Jajmau Tannery Effluent Treatment Association (JTETA ... Replies 02-11... · 1 S.No. 32 of Addendum...
Transcript of Jajmau Tannery Effluent Treatment Association (JTETA ... Replies 02-11... · 1 S.No. 32 of 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
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.
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
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.
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.
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)
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.
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.
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.
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.
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
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.
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.
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.
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.
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
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
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
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.
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
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..
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.
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.
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.