a upgrade of the specification of the India Pvt Ltd 1.4 of specific microorganism log removal Please confirm. corresponding items if there is a requirement of the required for inactivation) according to design as per the NWRl Ultraviolet Disinfection LT2ESWTR under peak flow conditions. Guidelines for Drinking Water and Water Reuse (2003, 2012) and 2006 USEPA Ultraviolet Disinfection Guidance Manual (UVDGM) 3.32 Ultra Violet Disinfection System ,Page 2. This differs for every manufacturer. The UV Dose will The specifications mentioned in the said clause are no 3282. The UV Dose will be sized be sized according to Independent Third party tested end the minimum specifications of the items. However, according to using an end of lamp life factor of lamp life factor. Please confirm the successful bidder has to design and execute the of a maximum of 0.8. items as per its own design which shall be approved Xylem Water by the Engineer in charge. The agency has to prove 598 solutions that it is a upgrade of the specification of the India Pvt Ltd corresponding items if there is a requirement of the design as per the NWRl Ultraviolet Disinfection Guidelines for Drinking Water and Water Reuse (2003, 2012) and 2006 USEPA Ultraviolet Disinfection Guidance Manual (UVDGM)

150

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification 3.32 Ultra Violet Disinfection System ,Page 3. The UV dose shall be capable of adjustment by a Low The specifications mentioned in the said clause are no 328 pressure lamp and ballast integrated system that is the minimum specifications of the items. However, 3. The UV dose shall be capable of capable of adjusting the lamp intensity from 50-100 the successful bidder has to design and execute the adjustment by a medium pressure lamp and percent. items as per its own design which shall be approved Xylem Water ballast integrated system that is capable of Please confirm by the Engineer in charge. The agency has to prove 599 solutions adjusting the lamp intensity from 40-100 that it is a upgrade of the specification of the India Pvt Ltd percent corresponding items if there is a requirement of the design as per the NWRl Ultraviolet Disinfection Guidelines for Drinking Water and Water Reuse (2003, 2012) and 2006 USEPA Ultraviolet Disinfection Guidance Manual (UVDGM) 3.32 Ultra Violet Disinfection System ,Page a. 1 LP UV lamp per 1 lamp in installed. The specifications mentioned in the said clause are no 329 Please confirm the minimum specifications of the items. However, a. 1 MP UV lamp per 1 lamp in installed the successful bidder has to design and execute the items as per its own design which shall be approved Xylem Water by the Engineer in charge. The agency has to prove 600 solutions that it is a upgrade of the specification of the India Pvt Ltd corresponding items if there is a requirement of the design as per the NWRl Ultraviolet Disinfection Guidelines for Drinking Water and Water Reuse (2003, 2012) and 2006 USEPA Ultraviolet Disinfection Guidance Manual (UVDGM) Membrane Specification There will be provision for N-1 design for taking care of Tender condition prevails The temperature-corrected permeability at such permeation drop in the design. However it would be 20°C will be monitored during the second difficult for estimation the way tender language has been year of the system operation, thus allowing written we request you to reiterate that suitable the first year of operation for a break-in provision should be made in the design for 100% period. The permeability decline over this permeation all the time. second year of operation will be used to Xylem Water predict the membrane permeability for the 601 solutions remaining 8 years of the manufacturer’s India Pvt Ltd stated membrane life. If the projected permeability demonstrates that the membranes will be unable to meet the project flow requirements at any point prior to stated end of life, the membrane supplier will be required to add or replace membrane modules to raise the permeability to a level suitable to reach the

151

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification minimum flow requirements prior to the end of the initial warranty period. Membrane Specification There will be provision for N-1 design for taking care of Tender condition prevails The membranes, membrane modules, and such permeation drop in the design. However it would be membrane cassettes shall be by one difficult for estimation the way tender language has been manufacturer. For fiber breaks: The written we request you to reiterate that suitable membrane manufacturer will guarantee provision should be made in the design for 100% that under correct screening and operation permeation all the time. Xylem Water guideline the fiber breakage rate will be no 602 solutions more than 0.5 percent of the fibers in a India Pvt Ltd single membrane module over any twelve (12) consecutive months and no more than 1 percent over the total warranty period. Any modules exceeding this breakage rate will be replaced by the membrane manufacturer during the warranty period at their expense. Membrane Specification Instead of at least 30 LMH flux, it shall be maximum of 30 Shall be read as: At least 30 lmh flux @ 25o C shall be LMH flux @ 25 Deg C. This will help MCGM to have design Membrane Specification: Xylem Water considered to arrive at total membrane which could give equivalent membrane surface area Average design flux should be 30 LMH at 25 degree 603 solutions area required to treat specified wastewater being considered for the total flow. Otherwise vendors centigrade shall be considered to arrive at total India Pvt Ltd quantity. could manage to take > 30 LMH flux and offer aggressive membrane area required to treat specified design for the same flow. wastewater quantity.

Membrane Specification This is understood that Technology provider will Tender condition prevails Xylem Water It is mandatory for the Technology Provider demonstrate the performance guarantee test run of 604 solutions to offer performance warrantee for the mentioned time period (Duration could be 5 days or so) India Pvt Ltd plant for performance warranty. Please confirm.

Lab Systems & Biotech India Pvt Ltd. The Technology Supplier should have To be amended as:The Technology Supplier/their The agency should have the patent or license to registered office in India along with authorized channel partners should have registered commercially manufacture the ultra-filtration Lab Systems required support team who will provide office in India along with required support team who will membrane (MBR) shall be used in the plant, Located 605 & Biotech required support. provide required support. anywhere in the world. India Pvt Ltd.

152

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification

Doshion Private Limited Eligibility criteria -Technical Capacity, Page We presume that tenderer has to qualify either capacity Tender Condition Prevails. It is clarified that, either no 13 wise or value wise. the plant shall be of specified value in terms of I) a, b, c Please confirm our understanding is correct. Rupees alternatively its capacity shall be equivalent Three completed or currently executing to the specified value in MLD. Agencies shall satisfy projects of design, construction and either of the condition shall be found to be execution of sewage treatment Plant (STP) responsive to the tender condition. having minimum capacity of each STP 9.15 MLD and pumping including civil & Mechanical & Electrical works or each STP amounting to Rs. 99,94,36,000/- or Two completed or currently executing Doshion projects of design, construction and 606 Private execution of sewage treatment Plant (STP) Limited having minimum capacity of each STP 12.20 MLD and pumping including civil & Mechanical & Electrical works or each STP amounting to Rs. 1,33,25,81,300/- or One completed or currently executing projects of design, construction and execution of sewage treatment Plant (STP) having minimum capacity of each STP 18.30 MLD and pumping including civil & Mechanical & Electrical works or each STP amounting to Rs. 1,99,88,72,000/- Financial Capacity, Page no 14 We presume that the Financial criteria has to be achieved Tender Condition Prevails. Achieved an average annual financial by all JV partners Please refer Annexure H turnover as certified by ‘Chartered collectively. Please confirm. Accountant’) equal to amounting to Rs 2,25,50,80,400/- in last three (3) financial Doshion years immediately preceding the Financial 607 Private Year in which bids are invited.(i.e. Limited 01/04/2016 to 31/03/2019) • To ascertain this, tenderer(s) shall furnish/upload the financial statement (Audited balance sheet) duly certified by Chartered Accountant. • The turnover can be enhanced by 10% every year to bring the present level

153

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Bid Capacity, Page no 15 We presume that the Bid Capacity has to be achieved by Tender Condition Prevails Doshion The bid capacity of the prospective bidders all JV partners collectively. Please confirm. 608 Private will be calculated as under: Assessed Limited Available Bid Capacity = (A* N* 2 - B)

Technology Provider, Page 16 & 17 Instead of MBR technology provider, any technology Tender Condition Prevails The bidders have to submit the MOU with provider to be allowed where we will get the desired the technology provider of the STP having output. the proven MBR technology based experience of at least 10 MLD capacity (of being Doshion technology provider i.e. he should be 609 Private responsible for designing of process and Limited supplying key components) and facilities for designing, manufacturing and operations of the key components like Ultra Filtration membrane of the MBR based STP capable of producing Effluent (product water) of the prescribed standards in the tenders. Doshion EMD in the form of BG should be allowed Tender Condition Prevails 610 Private Limited On Page No. 192, though there is mention of Bank Latest MCGM Circulars shall be applicable, if any. guarantee for Mobilization advance, there is no mention Doshion of how much % Mobilization advance is applicable, what 611 Private will be % rate for recovery. Please elaborate. We request Limited to consider 10% interest free mobilization advance. Also all the guarantees should be allowed in the name of Lead partner rather than in the name of JV. Doshion Kindly confirm that the site is motor accessible and also Tender Condition Prevails.(Latest MCGM Circulars 612 Private confirm the clear vacated possession is available with shall be applicable, if any) Limited MCGM. Doshion Please do not insist for specific technology for STP. Any Tender Condition Prevails 613 Private technology which gives desired output may please be Limited allowed. Doshion Is there any other funding agency for this project or MCGM is funding through its budgetary provision. 614 Private MCGM is going to fund the project? Kindly confirm Limited

154

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Corrigendum 12 The bidder shall have experience of providing and laying Please refer Corrigendum-13 Sewer/ Water/ Petroleum/ Gas line / Telecommunication cables /High Power Cables by HDD (Horizontal Directional Drilling) in extremely hard Rock having hardness factor Doshion not less than 5 (Mohs) and 250 Mpa for the cumulative 615 Private minimum length of 150 RM in completed or on-going Limited projects in MCGM /Semi Govt. /Govt. & Public Sector Organizations during last seven (7) years. :- It is requested to Not to make such compulsion of rock category instead of that you can ask for the more quantity of experience in hard rock by HDD method. Skyway InfraProjects Page 294 As per CPHEEO ( Page 5-188 )Typical design value of 5000 Tender Condition Prevails Skyway TSS Range : 3000 to 15000 mg/L i to 20000 mg/L 616 InfraProjects Let allow technology provider take the decision about this. Page 294 Please Correct it as NH₃-N ≤ 5mg/L Tender Condition Prevails Skyway 617 That required for near complete InfraProjects nitrification (i.e. effluent NH₃-N ≤ 1 mg/L) Page 294 Request to leave this decision to MBR Technology Tender Condition Prevails Skyway 35 & 50 Kpa is mentioned for Average & Provider. 618 InfraProjects Maximum Transmembrane Pressure TMP respectively Page 291 One Anoxic Basin per stream is recommended by CPHEEO Note: Applicable for Volume-2 & Volume-3 of the Min no of anoxic zones per basin : 2 & Metcalf eddy. Tender Document. The specifications mentioned in the said clause are the minimum specifications of the items. However, Skyway the successful bidder has to design and execute the 619 InfraProjects items as per its own design which shall be approved by the Engineer in charge. The agency has the liberty to upgrade the specification of the corresponding items if there is a requirement of the design with approval of engineer in charge Page 291 As per CPHEEO ( Page 5-188 )Typical design value of DO Tender Condition Prevails Skyway DO Value mentioned as 2 mg / L should be in range of 0.5 to 1 mg/L 620 InfraProjects Let allow technology provider take the decision about this.

155

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification Page 292 , Process Air Blowers Change to Screw type Blower / Tri lobe positive Tender Condition Prevails Page 294,MBR Scour Air Blowers displacement Blower. Page 316 , clause 3.28.1 Skyway Turbo Blower 621 InfraProjects High Speed Turbo Air Blower

Page 174 clause 2.13.1.5 Delete the Clause Tender Condition Prevails Skyway Toxicity monitoring system 622 InfraProjects

Page 300 We request to leave this decision to the EPC bidder as per Tender Condition Prevails Administration, Laboratory, and SCADA requirement of a particular location. Building Skyway 623 Page 295 , Chemical Building InfraProjects Number of Storeys : 2

Skyway Page 288 No of wet pit compartments : 2 Request to delete this description of compartment Tender Condition Prevails 624 InfraProjects Page 289 Submersible Pump has inbuilt motor , separate efficiency Tender Condition Prevails TSPS Pumps of motor & pump can be determine overall efficiency can Page 301 , Plant Drain Pump be mentioned. Min pump efficiency : 0.68 & Min motor Skyway efficiency : 0.9 is mentioned for 625 InfraProjects submersible pumps. Pump efficiency : 0.60 & Min motor efficiency : 0.9

Page 296 , RAS Pump We request to leave this decision to the EPC bidder as per Tender Condition Prevails Pump Type : Non-clog centrifugal solids requirement Skyway handling dry pit 626 InfraProjects

156

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sr No Agency Description in the tender Query Description MCGM’s Comment/ Clarification

SBEM Tender Clause : 3.46 We are reputed Indian brand with 40+ years of Note: Applicable for Volume-2 & Volume-3 of the Approved Vendor/Manufacturer/Make List- experience in the field of Instrumentation and requesting Tender Document. Mechanical Equipment to consider our MAKE for following instruments required The specifications mentioned in the said clause are in this project. the minimum specifications of the items. However, A) Flow meters ( Electromagnetic type) the successful bidder has to design and execute the B) Flow meters (Ultrasonic Type) items as per its own design which shall be approved C) Level Transmitters (Ultrasonic type) by the Engineer in charge. The agency has the liberty 627 SBEM D) Differential Level Transmitters ( Ultrasonic Type) to upgrade the specification of the corresponding E) Level Switches ( Ultrasonic Type) items if there is a requirement of the design with F) Level switches approval of engineer in charge

Enclosed Bhandup Pumping station Make list for reference wherein our Flow meters and level switches are approved in the list of MCGM preferred Makes.

Fivebro Water Services LLP

We humbly request for Approval of Diffuser make Note: Applicable for Volume-2 & Volume-3 of the JAEGER from GERMANY. Tender Document. The specifications mentioned in the said clause are the minimum specifications of the items. However, Fivebro the successful bidder has to design and execute the 628 Water items as per its own design which shall be approved Services LLP by the Engineer in charge. The agency has the liberty to upgrade the specification of the corresponding items if there is a requirement of the design with approval of engineer in charge

157

Minutes of Pre-Bid Meeting, Rejuvenation and Beautification of Poisar River

Sd/- Sd/- Sd/- Shri.D.P.Varade Shri.Bhavari Shri Kusurkar) E.E.Mech.(Sew.)Malad-Zn E.E.SWDMalad-Zn-07 E.E.(S.P.)

Sd/- Sd/- Sd/- Shri. Doctor Shri. U.S.Patil Shri. Sunil Rathod Dy.Ch.E.(S.W.D.)W.S Dy.Ch.E.(S.O.)W.S. Dy.Ch.E.(SP.) I/C

Sd/- Sd/- Sd/- Shri.Rahi S.D Chavan Shri. Mujumdar Ch.E.( S.W.D.) I/C Ch.E.(S.O.) Ch.E.(S.P.) & DMC (E)

(Shri P. Velrasu IAS) A.M.C.(P) Sir,

158