24
Sl. No. RFP Reference/Addendum Reference/Pre-bid Replies Page No. Section/Subject Reference Question/Query/Clarification/Comment raised by Bidder Response 1 S.No. 32 of Addendum 1 & Performance summary in Annexure - 3 12 of 24 and 48 of 96 S.No. 32 of Addendum 1 & Performance summary in Annexure -3: Treated Water parameters With this proposed treatment technology for the given feed parameter, in the outlet of Ultra filtration (UF) the following treated water parameters in terms of BOD < 5 ppm, COD < 160 ppm & chromium BDL is not achievable. So Kindly review & reconfirm the treatment scheme. RFP provisions shall prevail. Please refer to the process flow diagram (and also to Addendum 1 part 2 page 16 of 64) which describes the indicative step wise treatment achieved at each process stage. 2 Addendum – I 12 of 24 S.No. 32: Effluent Quality Requirement During O&M If CETP receives the effluent of > 13000 ppm TDS from any of 380 industries, then the contractor cannot achieve the treated water guarantee of TDS (<2100ppm). In this case if UPPCB/CPCB initiating any action for not meeting discharge norms JTETA will take the responsibility and will take the necessary action against the individual tannery who discharged more than the norms. Kindly confirm. Addendum 1 S. No. 32 is self explantory JAJMAU TANNERY EFFLUENT TREATMENT ASSOCIATION DATE OF PRE-BID MEETING: 14TH SEP 2018 REPLIES TO PRE-BID QUERIES FOR APPOINTMENT OF EPC CONTRACTORS FOR IMPLEMENTATION OF 20 MLD TANNERY COMMON EFFLUENT TREATMENT PLANT (CETP) UPTO TERTIARY TREATMENT ALONG WITH TREATED SEWAGE DILUTION FACILITY FOR JAJMAU LEATHER CLUSTER, UTTAR PRADESH Jajmau Tannery Effluent Treatment Association (JTETA) Request for Proposal (RFP) for Appointment of EPC Contractor for Implementation of 20 MLD Tannery Common Effluent Treatment Plant (CETP) upto Tertiary Treatment Along with Treated Sewage Dilution Facility for Jajmau Leather Cluster, Uttar Pradesh RFP No.: JTETA/CETP/001 Dated 25th August 2018 Replies to Additional prebid queries dated: 02.11.2018

Jajmau Tannery Effluent Treatment Association (JTETA ... Replies 02-11... · 1 S.No. 32 of Addendum 1 & Performance summary in Annexure - 3 12 of 24 and ... (and also to Addendum

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Jajmau Tannery Effluent Treatment Association (JTETA ... Replies 02-11... · 1 S.No. 32 of Addendum 1 & Performance summary in Annexure - 3 12 of 24 and ... (and also to Addendum

Sl. No.RFP Reference/Addendum

Reference/Pre-bid RepliesPage No. Section/Subject Reference Question/Query/Clarification/Comment raised by Bidder Response

1

S.No. 32 of Addendum 1 &

Performance summary in Annexure -

3

12 of 24 and

48 of 96

S.No. 32 of Addendum 1 & Performance summary in

Annexure -3: Treated Water parameters

With this proposed treatment technology for the given feed

parameter, in the outlet of Ultra filtration (UF) the following

treated water parameters in terms of BOD < 5 ppm, COD <

160 ppm & chromium BDL is not achievable. So Kindly

review & reconfirm the treatment scheme.

RFP provisions shall prevail.

Please refer to the process flow

diagram (and also to Addendum 1

part 2 page 16 of 64) which

describes the indicative step wise

treatment achieved at each

process stage.

2 Addendum – I 12 of 24 S.No. 32: Effluent Quality Requirement

During O&M If CETP receives the effluent of > 13000 ppm

TDS from any of 380 industries, then the contractor cannot

achieve the treated water guarantee of TDS (<2100ppm). In

this case if UPPCB/CPCB initiating any action for not

meeting discharge norms JTETA will take the responsibility

and will take the necessary action against the individual

tannery who discharged more than the norms. Kindly

confirm.

Addendum 1 S. No. 32 is self

explantory

JAJMAU TANNERY EFFLUENT TREATMENT ASSOCIATION

DATE OF PRE-BID MEETING: 14TH SEP 2018

REPLIES TO PRE-BID QUERIES FOR APPOINTMENT OF EPC CONTRACTORS FOR IMPLEMENTATION OF 20 MLD TANNERY COMMON EFFLUENT

TREATMENT PLANT (CETP) UPTO TERTIARY TREATMENT ALONG WITH TREATED SEWAGE DILUTION FACILITY FOR JAJMAU LEATHER CLUSTER,

UTTAR PRADESH

Jajmau Tannery Effluent Treatment Association (JTETA)

Request for Proposal (RFP) for Appointment of EPC Contractor for Implementation of 20 MLD Tannery Common Effluent Treatment Plant (CETP) upto Tertiary Treatment Along with Treated Sewage

Dilution Facility for Jajmau Leather Cluster, Uttar Pradesh

RFP No.: JTETA/CETP/001 Dated 25th August 2018

Replies to Additional prebid queries dated: 02.11.2018

Page 2: Jajmau Tannery Effluent Treatment Association (JTETA ... Replies 02-11... · 1 S.No. 32 of Addendum 1 & Performance summary in Annexure - 3 12 of 24 and ... (and also to Addendum

3 Addendum – I 12 of 24 S.No. 32: Effluent Quality Requirement

In any case the effluent of > 13000 ppm TDS is taken in to

the CETP process, then as per the” KPI and non-

conformance criteria” the bidder is not responsible for

guarantee, also bidder can’t meet the UPPCB/CPCB

discharge norms.

In this case noncompliance of UPPCB/CPCB discharge

norms responsibility is with JTETA only. Kindly confirm.

Refer to the footnote below the

table in Schedule 7: Key

Performance

Indicators - Section 1.1.2 Effluent

Quality of the RFP document

(Addendum 1 S. No. 32). The

clause is self explatory.

4 Addendum – I 12 of 24 S.No. 32: Treated Water parameters

We presumed that after blending with treated sewage if

contractor is not able to get required TDS of < 2100 ppm,

due to > 600 ppm TDS in treated sewage then JTETA will

be responsible for UPPCB/CPCB actions. Kindly confirm.

Please refer to Addendum 2 S.

No. 29

5 Addendum No. 1 10 of 24 S.No. 26: KPI for Chrome

As per revised clause for performance guarantee after

ultrafiltration, to achieve the treated effluent quality, kindly

provide the influent parameter values of chromium, BOD,

COD & TSS with the treated sewage parameter values.

Please refer to Addendum 1 Part-

1, table at page 34 of 750 for

CETP influent quality parameters.

Please refer to Addendum 1 S.No

32 for treated sewage parameters.

Page 3: Jajmau Tannery Effluent Treatment Association (JTETA ... Replies 02-11... · 1 S.No. 32 of Addendum 1 & Performance summary in Annexure - 3 12 of 24 and ... (and also to Addendum

6 Addendum No. 1 dated: 05.10.2018 14 of 24

1. Clause 2.3.6 (2) Delay of Completion - Liquidated

Damages- Delay

AND

18. Clause 5.4 – Liquidated Damages – Operations

a. Time is the essence of the Contract and the Contractor

shall be liable to Completion of Works of the overall plant as

per the deadline mentioned in the Tender Documents. Since

this is no longer a unit rate contract, we request you to

remove milestone Liquidated Damages for Delay. Hence, if

the overall Completion of Works is delayed beyond the

deadline mentioned for 100% Completion of the Works them

an Amount equivalent to “0.05% of the delayed portion of

the Contract price per day” will be levied capped to 5% of

the Design Build Contract Price.

LD levy for the overall completion period are international

practices and we request you to follow the same. We again

request milestone LD’s not be levied.

Kindly confirm.

b. In International and domestic contracts of this quantum in

size, the liquidated damages for non-performance will be

capped. We hence request you to cap the Liquidated

damages – Operations to 5% of the overall O&M contract

price.

c. In International and domestic contracts of this quantum in

size also cap the aggregated liability for delay and non-

performance to 10% of the overall Contract Price. We hence

request you to cap the aggregated limitation of liability for

Delay and Operations to 10% of the Contract Price.

Please confirm.

a.Bidder's request is not

confirmed. RFP provisions shall

prevail

b. RFP provisions shall prevail.

c. Bidder's request is not

confirmed. RFP provisions shall

prevail

Page 4: Jajmau Tannery Effluent Treatment Association (JTETA ... Replies 02-11... · 1 S.No. 32 of Addendum 1 & Performance summary in Annexure - 3 12 of 24 and ... (and also to Addendum

7

Addendum

Schedule 12 17 of 24

Schedule 12

TERMS AND PROCEDURE OF PAYMENT

ARTICLE 1. Payment of Design & Build Price

1. Mobilisation Advance:

1.1 Advance payment as an interest free loan for

mobilisation and cash flow support for an amount equal

to 10 % of the Design-Build Price as stipulated in the

contract shall be paid to the Contractor against ‘Bank

Guarantee for Advance Payment’ for the same amount

subject to the provisions of this Contract.

(i) 5% within 30 days of effective date of contract; and

(ii) 5% on mobilization at the site including setting up of

the Contractor’s office, deployment of manpower and

machinery & equipment for construction

AND

PAYMENT BREAK UP SCHEDULE OF CIVIL,

ELECTRICAL AND MECHANICAL WORKS

(EXECUTION)

1. For Civil Works

1.1. For RCC Tanks

After commissioning & trial run: 10%

1.2. SCREEN CHAMBER, DISTRIBUTION CHAMBER

AND VALVE CHAMBER

After commissioning & trial run: 10%

1.3. RCC BUILDINGS

a. To maintain a healthy cash flow, we would request client

to kindly provide 10% interest free advance on signing of the

contract against the submission of Bank Guarantee of

equivalent amount.

b. Bidder understands that all payments (EPC and O&M) will

be made by RTGS/Bank Transfer to the Bidder.

c. In case the commissioning or PGTR is delayed for

reasons not attributed to the contractor, we request this 10%

payment to be released against submission of equivalent

BG.

a. The RFP provisions shall

prevail

b. The mode of payment can be

agreed mutually between JTETA

and the contractor after award of

the contract subject to law of the

land and banking rules.

C. The RFP provisions shall

prevail.

8 Power Guarantee

Some of Items listed below are not included in Electrical

load list. Hence Power Guarantee will be changed

accordingly.

1. Service Water Transfer pump - 50 m3/hr

2. Service Water Transfer Pump - 150 m3/hr

3. Diluted Water Transfer pumps - 1200 m3/hr

The load list provided is for

indicative purpose only. Bidder

shall make his own assessment

based on it's own surveys,

designs, RFP provisions, relevant

standards and codes, and best

engineering practices and have

the same approved by JTETA

after due recommondation of

Project Engineer.

9 Addendum No. 1 dated: 05.10.2018 18 of 24

ARTICLE 2. Payment of O&M Prices

1. Payment of O&M Prices for Operations and

Maintenance of CETP Project

a. JTETA shall pay O&M prices on a Quarterly basis,

(a) We hope you appreciate the fact that the contractor has

to pay salaries and purchase consumables on monthly

basis. Quarterly payment puts a negative cash flow to the

contractor. We hence request you to release O&M

payments monthly.

(b) We also request the O&M payments to be released

within 7 days of submission of Bills. This would enable the

contractor to pay salaries and sub-contractors on time.

(a) RFP provisions shall prevail.

(b) RFP provisions shall prevail.

Page 5: Jajmau Tannery Effluent Treatment Association (JTETA ... Replies 02-11... · 1 S.No. 32 of Addendum 1 & Performance summary in Annexure - 3 12 of 24 and ... (and also to Addendum

10 Addendum I 19 of 24

2. Payments for power connection from Electricity Utility

Company

The Contractor shall be responsible for making

payments directly to the Utility Company against all bills

(“Electricity Dues”) for electricity consumed in operation

of the CETP Project,

As you are aware the monthly power consumption charges

for CETPs are huge and if the Contractor is required to pay

these bills and get reimbursement it will result in a huge

negative cash flow. There is also a risk to the contractor that

the funds in the SPV may not be available which will result in

a delay in reimbursement of the power bills. To avoid such a

huge negative cash flow and reduce the risk of delay in

reimbursement, we request the Employer to pay power

charges directly to the Power Utilities to avoid additional

cost if the power charges to be paid by the Bidder.

Please refer to the Addendum 2

S..No. 32

11

1. Replies to PBQ

Jajmau_05.10.2018

(Technical Document)

General - civil Design criteria.

We presume that, all the water retaining structure shall be

designed by limit state method as per IS 3370:2009 with

limiting crack width of 0.20mm.

Pleas confirm.

Bidder shall make his own

assessment and design the water

retaining structures based on

latest IS 3370 as applicable, and

have the same approved by

JTETA after due recommondation

of Project Engineer.

12

1. Replies to PBQ

Jajmau_05.10.2018

(Technical Document)

Sr No 60

(16B. O&M SECURITY)

11 of 88 (46

OF 724)

a. CETP O&M Security for a value equal to 4% of the

CETP O & M Cost in the substance and form set out in

Annexure 4 or in another form approved by JTETA,

b. Common Chrome Recovery Unit O&M Security for a

value equal to 4% of the Common Chrome Recovery

Unit O & M Cost in the substance and form set out in

Annexure 4 or in another form approved by JTETA

c. Network Performance Security for the O&M Period for

a value equal to 4% of the Network O &M Cost in the

substance and form set out in Annexure 4 or in another

form approved by JTETA,

d. ZLD Performance Security for the O&M Period for a

value equal to 4% of the ZLD O &M Cost in the

substance and form set out in Annexure 4 or in another

form approved by JTETA.

a. As per tender, the bidder is asked to submit the O&M

Security for a value equal to 4% of the entire O&M value.

You would accept that O&M security is to be submitted on

O&M charges excluding Power charges and not on Bid

project cost.

We request employer to accept the O&M Security of 4% on

the Total O&M cost excluding Power cost (i.e. (Monthly

Quoted O&M Cost – power cost) * No. of months of O&M ))

b. Also the 4% O&M security on entire O&M value shall be

applicable for the 1st year alone and there should be

provision to provide renewed security of 4% on the

remaining O&M contract value during the subsequent years

(i.e.) reducing it proportionally to remaining O&M works with

each passing year.

Please confirm.

Please refer to Addendum 2,

S.No. 2

13

1. Replies to PBQ

Jajmau_05.10.2018

Sr No 241

39 of 88

2. Maintenance of sludge disposal site, statutory

approvals required for sludge disposal at the specified

site, tipping charges and other necessary permits and

works in this regard are in client’s scope.

As per clients reply to “Please refer to Addendum No.1”

please note that there is no clear comment on “Maintenance

of sludge disposal site, statutory approvals required for

sludge disposal at the specified site, tipping charges and

other necessary permits and works in this regard” – please

confirm our understanding that the same is not in bidders

scope.

Bidder's understanding is not

correct. All necessary permits and

expenses in regards to sludge

disposal are in bidder's scope.

Please refer to Addendum 1, S.

No. 28 and S. No. 33 read with

Schedule 9 which are self

explanatory.

Page 6: Jajmau Tannery Effluent Treatment Association (JTETA ... Replies 02-11... · 1 S.No. 32 of Addendum 1 & Performance summary in Annexure - 3 12 of 24 and ... (and also to Addendum

14 Sludge disposal rate for each facility.

The following TSDF facilities are available near the

proposed project location at Jajmau:

1. Bharat oil & waste management Ltd. at Kanpur-

Dehat, Akbarpur, UP.

2. Ramky Enviro Engineers Ltd in at Kanpur-Dehat and

additionally newly constructed one near Jajmau CETP.

3. Industrial infrastructure services (India) Ltd. UPSIDC

Leather technology park Banthar, Unnao, U.P

RFP conditions shall prevail.

15

. Replies to PBQ Jajmau_05.10.2018

Sr No 24239 of 88

Please confirm the approximate distance between plant

& sludge and salt disposal site for contractors to

estimate the sludge disposal cost

As per clients reply to “Please refer to Addendum No.1”

please note that there is no clear comment on the distance

of the disposal site from CETP plant location. There are

three options provided as disposal sites. Kindly help us with

approximate distance of these sites.

Also, please advise on the disposal of inorganic wastes

such as UF / RO membranes, cartridge filter elements. We

assume that client will arrange for the necessary permits for

the disposal of all the waste including organic as well as

inorganic waste generated at the plant.

Bidder's assumption is not correct.

Please refer to reply to query at S.

No. 13.

All disposal can be made at any of

the refered sites.

16S. No. 300 in replies to prebid

queriesProcess Performance Guarantee

The recovery of chromium in the CCRU shall be 98% and

the remaining 2% shall be discharged in the supernatant.

For example if the chromium in the chrome liquor to the

CCRU is about 4000 mg/ltr., then 3920 mg (98%) of

chromium per liter, shall be recovered from the spent

chrome liquor and 80mg (2%) shall be discharged in the

supernatant. Based on the above the Process performance

guarantee shall be modified as “Chromium in supernatant

discharged to CETP from CCRU, shall not be more than 2%

of the chromium in the inlet spent chrome liquor to the

CCRU” , kindly confirm

Please refer to Addendum 2 S.

No. 37

17 Process performance guarantee 38 of 92

UF System outlet: Process performance guarantee

given in table below at the outlet of Tertiary Treatment

(UF System outlet) is to be ensured by the Tenderer

UF feed Parameters are required for designing UF system.

Please provide.

Please refer to Addendum 1

Annexure 3 - Schedule 18

Drawing No. 10, Mass Balance

(Page 16 of 64 of Addendum 1

Part 2)

Page 7: Jajmau Tannery Effluent Treatment Association (JTETA ... Replies 02-11... · 1 S.No. 32 of Addendum 1 & Performance summary in Annexure - 3 12 of 24 and ... (and also to Addendum

18 UF UF Filtration area 100 m2

As no Membrane Mfg. provide 100 m2 area per module.

Hence No of Module per skid will increase up to 165.

GE Membrane - 55.7 m2

Dow Membrane - 77 m2

This specification provided in the

RFP document is indicative.Bidder

shall make his own assessment

and choose to supply the same

make or better or equivalent make

based on relevant standards and

codes, and best engineering

practices and have the same

approved by JTETA after due

recommondation of Project

Engineer.

19Design detail for proposed 20 MLD

CETP30 of 92

UF Permeate Transfer Pumps: AS per tender

specification; Qty for UF permeate Transfer pumps is 5

Nos.

In BOQ UF Permeate transfer pumps details are not

provided.

Please clarify scope of UF Permeate Transfer Pumps.

We have not considered the same.

BOQ (Schedule of Items) provided

in Addendum 1 Annexure 1 -

Schedule 16 (for Component A,

Component B, Component C and

Component D) is for indicative

purpose only. Bidder shall make

his own assessment based on it's

own surveys, designs, RFP

provisions, relevant standards and

codes, and best engineering

practices and have the same

approved by JTETA after due

recommondation of Project

Engineer.

20Design detail for proposed 20 MLD

CETP22 of 92

Pre Aeration Tank- I: Total No. of blowers (2 Working +

1 Standby) for 2 tanks

Capacity of each Air blower: 6930 m3/hr

The item specified in tender document but it is not provided

in BOQ (in case of selecting diffusers)

BOQ (Schedule of Items) provided

in Addendum 1 Annexure 1 -

Schedule 16 (for Component A,

Component B, Component C and

Component D) is for indicative

purpose only. Bidder shall make

his own assessment based on it's

own surveys, designs, RFP

provisions, relevant standards and

codes, and best engineering

practices and have the same

approved by JTETA after due

recommondation of Project

Engineer.

21 22 of 92

Capacity of the blower: 13252 m3/hr

Quantity: 3 Nos (2W+1S) – One blower / Tank

Blower with discharge (design) air flow is 13252 Nm3/ hr

Qty - 3 Nos.

(Pg. No 24 / Sr. No. 26)

Please confirm unit of Air flow

m3/hr OR Nm3/hr

The unit of air flow is m3/hr. The

capacity of air blower shall be

selected based on atmospheric

pressure and temperature at site

to delivery required air flow in

m3/hr.

Page 8: Jajmau Tannery Effluent Treatment Association (JTETA ... Replies 02-11... · 1 S.No. 32 of Addendum 1 & Performance summary in Annexure - 3 12 of 24 and ... (and also to Addendum

22Design detail for proposed 20 MLD

CETP23 of 92

Pre Aeration tank- II: Capacity of the blower: 5345 m3/hr

Quantity: 3Nos (2W+1S) – One blower / Tank

Blower with discharge (design) air flow is 5345 Nm3/ hr

Qty - 3 Nos.

(Pg. No 24 / Sr. No. 31)

Please confirm unit of Air flow

m3/hr OR Nm3/hr

Please refer to reply for query at

S. No. 21

23Design detail for proposed 20 MLD

CETP23 of 92

Pre Aeration tank- II: Total No. of blowers (2 Working +

1 Standby) for 2 tanks

Capacity of each Air blower: 2940 m3/hr

Qty - 3 Nos.

The item specified in tender document but it is not provided

in BOQ (in case of selecting diffusers)

BOQ (Schedule of Items) provided

in Addendum 1 Annexure 1 -

Schedule 16 (for Component A,

Component B, Component C and

Component D) is for indicative

purpose only. Bidder shall make

his own assessment based on it's

own surveys, designs, RFP

provisions, relevant standards and

codes, and best engineering

practices and have the same

approved by JTETA after due

recommondation of Project

Engineer.

24Design detail for proposed 20 MLD

CETP24 of 92

Aeration tank -I (BIOT): No. of Air Blowers: 5 Nos / Tank

Total No. of blowers (10 Working + 2 Standby) for 2

tanks

Capacity of each Air blower: 12000 m3/hr

Qty - 12 Nos.

Blower for Aeration tank -I (BIOT-I): Blower with

discharge (design) air flow is 12000 Nm3/ hr

Qty - 7 Nos

(Pg. No 25 / Sr. No. 37)

Please confirm unit of Air flow

m3/hr OR Nm3/hr, capacity and quantity of blowers

Please refer to reply for query at

S. No. 21

25Design detail for proposed 20 MLD

CETP 24 of 92

Aeration tank -I (BIOT): No. of Air Blowers: 5 Nos / Tank

Total No. of blowers (10 Working + 2 Standby) for 2

tanks

Capacity of each Air blower: 12000 m3/hr

Qty - 12 Nos.

Blower for Aeration tank -I (BIOT-I): Blower with

discharge (design) air flow is 12

The item specified in tender document but it is not provided

in BOQ (in case of selecting diffusers)

BOQ (Schedule of Items) provided

in Addendum 1 Annexure 1 -

Schedule 16 (for Component A,

Component B, Component C and

Component D) is for indicative

purpose only. Bidder shall make

his own assessment based on it's

own surveys, designs, RFP

provisions, relevant standards and

codes, and best engineering

practices and have the same

approved by JTETA after due

recommondation of Project

Engineer.

Page 9: Jajmau Tannery Effluent Treatment Association (JTETA ... Replies 02-11... · 1 S.No. 32 of Addendum 1 & Performance summary in Annexure - 3 12 of 24 and ... (and also to Addendum

26Design detail for proposed 20 MLD

CETP25 of 92

Aeration tank- II (BIOT II): Total No. of blowers: 5 Nos.

(4 Working + 1 Standby) for 2 Tanks

Capacity of each Air blower: 14245 m3/hr

Blower for Aeration tank -II (BIOT- II): Blower with

discharge (design) air flow is 12000 Nm3/ hr

Qty - 6 Nos.

(Pg. No 26 / Sr. No. 46)

Please confirm unit of Air flow

m3/hr OR Nm3/hr, capacity and quantity of blowers

Please refer to reply for query at

S. No. 21

27Design detail for proposed 20 MLD

CETP25 of 92

No. of Air Blowers: 1 Nos / Tank

Total No. of blowers (2 Working + 1 Standby) for 2 tanks

Capacity of each Air blower: 14760 m3/hr

The item specified in tender document but it is not provided

in BOQ (in case of selecting diffusers)

BOQ (Schedule of Items) provided

in Addendum 1 Annexure 1 -

Schedule 16 (for Component A,

Component B, Component C and

Component D) is for indicative

purpose only. Bidder shall make

his own assessment based on it's

own surveys, designs, RFP

provisions, relevant standards and

codes, and best engineering

practices and have the same

approved by JTETA after due

recommondation of Project

Engineer.

28Design detail for proposed 20 MLD

CETP19 of 92

Flow Mixer for collection well: Submersible mixer: 1 No

for collection well

As Per BOQ Qty of Submersible Mixer - 3 Nos.

Please provide final Qty.

BOQ (Schedule of Items) provided

in Addendum 1 Annexure 1 -

Schedule 16 (for Component A,

Component B, Component C and

Component D) is for indicative

purpose only. Bidder shall make

his own assessment based on it's

own surveys, designs, RFP

provisions, relevant standards and

codes, and best engineering

practices and have the same

approved by JTETA after due

recommondation of Project

Engineer.

Page 10: Jajmau Tannery Effluent Treatment Association (JTETA ... Replies 02-11... · 1 S.No. 32 of Addendum 1 & Performance summary in Annexure - 3 12 of 24 and ... (and also to Addendum

29Design detail for proposed 20 MLD

CETP22 of 92

Pre Aeration Tank- I: As per tender specification; Option

is provided between OHR Aerator and Diffusers.

No provision or details are provided for Diffuser in BOQ.

Sr. No. 24

Please clarify.

BOQ (Schedule of Items) provided

in Addendum 1 Annexure 1 -

Schedule 16 (for Component A,

Component B, Component C and

Component D) is for indicative

purpose only. Bidder shall make

his own assessment based on it's

own surveys, designs, RFP

provisions, relevant standards and

codes, and best engineering

practices and have the same

approved by JTETA after due

recommondation of Project

Engineer.

30Design detail for proposed 20 MLD

CETP23 of 92

Pre Aeration tank- II: As per tender specification; Option

is provided between OHR Aerator and Diffusers.

No provision or details are provided for Diffuser in BOQ.

Sr. No. 29

Please clarify.

BOQ (Schedule of Items) provided

in Addendum 1 Annexure 1 -

Schedule 16 (for Component A,

Component B, Component C and

Component D) is for indicative

purpose only. Bidder shall make

his own assessment based on it's

own surveys, designs, RFP

provisions, relevant standards and

codes, and best engineering

practices and have the same

approved by JTETA after due

recommondation of Project

Engineer.

31 OHR Aerator / Liquid Oxygen Dosing System Kindly confirm the system required for Aeration purpose.

OHR Aerators are to used in

biological process as specified in

Schedule 16. As per indicative

designs provided, Liquid Oxygen

System is for removal of sulphide

in the Sulphide Removal unit after

the Primary Clarifier.

32Design detail for proposed 20 MLD

CETP24 of 92

Aeration tank -I (BIOT): As per tender specification;

Option is provided between OHR Aerator and Diffusers.

No provision or details are provided for Diffuser in BOQ.

Sr. No. 35

Please clarify.

BOQ (Schedule of Items) provided

in Addendum 1 Annexure 1 -

Schedule 16 (for Component A,

Component B, Component C and

Component D) is for indicative

purpose only. Bidder shall make

his own assessment based on it's

own surveys, designs, RFP

provisions, relevant standards and

codes, and best engineering

practices and have the same

approved by JTETA after due

recommondation of Project

Engineer.

Page 11: Jajmau Tannery Effluent Treatment Association (JTETA ... Replies 02-11... · 1 S.No. 32 of Addendum 1 & Performance summary in Annexure - 3 12 of 24 and ... (and also to Addendum

33Design detail for proposed 20 MLD

CETP25 of 92

Aeration tank- II (BIOT II): As per tender specification;

Option is provided between OHR Aerator and Diffusers.

No provision or details are provided for Diffuser in BOQ.

Sr. No. 44

Please clarify.

BOQ (Schedule of Items) provided

in Addendum 1 Annexure 1 -

Schedule 16 (for Component A,

Component B, Component C and

Component D) is for indicative

purpose only. Bidder shall make

his own assessment based on it's

own surveys, designs, RFP

provisions, relevant standards and

codes, and best engineering

practices and have the same

approved by JTETA after due

recommondation of Project

Engineer.

34Design detail for proposed 20 MLD

CETP30 of 92

UF Permeate Transfer Pumps: AS per tender

specification; Qty for UF permeate Transfer pumps is 5

Nos.

In BOQ UF Permeate transfer pumps details are not

provided.

Please clarify scope of UF Permeate Transfer Pumps.

BOQ (Schedule of Items) provided

in Addendum 1 Annexure 1 -

Schedule 16 (for Component A,

Component B, Component C and

Component D) is for indicative

purpose only. Bidder shall make

his own assessment based on it's

own surveys, designs, RFP

provisions, relevant standards and

codes, and best engineering

practices and have the same

approved by JTETA after due

recommondation of Project

Engineer.

35Design detail for proposed 20 MLD

CETP30 of 92

Dilution Facility Infrastructure: AS per tender

specification; Qty for Diluted wastewater discharge

pumps is 8 Nos.

In BOQ Diluted wastewater discharge pumps details are

not provided.

Please clarify. Also provide required head & other

specification for Diluted wastewater discharge pump. Also

scope clarity for discharge piping.

AS per tender; Diluted wastewater discharge pump (1200

m3/hr - 8 Nos.) to be provided optional. (If gravity flow is

possible, it can be eliminated.)

We are not able to identify weather gravity flow is possible

or not?

Pump head is not provided in tender document.

Bidder shall make his own

assessment based on it's own

surveys, designs, RFP provisions,

relevant standards and codes, and

best engineering practices and

have the same approved by

JTETA after due recommondation

of Project Engineer.

36

1. Replies to PBQ

Jajmau_05.10.2018

Sr No 334

51 of 88

The Bidder shall ensure that 900 KL of spent chrome

liquor are collected and transported on daily basis. The

provisions made in the RFP document are indicative and

Bidder may make his own assessment to manage this

requirement.

We request the client to Kindly provide the approximate

distance in kilometers amongst individual tanneries and

CCRU unit for the tankers to cover each day to collect 900

KL spent chrome liquor.

Bidder shall make his own

assessment refering to nodal

drawing provided in Addendum 1,

Annexure 3 - Schedule 18 and it's

own site visit.

37

1. Replies to PBQ

Jajmau_05.10.2018

Sr No 334

51 of 88

The Bidder shall ensure that 900 KL of spent chrome

liquor are collected and transported on daily basis. The

provisions made in the RFP document are indicative and

Bidder may make his own assessment to manage this

requirement

Considering the core requirement of the project is for CETP

and other processing units, please note that the

maintenance of transportation trucks will be cumbersome for

the bidders as it is not amongst their core competencies.

We request the client to remove this requirement from the

project and appoint a separate contractor for logistics and

transportation of the spent chrome liquor up to the CCRU

unit.

The RFP provisions shall prevail

Page 12: Jajmau Tannery Effluent Treatment Association (JTETA ... Replies 02-11... · 1 S.No. 32 of Addendum 1 & Performance summary in Annexure - 3 12 of 24 and ... (and also to Addendum

38

1. Replies to PBQ

Jajmau_05.10.2018

Sr No 334

51 of 88

The Bidder shall ensure that 900 KL of spent chrome

liquor are collected and transported on daily basis. The

provisions made in the RFP document are indicative and

Bidder may make his own assessment to manage this

requirement

There is no separate provision for this activity in the BOQ

and hence the cost for the same has to be loaded on other

component such as manpower, chemicals, consumables,

sludge handling & electricity consumption etc. this leaves no

room to accommodate cost variation for this activity or the

other activities judiciously. Please consider to include the

specific activity in BOQ under “6 : Component C”

RFP conditions shall prevail.

39 Replies 83 of 88 S.No. 538: Inlet parameters for CCRU

As per tender the Chrome have to be recovered from 320

tanneries. In this case accessing the each tanneries

chrome effluent will not be possible at this stage, since the

each tanneries will discharge different concentration of

chrome as per their production requirement.

So for designing the CCRU system & for guarantee we

request you to provide the following inlet parameter.

1. pH

2. TDS

3. Hardness

4. Calcium

5. Magnesium

6. Alkalinity

7. Chloride

8. Sulphate/sulphide

9. CO2

10. Chromium &etc.

Bidder shall make his own

assessment on the basis of site

visit.

40

Replies

79 & 84 of 88 S.No. 503 & 549: Salt Recovery

As per reply at 503 it is mentioned that only salt recovery

from MEE is in bidder scope whereas as per reply no 549

contractor has to transport also salt recovered. We presume

that as per the transportation of recovered salt is not in

bidder scope. Kindly confirm.

The bidder's presumption is

incorrect.

The salt recovery, storage of

recovered salt and transportation

is under the bidder's scope of

work.

Reuse of salt will be explored by

the owner.

41 Replies 84 of 88 S.No. 552: Screenings

Kindly provide the discharge points disposal of grit and

screening waste from CETP. Also specify the distance from

the CETP.

Please refer to Addendum 1 S.

No. 28 & reply to query at S. No.

13

42

Schedule 2

Design Build Services Schedule

(DBSS)2.1.3 Design Responsibilities (viii)

We understand that obtaining consent including fees (if any)

for construction of plant, O&M of the same and disposal site

from Pollution Control Authority will be responsibility of the

client.

Kindly confirm

Please refer to Schedule 9 of the

RFP and Addendum 1 S. No. 33.

Page 13: Jajmau Tannery Effluent Treatment Association (JTETA ... Replies 02-11... · 1 S.No. 32 of Addendum 1 & Performance summary in Annexure - 3 12 of 24 and ... (and also to Addendum

43

Schedule 2

Design Build Services Schedule

(DBSS)101 of 221

Article 1, General. Item 1.1 (d)

Refurbishment or replacement of existing collection and

conveyance system including augmentation of existing

pumping Stations

We would request client to kindly provide the as build

drawing for the existing collection and conveyance system

and existing pumping station.

Kindly elaborate the scope of work for refurbishment or

replacement of the existing pumping station.

Bidder is expected to visit the site

for his own assessment based on

consultation with UP Jal Nigam

authorities.

44 General

Please provide final Battery limit to justify final Piping length.

1. Piping for UF Permeate Transfer Pump

2. Diluted Water Transfer Pumps

Bidder shall make his own

assessment based on it's own

surveys, designs, RFP provisions,

relevant standards and codes, and

best engineering practices and

have the same approved by

JTETA after due recommondation

of Project Engineer.

45SECTION 2: GENERAL

MECHANICAL SPECIFICATION95 of 242 Specification Sheet of Air Compressor

Air receiver size for Compressor is very high then actual

required. Request you to please consider Air receiver tank

size provided/recommended with compressor as per mfg.

std.

Note : (5000 Ltr is required as per tender while ELGI gives

only 500 Ltr tank for 5.5 kW Compressor.)

Bidder shall make his own

assessment based on it's own

surveys, designs, RFP provisions,

relevant standards and codes, and

best engineering practices and

have the same approved by

JTETA after due recommondation

of Project Engineer.

46SECTION 2: GENERAL

MECHANICAL SPECIFICATION57 of 242

Valve specifications: Materials

Pg No 57 of 242Please provide Valve specification (Manual) for each type

RFP information is self

explanatory.

47SECTION 2: GENERAL

MECHANICAL SPECIFICATION 95 of 242 Instrument: Specification Sheet of Air Compressor

Please provide Air flow required for Instruments and auto

valves

Bidder shall make his own

assessment based on it's own

surveys, designs, RFP provisions,

relevant standards and codes, and

best engineering practices and

have the same approved by

JTETA after due recommondation

of Project Engineer.

Page 14: Jajmau Tannery Effluent Treatment Association (JTETA ... Replies 02-11... · 1 S.No. 32 of Addendum 1 & Performance summary in Annexure - 3 12 of 24 and ... (and also to Addendum

48

Schedule 5

Timeline for Completion of Work 164 of 221

Timeline for Completion of Work

1.1 The entire Works given in the Scope of work shall be

completed from the date of issuance of Letter of intent

within a period as mentioned below:

1.1.1 Activity-Wise Milestone for: (a) 20 MLD (2 Module

x 10 MLD)

Capacity CETP (Primary, Secondary, Tertiary Treatment

system –up to Ultra Filtration Technology) – 24 Months

AND

1.1.4 For (d) 200 KLD capacity Zero Liquid Discharge

(ZLD) Pilot Plant – 12 Months

AND

Activity-Wise Milestone for Completion of Raw Effluent

Collection & Conveyance System –

Total Duration - 21 Months

a. We hope you appreciate the fact that the project involves

considerable amount of civil works (water retaining

structures) and biological processes that take time to

complete and stabilize due to the nature of the tannery

effluent. Based on similar project experiences the practical

timelines for mechanical completion is 27 months and for

completion of PGTR is 30 months.

b. We hope you appreciate the fact that there are a number

of unit item for the 200 KLD plant. Civil works are to be

executed and unit equipment’s are to be ordered and

installed. 12 months’ timeline is too short for such a complex

plant. We hence request you to increase this completion

time to 16 months.

c. Considering the scope of work involved in the Raw

Effluent Collection and Conveyance System, we would

request client to kindly revise the total duration of execution

to 27 months.

a. RFP provisions shall prevail

b. RFP provisions shall prevail

c.RFP provisions shall prevail

49 Schedule 73 of 153

Item no 1.19

Pipe line crossing by trenchless technology in National

Highways in Jajmau

We presume that the required deposits for obtaining

permissions from NH / Road / Railway crossing will be borne

by the client.

Kindly confirm

Please refer to Schedule 9 read

with Addendum 1 S. No. 33

50 Schedule 73 of 153

Item no 1.19

Pipe line crossing by trenchless technology in National

Highways in Jajmau

Kindly furnish the GPS coordinates where the Trench less

crossing of pipeline is to be executed in Jajmau along with

the diameter of the carrier pipe and the diameter of the

HDPE pipe line.

We understand that the carrier pipeline will be of MS. Kindly

confirm

Please refer to Addendum 1

(Annexure 1 - Schedule 16 and

Annexure 3 - Schedule 18 for

Topographical Survey for

indicative assessment)

All available information has been

provided in the RFP document.

However, bidder may make his

own assessment based on the

site conditions, his own surveys,

relevant standards and codes and

best engineering practices and

have the same approved by

JTETA after due recommondation

of Project Engineer.

Page 15: Jajmau Tannery Effluent Treatment Association (JTETA ... Replies 02-11... · 1 S.No. 32 of Addendum 1 & Performance summary in Annexure - 3 12 of 24 and ... (and also to Addendum

51

Schedule 7

Key Performance Indicators 180 of 2213. Purity of Sodium Chloride and Sodium Sulphate salt

More than 95% white coloured salt

Please note that purity of salt cannot be guaranteed by any

evaporation process. Inlet concentrate effluent is

evaporated to leave behind the salt crystals. The purity of

salt will hence depend on the inlet effluent quality from the

tanneries. We hence request you to remove the purity of salt

from the KPI and only keep the quantity for the KPI.

RFP provision shall prevail.

Process performance guarantee to be borne by the

Tenderer:

53 Schedule 8 183 of 221

Schedule 8

Liquidated Damages – Operations

Purity of Sodium Chloride and Sodium Sulphate will only

depend on the influent characteristics. Evaporator will only

evaporate water from the concentrate effluent to leave

behind crystallised / amorphous salt.

Organics/Inorganics/Recalcitrant COD that are coloured and

are not oxidised in the aeration will be left behind in the salt.

We hence request you to remove this clause from the

Liquidated Damages.

RFP provision shall prevail.

As you are aware Water Recovery of >95% would

depended on the inlet TDS quantity of the concentrate.

Since inlet TDS levels to the evaporator will be over

50,000ppm, >95% water recovery will not be possible. We

hence request you to keep this value to >95% v/v – based

on pilot plant inlet effluent volume (and not on evaporator

inlet concentrate effluent volume)

52

Schedule 7

Key Performance Indicators 180 of 221

Please note that the water

recovery mentioned in the tender

document is inclusive of recovered

permeate water from RO system

and condensate from MEE

system. RFP & Addendum 1

provision shall prevail.

Page 16: Jajmau Tannery Effluent Treatment Association (JTETA ... Replies 02-11... · 1 S.No. 32 of Addendum 1 & Performance summary in Annexure - 3 12 of 24 and ... (and also to Addendum

AND PAYMENT BREAK UP SCHEDULE OF CIVIL,

ELECTRICAL AND MECHANICAL WORKS

(EXECUTION)

PAYMENT SCHEDULE: 1. For Civil Works, 1.1. For

RCC Tanks

AND: PAYMENT BREAK UP SCHEDULE OF CIVIL,

ELECTRICAL AND MECHANICAL WORKS

(EXECUTION), PAYMENT SCHEDULE. 1. For Civil

Works, 1.3. RCC BUILDINGS

54 Schedule 12 314 of 724

a. Considering the huge quantum of work and to maintain a

healthy cash flow, we would request client for the following

break up of payment for collection and conveyance system

pipeline

1. Approval of design and Drawing 3%

2. Ground penetration Radar Survey 2%

Electric Tomography

3. Supply of Pipe 60%

4. Excavation of Shafts & Confined 5%

Excavation, Closed Planking & Refilling

of trenches, pits

5. Trench Cutting & Installation of Product Pipe 15%

6. Construction of Composite Manholes 10%

7. Commissioning including site clearance & 5%

Misc. finishing items

b. Kindly note that the Activities described in the payment

terms for RCC tanks (such as “Construction of well staining

and its sinking up to 50% depth BGL”, “Construction of well

staining & sinking upto 100% depth BGL”, etc.) are

applicable for only pumping stations. Also activities like

“Walkway and plate form”, “Beam, column including fixing of

gantry girder”, etc are not applicable for all RCC Tanks /

RCC Water retaining structures. Hence, the Bidder requests

the payments for RCC Tanks/ Water Retaining Structures to

be made monthly as per progress at site, 80% pro-rata

against RCC Works and 20% pro-rata against Finishing

Works.

Please confirm.

c. As you are aware, 3% of Component payments are made

against approval of design and drawings for all other

structures (RCC Tanks, screen chamber, etc.) whereas for

RCC Buildings only 2% is being paid. We request you to

provide 3% against approval of design and drawings for

even RCC Buildings.

a. RFP provisions shall prevail

b. The RFP provisions shall

prevail. Please refer to Addendum

1 PAYMENT BREAK UP

SCHEDULE OF CIVIL,

ELECTRICAL AND

MECHANICAL WORKS

(EXECUTION), page 22 of 24

C. The RFP provisions shall

prevail

Page 17: Jajmau Tannery Effluent Treatment Association (JTETA ... Replies 02-11... · 1 S.No. 32 of Addendum 1 & Performance summary in Annexure - 3 12 of 24 and ... (and also to Addendum

55 Annexure – I - Schedule 16 15 of 449 Component – A: Odour Control System

As per point no 3 covering of various tanks are proposed for

odor control. whereas as per point no 4 and stage -I

description only collection well supposed to be covered.

Since the odor will be present in the effluent up to biological

system we presume that all the units up to biological system

need to be provided with odor control unit, Also the sludge

handling tank and the dewatering building need odor control

system. The quantities & capacities of odour control system

equipment shall be as per bidder. Kindly confirm.

Yes. Bidder's assumption is

confirmed.

56 Annexure – I - Schedule 16 Component – A: Odour Control SystemPlease confirm the requirement of odor control system for

pump houses & the screen.

Refer Bill of Quantity given in

Annexure -I Schedule - 16 of

Addendum 1, Odour system shall

be installed in receiving sumps in

all 4 pumping stations.

57 Annexure – I - Schedule 16 Construction of effluent collection system

We presume that during construction of effluent collection

system (Phase-1 & Phase-2), there will not be any effluent

for the particular pump house and it’s feed channel. Kindly

confirm.

In any case the effluent is let into the channel or pump

house which is under construction then it is JTETA

responsibility to take the action against the tanneries which

let the effluent. Kindly confirm.

Yes. Bidder's presumption is

confirmed.Please Refer Annexure -

I Schedule - 16 of Addendum 1, a

separate collection & Conveyance

system pipelines and receiving

sump shall be constructed. The

Existing open channel and

receiving sump in the pumping

station should not be disturbed

during construction stage.

List of drawings for Component – C

As per Tender

54 Schedule 12 314 of 724

a. Considering the huge quantum of work and to maintain a

healthy cash flow, we would request client for the following

break up of payment for collection and conveyance system

pipeline

1. Approval of design and Drawing 3%

2. Ground penetration Radar Survey 2%

Electric Tomography

3. Supply of Pipe 60%

4. Excavation of Shafts & Confined 5%

Excavation, Closed Planking & Refilling

of trenches, pits

5. Trench Cutting & Installation of Product Pipe 15%

6. Construction of Composite Manholes 10%

7. Commissioning including site clearance & 5%

Misc. finishing items

b. Kindly note that the Activities described in the payment

terms for RCC tanks (such as “Construction of well staining

and its sinking up to 50% depth BGL”, “Construction of well

staining & sinking upto 100% depth BGL”, etc.) are

applicable for only pumping stations. Also activities like

“Walkway and plate form”, “Beam, column including fixing of

gantry girder”, etc are not applicable for all RCC Tanks /

RCC Water retaining structures. Hence, the Bidder requests

the payments for RCC Tanks/ Water Retaining Structures to

be made monthly as per progress at site, 80% pro-rata

against RCC Works and 20% pro-rata against Finishing

Works.

Please confirm.

c. As you are aware, 3% of Component payments are made

against approval of design and drawings for all other

structures (RCC Tanks, screen chamber, etc.) whereas for

RCC Buildings only 2% is being paid. We request you to

provide 3% against approval of design and drawings for

even RCC Buildings.

a. RFP provisions shall prevail

b. The RFP provisions shall

prevail. Please refer to Addendum

1 PAYMENT BREAK UP

SCHEDULE OF CIVIL,

ELECTRICAL AND

MECHANICAL WORKS

(EXECUTION), page 22 of 24

C. The RFP provisions shall

prevail

A copy of DPR and Drawings are

available at NMCG office for

reference.

58

Corrigendum -

Annexure 3

79 of 96 to

82 of 96

Schedule 18

Drawing

Page 18: Jajmau Tannery Effluent Treatment Association (JTETA ... Replies 02-11... · 1 S.No. 32 of Addendum 1 & Performance summary in Annexure - 3 12 of 24 and ... (and also to Addendum

Query

The attached Common Chrome recovery plant drawing’s

text such as dimension, capacity of unit and level are not in

visible condition (showing only boxes instead of text), please

provide Autocad format with readable format.

59 P & ID page no 2Sludge holding tank mixer: As per tender Sludge holding

tank with mixer is provided in Sr. no 47.in Electrical Load list the same is not included in load list.

The load list provided is for

indicative purpose only. Bidder

shall make his own assessment

based on it's own surveys,

designs, RFP provisions, relevant

standards and codes, and best

engineering practices and have

the same approved by JTETA

after due recommondation of

Project Engineer.

60

Corrigendum -

Annexure 3 45 of 96

Schedule 18

Geotechnical report

As per tender / Addendum

1. SOIL BEARING CAPACITY

1.1. BORES ( 1—30) AT CETP :

Net Safe bearing capacity = 14.8 t/m2

Query

Please indicate that, at which depth the Safe bearing

capacity of 14.80 t/m2 will be available from natural ground

level.

Soil investigation report has been

provided for indicative purpose in

Annexure-3 -Schedule 18 of

Addendum 1. Site investigation

and data collection including Geo

technical assessment and soil

analysis for the design and

construction is under the scope of

the Contractor.

61

Corrigendum -

Annexure 3 46 of 96

Schedule 18

Geotechnical report – Bore hole location plan

Please provide the 30 nos of bore log details for the

attached bore hole location plan.

Also please provide the detailed soil investigation report

including detail and result of lab test , chemical test, ground

water table details etc.,

Please refer to query reply for

SI.No. 60

A copy of DPR and Drawings are

available at NMCG office for

reference.

58

Corrigendum -

Annexure 3

79 of 96 to

82 of 96

Schedule 18

Drawing

Page 19: Jajmau Tannery Effluent Treatment Association (JTETA ... Replies 02-11... · 1 S.No. 32 of Addendum 1 & Performance summary in Annexure - 3 12 of 24 and ... (and also to Addendum

62

Corrigendum -

Annexure 3

44 of 96

And

2 of 96Schedule 18

Topographical survey drawing.

And

Proposed plant layout drawing

We presume that, natural ground level as shown in the

topographical survey drawing shall be maintained for the

proposed CETP without any site grading work such as

cutting / filling.

Please confirm.

The bidder's presumption is not

correct. The bidder shall make his

own assessment based on RFP

provisions, relevant standards and

codes, and best engineering

practices and have the same

approved by JTETA after due

recommondation of Project

Engineer.

63

Corrigendum -

Annexure 3 44 of 96

Schedule 18

Topographical survey drawing.

Please provide the size and depth of sludge drying bed and

disposal location of sludge with lead distance.

The bidder shall make his own

assessment based on his own site

visit, consultation with UPJN

officials and RFP provisions.

As per tender

Query

Please provide the size of existing water structure such as

length, depth etc.,

65

Corrigendum -

Annexure 3 44 of 96

Schedule 18

Topographical survey drawing.

We presume that, the proposed CETP layout shall be

rearranged without disturbing the existing Treated water 130

MLD pipe line which is crossing through the plant area

Please confirm.

Bidder's presumption is correct.

66

Corrigendum -

Annexure 3 44 of 96

Schedule 18

Topographical survey drawing.

We presume that, strengthening of existing Nalla’s bund if

anything required is not in bidder scope.

Please confirm.

The bidder's understanding is not

correct please refer BOQ given in

the Annexure-I Schedule 16

Schedule 18

Topographical survey drawing.44 of 96

Corrigendum -

Annexure 3 64

The bidder shall make his own

assessment based on his own site

visit, consultation with UPJN

officials and RFP provisions.

Page 20: Jajmau Tannery Effluent Treatment Association (JTETA ... Replies 02-11... · 1 S.No. 32 of Addendum 1 & Performance summary in Annexure - 3 12 of 24 and ... (and also to Addendum

67Unit Layout for 20 MLD Pilot Plant (

List of drawings)663

Unit Layout for 20 MLD Pilot Plant: PROPOSED PLANT

LAYOUT FOR 20 MLD TANNERY CETP IN JAJMAU

DRG. NO. : TWIC/2016/UP/LAYOUT/01/REV-0

Please provide Final Piping size-wise BOQ for each plant

(20 MLD + 200 KLD) for cost estimation purpose as

provided layout is in PDF format (not to scale) OR provide

autocad drawing. Along with arrangement for service water

requirement for chemical dosing, flushing, cleaning and

other plant requirement

BOQ (Schedule of Items) provided

in Addendum 1 Annexure 1 -

Schedule 16 (for Component A,

Component B, Component C and

Component D) is for indicative

purpose only. Bidder shall make

his own assessment based on it's

own surveys, designs, RFP

provisions, relevant standards and

codes, and best engineering

practices and have the same

approved by JTETA after due

recommondation of Project

Engineer.

68 3.8.5 48 of 92 Schedule 16

As per Tender

Component – B

3.8.5 Pumping Stations

……………. The existing pump house should be revamped

including replacement of damaged doors and windows,

including plastering of damaged walls, floors, if any and

painting of the entire pump house. ……….

Query

We have not envisaged any revamping works in the price

schedule under Component B, hence please provide the

details and quantity of revamping works which are to be

considered by bidder in the price schedule BoQ format as

the other civil work details.

Please refer to reply to query at

S.No. 43

69

Schedule 18

List of Drawings 662 of 724 List of drawings for Component - AWe would request client to furnish the pipe laying route

drawing and the L Section drawing of the pipeline.

Please refer to Addendum 1

(Annexure 1 - Schedule 16 and

Annexure 3 - Schedule 18) for

Topographical Survey for

indicative assessment

Page 21: Jajmau Tannery Effluent Treatment Association (JTETA ... Replies 02-11... · 1 S.No. 32 of Addendum 1 & Performance summary in Annexure - 3 12 of 24 and ... (and also to Addendum

70 BoQ Item rate wise BoQ for C&C system

Previously item rate wise BoQ was provided with the tender,

however in the prebid reply we find that the BoQ for C&C

system has been changed to 1 Lump Sum.

Kindly understand in tendering stage it is not possible for the

bidder to access and estimate the quantum of various pipe

dia and lengths of pipeline and appurtenances and thus the

cost for pipe laying works.

We would request client to kindly provide the BoQ for the

C&C Works Pipeline including Pumping Station and

Pumping Machinery (MEI) so that the item rates can be

quoted and during execution rate will prevail, and payment

will be based on actual executed quantity.

Kindly provide the same.

The BoQ should consist of dia wise length of pipes of each

MoC, quantity and size of trenchless work, road cutting and

restoration, excavation and refilling, disposal of excess

earth, numbers and dia of manholes etc.

Please refer to Addendum 1 Page

248, Schedule of Items,

Component -B: Raw effluent

collection and conveyance system

to handle 20 MLD effluent

(Page224 of 449) for an indicative

BOQ of the works.

71 BOQ 71 of 153

Bid Project cost (including all taxes) for Raw effluent

collection and conveyance system to handle 20 MLD

effluent

Civil Works

a. Kindly provide detailed civil BoQ for RCC tanks for

Pumping Station.

b. Kindly provide the civil BoQ incorporating excavation,

backfilling, disposal of excess earth, cementing, shuttering,

Rafts, cover slabs, reinforcement work, plastering work,

white wash, painting, water proofing, construction joints

c. Kindly provide, the Civil BoQ for the associated structure

like inlet well, screen chambers, electrical room, boundary

wall, office, roads and drains and other infrastructure.

d. Also the item description of each line item in civil should

be elaborated to vividly depict the complete scope of the

work

Please refer to query reply for

SI.No. 70

73 BOQ VIII - Instrumentation Works for Pumping station Sr. No. 1: Not readable

Please refer to Addendum 1 Page

290, Schedule of Items,

Component -B: Raw effluent

collection and conveyance system

to handle 20 MLD effluent

(Page265 of 449) for an indicative

BOQ of the works..

Page 22: Jajmau Tannery Effluent Treatment Association (JTETA ... Replies 02-11... · 1 S.No. 32 of Addendum 1 & Performance summary in Annexure - 3 12 of 24 and ... (and also to Addendum

74 BOQ VIII - Instrumentation Works for Pumping station Sr. No. 3 - II: Not readable

Please refer to Addendum 1 Page

291, Schedule of Items,

Component -B: Raw effluent

collection and conveyance system

to handle 20 MLD effluent

(Page266 of 449) for an indicative

BOQ of the works..

75 BOQ C - Breakup cost Instrumentation works Sr. No. 5: Not readable

Please refer to Addendum 1 Page

290, Schedule of Items,

Component -B: Raw effluent

collection and conveyance system

to handle 20 MLD effluent

(Page265 of 449) for an indicative

BOQ of the works..

76 Not able to find Excel Sheet form e-tender website. The Sheet is not in readable format.

Please refer to the e-procurement

web site. The BOQ is available in

Excel.

77MOC For Dosing Pump: AS per tender required MOC is

SS316L

SS316 MOC is available. (Milton Roy regret to provide

SS316L)

This specification provided in the

RFP document is indicative.Bidder

shall make his own assessment

and choose to supply the same

make or better or equivalent make

based on relevant standards and

codes, and best engineering

practices and have the same

approved by JTETA after due

recommondation of Project

Engineer.

78 BOQ Please provide piping network BOQ. Please refer to reply of query at S.

No. 70

80 BOQ_360259

• Row 20 : 2.02 consumables, spares & maintenance

cost for component A

= (Rs/ Cu. m.) x (20000 Cu m / day) x (365 days) x (5

years)

• Row 37 : 4.2 consumables, spares & maintenance cost

for component B

= (Rs/ Cu. m.) x (20000 Cu m / day) x (365 days) x (5

years)

• Row 42 : 6.2 consumables, spares & maintenance cost

for component C

= (Rs/ Cu. m.) x (900 Cu m / day) x (365 days) x (5

years)

• Row 49 : 8.2 consumables, spares & maintenance cost

for component D

= (Rs/ Cu. m.) x (200 Cu m / day) x (365 days) x (5

years)

You would appreciate the observation based on our

experience that, “consumables, spares & maintenance cost”

are fixed utility for any equipment irrespective of the flow

rate for optimum operation of that equipment.

We request you to make the provision in BOQ to allow the

bidders to quote the “consumables, spares & maintenance

cost” as a fixed & lump sum cost for the period of 60 months

similar to manpower cost.

RFP conditions shall prevail.

Page 23: Jajmau Tannery Effluent Treatment Association (JTETA ... Replies 02-11... · 1 S.No. 32 of Addendum 1 & Performance summary in Annexure - 3 12 of 24 and ... (and also to Addendum

81Component-A

Technical specifications for 20 MLD14 of 449

A Service Water Connection would be provided by

JTETA and the Contractor shall construct underground

sump and overhead tanks with capacity of 10 cu.m along

with necessary pipelines for distribution of water for

dosing systems, laboratory & buildings and for other

necessary

requirements.

In BOQ the same is not provided.

BOQ (Schedule of Items) provided

in Addendum 1 Annexure 1 -

Schedule 16 (for Component A,

Component B, Component C and

Component D) is for indicative

purpose only. Bidder shall make

his own assessment based on it's

own surveys, designs, RFP

provisions, relevant standards and

codes, and best engineering

practices and have the same

approved by JTETA after due

recommondation of Project

Engineer.

82 Component B 365 of 724

Technical specifications for Raw

Effluent Collection & Conveyance

(C&C) System To Handle 20 MLD

Effluent

And prebid reply point no 203

The prebid reply point no 203, specifies “Contractor has to

provide nozzle arrangement with flange with required size in

the junction manhole so as to make interconnection

between member tannery units and junction manual by

JTETA.”

The scope of work under Effluent Collection and

Conveyance System is superficial. We would request you to

kindly specify the size and number of the nozzle and the dia

of the manholes where these nozzles are to be provided.

Please provide

The bidder shall make his own

assessment based on relevant

standards and codes, and best

engineering practices and have

the same approved by JTETA

after due recommendation of

Project Engineer.

83

HPPTRO feed tank for Chloride and

sulphate stream ( List of drawings for

Component - D)

Page - 715As per List of drawings for Component - D specified that

HPPTRO feed tank for only chloride stream.

Not provided

Feed flow parameters and distribution to Chloride and

Sulphate Stream

The bidder shall make his own

assessment based on relevant

standards and codes, and best

engineering practices and have

the same approved by JTETA

after due recommendation of

Project Engineer.

84

HPPTRO projections of Chloride

stream ( Component D - design

basis of the proposed pilot plant)

394 To 412

Sr. No. 105 &

106

HPPTRO- Chloride Stream: As per tender

specifications, specified quantity of RO membranes is 1

Skid and high pressure pump is 1 skid.

Not provided

Please provide HPPTRO projections for Chloride stream.

The bidder shall make his own

assessment based on relevant

standards and codes, and best

engineering practices and have

the same approved by JTETA

after due recommendation of

Project Engineer.

85

HPPTRO projections of Sulphate

stream ( Component D - design

basis of the proposed pilot plant)

Page - 394 to

412

Sr. No. 113 &

114

As per tender specifications, specified quantity of RO

membranes is 1 Skid and high pressure pump is 1 skid.

Not provided

Please provide HPPTRO projections for Sulphate stream.

The bidder shall make his own

assessment based on relevant

standards and codes, and best

engineering practices and have

the same approved by JTETA

after due recommendation of

Project Engineer.

Page 24: Jajmau Tannery Effluent Treatment Association (JTETA ... Replies 02-11... · 1 S.No. 32 of Addendum 1 & Performance summary in Annexure - 3 12 of 24 and ... (and also to Addendum

86 General Right of Way

Kindly confirm that all fees (Bank Guarantees and DDs) for

permission towards all type of road cutting will be arranged

by client.

However, road restoration up to the cutting width of trench

will be done by the bidders.

Please confirm.

Please refer to Schedule 9 of the

RFP and Addendum 1 S. No. 33.

87 Technical Document 383

Tankers for transportation of Spent Chrome from

member Tannery units to Common Chrome Recovery

Unit (CCRU)

We understand that the specifications of tankers provided in

tender are for reference purpose only and vendor can select

suitable tanker specifications fit for purpose

Bidder shall make his own

assessment based on RFP

provisions, relevant standards and

codes, and best engineering

practices and have the same

approved by JTETA after due

recommondation of Project

Engineer.

88 H2S and Cr concentration in air

Based on the ambient air analysis in the proposed site, the

H2S Level in the ambient air is 42-26 ug/m3, Particulate

matter (PM10) is 740-214 µg/m3 and Chromium is 7.12 - 4

ug/m3. , whereas the standard limits for these parameter in

the ambient air shall be less than 14ug/m3, 100µg/m3 and

0.5ug/m3 respectively. All these parameters are more than

permissible limit, so it is in hazardous area, which leads to

health issues to the workers/employers , hence we request

you to provide another safe area for the construction of

CETP.

H2S Level in the ambient air

mentioned by the bidder is very

high. Bidder has to reconfirm

whether sampling done in ambient

air or inside effluent tanks. Many

Tannery CETPs are functioning

without any issues. In any case

the existing CETP will not used

and project is going to be

implemented in the new location.

However Bidder is advised to get

ambient air quality from EIA

Consultant appointed by JTETA

and the selected contractor shall

have to make his own

arrangement for the EHS activity

at site.