You are on page 1of 7

TENDER DOCUMENTS FOR CONSTRUCTION, COMPLETION, TESTING AND COMMISSIONING,

AND MAINTENANCE IN THE DEFECTS LIABILITY PERIOD, OF MAIN PLANT WORKS


EMP-14-TR277
BUSINESS BAY - DISTRICT COOLING PLANT – BB05

Post Tender Clarification # 04 - AG Engineering


Empower’s Response and Comments Discussed in the Tender Conference Tenderer’s Response to PTC # 02
SR. Ref: Tender’s Clarifications/Qualification/Exclusion Empower’s Response - PTC # 01 - 16 April 2020 Empower’s Response - PTC # 04 (11 June 2020) Tenderer’s Response to PTC # 03
Call on 20 April 2020 10:00-12:30pm - PTC # 01 12 May 2020
Tender Document Clarification
PTC-1-1 Schedule of Technical Tendering Form Provided and Stamped Agreed and closed. ----- Closed
Provided and Stamped but without attaching the circulars and the Confirmed AGE will stamp and resubmit once the precautionary measures on
PTC-1-2 Tender Circulars Tender circulars attachments shall be stamped and re-submitted. Noted.
attachments restricting physical handling of papers eases.
PTC-1-3 Declaration of Site Visit Provided and Stamped Agreed and closed. ----- Closed
1) The revised Programme is attached. Further detaing shall be provided upon
Tenderer shall submit the project programme in detail and mention clearly the
Contractor confirmed compliance with the Tender requirement, long lead award of the Contract.
PTC-1-4 Construction Programme 424 days + 30 Days construction NOC activities with realistic durations including the mobilization Noted and accepted.
item list shall be submitted with the delivery duration 2) Attached is list of activities showing the Permits and NOCs to be obtained
permit for all relevant authorities and master development.
from various Authorities.

1) Noted and closed.


1- The flushing plant arrangement shall be considered and MOS to be part of
1) Confirmed; 2) Noted, however the inhouse could be accepted for MEP building services
Method of Construction including Testing and Commissioning Construction MOS.
PTC-1-5 Provided however it is general "High level", more details shall be provided.. 2) Testing and Commissioning shall be inhouse; however the chillers, cooling tower, pumps and process equipment in
2- Clarify the testing and Commissioning will be inhouse or by third party.
3) Confirmed. additional to special systems shall be done by a specialist.
3- Detailed MOS shall be submitted.
3) Noted and closed.

PTC-1-6 Project Organization Chart & CVs of Key Personnel Provided but not accepted. Closed ----- Closed
PTC-1-7 Manpower of the works Provided and satisfactory Closed ----- Closed
PTC-1-8 Construction Equipment Provided and satisfactory Closed ----- Closed

1) AGE once again requests for clarity on the Country of Origin of the
specified product.The project vendor list is driven by two criteria viz. name of
1) Tenderer shall comply with the project vendor list and Empower will accept
the manufacturer / supplier and the country of origin of the product. Where the
a non-European / non-American / non-Japanese for manufacturing facility
specified manufacturer / supplier is not manufacturing its product from the
subject to proven OEM manufacturing facility with guarantee of Quality
1- The Tenderer shall comply with the project vendor list. However, the Tenderer origin stated within the project vendor list, then the item shall not be
Assurance from manufacturer and extended warranty of a minimum of 5
shall propose any other alternative with the pre-qualification document for review considered as an alternative as long as AGE is proposing the product from
years. The Tenderer shall confirm compliance.
and approval by the Employer and Engineer. the specified manufacturer / supplier ; if not, then the specified origin shall be
2- The Tenderer shall ensure that all the selected equipment will be high suitably corrected and issued to AGE to price. AGE requests this information
The Tenderer shall submit three manufacturers/vendors for the major
efficiency and fully complies with the project Specifications and requirements. as there could potentially be cost impact and also delay in approval of the
equipment such as cooling towers, pumps etc for review and approval by the
3- The Tenderer shall submit three manufacturers/vendors for the major product upon Award of the Contract that otherwise is complying to the project
- Employer and Engineer to ensure the full compliance with the project
equipment such as cooling towers, pumps etc for review and approval by the specification and from the specified vendor.
Specifications and the efficiency.
Employer and Engineer to ensure the fully compliance with the project Notwithstanding the above, the prevailing COVID-19 Coronavirus pandemic
Specifications and the efficiency. with its unforseen, far reaching impact on almost all the countries of the world,
Regarding COVID 19 and impact on the manufacturers factories facility it will
may lead to shutting down of a particular facility. In that scenario, sourcing
be considered on due course case by case where will be applicable, subject to
Details of comments on the proposed vendor and subcontractors as products from alternate location and/or manufacturer should be acceptable to
the Employer's and the Engineer's assessment and approval.
follows: the Employer without any cost savings from AGE.
2) Noted and Closed.
2) Confirmed compliance to the proejct specification and the effiicieny stated
3) Noted and closed.
therein.
3) Confirmed.

The proposed system integrator name are not accepted and Tenderer shall
1.PLC SCADA / BMS - Syscom and Avanceon Confirmed. Noted and closed.
follow the project vendor list.
The Tenderer shall submit three submission from three different manufacturers
2.Cooling Tower: Hamon inclusive of the criteria of heat rejection, noise level, CT size, HP and subject to Confirmed. Noted and closed.
full compliance with tender and specifications

Hi-Star has been approved on the Employer's IMPZ DCP being executed by
AGE and is of very high quality that merits Engineer's consideration. As AGE
The Tenderer shall follow project vendor list, we have no objection to pre
3.RO plant The Tenderer shall follow project vendor list - Hi-Star is not accepted was advised during the Tender Conference to submit the Prequalification, we
qualify M/s. HI star as a TSE-RO specialist contractor.
attach herewith the PQ alongwith a copy of the product's approval in the IMPZ
PTC-1-9 Subcontractors including Suppliers and Manufacturers DCP.

Confirmed acceptance with following understanding:


1) Empower will accept a non-European / non-American / non-Japanese for 1) Yes from approved vendor manufacturing facility and subject to full
valve manufacturing facility; compliance with the project Specifications.
Empower will accept a non-European / American / Japanese for valve 2)The extended 5 years warranty shall commence from the Date of the Taking 2) Noted and closed.
manufacturing facility subject to proven OEM manufacturing facility with Over Certificate, and 3) Accepted. The Tenderer shall provide an undertaking that the
4.Butterfly valve, NRV and Flexible joint guarantee of Quality Assurance from manufacturer and extended warranty of a 3) the remaining of the extended warranty, beyond the Defects Laibility Period, manufacturer's / Vendor's warranties will contain contractual provisions that
minimum of 5 years, and provide certificate EN 3.1 and EN 3.2. However, this shall be provided by the manufacturer/supplier directly to the Employer and enable Empower to enforce the warranty conditions as stipulated in the
accceptance is only from the vendors in the approved vendor list) AGE's liability shall cease upon completion of the Defects Liability Period, and Tender Documents directly with each respective Manufacturer / Vendor.
4) the settlement and payment of the Final Account & monies, and release of 4) The settlement and payment of the Final Statement shall be as described in
the Performance Security, shall not be withheld until the completion of the Sub-clause 60.6, 60.8 and 60.10 and release of the Performance Security
extended warranty period. shall be as described in Sub-clause 10.2.

Subsequent to Microsoft team meeting on 3rd Jun 2020, AG Engineering


sent an email dated 4-Jun-2020 and proposed only three sub-
1) Chicago Maintenance & Contracting Co. LLC is already approved by the
contractors as follows:
Employer on its IMPZ DCP being executed by AGE.
1. Chicago Maintenance
The Civil Subcontractors list for civil works is including 5 civil contractors. The 2) The Prequalification documents of following companies are attached:
2. DuBuild Contractor
5.Civil Subcontractors list pre-qualifications for 4 of these must be submitted for evaluation with all required a) Al Bani General Contracting & General Maintenance Establishment/Macro
3. Al Bani General Contractor
documentation. Crown Emirates Contracting is not accepted Contracting LLC;
Empower would like to clarify that final acceptance shall be subject to DM
b) H.H.M.Building Contracting LLC;
registration & license for G+12 or above and Subject to interview of Project
c) Dubuild Contracting LLC.
team - mainly Project Manager, Construction Manager and Planning Engineer
of Civil sub-contractor. Contractor to confirm and comply.

6.Civil Suppliers and Manufacturers The Tenderer shall confirm his compliance with project vendor list Confirmed. Noted and closed.

AGE Post Tender Clarification No. 4 11 June 2020 Page 1 of 7


TENDER DOCUMENTS FOR CONSTRUCTION, COMPLETION, TESTING AND COMMISSIONING,
AND MAINTENANCE IN THE DEFECTS LIABILITY PERIOD, OF MAIN PLANT WORKS
EMP-14-TR277
BUSINESS BAY - DISTRICT COOLING PLANT – BB05

Post Tender Clarification # 04 - AG Engineering


Empower’s Response and Comments Discussed in the Tender Conference Tenderer’s Response to PTC # 02
SR. Ref: Tender’s Clarifications/Qualification/Exclusion Empower’s Response - PTC # 01 - 16 April 2020 Empower’s Response - PTC # 04 (11 June 2020) Tenderer’s Response to PTC # 03
Call on 20 April 2020 10:00-12:30pm - PTC # 01 12 May 2020
All equipment shall be form original manufacturer country of origin. (The
contractor shall submit three submission from three different manufacturers
7.Cooling towers: Kelvion, True Water, and Hamon, Confirmed. Noted and closed.
inclusive of the criteria of heat rejection, noise level, CT size, HP and subject to
full compliance with Tender Documents and Specifications)

8.Flexible/expansion joint The brand Masons shall be from original manufacturer country of origin. Confirmed. Noted and closed.

Confirmed acceptance for Pratt and AVK makes with following understanding:
1) Empower will accept a non-European / non-North American casting facility; 1) Noted and closed subject to full comply with the project specification.;
2)The extended 5 years warranty shall commence from the Date of the Taking 2) Noted and closed;
The equipment shall be from original manufacturer country of origin. Pratt and
Over Certificate, and 3) Accepted. The Tenderer shall provide an undertaking that the
AVK considering non-European/North America casting facility subject to Proven
3) the remaining of the extended warranty, beyond the Defects Laibility Period, manufacturer's / Vendor's warranties will contain contractual provisions that
9.BFV: NIBCO OEM manufacturing facility with guarantee of Quality Assurance from
shall be provided by the manufacturer/supplier directly to the Employer and enable Empower to enforce the warranty conditions as stipulated in the
manufacturer and extended warranty minimum 5 years, and certificate EN 10204
AGE's liability shall cease upon completion of the Defects Liability Period, and Tender Documents directly with each respective Manufacturer / Vendor.
type 3.1 & 3.2
4) the settlement and payment of the Final Account & monies, and release of 4) The settlement and payment of the Final Statement shall be as described in
the Performance Security, shall not be withheld until the completion of the Sub-clause 60.6, 60.8 and 60.10 and release of the Performance Security
extended warranty period. shall be as described in Sub-clause 10.2.

Empower will accept the brand Pratt considering a non-European/North America


Noted, subject to proven OEM manufacturing facility with guarantee of Quality
casting facility subject to proven OEM manufacturing facility with guarantee of Confirmed acceptance for Pratt make with AGE's understanding same as for
10.NRV Assurance from manufacturer and extended warranty minimum 5 years from
Quality Assurance from manufacturer and extended warranty minimum 5 years, item No. 9 BFV: NIBCO.
the date of Taking-over Certificate, and certificate EN 10204 type 3.1 & 3.2.
and certificate EN 10204 type 3.1 & 3.2.

Confirmed acceptance with following understanding:


1) Noted and closed;
1)The extended 5 years warranty shall commence from the Date of the Taking
2) Accepted. The Tenderer shall provide an undertaking that the
Over Certificate, and
Empower accepts the Tenderer's vendor list subject to the OEM manufacturing manufacturer's / Vendor's warranties will contain contractual provisions that
PTC-1-9 Subcontractors including Suppliers and Manufacturers 2) the remaining of the extended warranty, beyond the Defects Laibility Period,
11.MVSG: facility providing a guarantee of Quality Assurance from the manufacturer and an enable Empower to enforce the warranty conditions as stipulated in the
shall be provided by the manufacturer/supplier directly to the Employer and
extended warranty minimum of 5 years and compliance to the Specifications. Tender Documents directly with each respective Manufacturer / Vendor.
AGE's liability shall cease upon completion of the Defects Liability Period, and
3) The settlement and payment of the Final Statement shall be as described in
3) the settlement and payment of the Final Account & monies, and release of
Sub-clause 60.6, 60.8 and 60.10 and release of the Performance Security
the Performance Security, shall not be withheld until the completion of the
shall be as described in Sub-clause 10.2.
extended warranty period.

12.TRANSFORMER: The Tenderer shall follow approved country of origin and project Specifications Confirmed. Noted and closed.
Minor components shall be from Europe make as well, however, the local
13.LVSG supplier could be accepted subject to Empower and the Engineer's evaluation Confirmed. Noted and closed.
and components' credibility in the market
Empower will accept locally assembled equipment authorized by OEM. (The
14.OEM AUTHORIZED LOCAL LV PANEL ASSEMBLER: Confirmed. Noted and closed.
local vendors must also be from the vendor list only.)
15.VFD: The Tenderer shall follow approved country of origin and project Specifications Confirmed. Noted and closed.

The Tenderer shall follow approved country of origin. China make could be
16.ELECTRICAL TRACTION ELEVATOR: Confirmed. Noted and closed.
accepted subject to a cost saving being passed on to the Employer.
The Tenderer shall follow approved country of origin. Asia/Far East is not
17.LUMINAIRES/WIRING DEVICES/ EARTHING/ ISOLATOR: Confirmed. Noted and closed.
accepted
Local make could be accepted, subject to compliance with the Specifications and
18.CABLE TRAY / CONDUITS: Confirmed. Noted and closed.
warranty periods in the Tender Documents.
19.FIRE ALARM/STRUCTURED CABLING/ACS/CCTV/PLC/PV: The Tenderer shall follow approved country of origin and project Specifications Confirmed. Noted and closed.

All applications: the application shall be done with certified applicator or installer
20.For Architectural: specialized in installing similar to that required for the project, for suppliers / Confirmed. Noted and closed.
manufacturers: prequalification shall be submitted for review and approval

1) AGE had proposed the location of Site offices, stores and laydown areas
The Tenderer shall check the site physically and submit the mobilization plan as upon physical inspection of site and information available. If the proposed
per site condition and the available area/plots, Tenderer shall deal with the location is not feasible, the Engineer / the Employer are in a better position to
Proposed Mobilization Plan for Manpower, Construction Equipment and Submitted and not applicable, contractor shall restudy the mobilization and
PTC-1-10 relevant authorities and Master Developer to obtain the mobilization permit for provide alternative location as the Enabling Contractor has already been Noted and accepted.
Subcontractors the requirement and the required NOC for mobilization.
site office and laydown area inline with the project construction duration and appointed and is at the Site.
consider all related costs. 2) AGE confirms it shall obtain the mobilization permit from the relevant
Authorities at its costs.

PTC-1-11 ISO Certificates Provided Closed ----- Closed


PTC-1-12 Proposed Project Quality Plan Provided and comprehensive Closed ----- Closed
PTC-1-13 Proposed Project Health & Safety Plan Provided and comprehensive Closed ----- Closed
PTC-1-14 Proposed Inspection and Test Plan Provided and comprehensive Closed ----- Closed
PTC-1-15 List of Software to be used Provided Closed ----- Closed
PTC-1-16 Additional Information Required Clarifying the Tender Provided, but not attached as mentioned Annexure no.3 Below the detailed responses for each points as discussed. ----- Closed
PTC-1-17 Alternative Tender Technical Offers (Optional) No Alternative Tender Closed ----- Closed

AGE Post Tender Clarification No. 4 11 June 2020 Page 2 of 7


TENDER DOCUMENTS FOR CONSTRUCTION, COMPLETION, TESTING AND COMMISSIONING,
AND MAINTENANCE IN THE DEFECTS LIABILITY PERIOD, OF MAIN PLANT WORKS
EMP-14-TR277
BUSINESS BAY - DISTRICT COOLING PLANT – BB05

Post Tender Clarification # 04 - AG Engineering


Empower’s Response and Comments Discussed in the Tender Conference Tenderer’s Response to PTC # 02
SR. Ref: Tender’s Clarifications/Qualification/Exclusion Empower’s Response - PTC # 01 - 16 April 2020 Empower’s Response - PTC # 04 (11 June 2020) Tenderer’s Response to PTC # 03
Call on 20 April 2020 10:00-12:30pm - PTC # 01 12 May 2020
Technical Clarifications
Mechanical
Overhead canopy along the passage and in between the Cooling Towers: CFD shall be carried out by the DCP contractor based on the full capacity of the
Any implications including installation of canopy arising from CFD analysis
PTC-1-18 For sake of clarity, in absence of specification, drawings or itemized in the BOQ, plant however the canopy installation will not be included within phase-1 scope of Confirmed. Noted and closed.
of the cooling towers should be included for.
AGE has not included for overhead canopy, if required. work.
AGE has not considered any bypass Valve in the Chilled water Tie-in No permanent bypass is required. The Tenderer must include for the
PTC-1-19 Agreed and closed. ----- Closed
Connection as it is not shown in the drawings. required temporary connection for flushing.
For sake of clarity, the Scope of Work for Tie-in connection of following services
PTC-1-20 ----- Closed
is limited to as follows in AGE’s Offer:
a) Sewer Water Network (Dwg Ref: BB12-ANE-ASB-SEW-HC-310, Rev 2: from The Tenderer shall consider the tie in connection for the sewage as per the
PTC-1-21 Agreed and closed. ----- Closed
Manhole (Ref: FBI-/47/51 Type C to Manhole Ref: HC-5-3 (TYPE A). tender drawings including the required manholes.

b) Storm Water Drainage (Dwg Ref:BB12-ANE-ASB-SWD-1410, Rev 2): from


Manhole (Ref: SL1/27/7A (Type 1) to Manhole Ref having co-ordinates
PTC-1-22 Noted. Agreed and closed. ----- Closed
E=495526.201 & N=2786475.987) & from Manhole (Ref: SL1/27/6 (Type H) to
Manhole Ref having co-ordinates E=495505.256 & N=2786489.471)

c) Irrigation/ Fire Hydrant Network Plan (Dwg Ref: BB12-ANE-ASB-IRR-410, Noted, however the Irrigation/TSE water connection will be inline with DCP
PTC-1-23 Agreed and closed. ----- Closed
Rev 4): from 200 mm Wall chamber FC-04. required quantities.

d) For connection to the existing Network Valve Chambers, AGE has assumed
that the DCP Contractor will tie-in to the piping connections provided for this Noted, however the Tenderer must consider the chilled water connection
PTC-1-24 Agreed and closed. ----- Closed
purpose. AGE has not considered any modification to the Valve Chamber by with the required flushing and requirement.
way of making penetrations, supply & fixing of link seals and puddle flanges etc.
As not mentioned in the Tender documents, AGE has not considered 100% Not acceptable - The Tenderer must include for 100% heat rejection within
PTC-1-25 Agreed and closed. ----- Closed
heat rejection within the fills of the Cooling Towers the fills of the cooling tower.
Further to the response under TQ No. 18, AGE’s Offer is based on the Double
PTC-1-26 Accepted Agreed and closed. ----- Closed
Eccentric Butterfly valves
PTC-1-27 RO Plant -----
Tenderer shall consider 100% RO plant capacity during the Phase 01
Construction, the plant total product capacity shall be 6112 m3/Day and
a) In response to TQ. No. 143 and BOQ Bill No. 13.2, item C issued with
equipment capacities as per schedule of equipment drawing no. D1815-TD-DWG-
Tender Circular No. 5, the capacity of the RO Plant considered by AGE is
PTC-1-28 Accepted RO-00801 Rev.02 Tenderer shall consider 100% RO plant capacity during the AGE's revised Tender Sum is based on this revised requirements. Closed.
3,625 m3/day, that is 50% of the total product capacity of 7,250 m3/day as
Phase 01 Construction, the plant total product capacity shall be 6112 m3/Day
stated within the BOQ.
and equipment capacities as per schedule of equipment drawing no. D1815-TD-
DWG-RO-00801 Rev.02. (this comment has been revised post meeting)
b) Attached to this Annexure is a Process & Instrument Diagram (based on
Tender Drawing No. D1815-TD-DWG-RO-00601, Rev0, issue date December
PTC-1-29 -----
2019) that defines the scope of work considered by AGE in its Proposal. The
following to be noted:
Not Agreed by AGE. Now Not Applicable as Empower's comment was on
(i) The clouded items are not a part of Phase-1 i.e. this Proposal but for Noted, however the Tenderer must include for all the required provision
PTC-1-30 Agreed and closed. AGE's Proposal that now stands superseded by the new requirements under Noted and closed regarding the RO installation requirement.
Future expansion under Phase-2; connection for RO.
PTC-2.
(ii) To facilitate easy hooking-up of items under Phase-2, all the piping
PTC-1-31 Accepted Closed Closed
headers have been considered for the entire plant capacity of 7,250 m3/day;
PTC-1-32 (iii) The Control Panel will have a provision for Phase-2 items;
(iv) The Raw Water and Break Water Tanks have been considered for the
PTC-1-33 Accepted Closed Closed
entire plant capacity of 7,250 m3/day;
PTC-1-34 c) RO-Recovery of treated water has been specified differently as under:
PTC-1-35 (i) Minimum 75% in Section 460713, Clause 2, item 1; Accepted Closed Closed
(ii) Recovery 70% in Schedule No.6 in drawing no. D1815-TD-DWG-RO-
PTC-1-36
00801, Rev0, issue date December 2019;
Reconfirmed, AGE’s Offer is based on a maximum recovery of 70% (seventy
PTC-1-37 AGE’s Offer is based on a maximum recovery of 70% (seventy percent). Minimum is 75% as per specification Confirmed to be considered 70% recovery. Noted and closed.
percent).
d) As noted in Response to Tender Query No. 304 issued in Tender Circular
No. 05, dated 12 March 2020, AGE has not considered any electrical power
PTC-1-38 connection to RO Plant (i.e. RO-HPP fed from MDB-09 and RO-FP, RO-WWP, Accepted Closed ----- Closed
RO-BWP fed from MDB-12) since the referenced MDBs are part of Phase-02
and not to be priced under this contract.

Integration of ETS rooms with DCP building SCADA system:


Response under TQ No. 378 calls for “physical” integration of approximately 25
The Tenderer must include for connection FOC from existing network TIE-
existing ETS rooms. As location of the ETS rooms are not known, estimate for
IN point to the DCP control Room. Regarding existing ETS rooms, only
PTC-1-39 physical integration by way laying of cables has not been included by AGE nor Agreed and closed. ----- Closed
integration is required. SCADA/PLC shall be capable to integrate all existing
any works within the ETS rooms. However, the SCADA system shall have
and future ETS rooms.
capability to monitor up to 125 (One hundred twenty five) ETS rooms that
includes 100 ETS rooms in the future.
PTC-1-40 Electrical -----
For sake of clarity, AGE has considered all Low Voltage Switchgears to be
PTC-1-41 assembled by the Original Equipment Manufacturer Authorized local LV Panel Noted, for LV Switchgears Agreed and closed. This was "Accepted" by All parties (further to being "Noted"). Accepted and closed.
assembler.
MV Switchgear:
AGE has not considered any Busbar Differential Protection Relay in the MV
PTC-1-42 Accepted. Closed ----- Closed
Switchgears as it is neither shown in the Single Line Diagram nor in the issued
Tender Specifications.
LV VFDs:
Specification Section 26 24 19, Clause 2.02, Item H.1 (Page 10 of 25) calls for
PTC-1-43 Low Voltage VFDs to be with 3 Level Active Front End (AFE) Technology. Accepted. Closed ----- Closed
However, the suppliers have quoted with 2 Level AFE, as such AGE’s Offer is
based on this.

AGE Post Tender Clarification No. 4 11 June 2020 Page 3 of 7


TENDER DOCUMENTS FOR CONSTRUCTION, COMPLETION, TESTING AND COMMISSIONING,
AND MAINTENANCE IN THE DEFECTS LIABILITY PERIOD, OF MAIN PLANT WORKS
EMP-14-TR277
BUSINESS BAY - DISTRICT COOLING PLANT – BB05

Post Tender Clarification # 04 - AG Engineering


Empower’s Response and Comments Discussed in the Tender Conference Tenderer’s Response to PTC # 02
SR. Ref: Tender’s Clarifications/Qualification/Exclusion Empower’s Response - PTC # 01 - 16 April 2020 Empower’s Response - PTC # 04 (11 June 2020) Tenderer’s Response to PTC # 03
Call on 20 April 2020 10:00-12:30pm - PTC # 01 12 May 2020
UPS:
This was not agreed by AGE.
As per Specification Section 26 33 53, Clause 2.03, Item E (Page 5 of 15)
1) In the Tender Conference, it was noted that Allied would check and Most of the vendor complying with the requirement for industrial model UPS
system overall efficiency for UPS is not to be less than 93% at full load and
PTC-1-44 The Tender shall follow project Specifications. Agreed and closed. reconfirm. efficiency accordingly, Tenderer shall comply with the project specification and
91% at 50% load. However, for industrial grade UPS, AGE has considered
2) AGE's price is still based on the overall efficiency of 81% at full load and confirm the requirement.
overall efficiency for UPS as 81% at full load and 74% at 50% load as quoted
74% at 50% load as quoted by the suppliers.
by the suppliers.
PTC-1-45 Electrical Equipment / Items for Phase-01:
As discussed, the updated drawings are attached in this PTC No 2 along with the
updated BOQ as per the latest DEWA feedback.
a) MV Switchgear:
List of drawings attached in PTC No 2:
As clarified in TQ No. 24, Tender Circular No. 2 dt. 20.02.2020, AGE has not
1. D1815-TD-DWG-ER-00-601 Rev 0 Sheet 1 of 5
considered MV Switchgear-04 (MVSG-04) or its incoming feeder in its Offer as it The Tenderer must comply and follow the latest SLD as per DEWA
PTC-1-46 2. D1815-TD-DWG-ER-00-602 Rev 0 Sheet 2 of 5 AGE's revised Tender Sum is based on this revised requirements. Closed.
is part of “future” scope. AGE wishes to re-iterate this as the revised Singe Line comments.
3. D1815-TD-DWG-ER-00-606 Rev 0 Sheet 1 of 9
Diagram (D1815-TD-DWG-ER-00-603 Rev.01) issued vide TC No. 2 and TC No.
4. D1815-TD-DWG-ER-00-607 Rev 0 Sheet 2 of 9
5 remains unrectified and still shows MVSG-04 Incoming Feeder in Phase-01.
5. D1815-TD-DWG-ER-00-609 Rev 0 Sheet 4 of 9
6. D1815-TD-DWG-ER-00-610 Rev 0 Sheet 5 of 9
As discussed, the updated drawings are attached in this PTC No 2 along with the
updated BOQ as per the latest DEWA feedback.
a) Cables:
List of drawings attached in PTC No 2:
As clarified in TQ No. 25, Tender Circular No. 2 dt. 20.02.2020, AGE has
1. D1815-TD-DWG-ER-00-601 Rev 0 Sheet 1 of 5
considered MV Cables and LV Cables feeding to Phase-01 Equipment only.
The Tenderer must include for the required cables for phase-1, the 2. D1815-TD-DWG-ER-00-602 Rev 0 Sheet 2 of 5
However, there is a large variation between the quantities measured in the BOQ
PTC-1-47 quantities are Tenderer's responsibility as per BOQ Preambles. The 3. D1815-TD-DWG-ER-00-606 Rev 0 Sheet 1 of 9 AGE's revised Tender Sum is based on this revised requirements. Closed.
(3.6 km for 1C 630 mm² Cables) and the actual measured from issued Tender
Tenderer to confirm acceptance. 4. D1815-TD-DWG-ER-00-607 Rev 0 Sheet 2 of 9
drawings (2.2 km for 1C 630 mm² Cables). It is unclear if the issued BOQ has
5. D1815-TD-DWG-ER-00-609 Rev 0 Sheet 4 of 9
quantities included for Phase-02 also. AGE’s Offer is based on the quantities
6. D1815-TD-DWG-ER-00-610 Rev 0 Sheet 5 of 9
measured for Phase-01.
7. D1815-TD-DWG-ER-00-611 Rev 0 Sheet 6 of 9
8. D1815-TD-DWG-ER-00-612 Rev 0 Sheet 7 of 9

Section 26 24 19, Clause 1.04, Item A (Page 2 of 25) states “Motor control
devices, variable speed drives, Active harmonic filters and enclosures/panels,
through one source from a single manufacturer whose products have been in
satisfactory use in similar service for a minimum of 5 years”.

All Switchgear manufacturers are not OEMs for variable speed drives and active
harmonic filters as there are also specialized OEMs for these items. Moreover, The Tenderer shall follow the approved list of vendors for stand-alone
PTC-1-48 Agreed and closed. ----- Closed
the functionality of these items are not connected to a particular “brand” name. Variable speed drives and active harmonic filter.
Furthermore, these two items are not housed within the Panels, and therefore
not an integral part of the Panels. Considering the foregoing, without any
tangible benefit, sourcing from a single manufacturer shall provide undue
leverage to a particular manufacturer with a high possibility of increased price
level. AGE’s Offer, therefore, is not restricted to sourcing the variable speed
drives and active harmonic filters from one single source/manufacturer.

Specification Section 26 33 23, Clause 1.05, Item B (Page 2 of 7) states “Obtain


central battery system, including components, from a single manufacturer with
responsibility for entire system.”
The Tenderer shall follow the approved vendor list and shall comply with
PTC-1-49 single source of responsibility for central battery system (which shall be a Agreed and closed. ----- Closed
As there are specialized manufacturers/suppliers for Light Fittings, Central
DCD approved)
Battery System, Batteries, and for similar reasons as highlighted herein above
for Switchgears, AGE’s Offer, therefore, is not restricted to sourcing all the items
from one single source/manufacturer.
AGE has not considered any Active Harmonic Filters in its Offer; however
The Tenderer shall consider it as a Provisional item for supplying and Provisional Sum provided by AGE under its Summary of Prices (Commercial The Contractor is requested to price for this in the relevant section of the
PTC-1-50 Harmonic Study has been included that shall be undertaken at the end of the Agreed and closed.
installing AHF if required as a result of actual site measurement Tender). provided Bills of Quantities.
project.
AGE has considered all VFDs, other than the Stand-alone VFDs, to be system-
PTC-1-51 Accepted. Closed ----- Closed
oriented VFDs i.e. VFDs supplied as an integral part of the equipment.

This is not clear. Local integration is included within the Contractor's scope. Agreed and closed.Local integration is included within the Contractor's scope.
PTC-1-52 Integration, if any with Empower server not included ----- Closed
Any further integration with CCC is not in the Contractor's scope. Any further integration with CCC is not in the Contractor's scope.
PTC-1-53 Architectural, Structural & Civil -----
For sake of clarity, AGE’s Offer does not include complete Enabling works
including Piling or any type of deep foundation, Shoring works, Guniting works Accepted. However, the pit excavation below the basement excavation The Tenderer shall price for pits excavation as per Bill No. 2 Item A & B Page 1
PTC-1-54 Confirmed. Closed
or preparation of shoring surfaces to receive waterproofing layer, Excavation & levels must be included in the Tenderer's price. of 3 and these will be used if applicable in the future
Disposal works.
Since the drawings for the enabling works / shoring layout / proposed top level
PTC-1-55 -----
of shoring piles are not available, AGE has assumed the following in its Offer:
a) Perimeter to Excavated area along North East (NE) Utility corridor side &
North West (NW) Roadside of proposed District cooling plant will be handed Two sides will be handed to the appointed main Contractor
PTC-1-56 over to AGE with Secant pile shoring and Guniting (completed by the Enabling with secant pile shoring and guniting work (one short side and one long Agreed and closed. Confirmed. Closed
subcontractor) within the tolerance limit of (+/-) 2mm ready to receive side) with tolerance limit as per applicable standard
waterproofing layer.
b) Excavation area along South West (SW) Al Khail Roadside & South East
(SE) open space side, are open excavation maintained to slope; excavated
The enabling works contractor will not carry-out the disposal of excess
stockpile within the premises will be used for backfilling to this area after
PTC-1-57 material or supply of any material in case of shortages - all of this must be Agreed and closed. Confirmed. Closed
construction of basement retaining wall. Any additional material after back filling
included for in this Contract.
to these areas will be disposed of by the enabling works contractor, any
shortage of quality material will be supplied by the enabling works contractor.

AGE Post Tender Clarification No. 4 11 June 2020 Page 4 of 7


TENDER DOCUMENTS FOR CONSTRUCTION, COMPLETION, TESTING AND COMMISSIONING,
AND MAINTENANCE IN THE DEFECTS LIABILITY PERIOD, OF MAIN PLANT WORKS
EMP-14-TR277
BUSINESS BAY - DISTRICT COOLING PLANT – BB05

Post Tender Clarification # 04 - AG Engineering


Empower’s Response and Comments Discussed in the Tender Conference Tenderer’s Response to PTC # 02
SR. Ref: Tender’s Clarifications/Qualification/Exclusion Empower’s Response - PTC # 01 - 16 April 2020 Empower’s Response - PTC # 04 (11 June 2020) Tenderer’s Response to PTC # 03
Call on 20 April 2020 10:00-12:30pm - PTC # 01 12 May 2020
This was not agreed by AGE.
Please provide the details for the established Dewatering Discharge Lines and
NOC's for the confirmation and inclusion.

Civil response revised on 04 June 2020 following Tender Conference on


Since dewatering discharge point is not stated within the Tender documents, The dewatering system will be handed over to the main plant Contractor as
03 June 2020, The Tenderer is referred to Empower's response in PTC 1 as discussed
AGE has assumed that the discharge point will be within 200 meters from the part of handover from the shoring and enabling works contractor and any
PTC-1-58 Agreed and closed. As the information is not available in the Tender Documents, AGE has during the meeting and is further requested to confirm compliance to this
plot boundaries; all the Authority charges and transportation charges for water further action will be under main plant Contractor's responsibility and this
assumed that the discharge point will be within 200 meters from the plot response. We have also attached the Dewatering NOC.
discharge will be paid by the Employer. must be included for in this Contract.
boundaries. If it is more than 200 meters, there will be additional cost due to
addition of Booster Pumps, Temporary Discharge Lines, Temporary Collection
Ponds, Transport charges etc.. As such, please provide the details for the
established Dewatering Discharge Lines and NOC's for information and
pricing.

This was not agreed by AGE.


Since the detail design for this item is not available, AGE proposes to keep
this item as Provisional quantities and adjusted against actual. Please
Since the detail design of the rail track for the monorail overhead cranes at
The mentioned figure is over estimated, the monorail will be anchored to confirm.
basement chiller hall and First Floor pump hall are not available, we have
PTC-1-59 RCC slab, however, The monorail load capacity is 10 tons (excluding the Agreed and closed. Agreed and closed.
considered maximum weight 50 metric tons for structural steel railing (Anchored
monorail self weight). Civil response revised on 04 June 2020 following Tender Conference on
fixed to RCC slab).
03 June 2020,

Agreed.
In absence of details, AGE has considered Acoustic Louvers to be
manufactured in Aluminum and powder coated to standard RAL 9010 color,
Tenderer shall refer and comply to Louvers Details drawing no. D1815-TD-
300mm thick in rectangular shape, Casing (2mm thick plain sheet), Baffle upper
PTC-1-60 DWG- AR-00708 and Technical Specifications Section no. 08 90 00 for Agreed and closed. ----- Closed
blade (2mm thick plain sheet), Baffle lower blade (0.9mm thick perforated
Louvers and Vents.
sheet), Acoustic Insulation (50mm thick 48 kg/m3 density), Blade angle 45
degree @ 300mm O.C.
PTC-1-61 Since the detailed specifications are not available, AGE has considered: Not accepted, details are provided as listed below: -----
This was not agreed by AGE.
Number of Layers, Thickness and Type of waterproofing has not Specified in
the drawing. Please provide details or confirm what has been considered by
AGE is acceptable.
Noted and agreed. Accordingly, the Tenderer shall comply with the project
a) One (1) layer of 4mm thick SBS membrane 200 g/m2 0 degree C cold Tenderer shall refer and comply to Drawing no. D1815-TD-DWG- AR-00700 Specifications for BITUMINOUS MEMBRANE - ROOFING
PTC-1-62 Agreed and closed. Civil response revised on 04 June 2020 following Tender Conference on
flexibility - Dermabit for roof waterproofing system. for roof water proofing details 07 53 23 page 4 of 10 and 5 of 10, one layer for the roof with 4 mm thickness,
03 June 2020,
APP (Atactic Poly Propylene) as specified.
AGE confirms compliance to the Drawing & Specification. However, as the
number of layers are not specified in the drawings and specification, AGE has
considered a single layer only.

This was not agreed by AGE.


Number of Layers, Thickness and Type of waterproofing has not Specified in
the drawing. Please provide details or confirm what has been considered by
AGE is acceptable.
b) Two (2) layers of 4mm thick SBS membrane 200g/m2 0 degree C Cold Tenderer shall refer and comply to Drawing no. D1815-TD-DWG- AR-00700 Noted and closed, in accordance with the Tenderer's revised confirmation and
PTC-1-63 Agreed and closed.
flexibility – Dermabit for Substructure Waterproofing System. Detail no.7 for typical Basement water proofing detail. Civil response revised on 04 June 2020 following Tender Conference on compliance.
03 June 2020,
AGE confirms compliance to the Drawing D1815-TD-DWG- AR-00700 Detail
no.7 and specification Section 07 11 13 titled " Bituminous Damp Proofing" for
the sub structure waterproofing works.

This was not agreed by AGE.


Particular Specification for Flooring Type F3 - Epoxy Coating on Screed is not
available with the Project Specification. Please provide details or confirm what
AGE has considered Polyurethane epoxy coating System comprising; One coat has been considered by AGE is acceptable.
primer @ 150-micron DFT (BASF P 650 / Pidilite Rok coat EPSF Primer) + One All coating systems shall be as per Specifications and shall be reviewed Noted and closed, in accordance with the Tenderer's revised confirmation and
PTC-1-64 Agreed and closed.
coat paint @ 250-micron DFT (BASF MS240/ Pidilite Rok coat PU) + Final coat and approved by the Engineer post award. Civil response revised on 04 June 2020 following Tender Conference on compliance.
paint @ 250-micron DFT (BASF MS 258/ Pidilite Rok coat PU). 03 June 2020,
AGE confirms compliance to the Specifications for all types of coating. For the
sake of clarity, for the flooring type 'F3- Epoxy flooring', AGE has considered
specification section 09 67 00.

This was not agreed by AGE.


AGE has considered Non- Fire-rated Thermal Break Gulf Extrusion Aluminum
sections complying to Specification No. 08 44 13 & 08 51 13 for aluminum
works. Please confirm acceptance.
AGE has considered Non- Fire-rated Thermal Break Gulf Extrusion Aluminum Tenderer shall refer and comply to Specification No. 08 44 13 & 08 51 13 Noted and closed, in accordance with the Tenderer's revised confirmation and
PTC-1-65 Agreed and closed.
sections. for aluminum works. Civil response revised on 04 June 2020 following Tender Conference on compliance.
03 June 2020,
AGE confirms compliance to the specification for aluminum works. AGE's
Tender Sum is based on its discretion to use any of the vendors specified
within the project vendor list, as ammended and/or suplemented in the PTCs.

AGE Post Tender Clarification No. 4 11 June 2020 Page 5 of 7


TENDER DOCUMENTS FOR CONSTRUCTION, COMPLETION, TESTING AND COMMISSIONING,
AND MAINTENANCE IN THE DEFECTS LIABILITY PERIOD, OF MAIN PLANT WORKS
EMP-14-TR277
BUSINESS BAY - DISTRICT COOLING PLANT – BB05

Post Tender Clarification # 04 - AG Engineering


Empower’s Response and Comments Discussed in the Tender Conference Tenderer’s Response to PTC # 02
SR. Ref: Tender’s Clarifications/Qualification/Exclusion Empower’s Response - PTC # 01 - 16 April 2020 Empower’s Response - PTC # 04 (11 June 2020) Tenderer’s Response to PTC # 03
Call on 20 April 2020 10:00-12:30pm - PTC # 01 12 May 2020

This was not agreed by AGE.


To clarify, only Cementitious waterproofing has been Included by AGE. Please
confirm acceptance.

Civil response revised on 04 June 2020 following Tender Conference on Noted and closed, in accordance with the Tenderer's revised confirmation and
AGE has not considered any type of plaster or paint other than Moisture barrier Cementitious waterproofing must be included for in accordance with the
PTC-1-66 Agreed and closed. 03 June 2020, compliance for the Cementitious waterproofing in accordance with the project
to the walls behind the Composite Metal façade cladding. project Specifications.
AGE confirms inclusion of Cementitious waterproofing in accordance with the Specifications.
project Specifications. As not specifically mentioned, and for avoidance of
doubt, AGE has not considered plastering behind the cladding; should the
Consultant and/or the Employer requires the same, it shall have time & cost
implication.

PTC-1-67 General -----


PTC-1-68 List of Approved Manufacturers/Suppliers/Subcontractors: -----

This was not agreed by AGE.


1) Empower in PTC-2 made specific comments against various items to which
AGE has provided response; these shall supresede relevant comments under
Within the specified list there are items that are manufactured in countries other Noted and accepted, subject to a technical and prequalification review and
It will be subject to technical and prequalification review and approval from PTC-1.
than the “Acceptable country of manufacturer - Europe, North America, Japan, approval by the Employer and the Engineer, and full compliance with the
PTC-1-69 the Employer and the Engineer, contractor shall not consider his price on Agreed and closed. 2) AGE's Tender Sum is based on its discretion to use any of the vendors
Australia” and have been used previously on DCPs, including on Empower’s project Specifications and technical/project requirements. The Tenderer is
any specific supplier or vendor. specified within the project vendor list, as ammended and/or suplemented in
DCPs. requested to confirm acceptance.
the PTCs.
3) AGE confirms it shall follow the review and approval process by the
Engineer and the Employer.

This was not agreed by AGE.


1) Empower in PTC-2 made specific comments against various items to which
1) Noted and accepted, subject to a technical and prequalification review and
AGE has provided response; these shall supresede relevant comments under
approval by the Employer and the Engineer and full compliance with the
PTC-1.
project Specifications and technical/project requirements. The Tenderer is
2) As the cost of the extended five (5) years warranty (maximun, and not
requested to confirm acceptance.
minimum, in all cases) commencing from the date of the Taking-Over
2) Noted, however any alternative vendor proposed by the Tenderer but is not
Attached in Annexure-9 to AGE’s Technical Proposal (Empower Form No. Agreed and closed, refer to detailed responses related to the proposed vendor Certificate, will be borne by AGE, AGE will not be able to provide any cost
listed in the Vendor list may be reviewed and approved by the Engineer and
1B.1.9) is the list of major items with the country of manufacture/origin included list, however related the country of origin will be subject to the Employer and the saving.
PTC-1-70 Not accepted, the Tenderer must comply with project vendor list. the Employer during the construction phase. This approval may be subject to
by the specified manufacturers/suppliers in their quotations and that forms a part Engineer's approval considering the extended warranty for minimum 5 years from
cost savings and the Tenderer will be expected to provide substantiation.
of AGE’s Tender. date of Taking-Over Certificate and providing a cost saving to Empower. For the sake of emphasis, AGE's request for addition of new origin(s) for
specific items was driven not by any perceived cost benefits but due to various
This will be subject to the Employer's and the Engineer's review and approval
ground realities like, OEMs" manufacturing units were in location other than
and to a proven OEM manufacturing facility with guarantee of Quality
specified in the project vendor list, a particular type/model was provided by the
Assurance from manufacturer and extended warranty of a minimum of 5 years
Supplier/manufacturer from its location other than specified; all this was
from the date of the Taking-Over Certificate. The Tenderer is requested to
related to vendors already included within the project vendor list, hence not
confirm acceptance.
any alternative proposal by AGE.

PTC-1-71 Testing & Commissioning -----


PTC-1-72 AGE has considered in its Tender Sum the following: -----
Flushing of Chilled & Condenser water systems:
PTC-1-73 AGE has allowed for temporary power and water, including chemical treatment Accepted. Closed
for both the chilled water and condenser water systems. This was not agreed to by AGE due to different statements pertaining to the
Pre-commissioning activities for all equipment except for the free-issued 11 KV responsibilities stated within the Tender Documents, including the Chiller
PTC-1-74 Chillers with Starters: Accepted. Closed responsibility matrix. As such, AGE broke down various stages of the T&C
AGE has allowed for temporary power and water. process for agreement. The basic point remains that:
1) 11 kV Chillers cannot be tested on temporary power but only on permanent
Start-up (pre-commissioning) of the 11 KV Chillers and its Starters (free-issue power that shall be provided by the Employer;
by the Employer): 2) Chillers cannot be run till such time water is being circulated in the piping
PTC-1-75 Tenderer to price as per project requirements and responsibility matrix Agreed and closed.
Shall be carried out by the Chiller supplier. Power & water shall be arranged by network for which Primary Chilled water pumps, Condenser Water pumps,
the Employer at its cost including payment of consumption charges. Cooling Towers and Secondary Chilled water pumps have to run, all on
permanent power that the Employer shall be providing. In this reality, the water
Commissioning of 11 KV Chillers: and power consumption for the entire system, that shall run on permanent Power and water consumption for testing and commissioning for chillers,
PTC-1-76 Shall be carried out by the Chiller supplier. Power & water shall be arranged by Tenderer to price as per project requirements and responsibility matrix Agreed and closed. connections, shall be paid entirely by the Employer and not "for chillers, cooling towers and pumps only will be provided by the Employer as
the Employer at its cost including payment of consumption charges. cooling tower and pumps only". For sake of clarity, AGE has already allowed permanent connections.
for temporary water and power for activities defined under PTC-1-73 & 74.
3) The Chiller responsivity matrix, item no.30 states"Cost of power and water Prior to this, all costs for power and water required for testing and
for testing and commissioning by By Installing Contractor" (i.e by AGE and not commissioning shall be the appointed contractor's full responsibility to provide
by Chiller Supplier). This needs to be ammended to "By the Employer". as part of scope of work.
Revised Chiller Matrix and Construction Facilities and Temporary Controls -
In light of the above explanation, AGE requests for acceptance of its Section 01 50 00 pg 2 of 7, Item B, attached
explanation w.r.t.the responsibilities of the parties during various stages of the
Commissioning of the entire system including pump sets (primary, secondary T&C process (PTC-1-71 to PTC-1-77).
Power and water consumption for testing and commissioning for chillers, cooling
and condenser) and cooling towers:
PTC-1-77 Tenderer to price as per project requirements tower sand pumps only will be provided by the Empolyer as permanent
Power & water shall be arranged by the Employer at its cost including payment Attached are following extracts from the Tender Documents w.r.t. T&C:
connections.
of consumption charges. (a) Construction Facilities and Temporary Controls - Section 01 50 00 pg 2 of
7, Item B;
(b) Close-out Procedures - Section 01 77 00 pg 6 of 6, Item A;
(c ) Conditions of Particular Application - Sub-clause 36.3, pg 19 of 38;
(d) Centrifugal Water Chillers - CHILLER INSTALLATION RESPONSIBILITY
SCOPE MATRIX - Section 23 64 16, pg 2 of , Sl. no. 30;

PTC-1-78 Operation & Maintenance -----


The following are with reference to Empower’s “Operations and Maintenance
Department Guideline for Plant Outsourced O&M Contract – Doc ref # O&M-
PTC-1-79 -----
GDL-015, Revision # 0, dated 18-Mar-18” (unsigned document) issued under
TC No.5:

AGE Post Tender Clarification No. 4 11 June 2020 Page 6 of 7


TENDER DOCUMENTS FOR CONSTRUCTION, COMPLETION, TESTING AND COMMISSIONING,
AND MAINTENANCE IN THE DEFECTS LIABILITY PERIOD, OF MAIN PLANT WORKS
EMP-14-TR277
BUSINESS BAY - DISTRICT COOLING PLANT – BB05

Post Tender Clarification # 04 - AG Engineering


Empower’s Response and Comments Discussed in the Tender Conference Tenderer’s Response to PTC # 02
SR. Ref: Tender’s Clarifications/Qualification/Exclusion Empower’s Response - PTC # 01 - 16 April 2020 Empower’s Response - PTC # 04 (11 June 2020) Tenderer’s Response to PTC # 03
Call on 20 April 2020 10:00-12:30pm - PTC # 01 12 May 2020
Clause 1C(ii) – Number of Employees: AGE has priced for the number of
employees strictly based on the numbers itemized in the Bill of Quantities, as Refer to BOQ - Provisional Quantity - to be remeasured on the basis of Refer to BOQ - Provisional Quantity - to be remeasured on the basis of actual
PTC-1-80 Confirmed. Closed
such, the wordings “the exact number of team members shall be the actual hrs. hrs.
responsibility of the Operator” shall not be applicable.
Where the word “Schedule XXX” or “Schedule” have been mentioned but no The specific schedule related to this project is attached in this PTC No 1. All
information has been provided, AGE’s Proposal does not include for any other schedules that are mentioned in the guidelines are either part of the
PTC-1-81 Agreed and closed. Confirmed. Closed
possible cost implications for works/services stated to have been part of the specification documents or to be agreed at later stage after instruction such
Schedule. as PM Schedule.

Wherever “Provisional Scope” have been mentioned, for e.g. ETS Rooms (Sub
clause 2B(vi), Network (Sub clause 2B(vii), AGE’s Proposal does not include
PTC-1-82 work/services associated with such areas/zones/locations. Likewise, Noted. Not required for this project. Agreed and closed. Confirmed. Closed
work/services under “Optional” items, for e.g. Special Maintenance (Sub clause
3C) have not been included by AGE.
PTC-1-83 Following services have not been included by AGE:
This was not agreed to by AGE. Chillers with Starters and other Employer's
free issued items would be under separate Contracts between the Employer
Not acceptable. Operations & Maintenance is requested as a separate
and the maufacturers'/Suppliers' of those items and any maintenance activities
a) Maintenance of Employer’s free-issued items including Chillers, refrigerant provisional scope from the main contract and hence free-issued items should
PTC-1-84 Tenderer shall price as per project requirements Agreed and closed. by another party on those equipment would vitiate those existing contracts.
top-up or loss of refrigerant, etc. be included and considered in the provisional quote considering 2 years
This was discussed extensively with Empower on the existing IMPZ DCP
warranty is already in place from OEM.
being executed by AGE and was thus excluded from AGE's Contract. As
such, AGE's exclusion remains.

This was not agreed to by AGE.This was discussed extensively with Empower Not acceptable. The Tenderer must quote for fuel based upon pricing index
b) Fuel for weekly testing of plant’s generators, and in case of power failure, to
PTC-1-85 Tenderer shall price as per project requirements Agreed and closed. on the existing IMPZ DCP being executed by AGE and was thus excluded and consider 1 hr of running weekly and has the responsibility to administer
run the plants.
from AGE's Contract. As such, AGE's exclusion remains. and perform the weekly testing as planned.
Commercial clarification
Volune 2 documents form part of the Tender Documents and will subsequently
form part of the Contract Documents.
Reference is made to Volumes 2A and 2B as Consultant's documents as
In case of conflict between Empower’s Conditions of Contract and similar This qualification iremains unclear and the Tenderer must elaborate which The several documents forming the Contract are to be taken as mutually
This qualification is not clear and the Tenderer must elaborate which these comprise "Specifications" that are primarily not "Contract" documents as
PTC-1-86 provisions within the Consultant’s documents, we understand that provisions of Consultant's documents it is referring to, otherwise the Tenderer must remove explanatory of one another, but in case of ambiguities or discrepancies
Consultant's documents it is referring to. Contract shall be administered through Empower's Conditions of Particular
the Empower’s Conditions of Contract shall prevail. this qualification in its revised. between or within the Contract Documents, the provisions most favourable to
Application held under Volume 1A; hence AGE's qualification.
the Employer shall prevail and govern the obligations of the Contract at no
extra cost to the Employer.
Other clarifications
The Tenderer must also refer to the attached Guidelines for Conditions of Taking
Over the Work (Document No O&M-GDL-019 Revision 0) attached in this PTC
PTC-2-1 Confirmed. Closed
No 2. This document forms part of this Tender and must be included for in the
Tenderer's revised submission.
The Tenderer must also refer to the attached Guidelines for Plant Outsourced O Confirmed with the understanding that AGE's qualification on the previously
& M Contract (Document No O&M-GDL-015 Revision 2) attached in this PTC No issued document (Doc ref # O&M-GDL-015, Revision # 0, dated 18-Mar-18) PTC-1-78 to 83 are already agreed and closed. PTC-1-84 & 85 responded
PTC-2-2
2. This document forms part of this Tender and must be included for in the followed by responses of the parties thereafter, held under PTC-1-78 to PTC-1- above.
Tenderer's revised submission. 85, shall be valid as finally accepted by the parties.
Empower discussed and highlighted areas in which the Tenderer's prices are
excessive and will not be accepted. The Tenderer was requested to review its
PTC-2-3 rates and prices and provide revised and reduced rates and prices in its revised Noted. Closed
submission, including incorporating all the commercial comments discussed in
the meeting.

AGE Post Tender Clarification No. 4 11 June 2020 Page 7 of 7

You might also like