NAIROBI BULK WATER SUPPLY: CONSTRUCTION OF RAW AND TREATED WATER GRAVITY MAINS FROM THIKA DAM TO KIGORO TREATMENT WORKS TO GIGIRI TANKS

Size: px
Start display at page:

Download "NAIROBI BULK WATER SUPPLY: CONSTRUCTION OF RAW AND TREATED WATER GRAVITY MAINS FROM THIKA DAM TO KIGORO TREATMENT WORKS TO GIGIRI TANKS"

Transcription

1 NAIROBI BULK WATER SUPPLY: CONSTRUCTION OF RAW AND TREATED WATER GRAVITY MAINS FROM THIKA DAM TO KIGORO TREATMENT WORKS TO GIGIRI TANKS ICB No. AWSB/WaSSIP AF/Comp-1/W-2/2015 Clarifications and Responses to Queries by Bidders S. Nr. Item Description Query Response 1 Extension of Bid Submission 2 Revised Bid Opening 3 Clarification of Bidding Documents, ITB Kindly extend the date of submission by at least one month from current date i.e. 17 th Nov We are in the process of process of preparation for bid; since the bid preparation involves extensive work consisting of site visit, site survey, getting quotations from the vendors, discussion and negotiations with vendors & sub-contractors etc. We request you to extend the bid submission date by another one month so as to prepare and submit our robust and competitive techno-commercial bid 1.3 Due to the physical and environmental difficulties of the project alignment, we are in need for an extra time for the proper evaluation of the conditions. Therefore, we kindly request you to extend the Bid Submission Date for a period of minimum 6 weeks 1.4 As provided in Instructions to Bidders clause 7.1, we kindly request that you grant us an Extension of Bid Submission Date of one month, until the 15 th December, This extension would be essential for establishing a competitive bid and an elaborate comprehensive method statement As indicated in Addendum No. 1, considering the complexity of the works and requests by various Bidders, the Submission Date of the Bids is revised as follows: As per ITB 8.3 and ITB 22.2, the Revised deadline for Bid submission is: Date: 15 th December 2015 Time: Noon, East African Time As indicated in Addendum No. 1, the Revised Bid Opening Date and Time is: Date: 15 th December 2015 Time: pm, East African Time As indicated in Addendum No. 1, requests for clarification of Bidding Documents should be received no later than: 1 st December Response to any further Requests for Clarification will be issued by 3 rd December Scope of Work 4.1 Vol. I, Section VII Scope of Work - Detail scope of works is given along with the pipeline size, length and pressure rating. We request you to provide us the flow i.e. discharge through the gravity mains, pumping head at WTP etc. for checking pipe thickness and surge pressure The Pipeline has been designed to transmit flow of 1.6m 3 /s. Both the raw and treated water mains are gravity transmission mains. No pumping head at Water Treatment Works (WTP) is required Page 1 of 16

2 4.2 Bid Document Vol. II, Part II, Clause 102 Scope of Works - Please clarify whether the length of proposed section between Ngethu Water Works and Gigiri Reservoirs is 36m or 36km The approximate length of pipeline between Ngethu Water Works and Gigiri Reservoirs is 36,000m (36km). 4.3 Bid Document Vol. II, Part II, Clause 102 Scope of Works - Please confirm that the material of pipes for section between Ngethu Water Works and Gigiri Reservoirs shall be only Steel not Ductile Iron 5 Taxes & Duties 5.1 Vol. I Clause 14.7 Bid Price and Discounts - It is mentioned in these clause that "All duties, taxes, and other levies payable by the Contractor under the Contract, or for any other cause, as of the date 28 days prior to the deadline for submission of bids, shall be included in the rates and prices and the total Bid Price submitted by the Bidder". Since the project falls under the Infrastructure Development, all the taxes and duties are exempted as per the International norms. In this regard we request you to confirm whether the taxes, custom duties, levies, etc. are exempted for this Project. If the same are applicable, please provide us the rates of custom duty, taxes, levies & duties etc. in Kenya whether the taxes, custom duties, levies etc. 5.2 Please specify costs of paying all Government levies and statutory costs such as training levy, licensing fees, etc. as we need to understand where all such costs are to be included and its period 5.3 Is this project exempted from Duty, VAT, IDF, RDL and other Customs taxes? If the project is not exempted, is it possible that VAT can be reduced or removed? 5.4 Vol. I, Section VIII Clause 14.1 Contract Price - We understand from this clause that "the contractor's equipment including essential spare parts therefor, imported by the contractor for the sole purpose of executing the Contract shall be exempt from the payment of import duties and taxes upon importation." Request you to confirm the same 6 Bid Currency 6.1 Vol. I BDS, ITB 15.1 It is mentioned that "the unit rates and the prices shall be quoted by the Bidder in the Bill of Quantities, entirely in Kenya Shillings, the name of the currency of the Employer s country, and further referred to as the local currency. As it is an International Competitive bidding and jointly financed by World Bank & AFD Bank, foreign currency which is freely convertible The pipeline between Ngethu Water Works and Gigiri Reservoirs is NP40, Steel Pipeline with field butt welded jointing. Bidders attention is drawn to Clause 14.7 of ITB and Clause 48 in Section IV - Preamble and Notes to the Bills of Quantities. These Clauses state inter alia The rates and prices and the total Bid Price submitted by the Bidder shall be inclusive of all duties, taxes and other levies payable by the Contractor under the Contract, or for any other cause. Duties and Taxes Applicable can be obtained from Kenya Revenue Authority s website indicated below The Project is NOT Exempted from Duties and Taxes and other government levies such as Import Declaration Fee (IDF), Railways Development Levy (RDL), etc. Value Added Tax (VAT) Rate is stipulated by Government of Kenya and cannot be reduced or removed. The present VAT Rate is 16%. The Bidder s attention is drawn to Section IX Contract Forms, Part B Specific Provisions which outlines the modalities and procedure to be followed for Duties and Tax Exemption for Contractor s Equipment, essential spare parts imported for the sole purpose of executing the Contract. Bidders attention is drawn to Clause 15, Currencies of Bid and Payment Sub-Clauses 15.1 and of the ITB, which clearly states that all unit rates and prices shall be quoted in Kenya Shillings which is the local currency of the Employer s Country. As indicated in ITB 15.1 A Bidder expecting to incur expenditures in other currencies for inputs to the Works supplied from outside Page 2 of 16

3 such as USD/EURO etc. are allowed for bid currency. In this regard we request you to allow to quote the bid currency in foreign currency instead of local currency the Employer s country (referred to as the foreign currency requirements ) shall indicate in the Appendix to Bid - Table C, the percentage(s) of the Bid Price (excluding Provisional Sums), needed by the Bidder for the payment of such foreign currency requirements, limited to no more than three foreign currencies 7 Payment Terms 7.1 Vol. I, Section IX Clause 14.5, Payment Terms - Only Advance payment percentage is mentioned in this clause, request you to provide us the breakup of payment terms for plant & materials, services i.e. against supply, installation, laying, construction etc. for foreign component, &local component etc. Also please confirm that 100% LC shall be opened immediately after award of the contract 7.2 Vol I. Section IX Clause 14.5(b) & 14.5(c), Payment Terms It is mentioned in this clause that the payment for "Plant & Materials for payment Free on Board: None Plant and Materials for payment when delivered to the Site- Pipes, Fittings and Valves". We understand that there is no payment for the plant & materials against the shipping documents and the payment is made only when the plant & materials are delivered to the site. The Contract will follow the FIDIC Red Book and the General Conditions of Contract (Section VIII), which are the Bank Harmonized Edition. The General Conditions regarding payment are as indicated in Clause 14. The payment for Plant and Materials is as stipulated under Sub Clause 14.5 (General Conditions) and Section IX (Particular Conditions). No Letter of Credit (LC) shall be opened by the Employer after award of Contract. The Contract Price and payment will be as stipulated under Clause 14 of General and Particular Conditions of Contract. There will be no payment of plant and materials against the shipping documents. Payment for materials on site will only be for pipes, fittings and valves and this shall be equivalent to 80% of the Engineer s determination of the cost as indicated in Clause 14.5 of General and Particular Conditions of Contract. As per International standards part payment for plant & materials are made against the shipping documents to the extent 65% apart from the advance. We request you to accept the same and provide us the breakup of payment terms Page 3 of 16

4 8 Provisional Sum Items 8.1 Vol. I BOQ Provisional Sums - As per the summary of provisional sums, it shows that there are some works which needs to be repaired /rehabilitated/ modifications etc. We request you to provide us the details of the present condition of the equipment and the modifications/rehabilitation/repair etc. to be done so as to assess the cost involved All Provisional Sum Items in the Contract will be executed as per Clause 13.5 of the General Conditions of Contract. The detailed scope of required work under the Provisional Sum will be determined by the Engineer during the Contract and the Contractor will produce quotations, invoices, various accounts or receipts in substantiation of these works as stipulated in Clause Materials 9.1 BD Vol. I, Part 1, Clause 705 Steel Pipes and Specials - In bidding documents, there have different requirements for internally and external protection. Please clarify the type of pipe external coating and internal lining The External Coating and Internal Lining for Steel Pipes and Fittings will be as specified under Clause 208(f) of Particular Specifications (Ref. Vol. II, Section I, Part II). 10 Steel Pipes and Specials 10.1 Vol. II Part I, Clause 705, Steel Pipes & Specials - It is mentioned in this clause that the "All the pipes shall be internally protected with cement mortar lining in accordance with SRN 212. External protection to be as specified in SRN 241." Whereas in particular specification at clause no 208-steel pipes and fittings point no-f at page no II / 2-11, it is mentioned that the external protection shall be factory applied 3LPE for below ground pipes and 3LPP for above ground pipes and for internal protection, For sizes above DN 600 pipes and fittings shall be lined in fusion-bonded epoxy conforming to EN or DIN 2614 unless otherwise directed by the Engineer. Please confirm 10.2 Vol. II Part I, Clause 705, Steel Pipes & Specials - It is mentioned in this clause "that pipe lining for sizes above DN 600 pipes and fittings shall be lined in fusion-bonded epoxy conforming to EN or DIN 2614 unless otherwise directed by the Engineer. But as per EN 10339, the pipe lining calls for Internal liquid applied epoxy linings for corrosion protection which is used worldwide. We request you to confirm that the internal lining is liquid applied epoxy linings instead of Fusion bonded epoxy as per EN10339 The referenced Clause 705 is in Vol. II, Part I General Specifications. The Particular Specification Vol. II, Part II takes precedence over the General Specification. The external coating for steel pipes is 3LPE (factory approved triple layer polyethylene coating) or superior approved coating. EN is not applicable for internal lining of steel pipes. The internal lining for Steel Pipes and Specials will be Fusion Bonded Epoxy as per AWWA C213. Page 4 of 16

5 11 Method of Excavation- Minimum Cover to Pipelines 11.1 Vol. II, Part I, Clause 807, Method of Excavation - It is mentioned in this clause that the minimum cover of 600 mm over the top of the barrel of pipe shall be provided when the pipe is laid. Whereas at clause no-212. EXCAVATION OF PIPE TRENCHES, page no-ii / 2-29 it is mentioned that "Minimum cover is 1000 mm for all pipes. May be reduced at Engineer s discretion. Request you to confirm the same 11.2 Vol. II, Part II, Clause As per 216 clause of Particular specification minimum pipe cover required is of 1000 mm which is contradicting with the depth specified in Bill No 3 Item No. I35, Bill No 5 I 45 and Bill No 7 I45. For example: Bill No 3 Item No I mm dia. Depth 1.5 m :- with the depth 1.5 m and pipe dia 1.2 m minimum pipe cover criteria of 1 m cannot be achieved. Kindly review and confirm The cover to the pipelines is indicated in the detailed Engineering Drawings, Volume III. 12 Contractor s Responsibility due to Delay in Completion of Kigoro Treatment Works 13 Wayleaves / Land Acquisition / Crop Compensation 12.1 Vol. II, Part II, Clause 103 Contractor s Responsibilities - It is mentioned in this clause that "The commissioning of the Raw and Treated Water Gravity Mains are related to the completion and commissioning of the New Kigoro Treatment Works. The Contractor will allow all costs for attendance of both the Raw and Treated Water Gravity Mains in event of delay in commissioning of the Treatment Works under BQ item in Miscellaneous BQ." In this regard we request you to provide us the actual status of new Kigoro treatment works construction so as to assess the price 12.2 The commissioning of the Raw and Treated water gravity mains are related to the completion and commissioning of the new Kigoro Treatment works - will such delays on the part of the other agency makes us eligible for compensation or we have to bear the cost of such delays for reasons not attributable to us. Please explain Vol. II, General - We understand that ROW for laying of pipeline is already acquired by the Government, if not it is the responsibility of the Department to acquire and handover to contractor free of cost. please confirm. Also Please provide us the status of the land acquisition required for the project and confirm that the department is responsible for the same 13.2 Can we obtain detail regarding non availability of wayleave along the alignment? Please clarify Page 5 of 16 The Employer will ensure that the commissioning of the Raw and Treated Water Mains are not affected by the completion and commissioning of the Kigoro Treatment Works. Bidders attention is drawn to Vol. II, Section 1, Part II Particular Specification Clause 107 Wayleave / Easement for Pipeline Works It is the responsibility of the Employer to obtain the wayleaves stipulated under Clause 107. The process of acquiring wayleaves/easement is ongoing. The proposed widths for temporary construction wayleaves are inclusive of the permanent wayleaves as specified in Clause Section 1 Part II Particular Specifications. The pipeline will be laid

6 13.3 Who will have to bear the crop compensation, if the alignment passes through private land/farming and minimum 5 Mtr width of Right of Way is required for the alignment for us to dump the excavated earth and for such delays are we granted Extension of time. Please clarify within the stipulated wayleave. The stipulated wayleaves and crop compensation within the wayleave will be the responsibility of the Employer. Any additional wayleave required for purposes of construction including working space for plant, other access, storage and movement of materials, excavated materials/filling, etc. is the Contractor s responsibility and will have to be arranged and paid for by the Contractor. 14 Permits / Approvals from Local Authorities, Road Authorities, etc Along the proposed pipe line in the section between Ngethu and Gigiri is to be laid within or adjacent to an existing way leave and while laying our new pipe line, the existing pipe line has to be over burdened with excavated earth and machineries has to be move, will any damage caused to the existing pipe line be to our account or we have the option of taking the pipe line on RCC pedestal permitted due to such situations, Please clarify The pipe line traverses through large section of terrains with steep gradients of 1:1 to 1:10 and any such temporary works done to needs to be left over as in situation or needs to be removed after work completion, Please clarify as such removing costs needs to be included 14.1 As per report the project site extends in three counties of Nairobi, Kiambu and Muranga and hence 1 Employer should obtain hindrance free Right way considering different locations and counties with proper coordination for hassle free workings. We request you to kindly confirm the same. We shall maintain liaison with the other agency but will the Employer take the final decision in this regard so as to be binding on both the contractors or such works will be difficult without proper intervention of the Employer. Please clarify Vol. II, General - We understand that ATHI WATER SERVICES BOARD had taken all clearances from the local authorities for the implementation of this prestigious project, in case if any clearances / permission had to be Page 6 of 16 Bidders attention is drawn to Vol. II, Section 1 Part II Clause 107, last para which states inter alia the Contractor shall not be permitted to cross existing pipelines with wheeled vehicles of weight exceeding 2 tonnes except at road and track crossings and where, with the approval of the Engineer, earth ramps are constructed to provide a minimum cover of 2m to the top of the pipe. The pipeline has primarily been designed as an underground pipe and option of constructing it on RCC pedestals is not acceptable. The ground above and around the pipeline will be reinstated to the original state after completion of works. Bidders should allow in his rates for all reinstatement works to the approval of the Engineer. The coordination of construction activities in the three Counties of Nairobi, Kiambu and Muranga will be undertaken by the Employer. However, Bidders shall make themselves conversant with any restrictions, fees payable to respective County Governments. It is the Employer s responsibility to obtain general requisite permissions from all relevant Government Authorities and County Governments for the construction of works under the Project. The Contractor will be responsible for obtaining and paying the requisite fees for specific permits / licences, etc. The amounts for the required fees have to be ascertained by the Bidders prior to

7 taken during the project execution, contractor shall only coordinate for the same but the entire responsibility lies with ATHI WATER SERVICES BOARD. Also, in case if there is any delay in obtaining the clearances/permission then ATHI WATER SERVICES BOARD has to extend the completion period accordingly. Request you to confirm the same bidding and included in their rates for work. 15 Steel Grade and Thickness 16 Pipeline Design Flow and Head Loss Calculation 14.2 As clearly in the Section 1.Part II: Particular Specifications it specifies contractor shall be responsible for obtaining all permits and Approvals and please specify what are our responsibilities and their likely fees to be remitted for such permissions. Please specify 15.1 Vol. II, Part II Clause 208, Steel Pipes and Fittings Materials and Standards - It is mentioned in this clause that the minimum Steel Grades and Steel Plate Thickness are provided but as per ISO 559 the thickness of the given sizes are not matching with the minimum thickness provided. Request you to provide and confirm the final thickness so as to keep all the bidders at one platform On page 147 of bidding document Volume II section 1, part II: particular specifications requires: The Contractor shall demonstrate that the thickness and steel grade provided in accordance with ISO 559 gives a thickness adequate for the pressure calculated in accordance with EN The thickness calculation shall take into consideration the following: the operating pressure, test pressures, pressure transients or surges if applicable, external pressures, steel pipe strength characteristics, temperature, soil condition, trench width and depth and appropriate traffic load. Please provide operating pressure and pressure transients or surges data, so that the Contractor can check the pipe wall thickness The bidding document does not contain the pipeline head loss calculations, and the head loss of the pipeline is not clearly defined. The Contractor can t check and confirm the head loss of each section of the pipeline. Therefore, the Contractor shall not be responsible for the head loss of the pipeline. Please confirm The Steel Grades and minimum Steel Plate Thickness indicated in Vol. II, Part II Particular Specifications Clause 208 are as per AWWA C200:86 and are deemed to be suitable. Bid prices should be based on the stipulated Steel Grades and minimum Steel Plate Thickness under the above mentioned Clause in Particular Specifications. The operating pressures and other design parameters will be provided to the successful bidder. The requirement for demonstrating the thickness and steel grade will be addressed during the Contractor s mobilisation period and prior to ordering of the pipes and fittings The pipeline has been designed to transmit flow of 1.6m 3 /s. The Contractor is not responsible for the design of the pipeline and any head loss calculations. Page 7 of 16

8 17 Pipe Expansion Compensators 17.1 There are lots of river-crossings for this Project; pipe expansion compensators should be considered which cannot be found in the drawings. Please confirm there is no pipe expansion compensator needed. No Pipe Extension Compensators are provided as the temperature variation along the pipeline is not large and only nominal expansion or contraction will take place. The Bidder s attention is drawn to Addenda to BQ, specifically to quantity of dismantling joints which will be provided at every major river crossing and other locations identified by the Engineer. 18 Cathodic Protection 18.1 The quantity of Cathodic Protection cannot be found in the BOQ Bill No.8 for section II from Ngethu to Gigiri (CH to CH ) of TWGM. Please confirm this section does not need cathodic protection Cathodic Protection Bill of Quantity # 8 Item 8.10: Supply and install Anode ground bed C/W with 20 No. 25 cm Dia and 300 cm long Hi Si Cr cast iron anodes with petroleum breeze coke and 16mm sq. tail piece. This will be installed in grid 12 x9 meters with a3 m separation of compressed coke breeze backfill in a horizontal ground bed. Please confirm the size of the anode 25cm Dia x 300cm long because if its cm then they will be massive anodes? Bidder s attention is drawn to Note under Item 8, Bill No. 8 which clearly states the condition for providing Cathodic Protection and to be priced if Pipes Option 2A or 2B is selected. The correct anode size should be 2.5 cm (25mm) by 300 cm (3000mm). 19 Bills of Quantities 19.1 Please confirm the detailed BOQ will be issued along with construction drawings during the construction We find there is a difference of SCHEDULE OF DAYWORK RATES: 3. Contractor s Equipment in BOQ between the Excel and the PDF. Can you explain which version governs? 19.3 For Item 3.28 of Bill-1 of Price Schedule, the quantity mentioned in soft copy (excel format) of price schedule is different from the price schedule in PDF format. Kindly review and confirm which file to be followed Items K212, K212.1, K213 & K213.1 of Billl-3 These items are missing from pdf copy but illustrated in excel format of price schedule/bill of quantities. Kindly review and confirm which file to be followed Page 8 of 16 The Detailed BoQ is already provided in Vol. I, Section IV. The Construction Drawings for the Pipeline will be issued to the successful bidder on Award of Contract. Revised Schedule of Dayworks Rates: 3. Contractor s Equipment is given in Addendum No. 1 The PDF format takes precedence over the excel format. Hidden cells and rows in the excel format showing nil quantity should not be opened. -ditto-

9 Item K231 to K234 of Bill-3 - These items are missing from pdf copy but illustrated in excel format of price schedule/bill of quantities. Kindly review and confirm which file to be followed -ditto- Item K235.3 of Bill-3 - The specified item description is missing from pdf file of price schedule/ bill of quantity but appearing in given Excel format of price schedule. The drawing name as mentioned in the description of this items states Project sign Board Drawing instead of Swab Catcher Chambers. Kindly review and confirm which file to be followed, also kindly furnish the correct drawing Item K236.2 of Bill-3 - The specified item description is missing from pdf file of price schedule/ bill of quantity but appearing in given Excel format of price schedule. The drawing name as mentioned in the description of this items states Project sign Board Dwg instead of Swab Catcher Chambers. Kindly review and confirm which file to be followed, also kindly furnish the correct drawing Item no K743.1 of Bill-3 - The specified item description is missing from pdf file of price schedule/ bill of quantity but appearing in given Excel format of price schedule. Kindly review and confirm which file to be followed Item no L75, L77, L78.5, L78.6, L78.7, L78.8, L78.9, L78.10, L78.11 of Bill- 3 - The specified item description is missing from pdf file of price schedule/ bill of quantity but appearing in given Excel format of price schedule. Kindly review and confirm which file to be followed Item no 3 of Bill No. 9 - There is a contradiction in the construction equipment and its quantities. PDF format states 10 No of construction equipment while the excel format of price schedule there are 20 construction equipment., kindly review and confirm while which document should we consider for pricing. Item no 3.4 of Bill no-1 - You have referred the Drg. No. M396//NCP- 1/TWGM/10-14 for offices for the Senior Resident Engineer at Thika/Ndakaini Dam or Kigoro Treatment but this Drg. No presents the Plan & L-section of treated water Gravity main.please provide dwg. for the same -ditto- -ditto- -ditto- -ditto- Revised Schedule of Dayworks Rates: 3. Contractor s Equipment is given in Addendum No. 1 Drawing Nos. in the BoQ item for the Senior Resident Engineer at Thika/Ndakaini are wrongly indicated as TWGM they should read Drg. No. M396//NCP-1/RWGM/10-14 Page 9 of 16

10 Item no K211.1 of Bill no-3 - Drawing. No. M396/NCP-1/RWGM/16 as mentioned in the BOQ is differ from the Drawing. No. M396/NCP- 1/TWGM/16 as mentioned in the Engineering dwg.please clear which one is correct The Drawing No. in Vol. III is wrongly indicated as TWGM and should read M396/NCP-1/RWGM/16 Item no K212.1 of Bill no-3 - Drawing No. M396/NCP-1/RWGM/06 refer the RAW water Gravity Main -Plan & L- section but the Drawing No. M396/NCP-1/RWGM/15 as mentioned in the Engineering dwg refer for the AIR Valve chamber.please clear which one is correct Item no K231.1,K231.2 & K231.3 of Bill no-3 - Drawing No. M396/NCP- 1/RWGM/09 refers to Raw water gravity main -project sign board.please provide the LINE VALVE Chambers, SWAB LAUNCHER & SWAB CATCHER drawings Item no K231.4 of Bill no-3 - Drawing No. M396/NCP-1/RWGM/11 refers to Raw water gravity main -Resident Engineer's office.please provide the ELECTROMAGNETIC METER Chambers drawings 19.4 As stated below, the pipelines length provided in BOQ sheets for the supply of pipes, fittings, valves and ancillaries (Bill No.2, 4 and 6) do not match with those provided in pipeline construction sheets (Bills No. 3, 5 and 7) Bill No.2 Vs Bill No.3 Ductile Iron or Steel Pipes Nominal Bore 1200 mm: 5,650 m Vs (50+ 5,651 = 5,701 min Bill No.3) Nominal Bore 1400 mm: 185m Vs ( =206m in Bill No.3) Item K212.1 is not in the PDF format and not applicable Items K231.1, K231.2 & K231.3 are not in the PDF format and not applicable Item K231.4 is not in the PDF format and not applicable The variation in quantities for supply of pipes and pipeline construction are very minor. All quantities in the Bills of Quantities are provisional and remeasurable as per the General Conditions of Contract. The successful bidder is required to confirm all quantities prior to placing of orders. Bidders shall price the items based on quantities indicated in the Bills of Quantities in the bidding document that has been issued. Bill No.4 Vs Bill No.5 Ductile Iron or Steel Pipes Nominal Bore 1200 mm: 11,270 m Vs ( ,260 = 11,460 m in Bill No.5) Bill No.6 Vs Bill No.7 Steel Pipes Nominal Bore 600 mm- PN 25: 300m (Vs 0 in Bill No.7) Nominal Bore 1200 mm: 39,450 m Vs (1, ,295 = 39,450 min Bill No.7) Page 10 of 16

11 upvc Socket and Spigot Pipes Nominal Bore 110 mm: 1,500 m Vs (420 min Bill No.7) Could you please clarify the correct quantities to be used in order to proceed with the pricing In case the quantities estimated from Pipelines Alignment sheets do not match with BOQ values, please clarify which one shall prevail Vol-1 Bill of Quantities Bill no-2 Raw water gravity main Bill no-2 page 3 0f 4 Bill of Quantity-Raw Water Gravity Main We noted that the bidder has to quote for any one options for Pipe and fittings material and jointing i.e. Ductile iron socket and spigot pipes or Ductile iron pipes and fittings with standard socket and spigot joints or Steel pipes and fittings with field butt welded joints or steel pipes and fittings with flexiblew joints coupling. It is noted that there is slight variation between the pipe alignment, sheets and the Bills of Quantities. This variation should be ignored and items should be priced based on the quantities indicated in the Bills of Quantities in the bidding document that has been issued The Bills of Quantities have been prepared on basis of ferrous pipes i.e. Steel or Ductile Iron (DI). The referred pipe special - J Flanged spigot pipe DN 200, 1.4 m long is not necessarily a DI Pipe special. Flanged spigot pipes are available in steel as well. Similarly, for small diameters upto 600 mm socket and spigot pipes are available for both steel and ductile iron pipes. We observed that the Bill of quantity has been prepared considering DI pipe option where in if we go for steel pipes some of the fittings and specials are not appicable for steel pipes. For example item no.j Flanged spigot pipe DN 200, 1.4 m long is DI pipe special and is not pertainng to steel pipe. In this regard we request you to clarify: 1. whether we need to quote for DI specials even if we go for steel pipes, 2. if we quote for steel pipe option, then the steel pipes fittings which are required and not provided in the BOQ, whether we should submit the separate list of items at bill no-1 item no -6. Please clarify 3. We request you to provide us the separate BOQ considering the Steel pipe option so as make it common for all the bidders. Page 11 of 16

12 20 Construction Drawings 20.1 Please provide the detailed construction drawings issue schedule and clarify the design interface between the Employer and the Contractor for the Contractor to prepare the construction schedule 21 Pipes and Fittings 21.1 The ductile iron pipes and fittings should be class K according to the bidding document. Class K can only be found in BS EN not in BS EN Please confirm BS EN will be applied. 22 Hydrostatic Testing for Pipeline Provision of Chlorine & Water 22.1 Please clarify that the Contractor can take water from Existing water pipeline or proposed water pipeline hydrostatic test 22.2 Are the chlorine, pressure test water and wash water supplied by owner? Please clarify the disinfection method is by medicament 22.3 Please clarify how to deal with the waste water of pressure test and washout The Construction Drawings for the Pipeline will be issued to the successful bidder on Award of Contract. All designs of the Pipeline will be completed by the Employer prior to Award of Contract. The Contractor will only prepare Shop Drawings/ Design for Works under Provisional Sums, Electrical Works including Cathodic Protection, Temporary Works, Aerial River Crossings, River Diversion works and any other minor works identified by the Engineer. The Contractor will prepare As Built Drawings and Operation and Maintenance Manual as specified. BS has been updated by BS EN Ductile pipes and fittings shall conform to BS EN Water for testing of Raw Water Main can be obtained directly from the interconnection at Thika Dam. Water for testing of the Treated Water Main will be treated water obtained through a metered connection from existing Treated Water Mains after Ngethu Water Works Bidders should allow for payment to the Nairobi City Water and Sewerage Co. Ltd. (NCWSC) of all water required for hydrostatic testing and flushing of the pipelines. The cost of chlorine or any other chemical used for disinfection of the pipeline shall be borne by the Bidders. Bidders will have to make suitable arrangement for discharge of all wastewater from testing and disinfection of pipelines into existing water courses without causing any environmental damage. The Contractor will ensure requisite permissions for discharge of wastewater into water courses are obtained from the Engineer, WRMA, Local Council or any other relevant authority. 23 Electrical Works 23.1 Please clarify the battery limit between the external power supply to Resident Engineer s Office Please provide earthing and lighting drawing for Resident Engineer s Office Power supply to the Resident Engineer s Office at all 3 sites will be from existing KPLC grid which is in close proximity. The Bidders shall estimate cost of power supply to the 3 offices and include under the lump sum cost for the respective item. The electrical installation drawings for the Senior Resident Engineer s Offices are given in Vol. III Engineering Drawings. Earthing should be provided as per standard electrical regulations applicable. Page 12 of 16

13 The Electrical works stated in the Volume II - Specifications for Nairobi Bulk Water Supply Section 12 are not reflected in the BOQ, and there are no drawings and specifications related to these works. Could you please clarify if these works are required and if so please provide the relative documents and updated BOQ in order to proceed with the pricing, otherwise please advise if these works are not required Vol. II, Section I Part I General Specifications, Chapter 12 gives details the general specifications for Electrical Installation Works including buildings. E.g. the electrical works for the Senior Resident Engineer s office will follow this general specification. No further documents or updated BoQ is required for the electrical works. 24 Existing Water Supply 25 Environmental Clearance 24.1 Will the Employer give interconnection permission by disrupting the existing flow of water to the existing 700 mm dia transmitting live pipe or such permission is in our scope, please clarify as it may difficult to get the same without their intervention Pipe line will traverse through Thika River valley up to Kigoro and getting Environmental Clearance is in Employer scope or agency scope, please clarify. AWSB through NCWSC will provide the necessary permission for interconnection of new pipeline to existing 700mm dia. pipeline at Gigiri. AWSB will obtain the necessary Construction Licence for the Project from National Environmental Management Authority (NEMA) prior to commencement of the Works. 26 Bid Security 26.1 Clause 19.3 of ITB Bid Security - Please confirm whether it is acceptable that the unconditional guarantee issued by an Insurance Company such as APA Insurance Ltd. in Kenya, with the format of Bid Security Form included in Section IV, Bidding Forms 26.2 Refer to Bid Security set out in sub-paragraph 19.3 of Instruction to Bidders; the bid security shall be a demand guarantee in any of the following forms at the Bidder s Option: a) an unconditional guarantee issued by a bank or financial institution (such as an insurance, bonding or surety company); Please kindly verify that the bid security in the amount of Kshs. 79,000, in the form of bid security issued by an Insurance Company located in Kenya is acceptable or not. Bidders attention is drawn to Clause 19.3 (a) in the Revised Bid Data Sheet (see attached addendum no.1, IFB Item No. 7 and Clauses 4.2 and 14.2 of the General Conditions of Contract. Only an unconditional guarantee issued by a Bank of the Bidder s choice in an eligible country is acceptable. Guarantees issued by non-bank financial institutions e.g. insurance companies are NOT acceptable. All Bonds / Securities shall be unconditional guarantees issued by reputable Banks in the format given in Section IV Bidding Forms (Bid Security) and Section X Contract Forms (Performance Security and Advance Payment Security). 27 Identification Number of ICB 27.1 The Identification number of ICB in the Bid Data Sheet is AWSB/WaSSIP AF/Comp.1/W-2/2015 while in the Form of Bid Security, it indicates AWSB/WaSSIP AF/W-2/2015(A). Kindly clarify which one is correct and should be used in the preparation of Bid Security The correct Identification Number of ICB is given in the Bid Data Sheet and is as follows: AWSB/WaSSIP AF/Comp.1/W-2/ Vendor List 28.1 Shall the Contractor propose a vendor list for owner to confirm Bidders shall propose a Schedule of Manufacturers (Vendor List) Page 13 of 16

14 28.2 Can we get the approved Vender List for supplies of pipes and other allied supplies related to this Work? Please clarify including technical literature for all key supplies i.e. pipes and fittings, valves, meters, gabions, etc. All supplies shall meet the required General and Particular Specifications. A format for the requisite Schedule of Manufacturers for Key Materials (Vendor List) is given in Addendum Nr. 1 and should be included with the Bid submission. 29 Site Visit 29.1 Will owner organise a site visit to introduce the routing and scope of the Project? If it is, when is the date? The Pre-Bid Meeting and Site Visit were held on 7 th October No other site visits are planned to be undertaken by the Employer. Bidders should make their own arrangements to visit the sites and ascertain the scope of the Project. 30 Rainy Seasons 30.1 Will permissions be granted to do work in rainy seasons? Please clarify Bidders attention is drawn to Vol. II, Section II Part II Particular Specifications Clause 109 Prevailing Conditions which outline the general climatic conditions in the Project area. The Employer will not impose any restrictions on working during the rainy season. However, the Bidder should allow for any challenges and associated additional costs for working during the rainy season to ensure completion as per program. 31 Third Party Inspection 31.1 Third party inspection will be carried out at Site or at the manufacturer s place and who will bear the cost of such inspections? Please clarify 32 Project Sites 32.1 There are 3 site Offices for Engineers; will it be the Employer s responsibility to do the detailed design or the Contractor s? Please provide the exact location of the 3 site offices for Engineers The cost for Third Party Inspections is covered as a provisional sum under item 4.3 in Bill No. 1 Preliminaries and General The general layout drawings for the Senior Resident Engineers offices are given in Vol. III Engineering Drawings. The Engineer will provide any other required detailed drawings during the construction of these offices. The exact location of the 3 offices will be given to the successful Bidder during the mobilisation stage of the Contract. 33 Service Road / Compensation 33.1 Please clarify weather service road or approach road is available in such steep valleys/tea farms/coffee farms/farming or such approaches is in our scope and if so please specify such scope with details of the service road and who will bear the cost of such land acquisitions Can such excavated surplus earth can be used to form the service road or it is to be disposed off to a location to be indicted or any such landfills identified for this project Please clarify No service roads or approach roads are available along the pipeline alignment. The successful Bidder will prepare all accesses to the pipeline to suit his work methodology and program. If the approach roads are outside the wayleave indicated in Vol II Section II, Part II - Particular Specifications, Clause 107, the Contractors will make their own arrangements including costs to acquire the additional working space / wayleave. Surplus excavated material on the pipeline can be used to prepare service roads. Contractor has to identify and make arrangements to dispose off surplus material to tips at his own cost. 34 Under River 34.1 For under river crossing works, can we get the details of such crossings All data pertaining to river flows, rainfall, etc. has to be obtained Page 14 of 16

15 Crossings such as the river width, the month on month flow of such rivers and for doing trenchless in such areas, Environmental clearance area must and will Employer get the required permissions, please clarify by the successful bidder from WRMA and Kenya Meteorological Department. The Employer will assist in obtaining permits from WRMA, Local Councils, etc. It will entirely be the responsibility of the Contractor to make the requisite applications, payment and obtain approval within his work program 34.2 Lots of underground utilities will be available and can we get the exact locations of such utilities to limit the damages and what shall be penalties for such utilities damages in case it happens or we have to bear such cost of repairs. Please clarity 35 Shutdowns 35.1 Raw water connection at Thika Dam where it will be connected to an existing 1400 mm dia Radial Tee- Will minimum shutdown be given and will the Employer take responsibility of such shut down, Please clarify The exact location of underground facilities is not known. In areas where underground facilities exist, the Contractor will be required to carry out pilot excavation to ascertain location of underground facilities and take necessary evasive action. Any damage and subsequent repair/replacement of underground services will be to the cost of the Contractor. Contractor will also be directly responsible for any other ancillary costs associated with the damage of the underground utilities including liaison with the relevant authorities / owners of the facilities. AWSB will provide access and shutdown during the interconnection of the Raw Water Pipeline to the existing 1400mm Radial Tee at Thika Dam. 36 Schedule of Adjustment Data 37 Electrical Resistivity Imaging 36.1 Section IV Bidding Forms, Appendix to Bid Schedule of Adjustment Data, Table A and Table B refers that Bidder should indicate the proposed sources and base values for indices for local and foreign currency whereas Section IX Contract Forms, Part A Contract Data, Adjustments for Changes in Cost, Sub Clause 13.8 states Non Applicable. Please confirm if we are in right in understanding that there is no Price Adjustment for this Contract and Bidder does not need to fill in Table A & B, Schedule of Adjustment Data. Please confirm 36.2 Sub-Clause 13.8 of Section IX. Particular Conditions (PC) states on the page that Period n applicable to the adjustment multiplier Pn is not applicable, please kindly clarify it means the period of a month quoted from sub-clause 13.8 of GCC is not applicable to the Price Adjustment or the price adjustment is not applied to the Contract 37.1 Bidder requests more details regarding the Electrical Resistivity Imaging (ERI) especially regarding the disposition of the probes for the ERI system Vol. I Section IX Part A Contract Data Clause 13.8 refers to the period n being not applicable The Contract will be subject to Adjustment for Changes in Cost as per Clause 13.8 of General Conditions of Contract. Bidders are required to complete and submit the requisite Bidding Forms in Section IV for Appendix to Bid Tables A and B ERI is specified to be carried out at 34 locations. At each location the disposition (extent of survey) shall be at least 300m and the probes shall be at 5m or 10m intervals depending on the equipment used and its accuracy. 38 Technical 38.1 Bidder requests more details regarding the "Denso Tape" Specifications Bidders attention is drawn to Volume II, Section I, Part II: Page 15 of 16

16 Specification for Pipe Taping Systems Particular Specifications, Clause 208, page II/2-12 Protection of Site Welded Joints. The specification for taping systems of Site Welded Joints is indicated in this Section of Particular Specifications. If bidders require further details on Denso Tape they shall contact Denso South Africa (PTY) Ltd or any other approved Pipe Taping Systems Specialist and obtain the requisite information. 39 Electromagnetic Meters 39.1 Vol-2 Particular Specifications 102- Scope of work Page No II / 1-1 Technical Specifications: Please provide the technical specifications for Battery powered Electromagnetic flowmeter Battery (DC) powered Electromagnetic Meters shall meet the following minimum specification: - Application: Portable water transmission pipeline - Flow Range from 0.8m 3 /sec to 2.4m 3 /sec - Battery: Long lasting 6 years - Remote transmitter solution with sensor cables, connectors and transmitters - Built in earthing electrodes - IP68/NEMA 6P enclosure and cable of withstanding constant flooding - Multi legal display/ English Page 16 of 16

BILL OF QUANTITY ENGINEERING & MANAGEMENT CONSULTING CENTRE. "Beit Hanoun Emergency Water Supply Project"

BILL OF QUANTITY ENGINEERING & MANAGEMENT CONSULTING CENTRE. Beit Hanoun Emergency Water Supply Project "Beit Hanoun Emergency Water Supply Project" " Rehabilitation and Construction of Beit Hanoun Water Network " BILL OF QUANTITY ENGINEERING & MANAGEMENT CONSULTING CENTRE Bill of Quantities PREAMBLE TO

More information

PRE-BID QUERRIES REPLY, PAHARI SEWERAGE NETWORK ZONE V

PRE-BID QUERRIES REPLY, PAHARI SEWERAGE NETWORK ZONE V PRE-BID QUERRIES REPLY, PAHARI SEWERAGE NETWORK ZONE V Name of work INTERNATIONAL COMPETITIVE BIDDING DOCUMENTS SURVEY, REVIEW THE DESIGNS, REDESIGN WHERE NECESSARY AND BUILD NEW SEWERAGE NETWORK OF ABOUT

More information

Price Schedule 1 1. GENERAL DESCRIPTION OF ITEMS PRICES TO BE FULLY INCLUSIVE COVERAGE BIDDER TO PRICE EACH ITEM...

Price Schedule 1 1. GENERAL DESCRIPTION OF ITEMS PRICES TO BE FULLY INCLUSIVE COVERAGE BIDDER TO PRICE EACH ITEM... Price Schedule 1 1. GENERAL... 3 2. DESCRIPTION OF ITEMS... 5 3. PRICES TO BE FULLY INCLUSIVE... 5 4. COVERAGE... 6 5. BIDDER TO PRICE EACH ITEM... 6 6. DESCRIPANCIES BETWEEN RATES... 6 7. MEASUREMENT...

More information

ANNEX 3 DETAILED PRICE SCHEDULE RELATED TO THE BILL OF QUANTITIES 1. GENERAL DESCRIPTION OF ITEMS PRICES TO BE FULLY INCLUSIVE...

ANNEX 3 DETAILED PRICE SCHEDULE RELATED TO THE BILL OF QUANTITIES 1. GENERAL DESCRIPTION OF ITEMS PRICES TO BE FULLY INCLUSIVE... ANNEX 3 DETAILED PRICE SCHEDULE RELATED TO THE BILL OF QUANTITIES 1. GENERAL... 3 2. DESCRIPTION OF ITEMS... 5 3. PRICES TO BE FULLY INCLUSIVE... 5 4. COVERAGE... 6 5. BIDDER TO PRICE EACH ITEM... 6 6.

More information

Quotation Notice for installation of 20 Street Lights in Kaloor JLN Stadium premises

Quotation Notice for installation of 20 Street Lights in Kaloor JLN Stadium premises Quotation Notice for installation of 20 Street Lights in Kaloor JLN Stadium premises Kochi Metro Rail Ltd (KMRL), Invites quotation for Supply, Installation, Testing and Commissioning of decorative cast

More information

Response: The due date for receipt of proposals has been extended. Please see Amendment

Response: The due date for receipt of proposals has been extended. Please see Amendment 1) Question: Bid Date Due to the complexity, size, and prebid legwork required on a project of this scope, we request that the bid date be extended 45-60days. We appreciate your consideration of this request.

More information

NORTH HARRIS COUNTY REGIONAL WATER AUTHORITY. Section DUCTILE IRON PIPE AND FITTINGS

NORTH HARRIS COUNTY REGIONAL WATER AUTHORITY. Section DUCTILE IRON PIPE AND FITTINGS Section 02501 PART 1 GENERAL 1.01 SUMMARY This Section includes ductile iron pipe and fittings for water lines, wastewater force mains, gravity sanitary sewers, and storm sewers. 1.02 MEASUREMENT AND PAYMENT

More information

DUCTILE IRON PIPES AND FITTINGS DETAILED PRODUCTS SPECIFICATIONS

DUCTILE IRON PIPES AND FITTINGS DETAILED PRODUCTS SPECIFICATIONS DUCTILE IRON PIPES AND FITTINGS DETAILED PRODUCTS SPECIFICATIONS General All Materials shall be EN, ISO or equivalent standard and shall be supplied from approved manufacturers. According to the International

More information

MOMBASA PORT AREA ROAD DEVELOPMENT PROJECT. CONSTRUCTION OF MWACHE JUNCTION TSUNZA MTEZA SECTION (PACKAGE 2) TENDER NO KeNHA/1519/2017

MOMBASA PORT AREA ROAD DEVELOPMENT PROJECT. CONSTRUCTION OF MWACHE JUNCTION TSUNZA MTEZA SECTION (PACKAGE 2) TENDER NO KeNHA/1519/2017 MOMBASA PORT AREA ROAD DEVELOPMENT PROJECT CONSTRUCTION OF MWACHE JUNCTION TSUNZA MTEZA SECTION (PACKAGE 2) TENDER NO KeNHA/1519/2017 TENDER CLARIFICATIONS No Question Response 1. Bidders requested to

More information

DIVISION II TECHNICAL SPECIFICATIONS SECTION S-003 SANITARY SEWER FORCE MAIN SYSTEM

DIVISION II TECHNICAL SPECIFICATIONS SECTION S-003 SANITARY SEWER FORCE MAIN SYSTEM DIVISION II TECHNICAL SPECIFICATIONS SECTION S-003 SANITARY SEWER FORCE MAIN SYSTEM TABLE OF CONTENTS: I. DESCRIPTION:... 2 II. COORDINATION:... 2 III. CONSTRUCTION LAYOUT:... 3 IV. MATERIALS:... 3 V.

More information

DUCTILE IRON PIPE AND FITTINGS

DUCTILE IRON PIPE AND FITTINGS Section 02501 PART 1 G E N E R A L 1.01 SECTION INCLUDES A. Ductile iron pipe and fittings for water lines, wastewater force mains, gravity sanitary sewers, and storm sewers. 1.02 MEASUREMENT AND PAYMENT

More information

CORRIGENDUM #4 for LAYING OF UNDERGROUND PE PIPELINES AT ROCKY AREA IN NORTH GOA GA-TWO YEARS ARC Tender Doc. No.: 05/51/23SA/GNGPL/001D-ii

CORRIGENDUM #4 for LAYING OF UNDERGROUND PE PIPELINES AT ROCKY AREA IN NORTH GOA GA-TWO YEARS ARC Tender Doc. No.: 05/51/23SA/GNGPL/001D-ii CORRIGENDUM #4 for LAYING OF UNDERGROUND PE PIPELINES AT ROCKY AREA IN NORTH GOA GA-TWO YEARS ARC Tender Doc. No.: 05/51/23SA/GNGPL/001D-ii Date: 21.12.2018 Owner : GNGPL Sl. No. Description Volume Tender

More information

FORM OF TENDER RITHET RESERVOIR DRAIN PROJECT ( TITLE OF CONTRACT ) T 34/16 ( OWNER S CONTRACT REFERENCE NO. )

FORM OF TENDER RITHET RESERVOIR DRAIN PROJECT ( TITLE OF CONTRACT ) T 34/16 ( OWNER S CONTRACT REFERENCE NO. ) PAGE 1 OF 6 FOR USE WHEN UNIT S FORM THE BASIS OF PAYMENT - TO BE USED ONLY WITH THE GENERAL CONDITIONS AND OTHER STANDARD DOCUMENTS OF THE UNIT MASTER MUNICIPAL CONSTRUCTION DOCUMENTS. Owner: Contract:

More information

Bill of Quantity (BOQ)

Bill of Quantity (BOQ) PAL 10-92895 - Emergency Removal and Crushing of Rubble and Debris Management Lot # 10: Site Preparation and Crushing of Concrete Rubble Bill of Quantity (BOQ) Bill of Quantity (BOQ) ITB 2015-039 PREAMBLE

More information

SECTION WASTEWATER FORCE MAINS

SECTION WASTEWATER FORCE MAINS SECTION 02732 WASTEWATER FORCE MAINS PART 1 GENERAL 1.01 GENERAL: A. This section includes the general requirements for design and installation of force main systems serving wastewater lift stations. B.

More information

(To be published in the Gazette of India, Part I, Section 1) RESOLUTION. Tariff based Competitive-bidding Guidelines for Transmission Service

(To be published in the Gazette of India, Part I, Section 1) RESOLUTION. Tariff based Competitive-bidding Guidelines for Transmission Service (To be published in the Gazette of India, Part I, Section 1) No. 11/5/2005-PG(i) GOVERNMENT OF INDIA Ministry of Power. RESOLUTION New Delhi, Date: 17th April, 2006 Tariff based Competitive-bidding Guidelines

More information

ADDENDUM NO.2 REQUEST FOR PROPOSALS FOR CITY OF PALM COAST

ADDENDUM NO.2 REQUEST FOR PROPOSALS FOR CITY OF PALM COAST ADDENDUM NO.2 REQUEST FOR PROPOSALS FOR CITY OF PALM COAST WASTEWATER TREATMENT PLANT NO.2 MEMBRANE BIOREACTOR EQUIPMENT City Project No. RFP- U- 08-10 DATE: March 28, 2008 TO: Prospective Membrane Bioreactor

More information

Charging Arrangements for New Connection Services

Charging Arrangements for New Connection Services Charging Arrangements for New Connection Services 2018-2019 About South East Water Developer Services Developer Services Department For any new connections requests or issues please contact our Developer

More information

Pre Bid Queries & Clarifications Furnished

Pre Bid Queries & Clarifications Furnished Construction of High Level Bridges Across Palar River At km: 76/000 in East Coast Road, Chennai, Tamil Nadu Pre Bid Queries & Clarifications Furnished S No 1 We request you to clarify the status of land

More information

CITY OF PLACERVILLE, CALIFORNIA DEVELOPMENT SERVICES DEPARTMENT ENGINEERING DIVISION

CITY OF PLACERVILLE, CALIFORNIA DEVELOPMENT SERVICES DEPARTMENT ENGINEERING DIVISION CITY OF PLACERVILLE, CALIFORNIA DEVELOPMENT SERVICES DEPARTMENT ENGINEERING DIVISION ADDENDUM #4 DATE: 02/08/2016 PROJECT: CONTRACT No: 40604 BID DATE, TIME: 02/11/2016, 2:00PM NOTICE TO ALL CONTRACTORS

More information

Bill No.1: Preliminaries

Bill No.1: Preliminaries Bill No.1: Preliminaries Item No. Description of Works Qty. 1 Mobilization 1.1 This item should include site office for the use of the Engineer's and Employer's staffs with the necessary facilities, furniture,

More information

Original Technical Specifications. Section-IV (Schedule of requirement), Clause 4.3 Responsibility of the bidder

Original Technical Specifications. Section-IV (Schedule of requirement), Clause 4.3 Responsibility of the bidder PRE-BID CLARIFICATIONS / AMENDMENTS IN RESPONSE TO THE QUERIES RAISED BY PROSPECTIVE BIDDERS IN THE PRE-BID MEETING HELD ON 23.03.2018, 11.00 A.M IN THE CONFERENCE HALL OF OSMCL FOR THE TENDER OF MEDICAL

More information

4. The current Civil Engineering Specification for the Water Industry (CESWI).

4. The current Civil Engineering Specification for the Water Industry (CESWI). Bristol Water plc Addendum to the Code of Practice for the Self-Laying of Water Mains and Services - England and Wales 2 nd Edition May 2009 & Addendum to the Self Lay Code of Practice (2 nd Edition) National

More information

ADDENDUM No. 2. ITB No WTP LIME RESIDUAL REMOVAL CONTRACT No. 2 DREDGING AND HAULING

ADDENDUM No. 2. ITB No WTP LIME RESIDUAL REMOVAL CONTRACT No. 2 DREDGING AND HAULING ADDENDUM No. 2 ITB No. 4561 WTP LIME RESIDUAL REMOVAL CONTRACT No. 2 DREDGING AND HAULING Bids Due: February 4, 2019 at 2:00 P.M. (Local Time) The following changes, additions, and/or deletions shall be

More information

APPENDIX B STANDARD CONSTRUCTION DRAWING NOTES

APPENDIX B STANDARD CONSTRUCTION DRAWING NOTES APPENDIX B STANDARD CONSTRUCTION DRAWING NOTES B-1 General Notes: SACWSD Standard Construction Drawing Notes 1. No work shall begin on any water or wastewater construction project until the construction

More information

SECTION WASTEWATER FORCE MAINS

SECTION WASTEWATER FORCE MAINS SECTION 02732 WASTEWATER FORCE MAINS PART - GENERAL 1.01 GENERAL: A. This section includes the general requirements for design and installation of force main systems serving wastewater lift stations. B.

More information

CONSTRUCTION SPECIFICATION FOR CEMENT MORTAR LINING OF WATERMAINS

CONSTRUCTION SPECIFICATION FOR CEMENT MORTAR LINING OF WATERMAINS ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 462 NOVEMBER 2009 (Reissued November 2010) CONSTRUCTION SPECIFICATION FOR CEMENT MORTAR LINING OF WATERMAINS TABLE OF CONTENTS 462.01 SCOPE 462.02

More information

SCOPE OF WORK FOR ELECTRICAL WORK

SCOPE OF WORK FOR ELECTRICAL WORK Sl.Pg.No.552 SCOPE OF WORK FOR ELECTRICAL WORK GENERAL 1.0 The scope of work in general consists of Construction of Fire Station in Sector 19A at Ulwe Node, Navi Mumbai. 2.0 The work includes:- a) Preparing

More information

NOTICE INVITING QUOTATION

NOTICE INVITING QUOTATION Ref. No: SR-13011(42)/1/2016-APD-SR-MADURAI Subject: Installation of chemical Earthing systems. Date: 29.06.2016 NOTICE INVITING QUOTATION Sealed quotations are invited by Deputy. General Manager (CNS),

More information

BIDDING DOCUMENT. TENDER No. MR 79/2017 PREFERRED CONTRACTOR - TRENCHING WORKS FOR UNDERGROUND CABLES IN THE CENTRAL DIVISION

BIDDING DOCUMENT. TENDER No. MR 79/2017 PREFERRED CONTRACTOR - TRENCHING WORKS FOR UNDERGROUND CABLES IN THE CENTRAL DIVISION BIDDING DOCUMENT TENDER No. MR 79/2017 PREFERRED CONTRACTOR - TRENCHING WORKS FOR UNDERGROUND CABLES IN THE CENTRAL DIVISION Note: 1. Bidders to provide 2 hardcopies of tender bid. 2. Safety Plan for trenching

More information

Addendum-1. Ref. Original clause Amended Clause

Addendum-1. Ref. Original clause Amended Clause Following clauses of Bid Document for Infrastructure works for Integrated Industrial Township are amended 1 5 Article 19 Clause 19.2.1 Page 64 of 453 2 22 Form of price proposal. 3 31 Schedule-H Contract

More information

TITLE: SLAUGHTER HOUSE SEPTIC TANK. ITEM No. D E S C R I P T I O N UNIT QTY

TITLE: SLAUGHTER HOUSE SEPTIC TANK. ITEM No. D E S C R I P T I O N UNIT QTY D DEMOLITION & SITE CLEARANCE D1 GENERAL CLEARANCE 6-D152 Open bush and thicket in and around ha 0.02 the ponds. Locally disposed. D2 REMOVAL OF TREES AND STUMPS 6-D212 Trees of girth: 150 mm - 500 mm

More information

San Antonio Water System Standard Specifications for Construction ITEM NO. 848 SANITARY SEWERS

San Antonio Water System Standard Specifications for Construction ITEM NO. 848 SANITARY SEWERS ITEM NO. 848 SANITARY SEWERS 848.1 DESCRIPTION: This item shall govern the furnishing, installation and jointing of sanitary sewer pipe of the size and type specified by the project's plans and specifications.

More information

PART VII - WATER SYSTEM DESIGN CRITERIA

PART VII - WATER SYSTEM DESIGN CRITERIA PART VII - WATER SYSTEM DESIGN CRITERIA A. Water Distribution, General 1. The water system layout shall be approved by the City Engineer. The fire hydrant layout shall be approved by the Redwood City Fire

More information

HAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016

HAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016 HAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016 1. THIS ADDENDUM IS HEREBY MADE AS PART OF THIS CONTRACT SPECIFICATION. THIS ADDENDUM IS ISSUED

More information

Orissa Power Generation Corporation Limited Ib Thermal Power Station. At/P.O:Banharpali,Dist.Jharsuguda, PIN:768234(Orissa)

Orissa Power Generation Corporation Limited Ib Thermal Power Station. At/P.O:Banharpali,Dist.Jharsuguda, PIN:768234(Orissa) Orissa Power Generation Corporation Limited Ib Thermal Power Station At/P.O:Banharpali,Dist.Jharsuguda, PIN:768234(Orissa) GRAM: IB THERMAL,Tel.06645-222209/222210,Fax:06645-222209/30 Email: rn.panda@opgc.co.in

More information

National Science Foundation Ministry of Science, Technology & Research

National Science Foundation Ministry of Science, Technology & Research 1 National Science Foundation Ministry of Science, Technology & Research BIDDING DOCUMENT PROCUREMENT OF IBM SPSS STASTICAL SOFT WARE NATIONAL COMPETITIVE BIDDING Minimum Specifications requested by NSF

More information

Each Respondent shall acknowledge receipt of this Addendum No. 1 by noting such and signing the Bid Proposal.

Each Respondent shall acknowledge receipt of this Addendum No. 1 by noting such and signing the Bid Proposal. ACKNOWLEDGEMENT BY RESPONDENT Each Respondent shall acknowledge receipt of this Addendum No. 1 by noting such and signing the Bid Proposal. This undersigned acknowledges receipt of this Addendum No. 1

More information

Job Order Sewer Repair Services

Job Order Sewer Repair Services Job Order Sewer Repair Services Bid Addendum No. 1 October 10, 2018 All Contractual Requirements as defined within the Contract Documents shall remain in full force to the extent that they are not modified

More information

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m.

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m. ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP ADDENDUM DATE: February 10, 2017 BID DATE: February 15, 2017, 11:30 a.m. This ADDENDUM is issued to institute the included changes and/or

More information

Addendum No. 1 GORDON WATER MAIN REPLACEMENT PWP Bid No.: WA TMWA Capital Project No.: October 3, 2018

Addendum No. 1 GORDON WATER MAIN REPLACEMENT PWP Bid No.: WA TMWA Capital Project No.: October 3, 2018 Addendum No. 1 GORDON WATER MAIN REPLACEMENT PWP Bid No.: WA-2019-004 TMWA Capital Project No.: 10-0001.053 October 3, 2018 The following information, clarifications, changes and modifications are by reference

More information

STATEMENT OF CHARGES FOR CONNECTION TO NORTHERN IRELAND ELECTRICITY NETWORKS DISTRIBUTION SYSTEM. Effective from 1 st October 2017 Version 1.

STATEMENT OF CHARGES FOR CONNECTION TO NORTHERN IRELAND ELECTRICITY NETWORKS DISTRIBUTION SYSTEM. Effective from 1 st October 2017 Version 1. STATEMENT OF CHARGES FOR CONNECTION TO NORTHERN IRELAND ELECTRICITY NETWORKS DISTRIBUTION SYSTEM Effective from 1 st October 2017 Version 1.3 DOCUMENT CHANGE CONTROL SHEET Document Control Document Version

More information

July Bill No.1: Preliminaries

July Bill No.1: Preliminaries Bill No.1: Preliminaries 1 Mobilization 1.1 This item should include site office for the use of the Engineer's and Employer's staffs with the necessary facilities, furniture, computers, printers, photocopier,

More information

ANGLIAN WATER SERVICES LIMITED MISCELLANEOUS CHARGES STATEMENT

ANGLIAN WATER SERVICES LIMITED MISCELLANEOUS CHARGES STATEMENT ANGLIAN WATER SERVICES LIMITED 2016-2017 MISCELLANEOUS CHARGES STATEMENT This document sets out the Miscellaneous Charges fixed by Anglian Water Services Limited as the water and sewerage undertaker for

More information

CHARLES COUNTY GOVERNMENT ITB NO MATTAWOMAN WATER RECLAMATION FACILITY (MWRF) PRIMARY CLARIFIER NO. 1 IMPROVEMENTS

CHARLES COUNTY GOVERNMENT ITB NO MATTAWOMAN WATER RECLAMATION FACILITY (MWRF) PRIMARY CLARIFIER NO. 1 IMPROVEMENTS CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Telephone: 301-645-0656 February 07, 2017 ITB NO. 17-17 MATTAWOMAN WATER RECLAMATION FACILITY (MWRF) PRIMARY

More information

Self lay policy. Company specific addendum to Code of Practice for the self laying of Water Mains and Services England and Wales 2 nd Edition May 2009

Self lay policy. Company specific addendum to Code of Practice for the self laying of Water Mains and Services England and Wales 2 nd Edition May 2009 Self lay policy and Company specific addendum to Code of Practice for the self laying of Water Mains and Services England and Wales 2 nd Edition May 2009 Issue 2 - May 2013 Contents Introduction Page 3

More information

Dŵr Cymru Welsh Water s Self-lay Policy for Water Mains and Services July 2015

Dŵr Cymru Welsh Water s Self-lay Policy for Water Mains and Services July 2015 Dŵr Cymru Welsh Water s Self-lay Policy for Water Mains and Services July 2015 Introduction This Self-Lay Policy applies when a developer decides to self-lay water mains and services (ie. construct water

More information

Clarification to Bidders Responses

Clarification to Bidders Responses Clarification to Bidders Responses # Question Answer 1 There is no mention of the excavation work in between the lightning pole columns i.e. the depth of excavation, distance between columns, electrical

More information

CITY OF LOS ANGELES CALIFORNIA Addendum No. 1 June 8, 2016

CITY OF LOS ANGELES CALIFORNIA Addendum No. 1 June 8, 2016 ERIC GARCETTI MAYOR CITY OF LOS ANGELES CALIFORNIA Addendum No. 1 June 8, 2016 W.O. SZC13025 GARY LEE MOORE, PE, ENV SP CITY ENGINEER Bidders are required to acknowledge receipt of this addendum in the

More information

STATE OF NEW JERSEY DEPARTMENT OF ENVIRONMENTAL PROTECTION DIVISION OF COASTAL ENGINEERING

STATE OF NEW JERSEY DEPARTMENT OF ENVIRONMENTAL PROTECTION DIVISION OF COASTAL ENGINEERING INDEX OF DRAWINGS SHEET NO. DESCRIPTION 1 TITLE SHEET AND LOCATION PLAN 2 GENERAL NOTES AND SITE ACCESS AND STAGING AREA LAYOUT 3 EXISTING CONDITIONS AND DEMOLITION PLAN 4 CONSTRUCTION PLAN AND PROFILE

More information

SIMLAW Seed CoMpAny LIMIted

SIMLAW Seed CoMpAny LIMIted SIMLAW Seed CoMpAny LIMIted TENDER DOCUMENT TENDER FOR SALE OF BOARDED MOTOR VEHICLES AND BEANS TENDER REF: SSC/T/DC/10/2018/2019 TENDER CLOSING & OPENING DATE: -16 th NOVEMBER, 2018 SIMLAW SEED COMPANY

More information

I. CLARIFICATIONS. This tender addendum and clarification forms part of the Request for Proposal and Contract documents, and modifies them as follows:

I. CLARIFICATIONS. This tender addendum and clarification forms part of the Request for Proposal and Contract documents, and modifies them as follows: This tender addendum and clarification forms part of the Request for Proposal and Contract documents, and modifies them as follows: I. CLARIFICATIONS 2 294 Evaluation and Qualification criteria: Experience

More information

Employment Intensive Infrastructure Program (EIIP) in Lebanon ANNEX 2

Employment Intensive Infrastructure Program (EIIP) in Lebanon ANNEX 2 Employment Intensive Infrastructure Program (EIIP) in Lebanon ANNEX 2 PARTICULAR SPECIFICATIONS FOR THE CONSTRUCITON OF STORM WATER DRAINAGE NETWORK March 2018 BUREAU TECHNIQUE POUR LE DEVELOPPEMENT P.O.B

More information

PROJECT: SUPPLY TO BERRY ROAD APARTMENT - SUVA SCHEME: G43-13

PROJECT: SUPPLY TO BERRY ROAD APARTMENT - SUVA SCHEME: G43-13 TENDER NO MR 91/2017 PROJECT: SUPPLY TO BERRY ROAD APARTMENT - SUVA SCHEME: G43-13 Notes : 1. Bidders to provide 2 hardcopies of tender bid. 2. Safety Plan to be incuded in tender bid, and will be part

More information

This section includes materials and installation of ductile-iron pipe and fittings for potable and recycled water systems.

This section includes materials and installation of ductile-iron pipe and fittings for potable and recycled water systems. NORTH MARIN WATER DISTRICT STANDARD SPECIFICATIONS SECTION 15056 DUCTILE-IRON PIPE AND FITTINGS PART 1 GENERAL 1.01 DESCRIPTION This section includes materials and installation of ductile-iron pipe and

More information

2. A preconstruction meeting with the TWA s staff is required prior to initiating construction.

2. A preconstruction meeting with the TWA s staff is required prior to initiating construction. General: 1. Construct utilities in accordance to TWA approved plans and shop drawings. Any deviation from the approved plans shall be approved by the DEVELOPER S ENGINEER and TWA 2. A preconstruction meeting

More information

PONDICHERRY UNIVERSITY CENTRAL ANIMAL HOUSE FACILITY

PONDICHERRY UNIVERSITY CENTRAL ANIMAL HOUSE FACILITY PONDICHERRY UNIVERSITY CENTRAL ANIMAL HOUSE FACILITY Sealed quotations under Two bid systems are invited for the purchase of Horizontal Autoclave Sterilizer (Indigenous) for Central Animal House Facility.

More information

Rural Servicing Guidelines

Rural Servicing Guidelines Rural Servicing Guidelines for Low-Pressure Sanitary Sewer System and Trickle Feed Water Distribution System FOREWORD This manual is intended to provide information to Developers, Engineering and Geotechnical

More information

Improvements to the Distribution Pipe Lines in Zalengi, Central Darfur Please insert the currency Item Description

Improvements to the Distribution Pipe Lines in Zalengi, Central Darfur Please insert the currency Item Description RETURNABLE BID SCHEDULE 4 BILL OF QUANTITIES Case No. SDPC/76613/WORKS/ITB056 Improvements to the Distribution Pipe Lines in Zalengi, Central Darfur Please insert the currency 1 General 1 Mobilization

More information

Chapter 3: Permit Procedures and Requirements

Chapter 3: Permit Procedures and Requirements Chapter 1: General Provisions 1 1 Short Title 1 2 Jurisdiction 1 3 Amendments and Revisions 1 4 Enforcement Responsibility 1 5 Review Process 1 6 Prior Approval 1 7 Relationship to Other Standards 1 8

More information

PROJECT: NASRUP SECTION 1B UNDERGROUND RELOCATION STAGE 4 FROM CH SCHEME: C (FROM WAQADRA SUB TO NATALY JUNCTION)

PROJECT: NASRUP SECTION 1B UNDERGROUND RELOCATION STAGE 4 FROM CH SCHEME: C (FROM WAQADRA SUB TO NATALY JUNCTION) TENDER MR 05/2016.. PROJECT: NASRUP SECTION 1B UNDERGROUND RELOCATION STAGE 4 FROM CH 2900-2300 SCHEME: C 31-14 (FROM WAQADRA SUB TO NATALY JUNCTION) Notes: 1. Bidders to provide 2 hardcopies of tender

More information

ADDENDUM NO. 5. Except as hereinafter specified, the work shall be in accordance with the drawings and specifications.

ADDENDUM NO. 5. Except as hereinafter specified, the work shall be in accordance with the drawings and specifications. ADDENDUM NO. 5 ITB-CD-CME-16-10 Southern Well Field Expansion: Equip 5 Wells and New Raw Water Main Phase 2 ISSUE DATE: August 22, 2016 DUE DATE: August 25, 2016 @ 2:00 p.m. SUBJECT: Addendum No. 5 INTENT:

More information

NOTICE INVITING QUOTATIONS. File No. NITT/F.No. 020/PROJ/ /DAC Date:

NOTICE INVITING QUOTATIONS. File No. NITT/F.No. 020/PROJ/ /DAC Date: NATIONAL INSTITUTE OF TECHNOLOGY, TIRUCHIRAPPALLI - 620 015 DEPARTMENT OF ACADEMIC OFFICE NOTICE INVITING QUOTATIONS File No. NITT/F.No. 020/PROJ/2018-19/DAC Date: 10.10.2018 To Sealed quotations are invited

More information

SECTION DUCTILE IRON FITTINGS. A. This section includes materials, installation, and testing of ductile iron fittings 48 inches and smaller.

SECTION DUCTILE IRON FITTINGS. A. This section includes materials, installation, and testing of ductile iron fittings 48 inches and smaller. PART 1 - GENERAL 1.1 DESCRIPTION A. This section includes materials, installation, and testing of ductile iron fittings 48 inches and smaller. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section 01300 Record

More information

SECTION 14.0 CAPITAL COST ESTIMATES

SECTION 14.0 CAPITAL COST ESTIMATES SECTION 14.0 CAPITAL COST ESTIMATES 1 14.0 Capital Cost Estimates CONTENTS 14.0 CAPITAL COST ESTIMATES...4 14.1 Introduction...4 14.2 Overall Summary...4 14.3 Mining Capital Cost Estimate...5 14.3.1 Pre-Production

More information

Application Pack 2. Dŵr Cymru Welsh Water s Guidance on how to apply to Requisition Water Mains and Services July 2015

Application Pack 2. Dŵr Cymru Welsh Water s Guidance on how to apply to Requisition Water Mains and Services July 2015 Application Pack 2 Dŵr Cymru Welsh Water s Guidance on how to apply to Requisition Water Mains and Services July 2015 This guidance applies where a developer decides to requisition water mains and services

More information

Bill of Quantity (BOQ)

Bill of Quantity (BOQ) United Nation Development Programme Rehabilitation of Tunis & Omer Bin Abdel Aziz Sidewalks PAL 10-71488 : UXOs and Rubble Removal From Gaza Strip Bill of Quantity (BOQ) PREAMBLE TO BILL OF QUANTITY (BOQ)

More information

SUPPLEMENTAL SPECIFICATIONS AND DRAWINGS TO THE IDAHO STANDARDS FOR PUBLIC WORKS CONSTRUCTION TABLE OF CONTENTS

SUPPLEMENTAL SPECIFICATIONS AND DRAWINGS TO THE IDAHO STANDARDS FOR PUBLIC WORKS CONSTRUCTION TABLE OF CONTENTS PREFACE AND CITY ENGINEER S LETTER INDEX OF STANDARD DRAWINGS DIVISION 100 GENERAL CONDITIONS ARTICLE 1 DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms ARTICLE 2 PRELIMINARY MATTERS 2.01 Delivery of Bonds

More information

WATER SUPPLY CODE. of Australia. WSA Version 2.3

WATER SUPPLY CODE. of Australia. WSA Version 2.3 WATER SUPPLY CODE of Australia WSA 03-2002 Version 2.3 Water Supply Code of Australia WSA 03 2002 Second Edition Version 2.3 Previous edition WSA 03: 1999 CONTENTS PREFACE 6 INTRODUCTION 9 PART 0: GLOSSARY

More information

Ductile Iron Pipes (Socket & Spigot Pipes)

Ductile Iron Pipes (Socket & Spigot Pipes) Ductile Iron Pipes (Socket & Spigot Pipes) Al-Saad Engineering Consulting Pipeline supply a High Quality and specifications with good Prices for the customers. The Range of Diameter that Al-Saad Engineering

More information

Supplementary Manual to Water Services

Supplementary Manual to Water Services Supplementary Manual to Water Services VERSION CONTROL Issue Date Version Issue Issued To Prepared By Reviewed By 27/02/15 0 1 General B Griffiths D Wharton 20/08/15 1 2 General B Griffiths D Wharton 08/06/16

More information

Madhya Bhotekoshi Jalavidyut Company Limited

Madhya Bhotekoshi Jalavidyut Company Limited Madhya Bhotekoshi Jalavidyut Company Limited Middle Bhotekoshi Hydroelectric Project (102MW) BIDDING DOCUMENTS For Design, Supply, Construction, Testing and Commissioning of Single Circuit 220kV Transmission

More information

TENDER FOR " Work for 24 x 7 Water Supply System under Smart City Mission in ABD area of VMC including

TENDER FOR  Work for 24 x 7 Water Supply System under Smart City Mission in ABD area of VMC including VADODARA SMART CITY DEVELOPMENT LIMITED VADODARA SMART CITY DEVELOPMENT LIMITED TENDER FOR " Work for 24 x 7 Water Supply System under Smart City Mission in ABD area of VMC including Refurbishment of existing

More information

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016.

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016. TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). TENDER NUMBER: TSC/DISP/02/2015-2016 CLOSING DATE: FRIDAY, 1 ST APRIL 2016. Teachers Service Commission

More information

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

FENCING AND FENCE REPAIR

FENCING AND FENCE REPAIR INVITATION FOR BIDS FOR FENCING AND FENCE REPAIR As Requested by THE SOUTHERN SANDOVAL COUNTY ARROYO FLOOD CONTROL AUTHORITY IFB No. 2018-04 BID DUE DATE: August 8, 2018 TABLE OF CONTENTS Submission Instructions

More information

RITES PROJECT OFFICE, KOLKATA 56 C R AVENUE, Kolkata

RITES PROJECT OFFICE, KOLKATA 56 C R AVENUE, Kolkata RITES PROJECT OFFICE, KOLKATA 56 C R AVENUE, Kolkata 700 012 No. RITES/RPO-KOL/DVC-RTPS/Civil & P Way/PKG-V/2014 Dated 01.05.2014 Sub: Minutes of the Pre-Bid Meeting held on 28.04.2014 in RITES Conference

More information

Water Supply Code of Australia

Water Supply Code of Australia WATER SERVICES ASSOCIATION OF AUSTRALIA Water Supply Code of Australia Hunter Water Corporation Version 1.0 WSA 03 2002 Water Supply Code of Australia Hunter Water Edition Version 1 Previous edition WSA

More information

GENERAL TERMS & CONDITIONS (GT&C) FOR ITEMS & SERVICES (EXCLUDING CIVIL WORKS)

GENERAL TERMS & CONDITIONS (GT&C) FOR ITEMS & SERVICES (EXCLUDING CIVIL WORKS) GENERAL TERMS & CONDITIONS (GT&C) FOR ITEMS & SERVICES (EXCLUDING CIVIL WORKS) A10. BLANK A20. SECURITY DEPOSIT. A21. The successful bidder shall submit a Security Deposit @ 5 % of the contract / order

More information

Bill of Quantity (BOQ)

Bill of Quantity (BOQ) Emergency Removal and Crushing of Rubble and Debris Management PAL 10-92895 Lot # 13: Rubble Removal from Different Locations of Gaza Governorates Bill of Quantity (BOQ) Bill of Quantity (BOQ) PREAMBLE

More information

Attachment 1 Architectural Services

Attachment 1 Architectural Services A. Phase 1, Programming and Schematic Design: 1. Ascertain the requirements for each project through a meeting with the COUNTY, and a review of an existing schematic layout of each project, if such layout

More information

AS/NZS 2280:2012 AS/NZS

AS/NZS 2280:2012 AS/NZS AS/NZS 2280:2014 Incorporating Amendment No. 1 and 2 Australian/New Zealand Standard Ductile iron pipes and fittings Superseding AS/NZS 2280:2012 AS/NZS 2280:2014 AS/NZS 2280:2014 This joint Australian/New

More information

PILING WORKS FOR PROPOSED NEW BUILDING OF IIT MADRAS RESEARCH PARK AT KANAGAM ROAD, TARAMANI, CHENNAI

PILING WORKS FOR PROPOSED NEW BUILDING OF IIT MADRAS RESEARCH PARK AT KANAGAM ROAD, TARAMANI, CHENNAI PILING WORKS FOR PROPOSED NEW BUILDING OF IIT MADRAS RESEARCH PARK AT KANAGAM ROAD, TARAMANI, CHENNAI- 600 113 PRE MID MEETING DATE OF MEETING:- 07-5-2013 DECISIONS MADE IN THE MEETING Note : These decisions

More information

Definition of Terms **Non-capitalized references to a state refer to a state other than the State of Michigan.

Definition of Terms **Non-capitalized references to a state refer to a state other than the State of Michigan. Definition of Terms **Non-capitalized references to a state refer to a state other than the State of Michigan. Addenda - Documents used by the Owner to incorporate interpretations or clarifications, modifications,

More information

SECTION C1 DUCTILE IRON PIPE AND FITTINGS GENERAL

SECTION C1 DUCTILE IRON PIPE AND FITTINGS GENERAL SECTION C1 DUCTILE IRON PIPE AND FITTINGS GENERAL This section covers the furnishing and installation of ductile iron water pipe, fittings, thrust restraint and pipe disinfection. Ductile Iron Pipe MATERIALS

More information

STATEMENT OF CHARGES FOR CONNECTION TO NORTHERN IRELAND ELECTRICITY NETWORKS DISTRIBUTION SYSTEM. Effective from 28 th March 2018 Version 1.

STATEMENT OF CHARGES FOR CONNECTION TO NORTHERN IRELAND ELECTRICITY NETWORKS DISTRIBUTION SYSTEM. Effective from 28 th March 2018 Version 1. STATEMENT OF CHARGES FOR CONNECTION TO NORTHERN IRELAND ELECTRICITY NETWORKS DISTRIBUTION SYSTEM Effective from 28 th March 2018 Version 1.5 DOCUMENT CHANGE CONTROL SHEET Document Control Document Version

More information

WATER SUPPLY CODE SCHEDULE OF AMENDMENTS

WATER SUPPLY CODE SCHEDULE OF AMENDMENTS SEQ Water Supply and Sewerage Design & Construction Code (SEQ WS&S D&C Code) WATER SUPPLY CODE SCHEDULE OF AMENDMENTS Amendment No.2 December 2018 December 2018 SEQ WS&S D&C Code Water Supply Code - Amendment

More information

Addendum No. 2 is hereby issued to revise the Procurement Schedule, clarify Bid Bond Requirements,

Addendum No. 2 is hereby issued to revise the Procurement Schedule, clarify Bid Bond Requirements, ITB 2018-02 ADDENDUM NO. 2 Addendum No. 2 to ITB 2018-02 MEDART LIFT STATION BYPASS Issued February 15, 2018 SECTION 2.0 SCHEDULE OF EVENTS See dates added in RED below Failure to comply with this or any

More information

Company specific addendum

Company specific addendum Self lay policy and Company specific addendum to Code of Practice for the self laying of Water Mains and Services England and Wales 2 nd Edition May 2009 Issue 1.0 - April 2015 life fl ow smoothly helping

More information

RFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered

RFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered RFB for Wastewater Force Main #3 October 2, 2015 Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered The proposed force main will be required to transmit up to 1000 gallons of wastewater

More information

ASHCROFT PUMP STATIONS 2 & 3 CAPACITY IMPROVEMENTS PROJECT ACSA Project No Addendum 1 June 20, 2018

ASHCROFT PUMP STATIONS 2 & 3 CAPACITY IMPROVEMENTS PROJECT ACSA Project No Addendum 1 June 20, 2018 ASHCROFT PUMP STATIONS 2 & 3 CAPACITY IMPROVEMENTS PROJECT ACSA Project No. 2014-10 Addendum 1 June 20, 2018 ALBEMARLE COUNTY SERVICE AUTHORITY ALBEMARLE COUNTY, VIRGINIA Prepared for: Albemarle County

More information

WATER 6.1 GUIDELINES

WATER 6.1 GUIDELINES 6-1 6.0 WATER 6.1 GUIDELINES The requirements of the Queensland Water Resources Commission Guidelines for Planning and Design of Urban Water Supply Schemes shall be followed in general. The requirements

More information

PROJECT: RELOCATION OF FEA ASSETS NEW VATUWAQA BRIDGE TRENCHING WORK SUVA SCHEME: C21/14

PROJECT: RELOCATION OF FEA ASSETS NEW VATUWAQA BRIDGE TRENCHING WORK SUVA SCHEME: C21/14 MR 309/ 2017 PROJECT: RELOCATION OF FEA ASSETS NEW VATUWAQA BRIDGE TRENCHING WORK SUVA SCHEME: C21/14 Notes : 1. Bidders to provide 2 hardcopies of tender bid. 2. Safety Plan to be incuded in tender bid,

More information

TECHNICAL SPECIFICATIONS OF LAYING OF UNDER GROUND POWER CABLE FOR TRANSMISSION LINE

TECHNICAL SPECIFICATIONS OF LAYING OF UNDER GROUND POWER CABLE FOR TRANSMISSION LINE GUJARAT ENERGY TRANSMISSION CORPORATION LTD. Sardar Patel Vidyut Bhavan, Race Course, Vadodara: 390 007 TECHNICAL SPECIFICATIONS OF LAYING OF UNDER GROUND POWER CABLE FOR TRANSMISSION LINE GETCO/E/TS LUC058/R1

More information

RFQ Drainage Ditching and Culvert Replacement

RFQ Drainage Ditching and Culvert Replacement RFQ 2016-26 Drainage Ditching and Culvert Replacement The City of Dawson Creek requests quotes for drainage ditching and replacement of culverts in the area of 7 th Street and 122 nd Avenue. All contract

More information

Model Specifications for Sclairpipe High Density Polyethylene (HDPE) Pipe

Model Specifications for Sclairpipe High Density Polyethylene (HDPE) Pipe This publication is intended for use as a guide to support the designer of piping systems. The recipient is encouraged to independently verify all information and agrees that such information is not to

More information

TOWN OF MOUNT PLEASANT WESTCHESTER COUNTY, NEW YORK

TOWN OF MOUNT PLEASANT WESTCHESTER COUNTY, NEW YORK TOWN OF MOUNT PLEASANT WESTCHESTER COUNTY, NEW YORK COST EVALUATION FOR ROLLING HILLS AREA WATER MAIN EXTENSION PROFESSIONAL CONSULTING, LLC. Octagon 10, Office Center 1719 Route 10, Suite 225 Parsippany,

More information

No. NIQ03/2018/IND15589/ Dated:

No. NIQ03/2018/IND15589/ Dated: NATIONAL INSTITUTE OF PHARMACEUTICAL EDUCATION AND RESEARCH (NIPER) Sector 67, S.A.S. Nagar (Mohali) Telephone No. 2214682-87, Fax No. 0172-2214692 No. NIQ03/2018/IND15589/ Dated: 02.07.2018 NOTICE INVITING

More information

PROJECT: NEW 11kV FEEDER FROM RARAWAI 33/11kV SUBSTATION TO YALALEVU INDUSTRIAL AREA AS PER SCHEME NO. SR38/14

PROJECT: NEW 11kV FEEDER FROM RARAWAI 33/11kV SUBSTATION TO YALALEVU INDUSTRIAL AREA AS PER SCHEME NO. SR38/14 RE ADVERTISED TENDER MR 85/2015 PROJECT: NEW 11kV FEEDER FROM RARAWAI 33/11kV SUBSTATION TO YALALEVU INDUSTRIAL AREA AS PER SCHEME NO. SR38/14 Notes: 1. Bidders to provide 2 hardcopies of tender bid. 2.

More information

REQUEST FOR QUOTATION (RFQ)

REQUEST FOR QUOTATION (RFQ) 1 June 2018 RFQ No. 10957 REQUEST FOR QUOTATION (RFQ) RFQ Description Closing Date and Time Briefing Session Date and Time Site Inspection : Shuttle and Transport Services for Sasria staff for the period

More information